Signed Contracts_Weed Control Flood Control Sytem Spraying 2023 Copyrighted
August 7, 2023
City of Dubuque Consent Items # 026.
City Council Meeting
ITEM TITLE: Signed Contract(s)
SUMMARY: American Queen Steamboat Operating Company, LLC forthe Docking
Services Agreement; Celebration Belle for the 2023 Docking
Agreement; Dubuqueland Door Company for the Municipal Services
Center Salt Shed Door Replacement Project; Graymont Western Lime
forthe Eagle Point Water Plant High Calcium Quicklime; lowa Based
Milling for the 2023 Asphalt Milling Project; J&R Supply, I nc for the Ring
& Lids - Metal Supply; Landmark Turf Services, LLC for the Weed
Control Flood Control System Spraying 2023; McDermott Excavating for
the Radford Road Concrete Pavement Repair Project; WHKS & Co. for
the Burlington St. Water Main I mprovement Project.
SUGGESTED Suggested Disposition: Receive and File
DISPOSITION:
ATTACHMENTS:
Description Type
Docking Services Agreement-American Queen Supporting Documentation
2023 Docking Agreement- Celebration Belle Supporting Documentation
Municipal Services Center Salt Shed Door Supporting Documentation
Replacement Project
Eagle Point Water Plant High Calcium Quicklime Supporting Documentation
Project
2023 Asphalt Milling Project Supporting Documentation
Ring & Lids- Metal Supply Supporting Documentation
Weed Control Flood Control System Spraying 2023 Supporting Documentation
Radford Road Concrete Pavement Repair Project Supporting Documentation
W HKS - Burlington Street Contract Supporting Documentation
�'HT�C'Ti'Y C)�
� � �i'�� �'� �L8��.!�l�� .
Puhlic Works Department
925 K�rper Court
tVl�s��a pi�c�at� t�l�cx M��sr,�si��i Dubuque, IA 5200'[
(563} 589-425Q
CITY OF DUBUQUE, IOWA
SHORT FORM
VENDOR SERVICE AGREEMENT
TH{S VENDOR SERVlCE AGR�EMENT (the Confract), made in firi�l9cate, between the City
of Dubuque, lowa (City), by its Ci�y Manager, fihrougf� authority conferred u�on the City Manager
by its Cify Council and
Landmark Turf Services, L�C (Vendor) of
(Vendor Name)
7524 N Ravmond RD, Dunkerton lowa 50626 .
(Vendor Address-Gity and State) �
PR�JECT TlTLE: WEED CONTOL FLOOD CONTROL SYSTEM SPRAYING 2023
For and in cor�sideration of the mutual co�enants herein con#ained, fh� par�ies here�o agree as
follows:
VEN�OR AGREES:
1. To fi�rnish all materiai and equipment and to perFarm a{I labor necessary for {the Pro,�ct :
weed control along both the I�nd side and river side of the flood control system anci additional
Add on areas as requested.
D�li�erables include weed control at fihe fo[lowing areas:
Treatment of approxima�ely 512,815 QF o# clean stone on the land side of the levee system
Treatment ofi approximately 200,000 SQ YDS of rip rap o� �he ri�er side of the le�ee sys�em
Treatment af a roximate[ 28,83� SQ YDS Lower Bee Branch Retention bas9n and channel area
Treatment of approxirnate[y 5,857 SQ YDS af Rip Rip on the river side of AY McDona�d Park '
Treatment of approxfmateiy 7,C00 SQ FT of clean s�one at the Municipal Ser�ices Center
Trea� area identified at the Jacicson Street Storm Water Pumping Sta�ian
Treat identif[ed rip rap area along ri�er s�de of Miller Riverview Park
Tre�t PW storage lot a{ong Water Street in the South Port
Tl�e Project shall be completed in strict accordance w9th the terms as described in this Cantract;
in strict accordance with the requirements of the laws of the State o� lowa and ordinances of th�
City of Dubuque, and in accordance with th� Request For Praposal (RFP) Documenfis which
provisions and documer�fis are eac� and all �ereby referred to and made a park of this Contract
just as much as if the detailed stafements thereof were repeated �erein.
Pa�e 1 of 4
, - - -
2. Contract Documents shall mear� ar�d include the follawing: This Contract; ail ordinances and
resolufiions heretofore adopted by the City Counc�l ha�ing to do wi�h this Project; tl�e Ver�dor's
Proposal; and any, P�ans and Specifications and General Requirements as adopted by tf�e City
Council fvr tt�e Project wt�ich are �isted in the Special Condit�ons se�tion of this Contract.
3. All materials us�d f�y th� Vendor on this Project s�all be af the quality required f�y ti�e Confiracfi
Documents and shafl be put in pla�e in accordance with the Contract Documents.
4. The Vendor shalf remo�e any mater�als rejected by the City Manager as def�ctive or improper,
or any of said worlc condemned as unsuitable or defective, and the same shail be replac�d or
done anew �o the satisfaction of fhe City Manager afi #he cost and expense of tl�e Vendor.
5. The Vendor has read ar�d Unders�ands fhe Contract Documenfis and has examine� an�
understands the project description described in S�ction 1 af this Agreement and any afifiached
Special Conditio�s l�erein referred to and agrees not to plead misunderstanc�ing or deception
because of estimates of quar�tifiy, character, location or other conditions surrounding th� same.
