Loading...
Award Construction Contract - Granger Creek Lift Station Improvements (Project ID: 5581500009)City of Dubuque City Council Meeting Action Items # 08. Copyrighted June 17, 2024 ITEM TITLE: Award Construction Contract - Granger Creek Lift Station Improvements (Project I D: 5581500009) SUMMARY: City Manager recommending City Council award the construction contract for the Granger Creek Lift Station Improvements Project, pending Iowa Financing Authority (IAF) approval, through the adoption of the enclosed resolution, to Tri-Con General Construction Inc, of Dubuque Iowa in the amount of $1,221,000. SUGGESTED DISPOSITION: ATTACHMENTS: Description MVM Memo Staff Memo Resolution Bid Tab Contract Award Form RESOLUTION Awarding Public Improvement Construction Contract for the Granger Creek Lift Station Improvements 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 - Granger Creek Lift Station Improvements (Project ID: 5581500009) DATE: June 11, 2024 City Engineer Gus Psihoyos is recommending City Council award the construction contract for the Granger Creek Lift Station Improvements Project, pending Iowa Financing Authority (IAF) approval, through the adoption of the enclosed resolution, to Tri-Con General Construction Inc, of Dubuque Iowa in the amount of $1,221,000. 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 and Resource Recovery Center Director Bob Schiesl, Assistant City Engineer Max O'Brien, 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 - Granger Creek Lift Station Improvements (Project ID: 5581500009) INTRODUCTION This memorandum requests the City Council award the Granger Creek Lift Station Improvements 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 to Iowa Department of Natural Recourses (IDNR) 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), 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 Granger Creek Lift Station Improvements Project will increase the firm pumping capacity of the existing Granger Creek Lift Station from 0.5 MGD to 2.9 MDG. The increased pumping capacity is needed to serve additional areas that are now served by the original Granger Creek Interceptor Sewer (constructed in 1998) and the extension of the interceptor sewer to the Dubuque Regional Airport (constructed in 2015). The project will also provide upgrades to the existing Catfish Creek Lift Station. The installation of the new Granger Creek Lift Station control equipment, within the Catfish Creek Lift Station Building, will require some minor modifications to electrical fixtures and the replacement of the existing HVAC system, to be code compliant. The installation of the new control equipment, for the upgraded Granger Creek Lift Station, will require the Catfish Creek Lift Station HVAC system to be replaced to ensure proper temperature control, for all electrical components, and proper ventilation for personnel entering the building. The new HVAC system will utilize the existing roof penetrations, used by the existing system, but will require modifications to the existing openings. The modified roof openings will require the replacement of the existing roofing system. The existing roofing system is in extremely poor condition and is not able to be modified to accommodate the changes. DISCUSSION On June 6, 2024, the City received four bids for the Granger Creek Lift Station Improvements Project. The attached bid tabulation sheet summarizes the bids received by the City. The low bid was received from Tri-Con General Construction Inc. of Dubuque, Iowa, in the amount of $1,221,000 which is 2.32% below the Engineer's estimate of $1,250,000. 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 Granger Creek Lift Station Improvements Project, to Tri-Con General Construction Inc. pending Iowa Financing Authority (IAF) approval. BUDGETIMPACT The awarded cost for the Granger Creek Lift Station Improvement 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 Twin ridge sanitary Sewer Extension and Lagoon Abandonment Project are presented under separate memos: Description Estimate Planning & Design $ 166,200.00 Construction $ 1,221,000.00 Contract Admin / Construction Engineering $ 203,000.00 Contingency $ 146,218.18 City Staff & Legal $ 38,181.82 0.5% SRF Loan Origination Fees (Reduced due to EPA Grant) $ 2,126.70 Total Project Cost $ 1,776,816.70 All three of the projects identified in the facility plan are utilizing State Revolving Fund (SRF) loan proceeds for design and construction. The construction of the Granger Creek Lift Station Improvements is being funded utilizing a combination of a State Revolving Fund (SRF) loan as a 20% match toward a $1,000,000 grant through the EPA Community Grants Program. The SRF loan is being funded