Item 14

CITY council REPORT Meeting Date: July 1,2019 General Plan Element: Public Services and Facilities General Plan Goal: Provide city service facilities to meet the needs of the Community

ACTION Manager at Risk Contract in the Amount of $8,424,621.12 for construction phase services related to Crossroads East Drainage and Public Works Infrastructure. Adopt Resolution 11523 authorizing construction manager at risk construction phase services contract 2019-102-COS in the amount of $8,424,621.12 with Haydon Building Corporation to provide construction phase services for the City of Scottsdale's Crossroads East Drainage and Public Works Infrastructure project.

BACKGROUND

The purpose of this action is to authorize CMAR construction phase services contract to provide construction phase services for the City of Scottsdale's Crossroads East Drainage Infrastructure, Phase 1 and portions of the City's pipeline for a future sewer lift station.

This project will require cost estimating, provide value engineering and constructability studies, assessment and evaluation of ways to gain efficiencies in project delivery. The final construction project shall include certain public infrastructure within a portion of the Arizona State Land parcels known as Crossroads East which shall include regional drainage infrastructure, including trapezoidal channels, an earthen retention basin with drop structure and a system of outlet pipes and channels to convey the stormwater flows to the regional retention basin which serves as the location for the TPC golf course.

ANALYSIS & ASSESSIMENT

Recent Staff Action On March 19, 2019, Council approved pre-construction services Contract 2019-036-COS with Haydon Building Corporation after a competitive Request for Qualifications (RFQ) selection process.

Significant Issues to be Addressed Key issues to be addressed on the project include coordination with the Army Corps of Engineers to ensure compliance with their Section 404 permit process, utility coordination and phasing to minimize disruptions to business access and traffic.

13079430v1

Action Taken______City Council Report | Construction Manager at Risk - Crossroads East Public Works Infrastructure

Community Involvement Meetings with staff, stakeholders and members of the community will take place as the project progresses through the construction services process.

RESOURCE IMPACTS

Available funding Funding is available through the Crossroads East Flood Control Phase I project (FB53), and Crossroads East Sewer project (VF03), portions of which will be funded by Arizona State Land Department Reimbursements as part of the development process.

Staffing, Workload Impact The contract administrator responsible for monitoring contract performance will be Elaine Mercado, Senior , Capital Project Management Department.

OPTIONS & STAFF RECOMMENDATION

Recommended Approach Adopt Resolution 11523 authorizing construction manager at risk construction phase services contract 2019-102-COS in the amount of $8,424,621.12 with Flaydon Building Corporation to provide construction phase services for the City of Scottsdale's Crossroads East Drainage and Public Works Infrastructure project.

Proposed Next Steps: Upon Council approval, construction services for the project is expected to start summer 2019 and be complete within approximately eight (8) months.

RESPONSIBLE DEPARTMENT(S)

Capital Project Management

STAFF CONTACTS (S)

Elaine Mercado, Senior Project Manager, emercado^scottsdaleaz.gov

APPROVED BY

13079430V1

Page 2 of 3 City Council Reooi^) | Corrsthjction Manager at Risk - Crossroads East Public Works Infrastructure \

Daniel J. Worthj Executive Director, Public Works Date

(480) 312-5555, [email protected]

ATTACHMENTS

1. Resolution 11523

2. Location Map

3. Contract 2019-102-COS

13079430V1

Page 3 of 3 RESOLUTION NO. 11523

A RESOLUTION OF THE COUNCIL OF THE CITY OF SCOTTSDALE, MARICOPA COUNTY, ARIZONA, APPROVING CONSTRUCTION MANAGER AT RISK CONTRACT NO. 2019-102-COS WITH HAYDON BUILDING CORPORATION IN AN AMOUNT NOT TO EXCEED $8,424,621.12 TO PROVIDE CONSTRUCTION PHASE SERVICES FOR THE CITY OF SCOTTSDALE’S CROSSROADS EAST DRAINAGE IMPROVEMENTS/PUBLIC WORKS INFRASTRUCTURE.

WHEREAS, the City wishes to obtain construction phase services for the City of Scottsdale’s Crossroads East Drainage Improvements/Public Works Infrastructure project; and

WHEREAS, Haydon Building Corporation has supplied pre-construction services through Contract 2019-036-COS for the Crossroads East Drainage Improvements/Public Works Infrastructure; and

WHEREAS, the City desires that Haydon Building Corporation provide construction manager at risk construction services;

BE IT RESOLVED by the Council of the City of Scottsdale as follows:

Section 1. The Mayor of the City of Scottsdale is authorized and directed to execute Construction Manager at Risk (CMAR) construction services Contract No. 2019-102-COS with Haydon Building Corporation in an amount not to exceed eight million four hundred twenty-four thousand six hundred twenty-one dollars and twelve cents ($8,424,621.12) to provide construction phase services for the City of Scottsdale’s Crossroads East Drainage Improvements/Public Works Infrastructure project.

PASSED AND ADOPTED by the Council of the City of Scottsdale this day of _2019.

CITY OF SCOTTSDALE, an Arizona municipal corporation ATTEST:

By: By;______Carolyn dagger. City Clerk W. J. "Jim" Lane, Mayor

APPROVED^AS TO FORM: / OFFICE^F THE CITY ATTORNEY

/Bruce Washburn, City Attorney By: Eric C. Anderson, Senior Assistant City Attorney

ATTACHMENT 1 i Si mm §^SK\ ■Mm h Mlm m mmifM m 8 m 3g*I» PROJECT LOCATION

^tvr0~rjn' p^m _^4b-r I- J . l-,^Aj5iPi^,‘. ''')^l7-i<^,‘ 4f .'-y .-.iSl '"t-.-j igS£hfW^> tf'im f Wik .Wt; r, yL ATTACHMENT 2 PROJECT TITLE LOCATION MAP l%*4Wl I? 'I'f '"^ DEPT, m

CITY OF SCOTTSDALE

CONSTRUCTION MANAGER AT RISK

CONSTRUCTION SERVICES

PROJECT NO FB53

CONTRACT NO. 2019-102-COS

ATTACHMENT 3

15345962V2 Scottsdale No. 2019-102-COS

TABLE OF CONTENTS

RECITALS...... 1

ARTICLE 1 -CMAR’S SERVICES AND RESPONSIBILITIES...... 1

ARTICLE 2 - CITY’S SERVICES AND RESPONSIBILITIES...... 16

ARTICLE 3 - CONTRACT TIME...... 19

ARTICLE 4 - CONTRACT PRICE...... 22

ARTICLE 5 - CHANGES TO THE CONTRACT PRICE AND TIME...... 25

ARTICLE 6 - PROCEDURE FOR PAYMENT...... 31

ARTICLE 7 - CLAIMS AND DISPUTES...... 38

ARTICLE 8 - SUSPENSION AND TERMINATION...... 40

ARTICLE 9 - INSURANCE AND BONDS...... 44

ARTICLE 10 - INDEMNIFICATION...... 50

ARTICLE 11 - GENERAL PROVISIONS...... 52

ARTICLE 12 - DEFINITIONS...... 64

EXHIBIT A - PROJECT DESCRIPTION SCOPE OF WORK

EXHIBIT B - PRECONSTRUCTION AGREEMENT

EXHIBIT C - CMAR’S GMP PROPOSAL

EXHIBIT D - STATUTORY PERFORMANCE BOND

EXHIBIT E - STATUTORY PAYMENT BOND

AFFIDAVIT REGARDING SETTLEMENT OF CLAIMS

CONTRACTOR’S NOTICE OF FINAL PAY ESTIMATE

CONTRACTOR’S NOTICE OF FINAL ACCEPTANCE

Project Name - crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Pag e i Scottsdale No. 2019-102-COS

CITY OF SCOTTSDALE

CONSTRUCTION MANAGER AT RISK CONSTRUCTION SERVICES

PROJECT NO. FB53 CONTRACT NO. 2019-102-COS

THIS CONTRACT, entered into this _ day of 2019, between the City of Scottsdale, an Arizona municipal corporation (the “CITY”) and Haydon Building Corp., an Arizona corporation, (the "CONSTRUCTION MANAGER AT RISK" or “CMAR”).

RECITALS

A. The Mayor of the City of Scottsdale is authorized by provisions of the City Charter to execute contracts for construction services.

B. The City intends to construct certain portions of the Crossroads East Drainage and Public Works Infrastructure Project, referred to in this Contract as the “Project,” located within the City right of way within the Arizona State Land parcels commonly referred to as Crossroads East.

C. The CMAR has represented to the City the ability to provide services and to construct the Project. Based on this representation the City desires to engage Haydon Building Corporation, to provide these services and construct the Project.

D. Contract No. 2019-036-COS has been executed previously between the City and CMAR for Preconstruction Design services. Those services may continue during the duration of this Contract.

FOR AND IN CONSIDERATION of the parties’ mutual covenants and conditions, the City and the CMAR agree as follows:

ARTICLE 1 - CMAR’S SERVICES AND RESPONSIBILITIES

1.0 The CMAR shall furnish any and all labor, materials, equipment, transportation, utilities, services and facilities required to perform all Work for the construction of the Crossroads East Drainage Infrastructure - Phase 1 improvements, and a portion of the gravity sewer line and forcemain associated with the future Crossroads East Sewer liftstation. The Work must be to the satisfaction of the City and strictly in accordance with all legal requirements and Project Contract Documents as modified. The services may not be required to be performed in the sequence in which they are described.

1.1. GENERAL SERVICES

1.1.1. The CMAR’S Representative must be reasonably available to the City and must have the necessary expertise and experience required to supervise the Work. CMAR’s Representative must communicate regularly with the City but not less than once a week and must be vested with the authority

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 1 of 72 Scottsdale No. 2019-102 -COS

to act on behalf of the CMAR. The CMAR’s Representative may be replaced only with the written consent of the City.

1.2. GOVERNMENT APPROVALS AND PERMITS

1.2.1. Unless otherwise provided, the CMAR shall make application for and obtain or assist the City and the Design Team in obtaining all necessary permits, approvals and licenses required for the prosecution of the Work from any government or quasi-government entity having jurisdiction over the Project. The CMAR is specifically required to obtain the necessary environmental permits or file the necessary environmental notices. Any environmental permits and licenses will be paid by the City in accordance with the provisions of Article 2.4.

1.2.2. Copies of all necessary permits and notices must be provided to the Construction Admin Supervisor and Contract Administrator before starting the permitted activity. This provision is not an assumption by the City of an obligation of any kind for violation of the permit or notice requirements.

1.2.3. The CMAR is responsible for making application for and obtaining permit(s) for building and , but the fees will be paid by the City in accordance with Article 2.4. The CMAR will also obtain any necessary regulatory or permitting, reviews for grading and drainage, water, sewer and landscaping, but the fees for the permitting will be paid by the City in accordance with Article 2.4.

1.2.4. The CMAR shall be responsible for all other review and permit fees not specifically listed in Article 2.4 below or as qualified in Exhibit B.

1.2.5. The CMAR shall be responsible for the cost of construction-related water meter(s), water and sewer taps, fire lines and taps, and all water bills on the project meters until Substantial Completion of the Project. Arrangement for construction water is the CMAR's responsibility. Construction water does not include “test water” required to complete new water line pressure tests.

1.2.6. For purposes of this Contract, the Maricopa Association of Governments (M.A.G.) Standard Specification 107.12 is modified to read as follows: The CMAR, at its own expense, shall be responsible for the acquisition of any necessary temporary easements for construction purposes, storage, maintenance, and refuge haul-off as indicated upon the plans, which are required in addition to existing easements and right-of-way secured by the City.

1.3. PRECONSTRUCTION CONFERENCE

1.3.1. Before beginning any Work, the Contract Administrator will schedule a Preconstruction Conference. The City and the CMAR have entered into a separate written contract for Design Phase services establishing the fee the City will pay the CMAR for all Preconstruction services

1.3.2. The purpose of this conference is to establish a working relationship between the CMAR, utility firms, and various City agencies and staff. The agenda will include critical elements of the work schedule, submittal

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 2 of 71 Scottsdale No. 2019-102 -COS

schedule, cost breakdown of major lump sum items, CMAR Payment Requests and processing, coordination with the involved utility firms and/or utility companies (i.e. APS, SRP, SW Gas, etc.), and emergency telephone numbers for all representatives involved in the construction.

1.3.3. The construction Notice to Proceed (NTP) date will be established at the Preconstruction conference.

1.3.4. The CMAR will provide a Baseline Project Schedule indicating duration, manpower and equipment resources required to complete all major work activities. The City and Design Team will review and comment on the Baseline Project Schedule. The CMAR will revise the Baseline Project Schedule to the satisfaction of the Construction Admin Supervisor and Contract Administrator. No Work will begin until the City accepts the Baseline Project Schedule.

1.3.5. The CMAR will submit a Schedule of Values based on the work and bids accepted from selected Subcontractors. These Values must reflect the actual labor time, materials, profit and overhead for the Work.

1.3.6. At a minimum, CMAR attendees must include CMAR’s Representative, who is authorized to sign documents on behalf of the firm, the job superintendent, and the CMAR's safety officer.

1.4. CONTROL OF THE WORK

1.4.1. The CMAR must properly secure and protect all finished or partially finished Work, and is responsible for the Work until the entire contract is completed and accepted by the City. Any payment for completed portions of the Work will not release the CMAR from this responsibility; however, it must turn over the entire Work in full accordance with these specifications before final settlement will be made. In case of suspension of the Work for any cause, the CMAR is responsible for the Project and will take all precautions as necessary to prevent damage to the Project and will erect any necessary temporary structures, signs, or other facilities at no cost to the City.

1.4.2. After all Work under the Contract is completed, the CMAR will remove all loose concrete, lumber, wire, reinforcing, debris and other materials not included in the final Work from the Work site.

1.4.3. The CMAR must provide, through itself or Subcontractors, the necessary supervision, labor, inspection, testing, start-up, material, equipment, machinery, temporary utilities and other temporary facilities to permit the CMAR to complete the Work consistent with the Contract Documents, unless otherwise provided in the Contract Documents to be the responsibility of the City or a separate contractor.

1.4.4. The CMAR must perform all construction activities efficiently and with the requisite expertise, skill and competence to satisfy the requirements of the Contract Documents. The CMAR will at all times exercise complete and exclusive control over the means, methods, sequences and techniques of construction.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 3 of 71 Scottsdale No. 2019-102 -COS

1.4.5. Survey stakes and marks required for the completion of the construction shown on the plans and as described in the specifications will be furnished by the CMAR.

1.4.6. The CMAR or the CMAR’s Superintendent must be present at the Work at all times that construction activities are taking place.

1. All elements of the Work, such as concrete work, pipe work, etc., are under the direct supervision of a foreman or his designated representative on the Site who must have the authority to take actions required to properly carry out that particular element of the Work.

2. In the event of noncompliance with this Contract as defined in Article 8 the City may require the CMAR to stop or suspend the Work in whole or in part.

1.4.7. Where the Contract Documents require that a particular product be installed and applied by an applicator approved by the manufacturer, the CMAR shall ensure the Subcontractor employed for this work is approved.

1.4.8. The CMAR shall take field measurements and verify field conditions and will carefully compare all field measurements and conditions and other information known to the CMAR with the Contract Documents before commencing activities. Errors, inconsistencies or omissions discovered will be immediately reported to the City.

1.4.9. Before ordering materials or conducting work, the CMAR and each Subcontractor must verify measurements at the Site and are responsible for the correctness and accuracy of these measurements. No extra charge or compensation will be allowed because of differences between - actual dimensions and the dimensions indicated on the drawings; differences, which may be found, will be submitted to the City for resolution before proceeding with the Work.

1.4.10. The CMAR must establish and maintain all building and construction grades, lines, levels, and bench marks, and is responsible for their accuracy and protection. This work will be performed or supervised by an Arizona licensed Surveyor.

1.4.11. Any person employed by the CMAR or any Subcontractor who. In the opinion of the City, does not perform his work in a proper, skillful and safe manner or is intemperate or disorderly shall, at the written request of the City, be removed from the Work by the CMAR or the Subcontractor employing the person, and shall not be employed again in any portion of Work without the written approval of the City. The CMAR or Subcontractor shall hold the City harmless from damages or claims that may occur in the enforcement of this Article.

1.4.12. The CMAR assumes responsibility for the proper performance of the Work of Subcontractors and any acts and omissions in connection with this performance. Nothing in the Contract Documents creates any legal or contractual relationship between the City and any Subcontractor or

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 4 of 71 Scottsdale No. 2019-102 -COS

Sub-Subcontractor, including but not limited to any third-party beneficiary rights.

1.4.13. The CMAR must coordinate the activities of all Subcontractors. If the City performs other work on the Project or at the Site with separate contractors under the City’s control, the CMAR agrees to reasonably cooperate and coordinate its activities with those of the separate contractors so that the Project can be completed in an orderly and coordinated manner without unreasonable disruption.

1.4.14. On a daily basis, the CMAR shall prepare a Contractor’s Daily Report. The City’s Construction Admin Supervisor or its Capital Project Management (CPM) Inspector will provide a sample report format to the CMAR. The report must detail the activities that occurred during the course of the day, all equipment utilized and the number of hours operated and all personnel on the site inclusive of Subcontractors. The Daily Reports must be submitted to the Construction Inspector and the Contract Administrator on a daily basis, unless otherwise arranged. Failure to provide Daily Reports as arranged or requested above may result in the retention of monthly progress payments until the Reports are brought up to date.

1.4.15. In the event of noncompliance with this Article 1.4, the City may require the CMAR to stop or suspend the construction in whole or in part. Any suspension, due to the CMAR’s noncompliance will not be considered a basis for an increase in the Contract Price or extension of the Contract Time.

1.5. CONTROL OF THE WORK SITE

1.5:1. Throughout all phases of construction, including suspension of the Work, the CMAR must keep the Site reasonably free from debris, trash and construction wastes to permit the CMAR to perform its construction services efficiently, safely and without interfering with the use of adjacent land areas. Upon Substantial Completion of the Work, or a portion of the Work, the CMAR will remove all debris, trash, construction wastes, materials, equipment, machinery and tools arising from the Work to permit the City to occupy the Project or a portion of the Project for its intended use.

1.5.2. Dust Control. The CMAR will take appropriate steps, procedures or means required to prevent abnormal dust conditions due to its construction operations in connection with this Contract. The dust control measures shall be maintained at all times during construction of the Project to the satisfaction of the City, in accordance with the requirements of the Maricopa County Health Department Air Pollution Control Regulations and City of Scottsdale Supplement to M.A.G. Standard Specifications together with applicable provisions of Federal and State Law.

1.5.3. Dust Control Coordinator. At any City construction site of 5 acres or more of disturbed surface area, subject to a permit issued by a Control Officer requiring control of PM-10 emissions from dust generating operations, the CMAR must have at all times at the Site, at least one Dust

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 5 Of 71 Scottsdale No. 2019-102 -COS

Control Coordinator trained in accordance with the requirements of A.R.S. §49-474.05 during primary dust generating operations that is related to the purposes for which the Dust Control Permit was issued. The Dust Control Coordinator must have full authority to ensure that dust control measures are implemented at the Site, including authority to conduct inspections, deploy dust suppression resources, and modify or shutdown activities as needed to control dust. The Dust Control Coordinator must be responsible for managing dust prevention and dust control on the Site, including the use of leaf blowers and street sweeping equipment. The Dust Control Coordinator must have a valid Dust Training Certification Identification Card readily accessible on the Site while acting as the Dust Control Coordinator.

The requirements described in the above paragraph do not apply if all of the following circumstances are present;

1. The area of disturbed surface area is less than 5 acres.

2. The previously disturbed areas are stabilized in accordance with the requirements of any applicable County rules.

3. The CMAR with the Dust Control Permit provides notice of the acreage stabilized to the County Control Officer.

On sites with greater than 1 acre of disturbed surface area, any CMAR holding a Dust Control permit issued by a County Control Officer, who is required to obtain a single permit for multiple noncontiguous sites that is required to control PM-10 emissions from dust generating operations must have, at least 1 individual who is designated as a Dust Control Coordinator. The Dust Control Coordinator must have a valid Dust Training Certification Identification Card readily accessible on the Site while acting as the Dust Control Coordinator. The Dust Control Coordinator must be present on Site at all times during primary dust generating activities that are related to the purposes for which the permit was issued.

A Subcontractor who is engaged in dust generating operations at a Site that is subject to a Dust Control Permit issued by: a County Control Officer and that requires the control of PM-10 emissions from dust generating operations must register with the County Control Officer. The Subcontractor must have its registration number readily accessible on the Site while conducting any dust generating operations.

1.5.4. If applicable, the CMAR shall maintain ADA and ANSI accessibility requirements during construction activities in an occupied building or facility. ADA and ANSI accessibility requirements must include, but not be limited to, parking, building access, entrances, exits, restrooms, areas of refuge, and emergency exit paths of travel. The CMAR is responsible for the coordination of all Work to minimize disruption to building occupants and facilities.

1.5.5. Only materials and equipment used directly in the Work may be brought to and stored on the Site by the CMAR. When equipment is no longer required for the Work, it shall be removed promptly from the Site.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 6 of 71 Scottsdale No. 2019-102 -COS

Protection of construction materials and equipment stored at the Site from weather, theft, damage and all other adversity is solely the responsibility of the CMAR.

1.5.6. The CMAR is responsible for the cost to dispose of all waste products including excess earth material that will not be incorporated into the Work under this Contract. The waste product will become the property of the CMAR. The CMAR shall provide for the legal disposal at an appropriate off-site location for all waste products, debris, etc., and shall make necessary arrangements for its disposal. Any disposal/dumping of waste products or unused materials will conform to applicable Federal, State and Local Regulations.

1.5.7. The CMAR shall supervise and direct the Work. The CMAR is solely responsible for the means, methods, techniques, sequences and procedures of construction. The CMAR shall employ and maintain on the Work a qualified supervisor or superintendent who has been designated in writing by the CMAR as the CMAR’s representative at the Site. The representative must have full authority to act on behalf of the CMAR and all communications given to the representative will be as binding as if given to the CMAR. The representative must be present on the Site at all times as required to perform adequate supervision and coordination of the Work. Where appropriate all Provisions of M.A.G., Section 105.5, will be applicable.

1.5.8. In the event of abnormal weather conditions, such as windstorms, rainstorms, etc., the CMAR shall immediately inspect the Work Site and take all necessary actions to insure public access and safety are maintained.

1.5.9. Damage to Property at the Site. The CMAR is responsible for any damage or loss to property at the Site, except to the extent caused by the acts or omissions of the City or its representatives, employees or agents and not covered by insurance. The costs and expenses incurred by the CMAR under this Article shall be paid as a Cost of the Work to the extent that the costs and expenses are in excess of or are not covered by required insurance, and to the extent of any deductibles, but will not increase the GMP.

1.5.10. Damage to Property of Others. The CMAR shall avoid damage, as a result of the CMAR’s operations, to existing sidewalks, curbs, streets, alleys, pavements, utilities, adjacent property, the work of Separate Contractors and the property of the City. The CMAR shall repair any damage caused by the operations of the CMAR, which costs will be paid as a Cost of the Work to the extent that these costs and expenses are in excess of or are not covered by required insurance, and to the extent of any deductible, but shall not Increase the GMP.

1.5.11. Failure of CMAR to Repair Damage. If the CMAR fails to begin the repair of damage to property as required in Articles 1.5.9, and 1.5.10 and diligently pursue the repair, the City will give the CMAR 10-days written notice to begin repairs. If the CMAR fails to begin the repairs within the 10-day notice period, the City may elect to repair the damages with its

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 7 of 71 Scottsdale No. 2019-102 -COS

own forces and to deduct from payments due or to become due to the CMAR amounts paid or incurred by the City in correcting the damage.

1.5.12. If applicable, the CMAR shall maintain American with Disabilities Act (ADA) and American National Standards Institute (ANSI) accessibility requirements during construction activities in an occupied building or facility. ADA and ANSI accessibility requirements must include, but not be limited to, parking, building access, entrances, exits, restrooms, areas of refuge, and emergency exit paths of travel. The CMAR is responsible for the coordination of all Work to minimize disruption to building occupants and facilities.

1.6. SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.6.1. Shop Drawings, Product Data, Samples and similar submittals are to be forwarded to the Construction Admin Supervisor and the Contract Administrator for review. The purpose of their submittal is to demonstrate for those portions of the Work for which submittals are required, the way in which the CMAR proposes to conform to the information given and the design concept expressed in the Contract Documents.

1.6.2. The CMAR shall review, approve, and verify that all submittals meet the intent of the Contract documents. Six (6) copies of each Shop Drawing, Product Data, Sample, and similar submittal required by the Contract Documents will be delivered to the Construction Admin Supervisor for review. Submittals made by the CMAR, which are not required by the Contract Documents, may be returned without action.

1.6.3. The CMAR shall perform no portion of the Work requiring submittal and review of Shop Drawings, Product Data, Samples, or similar submittals until the necessary submittal has been approved by the City. All Work shall be in accordance with approved submittals. The CMAR shall not be relieved of responsibility for errors or omissions in Shop Drawings, Product Data, Samples, or similar submittals by the City's approval.

1.6.4. By approving, verifying and submitting Shop Drawings, Product Data, Samples and similar submittals, the CMAR represents that the CMAR has determined and verified materials, field measurements and related field construction criteria, or will do so, and has checked and coordinated the information contained within the submittals with the requirements of the Work and of the Contract Documents.

1.6.5. The CMAR shall not be relieved of responsibility for deviations from requirements of the Contract Documents by City approval of Shop Drawings, Product Data, Samples or similar submittals unless the CMAR has specifically informed the City in writing of the deviation at the time of submittal and the City has given written approval to the specific deviation.

1.6.6. Informational submittals upon which the City is not expected to take responsive action may be identified as informational submittals in the Contract Documents.

1.6.7. When professional certification of performance criteria of materials, systems or equipment is required by the Contract Documents, the City

Project Name; crossroads east drainage & public infrastructure Project No.-FB53 9626760V8 (Rev Dec. 2016) Page 8 Of 71 Scottsdale No. 2019-102 -COS

shall be entitled to rely upon the accuracy and completeness of the calculations and certifications.

1.7. QUALITY CONTROL, TESTING AND INSPECTION

1.7.1. Inspection. The City’s CPM Inspectors may be stationed on the Work Site and report to the Construction Admin Supervisors the progress of the Work, the manner in which Work is being performed, and also to report whenever it appears that material furnished or Work performed by the CMAR fails to fulfill the requirements of the specifications and this Contract. The Construction Inspector may direct the attention of the CMAR to any such failure as described above, but the inspection will not relieve the CMAR from any obligation to furnish acceptable materials or to provide completed construction that is in compliance with the Contract Documents in every particular. The Construction Inspector’s purpose is to assist the City’s Representative and should not be confused with an inspector associated with a City regulatory agency or with an inspector from a City Laboratory under Article 1.8.

1.7.2. In case of any dispute arising between the Construction Admin Supervisor or Construction Inspector and the CMAR as to material furnished or the manner of performing the Work, the Construction Inspector will have the authority to reject materials or suspend the Work until the question and issue can be referred to and decided by the City. CPM Inspectors are not authorized to revoke, alter, enlarge, relax, or release any requirements of the specifications. Construction Inspectors will in no case act as foremen or perform other duties for the CMAR or interfere with the management of the Work by the CMAR.

1.7.3. Inspection or supervision by the Construction Admin Supervisor or Construction Inspector shall not be considered as direct control of the individual workman and his work. Direct control is solely the responsibility of the CMAR.

1.7.4. The furnishing of any services for the City shall not make the City responsible for or give the City control over construction means, methods, techniques, sequenced procedures or for safety precautions or programs or responsibility for the CMAR’s failure to perform the Work in accordance with Contract [Documents.

1.8. MATERIALS TESTING

1.8.1. All materials used in the Work must be new and unused, unless otherwise noted, and must meet all quality requirements of the Contract Documents.

1.8.2. All construction materials to be used on the Work or incorporated into the Work, equipment, plant, tools, appliances or methods to be used in the Work may be subject to the inspection and approval or rejection of the City. Any material rejected by the City will be removed immediately and replaced in a manner acceptable to the City.

1.8.3. The procedures and methods used to sample and test material will be determined by the City. Unless otherwise specified, samples and tests will be made in accordance with the following: The City of Scottsdale

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 9 Of 71 Scottsdale No. 2019-102 -COS

Material Testing Manual and the standard methods of American Association of State and Highway Transportation Off Roads (AASHTO) or American Society for Testing and Materials (ASTM), and Maricopa Association of Governments (MAG) supplements.

1.8.4. The City will select a pre-qualified Independent Testing Laboratory and will pay for initial City Acceptance Testing.

1. When the first and subsequent tests indicate noncompliance with the Contract Documents, the cost associated with that noncompliance will be paid for by the CMAR. Construction contingency cannot be utilized for the cost of re-testing.

2. When the first and subsequent tests indicate noncompliance with the Contract Documents, all retesting will be performed by the same testing agency.

1.8.5. The CMAR shall cooperate with the selected testing laboratory and all others responsible for testing and inspecting the Work and will provide them access to the Work at all times upon reasonable notice.

1.8.6. All soils and materials testing will be performed by the City’s designated agent and payment for testing shall be paid for as outlined below. In coordination with the CMAR, the City will order tests and distribute test results for all construction areas. The City will distribute test results within 24 hours of receipt.

1. The City will pay for soils or materials testing through a separate contract.

2. Other material testing: When the first'or subsequent tests indicate noncompliance with the Contract Documents, the cost associated with that noncompliance will be paid by the CMAR. The City’s Project Contingency cannot be utilized for the cost of re-testing.

1.8.7. At the option of the City, materials may be approved at the source of supply before delivery is started.

1.8.8. Code compliance testing and inspections required by codes or ordinances or by a plan approval authority, and which are made by a legally constituted authority is the responsibility of and will be paid by the CMAR, unless othenwise provided in the Contract Documents.

1.8.9. The CMAR’s quality control testing and inspections are the sole responsibility of the CMAR and paid by the CMAR.

1.9 PROJECT RECORD DOCUMENTS/AS-BUILTS

1.9.1 During the construction period, the CMAR shall maintain at the jobsite a set of blueline or blackline prints of the Construction Document drawings and Shop Drawings for Project Record Document purposes.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 10 of 71 Scottsdale No. 2019-102 -COS

1. The CMAR shall mark these drawings to indicate the actual installation where the installation varies appreciably from the original Construction Documents. The CMAR will give particular attention to information on concealed elements, which would be difficult to identify or measure and record later. Items required to be marked include but are not limited to:

Dimensional changes to the drawings Revisions to details shown on drawings Depths of foundations below first floor Locations and depths of underground utilities Revisions to routing of piping and conduits Revisions to electrical circuitry Actual equipment locations Duct size and routing Locations of concealed internal utilities Changes made by Contract Amendments Details not on original Contract Drawings

2. The CMAR shall mark completely and accurately Project Record Drawing prints of Construction Documents or Shop Drawings, whichever is the most capable of indicating the actual physical condition. Where Shop Drawings are marked, show cross-reference locations on the Construction Documents.

3. The CMAR will mark Project Record Drawing sets with red erasable colored pencil.

4. The CMAR will, note Requests for Information (RFI) Numbers, ’ Supplemental Information (ASI) Numbers and Contract Amendment Proposal Numbers, etc., as required to identify the source of the change to the Construction Documents.

5. The CMAR will at the time of Substantial Completion, submit Project Record Drawing prints and Shop Drawings to the City or its representative for review and comment.

1.9.2 Immediately upon receipt of the reviewed Project Record Drawings from the City, the CMAR will correct any deficiencies or omissions to the drawings and prepare the following for resubmission to the City:

1. A complete set of PDF electronic files of all Project Record Drawings will be prepared by the CMAR in electronic format. Each drawing will be clearly marked with “As-Built Document.” Files will be named consistent with the Plan Set Index 2. The PDF files will be converted from the CADD files of the Construction Documents provided by the City under Article 2.0 accurately bearing the CMAR’s As-Built information from the Project Record Drawings in red and delivered to the City as part of the Project closeout.

PROJECT Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 11 of 71 Scottsdale No. 2019-102 -COS

3. The CMAR’s original redlined mark-up prints of the Project Record Drawings.

1.10 PROJECT SAFETY

1.10.1 CMAR Safety Program. The site environment in which the CMAR operates may on occasion present a potential safety and health hazard to any who may be on the job site. All Work will be performed in compliance with all applicable federal, state and local laws, ordinances, statutes, rules and regulations including Arizona Division of Occupational Safety and Health (ADOSH) policies and procedures. The CMAR is required to attend a City safety briefing session at the Preconstruction meeting. The Contract Administrator, the designated Risk Management staff and a CMAR’s representative will attend the session.

The CMAR will provide a safe jobsite and work environment for the safety and health of employees and members of the general public and will comply with all legal requirements including but not limited to the following;

Occupational Safety and Health Act (OSHA) Electrical Safe Work Practices Standards OSHA Personal Protective Equipment Standards National Fire Protection Association (NFPA) 70E Standard for Electrical Safety in the Workplace OSHA Fall Protection Standards OSHA Confined Space Entry

All other applicable requirements of OSHA and local codes and agencies having jurisdiction.

Contractors that violate these rules and regulations may be subject to job shutdown or removal from City facilities.

1.10.2 City Safety Rules and Expectations. Risk Management Division makes available a packet that contains the City’s OSHA compliance guidelines, emergency evacuation, the City’s safety and health plan, and other safety information.

1.10.3 Contractor Safety Tailgate Meetings. The CMAR will conduct tailgate safety meetings regularly to ensure that safety on the job is given priority. The Sign-in sheet of the tailgate meeting must be given to the City Inspector within 48 hours after the meeting.

1.10.4 Accident/Injury Procedure. The CMAR will contact the Contract Administrator and Risk Management Department within 24 hours of the occurrence of an accident or injury arising out of the CMAR’s work under this Contract.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 12 of 71 Scottsdale No. 2019-102 -COS

1.10.5 Unsafe Acts. The CMAR employees are encouraged to abate or remedy any unsafe act or condition which may arise in the course of CMAR’s work under this Contract.

1.10.6 Safety Audits. The City reserves the right to conduct safety audits at the job site and stop unsafe acts at any time. In addition, the Construction Admin Supervisor or CPM Inspector must be notified should any OSHA inspections occur at a City job site.

1.10.7 The CMAR recognizes the importance of performing the Work in a safe manner so as to prevent damage, injury or loss to (i) all individuals at the Site, whether working or visiting, (ii) the Work, including materials and equipment incorporated into the Work or stored on-site or off-site, and (iii) all other property at the Site or adjacent to the Site.

1.10.8 The CMAR assumes responsibility for implementing, monitoring, and documenting all safety precautions and programs related to the performance of the Work.

1.10.9 The CMAR will, before beginning construction, designate a Safety Representative with the necessary qualifications and experience to supervise the implementation and monitoring of all safety precautions and programs related to the Work. Unless otherwise required by the Contract Documents, the CMAR’s Safety Representative will be an individual stationed at the Site who may have responsibilities on the Project in addition to safety.

1.10.10 The CMAR must provide OSHA 300A Summary log information including total recordable cases, total case rates, and lost workday incident rates for the past 2 calendar years. This information can be compared to Bureau of Labor Statistics (BLS) rates to determine whether a contractor has below average or above average accident/injury rates. Bureau of Labor Statistics information can be obtained through Risk Management. The Safety Representative will make routine daily inspections of the Site and will hold weekly safety meetings with CMAR’s personnel. Subcontractors and others as applicable.

1.10.11 The CMAR and Subcontractors will comply with all Legal Requirements relating to safety, as well as any City-specific safety requirements found in the Contract Documents, provided that the City-specific requirements do not violate any applicable Legal Requirement.'

1.10.12 The CMAR will immediately report in writing any safety-related injury, loss, damage or accident arising from the Work to the Contract Administrator and, to the extent mandated by Legal Requirements, to all government or quasi-governmental authorities having jurisdiction over safety-related matters involving the Project or the Work.

1.10.13 The CMAR’s responsibility for safety under this Article 1.10 is not intended in any way to relieve Subcontractors and Sub-Subcontractors of their own contractual and legal obligations and responsibility for (i)

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 13 Of 71 Scottsdale No. 2019-102 -COS

complying with all Legal Requirements, including those related to health and safety matters, and (ii) taking all necessary measures to implement and monitor all safety precautions and programs to guard against injury, losses, damages or accidents resulting from their performance of the Work.

1.10.14 The CMAR and Subcontractors must agree to provide Material Safety Data Sheets for all substances that are delivered to the City, that come under the OSHA Toxic and Hazardous Substances - Hazard Communication Standard, 29 CFR 1910.1200, Hazard Communication (reference Occupational Safety and Health Standards, Subpart Z Toxic and Hazardous Substances - Hazardous Communication Standard).

The CMAR and all Subcontractors using chemicals on City property must use only the safest chemicals, with the least harmful ingredients. These chemicals must be approved for use by a City of Scottsdale representative before bringing them on the property.

The CMAR and all Subcontractors will make every attempt to apply approved chemicals with highly volatile organic compounds, outside of working hours. Adequate ventilation must be used at all times during the application of these approved chemicals.

In conjunction with the Occupational Safety and Health Standards, Subpart Z Toxic and Hazardous Substances - Hazard Communication Standard, 29 CFR 1910.1200 Hazard Communication, the CMAR and Subcontractors are informed of the presence of (or possible presence of) chemicals in the area where the work requested will be performed. It is the responsibility of all selected Contractors to contact the City for specific information relative to the type of chemicals present and location of appropriate Material Safety Data Sheets.

Unless included in the Work, if the CMAR encounters on-site material which he reasonably believes to contain asbestos, polychlorinated biphenyl (PCB), or other hazardous substances or materials regulated by Public Health Laws, he will immediately stop work and report the condition to the City.

If the material is found to contain asbestos, PCB or other hazardous substances or materials regulated by Public Health Laws, the CMAR will not resume work in the affected area until the material has been abated or rendered harmless. The CMAR and the City may agree, in writing, to continue work in non-affected areas on-site. An extension of Contract Time may be granted in accordance with Article 5.

Upon discovery of hazardous materials the CMAR will comply with all applicable laws/ordinances and regulations and take all appropriate health and safety precautions.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 14 of 71 Scottsdale No. 2019-102 -COS

1.11 WARRANTY

1.11.1 The provisions of M.A.G. Section 108.8 apply with the following additional requirements:

1. Should the CMAR fail to begin repairs or corrective work within 14 calendar days after receipt of written notice from the City, the City may perform the necessary work and the CMAR agrees to reimburse the City for the actual cost.

2. The warranty period on any part of the work repaired or replaced is extended for a period of 1 year from the date of the repair or replacement.

3. This warranty does not apply to damage caused by normal wear and tear or by acts beyond the CMAR’s control.

1.11.2 The CMAR’s warranty obligation excludes defects caused by abuse, alterations, or failure to maintain the Work by persons other than the CMAR or anyone for whose acts the CMAR may be liable.

1.11.3 Nothing in this warranty is intended to limit any manufacturer’s warranty which provides the City with greater warranty rights than provided in this Article 1.11 or the Contract Documents. The CMAR will provide the City with all manufacturers’ warranties upon Substantial Completion.

1.11.4 The CMAR’s warranty obligation will be the maximum allowed by the Arizona Registrar of Contractors

1.12 CORRECTION OF DEFECTIVE WORK

1.12.1 The CMAR agrees to correct any Work that is found to not be in conformance with the Contract Documents, including that part of the Work subject to Article 1.11 above within a period of 1 year from the date of Substantial Completion of the Work or any portion of the Work, or within any longer period, to the extent required by the Contract Documents. A Progress Payment, or partial or entire use or occupancy of the Project by the City will not constitute acceptance of the Work if not in accordance with the. Contract Documents.

1.12.2 The CMAR will take meaningful steps to begin correction of nonconforming Work subject to this Article 1.12. These measures include but are not limited to timely correction of the Work. If the CMAR fails to initiate necessary measures for this Work within 7 days of receipt of written notice from the City, the City, in addition to any other remedies provided under the Contract Documents, may provide CMAR with written notice that the City will commence correction of the nonconforming Work with its own forces.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 15 of 71 Scottsdale No. 2019-102 -COS

1.12.3 If the City does perform this corrective Work, the CMAR will be responsible for all reasonable costs incurred by the City in performing this correction.

1.12.4 The CMAR will immediately respond to any nonconforming Work that creates an emergency.

1.12.5 The 1 year period referenced in this Article 1.12 applies only to the CMAR’s obligation to correct nonconforming Work and is not intended to be a period of limitations for any other rights or remedies the City may have regarding the CMAR’s other obligations under the Contract Documents.

1.13 SUBCONTRACTOR AND MAJOR SUPPLIER SELECTION

The Parties have entered into a Preconstruction Agreement that contains Subcontractor and Major Supplier provisions. In selecting Subcontractors and Major Suppliers, the CMAR will comply with the provisions in the Preconstruction Agreement. [For horizontal construction, as defined in A.R.S. §34-101(15), the CMAR must self perform not less than 45% of the Work as required by A.R.S. §34-605(G).j

ARTICLE 2 - CITY’S SERVICES AND RESPONSIBILITIES

2.0 DUTY TO COOPERATE. The City will, throughout the performance of the Work, cooperate with the CMAR and perform its responsibilities, obligations and services in a timely manner to facilitate the CMAR’s timely and efficient performance of the Work and so as not to delay or interfere with the CMAR’s performance of its obligations under the Contract Documents. The City will furnish the CMAR a CADD file of the Construction Documents acceptable to the City, at no cost to the CMAR.

2.1 CONTRACT ADMINISTRATOR/CONSTRUCTION ADMIN SUPERVISOR

2.1.1 The Construction Admin Supervisor is responsible for providing City- supplied information and approvals in a timely manner to permit the CMAR to fulfill its obligations under the Contract Documents.

2.1.2 The Construction Admin Supervisor will also provide the CMAR with prompt notice if the Construction Admin Supervisor observes any failure on the part of the CMAR to fulfill its contractual obligations, including any default or defect in the Project or non-conformance with the drawings and specifications.

2.1.3 The City may contract separately with the Design Team, and may include partial construction administration services for the Project. A copy of the Design Team's contract will be furnished to the CMAR.

2.1.4 Both the Contract Administrator and Construction Admin Supervisor are responsible for construction administration of the Work. The Design Team, if authorized by the City, will review, approve or take other appropriate action upon the CMAR's submittals such as Shop Drawings, Product Data and Samples in accordance with Article 1.6.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 16 of 71 Scottsdale No. 2019-102 -COS

Communications by and with the Design Team will be through the Contract Administrator and Construction Admin Supervisor.

2.1.5 The Contract Administrator or Construction Admin Supervisor and the Design Professional will interpret and decide matters concerning performance under the requirements of the Contract Documents. The Design Professional's response to these requests will be made to the City with reasonable promptness. The City will forward response to the CMAR and within the time limits agreed upon.

2.1.6 The Contract Administrator has the authority to authorize Change Orders up to the limits permitted by the Procurement Code.

2.2 CITY’S SEPARATE CONTRACTORS. The City is responsible for all Work performed on the Project or at the Site by separate contractors under the City’s control. The City will contractually require its separate contractors to cooperate with, and coordinate their activities, so as not to interfere with the CMAR, in order to enable timely completion of Work consistent with the Contract Documents. The CMAR agrees to reasonably cooperate and coordinate its activities with those of the separate contractors so that the Project can be completed in an orderly and coordinated manner without unreasonable disruption.

2.3 PERMIT REVIEW AND INSPECTIONS. Approving specific parts of the Building Permit is the responsibility of the City’s Capital Project Management. The City of Scottsdale Plan Review Division issues Certificates of Occupancy.

2.4 FURNISHING OF SERVICES AND INFORMATION

2.4.1 The City will be responsible for the payment or waiver of the following;

1. City review and permit(s) fees for building, encroachment, and demolition permits.

2. City review fees for grading and drainage, water, sewer and landscaping.

3. Utility design fees for permanent services.

4. Obtaining Clean Water Act Nationwide 404 Permits.

5. City Development Fees.

6. Environmental Permits and Licenses.

2.4.2 Unless expressly stated to the contrary in the Contract Documents, the City will provide (at its own cost and expense) to the CMAR, the following information:

1. To the extent available, surveys describing the property, boundaries, topography and reference points for use during construction, including existing service and utility lines;

2. Temporary and permanent easements, and other requirements and encumbrances affecting land use, or necessary to

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 17 of 71 Scottsdale No. 2019-102 -COS

permit the proper design and construction of the Project and enable the CMAR to perform the Work;

3. A legal description and Street or Physical address of the Site;

4. To the extent available, as-built record and historical drawings of any existing structures at the Site;

5. To the extent available, environmental studies, environmental impact statements, reports and impact statements describing the environmental conditions (including hazardous materials) known to exist at the site;

6. The City will provide all City standards and guidelines, supplementary conditions and special provisions that will be included in the plans and specifications for the Project. These may include but are not limited to: disposal of surplus material, special security provisions, investigation of underground facilities, traffic controls and regulations, special quality control testing and termite treatment requirements.

The City is responsible for securing and executing all necessary Contracts with adjacent land or property owners that are necessary to enable the CMAR to perform the construction. The City is further responsible for all costs, including attorneys’ fees, incurred in securing these necessary Contracts.

2.5 PROJECT MANAGEMENT SERVICES

2.5.1 The City may contract separately with one or more Technical Consultants to provide project management assistance to the Project. The Technical Consultant’s contract as well as the contracts of other firms hired by the City will be furnished to the CMAR. The CMAR will not have any right however, to limit or restrict any contract modifications that are mutually acceptable to the City and Technical Consultant.

2.5.2 The Technical Consultant services will augment the City staffing resources to effectively manage the objectives of the City and this Project with the goal of managing the key project communication, cost and time parameters.

2.5.3 The Technical Consultant may provide preprogramming and design standards.

2.5.4 The City may contract with the Technical Consultant to provide some or all of the following services during the performance of the construction:

1. Oversight of the Construction. The City may hire Technical Consultants to assist it in oversight of the Construction Project. The Technical Consultants will:

2. Conduct Site visits at intervals appropriate to the stage of construction to become generally familiar with the progress and quality of the completed construction and to determine in general if the construction

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 18 of 71 Scottsdale No. 2019-102 -COS

is being performed in accordance with the Construction Docurrients. The Technical Consultant will keep the City informed of progress of the construction and will endeavor to guard the City against defects and deficiencies in the construction. The Technical Consultant may have authority to reject construction which does not conform to the Construction Documents and to require additional inspection or testing of the construction in accordance with Articles 1.7 and 1.8;

3. Review and recommend approval of the CMAR’s Payment Requests;

4. Interpret matters concerning performance under and requirements of the Contract Documents on written request of the City. The Technical Consultant's response to these requests will be made with reasonable promptness and within any time limits agreed upon;

5. Analyze, recommend and assist in negotiations of Change Orders;

6. Conduct inspections to determine Substantial Completion and Final Acceptance;

7. Receive and forward to the City for the City's review and records, written warranties and related documents required by the Contract Documents and assembled by the CMAR.

ARTICLE 3 - CONTRACT TIME

3.0 CONTRACT TIME

3.1 Contract Time will be 240 calendar days as indicated in the Notice to Proceed (NTP).

3.1.1 Contract Time will start with the Notice to Proceed (NTP) and end with Substantial Completion. The City will issue a NTP letter establishing the mutually agreed upon NTP date for this Contract.

3.1.2 Failure on the part of the CMAR to adhere to the Project Schedule may be the basis for termination of this Contract by the City.

3.1.3 Each GMP amendment to this Contract will establish a separate construction NTP date. Performance Period and Substantial Completion date for the entire Project. The Performance Period(s) may be sequential or may run concurrently.

3.1.4 The CMAR agrees to commence performance of the Work and achieve Performance Periods and the Contract Time.

3.1.5 All of the times stated in this Article 3 are subject to adjustment in accordance with Article 5.

3.2 CONSTRUCTION SCHEDULE. Each approved GMP proposal will include a Project Schedule as prescribed in Article 3.7 with a Critical Path Method diagram construction schedule that will indicate the path of critical activities and establish

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 1 9 of 71 Scottsdale No. 2019-102 -COS

the Performance Period encompassed by the GMP. The CMAR will maintain the construction schedule throughout the construction.

3.3 PUNCH LIST PREPARATION

A minimum of 30 days before Substantial Completion the CMAR, in conjunction with the City, will prepare a comprehensive list of Punch List items, which the City may edit and supplement. The CMAR will proceed promptly to complete and correct the Punch List items. Failure to include an item on the Punch List does not alter the responsibility of the CMAR to complete all Work in accordance with the Contract Documents. Warranties required by the Contract Documents will not commence until the date of Final Acceptance unless otherwise provided in the Contract Documents. Seven (7) days before the City issues its Final Acceptance Letter, the CMAR will deliver to the City all Operation and Maintenance Manuals necessary for the City to assume responsibility for the operation and maintenance of that portion of the Work.

3.4 LIQUIDATED DAMAGES

The CMAR understands that if Substantial Completion is not attained within the Contract Time as adjusted, the City will suffer damages, which are difficult to determine and accurately specify. The CMAR agrees that if Substantial Completion is not attained within the Contract Time as adjusted, the CMAR will pay as liquidated damages the amounts specified in Section 108.9 of the M.A.G. Standard Specifications, incorporated in this Contract by reference. These amounts may be adjusted depending on the anticipated or actual loss caused by the delay and the difficulty of proof of loss.

3.5 PROJECT SCHEDULE

3.5.1 The Project Schedule will be initially submitted at the start of this Contract as required by Article 1 and updated and maintained throughout the Contract Services. An updated Project Schedule will be part of the GMP amendment.

3.5.2 The Project Schedule will be revised as required by conditions and progress of the Contract Services, but any revisions will not relieve the CMAR of its obligations to complete the Contract Services within the Contract Time(s), as these dates may be adjusted in accordance with the Contract Documents.

3.5.3 An Updated Project Schedule will be submitted monthly to the City, 5 days before the CMAR’s monthly Payment Request.

1. The CMAR will provide the City with a monthly status report with each Project Schedule detailing the progress of Construction, including whether (i) the construction is proceeding according to schedule, (ii) discrepancies, conflicts, or ambiguities exist in the Contract Documents that require resolution, and (iii) other items that require resolution so as not to jeopardize the ability to complete the construction as presented in the GMP and within the Contract Time(s). The monthly status report and Project schedule shall be provided electronically to the Contract Administrator and Construction Admin Supervisor no later than the 25^'^ of each month.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 20 Of 71 Scottsdale No. 2019-102 -COS

2. With each Project Schedule submitted, the CMAR will include a transmittal letter including the following:

■ Description of problem tasks (referenced to field instructions, Requests for Information (RFIs), Change Order or claim numbers) as appropriate.

■ Current and anticipated delays not resolved by approved change orders, including:

o Cause of the delay. o Corrective action and schedule adjustments to correct the delay. o Known or potential impact of the delay on other activities, milestones, and the date of Substantial Completion, o Changes in construction sequence.

■ Pending items and status including but not limited to: o Pending Change Orders. o Time extension requests, o Other items.

° Substantial Completion date status: o If ahead of schedule, the number of days ahead, o If behind schedule, the number of days behind.

■ Other project or scheduling concerns.

3.5.4 The City’s review of and response to the Project Schedule is only for general conformance with the scheduling requirements of the Contract Documents. The review will not relieve the CMAR from compliance with the requirements of the Contract Documents or be construed as relieving the CMAR of its complete and exclusive control over the means, methods, sequences and techniques for executing the Contract Services.

3.5.5 The Project Schedule will include a Critical Path Method diagram schedule that will show the sequence of activities, the interdependence of each activity and indicate the path of critical activities.

The Critical Path Method diagram schedule will be in days and indicate duration, earliest and latest start and finish dates, and will be presented in a time scaled graphical format for the Project as a whole.

1. The activities making up the schedule will be of sufficient detail to assure that adequate planning has been done for proper execution of the Work and provide an appropriate basis for monitoring and evaluating the progress of the Work.

2. The Critical Path Method diagram construction schedule will be based upon activities which would coincide with the Schedule of Values.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 21 of 71 Scottsdale No. 2019-102 -COS

3. The Critical Path Method diagram schedule will show all submittals associated with each Work activity and the review time for each submittal.

4. The schedule will show milestones, including milestones for City- furnished information, and will include activities for City-furnished equipment and furniture, if any, when those activities are interrelated with the CMAR’s activities.

5. The schedule will include a critical path activity that reflects anticipated rain delay during the performance of the Contract. The duration will reflect the average climatic range and usual industrial conditions prevailing in the locality of the Site. Weather data will be based on information provided by the National Weather Service or other approved source.

3.6 COST ESTIMATES

Provisions pertaining to cost estimates may be found in the GMP Proposal, attached as Exhibit C.

3.7 CONSTRUCTION MANAGEMENT PLAN

As a part of the Preconstruction Agreement, the City has required the CMAR to prepare a Construction Management Plan.

ARTICLE 4 - CONTRACT PRICE

The CMAR agrees to do all Work for the first phase of the construction of the improvements and to completely construct the improvements and install the material, as called for by this Contract, free and clear of all claims, liens, and charges whatsoever, in the manner and under the conditions specified within the time, or times, stated in the GMP, as may be amended from time to time, as set forth in the GMP Proposal, attached as Exhibit C.2, and by reference made a part of this Contract.

4.1 CONTRACT PRICE

4.1.1 The Contract Price is a not to exceed price of $8,424,621.12, as stated in detail in the GMP Proposal, attached as Exhibit C.2.

4.1.2 The Contract Price is the sum of the GMP plus the City's Project Contingency defined in Article 12 plus an allowance for sewer infrastructure and is subject to adjustments made in accordance with Article 5.

4.1.3 The CMAR is responsible for payment of all State of Arizona and City of Scottsdale transaction privilege (sales) taxes due on construction income, whether or not these taxes are specifically separated in the bid amount.

4.1.4 Unless othenfl/ise provided in the Contract Documents, the Contract Price is to include all sales, use, consumer and other taxes throughout the term of this Contract, whether or not yet effective or merely scheduled to go into effect.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 22 of 71 Scottsdale No. 2019-102 -COS

4.1.5 Any Contingencies and Allowances as agreed upon between the City and the CMAR will be in the GMP.

4.2 CMAR CONSTRUCTION FEE FOR CHANGES. If the GMP requires an adjustment due to changes in the Work, the cost of any changes will be determined under Article 5.

4.3 GUARANTEED MAXIMUM PRICE (GMP)

4.3.1 At the end of the design phase or at a time determined by the City, and as a part of the Work done under the Preconstruction Agreement, the City will request the CMAR to provide a GMP, or series of GMP’s if the CMAR determines phased construction would be in the City’s best interest. The approved GMP(s) is set forth in Exhibit C.2, attached to this Contract.

4.3.2 The CMAR guarantees to bring the completion of the construction of the Project within the GMP or the CMAR alone will be required to pay the difference between the actual cost and the GMP.

1. Buy out savings are any savings of the CMAR’s GMP at the conclusion of the selection of Subcontractors. Buy out savings may be used during construction by the City as a City Project contingency. Unused savings will be returned to the City.

2. Any savings realized during construction may be incorporated into the construction of the Project to fund additional scope items. Unused savings will be returned to the City.

4.3.3 The GMP is composed of the Total Cost of the Work (Direct Costs) plus the CMAR’s Indirect Costs which are not-to-exceed cost reimbursable, actual costs or fixed fee amounts defined as:

1. The Total Cost of the Work (Direct Costs) is a negotiated and not-to- exceed amount defined by the individual work items and their associated negotiated unit prices as part of the hard construction work as defined in Article I as performed by the CMAR through self- performed work, Sub-Contractors’ work and any other third party as set forth in Article 1.13 requirements for selection of subcontractors and major suppliers. It includes the costs for all direct labor, materials and equipment incorporated in the completed construction, materials testing prescribed in Article 1.8 and warranty of the work.

2. The CMAR’s Indirect Costs include the costs for General Conditions, Payment and Performance Bonds, Insurance, the CMAR Construction Fee and Taxes.

a. The General Conditions are costs for the negotiated amount of Project supervision and other indirect costs according to construction terms as defined in Article 12. These costs are not reflected in other GMP items. Costs may include, but are not limited to, the following: Project Manager, Superintendent, Full­ time General Foremen, workers not included as direct labor costs engaged in Project support (e.g. loading/unloading, clean-up, etc.) and administrative office personnel. Other costs may include:

Project Name:, crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 23 of 71 Scottsdale No. 2019-102 -COS

temporary office, fees not specifically listed in Articles 1.2 and 2.4 or as qualified in Exhibit B, fencing and other facilities, office supplies, office equipment, minor expenses, utilities, vehicles, fuel, sanitary facilities, and telephone services at the site.

b. Payment Bonds, Performance Bonds and Insurance are actual costs applied to Cost of Work and General Conditions Costs as detailed in the GMP Proposal.

c. The CMAR Construction Fee is a negotiated fixed fee that is proposed by the CMAR for management and related services of the CMAR Project. The fee includes the CMAR’s profit and home office overhead, whether at the CMAR’s principal or branch offices, including the administrative costs, home office costs and any limitations or exclusions that may be included in the General Conditions.

d. Taxes include all sales, use, consumer and other taxes which are legally enacted when negotiations of the GMP were concluded, whether or not yet effective or merely scheduled to go into effect. Taxes are actual costs and are a not-to-exceed reimbursable amount.

4.3.4 The GMP is cumulative. The amount of any GMP amendment will be negotiated separately and will reflect the CMAR’s risk from that point forward in the Project.

4.4 GMP PROPOSAL. The GMP Proposal will be that as provided in the Preconstruction Agreement, and the GMP Proposal is attached as Exhibit C.2.

4.5“ GMP APPROVAL. The approval of the GMP will be in accordance with the provisions of the Preconstruction Agreement, attached to this Contract as Exhibit B.

4.6 TAX/LICENSE

The CMAR must secure and maintain, during the life of the Contract, State of Arizona and City of Scottsdale Transaction Privilege (sales) Tax Licenses.

To obtain a State of Arizona Privilege (Sales) Tax License Application, please go to the following website; http://www.revenue.state.az.us/ADOR Forms/70-79/74- 4002 fillable.pdf

To obtain a City of Scottsdale Transaction (Sales) Tax License Application, please go to the following website: http://www.scottsdaleaz.qov/taxes/salestax.asp

4.7 RESPONSIBILITY FOR PRIVILEGE (SALES) TAXES

The CMAR is responsible for payment of all applicable State of Arizona and City of Scottsdale transaction privilege (sales) taxes due on construction income whether or not these taxes are specifically separated in the bid amount. The taxes are to be reported on either a progressive billing (accrual) basis or cash

Project Name: crossroads east drainage a public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 24 of 71 Scottsdale No. 2019-102 -COS

receipts basis, depending on the method chosen at the time application was made for the Privilege (sales) Tax License.

City Privilege (sales) tax exemptions/deductions may be applicable to certain projects. The CMAR is advised to consider this as it prepares its bid. Please review, in detail. Sections 415, 465, and 110 of the Scottsdale Revised City Code, Appendix C to determine if exemptions/ deductions are applicable. For tax guidance, please reference the City Code and other tax resources at the following website; http://www.scottsdaleaz.gov/taxes/

The State of Arizona has similar exemptions, please reference A.R.S. Title 42 at the following website: http://v>ww.azleq.state.az.us/ArizonaRevisedStatutes.asp?Title=42

For further questions regarding tax treatment, please contact the Arizona Department of Revenue at (602) 255-2060 and the City of Scottsdale Tax & Audit Section at (480) 312-2625.

ARTICLE 5 - CHANGES TO THE CONTRACT PRICE AND TIME

DELAYS TO THE WORK

5.1 DELAYS TO THE WORK

5.1.1 Delays may be compensable, concurrent, excusable or non-excusable as defined in Article 12.

5.1.2 If the CMAR is delayed in the performance of the Work due to acts, omissions, conditions, events, or circumstances beyond its control and due to no fault of its own or those for whom CMAR is responsible, the Contract Times for performance may be reasonably extended by Change Order.

5.1.3 The CMAR must request an increase in the Contract Time by written notice including an estimate of the probable effect of delay on progress of the Work. In the case of a continuing delay only one request is necessary.

1. Written notice will be received within 14 days of the commencement of the cause of the delay.

2. If written notice is received more than 14 days after commencement of the cause of the delay, the period of delay will be considered to commence 14 days before the giving of the notice.

