Loading...
Award Construction Contract - Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment Project (Project ID: 55815000024)City of Dubuque City Council Meeting Action Items # 07. Copyrighted June 17, 2024 ITEM TITLE: Award Construction Contract - Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment Project (Project I D: 5581500024) SUMMARY: City Manager recommending City Council Award the construction contract for the Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment Project, pending Iowa Financing Authority (IAF) approval, through the adoption of the enclosed resolution, to Tschiggfrie Excavating Co., of Dubuque, Iowa, in the amount of $624,975.70. SUGGESTED DISPOSITION: ATTACHMENTS: Description MVM Memo Staff Memo Resolution Bid Tab Contract Award Form RESOLUTION Awarding Public Improvement Construction Contract for the Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment 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 CITY OF Dubuque DUB TEE1. All -America City Masterpiece on the Mississippi � pp zoo�•*o 13 zoi720zoi9 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Award Construction Contract - Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment Project (Project ID: 5581500024) DATE: June 11, 2024 City Engineer Gus Psihoyos is recommending City Council Award the construction contract for the Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment Project, pending Iowa Financing Authority (IAF) approval, through the adoption of the enclosed resolution, to Tschiggfrie Excavating Co., of Dubuque, Iowa, in the amount of $624,975.70. I concur with the recommendation and respectfully request Mayor and City Council approval. v 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 - Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment Project (Project ID: 5581500024) INTRODUCTION This memorandum requests the City Council award the Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment 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 Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment Project will extend the sanitary sewer gravity system and connect into the existing Twin Ridge Subdivision gravity sewer system along with abandoning the existing lagoon system. With the completion of this project the City will no longer need to permit, operate and maintain the lagoon system and the parcel, currently occupied by the lagoon system, would then be available for redevelopment. DISCUSSION On June 6, 2024, the City received nine bids for the Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment Project. The attached bid tabulation sheet summarizes the bids received by the City. The low bid was received from Tschiggfrie Excavating Co., of Dubuque, Iowa, in the amount of $624,975.70 which is 32.99% below the Engineer's estimate of $932,639.73. 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 Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment Project, to Tschiggfrie Excavating Co. 