Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Signed Contract(s)
City of Dubuque City Council CONSENT ITEMS # 13. Copyrighted March 2, 2026 ITEM TITLE: Signed Contract(s) SUMMARY: Biechler Electric Inc. for Grandview Streetlights — Phase 3 Dunning St. to Southern Ave; Central Petroleum Equipment Company to Provide Inspections, Parts, and Repairs; CivicPlus Statements of Work for DocAccess and Ultimate Department Header Implementation; Dubuque Glass & Aluminum for Glass Repairs to the Port Ramp; FEH Design for the Eagle Point WTP Third Floor Conference Room Project; Independent Contractor Agreement with Laura Merrick; Neztrop, LLC for the First Amendment to Lease Agreement; Opening Specialists Inc. for Federal Building — Council Conference Door; Origin Design Co. Amendment No. 2 to City -Wide Water Distribution System, Storage & Pumping Improvements Project; Origin Design Co. for the Municipal Service Center Roof Replacement; Pigott, Inc for Install sit/stand desk on office 3rd Floor of City Hall; SELCO Traffic Control for FY2026 Traffic Control; Weber Capital Restoration, Inc for Water/Glycol extraction, carpet drying, disinfectant, and labor; Welu Painting for Painting and Repairs. SUGGUESTED Receive and File DISPOSITION: ATTACHMENTS: 1. Dubuque Glass & Aluminum 2. Eagle Point WTP Conference Room 3. CivicPlus 4. Weber Capital Restoration, Inc 5. Central Petroleum Equipment Company 6. Arts Culture Grants Independent Contractor Agreement 7. City Wide Distribution Improvements Professional Service 8. Opening Specialist Contract Council Conference Room Door 9. Neztrop, LLC 10. SELCO Traffic Control Vendor Service Agreement 11. CivicPlus - DocAccess 12. Welu Painting Page 254 of 939 13. Biechler Electric Inc. 14. Municipal Service Center Roof Replacement 15. Pigott, Inc Page 255 of 939 11, Dubuque E CITY O r r« I 6 QUnr-.UQ`UE z��7.acr i 2=e(i i 3 Ste jfiece lrt the l� hs,,;Pss%� 2017+201 City of Dubuque 46 Department 950 Elm Street (address) Dubuque, IA 52001 Phone # 563-690-6463 CITY OF DUBUQUE, IOWA SHORT FORM VENDOR SERVICE AGREEMENT Dubuque, Manager THIS VENDOR SERVICE AGREEMENT (the Contract), between the City of Iowa (City), by its City Manager, through authority conferred upon the City by its City Council and (Vendor) at Dubuque Glass & Aluminum 801 (Vendor Name) Cedar Cross Rd. Dubuque, IA 52003 (Vendor Address - City and State) PROJECT TITLE: Glass Repairs to the Port Ramp (Project) For qqr. and in consideration of the mutual covenants herein contained, the parties hereto a as fo,ilows: VENDOR AGREES: 1. ;To furnish all material and equipment and to perform all labor necessary for- Furnish/Install one solar blue tempered insulated unit in 4th floor stair well All doors and thresholds need to be sealed. Replacement Dress Cap needed where missing. T9ie'work described above shall be completed at the following location(s). 351.: Bell Street -Port Ramp The Contract-, Project shall be completed in strict accordance with the terms as described 'in this in strict accordance with the requirements of the laws of the State of Iowa Page 1 of 20 Page 256 of 92 2 and ordinances of the City of Dubuque, just as much as if the detailed statements thereof.were repeated herein. Contract Documents shall mean and include the following WHERE* APPLICABLE: Do uments listed in bold should be attached to this document upon submission. ® `Request for Proposal (or procurement documentation) • This Contract; • , .Ordinances and resolutions heretofore adopted by the City Council having to ,qo with this Project; • The Vendor's Proposal; • Plans and Specifications; • General Requirements as adopted by the City Council for the Project; • Terms and Conditions (Exhibit A); and • INSURANCE — Please include one applicable Insurance Schedule: o Insurance Schedule F for General Artisan or Trade Contractors or Subcontractors (Exhibit B) o Insurance Schedule G for Vendors (Exhibit C) o Insurance Schedule J for Professional Services (Exhibit D) Check Appropriate Box 7 Insurance Schedule F — General Artisan or Trade Contractors' or Subcontractors Z Insurance Schedule G — Vendors El Insurance Schedule J — Professional Services • Other: 3. All materials used by the Vendor on this Project shall be of the quality required by the Contract Documents and shall be put in place in accordance with the Contract Documents. 