5.1.4 By way of example and subject to Article 11.7, events that may entitle the CMAR to an extension of the Contract Time include acts or omissions of the City or anyone under the City’s control (including separate contractors). Acts of God or public enemy, changes in the Work, Differing Site Conditions, Hazardous Conditions, unusual delay in transportation, and excessive inclement weather conditions not reasonably anticipated, war or other national emergency making performance temporarily

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 25 of 71 Scottsdale No. 2019-102 -COS

impossible or illegal, or strikes or labor disputes not brought about by any act or omission of the CMAR.

5.1.5 If excessive inclement weather conditions are the basis for a request for additional Contract Time, these requests will be documented by data substantiating that weather conditions were abnormal for the period of time and could not have been reasonably anticipated, and that weather conditions had an adverse effect on the scheduled construction.

5.1.6 It is understood, however, that permitting the CMAR to proceed to complete any Work, or any part of the Work, after the date to which the time of completion may have been extended, will in no way act as a waiver on the part of the City of any of its legal rights under this Contract.

5.1.7 In the event that the CMAR sustains damages as a result of expenses incurred by a delay for which the City is responsible, the CMAR and the City will negotiate to determine the amount of these damages. This provision is made in compliance with Arizona Revised Statutes Section 34-609 (E) and is effective only if the delay caused by the City is unreasonable under the circumstances and was not within the contemplation of the parties. This provision will not be construed to void any provision of this Contract pertaining to notice of delays, arbitration or other settlement provisions applicable to disputes, or provisions relating to liquidated damages.

1. In addition to the CMAR’s right to a time extension for those events stated in this Article 5.0, the CMAR may also be entitled to an appropriate adjustment of the Contract Price provided, however, that the Contract Price will not be adjusted for those events described in this Article that are beyond the control of both the CMAR and the City, including the events of war, acts of terrorism, floods, labor disputes (but not including CMAR’s own work force and those of its subcontractors), earthquakes, epidemics, excessive inclement weather conditions not reasonably anticipated, and other acts of God.

5.2 DIFFERING SITE CONDITIONS

5.2.1 If the CMAR encounters a Differing Site Condition(s), the CMAR may be entitled to an adjustment in the Contract Price or Contract Time(s) to the extent the CMAR’s cost or time of performance are the direct result of a Differing Site Condition(s).

5.2.2 Upon encountering a Differing Site Condition, the CMAR will provide prompt written notice to the City of the condition, which notice will not be later than 7 days after the condition has been encountered. The CMAR must give the City’s Contract Administrator written notice of and an opportunity to observe, such condition before disturbing or altering the Differing Site conditions. The failure of the CMAR to give written notice and make the Claim as required by this Article and Article 7.1.5 shall constitute a waiver by the CMAR of any rights arising out of or relating to such Differing Site Conditions. The CMAR will, to the extent reasonably possible, provide notice before, the Differing Site Condition has been substantially disturbed or altered. (Final costs must be submitted within

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 26 Of 71 Scottsdale No. 2019-102 -COS

thirty (30) days after notice is received by the City, unless extended by written agreement of the parties.)

5.2.3 In order for the CMAR to obtain any additional compensation or time extensions for Differing Site Conditions, the CMAR must demonstrate that it encountered a material difference at the Site, as defined in Article 12, that required it to expend additional cost or time. The CMAR will also establish that it actually and reasonably relied upon the representations found in the Contract Documents concerning the Site conditions.

5.3 APPLICATION FOR EXTENSION OF TIME

5.3.1 If performance by the CMAR is delayed for a reason set forth in Article 5, the CMAR may be allowed a reasonable extension of time in conformance with this Article. Before the CMAR’s time extension request may be considered, the CMAR shall notify the City of the condition which allegedly has caused or is causing the delay, and shall submit a written application to the City identifying:

1. Liquidated damage assessment rate, as specified in the Contract;

2. Original total GMP;

3. The original Contract start date and completion date;

4. Any previous time extensions granted (number and duration);

5. The extension of time requested.

5.3.2 In addition, the application for extension of time shall set forth in detail;

1. The nature of each alleged cause of delay in completing the Work; and

2. The date upon which each such cause of delay began and ended and the number of dates attributable to each such cause; and

3. A statement that the CMAR waives all claims except for those delineated in the application, and the particulars of any claims which the CMAR does not agree to waive. For time extensions for Substantial Completion and final completion payments, the application shall include a detailed statement of the dollar amounts of each claim item reserved; and

4. A statement indicating the CMAR’s understanding that the time extension is granted only for purposes of permitting continuation of Contract performance and payment for Work performed and that the City retains its right to conduct an investigation and assess liquidated damages as appropriate in the future.

Project Name: crossroads eastdrainages public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 27 of 71 Scottsdale No. 2019-102 -COS

5.4 ERRORS, DISCREPANCIES AND OMISSIONS

5.4.1 If the CMAR observes errors, discrepancies or omissions in the Contract Documents, it will promptly notify the City and request clarification. The CMAR will provide a copy of any notice to the City Contract Administrator.

5.4.2 If the CMAR proceeds with the Work affected by any errors, discrepancies or omissions, without receiving clarifications, it does so at its own risk. Adjustments involving these circumstances made by the CMAR before clarification by the Design Professional are at the CMAR’s risk.

5.5 CITY REQUESTED CHANGE IN WORK. The City reserves the right to make, at any time during the progress of the Work, any alterations as may be found necessary or desirable.

5.5.1 Any alterations and changes will not invalidate this Contract nor release the surety, and the CMAR agrees to perform the Work as altered, the same as if it had been a part of the original Contract Documents. The CMAR will notify the surety of the changes and will assure that the alterations and changes are adequately covered by the surety bond.

5.5.2 Upon receipt of a request for Change in Work, the CMAR will prepare a proposal in significant detail according to Article 5.11. The CMAR’s proposal will include a detailed description of any schedule impact.

5.5.3 Legal Requirements. The Contract Price or Contract Times will be adjusted to compensate the CMAR for the effects of any changes in the Legal Requirements enacted after the date of the Contract or the date of the GMP, affecting the performance of the Work.

5.6 CHANGE ORDERS

5.6.1 In accordance with Scottsdale Revised Code Section 2-200 and any related Rules and Procedures, the City and the CMAR will negotiate in good faith and as expeditiously as possible the appropriate adjustments for a Change Order. Upon reaching an agreement, the parties will prepare and execute an appropriate Change Order reflecting the terms of the adjustment. The change in the Work may or may not include an adjustment in the Contract Price or Contract Time.

5.6.2 All changes in the Work authorized by Change Orders will be performed under the conditions of the Contract Documents. The decision to issue Change Orders rests solely with the City and any decision to issue a Change Order must be promptly complied with by the CMAR, subject to the provisions of Article 5.4. The Contract Administrator has the authority to authorize Change Orders up to the limits permitted by the City’s Procurement Code.

5.6.3 The execution of a Change Order by the CMAR shall constitute conclusive evidence of the CMAR’s agreement to the ordered changes in work, this Contract as thus amended, the Contract.Price, and the time for performance by the CMAR. The CMAR, by executing the Change Order, waives and forever

Project Name; crossroads east drainage & public infrastructure Project No. FB53 9626760v8 {Rev Dec. 2016) Page 28 Of 71 Scottsdale No. 2019-102 -COS

releases any claim against the City for any additional time or compensation for matters relating to, arising out of, or resulting from the work included within or affected by the executed Change Order of which the CMAR knew or should have known.

5.6.4 The City may direct the CMAR to perform additional work under the contract by issuing a Construction Change Directive when time and/or cost of the work is not in agreement between the City and the CMAR. During the pendency of a resolution of the price and/or time adjustments between the City and the CMAR, the CMAR may not suspend work and will comply with the Construction Change Directive.

5.7 UNILATERAL DETERMINATION OF CHANGE ORDER VALUE

If no mutual agreement occurs between the City and the CMAR, the change in Contract Price, if any, shall be derived by determining the reasonable actual costs incurred or savings achieved, resulting from revisions to the Work. Such reasonable actual costs or savings shall include a component for direct job site overhead and profit, but shall not include home-office overhead or other indirect costs and components. The calculation of actual costs shall conform to Article 5.11.2 . Any such costs or savings shall be documented in the format and with such content and detail as the City requires. The CMAR shall promptly submit such documentation and other backup as the City may require in evaluating the actual costs incurred.

5.8 ADDITIONAL CHANGE ORDER COST REQUIREMENTS

The cost of all items listed in the CMAR’s proposal shall be directly related to the Change Order. Indirect costs not specifically related to the Change Order shall not be considered. The CMAR’s or Subcontractor’s submittals shall include the cost of materials, sales tax, cost of all transport, equipment costs and any direct Project expenses. CMAR’s or Subcontractor’s Direct Labor Costs shall be limited to the hourly rate of directly involved workmen, employer contributions toward CMAR standard benefits, pensions, unemployment or social security (if any), and employer costs for paid sick and annual leave. CMAR’s or Subcontractor’s Indirect Costs may include license fees, bond premiums, supervision, and vehicle expense directly related to the Change order.

5.9 LIMITATION OF COMPENSABLE ITEMS

5.9.1 For Change Orders, the total cost or credit to the City shall be based on the following schedule:

1. CMAR’s Materials Costs.

2. CMAR’s Direct Labor Costs.

3. CMAR’s Equipment Costs (includes owned/rented equipment).

4. Applicable Subcontractor Costs.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 29 Of 71 Scottsdale No. 2019-102 -COS

5. Subtotal of Costs to the CMAR.

6. CMAR’s Overhead and Profit.

7. Total Cost or Credit to the City.

5.10 FIELD ORDERS

5.10.1 The City has authority to initiate Field Orders that do not materially and adversely affect the Work, including the design, quality, performance and workmanship required by the Contract Documents. Field Orders will be imposed by written order and will be binding on the City and the CMAR. The CMAR will carry out any written orders promptly.

5.10.2 Field Orders will not involve an adjustment in the Contract Price or Contract Times unless or until an adjustment becomes a Change Order.

5.10.3 The CMAR may make minor changes in the Work, but the CMAR will promptly inform the City, in writing, of any changes and record the changes, if appropriate, on the Project Record Documents maintained by the CMAR.

5.11 CONTRACT PRICE ADJUSTMENTS

5.11.1 The increase or decrease in Contract Price resulting from a Change in the Work will be determined by one of the following methods stated in order of preference:

1. Using direct cost labor and material rates established in the contract documents as a basis of the Contract Price adjustment;

2. Using unit prices found in the Contract or as subsequently agreed between the parties;

3. A mutually agreed upon accepted, allowance, properly itemized and supported by sufficient substantiating data to permit evaluation by the City; and

4. A negotiated CMAR Construction Fee for the Change in Work equal to additional Indirect Costs resulting from the Change in the Work plus any negotiated profit.

5.11.2 If an increase or decrease cannot be agreed to as provided in Articles 5.7 and 5.8, the cost of the Change of the Work will be determined by the reasonable expense and savings in the performance of the Work resulting from the change, including a reasonable CMAR Construction Fee, according to the methodology used to establish the contract GMP. The CMAR will maintain a documented, itemized accounting evidencing the expenses and savings associated with the changes.

5.11.3 If unit prices are included in the Contract Documents or are subsequently agreed to by the parties, but application of the unit prices will cause substantial inequity to the City or the CMAR because of differences in the character or

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 30 Of 71 Scottsdale No. 2019-102 -COS

quantity of the unit items as originally contemplated, the unit prices will be equitably adjusted.

5.11.4 If the City and the CMAR disagree upon the amount to be paid, whether the CMAR is entitled to be paid for any services required by the City or if there other disagreements over the Scope of Work, proposed changes to the Work, or the time required to complete the Work, the City and the CMAR will resolve the dispute in accordance with Article 7.

1. As part of the negotiation process, the CMAR will furnish the City with a good faith estimate of the costs to perform the disputed services or the additional time required in accordance with the City's interpretations.

2. if the parties are unable to agree and the City expects the CMAR to perform the services in accordance with the City's interpretations, the CMAR will proceed to perform the disputed services, conditioned upon the City issuing a written order to the CMAR (i) directing the CMAR to proceed and (ii) specifying the City's interpretation of the services that are to be performed.

5.11.5 Emergencies. In any emergency affecting the safety of persons or property, or both, the CMAR will act, at its discretion, to prevent threatened damage, injury or loss. Any change in the Contract Price or Contract Time(s), or both, resulting from emergency work will be determined as provided in this Article 5.

ARTICLE 6 - PROCEDURE FOR PAYMENT

6.0 For and in consideration of the faithful performance of the Work required to be done by the Contract Documents, and in accordance with the directions of the City and to its satisfaction, the City agrees to pay the CMAR the Cost of the Work performed and any applicable costs for general conditions, insurance, bonding, and taxes, but no more than the GMP as adjusted by any Change Orders and provisions of Article 5. Payment for the specific Work under this Contract will be made in accordance with payment provisions of this Article 6.0.

6.1 GMP PAYMENT REQUEST

6.1.1 At the Preconstruction conference described in Article 1.3, the CMAR will submit for the City's review and approval a Schedule of Values. The Schedule of Values will (i) be based on the bids accepted from the successful Subcontractors (ii) include values for all items comprising the GMP including any City allowances, and (iii) serve as the basis for monthly progress payments made to the CMAR throughout the Work.

6.1.2 At least 5 working days before the date established for a Payment Request, the CMAR will meet with the Contract Administrator to review the progress of the Work, as it will be reflected on the CMAR Payment Request. The CMAR Payment Request will constitute the CMAR’s representation that the Work has been performed consistent with the Contract Documents, has progressed to the point indicated in the CMAR Payment Request, and that title to all the Work will pass to the City free and clear of all claims, liens, encumbrances, and security interests upon the incorporation of the Work into the Project.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 31 of 71 Scottsdale No. 2019-102 -COS

6.1.3 The CMAR’s Payment Request may request payment for equipment and materials not yet incorporated into the Project if construction progress is in reasonable conformance with the approved schedule.

1. For equipment and materials properly stored at the Site, the equipment and materials will be protected by suitable insurance and the City will receive the equipment and materials free and clear of all liens and encumbrances.

2. For materials and equipment stored off the Site, the City must approve the storage. The material and equipment must be stored within Maricopa County and be accessible for the City’s inspection. Title to the materials and equipment will protect the City's interest and will include applicable insurance, bonding, storage and transportation to the Site.

3. The City will be named as an Additional Insured on all insurance required for all stored materials or equipment.

6.1.4 The CMAR will submit a Payment Request in a format acceptable to the City on a date established by the City and the CMAR. The Payment Request will be submitted to the Contract Administrator as identified in Article 7.3. This submittal will include, at a minimum, a narrative description of the tasks accomplished during the billing period, a listing of any Deliverables submitted, and the Subcontractors’ actual request for payment plus similar narrative and listing of their work.

6.1.5 Payments for these services negotiated as a fixed unit price will be made in accordance with actual measured quantities completed during the preceding month as itemized on the Schedule of Values and stated in Exhibit C.2. Payment for services negotiated as a lump sum will be made in accordance with the percentage of the services completed during the preceding month as itemized on the Schedule of Values in Exhibit C. Those services negotiated, as a not-to-exceed reimbursable sum will be paid in accordance with the actual costs of the service expended during the preceding month. The City will review Payment Requests and make recommendations for approval or denial within 7 days after the City’s receipt of each properly submitted and accurate Construction Payment Request, but in each case less the total of payments previously made, and less amounts properly withheld as retention under Article 6.3. Payment Requests will be considered approved and certified for payment after 7 days unless before that time, the Contract Administrator issues a specific finding setting forth in detail those items in the Request for Payment that are not approved for payment.

6.1.6 The CMAR agrees at its own cost and expense, to perform all construction, as called for by this Contract free and clear of all claims, liens, and charges whatsoever, in the manner and under the conditions specified within the time, or times, stated in this Contract.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Pag e 32 of 71 Scottsdale No. 2019-102 -COS

6.1.7 The Schedule of Values will be submitted as prescribed in this Contract, and subject to adjustment in accordance to this Contract and will serve as the basis for monthly progress payments made to the CMAR throughout the construction.

6.1.8 The CMAR will submit to the City on the monthly anniversary of the construction NTP date beginning with the first month after the construction NTP date the “Construction Payment Request”.

6.2 PAYMENT OF GMP

6.2.1 The City will make payment in accordance with A.R.S. §34-609. Payment will be made no later than 14 days after the CMAR Payment Request is certified and approved by the City’s Contract Administrator, less amounts properly retained under Article 6.3. The CMAR will pay all sums due to the subcontractors and suppliers for services and materials within 7 days after the CMAR has received payment from the City.

6.2.2 The City will pay the CMAR all amounts properly due. If the City determines that the CMAR is not entitled to all or part of a CMAR Payment Request, it will notify the CMAR in writing within 7 days after the date the CMAR Payment Request is received by the City. The notice will indicate the specific amounts the City intends to withhold, the reasons and contractual basis for the withholding, and the specific measures the CMAR must take to rectify the City’s concerns. The CMAR and the City will attempt to resolve the City’s concerns. If the parties cannot resolve these concerns, the CMAR may pursue its rights under the Contract Documents, including those under Article 7.

6.3 RETENTION OF GMP

6.3.1 The City will retain 10% of each CMAR Payment Request amount, provided, however, that when 50% of the Work has been completed by the CMAR, on CMAR’s request one-half of the amount retained, including any substituted securities, will be paid to the CMAR if the CMAR is making satisfactory progress on the Contract, and there is no specific cause or claim requiring a greater amount to be retained. After the Contract is 50% completed, no more than 5% of the amount of any subsequent progress payments may be retained if the CMAR is making satisfactory progress on the Contract. If, however, the City determines that satisfactory progress is not being made on the Contract, the City may reinstate the 10% retention for all remaining progress payments.

6.3.2 In lieu of retention, the CMAR may provide an assignment of time certificates of deposit (CDs) from a bank licensed by the State of Arizona, securities guaranteed by the United States, securities of the United States, the State of Arizona, Arizona counties, Arizona municipalities, Arizona school districts, or shares of savings and loan institutions authorized to transact business in Arizona.

1. Securities deposited in lieu of retention must be deposited into a separate account with a bank having a branch located in the City of Scottsdale.

Project Name: crossroads east drainage & public infrastructure Project No, FB53 9626760V8 (Rev Dec. 2016) Page 33 Of 71 Scottsdale No. 2019-102 -COS

2. CDs and Securities will be assigned exclusively for the benefit of the City of Scottsdale in accordance with the City's form of Retainage Escrow Contract.

6.4 SUBSTANTIAL COMPLETION

6.4.1 Substantial Completion will be for the entire Project unless a partial Substantial Completion is identified in the approved GMP schedule and stated in the Notice to Proceed letter. Substantial Completion will be in accordance with its definition in Article 12, and with the criteria in the Notice to Proceed.

6.4.2 Before notifying the City as required in Article 6.4.3 below, the CMAR must inspect the Work and prepare and submit to the City a comprehensive list of items to be completed or corrected. The CMAR will proceed promptly to complete and correct items on the list. Failure to include an item on the list does not alter the responsibility of the CMAR to complete all Work in accordance with the Contract Documents.

6.4.3 The CMAR will notify the City when it believes the Work, or to the extent permitted in the Contract Documents, a portion of the Work, is substantially complete.

6.4.4 Within 5 days of the City’s receipt of the CMAR’s notice, the City and the CMAR will jointly inspect the Work to verify that it is substantially complete in accordance with the requirements of the Contract Documents.

6.4.5 If the Work is substantially complete, the City will prepare and issue a Certificate of Substantial Completion that will establish (i) the date of Substantial Completion of the Work or portion of the Work, (ii) the remaining items of Work that have to be completed within 30 calendar days before Final Acceptance, (iii) provisions (to the extent not already provided in the Contract Documents) establishing the City’s and the CMAR’s responsibility for the Project’s security, maintenance, utilities and insurance pending Final Acceptance and (iv) an acknowledgment that warranties commence to run on the date of Substantial Completion, except as may otherwise be noted in the Certificate of Substantial Completion.

6.4.6 The City, at its option, may use a portion of the Work which has been determined to be substantially complete, provided, however, that (i) a Certificate of Substantial Completion has been issued for the portion of Work addressing the items in Article 6.4.5 above, (ii) the CMAR and the City have obtained the consent of their sureties and insurers, and to the extent applicable, the appropriate government authorities having jurisdiction over the Project, and (iii) the City and the CMAR agree that the City’s use or occupancy will not interfere with the CMAR’s completion of the remaining Work.

6.4.7 Substantial Completion. Upon Substantial Completion of the entire Work or, if applicable, any portion of the Work, the City may release to the CMAR all retained amounts relating, as applicable, to the entire Work or completed portion of the Work, not to exceed two and one halftimes (2.5)

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 34 of 71 Scottsdale No. 2019-102 -COS

the reasonable value of all remaining or incomplete items of Work as noted in the Certificate of Substantial Completion.

6.5 FINAL ACCEPTANCE

Upon receipt of written notice that the Work or identified portions of the Work are ready for final inspection and acceptance, the City and the CMAR will jointly inspect to verify that the remaining items of Work have been completed as described in Article 6.4. Upon verification that the items have been satisfactorily completed, the City will issue a Final Acceptance Letter.

6.6 FINAL PAYMENT

6.6.1 After receipt of a final CMAR Payment Request, and provided that the CMAR has completed all of the Work in conformance with the Contract Documents, the City will make final payment 14 days after the City has issued its Final Acceptance Letter.

6.6.2 At the time of submission of its final CMAR Payment Request, the CMAR will provide the following information:

1. An affidavit that there are no claims, obligations or liens outstanding or unsatisfied for labor, services, material, equipment, taxes or other items performed, furnished or incurred for or in connection with the Work which will in any way affect the City’s interests;

2. An affidavit regarding settlement of claims executed by the CMAR waiving, upon receipt of final payment by the CMAR, all claims, except those claims previously made in writing to the City and remaining unsettled at the time of final payment; and

3. Consent of the CMAR’s surety, if any, to final payment.

6.7 EXTENSION OF TIME FOR FINAL PERFORMANCE

In the event the CMAR is delayed in performing any task, which at the time of the delay is then critical, or which during the delay becomes critical, as the sole and exclusive result of any act or omission by the City, or someone acting on the City’s behalf, or by City authorized Change Orders, unusually severe weather not reasonably anticipatable, fire, or other Acts of God, occurring without the fault or negligence of the CMAR, the date for achieving Substantial Completion, or, as applicable, final completion, will be appropriately adjusted by the City upon the written claim of the CMAR to the City filed in full compliance with the Contract Documents. A task is critical within the meaning of this Article if the task is on the critical path of the most recently approved Progress Schedule so that a Delay in performing the task will Delay the ultimate completion of the Project. ANY CLAIM FOR AN EXTENSION OF TIME BY THE CMAR MUST STRICTLY COMPLY WITH THE REQUIREMENTS OF ARTICLE 7 BELOW. IF THE CMAR FAILS TO MAKE SUCH CLAIM AS REQUIRED IN THIS ARTICLE, ANY CLAIM FOR AN EXTENSION WILL BE WAIVED AND SHALL BE DISMISSED.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 35 of 71 Scottsdale No. 2019-102 -COS

6.8 PAYMENTS TO SUBCONTRACTORS OR SUPPLIER

6.8.1 The CMAR will pay its Subcontractors or suppliers within 7 calendar days after receipt of each progress payment from the City, unless otherwise agreed in writing by the CMAR and Subcontractor or supplier. The CMAR will pay for the amount of the Work performed or materials supplied by each Subcontractor or supplier as accepted and approved by the City with each progress payment. In addition, any reduction of retention by the City to the CMAR will result in a corresponding reduction to Subcontractors or suppliers who have performed satisfactory work. The CMAR will pay Subcontractors or suppliers the reduced retention within 7 calendar days of the payment of the reduction of the retention to the CMAR. No Contract between the CMAR and its Subcontractors and suppliers may materially alter the rights of any Subcontractor or supplier to receive prompt payment and retention reduction as provided in this Contract.

6.8.2 If the CMAR fails to make payments in accordance with these provisions, the City may take any of one or more of the following actions and the CMAR agrees that the City may take these actions;

1. To hold the CMAR in default under this Contract;

2. Withhold future payments including retention until proper payment has been made to Subcontractors or suppliers in accordance with these provisions;

3. Reject ail future offers to perform work for the City from the CMAR for a period not to exceed one year from Substantial Completion date of this project; or

4. Terminate this Contract.

6.8.3 If the CMAR’s payment to a Subcontractor or supplier is in dispute, the CMAR and Subcontractor or supplier agree to submit the dispute to any one of the following dispute resolution processes within 14 calendar days from the date any party gives notice to the other: (a) binding arbitration; (b) a form of alternative dispute resolution (ADR) agreeable to all parties, or (c) a City of Scottsdale facilitated mediation. When a disputed claim is resolved through ADR or otherwise, the CMAR and Subcontractor or supplier agrees to implement the resolution within 7 calendar days after the resolution date.

6.8.4 Should the City fail or delay in exercising or enforcing any right, power, privilege, or remedy under this Article, this failure or delay will not be considered a waiver, release or modification of the requirements of this Article or of any of the terms or provisions of this Contract.

6.8.5 The CMAR will include these prompt payment provisions in every subcontract, including procurement of materials and leases of equipment for this Contract.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 36 Of 71 Scottsdale No. 2019-102 -COS

6.9 RECORD KEEPING AND FINANCE CONTROLS

6.9.1 Records of the CMAR's direct personnel payroll, reimbursable expenses pertaining to this Project and records of accounts between the City and the CMAR will be kept on a generally recognized accounting basis.

From the effective date of this Contract and until 3 years after the date of final payment by the City of Scottsdale to the CMAR, the City, its authorized representative, and the appropriate federal or state agencies, reserve the right to audit the CMAR’s records to verify the accuracy and appropriateness of all pricing data, including data used to negotiate Contract Documents and any Change Orders or Contract Modifications. The City of Scottsdale or its authorized representative will have access, during normal working hours, to all necessary Contractor and Subcontractor facilities, and will be provided adequate and appropriate workspace, in order to conduct audits in compliance with the provisions of this Article. The City of Scottsdale will give the Contractor or Subcontractor reasonable advance notice of intended audits.

The City reserves the right to decrease the Contract Price or payments made on this Contract if, upon audit of the CMAR’s records, the audit discloses the CMAR has provided false, misleading, or inaccurate cost and pricing data.

6.9.2 The CMAR will include similar provisions in all of its Contracts with Subconsultants and Subcontractors providing services under the Contract Documents to ensure the City, its authorized representative, and the appropriate Federal and State agencies, have access to the Subconsultants’ and Subcontractors’ records to verify the accuracy of cost and pricing data.

6.9.3 The City reserves the right to decrease Contract Price or payments, or both, made on this Contract if the above provision is not included in Subconsultant’s and Subcontractor’s contracts, and one or more Subconsultants or Subcontractors, or both, do not allow the City to audit their records to verify the accuracy and appropriateness of pricing data.

6.9.4 If an audit discloses overcharges, of any nature, by the CMAR to the City in excess of 1% of the total contract billings, the actual cost of the City’s audit will be reimbursed to the City by the CMAR. Any adjustments or payments, or both, which must be made as a result of any audit or inspection of the CMAR’s invoices and records will be made within a reasonable amount of time (not to exceed 90 days) after presentation of the City’s findings to the CMAR.

6.9.5 This audit provision includes the right to inspect personnel records as required by Section 11.35.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 37 of 71 Scottsdale No. 2019-102 -COS

ARTICLE 7 - CLAIMS AND DISPUTES

7.0 REQUESTS FOR CONTRACT ADJUSTMENTS AND RELIEF

7.1 REQUESTS FOR CONTRACT ADJUSTMENTS AND RELIEF

7.1.1 If either the CMAR or the City believes that it is entitled to relief against the other for any event arising out of or related to the Work, that party will provide written notice to the other party of the basis for its claim for relief. The claims shall set forth in detail all known facts and circumstances supporting the claim; final costs associated with any claim upon which notice has been given must be submitted in writing to the City within thirty (30) days after notice has been received.

7.1.2 That notice will, if possible, be made before incurring any cost or expense and in accordance with any specific notice requirements contained in applicable Articles of the Contract.

7.1.3 Written notice will be given within a reasonable time, not to exceed ten (10) days, after the occurrence giving rise to the claim for relief or after the claiming party reasonably should have recognized the event or condition giving rise to the request, whichever is later.

7.1.4 Notice must include sufficient information to advise the other party of the circumstances giving rise to the claim for relief, the specific contractual adjustment or relief requested and the basis of the request. ANY NOTICE OF CLAIM NOT FILED WITH THE CITY WITHIN SUCH TIME AND IN COMPLIANCE WITH THE PRECEEDING PROVISIONS SHALL BE CONSIDERED TO HAVE BEEN WAIVED AND SHALL BE DISMISSED.

7.1.5 In the event the Contractor seeks to make a claim for an increase in the Contract Price, as a condition precedent to any liability of the City therefore, unless emergency conditions exist, the CMAR shall strictly comply with the requirements of this section and such claim shall be made by the CMAR before proceeding to execute any work for which a claim is made. Failure to comply with this condition precedent shall constitute a waiver by the CMAR of any claims for compensation.

7.1.6 The CMAR must continue its performance under this contract regardless of the existence of any claims by the CMAR.

7.1.7 In a claim by the CMAR against the City for compensation in excess of the Contract sum, any liability of the City to the CMAR shall be strictly limited and computed in accordance with the Contract documents and shall in no event include indirect costs (such as home office overheads or consequential damages of the CMAR or any estimated costs or damages.

7.2 DISPUTE AVOIDANCE AND RESOLUTION

7.2.1 The parties are fully committed to working with each other throughout the Project and agree to communicate regularly with each other at all times so as to avoid or minimize disputes or disagreements. If disputes or

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 38 Of 71 Scottsdale No. 2019-102 -COS

disagreements do arise, the CMAR and the City each commit to resolving any disputes or disagreements in an amicable, professional and expeditious manner so as to avoid unnecessary losses, delays and disruptions to the Work.

7.2.2 The CMAR and the City will first attempt to resolve disputes or disagreements at the field level through discussions between the CMAR’s Representative, the Project Manager and the Construction Admin Supervisor.

7.2.3 If a dispute or disagreement cannot be resolved through the CMAR's Representative, and the City’s Contract Administrator, the CMAR’s Senior Representative and the City’s Senior Representative, upon the request of either party, will meet as soon as conveniently possible, but in no case later than 30 days after the request is made, to attempt to resolve the dispute or disagreements.

7.2.4 Before any meetings between the Senior Representatives, the parties will exchange relevant information that will assist the parties in resolving their dispute or disagreements. Should the Parties’ Senior Representatives be unable to resolve the dispute or disagreement, either party may file an action in the Maricopa County Superior Court.

7.2.5 Duty to Continue Performance. Unless provided to the contrary in the Contract Documents, the CMAR will continue to perform the Work and the City will continue to satisfy its payment obligations to the CMAR pending the final resolution of any dispute or disagreement between the CMAR and the City.

7.3 REPRESENTATIVES OF THE PARTIES

7.3.1 Contract Administrators

The City designates the individual listed below as its Senior Representative ("City’s Senior Representative"), which individual has the authority and responsibility for avoiding and resolving disputes under Article 7.2;

Dave Lipinski, PE City Engineer 7447 East Indian School Road, Ste. 205, Scottsdale, AZ 85251 (480) 312-2641

The City designates the individual listed below as Its Contract Administrator:

Elaine Mercado, Contract Administrator Capital Project Management 7447 E. Indian School Road, Suite 205, Scottsdale, Arizona 85251 (480) 312-7985

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 39 of 71 Scottsdale No. 2019-102 -COS

The City designates the individual listed below as its Construction Admin Supervisor:

Shayne Lopez, Construction Admin Supervisor Capital Project Management 7447 E. Indian School Road, Suite 205, Scottsdale, Arizona 85251 (480) 312-7126

7.3.2 CMAR’s Representatives

The CMAR designates the individual listed below as its Senior Representative ("CMAR’s Senior Representative"), which individual has the authority and responsibility for avoiding and resolving disputes under Article 7.2:

Mark D. Ekiund CMAR Representative Haydon Building Corp. 4640 E. Cotton Gin Loop, Phoenix, AZ 85040 (602) 296-1496

The CMAR designates the individual listed below as its Project Manager:

Chance Raser, PE, Project Manager Haydon Building Corp. 4640 E. Cotton Gin Loop, Phoenix, AZ 85040 (602) 296-1496

ARTICLE 8 - SUSPENSION AND TERMINATION

8.0 CITY’S RIGHT TO STOP WORK

The City may, at its discretion and without cause, order the CMAR in writing to stop and suspend the Work. Immediately after receiving this notice, the CMAR must discontinue advancing the Work specified in this Contract. The suspension may not exceed 180 consecutive days. If the City suspends the Work for 181 consecutive Days or more, the suspension will be a Contract termination for convenience.

The CMAR may seek an adjustment of the Contract Price or Contract Time, or both, if its cost or time to perform the Work has been adversely impacted by any suspension or' stoppage of the Work by the City.

8.1 TERMINATION FOR CONVENIENCE

8.1.1 Upon receipt of written notice to the CMAR, the City has the right to terminate this Contract or abandon any portion of the Project for which services have not been performed by the CMAR.

1. The CMAR will estimate the value of the Work it has completed and submit its appraisal to the City for evaluation. The City will have the right to inspect the Work to appraise the Work completed.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 40 of 71 Scottsdale No. 2019-102 -COS

2. The CMAR will receive compensation for services performed to the date of termination as provided in Article 6.5 of this Contract and the fee will be paid in accordance with Article 6.5.2, and will be an amount mutually agreed upon by the CMAR and the City. If there is no mutual agreement, the final determination will be made in accordance with Article 7.

3. The CMAR will not be entitled to anticipated profit or anticipated overhead, but is entitled to recover apportioned profit and overhead proportional to the amount of the Work completed. In no event will the fee exceed that stated in Article 8.1.4 of this Contract or as may be subsequently amended.

4. The City will make the final payment within 60 days after the CMAR has delivered the last of the partially completed items and the final fee has been agreed upon.

5. If the City terminates this Contract in accordance with the provisions of this Article and proceeds to construct the Project through its employees, agents or third parties, the City’s rights to use the work product will be as provided in Article 8.3.

8.1.2 Upon any termination during construction services, the CMAR will proceed with the following obligations;

1. Stop Work as specified in the notice.

2. Place no further subcontracts or orders.

3. Terminate all subcontracts to the extent they relate to the Work terminated.

4. Assign to the City all right, title and interest of the CMAR under the subcontracts terminated, in which case the City will have the right to settle or to pay any termination settlement proposal arising out of those terminations.

5. Take any action that may be necessary for the protection and preservation of the property related to the Contract that is in the possession of the CMAR and to which the City has or may acquire an interest.

6. Comply with the requirements of Article 6.6.2 (1), (2) and (3).

8.1.3 The CMAR will submit complete termination inventory schedules no later than 60 days from the date of the notice of termination.

8.1.4 The City will pay CMAR the following:

1. The direct value of its completed Work and materials supplied as of the date of termination:

2. The reasonable costs and expenses attributable to any termination; and

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 41 of 71 Scottsdale No. 2019-102 -COS

3. The CMAR will be entitled to profit and overhead on completed Work only, but will not be entitled to anticipated profit or anticipated overhead. If it appears the CMAR would have sustained a loss on the entire Work had the Project been completed, the CMAR will not be allowed profit and the City will reduce the settlement to reflect the indicated rate of loss.

8.1.5 The CMAR will maintain all records and documents for 3 years after final settlement. These records will be maintained and subject to auditing as prescribed in Article 6.8.

8.2 CANCELLATION FOR CAUSE

The City may also cancel this Contract or any part of this Contract with 7 days’ notice for cause in the event of any default by the CMAR, or if the CMAR fails to comply with any of the terms and conditions of this Contract. Unsatisfactory performance despite a reasonable opportunity to cure as judged by the Contract Administrator, and failure to provide the City, upon request, with adequate assurances of future performance will all be causes allowing the City to cancel this Contract for cause. In the event of cancellation for cause, the CMAR will be entitled to amounts due and owing to the CMAR under this Contract for work performed, but will also be liable to the City for any and all damages available under the Contract sustained by reason of the default that gave rise to the cancellation.

8.3 CITY’S RIGHT TO PERFORM AND CANCEL FOR CAUSE

8.3.1 If the CMAR persistently fails to (i) provide a sufficient number of skilled workers, (ii) supply the materials required by the Contract Documents, (iii) comply with applicable Legal Requirements, (iv) timely pay, without cause. Subconsultants or Subcontractors, or both, (v) prosecute the Work with promptness and diligence to ensure that the Work is completed by the Contract Time, as these times may be adjusted, or (vi) perform material obligations under the Contract Documents, then the City, in addition to any other rights and remedies provided in the Contract Documents or by law, has the rights stated in Articles 8.3.3, 8.3.4 and 8.3.5.

8.3.2 In the event the CMAR is in violation of any applicable Federal, State, County or City law, regulation or ordinance, the City may cancel this Contract immediately upon giving notice and a reasonable opportunity to cure to the CMAR. In the event the City cancels this Contract or any part of the services, the City will notify the CMAR in writing, and immediately upon receiving notice, the CMAR will discontinue advancing the Work under this Contract and proceed to close all operations.

8.3.3 If the City provides the CMAR with a written order to correct deficiencies, to provide adequate maintenance of traffic, adequate cleanup, adequate dust control, or to repair damage resulting from abnormal weather conditions, and the CMAR fails to comply within the time frame specified, the City may have work accomplished by other sources at the CMAR’s expense.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 42 of 71 Scottsdale No. 2019-102 -COS

8.3.4 Upon the occurrence of an event as stated in Article 8.3, the City may provide written notice to the CMAR that it intends to cancel the Contract unless the problem cited is cured, or commenced to be cured, within 7 days of the CMAR’s receipt of notice.

8.3.5 If the CMAR fails to cure, or undertake reasonable efforts to cure the problem, then the City may give a second written notice to the CMAR of its intent to cancel within an additional 7 day period.

8.3.6 If the CMAR, within this second 7 day period, fails to cure, or undertake reasonable efforts to cure the problem, then the City may declare the Contract canceled for cause by providing written notice to the CMAR of this declaration.

8.3.7 Upon declaring the Contract canceled in accordance with Article 8.3.6, the City may enter upon the premises and take possession of all materials and equipment, for the purposes of completing the Work.

8.3.8 Upon cancellation or abandonment, the CMAR will deliver to the City all drawings, special provisions, field survey notes, reports, and estimates, entirely or partially completed, in any format, including but not limited to written or electronic media, together with all unused materials supplied by the City. Use of incomplete data will be the City’s sole responsibility.

8.3.9 The CMAR will appraise the Work it has completed and submit its appraisal to the City for evaluation.

8.3.10 If through any cause, the CMAR fails to fulfill in a timely and proper manner its obligations under this Contract, or if the CMAR violates any of the covenants, agreements, or stipulations of this Contract, the City may withhold any payments to the CMAR for the purpose of setoff until such time as the exact amount of damages due the City from the CMAR is determined by a court of competent jurisdiction.

8.3.11 In the event of cancellation for cause, the CMAR will not be entitled to receive any further payments under the Contract Documents until the Work is finally completed in accordance with the Contract Documents. At that time, the CMAR will only be entitled to be paid for Work performed and accepted by the City before its default.

8.3.12 If the City’s cost and expense of completing the Work exceeds the unpaid balance of the Contract Price, then the CMAR will be obligated to pay the difference to the City. These costs and expense will include not only the cost of completing the Work, but also losses, damages, costs and expense, including attorneys’ fees and expenses, incurred by the City in connection with the eProcurement and defense of claims arising from the CMAR’s default.

8.3.13 If the City improperly cancels the Contract for cause; the cancellation for cause will be converted to a termination for convenience in accordance with the provisions of Article 8.1.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 43 of 71 Scottsdale No. 2019-102 -COS

ARTICLE 9 - INSURANCE AND BONDS

9.0 INSURANCE REQUIREMENTS

9.1 INSURANCE REQUIREMENTS

9.1.1 At the same time as execution of this Contract, the CMAR will furnish the City of Scottsdale a certificate of insurance on a standard insurance industry ACORD form. The ACORD form must be issued by an insurance company authorized to transact business in the State of Arizona.

9.1.2 The CMAR, Subcontractors and Subconsultants must procure and maintain, until all of their obligations have been discharged, including any warranty periods under this Contract are satisfied, insurance against claims for injury to persons or damage to property, which may arise from or in connection with the performance of the Work by the CMAR, his agents, representatives, employees, or Subcontractors.

9.1.3 The insurance requirements are minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract.

9.1.4 The City in no way warrants that the minimum limits contained in this Contract are sufficient to protect the CMAR from liabilities that might arise out of the performance of the Contract services under this Contract by the CMAR, his agents, representatives, employees. Subcontractors or Subconsultants and the CMAR is free to purchase any additional insurance as may be determined necessary.

9.1.5 Claims Made. In the event any insurance policies required by this Contract are written on a “claims made” basis, coverage shall continue uninterrupted throughout the term of this Contract by keeping coverage in force using the effective date of this Contract as the retroactive date on all “claims made” policies. The retroactive date for exclusion of claims must be on or before the effective date of this Contract, and can never be after the effective date of this Contract. Upon completion or termination of this Contract, the “claims made” coverage shall be extended for an additional i three (3) years using the original retroactive date, either through purchasing an extended reporting option; or by continued renewal of the original insurance policies. Submission of annual Certificates of Insurance, citing the applicable coverages and provisions specified herein, shall continue for three (3) years past the completion or termination of this Contract.

9.2 MINIMUM SCOPE AND LIMITS OF INSURANCE. The CMAR will provide coverage and with limits of liability not less than those stated below.

9.2.1 Commercial General Liability - Occurrence Form

Commercial General Liability: CMAR must maintain “occurrence” form Commercial General Liability insurance with a limit of not less than $2,000,000 for each occurrence, $2,000,000 Products and Completed Operations Annual Aggregate, and a $2,000,000 operations, independent

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 44 of 71 Scottsdale No. 2019-102 -COS

contractors, products completed operations, personal injury and advertising injury. If any Excess insurance is utilized to fulfill the requirements of this paragraph, the Excess insurance must be “follow form” equal or broader in coverage scope than underlying insurance.

9.2.2 Automobile Liability - Any Auto or Owned, Hired and Non-Owned Vehicles

Vehicle Liability: OMAR must maintain Business/Automobile Liability insurance with a limit of $1,000,000 each accident on OMAR owned, hired, and non-owned vehicles assigned to or used in the performance of the CMAR’s work or services under this Contract. If any Excess insurance is utilized to fulfill the requirements of this paragraph, the Excess insurance must be “follow form” equal or broader in coverage scope than underlying insurance.

9.2.3 Workers Compensation and Employers Liability

Insurance: CMAR must maintain Workers Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction of CMAR employees engaged in the performance of work or services under this Contract and must also maintain Employers’ Liability insurance of not less than $500,000 for each accident, $500,000 disease for each employee and $1,000,000 disease policy limit.

9.2.4 Professional Liability

Professional Liability: If the Contract is the subject of any professional services or work performed by the CMAR, or if the CMAR engages in any professional services or work adjunct or residual to performing the work under this Contract, the CMAR must maintain Professional Liability insurance covering errors and omissions arising out of the work or services performed by the CMAR, or anyone employed by the CMAR, or anyone whose acts, mistakes, errors and omissions the CMAR is legally liable, with a liability limit of $1,000,000 each claim and $2,000,000 all claims. In the event the Professional Liability insurance policy is written on a “claims made” basis, coverage will extend for 3 years past completion and acceptance of the work or services, and the CMAR, or its selected Design Professional will submit Certificates of Insurance as evidence the required coverage is in effect. The Design Professional must annually submit Certificates of Insurance citing that the applicable coverage is in force and contains the required provisions for a 3 year period. If there is no Professional Liability work or service as a part of this Contract, the City will waive the Professional Liability insurance requirement in writing.

9.2.5 Builders’ Risk Insurance (Course of Construction). The CMAR bears all responsibility for loss to all Work being performed and to buildings under construction. Unless waived in writing by the City of Scottsdale, the CMAR will purchase and maintain in force Builders’ Risk-Installation insurance on the entire Work until completed and accepted by the City.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 45 of 71 Scottsdale No. 2019-102 -COS

This insurance will be Special Causes of Loss or Open Perils policy form, for the completed value at replacement cost equal to the GMP and all subsequent modifications. The CMAR’s Builders’ Risk-Installation insurance must be primary and not contributory: and waive all rights of subrogation against the City of Scottsdale, its officer, officials and employees.

1. Builders’ Risk-Installation insurance must name the City of Scottsdale, the CMAR and all tiers of Subcontractors as Insureds as respects their insurable interest at the time of loss. It must contain a provision that this insurance will not be canceled or materially altered without at least 30 days advance notice to the City. The CMAR is also required to give the City 30 days advance written notice of the coverage termination for this project. The City must also be named as a Loss Payee under Builders’ Risk-Installation coverage.

2. Builders’ Risk-Installation insurance must cover the entire Work including reasonable compensation for architects and engineers’ services and expenses and other “soft costs” made necessary by an insured loss. Builders’ Risk-Installation insurance must provide coverage from the time any covered property comes under the CMAR’s control and or responsibility, and continue without interruption during course of construction, renovation and or installation, including any time during which any project property or equipment is in transit, off site, or while on site for future use or installation. Insured property must include, but not be limited to, scaffolding, false work, and temporary buildings at the site. This insurance must also cover the cost of removing debris, including demolition as may be legally required by operation of any law, ordinance, regulation or code.

3. The CMAR must also purchase and maintain Boiler and Machinery insurance with the same requirements as Builders’ Risk-Installation insurance cited above if the Work to be performed involves any exposures or insurable property normally covered under a Boiler and Machinery insurance policy or made necessary as required by law or testing requirements in the performance of this Contract.

The CMAR will be responsible for any and all deductibles under these policies and the CMAR waives all rights of recovery and subrogation against the City under the CMAR-proyided Builders’ Risk-Installation insurance described above.

4. The Builders’ Risk insurance must be endorsed so that the insurance will not be canceled or lapse because of any partial use or occupancy by the City. Builders’ Risk Insurance must be maintained until whichever of the following first occurs: (i) final payment has been made; or, (ii) until no person or entity, other than the City, has an insurable interest in the property requires to be covered.

5. All rights of subrogation are, by this Contract, waived against the City of Scottsdale, its officers, officials, agents and employees.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 46 of 71 Scottsdale No. 2019-102 -COS

9.3 SELF-INSURED RETENTIONS. Any self-insured retentions and deductibles must be declared and approved by the City. If not approved, the City may require that the insurer reduce or eliminate any self-insured retentions with respect to the City, its officers, officials, agents, employees, and volunteers.

9.4 OTHER INSURANCE REQUIREMENTS. The policies are to contain, or be endorsed to contain, the following provisions:

9.4.1 Coverage Terms and Required Endorsements.

1. The Commercial General Liability and Automobile Liability policies are to contain, or be endorsed to contain, the following provisions: The City, its officers, officials, agents, and employees are additional insureds with respect to liability arising out of activities performed by, or on behalf of, the CMAR including the City's general supervision of the CMAR; Products and Completed operations of the CMAR; and automobiles owned, leased, hired, or borrowed by the CMAR.

2. The City, its officers, officials, agents, and employees must be additional insureds to the full limits of liability purchased by the CMAR even if those limits of liability are in excess of those required by this Contract.

3. The CMAR's insurance coverage must be primary insurance with respect to the City, its officers, officials, agents, and employees. Any insurance or self-insurance maintained by the City, its officers, officials, agents, and employees must be in excess of the coverage provided by the CMAR and must not contribute to it.

4. The CMAR's insurance must apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability.

5. Coverage provided by the CMAR must not be limited to the liability assumed under the indemnification provisions of this Contract.

6. The policies must contain a waiver of subrogation against the City, its officers, officials, agents, and employees, for losses arising from Work performed by the CMAR for the City.

7. The CMAR, its successors and or assigns, are required to maintain Commercial General Liability insurance as specified in this Contract for a minimum period of 3 years following completion and acceptance of the Work. The CMAR must submit a Certificate of Insurance evidencing Commercial General Liability insurance during this 3 year period containing all the Contract insurance requirements, including naming the City of Scottsdale, its agents, representatives, officers, directors, officials and employees as Additional Insured as required.

9.4.2 Workers’ Compensation and Employers Liability Coverage: The insurer must agree to waive all rights of subrogation against the City, its officers, officials, agents, employees, and volunteers for losses arising from Work performed by the CMAR for the City.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 47 Of 71 Scottsdale No. 2019-102 -COS

9.5 SUBCONSULTANT’S AND SUBCONTRACTOR’S INSURANCE. Unless the CMAR’s Subconsultants and Subcontractors can provide the same level of coverage as detailed in Article 9.2 and name the City and the CMAR as Additional Insureds, the CMAR’s certificates must include all Subcontractors and Subconsultants as insureds under its policies or the CMAR must maintain separate certificates and endorsements for each Subcontractor and Sub consultant. All coverages for Subcontractors and Subconsultants must be in the amounts shown in Article 9.2. Certificates must contain a provision that the insurance will not be canceled or materially altered without at least 30 days advance notice to the City. The City must also be named as a Loss Payee under the Builders’ Risk-Installation coverage.

9.6 NOTICE OF CANCELLATION. If the CMAR receives notice that any of the required policies of insurance are materially reduced or cancelled, it will be the CMAR’s responsibility to provide prompt notice to the Contract Administrator of same to the City, unless such coverage is immediately replace with similar policies. Each insurance policy required by the insurance provisions of this Contract must provide the required coverage and must not be suspended, voided, canceled by either party, reduced in coverage or in limits except until after 30 days written notice has first been given, by certified mail, return receipt requested to;

City of Scottsdale Risk Management Office 7447 East Indian School Road, Suite 225 Scottsdale, Arizona 85251

9.7 ACCEPTABILITY OF INSURERS. Without limiting any obligations or liabilities of the CMAR, the CMAR must purchase and maintain, at its own expense, the required minimum insurance with duly licensed or approved non-admitted insurers in the State of Arizona with an A.M. Best rating of not less than B++6 with policies and forms satisfactory to City. Failure to maintain insurance as required may result in termination of this Contract at the City’s option.

9.8 VERIFICATION OF COVERAGE

9.8.1 The CMAR must furnish the City Certificates of Insurance (ACORD form or equivalent approved by the City) and with original endorsements effecting coverage as required by this Contract. The certificates and ' endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

9.8.2 All certificates and endorsements are to be received and approved by the City before Work commences except for Builders’ Risk Insurance, which must be received and approved as provided in Article 9.2.5. Each insurance policy required by this Contract must be in effect at or before the earlier of commencement of Work under the Contract Documents or the signing of this Contract except for Builders’ Risk Insurance which must be in effect before commencement of Work and remain in effect for the duration of the Project. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

Project Name; crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 48 of 71 Scottsdale No. 2019-102 -COS

9.8.3 All certificates of insurance required by this Contract must be sent directly to the City of Scottsdale, Capital Project Management. The project number and project description must be included on the Certificates of Insurance. The City reserves the right to require complete certified copies of all insurance policies required by this Contract, at any time.

9.9 APPROVAL. Any modification or variation from the insurance requirements in this Contract must be approved by the Risk Management Division, whose decision is final. This action will not require a formal contract amendment, but may be made by administrative action.

9.10 BONDS AND OTHER PERFORMANCE SECURITY 9.10.1 Before execution of this Contract, the CMAR must provide a performance bond and a labor and materials bond, each in an amount equal to the full amount of the GMP. Bonds must be submitted in accordance with Title 34, Chapter 6 of the Arizona Revised Statutes and will be in substantially the same form as Exhibits C and D attached to this Contract.

9.10.2 Each bond must be executed by a surety company or companies holding a Certificate of Authority to transact surety business in the State of Arizona, issued by the Director of the Arizona Department of Insurance. A copy of the Certificate of Authority must accompany the bonds. The Certificate must have been issued or updated within 2 years before the execution of this Contract.

9.10.3 The bonds must be made payable and acceptable to the City of Scottsdale.

9.10.4 The bonds must be written or countersigned by an authorized representative of the surety and the bonds must have attached a certified copy of the Power of Attorney of the signing official.

1. If one Power of Attorney is submitted, it must be for twice the total GMP amount.

2. If two Powers of Attorney are submitted; each must be for the total GMP amount. Personal or individual bonds are not acceptable.

9.10.5 Upon the request of any person or entity appearing to be a potential beneficiary of bonds covering payment of obligations arising under the Contract Documents, the CMAR must promptly furnish a copy of the bonds or permit a copy to be made.

9.10.6 All bonds submitted for this Project must be provided by a company which has been rated "A- or better" by the A.M. Best Company.

ARTICLE 10 - INDEMNIFICATION

10.0 CMAR’S GENERAL INDEMNIFICATION. To the fullest extent permitted by law, upon the assertion of a claim, the CMAR, its successors, assigns and guarantors, must defend, indemnify and hold harmless the City of Scottsdale, its agents, representatives, officers, directors, officials and employees from and against all allegations, demands.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 49 of 71 Scottsdale No. 2019-102 -COS

proceedings, suits, actions, claims, damages, losses, expenses, including but not limited to, attorney fees, court costs, and the cost of appellate proceedings, and all claim adjusting and handling expense, investigation and litigation, for bodily injury or personal injury (including death), or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, related to, arising from or out of, or resulting from any negligence, recklessness, or intentional wrongful conduct to the extent caused by the CMAR or any of its owners, officers, directors, agents, or employees performing work or services under this Contract, including but not limited to, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable and any injury or damages by any of the CMAR employees. This indemnity includes any claim or amount arising out of, or recovered under, the Worker’s Compensation Law or arising out of the failure of the CMAR to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that the City shall, in all instances, except for Claims arising solely from the negligent or willful acts or omissions of the City, be indemnified by the CMAR from and against any and all claims. It is agreed that the CMAR will be responsible for primary investigation, defense, and judgment costs where this indemnification is applicable. In consideration of the award of this Contract, the CMAR agrees to waive all rights of subrogation against the City, its officers, agents, representatives, directors, officials, and employees for losses arising from the work performed by the CMAR for the City.

Insurance provisions in this Contract are separate and independent from the indemnity provisions of this Article and will not be construed in any way to limit the scope and magnitude of the indemnity provisions. The indemnity provisions of this paragraph will not be construed in any way to limit the scope and magnitude and applicability of the insurance provisions.

10.1 INTELLECTUAL PROPERTY

10.1.1 The CMAR must pay all royalties and license fees associated with its performance of services.

10.1.2 The CMAR must defend any action or proceeding brought against the City based on any claim that the Work, or any part of it, or the operation or use of the Work or any part of it, constitutes infringement of any United States patent or copyright, now or subsequently issued. The City will give prompt written notice to the CMAR of any action or proceeding and will reasonably provide authority, information and assistance in the defense of the action. The CMAR will indemnify and hold harmless the City from and against all damages, expenses, losses, royalties, profits and costs, including but not limited to attorneys’ fees and expenses awarded against the City or the CMAR in any action or proceeding. The CMAR agrees to keep the City informed of all developments in the defense of these actions. The City may be represented by and actively participate through its own counsel in any suit or proceedings if it so desires.

10.1.3 If the City is enjoined from the operation or use of the Work, or any part of the Work, as the result of any patent or copyright suit, claim, or proceeding, the CMAR must at its sole expense take reasonable steps to procure the right to operate or use the Work. If the CMAR cannot procure the right within a reasonable time, the CMAR must promptly, at the CMAR’s option and at the CMAR’s expense, (i) modify the Work so as to

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 50 of 71 Scottsdale No. 2019-102 -COS

avoid infringement of any patent or copyright or (ii) replace the Work with Work that does not infringe or violate any pateht or copyright.

10.1.4 Articles 10.1.2 and 10.1.3 above will not be applicable to the extent any suit, claim or proceeding based on infringement or violation of a patent or copyright (i) relating solely to a particular process or product of a particular manufacturer, specified by the City and not offered or recommended by the CMAR to the City or (ii) arising from modifications to the Work by the City or its agents after acceptance of the Work, or (iii) relating to the copyrights of any specification, drawings, or any Design Documents provided by the City, the Design Professional, any consultant retained by the City, or by a Subcontractor or Supplier.

10.1.5 The obligations contained in this Article 10.1 will constitute the sole Contract between the parties relating to liability for infringement or violation of any patent or copyright.

ARTICLE 11 - GENERAL PROVISIONS

11.0 The CMAR is advised to contact the City of Scottsdale Development Services to determine the requirements for obtaining a permit for marshaling areas it proposes to use. Marshaling areas must be fenced. The CMAR must obtain written approval from the property owner for marshaling area use. This approval must contain any requirements which are a condition of this approval. Marshaling yard requirements according to M.A.G. Subsection 107.6.1 and the City of Scottsdale Supplemental Specifications will apply.

11.1 CONTRACT DOCUMENTS

11.1.1 Contract Documents are as defined in Article 12.

11.1.2 The Contract Documents form the entire Contract between the City and the CMAR. No oral representations or other Contracts have been made by the parties except as specifically stated in the Contract Documents.

11.1.3 In the event of any inconsistency, conflict, or ambiguity between or among the Contract Documents, the Contract Documents will take precedence in the order in which they are listed in the definition of Contract Documents in Article 12. As to drawings and plans, given dimensions will take precedence over scaled measurements, and large scale plans over small-scale plans. Contract specifications will take precedence over Contract plans.

11.1.4 The Contract Documents are intended to permit the parties to complete the Work and all obligations required by the Contract Documents within the Contract Time(s) for the Contract Price. The Contract Documents are intended to be complementary and interpreted in harmony so as to avoid conflict, with words and phrases interpreted in a manner consistent with construction and design industry standards.

11.1.5 This Contract, the Plans, Standard Specifications and Details, Special Provisions, Performance Bond, Payment Bond, Certificates of Insurance, and Change Orders (if any) are by reference made a part of this Contract.

Project Name; crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 51 Of 71 Scottsdale No. 2019-102 -COS

11.1.6 Work Product

1. All work products (electronically or manually generated) including but not limited to: cost estimates, studies, design analyses, original mylar drawings. Computer Aided Drafting and Design (CADD) file diskettes, and other related documents which are prepared or procured in the performance of this Contract (collectively referred to as documents) are to be and remain the property of the City and are to be delivered to the City before the final payment is made to the CMAR. In the event these documents are altered, modified or adapted without the written consent of the CMAR or the Subconsultants, which consent the CMAR or the Subconsultants will not unreasonably withhold, the City agrees to hold the CMAR and the Subconsultants harmless to the extent permitted by law from the legal liability arising out of the City’s alteration, modification or adoption of the documents.

2. The copyrights, patents, trade secrets or other intellectual property rights associated with the ideas, concepts, techniques, inventions, processes or works of authorship developed, created by the CMAR, its Subconsultants or personnel, during the course of performing this Contract or arising out of the Project will belong to the CMAR.

11.2 AMENDMENTS. The Contract Documents may not be changed, altered, modified, or amended in any way except in writing signed by a duly authorized representative of each party.

11.3 TIME IS OF THE ESSENCE. The City and the CMAR mutually agree that time is of the essence with respect to the dates and times contained in the Contract Documents.

11.4 ■ MUTUAL OBLIGATIONS. The City and the CMAR commit at all times to cooperate fully with each other, and proceed on the basis of trust and good faith, to permit each party to realize the benefits afforded under the Contract Documents.

11.5 COOPERATION AND FURTHER DOCUMENTATION. The CMAR agrees to provide the documents, as the City will reasonably request to implement the intent of the Contract Documents.

11.6 ASSIGNMENT. Neither the CMAR nor the City will, without the written consent of the other assign; transfer or sublet any portion of this Contract or parti of the Work or the obligations required by the Contract Documents.

11.7 FORCE MAJEURE. Neither party will be responsible for delays or failures in performance resulting from acts beyond their control. These acts will include, but not be limited to, riots, acts of war, acts of terrorism, epidemics, labor disputes not arising out of the actions of the CMAR, governmental regulations imposed after the fact, fire, communication line failures, or power failures.

11.8 FUNDS APPROPRIATION. If the City Council does not appropriate funds to continue this Contract and pay for required charges, the City may terminate this Contract at the end of the current fiscal period. The City agrees to give written notice to the CMAR at least 30 days before the end of its current fiscal period

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 52 of 71 Scottsdale No. 2019-102 -COS

and will pay the CMAR for all approved charges incurred through the end of this period.

