Loading...
Award Construction Contract - Tamarack Sanitary Sewer Extension Project (Project ID: 5581500001)City of Dubuque City Council Meeting Action Items # 06. Copyrighted June 17, 2024 ITEM TITLE: Award Construction Contract - Tamarack Sanitary Sewer Extension Project (Project ID: 5581500001) SUMMARY: City Manager recommending City Council Award the construction contract for the Tamarack Sanitary Sewer Extension Project construction contract, pending Iowa Financing Authority (IAF) approval, through the adoption of the enclosed resolution, to Boomerang Corp. of Anamosa, Iowa, in the amount of $675,319.50. SUGGESTED DISPOSITION: ATTACHMENTS: Description MVM Memo Staff Memo Resolution Bid Tab Contract Award Form RESOLUTION Awarding Public Improvement Construction Contract for the Tamarack Sanitary Sewer Extension Project Suggested Disposition: Receive and File; Adopt Resolution(s) Letter of Award Recommendation Type City Manager Memo Staff Memo Resolutions Supporting Documentation Supporting Documentation Supporting Documentation THE C Dubuque DUj!BQTE WAWca 914 Masterpiece on the Mississippi YP pp aoo�•o 13 zai7*20*�oi9 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Award Construction Contract - Tamarack Sanitary Sewer Extension Project (Project ID: 5581500001) DATE: June 11, 2024 City Engineer Gus Psihoyos is recommending City Council Award the construction contract for the Tamarack Sanitary Sewer Extension Project construction contract, pending Iowa Financing Authority (IAF) approval, through the adoption of the enclosed resolution, to Boomerang Corp. of Anamosa, Iowa, in the amount of $675,319.50. I concur with the recommendation and respectfully request Mayor and City Council approval. Mic ael C. Van Milligen MCVM:sv Attachment cc: Crenna Brumwell, City Attorney Cori Burbach, Assistant City Manager Gus Psihoyos, City Engineer Jenny Larson, Chief Financial Officer Deron Muehring, Water & Resource Recovery Center Director Bob Schiesl, PE, Assistant City Engineer Max O'Brien, PE Civil Engineer Todd Irwin, Engineering Technician THE CITYF DUijB- EE Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer DATE: June 10, 2024 Dubuque AII•Ameriea City -1x_II. 2007-2012-2013 2017*2019 SUBJECT: Award Construction Contract - Tamarack Sanitary Sewer Extension Project (Project ID: 5581500001) INTRODUCTION This memorandum requests the City Council award the Tamarack Sanitary Sewer Extension Project construction contract pending Iowa Financing Authority (IAF) approval. BACKGROUND In 1998 the City began to extend sanitary sewer along Granger Creek, for the Dubuque Technology Park development. The Granger Creek Interceptor Sewer (GCIS) extension consisted of the Granger Creek Pump Station and approximately 17,600 LF of both 20 inch and 18" diameter pipe. In 2015, the City extended the interceptor sewer, continuing along Granger Creek and U.S. Highway 151/61, to the Dubuque Regional Airport. The GCIS extension increased the sanitary Sewer Shed 4 to approximately 6,300 acres. Since the GCIS and the extension to the Dubuque Regional Airport has been completed, several adjacent areas in or near Key West have connected to the City's sewer system, such as Table Mound Mobile Home Park, Kerrigan Heights Subdivision, Truck Country, a portion of Twin Ridge Subdivision, and Silver Oaks Subdivision. Tamarack Business Park and the City's Crossroads Industrial Park, along with other adjacent parcels, are also able to be served by GCIS. The City of Dubuque submitted a facility plan, based on the results of an intensive evaluation of the existing interceptor collection and pumping systems that convey sewage to the Water Resource Recovery Center (WRRC), to Iowa Department of Natural Resources (IDNR), in September of 2021. The facility plan identified three improvement projects related to the Granger Creek Interceptor Sewer System: Granger Creek Lift Station Capacity Improvements, Twin Ridge Sanitary Sewer Extension and lagoon abandonment and the Tamarack Sanitary Sewer Extension. The Tamarack Sanitary Sewer Extension Project will extend sanitary sewer service to the existing unsewered commercial development, Tamarack Business Park, and provide future sanitary sewer service opportunities for the Crossroads Industrial Park area along with adjacent developed and undeveloped areas to the west. DISCUSSION On June 6, 2024, the City received ten bids for the Tamarack Sanitary Sewer Extension Project. The attached bid tabulation sheet summarizes the bids received by the City. The low bid was received from Boomerang Corp. of Anamosa, Iowa, in the amount of $675,319.50 which is 13.01 % below the Engineer's estimate of $776,358.25. The execution of the Contract may be delayed pending approval from the Iowa Financing Authority (IAF). RECOMMENDATION I recommend that the City Council award the construction contract, for the Tamarack Sanitary Sewer Extension Project, to Boomerang Corp. pending Iowa Financing Authority (IAF) approval. BUDGETIMPACT The awarded cost for the Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment Project is summarized as follows and is one of three projects to be included in a single State Revolving Loan Fund (SRF) loan being utilized to fund the projects. The Twin Ridge Sanitary Sewer Ext and Lagoon Abandonment Project and the Granger Creek Lift Station Improvements Project are presented under separate memos: Description Estimate Planning & Design $ 56,650.00 Construction $ 675,319.50 Contract Admin / Construction Engineering $ 50,000.00 Contingency $ 73,472.39 City Staff & Legal $ 9,404.39 0.5% SRF Loan Origination Fees $ 5,153.00 Total Project Cost $ 869,999.28 The SRF loan is being funded through multiple Fiscal Year appropriations as detailed below: Tamarack Sanitary Sewer Extension Project Funding FY 22 5581500001 Sanitary Sewer Extensions to Existing $ 233,500.00 Developments FY 23 5581500001 Sanitary Sewer Extensions to Existing $ 339,700.00 Developments FY 24 5581500001 Sanitary Sewer Extensions to Existing $ 404,200.00 Developments Total SRF Project Funding $ 977,400.00 ACTION TO BE TAKEN I respectfully request that the City Council Award the construction contract for the Tamarack Sanitary Sewer Extension Project construction contract, pending Iowa Financing Authority (IAF) approval, through the adoption of the enclosed resolution, to Boomerang Corp. of Anamosa, Iowa, in the amount of $675,319.50. Prepared by Todd Irwin, Engineering Technician cc: Jenny Larson, Chief Financial Officer Deron Muehring, Water & Resource Recovery Center Director Bob Schiesl, PE, Assistant City Engineer Max O'Brien, PE Civil Engineer Todd Irwin, Engineering Technician 3 Prepared by Todd Irwin My of Dubuque Enqineer€nq. 50 W. 131h St. Dubuque, IA 52009 563 589-4270 Return to Adrienne N. 8reitfoldor City Clerk City of Dubuque, 50 W. 13`h St, Dubuque, IA 52001 (563)589-4100 RESOLUTION NO. 203-24 AWARDING PUBLIC IMPROVEMENT CONSTRUCTION CONTRACT FOR THE TAMARACK SANITARY SEWER EXTENSION PROJECT WHEREAS, sealed proposals have been submitted by contractors for the Tamarack Sanitary Sewer Extension Project, (the Project) pursuant to Resolution No. 117-24 and Notice to Bidders published on the City of Dubuque, Iowa website and plan room service with statewide circulation on the 8th day of May 2024; and WHEREAS, said sealed proposal was opened and read on the 6th day of June 2024 and it has been determined that Boomerang Corp., of Anamosa, Iowa submitted low bid in the amount of $675,319.50, and is the lowest responsive, responsible bidder for the Project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: SECTION 1. That a Public Improvement Construction Contract for the Project is hereby awarded to Boomerang Corp. and the City Manager is hereby directed to execute a Public Improvement Construction Contract on behalf of the City of Dubuque for the Project, subject to the concurrence of the Iowa