4. The Vendor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same hall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Vendor. 5. The Vendor has read and understands the Contract Documents and has examined and understands the project description described in Section 1 of this Agreement and any attached Special Conditions herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character,, location r other ;conditions surrounding the same. 6. The Vendor shall fully complete the Project under this Contract on or before /30/2026 (date) Page 2 of 20 Page 257 of 939 is Indemnification; Liability for City Damage A. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the 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 (other than the Project itself) including loss of use resulting therefrom; but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of ;11.wh,e,ther, or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. 3. The Contractor shall also be liable to the City for any damage to City property arising out of or related to the Contractor's negligent performance of the Contract. 8. Prior to the commencement of any work on this Project and at all times during the performance of this Contract, the Vendor shall provide evidence of insurance which rneets, the requirements of the City's Insurance Schedule as indicated above,,pnd attached, hereto. 9. The Vendor agrees that no work under this Contract shall commence until the City has authorized said work in writing. Any work started by the Vendor prior the ,City authorization shall be considered unauthorized and done at the sole risk teethe Vendor. 10. Vendor will comply with all federal, state, and local laws and regulations in the erformance of this Contract. 11 12 The City may terminate this Contract with or without cause upon fourteen (14) days' 4 written notice delivered to the Vendor. This Contract shall be governed by the laws of the State of Iowa and exclusive risdi,ctiOn and venue for any action arising out of or related to this Contract shall be i e Iowa District Court for Dubuque County. Page 3 of 20 Page 258 of 939 C THE CITY AGREES: The City agrees to pay the Vendor for the work actually performed under this Co tract, up to the amount stated below, less any agreed damages provided for in the Co itract Documents. CONTRACT AMOUNT $ 4,296.57 CITY OF DUDUQUE, IOWA VENDOR: Y 02/12/2026 Dubuque Glass & Aluminum ch el C. Van Mi ligen Date Company Name Cityu anagerr C� By: -1/CI ��ignature ,, // Date te, akL Printed Name C Title Page 4 of 20 Page 259 of 939 Dubuque THE C byll DUUB--*TE fill 11111.1 2007.2012.2013 2017•2019 Masterpiece on the Mississippi City of Dubuque Water Department 1902 Hawthorne Street (address) Dubuque, IA 52001 Phone # 563-589-4291 CITY OF DUBUQUE, IOWA SHORT FORM VENDOR SERVICE AGREEMENT THIS VENDOR SERVICE AGREEMENT (the Contract), between the City of Dubuque, Iowa (City), by its City Manager, through authority conferred upon the City Manager by its City Council and (Vendor) at FEH Design (Vendor Name) 951 Main Street, Dubuque, Iowa 52001 (Vendor Address - City and State) PROJECT TITLE: Eagle Point WTP Third Floor Conference Room Project (Project) For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: VENDOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for: This project design provides for the renovation of a portion of the third floor of the Eagle Point Water Treatment Plant to create a dedicated conference room and potentially an office space. The design and bidding documents will be produced under this contract. No materials or equipment will be provided. The specifics of the scope are as described in the proposal letter dated December 18, 2025. The work described above shall be completed at the following location(s): Eagle Point Water Treatment Plant (1902 Hawthorne Street, Dubuque, Iowa 52001) The Project shall be completed in strict accordance with the terms as described in this Contract; in strict accordance with the requirements of the laws of the State of Iowa Page 1 of 20 Page 260 of 939 and ordinances of the City of Dubuque, just as much as if the detailed statements thereof were repeated herein. 