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 Tamarack Sanitary Sewer Extension Project and the Granger Creek Lift Station Improvements Project are presented under separate memos: Descri tion Estimate Planning & Design $ 67,000.00 Construction $ 624,975.70 Contract Admin / Construction Engineering $ 66,000.00 Contingency $ 70,338.95 City Staff & Legal $ 12.413.79 0.5% SRF Loan Origination Fees $ 5,031.17 Total Project Cost $ 845,759.61 The SRF loan is being funded through multiple Fiscal Year appropriations as detailed below: Granger Creek Lift Station Capacity Improvements Project Funding FY 23 5581500001 Twin Ridge Lift Station Abandonment $ 120,000.00 FY 24 5581500001 Twin Ridge Lift Station Abandonment $ 926,300.00 Total SRF Project Funding $ 1,046,300.00 ACTION TO BE TAKEN I respectfully request that the City Council Award the construction contract for the Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment Project, pending Iowa Financing Authority (IAF) approval, through the adoption of the enclosed resolution, to Tschiggfrie Excavating Co., of Dubuque, Iowa, in the amount of $624,975.70. 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 City of Dubuque Engineering 50 W. 13°h St. Dubuque IA 52001 (563)589-4270 Return to Adrienne N. Breitfelder City Clerk City of Dubuque, 50 W. 1311 St. Dubuque, 1A 52001 (563)589-4100 RESOLUTION NO. 204-24 AWARDING PUBLIC IMPROVEMENT CONSTRUCTION CONTRACT FOR THE TWIN RIDGE SANITARY SEWER EXTENSION AND LAGOON ABANDONMENT PROJECT WHEREAS, sealed proposals have been submitted by contractors for the Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment Project, (the Project) pursuant to Resolution No. 118-24 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 Tschiggfrie Excavating Co., of Dubuque, Iowa submitted low bid in the amount of $624,975.70, 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 Tschiggfrie Excavating Co. 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 May 2024. rod vanagh, Mayor Attest: Adrienne N. Breitfelder, City Clerk THE CITY OF DUB E Masterpiece on the Mississippi City of Dubuque, Iowa Bid Tabulation Project Title: Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment 9 rY 9 Bid Date Engineer's Estimate 9 6-Jun-24 Tschi frie Excavating. Co. Pirce_Tobin Construction Inc. 99 9 To Grade Excavating, Inc. p 9, Connolly Construction, Inc. Dave Schmitt Construction Co. Inc. Y INE EFERENC LNO. R NUMBERE BID ITEM DESCRIPTION PLAN ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL PRICE FBID UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE BID UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE Division 2010 - Earthwork, Subgrade, and Subbase 1 2010-108-C-0 Clearing and Grubbing C 1 LS $ 1,500.00 $ 1,500.00 2 2010-108-D-1 Topsoil, On -site 1683.72 CY $ 10.00 $ 16,837.20 3 2010-108-E-0 Excavation, Class 10 2800 CY $ 10.00 $ 28,000.00 Sub Total $ 46,337.20 Division 3010 -Trench Excavation and Backfill 4 3010-108-B-0 Rock Excavation 5 CY $ 300.00 $ 1,500.00 5 3010-108-D-0 Replacement of Unsuitable Backfill Material, Gr 30, (Modified Subbase Pile) 930 TON $ 30.00 $ 27,900.00 6 3010-108-E-0 Special Pipe Embedment or Encasement 50 LF $ 15.00 $ 750.00 7 3010-108-G-0 Class I, Bedding Material, 1" Commercial Clean Stone 386.4 TON $ 9.00 $ 3,477.60 Sub Total $ 33,627.60 Division 4010 - Sanitary Sewers 8 4010-108-A-1 Sanitary Sewer Gravity Main, Trenched, 8" PVC SDR26 1159.6 LF $ 70.00 $ 81,172.00 9 4010-108-B-1 Sanitary Sewer Gravity Main with Casing Pipe, Trenched, 8" PVC SDR26 30 LF $ 700.00 $ 21,000.00 10 4010-108-B-2 Sanitary Sewer Gravity Main with Casing Pipe, Trenchless, 8" PVC SDR26 259.9 LF $ 700.00 $ 181,930.00 11 4010-108-L-0 Sanitary Sewer Abandonment, Fill and Plug 6.5 CY $ 300.00 $ 1,950.00 Sub Total $ 286,052.00 Division 6010 - Structures for Sanitary and Storm Sewers 12 6010-108-A-0 Manhole Type, 48" SW-301 99.19 VF $ 1,000.00 $ 99,190.00 