Financing Authority. Passed, adopted, and approved this 17th day of June 2024. rad M. a Niayor Attest: � 4,/"�" "- Adrienne N. Breitfelder, City Clerk THE CITY OF DUB E Masterpiece on the Mississippi City of Dubuque, Iowa Bid Tabulation Project Title: Tamarack Sanitary Sewer Extension Bid Date Engineer's Estimate 9 Boomerang Cor g P Pirc-Tobin Construction, Inc. Tem erle ExcavatingNR P y ( ) To Grad Excavating Inc. P g McDermott Excavating 9 Dave Schmitt Construction Co. Inc. SRF#CS192104901 6-Jun-24 LNO. R FRIA UNIT NATED TOTAL PRICE BPRICE TOTAL PRICE BID PRICE TOTAL PRICE BIDTOTAL TOTAL PRICE BPRICE TOTAL PRICE BID TOTAL PRICE BID ITEM DESCRIPTION NUMBER QUANTITY UNIT PRICE UNI UNIT UNIT PRICE UNIT PRICE UNI UNIT Division 2010 - Earthwork, Subgrade, and Subbase 1 2010-108-C-0 Clearing and Grubbing C 1 LS $ 3,500.00 $ 3,500.00 $ 1,000.00 $ 1,000.00 $ 10,000.00 $ 10,000.00 $ 2,500.00 $ 2,500.00 $ 1,000.00 $ 1,000.00 $ 3,800.00 $ 3,800.00 $ 1,786.00 $ 1,786.00 2 2010-108-E-0 Excavation, Class 10 300 CY $ 35.00 $ 10,500.00 $ 20.00 $ 6,000.00 $ 20.00 $ 6,000.00 $ 10.00 $ 3,000.00 $ 8.60 $ 2,580.00 $ 22.00 $ 6,600.00 $ 26.50 $ 7,950.00 Sub Total $ 14,000.00 Sub Total $ 7,000.00 Sub Total $ 16,000.00 Sub Total $ 5,500.00 Sub Total $ 3,580.00 Sub Total $ 10,400.00 Sub Total $ 9,736.00 Division 3010 - Trench Excavation and Backfill 3 3010-108-B-0 Rock Excavation 100 CY $ 90.00 $ 9,000.00 $ 50.00 $ 5,000.00 $ 100.00 $ 10,000.00 $ 50.00 $ 5,000.00 $ 64.50 $ 6,450.00 $ 50.00 $ 5,000.00 $ 66.40 $ 6,640.00 4 3010-108-C-0 Trench Foundation - 3" Breaker Run, (Modified Macadam Pile) 100 TON $ 40.00 $ 4,000.00 $ 50.00 $ 5,000.00 $ 25.50 $ 2,550.00 $ 12.00 $ 1,200.00 $ 19.00 $ 1,900.00 $ 18.00 $ 1,800.00 $ 19.40 $ 1,940.00 5 3010-108-D-0 Replacement of Unsuitable Backfill Material, Gr 30, (Modified Subbase Pile) 100 TON $ 18.50 $ 1,850.00 $ 30.00 $ 3,000.00 $ 17.50 $ 1,750.00 $ 13.00 $ 1,300.00 $ 20.00 $ 2,000.00 $ 24.00 $ 2,400.00 $ 19.20 $ 1,920.00 6 3010-108-E-0 Special Pipe Embedment or Encasement 70 LF $ 425.00 $ 29,750.00 $ 400.00 $ 28,000.00 $ 250.00 $ 17,500.00 $ 290.00 $ 20,300.00 $ 156.00 $ 10,920.00 $ 160.00 $ 11,200.00 $ 218.50 $ 15,295.00 7 3010-108-F-0 Trench Compaction Testing 1 LS $ 7,500.00 $ 7,500.00 $ 1,000.00 $ 1,000.00 $ 2,000.00 $ 2,000.00 $ 5,000.00 $ 5,000.00 $ 1,500.00 $ 1,500.00 $ 4,000.00 $ 4,000.00 $ 2,200.00 $ 2,200.00 8 3010-108-G-0 Class I, Bedding Material, 1" Commercial Clean Stone 1250 TON $ 18.50 $ 23,125.00 $ 22.00 $ 27,500.00 $ 18.00 $ 22,500.00 $ 16.50 $ 20,625.00 $ 28.50 $ 35,625.00 $ 23.00 $ 28,750.00 $ 22.30 $ 27,875.00 Sub Total $ 75,225.00 Sub Total $ 69,500.00 Sub Total $ 56,300.00 Sub Total $ 53,425.00 Sub Total $ 58,395.00 Sub Total $ 53,150.00 Sub Total $ 55,870.00 Division 4010 - Sanitary Sewers 9 4010-108-A-1 Sanitary Sewer Gravity Main, Trenched, 15" PVC SDR26 1422 LF $ 100.00 $ 142,200.00 $ 90.00 $ 127,980.00 $ 85.00 $ 120,870.00 $ 145.00 $ 206,190.00 $ 102.00 $ 145,044.00 $ 80.00 $ 113,760.00 $ 100.50 $ 142,911.00 10 4010-108-B-2 Sanitary Sewer Gravity Main with Casing Pipe, Trenchless, 15" PVC SDR26 467 LF $ 800.00 $ 373,600.00 $ 626.00 $ 292,342.00 $ 775.00 $ 361,925.00 $ 645.00 $ 301,215.00 $ 772.00 $ 360,524.00 $ 800.00 $ 373,600.00 $ 803.00 $ 375,001.00 Sub Total $ 515,800.00 Sub Total $ 420,322.00 Sub Total $ 482,795.00 Sub Total $ 507,405.00 Sub Total $ 505,568.00 Sub Total $ 487,360.00 Sub Total $ 517,912.00 Division 4020 - Storm Sewers 11 4020-108-A-1 Storm Sewer Gravity Main, Trenched, 15" RCP 26 LF $ 100.00 $ 2,600.00 $ 90.00 $ 2,340.00 $ 65.00 $ 1,690.00 $ 150.00 $ 3,900.00 $ 59.50 $ 1,547.00 $ 139.00 $ 3,614.00 $ 60.70 $ 1,578.20 12 4020-108-D-0 Removal of Storm Sewer 26 LF $ 25.00 $ 650.00 $ 10.00 $ 260.00 $ 8.00 $ 208.00 $ 20.00 $ 520.00 $ 3.10 $ 80.60 $ 10.00 $ 260.00 $ 46.00 $ 1,196.00 Sub Total $ 3,250.00 Sub Total $ 2,600.00 Sub Total $ 1,898.00 Sub Total $ 4,420.00 Sub Total $ 1,627.60 Sub Total $ 3,874.00 Sub Total $ 2,774.20 Division 4040 - Subdrains and Footing Drain Collectors 13 4040-108-A-0 Subdrain, 6" Perforated 80 LF $ 50.00 $ 4,000.00 $ 16.00 $ 1,280.00 $ 20.00 $ 1,600.00 $ 20.00 $ 1,600.00 $ 16.50 $ 1,320.00 $ 21.50 $ 1,720.00 $ 32.90 $ 2,632.00 Sub Total $ 4,000.00 Sub Total $ 1,280.00 Sub Total $ 1,600.00 Sub Total $ 1,600.00 Sub Total $ 1,320.00 Sub Total $ 1,720.00 Sub Total $ 2,632.00 Division 6010 - Structures for Sanitary and Storm Sewers 14 6010-108-A-0 Manhole Type, 48" SW-301 75.13 VF $ 725.00 $ 54,469.25 $ 750.00 $ 56,347.50 $ 675.00 $ 50,712.75 $ 560.00 $ 42,072.80 $ 728.00 $ 54,694.64 $ 683.00 $ 51,313.79 $ 799.50 $ 60,066.44 15 6010-108-A-0 Manhole Type, 60" SW-301 12.92 VF $ 950.00 $ 12,274.00 $ 100.00 $ 1,292.00 $ 875.00 $ 11,305.00 $ 1,200.00 $ 15,504.00 $ 1,211.00 $ 15,646.12 $ 810.00 $ 10,465.20 $ 1,816.00 $ 23,462.72 16 6010-108-C-2 External Drop Connection 1 EA $ 2,750.00 $ 2,750.00 $ 10,000.00 $ 10,000.00 $ 15,000.00 $ 15,000.00 $ 17,565.00 $ 17,565.00 $ 14,590.00 $ 14,590.00 $ 14,465.00 $ 14,465.00 $ 12,049.00 $ 12,049.00 17 6010-108-H-1 Remove Manhole 1 EA $ 1,500.00 $ 1,500.00 $ 500.00 $ 500.00 $ 1,250.00 $ 1,250.00 $ 500.00 $ 500.00 $ 1,724.00 $ 1,724.00 $ 500.00 $ 500.00 $ 1,966.00 $ 1,966.00 Sub Total $ 70,993.25 Sub Total $ 68,139.50 Sub Total $ 78,267.75 Sub Total $ 75,641.80 Sub Total $ 86,654.76 Sub Total $ 76,743.99 Sub Total $ 97,544.16 Division 8030 - TemporaryTraffic Control 18 8030-108-A-0 Temporary Traffic Control 1 LS $ 12,500.00 $ 12,500.00 $ 5,800.00 $ 5,800.00 $ 7,500.00 $ 7,500.00 $ 5,800.00 $ 5,800.00 $ 5,800.00 $ 5,800.00 $ 6,100.00 $ 6,100.00 $ 5,800.00 $ 5,800.00 Sub Total $ 12,500.00 Sub Total $ 5,800.00 Sub Total $ 7,500.00 Sub Total $ 5,800.00 Sub Total $ 5,800.00 Sub Total $ 6,100.00 Sub Total $ 5,800.00 Division 9010 - Seeding 19 9010-108-B-0 Hydraulic - Seeding, Fertilizing, and Mulching, Type 2, by AC 2 AC $ 4,500.00 $ 9,000.00 $ 3,800.00 $ 7,600.00 $ 3,575.00 $ 7,150.00 $ 3,575.00 $ 7,150.00 $ 3,575.00 $ 7,150.00 $ 3,900.00 $ 7,800.00 $ 3,575.00 $ 7,150.00 Sub Total $ 9,000.00 Sub Total $ 7,600.00 Sub Total $ 7,150.00 Sub Total $ 7,150.00 Sub Total $ 7,150.00 Sub Total $ 7,800.00 Sub Total $ 7,150.00 Division 9040 - Erosion and Sediment Control 20 9040-108-A-2 Stormwater Pollution Prevention Plan (SWPPP) Management 1 LS $ 3,500.00 $ 3,500.00 $ 2,700.00 $ 2,700.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 500.00 $ 500.00 $ 2,500.00 $ 2,500.00 21 9040-108-F-1 Wattles, Wood Fiber, 9" 1810 LF $ 3.00 $ 5,430.00 $ 3.50 $ 6,335.00 $ 3.25 $ 5,882.50 $ 3.25 $ 5,882.50 $ 3.25 $ 5,882.50 $ 3.50 $ 6,335.00 $ 3.25 $ 5,882.50 22 9040-108-F-2 Wattles, Removal 1810 LF $ 1.00 $ 1,810.00 $ 0.30 $ 543.00 $ 0.20 $ 362.00 $ 0.20 $ 362.00 $ 0.20 $ 362.00 $ 0.25 $ 452.50 $ 0.20 $ 362.00 23 9040-108-J-0 Rip Rap: Class B Revetment Stone 100 TON $ 45.00 $ 4,500.00 $ 50.00 $ 5,000.00 $ 45.00 $ 4,500.00 $ 19.00 $ 1,900.00 $ 38.00 $ 3,800.00 $ 26.00 $ 2,600.00 $ 35.40 $ 3,540.00 24 9040-108-J-0 Rip Rap: Class D Revetment Stone 350 TON $ 40.00 $ 14,000.00 $ 50.00 $ 17,500.00 $ 45.00 $ 15,750.00 $ 19.00 $ 6,650.00 $ 38.00 $ 13,300.00 $ 26.00 $ 9,100.00 $ 34.50 $ 12,075.00 25 9040-108-J-0 Rip Rap: Erosion Stone 30 TON $ 35.00 $ 1,050.00 $ 60.00 $ 1,800.00 $ 50.00 $ 1,500.00 $ 19.00 $ 570.00 $ 38.50 $ 1,155.00 $ 32.00 $ 960.00 $ 35.70 $ 1,071.00 26 9040-108-0-2 Stabilized Construction Entrance by Ton 90 TON $ 20.00 $ 1,800.00 $ 30.00 $ 2,700.00 $ 25.00 $ 2,250.00 $ 16.00 $ 1,440.00 $ 25.50 $ 2,295.00 $ 26.00 $ 2,340.00 $ 33.20 $ 2,988.00 Sub Total $ 32,090.00 Sub Total $ 36,578.00 Sub Total $ 32,744.50 Sub Total $ 19,304.50 Sub Total $ 29,294.50 Sub Total $ 22,287.50 Sub Total $ 28,418.50 Division 11,010 -Construction Survey 27 11010-108-A-0 Construction Survey 1 LS $ 5,500.00 $ 5,500.00 $ 4,500.00 $ 4,500.00 $ 5,000.00 $ 5,000.