through multiple Fiscal Year appropriations as detailed below: Granger Creek Lift Station Capacity Improvements Project Funding FY 22 5581500009 Catfish/Granger Lift Station Improvements $ 130,000.00 FY 23 5581500009 Catfish/Granger Lift Station Improvements $ 607,650.00 FY 24 5581500009 Catfish/Granger Lift Station Improvements $ 134,265.99 FY 24 5581500009 EPA Community Grant $ 1,000,000.00 Total SRF & EPA Grant Project Funding 1.871.915.99 ACTION TO BE TAKEN I respectfully request that the City Council Award the construction contract for the Granger Creek Lift Station Improvements Project, pending Iowa Financing Authority (IAF) approval, through the adoption of the enclosed resolution, to Tri-Con General Construction Inc, of Dubuque Iowa in the amount of $1,221,000. 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. 1Vh St. Dubuque, IA 52001 563 589-4270 Return to Adrienne N. Breitfelder City Clerk City of Dubuque, 50 W. 1311 St. Dubuque, IA 52001 (563)589-4100 RESOLUTION NO. 205-24 AWARDING PUBLIC IMPROVEMENT CONSTRUCTION CONTRACT FOR THE GRANGER CREEK LIFT STATION IMPROVEMENTS PROJECT WHEREAS, sealed proposals have been submitted by contractors for the Granger Creek Lift Station Improvements Project, (the Project) pursuant to Resolution No. 119-24 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 Tricon General Construction, Inc., of Dubuque, Iowa submitted low bid in the amount of $1,221,000.00, 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 Tricon General Construction, Inc. 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. B d M. a li, Mayor Attest: Adrienne N. Breitfelder, City Clerk THE CITY OF DUB E Masterpiece on the Mississippi City of Dubuque, Iowa Bid Tabulation Project Title: Granger Creek Lift Station Modification S2022-0094A Bid Date Engineer's Estimate Tricon General Construction, Inc Portzen Construction F Boomerang Corp WRH 6-Jun-24 REFERENCE BID ITEM DESCRIPTION [UNIT] ESTIMATED UNIT TOTAL PRICE BPRICE ID UNIT TOTAL PRICE BPRICE ID UNIT TOTAL PRICE BPRICE ID UNIT TOTAL PRICE BPRICE ID UNIT TOTAL PRICE NNE NUMBER NUANTNTY Special Provisions - Non -Standard Project Items 1 SP Granger Creek Lift Station Modifications 1 LS $ 1,250,000.00 $ 1,250,000.00 $ 1,221,000.00 $ 1,221,000.00 $ 1,245,000.00 $ 1,245,000.00 $ 1,376,000.00 $ 1,376,000.00 $ 1,376,800.00 $ 1,376,800.00 Sub Total $ 1,250,000.00 Sub Total $ 1,221,000.00 Sub Total $ 1,245,000.00 Sub Total $ 1,376,000.00 Sub Total $ 1,376,800.00 Total Bid Amount: $ 1,250,000.00 $ 1,221,000.00 $ 1,245,000.00 $ 1,376,000.00 $ 1,376,800.00 Total Bid $ 1,221,000.00 Total Bid $ 1,245,000.00 Total Bid $ 1,376,000.00 Total Bid $ 1,376,800.00 % Over/ Under (-) -2.32% -0.40% 10.08% 10.14% THE CITY OF DUB E City of Dubuque, Iowa Construction Contract Award Masterpiece on the Mississippi Award Date: 17-Jun-24 Project Title: Granger Creek Lift Station Modification S2022- 0094A Contractor Name: Tricon General Construction, Inc Address 1230 East 12th St. City, State, Zip Dubuque, IA 52001 Contract LINE REFERENCE PLAN Award NO. NUMBER DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE Item Special Provisions - Non -Standard Project Items Award 1 SP Granger Creek Lift Station Modifications 1 LS $ 1,221,000.00 $ 1,221,000.00 Sub Total $ 1,221,000.00 Contract Award Amount: $ 1,221,000.00 4 AML I STRAND ASSOCIATES® Excellence in Engineering5" Strand Associates, Inc 0 910 West Wingra Drive Madison, WI 53715 (P) 608.251.4843 www.strand.com June 7, 2024 Mr. Todd Irwin, Project Manager City of Dubuque Engineering Department 50 West 13th Street Dubuque, IA 52001 Re: Granger Creek Sanitary Sewer Pump Station Modifications Iowa Department of Natural Resources Project No. S2022-0094A City of Dubuque, Iowa (City) Dear Todd, Bids for the above -referenced Project were opened by the City on June 6, 2024. Four Bids were received with the resulting Bid tabulation enclosed. Tricon Construction Group (Tricon) of Dubuque, Iowa, was the apparent low Bidder at $1,221,000, which was less than the ENGINEER's opinion of probable construction cost. The Bid included a Bid Bond for 10 percent and Addendum No. 1 was acknowledged. The Bid is deemed to be responsive. Strand Associates, Inc.® has previously worked with Tricon on the City's Bee Branch Creek Restoration — Railroad Culvert Crossing Project. For that project, Tricon was determined to be responsible. If you determine that Tricon is a responsible Bidder after your evaluation of its qualifications, we recommend proceeding with award of the Contract in accordance with Article 200.15 of the Instructions to Bidders. Sincerely, STRAND ASSOCIATES, INC.