13 6010-108-A-0 Manhole Type,60" SW-301 16.62 VF $ 1,200.00 $ 19,944.00 14 6010-108-C-1 Internal Drop Connection 1 EA $ 750.00 $ 750.00 15 6010-108-H-1 Remove Manhole 1 EA $ 3,000.00 $ 3,000.00 Sub Total $ 122,884.00 Division 8030 - TemporaryTraffic Control 16 8030-108-A-0 Temporary Traffic Control 1 LS $ 12,000.00 $ 12,000.00 Sub Total $ 12,000.00 Division 9010 -Seeding 17 9010-108-A-1 Conventional - Seeding, Type 2, by AC 5.15 AC $ 1,500.00 $ 7,725.00 18 9010-108-A-2 Fertilizing, by AC 5.15 AC $ 100.00 $ 515.00 19 9010-108-A-3 Mulching, by AC 5.15 AC $ 100.00 $ 515.00 Sub Total $ 8,755.00 Division 9040 - Erosion and Sediment Control 20 9040-108-A-2 Stormwater Pollution Prevention Plan (SWPPP) Management 1 LS $ 1,200.00 $ 1,200.00 21 9040-108-G-1 Check Dams, Rock 69.02 TON $ 40.00 $ 2,760.80 22 9040-108-N-1 Silt Fence or Silt Fence Ditch Check, Installation 1054.88 LF $ 2.00 $ 2,109.76 23 9040-108-N-2 Silt Fence or Silt Fence Ditch Check, Removal of Sediment 1054.88 LF $ 0.10 $ 105.49 24 9040-108-N-3 Silt Fence or Silt Fence Ditch Check, Removal of Device 1054.88 LF $ 1.00 $ 1,054.88 25 9040-108-0-1 Stabilized Construction Entrance by Square Yard 188.88 SY $ 25.00 $ 4,722.00 26 9040-108-T-1 Inlet Protection Device, Installation 1 EA $ 30.00 $ 30.00 27 9040-108-T-2 Inlet Protection Device, Maintenance 1 EA $ 1.00 $ 1.00 Sub Total $ 11,983.93 Division 11,010 - Construction Survey 28 11010-108-A-0 Construction Survey 1 LS $ 3,000.00 $ 3,000.00 Sub Total $ 3,000.00 Division 11,020 - Mobilization 29 11020-108-A-0 Mobilization 1 LS $ 40,000.00 $ 40,000.00 Sub Total $ 40,000.00 Special Provisions - Non -Standard Project Items 30 SP Sludge Removal and Disposal 1 LS $ 368,000.00 $ 368,000.00 Sub Total $ 368,000.00 Total Bid Amount: $ 932,639.73 % Over I Under (-) $ 4,800.00 $ 4,800.00 $ 9.80 $ 16,500.46 $ 8.70 $ 24,360.00 Sub Total $ 45,660.46 $ 110.00 $ 550.00 $ 23.00 $ 21,390.00 $ 80.00 $ 4,000.00 $ 20.00 $ 7,728.00 Sub Total $ 33,668.00 $ 45.00 $ 52,182.00 $ 360.00 $ 10,800.00 $ 610.00 $ 158,539.00 $ 260.00 $ 1,690.00 Sub Total $ 223,211.00 $ 570.00 $ 56,538.30 $ 690.00 $ 11,467.80 $ 1,600.00 $ 1,600.00 $ 870.00 $ 870.00 Sub Total $ 70,476.10 $ 2,500.00 $ 2,500.00 Sub Total $ 2,500.00 $ 910.00 $ 4,686.50 $ 200.00 $ 1,030.00 $ 610.00 $ 3,141.50 Sub Total $ 8,858.00 $ 3,500.00 $ 3,500.00 $ 43.00 $ 2,967.86 $ 2.30 $ 2,426.22 $ 0.10 $ 105.49 $ 0.10 $ 105.49 $ 16.00 $ 3,022.08 $ 250.00 $ 250.00 $ 25.00 $ 25.00 Sub Total $ 12,402.14 $ 3,500.00 $ 3,500.00 Sub Total $ 3,500.00 $ 12,200.00 $ 12,200.00 Sub Total $ 12,200.00 $ 212,500.00 $ 212,500.00 Sub Total $ 212,500.00 $ 624,975.70 Total Bid $ 624,975.70 -32.99% $ 5,000.00 $ 5,000.00 $ 8.25 $ 13,890.69 $ 4.00 $ 11,200.00 Sub Total $ 30,090.69 $ 200.00 $ 1,000.00 $ 16.00 $ 14,880.00 $ 175.00 $ 8,750.00 $ 20.00 $ 7,728.00 Sub Total $ 32,358.00 $ 60.00 $ 69,576.00 $ 250.00 $ 7,500.00 $ 600.00 $ 155,940.00 $ 250.00 $ 1,625.00 Sub Total $ 234,641.00 $ 550.00 $ 54,554.50 $ 675.00 $ 11,218.50 $ 1,650.00 $ 1,650.00 $ 1,200.00 $ 1,200.00 Sub Total $ 68,623.00 $ 5,000.00 $ 5,000.00 Sub Total $ 5,000.00 $ 900.00 $ 4,635.00 $ 200.00 $ 1,030.00 $ 600.00 $ 3,090.00 Sub Total $ 8,755.00 $ 3,500.00 $ 3,500.00 $ 45.00 $ 3,105.90 $ 2.25 $ 2,373.48 $ 0.10 $ 105.49 $ 0.10 $ 105.49 $ 20.00 $ 3,777.60 $ 250.00 $ 250.00 $ 25.00 $ 25.00 Sub Total $ 13,242.96 $ 5,000.00 $ 5,000.00 Sub Total $ 5,000.00 $ 35,000.00 $ 35,000.00 Sub Total $ 35,000.00 $ 225,000.00 $ 225,000.00 