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 6,500.00 $ 6,500.00 $ 4,500.00 $ 4,500.00 Sub Total $ 5,500.00 Sub Total $ 4,500.00 Sub Total $ 5,000.00 Sub Total $ 4,500.00 Sub Total $ 4,500.00 Sub Total $ 6,500.00 Sub Total $ 4,500.00 Division 11,020 - Mobilization 28 11020-108-A-0 Mobilization 1 LS $ 25,000.00 $ 25,000.00 $ 51,000.00 $ 51,000.00 $ 25,000.00 $ 25,000.00 $ 30,000.00 $ 30,000.00 $ 24,420.00 $ 24,420.00 $ 59,800.00 $ 59,800.00 $ 11,951.00 $ 11,951.00 Sub Total $ 25,000.00 Sub Total $ 51,000.00 Sub Total $ 25,000.00 Sub Total $ 30,000.00 Sub Total $ 24,420.00 Sub Total $ 59,800.00 Sub Total $ 11,951.00 Special Provisions - Non -Standard Project Items 29 SIP Waterstop for Trenches 15 LF $ 50.00 $ 750.00 $ 10.00 $ 150.00 $ 65.00 $ 975.00 $ 290.00 $ 4,350.00 $ 78.50 $ 1,177.50 $ 120.00 $ 1,800.00 $ 363.50 $ 5,452.50 30 SIP Groundwater Relief Outlet 3 EA $ 2,500.00 $ 7,500.00 $ 200.00 $ 600.00 $ 500.00 $ 1,500.00 $ 200.00 $ 600.00 $ 640.00 $ 1,920.00 $ 500.00 $ 1,500.00 $ 423.00 $ 1,269.00 31 SIP Intake, 6 In. Dia. Hickenbottom 1 EA $ 750.00 $ 750.00 $ 250.00 $ 250.00 $ 250.00 $ 250.00 $ 200.00 $ 200.00 $ 201.00 $ 201.00 $ 200.00 $ 200.00 $ 196.50 $ 196.50 Sub Total $ 9,000.00 Sub Total $ 1,000.00 Sub Total $ 2,725.00 Sub Total $ 5,150.00 Sub Total $ 3,298.50 Sub Total $ 3,500.00 Sub Total $ 6,918.00 Total Bid Amount: $ 776,358.25 $ 675,319.50 $ 716,980.25 $ 719,896.30 $ 731,608.36 $ 739,235.49 $ 751,205.86 % Over / Under (-) -13.01% -7.65% -7.27% -5.76% -4.78% -3.24% THE C1TY OF DUB E Masterpiece on the Mississippi City of Dubuque, Iowa Bid Tabulation Project Title: Tamarack Sanitary Sewer Extension Bid Date Tschiggfrie Excavating Co. Portzen Construction Eastern Iowa Excavating & Connolly Construction Inc. SRF# CS192104901 6-Jun-24 Concrete, LLC R NUMBERE QUANTITY UNIT UNI BPRICE TOTAL PRICE UNI BPRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE BID ITEM DESCRIPTION Division 2010 - Earthwork, Subgrade, and Subbase 2010-108-C-0 Clearing and Grubbing C 1 LS $ 2,500.00 $ 2,500.00 $ 3,500.00 $ 3,500.00 $ 9,800.00 $ 9,800.00 $ 10,828.87 $ 10,828.87 2010-108-E-0 Excavation, Class 10 300 CY $ 15.00 $ 4,500.00 $ 22.00 $ 6,600.00 $ 30.75 $ 9,225.00 $ 10.46 $ 3,138.00 Sub Total $ 7,000.00 Sub Total $ 10,100.00 Sub Total $ 19,025.00 Sub Total $ 13,966.87 Division 3010 -Trench Excavation and Backfill 3010-108-B-0 Rock Excavation 100 CY $ 25.00 $ 2,500.00 $ 75.00 $ 7,500.00 $ 120.25 $ 12,025.00 $ 125.20 $ 12,520.00 3010-108-C-0 Trench Foundation - 3" Breaker Run, (Modified Macadam Pile) 100 TON $ 22.00 $ 2,200.00 $ 28.00 $ 2,800.00 $ 38.00 $ 3,800.00 $ 20.00 $ 2,000.00 3010-108-D-0 Replacement of Unsuitable Backfill Material, Gr 30, (Modified Subbase Pile) 100 TON $ 22.00 $ 2,200.00 $ 36.00 $ 3,600.00 $ 38.00 $ 3,800.00 $ 19.00 $ 1,900.00 3010-108-E-0 Special Pipe Embedment or Encasement 70 LF $ 90.00 $ 6,300.00 $ 225.00 $ 15,750.00 $ 189.00 $ 13,230.00 $ 125.00 $ 8,750.00 3010-108-F-0 Trench Compaction Testing 1 LS $ 3,500.00 $ 3,500.00 $ 3,500.00 $ 3,500.00 $ 2,600.00 $ 2,600.00 $ 4,400.00 $ 4,400.00 3010-108-G-0 Class I, Bedding Material, 1" Commercial Clean Stone 1250 TON $ 24.00 $ 30,000.00 $ 25.00 $ 31,250.00 $ 25.85 $ 32,312.50 $ 21.50 $ 26,875.00 Sub Total $ 46,700.00 Sub Total $ 64,400.00 Sub Total $ 67,767.50 Sub Total $ 56,445.00 Division 4010 - Sanitary Sewers 4010-108-A-1 Sanitary Sewer Gravity Main, Trenched, 15" PVC SDR26 1422 LF $ 135.00 $ 191,970.00 $ 134.00 $ 190,548.00 $ 114.50 $ 162,819.00 $ 178.00 $ 253,116.00 4010-108-B-2 Sanitary Sewer Gravity Main with Casing Pipe, Trenchless, 15" PVC SDR26 467 LF $ 870.00 $ 406,290.00 $ 765.00 $ 357,255.00 $ 786.85 $ 367,458.95 $ 848.00 $ 396,016.00 Sub Total $ 598,260.00 Sub Total $ 547,803.00 Sub Total $ 530,277.95 Sub Total $ 649,132.00 Division 4020 - Storm Sewers 4020-108-A-1 Storm Sewer Gravity Main, Trenched, 15" RCP 26 LF $ 80.00 $ 2,080.00 $ 115.00 $ 2,990.00 $ 110.00 $ 2,860.00 $ 103.00 $ 2,678.00 4020-108-D-0 Removal of Storm Sewer 26 LF $ 10.00 $ 260.00 $ 20.00 $ 520.00 $ 26.00 $ 676.00 $ 27.50 $ 715.00 Sub Total $ 2,340.00 Sub Total $ 3,510.00 Sub Total $ 3,536.00 Sub Total $ 3,393.00 Division 4040 - Subdrains and Footing Drain Collectors 4040-108-A-0 Subdrain, 6" Perforated 80 LF $ 25.00 $ 2,000.00 $ 22.00 $ 1,760.00 $ 33.75 $ 2,700.00 $ 24.50 $ 1,960.00 Sub Total $ 2,000.00 Sub Total $ 1,760.00 Sub Total $ 2,700.00 Sub Total $ 1,960.00 Division 6010 - Structures for Sanitary and Storm Sewers 6010-108-A-0 Manhole Type,48" SW-301 75.13 VF $ 775.00 $ 58,225.75 $ 650.00 $ 48,834.50 $ 1,025.00 $ 77,008.25 $ 618.00 $ 46,430.34 6010-108-A-0 Manhole Type,60" SW-301 12.92 VF $ 875.00 $ 11,305.00 $ 825.00 $ 10,659.00 $ 1,100.00 $ 14,212.00 $ 772.00 $ 9,974.24 6010-108-C-2 External Drop Connection 1 EA $ 10,500.00 $ 10,500.00 $ 18,850.00 $ 18,850.00 $ 18,250.00 $ 18,250.00 $ 19,482.00 $ 19,482.00 6010-108-H-1 Remove Manhole 1 EA $ 1,000.00 $ 1,000.00 $ 1,500.00 $ 1,500.00 $ 1,325.00 $ 1,325.00 $ 1,650.00 $ 1,650.00 Sub Total $ 81,030.75 Sub Total $ 79,843.50 Sub Total $ 110,795.25 Sub Total $ 77,536.58 Division 8030 - TemporaryTraffic Control 8030-108-A-0 Temporary Traffic Control 1 LS $ 7,000.00 $ 7,000.00 $ 6,300.00 $ 6,300.00 $ 6,500.00 $ 6,500.00 $ 6,640.00 $ 6,640.00 Sub Total $ 7,000.00 Sub Total $ 6,300.00 Sub Total $ 6,500.00 Sub Total $ 6,640.00 Division 9010 - Seeding 9010-108-B-0 Hydraulic - Seeding, Fertilizing, and Mulching, Type 2, by AC 2 AC $ 4,500.00 $ 9,000.00 $ 4,000.00 $ 8,000.00 $ 6,500.00 $ 13,000.00 $ 4,092.00 $ 8,184.00 Sub Total $ 9,000.00 Sub Total $ 8,000.00 Sub Total $ 13,000.00 Sub Total $ 8,184.00 Division 9040 - Erosion and Sediment Control 9040-108-A-2 Stormwater Pollution Prevention Plan (SWPPP) Management 1 LS $ 3,000.00 $ 3,000.00 $ 2,750.00 $ 2,750.00 $ 2,850.00 $ 2,850.00 $ 3,275.00 $ 3,275.00 9040-108-F-1 Wattles, Wood Fiber, 9" 1810 LF $ 3.90 $ 7,059.00 $ 3.60 $ 6,516.00 $ 3.00 $ 5,430.00 $ 3.75 $ 6,787.50 9040-108-F-2 Wattles, Removal 1810 LF $ 0.25 $ 452.50 $ 0.25 $ 452.50 $ 0.60 $ 1,086.00 $ 0.25 $ 452.50 9040-108-J-0 Rip Rap: Class B Revetment Stone 100 TON $ 45.00 $ 4,500.00 $ 45.00 $ 4,500.00 $ 37.00 $ 3,700.00 $ 39.00 $ 3,900.00 9040-108-J-0 Rip Rap: Class D Revetment Stone 350 TON $ 45.00 $ 15,750.00 $ 38.00 $ 13,300.00 $ 37.00 $ 12,950.00 $ 38.00 $ 13,300.00 9040-108-J-0 Rip Rap: Erosion Stone 30 TON $ 40.00 $ 1,200.00 $ 60.00 $ 1,800.00 $ 37.00 $ 1,110.00 $ 38.00 $ 1,140.00 9040-108-0-2 Stabilized Construction Entrance by Ton 90 TON $ 30.00 $ 2,700.00 $ 26.00 $ 2,340.00 $ 32.50 $ 2,925.00 $ 34.30 $ 3,087.00 Sub Total $ 34,661.50 Sub Total $ 31,658.50 Sub Total $ 30,051.00 Sub Total $ 31,942.00 Division 11,010 - Construction Survey 11010-108-A-0 Construction Survey 1 LS $ 7,300.00 $ 7,300.00 $ 5,000.00 $ 5,000.00 $ 5,200.00 $ 5,200.00 $ 6,870.00 $ 6,870.00 Sub Total $ 7,300.00 Sub Total $ 5,000.00 Sub Total $ 5,200.00 Sub Total $ 6,870.00 Division 11,020 - Mobilization 11020-108-A-0 Mobilization 1 LS $ 32,000.00 $ 32,000.00 $ 70,000.00 $ 70,000.00 $ 45,000.00 $ 45,000.00 $ 47,600.00 $ 47,600.00 Sub Total $ 32,000.00 Sub Total $ 70,000.00 Sub Total $ 45,000.00 Sub Total $ 47,600.00 Special Provisions - Non -Standard Project Items SP Waterstop for Trenches 15 LF $ 75.00 $ 1,125.00 $ 100.00 $ 1,500.00 $ 70.00 $ 1,050.00 $ 30.60 $ 459.00 SP Groundwater Relief Outlet 3 EA $ 700.00 $ 2,100.00 $ 225.00 $ 675.00 $ 3,200.00 $ 9,600.00 $ 632.00 $ 1,896.00 SP Intake, 6 In. Dia. Hickenbottom 1 EA $ 500.00 $ 500.00 $ 2,000.00 $ 2,000.00 $ 425.00 $ 425.00 $ 440.00 $ 440.00 Sub Total $ 3,725.00 Sub Total $ 4,175.00 Sub Total $ 11,075.00 Sub Total $ 2,795.00 Total Bid Amount: $ 831,017.25 $ 832,550.00 % Over I Under (-) 7.04 % 7.24% $ 844,927.70 8.83% $ 906,464.45 16.76% THE CrrY OF DUB E Masterpiece on the Mississippi City of Dubuque, Iowa Construction Contract Award Project Title: Award Date: 17-Jun-24 Tamarack Sanitary Sewer Extension SRF# CS192104901 Contractor Name: Boomerang Corp. Address 13225 Circle Dr. Suite A, PO Box 227 City, State, Zip Anamosa, IA 52205 Contract Award LINE NO. REFERENCE NUMBER