11.9 CONSTRUCTION METHODS. If the City provides the CMAR with a written order to provide adequate maintenance of traffic, clean-up. dust control or to correct deficiencies or damage resulting from abnormal weather conditions, and the CMAR fails to comply in the time frame specified, the City may have work accomplished by other sources at the CMAR’s expense.

11.10 UTILITY RELOCATIONS FOR CONSTRUCTION METHODS. If any utility is reiocated or rebuilt to accommodate the CMAR's construction methods and available equipment, the expense will be borne by the CMAR.

11.11 DAMAGED UTILITIES DURING CONSTRUCTION. Any utilities damaged during construction will be replaced at the CMAR's expense as required by the M.A.G. Standard Specifications.

11.12 THIRD PARTY BENEFICIARY. The Contract Documents will not be construed to give any rights or benefits to anyone other than the City and the CMAR, and all duties and responsibilities undertaken in accordance with the Contract Documents will be for the sole and exclusive benefit of the City and the CMAR and not for the benefit of any other party.

11.13 GOVERNING LAW. The Contract and all Contract Documents are considered to be made under, and will be construed in accordance with and governed by the laws of the State of Arizona without regard to the conflicts or choice of law provisions. Any action to enforce any provision of this Contract or to obtain any remedy under this Contract will be brought in the Superior Court, Maricopa County, Arizona. Such action must be filed, tried and remain in this Court for any and all proceedings. For this purpose, each party expressly and irrevocably consents to the jurisdiction and venue of this Court, and the CMAR hereby waives the right to have such action removed to Federal District Court.

11.14 SEVERABILITY. If any provision of the Contract Documents or the application of them to any person or circumstance is invalid, illegal or unenforceable to any extent, the remainder of the Contract Documents and their application will not be i affected and are enforceable to the fullest extent permitted by law. In ' accordance with the provisions of ARS § 41-194.01, shouid the Attorney General give notice to the City that any provisions of the Contract violates state law or the Arizona Constitution, or that it may violate a state statute or the Arizona Constitution, and the Attorney General submits the offending provision to the Arizona Supreme Court, the offending provision(s) shall be immediately severed and struck from the Contract and the City and the CMAR shall, within 10 days after such notice, negotiate in good faith to resolve any issues related to the severed provision(s). If the parties are unable to negotiate a resolution to any issues related to the severed provision(s), the City may terminate this Contract in accordance with the provisions of Article 8 hereof.

11.15 LEGAL REQUIREMENTS. The CMAR will perform all Work in accordance with all Legal Requirements and will provide all notices applicable to the Work as required by the Legal Requirements.

11.16 INDEPENDENT CONTRACTOR. The CMAR is and will be an independent contractor and not an employee or agent of the City.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 53 of 71 Scottsdale No. 2019-102 -COS

11.17 CITY'S RIGHT OF CANCELLATION. All parties to this Contract acknowledge that it is subject to cancellation by the City of Scottsdale as provided by Section 38-511, Arizona Revised Statutes.

11.18 SURVIVAL. All warranties, representations and indemnifications by the CMAR will survive the completion or termination of this Contract.

11.19 COVENANTS AGAINST CONTINGENT FEES. The CMAR warrants that no person other than a bona fide employee working solely for the CMAR has been employed or retained to solicit or secure this Contract or any Contract or understanding for a commission, percentage, brokerage, or contingent fee. For breach or violation of this covenant, the City will have the right to annul this Contract without liability or at its discretion to deduct from the Contract Price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee, together with costs and attorney’s fees.

11.20 SUCCESSORSHIP. The CMAR and the City agree that the provisions of the Contract Documents are binding upon the parties, their employees, agents, heirs and assigns. This Contract extends to and is binding upon the CMAR, its successors and assigns, including any individual, company, partnership or other entity with or into which the CMAR merges, consolidates or is liquidated, or any person, corporation, partnership or other entity to which the CMAR sells its assets.

11.21 ATTORNEY’S FEES. In the event either party brings any action for any relief, declaratory or otherwise, arising out of this Contract, or on account of any breach or default, the prevailing party will be entitled to receive from the other party reasonable attorneys’ fees and reasonable costs and expenses, determined by the court sitting without a jury, which will be considered to have accrued on the commencement of the action and is enforceable whether or not the action is prosecuted to judgment.

11.22 HEADINGS. The headings used in this Contract, or any other Contract Documents, are for ease of reference only and will not in any way be construed to limit or alter the meaning of any provision.

11.23 NO WAIVER. The failure of either party to enforce any of the provisions of the Contract Documents or to require performance of the other party of any of the provisions of this Contract will not be construed to be a waiver of those provisions, nor will it affect the validity of the Contract Documents, or the right of either party to enforce each and every provision.

11.24 NOTICE. All notices or demands required to be given, in accordance with the terms of this Contract, will be given to the other party in writing, delivered by hand or registered or certified mail, at the addresses stated below, or to any other address the parties may substitute by written notice given in the manner prescribed in this paragraph. Notice given by facsimile or electronic mail (email) will not be considered adequate notice.

To City: Elaine Mercado, Contract Administrator City of Scottsdale, Capital Project Management 7447 E. Indian.School Road, Suite 205 Scottsdale, Arizona 85251

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 54 of 71 Scottsdale No. 2019-102 -COS

To CMAR: Mark Ekiund Haydon Building Corp. 4640 E. Cotton Gin Loop Phoenix, AZ 85040

11.25 EQUAL EMPLOYMENT OPPORTUNITY. During the performance of this Contract the CMAR will comply with all provisions of Executive Order 11246 of September 24, 1965, and the rules, regulations and relevant orders of the Federal government’s Affirmative Action guidelines to ensure that employees or applicants applying for employment will not be discriminated against because of race, color, religion, sexual orientation, gender identity, or national origin. The CMAR must include the terms of this provision in all contracts and subcontracts for Work performed under this Contract, including supervision and oversight. The CMAR will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The CMAR agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.

11.26 NO PREFERENTIAL TREATMENT OR DISCRIMINATION; In accordance with the provisions of Article II, Section 36 of the Arizona Constitution, the City will not grant preferential treatment to or discriminate against any individual or group on the basis of race, sex, color, ethnicity or national origin. Additional City Rights Regarding Security Inquiries. In addition to the foregoing, the City reserves the right to; (1) have an employee/prospective employee of the CMAR be required to provide fingerprints and execute other documentation as may be necessary to obtain criminal justice information pursuant to A.R.S. §41- 1750(G)(4); (2) act on newly acquired information whether or not the information should have been previously discovered; (3) unilaterally change its standards and criteria relative to the acceptability of the CMAR's employees or prospective employees, or both; and, (4) object, at any time and for any reason, to an employee of the CMAR performing Work (including supervision and oversight) under this Contract.

11.26.1 Terms of this Provision Applicable to all of CMAR's Contracts and Subcontracts. The CMAR will include the terms of this provision for employee background and security checks and screening in all contracts and subcontracts for work performed under this Contract, including supervision and oversight.

11.26.2 Materiality of Security Inquiry Provisions. The Security Inquiry provisions of this Contract are material to the City’s entry into this Contract and any breach by the CMAR may, at the City’s sole option and unfettered discretion, be considered to be a breach of contract of

11.26.3 sufficient magnitude to terminate this Contract. Termination will subject the CMAR to liability for its breach of contract.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 55 of 71 Scottsdale No. 2019-102 -COS

11.27 HAZARDOUS MATERIALS. Upon discovery of hazardous materials the CMAR will comply with all applicable laws/ordinances and regulations and take all appropriate health and safety precautions.

11.27.1 Unless included in the Work, if the CMAR encounters onsite or as material to be incorporated in the Work, any material which he reasonably believes to contain asbestos, polychlorinated biphenyl (PCS), or other hazardous substances or materials regulated by public health laws, he will immediately stop work and report the condition to the City.

11.27.2 If the material is found to contain asbestos, PCB or other hazardous substances or materials regulated by public health laws, the CMAR will not resume work in the affected area until the material has been abated or rendered harmless. The CMAR and the City may agree, in writing, to continue Work in non-affected areas onsite.

11.27.3 An extension of Contract Time may be granted in accordance with Article 6.

11.27.4 The CMAR will comply with all applicable laws/ordinances and regulations and take all appropriate health and safety precautions upon discovery.

11.27.5 Despite the provisions of this Article 11.27, the City is not responsible for Hazardous Conditions introduced to the Site by the CMAR, Subcontractors or anyone for whose acts they may be liable. The CMAR will indemnify, defend and hold harmless the City and the City’s officers, directors, employees and agents from and against all claims, losses, damages, liabilities and expenses, including attorneys’ fees and expenses, arising out of or resulting from those Hazardous Conditions introduced to the Site by the CMAR, Subcontractors or anyone for whose acts they may be liable.

11.28 TRAFFIC CONTROL

11.28.1 Complete street closures will not be permitted unless specified in the Special Provisions. The Traffic Engineering Director or designee must approve the timing and sequence of street closures at least 2 weeks before the closure. This approval is necessary to provide coordination with other roadway projects and special events.

11.28.2 Adequate barricades and lighted warning signs must be installed and maintained by the CMAR throughout the duration of the Project. All traffic control must be in accordance with the City of Phoenix Traffic Control Manual or the approved barricade plan unless otherwise specified in the Special Provisions.

11.28.3 The CMAR must submit a construction schedule and a barricade plan to the Construction Admin Supervisor for approval or modification at least 72 hours before construction is initiated. After review, the Construction Admin Supervisor will forward the construction schedule and barricade plan to the Right of Way Manager (Traffic Engineering). The

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 56 of 71 Scottsdale No. 2019-102 -COS

Construction Admin Supervisor will return the approved barricade plan to the Contractor or ask for additional information.

11.28.4 The CMAR will comply with all provisions of the City of Phoenix Traffic Barricade Manual and any other traffic control provisions as may be provided in the technical specifications or in the approved barricade plan.

11.28.5 The CMAR must insure that placement and maintenance of all temporary traffic control adheres to the City’s Barricade Ordinance. Violations of the Ordinance are subject to fines set forth in the Ordinance.

11.29 MATERIAL SOURCE. No material source has been designated by the City for use on this Project. MAG Specification, Section 106 will apply as will 2008 ADOT Standard Specifications, Section 106.1, 106.2, 106.7 & 106.8, which outline controls and Section 1001-1, -2, & -4, concerning approval of Contractor furnished material source and supplemental Contracts in regards to environmental analysis and the liability for materials testing costs.

11.29.1 A CMAR and Subcontractor furnished source will be defined as a material source, which is neither an A.D.O.T. furnished source nor a commercial source, as defined in this Contract.

11.29.2 A commercial source will be defined as a material source in which the owner or producer has been for at least one year regularly engaged during regular business hours on a continuous basis in the processing and selling of sand, rock, ready mixed Portland cement concrete, asphaltic concrete and other similar products normally produced and sold to all parties. The company will have an Arizona retail sales tax license. -

11.29.3 The CMAR and Subcontractor furnished material sources situated in the 100-year flood plain of any stream or watercourse, and located within 1.0 mile upstream and 2.0 miles downstream of any highway structure or surfaced roadway crossing will not be allowed.

11.29.4 The location of any new material source or existing non-commercial material source proposed for use on this Project will be reviewed by the appropriate agency having flood plain management jurisdiction over the area of proposed source location. The CMAR and Subcontractor will obtain a letter from the agency addressed to the Contract Administrator certifying that the proposed source location conforms to the requirements of this Contract and applicable Standard Specifications as referenced.

11.30 The CMAR will familiarize itself with the nature and extent of the Contract documents, work to be performed, all local conditions, and Federal, State and Local laws, ordinances, rules and regulations that in any manner may affect cost, progress or performance of the work.

11.31 The CMAR will take whatever steps, procedures or means necessary to remove, move, displace and save all native plants within the contract work area in accordance with the City of Scottsdale's Ordinance No. 1438, Native Plants, and

Project Name; crossroads east drainages public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 57 of 71 Scottsdale No. 2019-102 -COS

all applicable state and county statutes, ordinances, codes and other policy requirements and recognized methods, procedures, techniques and equipment for protection, salvage, and handling of all plants to be moved from the construction area. This is not a pay item unless specified upon the Schedule of Bid Items.

11.32 ENDANGERED HARDWOODS. Any construction, building addition or alteration project which Is financed by monies of this state or its political subdivisions will not use endangered tropical hardwood unless an exemption Is granted by the Director of the State of Arizona, Department of Administration.

11.33 HOURS OF WORK

11.33.1 All building construction and associated work will be restricted to the applicable summer or winter hours. Construction activity will include any work requiring the use of manually operated or power assisted tools or equipment and vehicles used to excavate, erect or deliver materials associated with construction. Summer hours begin April 1 and end on October 31. No work may begin before 6:00 a.m. or continue after 7:00 p.m., Monday through Friday. No work will begin on Saturday or Sunday before 7:00 a.m. or continue after 7:00 p.m. Sunday work may be conducted only If the CMAR demonstrates. In writing to the building official. Justifiable cause for the Sunday work.

11.33.2 Winter hours begin November 1 and end on March 31. No work will begin before 7:00 a.m. or continue after 5:00 p.m., Monday through Friday. No work may begin on Saturday or Sunday before 8:00 a.m. or continue after 5:00 p.m. Sunday work may be conducted only if the CMAR demonstrates, in writing to the building official, justifiable cause for the Sunday work.

11.33.3 The City may establish other times of work as necessary based on the geographical location of the jobsite in relation to surrounding occupancies, buildings and structures.

11.33.4 The CMAR must submit a written request to the Building Official for a variance from the required work hours at least 7 days before the date for which the variance is desired. Variances will not be granted for more than 30 days at a time. A new application must be made for each additional variance. The CMAR must notify adjacent property owners of the intended work and the duration of the requested variance. Proof of notification must be presented to the building official before the variance can be granted.

1. The application for the variance must demonstrate justifiable cause why the work must be done outside the prescribed time period (e.g. pouring concrete during “summer hours”). A variance will not be granted based solely on convenience or for work that can be completed during daytime construction hours.

2. The application for a variance must state the construction permit number, the address of the work, type of work, time period of the work, and the duration of the variance.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 58 of 71 Scottsdale No. 2019-102 -COS

11.34 COMPLIANCE WITH FEDERAL AND STATE LAWS. The CMAR understands and acknowledges the applicability to It of the American with Disabilities Act, the Immigration Reform and Control Act of 1986 and the Drug Free Workplace Act of 1989. The CMAR agrees that the performance of this Work will be in accordance with these laws and to permit the City to verify compliance. The CMAR will also comply with A.R.S. §34-301, “Employment of Allens on Public Works Prohibited”, and A.R.S. §34-302, as amended, “Residence Requirements for Employees". The CMAR will include the terms of this provision in all contracts and subcontracts for Work performed under this Contract, including supervision and oversight.

Under the provisions of A.R.S. §41-4401, the CMAR warrants to the City that the CMAR and ail its subcontractors will comply with all Federal Immigration laws and regulations that relate to their employees and that the CMAR and all its subcontractors now comply with the E-Verify Program under A.R.S. §23-214(A).

A breach of this warranty by the CMAR or any of its subcontractors will be considered a material breach of this Contract and may subject the CMAR or Subcontractor to penalties up to and including termination of this Contract or any subcontract.

The City retains the legal right to inspect the papers of any employee of the CMAR or any subcontractor who works on this Contract to ensure that the CMAR or any subcontractor is complying with the warranty given above.

The City may conduct random verification of the employment records of the CMAR and any of Its subcontractors to ensure compliance with this warranty. The CMAR agrees to indemnify, defend and hold the City harmless for, from and against all losses and liabilities arising from any and all violations of these statutes related to the performance of this Work.

The City will not consider the CMAR or any of its subcontractors in material breach of this Contract if the CMAR and its subcontractors establish that they have complied with the employment verification provisions prescribed by 8 USCA §1324(a) and (b) of the Federal Immigration and Nationality Act and the E-Verify requirements prescribed by A.R.S. §23-214(A). The “E-Verify Program” means the employment verification pilot program as jointly administered by the United States Department of Homeland Security and the Social Security Administration or any of its successor programs.

The provisions of this Article must be included in any contract the CMAR enters into with any and all of Its subcontractors who provide services under this Contract or any subcontract. “Services” are defined as furnishing labor, time or effort in the State of Arizona by a contractor of subcontractor. Services include construction or maintenance of any structure, building or transportation facility or improvement to real property. The CMAR will take appropriate steps to assure that all subcontractors comply with the requirements of the E-Verify Program. The CMAR’s failure to assure compliance by all its’ subcontractors with the E- Verify Program may be considered a material breach of this Contract by the City.

11.34.1 Compliance with Americans with Disabilities Act

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 59 of 71 Scottsdale No. 2019-102 -COS

The CMAR acknowledges that, pursuant to the Americans with Disabilities Act (ADA), programs, services and other activities provided by a public entity to the public, whether directly or through a contractor, must be accessible to the disabled public. The CMAR will provide the services specified in this Contract in a manner that complies with the ADA and any and all other applicable federal, state and local disability rights legislation; provided, however, that the CMAR shall not be responsible for violations that occur based on compliance with the drawings, specifications, or other Design Documents provided by City, the City’s consultants, or the Design Professional. The CMAR agrees not to discriminate against disabled persons in the provision of services, benefits or activities provided under this Contract and further agrees that any violation of this prohibition on the part of the CMAR, its employees, agents or assigns will constitute a material breach of this Contract.

11.35 DATA CONFIDENTIALITY

11.35.1 As used in this Contract, data means all information, whether written or verbal, including plans, photographs, studies, investigations, audits, analyses, samples, reports, calculations, internal memos, meeting minutes, data field notes, work product, proposals, correspondence and any other similar documents or information prepared by or obtained by the CMAR in the performance of this Contract.

11.35.2 The parties agree that all data, including originals, images, and reproductions, prepared by, obtained by, or transmitted to the CMAR in connection with the CMAR’s performance of this Contract is confidential and proprietary information belonging to the City.

11.35.3 Except for Subcontractors, Material and Equipment Suppliers, Consultants or other like parties necessary to complete the Work or as required by the City, the CMAR will not divulge data to any third party without first obtaining the written consent of the City. The CMAR will not use the data for any purposes except to perform the services required under this Contract. These prohibitions will not apply to the following data provided the CMAR has first given the required notice to the City:

1. Data, which is or becomes publicly available other than as a result of a violation of this Contract;

2. Data, which was in the CMAR’s possession legally and without restrictions before its performance under this Contract, unless the data was acquired in connection with the Work performed for the City;

3. Data, which was acquired by the CMAR in its performance under this Contract and which was disclosed to the CMAR by a third party, who to the best of the CMAR’s knowledge and belief, had the legal right to make any disclosure and the CMAR is not otherwise required to hold the data in confidence; or

Project Name: crossroads east drainage a public infrastructure Project No. FB53 9626760V8 (Rev Dec, 2016) Page 60 Of 71 Scottsdale No. 2019-102 -COS

4. Data, which is required to be disclosed by virtue of law, regulation, or court order to which the CMAR is subject.

11.35.4 In the event the CMAR is required or requested to disclose data to a third party, or any other information to which the CMAR became privy as a result of any other contract with the City, the CMAR will first notify the City as required in this Article of the request or demand for the data. The CMAR will give the City sufficient facts so that the City can be given an opportunity to first give its consent or take the action that the City may consider appropriate to protect the data or other information from disclosure.

11.35.5 The CMAR, unless prohibited by law, shall promptly deliver, as stated in this Article a copy of all data in its possession and control to the City. All data will continue to be subject to the confidentiality requirements of this Contract.

11.35.6 The CMAR assumes all liability for maintaining the confidentiality of the data in its possession and agrees to compensate the City if any of the provisions of this Article are violated by the CMAR, its employees, agents or Subconsultants. Solely for the purposes of seeking injunctive relief, it is agreed that a breach of this Article will cause irreparable harm that justifies injunctive relief in court.

11.36 TAXES AND INDEMNIFICATION

The fee listed in this Contract includes any and all taxes applicable to the activities authorized by this Contract. The City will have no obligation to pay additional amounts for taxes of any type. CMAR and all subcontractors shall pay all Federal, state and local taxes applicable to its operation and any persons employed by the CMAR. CMAR shall, and require all subcontractors to hold the City harmless from any responsibility for taxes, damages and interest, if applicable, contributions required under Federal, and/or state and local laws and regulations and any other costs including transaction privilege taxes, unemployment compensation insurance. Social Security and Worker’s Compensation.

11.37 CONFLICT OF INTEREST

11.37.1 To evaluate and avoid potential conflicts of interest, the CMAR will provide written notice to the City, as stated in this Article, of any work or services performed by the CMAR for third parties that may involve or be associated with any real property or personal property owned or leased by the City. The notice will be given 7 business days before commencement of the Project by the CMAR for a third party, or 7 business days before an adverse action as defined below. Written notice and disclosure will be sent to the City’s Senior Representative identified in Article 7.3.

11.37.2 Actions that are considered to be adverse to the City under this Contract include but are not limited to;

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 61 of 71 Scottsdale No. 2019-102 -COS

1. Using data as defined in this Contract acquired in connection with this Contract to assist a third party in pursuing administrative or judicial action against the City;

2. Testifying or providing evidence on behalf of any person in connection with an administrative or judicial action against the City; and

3. Using data to produce income for the CMAR or its employees independently of performing the services under this Contract, without first obtaining the written consent of the City.

11.37.3 The CMAR represents that except for those persons, entities and projects identified to the City, the services to be performed by the CMAR under this Contract are not expected to create an interest with any person, entity, or third party project that is or may be adverse to the interests of the City.

11.37.4 The CMAR’s failure to provide a written notice and disclosure of the information as required in this Article on Conflicts of Interest will constitute a material breach of this Contract.

11.38 COMMENCEMENT OF STATUTORY LIMITATION PERIOD AND STATUTE OF REPOSE

11.38.1 Before Final Completion. As to acts or failures to act occurring before the relevant date of Final Completion, any applicable statute of limitations will commence to run and any alleged cause of action will have accrued in any and ail events not later than the date of Final Completion.

11.38.2 Between Punch List Preparation and Final Completion. As to acts or failures to act occurring between the relevant date of Punch List Preparation and before Final Completion, any applicable statute of limitation will begin to run and any alleged cause of action will have accrued in any events not later than the date of Final Completion.

11.38.3 After Completion. As to acts or failures to act occurring after the date of Final Completion, any applicable statute of limitations will commence to run and any alleged cause of action will have accrued in any and all events not later than the date of any correction of the Work or failure to correct the Work by the CMAR, or the date of actual commission of any other act or failure to perform any duty or obligation by the CMAR or the City, whichever occurs last.

11.38.4 Statute of Repose: The time period for the applicable Statute of Repose will begin to run at the time specified in A.R.S §12-552 as it is amended or renumbered from time to time.

11.39 NO BOYCOTT OF ISRAEL

Unless preempted by applicable law, by entering into a contract with the City, the CMAR certifies that it is not currently engaged in and agrees for the duration of

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 62 of 71 Scottsdale No. 2019-102 -COS

the Contract to not engage in a boycott of Israel as defined in A.R.S. § 35-393.

11.40 EXISTING WORK OCCURRING NEAR TRAFFIC SIGNAL EQUIPMENT

The CMAR will use due care when excavating at or near intersections where traffic signal underground conduit is located. The CMAR will notify the CPM Inspector, 48 hours in advance, of any work at the intersections. The CMAR will be responsible for the installation and maintenance of temporary overhead traffic signal cable as specified by the Streets Department when underground conduit is to be severed by excavations at the intersection. The Traffic Signals Supervisor will have all underground traffic conduit located and will provide the necessary City Traffic Signal Technicians to assist the CMAR in identifying wiring phases and direction of conduit runs upon 24 hours notice from the CMAR and at least 1 day before the CMAR’s scheduled wiring and installation of temporary cables. The CMAR will be responsible for the wiring and connection of all temporary cable within the pull boxes and terminal compartments. The Traffic Signals Supervisor will provide a City Traffic Signal Technician to assist the CMAR with connecting field wiring within the traffic signal control cabinet. The CMAR will provide, at his expense, 2 off-duty uniformed Police Officers to direct traffic while the traffic signal is turned off and the wiring is transferred. The CMAR will be responsible as specified by the Streets Department for the repair and restoration of all traffic signal overhead and underground items that have been damaged or modified. Intersections with communications or CCTV cameras will be restored to full functionality within 24 hours, if they are disturbed during construction. The CPM Inspector will contact the Traffic Management Center (TMC) (480) 312- 7777, 24 hours in advance, to coordinate the outage. The City does not allow the splicing of Magnetic Detector Loops.

11.41 TEMPORARY TRAFFIC SIGNALS

The CMAR will provide and install temporary traffic signals if at any time during construction the alignment of the traffic lanes is such that two traffic signal indications for any movement are not within a 20 degree cone of vision from the driver’s eye located ten feet behind the stop bar position as specified in Section 4D.15 of the MUTCD. The CMAR will submit a temporary traffic signal plan to the Construction Admin Supervisor for approval at least 14 days in advance of installation of the temporary traffic signal equipment. For short durations, the CMAR may obtain approval from the Construction Admin Supervisor to utilize a uniformed Police Officer to direct traffic through the intersection when the above criteria are not met. The Construction Admin Supervisor shall be responsible for notifying the City of Scottsdale Intelligent Transportation Systems (ITS) division of any and all changes that will have an effect on the normal flow of traffic operation. (See TMC note above)

11.42 TEMPORARY VEHICLE DETECTION

For all construction projects in the City of Scottsdale within duration of 15 days or more, temporary vehicle detection will be required for all approaches at signalized intersections that currently have loop detection which will be disturbed by the construction. In addition, traffic signal communications (telephone or other) to the central signal computer and CCTV (if present) will be maintained continuously during the course of the project. Work under this item will consist of furnishing all labor, equipment and materials necessary to install temporary traffic

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 63 of 71 Scottsdale No. 2019-102 -COS

signal detection, and maintain signal communications. The CMAR or sub­ contractor through the life of the project will maintain the detection zones and communications by ensuring full functionality 24 hours a day, 7 days a week. The CMAR will be responsible for the ongoing operation of the detection equipment, which may require redeployment of detection zones as traffic barricading and lane use changes require.

The work will be performed as specified in Sections 11.38 - 11.40, herein and as directed by the Construction Admin Supervisor, Traffic Engineering and Signal Maintenance Departments.

ARTICLE 12 - DEFINITIONS

“Addenda” - Written or graphic instruments issued before the submittal of the GMP Proposal(s), which clarify, correct, or change the GMP Proposal(s) requirements.

“Allowance” means an agreed amount by the City and the CMAR for items which may be required to complete the scope of work.

“Alternate Systems Evaluations” - Alternatives for design, means, and methods or other scope of work considerations that are evaluated using value engineering principles and have the potential to reduce construction costs while still delivering a quality and functional Project that meets City requirements.

“As-built Document” - “As-built in construction is equivalent to “as-is.” Drawings deemed “as-built” are final drawings that include all changes made during the actual construction process. These drawings represent the actual existing constructed conditions as opposed to designs or a proposed condition. The As-built Documents should be per Arizona Revised Statute 32-152.

“Blueline or Blackline Prints” - Prints that allows comparison of document versions to show what has been revised.

“Change Order” - means a written order to the CMAR executed by the City after execution of this Contract, directing a change in the Work. A Change Order may include a change in the Contract Price (other than a change attributable to damages to the CMAR for delay as provided in Article 5 hereof) or the time for the CMAR’s performance, or any combination thereof. Where there is a lack of total agreement on the terms of a Change Order or insufficient time to execute a bilateral change, the City may also direct a change in the Work in the form of a Construction Change Directive, which will set forth the change in the Work and the change, if any, in the contract amount or time for performance, for subsequent inclusion in a Change Order; Construction Change Directives shall include a not-to-exceed preliminary price, against which the CMAR may begin billing (subject to the requirements for pay applications provided elsewhere herein) as the work is performed. Change Orders must comply with the provisions of Rule 2-200.1 of the City’s Procurement Code.

“City” (“Owner”) means the City of Scottsdale, Arizona, an Arizona municipal corporation. Regulatory activities handled by the City of Scottsdale Development Services, Planning and Fire Departments or any other City department are not subject to the responsibilities of the City under this Contract.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 64 Of 71 Scottsdale No. 2019-102 -COS

’’City’s Project Contingency” is an allowance established solely by the City to be used at the sole discretion of the City to cover any increases in Project costs that result from City directed changes or unforeseen site conditions. The City’s Project Contingency will be added to the GMP amount provided by the CMAR, the sum of which will be the full contract price for construction. Taxes will be applied by the CMAR at the time that the City’s Project Contingency is used. Any CMAR Construction Fee on changes using the City’s Project Contingency will be determined under Article 5.

"City’s Senior Representative" means the person designated in Article 7.3.

"CMAR Construction Fee” is a negotiated fixed fee that is proposed by the CMAR for the project as defined in Article 4.3.

“Claim” means a written request for either payment of additional monies or extension of contract time, submitted in accordance with the terms of this Contract or applicable law.

“Clarifications and Assumptions List means a list prepared by the CMAR and accepted by the Contract Administrator. Generally the List identifies the CMAR’s means and methods used in developing the GMP and identifies unresolved construction or site issues that may impact construction progress. The List of Clarifications and Assumptions may need additional confirmation or study by the project design team to avoid cost impact to the GMP.

“Construction Change Directive" means an alternate mechanism for directing the CMAR to perform additional work under the Contract when time and/or cost of the work is not in agreement between the City and the CMAR. Construction Change Directives must comply with the provisions of Rule 2-200.1 of the City’s Procurement Code.

“Construction Admin Supervisor” means a City employee who coordinates the daily construction activities with the contractor, and with their inspection staff that performs quality control inspections, enforces project plans and specifications and adopted City codes and ordinances.

“Construction Documents” means the plans; specifications and drawings prepared by the Design Professional after correcting for permit review requirements and incorporating addenda and approved change orders.

“Contingency, Project” means a fund to cover cost growth during the Project used at the discretion of the City usually for costs that result from the City’s direct changes or unforeseen site conditions. The amount of the City’s Contingency may be set solely by the City and will be in addition to the project costs included in the CMAR’s GMP package. The Project Contingency is an amount to cover changes initiated by the City, which may be incorporated into the GMP as an allowance at the City’s discretion.

“Contract Administrator" means the person designated in Article 7.3.

“CMAR’s Representative” means the person designated in Article 7.3.2.

"CMAR’s Senior Representative" means the person designated in Article 7.3.2.

“Contract Documents” means the following items and documents in descending order of precedence executed by the City and the CMAR: (i) all written modifications, addenda and Change Orders; (ii) this Contract, including all exhibits and attachments; (iii) written

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 65 of 71 Scottsdale No. 2019-102 -COS

Supplementary Conditions; (iv) Construction Documents; (v) GMP Plans and Specifications; and (vi) the Preconstruction Agreement.

“Contract Time(s)” means the Day(s) set forth in Article 3 subject to adjustment in accordance with this Contract.

“Cost of the Work” means the direct costs necessarily incurred by the CMAR in the proper performance of the Work as defined in Article 4.3.

“Day(s)” mean calendar days unless otherwise specifically noted in the Contract Documents.

“Delay” means an unanticipated event or interference with the progress of a critical path work activity being performed at the time that causes the completion date of the Project to be extended. Delays may be caused by the City, the CMAR, third parties or Force Majeure events. Delays may be excusable, compensable, non-compensable or concurrent.

“Delay, Compensable” means delay that results from the City’s actions or inactions that entitle the CMAR to both a time extension and delay damages.

“Delay, Concurrent” means two or more delays, within the same timeframe, both of which would independently impact the Project’s critical path. If one delay is caused by the City and the other by the CMAR, the CMAR will generally be entitled to an excusable, non- compensable time extension, to the degree the delays may “overlap.”

“Delay, Excusable” means an unforeseeable delay caused by an event beyond the control and without the fault or negligence of the CMAR (including its suppliers and subcontractors). Excusable delays may be compensable or non-compensable, depending upon whether the terms of the Contract or the law allows recovery of delay costs. Unless otherwise shown, it will generally be presumed that these delays are non-compensable.

“Delay, Non-Excusable” means a delay within the control of the CMAR, its suppliers and subcontractors, or a delay resulting from a risk taken by the CMAR under the terms of the Contract. The CMAR will not be due any time extension or delay damages, and may be responsible for paying to the City, actual or liquidated damages for the delay.

“Deliverables” means the work products prepared by the CMAR in performing the scope of work described in this Contract or required by the Project Team.

“Design Team” refers to licensed design professionals that have been selected to work on the Project by the City. '

“Design Phase Services Agreement" means the Preconstruction Agreement entered into between the CMAR and the City as referenced in this Contract. This Agreement will contain the provisions associated with the development of the GMP Proposal by the CMAR. Wherever a conflict exists between this Contract and the Preconstruction Agreement, the terms of this Contract will control.

“Differing Site Conditions” - Comply with M.A.G Standard Specifications Subsection 102.4.

“Drawings” (“Plans”) - Documents which visually represent the scope, extent, and character of the Work to be furnished and performed by the CMAR during the construction phase and which have been prepared or approved by the Design Professional and the City. Drawings include documents that have reached a sufficient stage of completion and released by the

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 66 of 71 Scottsdale No. 2019-102 -COS

Design Professional solely for the purposes of review or use in performing constructability or biddability reviews and in preparing cost estimates (e.g. conceptual design Drawings, preliminary design Drawings, detailed design Drawings at 30%, 60%, 90% or 100%), but “not for construction". Drawings do not include shop drawings.

“Effective Date of this Contract" - The date specified in this Contract on which the Contract becomes effective, but if no date is specified, the date on which the City executes this Contract.

“Field Order” means a written field directive prepared and signed by the City, directing a change in work that may or may not include an adjustment in contract price or contract time.

“Final Acceptance” means the completion of all the Work as prescribed in Article 3.3.8.

“General Conditions” are negotiated indirect costs of the Work necessarily incurred by the CMAR as defined in Article 4.3.

“Guaranteed Maximum Price (GMP) Plans and Specifications” means the documents used to establish the GMP and made part of this Contract by reference.

“Guaranteed Maximum Price” or “GMP” means the sum of the maximum cost of the Work as given in the GMP proposal including the CMAR’s direct costs, indirect costs as defined in Article 4.3.

“Guaranteed Maximum Price (GMP) Proposal” - The offer or proposal of the CMAR submitted on the prescribed form stating the GMP prices for the entire Work or portions of the Work to be performed during the construction phase.

“Hazardous Substance” -_means: (a) Any substance designated pursuant to sections 311(b) (2) (A) and 307(a) of the clean water act. (b) Any element, compound, mixture, solution or substance designated pursuant to section 102 of CERCLA. (c) Any hazardous waste having the characteristics identified under or listed pursuant to section 49-922. (d) Any hazardous air pollutant listed under section 112 of the federal clean air act (42 United States Code section 7412). (e)^Any imminently hazardous chemical substance or mixture with respect to which the administrator has taken action pursuant to section 7 of the federal toxic substances control act (15 United States Code section 2606). (f) Any substance which the director, by rule, either designates as a hazardous substance following the designation of the substance by the administrator under the authority described in subdivisions (a) through (e) of this paragraph or designates as a hazardous substance on the basis of a determination that such substance represents an imminent and substantial endangerment to public health.

“Indirect Costs” are the General Conditions, Payment and Performance Bonds, Insurance, Taxes, and Permitting and Licensing Fees as defined in Article 4.3.

“Informational Submittals” - Submittals are required (common with construction projects) for the and engineer to verify that the correct products and quantities will be installed on a project.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 67 of 71 Scottsdale No. 2019-102 -COS

“Legal Requirements” means all applicable federal, state and local laws, codes, ordinances, rules, regulations, orders and decrees of any government or quasi-governmental entity having jurisdiction over the Project or Site, the practices involved in the Project, Site, or any Work.

“Liquidated Damages” means an amount the CMAR will pay as required in Article 3.4.

“Must” and “will” as used in this Contract are mandatory.

“Notice to Proceed” means a written notice given by the City to the CMAR fixing the date on which the CMAR will start to perform the CMAR’s obligations under this Contract.

“Owner Agent,” “City’s Agent” or “Owner Representative” see “City’s Senior Representative.”

“Payment Request" means a monthly progress payment request that is based on a monthly estimate of the dollar value of the Work completed.

“Preconstruction Services” means advice given during the design phase. Preconstruction Services will be contracted for between the City and the CMAR in accordance with the provisions of Article 1.3.1, as required by A.R.S. §34-603(C) (1) (c). Services may include the following; design review, project scheduling, constructability reviews, alternate systems evaluation, cost estimates, GMP preparation, and subcontractor bid phase services.

“Preconstruction Agreement” means the Contract between the City and the CMAR for the services provided by the CMAR during the design phase which may include the following; design recommendations, project scheduling, constructability reviews, alternate systems evaluation, cost estimate, GMP preparation, and subcontractor bid phase services.

“Product Data” means illustrations, standard schedules, performance charts, instructions, brochures, diagrams and other information furnished by the CMAR to illustrate materials or equipment for some portion of the Work.

“Professional Certification” - Professional certification is a designation which indicates that a person is qualified to perform a job or task. Professional certification can be trade certification or professional designation.

“Project” means the Work to be completed In the execution of this Contract as described in the Recitals and in Exhibit A attached.

“Project Record Documents” means the documents created pursuant to Article 1.6.

“Project Record Drawing Prints” - Set of current design drawings used by construction contractor for reference during construction. These drawings are typically marked up during the construction process, and are used to develop the subsequent “as-bullt” drawings.

“Project Team” - Consists of the Design Professional, the CMAR, the Contract Administrator, the City’s representatives and other stakeholders who are responsible for making decisions regarding the Project.

Project Name; crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 68 of 71 Scottsdale No. 2019-102 -COS

“Punch List” means those minor items of Work to be completed before Final Acceptance which do not prevent the Project from being used for the purpose for which it is intended and which will not prevent the issuance of a Certificate of Occupancy.

“Samples” means physical examples that illustrate materials, equipment or workmanship and establish standards by which the Work will be judged.

“Savings” means the difference between the Guaranteed Maximum Price and the Final Cost of the Work (including CMAR’s Fee). One Flundred Percent (100%) of savings will accrue to the City, unless otherwise agreed in the itemization of the Guaranteed Maximum Price.

“Schedule of Values (SOV)” means the Document specified in the construction phase, which divides the Contract Price into pay items so that the sum of all pay items equals the Contract Price for the construction phase Work, or for any portion of the Work having a separate specified Contract Price. The SOV may or may not be output from the Progress Schedule depending on whether the Progress Schedule is cost-loaded or not.

“Shop Drawings” mean drawings, diagrams, schedules and other data specially prepared for the Work by the CMAR or a Subcontractor, Sub-subcontractor, manufacturer, supplier or distributor to illustrate some portion of the Work.

“Site” means the land or premises on which the Project is located generally described as the following three locations; Booster Pump Station 37 at 12000 E. Shea Blvd, Booster Pump Station 124 at 12171 E. Shea Blvd. and Booster Pump Station 26 at 12182 E. Shea Blvd., The CMAR will require all subcontractors to include the street address of the Project Site in their contracts.

“Specifications” means those sections of the Contract Documents for the construction phase consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain applicable administrative details.

“Subcontractor” means any person or entity retained by the CMAR as an independent contractor to perform a portion of the Work and must include material men and suppliers. All subcontractors must be selected in accordance with the selection plan stated in Article 1.13.

“Substantial Completion” means when the Work, or when an agreed upon portion of the Work is sufficiently complete so that the City can occupy and use the Project or a portion of it for its intended purposes. This may include, but is not limited to: (a) approval by the City Fire Marshall and local authorities (Certificate of Occupancy); (b) issuance of elevator permit: (c) demonstration to the City that all systems are in place, functional, and displayed to the City or its representative; (d) installation of all materials and equipment; (e) City review and acceptance of all systems; (f) City review and acceptance of draft O&M manuals and record documents; (g) City operation and maintenance training completed; (h) FIVAC test and balance completed (provide minimum 30 days before projected substantial completion): (i) completed landscaping and site work; and G) final cleaning.

“Supplier” means a manufacturer, fabricator, supplier, distributor, material man or vendor having a direct contract with the CMAR or any Subcontractor to furnish materials or equipment to be incorporated in the construction phase work by the CMAR or any Subcontractor.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 69 Of 71 Scottsdale No. 2019-102 -COS

“Work” means the entire completed construction or the various separately identifiable parts of the construction, required to be furnished during the construction phase. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials, resources and equipment into the construction, and performing or furnishing services and documents as required by the Contract Documents for the construction phase.

END OF CONTRACT - SIGNATURES ON NEXT PAGE.

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 70 of 71 Scottsdale No. 2019-102 -COS

THE CITY OF SCOTTSDALE

PROJECT NO. FB53, CONTRACT NO. 2019-102-COS

This Contract has been executed by the parties above named on the date and year written above, to be retained by the City Clerk.

The CMAR agrees that this Contract, as awarded, is for the stated work and understands that payment for the total work will be made on the basis of the indicated amount(s), under the terms and conditions of the Contract.

CONSTRUCTION MANAGER AT RISK; HAYDON BUILDING CORPORATION, an Arizona corporation

By:

Print name;

Title:

THE CITY OF SCOTTSDALE, an ATTEST; Arizona municipal corporation

W. J. "Jim" Lane, Mayor Carolyn Jagger, City Clerk

RECOMMENDED:

Dave Lipinski, PE City Engineer

Katherine Callaway Risk Management Director

Elaine Mercado, Contract Administrator APPROVEO^SJO FORM:

^■^t5e'^Wa'SttBLjrn, City Attorney Eric C. Anderson Senior Assistant City Attorney

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 71 Of 71 Scottsdale No. 2019-102-COS

EXHIBIT A PROJECT DESCRIPTION SCOPE OF WORK

Contractor shall provide all labor, materials and equipment necessary to construct the Phase 1 Crossroads East Drainage Improvements from Hualapai Drive to Basin 53R and the outfall drainage pipe from SRI OIL to East Union Hills Drive, and the portion of the future gravity sewerline within Hayden Road, and the portion of the sewer forcemain and supporting infrastructure crossing the Powerline Channel at Hualapai Drive.

Project Name; crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 1 of 1 Scottsdale No. 2019-102-COS

EXHIBIT B PRECONSTRUCTION AGREEMENT

PRECONSTRUCTION PHASE SERVICES CONTRACT

2019-036-COS

IS ON FILE AT THE SCOTTSDALE CITY CLERK’S OFFICE AND CAN BE FOUND AT THE BELOW LINK:

https://eservices.scottsdaleaz.qov/EdmViewer/17276159

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 1 Of 1 Scottsdale No. 2019-102-COS

EXHIBIT C SUBMITTAL REQUIREMENTS FOR THE GMP

GMP submittal, one copy for review.

Two (2) copies will be requested by the Capital Project Management prior to contract execution.

GMP Cost Model Exhibit Contents:

1. Scope of Work 2. Summary of the GMP 3. Schedule of Values - Direct and Indirect cost summary: Unit prices and quantity take-offs using the City's standard pay items; Details of all allowances and unit price work shown and specified in the detailed design documents; All fixed equipment, site improvements, and utility and equipment installations; Field Office overhead; Home Office overhead; Bonds, taxes, insurance; The CMAR Contractor’s fee (include fee allocated to self-performed work and subcontractor work). 4. List of Plans and Specifications used for GMP Proposal 5. List of clarification and assumptions 6. Subcontractor Bids on Subcontractor Letterhead 7. Project Schedule showing critical path construction items

A. Scope of Work will consist of a brief description of the work to be performed by CMAR and major points that the CMAR and the City must be aware of pertaining to the scope, (normally one paragraph is sufficient.)

B. A summary of the GMP with a total for each of the components of the GMP as listed in its definition in Article 1 as shown in the tabie below:

C. Schedule of Values - spread sheet with the estimated bid or cost organized by subcontract categories, allowances, bid contingency, general conditions costs, taxes, bonds, insurances, and the CMAR’s construction phase fee. The supporting document for the spreadsheet must be provided in an organized manner that correlates with the schedule of values. The backup information shall consist of the request for bids, bids received, and clarification assumptions used for the particular bid item listed on the schedule of values, if applicable: Material costs, equipment costs, labor costs, hourly labor rates, and total cost. Labor costs shall include the employee classification, benefits, payroli taxes and other payroll burdens; The total cost for any portion of the work to be performed by subcontractors shall include subcontractor overhead and profit. Production rates, transportation and other facilities and services necessary for the proper execution of the work, whether temporary or permanent, and whether or not incorporated or to be incorporated into the work. Copies of quotations from subcontractors and suppliers; Memoranda, narratives, consultant’s reports and all other information used by the CMAR Contractor to arrive at the GMP. The GMP must include all assumptions, descriptions and a breakdown of all allowances.

PROJECT Name: crossroads east drainage & public infrastructure Project No. FB53 9626760v8 (Rev Dec. 2016) Page 1 Of 3 Scottsdale No. 2019-102-COS

EXHIBIT C

GMP SUMMARY AMOUNT COST OF THE WORK - DIRECT COSTS AMOUNT Sub-Contractors' Cost of the Work (Labor, Materials, A $907,676.00 Equipment, Warranty, Insurance, Profit) CMAR Self-Performed Cost of the Work (Labor, B $4,924479.72 Materials, Equipment, Warranty) C Total Cost of the Work (A+B) $5,832,155.72 INDIRECT COSTS AMOUNT D General Conditions (Negotiated Amount) $445,000.00

E Total Cost of the Work + General Conditions (C+D) $6,277,155.72

Payment and Performance Bonds (On Cost of the F $62,143.84 Work + General Conditions) Insurance (Additional CMAR's Insurance not provided G $62,771.56 in the Total Cost of the Work) H Subtotal Direct + Indirect Costs (E+F+G) $6,402,071.12 I CMAR Construction Fee (Negotiated Fixed Fee) $640,207.11 J Project Subtotal (H+l) $7,042,278.23 K Taxes (Actual Reimbursable limited by Not to Exceed) $363,909.73 L CMAR’s GMP (Not to Exceed) (J+K) $7,406,187.96 CITY'S PROJECT CONTINGENCY (As determined M.1 $518,433.16 by the City) CITY’S PROJECT ALLOWANCE (For Sewer M.2 $500,000.00 Infrastructure - as determined by the City) N CONTRACT PRICE (Not to Exceed) (L+M) $8,424,621.12

D. A list of the Plans and Specifications with latest issuance date including all addenda used in preparation of the GMP proposal. The plans used for the GMP must be date stamped and signed by CMAR, Design Consultant, and Project Manager using the format below.

Plans Used for Preparation of GMP No.

CMAR Date

Design Consultant Date

Project Manager Date

Project Name: crossroads east drainage & public infrastructure Project No. FB53

9626760v8 (Rev Dec. 2016) Page 2 of 3 Scottsdale No. 2019-102-COS

EXHIBIT C

E. A list of the clarifications and assumptions made by the CMAR in the preparation of the GMP proposal, to supplement the information contained in the documents.

F. All Subcontractor Bids for the project on the Subcontractor’s Letterhead

G. A Critical Path Method diagram construction schedule.

NOTE: The submittal package must be kept as simple as possible all on x 11 sheets. Color or shading must be kept to a minimum. If used, make sure the color or shading will not affect the reproduction of the submittal in black and white.

Final GMP submittal will consist of the following:

Two (2) Copies of the GMP (perforated as requested by Bids & Specifications) Velo or 3- hole punched.

2. One copy of the plans and technical specifications used to arrive at the GMP (signed by Design Consultant, CMAR and Project Manager).

Project Name: crossroads east drainage & public infrastructure Project No. FB53 9626760V8 (Rev Dec. 2016) Page 3 of 3 Scottsdale No. 2019-102 -COS

EXHIBIT D STATUTORY PERFORMANCE BOND PURSUANT TO TITLE 34, CHAPTER 6, OF THE ARIZONA REVISED STATUTES (Penalty of this bond must be 100% of the Contract Amount)

KNOW ALL MEN BY THESE PRESENTS:

That, _ (hereinafter called the Principal) as Principal, and , a corporation organized and existing under the laws of the State of with its principal office in the City of, (hereinafter called the Surety), as Surety, are held and firmly bound unto the City of Scottsdale, County of Maricopa, State of Arizona in the amount of^Dollars ($), for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, the Principal has entered into a certain written contract with the City of Scottsdale, dated the ___ day of, 2019, for Contract No. 2019-102-COS, Project No.FB53, Crossroads East Drainage Infrastructure which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein.

NOW THEREFORE, the condition of this obligation is such, that if the Principal faithfully performs and fulfills all of the undertakings, covenants, terms, conditions and Contracts of the contract during the original term of the contract and any extension of the contract, with or without notice to the surety, and during the life of any guaranty required under the contract, and also performs and fulfills all of the undertakings, covenants, terms, conditions and Contraots of all duly authorized modifications of the contract that may hereafter be made, notice of which modifications to the surety being hereby waived, the above obligation is void. Otherwise it remains in full force and effect.

PROVIDED HOWEVER, that this Bond is executed pursuant to the provisions of Title 34, Chapter 6, Arizona Revised Statutes, and all liabilities on this Bond shall be determined in accordance with the provisions of Title 34, Chapter 6, Arizona Revised Statutes, to the extent as if it were copied at length in this Contract. The prevailing party in a suit on this bond shall recover as part of the judgment reasonable attorney fees that may be fixed by a Judge of the Court. The performance under this bond is limited to the construction to be performed under the contract and does not include any design services. Preconstruction services, financial services, maintenance services, operations services or any other related services included in the contract.

WITNESS our hands the . day of _ _, 2019.

PRINCIPAL

BY:

SURETY (SEAL)

AGENCY OF RECORD

AGENCY ADDRESS

Project Name: crossroads east drainage & public infrastructure Project No. FB53

9626760v8 (Rev Dec. 2016) Page 1 Of 1 Scottsdale No. 2019-102-COS

EXHIBIT E STATUTORY PAYMENT BOND PURSUANT TO TITLE 34, CHAPTER 6. OF THE ARIZONA REVISED STATUTES (Penalty of this bond must be 100% of the Contract Amount)

KNOW ALL MEN BY THESE PRESENTS:

That. (hereinafter called the Principal), as Principal, and a corporation organized and existing under the laws of the State of , with its principal office in the City of (hereinafter called the Surety), as Surety, are held and firmly bound unto the City of Scottsdale, County of Maricopa, State of Arizona, in the amount ofDollars ($), for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, the Principal has entered into a certain written contract with the City of Scottsdale dated the day of, 2019, for Contract No. 2019-102-COS, Project No.FB53, Crossroads East Drainage Infrastructure, which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein,

NOW, THEREFORE, the condition of this obligation is such that if the Principal promptly pays all monies due to all persons supplying labor or materials to the Principal or the Principal's subcontractors in the prosecution of the work provided for in the contract, this obligation is void. Otherwise it remains in full force and effect.

PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Title 34, Chapter 6, of the Arizona Revised Statutes, and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations of Title 34, Chapter 6, Arizona Revised Statutes, to the same extent as if they were copied at length in this Contract.

The prevailing party in a suit on this bond shall recover as a part of the judgment reasonable attorney fees that may be fixed by a Judge of the Court.

WITNESS our hands the day of _ 2019.

PRINCIPAL

BY:

SURETY (SEAL)

AGENCY OF RECORD

AGENCY ADDRESS

Project Name: crossroads east drainage & public infrastructure Project No. FB53

9626760V8 (Rev Dec, 2016) Page 1 of 1 Scottsdale No, 2019-102-COS Exhibit C.2 - Page 1 of 109 HAYDON

June 12, 2019

City of Scottsdale 7447 E. Indian School Road Scottsdale, AZ 85251

Attn: Elaine Mercado, PE Senior Project Manager

Subject; CM@R- Construction Services Proposal - GMP 1 Crossroads East Drainage Infrastructure Project No. 400-FB53B-56047

Dear Elaine,

Please accept this as our formal proposal for GMP 1 to complete improvements related to the following: Basin 53R, drop structure, dual 60” storm drain pipe. Union Hills channel, channel to future Legacy, and sewer force main infrastructure. We believe this proposal is aligned with the requirements of the Construction Services Contract and expectations from our ongoing project meetings. If you have any comments, please feel free to contact me. We appreciate the opportunity and look forward to a successful project with the City of Scottsdale.

Sincerely,

Haydon Building Corp

David J Laughlin Pre-Construction Director

Haydon Building Corp - www.havdonbc.com - 4640 E Cotton Gin Loop, Phoenix, AZ 85040 - 602,296.1496 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 2 of 109 HAYDON BUILDING CORP 4640 E. Cotton Gin Loop Phoenix, Arizona 85040 @HAYDON Office: 602-296-1496 / Fax: 602-296-1457 GMPl PROJEa: CITY OF SCOTTSDALE (400-FB53B-56047) June 12, 2019 Crossroads East Drainage Infrastructure - CMP HI to complete the Basin 53R. drop structure, dual 60" storm drain pipe, Union Hills channel, channel to future Legacy, and sewer force main infrastructure.

Item Allowance Propose to ..p-' No. Description Yes or seif-perform UM No (x) or Sub COSTiOF THE WORK - DIRECT COSTS General Itemsi i. -al■ i ■ ' 1 MOBILIZATION No Haydon LS 1.00 57,215.29 $ 57,215.29 No Haydon DAY 140.00 583.86 81,739.84 2 DUST CONTROL $ No Haydon LS 1.00 5,454.20 3 POTHOLE UTILITIES $ 5,454.20 4 Yes Haydon LS 1.00 79,866.60 79,866.60 CONSTRUCTION WATER $ 5 Yes Sub AL 1.00 60,000.00 60,000.00 QUALITY CONTROL- ALLOWANCE $ 6 No Sub LS 1.00 35,000.00 35,000.00 CONSTRUCTION SURVEY & STAKING $ 7 No Haydon LS 1.00 20,000.00 CONSTRUCTION SURVEY TOPO $ 20,000.00 8 No Haydon LS 1.00 29,191.52 29,191.52 CONSTRUCTION FIELD LAYOUT $ 9 No Metro MO 7.00 6,811.98 TRAFFIC CONTROL $ 47,683.88 10 No Sub HRS 800.00 60.00 48,000.00 OFFDUTY OFFICERS $ No Haydon MO 7.00 1,373.76 11 PEDESTRIAN ACCESS CONTROL $ 9,616.31 12 SWEEPING No Sub HR 608.00 85.00 $ 51,680.00 13 No Sub MO 1.00 47,829.25 47.829.25 SWPPP PLAN & PROTECTION $ 573,276.89 Subtotal General Items $

BASINf53R AND'eHANNEL •. .• ' 'j -■

■ north;of LOOP 1011^ . .j- No Sub AL 1.00 100,000.00 14 NATTREE & PLANT SALVAGE $ 100,000.00 No Haydon AC 31.00 1,774.11 54,997.36 15 CLEAR & GRUB $ No AC 31.00 658.90 16 PREWET BASIN/CHANNEL Haydon $ 20,425.88 No Hay/Sub CY 28,650.00 3.09 88,515.06 17 BASIN EXCAVATION C-F $ No Hay/Sub CY 254,500.00 5.94 1,511,730.00 18 BASIN EXCAVATION $ No Haydon CY 1,907.00 77.81 148,380.72 19 DUMPED RIPRAP D50=6" 1' THICK s No CY 300.00 83.30 20 DUMPED RIPRAP D50=9" T-ll Haydon $ 24,989.77 No Haydon CY 1,220.00 70.04 85,454.13 21 DUMPED RIPRAP BASIN T-Ill $ No CY 90.00 200.22 22 GROUTED RIPRAP Sub s 18,019.81 No CY 14,233.00 6.84 97.291.02 23 CHANNEL EXC Hay/Sub s No CY 11,319.00 8.23 24 STRUCTURAL EXCAVATION Hay/Sub $ 93,155.37 No CY 4,740.00 18.63 25 STRUCTURAL BACKFILL Haydon $ 88,306.20 No Haydon CY 1,063.00 704.07 748,425.00 26 OUTFALL DROP STRUCTURE $ No SY 10,378.00 59.17 27 6" CONCRETE CHANNEL LINING Haydon 614,016.39 No 805.00 70.66; $ 28 6" CONCRETE-TRANS CHANNEL LINING Haydon SY ; $ 56,885.11 No SY 111.00 116.47 29 CONCRETE MAINTENCE RAMP Haydon $ 12,928.00 No Haydon CY 239.00 895.09 30 TRANSITION RETAINING WALLS $ 213,926.07 No LS 1.00 1,576.11 1,576.11 31 CONCRETE WEIR Haydon $ No SF 200.00 4.97 32 SAWCUT & REMOVE CONCRETE Haydon $ 993.05 No SY 783.00 9.17 7,183.13 33 6“ AGGREGATE BASE ACCESS ROAD Haydon $ No SY 5,024.00 9.12 34 6“ AGGREGATE BASE ACCESS ROAD BASIN Haydon $ 45,832.86 No Sub LF 604.00 37.50 22,650.00 35 HANDRAIL COS STD 2508 T-2 $ No Sub LF 240.00 40.00 9,600.00 36 SAFETY BARRIER $ No Sub EA 3.00 980.00 2,940.00 37 FENCE GATES $ 38 HYDROSEEDING No Sub AC 21.00 3,581.78 $ 75,217.34 4.143.438.38 Subtotal Items

, • T ■ ■■’, - somWiBmw No Haydon LS 3.00 900.07 2,700.21" 39 CLEAR UNION HILLS CHANNEL $ No Haydon SF 45.00 40 DOWEL AND CONNECT TO EXISTING RCBC 33.64 $ 1,513.58 41 No Hay/Sub LF 10,043.00 7.38 74,146,32 CHANNEL EXC UH $ No Haydon LF 20.00 42 DUMPED RIPRAP D50=6" V THICK 114.37 s 2,287.38 No Haydon EA 5,165.00 73.67 43 6" CONCRETE CHANNEL LINING $ 380,513.95 No Haydon EA 161.00 96.73 44 CONCRETE MAINTENCE RAMP $ 15,572.92 45 No Haydon EA 2,440.00 192.34 469,297.62 60" CMP STORM DRAIN $ 46 Yes Haydon LS 1.00 15,000.00 15,000.00 60" CMP STORM DRAIN (North tie-in point Allowance) $ 47 MANHOLES No Hay/Sub LF 6.00 10,637.04 $ 63,822.24 No Haydon SF 1.00 24,138.69 48 HE AD WALL $ 24,138.69 No Sub SF 46.00 37.50 1,725.00 49 HANDRAIL COS STD 2508 T-2 $ 50 No Sub LF 1,070.00 40.00 42,800.00 SAFETY BARRIER $ No Sub EA 4.00 1,230.73 4,922.92 51 ACCESS BARRIER COS 2526 $ No Haydon EA 2.00 52 CONNECT EXISTING W/PIPE COLLARS 60" CMP 2,619.52 $ 5,239.04 No Haydon EA 1,047.00 53 6" AGGREGATE BASE ACCESS ROAD 10.30 $ 10,780.58 No Sub LF 1.00 980.00 54 FENCE GATES $ 980.00 1.115.440.45 Subtotal Items L_

5,832,155.72 COST OF THE WORK TOTAL $

-MNDIRECT COSTS

GENERAL CONDITIONS (ON-SITE MANAGEMENT!

6/13/2019 12:28 PM lof2 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 3 of 109 HAYDON BUILDING CORP 4640 E. Cotton Gin Loop Phoenix, Arizona 85040 @HAYD0N Office; 602-296-1496 / Fax: 602-296-1457

PROJECT: CITY OF SCOTTSDALE (400-FB53B-56047) June 12, 2019 Crossroods East Drainage /n/rosfrucfore - GMP f/1 to complete the Basin 53R, drop structure, dual 60" storm drain pipe, Union Hills channel, channel to future Legacy, and sewer force main infrastructure.