® Bradley J. a e, P.E. Enclosure 1154.096\BJL:Ier\\\strand.com\allcorpdata\MAD\Documents\Specifications\Archive\2024\Dubuque, City of(IA)\1154.096.S2022-0094A.bjl\(16) Specification Letters\(a) Resulting Bid Tabulation\060724.docx Arizona I Illinois I Indiana I Iowa I Kentucky I Ohio I Tennessee I Texas I Wisconsin 1 Adrienne Breitfelder From:Kerry Bradley Sent:Thursday, July 11, 2024 4:37 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 - Granger Creek Lift Station Improvements (Project ID_ 5581500009).pdf; Granger Bid Bond.pdf; 24_07_09 Granger Creek Sanitary Sewer Pump Station Modification - SIGNED contractbond.pdf; Non-Litigation Granger.pdf Hi Emily, Requested info for Granger Creek 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) 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 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 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. SECTION 00500 Page 1 of 6 PUBLIC IMPROVEMENT CONTRACT SECTION 00500 Granger Creek Sanitary Sewer Pump Station Modifications THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for references purposes the 24th 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 Tricon General Construction, Inc. (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 Granger Creek Sanitary Sewer Pump Station Modifications (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. 1 through No. 20 (20 pages) or drawings consisting of sheets bearing the following general title: Granger Creek Sanitary Sewer Pump Station Modifications 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). 16. Construction Schedule and Agreed Cost of Delay (Section 00800). SECTION 00500 Page 2 of 6 17. Erosion Control Certificate (Section 00900). 18. Consent Decree (Section 01000). 19.Other Project Information and Permits (Section 01100). 20. Exhibits to this Contract (enumerated as follows): a. Contractor's Bid (pages _ to _, inclusive). b. Bidder Status Form (Section 00460). c. Contractor Background Information Form (Section 00471) d. The following documentation that must be submitted by Contractor prior to Notice of Award. e. None. 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 SECTION 00500 Page 3 of 6 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. 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, and Strand Associates, Inc.® 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 Contrpctor agree to comply with all provisions of the Davis -Bacon Federal Prevailing Wage Act, if applicable, 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. X 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. 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://www.cityofdubuque.orq/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 1 07/09/2024 Bond No. 2355948 SECTION 00600 Page 1 of 4 PERFORMANCE, PAYMENT AND MAINTENANCE BOND SECTION 00600 KNOW ALL BY THESE PRESENTS: That we Tricon General Construction, Inc. as Principal (hereinafter the "Contractor" or "Principal") and Swiss Re Corporate Solutions America Insurance Corporation 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 One million, two hundred twenty one thousand dollars and zero cents. ($1,221,000.00), 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 24th 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 Granger Creek Sanitary Sewer Pump Station Modifications Project, Project detail the following described improvements: CIP # 1001653 55815-00006, DNR Project Number: 52022-0094A The project consists of the replacement of the submersible pumps within and existing Granger Creek Pump Station wet well, removal and replacement of an existing valve vault, replacement of related force main piping, valves, supports and appurtenances, removal and replacement of existing electrical and controls, housed within the Catfish Creek Pump Station building. The project also includes modifications to the HVAC system and roofing replacement for the existing Catfish Creek Pump Station building 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: 1. 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. SECTION 00600 Page 2 of 4 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 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. SECTION 00600 Page 3 of 4 The Contractor and every Surety on the Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: 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 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") WESTPORT INSURANCE CORPORATION ("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: TI-IOMAS O. CHAMBERS, TODD SCHAAP, ICIMBERLY S. RASCH, and PAUL JACOBSEN JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of UNLIMITED This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to anv bond, undertaking or contract of surety to which it is attached." d nBAM Cy•r lAsx . .Rr" td.Ok.