DESCRIPTION PLAN QUANTITY UNIT UNIT PRICE TOTAL PRICE Item Division 2010 - Earthwork, Subgrade, and Subbase Award 1 2010-108-C-0 Clearing and Grubbing C 1 LS $ 1,000.00 $ 1,000.00 Award 2 2010-108-E-0 Excavation, Class 10 300 CY $ 20.00 $ 6,000.00 Sub Total $ 7,000.00 Division 3010 -Trench Excavation and Backfill Award 3 3010-108-B-0 Rock Excavation 100 CY $ 50.00 $ 5,000.00 Award 4 3010-108-C-0 Trench Foundation - 3" Breaker Run, (Modified Macadam Pile) 100 TON $ 50.00 $ 5,000.00 Award 5 3010-108-D-0 Replacement of Unsuitable Backfill Material, Gr 30, (Modified Subbase Pile) 100 TON $ 30.00 $ 3,000.00 Award 6 3010-108-E-0 Special Pipe Embedment or Encasement 70 LF $ 400.00 $ 28,000.00 Award 7 3010-108-F-0 Trench Compaction Testing 1 LS $ 1,000.00 $ 1,000.00 Award 8 3010-108-G-0 Class I, Bedding Material, 1" Commercial Clean Stone 1250 TON $ 22.00 $ 27,500.00 Sub Total $ 69,500.00 Division 4010 - Sanitary Sewers Award 9 4010-108-A-1 Sanitary Sewer Gravity Main, Trenched, 15" PVC SDR26 1422 LF $ 90.00 $ 127,980.00 Award 10 4010-108-B-2 Sanitary Sewer Gravity Main with Casing Pipe, Trenchless, 15" PVC SDR26 467 LF $ 626.00 $ 292,342.00 Sub Total $ 420,322.00 Division 4020 - Storm Sewers Award 11 4020-108-A-1 Storm Sewer Gravity Main, Trenched, 15" RCP 26 LF $ 90.00 $ 2,340.00 Award 12 4020-108-D-0 Removal of Storm Sewer 26 LF $ 10.00 $ 260.00 Sub Total $ 2,600.00 Division 4040 - Subdrains and Footing Drain Collectors Award 13 4040-108-A-0 Subdrain, 6" Perforated 80 LF $ 16.00 $ 1,280.00 Sub Total $ 1,280.00 Division 6010 - Structures for Sanitary and Storm Sewers Award 14 6010-108-A-0 Manhole Type, 48" SW-301 75.13 VF $ 750.00 $ 56,347.50 Award 15 6010-108-A-0 Manhole Type, 60" SW-301 12.92 VF $ 100.00 $ 1,292.00 Award 16 6010-108-C-2 External Drop Connection 1 EA $ 10,000.00 $ 10,000.00 Award 17 6010-108-H-1 Remove Manhole 1 EA $ 500.00 $ 500.00 Sub Total $ 68,139.50 Division 8030 - TemporaryTraffic Control Award 18 8030-108-A-0 Temporary Traffic Control 1 LS $ 5,800.00 $ 5,800.00 Sub Total $ 5,800.00 Division 9010 - Seeding Award 19 9010-108-B-0 Hydraulic - Seeding, Fertilizing, and Mulching, Type 2, by AC 2 AC $ 3,800.00 $ 7,600.00 Sub Total $ 7,600.00 Division 9040 - Erosion and Sediment Control Award 20 9040-108-A-2 Stormwater Pollution Prevention Plan (SWPPP) Management 1 LS $ 2,700.00 $ 2,700.00 Award 21 9040-108-F-1 Wattles, Wood Fiber, 9" 1810 LF $ 3.50 $ 6,335.00 Award 22 9040-108-F-2 Wattles, Removal 1810 LF $ 0.30 $ 543.00 Award 23 9040-108-J-0 Rip Rap: Class B Revetment Stone 100 TON $ 50.00 $ 5,000.00 Award 24 9040-108-J-0 Rip Rap: Class D Revetment Stone 350 TON $ 50.00 $ 17,500.00 Award 25 9040-108-J-0 Rip Rap: Erosion Stone 30 TON $ 60.00 $ 1,800.00 Award 26 9040-108-0-2 Stabilized Construction Entrance by Ton 90 TON $ 30.00 $ 2,700.00 Sub Total $ 36,578.00 Item NO. I I NUMBER Division 11,010 - Construction Survey Award 27 11010-108-A-0 Construction Survev QUANTITY I LJ I _­­ ' "'-- I ,—,"`, •• I 1 LS $ 4,500.00 $ 4,500.00 Sub Total $ 4,500.00 Division 11,020 - Mobilization Award 28 11020-108-A-0 Mobilization 1 LS $ 51,000.00 $ 51,000.00 Sub Total $ 51,000.00 Special Provisions - Non -Standard Project Items Award 29 SP Waterstop for Trenches 15 LF $ 10.00 $ 150.00 Award 30 SP Groundwater Relief Outlet 3 EA $ 200.00 $ 600.00 Award 31 SP Intake, 6 In. Dia. Hickenbottom 1 EA $ 250.00 $ 250.00 Sub Total $ 1,000.00 Contract Award Amount: $ 675,319.50 FEHR GRA".'�M ENGINEERING & ENVIRONMENTAL June 10, 2024 Gus Psihoyos, City Engineer City of Dubuque 50 West 13th Street Dubuque, Iowa 52001 RE: Bid Recommendation Tamarack Sanitary Sewer Extension, Dubuque, Iowa Project #22-107 Dear Mr. Psihoyos, Enclosed is a tabulation of the bids received on June 6, 2024, for the above -referenced project. Ten bids were received with the low bid of 13.01% under our preliminary contract estimate of $776,358.25 to a high bid of 16.79% under our estimate. Based on our knowledge of Boomerang Corporation, and the firm's responsive bid, we recommend that the contract award be made to Boomerang Corporation, of Anamosa, Iowa in the amount of $675,319.50 which was the lowest bid submitted. Sincerely, Ryan M. Wicks, PE Principal RMW:amr O:\Dubuque, City of\22-107 Tamarack\PA Final\22-107 - City - 2024-06-10 - Letter of Recommendation.docx 221 E. Main Street I Suite 301 1 Manchester, IA 52057 1 p:563.927.2060 I fehrgraham.com Insight. Experience. Results. 1 Adrienne Breitfelder From:Kerry Bradley Sent:Thursday, July 11, 2024 4:36 PM To:hammond.emily@dorsey.com; Todd Irwin Cc:Grossklaus.David@dorsey.com; Jenny Larson; Adrienne Breitfelder Subject:RE: Touching base re: Dubuque bid letting proceedings Attachments:Award Construction Contract - Tamarack Sanitary Sewer Extension Project (Project ID_ 5581500001).pdf; Tamarack Bid Bond.pdf; Tamarack Sanitary Sewer Extension - SIGNED Contract Bond.pdf; Non-Litigation Tamarack.pdf Hi Emily, Requested info for Tamarack attached. Thank you. Kerry Bradley(she/her) Engineering Department | City of Dubuque City Hall | 50 W 13th St. Dubuque, IA 52001 O: 563.589.4270 From: hammond.emily@dorsey.com <hammond.emily@dorsey.com> Sent: Monday, July 8, 2024 11:37 AM To: Todd Irwin <Tirwin@cityofdubuque.org> Cc: Grossklaus.David@dorsey.com; Kerry Bradley <Kbradley@cityofdubuque.org>; Jenny Larson <Jlarson@cityofdubuque.org>; Adrienne Breitfelder <Abreitfe@cityofdubuque.org>; Kerry Bradley <Kbradley@cityofdubuque.org> Subject: RE: Touching base re: Dubuque bid letting proceedings Caution! This message was sent from outside your organization. Never give your login information and password over email! Allow sender | Block sender sophospsmartbannerend Good morning, I hope everyone had a nice holiday weekend! We had a note on our work calendar to check on the status of the following in connection with the Tamarack, Granger Creek, and Twin Ridge projects:  Executed resolutions awarding contracts for each project  Bid security from the successful bidder for each project  Satisfactory performance and payment bonds for each project  Executed contracts for each project  Executed non-litigation certificates (to be executed after the contracts and surety bonds have been received) After those items have been sent over to us, we can prepare and submit a bid letting opinion to IFA for each project. 2 Additionally, please keep us in the loop as the construction loan application(s) and proforma(s) are submitted to IFA. Thank you! Emily C. Hammond Senior Attorney (She/Her/Hers) DORSEY & WHITNEY LLP 801 Grand Avenue Suite 4100 | Des Moines, IA 50309-8002 P: 515.697.3636 F: 515.608.4578 WWW.DORSEY.COM :: DES MOINES :: BIO :: V-CARD CONFIDENTIAL COMMUNICATION E-mails from this firm normally contain confidential and privileged material, and are for the sole use of the intended recipient. Use or distribution by an unintended recipient is prohibited, and may be a violation of law. If you believe that you received this e-mail in error, please do not read this e-mail or any attached items. Please delete the e-mail and all attachments, including any copies thereof, and inform the sender that you have deleted the e-mail, all attachments and any copies thereof. Thank you. From: Hammond, Emily Sent: Thursday, June 13, 2024 3:19 PM To: 'Todd Irwin' <Tirwin@cityofdubuque.org> Cc: Grossklaus, David <Grossklaus.David@dorsey.com>; Kerry Bradley <Kbradley@cityofdubuque.org>; Jenny Larson <Jlarson@cityofdubuque.org>; Adrienne Breitfelder <Abreitfe@cityofdubuque.org>; Kerry Bradley <Kbradley@cityofdubuque.org> Subject: RE: Touching base re: Dubuque bid letting proceedings Hi Todd, Thanks again for sending those resolutions for our review! We had a few items we thought might be worth discussion:  I believe the resolutions should be dated June 17 instead of May 17 (this is small really small nit)  Can you confirm that all of the bids were received before the due date for bids and opened at time and place listed in the Notice to Bidders?  