Item Allowance Propose to seif-perform .HQiJantityh; '.i No. Description Yes or UM No (x) or Sub 445,000.00 ONSITE OVERHEAD (PM. PE, Super, Office, Etc) = 8 Mo @ $85,409 per Month prorated at 52% $ 445,000.00 $ for this scope of work (plus Concrete Structural Super + Small Tools + Safety specifically for COS scope of work): assuming the other48% will be absorbed by Hayden Roadway, Powerline Channel and Sewer Infrastructure. 445,000.00 SUBTOTAL GENERAL CONOmONS s 6,277,155.72 TOTAL COST OF THE WORK GENERAL CONDITIONS lC+0) $ 0.99% i 62,143.84 PAYMENT AND PERFORMANCE BONDS INSURANCE 1.00% 62,771,56 s 6.402.071.12 SUBTOTAL DIRECT + INDIRECT COSTS (E-i-F+Gl 10.00% 640,207.11 CMAR CONSTRUCTION FEE (CORPORTATE OH (6.43%) + PROFIT 3.57%) s 7.042.278.23 PROJECT SUBTOTAL (H+ll s

:es 363,909.73 s 7,406,187.96 CMAR‘S GMP fNOTTO EXCEED fJ+K) 7% 518,433.16 OWNER'S CONTI6ENCY % LS 1 500,000,00 s 500,000.00 SEWER INSFRASTRUCTURE ALLOWANCE fWILSON 30% PLANS) $ TOTAL GMP 1 AMOUNT s 8,424,621.12

6/13/2019 12:28 PM 2 of 2 Scottsdale No. 2019-102-COS Exhibit C.2-Page 4 of 109

Scope of Work

1. Scope of Work: This construction GMP has been developed to complete the following Improvements per the Michael Baker 75% Design - June 2019 Set of Plans and the Wilson Engineering 30% Concept Design - March 2019 Set of Plans;

Basin 53R Drop Structure Channel from Drop Structure north to Future Legacy Dual 60" Pipe Union Hills Channel Gravity Sewer across Hayden Sewer Sleeves under channel.

2. Summary of the GMP; Please see the attached GMP Summary Sheets

3. Schedule of Values: Pleaise see the attached GMP Summary Sheets

4. List of Plans and Specifications: Haydon is completing the improvements based on the Michael Baker 75% Design - June 2019 Set of Plans and the Wilson Engineering 30% Concept Design - March 2019 Set of Plans: No Specifications were provided to date.

5. List of Clarifications and Assumptions:

• This GMP is based on 75% plans from Michael Baker and 30% plans from Wilson Engineering. Where necessary, pricing and quantities will need to be reconciled (reasonable increases and decreases based upon final scope) with the 100% plans prior to the start of construction. • The sewer scope associated with Wilson Engineering plans has been identified as 1 LS $500,000 allowance to provide further time for engineering and pricing progression. • Earthwork quantities will be calculated based on an initial topo (before starting earthwork activities) and final topo (end of earthwork activities). The delta between the two topo maps will provide a quantity of earth moved in bank cubic yards and final payment of mass earthwork cubic yardage will be based upon this. However, during the progression of the work (for monthly payment applications), payment for mass earthwork will be based upon load counts provided by the Haydon management team each month. At the end of the project, the load counts will be reconciled with the topo delta and the topo delta will determine the final earthwork quantity of payment to Haydon. • There is a potential to complete the mass earthwork during night operations and cross Hayden roadway during the night. • All mass earthwork is assumed to be placed on the adjacent Cavasson development site. However, the cost associated with 'knocking down' or 'receiving' the mass earthwork on the Cavasson development site is not accounted for in this GMP (this cost is assumed to be covered by Cavasson). Scottsdale No. 2019-102-COS Exhibit C.2-Page 5 of 109

It is assumed we will be able to cross Hayden Roadway with loaded trucks (earthwork) and or scrapers/other related construction equipment. Necessary repairs to Hayden Roadway will be covered by Haydon. It assumed Haydon will be able to cross AZ State Land with construction equipment related to the mass earthwork activities. It is assumed that within Basin 53R, Haydon will be able to utilize a haul route within the 404 'Do Not Disturb' area noted on the plans. General Conditions (On-Site Management): Within this GMP, the GC's are shared/split between the concurrent Hayden Roadway and Powerline Channel projects. The split is weighted as a percentage upon the assumed direct costs of each project. Dependent upon the agreement between Cavasson and the City of Scottsdale, the percentages could vary or be changed once the full direct cost of each project is known. Also, in the unlikely event that Haydon does not proceed with the Hayden Roadway or Powerline Channel scopes of work for Cavasson Development, Haydon would be due the full monthly GC amount for the duration associated with the scope of this GMP. The following is the initial weighted percentage within this GMP proposal: o Hayden Roadway: Cavasson: 22.5% o Powerline Channel-Cavasson: 22% o Crossroads East Drainage-Scottsdale: 52% o Sewer Crossings-Scottsdale: 3.5% The 404 Permit is currently outstanding. If this permit is not procured to allow a construction start of 9/1/19 (of basin and drop structure affected scope), then the project duration could extend beyond the anticipated schedule. Should this occur, Haydon would need to be compensated for additional GC's (Onsite Overhead) respective of the impact to the schedule. If all other work (Hayden Roadway and Powerline Channel) is complete before the end of the work associated with this GMP, the GC's would be the full monthly amount (not a shared %) for the additional months of work. Any Permanent Fencing is excluded around Basin 53R Any debris removal (concrete or unknown buried materials) in Basin 53R is excluded from this GMP. It is assumed the Contingency would cover this unknown item. Any cost associated with AZ State Land sale/purchase per CY of earth material is excluded in this GMP. Dual 60" Pipe: The north end of this pipe tie-in point was unable to be found during the pre­ construction phase. Haydon assumed to add 20 LF per run (total of 40 LF). No cost associated with la paved invert was accounted for. Any miscellaneous cost associated with finding or repairing the area disturbed (to find the tie-in) is accounted for as an allowance (fence remove and replace, landscaping repairs, etc). All remaining tree salvage (once 404 permit is acquired) will be paid as an allowance item. Sewer Crossing of Hayden: It is assumed that hand tunneling will be necessary to account for the ground conditions. This cost is covered in the GMP. Scottsdale No. 2019-102-COS Exhibit C.2-Page 6 of 109 CITY OF SCOTTSDALE (COS) SCOTTSDALE CROSSROAS EAST DRAINAGE INFRASTRUCTURE HAYDON BUILDING CORP

SUBCONTRACTOR SELECTION PLAN

GMPl

1. OVERVIEW: This Drainage Infrastructure Project (the project) Subcontractor Selection Plan was developed per COS and contract specific requirements. It provides direction to ensure an open, fair, and equitable bidding process to subcontractors and vendors on the project while providing the COS with the best value selection.

2. SUBCONTRACTOR PERFORMED WORK: When scopes of work require specialized skills or materials, Haydon will solicit bids from qualified subcontractors and vendors. We will use a three-step process. First, Flaydon \A/ill send out a letter of interest questionnaire to ensure we get the required number of bidders. From the list of interested bidders, Flaydon will qualify subcontractors and vendors (this list to be reviewed with the COS). Once qualified, our team will distribute coiitract documents, solicit bids, and evaluate pricing based on best value for each specific scope.

3. SUBCONTRACTOR AND VENDOR QUALIFICATION: We will qualify at least three companies in each work category (sometimes two if the scope is specialized and limited in qualified subcontractors). Once qualified, Flaydon will submit the list of prequalified subcontractors and vendors to the COS for review. If the COS objects to any qualification, our.team will nominate a substitute subcontractor or vendor. The categories below will be used for subcontractor and vendor prequalification. a. . Experience with the COS, b. Experience with Flaydon c. Current and past municipal project experience d. Expertise in the scope field e. Current workload/backlog i. Maximurn vyorkload/backlog ii. Current cfew/material availability (lead time) f. Bonding capaeity and bonding company g. Safety Experience Modification Rates for 2017 and 2018 h. Financial status via default with any loan or financial agreements i. Details of any past or pending litigation that could impact current performance j. Termination from any past projects k. Schedule impacts on past projects leading to liquidated damages l. Schedule management plan m. Is company for sale n. Overall financial rating Scottsdale No. 2019-102-COS Exhibit C.2-Page 7 of 109 CITY OF SCOTTSDALE (COS) SCOTTSDALE CROSSROAS EAST DRAINAGE INFRASTRUCTURE HAYDON BUILDING CORP

4. BID PROCESS: Once subcontractors and vendors have been qualified for the full project scope, Haydon will develop and manage the bid process. Contract documents will be distributed to all parties. If required, a pre-bid conference will be held. In partnership with the COS, a set bid due date will be determined. Upon the passing of the bid due date Haydon will review all submitted proposals for scope, contract, and bid process compliance. Upon review, our team will make selections and submit to the COS for review and approval. If a selected bidder is not approved by the COS, the next most highly scored bidder will be nominated. Any GMP impacts will be discussed and negotiated with the project team.

5. SELF-PERFORM WORK: Haydon plans to self-perform specific scopes of work as noted and detailed below: Mass Earthwork o At this time, it is unknown if Haydon will self-perform the mass earthwork or if this will be subcontracted. This decision will be finalized when the construction start date is better defined and the 404 permit is secured - this information will help Haydon and our potential subcontractor with their necessary resource allocations to make the most effective decision. Concrete Structures o Haydon proposes to self-perform the channel lining and drop structure due to the critical nature of the scope and to meet our tight schedule milestones. We believe Haydon is best suited to perform this critical scope. Dual 60" Storm Drain Pipe o Haydon proposes to self-perform this scope to the critical nature of the scope and to meet our tight schedule milestones. We believe Haydon is best suited to perform this critical scope.

6. SUBCONTRACTOR DIRECT SELECT WORK: - Traffic Control o Haydon has selected Metro Traffic Control (MTC) to provide traffic control services. MTC was selected early on the adjacent Cavasson Development Hayden Roadway widening project in order to procure their ADOT Encroachment permit. To provide synergy between the Cavasson project and this project which overlap in several ways, using MTC provides significant value. No additional Direct Selects are known at this time.

Scottsdale No. 2019-102-COS QUOTES Drainage Infrastructure Exhibit C.2 - Page 9 of 109

Trafficade Signs & Sales, Inc. 2544 W. McDowell Rd Phoenix, AZ 85009 Phone: (602) 272-3776 ~ Cell: (602) 931-1348 ~ Fax: (602) 272-2827 Certified aaromOtrafficade.com ~ www.trafficadesales.com smsmswEsmi Sign Fabricator

To: HaydonBulidingCdrp. Date: June 12.2019 Attn: Stacy Eldredge Quote#: 2019178 Phone: 602-395-2711 Job#: Email: [email protected] Job Name: '■»^rr^Desii3lDfldnK.'-v:i.i.-v.t, -.■‘■-of-n;- 1310 1 ‘■f MAG 130-Type B w/install $39.0G $51,090,00

..

- 1

j

Subtotal $51,090.00

STIPUIATIDNS 8i EXCLUTIONS: Shipping 1. Sales tax is Included. Single project AZSOOI) forms must be submitted for exemption. 8.6% tax $4,393.74 2. This estimate expires 30 days from bid dat<3. Other 3. Quoted lead times are based only on PO d:ites not on quote or proof dates OTOWl.'^

Additional items will be billed at the above rates. Thankyou for your business! Scottsdale No. 2019-102-COS Exhibit C.2 - Page 10 of 109

Gallagher Reclamation, LLC 3672 South Martingale rd. Seeding and Erosion Control Gilbert, az. 85297 AZ ROC #301118 480-248-5574 [email protected] QUOTE Quote# 19-47

Date: June 12,2019 Submitted by: Dan Gallagher Attention: Estimating Project: Cavasson Development

Project No.: Bid Date: June 12,2019

Item No . Description Unit Quantity Unit Price Total Price 430009 Hvdroseeding AC 21.00 2,175.000 $ 45,675.00 •Quote does not include watering >c $ Total Bid 45,675.00

FOR QUESTIONS REGARDING THIS QUOTE OR TO SEPARATE ANY BID ITEMS OUT OF THE QUOTE PLEASE CALL (480)248-5574 Notes, Terms and Exclusions; All measurements lo be verilied In the field Quoted price valid for 30 days ?aymenl Terms: 100% ccntracl price upon completion, less retention as specllled by owner Pemiils: None Mobilization: 1 dust Control: None Grading: Subgrade by others + or -1/10' Rot* Removal: None Water To be provided by others Soil Testing; None Water Source: To be located within 1 mile ol job site Lot Clearance (debris): None Watering: None rempotaiy Irrigation: None Topsoil: None Rand Raking: None Traffic Control: To be provided by others Surveying; None Warranty: None Seating Establishment; None Maintenance: None Cnisl Breaking: None Tillage 4" tillage Included Sales Tax: None Excess Liability Insurance: None Sends: None GL Umbrella Insurance; None Includes Per Vailing wage Yes Scottsdale No, 2019-102-COS Exhibit C.2 - Page 11 of 109 riw issi

PHONE/VERBAL QUOTE PROJECT: HAYDON BUILDING CORP DATE/TIME: y(\^ g t?-Slgg^______

COMPANY: (£hr\ ______

ITEMS BID: Tri'fV VW^ I^V>nij 0^ Mo / / JP t\ C. ' r ~\ AKlAJ-pjj/n J>

EXCLUSIONS:

QUOTE SUBMITTED BY:

QUOTE TAKEN BY: ^ - 0 Scottsdale No. 2019-102-COS HUBBARD Exhibit C.2 - Page 12 of 109 ENGINEERING

June 12, 2019

Stacy Eldridge Haydon Building Corporation

Re; Scottsdale Cavasson Development Crossroads East Drainage Infrastructure

Services Provided: Task SOI: Construction Staking

CONTROL Horizontal Control - Verify existing horizontal/vertical control & site benchmarks. Obtain tie references to street monuments. Vertical Control - Run bench loop from known vertical control to site.

PRE-<3RADING Sawcuts - Mark sawcuts for pavement & concrete removal as needed.

GRADING Retentions - Set offset grade stakes for top graded to top plan grade on sheet D-3 and @ 100' intervals. Channel Bottom Blue-Tops - Set blue-tops @ center line and toes @ 50' inten/als. Access Road sub-grade & ABC Blue-Tops - Set blue-tops on each edge of road @ 50' intervals, (includes all access roads) Access Road Rough Grade - Set cul/fill stakes at 100' intervals, angle points, radius points & grade breaks, (includes all access roads Channel Slope Staking - Provide slope staking @ 50' intervals to maintain 3-1 or otherwise specified. Center Line Channel Staking - Set center line stakes @ 50' interval graded to subgrade flow line with offset to toes with cut/fill to subgrade.

WET UTILITIES 60" Storm Drain - Set offset grade stakes @ 50' intervals for storm drain, catch basins and headwalls. Rip Rap - Set offset stakes to mark location only @ end points & angle points. Headwalls- Set offset grade stakes at angle points & end points.

WALL & FENCES Weir Walls - Set 4 offset grade stakes per wall graded to top of wall. Channel Retaining Walls - Set offset grade stakes @ 50' inten/als, and angle points for retaining wall footers. Mark wall location on footer. Safety Barrier - Set offset grade stakes @ 50' intervals graded to nearest finished grade.

CONCRETE Concrete Baffles - Set 4 offset grade stakes per baffle. Channel Top Concrete Turn Down Edge - Set offset grade stakes @ 50' inten/als graded to top of concrete.

AS-BUILTS & CALCULATIONS Field As-Builts - Gather as-built data per city requirements and per Civil plan. ***(Site super must schedule as-builts before burying wet utilities)*** Office As-Builts - Apply as-built data to approved Civil plans and submit PDF file to client. ***(Note: Client to submit required Civil As-Built package to City)*** Calculations - Calculate survey points from CADD drawings & verify for field layout.

1201S. Alma School Rd. Suite 12000 Mesa, Arizona 85210 vww.hubbardengineering.com phone 480 892 3313 fax 480 892 7051 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 13 of 109 ENGINEERINGHUBBARD

PROPERTY/BOUNDARY R.O.W + T.C.E - Stake perimeter of the right of way and temporary construction easements @ 100' intervals.

*Note - Costs for Calculations are based on preparing the points for the field, based on the plans provided in conjunction with the CADD file of those plans. Any issues with the plans/CADD files and RFI’s will be handled on a time and materials basis.

Proposed Fee and Payment Schedule

All services provided under this contract shall be provided on a Lump Sum or Hourly Time and Materials basis as shown below.

The estimated fees for this scope are as follows:

Task SOI: Construction Staking $32,100.00 LS

Total Fee $32,100.00 LS

Task S98 - Plan Issues/RFTs T&M

LS = Lump Sum T&M = Time and Materials

Acceptance of Proposal

Proposal Accepted - Signature/Name/Title Date

***For questions regarding this proposal, please contact Adrian Burcham at 480-892-3313.

1201S. Alma School Rd. Suite 12000 Mesa, Arizona 85210 www.hubbardengineering.com phone 480 892 3313 fax 480 892 7051 Scottsdale No. 2019-102-COS HUBBARD Exhibit C.2 - Page 14 of 109 ENGINEERING

2019 HUBBARD ENGINEERING, MATERIALS AND MISCELLANEOUS BILLING RATES

Principal of the Firm...... $190/hour Project Management...... $ 150/hour Design Engineering Services Project Engineer (P.E.)...... $140/hour E.l.T...... $105/hour Engineering Designer...... $95/hour Engineering Field Services Field Services Engineer (P.E.)...... $140/hour Field Services Technician...... $95/hour Surveying Services Registered Land Surveyor (P.LS)...... $150/hour Survey Project Manager (P.L.S)...... $135/hour Survey Technician...... $75/hour Two Person Survey Crew...... $125/hour One Person Survey Crew...... $75/hour CADD Services Senior Designer...... $95/hour Designer...... $80/hour Administrative Services...... $75/hour Expert Testimony...... $250/hour Reproduction 24" X 36" black and white bond prints and copies...... $ 2.00/each 24" X 36" black and white mylar prints...... $25.00/each 24" X 36" color bond prints...... $35.00/each 11" X17” black and white bond prints...... $0.50/each 11" X17” color bond prints...... $1.00/each 8.5” X 11” black and white photocopies...... $0.15/each 8.5" X11" color photocopies...... $1.00/each 11” X17" black and white photocopies...... $0.20/each Copies of Reports...... $27.00/ream Delivery Fees Within and Outside of Metro Phoenix Area...... Delivery Cost + 15% Travel Fees Company Vehicle Mileage...... $0.55/mile (per current IRS approved rate) Travel Expenses...... At Cost Survey Supply Fees Wooden Stakes...... $0.80/each 3/4" Survey Pin / Pipe...... $3.50/each Survey Monument/ Cap...... $7.50/each Pin / Monument Placement in Hard Surface (Concrete, Rock, etc.)...... $30.00/each Carsonite Marker Post with Label...... $25.00/each A.T.V...... :...... $150.00/day Postage and Shipping...... At Cost Conference Calls...... At Cost

1201S. Alma School Rd. Suite 12000 Mesa, Arizona 85210 www.hubbardengineering.com phone 480 892 3313 fax 480 892 7051 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 15 nf^or

June 12,2019 Re: Scottsdale Cavasson - Crossroads East Drainage EPSGROUP To Whom It May Concern;

EPS Group, Inc. is pleased to submit this proposal for the above referenced project in the City of Scottsdale. Our total fee for these services shown in the attached scope of work is $16,900. Our proposal is for one set of stakes; any re-staking or staking outside of our scope of work will be billed hourly at our current rate.

If you have any questions or concerns, please feel free to call me at your convenience at 480-298-4900.

Sincerely,

David Hargrove, CST III Survey Project Manager EPS Group, Inc

aM-

2045 S Vineyard Avenue, Ste 101 Mesa, AZ 85210 0: 480 503 2250 F: /)80 503 2258 WWW epsgroupinc.com Scottsdale No. 2019-102-COS Exhibit C.2 - Page 16 of 109

CONSTRUCTION STAKING SCOPE & FEE SCHEDULE FOR;

Scottsdale Cavasson - Crossroads Drainage East

Calibration and Control $3,080 • Calibrate site horizontally and vertically and produce horizontal control sheet for staking project. Establish additional onsite control for use during project.______Office Calculations $800 • Provide control calculations needed to layout the project. • QA/QC field data to ensure quality of work.______Limits $840 • Stake limits of construction at 100' intervals on right of way or TCE. Rough Grade $4,200 • Stake rough grade for channels at 50' intervals to top hinge point and story stake to toe of slope. ~______Storm Drain $840 • Stake alignment with a single offset at 50' intervals for storm drain pipe and grade to invert. 4'/^’ • Stake centerline end of pipe, manholes and catch basin with a double offset and grade to invert^ ______Access Roads $1,120 • Stake edge of access roads at 50' intervals with a single offset and grade to finished grade. ______Weir/Baffle Blocks $700 » Stake centerline of concrete weir at ends with a single offset and grade to top of concrete. • Stake centerline of baffle blocks with a single offset or actual.______Rip Rap $840 ■ Stake outside corners of rip rap pockets with a single offset or actual. Retaining Wall $700 Stake retaining wall at ends, steps and at 50' intervals with a single offset and grade to top of footer. ______As-Builts $3,780 Provide civil as-built data per City of Scottsdale requirements onto approved construction plans only. Irrigation and Landscape as-builts are not included. EPS will not provide MYLARS for as-built drawings. If Mylars are requested or if additional copies are needed, we will send them out to a local print shop so the client can pay it directly. TOTAL FEE, ABOVE SERVICES* $16,900.00

’*This^This ISis torfor mtormationinformation only,only. Theme project will be oiiieabilled at a lump sum tee.fee. ^ *Above total includes 14 trips to site. Any additional trips are subject to a mobilization ^i?ge of ^

$250 per trip.

/ Scottsdale No. 2019-102-COS Exhibit C.2 - Page 17 of 109

Assumptions/Exdusions

1. Please review this proposal carefully, as we have attempted to provide a complete Scope of Services for your project. Any items requested to be staked during the course of construction, but not listed in the Scope of Services, wili be considered non-contract additional services. Additional and re-staking services will be invoiced at our current hourly rate.

2. Any questions regarding the accuracy of construction staking will not be considered unless the Surveyor's reference points and stakes are preserved intact in their original and undisturbed state. The survey director/field supervisor must be notified immediately if any inaccuracy of construction is suspected.

3. A minimum 48-hour working day notice may be required for scheduling work.

4. Contract staking, additionai staking and re-staking services shall be performed on an "upon request" basis, and must be approved by the General Contractor or Owner prior to their request.

5. All staking shall be performed one time only under the Fee Schedule, unless otherwise noted.

6. The Surveyor shall coordinate directly with the General Contractor to determine offset distances and lath markings, or if unavailable, the surveyor will use industry standards. The Surveyor shall provide cut sheets to the General Contractor upon request.

7. The Surveyor shall obtain as-builts as soon as possible after construction and maintain a continuous file of as-builts, until project completion.

8. This proposal is based on receiving digital data, i.e., CAD files from the Engineer of Record, including PDF or a hard copy of the approved stamped plans.

9. The General Contractor and his subcontractors shall maintain and use sets of approved plans at the project site, and verify to the best of their ability the accuracy all stakes prior to construction. The General Contractor and his subcontractors shall not be liable for the accuracy of the Surveyor's stakes unless disturbed prior to construction.

10. Any changes in, additions to or deietions from the Project within its general scope made by the General Contractor will not result in a fee adjustment except by mutual agreement of the General Contractor and Surveyor.

11. This bid is for construction staking services only. The horizontal control portion of the services does not include setting property corners unless EPS is the original Surveyor of Record for the property, prior to the construction phase.

12. This scope and fee proposal does not include Engineer's Certifications, Substantial Completion letters, filing of "Approvai of Construction" (AOC), for water & sewer, etc. This task is not in the purview of a Land Surveyor, but rather the Engineer of Record with no exceptions.

13. Any and all ALTA Surveys, Topo Maps, Legal Descriptions, Record of Surveys, setting of property pins is excluded in its entirety. -V. Scottsdale No. 2019-102-C Exhibit C.2 - Page 18 of 1

CK GROUP Engineers & Consirutilon Menegers

June 12,2019

Mr. Stacy Eldredge Haydon Building Corp. 44640 East Cotton Gin Loop Phoenix, AZ 85040

Re: City of Scottsdale - Crossroads East Drainage Infrastructure, Survey Construction Staking Services

Dear Ms. Eldridge,

Thank you for the opportunity to provide you a quote to perform the construction staking surveying on the above referenced project based on the roadway improvement 75% Crossroads East Drainage Infrastructure plans dated June 2019 prepared by Michael Baker International. Below we have specifically defined the scope of work and lump sum fee that will be required for the CK Group, Inc. to provide the services requested to support your efforts on the project.

SURVEY SCOPE:

1. Verify horizontal and vertical control as provided on the plans. 2. Perform survey calculations, review of CADD files and provide project management required to locate pertinent points and set additional control points for the project and the staking of the site improvements per plans. 3. Construction Staking Survey tasks: a. Establish horizontal and vertical control for the project based upon the plans provided. b. Set offset stakes, for rough grade and sub grade preparation, with cut/fill to design elevation as shown on plans, for the access roadways and channels. Approximate interval to be 50 feet and geometric control points as needed. c. Set offset stakes for storm drain pipes, manholes, headwalls and end sections. d. Set offset stakes for storm drain drop structure. e. Set stakes and grades for basin grading on a 50 foot grid as needed. f. Set offset stakes for retaining walls. g. Set offset stakes for safety rail and barrier rail at 50 foot intervals. h. Collect as-built information for the improvements installed and draft as-built data on the approved plan set provided and submit for review to the contractor.

LUMP SUM FEE(S):

Crossroads East Drainage Infrastructure • Construction Staking Services

Bid Item: Construction Survey and Layout Lump Sum $21,500.00 As-Built surveying services included

A^o c,e>C> 3% 1 I P a g e 602.482.5884116448 N. 40th Street, SuiteA « Phoenix. A2 85032 IheCKGROUPa / Scottsdale No. 2019-102-COS Exhibit C.2 - Page 19of 1

' ' ■■ -J ' .r’ .;te K CK GROUP Engineers S Cimsirucllan Menegers

SURVEY NOTES:

Need for additional survey services beyond those items specified above in the scope of work wili be completed at time and material costs using the following billing rates and fees:

a. Survey Manager $115/Hour b. Survey Crew (2-person) $95/ Hour c. Survey Technician $65/Hour d. Project Coordinator $75/ Hour e. Truck/Mileage $0.58/Mile

CONSTRUCTION STAKING SURVEY ASSUMED TERMS AND CONDITIONS:

A. Contractor will be invoiced immediately upon completion of work or at the end of each month for projects that exceed a month in duration. B. Contractor agrees to pay CK within 30 days from receipt of all invoices. C. Failure to pay CK within 30 days may constitute sufficient grounds for CK to suspend or stop work on the project. D. This Construction Staking Survey scope of work does not include a cost for traffic control. The CK Group will rely on traffic control being used by the general contractor for the everyday work being performed on the site. E. This scope contains time for GPS survey and conventional survey methods. F. Only one or two points will be set for any single scope item mentioned above. If any additional points are required, then the scope and fees would have to be revised or the work performed as an additional service. G. We assume the survey crew would attend 1 project kick-off meeting and up to 18 field coordination meetings (on-site) based on the duration of the project (approximately 18 months). H. The work will be scheduled in a workman like manner for a minimum of 8 hours per trip. We anticipate 25 total trips for the project. Additional trips requested by the contractor or shortened or extended days of work to meet schedule demands will be billed as an extra per the rates noted above under Notes. I. The CK Group requests 48 hours of advance notice to schedule crews to be on site, and assure that we can meet that schedule. When a 48 hour notice is not practicable, we will make all effort to complete tasks in a timely fashion, but make no assurances with less than 48 hours lead time for all service requests. J. All scheduling of crews will be made by emailing the CK Survey Request form to: [email protected] or by calling the CK Project Manager for your project. We request that no scheduling be done with the onsite crew to avoid schedule conflicts. K. CK will require a complete, approved and final set of plans for all work to be completed under this contract. To ensure accuracy of all survey services we also request the CADD based design file, every time it is available. CK will honor the privacy of any project information given to us for the completion of this project.

2 I P a g e 602.482.5884116448 N, 40th Street, Suite A « Phoenix, AZ 85032 theCKGROUPa Scottsdale No. 2019-102-C Exhibit C.2 - Page 20 of 1

-cii::'.::.;.: jl-'' CK GROUP Englneen S Constnntloii UanagerB

L. The working hours are based on a 5-day work week, 8 hours per day, for a total of 40 hours per week with the site properly prepared for the staking requested. Properly prepared is defined as a site clear of any obstructions that would obstruct survey operations. Any hours beyond this definition are considered overtime. M. This scope of work does not include setting or resetting of survey monuments. N. This scope of work does not include the staking of new right of way or temporary construction easements. O. This scope of work does not include the staking of dry utilities. P. This scope of work does not include the staking of any roadway improvement for the Access Road. Q. Overtime hours are charged at 1.5 times the hourly rate. R. This scope of work does not include any items not specifically listed above.

Please contact Brian Haught, at 602-482-5884, with any questions regarding the proposed scope of work and scheduling of work.

Thank you for the opportunity to provide this bid/ estimate of services.

By signing below both parties agree to the terms of this agreement, and this document becomes a binding contract between the two undersigned parties.

Respectfully, Accepted by:

Brian Haught, PE Project Manager

3 I P a g e 602.482.58841 16448 N. 40th Street, Suite A » Phoenix. AZ 85032 eCKGRDUPo Scottsdale No. 2019-102-COS Corporate Offices: Exhibit C.2-Page 21 of 109 3636 S. 43rd Avenue Phoenix, AZ 85009 Phone: 602-278-7777 Fax: 602-442-6905 www.arizonamaterials.net

MATERIALS QUOTE Arizona fViaterials Quote Number: Expected Start Date;

Bid Date: _ 6/10/2019 Effective Date: 7/1/2019 Expiration Date: 12/31/2019 Customer: _ Haydon Building Corp Customer Job #: Customer Address: 4640 East Cotton Gin Loop Phpenix,AZ 85040 Phone work/ceil; 602-296-1496 Fax: 602-296-1495 Email: Job Name: _ CROSSROADS EAST DRAINAGE Project No: Job Address: _ 8662 E UNION HILLS City:' SCOTTSDALE Cross Streets: _ Map Grid: _ Special Instructions: Plant; Round Trip Miles: _____ COD: YES NO Specification; 'mag ADOT STANDBY: YES ' NO

Quantity Product Description Mix Design Code COLOR PRICE Delivered Price 1,800 ISK ABC SLURRY 12012 $ 65,00 ^ 3,000 MAG A 3000 PSI SRP SPEC SRP240 $ 104.00 1,304 MAG A 3000 PSr W/ASH 13004 $ 104.00

DAVIS SAN DIEGO BUFF 13004/SRP240 $ 40.00

MACRO FIBERS PER LB $ 6.00 MICRO FIBERS PER YARD $ 6.00

PRICE ESCALATION $5 PCY EFFECTIVE 4/1/20

NOT RESPONCIBLE FOR COMPRESSIVE STRENGTHS ON LOADS 3 YARDS OR LESS

SHORT LOADS 6 YARDS OR LESS $ 200.00

FUEL SURCHARGE N/C Total Yds 6,104.00

2X Discount if Paid by 15th of Foiiowing Month

Customer has 30 days to validate quote with P.O., signing issued quote, or written verification. This quotation based on 10 CY ioad size and 6 minutes/cubic yard unloading time.

Arizona Materials. LLC Terms and Conditions of Sale (oaae 2l are aaolicable. unless exciuded above.

Chris Nau 6/10/19 Quoted By: Date; Accepted By:

Page 1 of 2 Scottsdale No. 2019-102-COS Exhibit C.2-Page 22 of 109 Corporate Offices: 3636 S. 43rd Avenue Phoenix, AZ 85009 Phone: 602-278-7777 Fax: 602-442-6905 www.arizonamaterials.net

Arizona Materials jQ^ms and Conditions ofSaie

Additives Hot / Chilled Water - $1.00 per cubic yard Ice - $75.00/ per block (300 LBS) (3-5 business days notice require) Non-Chloride Accelerator - $1.50 per unit Recover - $2.00 per 1/2 Hour Fiber Micro Fiber - $6.00 per yard Macro Fiber (Structural) - Priced as Quoted

Color Standard Liquid Color - See mix detail for per yard pricing Color Washout-$25.00 per load

Delivery Fuel Surcharge - N/C per load Wash Out System Buckets - $25.00 per load (requested at time of order) Standby Charges - $1.50 per minute beyond 6 minutes per cubic yard Short Load Charges - 6.0 YARDS OR LESS $200.00

All order backs/split loads under 11 yds on one order are subject to Short Load Charges. Weekend Delivery - $50.00 per load Plant Opening Charge - $500.00/hr, 4 hour minimum Sunday / Holiday Opening - $750.00/hr, 4 hour minimum

Concrete Pricing subject to change in the event of cement / fly ash allocations and/or unanticipated cement / fly ash price increases.

All materials are produced in conformance with ACI / ASTM Standards.

Contractor is responsible to provide safe access to the point of delivery.

Arizona Materials accepts no responsibility for damages to any curb and beyond the curb line.

It is Contractors responsibility to contact Arizona Materials Quality Control Department with any concrete issues/concerns no later than 48 Hours after placement. Page 2 of 2 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 23 of 109

ROCK SOLID 6741 W. Rock Solid Way, Box 5062, Chandler, AZ 85226 480 496-9633 (office) Quote Numberr

SinCE I3S2 MATERIAL QUOTE Quote Date 6/11/19 Prices Effective Through 3/31/2020

Customer Name Haydon Building Corporation______Project Name Scottsdale Cavasson Development (90%) Project Address Near Loop 101 & Hayden Rd______Contact Name Stacy Eldredge______Contact Phone 602-296-1496 Contact email [email protected] Source Plant: 2

Quantity \Product Cotfe|Description Price \UofM\ Notes 1 4304 A4040 MAG AJK, 4000 psi Standard Concrete $101.50 CY A4000 4000 psi Standard Concrete $101.50 CY 1800 All 00 1 Sack ABC Slurry $73.00 CY Z11 Euclid MaxTen Macro Fiber $6.25 Pound Dosage at 5WCY $31.25 CY /CD 13 Integral Color Davis San Diego Buff Equivalent $22.00 CY

i

AAA ^

r 6104 Total CY /l/P S/f General Terms and Conditions: Above prices are valid for 30 days and confirmed upon written acceptance. Prices subject to revision after 30 days. Payment Terms: 2% discount allowed if payment received by the 10th of the month following delivery: Invoices due and payable In 30 days. Pricing subject to applicable Sales Taxes. Standby Charges: Allowance of 6 min per cy to unload concrete. Thereafter, subject to fee of $1.50/minute to unload Short Load Charges: Less than 2 cy-$150; 2-2.5 cy-$100; 3-3.5 cy-$75; 4-4.5 cy-$50 Tempered Water Charge: $2/cy; Non-Chloride Accelerator: $0.90/unit, 4 units= 1%; Hydration Stabilizer: $1/level (ca. 30 min) Color washout Charge: $25 per load c */

Rock Solid mix designs include low alkali cement and fiy ash to help mitigate potential for Alkali-Silica Reactivity (ASR) in concrete mixes. Purchaser assumes ASR liability for mixes requested without fly ash or low alkali cement

Quoted by: David P. Allen email: d|!!|n^^K|g]idgQ0^teiggS^

Accepted by: Date: Scottsdale No. 2019-102-COS Exhibit C.2 - Page 24 of 109

Stacy Eldredge

From: Dave Allen Sent; Tuesday, June 11, 2019 10:11 AM To: Stacy Eldredge Cc: 'Celia Beadle'; 'Shelly Thomas'; [email protected]; [email protected] Subject: RE; SCOnSDALE-CAVASSON DEVELOPMENT-CROSSROADS EAST DRAINAGE ... Attachments: Haydon Scottsdale Cavasson Dev v2 061119.pdf

Stacy: I quoted both Standard 4000 and MAG AA—take your pick. Also, not sure about the SRP3364 mix design or the AST C1116 code. I used the Euclid Macro fibers that SRP accepts in their shotcrete. If you need a shotcrete mix, I need to quote that specifically—it's not the same as our A4000 or A4040 mix in the quote. Thanks, Dave ROCK

David P. Allen 6741 W. Rock Solid Way, Box 5062 Chandler, AZ 85226 (602) 316-5277 mobile (480) 496-9633 office [email protected] www^rocksolidconcrete.com

From: Stacy Eldredge (Haydon Building Corp) [mailto:[email protected]] Sent: Monday, June 10, 2019 1:17 PM To: David Allen Subject: SCOTTSDALE-CAVASSON DEVELOPMENT-CROSSROADS EAST DRAINAGE ...

Stacy Eldredge of Haydon Building Corp sent your company a message about

SCOTTSDALE-CAVASSON DEVELOPMENT- CROSSROADS EAST DRAINAGE INFRASTRUCTURE; Concrete Suppliers Scottsdale No. 2019-102-COS Exhibit C.2-Page 25 of 109 SCOTTSDALE-CAVASSON DEVELOPMENT- CROSSROADS EAST DRAINAGE INFRASTRUCTURE

Good afternoon, We are bidding this project for Cavasson Development and unfortunately its a very quick turn around. We will need quotes by Wednesday morning at 9am. I have uploaded a bid schedule with quantities. Please take a look and if you come up with a different quantity, let me know. Mark Ekiund is working on this project so if you have any questions, please contact me or Mark at 602-695-9931.

Thank you for your help and sorry for the rush.

Send Bid

Already know if your company will bid on this RFP? Let Stacy Eldredge know.

Bidding Not Bidding Not Sure

You will no longer receive messages for this bid package if you select Not Bidding above

Project Details

Location; Scottsdale, AZ

Bid Due; June 12. 2019 View all files and project details »

Sender Details Scottsdale No. 2019-102-COS Exhibit C.2 - Page 26 of 109 SALES QUOTE SQ1903317

Page: 1

PACIFIC Sales Quote Date: 6/10/2019 CORRUGATED PIPE CO? Expiration Date 7/10/2019 CSP HOPE SRP+ Accessories Project Name CAVASSON DEVELOPMENT Salesperson Mark O'Connor Bid Date 6/10/2019 Quote Contact Mark O'Connor Contract No.

Ship Via Flatbed

Sold Ship To: HAYDON BUILDING CORPORATION To: HAYDON BUILDING CORPORATION 4640 E COTTON GIN LOOP SR-101 LOOP N & N PIMA RD STACY ELDREDGE Scottsdale Ph: 602-296-1496 Fax:

Description Quantity Length Unit Unit Price Total Price

01 60" GaIvCSP 16ga5x1 2,400 01LF Each 52.52 126,051.84 02 60" Galv Reroll Band w/Gasket 110 N/A Each 99.38 10,931.71 03 30" Galv CSP 16ga 6-1' RISERS 6 01 LF Each 24.51 147.05 04 30 Tee Labor Only 6 Each 182.33 1,093.98

Subtotal: 138,224.58 Invoice 0.00 Total Sales Tax: 12,716.65/1,^

Total: 150,941.23 Proposal Accepted By:

Signature (Prepared by) Signature Date Subject to Terms and Conditions - Click here http://pcpipe.com/news/temns and conditions.html PCP - Casa Grande 3307 W Highway 84 Casa Grande AZ 85193 Ph: 800.822.1770 Fax: 520.426.3988 [email protected]

W.E. Hall Company, Inc. (Pacific Corrugated Pipe Co.) is a government contractor and is subject to the requirements of Executive Order 11246, Section 503 of the Rehabilitation Assistance Act and VEVRAA. Pursuant to these requirements, the Equal Opportunity Clauses found at 41 Code of Federal Regulations is a follows; W.E. Hall Company (Pacific Corrugated Pipe Co.) shall abide by the requirements of: sections 60-1.4(a) (1-8), sections 60-300.5 (1-11) and sections 60-741.5 (a) (1-6) These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities, and prohibit discrimination against all individuals based on their race, color, religion, sex, gender identification, or national origin. Moreover, these regulations require that covered prime contractors and subcontractors take affirmative action to employ and advance in employment individuals without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, protected veteran or disability status. Scottsdale No. 2019-102-COS Exhibit C.2 - Page 27 of 109

PACIFIC iS> CORiMJGATED PIPE CO:

Dear Valued Customer,

• The Arizona Department of Revenue (AZDOR) requires that ALL AREAS on the AZ 5000A or 5000 forms be completed BY THE CUSTOMER or the certificate will be considered incomplete. Vendors are NOT ALLOWED to fill in areas that are left blank. By doing so would cause the certificate to be invalid.

• “Until Revoked” or dates surpassing 48 months will no longer be accepted as a valid expiration date. In box D for form 5000, please check the correct box that pertains to your reason. In box D for form 5000A and box E for form 5000, if all your purchases from Pacific Corrugated Pipe (PCP) should be exempt, please put “pipe and fittings” to cover all items supplied by PCP.

• With few exceptions, a VALID Sales Tax License number (TPT) IS REQUIRED to be stated on all certificates and will be verified by PCP through AZDOR.

• The form must indicate a SPECIFIC DATE FOR NO MORE THAN 48 MONTHS. Our system will validate them for 1 year at which time we will make sure the TPT number is active and then we will revalidate for the additional years stated on the form in 1-year increments.

• If using a ^Single Transaction Cert*, in addition to notating “pipe and fittings” in box E, please include the sales order number, the PO number, job name, and any other pertinent information for a specific job. A new single transaction cert will need to be supplied for each job PRIOR to any invoices being processed. All single transaction certs will need to be updated every new calendar year if the job continues over one calendar year.

You are responsible for providing a valid tax exemption certificate prior to shipment. If you fail to provide a timely certificate WE WILL NOT BE CREDITING TAXES AFTER INVOICING HAS OCCURRED.

*If you did NOT provide a timely exemption certificate and refuse to pay the tax, all debt will be turned over to a collections agency and other fees will be applied.

You may send your exemption certificates directly to [email protected] or contact Dana Marco for any tax related questions.

Thank you!

Pacific Corrugated Pipe Arizona Scottsdale No. 2019-102-COS Exhibit C.2-Page 28 of 109 Mailing Address; Phone: 480-889-5424j PO Box 1300 Fax: 480-889-542 Higley, AZ 85236 ■N/irs/1 H Dispatch; 480-882-9984

•. I I--Cl JIN^IIX QUOTATION Contractor; Haydon Building Corp Quotation Date: 6/10/2019 Address: 4640 E Cotton Gin Loop Quotation No: 6101901 City/State/Zip; Phoenix, Az 85040 Prices Expire:______31-Mar-20 **4.1.20 Escalators below Contact: Stacy Eldredge 602-399-2711 Sales Contact: Brad Keenan Phone: 602-296-1496 Fax: 602-296-1457 Project Name CROSSROADS EAST DRAINAGE INFRASTRUCTURE & Address: Scottsdale Mix Code MATERIAL DESCRIPTION Price Unit 1.05108 1800 1 Sack ABC slurry $62.00 CYD 3000 CYD 401110 MAG AA Standard $96.00 CYD 401101 MAG AA Flowable $99.00 CYD DAVIS COLOR San Diego Buff added to MAG AA $25.63 per CYD FIBER 150 Fiberstrand 150 Micro Fiber 1# dose $5.00 per pound *4/1/20 PRICE ESCALATORS CYD CONCRETE- ADD $10 PER CYD CYD SLURRY- ADD $5 PER CYD CYD GOOD THRU 12/31/20 CYD CYD CYD CYD CYD CYD CYD RETARDER ACCELERATOR SHORT LOAD MISC. CHARGES Cold Water $1.00 Hot Water $1.00 6 cy = Full Load Saturday / Yard $5.00 Summer-1 $1.75 Winter -1 $3.00 3.5cy to 5.5cy+$175 Environmental Fee/Truck $10.00 Summer-2 $3.50 Winter - 2 $5.00 1 cy to 3cy +$200 Color Washout / Load $50.00 Summer-3 $5.00 Winter - 2.5 $6.00 Standby Past 6 per cy $1.50 Summer - 4 $6.00 Winter - 3 $7.00 Winter - 4 $9.50

Quote must be accepted within 30 days. Upon acceptance, notify tyletro Mix sales so prices can be added to billing system and submittals triggered. Seller reserves the right to increase quote prices to reflect sudden rises or shortages of raw materials, fuel or other cost increases incurred by seller. Prices are based on approved account status and payment as agreed. Metro Mix guarantees its products to make strength in 28 days as delivered. Slumps are achieved with chemicals which will not limit strength. Buyer should order the slump desired. Water added at jobsite by buyer's crews voids the strength guarantee. Metro Mix cannot guarantee concrete placement or workmanship, weather, wind, atmospheric conditions or stale product due to jobsite delay.

If you have questions, Contractor Acceptance: call me direct at 602-318-7875 Sincerely, Signature Date Brad Keenan

Sales Printed Name and Title Scottsdale No. 2019-102-COS Exhibit C.2 - Page 29 of 109 CONTECH Quotation Page# 1/2 ENGINEERED SOLUTIONS A mWJrJOEIlO COMPANY

Quote # QUO-362902-D4W1Z2 6/10/2019 Account Name Hayden Building Corp.-AZ Repiy-To Quote # QUO-362902-D4W1Z2 Contact Name Stacy Eidredge Contech Rep. Kurt Paimer

Phone (602) 296-1496 Address Ei Mirage, AZ. 85335

Project Name Crossroads East (602) 296-1457 Phone 623-935-7118

Project# 619824 [email protected] 623-935-6100

Project Scottsdale, AZ [email protected] City/State Conteeh'gi ofler to sell the products described In this quotation Is expressly conditioned upon Buyer's assent to the Contech Conditions ol Sale ("Contech COS") Included herewith and/or viewable at www,eonteches.com/cos. A valid tax exemption oertlllcate must be Issued to Contech or sales tax will te iufded. Item # ‘ Description Pieces Quantity Extended Unit Unit Unit Total Price

H/C PIPE 5 X 1 GALV LS 16GA 60" - Length : 2402 2402.00 $46.75 $112,293.50

eSP BD 12"HUGGER ALT2 16GA 60"2PC- Notes for 96.00 96.00 $170.00 $16,320.00 Quote: Includes gaskets $128,613.50

Freight $18,000.00

(Tax not included) Net Total $146,613.50

Standard Notes 1 .A fuel surcharge will be added to the Invoices for each shipment amounting to 0% of the freight amount and Buyer agrees to pay for these charges. 2.Construction loadings typically exceed the intended post-construction live load used for design. Contact your Contech representative for specific guidelines and limitations based on the construction live loads anticipated. 3. Flexible structures of the type on this project are reliant on the type of structural backfill used, the compaction of that material and the balanced placement of structural backfill. Contact your Contech representative for specific information. 4.For CMP (corrugated metal pipe), this quotation expires 15 days from the date shown. Prices are firm for shipment within 60 days of the date of • quotation and are subject to a maximum escalation of 8% for each 30 days thereafter.______S.Prices are based on standardized loading to achieve full truckloads. If special loading requirements are needed additional freight charges will be added. 6.Quotation is based upon estimated (not guaranteed) quantities. Buyer must verify final quantities needed prior to commencement of work by Contech. If Buyer elects to purchase from Seller only a portion of the material quoted, Seller retains the right to adjust its prices. 7.The estimated manufacturing lead time for this material is x weeks from the receipt of approved submittal documents. Scope Of Work Hel-Cor Pipe Corrugated Metal Pipe (Hel-Cor Pipe) will be provided in standard lengths. Special lengths may be provided at an additional charge and are subject to manufacturing tolerances and shipping limitations. Prices quoted are based on nesting diameters whenever possible. If un-nested loads are required additional freight charges will be added.

PAYMENT TERMS AHE 1/2%-10, NET 30 DAYS FROM DATE OF INVOICE UNLESS MATERIAL IS OTHEHlMSE NOTED AS NOH-STANOARO ABOVE; IF NON-STANOARO, PAYMENT T^MS ARE 1 ATORDEn ACCEPTANCE AND PRIOR TO START OF PRODUCTION, la NET 30 DAYS FROM DATE OF INVOICE THIS OFFER IS SUBJECT TO CREDIT APPROVAL. PRICB QUOTED APPLY ONLY TO THE REFERENCED PROJECT AND ARE IN EFFECT FOR 30 DAYS PROM THE DATE OF QUOTATION. SELLER RESERVES THE RIOHT TO ADJUST PRICES AFTER 30 DAYS FROM THE DATE OF QUOTATION BUT THE CONTECH COS REMAIN APPUCABLE. PRICES ARE BASED ON ESTIMATED QUANTITIES SHOWN. IF A DIFFERENT QUANTITY IS PURCHASED, CONTECH RESERVES THE RIGHT TO AOJU5TTHE PRICES. THIS QUOTATION CONTAINS THE BITIHE AGREEMENT WITH RESPECT TO PURCHASE AND SALE OF PRODUCTS DESCRIBED AND SUPERSEDES AU PREVIOUS COMMUNICATIONS, BUYEirS 9GNATURE BELOW, DIRECTION TO MANUFACTURE, OR ACCEPTANCE OF DEUVERY OF GOODS DESCRIBED ABOVE, SHALL BE DEEMED AN ACCEPTANCE OF THE CONTECH COS/SELLER EXPRESSLY REJECTS ANY OTHER TERMS AND CONDITIONS. PRICES ARE F.OB. ORIGIN WTIH FREIGHT AUOWED TO THE JOBSITE WITH UNLOADING BY OTHERS AT A TRUCK ACCESSIBLE LOCATION.THIS QUOTATION IS ISSUED BY CONTECH ENGINEERED SOLUTIONS LtC FOR ITSELF ANDA3R ON BEHALF O ONE OR MORE OF rrs SUBSIDIARIES, INCLUDING BUT NOT UMITEO TO KEYSTONE RETAINING WAa SYSTEMS LLC.

Acceptance Contech EngiPfiered Solutlona LLC, WE HEREBY ORDER THE DESCRIBED MATERIAL SUBJECT TO ALL By Kurt Palmer TERMS AND CONDITIONS OF THIS QUOTATION AND IN THE Contech COS INCLUDED HEREWITH AND VIEWABLE AT www.conteches.conVcos Company (0) 623-935-7118 By (F) 623-935-6100 Title (Cell) Date Title Scottsdale No. 2019-102-COS Exhibit C.2 - Page 30 of 109 C0NTECH Quotation Page# 2/2 ENGINEERED SOLUTIONS A WMKFtm COMPANY [Quote # QUO-362902-D4W1Z2

Contech • CONDITIONS OF SALE

1. ACCEPTANCE, TWs quotation is an offer to sell to potential ^er nor the consignee shall have the right to dhreil or teccn^gn consistently maintained by Seller plus a reasonable proftt customerfs). BUYER'S RIGKT TO ACCEPT THIS OFFER IS such shipment to ^ desShatlon other than epedlied In the hlil of thereon, but in no event more than the contract price; LIMITED TO BUYER'S ASSENT TO THE TERMS AND lading without permission of the Seller. Unless otherwise agreed (3) Ute cost fto.b. Selteris plaiil ol malsfials andsupf^ acquired CONDITIONS PRINTED HEREON AND THE ATTACHED OR Seller reserves the right to select the mode of transportation. espeefany tor toe purpose of performing tols cotiiract; and ACCOMPANYING QUOTE, AND NO TERMS ADDITIONAL TO OR (4) reasonable cancellallari charges, H any, paid by Sailer on DIFFERENT FROM THOSE IN THIS OFFER ARE BINDING ON 8. PAYMENTS AND LATE CHARGES ON PAST DUE account of any ComnUtmentfs) made hereunder. SELLER. THERE ARE NO UNDERSTANDINGS, TERMS, ACCOUNTS. Buyer represents that Buyer is solvent and can and CONDITIONS OR WARRANTIES NOT FULLY EXPRESSED will pay tor the products sold to Buyer in accordance tirilh the tsmis 17. SELLER'S RIGHT OF TERMINATION. In addition to the other HEREIN, hareaf. II Buyer shall toil to comply with any provision or to make rights ol isnninegan provided for In this contract, and g tols payments In aceo/danee with the terms of this contract or Sny diher contract is made pursuant to any govammental rule or regularion, 2. LIMITED WARRANTIES. Sellar warrants that it can convey contract between ^er and Sellar, Seller may at lls option deter plan, order or otoer.direcllva, upon the dtrecUve, egectedor gooci title to the products sold under this contract and that they are shlprnorila dr, without waiving any other rights It may have, inquIred.termlnallon thereof. Seller shall have toe opbon ol free of liens and encumbrances. Seller also wamanls that the temilnale this oontracL All deliveries shall be subject to the canceling tols ebntiact in whole or In part products sold under this contract are substantially free from defects approval of Seller's Credit DepartmenL Seller resenres the right, In material and workmanship tor a period of one year after the.date before making any delivery, to require payment in cash or security 18. WAIVER. Failure or inability ol eitoor party to enforce any right hereunder shall not waNe any right In respect to any other or future rights or occurrences. ccnluridion with ihechanleal equhiment improperly designed, used (18% annual tale) or Iha maximum ahowad by state law. It less, will or malritalnsd, or which are usad; suppEed lor use or rhade be totposed on all past due accounts, and Is responstole tor 19. DELIVERY. Unless otherwise agreed to in writing by the available for use in any nuclear application of which Seller has not . ah costs of collBcgon indvrgng without nmitagon reasonable Seller, the Buyer hereby agrees to take delivery ot toe matoiials been notified In writing by Buyer at the rime of order for the products attorneys' fees and court costs. on tols order wfthln the later ol thirty (30) days after the wanted sold hereunder. SELLER MAKES NO OTHER WARRANTY dale shown on the face of too order or within toifly (30) days after WHATSOEVER, EXPRESS OR IMPUED. ALL IMPLIED 9. TRANSPORTATION CHARGES. Delivored prices or prices norilloatlon, oral or written, toat the materials are ready for WARRANTIES OF MERCHANTABILITY AND ALL IMPLIED involving competitive Iransportadon adjuslments shall be subject to shipmont. In toe event toat toe Buyer does not arrange to take WARRANTIES OF FITNESS FOR ANY PARTICULAR PURPOSE appropriate adjustment to regect changes in transportation charges. delivery of toe materials in accordance with tois ContracL Seller, ARE DISCLAIMED BY SELLER AND EXCLUDED FROM THIS atSelierisopUen. may: CONTRACT. 10. CLAIMS BY BUYER. Buyer shall thoroughly Inspect products (a) Invoica toe Buyer lor toe materials less freight it applicable; sold under this contract Immediately upon receipt to verify store the material in Seller's yard for a period not to exceed sii^ 3. LIMITATION OF BUYERS REMEDIES AND SELLERS conformance with the specihcatlons of the contract. Buyer must (60) days from the dale of Involee; chatge a storage fee not to LIABILITY. Seilera Bablilly haraunder shall be nmiiad to the notify Seller of claims tor failure or delay in delivery within 30 days exceed 5% per indnlh dr traction toorool of toe sening price of the obligBlton to repair er replace only those products proven to have after the scheduled delNory date. Buyer must notify Seller of any stored materials; add any applicable price increases Qsled on toe been defective in material or workmanship at the time of delivery, or claims for nonconfonnirig or defaolive products within 30 days alter lace of the order; charge tor any repair work to protective coatings allow credlL al its option. Seiler's total cumulative liablOly In any the nohdoniQfmIty or defect was or should have been discovered. In harmed by weatoeriiQ while sudt ntalerial is being stored; and way arising from or pertaining to any product or service sold of addlttori. Sober must be given an bppoitunlty to Investigate the cleim charge appOcabla freighi when shlptnent to toe Buyer Is made. requlf^ to be sold under ttUs Conlract shall NOT in any case before Buyer disposes of the material, of else Buyer's dalm will be Materials remainlrig In slorega after sbdy (60) days troth the oireesd the purchasa price paid by Buyer for such products or barred. Seller shall incur no llablllly for damage, shortages, or other invoice date shall become the property of the Seller for disposition services. IN NO BfENT SHALl SEU£R HAVE ANY LIABILITY cause ageged lb have occurred or existed at or prior to delivery to at toe Seller's dlscrerion. In that event. Buyer shall not be liable FOR COMMERCIAL LOSS, LOST PROFITS, CLAIMS FOR the carrier unless the Buyer shall have entered full details thereof on for toe Invoice price of toe materials, but shall be liable lor the LABOR, OR CONSEQUENTIAL, SPECIAL, PUNITIVE OH its receipt to the oarfier. storage fee and any repair work to proteedve coatings; dr INCIDENTAL DAMAGES OF ANY TYPE, WHETHER BUYERS (b) cancel toe order end Ithroice too Buyer tor cancellation CLAIM BE BASED IN CONTHACT, TORT, WARRANTY, STRICT 11. MECHANICAL PROPERTIES; CHEMICAL ANALYSES. Data duitges, which shall be 25% ol the selling price ol too materials It LIABIUTY, NEGLIGENCE. OR OTHERWISE. IT IS EXPRESSLY referring to mechanical properties or chemical analysis are the toe materials are standard, In-stock material, of toe tuU seOing AGREED THAT BUYERS REMEDIES EXPRESSED IN THIS result of tests performed on spedmans obtained from speclllc price If the materials are special or nonstandard In nature and PARAGRAPH ARE BUYERS SOLE AND EXCLUSIVE REMEDIES. locations ol the product(s) in accordance with were especially fabricated tor toe Buyer. prescribed sampling procedures; any warranty thereof is limiled to the values obtained al such locarions and by such procedures. 20. PERIOD OF LIMITATIONS. Buyar and Sellar agree that any There Is no warranty with respect to values of the meterials al other action by Buyaragainst Sollsr retabog to tols ooniract or tod 4. UMITATION OF BUYERS REMEDIES AND SEaERS locations. LIABILITY FOR FAILURE OH DELAY IN DELIVERY. NO products soft) hereunder, including, wfthoul llmitallon, any action DELIVERY DATES ARE GUARANTEED. BUYERS SOLE AND tor broach ot ooniract of wairahly, or otheiwise In corineebon with EXCLUSIVE REMEDIES AND SELLER'S ONLY LIABILITY FOR 12. PATENTS. Seller shall indemnily Buyer against attorneys fees toe products sold under this conlract, must be commenced by ANY DELAY IN DELIVERY SHALL BE LIMITED AS SET FORTH IN and any damages or costs awarded gainst Buyer in Uie event any Buyer against Seller within one year after the cause ol action PARAGRAPH 3 OF THIS CONTRACT. legal proceeding is brought against Buyar by a third parson eiaimtog toerotore accrues or one year ol deUveiy ol the products sold the inate'rial delivered hereunder in KseU constilutos ah infringement hereunder, H less. 5. FORCE MAJEURE. In any event and In addition to all other ot any UG. p^ohl, ptovided Buyer gives Sailer prompt notice ol any limitations stated herein. Seller shall not be liable for any acf, such suit being broughL gives Seiler toe opportunity to defend any 21. CONFLICTING PROVISIONS OFFERED BY BUYER. Any ambslon, result or conaaquence. Including but not limited to any such suiL and cooperates witoSellBr with respect to any aiieh terms and condUons ol any purchase order or other instrument delay to dellveiy or pertormmice, which Is CO dua to any act of God. defense; unless toe material is made in accordance with material Issued by the Buyer, in conneebon with the subject matter of this the paifdriitoiice of any gevarnmeht order, any ordor bearing priorily designs, or specigeatiens required by Buyer, in which case Buyer document, which are In addibon to or inconsistent with the terms rating or order placed under any aHocallbn program (mandatory or shall similarly indemnify Seller. and condibons expressed herein, will not be binding on Seller in voluntary) established pursuant to law, local labor shortage, fire, any mafter whatsoever unless accepted by Seller in writing. good of other casually, govammanlal regulation or requIremanL 13. PERMISSIBLE VARIATIONS. The products sold hereunder shortage of laDura or raw material, supply, fuel, power or shall be subject to Seller's standard manufacturing variations, 22. SEVERABILITY. In case any provision of this contract shall be iransportallon, bfeakddwm of squIpmahL or any causa beyond tnleranoes and dassificallons. declared Invalid, Illegal or unento^able, the validity, legality arid Stoner's reasonable bontrol Whethar of slrriilar or dIssImBar nature to enforceability of toe remainlrig provisions shall not In any way be those above emimeratod, or (ii) due to any strike, labor dispute, or 14. TECHNICAL ADVICE. Buyer represents that It has made its affected or impaired. dWetenca with wortors, regardless of whether or not Seller Is own todbpendent determination that toe products it is purchasing capable Id saBlIi® any such labor proW^. undefthls contract maet toe design requirements of Buyer's project 23. APPLICABLE LAW. This contract shall be governed by, and and are suitable tor Buyer's intendsd applicallcn. Buyer further construed and enforced in accordance wito, the laws of Ohio. 6. BUYER'S OBLIGATION TO PASS ON LIMITATION OR reprbserils toat It has not relied in any respect on any wdtian or oral Bu^r and Seller spedlicaOy agree that any legal acUon brought WARRANTIES AND REMEDIES. In order to protect Seller against slalefiierits or advice from Seller, other than toe standard product ralaling to this conbactshall be brought and tried exdusfvely In Claims by Buyerie buyer, if Buyer rasells any of the products specifications set forth In the most recerit addition ot Seller's toe federal district court In Cincinnati; Ohio, or, in tos.absencs ol purebasad under Ctis agreernent. Buyer ShaP include the language published product brochures. In making that daterminaUon. jurlsdicbon, the Butler County Court of Common Pleas In contetoad to paragraphs 2 and 3 of Oils agreemem, deaBry wHh Hamilton, Ohio, Seljer'e MlallonS of wartanilea arid remedies, to ah ettorceable 15. TAXES. No taxes imposed with respect of the sale of the agraemanl wito Buyer'a buyer, or olhetwlse inefudo language to an products or services sold hereunder are toctudod In any quotallon REV. 03/16 enlorceabla agraemam with lls buyer that makes Setter's limitation by Seller. All appDcaWe taxes shall be added and paid by Buyer in ot warranllas and romedles binding on Hs buyer.! Buyer ahab alsd addition to the purchase price. tocluda a provision to Ha agroarhaht wHh Ka buytir a^ng Ohio law to any claims lls buyer chlgHt assert egatost Seller with respect to 16. BUYER'S RIGHT OF TERMINATION. Buyer may terminate this products manufactured by SeUer, and requiring Its buyer to bring contract in whole or in part ppon noSce In wrifing to Seller. Seller any such action against SaOar ellhar in lodsral district court In shall thereupon cease work and transfer to Buyer title to all Cincinnatli Dhlo or the common plaae court for Butler County; OWb. coiinpleled arid parbagy compleled products and to any raw Buyer shall defend, Indernni^'and hold Seller harrnless from ariy nialBrials or suites acquired by Sailer especially for the puqi°=e and all claims, causes of action, damages, losses or expenses ol performing tois conitaci, and Buyer shall pay Sefter the sum of (including reasonable attorneys' fees) that Seller Incurs by reason of toe following: Buyer's failure to comply with this paragraph. (1) toe contract price for all products which have been completed prior to termination; 7. PASSAGE OF TITLE. Tlllo to the products sold haraunder shall (2) the cost to Seller of toe material or work In proCBM as shown on pass upon delivery to the cam'sr at the point of shipment. Noithor the books ol Seller in accordance with the accoungrig practice Bar T Equipment Service, Inc. PO Box 6254 Reference No.: 19196 Goodyear, AZ 85338 DATE: June 11, 2019 623-377-8492 ROC 281155 (CR56) EXPIRATION DATE: July 11, 2019 ROC 309542 (CR24)

To: Haydon Building Corp Name: Stacy Eldredge

SALESPEI^N PROJECT Don Bassett (623) 694-5180 Crossroads East Drainage Infrastructure [email protected] ITEM QTY UNIT DESCRIPTION UNIT PRICE 1 646 LF Fabricate and install COS 2508 handrail for Type 2 installation. $65.00 $ 41,990.00 includes primer, Sherwin Williams 7055 Enduring Bronze or equal paint and installation 2 4 Each COS 2562 access barriers for 60" pipe, includes installation $800.00 $ 3,200.00

.....