2. Contract Documents shall mean and include the following WHERE APPLICABLE: Documents listed in bold should be attached to this document upon submission. • Request for Proposal (or procurement documentation) • This Contract; • Ordinances and resolutions heretofore adopted by the City Council having to do with this Project; • The Vendor's Proposal; - Pm l I G -..-,d Speeffleaft— General Requirements as adopted by the City Council for the Project; • Terms and Conditions (Exhibit A); and • INSURANCE - Please include one applicable Insurance Schedule: o Insurance Schedule F for General Artisan or Trade Contractors or Subcontractors (Exhibit B) o Insurance Schedule G for Vendors (Exhibit C) o Insurance Schedule J for Professional Services (Exhibit D) Check Appropriate Box ❑ Insurance Schedule F - General Artisan or Trade Contractors or Subcontractors ❑ Insurance Schedule G - Vendors 0 Insurance Schedule J - Professional Services • Other: 3. All materials used by the Vendor on this Project shall be of the quality required by the Contract Documents and shall be put in place in accordance with the Contract Documents. 4. The Vendor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Vendor. 5. The Vendor has read and understands the Contract Documents and has examined and understands the project description described in Section 1 of this Agreement and any attached Special Conditions herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 6. The Vendor shall fully complete the Project under this Contract on or before June 30, 2026 (date) Page 2 of 20 Page 261 of 939 7. Indemnification; Liability for City Damage A. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the 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 (other than the Project itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. B. The Contractor shall also be liable to the City for any damage to City property arising out of or related to the Contractor's negligent performance of the Contract. 8. Prior to the commencement of any work on this Project and at all times during the performance of this Contract, the Vendor shall provide evidence of insurance which meets the requirements of the City's Insurance Schedule as indicated above and attached hereto. 9. The Vendor agrees that no work under this Contract shall commence until the City has authorized said work in writing. Any work started by the Vendor prior the City authorization shall be considered unauthorized and done at the sole risk to the Vendor. 10. Vendor will comply with all federal, state, and local laws and regulations in the performance of this Contract. 11. The City may terminate this Contract with or without cause upon fourteen (14) days' written notice delivered to the Vendor. 12. This Contract shall be governed by the laws of the State of Iowa and exclusive jurisdiction and venue for any action arising out of or related to this Contract shall be the Iowa District Court for Dubuque County. Page 3 of 20 Page 262 of 939 THE CITY AGREES: The City agrees to pay the Vendor for the work actually performed under this Contract, up to the amount stated below, less any agreed damages provided for in the Contract Documents. CONTRACT AMOUNT $ 9,925.00 CITY OF DUBUQUE, IOWA By: _ 02/16/2026 M"chael C. Van Mi ligen Date City Manager VENDOR: FEH Design Company Name By: Christina Monk =• •==`aa�•-a 2025.12.29 Signature Date Christina Monk Printed Name Vice President, Architect Title Page 4 of 20 Page 263 of 939 EXHIBIT A TERMS AND CONDITIONS The following Terms and Conditions apply to City of Dubuque Transactions: 1. The City of Dubuque is exempt from federal excise tax and Iowa sales tax. 2. The City of Dubuque will not be responsible for payment for any goods delivered without a purchase order. 3. The vendor will send a separate invoice for each purchase order number. All invoices, packages, shipping notices, or the like affecting the order shall contain the applicable purchase order number. The vendor is to submit original invoice to the address shown in the SHIP TO section on the front of this order. 4. No freight or packing charges will be allowed by the City of Dubuque unless specifically authorized. 5. It is understood by the vendor that the cash discount period to the City of Dubuque will date from the receipt of the invoice or from the date of the receipt of the goods, whichever is later. 