We noticed the following language in the resolution awarding each contract: “subject to the concurrence of the Iowa Financing Authority.” There is an Iowa Supreme Court Case from the City of Fairfield which says, in part, that contingent award does not constitute award. However, the practical implications are likely minimal, so this is probably not a huge deal. I’d be happy to discuss this with you if you’d like. Here are the remaining items that we need prior to signing each opinion:  Bid security from the successful bidders  Executed resolutions awarding a contract  Satisfactory performance and payment bonds for each project  Executed contracts for each project  Executed non-litigation certificates (to be executed after the contracts and surety bonds have been received) Please feel free to reach out with any questions or to discuss. I’m happy to jump on the phone if it would be helpful. 3 Thanks, Emily C. Hammond Senior Attorney (She/Her/Hers) DORSEY & WHITNEY LLP 801 Grand Avenue Suite 4100 | Des Moines, IA 50309-8002 P: 515.697.3636 F: 515.608.4578 WWW.DORSEY.COM :: DES MOINES :: BIO :: V-CARD CONFIDENTIAL COMMUNICATION E-mails from this firm normally contain confidential and privileged material, and are for the sole use of the intended recipient. Use or distribution by an unintended recipient is prohibited, and may be a violation of law. If you believe that you received this e-mail in error, please do not read this e-mail or any attached items. Please delete the e-mail and all attachments, including any copies thereof, and inform the sender that you have deleted the e-mail, all attachments and any copies thereof. Thank you. From: Todd Irwin <Tirwin@cityofdubuque.org> Sent: Tuesday, June 11, 2024 10:40 AM To: Hammond, Emily <hammond.emily@dorsey.com> Cc: Grossklaus, David <Grossklaus.David@dorsey.com>; Kerry Bradley <Kbradley@cityofdubuque.org>; Jenny Larson <Jlarson@cityofdubuque.org>; Adrienne Breitfelder <Abreitfe@cityofdubuque.org>; Kerry Bradley <Kbradley@cityofdubuque.org> Subject: RE: Touching base re: Dubuque bid letting proceedings EXTERNAL FROM OUTSIDE DORSEY. BE CAUTIOUS OF LINKS AND ATTACHMENTS. Good Morning Emily, I’ve attached the draft resolutions for each of the three contracts to be awarded. Also, I’ve included the bid tabulation and contract award forms. Earlier this morning I cc’d you on an email, to Jenny Larson, with the SRF Construction loan Application attached. Also, I saw that Kerry has provided you with the resolutions for the public hearing. Is there anything else that you will need to write the legal opinion? Thanks Todd From: hammond.emily@dorsey.com <hammond.emily@dorsey.com> Sent: Monday, June 10, 2024 9:47 AM To: Todd Irwin <Tirwin@cityofdubuque.org> Cc: Grossklaus.David@dorsey.com; Kerry Bradley <Kbradley@cityofdubuque.org>; Jenny Larson <Jlarson@cityofdubuque.org>; Adrienne Breitfelder <Abreitfe@cityofdubuque.org> Subject: RE: Touching base re: Dubuque bid letting proceedings sophospsmartbannerend Hi Todd, 4 I hope your week is off to a good start! We have a note on our calendar that the City is planning to consider bids and award a contract for each of the three projects at the meeting next week. When you get a chance, would you mind sending us the resolution that the Council is planning to adopt so we can confirm compliance with Chapter 26? Additionally, we would appreciate copies of the resolutions that were adopted to approve plans & specs for each project. We just want to make sure our bid letting transcripts are complete so we can sign the legal opinions on the bid letting processes for the SRF Program. Please feel free to follow up with questions or to discuss. Thanks! Emily C. Hammond Senior Attorney (She/Her/Hers) DORSEY & WHITNEY LLP 801 Grand Avenue Suite 4100 | Des Moines, IA 50309-8002 P: 515.697.3636 F: 515.608.4578 WWW.DORSEY.COM :: DES MOINES :: BIO :: V-CARD CONFIDENTIAL COMMUNICATION E-mails from this firm normally contain confidential and privileged material, and are for the sole use of the intended recipient. Use or distribution by an unintended recipient is prohibited, and may be a violation of law. If you believe that you received this e-mail in error, please do not read this e-mail or any attached items. Please delete the e-mail and all attachments, including any copies thereof, and inform the sender that you have deleted the e-mail, all attachments and any copies thereof. Thank you. From: Todd Irwin <Tirwin@cityofdubuque.org> Sent: Thursday, May 16, 2024 3:59 PM To: Hammond, Emily <hammond.emily@dorsey.com> Cc: Grossklaus, David <Grossklaus.David@dorsey.com>; Kerry Bradley <Kbradley@cityofdubuque.org>; Jenny Larson <Jlarson@cityofdubuque.org>; Adrienne Breitfelder <Abreitfe@cityofdubuque.org> Subject: RE: Touching base re: Dubuque bid letting proceedings EXTERNAL FROM OUTSIDE DORSEY. BE CAUTIOUS OF LINKS AND ATTACHMENTS. Hi Emily, Yes, our preference would be that we prepare all city council documents and send them to you for review. Thanks Todd From: hammond.emily@dorsey.com <hammond.emily@dorsey.com> Sent: Thursday, May 16, 2024 3:12 PM To: Todd Irwin <Tirwin@cityofdubuque.org> Cc: Grossklaus.David@dorsey.com Subject: Touching base re: Dubuque bid letting proceedings sophospsmartbannerend 5 Hi Todd, I hope your week is going well! Jenny had reached out to Dave earlier this month recommending that you and Kerry prepare the City Council proceedings related to the bid letting processes, and we just review those prior to each meeting to confirm that they comply with the Iowa Code. Is that your preference? If so, that will work on our end. We’ll just want to make sure we review those resolutions for statutory compliance ahead of the relevant City Council meetings. Alternatively, we are happy to prepare the City Council resolutions. Please let us know your thoughts, and we’ll proceed accordingly. Thanks, Todd! Emily C. Hammond Senior Attorney (She/Her/Hers) DORSEY & WHITNEY LLP 801 Grand Avenue Suite 4100 | Des Moines, IA 50309-8002 P: 515.697.3636 F: 515.608.4578 WWW.DORSEY.COM :: DES MOINES :: BIO :: V-CARD CONFIDENTIAL COMMUNICATION E-mails from this firm normally contain confidential and privileged material, and are for the sole use of the intended recipient. Use or distribution by an unintended recipient is prohibited, and may be a violation of law. If you believe that you received this e-mail in error, please do not read this e-mail or any attached items. Please delete the e-mail and all attachments, including any copies thereof, and inform the sender that you have deleted the e-mail, all attachments and any copies thereof. Thank you. SECTION 00500 Page 1 of 6 PUBLIC IMPROVEMENT CONTRACT SECTION 00500 TAMARACK SANITARY SEWER EXTENSION PROJECT THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for references purposes the 21ST day of June, 2024 between the City of Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager by its City Council (City), and Boomerang Corporation (Contractor). For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: CONTRACTOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for the Tamarack Sanitary Sewer Extension Project (Project). 2. CONTRACT DOCUMENTS A. The Contract Documents consist of the following: 1. Project Title Page (Section 00100). 2. Project Directory Page (Section 00101). 3. This Public Improvement Contract (Section 00500). 4. Performance, Payment, and Maintenance Bond (Section 00600). 5. Out -of -State Contractor Bond (Section 00610). 6. Other Bonds: a. (Bond Name) (pages _ to _ , inclusive). b. (Bond Name) (pages _ to _ , inclusive). C. (Bond Name) (pages —to—, inclusive). 7. The Iowa Statewide Urban Design And Specifications (SUDAS) 2023 Edition. 8. CITY OF DUBUQUE Supplemental Specifications 2023 Edition. 9. Other Standard and Supplementary Specifications as listed on the Title Page of the Contract Document Manual. 