!

If delivery is desired, each delivery trip wiil be $ to yard or t to iob. Bar T not responsible for offloading. Railing to be paid based on actual linear feet fabricated and/or installed after field measured & verified. Nose angle over 25' in length will be fabricated in 2 pieces and welded in the field by contractor or by Bar T for $90 per hour. Price subject to change due to fluctuating steel market and possible pending government tariffs. This quote is valid for the specifics called out above. Any changes in dimensions, materials, quantities, or otherwise may alter the price set forth in this quote. Any and all taxes to be charged at time of invoidng where applicable by law. To accept this quotation, piease sign here & print name or $ 45,190.00 issue a purchase order or subcontract and return: SUBTOTAL: i 45,190.00

THANK YOU FOR THE OPPORTUNITY TO QUOTE THIS WORK FOR YOU! Scottsdale No. 2019-102-COS Exhibit C.2 - Page 32 of 109

Stacy Eldredge

From: Charlie Scott - Blue Dot Sent: Tuesday, June 11,2019 1;55 PM To: Stacy Eldredge Subject: Re: Bid Invite: SCOTTSDALE-CAVASSON DEVELOPMENT-CROSSROADS EA...

Stacy-

646 If Handrail COS 2508 painted SW 7055 Enduring Bronze per drawings - $46 per foot. Price includes shop drawings, furnish, install and paint. 4 each Access Barrier per COS DTL 2562 on 60" pipe - $860 each. Price includes installation.

Thanks,

Charlie Scott | President Blue Dot Steel 4121 E Magnolia St. | Phoenix, AZ 85034 0 480.894.0760 | C 480.550.1398 | F 480.966.2171 Charlie® BlueDotSteel.com

On Jun 10, 2019, at 1:13 PM, Stacy Eldredge (Haydon Building Corp) wrote:

0

Stacy Eldredge from Haydon Building Corp has invited you to bid on

SCOTTSDALE-CAVASSON DEVELOPMENT- CROSSROADS EAST DRAINAGE INFRASTRUCTURE: Steel-Misc (Inlet,Catch Basin, SET,Headwall) Scottsdale No. 2019-102-COS Exhibit C.2-Page 33 of 109

QUOTE ADAMS FENCE, LLC. Licensed ROC 224210 503 W Watkins St. Phoenix, AZ. 85003 DATE June 11, 2019 PHONE: (602) 256-7800 FAX: (602) 256-7801

Contractor Corp. PROJECT SCOTTSDALE-CAVASSON 4640 E. Cotton Gin Loop Job Address SR 101 and Haydon 85040.4508 Phone 602-296-1496 Fax 602-296-1457 [email protected]

Addenda(s) noted BASE BID ALTERNATE BID ALTERNATE BID 2

NONE $29,974.43

DEKRimON UNIT PRICE LINE TOTAL 646 Bid Item 520001 Handrail (COS 2508) $37.50 S24y2^_ 4 Bid Item 420040 Gate (FCD160-1) $980.00 $3.mOP

^$oloo $0.00

. $0.00, ;$p'oo ._$0;QP .SOiPP ^j6.po $o.oa $0.00 ..;$^p:

$0.00 $0i00 T SO.'OQ

T:.lpo ::iofpp EXCLUSIONS; grading, staking, taxes, permits, bonds, fire dept, lockboxes, signs, mow SUBTOTAL curbs, saw cutting, or core drilling. SALES TAX $1,829.43 Contact Person: Roger Adams 602-291-0448 $29/974.43’ [email protected] TOTAL Scottsdale No. 2019-102-COS Exhibit C.2 - Page 34 of 109

Stacy Eldredge

From: Chris Fischer Sent; Monday, June 10, 2019 2:02 PM To: Stacy Eldredge Subject: RE: SCOnSDALE-CAVASSON DEVELOPMENT-CROSSROADS EAST DRAINAGE .

YES

Less than 4 load orders may have a travel charge. ABC quotes will come from closest pit and may contain time unless non-lime is specifically requested. 3/8 reject chips and recycle products are in limited supply and may not be available This quote expires in 30 days All material prices expire 10-1-2019 C/iris ^ischr Otto ^rudqTig O- 480-641-3^00 C- 480-229-8230 [email protected]

From: Stacy Eldredge [mailto:[email protected]] Sent: Monday, June 10, 2019 2:00 PM To: Chris Fischer Subject: RE: SCOTTSDALE-CAVASSON DEVELOPMENT-CROSSROADS EAST DRAINAGE ...

How about until the end of 2019? Can you hold those prices until the end of 2019?

Stacy Eldredge Estimator ®HAYD0N HAYDON BUILDING CORP 4640 E Cotton Gin Loop Phoenix, AZ 85040 602-296-1496 main 602-399-2711 cell www.havdonbc.com facebook | twitter | linkedin

From: Chris Fischer Sent: Monday, June 10, 2019 1:56 PM To: Stacy Eldredge Subject: RE: SCOTTSDALE-CAVASSON DEVELOPMENT-CROSSROADS EAST DRAINAGE ...

I would have to get that approved if I become your supplier.

Less than 4 load orders may have a travel charge. ABC quotes will come from closest pit and may contain lime unless non-lime is specifically requested. 3/8 reject chips and recycle products are in limited supply and may not be available This quote expires in 30 days All material prices expire 10-1-2019 Chris Jiscfm- Otto Thiclqng Scottsdale No. 2019-102-COS Exhibit C.2 - Page 35 of 109 0-480-641-3500 C-480-229-8250 [email protected]

From: Stacy Eldredge fmailto:seldredee(S)havdohbc.com1 Sent: Monday, June 10, 2019 1:46 PM To: Chris Fischer Subject: RE: SCOTTSDALE-CAVASSON DEVELOPMENT-CROSSROADS EAST DRAINAGE ...

Thank you Chris!

What would the price be to make this quote good thru 3/31/2020?

Thank you,

Stacy Eldredge Estimator 0HAYDON HAYDON BUILDING CORP 4640 E Cotton Gin Loop Phoenix, AZ 85040 602-296-1496 main 602-399-2711 cell www.havdonbc.com facebook I twitter I linkedin

From: Chris Fischer Sent: Monday, June 10, 20191:32 PM To: Stacy Eldredge Subject: FW: SCOTTSDALE-CAVASSON DEVELOPMENT-CROSSROADS EAST DRAINAGE ...

Stacy Abe in a belly - $13.10t 3/8 rejin belly - $16.25t 3-8 ” rip rap-$21.15t 4-12 ” rip rap-$24.15t 12-36” rip rap-$26.15t

Less than 4 load orders may have a travel charge. ABC quotes will come from closest pit and may contain lime unless non-lime is specifically requested. .3/8 reject chips and recycle products are in limited supply and may not be available This quote expires in 30 days All material prices expire 10-1-2019 Chris Tiscfier Otto drudHiy 0-480-641-3500 C-480-229-8250 [email protected]

From: Stacy Eldredge (Haydon Building Corp) fmailto:team(S)buildingconnected.com1 Sent: Monday, June 10, 2019 1:17 PM To: Chris Fischer Subject: SCOTTSDALE-CAVASSON DEVELOPMENT-CROSSROADS EAST DRAINAGE ... Scottsdale No. 2019-102-COS Exhibit C.2 - Page 36 of 109

Stacy Eldredge of Haydon Building Corp sent your company a message about

SCOTTSDALE-CAVASSON DEVELOPMENT- CROSSROADS EAST DRAINAGE INFRASTRUCTURE: Aggregate

SCOTTSDALE-CAVASSON DEVELOPMENT- CROSSROADS EAST DRAINAGE INFRASTRUCTURE

Good afternoon, We are bidding this project for Cavasson Development and unfortunately its a very quick turn around. We will need quotes by Wednesday morning at 9am. I have uploaded a bid schedule with quantities. Please take a look and if you come up with a different quantity, let me know. Mark Ekiund is working on this project so if you have any questions, please contact me or Mark at 602-695-9931.

Thank you for your help and sorry for the rush.

Send Bid

Already know if your company will bid on this RFP? Let Stacy Eldredge know.

Bidding Not Bidding Not Sure

You will no longer receive messages for this bid package if you select Not Bidding above

Project Details Scottsdale No. 2019-102-COS Exhibit C,2 - Page 37 of 109

Location: Scottsdale, AZ

Bid Due: June 12, 2019 View all files and project details »

Sender Details

Stacy Eldredge Civil Estimator ■ (602) 296-1496 • (602) 399-2711 • seldredae@ havdonbc.com

Haydon Building Corp 4640 East Cotton Gin Loop, Phoenix, AZ 85040

www.bijildinaconnecled.com [email protected] © Copyright 2019 BuildingConnected.com. All Rights Reserved. 925 Mission St, San Francisco, CA 94103

Disclaimer

The information contained in this communication from the sender is confidential. It is intended soieiy for use by the recipient and others authorized to receive it. If you are not the recipient, you are hereby notified that any disclosure, copying, distribution or taking action in relation of the contents of this information is strictiy prohibited and may be unlawful.

This emaii has been scanned for viruses and maiware, and may have been automaticaily archived by Mimecast Ltd, an innovator in Software as a Service (SaaS) for business. Providing a safer and more useful place for your human generated data. Specializing in; Security, archiving and compliance. To find out more Click Here.

Disclaimer

The information contained in this communication from the sender is confidential. It is intended solely for use by the recipient and Others authorized to receive it. If you are not the recipient, you are hereby notified that any disclosure, copying, distribution or taking action in relation of the contents of this information is strictly prohibited and may be unlawful.

This email has been scanned for viruses and malware, and may have been automatically archived by Mimecast Ltd, an innovator in Software as a Service (SaaS) for business. Providing a safer and more useful place for your human generated data.. Specializing in; Security, archiving and compliance. To find out more Click Here. Scottsdale No. 2019-102-COS Exhibit C.2 - Page 38 of 109

Stacy Eldredge

From: Palmer, Kurt Sent: Monday, June 10, 2019 2:08 PM To; Stacy Eldredge Cc: Rash, Nicholas; Prahl, Erich Subject: Haydon - SCOTTSDALE-CAVASSON DEVELOPMENT-CROSSROADS EAST DRAINAGE ,

Stacy, Here is pricing with a formal quote to follow. Thanks.

2,402 If - 60" 16 gage galvanized CMP - $46.75/lf 96 each - 60" hugger bands and o-ring gaskets -$170.00/each $18,000.00 freight ($375.00/truck - 48 truckloads)

Kurt Palmer Arizona Sales Engineer

Contech Engineered Solutions LLC 12550 W. Butler Drive El Mirage, Arizona 85335 480.415.5635 - mobile kpalmeriSconteches.com www.ContechES.com

From: Stacy Eldredge (Haydon Building Corp) [mailto:[email protected]] Sent: Monday, June 10, 2019 1:17 PM To: Palmer, Kurt Subject: SCOTTSDALE-CAVASSON DEVELOPMENT-CROSSROADS EAST DRAINAGE ...

Stacy Eldredge of Haydon Building Corp sent your company a message about

SCOTTSDALE-CAVASSON DEVELOPMENT- CROSSROADS EAST DRAINAGE INFRASTRUCTURE: Pipe-CMP Scottsdale No. 2019-102-COS Exhibit C.2-Page 39 of 109 Rummel Construction, Inc. CoDtract/Proposal No. 2019452 General Engineering Concraccor P. (480)222.9922. F. (480)222.9923 License No. ROC114845 A, ROC114846 B-04 7520 E. Adobe Drive • Scottsdale, AZ • 85255

HaydoQ Builc^g Corp PROJECT NAME: Crossroads / Cavasson LOCATION: 4640 East Cotton Gin Loop 101 A: Mayden

Phoenix, AZ 85040 PLAN DATE; 4/19 (30%) / 4/18/19 (60%) dJaughlin(^baydonbc.com ARCHITECT: EMAIL: Michael Baker / Wood Patel ATTN: Mr. David Laughlin SOIL ENGINEER; Ninyo & Moore DATE; May 8, 2019 REPORT DATE: March 15, 2019 We propose to furnish all labor and material necessary to complete work as described per our unit prices. All work will be performed in accordance witli the plans and specifications.

Proposal of Work To Be Performed Description Quantitv Unit No. Unit Price Extended Price Groisroadi’EMtyDramaie'Infra. IrBism Excavation " ' \ MOBILIZATION 1 EA S30.000.00 $30,000.00 2 1 EA 51,700.00 $1,700.00 GRAVEL ENTRANCE 3 1 LS 542.000.00 $42,000.00 WATER POND & INFRASTRUCTURE 4 29 AC 51,700.00 $49,300.00 CLEAR & GRUB 5 PREWET 29 AC $770.00 $22,330.00 6 1,260 CY $5.20 $6,552.00 PLACE CONCRETE RIP RAP IN FILL AREAS 7 1 AL $70,000.00 $70,000.00 REPAIR EROSION AREA 8 29,437 CY $2.70 $79,479.90 EXCAVATION I CUT TO FILL 9 259.123 CY $5.95 $1,541,781.85 EXCAVATION I CUT TO STOCKPILE 10 138,151 SY $0.35 $48,352.85 FINISH GRADE $1,891,496.60 Basin Excavation Subtotal CroBsroVds>Ea6t- Draiiia£e lii£ra>lMJnion Hills Channel t r 11 MOBILIZATION 1 EA $7,750.00 $7,750.00 12 1 EA $1,700.00 $1,700.00 GRAVEL ENTRANCE 13 1 LS $4,750.00 54,750.00 WATER INFRASTRUCTURE 14 2 AC $4,400.00 $8,800.00 CLEAR & GRUB / PREWET 15 16.273 CY $8,50 $138,320.50 EXCAVATION 1 EXPORT TO STOCKPILE 16 4,685 CY $7.60 $35,606.00 HAUL PIPE SPOILS TO STOCKPILE SITE 17 9.854 SY $0.50 $4,927.00 FINISH GRADE $201,853.50 Union Hills Channel Excavation Subtotal

Cavasson Powetlme'Diamase Ghaimel |- Phase 1 ' ! ; ■■■ 18 MOBILIZATION 1 EA $8,300.00 $8,300.00 19 2 EA $1,700.00 $3,400.00 GRAVEL ENTRANCE 20 1 LS $2,300.00 $2,300.00 WATER INFRASTRUCTURE 21 8 CLEAR Sc GRUB / PREWET AC $3,000.00 $24,000.00 22 7,081 CY $4.25 $30,094.25 EXCAVATION 1 CUT TO FILL 23 23,972 CY $6.65 $159,413.80 EXCAVATION | EXPORT TO STOCKPILE 24 S $440.00 $4,400.00 OFF DUTY OFFICER 10 ■ 25 36,926 SY $0.50 $18,463.00 FINISH GRADE $250,371.05 Powerline Channel Phase 1 Subtotal Stockpile./ Nationwide Site Alternates A1 1 EA ADD ALTERNATE | GRAVEL ENTRANCE ® DEVELOPER SITE $1,700.00 $1,700.00 A2 30 AC $1,100.00 $33,000.00 ADD ALTERNATE | CLEAR & GRUB STOCKPILE AREA A3 44,930 CY $1.40 $62,902.00 ADD ALTERNATE | PLACE ENGINEERED FILL $97,602.00 Stockpile / Nationwide Site Alternates

$2,343,721.15 Project Subtotal (w/out Alternates) 0.000% Excluded This proposal is based on Prime TPT •• Subcontractor Stare/Co Ta.\ Excluded City Sales Tax 0.000^''o _ $2,343,721.15 Project Total This proposal is to become part of the contract. This proposal is subject to change if not accepted within thirty days of the date hereon. This proposal is conditioned upon the negotiation of terms and conditions of a mutually agreeable contract form setting forth the material terms and conditions of the agreement between the parties. This proposal shall not be effective in the event that the Owner/Contractor seeks to have Rummel Construction defend and/or indemnify it or them from damages resulting from it or their negligent acts or omissions. Payment to be based on actual field-measured quantities unless otherwise stated. Monthly progress payments on completed work due 30 days after completion and acceptance of our work, no retention is to be withheld. Interest will be charged at the rate of 1.5% per month on all late balances. Any costs or fees incurred in the pursuit of the collection of this account will be paid by the Owner. Thank you for die opportunity to bid on diis project.

ACCEPTANCE OF CONTRACT/PROPOSAL The above prices, specifications and conditions on the &ont of this proposal are satisfactory and are hereby accepted, giving RUMMEL CONSTRUCTION authorization to complete wodc as specified. Funding verification and further payment terms to be established prior to starting work.

OFFERER: OFFEREE: Rummel Construction

BY: Jennifer Black- ACCEPTED BY: TITLE: Estimator TITLE:

DATE: DATE; May 8, 2019

, 1 of2 I Scottsdale No. 2019-102-COS Exhibit C.2 - Page 40 of 109 P'- y ' j Rummel Construction, Inc. Coniract/Proposal No. 2019452 General En^eering Contractor P. (450)222.9922 . F, (480)222.9923 License No. ROC114845 A, ROC114846 B-04 7520 E. Adobe Drive • Scottsdale. AZ • 85255

Haydon Building Coip PROJECT NAME Crossroads / Cavasson LOCATION 4640 East Cotton Gin Loop 101 & Hayden Phocnbi, AZ 85040 PLAN DATE 4/19 (30%^ / 4/1S/19 (60%^ [email protected] ARCHITECT Michael Baker / Wood Patel

ATTN: Ml. David Lauehlin SOIL ENGINEER Ninyo &, Moore DATE: May 8. 2019 REPORT DATE: March 15. 2019 We propose to furnish all labor and material necessary to complete work as described per our unit prices. All work will be performed in accordance with the plans and specifications. Job Specific Conditiona and Exclusions 1 This proposal excludes tax based on the project being classified as a Prime TPT project and Rummel Construction Inc performing as a subcontractor. A 5005 form will need to be included in our subcontract agreement if pricing is accepted. Should the project tax classification change, Rummel Construction Inc reserves the right to adjust our pricing accordingly. 2 Tliis proposal is based on water being available onsite at a minimum rate of 500 GPM aUocated to Rummel Construction. This rate is to be maintained and available 24 hours a day, 7 days a week for the duration of the work. Proposal excludes water costs. 3 Estimated working days for the project is 100. 4 This price is based on today’s fuel cost of $3.25. If the price of fuel exceeds S.OVu ($3.41 / gallon), contractor will apply a surcharge of the difference bet\veen the actual price and $3.25 per gallon to the actual quantity consumed. If the price of fuel decreases 5.0®/o ($3.09 / gallon), contractor will apply a credit of the difference between the actual price of fuel and $3.25 per gallon to the actual quantity consumed. Contractor shall be responsible for quantifying the amount of fuel used daily and correlating chat to the credit or surcharge. 5 Proposal excludes track-walk of slopes, 6 Proposal excludes any prep for seeding, if required. 7 Proposal excludes removal of headwall and cutting of box culvert at Union Hills Channel 8 Proposal is based on obtaining construction .water from onsite hydrants. Water at Union Hills Channel will be piped through box culvert to project site. 9 Proposal excludes turndown excavation for channel or other concrete structures. 10 Proposal includes removal of ^'isible concrete rip rap and assumes a 2' depth. Rip rap will be placed in Gils. Crushing and/or haul off of rip rap is excluded. 11 Proposal excludes removal of subsurface trash and or concrete. 12 Proposal excludes pond obliteration. 13 Pricing is included to haul off estimated pipe spoils for the 60" CMP south of the 101. Final contract value of this item to be based on actual quantity (13 Cy per load). E\xavation of 60" CMP is excluded. 14 Basin Excavation | Cut to Stockpile is based on a night haul. Proposed haul route will include crossing "do not disturb" areas in basin, State Trust Land, and crossing Hayden Rd at the proposed driveway area for the Nationwide site. No allowance is included to remove curb, plate or repair asphalt roadway. Rummel includes two flaggers, a gannon and a sweeper to clean up the roadway at Hayden. 15 Alternate pricing is provided to clear stockpDe site and place exported material. No allowance for overexcavation prior to placing engineered Gll. 16 Based on our most recent takeoff of the Nationwide site, it is estimated Layton will need approximately 113,000 CY of import. We have included an alternate to place 44,930 CY from the Union Hills Channel and the Cavasson Powerlinc Channel ns engineered 011. 17 Baffle Chute will be cut 3' behind the wall and sloped back at a 1.5:1 slope. Backfill is specifically excluded. 18 Based on our current schedule, we cannot start the basin excavation prior to mid-September. 19 Scottsdale Haul Permit included for onroad truck hauls in ROW. Pricing excludes dirt haul permit for basin excavation scraper haul. 20 Proposal includes an allowance to repair eroded area. This item includes the purchase of 60 CY of slurry, if needed to fill in any voids, 'Fliis item is an allowance only, to be paid by TSiM. 21 Proposal excludes potholing and assumes ail uditities will be located by others prior to mobliization. 22 Proposal excludes any state land royalty Standard Conditions and Exclusions 1 Tills proposal is based on the availability of the necessary construction materials, i.e., cement, asphalt, aggregates, and water. Should any shortage occur outside of Rummel Construction, Inc.'s control, Rummel Construction, Inc. will not be held liable for any damages or costs which may result from said shortage.

Excludes bonds, tax, plans, permits, fees, traffic control, engineering and testing. This proposal is exclusive of construction sur\'Cy and layout Sun'ey to be provided by others, survey requests shall be satisfied in accordance with Rummel Construction's activity schedule, as to avoid delay of the work. Excludes NPDES, SWPPP, erosion control and related items. Excludes removal, of subterranean items or debris that have been dumped onsite. Excludes utility disconnects and/or relocates. Payment terms per Ariiiona Prompt Payment Statute. Proposal is based on one mobilization unless noted otherwise. Material which cannot be ripped with a CAT D9 Dozer at 500 cy/hour to be excavated at T&M rates. Any blasting or hammer hoe work by others. Excludes sorting of oversize material which is unsuitable for structural fill. Proposal excludes limited compaction or selective grading. Rummel Construction will not be accountable for balance after utility installs, our scope of work to be certified at time of mass grade completion. Excludes structural excavation and backfill unless stated otherwise. Our proposal is contingent on the Owners acceptance to Rummel Construction, Inc.’s current insurance coverage. The CG 2010 11/85 or equivalent Completed Operations endorsement may not be available or may subject to a premium which will be passed on to the Owner for reimbursement. Proposal is based on providing a fiat building envelope where applicable. No proHsions have been made to grade to final lot grading details. No allowance is included to stabilize and/or remove expansive or unsuitable material and replace with granular material in accordance with M.A.G. Specification Section 340.3.1. Overexcavation of soft, expansive or unsuitable materials and installation of granular materials will be analyzed and priced separately if required.

ACCEPTANCE OF CONTRACT/PROPOSAL The above prices, specifications and conditions on the front of this proposal are satisfactory and are hereby accepted, giHng RUMMEL CONSTRUCTION authorization to complete work as specified. Funding verification and further payment terms to be established prior to starting work.

OFFERER: OFFEREE: Rummel Construction, Inc. BY: Jennifer Black ACCEPTED BY: TITLE: Estimator TITLE;

DATE: DATE: May 8. 2019

|Zof2| Quotes - Sewer Scope Scottsdale No. 2019-102-COS Exhibit C.2 - Page 41 of 109

Design • Locate • Build

Phone: (602) 997-6164 Fax; (602) 997-4811 Website; www.sscunderground.com E-mail: Arvidts5scunderground.com Contractor's License No. AZ 085634 / CA 1006387 / NM 382037

PROPOSAL and CONTRACT

April 29^ 2019

Specialized Services Company (SSC), 2001 W. North Lane, Phoenix, Arizona, 85021, proposes to furnish and provide all labor, material, and equipment necessary to complete the following work:

Job Title/Location; Crossroads East Sewer @ Hayden & 202 Scope of Work: See Attachment "A"

Specialized Services Company agrees to complete the work acting as a sub-contractor. The General Contractor is responsible for all taxes related to the gross revenue sale and not the responsibility of Specialized Services Company.

PAYMENTS ARE TO BE MADE: Net 30 days

Any alteration or deviation from the specifications contained in this proposal involving extra cost for material, labor, or other expenses resulting from the alteration or deviation from the specification will only be executed upon written orders for same, and will require extra charges over the sum quoted in this proposal. All agreements will be made in writing.

Respectfully submitted,

Arvid Veidmark, III

Acceptance: Specialized Services Company is hereby authorized to furnish all labor, equipment, and other resources required to complete the work described in this proposal, for which the General Contractor agrees to pay the amount specified in said proposal and according to the terms thereof. Should either party to this Contract be in default and the contract placed in the hands of a third party for collection, or if suit is brought thereon, the undersigned organization, or person or persons or either, agree to pay reasonable collection or attorney's fees, plus default interest at 1.5 % per month in addition to the amount due thereon for the expenses of collection. All parties agree that a facsimile transmission of the signature constitutes an original and binding document.

Signature Corporate Officer: Date:

Authorized to sign for:____ , (Print company name)

Print Name;______Title: Scottsdale No. 2019-102-COS Exhibit C.2 - Page 42 of 109

Attachment "A"

This Attachment #1 is specifically incorporated into and made a part of the Proposal and Contract agreement between Specialized Services Company and the General Contractor.

This Scope of Work includes:

A. SSC will supply, labor and equipment to install a 48" x .500 wall steel casing for 200' +/- under Hayden Road. SSC will supply and attach wood skids to the 18" pvc sewerline and push the 18" through the 48" steel casing. SSC will fill the annular space with pea gravel and seal the ends with a brick and mortar bulkhead.

B. SSC will excavate the bore pit 40' long x 16' wide and stock pile the spoils onsite for the GC to use for backfill. SSC will shore the bore pit with 2-10x24 8i 2-10x16 with 16' spreaders and end plates.

C. Mobilize jack and bore operation to the job site.

Reminder: Budget $6,800.00 dollars into the job for vacuum utility potholing, the last page list SSC vacuum services.

Schedule of Values Inclusions Price

A. Horizontal jack and boring machine, labor, , A. $1,085.00 p/f X 200' = $217,000.00 for L&E excavator, brick and mortar, 48" casing, wood skids $277.00 p/f X 200' = $55,400.00 for casing/skids B. Excavate a bore pit and shore a bore pit B. $2,700.00 LS to excavate the bore pit $11,783.00 LS to shore the bore pit 1=* month $8,200.00 LS each month after initial month C. Mobiiization C, $2,500.00 LS

Disclaimer: Quoted prices on materials are subject to change to the price in effect at time of shipment Delivery dates are subject to production schedules or availability at time of order. Fabricated products are non-canceiable after order has been placed. Prices listed above base on augerable soil conditions with blows between'25 and 40 and NO rock, cobbles, boulders or caliche. Prices listed above are based on working a single daytime shift, NO 24-hour operation.

Note: Estimated totals for footages are estimates only, final quantities will be based on completed footages accumulated in the field upon completion of the project.

provide for the salesi ttaf we are now required,6> m-

TTie patties agree to adjust the scope of work at any time. Such adjustments may include, but not be limited to, extending, deleting, or adding bore paths or footage, and decreasing work schedules by up to five (5) percent without renegotiating the labor rates quoted in this proposal. The General Contractor agrees to compensate SSC for adjustments requiring inaeased labor hours on the same terms and amdilioris set forth in the proposal. The General Contractor and SSC will niutually determine how many hours of additional labor are required for such adjustments. The parties agree to adjust material

Initial:. Date:

(H:/Jobs/Jobs Info/2019 Jobs/0000 Trenchless/HT Bid) Scottsdale No. 2019-102-COS Exhibit C.2 - Page 43 of 109

Comments;

If bore footage is less than quoted amount by 5% in length, the parties will increase the price per foot to accommodate the lesser footage. SSC is not responsible for any damage to the carrier line in any form or fashion, the General Contractor has the option to provide an operator to jack the carrier line through the steel casing if there is a concern over damage to the carrerline. If PVC is used as a carrier line inside a steel casing and the annular space inside the steel casing has to be filled with chip, grout or sand, SSC is not responsible for any damage to the PVC carrier line. Chip, grout or sand can blow holes, cause structural failures to PVC and SSC will not be held liable or responsible for any damage to the PVC carrier line. D. The General Contractor will excavate all bore and reception pits and level the pits to final grade and maintain any grade requirements. E. The General Contractor agrees to provide 24 hour security personnel to safeguard SSC's property against vandalism, theft, and unauthorized use if any of these issues occurs. If unknown utility or structure is encountered and/or if existing AZ-Builts are not true, and these conditions result in the delay of the project or stand-by dme, the General Contractor and/or owner will agrees to absorb SSC's additional costs. If rock or cobbles are encountered which become too dense for the bore machine to bore through, or if the soil conditions result in a delay of the estimated job completion, the General Contractor agrees to compensate Specialized Services Company for additional labor and materials according to the same terms and conditions set forth in this proposal. The General Contractor and Specialized Service Company will mutually determine in wriHng additional labor hours, materials, and other resources required for such adjustments. H. The General Contractor agrees to compensate SSC for any costs involved with mobilizing or materials ordered if the project start-up has been delayed after receiving the Notice to Proceed. I. SSC is not responsible for removing or replacing any asphalt or concrete damaged during mobilization, construction or demobilization. J. The pressure testing of the carrier line is the sole responsibility of the General Contractor and owner. Specialized Services Company is not responsible for any failure of the carrier line regardless of the nature of the failure. The parties agree that Specialized Services Company will not be held responsible or liable for any damage to existing utilities, structures, roadways or the like caused by cave-ins or flowing material which was not chemically stabilized prior to the bore under any circumstances. The General Contractor agrees to compensate SSC for any costs incurred in mobilizing or for materials ordered if the project is delayed by unforeseen circumstances, including but not limited to, flowing, running caving material. M. The General Contractor agrees to accept the footages listed by the SSC job foreman on site when bores are completed. The General Contractor's representative may verify and sign-off on footages as bores are completed if that representative is on site at the time work is completed. N. Prior to any sanding or grouting the annular space inside the casing the General Contractor's survey company, at the General Contractor's expense, will shoot the elevations of the carrier line to confirm line and grade are accurate. All gravity sewerlines must be camera and water tested to check for any sags or humps. If this is not done, SSC is not responsible for any sags, humps or grade defects in the sewerline after it is filled with chip. Regardless of plans and specifications GC agrees to give SSC a minimum working footprint 100' wide x 120' long from the centerline of the bore

Initial;. Date:

(H;/Jobs/Jobs Info/2019 Jobs/0000 Trenchless/HT Bid) Scottsdale No. 2019-102-COS Exhibit C.2 - Page 44 of 109

Exclusions! Specialized Services Company is not responsible for the following;

A. Traffic control, all safety, dead-man tie-off's, fall protection equipment, temporary fencing, shoring, and barricades B. Excavating reception pit (8' x 8' inside spreaders) C. Backfilling of bore and reception pits, all spoils removal, and restoration of landscaping D. Weather proof and maintaining of bore and reception pits, (pump out water, dikes around pits) E. Surveying for proper elevation of casing or carrier line F. Cost for re-staking hubs regardless of the amount needed to complete the bore & carrier line install G. De-watering of bore and reception pits and bore line H. Supply, assembling, and any special equipment to set carrier pipe and install I. Any cathodic protection, coatings, or linings of the steel casing and poly wrapping of carrier line J. Removal of any asphalt concrete or metal K. Boring through any rock, cobbles or unstable material. L. Replacement of asphalt with hot patch or any concrete replacement such as sidewalk or driveways M. Removal and replacement of any permanent fencing N. Supply, setup, tear down, and removal of any temporary fencing of entire job site, pits & equipment O. Permits, bonds and sales taxes (SSC Bond rate 2.5%) P. Geo-technical reports for SSC and grout company (if necessary) Q. Chemical grout to stabilize the soil conditions for the project (if necessary) R. Grout to fill any annular space either inside or outside the casing S. Construction water and/or fire hydrant hook-ups and any meters T. Security personnel to protect the job site U. Inspection or testing of any carrier lines, any equipment needed to set the carrier into the bore pit V. Pipe fitters, , welding machine, linings, wrappings and any items required for the assembly of the carrier line or lines. W. Coating and lining of the casing X. SWPPP (Storm Water Pollution Prevention Plan) Y. Camera and water test of any gravity carrierline Z. Potholing any utilities crossed by the proposed bore. (SSC can provide this service, see rates on last page)

Initial: Date:

(H;/Jobs/Jobs Info/2019 Jobs/0000 Trenchless/HT Bid) Scottsdale No. 2019-102-COS Exhibit C.2 - Page 45 of 109

Vacuum Excavating & Utititv Potholina

Scope of Work: SSC will provide a vacuum truck and 2-man crew to vacuum excavate and expose utilities. SSC will temporarily backfill all holes temporarily with native material. SSC will patch all holes in asphalt or concrete with temporary cold patch.

Schedule of Values:

$205.00 per hour when vacuum truck arrives at jobsite until vacuum truck leaves jobsite, 1 hr min. Mobilization for the vacuum truck is $150.00 per hour portal to portal.

• SSC will supply the Qient with a hand writteh Utility Report for each utility located, included in hourly rate. • SSC can provide a computerized Utility Report @ $45.00 per report, see attached example • Additional crewmembers are $48.00 per hour. ■ • All holes in asphalt or concrete will be patched with temporary cold patch, no hot patch or pothole backfilling with slurry, ABC or concrete all backfilling is temporary, • Any utility we pothole where we encounter slurry backfill or concrete encasement will require 2 holes, one on either side of the encasement to confirm the depth oh each side. • The Client or Owner is responsible for all compaction testing on holes. • Overnight stay for the crew will be billed at a nightly per diem rate of $280,00 per night. • Traffic control, temporary fencing, shoring, permits and barricades provided at coirt + 15%. • Certified land survey of any utility or ^cture encountered provided at cost + 15%. • Set Control for potholes and provide sealed pothole report is $110.00 per hole. • Hourly Rates: Survey Manager/RLS $180,00 p/h, Sunrey Coordinator or Project Manager $132.00 p/h. Survey Office -$120.00, Survey Party Chief-$135.00,2-man crew or GPS/Robotic $198.00 p/h, Survey Technidan-$95.00, Project Manager-$180.00 (3 hour minimum on all services)

Note: Estimated totals for hours are estimates only, final quantities will be based on completed hours accumulated in the field upon completion of the project.

Initial;. Date;

(H:/Jobs/Jobs Info/2019 Jobs/0000 Trenchless/HT Bid) Scottsdale No. 2019-102-COS Exhibit C.2 - Page 46 of 109 MFER6US0N Crossroads East Sewer Wm Waterworks aWOlSELEYoompany Lift Station

Sewer

18" SDR26 Mainline Alt Description / UM Qty Final Bid Extended Bid Comments Price Price SDR26P18 18 SDR26 CL160 PVC Gasket Joint Pipe FT 120.00 $21.79 $2,614.80 SSfOiS,... - i8;yVaterWPGisEt ' ' EA 2.00 $43783 $87:66 TW12SLDUFG500 "12 Gauge 500 FT Irrigation Underground Feeder M 500.00 $134.81 $67.40 WIRE Green '' 3.x iOffo'Uriciergrpuhd'Defe Green EA 1.00 $35.34 $35'34' gif v;;: _ ' , ..-1 . 18" SDR26 Mainline; 18" SDR26 Stub & Plug Alt Description / UM Qty Finai Bid Extended Bid Comments Price Price SDR26P18 18 SDR26 CL160 PVC Gasket Joint Pipe FT 20.00 $21.79 $435.80

' :^i^"Hea^^^Sp^G^ket Cap EA 1.00 $1,341.03 $1.34V.0"3

W003318 .18 Water STP Gasket EA 1.00 $43.83 $43.83

18"' SDR26 Stub & Plug: 15" SDR26 Stub & Plug Alt Description / UM Qty Final Bid Extended Bid Comments Price Price ; ii 5;gR26 pycjGf ket Joint Sewer f?ipe FT 20.00 ■ $f5.-23 $304.60 fflssM:':;.: . MUL067611 15 PVC Heavy Wall Sewer Gasket Cap EA 1.00 $891.43 $891.43 pwe;;-; Ea 1.00 $14.17 $14.1,7 15" SDR26 Stub & Plug: 12" Drop Sewer Cleanout Alt Description / UM Qty Final Bid Extended Bid Comments Price Price SDR35P1220 12 X 20 SDR35 PVC Gasket Joint Sewer Pipe FT 20.00 $7.68 $153.60

EA 1.00' $412.15

MUL043206 12 PVC Sewer GXS 90 BEND EA 1.00 $250.56 $250.56

...... ■"'EA' 1.00 $97-.08

MUL043412 12 PVC Sewer GXS 45 BEND EA 1.00 $191.03 $191.03

12" Drop Sewer Cleanout- Sewer: wmm

Grand Total: mmmm

4/26/2019 Page 2 of 3 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 47 of 109 MFERGUSON Crossroads East Sewer Ww Waterworks aWOUElEVeampany Lift Station

4/26/2019 Page 3 of 3 Scottsdale No. 2019-102-COS MFERGUSON Exhibit C.2 - Page 48 of 109 Irw Watenvorhs a WOLSELEY company

Project: Crossroads East Sewer Lift Station

Bid Date: 04/26/2019

Bid Time: 12:00 PM

Estimator: Kala Dupree

Addendum: 0.00

Job Notes: * Due to deep bury of pipe quote assumes for pipe to be SDR26.

* Quoted Drop Sewer Connection as SDR35.

Job Terms: FEI Does not guarantee that this scope includes all materials needed to complete this project. This scope of materials is our interpretation of the plans and specs and is intended for bidding purposes only. All unit prices will prevail unless otherwise noted. Copper is a commodity and will be priced at the time of ship. All pricing is based on 30/30 terms. All materials are rounded to full lengths or rolls that the product will be sold in. All quantities and sizes of material is to be verified by the installer of the material.

4/26/2019 Page 1 of 3 Scottsdale No. 2019-102-COS Exhibit C.2-Page 49 of 109

Preach Incorporated TEaB. 1601 W. Hatcher Road Phoenix, AZ 85021-2169

PROPOSAL

Contractor; l-lAy'oc.if Attention;

Job Name; /l-v\/.vscc.j Bid Date; s. i-Ms

Preach Incorporated proposes to supply and install precast manlioles on the following;

Bid Item Description ______Quantity Unit Price

^ (0, ^’4‘b (oO ' p> V/I I Hio^

^ “VvX-

Quote effective for 30 days from the date of the proposal.

INCLUDES: Precast, concrete ring and cover, vacuum testing. ^

EXCLUDES: Excavation, backfUl, shoring, barricades, final adjustments, concrete collar around ring and cover, drop connections, cutting holes into side of MH to accept high pipe, breaking out pipe, all pipe work, dewatering, waterstops. opoxy coating, access for equipment, weekend and night work, taxes, bonds and permits.

Office: (602) 242-2007 Fax: (602) 997-9644 ROC# 82366 & 118937 Jack and Bore - Excludes Hand Tunnelling Scottsdale No. 2019-102-COS Exhibit C.2 - Page 50 of 109 HORIZONTAL _A__ A.

2402 S. 16«’ Ave SBE QBE MBE ADOTTXDOT COOT Certified Teiephone 602-237-9808 Phoenix, Arizona 85007 [email protected] Ernie Romero Operations Manager

BUDGET ESTIMATE

May 29, 2019

PROPOSAL: Haydon Building Corp Attention: Estimating

SPECIFICATIONS: Auger Bore 200 LF of 42" .500 steel casing for an 18" sewer line Hayden Rd & 101 - Crossroads East Sewer Lift Station (Scottsdale, AZ)

INCLUDES: All labor and equipment to auger bore 42" steel casing, steel rail system to skid & push 18" carrier pipe and grout plug at casing ends. Furnish labor, equipment and steel casing as per MAG 602.

EXCLUDES: Liability of : all work relating to excavation and backfill of all bore pits and exit pits, shoring or sloping of pits as per OSHA, inspection and survey, access to pit locations, utilities verification and location and potholing, utility relocations, any conflicts. Blue Stake: place us on your log as additional contractor, barricades, traffic control, fencing, ground control; de-watering of pits, well points, spoil removal and inspection fees, engineer costs, right of entry fees, all permits, bonds, licenses, landscaping and restoration, casing vents, cathodic protection, hard dig, assumes good soil conditions; excludes any caliche, rock or cobble material encountered in the bore path, construction water, soils testing, casing spacers, end seals, annular fill, all carrier pipe and joint connections on carrier pipe. Bore pit: 14'x40'xl8" below invert of carrier pipe

BID PRICE:

Auger Bore: 200 LF 42" $ 348.00 LF $ 69,600.00 Steel Casing: 200 LF 42" $ 188.00 LF S 37,600.00 Skid & Push: 200 LF 18" $ 82.00 LF $ 16,400.00

Total: $ 123,600.00

PAYMENT: Terms are based on monthly estimate with payment in full 30 days after completion of Horizontal Boring's portion of the project or progress billing.

THANK YOU SINCE 1962 Scottsdale No. 2019-102-COS Direct Cost Report - Drainage Infrastructure ScEjp^it C.2 - Page 51 of 109

Haydon Building Corp. Page 1 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Unit Cost Labor Material Matl/Exp Ment Contract Total

PARENT ITEM = 100 Description = MOBILIZATION Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000 Listing of Sub-Biditems of Parent Item 100:

BED ITEM = no Description = HBC MOBILIZATION Unit = LS Takeoff Quan: 1.000 Engr Quan: 0.000

•• • I ' -r'.. ; IIBC .MOBILIZATION ' •.Qu»p:'i-' ■ ■ ' ■ iooiMilSOS .wcfssoe :

ZMOB HBC Equipment Mob 200.00 CH Prod: 200.0000 CH Lab Pcs: 3.00 Eqp Pcs: 1.25 TRANSPORT 1.25 250.00 HR 93.500 23,375 23,375 GENERAL LABOR 1.00 200.00 MH 25.427 5,085 5,085 UNIVERSAL OPERATOR 1.00 200.00 MH 41.110 8,222 8,222 TEAMSTER-TRANSPOR 1.00 200.00 MH 38.978 7,796 7,796 $44,478.24 5.0000 MH/HR 600.00 MH [115.5] 21,103 23,375 44,478 0.6000 Units/Hr 4.8000 Un/Shift 0.2000 Unit/MH 175.86 194.79 370.65

=> Item Totals: 110 - HBC MOBILIZATION 23,375 44,478 $44,478.24 600.0000 MLLT-S 600.00 MH [ 138600Xf"'%I>103.24 03 44,478.240 I LS 23,375.00 44,478.24

BID ITEM = 120 Description = SUBCONCTRACTOR MOBS LS Takeoff Quan: 1.000 Engr Quan: 0.000 <-C 1) :l,/MfraMptMoi •/ .... HANDRAIL/RAIL 1.00 0.000

BID ITEM ^ 130 Description = STRUCTURES MOBILIZATION Unit= LS Takeoff Quan: 1.000 Engr Quan: 0.000

01-505 STRUCTURES MOBILIZATION Quan 100 LS Hrs/Shft 8 00 Cal 508 WC 5506

ZMOB HBC Equipment Mob 64.00 CH Prod: 64.0000 CH Lab Pcs: 3.00 Eqp Pcs: i 1.00 TRANSPORT 1.00 64.00 HR 93.500 5,984 5,984 GENERAL LABOR 1.00 64.00 MH 25.427 1,627 1,627 UNIVERSAL OPERATOR 1.00 64.00 MH 41.110 2,631 2,631 TEAMSTER-TRANSPOR 1.00 64.00 MH 38.978 2,495 2,495 $12,737.05 192.0000 MH/LS 192.00 MH [4435.2 ] 6,753 5,984 12,737 0.0156 Units/Hr 0.1250 Un/Shift 0.0052 Unit/MH 6,753.05 5,984.00 12,737.05

------> Item Totals: 130 - STRUCTURES MOBILIZATION $12,737.05 192.0000 MH/LS 192.00 MH [4435.2 ] 6,753 5,984 12,737 12,737.050 1 LS 6,753.05 5,984.00 12,737.05

Total of Above Sub-Biditems

- ■> Item Totals: 100 - MOBILIZATION $57,215.29 792.0000 MH/LS 792.00 MH 1 18295.2 I 27,856 29,359 57,215 57,215.290 1 LS 27,856.29 29,359.00 57,215.29 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 52 of 109

Haydon Building Corp. Page 2 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BIB ITEM 200 Description = DUST CONTROL Unit = DAY Takeoff Quan: 140.000 EngrQuan: 140,000

ZDC Dust Control 1,120.00 CH Prod: 140.0000 S Lab Pcs: 1.00 EqpPcs: 1.00 WATER TRUCK-3800 GA 1.00 1.120.00 HR 42.530 47,634 47.634 TEAMSTER-3800GL WTR 1.00 1,120.00 MH 30.452 34,106 34,106 $81,739.84 8,0000 MH/DA 1,120.00 MH [160] 34,106 47,634 81,740 0.1250 Units/Hr 1.0000 Un/Shift 0.1250 UnitMH 243.62 340.24 583.86

------> Item Totals: 200 - DUST CONTROL $81,739.84 8.0000 MH/DAY 1,120.00 MH [160] 34,106 47,634 81,740 583.856 140 DAY 243.62 340.24 583.86

BID ITEM 300 Description POTHOLE UTILITIES Unit= LS Tal^eoffQuan; 1.000 EngrQuan: 1.000

.. ZPH Pot Hole Utilities 40.00 CH if 0.2000 US Lab Pcs: 2.00 Eqp Pcs: 2.00 SOFT DIG MACHINE 1.00 40.00 HR

=—> Item Totals: 300 - POTHOLE UTIiaTEES $5,454.20 80.0000 MH/LS [1336 ] 2,034 3,420 5,454 5,454.200 1 LS 2,034.20 3,420.00 5,454.20 I.'

BID ITEM 400 Description = CONSTRUCTION WATER Unit= LS Takeoff Quan: 1.000 EngrQuan: 1.000

CONSTRUCTION WATE TOO 14.309.00 MGAL 5.000 71.545 ■ 71,545 =>ICLEINTANK 1.00 1,120.00 HR 7.430 8,322 8,322 $79,866.60 [ ]. 71.545 8,322 79,867 71,545,00 8.321.60 79.866,60

=> Item Totals: 400 - CONSTRUCTION WATER $79,866.60 [ ] 71.545 8.322 79,867 79.866.600 1 LS 71,545,00 8,321.60 79,866.60

BID ITEM = 450 Description = QUALITY CONTROL-ALLOWANCE Unit= AL Takeoff Quan: 1.000 EngrQuan: 1.000

QUALITY CONTROL 1.00 TOOLS 60.000.000 60,000 60,000 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 53 of 109

Haydon Building Corp. Page 3 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM 500 Description = CONSTRUCTION SURVEY & STAKING Unit= LS Takeoff Quan: 1.000 EngrQuan: 1.000

‘t.-: -^iY^Oi^TRUCTTtdNY^bNSTRUCTldNSmVEY:'/--i-^i^QuatK SURVEY:'/--i-;''^j0 ’!?G

SURVEY 1.00 1.00 LS 35,000.000 35.000 35,000

BED ITEM 550 Description = CONSTRUCTION SURVEY TOPO Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000

;l5i911 ' ■ CO.NSfRI.ctiON SURVEY TOPO i: BASi.N & CIEV Quan: ; , 1.00 LS Hrs/Shft: , ; 8.00 Cal: 508 WG: 5506

SURVEY 1.00 1.00 LS 20,000.000 20,000 20,000

BID ITEM = 600 Description = CONSTRUCTION FIELD LAYOUT Unit = LS (.^Tafe^ Quan; 1.000 EngrQuan: 1.000 id0y;Caln5Q8';wc[5506 ? - ?^>Prod: ZGPS Survey Crew 1.00 280.00 iJ^Jo 35.0000 S Lab Pcs: 2.00 Eqp Pcs: 2.00 GPS Equipment 6,160 6,160 PICK UP 1.00 280.00 HR 11.150 3,122 . 3,122 GENERAL LABOR 1.00 280.00 MH 25.427 7,120 7,120 GPS/AGTEK OPERATOR 1.00 280.00 45.678 12,790 12,790 $29,191.52 56.0000 MHDA 560.00 [ 1307.6] 19,910 9,282 29,192 0.0357 Units/Hr 0.2857 Un/Shift 0.0I79^^m%H 1,990.95 928.20 2,919.15

===> Item Totals: 600 - CONSTRltCTION FIELD LAYOUT $29,191.52 560.0000 MHyUS '^56p.gd. MH [13076] 19,910 9,282 29,192 29.191.520 1 LS 19,909.52 9,282.00 29,191.52

BID ITEM 700 Description = TRAFFIC CONTROL Unit= MO Takeoff Quan: 7.000 Engr Quan: 7.000

Tix:TO^GL(^0^ ;;; : wg...... :,5506.V:,. -y.:

TRAFFIC CONTROL 1.00 7.00 MO 1,000.000 7,000 7,000

ZF Flaggers 800.00 CH Prod: 100.0000 S Lab Pcs: 2.00 Eqp Pcs: 0.00 GENERAL LABOR 2.00 1,600.00 MH 25.427 40,684 40,684 $40,683.88 228.5714 MH/LS 1,600.00 MH [3817.143 ] 40,684 40,684 0.0088 Units/Hr 0.0700 Un/Shift 0.0044 Unit/MH 5,811.98 5,811.98

--^> Item Totals: 700 - TRAFFIC CONTROL $47,683.88 228.5714 MH/MO 1,600.00 MH [ 3817.143 ] 40,684 7,000 47,684 6,811.983 7 MO 5.811.98 1,000.00 6,811.98 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 54 of 109

Haydon Building Corp. ..'i ^ Page 4 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 750 Description = OFFDUTY OFFICERS Unit= HRS Takeoff Quan: 800.000 Engr Quan: 800.000

OFF DUTY OFFICER 1.00 800.00 HR 60.000 48,000 48,000

BID ITEM 800 Description = PEDESTRIAN ACCESS CONTROL Unit= MO Takeoff Quan: 7.000 Engr Quan: 7.000 ■i. ...0?:4i^t::V;,T;;;^yF4miOTAmPEpESm!M.AGC|^..:''/...... CT-/ITA...... j;Quan:^ ■ .7.00;^^

ZMR Misc Removals 56.00 CH Prod: 7.0000 s Lab Pcs: 3.00 Eqp Pcs: 1.00 GRADING TRACTOR W/ 1.00 56.00 HR 32.800 1,837 1,837 GENERAL LABOR 2.00 112.00 MH 25.427 2,848 2.848 GRADE TRACTOR OPER 1.00 56.00 MH 38.065 2,132 2,132 $6,816.31 24.0000 MH/MO 168.00 MH [467.2] 1,837 6,816 0.1250 Units/Hr 1.0000 Un/Shift 0.0417 UnitMH 262.40 973.76 • 8.00 Cal: 508 .WC: 5506 ‘ ! 7; 1,

FENCE RENTAL 1.00 7.00 MONT ^-.^|00,DOO 2,800 2,800 - PEDESTRIAN ACCESS COnI^OI^^ > Item Totals: 800 $9,616.31 24.0000 MH/MO 168.00 MH' [ 467,2 ] 4,980 2,800 1,837 9,616 1,373.759 7 MO 400.00 262.40 1,373.76

BID ITEM = 900 Description = SWEEPFNG Unit= HR Takeoff Quan: 608.000 Engr Quan: 608.000 ■'i^NT:^EPER-.V7-',;^:;^^i|^ :.^;> :7:tQlM:r--mQ0 HRlf iodr^ai4'i8;i^^'5SOl ^ Ml?;,...... r\- r

ZRS Rent Sweeper 608.00 CH Prod: 76.0000 S Lab Pcs: 0.00 Eqp Pcs: 1.00 RENT SWEEPER 1.00 608.00 HR 85.000 51,680 51,680

> Item Totals: 900 - SWEEPING $51,680.00 [ ] 51,680 51,680 85.000 608 HR 85.00 85.00

BID ITEM = 1000 Description = SWPPP PLAN & PROTEC-nON Unit = MO Takeoff Quan: 1.000 Engr Quan: 1.000 iili.EvSffiSSigffi Quan 11,500 00 LF Hrs/Wt 8 00 Cal 508, WC 5507 ECSL EC Sediment Logs & Waddles 40.00 CH Prod: 2,300.0000 US Lab Pcs: 5.00 Eqp Pcs: 3.00 GRADING TRACTOR W/ 1.00 40.00 HR . 32.800 1,312 1,312 PIPE TRAILER 1.00 40.00 HR 2.200 88 88 PICKUP 1.00 40.00 HR 11.150 446 446 GENERAL LABOR 4.00 160.00 MH 24.801 3,968 3,968 GRADE TRACTOR OPER 1.00 40.00 MH 37.127 1,485 1,485 $7,299.28 0.0173 MH/LF 200.00 MH [0.319] 5.453 1,846 7,299 287.5000 Units/Hr 2,300.0000 Un/Shift * 57.5000 Unit/MH 0.47 0.16 0.63 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 55 of 109

Haydon Building Corp. Pages 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Went Contract Total

BID ITEM 1000 Description = SWPPP PLAN & PROTECTION Unit= MO Takeoff Quan: 1,000 Engr Quan: 1.000

L (fenifiOW ■ TNSf PROTiiieTTUOiiaii-r::. ' ii)6.doiVLF i ,.Hfi/S^r .T-SiOOT C^i;''^689:we::5S07 :

ECSL EC Sediment Logs & Waddles 2.00 CH Prod: 400.0000 US Lab Pcs: 5,00 Eqp Pcs: 3.00 GRADING TRACTOR W/ 1.00 2.00 HR 32.800 66 66 PIPE TRAILER 1.00 2.00 HR 2.200 4 4 PICKUP 1.00 2.00 HR 11.150 22 22 GENERAL LABOR 4.00 8.00 MH 24.801 198 198 GRADE TRACTOR OPER 1.00 2.00 MH 37.130 74 74 $364.97 O.IOOO MH/LF 10.00 MH [ 1.836 ] 273 92 365 50.0000 Units/Hr 400.0000 Un/Shift 10.0000 Unit/MH 2.73 0.92 3.65 2^5?ri ;■ ■^T^SV^WPPIjAP^SubiitiM Quam ‘ -‘i-og LS t WC:5506 ; !•'

SWPPP 1.00 1.00 LS 18.165.000 18,165 18,165

■30rlQ5.' > BUY SWPPP l^ATERiAES ■,; 1 : Qiian: ^ / LOO ‘l5 'Mm - wICtSSOTr

EROSION CONTROL LO 1.00 11,500.00 LF 1.900,— 21.850 21,850 EROSION CONTROL WA 1.00 100.00 LF 150 $22,000.00 22,000 22,000 22,000.00 22,000.00 ~> Item Totals: 1000 - SWPPP PLAN & PROTECTION ______$47,829.25 210.0000 MliTVIO 210.00 MH f;3855.6 ] 5,726 22,000 1,938 18.165 47,829 47,829.250 I MO 5.725.95 22,000.00 1,938.30 18,165.00 47,829.25

PARENT ITEM = 1100 Description = ONSITE OVERHEAD Unit = MO Takeoff Quan: 8.000 Engr Quan: 8,000 Listing of Sub-Biditems of Parent Item 1100:

BID ITEM 1110 Description = JOB MANAGEMENT Unit = LS Takeoff Quan: 1.000 Engr Quan: 0.000

■ii- ...

