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