10. Special Provisions included in the project Contract Document Manual. 11. Drawings —Sheet No. through No. (00 pages) or drawings consisting of sheets bearing the following general title: ALL 12.Addenda (numbers 1 to 1 , inclusive). 13. Insurance Provisions and Requirements (Section 00700). 14. Sales Tax Exemption Certificate (Section 00750). 15.Site Condition Information (Section 00775). SECTION 00500 Page 2 of 6 16. Construction Schedule and Agreed Cost of ❑elay (Section 00800). 17. Erosion Control Certificate (Section 00900). 18. Consent Decree (Section 01000). 19.Other Project Information and Permits (Sections 01100 - 00000), 20. Exhibits to this Contract (enumerated as follows): a. Contractor's Bid (pages to inclusive). b. Bidder Status Form (Section 00460). c. The following documentation that must be submitted by Contractor prior to Notice of Award. i. Contractor Background Information Form (Section 00470/00471) ii. 21.The following which may be delivered or issued on or after the Effective Date of the Agreement: a. Notice to Proceed (Section 00850). b. Project Certification Page (Section 00102). c. Change Orders (Not attached to this agreement). There are no other Contract Documents. The Contract Documents may only be amended, modified, or supplemented as provided in General Conditions. 3. All materials used by the Contractor in the Project must be of the quality required by the Contract Documents and must be installed in accordance with the Contract Documents. 4. The Contractor must remove any materials rejected by the City as defective or improper, or any of said work condemned as unsuitable or defective, and the same must be replaced or redone to the satisfaction of the City at the sole cost and expense of the Contractor. 5. Five percent (5%) of the Contract price will be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Council to pay any claim by any party that may be filed for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that thirty (30) day period, as provided in Iowa Code Chapter 573 or Iowa Code Chapter 26. The City will also retain additional sums to protect itself against any claim that has been filed against it for damages to persons or property arising through the prosecution of the work and such sums will be held by the City until such claims have been settled, adjudicated or otherwise disposed of. 6. The Contractor has read and understands the Contract Documents herein referred to and agrees not to plead misunderstanding or deception related to estimates of quantity, character, location or other conditions for the Project. 7. In addition to any warranty provided for in the specifications, the Contractor must also fix any other defect in any part of the Project, even if the Project has been accepted and fully paid for by the City. The Contractor's maintenance bond will be security for a period of two years after the issuance of the Certificate of Substantial Completion. SECTION 00500 Page 3 of 6 8. The Contractor must fully complete the Project under this Contract on or before the date indicated in the Construction Schedule and Agreed Cost of Delay Section of the Contract Documents. 9. INDEMNIFICATION FROM THIRD PARTY CLAIMS. To the fullest extent permitted by law, Contractor shall defend, indemnify and hold harmless City, its officers and employees, from and against all claims, damages, losses and expenses claimed by third parties, but not including any claims, damages, losses or expenses of the parties to this Contract, including but not limited to attorneys' fees, arising out of or resulting from performance of this Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property, including loss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of Contractor, or anyone directly or indirectly employed by Contractor or anyone for whose acts Contractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. 10. The Contractor hereby represents and guarantees that it has not, nor has any other person for or in its behalf, directly or indirectly, entered into any arrangement or Contract with any other Bidder, or with any public officer, whereby it has paid or is to pay any other Bidder or public officer any sum of money or anything of value whatever in order to obtain this Contract; and it has not, nor has another person for or in its behalf directly or indirectly, entered into any Contractor arrangement with any other person, firm, corporation or association which tends to or does lessen or destroy free competition in the award of this Contract and agrees that in case it hereafter be established that such representations or guarantees, or any of them are false, it will forfeit and pay not less than ten percent (10%) of the Contract price but in no event less than $2,000.00 (Two Thousand Dollars) to the City. 11. The surety on the Bond furnished for this Contract must, in addition to all other provisions, be obligated to the extent provided for by Iowa Code 573.6 relating to this Contract, which provisions apply to said Bond. 12. The Contractor agrees, and its Bond is surety therefore, that after the Certificate of Substantial Completion has been issued by the City, it will keep and maintain the Project in good repair for a period of two (2) years. 13. The Project must be constructed in strict accordance with the requirements of the laws of the State of Iowa, and the United States, and ordinances of the City of Dubuque, and in accordance with the Contract Documents. A. All applicable standards, orders, or regulations issued pursuant to the Clean Air Act of 1970 (42 U. S. C. 1958 (H) et. seq.) and the Federal Water Pollution Act (33 U. S. C. 1368 et. seq.) as amended, Executive Order 11738, and Environmental Protection Agency regulations (40 CFR, Part 15). Contractor must comply with Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 USC 327-330) and Department of Labor Regulations (29 CFR, Part 5). B. The City and the Contractor agree to comply with all provisions of the Davis -Bacon Federal Prevailing Wage Act, and related labor requirements and regulations and the Federal Wage Determination for this Project. SECTION 00500 Page 4 of 6 C. Equipment or products authorized to be purchased with federal funding awarded for this Contract must be American -made to the maximum extent feasible, in accordance with Public Law 103-121, Sections 606(a) and (b). D. The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. CONSENT DECREE RELATING TO THE PROJECT 14. THIS CONTRACTOR IS PERFORMING WORK FOR THE CITY OF DUBUQUE RELATED TO THE WATER & RESOURCE RECOVERY CENTER OR THE SANITARY SEWER COLLECTION SYSTEM. THEREFORE, THE CONSENT DECREE AND THIS SECTION ARE APPLICABLE. TCI CITY CONTRACTOR ❑ THIS CONTRACTOR IS NOT PERFORMING WORK FOR THE CITY OF DUBUQUE RELATED TO THE WATER & RESOURCE RECOVERY CENTER OR THE SANITARY SEWER COLLECTION SYSTEM. THEREFORE THE CONSENT DECREE AND THIS SECTION ARE NOT APPLICABLE. The City has entered into a Consent Decree in the case of The United States of America, and the State of Iowa v. The City of Dubuque, Iowa, Civil Action Number Case 2:11-cv-01011-EMJ, Civil Action Number 2008V00041, DOJ Case Number 90-5-1-1-09339, United States District Court for the Northern District of Iowa. The provisions of the Consent Decree apply to and are binding upon the City and its officers, directors, employees, agents, servants, Successors, assigns, and all persons, firms and corporations under contract with the City to perform the obligations of the Consent Decree. The City is required to provide a copy of the Consent Decree to any contractor or consultant retained to perform work required by the Consent Decree. A copy of the Consent Decree is included in the Contract Documents and can be viewed at http:llwww.cityofdubugue.org/DocumentCenter/Home/View/3173. A hard copy is available upon request at the City's Engineering Department Office. The