=> PICK UP 1.00 1,280.00 HR 11.150 14,272 14,272 => SUPERINTENDENT 1.00 1,280.00 MH 89.380 114,407 114,407 $128,679.04 8.0000 MH/DA 1,280.00 MH [440] 114,407 14,272 128,679 0.1250 UnitMH 715.04 89.20 804.24 ''tM^26sv!'' .^STRUCTUIU^SUraRWrEffeE^ " ' . . (^lianf, 'i iiO/OOiDATiHfs^Shm:I*!::^6o fGal: Ms:;w&-5^06t ■ T ;T ^\ V./

=> PICK UP 1.00 960.00 HR 11.150 10,704 10,704 => STRUCT CONC SUP 1.00 960.00 MH 89.380 85,805 85,805 $96,509.28 8,0000 MH/DA 960.00 MH [440 ] 85,805 10,704 96,509 0,1250 UnitAIH 715.04 89.20 804.24

=> PICK UP 1.00 1,920.00 HR 11.150 21,408 21,408 => PROJECT ENGINEER 1.00 1,920.001,920.00 MHMH 72.247 138,715 138,715 $160,123.40 8.0000 MHDA 1,920,00 MH [368 ] 138,715 21,408 160,123 0.1250 Unit/MH 577.98 89.20 667.18 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 56 of 109

Haydon Building Corp. Page 6 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM 1110 Description = JOB MANAGEMENT Unit = LS Takeoff Quan: 1.000 Engr Quan: 0.000

=> PICK UP 1.00 1,280.00 HR 11.150 14,272 14,272 => PROJECT MANAGE 1.00 1,280.00 MH 94.236 120,622 120,622 $134,894.08 8.0000 MH/DA 1,280.00 MH [480] 120,622 14,272 134,894 0.1250 Unit/MH 753.89 89.20 843.09

^=> Item Totals: IIIO - JOB MANAGEMENT $520,205.80 5,440.0000 MH/LS 5,440.00 MH [ 288320] 459,550 60,656 520,206 520,205.800 I LS 459,549.80 60,656.00 520,205.80

BID ITEM 1120 Description = GENERAL EXPENSE Unit = LS Takeoff Quan: 1.000 Engr Quan: 0.000

i0143757' -'. W T.SECURITY/ - -I ‘ ' ' ' ' / '/

SECURITY 1.00 8.00 MO 500.00Q^ 4,000 4,000

.fI'V'^500.000 OFFICE SETUP 1.00 1.00 LUMP 500 500 ,^;;^150.000 OFFICE SUPPLIES 1.00 8.00 MONT 1,200 1,200 OFFICE TRAILER 1.00 8.00 MONT<\ 500.000 4.000 4.000 8.00 MOI«n:^ OFFICE UTILITIES 1.00 \ "i) 1,500.000 12.000 12.000 $17,700.00 [ ] 17,700 17,700 ...... _...... eS...... 2,212.50 2,212.50 '-■ 0143m.//sTokM^i^MER4.•'ioo::ZaMso8wcFy()i:;‘7^ •:-,4-::■ STORAGE CONTAINER 2.00^''’MONT 110.000 1,760 1.760

J-JON 4.00 32.00 MONT 150.000 4,800 4.800

MOBILE PHONE 3.00 24.00 MONT 250.000 6,000 6,000 01-370 ' YARD RENTAL ‘ t Quan; 8 00 MO HfWshff ' 8 00 Cal: 508 WC- 5506

YARD RENTAL 1.00 8.00 MONT 100.000 800 800

01.380 FENCE RENTAL Quan , 8 00 MO Hrs/SMt 8 00 Cal 508 WC 5506

FENCE RENTAL 1.00 8.00 MONT 400.000 3,200 3 200

WATER&ICE 1.00 8.00 MO 1.760.000 14,080 14,080

DUST PERMIT 10-50 AC 1.00 1.00 YR 3,855.000 3,855 3.855 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 57 of 109

Haydon Building Corp. Page 7 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 1120 Description = GENERAL EXPENSE Unit= LS Takeoff Quan: 1.000 Engr Quan: 0.000

------80-TEXTIfRA ^TEXTTJRAV------'RA^Vlv- v,•/ ■'-'■>7. ■■ ; '//G L ■

TEXTURA 1.00 1.00 LSU 2,000.000 2.000 2,000 /i)i,280f.; K.; ?: PlbGtt^.mQTds^ ^ / : :Qi.inv r -> i;6gii^.;. ■: ^ --

VIDEO 1.00 1.00 EACH 1,000.000 1,000 1,000 L'. ;>i.paM.::'iHrs/Bhft:tl t8M.ML:5j)8.;^ ,,v; V;.' „

PERMITS 1.00 1.00 LUMP 3,500.000 3,500 3,500

01-315 DU.MPS I ER 7 , v • Qu^i ;-'.;8.6d'Md IddlMtJsds: WC: 5dP6‘u

DUMPSTER 2.00 16.00 MO 500.000 8,000 8,000

------> Item Totals: 1120 - GENERAL EXPENSE $70,695.00 70,695 70,695 70,695.000 1 LS 70,695.00 70.695.00

BID ITEM = 1130 Description = JOB ST&S LS Takeoff Quan; 1.000 Engr Quan: 0.000

STRUCTURES SMALL T 1.00 12,092.00^ ____ 2.000 24,184 24,184

CIVIL SMALL TOOLS I.00./C?I,3W00 MH 2.000 42,622 42.622

=> Item Totals: 1130 - JOB ST&S ______$66,806.00 [ ] 66,806 66,806 66,806.000 1 LS 66,806.00 66,806.00

BID ITEM = 1140 Description = PROJECT SAFETY Unit = LS Takeoff Quan: 1.000 Engr Quan: 0.000

PROJECT SUPPLIES 1.00 39,003.00 MH 0.540 21,062 21,062

CLICK SAFETY TRAININ 1.00 9.00 MO 500.000 4,500 4,500

==> Item Totals: 1140 - PROJECT SAFETY $25,561.62 [ ] 25,562 25,562 25,561.620 1 LS 25,561.62 25,561.62

Total of Above Sub-Biditems Scottsdale No, 2019-102-COS Exhibit C.2 - Page 58 of 109

Haydon Building Corp. Page 8 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM 1140 Description = PROJECT SAFETY Unit = LS Takeoff Quan: 1.000 Engr Quan: 0.000 ==> Item Totals: 1100 - ONSITE OVERHEAD $683,268.42 680.0000 MH/MO 5,440.00 MH [ 36040 I 459,550 163,063 60,656 683,268 85,408.553 8 MO 57,443.73 20,382.83 7,582.00 85,408.55

BID ITEM 1500 Description NATIVE TREE & PLANT SALVAGE Unit= AL Takeoff Quan: 1.000 Engr Quan: 1.000 :c?!iam L-:; n^PO^iiT'Hrs|iiffi ' ^OO' -Gal: 50S SSik,-;' ' t 'i-

LANDSCAPE SALVAGE 1.00 1.00 AL 100.000.000 100,000 100,000

BID ITEM ■ 2000 AC ^^ke6%Quan: Description = CLEAR & GRUB Unit = 31.000 Engr Quan: 31.000

RCG RW Clear and Grubb 64.00 CH>,X\CH> NNA-'Prod: 3.8750 US Lab Pcs: 4.00 Eqp Pcs: 3.00 140G MOTOR GRADER 1.00 64.00 HR 5,059 5,059 CAT 950 LOADER 1.00 64.00 HR 77.850 4,982 4,982 WATER TRUCK.-3800 GA 1.00 64.00 HR 42.530 2,722 2,722 GENERAL LABOR 1.00 64.00 MH' 25.427 1,627 1,627 BLADE OPERATOR 1.00 64.00

TRUCKING HOURLY 1.00 186.00 HR 93.000 17,298 17,298

DUMP FEE 1.00 80.00 LD . 200.000 16,000 16,000

------> Item Totals: 2000 CLEAR & GRUB $54,997.36 8.2580 MH/AC 256.00 MH [ 189.316] 8,936 33,298 12,764 54,997 1,774.108 31 AC 288.25 1,074.13 411.73 1,774.11

BID ITEM = 2050 Description = PREWET BASIN/CHANNEL Unit = AC Takeoff Quan: 31.000 Engr Quan: 31.000

::L.. v-Qyanf: . .•.------I. EXP Pre-Compaction 96.00 CH Prod: 2.5833 US Lab Pcs: 1.50 Eqp Pcs: 1.50 D6 DOZER 0.50 48.00 HR 104.970 5,039 5,039 WATER WAGON7000 GA 1.00 96.00 HR 110.800 10,637 10,637 DOZER OPERATOR 0.50 48.00 MH 38.065 1,827 1,827 TEAMSTER-WTR WGN 1.00 96.00 MH 30.452 2,923 2,923 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 59 of 109

Haydon Building Corp. Page 9 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 2050 Description = PREWET BAS IN/CHANNEL Unit = AC Takeoff Quan: 31.000 Engr Quan; 31.000 $20,425.88 4.6451 MH/AC 144.00 MH [100.645 ] 4.751 15.675 20.426 0.3229 Units/Hr 2.5833 Un/Shift 0.2153 UnitMH 153.24 505.66 658.90

==> Item Totals: 2050 - PREWET BASIN/CHANNEL $20,425.88 4.6451 MH/AC 144.00 MH [ 100.645 ] 4,751 15,675 20,426 658.899 31 AC 153.24 505.66 658.90

BID ITEM ^ 2075 Description = BASIN EXCAVATION C-F Unit= CY Takeoff Quan; 28,650.000 Engr Quan: 28,650.000

02-204 RETENTION EXCAVATION C-F ■ ' Quan: '28,650.00 CY Ilrs/Shft: ' ’ 8.00 Cal: 508 WC: 5506 L:

EXER Excavate Retention 88.00 CH Prod: 2,604.5455 US Lab Pcs: 6.50 Eqp Pcs: 5.50 I40G MOTOR GRADER 1.00 88.00 HR 79.050 6,956 6,956 623 SCRAPER 23CY 2.00 176.00 HR 168.500 % 29,656 29,656 D8 DOZER 1.00 88.00 HR 187.600 16,509 16,509 iio.8,qo\\;^-> 14,626 WATER WAGON7000 GA 1.50 132.00 HR ' ” ^ 14,626 BLADE OPERATOR 1.00 88.00 MH 45'.678:A'f, 4,0204,0 4.020 GRADE CHECKER 1.00 88.00 MH a%2 -2.680 - 2,680 SCRAPER/DOZER OPER 3.00 264.00 MH 10,049 10,049 TEAMSTER-WTR WON 1.50 132.00 MH 4,020 4.020 $88,515.06 0.0199 MH/CY 572.00 MH , , 20.768 67,747 88,515 325.5682 Units/Hr 2.604.5455 Un/Shift 50.0874 UnitMH;.w^Y$/# 0.72 2.36 3.09 2075 - BASIN EXCAVATIQN^’^ljRiY Item Totals: $88,515.06 0.0199 MH/CY Sn.OoMW' [0.476 ] 20,768 67,747 88,515 3.090 28650 CY 0.72 2.36 3.09

BID ITEM 2100 Description = BASIN EXCAVATION 'ij Unit = CY Takeoff Quan: 254,500.000 Engr Quan: 254,500.000

PLCE Pipe Large CMP Excavation 700.00 CH Prod: 3,635.7143 US Lab Pcs: 7.50 Eqp Pcs: 4.50 CAT 365 2.00 1,400.00 HR 208.250 291,550 291,550 D6 DOZER 0.50 350.00 HR 104.970 36,740 36,740 WATER WAGON7000GA 2.00 1,400.00 HR 110.800 155,120 155,120 GENERAL LABOR 1.00 700.00 MH 27.863 19,505 ' 19,505 BACKHOE OPERATOR 2.00 1,400.00 MH 48.385 67,740 67,740 DOZER OPERATOR 0.50 350.00 MH 41.712 14,599 14,599 GRADE CHECKER 2.00 1,400.00 MH 33.369 46,717 46,717 TEAMSTER-WTR WGN 2.00 1,400.00 MH 33.369 46,717 46,717 $678,688.40 0.0206 MH/CY 5,250.00 MH [ 0.506 ] 195,279 483,410 678,688 363.5714 Units/Hr 3,635.7143 Un/Shift » 48.4762 Unit/MH 0.77 1.90 2.67

EXMHR Maintain Haul Road 560.00 CH Prod: 70.0000 S Lab Pcs: 2.00 Eqp Pcs: 2.00 140G MOTOR GRADER 1.00 560.00 HR 79.050 44,268 44,268 WATER TRUCK-3800 GA 1.00 560.00 HR 42.530 23,817 23,817 BLADE OPERATOR 1.00 560.00 MH 45.678 25,580 25,580 TEAMSTER-3800GL WTR 1.00 560.00 MH 30.452 17,053 17,053 $110,717.60 16.0000 MH/DA 1,120.00 MH [400] 42,633 68,085 110,718 0.1250 Unils/Hr 1.0000 Un/Shift 0.0625 Unit/MH 609.04 972.64 1,581.68 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 60 of 109

Haydon Building Corp. Page 10 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Unit Cost Labor Material Matl/Exp Ment Contract Total

BED ITEM ^ 2100 Description = BASIN EXCAVATION Unit= CY TakeoffQuan: 254,500.000 EngrQuan: 254,500.000

EXGR Grade Retention 120.00 CH Prod: 9,640.0000 US Lab Pcs: 6.00 Eqp Pcs: 4.00 140G MOTOR GRADE 1.00 120.00 HR 79.050 9,486 9,486 623 SCRAPER 23CY 1.00 120.00 HR 168.500 20,220 20,220 D6 DOZER 1.00 120.00 HR 104.970 12,596 12,596 WATER WAGON7000 1.00 120.00 HR 110.800 13,296 13,296 BLADE OPERATOR LOO 120.00 MH 45.678 5,481 5,481 GRADE CHECKER 2.00 240.00 MH 30.452 7,308 7,308 2.00 240.00 MH 38.065 9,136 9,136 1.00 120.00 MH 30.452 3,654 3,654 T $81,178.08 0.0049 MH/SY 720.00 MH [0.116] 25,580 55,598 81,178 1,205.0000 Units/Hr ft * 200.8335 UnitflvIH 0.18 0.38 0.56 35^-: 1 : MNTY .ILyV.- V ' V,' . Q^n: J^;5b0.6q-CT ■/ lok’^caii’-sps^w^sipi,::::.' ■ ■ : ^ . -

T18B Belly Dumps 560.00 CH Prod: 'IVO.OpOO S Lab Pcs: 0.00 EqpPcs: 11.00 SEMI-BELLY DUMP 11.00 6,160.00 HR 93.500 575,960 575,960 ■ - pikK.- ;k: - \ .....V • ‘k.. >: /

___ZDF Dirt Forman 840.00 CH ,.-^-:^Prod: 105.0000 S Lab Pcs: 1.00 EqpPcs: 1.00 PICKUP 1.00 840.00 HR ■ '-14/150 9,366 9,366 DIRT FOREMAN 1.00 840.00 MH .>'"65.004 54,603 54,603 $63,969.36 8.0000 MHDA 840.00 MH [ 320 ] 54,603 9,366 63,969 0.1250 Unit/MJ^^jy 0.1250 Units/Hr 1.0000 Un/Shift 520.03 89.20 609.23

=—> Item Totals: 2100 - BASIN EXCAVA^i6n‘ $1,510,513.44 0.0311 MH/CY 7,930.00ifim\"i‘> [0.814] 318,095 1,192,419 1,510,513 5.935 254500 CY 1-25 4.69 5.94

BED ITEM 2140 Description = DUMPED RIPRAP D50=6" 1' THICK Unit = CY Takeoff Quan: 1,907.000 EngrQuan: 1,907.000

EXC & GRAPE FjOR RIPIVVP ;; , SlpIkii'G^LiHf^si^v ..■/

ECGR EC Exc & Grade Rip Rap 16.00 CH Prod: 2.0000 S Lab Pcs: 3.25 Eqp Pcs: 2.25 710roBACKHOE 1.00 16.00 HR 49.550 793 793 CAT 950 LOADER 0.25 4.00 HR 77.850 311 311 WATER TRUCK-3800 GA 1.00 16.00 HR 42.530 680 680 BACKHOE OPERATOR 1.00 16.00 MH 44.155 706 706 GRADE CHECKER 1.00 16.00 MH 30.452 487 487 LOADER OPERATOR 0.25 4.00 MH 38.065 152 152 TEAMSTER-3800GL WTR 1.00 16.00 MH 30.452 487 487 $3,617.90 0.5048 MH/CY 52.00 MH [ 11.689 ] 1,833 1,785 3,618 6.4375 Units/Hr 51.5000 Un/Shift 1.9808 Unit/MH 17.80 17.33 35.13 ’ 1,824 00 CY Hrs/Shft 8 00 kal 508' WC 5506

ECGR EC Exc & Grade Rip Rap 80.00 CH Prod: 10.0000 S Lab Pcs: 4.00 Eqp Pcs: 3.00 CAT 330 1.00 80.00 HR 115.125 9,210 9,210 CAT 950 LOADER 1.00 80.00 HR 77.850 6,228 6,228 WATER TRUCK-3800 GA 1.00 80.00 HR 42.530 3,402 3,402 BACKHOE OPERATOR 1.00 80.00 MH 44.155 3,532 3,532 GRADE CHECKER 1.00 80.00 MH 30.452 2,436 2,436 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 61 of 109

Haydon Building Corp. Page 11 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 2140 Description ■= DUMPED RIPRAP D50=6" 1 ' THICK Unit= CY Takeoff Quan: 1,907.000 Engr Quan: 1,907.000 LOADER OPERATOR 1.00 80.00 MH 38.065 3,045 3,045 TEAMSTER-3800GL WTR 1.00 80.00 MH 30.452 2,436 2,436 $30,290.36 0.1754 MH/CY 320.00 MH [4.123] 11,450 18,840 30,290 22.8000 Units/Hr 182.4000 Un/Shift 5.7000 Unit/MH 6.28 10.33 16.61 Li;vHAmiiSG/imiei™G''' L,. iQiiSil "lidbtMi CT ' Jrs^: yL: -•

T18B Belly Dumps 74.00 CH Prod: 9.2500 S Lab Pcs: 0.00 Eqp Pcs: 1.00 SEMI-BELLY DUMP 1.00 74.00 HR 93.500 6,919 6,919 ■:...... -y-y- ■v: ■■ 3 -v; r:c; idi-27p;->.^ INSTAI.1,R,\PRAP . Quin:: .L;ip3.pp GY :

ECPR EC Place Rip Rap 16.00 CH Prod: 51.5000 US Lab Pcs: 5.00 Eqp Pcs: 2.00 710 ID BACKHOE 1.00 16.00 HR 49.550 793 793 CAT 950 LOADER 0.50 8.00 HR 77.850 623 623 WATER TRUCK-3800 GA 0.50 8.00 HR . 42.530 340 340 GENERAL LABOR 3.00 48.00 MH 25.427 1,221 1,221 BACKHOE OPERATOR 1.00 16.00 MH 44.155 706 LOADER OPERATOR 0.50 8.00 MH 38.065 BOS' 305 TEAMSTER-3800GL WTR 0.50 8.00 MH 244 [I5j7^ 1^^2,475 $4,230.97 0.7766 MH/CY 80.00 MH 1,756 4,231 6.4375 Units/Hr 51.5000 Un/Shift 1.2875 UnitMH 24.03 17.05 41.08 L'; V':y fesTMt f; .!:': ' A.::: : GY. Hrs/Shft: ‘-i; 8ipitC^l::5p8::;WC;;S5(l6 \ 96.00’S:gH^ ECPR EC Place Rip Rap Prod; 152.0000 US Lab Pcs: 5.50 Eqp Pcs: 2.50 CAT 330 1.00 96.00 HR 115.125 11,052 11,052 96.00 HR^'^^V"’'" 77.850 7,474 7,474 CAT 950 LOADER 1.00 48.00.;^/ WATER TRUCK-3800 GA 0.50 42.530 2,041 2,041 288.|qWv GENERAL LABOR 3.00 25.427 7,323 7,323 BACKHOE OPERATOR 1.00 44.155 4,239 4,239 LOADER OPERATOR 1.00 f(96.qp MH 38.065 3,654 3,654 TEAMSTER-3800GL WTR 0.50/^^' '^48?6d MH 30.452 1,462 1,462 $37,244.99 0.2894 MH/CY *^,528.00 MH [ 6.005 ] 16,678 20,567 37,245 19.0000 Unitsmr 152.0000 Un/Shift *"'1.4545 Unit/MH 9.14 11.28 20.42 ^■■vr:r t'3pa04::;;.: ' ■' ^ J -Lfcui : : :MlQiun::ij2,8^;pP::TN.;LH««bM.i:lO0 HCaliiMcW^ V. ■ ■ vi-/.-u£:

RIPRAP D50=6" 1.00 2,850.00 TN 21.150 60,278 60,278

RIPRAP FABRIC 1.00 5,800.00 SY 1.000 5,800 5,800

> Item Totals: 2140 - DUMPED RIPRAP D50=6" 1'THICK $148,380.72 0.5138 MH/CY 980.00 MH [11.171] 32,436 66,078 49,867 148,381 77.808 1907 CY 17.01 34.65 26.15 77.81

BID ITEM = 2160 Description = DUMPED RIPRAP D50=9" T-Il Unit= CY Takeoff Quan: 300.000 EngrQuan: 300.000

ECGR EC Exc & Grade Rip Rap 8.00 CH Prod: 1.0000 S Lab Pcs: 4.00 Eqp Pcs: 3.00 CAT 330 1.00 8.00 HR 115.125 921 921 CAT 950 LOADER 1.00 8.00 HR 77.850 623 623 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 62 of 109

Haydon Building Corp. Page 12 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 2160 Description = DUMPED RIPRAP D50=9" T-Il Unit= CY Takeoff Quan: 300.000 Engr Quan: 300.000 WATER TRUCK-3800 GA 1.00 8.00 HR 42.530 340 340 BACKHOE OPERATOR 1.00 8.00 MH 44.155 353 353 GRADE CHECKER 1.00 8.00 MH 30.452 244 244 LOADER OPERATOR 1.00 8.00 MH 38.065 305 305 TEAMSTER-3800GL WTR 1.00 8.00 MH 30.452 244 244 $3,029.04 0.0533 MH/SY 32.00 MH [1.253 ] 1,145 1,884 3,029 75.0000 Units/Hr 600.0000 Un/Shifl 18.7500 Unit/MH 1.91 3.14 5.05

?5Soo/::-;vKy: ■ - ; '.q-- ■ : Qdab:; 13^00 CiY Hb^hfc- :PO:>Gdi!: io8:wc;5i6b;V ■' ■■ ■ I18B Belly Dumps 12.00 CH Prod: 1.5000 S Lab Pcs: 0.00 Eqp Pcs: 1.00 SEMI-BELLY DLIMP LOO 12.00 HR 93.500 1,122 1,122 Sp:; INSTALL RAPRAP"

ECPR EC Place Rip Rap 24.00 CH Prod: 100.0000 US Lab Pcs: 5.50 Eqp Pcs: 2.50 CAT 330 1.00 24.00 HR 115.125 2,763 2,763 CAT 950 LOADER 1.00 24.00 HR 77.850 1,868 1,868 42.530 510 510 WATER TRUCK-3800 GA 0.50 12.00 HR 25.4^7^'|S'i^31 GENERAL LABOR 3.00 72.00 MH 1,831 BACKHOE OPERATOR 1.00 24.00 MH 44?15kv^V>4, 1,060 1,060 LOADER OPERATOR 1.00 24.00 MH 914 914 TEAMSTER-3800GL WTR 0.50 12.00 MH .r:s3G..451 365 365 $9,311.23 0.4400 MH/CY 132.00 MH 4^%:128] 4,169 5,142 9,311 12.5000 Units/Hr 100.0000 Un/Shift 2.2727 Unit/MH 13.90 17.14 31.04 V. 30-304' - BUY riprap' /ii..':;::;';-/. 450.00 TN Hrs/Shft: 8.00 Cal: 508 WC: 5506 450.00^^ ^ RIPRAP D50=9" 1.00 24.150 10,868 10,868

...... —

RIPRAP FABRIC 1.00..-P 660:00 SY 1.000 660 660

------> Item Totals: 2160 - DUMPED RIPRAP D50=9" T-II $24,989.77 0.5466 MH/CY 164.00 MH t 11.635 ] 5,314 11,528 8,148 24,990 83.299 300 CY 17.71 38.43 27.16 83.30

BID ITEM = 2170 Description = DUMPED RIPRAP BASIN T-lII Unit = CY Takeoff Quan: 1,220.000 EngrQuan: 1,220.000

ECGR EC Exc & Grade Rip Rap 32.00 CH Prod: 4.0000 S Lab Pcs: 4.00 Eqp Pcs: 3.00 CAT 330 1.00 32.00 HR 115.125 3,684 3,684 CAT 950 LOADER 1.00 32.00 HR 77.850 2,491 2,491 WATER TRUCK-3800 GA 1.00 32.00 HR 42.530 1,361 1,361 BACKHOE OPERATOR 1.00 32.00 MH 44.155 1,413 1,413 GRADE CHECKER 1.00 32.00 MH 30.451 974 974 LOADER OPERATOR 1.00 32.00 MH 38.065 1,218 1,218 TEAMSTER-3800GL WTR 1.00 32.00 MH 30.451 974 974 $12,116.14 0.1049 MH/CY 128.00 MH [ 2.466 ] 4,580 7,536 12,116 38.1250 Units/Hr 305.0000 Un/Shift 9.5313 Unit/MH 3.75 6.18 9.93 25 400- liAUL™CKING . ^ ^ Qua‘a 1,220 00 CY Hrs/SMt 8 00 Cal 508 WC 5506’ .— 1 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 63 of 109

Haydon Building Corp. Page 13 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM 2170 Description = DUMPED RIPRAP BASIN T-III Unit = CY Takeoff Quan: 1,220.000 EngrQuan: 1,220.000 I18B Belly Dumps 48.00 CH Prod: 6.0000 S Lab Pcs: 0.00 Eqp Pcs: 1.00 SEMI-BELLY DUMP 1.00 48.00 HR 93.500 4.488 4,488

ECPR EC Place Rip Rap 48.00 CH Prod: 203.3333 US Lab Pcs: 5.50 Eqp Pcs: 2.50 CAT 330 1.00 48.00 HR 115.125 5,526 5,526 CAT 950 LOADER 1.00 48.00 HR 77.850 3,737 3,737 WATER TRUCK-3800 GA 0.50 24.00 HR 42.530 1,021 1,021 GENERAL LABOR 3.00 144.00 MH 25.427 3,662 3,662 BACKHOE OPERATOR 1.00 48.00 MH 44.155 2,119 2,119 LOADER OPERATOR 1.00 48.00 MH 38.065 1,827 1,827 TEAMSTER-3800GL WTR 0.50 24.00 MH 30.451 731 731 $18,622.49 0.2163 MH/CY 264.00 MH [4.489] 8,339 10,284 18,622 25.4167 Unitsmr 203.3333 Un/Shift 4.6212 Unit/MH 6.84 8.43 15.26

...... RIPRAP D50= 12" 1.00 1,850.00 TN 26.150,^:.-^/ 48,378 48,378 y !‘2.i T.

RIPRAP FABRIC 1.00 1,850.00 SY 1,850 1,850

...... > Item Totals: 2170 - DUMPED RIPRAP BASIN T^iir/ $85,454.13 0.3213 MH/CY 392.00 MH [ 6.955 ] 12,919 50,228 22,308 85,454 70.044 1220 CY 10.59 41.17 18.28 70.04

BED ITEM ^ 2190 Description = GROUTED RIPRAP Unit = CY Takeoff Quan: 90.000 EngrQuan: 90.000

CID Concrete Lined Irr Ditch 8.00 CH Prod: 45.0000 US Lab Pcs: 7.00 Eqp Pcs: 3.00 GENERATOR 1.00 8.00 HR 18.350 147 147 FLATRACK 1.00 8.00 HR 25.500 204 204 PICK UP 1.00 8.00 HR 11.150 89 89 FORM SETTER 2.00 .16.00 MH 37.303 597 597 CONCRETE LABOR 2.00 16.00 MH 29.691 475 475 FINISHER 2.00 16.00 MH 37.303 597 597 CONCRETE FOREMAN 1.00 8.00 MH 65.005 520 520 $2,628.82 1.2444 MH/CY 56.00 MH [ 31.467] 2,189 440 2,629 5.6250 Units/Hr 45.0000 Un/Shift 0.8036 UnityMH 48.64 9.78 58.42

ECGR EC Exc & Grade Rip Rap 4.00 CH Prod: 0.5000 S Lab Pcs: 4.00 Eqp Pcs: 3.00 CAT 330 1.00 4.00 HR 115.125 461 461 CAT 950 LOADER 1.00 4.00 HR 77.850 311 311 WATER TRUCK-3800 GA 1.00 4.00 HR 42.530 170 170 BACKHOE OPERATOR 1.00 4.00 MH 44.155 177 177 GRADE CHECKER 1.00 4.00 MH 30.450 122 122 LOADER OPERATOR 1.00 4.00 MH 38.065 152 152 . TEAMSTER-3800GL WTR 1.00 4.00 MH 30.450 122 . 122 $1,514.50 0.0888 MH/SY 16.00 MH [2.089] 572 942 1,515 45.0000 Units/Hr 360.0000 Un/Shift 11.2500 Unit/MH 3.18 5.23 8.41 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 64 of 109

Haydon Building Corp. Page 14 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM ' 2190 Description = GROUTED RIPRAP Unit= CY Takeoff Quan: 90.000 EngrQuan: 90.000

ECPE EC Place Rip Rap 8.00 CH Prod: 90.0000 US Lab Pcs: 5.50 EqpPcs: 2.50 CAT 330 1.00 8.00 HR 115.125 921 921 CAT 950 LOADER 1.00 8.00 HR 77.850 623 623 WATER TRUCK-3800 GA 0.50 4.00 HR 42.530 170 170 GENERAL LABOR 3.00 24.00 MH 25.427 610 610 BACKHOE OPERATOR 1.00 8.00 MH 44.155 353 353 LOADER OPERATOR 1.00 8.00 MH 38.065 305 305 TEAMSTER-3800GL WTR 0.50 4.00 MH 30.450 122 122 $3,103.74 0.4888 MH/CY 44.00 MH [ 10.142] 1,390 1,714 3,104 11.2500 Units/Hr 90.0000 Ur/Shift 2.0455 UnitTVIH 15.44 19.04 34.49

CONCRETE GROUT 1.00 45.00 CY 140.000 6,300 6,300

RIPRAP D50=9" 1.00 135.00 TN 3,260 3,260

■■■-.' ■ V.'-:

RIPRAP FABRIC 1.00 180.00 SY 1.000 180 180 :iYT' 7 : V,45ioJ:i0 ;4:':

CONCRETE PUMP CHAR 1.00 3.500 158 158 CONCRETE PUMP (SMA 1.00 175.000 875 875 $1,032.50 [ ] 1,033 1.033 22.94 22.94

■> Item Totals: 2190 - GRO.UTE^ RIPRAP $18,019.81 1.2888 MH/CY '^116.00 MH [30.053 ] 4,151 9,740 3,096 I, 033 18,020 200.220 90 CY 46.12 108.23 34,40 II. 47 200.22

BID ITEM 2200 Description = CHANNEL EXC Unit = CY TakeoffQuan: 14,233.000 Engr Quan: 14,233.000 T7.;/.'77r.'7 T:P2£23^,^t;i^ij'';V::ivghannelEJ^::, : ./vuh." EXS Structural Exc 48.00 CH Prod: 1,463.8333 US Lab Pcs: 4.00 Eqp Pcs: 3.00 CAT345B LOO 48.00 HR 145.000 6,960 6,960 WATER WAGON7000 GA 2.00 96.00 HR 110.800 10,637 10,637 BACKHOE OPERATOR 1.00 48.00 MH 44.155 2,119 2,119 GRADE CHECKER 1.00 48.00 MH 30,452 1,462 1.462 TEAMSTER-WTR WGN 2.00 96.00 MH 30.452 2,923 2,923 $24,101.36 0.0218 MH/CY 192.00 MH [0.486] 6,505 17,597 24,101 182.9792 Units/Hr 1,463.8333 Un/Shift ♦ 45.7448 Unit/MH 0.74 2.00 2.74 Tij;.

T18B Belly Dumps 80.00 CH Prod: 10.0000 s Lab Pcs: 0.00 Eqp Pcs: 4.50 SEMI-BELLY DUMP 4.50 360.00 HR 93.500 33,660 33,660 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 65 of 109

Haydon Building Corp. Page 15 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM ^ 2200 Description = CHANNEL EXC Unit= CY Takeoff Quan: 14,233.000 EngrQuan: 14,233.000 j33:66,iGi^ " -C^irrStls;;. WCt-lsOOl- : ■ ^ ■■ V: ;; r

EXMHR Maintain Haul Road 80.00 CH Prod: 10.0000 s Lab Pcs: 2.00 Eqp Pcs. 2.00 140G MOTOR GRADER LOO 80.00 HR 79.050 6,324 6,324 WATER TRUCK-3800 GA 1.00 80.00 HR 42.530 3,402 3,402 BLADE OPERATOR LOO 80.00 MH 45.678 3,654 3,654 TEAMSTER-3800GL WTR 1.00 80.00 MH 30.452 2,436 2,436 $15,816.80 0.0112 MH/CY 160.00 MH [0.281 ] 6,090 9,726 15,817 177.9125 Units/Hr 1,423.3000 Un/ShiR 88.9563 UnitMH 0.43 0.68 1.11 //;:>■- 02^p4i .iLCtainelMcMnONimissIpiV 8,00 Cal: 508 'WC; 5506 .

exer Excavate Retention 32.00 Prod: 1,362.5000 US Lab Pcs: 5.00 Eqp Pcs: 4.00 140G MOTOR GRADER 1.00 32.00 HR 79.050 2,530 2,530 623 SCRAPER 23CY 1.00 32.00 HR 168.500 5,392 5,392 CAT 950 LOADER 1.00 32.00 HR 77.850 2,491 2,491 WATER TRUCK-3800 GA 1.00 32.00 HR 42.530 % 1,361 1,361 BLADE OPERATOR 1.00 32.00 MH 45.678.,^, 1,462 GRADE CHECKER 1.00 32.00 MH 974 LOADER OPERATOR 1.00 32.00 MH 38ip65',N)^ 1,218 1,218 SCRAPER/DOZER OPER 1.00 32.00 MH 1,218 TEAMSTER-3800GL WTR 1.00 32.00 MH ,er-,-3o.451 974 974 $17,620.54 0.0293 MH/CY 160.00 MH ^ 5,847 11,774 17,621 170.3125 Units/Hr 1,362.5000 Un/Shift 34.0625 UnitMH 1.07 2.16 3.23 ..... aii::': :8.bd ;e^fe568'' wC:55b6'.

ZDF Dirt Forman Prod: 10.0000 s Lab Pcs: 1.00 Eqp Pcs: 1.00 80,0feHRx^ PICKUP 1.00 11.150 892 892 DIRT FOREMAN 1.00 ,^80:p%Eir 65.004 5,200 5,200 $6,092.32 13.6518 MHH3A (•I80.0P MH [ 546.075 ] 5,200 892 6,092 0.0733 Units/Hr 0.5860 Un/ShiR ^"J)4)7l3 Unit/MH 887.43 152.22 1,039.65

Item Totals: 2200 - CHANNELEXC $97,291.02 0.0415 MH/CY 592.00 MH [ 1.076] 23,642 73,649 97,291 6.836 14233 CY 1.66 5.17 6.84

BID ITEM 2300 Description = STRUCTURAL EXCAVATION Unit= CY Takeoff Quan: 11,319.000 EngrQuan: 11,319.000

EXS Structural Exc 128.00 CH Prod: 653.0625 US Lab Pcs: 4.00 Eqp Pcs: 3.00 CAT345B 1.00 128.00 HR 145.000 18,560 18,560 CAT 950 LOADER 1.00 128.00 HR 77.850 9,965 9,965 WATER TRUCK-3800 GA 1.00 128.00 HR 42.530 5,444 5,444 BACKHOE OPERATOR 1.00 128.00 MH 44.155 5,652 5,652 GRADE CHECKER 1.00 128.00 MH 30.452 3,898 3,898 LOADER OPERATOR 1.00 128.00 MH 38.065 4,872 4,872 TEAMSTER-3800GL WTR 1.00 128.00 MH 30.452 3,898 3,898 $52,288.58 0.0489 MH/CY 512.00 MH [1.151] 18,320 33,969 52,289 81.6328 Units/Hr 653.0625 Un/Shift * 20.4082 Unit/MH 1.75 3.25 5.00

v'-v-rt-t-v------;s®|UGTm^!EM^W^ •■.■v ‘ ' .3 ■' Scottsdale No. 2019-102-COS Exhibit C.2 - Page 66 of 109

Haydon Building Corp. Page 16 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 2300 Description = STRUCTURAL EXCAVATION Unit= CY TakeoffQuan: 11,319.000 EngrQuan: 11.319.000 EXS Structural Exc 312.24 CH Prod: 290.0000 US Lab Pcs: 6.00 Eqp Pcs: 3.00 CAT345B 1.00 312.25 HR 145.000 45.276 45,276 CAT 950 LOADER 1.00 312.25 HR 77.850 24.309 24.309 WATER TRUCK-3800 GA 1.00 312.25 HR 42.530 13.280 13.280 GENERAL LABOR 2.00 624.50 MH 25.427 15.879 15,879 BACKHOE OPERATOR 1.00 312.25 MH 44.155 13.788 13,788 GRADE CHECKER 1.00 312.25 MH 30.452 9.509 9,509 LOADER OPERATOR 1.00 312.25 MH 38.065 11,886 11,886 TEAMSTER-3800GL WTR 1.00 312.25 MH 30.452 9.509 9,509 $143,434.88 0.1655 MH/CY 1.873.50 MH [3.515] 60.570 82,865 143,435 36.2510 Units/Hr 290.0077 Un/Shift 6:0416 Unit/MH 5.35 7.32 12.67 7;::L itf: '///•■

I18B Belly Dumps 60.00 CH Prod: 7.5000 S Lab Pcs: 0.00 Eqp Pcs: 4.00 SEMI-BELLY DUMP 4.00 240.00 HR 93.500 22,440 22,440

==> Item Totals: 2300 - STRUCTURAL EXCAVATION $218,163.46 0.2107 MH/CY 2,385.50 MH [ 4.577 139,274 218,163 19.274 11319CY 12.30 19.27

BID ITEM ^ 2400 Description = STRUCTURAL BACKFILL CY TakeoffQuan: 4,396.000 EngrQuan: 4,396.000

EXB Structural Backfill Prod: 21.3542 UH Lab Pcs: 5.00 Eqp Pcs: 5.00 CAT 330 W/ COMP WHE 1.00 130.625 26,890 26,890 CAT 950 LOADER 1.00 77.850 16,026 16,026 WATER TRUCK-3800 GA 1.00 "205.8(5 HR 42.530 8,755 8,755 JUMPING JACK 2.00V( 41^772 HR 7.750 3,191 3,191 GENERAL LABOR 2.00 1.72 MH 25.427 10,469 10,469 BACKHOE OPERATOR 1.00 205.86 MH 44.155 9,090 9,090 LOADER OPERATOR 1.00 205.86 MH 38.065 7,836 7,836 TEAMSTER-3800GL WTR 1.00 205.86 MH 30.452 6,269 6,269 $88,526.39 0.2341 MH/CY 1,029.30 MH [ 5.029 ] 33,664 54,863 88,526 21.3543 Units/Hr * 170.8345 Un/Shift 4.2709 Unit/MH 7.66 12.48 20.14 02-235 " STRUCTURAL BE ' ' Y/ua/a

EXB Structural Backfill 88.00 CH Prod: 306.4545 US Lab Pcs: 4.00 Eqp Pcs: 3.00 CAT 950 LOADER 1.00 88.00 HR 77.850 6,851 6,851 CAT CP323 COMPACTO 1.00 88.00 HR 46.200 4,066 4,066 WATER TRUCK-3800 GA 1.00 88.00 HR 42.530 3,743 3,743 COMPACTOR OPERATO 1.00 88.00 MH 38.065 3,350 3,350 GRADE CHECKER 1.00 88.00 MH 30.452 2,680 2,680 LOADER OPERATOR 1.00 88.00 MH 38.065 3,350 3,350 TEAMSTER-3800GL WTR 1.00 88.00 MH 30.452 2,680 2,680 $26,718.04 0.1044 MH/CY 352.00 MH [2.349] 12,059 14,659 26,718 38.3068 Units/Hr 306.4545 Un/Shift * 9.5767 Unit/MH 3.58 4.35 7.93

MAG ABC 1.00 2,600.00 TN 13.100 34,060 34,060

=> Item Totals: 2400 - STRUCTURAL BACKFILL Scottsdale No. 2019-102-COS Exhibit C.2 - Page 67 of 109

Haydon Building Corp, Page 17 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 2400 Description = STRUCTURAL BACKFILL Unit = CY Takeoff Quan: 4,396.000 EngrQuan: 4,396.000 $149,304.43 0.3142 MH/CY 1,381.30 MH [6.831 ] 45,723 34,060 69,522 149,304 33.964 4396 CY 10.40 7.75 15.81 33.96

BID ITEM = 2900 Description = OUTFALL DROP STRUCTURE Unit = CY Takeoff Quan: 1,063.000 EngrQuan: 1,063.000 \Qtianrio;8i5MMF;ifs^iT:,i60:yG^l^^

SBFGAS FINE GRADE APPROACH SLAB 40.00 Prod: 5.0000 S Lab Pcs: 5.50 Eqp Pcs: 2.50 140G MOTOR GRADER 1.00 40.00 HR 79.050 3,162 3,162 CAT 950 LOADER 1.00 40.00 HR 77.850 3,114 3,114 WATER TRUCK-3800 GA 0.50 20.00 HR 42.530 851 851 CONCRETE LABOR 2.00 80.00 MH 29.690 2,375 2,375 BLADE OPERATOR 1.00 40.00 MH 45.678 1,827 1,827 GRADE CHECKER 1.00 40.00 MH 30.452 ^1,218 1,218 LOADER OPERATOR 1.00 40.00 MH 38.065 1,523 TEAMSTER-3800GL WTR 0.50 20.00 MH 30,4^2^09 609 $14,678.70 0.0203 MH/SQ.F 220.00 MH [^9^^ 7,552 7,127 14,679 270.3750 Units/Hr 2,163.0000 Un/Shift 49.1591 Unit/MH 0.70 0.66 1.36

120.00-c^^''^ Prod: SCTS FORM SOG 2.0167 UM Lab Pcs: 6.00 Eqp Pcs: 1.00 PICKUP 1.00 120.00 HR 'Ci\ ^ ^ 11.150 1,338 1,338 CARPENTER 3.00 360.00 MH> 38.065 13,703 13,703 CONCRETE LABOR 2.00 240.00 ''O 29.690 7,126 7,126 CONCRETE FOREMAN 1.00 120, 65.004 7,800 7,800 $29,967.64 0.4958 MH/SF ^^iJiSj^nit/MHW [12.727] 28,630 1,338 29,968 12.1000 Units/Hr 96.8000 Un/Shift 19.72 0.92 20.64 roioMl^tiiSlSS

SCPS PLACE SOG 56.00 CH Prod: 14.4464 UH Lab Pcs: 11.00 Eqp Pcs: 1.00 PICKUP 1.00 56.00 HR 11.150 624 624 FINISHER 10.00 560.00 MH 37.303 20,890 20,890 CONCRETE FOREMAN 1.00 56.00 MH 65.003 3,640 3,640 $25,154.70 0.7614 MH/CY 616.00 MH [ 19.728 ] 24,530 624 25,155 14.4464 Units/Hr * 115.5714 Un/Shift 1.3133 UnitAlH 30.32 0.77 31.09 'Sis;:iSiwsi7:,-w Quan: ' 852.00 SF Hrs/Shft:' 8.00' Gal: 508, WC: 5506 SCSB SANDBLAST 40.00 CH Prod: 10.6500 UM Lab Pcs: 2.00 Eqp Pcs: 2.00 COMPRESSOR 1.00 40.00 HR 11.050 442 442 FLATRACK 1.00 40.00 HR 25.500 1,020 1,020 CONCRETE LABOR 2.00 80.00 MH 29.690 2,375 2,375 $3,837.26 0.0938 MH/SF 80.00 MH [1.831] 2,375 1,462 3,837 21.3000 Units/Hr 170.4000 Un/Shift 10.6500 Unit/MH • 2.79 1.72 4.50 .03.99. ‘ ■pREFAB/WALLFORMS' ’

SB6 6 MAN STR CREW 32.00 CH Prod: 7.1875 UM Lab Pcs: 6,00 Eqp Pcs: 1.00 PICK UP 1,00 32.00 HR 11.150 357 357 CARPENTER 3,00 96.00 MH 38.065 3,654 3,654 CONCRETE LABOR 2.00 64.00 MH 29.690 1,900 1,900 CONCRETE FOREMAN 1.00 32.00 MH 65.003 2,080 2,080 $7,991.36 0.1391 MH/SF 192.00 MH [3.571] 7,635 357 7,991 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 68 of 109

Haydon Building Corp. ' . Page 18 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM 2900 Description OUTFALL DROP STRUCTURE Unit = Takeoff Quan: 1,063.000 Engr Quan: 1,063.000 43.1250 Units/Hr 345.0000 Un/Shift 7.1875 Unit/MH *. 5.53 0.26 5.79

SCFW FORM WALL 128.00 CH Prod: 12.0703 UM Lab Pcs: 6.00 Eqp Pcs: 1.00 PICK UP 1.00 128.00 HR 11.150 1,427 1,427 CARPENTER 3.00 384.00 MH 38.065 14,617 14,617 CONCRETE LABOR 2.00 256.00 MH 29.690 7,601 7,601 CONCRETE FOREMAN 1.00 128.00 MH 65.004 8,321 8,321 $31,965.50 0.0828 MH/SF 768.00 MH [2.126] 30,538 1.427 31,966 72.4219 Units/Hr 579.3750 Un/Shift 12.0703 Unit/MH • 3.29 0.15 3.45

PLACEW.LLS , ««„ a,«,CV « C, WC

SCPW PLACE WALL 64.00 CH Prod: 3.2969 UH Lab Pcs: 7.00 Eqp Pcs: 1.00 PICKUP 1.00 64.00 HR 11.150 714 714 FINISHER 6.00 384.00 MH 37.303 14,325 14,325 CONCRETE FOREMAN 1.00 64.00 MH 65.004 4^6CU, 4,160 $19,198.48 2.1232 MH/CY 448.00 MH I[ 56.72^ j] c^-!,844p' 714 19,198 3.2969 Units/Hr * 26.3750 Un/Shift 0.4710 Unit/MH ^87:61 3.38 90.99 .3™ POeripATCH _ C3..WCS3.. SCPP POINT&PATCH 64 00 CH''^'t/^Prod; 72.4219 CM Lab Pcs: 2 00 Eqp Pcs: POINT & PATCH 64.00 Crr-, ca 72.4219 UM Lab Pcs: 2.00 1.00 PICKUP 1.00 64.00 HR 1.150 714 714 FINISHER 1.00 64.00 MH 37.303 2,387 2,387 CONCRETE FOREMAN 1.00 64.00 MH JJ 65.004 4,160 4,160 128.00 MP^ [ 0.445 ] $7,261.30 0.0138 MH/SF 6,548 714 7,261 144.8438 Units/Hr 1,158.7500 Un/Shift 72.4219.;pit^ * 0.71 0.08 0.78

SBSBP SET BEARING PADS 32.00 CH Prod: 10.5000 US Lab Pcs. 3.00 Eqp Pcs: 1.00 PICKUP l.OO'l JJi32.00 HR 11.150 357 357 CARPENTER 2.00 64.00 MH 38.065 2,436 2,436 CONCRETE FOREMAN 1.00 32.00 MH 65.003 2,080 2,080 $4,873.08 2.2857 MH/EA 96.00 MH [68.571] 4,516 357 4,873 1.3125 Units/Hr 10.5000 Un/Shift * 0.4375 UnitMH 107.53 8.50 116.03

SBHR HOIST REBAR 92.00 CH Prod: 13,597.3913 US Lab Pcs: 1.00 Eqp Pcs: 0.00 CARPENTER 1.00 92.00 MH 38.065 3,502 3,502 $3,501.98 0.0005 MH/LB 92.00 MH [0.015] 3,502 3,502 1,699.6739 Units/Hr 13,597.3913 Un/Shift * 1,699.6975 Unit/MH 0.02 0.02 3b.,.L ■ ■ BrypOPM-MATERULs' , ' r. . 'quW ISi iB' hIcS* Clt W WcibEM '' ' ’ •'

RETAINING WALL FOR 1.00 9,270.00 SF 1.750 16,223 16,223 SLAB FORM 1.00 1,452.00 SF 1.000 1,452 1,452 WALL FORM WOOD 1.00 1,811.00 SF 1.500 2,717 2,717 $20,391.00 [ ] 20,391 20,391 20,391.00 20,391.00

GEOCOMPSITE DRAIN 1.00 5,000.00 SF 0.750 3,750 3,750 EXPANSION 1/2" 1.00 400.00 SF 0.560 224 224 WEEP HOLE 1.00 100.00 LF 2.000 200 200 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 69 of 109

Haydon Building Corp. Page 19 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 2900 Description = OUTFALL DROP STRUCTURE Unit = CY Takeoff Quan: 1,063.000 EngrQuan: 1,063,000 $4,174.00 [ ] 4,174 4,174 4,174.00 4,174.00

CONCRETE COLOR 1.00 1,170.00 CY 44.000 51.480 51,480 CONCRETE ICE 1.00 1,170.00 CY 20.000 23,400 23,400 MAG AA CONC (4,00 1.00 1,170.00 CY 104.000 121,680 121.680 SHORT LOAD FEES 1.00 20,00 EA 200.000 4.000 4,000 $200,560.00 [ ] 200,560 200,560 188.67 188.67

REBAR 1.00 156,370.00 LB 1.100 172,007 172,007 -MtWETEPlMP, Qfian 1,063 00 CY Hrs/Shft 8 00 Cal 508 WC 5506

4.000,^^:^/ CONCRETE PUMP CHAR 1.00 1,170.00 CY 4,680 4,680 CONCRETE PUMP (SMA 1.00 200.00 HR 50,000 50,000 $54,680.00 54,680 54,680 51.44 51.44

480BP^-^4 ZSSE Structures Support Equipment Prod: 60.0000 S Lab Pcs: 1.00 EqpPcs: 5.00 CRANE 90 TON 1.00 480.00 HR M 99.500 47,760 47.760 COMPRESSOR 1.00 480.00 11.050 5,304 5,304 CURE SPRAY PUMP 1.00 480.00,' 7.750 3,720 3,720 ALL TERRAIN FORKLIFT 1.00 39.695 19.054 19,054 PORTABLE LIGHT PLAN 1.00 14.400 6,912 6,912 CRANE OPERATOR 1,00 |80.09 MH 45.678 21,925 21,925 $104,675.04 0.4515 MH/CY /IS 480:00 MH [ 13.547] 21,925 82,750 104,675 2.2146 Units/Hr 17.7167 Un/Shift 2146 UnitMH 20.63 77.85 98.47

SBFPD FORM PIER DIAPHRAGM 136.00 CH Prod: 2.2194 UM Lab Pcs: 6.00 EqpPcs: 1.00 PICKUP 1.00 136.00 HR 11.150 1.516 1,516 CARPENTER 4.00 544.00 MH 38.065 20,707 20,707 CONCRETE LABOR 1.00 136.00 MH 29.690 4,038 4,038 CONCRETE FOREMAN 1.00 136,00 MH 65.004 8,841 8,841 $35,102.24 0.4505 MH/SF 816.00 MH [11.978 ] 33,586 1,516 35,102 13.3162 Units/Hr 106.5294 Un/Shift 2.2194 Unit/MH * 18.55 0.84 19.38 •3.W ■plACB.i™..- . , - 0»i 43„CV »..C,S..W==..

SBPID POUR INTERMEDIATE DIAPHRAGM 40.00 CH Prod: 0.2150 UM Lab Pcs: 5.00 Eqp Pcs: 1.00 PICKUP 1.00 40.00 HR 11.150 446 446 CONCRETE LABOR 2,00 80.00 MH 29.690 2,375 2,375 FINISHER 2.00 80.00 MH 37.303 2,984 2,984 CONCRETE FOREMAN 1.00 40.00 MH 65.004 2,600 2,600 $8,405.72 4.6511 MH/CY 200.00 MH [119.07] 7,960 446 8,406. 1.0750 Units/Hr 8.6000 Un/Shift 0.2150 UnitMH * 185.11 10.37 195.48

------> Item Totals: 2900 - OUTFALL DROP STRUCTURE $748,425.00 4.5682 MH/CY 4,856.00 MH [ 120.497] 197,782 204,734 20,391 98,831 226,687 748,425 704.069 1063 CY 186.06 192.60 19.18 92.97 213.25 704.07 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 70 of 109

Haydon Building Corp. Page 20 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

PARENT ITEM = 3000 Description = 6" CONCRETE CHANNEL LINING Unit = SY Takeoff Quan: 10,378.000 EngrQuan: 10,378.000 Listing of Sub-Biditems of Parent Item 3000:

BID ITEM = 3010 Description = CHANNEL TURNDOWN Unit = LF Takeoff Quan: 2,015.000 EngrQuan: 0.000

A ' ■ ■ h ■■

EXS Structural Exc 48.00 CH Prod: 335.8333 US Lab Pcs: 4.50 Eqp Pcs: 1.75 416 CAT 0.25 12.00 HR 37.160 446 446 GRADING TRACTOR W/ 0.50 24.00 HR 32.800 787 787 TRENCHER 1.00 48.00 HR 37.160 1,784 1,784 GENERAL LABOR 3.00 144.00 MH 25.427 3,662 3,662 BACKHOE OPERATOR 1.00 48.00 MH 44.155 2,119 2,119 GRADE TRACTOR OPER 0.50 24.00 MH 38.065 914 914 $9,711.37 0.1071 MHA-F 216.00 MH [2.182] 6,695 3,017 9,711 41.9792 Units/Hr 335.8333 Un/Shift 9.3287 Unit/MH 3.32 1.50 4.82

SCCL Channel Lining 72.00 CH 6.9965 UM Lab Pcs: 4.00 Eqp Pcs: 1.00 PICKUP 1.00 72.00 HR 803 803 CARPENTER 2.00 144.00 MH 5,481 5.481 CONCRETE LABOR 1.00 72.00 MH ^;>^^90 2,138 2,138 CONCRETE FOREMAN 1.00 72.00 MH ‘65.003 4,680 4,680 $13,102.18 0.1429 MH/LF 288.00 MH 3.913] 12,299 803 13,102 27.9861 Units/Hr 223.8889 Un/Shift 6.9965 UnitMr'rt; 'y 6.10 0.40 6.50 30.701 BHvWmMATEKIALS. ’ ' ^ Qnan: ' LOO LS ■ Hrs/Sbft: 8.00Cai: 508 WC: 5506 TRAP CHANNEL EDGE F 1.00 2,^1.05^ 0.500 1,050 1.050 —=> Item Totals: 3010 - CHA,[4Ne4tURNDOWN

$23,863.55 0.2501 MH/LF (^^,^^04.00 MH [ 6.095 ] 18,994 1,050 3,820 23,864 11.843 2015 LF 9.43 0.52 1.90 11.84

BID ITEM ^ 3020 Description = F/P/S TRAP CHANNEL Unit= CY Takeoff Quan: 1,705.000 EngrQuan: 0.000

SCCL Channel Lining 64.00 CH Prod: 4.6875 UM Lab Pcs: 5.00 Eqp Pcs: 1.00 PICKUP 1.00 64.00 HR 11.150 714 714 CARPENTER 4.00 256.00 MH 38.065 9,745 9,745 CONCRETE FOREMAN 1.00 64.00 MH 65.004 4,160 4,160 $14,618.50 0.2133 MH/LF 320.00 MH [ 5.973 ] 13,905 714 14,619 23.4375 Units/Hr 187.5000 Un/Shift 4.6875 Unit/MH ♦ 9.27 0.48 9.75

SCPS PLACE SOG 150.00 CH Prod: 113.6667 US Lab Pcs: 12.00 Eqp Pcs: 3.00 ROLLER SCREED 1.00 150.00 HR 19.200 2,880 2,880 FLATRACK 1.00 150.00 HR 25.500 3,825 3,825 PICK UP 1.00 150.00 HR 11.150 1,673 1,673 FINISHER 11.00 1,650.00 MH 40.877 67,448 67,448 CONCRETE FOREMAN 1.00 150.00 MH 71.249 10,687 10,687 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 71 of 109

Haydon Building Corp. Page 21 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM ^ 3020 Description = F/P/S TRAP CHANNEL Unit = CY TakeoffQuan: 1,705.000 EngrQuan: 0.000 $86,513.19 1.0557 MH/CY 1,800.00 MH [29.952] 78,136 8,378 86,513 11.3667 Units/Hr 113.6667 Un/Shift 0.9472 UnltMH 45.83 4.91 50.74

ZDC Dust Control 200.00 CH Prod: 25.0000 S Lab Pcs: 0.50 Eqp Pcs: 0.25 WATER TRUCK-3800 GA 0.25 50.00 HR 42.530 2,127 2.127 GENERAL LABOR 0.25 50.00 MH 25.427 1.271 1,271 TEAMSTER-3800GL WTR 0.25 50.00 MH 30.452 1.523 1,523 $4,920.47 0.0011 MH/SF 100.00 MH [0.021 ] 2.794 2.127 4,920 437.7822 Units/Hr 3,502.2572 Un/Shift 875.5647 Unit/MH 0.03 0.02 0.06 30 701 BUVEORMMAT^RULS^ Qoan ' I 00 LS Hrs/SMt 8 00 Cal ,SOS WC 5506

TRAP CHANNEL BULKH 1.00 1,500.00 LF 0.500 750 750 30-702 .BtlYCONCKETEMlsc'(CURE,EXPANSION.ETCQoao'. 100 LS Hrs/Sb«: 8.00 Cal-508 WC 5506^

GEOCOMPSITE DRAIN 1.00 2.520.00 SF 0J50 1,890 1,890 CURE 1.00 1.050.00 GAL 4.500 4,725 4,725 EXPANSION 1/2" 1.00 1.500.00 SF 840 840 WEEP HOLE LOO 600.00 LF ..,-2:000 1.200 1,200 WATERCURE BURLAP 1.00 94,000.00 SF .rr^T30 12,220 12,220 $20,875.00 ] 8,655 12,220 20,875 8,655.00 12,220.00 20,875.00

1,875.00,sC^' CONCRETE COLOR 1.00 44.000 82.500 82.500 CONCRETE ICE 1.00 20.000 37.500 37.500 CL P 4000 psi CONC 1.00 U705;0bTct'' 140.000 238.700 238.700 SHORT LOAD FEES 1.00 200.000 3,000 3.000 $361,700.00 [ ] 361.700 361.700 G 212.14 212.14 35-710' RENTCONCRETEPUMpG :" ' ■ ■ Qua„: 1,7^5.00 CV -HF./sWt='■ isioO .Cal: 508 WC^5506 ' ■A

CONCRETE PUMP CHAR 1.00 1,875.00 CY 4.000 7,500 7,500 CONCRETE PUMP (SMA 1.00 150.00 HR 250.000 37,500 37,500 $45,000.00 [ ] 45.000 45,000 26.39 26.39

SBSBP SET BEARING PADS 80.00 CH Prod: 20.5000 US Lab Pcs: 3.00 Eqp Pcs: 1.00 PICKUP 1.00 80.00 HR 11.150 892 892 CARPENTER 2.00 160.00 MH 38.065 6,090 6,090 CONCRETE FOREMAN 1.00 80.00 MH 65.004 5,200 5.200 $12,182.72 1.1707 MH/EA 240.00 MH [35.122] 11,291 892 12,183 2.5625 Units/Hr 20.5000 Un/Shift 0.8542 UnitMH 55.08 4.35 59.43 H^vsw, «.c.™wcss«

SAW & SEAL 1.00 1,500.00 LF 5.000 7,500 7,500

~> Item Totals: 3020 - F/P/S TRAP CHANNEL $554,059.88 1.4428 MH/CY .. 2,460.00 MH [40.506 ] 106,125 370,355 12,970 12,110 52,500 554,060 324.962 1705 CY 62.24 217.22 7.61 7.10 30.79 324.96 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 72 of 109

Haydon Building Corp. Page 22 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM ^ 3050 Description = CHANNEL FG Unit = SY TakeoffQuan: 10,377.999 Engr Quan: 0.000

RSGP RW Subgrade Prep 80.00 CH Prod: 1,037.8000 US Lab Pcs: 5.00 Eqp Pcs: 4.00 140G MOTOR GRADER 1.00 80.00 HR 79.050 6,324 6,324 613 SCRAPER IICY 1.00 80.00 HR 88.020 7,042 7,042 CAT CP433 COMPACTO 1.00 80.00 HR 58.850 4,708 4,708 WATER TRUCK-3800 GA 1.00 80.00 HR 42.530 3,402 3,402 BLADE OPERATOR 1.00 80.00 MH 45.678 3,654 3,654 COMPACTOR OPERATO 1.00 80.00 MH 38.065 3.045 3,045 GRADE CHECKER 1.00 80.00 MH 30.452 2,436 2,436 SCRAPER/DOZER OPER 1.00 80.00 MH 38.065 3,045 3,045 TEAMSTER-3800GL WTR 1.00 80.00 MH 30.452 2,436 2,436 $36,092.96 0.0385 MH/SY 400.00 MH [ 0.925 ] 14,617 21,476 36,093 129.7250 Units/Hr 1,037.8000 Un/Shift * 25.9450 UnitAfH 1.41 2.07 3.48

~> Item Totals: 3050 - CHANNEL FG $36,092.96 0.0385 MH/SY 400.00 MH 21,476 36,093 3.478 10377.9997 SY 2.07 3.48

"btal of Above Sub-Biditems 4-^’ 4 Item Totals: 3000 - 6" CONCRETE CHANN^L^IiyG $614,016.39 0.3241 MH/SY 3,364.00 MH ' 139,736 370,355 14,020 37,405 52,500 614,016 59.165 10378 SY 13.46...... 35.69 1.35 3.60 5.06 59.17

PARENT ITEM = 3100 Description = 6" CONCRETE TRANS CHANNEL LINING Unit = SY TakeoffQuan: 805.000 Engr Quan: 805.000 Listing of Sub-Biditems of Parent Item 3100:

BID ITEM 3110 Description = CHANNEL THICK EDGE Unit = LF TakeoffQuan: 194.000 Engr Quan: 0.000

SCCL Channel Lining 6.93 CH Prod: 6.9965 UM Lab Pcs: 4.00 Eqp Pcs: 1.00 PICK UP 1.00 6.93 HR 11.150 77 77 CARPENTER 2.00 13.86 MH 38.064 528 528 CONCRETE LABOR 1.00 6.93 MH 29.691 206 206 CONCRETE FOREMAN 1.00 6.93 MH 65.004 450 450 $1,261.08 0.1428 MH/LF 27.72 MH [3.912] 1,184 77 1,261 27.9942 Units/Hr 223.9538 Un/Shift 6.9986 UnitflvlH * 6.10 0.40 6.50

DOWEL #6 1.00 130.00 EA 8.000 1,040 1,040 EXPANSION 1/2" 1.00 300.00 SF 0.560 168 168 JOINT SEALER 1.00 194.00 LB 0.580 113 113 $1,320.52 [ ] 1,321 1,321 1,320.52 1,320.52 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 73 of 109

Haydon Building Corp. Page 23 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 3110 Description = CHANNEL THICK EDGE Unit = LF Takeoff Quan: 194.000 EngrQuan: 0.000 ==> Item Totals: 3110 - CHANNEL THICK EDGE $2,581.60 0.1428 MHA.F 27.72 MH [3.912] 1,184 1,321 77 2,582 13.307 194 LF 6.10 6.81 0.40 13.31

BID ITEM ^ 3120 Description = F/P/S TRAP CHANNEL Unit= CY Takeoff Quan: 154.000 EngrQuan: 0.000

SCCL Channel Lining 8.00 CH Prod: 2.5000 UM Lab Pcs: 5.00 Eqp Pcs: 1.00 PICKUP 1.00 8.00 HR 11.150 89 89 CARPENTER 4.00 32.00 MH 38.065 1,218 1,218 CONCRETE FOREM/U4 1.00 8.00 MH 65.005 520 520 $1,827.32 0.4000 MILTF 40.00 MH [11.2] 1,738 89 1,827 12.5000 Units/Hr 100.0000 Un/Shift 2.5000 Unit/MH ♦ 0.89 18.27

':03:502.;:j.:,i:::V;LAPlACE:6MN]NEK/:::L::'];u:Lv;:A;-;y.;i:.S/1YT[[,v;.,:.YQuan:;;;iyl54mMpESJ^^■' ~;r- ■ . i:;..'!-'.. ■

SCPS PLACE SOG 10.00 CH 154.0000154.01 US Lab Pcs: 12.00 Eqp Pcs: 3.00 %1.9.200 ROLLER SCREED 1.00 10.00 HR 192 192 FLATRACK LOO 10.00 HR ^..^^^25*500 255 255 PICK UP 1.00 10.00 HR ^' %1.150 112 112 FINISHER 11.00 110.00 MH 40.877 4,497 4,497 CONCRETE FOREMAN 1.00 10.00 MH . 71.249 712 712 120.00 MH>'’v\-'s^- [ 22.107 ] $5,767.54 0.7792 MH/CY 5,209 559 5,768 15.4000 Units/Hr 154.0000 Un/Shift 1.2833 UMH-'> 33.82 3.63 37.45

,i.Qr 2400 CH ZDC Dust Control Prod: 3.0000 S Lab Pcs: 0.50 Eqp Pcs: 0.25 WATER TRUCK-3800 GA 0.25ft -6:00 HR 42.530 255 255 GENERAL LABOR 0.25 '<^7 6.00 MH 25.426 153 153 TEAMSTER-3800GL WTR 0.25 6.00 MH 30.453 183 183 $590.46 0.0015 MH/SF 12.00 MH [ 0.028 ] 335 255 590 329.5133 Units/Hr 2,636.1067 Un/Shift 659.0307 UnitTvlH 0.04 0.03 0.07

TRAP CH2MNNEL BULKH LOO 100.00 LF 0.500 50 50 h''V 'h... - ' ... >130,702 ;;V

GEOCOMPSITE DRAIN 1.00 240.00 SF 0.750 180 180 CURE 1.00 80.00 GAL 4.500 360 360 EXPANSION 1/2" 1.00 135.00 SF 0.560 76 76 WEEP HOLE LOO 60.00 LF 2.000 120 120 WATERCURE BURLAP 1.00 7,500.00 SF 0.130 975 975 $1,710.60 [ ] 736 975 1,711 735.60 975.00 1,710.60

CONCRETE COLOR 1.00 170.00 CY 44.000 7,480 7,480 CONCRETE ICE 1.00 170.00 CY 20.000 3,400 3,400 CL P 4000 psi CONC 1.00 170.00 CY 140.000 23,800 23,800 SHORT LOAD FEES 1.00 1.00 EA 200.000 200 200 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 74 of 109

Haydon Building Corp. Page 24 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM ^ 3120 Description = F/P/S TRAP CHANNEL Unit = CY Takeoff Quan: 154,000 EngrQuan: 0.000 $34,880.00 [ ] 34.880 34.880 226.49 226.49

.' 'SV

CONCRETE PUMP CHAR 1.00 170.00 CY 4.000 680 680 CONCRETE PUMP (SMA LOO 12.00 HR 250.000 3.000 3.000 $3,680.00 [ ] 3.680 3.680 23.90 23.90 ':\r-ir::-, ‘' 03^^'■ 8ia;ffcai:;5di^3/•. ': SBSBP__ SET BEARING PADS 8.00 CH Prod: 20.0000 US Lab Pcs: 3 00 Eqp Pcs: 1.00 PICKUP 1.00 8.00 HR 11.150 89 89 CARPENTER 2.00 16.00 MH 38.065 609 609 CONCRETE FOREMAN 1.00 8.00 MH 65.005 520 520 $1,218.28 1.2000 MH/EA 24.00 MH [36] 1,129 89 1.218 2.5000 Units/Hr 20.0000 Un/Shift 0.8333 UnitMH 4.46 60.91

SAW & SEAL 1.00 194.00 LF ...jIlOOO970 970 N\ V —> Item Totals: 3120 - F/P/S TRAP CHANNEL . ______$50,694.20 1.2727 MH/CY 196.00 MH ’($-^"^^[;J5.485 ] 8,412 35,616 1,025 992 4,650 50,694 329.183 154 CY 54.62 231.27 6.66 6.44 30.19 329.18

BID ITEM ^ 3140 Description = CHANNEL FG SY Takeoff Quan: 804.999 EngrQuan: 0.000

0i220 . SUBGRADE PREP ^ o . . ..