6. The risk of loss of and damage to the goods which are the subject of this order, regardless of the F.O.B. point, is and will remain with the vendor until the goods are delivered to the destination set out in the order and accepted by the City of Dubuque or the authorized City of Dubuque representative. 7. In the event of the vendor's failure to deliver as and when specified, or to perform as and when specified, the City of Dubuque reserves the right to cancel this order, or any part thereof, without prejudice to its other rights, and the vendor agrees that the City of Dubuque may return part or all of any shipment so made and may charge the vendor with any loss expense sustained as a result of such failure to deliver or to perform. 8. In the event any article, service, or process sold, delivered and/or performed hereunder is covered by any patent, copyright, or application for either, the vendor will indemnify and save harmless the City of Dubuque from any and all loss, cost, or expenses on account of any and all claims, suits, or judgments on account of the use or sale of such article or the use of such service or process in violation of such patent, copyright or application for either. 9. In the event any article, service, or process sold and delivered or sold and performed hereunder is defective in any respect whatsoever, the vendor will indemnify and save harmless the City of Dubuque from all loss or the payment of all sums of money by reason of all accidents, injuries or damages to person or property that may happen or occur in connection with the use or sale of such article, or process and are contributed to by said defective condition. Page 5 of 20 Page 264 of 939 10.The vendor agrees not to release any advertising copy mentioning the City of Dubuque or quoting the opinion of any City of Dubuque employee without the prior written authorization from the City of Dubuque. 11. The vendor represents and warrants that no federal or state statute or regulation, or local municipal ordinance has been or will be violated in the manufacturing, sale and delivery hereunder. If such violation has or does occur, the vendor will indemnify and save harmless the City of Dubuque from all loss, penalties, or payment of all sums of money on account of such violation. 12. The City of Dubuque may at any time insist upon strict compliance with these terms and conditions notwithstanding any previous custom, practice, or course of dealing to the contrary. 13.The terms and conditions of sale as stated in this order govern in the event of conflict with any terms of the vendor's proposal, and are not subject to change by reason of any written or verbal statements by the vendor or by any terms stated in the vendor's acknowledgement unless same be accepted in writing by the City of Dubuque. 14. Current Safety Data Sheets (SDS), when applicable to the order, must be provided by the vendor in accordance with all regulations. Page 6 of 20 Page 265 of 939 EXHIBIT B Page 7 of 20 Page 266 of 939 /1. C tr to h is a n c ifi to f i ur ci ov a r !(C�,5itrr i pr' r t co m ci w r t o ys or pr e n nal rt' 'ca th in bi ' g E h rti ' a s I pr a d t e rt nt I ur c or a iv a ap ov d c ifi t u cl rl n' at h r' ct u er r r id E P oje # P je n or An ru o f II u olrs s al I a r a c tie ore e e uer ert ac enk C / on ac r s II q ' e s co ra o o in r ce r e ve g d ns a e f m I s ch ub n ct f ur of s c r or n u u c y su c rtif' at fr t n re uir a do a nt sh b at ca b p ov 7 e ve an O or is fe n d on ac r s II r ui d c y a ee e, in x' it I r ce c i u li t, en a on c 's ' 9. th trtorh btew e�t in nI or c s o rap / 121. / !F a ,pno n n to ce ie cc a ti he o rea ensue a n icX'it Xibei6g r Page 8 of 20 Page 267 of 939 I S o i X B I E I N L B e ra g eg e i 2, 0 0 P d ts- o le d e do gr at i t ,0 ,0 e o a ve si t ry 1 $ 0, 0 ac O Or nc 1, 0, 0 R m e mi a o o ur nc $ ,0 e c a e s $ 0 1 C er e a e rit n a oc rr c, n cl ' s a, f m h ge r is ' ity ov a s I w' to in c d h O r 0 1 b in s n f m 0 d is ' ns o th st d I m r ' I ne I li ili fo 0 or si es o er or B O 2 a e e y i ne cl e O nd s e fo 2 0 ig to o ti (s a er A re to im' o C 2 03 ig e o str ti P -e s) a ra g e e 'mi " as p pr' to n d n rs e i is 'ng a ov ra is ri ry n o co rib or . cl a es on f v t m u' ie n rs e a le to e 5 I u a iti al ' s d d se a or' h i of ub qu , in u g it el e In ap in d id s, I i e to e , e d I uy7Aee its o s o i o a /or u on ' s d ei o d m b s, m y s, ge s, nd of to s. se O or C 2 0 n in op ra ' ns . h d' io l i ur e do a nt a in d o pl d e do de S or C 2 d o a ro' ct r n or p io f o y6alr a t c p io of a of t. 