Sub Total $ 225,000.00 $ 657,710.65 Total Bid $ 657,710.65 -29.48% $ 2,243.00 $ 2,243.00 $ 11.50 $ 19,362.78 $ 6.90 $ 19,320.00 Sub Total $ 40,925.78 $ 71.00 $ 355.00 $ 22.50 $ 20,925.00 $ 62.50 $ 3,125.00 $ 49.50 $ 19,126.80 Sub Total $ 43,531.80 $ 70.00 $ 81,172.00 $ 262.00 $ 7,860.00 $ 586.00 $ 152,301.40 $ 232.00 $ 1,508.00 Sub Total $ 242,841.40 $ 594.00 $ 58,918.86 $ 687.00 $ 11,417.94 $ 1,306.00 $ 1,306.00 $ 642.00 $ 642.00 Sub Total $ 72,284.80 $ 4,000.00 $ 4,000.00 Sub Total $ 4,000.00 $ 900.00 $ 4,635.00 $ 200.00 $ 1,030.00 $ 600.00 $ 3,090.00 Sub Total $ 8,755.00 $ 3,500.00 $ 3,500.00 $ 45.50 $ 3,140.41 $ 2.25 $ 2,373.48 $ 0.10 $ 105.49 $ 0.10 $ 105.49 $ 25.00 $ 4,722.00 $ 250.00 $ 250.00 $ 25.00 $ 25.00 Sub Total $ 14,221.87 $ 3,500.00 $ 3,500.00 Sub Total $ 3,500.00 $ 20,175.00 $ 20,175.00 Sub Total $ 20,175.00 $ 222,180.00 $ 222,180.00 Sub Total $ 222,180.00 $ 672,415.65 Total Bid $ 672,415.65 -27.90% $ 8,100.00 $ 8,100.00 $ 2,787.00 $ 2,787.00 $ 7.25 $ 12,206.97 $ 9.00 $ 15,153.48 $ 4.90 $ 13,720.00 $ 20.20 $ 56,560.00 Sub Total $ 34,026.97 Sub Total $ 74,500.48 $ 285.00 $ 1,425.00 $ 66.60 $ 333.00 $ 21.18 $ 19,697.40 $ 19.20 $ 17,856.00 $ 123.95 $ 6,197.50 $ 233.50 $ 11,675.00 $ 21.65 $ 8,365.56 $ 22.30 $ 8,616.72 Sub Total $ 35,685.46 Sub Total $ 38,480.72 $ 127.30 $ 147,617.08 $ 70.80 $ 82,099.68 $ 287.80 $ 8,634.00 $ 284.50 $ 8,535.00 $ 572.00 $ 148,662.80 $ 648.00 $ 168,415.20 $ 388.00 $ 2,522.00 $ 323.00 $ 2,099.50 Sub Total $ 307,435.88 Sub Total $ 261,149.38 $ 559.00 $ 55,447.21 $ 686.50 $ 68,093.94 $ 781.00 $ 12,980.22 $ 799.50 $ 13,287.69 $ 1,787.00 $ 1,787.00 $ 2,853.00 $ 2,853.00 $ 1,980.00 $ 1,980.00 $ 1,168.00 $ 1,168.00 Sub Total $ 72,194.43 Sub Total $ 85,402.63 $ 4,000.00 $ 4,000.00 $ 2,500.00 $ 2,500.00 Sub Total $ 4,000.00 Sub Total $ 2,500.00 $ 900.00 $ 4,635.00 $ 900.00 $ 4,635.00 $ 200.00 $ 1,030.00 $ 200.00 $ 1,030.00 $ 600.00 $ 3,090.00 $ 600.00 $ 3,090.00 Sub Total $ 8,755.00 Sub Total $ 8,755.00 $ 3,500.00 $ 3,500.00 $ 3,500.00 $ 3,500.00 $ 41.30 $ 2,850.53 $ 53.00 $ 3,658.06 $ 2.25 $ 2,373.48 $ 2.25 $ 2,373.48 $ 0.10 $ 105.49 $ 0.10 $ 105.49 $ 0.10 $ 105.49 $ 0.10 $ 105.49 $ 11.25 $ 2,124.90 $ 18.70 $ 3,532.06 $ 250.00 $ 250.00 $ 250.00 $ 250.00 $ 25.00 $ 25.00 $ 25.00 $ 25.00 Sub Total $ 11,334.88 Sub Total $ 13,549.57 $ 4,200.00 $ 4,200.00 $ 4,500.00 $ 4,500.00 Sub Total $ 4,200.00 Sub Total $ 4,500.00 $ 23,328.00 $ 23,328.00 $ 87,160.00 $ 87,160.00 Sub Total $ 23,328.00 Sub Total $ 87,160.00 $ 209,751.00 $ 209,751.00 $ 230,726.00 $ 230,726.00 Sub Total $ 209,751.00 Sub Total $ 230,726.00 $ 710,711.62 $ 806,723.78 Total Bid $ 710,711.62 Total Bid $ 806,723.78 -23.80% -13.50% THE CITY O DUBF E Masterpiece on the Mississippi City of Dubuque, Iowa Bid Tabulation Project Title: Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment REFERENCE BID ITEM DESCRIPTION Bid Date I Boomerang Corp. Eastern Iowa Excavating & Concrete, LLC F.L. Krapfl Inc. McDermott Excavating 6-Jun-24 BID UNIT PRICE TOTAL PRICE BID UNIT PRICE TOTAL PRICE PLAN QUANTITY I UNIT BID UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE Division 2010 - Earthwork, Subgrade, and Subbase 2010-108-C-0 Clearing and Grubbing C 2010-108-D-1 Topsoil, On -site 2010-108-E-0 Excavation, Class 10 Division 3010 -Trench Excavation and Backfill 3010-108-B-0 Rock Excavation 3010-108-D-0 Replacement of Unsuitable Backfill Material, Gr 30, (Modified Subbase Pile) 3010-108-E-0 Special Pipe Embedment