RSGP RW Subgrade Prep 8.00 CH Prod: 805.0000 US Lab Pcs: 5.00 Eqp Pcs: 4.00 140G MOTOR GRADER 1.00 8.00 HR 79.050 632 632 613 SCRAPER IICY 1.00 8.00 HR 88.020 704 704 CAT CP433 COMPACTO 1.00 8.00 HR 58.850 471 471 WATER TRUCK-3800 GA 1.00 8.00 HR 42.530 340 340 BLADE OPERATOR 1.00 8.00 MH 45.677 365 365 COMPACTOR OPERATO 1.00 8.00 MH 38.065 305 305 GRADE CHECKER 1.00 8.00 MH 30.452 244 244 SCRAPER/DOZER OPER 1.00 8.00 MH 38.065 305 305 TEAMSTER-3800GL WTR 1.00 8.00 MH 30.452 244 244 $3,609.30 0.0496 MH/SY 40.00 MH [1.193] 1,462 2,148 3,609 100.6250 Units/Hr 805.0000 Un/Shift * 20.1250 UnitMH 1.82 2.67 4.48

■ ■: •> Item Totals: 3140 - CHANNEL FG $3,609.30 0.0496 MH/SY 40.00 MH [1.193] 1,462 2,148 3,609 4.484 804.9999 SY 1.82 2.67 4.48

Total of Above Sub-Biditems

^=> Item Totals: 3100 - 6" CONCRETE TRANS CHANNEL LINING $56,885.10 0.3276 MH/SY 263.72 MH [ 8.924 ] 11,057 36,936 1,025 3,217 4,650 56,885 70.665 805 SY 13.74 45.88 1.27 4.00 5.78 70.66 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 75 of 109

Haydon Building Corp. ^ Page 25 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

PARENT ITEM = 3200 Description = CONCRETE MAINTENCE RAMP Unit = SY Takeoff Quan: 111.000 Engr Quan: 111.000 Listing ofSub-Biditems of Parent Item 3200:

BID ITEM 3220 Description = F/P/S TRAP CHANNEL Unit = CY Takeoff Quan: 24.000 Engr Quan: 0.000

'.TV/TT .... i8,bb;.;;GaB^bl/WGr55b(^;': ' • •. '-I'i .'. . U'/

SCCL Channel Lining 8.00 CH Prod: 4.1500 UM Lab Pcs: 5.00 Eqp Pcs: 1.00 PICK UP 1.00 8.00 HR 11.150 89 89 CARPENTER 2.00 16.00 MH 38.065 609 609 CONCRETE LABOR 2.00 16.00 MH 29.691 475 475 CONCRETE FOREMAN 1.00 8.00 MH 65.005 520 520 $1,693.34 0.2409 MH/LF 40.00 MH [6.217] 1,604 89 1,693 20.7500 Units/Hr 166.0000 Un/Shift 4.1500 Unit/MH * 9.66 0.54 10.20

SCPS PLACE SOG 4.00 CH Prodtr ''''Woboo US Lab Pcs: 12.00 EqpPcs: 2.00 FLATRACK 1.00 4.00 HR 25.5^0102 102 PICKUP 1.00 4.00 HR J^it50\\J 45 45 CONCRETE LABOR 1.00 4.00 MH ■ H9 119 FINISHER 10.00 40.00 MH .r:-i3'7,303 1,492 1,492 CONCRETE FOREMAN 1.00 4.00 MH ^'^^65'.b05 260 260 $2,017.53 2.0000 MH/CY 48.00 MH 'U'Q:^'''' 77.96 6.11 84.06 . XX . AV^TlRlGmEiTii^P. CIIAI^^ ^^^.00 CH ZDC Dust Control Prod: 1.0000 s Lab Pcs: 0.50 Eqp Pcs: 0.25 WATER TRUCK-3800 GA 0.25 ^.OOTc hR' 42.530 85 85 GENERAL LABOR 0.25 ^ 2Bb'nIh 25.425 51 51 TEAMSTER-3800GL WTR 0.25y*:? ’VarOO MH 30.450 61 61 $196.81 0.0032 MH/SF J) 4.00 MH [0.06] 112 85 197 153.9013 Units/Hr 1,231.2100 Un/Shift '*^07.8031 Unit/MH 0.09 0.07 0.16

. 30i.701 • .l BUY KOR.M .MAT ERIALS ..^(3i^ /jvrcajio:i/s//;jirs^:!A /:G^r508;:-wEr5^6;;.;j;,:'>.T^'r la

TRAP CHANNEL BULKH 1.00 166.00 LF 0.500 83 83

V- V:' < CURE 1.00 12.00 GAL 4.500 54 54 EXPANSION 1/2" 1.00 200.00 SF 0.560 112 112 WEEP HOLE 1.00 40.00 LF 2.000 80 80 WATERCURE BURLAP 1.00 1,100.00 SF 0.130 143 143 $389.00 [ ] 246 143 389 246.00 143.00 389.00 '1;3p]^ 01ft / iiy

CONCRETE COLOR 1.00 27.00 CY 44.000 1,188 1,188 CONCRETE ICE 1.00 27.00 CY 20.000 540 540 CL P 4000 psi CONC 1.00 27.00 CY 140.000 3.780 3,780 SHORT LOAD FEES 1.00 1.00 EA 200.000 200 200 $5,708.00 [ ] 5,708 5,708 237.83 237.83 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 76 of 109

Haydon Building Corp. Page 26 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 3220 Description = F/P/S TRAP CHANNEL Unit= CY Takeoff Quan: 24.000 EngrQuan: 0.000

CONCRETE PUMP CHAR 1.00 27.00 CY 4.000 108 108 CONCRETE PUMP (SMA 1.00 4.00 HR 250.000 1,000 1,000 $1,108.00 [ ] 1,108 1,108 46.17 46.17 .■---r'-rp’r-v; V"'~' - rr'r;' c : '7.^ 7 '77 - 77'--' — .... -1----7 ;y.: -....------. V :25ji03JS ;• >:■ Y /iEWlMOTiSMl/Si® l:■/i-. i;:^'i' iQuani. ,y;6P,00.:iJ,;, .;Hi™:.,L ;8.pO:irGil::508 Y ; V..V.Tr ^ '

SAW & SEAL 1.00 166.00 LF 5.000 830 830

—> Item Totals: 3220 - F/P/S TRAP CHANNEL $12,025.68 3.8333 MH/CY 92.00 MH [ 96.808] 3,587 5,954 226 321 1,938 12,026 501.070 24 CY 149.45 248.08 9.42 13.37 80.75 501.07

BID ITEM 3250 Description = CHANNEL FG Unit= ^S;Y L^Talceoff Quan: 110.999 EngrQuan: 0.000

,------'C.'.— s... 7:7.7:...2__ ^Prod: 444.0000 US Lab Pcs: RSGP RW Subgrade Prep 2.00 5,00 Eqp Pcs: 4.00 140G MOTOR GRADER 1.00 2.00 HR 79.050 158 158 613 SCRAPER 1 ICY 1.00 2.00 HR 88.020 176 176 CAT CP433 COMPACTO 1.00 2.00 58.850 118 118 WATER TRUCK-3800 GA 1.00 2.00 Hjl x> 42.530 85 85 BLADE OPERATOR 1.00 45.680 91 91 COMPACTOR OPERATO 1.00 38.065 76 76 GRADE CHECKER 1.00 30.450 61 61 SCRAPER/DOZER OPER 1.00,,,-y/'Cv2.g'd MH 38.065 76 76 TEAMSTER-3800GLWTR LOOfi^ rf^iOO MH 30.450 61 61 $902.32 0,0900 MH/SY '^^HO.OO MH [2.162] 365 537 902 55.5000 Units/Hr 444.0000 Un/Shift 11.1000 Unit/MH 3.29 4.84 8.13

==> Item Totals: 3250 - CHANNEL FG $902.32 0.0900 MH/SY 10.00 MH [2.162] 365 537 902 8.129 110.9999 SY 3.29 4.84 8.13

Total of Above Sub-Biditems

> Item Totals: 3200 - CONCRETE MAINTENCE RAMP $12,928.00 0.9189 MH/SY 102.00 MH [ 23.094 ] 3,952 5,954 226 858 1,938 12,928 II6.468 IIISY 35.61 53.64 2.04 7.73 17.46 116.47

PARENT ITEM = 3400 Description = TRANSITION RETAINING WALLS Unit = CY Takeoff Quan: 239.000 EngrQuan: 239.000 Listing of Sub-Biditems of Parent Item 3400: Scottsdale No. 2019-102-COS Exhibit C.2 - Page 77 of 109

Haydon Building Corp. Page 27 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM ^ 3430 Description = F/P/S RETAINING WALL Unit= CY Takeoff Quan: 240.000 EngrQuan: 0.000

SBFGAS FINE GRADE APPROACH SLAB 40.00 CH Prod: 5.0000 S Lab Pcs: 3.00 Eqp Pcs: 1.00 GRADING TRACTOR W/ 1.00 40.00 HR 32.800 1,312 1,312 CONCRETE LABOR 2.00 80.00 MH 29.690 2,375 2,375 GRADE TRACTOR OPER 1.00 40.00 MH 38.065 1,523 1,523 $5,209.86 0.0600 MH/SQ.F 120.00 MH [1.28] 3,898 1,312 5,210 50.0000 Units/Hr 400.0000 Un/Shift 16.6667 Unit/MH 1.95 0.66 2.60 .3.50!.. ■ E/SEOOTINg/^ - ' ' Iqu.h: ,382.00 Hrs/S.ft: 8.00 Cal: $08 WC: 5506 '

SCFS FORM SOG 80.00 CH Prod: 2.8792 UM Lab Pcs: 6.00 Eqp Pcs: TOO PICK UP 1.00 80.00 HR 11.150 892 892 CARPENTER 3.00 240.00 MH 38.065 9,136 9,136 CONCRETE LABOR 2.00 160.00 MH 29.690 4,751 4,751 CONCRETE FOREMAN 1.00 80.00 MH 65.004 ■ 5,200 5,200 $19,978.44 0.3473 MH/SF 480.00 MH [8.915] *s086^, 892 19,978 17.2750 Units/Hr 138.2000 Un/Shift 2.8792 Unit/MH * 0.65 14.46

SBHR HOIST REBAR 16.00 CH Prod: 20,018.5000 US Lab Pcs 3.00 Eqp Pcs: 1.00 ALL TERRAIN FORKLIFT 1.00 16.00 HR ^5;?te9l695 635 635 CONCRETE LABOR 2.00 32.00 MH J-TV? 29.690 950 950 UNIVERSAL OPERATOR 1.00 16.00 MH 41.110 658 658 $2,242.98 0.0011 MHLB 48.00 ..y [0.026] 1,608 635 2,243 2,502.3125 Units/Hr 20,018.5000 Un/Shift * 834.1049 Umt/I^>> 0.04 0.02 0.06 03 502 ^ PLACEFOOTING S, . Quao ‘ 149 00 CV Hrs/SHIt 8 00 Ca, 508^ WC 5506 ...... ' ...... SCPS PLACE SOG C( 32.00 CH Prod: 4.6563 UH Lab Pcs: 6.00 Eqp Pcs: 1.00 PICK UP 1.0q.fp ’’32'6o HR 11.150 357 357 FINISHER 5.00&.,_J'60.00 MH 37.303 5,969 5,969 CONCRETE FOREMAN 1.00 32.00 MH 65.003 2,080 2,080 $8,405.52 1.2885 MH/CY' 192.00 MH [34.899 ] 8,049 357 8,406 4.6563 Units/Hr * 37.2500 Ur I 0.7760 Unit/MH 54.02 2.39 56.41 03 714 .SANDBLAST ' Quan 243 00 SF Hrs/SOft ~ 8 00 > Ca. 508 WC 5506

SCSB SANDBLAST ■ 12.00 CH Prod: 10.1250 UM Lab Pcs: 2.00 Eqp Pcs: 2.00 COMPRESSOR 1.00 12.00 HR 11.050 133 133 FLATRACK 1.00 12.00 HR 25.500 306 306 CONCRETE LABOR 2.00 24.00 MH 29.690 713 713 $1,151.18 0.0987 MH/SF 24.00 MH [ 1.926] 713 439 1,151 20.2500 Units/Hr 162.0000 Un/Shift 10.1250 Unit/MH * 2.93 1.80 4.74

SB6 6 MAN STR CREW 8.00 CH Prod: 42.8750 UM Lab Pcs: 6.00 Eqp Pcs: 1.00 PICK UP 1.00 8.00 HR 11.150 89 89 CARPENTER 3.00 24.00 MH 38.065 914 914 CONCRETE LABOR 2.00 16.00 MH 29.691 475 475 CONCRETE FOREMAN 1.00 8.00 MH 65.005 520 520 $1,997.86 0.0233 MH/SF 48.00 MH [ 0.599 ] 1,909 89 1,998 257.2500 Units/Hr 2,058.0000 Un/Shift 42.8750 UnitdMH * 0.93 0.04 0.97 03.507 F/S WALLS ^ Q.aS ;iI6 00 SF Hrs'/SHft' 8 00 Ca. 508 WC 5506 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 78 of 109

Haydon Building Corp. Page 28 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 3430 Description = F/P/S RETAINING WALL Unit = CY Takeoff Quan: 240.000 Engr Quan: 0.000 SCFW FORM WALL 96.00 CH Prod: 7.1458 UM Lab Pcs: 6.00 Eqp Pcs: 1.00 PICK UP 1.00 96.00 HR 11.150 1,070 1,070 CARPENTER 3.00 288.00 MH 38.065 10,963 10,963 CONCRETE LABOR 2.00 192.00 MH 29.690 5,701 5,701 CONCRETE FOREMAN 1.00 96.00 MH 65.004 6,240 6,240 $23,974.12 0.1399 MH/SF 576.00 MH [ 3.592 ] 22,904 1,070 23,974 42.8750 Units/Hr 343.0000 U ft 7.1458 Unit/MH ♦ 5.56 0.26 5.82

■MlQS/Lj. L • Qufln:- 9^)0 GY

SCPW____ PLACE WALL 24.00 CH Prod: 3.7917 UH Lab Pcs: 5,00 Eqp Pcs: 1.00 PICKUP LOO 24.00 HR 11.150 268 268 FINISHER 4.00 96.00 MH 37.303 3,581 3,581 CONCRETE FOREMAN 1.00 24.00 MH 65.004 1,560 1,560 $5,408.86 1.3186 MH/CY 120.00 MH [36.396] 5,141 268 5,409 3.7917 Units/Hr * 30.3333 Un/Shift 0.7583 Unit/MH 56.50 2.94 59.44

ZDC Dust Control 48.00 CH Lab Pcs: 0.50 Eqp Pcs: WATER TRUCK-3800 GA 0.25 12.00 HR 510 510 GENERAL LABOR 0.25 12.00 MH 725.'% ' 305 305 TEAMSTER-3800GL WTR 0.25 12.00 MH 365 365 $1,180.91 0.0039 MH/SF 24.00 MH \NX„0:072] 671 510 1,181 127.4167 Units/Hr 1,019.3333 Un/Shift 254,8336 Unit/MH g/’...... 0.08 0.19 -n

SBSBP SET BEARING PADS Prod: 10.0000 US Lab Pcs: 3.00 Eqp Pcs: 1.00 PICKUP 1.00 3240;^iui.> 11.150 357 357 CARPENTER 2.00 38.065 2,436 2,436 CONCRETE FOREMAN 1.00 ((^2.09 MH 65.003 2,080 2,080 $4,873.08 2.4000 MH/EA '9K00 MH [72] 4,516 357 4,873 1.2500 Units/Hr 10.0000 Un/Shift Y7 ,^.4167 Unit/MH 112.91 8.92 121.83

SBSBP SET BEARING PADS 32.00 CH Prod: 50.0000 US Lab Pcs: 3.00 Eqp Pcs: 1,00 PICKUP 1.00 32.00 HR 11.150 357 357 CARPENTER 2.00 64.00 MH 38.065 2,436 2,436 CONCRETE FOREMAN 1.00 32.00 MH 65.003 2,080 2,080 $4,873.08 0.4800 MHff,F 96.00 MH [14.4] 4,516 357 4,873 6.2500 Units/Hr 50.0000 Un/Shift 2.0833 Unit/MH 22.58 1.78 24.37

SCPP POINT & PATCH 40.00 CH Prod: 51.4500 UM Lab Pcs: 2.00 Eqp Pcs: 1.00 PICKUP 1.00 40.00 HR 11.150 446 446 FINISHER 2.00 80.00 MH 37.303 2,984 2,984 $3,430.30 0.0194 MH/SF 80.00 MH [ 0.476 ] 2,984 446 3,430 102.9000 Units/Hr 823.2000 Un/Shift 51.4500 Unit/MH * 0.73 O.Il 0.83

RETAINING WALL FOR 1.00 4,116.00 SF 1.750 7,203 7,203 SLAB FORM 1.00 1,382.00 SF 1.000 1,382 1,382 $8,585.00 [ ] 8,585 8,585 4.335.86 4,335.86 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 79 of 109

Haydon Building Corp. Page 29 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 3430 Description = F/P/S RETAINING WALL Unit = CY Takeoff Quan: 240.000 Engr Quan: 0.000

EPOXY 1.00 10.00 GAL 32.500 325 325 DOWEL #6 1.00 132.00 EA 5.000 660 660 GEOCOMPSITE DRAIN 1.00 2,058.00 SF 0.750 1,544 1,544 STRIP SEAL JOINT 1.00 200.00 LF 5.000 1,000 1,000 EXPANSION 1/2" 1.00 100.00 SF 0.560 56 56 WEEP HOLE 1.00 40.00 LF 2.000 80 80 PVC WATERSTOP TY A ( 1.00 200.00 LF 7.000 1,400 1,400 $5,064.50 [ ] 5,065 5,065 2,557.83 2,557.83

;3(L2(h|/VV: LIBUYfcbisi^lCTivi:; Oifait::; • Y:240;i S^OO-VC^i' SOS'^WeMl ■:./ !: - .1 .. CONCRETE COLOR 1.00 100.00 CY 44.000 4,400 4,400 CONCRETE ICE 1.00 264.00 CY 20.000 5,280 5,280 MAG AA CONC (4,000 psi 1.00 264.00 CY 104.000 27,456 27,456 SHORT LOAD FEES 1.00 7.00 EA 200.000 1,400 1,400 $38,536.00 38,536 38,536 160.57 160.57 T-1/7 -‘Vi REBAR 1.00 40,038.00 LB in'"’” 36,034 36,034

CONCRETE PUMP CHAR 1.00 264.00,-CW 4.000 1,056 1,056 CONCRETE PUMP (SMA 1.00 70,00.,HR>> 250.000 17,500 17,500 $18,556.00 ( ] 18,556 18,556 ..o 77.32 77.32 ZSSE Structures Support Equipment 112.00 CH Prod: 14.0000 S Lab Pcs: 1.00 Eqp Pcs: 5.00 CRA.NE90TON 1.00 112.00 HR 99.500 11,144 11,144 COMPRESSOR 1.00 112.00 HR 11.050 1,238 1,238 CURE SPRAY PUMP 1.00 112.00 HR 7.750 868 868 ALL TERRAIN FORKLIFT 1.00 112.00 HR 39.695 4,446 4,446 PORTABLE LIGHT PLAN 1.00 112.00 HR 14.400 1,613 1,613 CRANE OPERATOR 1.00 112.00 MH 45.678 5,116 5,116 $24,424.18 0.4666 MH/CY 112.00 MH [14] 5,116 19,308 24,424 2.1429 Units/Hr 17.1429 Un/Shift 2.1429 Unit/MH 21.32 80.45 101.77

=> Item Totals: 3430 - F/P/S RETAINING WALL $213,926.07 8.4000 MH/CY 2,016.00 MH [ 218.552 ] 81,110 43,601 8,585 26,040 54,590 213,926 891.359 240 CY 337.96 181.67 35.77 108.50 227.46 891.36

Total of Above Sub-Biditems

—=> Item Totals: 3400 - TRANSITION RETAINING WALLS $213,926.07 8.4351 MH/CY 2,016.00 MH 1219.466 ] 81,110 43,601 8,585 26,040 54,590 213,926 895.088 239 CY 339.37 182.43 35.92 108.95 228.41 895.09 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 80 of 109

Haydon Building Corp. Page 30 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

PARENT ITEM = 3600 Description = CONCRETE WEIR Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000 Listing of Sub-Biditems ofParent Item 3600:

BID ITEM 3610 Description = FPS WEIR Unit = LS Takeoff Quan: 1.000 Engr Quan: 0.000

-v'-ry-.T-’r;----- 7” : .y : ■-vf ;

SCCL Channel Lining 4.00 CH Prod: 0.8125 UM Lab Pcs: 4.00 Eqp Pcs: 1.00 PICKUP LOO 4.00 HR 11.150 45 45 CARPENTER 2.00 8.00 MH 38.065 305 305 CONCRETE LABOR 1.00 4.00 MH 29.692 119 119 CONCRETE FOREMAN 1.00 4.00 MH 65.005 260 260 $727.91 1.2307 MH/LF 16.00 MH [33.692] 683 45 728 3.2500 Units/Hr 26.0000 Un/Shift 0.8125 Unit/MH ♦ 52.56 3.43 55.99 .X’-i:-.-''

. :l .1 CID Concrete Lined Irr Ditch 2.00 CH Prod:-,%^0;5^00 UH Lab Pcs: 3.00 Eqp Pcs' Concrete Lined Irr Ditch 2.00 CH 1,00 PICK UP 1.00 2.00 HR 22 CONCRETE LABOR 2.00 4.00 MH 119 CONCRETE FOREMAN 1.00 2.00 MH 765'000^ 130 130 $271.07 6.0000 MH/CY 6.00 MH 249 22 271 0.5000 Units/Hr * 4.0000 Un/Shift 0.1667 UnitMH 248.77 22.30 271.07

30.00 SF^J%/ SLAB FORM 1.00 30.00 sf£ 1.000 30 30 ...... illiL:-. i/dl,!icY;iibisMti:/:;i8Mi£^ :y 7;;; r.

MAG AA CONC (4,000 psi 1.00 g ^ 104.000 208 208 SHORT LOAD FEES 1.00y:,7 V^Ldo EA 200.000 200 200 $408.00 [ ] 408 408 40,800.00 40,800.00

> Item Totals: 3610 - FPS WEIR $1,436.98 22.0000 MH/LS 22.00 MH [ 596] 932 408 30 67 1,437 1,436.980 1 LS 932.08 408.00 30.00 66.90 1,436.98

BID ITEM ^ 3630 Description = F & I REBAR Unit= LS Takeoff Quan: 0.999 Engr Quan: 0.000 iliiSiaiiliESlSS/SMeSSilBSElK REBAR 1.00 70.00 LB 0.900 63 63

SBHR HOIST REBAR 2.00 CH Prod: 280.0000 US Lab Pcs: 1.00 Eqp Pcs: 0.00 CARPENTER 1.00 2.00 MH 38.065 76 76 $76,13 0.0285 MHH.B 2.00 MH [0.714] 76 76 35.0000 Units/Hr 280.0000 Un/Shift 35.0000 Unit/MH 1.09 1,09

==> Item Totals: 3630 - F&II EBAR $139.13 2.0002 MH/LS 2.00 MH [ 50.005 ] 76 63 139 139.144 0.9999 LS 76.14 63.01 139.14 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 81 of 109

Haydon Building Corp. Page 31 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Mem Contract Total

BID ITEM ' 3630 Description = F&l REBAR Unit= LS Takeoff Quan: 0.999 EngrQuan: 0.000 Total of Above Sub-Biditems

— -■■■ •> Item Totals: 3600 - CONCRETE WEIR $1,576.11 24.0000 MH/LS 24.00 MH 16461 1,008 408 30 67 63 1,576 1,576.110 1 LS 1,008.21 408.00 30.00 66.90 63.00 1,576.11

BID ITEM = 3800 Description = SAWCUT & REMOVE CONCRETE Unit = SF Takeoff Quan: 200.000 Engr Quan: 200.000

^■25-io3::;-J:;;l,:,sa3vc^ ......

SAWCUT 1.00 20.00 LF 7.000 140 140

RRDW RW Remove DW 2.00 CH 'PrtdX( 800.0000 US Lab Pcs: 4.00 Eqp Pcs: 3.00 710JDBACKHOE 1.00 2.00 HR 99 99 CAT 950 LOADER 1.00 2.00 HR %7.850 ,.s'C-|74^530 156 156 WATER TRUCK-3800 GA 1.00 2.00 HR 85 85

im End Dumps (,( 2.00 CH Prod: 0.0000 Lab Pcs: 0.00 Eqp Pcs: 1.00 semi-end dump 1.002.00inV—> 7nn HRhr 93.500 187 187 r30ilOT_i,r:;:K,,-DUMB,MESb:-:V:.<-:,;,y.,,:j;::i:.v,,:;^-.,jP:;,.,i./.:VLi-L,:Quap;tr..:yr20p^:SFr:-Hrs/Shft:-;j!,8,!W-Ga!:';Mj/WCnS5p^,,^

$50 DUMP FEE 1.00 1.00 LD 50.000

^=> Item Totals: 3800 - SAWCUT & REMOVE CONCRETE $993.05 0.0400 MH/SF 8.00 MH [ 0.907 ] 276 50 527 140 993 4.965 200 SF 1.38 0.25 2.63 0.70 4.97

BID ITEM = 4000 Description = 6" AGGREGATE BASE ACCESS ROAD Unit = SY Takeoff Quan: 783.000 Engr Quan: 783.000 .2-rf. Sr,C:,l.DEP»iP..CCESS»0*„ ' «u.n ™..SV H,VS» ..« C, 5.. WC

RSGP RW Subgrade Prep 4.00 CH Prod: 1,566.0000 US Lab Pcs: 5.00 Eqp Pcs: 4.00 140G MOTOR GRADER LOO 4.00 HR 79.050 316 316 613 SCRAPER IICY LOO 4.00 HR 88.020 352 352 CAT CP433 COMPACTO 1.00 4.00 HR 58.850 235 235 WATER TRUCK-3800 GA 1.00 4.00 HR 42.530 170 170 BLADE OPERATOR 1.00 4.00 MH 45.680 183 183 COMPACTOR OPERATO 1.00 4.00 MH 38.065 152 152 GRADE CHECKER 1.00 4.00 MH 30.450 122 122 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 82 of 109

Haydon Building Corp. Page 32 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM ^ 4000 Description = 6" AGGREGATE BASE ACCESS ROAD Unit = SY Takeoff Quan: 783.000 Engr Quan: 783.000 SCRAPERAIOZER OPER 1.00 4,00 MH 38.065 152 152 TEAMSTER-3800GL WTR 1.00 4.00 MH 30.450 122 122 $1,804.64 0.0255 MH/SY 20.00 MH [0.613] 731 1,074 1,805 195.7500 Units/Hr 1,566.0000 Un/Shift ♦ 39.1500 UnitMH 0.93 1.37 2.30

.: '.vL-r ij

RPABC RW Place ABC 3.00 CH Prod: 680.0000 US Lab Pcs: 3.00 Eqp Pcs: 2.00 140G MOTOR GRADER 1.00 3.00 HR 79.050 237 237 WATER TRUCK-3800 GA 1.00 3.00 HR 42.530 128 128 BLADE OPERATOR 1.00 3.00 MH 45.676 137 137 GRADE CHECKER 1.00 3.00 MH 30.453 91 91 1.00 3.00 MH 30.453 91 91 $684.49 0.0352 MH7TNI 9.00 MH [ 0.824 ] 320 365 684 85.0000 Units/Hr 680.0000 Un/Shiftft * 28.3333 UnitAlH 1.25 1.43 2.68 :T.',

RFGA RW Fine Grade ABC 3.00 CH Prod:3-2,089.'0000 US Lab Pcs: 5.00 Eqp Pcs: 4.00 1.00 79.0^0 237 140G MOTOR GRADER 3.00 HR 88!02^'^' 237 613 SCRAPER IICY 1.00 3.00 HR 264 264 CAT CP433 COMPACTO 1.00 3.00 HR 177 177 WATER TRUCK-3800 GA 1.00 3.00 HR C:3^2.530 128 128 BLADE OPERATOR 1.00 3.00 MH 137 137 COMPACTOR OPERATO 1.00 3.00 MH -B8.066 114 114 GRADE CHECKER 1.00 3.00 MH 30.453 91 91 SCRAPER/DOZER OPER 1.00 3.00 MH 38.066 114 114 TEAMSTER-3800GL WTR 1.00 3.00 30.453 91 91 $1,353.50 0.0191 MH/SY 15.00

MAG ABC 1.00l^._^pS5.00 TN 13.100 3,341 3,341

> Item Totals: 4000 - 6" AGGREGATE BASE ACCESS ROAD $7,183.13 0.0561 MH/SY 44.00 MH [1341] 1,599 3,341 2,244 7,183 9.174 783 SY 2.04 4.27 2.87 9.17

BID ITEM ^ 4100 Description = 6" AGGREGATE BASE ACCESS ROAD BASIN Unit = SY Takeoff Quan: 5,024.000 Engr Quan: 5,024.000

RSGP RW Subgrade Prep 24.00 CH Prod: 1,674.6667 US Lab Pcs: 5,00 Eqp Pcs: 4.00 HOG MOTOR GRADER 1.00 24.00 HR 79.050 1,897 1,897 613 SCRAPER IICY 1.00 24.00 HR 88.020 2,112 2,112 CAT CP433 COMPACTO 1.00 24.00 HR 58.850 1,412 1,412 WATER TRUCK-3800 GA 1.00 24.00 HR 42.530 1,021 1.021 BLADE OPERATOR 1.00 24.00 MH 45.678 1,096 1,096 COMPACTOR OPERATO 1.00 24.00 MH 38.065 914 914 GRADE CHECKER 1.00 24.00 MH 30.451 731 731 SCRAPER/DOZER OPER 1.00 24.00 MH 38.065 914 914 TEAMSTER-3800GL WTR 1.00 24.00 MH 30,451 731 731 $10,827.88 0.0238 MH/SY 120.00 MH [0.573 ] 4,385 6,443 10.828 209.3333 Units/Hr 1,674.6667 Un/Shift * 41.8667 Unit/MH 0.87 1.28 2.16 Scottsdale No. 2019-102-COS Exhibit C.2-Page 83 of 109

Haydon Building Corp. Page 33 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM ^ 4100 Description = 6" AGGREGATE BASE ACCESS ROAD BASIN Unit = SY Takeoff Quan: 5,024.000 EngrQuan: 5,024.000

RPABC RW Place ABC 20.00 CH Prod: 6S4.0000 US Lab Pcs: 3.00 Eqp Pcs: 2.00 140G MOTOR GRADER 1.00 20.00 HR 79,050 1,581 1,581 WATER TRUCK-3800 GA 1.00 20.00 HR 42.530 851 851 BLADE OPERATOR 1.00 20.00 MH 45.678 914 914 GRADE CHECKER 1.00 20.00 MH 30.452 609 609 TEAMSTER-3800GL WTR 1.00 20.00 MH 30.452 609 609 S4.563.24 0.0366 MHTTN 60.00 MH [ 0.856] 2,132 2,432 4,563 81.7500 Units/Hr 654.0000 Un/Shift 27.2500 Unit/MH 1.30 1.49 2.79

RFGA RW Fine Grade ABC 20.00 CH Prod: 2,009.6000 US Lab Pcs: 5.00 Eqp Pcs: 4.00 140G MOTOR GRADER 1.00 20.00 HR 79.050 1,581 1,581 613 SCRAPER lieY 1.00 20.00 HR 88.020 1,760 1,760 CAT CP433 COMPACTO 1.00 20.00 HR 58.850 1,177 1,177 WATERTRUCK-3S00GA 1.00 20.00 HR 851 851 BLADE OPERATOR 1.00 20,00 MH 914 COMPACTOR OPERATO 1.00 20.00 MH 761 761 GRADE CHECKER 1.00 20.00 MH 4% 609 609 SCRAPER/DOZER OPER 1.00 20.00 MH 761 761 TEAMSTER-3800GL WTR 1.00 20.00 MH ^0.478]301452 609 609 $9,023.24 0.0199 MH/SY 100.00 MH 3,654 5,369 9,023 jwu.w iviii ^ rV' 251.2000 Units/Hr 2,009.6000 Un/Shift 50.2400 UnitflvIJi^^^A:/ 0.73 1.07 1.80

MAG ABC 1.00 1.635, sSC ■ 13.100 21,419 21,419

> Item Totals: 4100 - 6" AGGR|GA;5E BASE ACCESS ROAD BASIN $45,832.86 0.0557 MH/SY rtPll’ 2Wife MH [1.33] 10,171 21,419 14,243 45,833 9.123 5024 SY 2.02 4.26 2.84 9.12

BID ITEM , 5000 Description = HANDRAIL COS STD 2508 T-2 Unit= LF Takeoff Quan: 604.000 EngrQuan: 604.000

HANDRAIL/ RAIL 1.00 604.00 LF 37.500 22,650 22,650

BID ITEM ^ 5100 Description = SAFETY BARRIER Unit= LF Takeoff Quan: 240.000 EngrQuan: 240.000

FENCE' 1.00 240.00 LF 39,000 9,360 9,360

BID ITEM 5200 Description = FENCE GATES Unit = EA Takeoff Quan: 3.000 EngrQuan: 3.000 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 84 of 109

Haydon Building Corp. Page 34 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BCD ITEM 5200 Description = FENCE GATES Unit = EA Takeoff Quan: 3.000 EngrQuan: 3.000

FENCE 1.00 3.00 EA 980.000 2,940 2,940

BID FIEM 6000 Description = HYDROSEEDING Unit= AC Takeoff Quan: 21.000 EngrQuan: 21.000 i 1 i Sfl ZDC Dust Control 168.00 CH Prod: 21.0000 S Lab Pcs: 1.00 Eqp Pcs: 1.00 WATER TRUCK-3800 GA 1.00 168.00 HR 42.530 7,145 7,145 TEAMSTER-3800GL WTR 1.00 168.00 MH 30.452 5,116 5,116 $12,260.98 8.0000 MH/AC 168.00 MH [160] 5,116 7,145 12,261 0.1250 Units/Hr 1.0000 Un/Shift 0.1250 Unit/MH 243.62 340.24 583.86

■■Cl::... 1

SEED 1.00 21.00 AC 45,675 45,675

EXP Pre-Compaction 80.00.OO^^CH^^'"' Prod: 10,164.0000 US Lab Pcs: 2.00 Eqp Pcs: 2.00 D6 DOZER 1.00 80.00 HR 104.970 8,398 8,398 WATER TRUCK-3800 GA 1.00 80.00 HR^%X^ 42.530 3,402 3,402 DOZER OPERATOR 1.00 80.00 38.065 3,045 3,045 80.W?I^^ TEAMSTER-3800GL WTR 1.00 30.452 2,436 2,436 $17,281.36 0.0015 MH/SY 160:___qp^ Item Totals: 6000 - HYDJFt&SEED^G $75,217.34 15.6190 MH/AC ^/328.00 MH [ 331.429] 10,597 18,945 45,675 75,217 3,581.778 21 AC 504.63 902.14 2,175.00 3,581.78

BID ITEM ^ 10000 Description = CLEAR UNION HILLS CHANNEL Unit = AC Takeoff Quan: 3.000 Engr Quan: 3.000

RCG RW Clear and Grubb 4.00 CH Prod: 6.0000 US Lab Pcs: 4.00 Eqp Pcs: 3.00 . 140G MOTOR GRADER 1.00 4.00 HR 79.050 316 316 CAT 950 LOADER 1.00 4.00 HR 77.850 311 311 WATER TRUCK-3800 GA 1.00 4.00 HR 42.530 170 170 GENERAL LABOR 1.00 4.00 MH 25.427 102 102 BLADE OPERATOR 1.00 4.00 MH 45.680 183 183 LOADER OPERATOR 1.00 4.00 MH 38.065 152 152 TEAMSTER-3800GL WTR 1.00 4.00 MH 30.450 122 122 $1,356.21 5.3333 MH/AC 16.00 MH [ 122.267] 558 798 1,356 0.7500 Units/Hr 6.0000 Un/Shift 0.1875 Unit/MH 186.16 265.91 452.07

TRUCKING HOURLY 1.00 8.00 HR 93.000 744 744 Scottsdale No. 2019-102-COS Exhibit C.2-Page 85 of 109

Haydon Building Corp. Page 35 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Mem Contract Total

BID ITEM = 10000 Description = CLEAR UNION HILLS CHANNEL Unit= AC TakeoffQuan: 3.000 EngrQuan: 3.000

■oiiah::^'iddjLp'/ :8:d()t-t^iF'i#'iW(;:;!^06L-/v'’ 4/::^; L ------DUMPiFEET

DUMP FEE 1.00 4.00 LD 150.000 600 600

^=> Item Totals: 10000 - CLEAR UNION HILLS CHANNEL $2,700.21 5.3333 MH/AC 16.00 MH [ 122.267] 558 1,344 798 2,700 900.070 3 AC 186.16 448.00 265.91 900.07

BID ITEM ■ 10100 Description = DOWEL AND CONNECT TO EXISTING RCBC Unit = EA Takeoff Quan; 45.000 Engr Quan: 45.000

INSTALL DOWELS 8.00 CH Prod: 45.0000 US Lab Pcs: 2.00 Eqp Pcs: 0.00 CONCRETE LABOR 2.00 16.00 MH 29.691 475 $475.06 0.3555 MH/EA 16.00 MH [ 6.933 ] \^Y5 475 5.6250 Units/Hr 45.0000 Un/Shift 2.8125 UnitMH 10.56

^4'>'^2.500 EPOXY 1.00 8.00 GAL 260 260 DOWEL #6 1.00 45.00 EA 5.000 225 225 EXPANSION 1/2" 1.00 68.00 SF '' " 0.560 38 38 JOINT SEALER 1.00 68.00 0.580 39 39 PVC WATERSTOP TY A ( 1.00 68.00 UfL/? 7.000 476 476 $1,038.52 ['] 1,039 1.039 23.08 23.08

> Item Totals: 10100 - DOWEL AND.GONNECT TO EXISTING RCBC____ $1,513.58 0.3555 MH/EA l^^^ye.OOif' MH [ 6.933 ] 475 1,039 1,514 33.635 45 EA 10.56 23.08 33.64

BID ITEM ^ 10200 Description = CHANNELEXCUH. Unit = CY TakeoffQuan: 10,043.000 EngrQuan: 10,043.000

EJffi Structural Exc 64.00 CH Prod: 1,137.5000 US Lab Pcs: 3.00 Eqp Pcs: 2.00 CAT345B 1.00 64.00 HR 145.000 9,280 9,280 WATER WAGON7000 GA 1.00 64.00 HR 110.800 7,091 7,091 BACKHOE OPERATOR 1.00 64.00 MH 44.155 2,826 2.826 GRADE CHECBCER 1.00 64.00 MH 30.451 1,949 1,949 TEAMSTER-WTR WON 1.00 64.00 MH 30.451 1,949 1,949 $23,094.98 0.0210 MH/CY 192.00 MH [ 0.485 ] 6,724 16,371 23,095 142.1875 Units/Hr 1,137.5000 Un/Shift 47.3958 UnitdMH 0.74 1.80 2.54

I18B Belly Dumps 72.00 CH Prod: 9.0000 S Lab Pcs: 0.00 Eqp Pcs: 4.00 SEMI-BELLY DUMP 4.00 288.00 HR 93.500 26,928 26,928 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 86 of 109

Haydon Building Corp. Page 36 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm ConsP Equip Sub- Resource Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 10200 Description = CHANNEL EXC UH Unit = CY Takeoff Quan: 10,043.000 EngrQuan: 10,043.000 EXMHR Maintain Haul Road 72.00 CH Prod: 9.0000 S Lab Pcs: 2.00 Eqp Pcs: 2.00 140G MOTOR GRADER 1.00 72.00 HR 79.050 5,692 5,692 WATER TRUCK-3800 GA 1.00 72.00 HR 42.530 3,062 3,062 BLADE OPERATOR 1.00 72.00 MH 45.678 3,289 3,289 TEAMSTER-3800GL WTR 1.00 72.00 MH 30.451 2,193 2,193 $14,235.12 0.0143 MH/CY 144.00 MH [0.358 ] 5,481 8,754 14,235 139.4861 Units/Hr 1,1 15.8889 Un/Shift 69.7431 Unit/MH 0.55 0.87 1.42

Quan;

E2ffiR Excavate Retention 8.00 CH Prod: 943.0000 US Lab Pcs: 5.00 Eqp Pcs: 4.00 140G MOTOR GRADER 1.00 8.00 HR 79.050 632 632 623 SCRAPER 23CY 1.00 8.00 HR 168.500 1,348 1,348 CAT 950 LOADER 1.00 8.00 HR 77.850 623 623 WATER TRUCK-3800 GA 1.00 8.00 HR 42.530 340 340 BLADE OPERATOR 1.00 8.00 MH 45.677 365 365 GRADE CHECKER 1.00 8.00 MH 30.452 244 244 LOADER OPERATOR LOO 8.00 MH 38.065 '^ii-305^, 305 SCRAPERyDOZEROPER 1.00 8.00 MH 38.065 #^ 305 TEAMSTER-3800GL WTR 1.00 8.00 MH 30.452, \\P244 244 $4,405.14 0.0424 MH/CY 40.00 MH 1,462 2,943 4,405 117.8750 Units/Hr 943.0000 Un/Shift 23.5750 UnitTvIH 3.12 4.67

GRADING SUPERVISION 72.O0®^H^z> ZDF Dirt Forman Prod: 9.0000 S Lab Pcs: 1.00 Eqp Pcs: 1.00 PICK UP 1.00 72.00 HR 11.150 803 803 DIRT FOREMAN 1.00 72.00 65.003 4,680 4,680 $5,483.08 72.00-f^^^ 0.0071 MH/CY 139.4862tUni^H [ 0.287 ] 4,680 803 5,483 139.4861 Units/Hr 1,115.8889 Un/Shift 0.47 0.08 0.55

------> Item Totals: 10200 - CHANNEL^XGUH $74,146.32 0.0446 MH/CY /P ,448^o'& MH [1.181 ] 18,347 55,799 74,146 7.383 10043 CY 1.83 5.56 7.38

BID ITEM 10300 Description = DUMPED RIPRAP D50=6" 1' THICK Unit = CY Takeoff Quan: 20.000 Engr Quan: 20.000 ISilA iiisiMiiSSjil

ECGR EC Exc & Grade Rip Rap 2.00 CH Prod: 0.2500 S Lab Pcs: 4.50 Eqp Pcs: 3.50 CAT 320 1.00 2.00 HR 82.875 166 166 CAT 950 LOADER 0.50 1.00 HR 77.850 78 78 WATER TRUCK-3800 GA 1.00 2.00 HR 42.530 85 . 85 PICKUP 1.00 2.00 HR 11.150 22 22 BACKHOE OPERATOR 1.00 2.00 MH 44.155 88 88 GRADE CHECKER 1.00 2.00 MH 30.450 61 61 LOADER OPERATOR 0.50 1.00 MH 38.070 38 38 GRADING FOREMAN 1.00 2.00 MH 65.000 130 130 TEAMSTER-3800GL WTR 1.00 2.00 MH 30.450 61 61 $729.14 0.4500 MH/CY 9.00 MH [12.15] 378 351 729 10.0000 Units/Hr 80.0000 Un/Shift 2.2222 UnitflvIH 18.91 17.55 36.46

ECPR EC Place Rip Rap 2.00 CH Prod: 80.0000 US Lab Pcs: 6.50 Eqp Pcs: 3.50 Scottsdale No. 2019-102-COS Exhibit C.2-Page 87 of 109

Haydon Building Corp. Page 37 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 10300 Description = DUMPED RIPRAP D50=6" 1' THICK Unit= CY Takeoff Quan: 20.000 Engr Quan: 20.000 CAT 320 1.00 2.00 HR 82.875 166 166 CAT 950 LOADER 1.00 2.00 HR 77.850 156 156 WATER TRUCK-3800 GA 0.50 1.00 HR 42.530 43 43 PICK UP 1.00 2.00 HR 11.150 22 22 GENERAL LABOR 3.00 6.00 MH 25.426 153 153 BACKHOE OPERATOR 1.00 2.00 MH 44.155 88 88 LOADER OPERATOR 1.00 2.00 MH 38.065 76 76 GRADING FOREMAN 1.00 2.00 MH 65.000 130 130 TEAMSTER-3800GL WTR 0.50 1.00 MH 30.460 30 30 $863.74 0.6500 MH/CY 13.00 MH [15.41] 477 386 864 10.0000 Units/Hr 80.0000 Un/Shift 1.5385 Unit/MH 23.87 19.31 43.19 .Ytjiiam- r.-V3p;ppM BUY RIPRAP 8.00 Cal: 508 5506-

RIPRAP D50=6" 1.00 30.00 TN 21.150 635 635

RIPRAP FABRIC 1.00 60.00 SY 60 60

Item Totals: 10300 - DUMPED RIPRAP D50=6” U THICK ______$2,287.38 1.1000 MH/CY 22.00 MH .^27.$^ 856 695 737 2,287 114.369 20 CY 42.78 34.73 36.86 114.37

PARENT ITEM = 11000 Description = 6" CONCRETE CHANNEL LINING SY Takeoff Quan: 5,165.000 EngrQuan: 5,165.000 Listing of Sub-Biditems of Parent Item 11000:

BID ITEM 11010 Description CHANNEL TURNDOWN LF Takeoff Quan: 2,131.000 EngrQuan:

EXS Structural Exc 48.00 CH Prod: 355.1667 US Lab Pcs: 4.50 Eqp Pcs: 1.75 416 CAT 0.25 12.00 HR 37.160 446 446 GRADING TRACTOR W/ 0.50 24.00 HR 32.800 787 787 TRENCHER 1.00 48.00 HR 37.160 1.784 1,784 GENERAL LABOR 3.00 144.00 MH 25.427 3,662 3,662 BACKHOE OPERATOR 1.00 48.00 MH 44.155 2,119 2.119 GRADE TRACTOR OPER 0.50 24.00 MH 38.065 914 914 $9,711.37 0.1013 IVfflbDF 216.00 MH [2.063 ] 6,695 3,017 9,711 44.3958 Units/Hr 355.1667 Un/Shift * 9.8657 Unit/MH 3.14 1.42 4.56

SCCL Channel Lining 80.00 CH Prod: 6.6594 UM Lab Pcs: 4.00 Eqp Pcs: 1.00 PICKUP 1.00 80.00 HR 11.150 892 892 CARPENTER 2.00 160.00 MH 38.065 6,090 6,090 CONCRETE LABOR 1.00 80.00 MH 29.690 2,375 2,375 CONCRETE FOREMAN 1.00 80.00 MH 65.004 5,200 5,200 $14,557.98 0.1501 MH/LF 320.00 MH [4.111] 13,666 892 14,558 26.6375 Units/Hr 213.1000 Un/Shift 6.6594 Unit/MH * 6.41 0.42 6.83 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 88 of 109

Haydon Building Corp. Page 38 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = IlOlO Description = CHANNEL TURNDOWN Unit = LF TakeoffQuan: 2,131.000 Engr Quan: 0.000 TRAP CHANNEL EDGE F 1,00 2.131.00 LF 0.500 1,066 1,066

=^=> Item Totals: IlOIO - CHANNEL TURNDOWN $25,334.85 0.2515 MFI/LF 536.00 MH [6.174] 20,361 1,066 3,909 25,335 11.889 2131 LF 9.55 0,50 1.83 11.89

BID ITEM ^ 11020 Description = F/P/S TRAP CHANNEL Unit= CY TakeoffQuan: 942.000 Engr Quan: 0.000

SCCL Channel Lining 40.00 CH Prod: 2.5100 UM Lab Pcs: 5.00 Eqp Pcs: 1.00 PICKUP 1.00 40.00 HR 11.150 446 446 CARPENTER 4.00 160.00 MH 38.065 6,090 6,090 CONCRETE FOREMAN 1.00 40.00 MH 2,600 [11.155],,^/49j:^65.004 ..-2,600 $9,136.56 0.3984 MH/LF 200.00 MH 446 9,137 12.5500 Units/Hr 100.4000 Un/Shift 2.5100 UnitMH 0.89 18.20 ...... to3;502 ;

SCPS PLACE SOG 1 0d7nnniIS l ahPr-c- 19 00 Pnn 9 00 ROLLER SCREED 1.00 100.00 HR /(d> % 9.200 1,920 1.920 FLATRACK 1.00 100.00 HR 25.500 2,550 2,550 PICK UP 1,00 100.00 HR 1,115 1,115 FINISHER 11.00 1,100,00 MH: 40.877 44,966 44,966 CONCRETE FOREMAN 1.00 100.00 .f ''*■> 71.249 7,125 7,125 $57,675.46 1.2738 MH/CY [36,141] 52,090 5,585 57,675 0.7850iijrniVl^ 9.4200 Units/Hr 94.2000 Un/Shift 55.30 5.93 61.23

ZDC Dust Control 160.00 CH Prod: 20.0000 S Lab Pcs: 0.50 Eqp Pcs: 0,25 WATER TRUCK-3800 GA 0.25 40.00 HR 42.530 1,701 1,701 GENERAL LABOR 0.25 40.00 MH 25.427 1,017 1,017 TEAMSTER-3800GL WTR 0.25 40.00 MH 30.452 1,218 1,218 $3,936.38 0.0017 MH/SF 80.00 MH [0.032] 2,235 1,701 3,936 290.5063 Units/Hr 2,324.0500 Un/Shift 581.0136 UnitMH 0.05 0.04 0.08

TRAP CHANNEL BULKH 1.00 502.00 LF 0.500 251 251 EiSaEiSiigiiililiiMiiiaiSMSsiaSiSiil* GEOCOMPSITE DRAIN 1.00 3.010.00 SF 0.750 2,258 2,258 CURE 1.00 50.00 GAL 4.500 225 225 EXPANSION 1/2" 1.00 550.00 SF 0.560 308 308 WEEP HOLE 1.00 500.00 LF 2.000 1,000 1,000 WATERCURE BURLAP 1.00 47,000,00 SF 0.130 6,110 6,110 $9,900.50 [ ] 3,791 6,110 9,901 3,790.50 6,110.00 9,900.50 ll’t".

CONCRETE COLOR 1.00 1,036.00 CY 44.000 45,584 45,584 CONCRETE ICE 1.00 1,036.00 CY 20.000 20.720 20,720 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 89 of 109

Haydon Building Corp. Page 39 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11;44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM ^ 11020 Description = F/P/S TRAP CHANNEL Unit= CY Takeoff Quan: 942.000 Engr Quan: 0.000 CL P 4000 psi CONC 1.00 1.036.00 CY 140.000 . 145,040 145,040 SHORT LOAD FEES 1.00 10.00 EA 200.000 2,000 2,000 $213,344.00 [ ] 213,344 213,344 226.48 226.48

: . , ’ Qiiaii: . 942.00 CY Ilrs/Slift: :8.00' Calt 'SOS: WCt' S^O^^

CONCRETE PUMP CHAR 1.00 1,036.00 CY 3.500 3,626 3,626 CONCRETE PUMP (SMA 1.00 96.00 HR 250.000 24,000 24,000 $27,626.00 [ ] 27.626 27,626 29.33 29.33 254®S;; ...... V:,..;' ,/ ■ .*:;:QuaiirvV’«yP;;LF£'H^^4 LTM0'i£^L508:“'^^ , .T •

SAW & SEAL 1.00 616.00 LF 5.000 3,080 3,080

Prod:-„.%iff000 US Lab Pcs: SBSBP SET BEARING PADS 80.00 CH 3.00 Eqp Pcs: 1.00 PICKUP 1.00 80.00 HR 892 892 CARPENTER 2.00 160.00 MH 6,090 CONCRETE FOREMAN 1.00 80.00 MH .,<1^5:604 5,200 5,200 $12,182.72. 1.1214 MHEA 240.00 MH 892 12,183 2.6750 Units/Hr 21.4000 Un/Shift 0.8917 Unit/MH 52.76 4.17 56.93

Item Totals: 11020 - F/P/S TRAP CHANNEL^.^''"-<..N $337,132.62 1.8259 MH/CY 1,720.00 MH <; [ 51.288 ] 74,307 217,135 6,361 8,624 30,706 337,133 357.890 942 CY •■A,,W 78.88 230.50 6.75 9.16 32.60 357.89

BED ITEM = 11040 Description = CHANNEL FG fF U>' Unit = SY Takeoff Quan: 5,164.999 Engr Quan: 0.000 (Od 02-220 rSUBGRADEPREP ' Quan 5,165 00 SY Hrs/Shff 8 00 Cal 508 WC 5506 ^ „

RSGP RW Subgrade Prep 40.00 CH Prod: 1,033.0000 US Lab Pcs: 5.00 Eqp Pcs: 4.00 140G MOTOR GRADER 1.00 40.00 HR 79.050 3,162 3,162 613 SCRAPER IICY 1.00 40.00. HR 88.020 3,521 3,521 CAT CP433 COMPACTO 1.00 40.00 HR 58.850 2,354 2,354 WATER TRUCK-3800 GA 1.00 40.00 HR 42.530 1,701 1,701 BLADE OPERATOR 1.00 40.00 MH 45.678 1,827 1,827 COMPACTOR OPERATO 1.00 40.00 MH 38.065 1,523 1,523 GRADE CHECKER 1.00 40.00 MH 30,452 1,218 1,218 SCRAPER/DOZER OPER 1.00 40.00 MH 38.065 1,523 1.523 TEAMSTER-3800GL WTR 1.00 40.00 MH 30,452 1,218 1,218 $18,046.48 0.0387 MH/SY 200.00 MH [0.929] 7,308 10,738 18,046 129.1250 Units/Hr 1,033.0000 Un/Shift * 25.8250 Unit/MH 1,42 2.08 3.49

=> Item Totals: 11040 - CHANNEL FG $18,046.48 0.0387 MH/SY 200.00 MH [0.929] 7,308 10,738 18,046 3.494 5164.9998 SY 1.42 2.08 3.49

Total of Above Sub-Biditems

=> Item Totals: 11000 - 6" CONCRETE CHANNEL LINING Scottsdale No. 2019-102-COS Exhibit C.2 - Page 90 of 109

Haydon Building Corp. Page 40 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM ^ 11040 Description = CHANNEL FG Unit = SY Takeoff Quan: 5,164.999 EngrQuan: 0,000 $380,513.95 0.4755 MH/SY 2,456.00 MH 1 12.831 1 101,976 217,135 7,427 23,271 30,706 380,514 73.672 5165 SY 19.74 42.04 1.44 4.51 5.95 73.67

PARENT ITEM = 11100 Description = CONCRETE MAINTENCE RAMP Unit = SY Takeoff Quan: 161.000 EngrQuan: 161.000 Listing of Sub-Biditems of Parent Item 11100:

BID ITEM ^ 11110 Description = F/P/S TRAP CHANNEL Unit = CY Takeoff Quan: 34.000 Engr Quan: 0.000 mmMMm SCCL Channel Lining 8.00 CH Prod^^'6:'0500 UM Lab Pcs: 5.00 Eqp Pcs: LOO PICKUP 1.00 8.00 HR 89 89 CARPENTER 2.00 16.00 MH 609 609 CONCRETE LABOR 2.00 16.00 MH 6.63 0.37 7.00

SCPS PLACE SOG Prod; 68.0000 US Lab Pcs: 12.00 Eqp Pcs: 2.00 FLATRACK LOO 25.500 102 102 PICK UP 1.00 11.150 45 U12.o'b MH 45 CONCRETE LABOR 29.690 356 356 FINISHER i.oo^p MH 37.303 1,194 1,194 CONCRETE FOREMAN L00»’k_)|) 4.00 MH 65.005 260 260 $1,956.63 1.4117 MH/CY '^"" 48.00 MH [ 34.647 ] 1,810 147 1,957 8.5000 Units/Hr 68.0000 Un/Shift. .* 0.7083 Unit/MH 53.24 4.31 57.55 .Z.7. WATERCURETRXPCHANSEr Q... « SF » Ca « WC '

ZDC Dust Control 6.00 CH Prod: 0.7500 S Lab Pcs: 0.50 Eqp Pcs: 0.25 WATER TRUCK-3800 GA 0.25 1.50 HR 42.533 64 64 GENERAL LABOR 0.25 1.50 MH 25.426 38 38 TEAMSTER-3800GL WTR 0.25 1.50 MH 30.446 46 46 $147.60 0.0016 MH/SF 3.00 MH [0.03] 84 64 148 306.4233 Unitsffir 2,451.3867 Un/Shift 612.8502 Unit/MH 0.05 0.03 0.08 .3.-™ • . WFORMMATEK.ALS ‘ 0...' ■ . » C„ .SOS WC: sSi».