'cy a nc d er h o co er o t rs nd se e oli s II ' cl a nc la ' n d at ial ge id s e pr id' g rt 30 da a a e itt n is of n la ' n o e w, re c' n' in r ce ov a a /or im' an e 1 d s tt n ce f n- y o f m a e e o: it f b u na ce e rt nt 0 e 13 See u 9 C tr to an su co ra r al of se n ro e h t p ' r itt a r al th Ci f bl. u A d ne s e s o Iy it b e' Di ' li its n e d' o i ur d e en u n e e ity f b ue it a ec o' cr li ili c er e. O K S' P TI E y S I IL St ut ne ' s v n II p ye i re o eft y ci nt r d' ea pr cr' e y w o C pt 8 . o r e t to — to of w ov a B p y L' iI' E h cci en 1 ,0 a E pi ee is as 00 0 P lic i t- 'se e $ 0 of s all' cl a ai r i t R ov r fr m h s do e n C er e li is all e e r i e ire by e m ell ex s ns er ,b o C de ec 'on , t nt ct is of q ' ed p rc se o er C p s io I r ce h o ra or al a a op of a at s n ct' n ke m n do or oy rs' is ' it ov ra f fi w' t to a o er ' C p s on s an m Is n, a a ire b o C e ec ' n et f m u a tt e Page 9 of 20 Page 268 of 939 �i ie Za s I i uw/edo/ow an Zr/d' includ6 W6ivoKof Riabtto Rec6vevTroA Offiere'e mist a n co m ti of ri ry n re o x ss is It s an c ss ns a e is do o f ow e r of a im lic' I a en a e ire of e i ry oli ' scl in u o mi d W i a a n- nt u fa r th Ci . I as A n ct s th on c al s i a es of 0 0 00 u h e ve g f 0, 0 0 I as A d a B on c s th on c al s t e 5 0 a br a/ c s I' il, c er ge f $ ,0 0 I s d co ra or it co ra v e es th $ 0 0 u hE er e $ ,00 ,0 / e �o�Jc'itio li ilit co ra e s all e r qud ' pr 'ec nt i to m ri s i lu g u of ' i d pr du a c p e a do c er ge alb j ) n d d ffiopoli ur f e it f b ue in di a its e d d pp n a nt , a v un er , al ' s ar s, m is ' n n e b p e a v u er.0 I f m G ui le a C 2 7 co pl d e do s) it e 3 In ud Ir e ati o o er a al m it' s d e ro de vi n of ov a fo ar aft c p io of I Iu a do a nt ' di ti t c er ge ' p a 6) 'cy a in d a' er ri t re v fr m e Oil io is 'it in d SP en or m t 9 4 f C er to , or qu' all t do e nt ' t c r on th O e ' p p Y. F L P O C I I of Page 10 of 20 Page 269 of 939 of Page 11 of 20 Page 270 of 939 o de h to 7 , Li ili of o rn en I isi s ro de cit' s h rt i m iti w ch a e a' bI o U. a n a it f b u s dit' n ns e n ou ns a e is q st b th' I ur c c d y r su in ur a" er t se ni " s. y w Id a p s e o i u ie , pl s s hi en rs m t o an q" al t f m h r e do of " ni " s' fo o b efi . I I S 1 n iv of o rn en I IN in re r x es a e a s e h ur a o hi o" y an th in di o h it of ub u , to a a d do al su d e o ai th de ns o ov n nt i u" y ail le o f y D u e, w n r od of w e io 7 .4 it ow xi s d it y a en d o i to m ai ve in re u er gr s at is oli o ns a e all ov o t s la" s of N t to a of se f ve m t m On u de e o o o S ti 6 .4 s i o e is d s i b an d fr ie ti e. o c i n su ec o od of w e io 7 .4 all e v d t t m n id" on of is ' s n p icy ss io of o rn a m u e ity D up o s II r po sib f as ert' g y fe e e m to 'm ni a y Xs at y e n h d so po th i y rit i r u t h ns er on a "al C er e h ns er no de c er ge n r t p is an h ns er no de o e g a b ne " s idur " g t C" o I n r t "s is or ea n f v nt im u" nl s d nti c rt c p e jur di o a ul i av o e of s ) g er a al ' nit as rt t C' o u q I a o th C n i o'v. a o e s a' n g er a al ' ni' s al of th i c n o It th ve g v " ab upder a oli (D T M L K O S Page 12 of 20 Page 271 of 939 EXHIBIT C Veyrfior h fu is a n c ifi to i ur c o e y D u e, w or a ov a re uir i hi t l rio o e nt r ct m e e nt a c ifi to a re ar o h o c re A f a ro d t I a s n D' isi o an qu' al t. c ce is a all ' cl a st a nt nd e ri 'on f er io a o y e rt' '-a w i ue . V hd S i A ee e da d II Iic' s in ra ce q ' e er n r al a ith n i ur r h ze to o si ss ' I a nd II i ur s all av a ti of o e r i th cu an . B is a ' g ui . ac ce ific a al a rn' a to e n ce e rt nt f t C' u e. h se is r id s I b re it t car t ' i m v a i' s, g at if qed y o er ga gr a nt ' i I. ail a pr id th re it i m v ag sh n b de a ai r s r qu' e nt y e ty D u