or Encasement 3010-108-G-0 Class I, Bedding Material, 1" Commercial Clean Stone 4010-108-A-1 Division 4010 - Sanitary Sewers Sanitary Sewer Gravity Main, Trenched, 8" PVC SDR26 4010-108-B-1 Sanitary Sewer Gravity Main with Casing Pipe, Trenched, 8" PVC SDR26 4010-108-B-2 Sanitary Sewer Gravity Main with Casing Pipe, Trenchless, 8" PVC SDR26 4010-108-L-0 Sanitary Sewer Abandonment, Fill and Plug 6010-108-A-0 Division 6010 - Structures for Sanitary and Storm Sewers Manhole Type, 48" SW-301 6010-108-A-0 Manhole Type, 60" SW-301 6010-108-C-1 Internal Drop Connection 6010-108-H-1 Remove Manhole Division 8030-TemporaryTraffic Control 8030-108-A-0 TemDorary Traffic Control 1 LS 1683.72 CY 2800 CY 5 CY 930 TON 50 LF 386.4 TON 1159.6 LF 30 LF 259.9 LF 6.5 CY 99_19 VF 16.62 VF 1 EA 1 EA 1 LS Division 9010 - Seeding 9010-108-A-1 Conventional - Seeding, Type 2, by AC 5.15 AC 9010-108-A-2 Fertilizing, by AC 5.15 AC 9010-108-A-3 Mulching, by AC 5.15 AC Division 9040 - Erosion and Sediment Control 9040-108-A-2 Stormwater Pollution Prevention Plan (SWPPP) Management 9040-108-G-1 Check Dams, Rock 9040-108-N-1 Silt Fence or Silt Fence Ditch Check, Installation 9040-108-N-2 Silt Fence or Silt Fence Ditch Check, Removal of Sediment 9040-108-N-3 Silt Fence or Silt Fence Ditch Check, Removal of Device 9040-108-0-1 Stabilized Construction Entrance by Square Yard 9040-108-T-1 Inlet Protection Device, Installation 9040-108-T-2 Inlet Protection Device, Maintenance 11010-108-A-0 Division 11,010 -Construction Survey Construction Survev Division 11,020 - Mobilization 11020-108-A-0 Mobilization Special Provisions - Non -Standard Project Items Sp Sludae Removal and Disoosal 1 LS 69.02 TON 1054.88 LF 1054.88 LF 1054.88 LF 188.88 SY 1 EA 1 EA 1 LS 1 LS 1 LS Total Bid Amount: % Over / Under (-) $ 1,000.00 $ 1,000.00 $ 10.00 $ 16,837.20 $ 20.00 $ 56,000.00 Sub Total $ 73,837.20 $ 200.00 $ 1,000.00 $ 30.00 $ 27,900.00 $ 100.00 $ 5,000.00 $ 40.00 $ 15,456.00 Sub Total $ 49,356.00 $ 70.00 $ 81,172.00 $ 280.00 $ 8,400.00 $ 500.00 $ 129,950.00 $ 100.00 $ 650.00 Sub Total $ 220,172.00 $ 570.00 $ 56,538.30 $ 670.00 $ 11,135.40 $ 2,000.00 $ 2,000.00 $ 500.00 $ 500.00 Sub Total $ 70,173.70 $ 2,500.00 $ 2,500.00 Sub Total $ 2,500.00 $ 900.00 $ 4,635.00 $ 200.00 $ 1,030.00 $ 600.00 $ 3,090.00 Sub Total $ 8,755.00 $ 3,600.00 $ 3,600.00 $ 50.00 $ 3,451.00 $ 2.25 $ 2,373.48 $ 0.10 $ 105.49 $ 0.10 $ 105.49 $ 20.00 $ 3,777.60 $ 25.00 $ 25.00 $ 100.00 $ 100.00 Sub Total $ 13,538.06 $ 3,500.00 $ 3,500.00 Sub Total $ 3,500.00 $ 103,000.00 $ 103,000.00 Sub Total $ 103,000.00 $ 300,000.00 $ 300,000.00 Sub Total $ 300,000.00 $ 844,831.96 Total Bid $ 844,831.96 -9.41 % $ 5,250.00 $ 5,250.00 $ 18.65 $ 31,401.38 $ 12.50 $ 35,000.00 Sub Total $ 71,651.38 $ 188.00 $ 940.00 $ 50.50 $ 46,965.00 $ 146.50 $ 7,325.00 $ 42.00 $ 16,228.80 Sub Total $ 71,458.80 $ 83.25 $ 96,536.70 $ 765.00 $ 22,950.00 $ 825.00 $ 214,417.50 $ 230.00 $ 1,495.00 Sub Total $ 335,399.20 $ 682.00 $ 67,647.58 $ 800.00 $ 13,296.00 $ 3,985.00 $ 3,985.00 $ 1,985.00 $ 1,985.00 Sub Total $ 86,913.58 $ 2,500.00 $ 2,500.00 Sub Total $ 2,500.00 $ 2,000.00 $ 10,300.00 $ 220.00 $ 1,133.00 $ 750.00 $ 3,862.50 Sub Total $ 15,295.50 $ 4,000.00 $ 4,000.00 $ 42.25 $ 2,916.10 $ 2.75 $ 2,900.92 $ 0.20 $ 210.98 $ 0.20 $ 210.98 $ 22.00 $ 4,155.36 $ 300.00 $ 300.00 $ 35.00 $ 35.00 Sub Total $ 14,729.33 $ 3,900.00 $ 3,900.00 Sub Total $ 3,900.00 $ 38,000.00 $ 38,000.00 Sub Total $ 38,000.00 $ 233,000.00 $ 233,000.00 Sub Total $ 233,000.00 $ 872,847.79 Total Bid $ 872,847.79 -6.41 % $ 6,000.00 $ 6,000.00 $ 3.00 $ 5,051.16 $ 4.00 $ 11,200.00 Sub Total $ 22,251.16 $ 200.00 $ 1,000.00 $ 23.00 $ 21,390.00 $ 50.00 $ 2,500.00 $ 27.00 $ 10,432.80 Sub Total $ 35,322.80 $ 80.00 $ 92,768.00 $ 325.00 $ 9,750.00 $ 700.00 $ 181,930.00 $ 380.00 $ 2,470.00 Sub Total $ 286,918.00 $ 600.00 $ 59,514.00 $ 700.00 $ 11,634.00 $ 1,500.00 $ 1,500.00 $ 2,100.00 $ 2,100.00 Sub Total $ 74,748.00 $ 4,400.00 $ 4,400.00 Sub Total $ 4,400.00 $ 990.00 $ 5,098.50 $ 220.00 $ 1,133.00 $ 660.00 $ 3,399.00 Sub Total $ 9,630.50 $ 3,500.00 $ 3,500.00 $ 27.00 $ 1,863.54 $ 2.50 $ 2,637.20 $ 0.10 $ 105.49 $ 0.10 $ 105.49 $ 6.00 $ 1,133.28 $ 250.00 $ 250.00 $ 25.00 $ 25.00 Sub Total $ 9,620.00 $ 4,000.00 $ 4,000.00 Sub Total $ 4,000.00 $ 80,000.00 $ 80,000.00 Sub Total $ 80,000.00 $ 375,000.00 $ 375,000.00 Sub Total $ 375,000.00 $ 901,890.46 Total Bid $ 901,890.46 -3.30% $ 2,000.00 $ 2,000.00 $ 12.00 $ 20,204.64 $ 15.00 $ 42,000.00 Sub Total $ 64,204.64 $ 100.00 $ 500.00 $ 26.00 $ 24,180.00 $ 220.00 $ 11,000.00 $ 24.00 $ 9,273.60 Sub Total $ 44,953.60 $ 78.00 $ 90,448.80 $ 310.00 $ 9,300.00 $ 975.00 $ 253,402.50 $ 375.00 $ 2,437.50 Sub Total $ 355,588.80 $ 650.00 $ 64,473.50 $ 850.00 $ 14,127.00 $ 1,800.00 $ 1,800.00 $ 1,500.00 $ 1,500.00 Sub Total $ 81,900.50 $ 3,000.00 $ 3,000.00 Sub Total $ 3,000.00 $ 1,000.00 $ 5,150.00 $ 300.00 $ 1,545.00 $ 700.00 $ 3,605.00 Sub Total $ 10,300.00 $ 4,000.00 $ 4,000.00 $ 40.00 $ 2,760.80 $ 2.50 $ 2,637.20 $ 0.50 $ 527.44 $ 1.00 $ 1,054.88 $ 15.00 $ 2,833.20 $ 250.00 $ 250.00 $ 100.00 $ 100.00 Sub Total $ 14,163.52 $ 4,000.00 $ 4,000.00 Sub Total $ 4,000.00 $ 52,000.00 $ 52,000.00 Sub Total $ 52,000.00 $ 320,000.00 $ 320,000.00 Sub Total $ 320,000.00 $ 950,111.06 Total Bid $ 950,111.06 1.87% THE CrrY OF DUB E Masterpiece on the Mississippi City of Dubuque, Iowa Construction Contract Award Award Date: 17-Jun-24 Project Title: Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment Contractor Name: Tschiggfrie Excavating. Co. Address 425 Julien Dubuque Dr. City, State, Zip Dubuque, IA 52003 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 $ 4,800.00 $ 4,800.00 Award 2 2010-108-D-1 Topsoil, On -site 1683.72 CY $ 9.80 $ 16,500.46 Award 3 2010-108-E-0 Excavation, Class 10 2800 CY $ 8.70 $ 24,360.00 Sub Total $ 45,660.46 Division 3010 -Trench Excavation and Backfill Award 4 3010-108-B-0 Rock Excavation 5 CY $ 110.00 $ 550.00 Award 5 3010-108-D-0 Replacement of Unsuitable Backfill Material, Gr 30, (Modified Subbase Pile) 930 TON $ 23.00 $ 21,390.00 Award 6 3010-108-E-0 Special Pipe Embedment or Encasement 50 LF $ 80.00 $ 4,000.00 Award 7 3010-108-G-0 Class I, Bedding Material, 1" Commercial Clean Stone 386.4 TON $ 20.00 $ 7,728.00 Sub Total $ 33,668.00 Division 4010 - Sanitary Sewers Award 8 4010-108-A-1 Sanitary Sewer Gravity Main, Trenched, 8" PVC SDR26 1159.6 LF $ 45.00 $ 52,182.00 Award 9 4010-108-B-1 Sanitary Sewer Gravity Main with Casing Pipe, Trenched, 8" PVC SDR26 30 LF $ 360.00 $ 10,800.00 Award 10 4010-108-B-2 Sanitary Sewer Gravity Main with Casing Pipe, Trenchless, 8" PVC SDR26 259.9 LF $ 610.00 $ 158,539.00 Award 11 4010-108-L-0 Sanitary Sewer Abandonment, Fill and Plug 6.5 CY $ 260.00 $ 1,690.00 Sub Total $ 223,211.00 Division 6010 - Structures for Sanitary and Storm Sewers Award 12 6010-108-A-0 Manhole Type, 48" SW-301 99.19 VF $ 570.00 $ 56,538.30 Award 13 6010-108-A-0 Manhole