City must condition any contract to perform work required under the Consent Decree upon performance of the work in conformity with the provisions of the Consent Decree. The Consent Decree also provides that until five (5) years after the termination of the Consent Decree, the City must retain, and must instruct its contractors and agents to preserve, all non -identical copies of all documents, reports, data, records, or other information (including documents, records, or other SECTION 00500 Page 5 of 6 information in electronic form) in its or its contractors' or agents' possession or control, or that come into its or its contractors' or agents' possession or control, and that relate in any manner to the City's performance of its obligations under this Consent Decree, including any underlying research and analytical data. This information -retention period, upon request by the United States or the State, the City must provide copies of any documents, reports, analytical data, or other information required to be maintained under the Consent Decree. At the conclusion of the information -retention period, the City must notify the United States and the State at least ninety (90) Days prior to the destruction of any documents, records, or other information subject to such requirements and, upon request by the United States or the State, the City must deliver any such documents, records, or other information to the EPA or IDNR. CERTIFICATION BY CONTRACTOR The undersigned, on behalf of the Contractor, with full authority to act on behalf of the Contractor, certifies to the City of Dubuque as follows: I have received a copy of the Consent Decree in the case of The United States of America, and the State of Iowa v. The City of Dubuque, Iowa, Civil Action Number Case 2:1 1-cv-01 01 1-EMJ, Civil Action Number 2008V00041, DOJ Case Number 90- 5-1-1-09339, United States District Court for the Northern District of Iowa. 2. All work performed will be in conformity with the provisions of the Consent Decree. 3. All documents reports, data, records, or other information (including documents, records, or other information in electronic form) that relate in any manner to the performance of obligations under the Consent Decree, including any underlying research and analytical data, will be retained as required by the Consent Decree. 4. The Contractor agrees to defend, indemnify, and hold harmless the City, its officers, agents, or employees from and against any claims, including penalties, costs and fees as provided in the Consent Decree, relating to or arising out of the Contractor's failure to comply with the Consent Decree. 16191►111ir:7_Tot91Z-A Rnnmerana Cnrnnrntinn Contra r -T By: Sire Cn Unc,:p Qinted Title Date SECTION 00500 Page 6 of 6 THE CITY AGREES: 15. Upon the completion of the Contract, and the acceptance of the Project by the City Council, and subject to the requirements of law, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for the total work completed at the price(s) stated in the Contractor's Bid Proposal and less any Agreed Cost of Delay provided for in the Contract Documents. CONTRACT AMOUNT $ 675,319.50 CITY OF DUBUQUE, IOWA: City Manager's Office Department By: _ ,/ Signa e Michael C. Van Milligen Printed Name City Mana er Title Date / 1Y CONTRACTOR: Boomerang Corporation Contra By: Signat r it 5 KPri t d Narxa�,. ' Ce 1 I� CfQL Title i( -- in , ao L L--1 Date ==== END OF SECTION 00500 ==== Bond No. 54261317 SECTION 00600 Page 1 of 4 PERFORMANCE, PAYMENT AND MAINTENANCE BOND SECTION 00600 KNOW ALL BY THESE PRESENTS: That we, Boomerang Corporation, as Principal (hereinafter the "Contractor" or "Principal") and United Fire & Casualty Company , as Surety are held and firmly bound unto the City of Dubuque, Iowa, as Obligee (hereinafter referred to as "Owner"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of six hundred seventy-five thousand, three hundred nineteen dollars and fifty cents ($675,319.50), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Owner, bearing date the 215t day of June, 2024, (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following project in accordance with the Contract Documents, and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. The Contract Documents for Tamarack Sanitary Sewer Extension Project detail the following described improvements: The Project will consist of the installation of 1889 feet of 15" diameter sanitary sewer main, including two roadway jack and bores 264 feet and 203 feet, replacing one sanitary sewer manhole, installing nine (9) new sanitary sewer manholes, a stream crossing and main encasement, and crossing a 16" high pressure gas line. It is expressly understood and agreed by the Contractor and Surety in this Bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract and Contract Documents, by reference made a part hereof, for the project, and shall indemnify and save harmless the Owner from all outlay and expense incurred by the Owner by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Owner is required to retain until completion of the improvement, but the SECTION 00600 Page 2 of 4 Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract Documents within the period of two (2) year(s) from the date of acceptance of the work under the Contract, by reason of defects in workmanship, equipment installed, or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Owner's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Owner all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. Contractor's and Surety's Contract herein made extends to defects in workmanship or materials not discovered or known to the Owner at the time such work was accepted. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time authorized in approved change orders to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, authorized in approved change orders which thereby increases the total contract price and the penal sum of this Bond, provided that all such changes do not, in the aggregate, involve an increase of more than twenty percent (20%) of the total contract price, and that this Bond shall then be released as to such excess increase; C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. The Contractor and every Surety on the Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: SECTION 00600 Page 3 of 4 D. That no provision of this Bond or of any other contract shall be valid that limits to less than five (5) years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Owner including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorney's fees (including overhead expenses of the Owner's staff attorneys), and all costs and expenses of litigation as they are incurred by the Owner. It is intended the Contractor and Surety will defend and indemnify the Owner on all claims made against the Owner on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Owner will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Owner incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Owner whole for all such outlay and expense, provided that the Surety's obligation under this Bond shall not exceed one hundred twenty-five percent (125%) of the penal sum of this Bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Dubuque County, State of Iowa. If legal action is required by the Owner to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Owner, the Contractor and the Surety agree, jointly, and severally, to pay the Owner all outlay and expense incurred therefor by the Owner. All rights, powers, and remedies of the Owner hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Owner, by law. The Owner may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract, in the Contract Documents, and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond, the Contract, or the Contract Documents; second, if not defined in the Bond, Contract, or