e F it t b in int n e r ui d' su nc s I c si re a at al a th' a e en . II r au' d nd se e s II e ac d t c ifi to h ce is e i d b r e o ac ar e nt/ / h r ev a pe fic O or is fe n d e rre a io of e r u b us es a q' al t f a ro d t D' c o i nc an B g T s i pr i t st ' e y li in riti g e' ti s d cl io fr m e O r 8. If n r' im' o is ' ity re ig r t n e r qu' ed in' u li is en a an r' im' s II e t 's gr a nt' re it li s. 9. d sh r ui al u o ac rs nd ub u on ac rs o ai n m ta' d in e e r nc of or in ra e r t c er ge de ri d ' th' In r ce c du a s II t ' c ifi to of ' s n fr m s h b it ct s d b- b nt r ct n r re t t i b is f th ai re a su o a r d b- b nt ct to bt 'n d ai in uc co er e. a it a re e a p f ch rt' 'ca s f m e en r. 0 e or h b es on I or ed ti s/ If-' s d to io or ay e of p is re iu s d e st as ci ed it h s a e ic' s r ui d Io 1. All e' ca s in r ce u in d ag is a o n b a d ai d es . 1 C' o u a r e s e r' ht r ui c D e. e' ie o' s a e ire in ra ce oli 'es. n Page 13 of 20 Page 272 of 939 erxio e er a al a ntt o a c rr ce o la s a t ne a ra ab 1 v a sh b wr' e n co w I rm G O o u 'ne o ne f de al h to ar IS c rc g er li ili fo 0 01 or u: w r 0 2, a e e y i n e cl e l se e or C 2 4` e gn e o do s) a ra g e e In ud a or m t i is in h co r e i pr' ar an n -c tri to c de re ry io of ov n n I u tie E or m t a le tt e I lu dIt' na ns e n rs o f C' o u q i lu n II i el cte a a of ed ffi Is all ' e pi of a s, it o ds co Iml io a d/ a or' es n e o rd a er e pl e a v n er . U I f m G 1( go' g er io ) its q o y a1 nc de er ht co er t rs d se e oli s IH cl a nc a' n d at ial a e nd se e pr id' g n: 0 a al e it n is f n la n, o e re c i n in ra ce ov a a n e 10 d tte n ce f n- y nt f p m' m a e en o: it f na a ep nt 0 e 13 See u q l a E O S I E A I to o B of c er g e I ee in' a n ea id t o di as as re rihA de h to 5 by a A at o to f I a e ge E pi era i Hit t 0 0 i ra B mi shill av a Page 14 of 20 Page 273 of 939 C u C L I B IT C e ge a re s o II o ab' ty v a sh b re it if a ss e, nt ct' g rty or r to a p uti e os re r at a of a rd s c to in d at ial in di t t li i. to a le ro c, t re ov o e a e s r P B. P ut' d t d m et o ra ' n co ra all s e ov e ac O ur nc 2 0 00 P is A e to 10 10 oli t nc de ' b to nd a po ati c er ge 2 1 u a iti al ' s d r: h Ci of u q , i u g it el to an ap of d ic' s 11 i e Io ee an lu ee 7 its o s o i io a /o u on ' s d ei o d er , e to ee an vo nt rs s IS to 1 ( g g pe do s) it a va nt n 0 ( m to op at' ns . I Iu P es an G ve m to m n' 'es In rs e 4) Pr id ev' e e co er e r 5 a a r m ati o pr ' c cl e d se a in ' a ' g at v ag is i y d on on ib ry 6 P is sh i u w ve of ' ht r o ry o t rs d se e D P OF S O L I L 0 0 ov a re it es N t re uir p is r id cl m e ve g 1) R ro tiv D e s e o a d st a to t d e h ag a nt s an st a in in a e de ce i ur c u b pr id f at a iv (5 y r ft co pl io of e r r rvi s. f ve g s nc ed r n- ne e n o ep ce wi a th c m m e li fo ith R ro tiv D e for t d e th a e n h o a r us ro d ex n d r o g" ov a fo a ni f f' e y rs ft co pl io f e rk r rvi S. R A I / E 1, 0, 0 o ra r ui d: e C er e r F' st d it P y e 1' i1' i u g t t I' it to s at a re or io , s f i o e d e r c f i or ati E S $ 0 , 0 C e ge e re Ys o e e rat is ' ill ty u m ill e is it n o is is ' it s an r ui m is a e s sfi O77FDI io of ri ry nd m el or x ss is ' ity s an . th re o x ss s an p is o n TO w e r f lic' s, ' sh i u t s e do e n as a re of e im li s ' cl in u of ' i d ve of b g on nd Pr' a s N- nt r' ut i a r h i Page 15 of 20 Page 274 of 939 L :4 .4 Page 16 of 20 Page 275 of 939 EXHIBIT D INSURANCE SCHEDULE J Architect shall furnish a signed certificate of insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I prior to commencing work and at the end of the project if the term of work is longer than 60 days. Contractors presenting annual certificates shall present a certificate at the end of each project with the final billing. Each certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent approved by the Director of Finance and Budget. Each certificate shall include a statement under Description of Operations as to why the certificate was issued. Eg: Project # Ea91eP.intWTPThir1 or Project Location at or construction of All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa and all insurers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each certificate shall be furnished to the Finance Department of the City of Dubuque. 