Type, 60" SW-301 16.62 VF $ 690.00 $ 11,467.80 Award 14 6010-108-C-1 Internal Drop Connection 1 EA $ 1,600.00 $ 1,600.00 Award 15 6010-108-H-1 Remove Manhole 1 EA $ 870.00 $ 870.00 Sub Total $ 70,476.10 Division 8030 - TemporaryTraffic Control Award 16 8030-108-A-0 Temporary Traffic Control 1 LS $ 2,500.00 $ 2,500.00 Sub Total $ 2,500.00 Division 9010 - Seeding Award 17 9010-108-A-1 Conventional - Seeding, Type 2, by AC 5.15 AC $ 910.00 $ 4,686.50 Award 18 9010-108-A-2 Fertilizing, by AC 5.15 AC $ 200.00 $ 1,030.00 Award 19 9010-108-A-3 Mulching, by AC 5.15 AC $ 610.00 $ 3,141.50 Sub Total $ 8,858.00 Division 9040 - Erosion and Sediment Control Award 20 9040-108-A-2 Stormwater Pollution Prevention Plan (SWPPP) Management 1 LS $ 3,500.00 $ 3,500.00 Award 21 9040-108-G-1 Check Dams, Rock 69.02 TON $ 43.00 $ 2,967.86 Award 22 9040-108-N-1 Silt Fence or Silt Fence Ditch Check, Installation 1054.88 LF $ 2.30 $ 2,426.22 Award 23 9040-108-N-2 Silt Fence or Silt Fence Ditch Check, Removal of Sediment 1054.88 LF $ 0.10 $ 105.49 Award 24 9040-108-N-3 Silt Fence or Silt Fence Ditch Check, Removal of Device 1054.88 LF $ 0.10 $ 105.49 Award 25 9040-108-0-1 Stabilized Construction Entrance by Square Yard 188.88 SY $ 16.00 $ 3,022.08 Award 26 9040-108-T-1 Inlet Protection Device, Installation 1 EA $ 250.00 $ 250.00 Award 27 9040-108-T-2 Inlet Protection Device, Maintenance 1 EA $ 25.00 $ 25.00 Sub Total $ 12,402.14 Items NO. I I NUMBER QUANTITY I u I _­­ ' "'-- I , - , __ , . I Division 11,010 - Construction Survey Award 28 11010-108-A-0 Construction Survey 1 LS $ 3,500.00 $ 3,500.00 Sub Total $ 3,500.00 Division 11,020 - Mobilization Award 29 11020-108-A-0 Mobilization 1 LS $ 12,200.00 $ 12,200.00 Sub Total $ 12,200.00 Special Provisions - Non -Standard Project Items Award 30 SP Sludge Removal and Disposal 1 LS $ 212,500.00 $ 212,500.00 Sub Total $ 212,500.00 Contract Award Amount: $ 624,975.70 origindesi, June 10, 2024 Honorable Mayor Brad Cavanagh and Council Members c/o Todd Irwin, Project Manager City of Dubuque 50 W.13th Street Dubuque, IA 52001 RE: City of Dubuque, Iowa Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment 2023 Award Recommendation Project No.: 21211 Dear Mayor Cavanagh and Council Members: In accordance with owner instructions, bids for the Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment 2023 project were opened and read at 2:00 p.m. on June 6, 2024. Nine bids were received for this project. After reviewing the bids, it was determined the low bid was submitted Tschiggfrie Excavating Co. of Dubuque, Iowa, in the amount of $624,975.70. Tschiggfrie Excavating has the experience, workforce and equipment to properly complete this contract. We recommend award of the Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment 2023 project to Tschiggfrie Excavating Co. in the amount of $624,975.70. The engineer's estimate for this project was $932,639.73. The low bid of $624,975.70 is $307,664.03 or 32.99% below the engineer's estimate. Sincerely, Origin Design Co. Eldon Schneider, P.E. Environmental Engineer Copy: Tschiggfrie Excavating DUBUQUE OFFICE 137 Main Street, Ste. 100 Dubuque, Iowa 52001 origindesign.corn 800 556-4491 1 Adrienne Breitfelder From:Kerry Bradley Sent:Thursday, July 11, 2024 4:38 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 - Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment Project (Project ID_ 55815000024).pdf; Twin Ridge Bid Bond.pdf; 24_07_ 09 Twin Ridge Sanitary Sewer Extension Project - SIGNED Contract Bond.pdf; Non- litigation Twin Ridge.pdf Hi Emily, Requested information for Twin Ridge 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) 2 After those items have been sent over to us, we can prepare and submit a bid letting opinion to IFA for each project. 