TRAP CHANNEL BULKH 1.00 242.00 LF 0,500 121 121

CURE 1.00 12.00 GAL 4.500 54 54 EXPANSION 1/2" 1.00 242.00 SF 0.560 136 136 WEEP HOLE 1.00 40.00 LF 2.000 80 80 WATERCURE BURLAP 1.00 1,500.00 SF 0.130 195 195 $464.52 [ ] 270 195 465 269.52 195.00 464.52 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 91 of 109

Haydon Building Corp. Page 41 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM ^ lino Description = F/P/S TRAP CHANNEL Unit = CY Takeoff Quan: 34.000 Engr Quan: 0.000

CONCRETE COLOR 1.00 37.00 CY 44.000 1,628 1,628 CONCRETE ICE 1.00 37.00 CY 20.000 740 740 CL P 4000 psi CONC 1.00 37.00 CY 140.000 5,180 5,180 SHORT LOAD FEES 1.00 2.00 EA 200.000 400 400 $7,948.00 [ ] 7,948 7,948 233.76 233.76

;:rv j; "r:" ■■■ir-:-, :. r;.'yNT,GONcMfE;Pji^ ' ■ .Quan:' - 34.0(LGYaHr^lift:i::' Oo i Cal:;?^^ : Y./:/';.' :■ CONCRETE PUMP CHAR 1.00 37.00 CY 3.500 130 130 CONCRETE PUMP (SMA 1.00 4.00 HR 250.000 1,000 1,000 $1,129.50 [ ] 1,130 1,130 33.22 33.22

2S:i03JS:^:- —EXP.JOINT SEAL SUB,.

SAW & SEAL 1.00 242.00 LF 5.0.001,210 1,210 ^ > Item Totals: 11110 - F/P/S TRAP CHANNEL $14,670.59 2.6764 MH/CY 91.00 MH ,rr.t%i619T 3,498 8,218 316 300 2.340 14,671 431.488 34 CY ______A ^

BID ITEM ^ 11130 Description = CHANNEL FG Unit = SY Takeoff Quan: 160.999 Engr Quan: 0.000 ■iaiia»iisgsffisiLssss^;gjgsgg:y^ RSGP RW Subgrade Prep i.oo''^ ,;Y~ 2.00 CH Prod: 644.0000 US Lab Pcs: 5.00 Eqp Pcs: 4.00 140G MOTOR GRADER 2.00 HR 79.050 158 158 613 SCRAPER IICY 1.00 2.00 HR 88.020 176 176 CAT CP433 COMPACTO 1.00 2.00 HR 58.850 118 118 WATER TRUCK-3800 GA 1.00 2.00 HR 42.530 85 85 BLADE OPERATOR 1.00 2.00 MH 45.680 91 91 COMPACTOR OPERATO 1.00 2.00 MH 38.065 76 76 GRADE CHECKER 1.00 2.00 MH 30.450 61 61 SCRAPERDOZER OPER 1.00 2.00 MH 38.065 76 76 TEAMSTER-3800GL WTR 1.00 2.00 MH 30.450 61 61 $902.32 0.0621 MH/SY 10.00 MH [ 1.491 ] 365 537 902 80.5000 Units/Hr 644.0000 Un/ShiR ♦ 16.1000 UnitflVlH 2.27 3.33 5.60

----- > Item Totals: 11130 - CHANNEL FG $902.32 0.0621 MH/SY 10.00 MH [ 1.491 ] 365 537 902 5.604 160.9998 SY 2.27 3.33 5.60

Total of Above Sub-Biditems

■■> Item Totals: 11100 - CONCRETE MAINTENCE RAMP $15,572.91 0.6273 MH/SY 101.00 MH | 15.559 ] 3,863 8,218 316 836 2,340 15,573 96.726 161 SY 24.00 51.04 1.96 5.20 14.53 96.73 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 92 of 109

Haydon Building Corp. Page 42 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 12000 Description = 60" CMP STORM DRAIN Unit = LF Takeoff Quan: 2,440.000 Engr Quan: 2,440.000

PL Pipe Large Diameter 160.00 CH Prod: 122.0000 US Lab Pcs: 9.00 Eqp Pcs: 4.00 CAT 320 W/COMPWHE 1.00 160.00 HR 88.175 14,108 14,108 CAT 345B 1.00 160.00 HR 145.000 23,200 23,200 CAT 966 LOADER 1.00 160.00 HR 103.150 16,504 16,504 WATER TRUCK-3800 GA 1.00 160.00 HR 42.530 6,805 6,805 GENERAL LABOR 1.00 160.00 MH 25.427 4,068 4,068 BACKHOE OPERATOR 2.00 320.00 MH 44.155 14,130 14,130 GRADE CHECKER 1.00 160.00 MH 30.452 4,872 4,872 LOADER OPERATOR 1.00 160.00 MH 38.065 6,090 6,090 PIPE LAYER 2.00 320.00 MH 35.781 11,450 11,450 PIPE BACKUP MAN 1.00 160.00 MH 30.452 4,872 4,872 TEAMSTER-3800GL WTR 1.00 160.00 MH 30.452 4,872 4,872 $110,972.22 0.5901 MH/LF 1,440.00 MH [ 13.554] 50,355 60,617 110,972 15.2500 Units/Hr 122.0000 Un/Shift * 1.6944 Unit/MH ,f20.64 24.84 45.48

---- ...... '2‘■-'..'■■.t ; • ; ------t-.' ; tP2:2^i ri: •: .:;:;iMQMmMGyADSa:;;b *.E j;;00':::Gal:,:508iWG:mSL.r

PLS Load Pipe Spoils 64.00 CH 806.2500 US Lab Pcs: 2.00 Eqp Pcs: 2.00 CAT 950 LOADER 1.00 64.00 HR %7.850 4,982 4,982 WATER TRUCK-3800 GA 1.00 64.00 HR 2,722 2,722 LOADER OPERATOR 1.00 64.00 MH 2,436 2,436 TEAMSTER-3800GL WTR 1.00 64.00 MH 1,949 1,949 4,385 7,704 12,089 $12,089.40 0.0198 MH/CY 50.3906128.00 Uru;/!^';^^MH [ 0.447 ] 100.7813 Units/Hr 806.2500 Un/Shift ...... 0.68 1.19 1.87 3.* BUVCM. ■■ ■ Out.. 2.«00 1F ... C., 50. WC SS.i CMP 60" 12 GA 1.00 2i4403l0^F 57.600 140,544 140,544

MAGABC 1.00 4,970.00 TN 13.100 65,107 65,107

1/2-SACK SLURRY 1.00 1,689.00 CY 65.000 109,785 109,785

T18B Belly Dumps 64.00 CH Prod: 8.0000 S Lab Pcs: 0.00 Eqp Pcs: 4.00 SEMI-BELLY DUMP 4.00 256.00 HR 93.500 23.936 23.936 KENTSHORING Quan 2,^4000 LS HYs/Sblt 8 00 rCa. 508 WC 5506

PSH8 Pipe Shoring 8" Box 240.00 CH Prod: 81.3333 US Lab Pcs: 0.00 Eqp Pcs: 3.00 TRENCH BOX 10X24 1.00 240.00 HR 16.500 3,960 3,960 TRENCH BOX 4 X 24 1.00 240.00 HR 7.700 1,848 1,848 WALK BRIDGE 1.00 240.00 HR 4.400 1,056 1,056 $6,864.00 [ ] 6,864 6,864 10.1667 Units/Hr 81.3333 Un/Shift * 2.81 2.81

=> Item Totals: 12000 - 60" CMP STORM DRAIN $469,297.62 0.6426 MH/LF 1,568.00 MH [ 14.734] 54,741 315,436 99,121 469,298 192.335 2440 LF 22.43 129.28 40.62 192.34 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 93 of 109

Haydon Building Corp. Page 43 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 12100 Description = MANHOLES Unit = EA Takeoff Quan: 6.000 Engr Quan: 6.000

EXMH Exc Manhole 24.00 CH Prod: 2.0000 US Lab Pcs: 3.00 Eqp Pcs: 3.00 CAT 320 1.00 24.00 HR 82.875 1,989 1,989 CAT 950 LOADER 1.00 24.00 HR 77.850 1,868 1,868 WATER TRUCK-3800 G/ 1.00 24.00 HR 42.530 1,021 1,021 BACKHOE OPERATOR 1.00 24.00 MH 44.155 .1,060 1,060 LOADER OPERATOR 1.00 24.00 MH 38.065 914 914 1.00 24.00 MH 30.451 731 731 $7,582.24 12.0000 MH/EA 72.00 MH [296] 2,704 4,878 7,582 0.2500 UnitsTIr 2.0000 Un/Shift1 0.0833 Unit/MH 450.69 813.02 1,263.71

MANHOLE 1.00 6.00 EA 8,500.000 51,000 51,000 ’7-Tv MAG ABC 1.00 400.00 TN 4!%'- 5,240 5,240 => Item Totals; 12100 - MANHOLES $63,822.24 12.0000 MH/EA 72.00 MH 2,704 5,240 4,878 51,000 63,822 10,637.040 6EA 450.69 873.33 813.02 8,500.00 10,637.04

BED ITEM ^ 12200 Description = HEADWALL Unit = EA Takeoff Quan: 1.000 Engr Quan. 1.000

Exc^F/feoifrLEi

EXCB Exc Catch Basin 4.00 CH Prod: 2.0000 US Lab Pcs: 5.00 Eqp Pcs: 3.00 CAT 320 1.00 4.00 HR 82.875 332 332 CAT 950 LOADER 1.00,e 4.00 HR 77.850 311 311 WATER TRUCK-3800 GA 1.00 4.00 HR 42.530 . 170 170 GENERAL LABOR 1.00 4.00 MH 25.427 102 102 BACKHOE OPERATOR 1.00 4.00 MH 44.155 177 177 GRADE CHECKER 1.00 4.00 MH 30.450 122 122 LOADER OPERATOR 1.00 4.00 MH 38.065 152 152 TEAMSTER-3800GL WTR 1.00 4.00 MH 30.450 122 122 $1,487.21 20.0000 MH/EA 20.00 MH [442.8 ] 674 813 1,487 , 0.2500 Units/Hr 2.0000 Un/Shift * 0.0500 Unit/MH 674.19 813.02 1,487.21 ITT.'

CCB ConcretePrtni-rpf^s BasinRacin 24.00T/l On CHPU Prod:P..rsrl. 2.0000'i USI FC LabT oU Pcs: 5.00C IhA Eqp Pcs: 1.001 AA PICK UP 1.00 24.00 HR 11.150 268 268 CARPENTER 2.00 48.00 MH 38.065 1,827 1,827 FINISHER 2.00 48.00 MH 37.303 1,791 1,791 CONCRETE FOREMAN 1.00 24.00 MH 65.004 1,560 1,560 $5,445.40 20.0000 MH/CY 120.00 MH [ 556 ] 5,178 268 5,445 0.2500 Units/Hr 2.0000 Un/Shift * 0.0500 Unit/MH 862.97 44.60 907.57 ,.— -- Sip ;.L,.LL1 ^ -Tjua^: )tjfs/^t:; V: . ____ ..Lr'.’....trt'".'i..-.. zz Misc Crew 16.00 CH Prod: 2.0000 S Lab Pcs: 2.00 Eqp Pcs: 0.00 CARPENTER 2.00 32.00 MH 38.065 1,218 1,218 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 94 of 109

Haydon Building Corp. Page 44 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Const! Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM 12200 Description HEADWALL Unit = EA Takeoff Quan: 1.000 Engr Quan: 1.000 $1,218.08 0.0179 MH/LB 32.00 MH [0.448] 1.218 1,218 111.5625 Units/Hr 892.5000 Un/Shift 55.7813 Unit/MH 0.68 0.68

CCB Concrete Basin 40.00 CH Prod: 151.8000 US Lab Pcs: 4.00 Eqp Pcs: 1.00 PICKUP 1.00 40.00 HR 11.150 446 446 CARPENTER 3.00 120.00 MH 38.065 4,568 4,568 CONCRETE FOREMAN 1.00 40.00 MH 65.004 2,600 2,600 $7,613.96 0.2108 MH/SF 160.00 MH [6.061 ] 7,168 446 7,614 18.9750 Units/Hr 151.8000 Un/Shift * 4.7438 Uni™H 9.44 0.59 10.03

■' . ' ! t' -.r

SBPSW PLACE SIDEWALK 4.00 CH Prod: 0.5000 S Lab Pcs: 5.00 Eqp Pcs: LOO PICK UP 1.00 4.00 HR 11.150 45 45 FINISHER 4.00 16.00 MH 37.303 597 597 CONCRETE FOREMAN 1.00 4.00 MH 65.005 260 $901.48 2.0000 MH/CY 20.00 MH [55.2]/r- 45 901 2.5000 Units/Hr 20.0000 Un/Shift 0.5000 Unit/MH '69 4.46 90.15

SCPP POINT & PATCH 8.00 OI> X^^Trod: 759.0000 US Lab Pcs: 2.00 Eqp Pcs: 1.00 PICKUP LOO 8.00 HR 1.150 89 89 FINISHER 2.00 16.00 MH 37.303 597 597 $686.06 0.0210 MH/SF 597 89 686 94.8750 Units/Hr 759.0000 Un/Shift * 47.4375 Uiui 0.79 0.12 0.90

OUTLET HEADWALL FO LOO ®T00 SF 2.000 1,714 1714

CURE LOO 7.00 GAL 4.500

CONCRETE COLOR 1.00 17.00 CY 44.000 748 748 CONCRETE ICE 1.00 17.00 CY 20.000 340 340 MAG AA CONC (4.00 1.00 17.00 CY 104.000 1,768 1,768 SHORT LOAD FEES LOO 2.00 EA 200.000 400 400 $3,256.00 [ ] 3,256 3,256 217.07 217.07

REBAR 1.00 1.00 EA 1.785.000 1,785 1.785

—> Item Totals: 12200 - HEADWALL $24,138.69 368.0000 MHEA 368.00 MH [10122.8] 15,692 3,288 1,714 1.660 1,785 24,139 24,138.690 I EA 15.691.77 3,287.50 1,714.00 1,660.42 1,785.00 24,138.69

BH) ITEM ' 12300 Description = HANDRAIL COS STD 2508 T-2 Unit = LF Takeoff Quan: 46.000 Engr Quan: 46.000 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 95 of 109

Haydon Building Corp. Page 45 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 12300 Description = HANDRAIL COS STD 2508 T-2 Unit= LF Takeoff Quan: 46.000 EngrQuan: 46.000

HANDRAIL/RAIL 1.00 46.00 LF 37.500 1,725 1,725

BID ITEM 12400 Description = SAFETY BARRIER Unit= LF Takeoff Quan: 1,070.000 EngrQuan: 1,070.000

FENCE 1.00 1,070.00 LF 39.000 41,730 41,730

BID ITEM ^ 12500 Description = ACCESS BARRIER COS 2526 Unit = 4.000 Engr Quan: 4.000

5^06T 'V;:

HANDRAIL/ RAIL 1.00 4.00 EA 3,440 3,440 mu ' • iNSTAl.L /kCCE^ BAi^RS' PC Pipe Collar ,a4 QH Prod: 4.0000 US Lab Pcs: 4.00 Eqp Pcs: 1.00 710JDBACKHOE 1.00 8.00 HR5’ 49.550 396 396 GENERAL LABOR 1.00 8;GoSa^ 25.427 203 203 BACKHOE OPERATOR 1.00 44.155 353 353 PIPE LAYER 1.00 fpQO^lJlH 35.780 286 286 PIPE BACKUP MAN 1.00 30.452 244 244 $1,482.92 8.0000 MH/EA ^32;00 MH [178.4] 1,087 396 1,483 0.5000 Units/Hr 4.0000 Un/Shift VS^S.1250 UnitMH 271.63 99.10 370.73

==> Item Totals: 12500 - ACCESS BARRIER COS 2526 $4,922.92 8.0000 MH/EA 32.00 MH [178.4] 1,087 396 3,440 4,923 1,230.730 4EA 271.63 99.10 860.00 1,230.73

BID ITEM = 12600 Description = CONNECT EXISTING W/PIPE COLLARS 60" CMP Unit = EA Takeoff Quan: 2.000 Engr Quan: 2.000

—li:t :.w-. .«A.... T PC Pipe Collar 8.00 CH Prod: 2.0000 US Lab Pcs: 4.00 Eqp Pcs: 1.00 PICK UP 1.00 8.00 HR 11.150 89 89 GENERAL LABOR 1.00 8.00 MH 25.427 203 203 PIPE LAYER 1.00 8.00 MH 35.780 286 286 PIPE BACKUP MAN 1.00 8.00 MH 30.452 244 244 PIPE FOREMAN 1.00 8.00 MH 74.755 598 598 $1,420.52 16.0000 MH/EA 32.00 MH [424.8 ] 1,331 89 1,421 0.2500 Units/Hr 2.0000 Un/ShIft * 0.0625 Unit/MH 665.66 44.60 710.26

PL Pipe Large Diameter 4.00 CH Prod: 2.0000 US Lab Pcs: 7.50 Eqp Pcs: 2.50 Scottsdale No. 2019-102-COS Exhibit C.2-Page 96 of 109

Haydon Building Corp. Page 46 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 12600 Description = CONNECT EXISTING W/PIPE COLLARS 60" CMP Unit = EA Takeoff Quan: 2.000 EngrQuan: 2.000 CAT 345B 1.00 4.00 HR 145.000 580 580 CAT 966 LOADER 0.50 2.00 HR 103,150 206 206 WATER TRUCK-3800 G/ 1.00 4.00 HR 42.530 170 170 GENERAL LABOR 1.00 4.00 MH 25.427 102 102 BACKHOE OPERATOR 1.00 4.00 MH 44.155 177 177 GRADE CHECKER 1.00 4.00 MH 30.450 122 122 LOADER OPERATOR 0.50 2.00 MH 38.065 76 76 PIPE LAYER 2.00 8.00 MH 35.780 286 286 PIPE BACKUP MAN 1.00 4.00 MH 30,450 122 122 1.00 4.00 MH 30.450 122 122 $1,962.52 30.0000 MH/LS 30.00 MH [660.8] 1.006 956 1,963 0.2500 Units/Hr 2.0000 Un/Shiftft * 0.0333 UnitTVlH 1,006.10 956.42 1,962.52 vY'-'-. : Trru .' ! A .J,- .. J/je^MncrMe'^ v;„:r : Qiian: ; (;MP J:A Ij Hfs

MAG B CONC (2,500 psi) 1,00 14.00 CY 104.000 1,456 1,456 ^......

STRUCTURE REBAR 1.00 400.00 LB 400 400

> Item Totals: 12600 - CONNECT EXISTING W/PIPE CQ|X,y^ 60"____ CMP '^r 1,046 5,239 $5,239.04 31.0000 MH/EA 62.00 MH 2.337 1,856 2,619.520 2 EA 'X 1,168.71 928.00 522.81 2,619.52

BID ITEM = 13000 Description = 6" AGGREGATE BASE ACCESS ROAD . Unit = SY TakeoffQuan: 1,047.000 EngrQuan: 1,047.000

Y02t22(L;A:J:i,vL::^GMDEP8HP;LMeElSSM^

RSGP RW Subgrade Prep rooCi 8.00 CH Prod: 1,047.0000 US Lab Pcs: 5.00 Eqp Pcs: 4.00 HOG MOTOR GRADER - 8.00 HR 79.050 632 632 613 SCRAPER IICY 1.00 8.00 HR 88.020 704 704 CAT CP433 COMPACTO 1.00 8.00 HR 58.850 471 471 WATER TRUCK-3800 GA 1.00 8.00 HR 42.530 340 340 BLADE OPERATOR 1.00 8.00 MH 45.677 365 365 COMPACTOR OPERATO 1.00 8.00 MH 38.065. 305 305 GRADE CHECKER 1.00 8.00 MH ! 30.452 244 244 SCRAPER/DOZER OPER 1.00 8.00 MH 38.065 305 305 TEAMSTER-3800GL WTR 1.00 8.00 MH 30.452 244 244 $3,609.30 0.0382 MH/SY 40.00 MH [0.917] 1,462 2,148 3.609 130.8750 Units/Hr 1,047.0000 Un/Shift * 26.1750 Unit/MH 1.40 2.05 3.45

---- RPABC RW Place ABC 4.00 CH Prod: 680.0000 US Lab Pcs: 3.00 Eqp Pcs: 2.00 HOG MOTORGRADER 1.00 4,00 HR 79.050 316 316 WATER TRUCK-3800 G/ 1.00 4.00 HR 42.530 170 170 BLADE OPERATOR 1.00 4.00 MH 45.680 183 183 GRADE CHECKER 1,00 4.00 MH 30.450 122 122 1.00 4.00 MH 30.450 122 122 $912.64 0.0352 MHATN 12.00 MH [ 0.824 ] 426 486 913 85.0000 Units/Hr t ♦ 28.3333 UnitMH 1.25 1.43 2.68 /sgtSLjsiiaaiiiBSiiEiAiaAijSMi^ Scottsdale No. 2019-102-COS Exhibit C.2 - Page 97 of 109

Haydon Building Corp. Page 47 19-014-02 SCOTTSDALE CROSSROADS EAST DRAINAGE GMP 06/12/2019 11:44 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 13000 Description = 6" AGGREGATE BASE ACCESS ROAD Unit = SY Takeoff Quan: 1,047.000 EngrQuan: 1,047.000 RFGA RW Fine Grade ABC 4.00 CH Prod: 2,094.0000 US Lab Pcs: 5.00 Eqp Pcs: 4.00 140G MOTOR GRADER 1.00 4.00 HR 79.050 316 316 613 SCRAPER IICY 1.00 4.00 HR 88.020 352 352 CAT CP433 COMPACTO 1.00 4.00 HR 58.850 235 235 WATER TRUCK-3800 GA 1.00 4.00 HR 42.530 170 170 BL/VDE OPERATOR 1.00 4.00 MH 45.680 183 183 COMPACTOR OPERATO 1.00 4.00 MH 38.065 152 152 GRADE CHECKER 1.00 4.00 MH 30.450 122 122 SCRAPER/DOZER OPER 1.00 4.00 MH 38.065 152 152 TEAMSTER-3800GL WTR 1.00 4.00 MH 30.450 122 122 $1,804.64 0.0191 MH/SY 20.00 MH [ 0.458 ] 731 1,074 1,805 261.7500 Units/Hr 2,094.0000 Un/Shift * 52.3500 UnitTMH 0.70 1.03 1.72

Quin: ni 34(#):M;tHr^hirt?T:i8;p0ii-Gidr'508;i>W^

MAG ABC 1.00 340.00 TN 13.100 4,454 4,454

~> Item Totals: 13000 - 6" AGGREGATE BASE ACCESS ROAD $10,780.58 0.0687 MH/SY 72.00 MH [ 1.643 4,454 3,708 10,781 10.297 1047 SY 4.25 3.54 10.30

BE) ITEM = 13100 Description = FENCE GATES EA Takeoff Quan: 1.000 EngrQuan: 1.000

FENCE 1.00 980.000 980 980

O'

$6,683,903.88 Report Totals (( 41;401.52 MH 1,813,014 1,509,283 254,288 2,263,222 844,096 6,683,904

>» indicates Non Additive Activity -----Report Notes:----- The estimate was prepared with TAKEOFF Quantities. This report shows TAKEOFF Quantities with the resources.

Actual Unit Cost is used, which includes taxes, escalation, etc.

Bid Date: Owner: Engineering Firm: Estimator-In-Charge:

* on units of MH indicate average labor unit cost was used rather than base rate. [ ] in the Unit Cost Column = Labor Unit Cost Without Labor Burdens In equipment resources, rent % and EOE % not = 100% are represented as XXX%YYY where XXX=Rent% and YYY=EOE% -----Calendar Codes----- 508 5 X 8 HR WEEK (Default Calendar) 510 5 X 10 HR WEEK 610 6 X 10 HR WEEK WK WEEKEND WORK Direct Cost Report - Sewer Scope Scottsdale No. 2019-102-COS Exhibit C.2 - Page 98 of 109

Haydon Building Corp. Page 1 19-020-01 SCOTTDALE-CROSSROADS EAST JACK BORE GMP 06/12/2019 12:32 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

PARENT ITEM: 1000 Description = MOBILIZATION Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000 Listing of Sub-Biditems of Parent Item 1000:

BID ITEM = 1010 Description = HBC MOBILIZATION Unit = LS Takeoff Quan: 1.000 Engr Quan: 0.000 ■I"::®

ZMOB HBC Equipment Mob 24.00 CH Prod: 24.0000 CH Lab Pcs: 3.00 Eqp Pcs: 1.00 TRANSPORT 1.00 24.00 HR 93.500 2,244 2,244 GENERAL LABOR 1.00 24.00 MH 25.427 610 610 UNIVERSAL OPERATOR 1.00 24.00 MH 41,110 987 987 TEAMSTER-TRANSPOR 1.00 24.00 MH 38.978 935 935 $4,776.39 0.6000 MH/HR 72.00 MH [13.86] 2,532 2,244 4,776 5.0000 Units/Hr ' 40.0000 Un/Shift 1.6667 Unit/MH 21,10 18.70 39.80

------> Item Totals: 1010 - HBC MOBILIZATION $4,776.39 72.0000 MH/LS 72.00 MH [ 1663,2 ] 2,532 2,244 4,776 4,776.390 1 LS 2,532.39 2,244.00 4,776.39

BID ITEM 1020 Description = SUBCONCTRACTOR MOBS LS Takeoff Quan: 1.000 Engr Quan: 0.000

JACK & BORE 1.00 1.00€^ 2,500.000 2,500 2,500.

______Total of Above Sub-Biditems

=,====> Item Totals: 1000 -.J^OBJ.LIZATION . $7,276,39 72.0000 MH/LS (( 72.00 MH [ 1663.2 ] 2,532 2,244 2,500 7,276 7,276,390 1 LS '''W' 2,532.39 2,244.00 2,500.00 7,276.39

BID ITEM : 2000 Description : TRAFFIC CONTROL Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000

TRAFFIC CONTROL 1.00 3.00 MO 3,000,000 9,000 9,000

BID ITEM 3000 Description = DUST CONTROL Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 99 of 109

Haydon Building Corp. Page 2 19-020-01 SCOTTDALE-CROSSROADS EAST JACK BORE GMP 06/12/2019 12:32 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 3000 Description = DUST CONTROL Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000 ZDC Dust Control 400.00 CH Prod 50.0000 S Lab Pcs: 0.25 Eqp Pcs: 0.25 WATER TRUCK-3800 GA 0.25 100.00 HR 42.530 4,253 4,253 TEAMSTER-3800GLWTR 0.25 100.00 MH 30.452 3,045 3,045 $7,298.20 2.0000 MH/DA 100,00 MH [40] 3,045 4,253 7,298 0.1250 Units/Hr 1.0000 Un/Shift 0.5000 Unit/MH 60.90 85,06 145,96

=====> Item Totals: 3000 - DUST CONTROL $7,298.20 100.0000 MH/LS 100,00 MH [ 2000 ] 3,045 4,253 7,298 7,298.200 1 LS 3,045,20 4,253.00 7,298.20

BID ITEM = 3500 Description = CONSTRUCTION WATER Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000

CONSTRUCTION WATE 1.00 624.00 MGAL 5.000 3,120 3,120

=====> Item Totals: 3500 - CONSTRUCTION WATER $3,120.00 4vl 3,120 3,120 3,120.000 1 LS 3,120.00 3,120.00

BID ITEM 4000 ■ Description = POTHOLING ^'^^^nlti LS Takeoff Quan: 1.000 Engr Quan: 1.000 j -ij;'"

ZPH Pot Hole Utilities CH Prod 0.2500 US Lab Pcs: 2.00 Eqp Pcs: 1.00 SOFT DIG MACHINE 1.00 hr 175.000 5,600 5,600 GENERAL LABOR 2.00 MH 25,427 1,627 1,627 $7,227.36 64,0000 MH/LS /iST^^seAOO MH [1068.8] 1,627 5,600 7,227 0.0313 Units/Hr 0.2500 Un/Shift

l^g^THOLING Item Totals: 4000 $7,227,36 64.0000 MH/LS 64.00 MH [1068.8] 1,627 5,600 7,227 7,227.360 1 LS 1,627.36 5,600,00 7,227.36

BID ITEM 4500 Description = ADOT CONCRETE POTHOLE REPAIR Unit" AL Takeoff Quan: 1.000 Engr Quan; 1.000

ALLOWANCE FOR EXTR 1.00 1.00 AL 10,000.000 10,000 10,000

Item Totals: 4500 - ADOT CONCRETE POTHOLE REPAIR $10,000.00 [ ] 10,000 10,000 10,000.000 1 AL 10,000.00 10,000.00 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 100 of 109

Haydon Building Corp. Page 3 19-020-01 SCOTTDALE-CROSSROADS EAST JACK BORE GMP 06/12/2019 12:32 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM 5000 Description = SURVEY Unit= LS Takeoff Quan: 1.000 EngrQuan: 1,000

SURVEY 1.00 1.00 LS 5,000.000 5,000 5,000

BID ITEM 6000 Description = SWPPP Unit = LS Takeoff Quan: 1.000 EngrQuan: 1.000

7 LT'/irc, - V TT^T.ri,'; Li-Y/L'/x/TQLt/vT;

ECSL EC Sediment Logs & Waddles 8.00 CH Prod: 200.0000 US Lab Pcs: 5.00 Eqp Pcs: 3.00 GRADING TRACTOR W/ 1.00 8.00 HR 32.800 262 262 PIPE TRAILER 1.00 8.00 HR 2.200 18 18 PICKUP 1.00 8.00 HR 11.150 89 89 GENERAL LABOR 4.00 32.00 MH 24.800 794 794 GRADE TRACTOR OPER 1.00 8.00 MH 37.127 297 297 $1,459.85 0.2000 MH/LF 40.00 MH [ 3.672 ] 1,091 369 1,460 25.0000 Units/Hr 200.0000 Un/Shift 5.0000 Unit/MH 5.45 1.85 7.30 ,-..A

2.00 CH./^.^'Prod: ECSL EC Sediment Logs & Waddles 400.0000 US Lab Pcs: 5.00 Eqp Pcs: 3.00 GRADING TRACTOR W/ 1.00 2.00 HR <-v ^ 32.800 66 66 PIPE TRAILER 1.00 2.00 HR 2.200 4 4 PICKUP 1.00 2.00 HR 11.150 22 22 GENERAL LABOR 4.00 8.00 MH ■ 24.801 198 198 GRADE TRACTOR OPER 1,00 2.00IVIHLQC^ 37.130 74 74 $364.97 0.1000 MH/LF IO^OO^hJI [ 1.836 ] 273 92 365 l,M03%it/"-' 50.0000 Units/Hr 400.0000 Un/Shift j,it/MH 2.73 0.92 3.65

focp^'l.oo... LS 2,955.000 SWPPP 2,955

EROSION CONTROL LO 1.00 200.00 LF 1.000 200 200 EROSION CONTROL WA 1.00 100.00 LF 1,500 150 150 $350.00 [ ] 350 350 350.00 350.00

=====> Item Totals: 6000 - SWPPP $5,129.82 50.0000 MH/LS 50.00 MH [918] 1,363 350 462 2,955 5,130 5,129.820 ' 1 LS 1,363.32 350.00 461.50 2,955.00 5,129.82

BID ITEM 7000 Description = PERMITS-DUST Unit= LS Takeoff Quan: 1.000 EngrQuan: 1.000

DUSTPERMITO.l-10A 1.00 1.00 YR 795.000 795 795 DUST PERMIT 1 - 10 AC 1.00 0.00 YR 0.000 DUST PERMIT 10-50 AC 1.00 0.00 YR 0.000 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 101 of 109

Haydon Building Corp. Page 4 19-020-01 SCOTTDALE-CROSSROADS EAST JACK BORE GMP 06/12/2019 12:32 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 7000 Description = PERMITS-DUST Unit= LS Takeoff Quan: 1.000 Engr Quan: 1.000 DUST PERMIT 100- 500 1.00 0.00 YR 0.000 DUST PERMIT 50- 100 A 1.00 0,00 YR 0,000 DUST PERMIT 500 ACRE 1,00 0,00 YR 0.000 DUST PERMIT-ANNUA 1.00 0.00 YR 0.000 $795.00 [ ] 795 795 795.00 795.00

------> Item Totals: 7000 - PERMITS-DUST $795.00 [ ] 795 795 795.000 1 LS 795.00 795.00

PARENT ITEM = 8000 Description = ONSITE SUPERVISION- SITE SAFETY, FENCE & Unit = MO Takeoff Quan: 2.000 Engr Quan: 2.000 Listing of Sub-Biditems of Parent item 8000:

BID ITEM : 8010 Description = JOB MANAGEMENT Unit = LS Takeoff Quan: 1.000 Engr Quan: 0.000

%,.1^150 ==>PICKUP 1.00 160.00 HR 1,784 1,784 ==> SUPERINTENDENT 1.00 160.00 MH 89.380 14,301 14,301 V‘ $16,084.88 8.0000 MH/DA 160.00 MH [ 440 ] 14,301 1,784 16,085 0.1250 Unit/MH^^^' 715.04 89.20 804.24

'. .V .•'-T Tti?' ==>piCKUP 1.00 aoibo^^'^ 11.150 892 892 ==>PRQJECT ENGINEER 1.00 <^8M0 MH 72.247 5,780 5,780 $6,671.80 8.0000 MH/DA MH [ 368] 5,780 892 6,672 ,.yc:^^'!t250 Unit/MH 577.98 89.20 667.18 (( W ’’ =====> Item Totals: 8010 .pjCltelVljafNAGEMENT $22,756,68 240.0000 MH/LS d [ 12480] 20,081 2,676 22,757 22,756.680 1 LS 20,080.68 2,676.00 22,756.68

BID ITEM = 8020 Description = GENERAL EXPENSE Unit= LS Takeoff Quan: 1.000 Engr Quan: 0.000

J-JON 1,00 3.00 MONT 150.000 450 450

MOBILE PHQNE 2.00 2.00 MONT 250,000 500 500

FENCE RENTAL 1.00 500.00 MONT 0.200 100 100 Scottsdale No. 2019-102-COS Exhibit C.2-Page 102 of 109

Haydon Building Corp. Pages 19-020-01 SCOTTDALE-CROSSROADS EAST JACK BORE GMP 06/12/2019 12:32 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 8020 Description = GENERAL EXPENSE Unit = LS Takeoff Quan: 1.000 EngrQuan: 0.000

SjIlQ

WATERS, ICE 1.00 1.00 MO 300.000 300 300

VIDEO 1.00 1.00 EACH 1,000.000 1,000 1,000

DUMPSTER 0.50 1.50 MO 250.000 375 375

=====> Item Totals: 8020 - GENERAL EXPENSE $2,725.00 [ 1 2,725 2,725 2,725.000 1 LS 2,725.00 2,725.00

BID ITEM ^ 8030 Description , JOB ST8,S Unit= LS Takeoff Quan: 1.000 EngrQuan: 0.000

CIVIL SMALL TOOLS 1.00 774,00 MH j£\z(l00 1,548 1,548

=====> Item Totals: 8030 - JOB STS,S $1,548.00 N 1,548 1,548 1,548.000 1 LS 1,548.00 1,548.00 ______

BID ITEM 8040 Description = PROJECT SAFETY Unit = LS Takeoff Quan: 1.000 EngrQuan: 0.000 L;01i6152i;^.:j^:,:RRGgEGn7.SMEW&i§»pt:L;£.A.:riT:t-:.H-Quan:;;:L014;gp:MHclHrs/ShfL:::.uag0J;:ea35g8,^

PROJECT SUPPLIES -^1:00 1,014.00 MO 0.540 548 548

==== = > Item Totals: 8040 - PROJECT SAFETY $547.56 [ 1 548 548 547.560 1 LS 547.56 547.56

Total of Above Sub-Biditems

=====> Item Totals: 8000 - ONSITE SUPERVISION-SITE SAFETY, FENCE & $27,577.24 120,0000 MH/MO 240.00 MH [6240] 20,081 4,821 2,676 27,577 13,788.620 2 MO 10,040.34 2,410.28 1,338.00 13,788.62

BID ITEM 10000 Description = 18" SEWER Unit = LF Takeoff Quan: 225,000 EngrQuan: 225.000 Scottsdale No. 2019-102-COS Exhibit C.2-Page 103 of 109

Haydon Building Corp. Page 6 19-020-01 SCOTTDALE-CROSSROADS EAST JACK BORE GMP 06/12/2019 12:32 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM 10000 Description = 18" SEWER ■Unit = LF Takeoff Quan: 225,000 Engr Quan: 225.000 ...•- • • - ^0^102 A/i-l, '.vOr : V

py Pipe Valves & Tap Sleeves 16,00 CH Prod: 12.5000 US Lab Pcs: 4.00 Eqp Pcs: 1.00 CAT 365 1.00 16.00 HR 208.250 3,332 3,332 GENERAL LABOR 1,00 16,00 MH 25,427 407 407 BACKHOE OPERATOR 1.00 16.00 MH 41.110 658 658 PIPE LAYER 1.00 16.00 MH 35.781 573 573 PIPE BACKUP MAN 1.00 16.00 MH 30.452 487 487 $5,456.34 2.5600 MH/LF 64.00 MH [ 55.808] 2,124 3,332 5,456 1.5625 Units/Hr 12.5000 Un/Shift 0.3906 Unit/MH 84.97 133.28 218.25 ■ja^;sE#tR;0iPE;i'r.;[ ■'te S--;...... ' ■ 18" PVCC905 DR18 1.00 225.00 LF 24.000 5,400 5,400 ■;£,8jb6ls ■■

MAG ABC 1.00 35.00 TN 13.100 459 459

=====> Item Totals: 10000 - 18" SEWER $11,314,84 0.2844 MH/LF 64.00 MH [6.20T4 2,124 5,859 3,332 11,315 50.288 225 LF 944 26.04 14,81 50.29

A BID ITEM : 11000 Description = 60" SEWER MANHOLE- 20.5' DEEP EA Takeoff Quan: 1.000 EngrQuan: 1.000 A;.

PSH8 Pipe Shoring 8" Box 40.00 CH Prod: 0.2000 us Lab Pcs: 0.00 Eqp Pcs: 4.00 WALK BRIDGE 1.00 40.00 HR 4.400 176 176 MANHOLE BOX 3.00 120,00 HR 9.900 1,188 1,188 $1,364.00 [ ] 1,364 1,364 0.0250 Units/Hr 0.2000 Un/Shift 1,364.00 1,364.00

MANHOLE 1.00 1.00 EA 9,700.000 9,700 9,700

MAG ABC 1.00 100.00 TN 13.100 1,310 1,310 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 104 of 109

Haydon Building Corp. ■.-Page 7 19-020-01 SCOTTDALE-CROSSROADS EAST JACK BORE GMP 06/12/2019 12:32 AndyFlecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM : 11000 Description ^ 60" SEWER MANHOLE- 20.5' DEEP Unit= EA Takeoff Quan: 1.000 EngrQuan: 1.000

WATERWORKS MATERI 1.00 2.00 EA 44.000 88 88

=====> Item Totals: 11000 - 60" SEWER MANHOLE-20.5'DEEP $15,876.92 40.0000 MH/EA 40.00 MH [ 924] 1,407 1,398 3,372 9,700 15,877 15,876.920 1 EA 1,406.88 1,398.00 3,372,04 9,700.00 15,876.92

BID ITEM 12000 Description = 60" SEWER MANHOLE WITH DROP CONNECTION 2 Unit = EA Takeoff Quan: 1.000 Engr Quan: 1.000

EXMH Exc Manhole 8.00 CH Prod: 1,0000 US Lab Pcs: 3.00 Eqp Pcs: 3.00 CAT 365 1,00 8.00 HR 208.250 1,666 1,666 CAT 950 LOADER 1.00 8.00 HR 77.850 623 623 WATER TRUCK-3800 GA 1,00 8.00 HR 42.530 340 340 BACKHOE OPERATOR 1,00 8.00 MH 41.1JP 329 329 LOADER OPERATOR 1.00 8.00 MH 3M69VX? 305 305 ‘3^52,:^/ 244 TEAMSTER-3800GLWTR 1.00 8.00 MH 244 $3,506.06 24,0000 MH/EA 24.00 MH /^[^6] 877 2,629 3,506 0.1250 Units/Hr 1.0000 Un/Shift 0.0417 Unit/MH 877.02 2,629.04 3,506,06

EXCB Exc Catch Basin Prod 1.0000 US Lab Pcs: 5.00 Eqp Pcs: 3.00 CAT 330 W/COMP WHE 1,00 130,625 1,045 1,045 CAT 950 LOADER 1.00 77.850 623 623 HR 42.530 WATER TRUCK-3800 GA 1.00 %|^MH 340 340 BACKHOE OPERATOR 1.00. ^ 41,110 329 329 LOADER OPERATOR 1.00_,uu ‘^E>8.00 MH 35.780 286 286 PIPE BACKUP MAN 8.00 MH 30.452 244 244 TEAMSTER-3800GLWTR 1.00 8,00 MH 30.452 244 244 40.0000 MH/Efej--' $3,414.92 40.00 MH [ 924 ] 1,407 2,008 3,415 0.1250 Units/Hr 1.0000 Un/ShIft 0.0250 UnIt/MH 1,406,88 2,008.04 3,414.92

PSH8 Pipe Shoring 8" Box 56.00 CH Prod: 0.1429 US Lab Pcs: 0.00 Eqp Pcs: 4.00 TRENCH BOX 10X24 3.00 168,00 HR 16.500 2,772 2,772 WALK BRIDGE 1.00 56.00 HR 4.400 246 246 $3,018.40 [ ] 3,018 3,018 0,0179 Units/Hr 0.1429 Un/ShIft * 3,018.40 3,018.40

MANHOLE 1.00 1.00 EA 10,948.000 10.948 10,948 SAWCUT 1.00 2.00 EA 500.000 1,000 1,000 $11,948.00 [ 1 11.948 11,948 11,948.00 11,948.00

'.,02 402 ,, INSTALL DROP SEWERtoSiNECTlONS , Quan ' 100 EA Hrs/Shfti .8 00 -Cal SOS’ WC 5506 V ,,

py Pipe Valves & Tap Sleeves 8.00 CH Prod: 1.0000 US Lab Pcs: 4.00 Eqp Pcs: 1.00 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 105 of 109

Haydon Building Corp. Page 8 19-020-01 SCOTTDALE-CROSSROADS EAST JACK BORE GMP 06/12/2019 12:32 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 12000 Description = 60" SEWER MANHOLE WITH DROP CONNECTION 2 Unit= EA Takeoff Quan: 1.000 Engr Quan: 1.000 CAT 330 1.00 8.00 HR 115.125 921 921 GENERAL LABOR 1.00 8.00 MH 25.427 203 203 BACKHOE OPERATOR 1.00 8.00 MH 41.110 329 329 PIPE LAYER 1.00 8.00 MH 35.780 286 286 PIPE BACKUP MAN 1.00 8.00 MH 30.452 244 244 $1,983.16 32.0000 MH/EA 32.00 MH [697.6 1 1,062 921 1,983 0.1250 Units/Hr 1.0000 Un/Shift 0.0313 Unit/MH 1,062.16 921.00 1,983.16

...... , -r-- . Vi . V.:.',. ■ L’ : iguarVi:;^ ■V.- - :

MAG ABC ■1.00 60.00 TN 13.100 786 786 :Su4':v:.vi:w EA:4yHfL -J-mjMlWERPlMo'i,4. ■;,= M;^wci5a:)a:‘;

WATERWORKS MATERI 1.00 1.00 EA 1,195.000 1,195 1,195

•.’3.Q,i20L,_:. .i^uanV' l,;d:QA^;:^Aglift:Vr8,bbAMlMAvQ:^ :L^;6iSrE4’:; ' j" ‘'' a*' 1' ''''

MAG C CONC (2,000 psi) 1.00 7.00 CY 105.000 735 735

------> Item Totals: 12000 60" SEWER MANHOLE WITH DROP CONNECTION 2 $26,586.54 96.0000 MH/EA 96.00 MH [2197<&.] .3,346 2,716 8,576 11,948 26,587 26,586.540 1 EA %3.346,06 2,716.00 8,576,48 11,948.00 26,586.54

BID ITEM : 13000 Description = JACK&BORE48" STEEL CASING LF Takeoff Quan: 210.000 EngrQuan: 210.000

JACK & BORE 1.00 1,312.000 275,520 275,520

BID ITEM = 13500 (Hi Description = Dig & Shore Bore Pits (^jl) Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000

EXMH Exc Manhole 8.00 CH Prod: 1.0000 US Lab Pcs: 0.00 Eqp Pcs: 0,00 JACK & BORE 1.00 1.00 EA 2,700.000 2,700 2,700

:J.Y:.'V8EMj5HgRING;'..L>tA;i._L; ; Gjiian: :;i;4.VL;4— -v:.------

PSH8 Pipe Shoring 8" Box 480.00 CH Prod: ■0.0167 US LabPcs: 0.00 Eqp Pcs: 0.00 JACK & BORE 1.00 1.00 LS 28,183.000 28,183 28,183

7LQ2;235;/si;.:::vvjBEl0RE;liT^<:iv:,Vr;:L:riV:::dt.:,;,A^^

EXB Structural Backfill 8.00 CH Prod: 1.0000 US Lab Pcs: 4.00 Eqp Pcs: 3,00 CAT 950 LOADER 1.00 8.00 HR 77,850 623 623 CAT CP323 COMPACTO 1.00 8.00 HR 46.200 370 370 WATER TRUCK-3800 GA 1.00 8.00 HR 42.530 340 340 COMPACTOR OPERATO 1.00 8.00 MH 38.065 305 305 GRADE CHECKER 1.00 8.00 MH 30.452 244 244 LOADER OPERATOR 1.00 8.00 MH 38.065 305 305 TEAMSTER-3800GLWTR 1,00 8.00 MH 30.452 244 244 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 106 of 109

Haydon Building Corp. Page 9 19-020-01 SCOTTDALE-CROSSROADS EAST JACK BORE GMP 06/12/2019 12:32 Andy Flecky Cost Report

Activity □esc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 13500 Description = Dig & Shore Bore Pits Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000 $2,428.92 32.0000 MH/CY 32.00 MH [ 720 ] 1,096 1,333 2,429 0.1250 Units/Hr 1.0000 Un/Shift 0.0313 Unit/MH 1,096.28 1,332.64 2,428.92

=====> Item Totals; 13500 - Dig & Shore Bore Pits $33,311.92 32,0000 MH/LS 32.00 MH [ 720] 1,096 1,333 30,883 33,312 33,311.920 1 LS 1,096.28 1,332.64 30,883.00 33,311.92

BID ITEM = 14000 Description = BRACE EXISTING SEWER Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000

';c)2=^)2t: QuanL; ' 1J0 EA,:;ii1MSM;;Ij:^^:Caf:M;^

py Pipe Valves & Tap Sleeves 8.00 CH Prod: 1.0000 US Lab Pcs: 4.00 EqpPcs: 1.00 CAT 365 1.00 8.00 HR 208.250 1,666 1,666 GENERAL LABOR 1.00 8.00 MH 25.427 203 203 BACKHOE OPERATOR 1.00 8.00 MH 41.110 329 329 PIPE LAYER 1.00 8.00 MH 35.780 286 286 PIPE BACKUP MAN 1,00 8.00 MH 30,452 244 244 $2,728,16 32.0000 MH/EA 32.00 MH [697.6] 1,062 1,666 2,728 0,1250 Units/Hr 1.0000 Un/Shift 0.0313 Unit/MH ,0. X\yi;ib62.16 1,666.00 2,728,16

STEEL BEAMS (132LB/LF 1.00 3,300.00 LB '^> 0.350 1,155 1,155

=====> Item Totals: 14000 - BRACE EXISTING SEW£R=> $3,883.16 32.0000 MH/LS 32.00 [697.6 ] 1,i,062 1,155 1,666 3,883 3,883.160 1,062.16- 1,155,00 1,666.00 3,883.16

BID ITEM 15000 Description = 18" SEWER STUB Unit= EA Takeoff Quan: 1.000 Engr Quan: 1.000

7 HY

py Pipe Valves & Tap Sleeves 4.00 CH Prod: 10.0000 US Lab Pcs: 4.00 EqpPcs: 1.00 CAT 330 1.00 4.00 HR 115.125 461 461 GENERAL LABOR 1.00 4.00 MH 25.427 102 102 BACKHOE OPERATOR 1.00 4.00 MH 41.110 164 164 PIPE LAYER 1.00 4.00 MH 35,782 143 143 PIPE BACKUP MAN 1.00 4.00 MH 30.450 122 122 $991.58 3.2000 MH/LF 16.00 MH [69,76 ] 531 461 992 1.2500 Units/Hr 10.0000 Un/Shift 0.3125 Unit/MH 106.22 92,10 198.32

18-PVCC905 DR18 1.00 1.00 EA 1,821,000 1,821 1,821

MAG ABC 1.00 10.00 TN 13.100 131 131

=====> Item Totals: 15000 - 18" SEWER STUB $2,943.58 16.0000 MH/EA 16.00 MH [ 348.8 ] 531 1,952 461 2,944 2,943.580 1 EA 531.08 1,952.00 460.50 2,943.58 Scottsdale No. 2019-102-COS Exhibit C.2-Page 107 of 109

Haydon Building Corp. Page 10 19-020-01 SCOTTDALE-CROSSROADS EAST JACK BORE GMP 06/12/2019 12:32 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Materiai Matl/Exp Ment Contract Totai

BID ITEM 16000 Description = 15" SEWER STUB Unit= EA Takeoff Quan: 1.000 EngrQuan: 1.000

Pipe Valves & Tap Sleeves 4.00 CH Prod: 10.0000 US Lab Pcs: 4.00 Eqp Pcs: 1.00 CAT 330 1,00 4.00 HR 115.125 461 461 GENERAL LABOR 1.00 4.00 MH 25.427 102 102 BACKHOE OPERATOR 1.00 4.00 MH 41.110 164 164 PIPE LAYER 1.00 4.00 MH 35.782 143 143 PIPE BACKUP MAN 1,00 4.00 MH 30.450 122 122 $991.58 3.2000 MH/LF 16.00 MH [ 69.76 ] 531 461 992 1.2500 Units/Hr t 0.3125 Unit/MH 106.22 92.10 198.32 /Quahr; VT;-^ ,

15" HOPE 1.00 1.00 EA 1,211.000 1,211 1,211

tBb:E^-::Fif^sRm'/-agp;teair5^^ r'-F,: )t

MAG ABC 1.00 10.00 TN 13,100 131

=====> Item Totals: 16000 - 15" SEWER STUB •t-'K $2,333,58 16,0000 MH/EA 16.00 MH 531 1,342 461 2,334 2,333.580 1 EA 531,08 1,342.00 460.50 2,333.58 V( ______v/>- Vs BID ITEM 20000 Description SLEEVES FOR 10" HDPE FORCEMAIN UNDER CH1A;S 'Upit • LF Takeoff Quan: 260.000 Engr Quan: 260.000 •FgS3SiHiS|T;Sl"figP^

PS Pipe Small Diameter 12.00 CH Prod: 173.3333 US Lab Pcs: 8.00 Eqp Pcs: 4.00 CAT 330 1.00 :-^2,pa HR 115.125 1,382 1,382 CAT 950 LOADER ^S;i2:bo HR 77.850 934 934 RAYGO COMPACTOR W \1'-12,00 HR 42.200 506 506 WATER TRUCK-3800 GA^I .00“i' 12.00 HR 42.530 510 510 GENERAL LABOR V# 12.00 MH 25.427 305 305 BACKHOE OPERATOR: "^1^00 12.00 MH 41.110 493 493 COMPACTOR OPERATO 1.00 12.00 MH 38.065 457 457 GRADE CHECKER 1.00 12.00 MH 30.451 365 365 LOADER OPERATOR 1.00 12.00 MH 38.065 457 457 PIPE LAYER 1.00 12,00 MH 35.780 429 429 PIPE BACKUP MAN 1.00 12.00 MH 30.451 365 365 '365 TEAMSTER-3800GL WTR 1.00 12.00 MH 30.451 365 $6,570.10 0.3692 MH/LF 96.00 MH [8.178] 3,238 3,332 6,570 21.6667 Units/Hr 173.3333 Un/Shift 2.7083 Unit/MH 12,45 12.82 25.27

18" STEEL CASING 1.00 260.00 LF 35.000 9,100 9,100 WATERWORKS MATERI 1,00 4.00 EA 35.000 140 140 $9,240.00 [ ] 9,240 9,240 35.54 35.54

MAG ABC 1.00 200.00 TN 13.100 2,620 2,620 Scottsdale No. 2019-102-COS Exhibit C.2 - Page 108 of 109

Haydon Building Corp. Page 11 19-020-01 SCOTTDALE-CROSSROADS EAST JACK BORE GMP 06/12/2019 12:32 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM = 20000 Description = SLEEVES FOR 10" HDPE FORCEMAIN UNDER CHA Unit = LF Takeoff Quan: 260.000 Engr Quan: 260.000

PSH8 Pipe Shoring 8" Box 16.00 CH Prod: 130.0000 US Lab Pcs: 0,00 Eqp Pcs: 3.00 TRENCH BOX 8X24 1.00 16.00 HR 15.400 246 246 TRENCH BOX 10X24 1.00 16.00 HR 16.500 264 264 WALK BRIDGE 1.00 16.00 HR 4.400 70 70 $580.80 I 1 581 581 16.2500 Units/Hr 130.0000 Un/Shift 2.23 2.23

tern Totals: 20000 SLEEVES FOR 10" HDPE FORCEMAIN UNDER CHA $19,010,90 0.3692 MH/LF 96.00 MH [8.178] 3,238 11,860 3,913 19,011 73.119 260 LF 12.45 45.62 15.05 73.12

BID ITEM 21000 Description ^ SLEEVES FOR 2" ELECTRICAL CONDUIT Unit= LF Takeoff Quan: 260.000 Engr Quan: 260.000

■-LLL^iiLiahi 8.M • ■

Pipe Small Diameter 12.00 CH Prbdj^' 173.3333 US Lab Pcs: 8.00 Eqp Pcs: 4.00 CAT 330 1.00 12.00 HR 1,382 1,382 CAT 950 LOADER 1,00 12.00 HR _^''t\77:850 934 934 RAYGO COMPACTOR 1.00 12.00 HR '42 200 506 506 WATER TRUCK-3800 GA 1.00 12.00 HR % 'V 42.530 510 510 GENERAL LABOR 1.00 12.00 MH 25.427 305 305 12.00 MH<;f.S>\‘ BACKHOE OPERATOR 1.00 41.110 493 493 COMPACTOR OPERATO 1.00 12.00 1^%/ 38.065 457 457 GRADE CHECKER 1.00 30.451 365 365 LOADER OPERATOR 1.00 38.065 457 457 PIPE LAYER 1.00 35.780 429 % 429 PIPE BACKUP MAN 1.00 MH 30.451 365 365 TEAMSTER-3800GLWTR 1.00.^-C?Ti100 MH 30.451 365 365 0.3692 MH/LF ff aS"%6.00 MH $6,570.10 [8.178] 3,238 3,332 6,570 21.6667 Units/Hr 173.3333 Un, 2.7083 Unit/MH 12.45 12.82 25.27

6 IN DIP 1.00 260.00 LF 9.500 2,470 2,470 WATERWORKS MATERI 1.00 4.00 EA 35.000 140 140 $2,610.00 [ ] 2,610 2,610 10.04 10.04

MAG ABC 1.00 100.00 TN 13.100 1,310 1,310 ,p_...... ',.3.4t50Pj ' , j _ -MMiSHORlSGO, V ...LS.,.:. :Jb:. '.'I... PSH8 Pipe Shoring 8" Box 16.00 CH Prod: 130.0000 US Lab Pcs: 0.00 Eqp Pcs: 3.00 TRENCH BOX 8 X 24 1.00 16.00 HR 15.400 246 246 TRENCH BOX 10X24 1,00 16.00 HR 16.500 264 264 WALK BRIDGE TOO 16.00 HR 4,400 70 70 $580.80 I ] 581 581 16.2500 Units/Hr 130.0000 Un/Shift 2.23 2.23

Item Totals: 21000 - SLEEVES FOR 2" ELECTRICAL CONDUir Scottsdale No. 2019-102-COS Exhibit C.2-Page 109 of 109

Haydon Building Corp. Page 12 19-020-01 SCOTTDALE-CROSSROADS EAST JACK BORE GMP 06/12/2019 12:32 Andy Flecky Cost Report

Activity Desc Quantity Unit Perm Constr Equip Sub- Resource Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total

BID ITEM : 21000 Description = SLEEVES FOR 2" ELECTRICAL CONDUIT Unit = LF Takeoff Quan: 260.000 EngrQuan: 260.000 $11,070.90 0.3692 MH/LF 96.00 MH [8.178] 3,238 3,920 3,913 11,071 42.580 260 LF 12.45 15.08 15.05 42.58

$484,276.35 Report Totals •" 1,014.00 MH 45,222 32,517 16,771 42,261 347,506 484,276

>>> indicates Non Additive Activity ------Report Notes:------The estimate was prepared with TAKEOFF Quantities. This report shows TAKEOFF Quantities with the resources.

Actual Unit Cost is used, which includes taxes, escalation, etc.

Bid Date: Owner: Engineering Firm: Estimator-In-Charge:

• on units of MH indicate average labor unit cost was used rather than base rate. [ ] in the Unit Cost Column = Labor Unit Cost Without Labor Burdens In equipment resources, rent % and EOE % not = 100% are represented as XXX%YYY where XXX=Rent% and YYY=EOE% -Calendar Codes- 508 5 X 8 HR WEEK (Default Calendar) 510 5 X 10 HR WEEK 610 6X10HRWEEK WK WEEKEND WORK 4T