6. The Vendor shall fuliy comp�ete �he F'roject under this Contract on or before
September 1, 2023. _ _
(DATE)
7. INDEMN�FICATION FROM THIRD PARTY CLAIMS. To the fulles� extent permitted by law,
Vendor shall defend, �r�demnify and hold harmless Ci#y, ifis officers and employees, from and
against al1 claims, damage�, losses and expenses claimed by third parfi9es, bufi not 9ncluding any
claims, damages, lass�s or �xp�nses of the par�ies to tf�is Cor�tract, including but not [imited fio
attorneys' fees, arisEng out of or resulting from performance of this Contract, provided that such
c�aim, damages, loss or expense is attributable to bodily inj�ary, sickness, disease or death, or
injury to or destruction of property, including loss of use resultin� t�erefrom, b�at only ta the exter�t
caused in whole or in part i�y negfigenfi acts or omissions of Vendor, or anyone directly or indirectly I
emplayed by Vendor or anyor�e for whose acfs Vendor may be liable, regardless of whefif�er or I
nat such claim, damage, loss or expense is caused in part by a party indemnified hereunder. !,
8. Un�ess otherwise spec�fied in the Contracf Documer�ts, prior to the commencement of any work �I
�n th9s Projecfi and at all fiimes during the �erFormance of th�s Confiract, the Vendor shali pro�ide
evidenc� of insurance which meefis t�e requfremenfs of the Cifiy's Insurance Schedule attact�ed
to tl�is Con�rac� and listed in the Special Conditions sect9on.
9. The Vendor agrees that no wark under this Contract shall commence on the Project ur�til th� City
has issued a written "Notice #o Proceed" to the Vendor. Ar�y work started by tt�e Vendor prior the
issuance of fhe Notice to Proceed shall be considered unauthorized and done at the sofe risk ta
the Vendor.
'f 0. The Gity of Duf�uc�ue in accardance with Tjtle VI of the Ci�EI Rights Act of 1964, 78 Stat. 252, 42
U.S.C. 2�OOd-2000d-4 and Title 49, Code of Federal Regufations, Department of Trar�sporta�ion,
Subtifile A, Office ofithe Secrefiary, Part 21, Nondiscrimination in Federally assisted programs of
the Department of Transportation issued pursuant ta such Act, hereby nofiifies a�l bidders tf�at ifi
Page 2 of 4
� will��fi��tiv�ly 6n�sar��h��i� �€�y�c�r�tr�c��n��r�d i�t�a�ur�u�r����, ��ais�dv�r�is�r�e�t, �ai�tpr�fi�
�u�ir�����nt�rpri���wiE� �i� ��€r�rd�d f�ll���car��ni�yta �u�mit k�id� irt r��per��� �r� �hi� ir�vi��tic��
�r�d u�ril{r�c�� be �f��r�mir����d���ir��t a� th� grour�d��f rac�, ��I�r, ���ia��f c�r�gir�,���c, �r��, c�r
di�abifi�#n ����#�i�r�tiar� f�r�n ��nr�rd.
`�'h�� ���°�.A������«
l�lpcar�t�a�c�r�pl�#i�n �f�t�i��o�tra��, ��d ti��a�c�pt�n��e�fth�F'�c�j��t b� fh��i�y �itar����r,
�h���t��c�r����ra ����s��r�dc�r��fu E{��m�����tic��r���th�c�m�fet����form������t�i��ca�f��ct,
th� �rn�u��d��e�m�r��d fc�r fi4�� �at�d �r�rlc cc�mp�et�ci �� �hc� pric�� s��ted €r� �i�r� �/��dca�'� �rc��as�{
�nd I�s����lit��i���ed d�r�����pr�vf��d��ar in �t���€���r�c4 t�ac�m�rtts. Tt��; �rc�rGc�s �t�t�d �r� #��
��r�fr��� C}c�c�ar����:�i� �ppro�im�f� �anly, �r�d t�e fin�l p�yrr��n����il E�� ���� �c�r th� ���c��! v�ra�C
����I���d �s li�t�d ��I�r� in �hi� ��n�r���.
����"��CT��t1�U�T ��.��1��8 �.��.�
�� �ttAX11V13Jf5ltl �C?t�Tf�C f' A�PyIC3tJN�" �'u�A�,f� �� (�6Mf1`�Ca TC3 A�4 I�VC€��A�� �� 9�„,,.,% Q��3-1E �1E3UV�
Ll�1�l� �S"fIMAT�t°a AfVft�Ui�T
���`��� �}������, ���� ������o
��; ���� ' 06/01_/2023__ L. ��� � � ��t �` � �e r �; �.d �t.�Ca
�����1 �.�l�� ill9g�r°E �f��� __ ��amp�r°ry I��rn�
�i�4��n���r ,� '
��: _�� � � � � �,���
� _____
�i gn���r� �3a��
�� 1c � � � �l � t
�rin��d �l�m�
� r � �,"a r,� �..��.�._.�.,._.�...
�"i��
�'�iV������N��B�.����Nf�[�'� �F
��'T,�{��#�C� ���Cl��,��N���'��t��b
�-
�y; � °� � �f ��d�
�..�..�. ,�,,.dp.. _ __--
Sig���r� ���a
! ; 9 ��. �i� �� rer�
�r�n��;d �l�f�'1�
P r � �. ���°- _______.�._
Titl�
�'��� � o�4
The fo�lowin S ecia! Cor�ditinns shall appl to this Pro'ect:
THE ATTACHED LETTER DATED MARCH 17, 2023, HAS IDENTIF'ED THE PRfCE PER AREA
AND WILi. BE USED FQR PROGRESS PAYMENTS AS REQUESTED.
REV. Q7/18
Page 4 of 4