4. Failure to provide coverage required by this Insurance Schedule shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 5. Contractors shall require all subconsultants and sub-subconsultants to obtain and maintain during the performance of work insurance for the coverages described in this Insurance Schedule and shall obtain certificates of insurances from all such subconsultants and sub-subconsultants. Contractors agree that they shall be liable for the failure of a subconsultant and sub-subconsultant to obtain and maintain such coverages. The City may request a copy of such certificates from the Contractor. 6. All required endorsements shall be attached to the certificate. The certificate is due before the contract/agreement can be approved. 7. Whenever a specific ISO form is listed, required the current edition of the form must be used, or an equivalent form may be substituted if approved by the Director of Finance and Budget and subject to the contractor identifying and listing in writing all deviations and exclusions from the ISO form. 8. Contractors shall be required to carry the minimum coverage/limits, or greater if required by law or other legal agreement, in Exhibit I. If the contractor's limits of liability are higher than the required minimum limits then the provider's limits shall be this agreement's required limits. 9. Contractor shall be responsible for deductibles and self -insured retention for payment of all policy premiums and other cost associated with the insurance policies required below. 10. All certificates of insurance must include agents name, phone number, and email address. 11. The City of Dubuque reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by this Schedule at any time. 12. The City of Dubuque reserves the right to modify these requirements, including limits, based on changes in the risk or other special circumstances during the term of the agreement, subject to written mutual agreement attached hereto. Page 17 of 20 Page 276 of 939 INSURANCE SCHEDULE J (continued) Exhibit I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products -Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $50,000 Medical Payments $5,000 1) Coverage shall be written on an occurrence, not claims made, form. The general liability coverage shall be written in accord with ISO form CG 00 01 or business owners form BP 00 02. All deviations from the standard ISO commercial general liability form CG 00 01, or business owners form BP 00 02, shall be clearly identified. 2) Include endorsement indicating that coverage is primary and non-contributory. 3) Include Preservation of Governmental Immunities Endorsement. (Sample attached). 4) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 26. 5) Policy shall include Waiver of Right to Recover from Others endorsement. 6) Policy shall include cancellation and material change endorsement providing thirty (30) days advance written notice of cancellation, non -renewal, reduction in insurance coverage and/or limits and ten (10) days written notice of non-payment of premium shall be sent to: City of Dubuque Finance Department, 50 West 13th Street Dubuque, Iowa 52001. B) AUTOMOBILE LIABILITY Combined Single Limit $1,000,000 Coverage shall include all owned, non -owned, and hired vehicles. If the Contractor's business does not own any vehicles, coverage is required on non -owned and hired vehicles. 2) Policy shall include Waiver of Right to Recover from Others endorsement. C) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory Benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85. Coverage A Statutory —State of Iowa Coverage B Employers Liability Each Accident $100,000 Each Employee -Disease $100,000 Policy Limit -Disease $500,000 Policy shall include Waiver of Right to Recover from Others endorsement. Coverage B limits shall be greater if required by the umbrella/excess insurer. OR If, by Iowa Code Section 85.1A, the Contractor is not required to purchase Workers' Compensation Insurance, the Contractor shall have a copy of the State's Nonelection of Workers' Compensation or Employers' Liability Coverage form on file with