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) 3 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. 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 4 Hi Todd, 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 5 sophospsmartbannerend 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. BID BOND SECTION 00450 We Tschiggfrie Excavating Co. Merchants National Bonding, Inc. SECTION 00450 Page 1 of 1 —as Principal (Contractor), and as Surety, are held and firmly bound unto the City of Dubuque, Iowa (City), in the sum of $ 10% (use numbers) (10% of 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 sth day of June , 2024 for Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment 2023 (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 9th day of May , 2024, 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: Tschiggfrie Excavating Co Contractor Name ..f By. n to r mmf I T*le\J Date SURETY: Merchants National Bonding, Inc. Surety Name -- ap.�•° p8 r y . Rq •. o': By. 2003 re ........... Kate Zanders, Attorney -in -Fact Title May 9, 2024 Date ==== END OF SECTION 00450 = === M.ERCHANT� BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Anne Crowner; Bailey Beach; Ben Williams; Brian J Oestreich; Brian M Delmerly; Cameron M Burt; Colby D White; Craig E Hansen; D Gregory Stilts; Dione R Young; Donald E Appleby; Douglas Muth; Ginger Hoke; Grace Rasmussen; Graydon Dotson; Greg Krier; Jamie Gifford; Jay D Freiermuth; Jennifer Marino; Jessica Jean Rini; Jessie Allen; Joe Tiernan; John Cord; Joshua R Loftis; Kate Zanders; Keeton Welch; Lukas Schroder; Mark R DeWitt; Mark Sweigart; Mary Ashley Allen; Melinda C Blodgett; Michelle Morrison; Michelle R Gruis; Nathan Weaver; Nicole Sllllings; R C Bowman; Rachel Thomas; Sandra M Engstrum; Sara Huston; Sarah C Brown; Seth D Rooker; Ted Jorgensen; Tim McCulloh; Todd Bengford; W R Withrow their true and lawful Attorneys) -In -Fact, to sign Its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written Instruments In the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory In the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 7th day of May . 2024 MERCHANTS BONDING COMPANY ',.+ PT10..... Q�N...... A e` MERCHANTS NATIONAL BONDING, (NC. (MUTUAL) ��fy+•...00Jr4% 00.: : �O O�iPO J�� •yy � dlbla MERCHANTS NATIONAL INDEMNITY COMPANY Ci o 2003 ; �; :y% 1933 C: By -s•�••.. ...�`1, ,•t;V.......•�1•• President STATE OFIOWA '••,,• •o' '••,;�„•• COUNTY OF DALLAS ss. On this 7th day of May, 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he Is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. i.Q.�OA(sm Penni Miller z Commission Number 787952 - • • My Commission Expires IOwA January 20, 2027 of pis: b I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still In full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 9th day of y.. POA 0018 (1/24) 1933 Secretary May .2024 . 07/09/2024 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 Twin Ridge Sanitary Sewer Extension and Lagoon Abandonment 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 W HAND this day of J a?-l/ 32024. City Clerk