�i43:4040te,•»% v,.ty° 4T.n . 4t , 4 F"'• SEAL SEAL S • .Q ^ Y o.0•0, By wn*,,,nwna, By ErikJansren. Senior Vice President of SRCSAIC & Senior Vice President or SRCSPIC & Sailor Vice President or WIC Gerald Jagrowdd, Vice President of SRCSAIC& Vkerreeident ofSRCSFIC & Vgee President of WIC IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 10 day of NOVEMBER 20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook ss Westport Insurance Corporation On this 10 day of NOVEMBER 20 22 before me, a Notary Public personally appeared Erik Janssens, Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski , Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. I, Jeffrey Goldberg the duly elected Senior Vice President nd Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed he seals of the Companies tlus25th day of June 2024 . • Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC and WIC SECTION 00450 Page 1 of 1 BID BOND SECTION 00450 We Tricon General Construction, Inc. as Principal (Contractor), and Swiss Re Corporate Solutions America Insurance Corporation as Surety, are held and firmly bound unto the City of Dubuque, Iowa (City), in the sum of $ �#n/ ?eecd-r (Indicate the bond value, in dollars, which is 10% of the Bid amount), (use numbers) 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 2024 for Granqer Creek Sanitary Sewer Pump Station Modifications (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 , 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: Tricon General Construction, Inc. Contractor Name By: Signature Ronsid L Richard Owner Title 06/06/2024 SURETY: Swiss Re Corporate Solutions America Insurance Corporation Surety Name By- �--t Sfqn - a e Thomas O. Chambers, Attorney-iiii-Fact Title ^� 06/06/2024 Date Date ==== END OF SECTION 00450 ==== SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") WESTPORT INSURANCE CORPORATION ("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY TIIESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: THOMAS O. CHAMBERS. TODD SCHAAP, KIMBERLY S. RASCH, and PAUL JACOBSEN JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, sea] and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: UNLIMITED This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary orany Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the sea) of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to anv bond, undertaking or contract of surety to which it is attached." .nq, ,,...nln,...q `,rJ �pHSAb1Ef�jr+s PRE4,,"I., d_ oaPoiigr�as°.= °yd .p�iQORq S _11 SEAL L By Erik Janssens, Senior Vice President of a Preid n &Senior Vitt Presidrnr m = = p ; - x of SRCSPIC &Senior Vice Presidem o! W1C tl By �- =.a: SEA :�; +Ei 1''•n.....*,,, .�,•,"tisr ��9 Gerald Jagrorski, Vice Prtsldeni of SRCSAIC& Vice President ofSRCSPEC & Vice President of WTC IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 10 day of NOVEMBER 20 22 Swiss Re Corporate Solutions America insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook El Westport Insurance Corporation On this 10 day of NOVEMBER 20 22 , before me, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Iaffowski , Vice President of SRCSAIC and Vice President of SRCSPIC and Vice President of WIC, personally known to mc, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. -------------- 09WITINAWfitl NOTAIWAgahan l2tA L11 An.aca 1, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in full force and effect. 1N WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 6th day of June , 2024. Jeffrey Goldberg. Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC and WIC STATE OF WISCONSIN ) COUNTY OF Milwaukee ) ON THIS 6th day of June , 2024 , before me, a notary public, within and for said County and State, personally appeared Thomas O. Chambers to me personally known, who being duly sworn, upon oath did say that he is the Attorney -in -Fact of and for the Swiss Re Corporate Solutions America Insurance Corporation , a corporation of Missouri , created, organized and existing under and by virtue of the laws of the State of Missouri ; that the corporate seal affixed to the foregoing within instrument is the seal of the said Company; that the seal was affixed and the said instrument was executed by authority of its Board of Directors; and the said Thomas O. Chambers did acknowledge that he/she executed the said instrument as the free act and deed of said Company. Rosa Hernandez Notary Public, Milwaukee County, Wisconsin My Commission Expires 1/22/2027 ` 0 p BAR Y = CO Z 11I l i l I,N{Vy, 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 Granger Creek Lift Station Improvements 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 72024. City Clerk