Contract Documents, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. SECTION 00600 Page 4 of 4 Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract and Contract Documents are hereby made a part of this Bond. Project No. 5581500001 Witness our hands, in triplicate, this 26th day of S TY C UNT RS NED BY: Sinatur of Agent Sandy VanOsten Printed Name of Agent 4201 Westown Pkwy, Suite 120 Company Address West Des Moines, IA 50266 City, State, Zsp Code 515-309-6200 Company Telephone Number PRINCIPAL: Boomerang Corp. Contract By: Signa i 0ci-co Printed Name NOTE: June 2024. Title FORM OVED BY: Rep sentative for Owner SURETY: United Fire & Casualty Company Surety C any By: Sig to e A o ey1n ct icer Abigail R. M hr Printed Name of Attorney -in -Fact Officer United Fire & Casualty Company Company Name 118 Second Ave SE Company Address Cedar Rapids, ]A 52401 City, State, Zip Code 319-399-5700 Company Telephone Number 1. All signatures on this performance, payment, and maintenance Bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This Bond must be sealed with the Surety's raised, embossing seal. 3. The name and signature of the Surety's Attorney-in-FacVOfficer entered on this Bond must be exactly as listed on the Certificate or Power of Attorney accompanying this Bond. ___= END OF SECTION 00600 ===_ UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint MATT FAY, ABIGAIL R. MOHR, MAT DEGROOTE, SANDY VANOSTEN, LAURA PEIFFER, DENISE ALLEX, ERIK PARTRIDGE, EACH INDIVIDUALLY their true and lawful Attomey(s)-in Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar natuue provided that no single obligation shall exceed $100 , 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and bereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Aillcle VI — Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Fact. "Tire President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Tire signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its trill4fp •tt4tllllpllr, `c: '�4, ,.•� �. a� ti h ,,• �4�c INsu,. vice president and its corporate seal to be hereto affixed this ,, ; •4 , ,, o ,,. 44 30th day of March, 2021 � Qrr'oq.P4Rq•,,o`'-: COReOItATE {y w° CORPOxA7'f n! = Q : 2� TFp c+? = sunrz� UNITED FIRE &CASUALTY COMPANY SEAL = =� sraL 3 =Q- gas :,€ UNITED FIRE & INDEMNITY COMPANY v� ?-.0 Pit.+` _ `11.PFOR ' t, FINANCIAL PACIFIC INSURANCE COMPANY ,,7$iR �S t[�`••••~ 'r��'ri,�ull7tl purr 'J,`��i�frgrwumn`'ttt•`+ BY:/L State of Iowa, County of Linn, ss: Vice President On 30th day of March, 2021, before me personally came Kyanna M. Saylor to the known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Patti Waddell _ lows Notarial Sea! Commission number 713274 WaA&U-Notary Public My Commission Expires 10126/2025 My commission expires: 10126/2025 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power- of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 26th day of June 12024 `• �txunu Nr ' �.+G`F1GI...... R44, O ya 4.44 ca a`ho- ry Qp.4ppFUR41., Off; r$ F•.. _ COnS'O1L4T€ Tr,77�: `w CORP4RA'i'e °sue ��:=DULY o:i yt 5€AL e,` SFAL 're =y•.O �4:'2,: 'it l�st`a••�. .,'FBJrnnliriR�°• r f IIIIIlllltt Assistant Secretary, OF&C & OF&I & FPIC BPOA0049 1217 SECTION 00450 Page 1 of 1 BID BOND SECTION 00450 We Boomerang Corp. as Principal (Contractor), and United Fire & Casualty Company , as Surety, are held and firmly bound unto the City of Dubuque, Iowa (City), in the sum of $ 10% (10% of (use numbers) the Bid amount), for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying Bid, dated 6th day of June _ 20 24 for Tamarack Sanitary Sewer Extension (Project). NOW, THEREFORE, if the Principal shall not withdraw said Bid within the period specified therein during the opening of same, or if no period specified, within thirty (30) days after said opening, and must within the period specified therefore, if no period be specified, within ten (10) days after date of City's Notice of Award, enter into a the Public Improvement Contract with the City, in accordance with the Bid as accepted, and give Bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such Contract, then the above obligation shall be void and of no effect, otherwise to remain in full force. The full amount of this Bid Bond will be forfeited to the City as an Agreed Cost of Delay in the event that the Principal fails to execute the contract and provide the Bond as provided in the Contract Documents or by law. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this 6th day of June ' , 20 24 the name and corporate seal of each corporate party being hereto affixed and duly signed by its undersigned representative pursuant to authority of its governing body. PRINCIPAL: SURETY: Boomerang Corp. United Fire & Casualty Company Contractor Name Surety Name By: By: Sig naturk Signature Abigail R. Mohr Attorney -in -Fact Title Title June 6, 2024 Date June 6, 2024 Date ®401X01&yX0rIs] &111MPill= a UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company - See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of 'Texas; and Financial Pack Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint MATT FAY, ABIGAIL R. MOHR, MAT DEGROOTE, SANDY VANOSTEN, LAURA PEIFFER, DENISE ALLEX, EACH INDIVIDUALLY their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100, 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI —Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or my other officer of the Companies may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings mid other obligatory instruments of like nature. The signature of any officer authorized hereby, mid the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; Such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments mid to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its Uglanaaa/ U\,pp1011ay, ,,,nn ls", ,"�'-`IN,",,�,,wa"^+fin }� ,oG(F�q irisu�w,, vice president mid its corporate seal to be hereto affixed this 30th day of March, 2021 uQ yP.-,6VOgO',NbA, CO0.1p"^'ti- 'O COR1ORAT6 3r tlmrzg��8' UNITED FIRE & CASUALTY COMPANY =v senL a eo asar y`.c lore <;g�s UNITED FIRE& INDEMNITY COMPANY "2StFp?+`' <r FINANCIAL PACIFIC INSURANCE COMPANY By:aa-/G State of Iowa, County of Linn, ss: ...///��G��� Vice President On 30th day of March, 2021, before me personally came Kyanna M. Saylor to me known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that she lmows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. _ APaW Waddell (//�/a N z Iowa NoSeal Commisslon number 773274 number otaty Public My Commission Expires 10/26/2025 My commission expires: 10/2612025 I, Mazy A. Bertsch, A ssistam Secretmy, of United Fire & Casually Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same me correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 6th day of June , 20 24 `00O1�111311f1/:,/'O. C,J\�"1NOfMry p44Q� �`�VP<'u�PPOfjlJ2"YCR a norv�P \11\llllllll// ILL'OnATC �G '',"if IllllAlAl elff \���•`ly LytY"\'opGf°Oerz.PeOa t¢xa `.y��"":\", `�g, ifUl1a8VRAT6 58AL S. `o 111111111\\\;\\oe..... ..;2. allnaO a BY A.Uluw " Assistant Secretary, OF&C & OF&I & FPIC BPOA0049 1217 NON -LITIGATION CERTIFICATE: STATE OF IOWA DUBUQUE COUNTY SS: CITY OF DUBUQUE I, the undersigned, City Clerk of the City of Dubuque, Iowa (the "City"), hereby certify that with respect to the Tamarack Sanitary Sewer Extension Project, there is no action, suit or proceeding (at law or in equity) pending before or by any court, public board or body, or, to the best of my knowledge and information, threatened against or affecting the City, challenging the validity of the contract, seeking to enjoin any of the transactions contemplated thereby or the performance by the City of any of its obligations thereunder, or wherein an unfavorable decision, finding or ruling would adversely affect the transactions contemplated by the contract. WITNESS MY HAND this day of J�J Y , 2024. kQi� A a__1J4_ City Clerk 61