the Iowa Workers' Compensation Insurance Commissioner, as required by Iowa Code Section 87.22. Completed form must be attached. Page 18 of 20 Page 277 of 939 D) UMBRELLA/EXCESS LIABILITY $1,000,000 The General Liability, Automobile Liability and Employer's Liability Insurance requirements may be satisfied with a combination of primary and Umbrella or Excess Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of the primary policies, it shall include the same endorsements as required of the primary policies including but not limited to Waiver of Subrogation and Primary and Non-contributory in favor of the City. E) PROFESSIONAL LIABILITY $2,000,000 If the required policy provides claims -made coverage: 1) The Retroactive Date must be shown and must be before the date of the agreement. 2) Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the work or services. 3) If coverage is canceled or non -renewed and not replaced with another claims -made policy form with a Retroactive Date prior to the date of the agreement, the contractor must provide "extended reporting" coverage for a minimum of five (5) years after completion of the work or services. F) CYBER LIABILITY/BREACH $1,000,000 ><es X No Coverage for First and Third Party breach liability including but not limited to lost data and restoration, loss of income and cyber breach of information. Page 19 of 20 Page 278 of 939 Iowa Code Chapter 670, Liability of Governmental Subdivisions, provides cities with certain immunities which may be available to you. Naming the City of Dubuque as an additional insured on your insurance as is requested by this Insurance Schedule may result in your waiver of those immunities. If you would like to preserve those immunities, please use this endorsement or an equivalent form. The preservation of immunities is for your benefit. PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. 2. Claims Coverage. The insurer further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity and may do so at any time and shall do so upon the timely written request of the insurer. 4. Non -Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN (DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES) Page 20 of 20 Page 279 of 939 P CivicPlus 302 South 4th St. Suite 500 Manhattan, KS 66502 us Client: City of Dubuque, IA Quote #: Date: Expires On: Bill To: DUBUQUE CITY, IOWA Statement of Work Q-116251-1 2/3/2026 1:43 PM 2/28/2026 SALESPERSON Phone I EMAIL I DELIVERY METHOD PAYMENT METHOD Maggie Henton I maggie.henton@civicplus.com I Net 30 One-time(s) QTY PRODUCT NAME DESCRIPTION 12 Month Value 1.00 Ultimate Department Header Ultimate Department Header Implementation USD 6,090.00 Implementation 80.00 Website Content Development - Content Development - 1 Page USD 3,200.00 1 Page 1.00 Ultimate Department Header Ultimate Department Header Implementation USD 6,090.00 Implementation Recurring Service(s) QTY PRODUCT NAME DESCRIPTION 12 Month Value 1.00 SSL Management CivicPlus SSL Management CivicPlus Provided:https:// USD 89.00 Provided www.dmaswa.org/ 1.00 Ultimate Department Header Ultimate Department Header Annual Fee: Dubuque USD 1,313.00 Annual Fee Metropolitan Area Solid Waste Disposal Agency, IA 1.00 Ultimate Department Header Ultimate Department Header Annual Fee: Dubuque USD 1,313.00 Annual Fee Airport 1.00 SSL Management CivicPlus SSL Management CivicPlus Provided: https://flydbq.com/ USD 89.00 Provided Total Investment - Prorated Year 1 1USD 17,698.10 Page 1 of 3 Page 280 of 939 Annual Recurring Services (Subject to Uplift) I USD 2,804.00 Total Days of Quote:301 Initial Term Beginning at signing and ending 11/30/2026, Renewal Term 12/1 each calendar year Initial Term Invoice Schedule 100% invoiced on 7/1/2026. The Annual Recurring Services subscription fee for the Products (as described above) included in this SOW are prorated and co -termed to align with the Client's current billing schedule and the Annual Recurring Services amount will subsequently be added to Client's Term and regularly scheduled annual invoices under the terms of the Agreement. This Statement of Work ("SOW") shall be subject to the terms and conditions of Master Services Agreement signed by and between the Parties and the applicable Solutions and Services Terms and Conditions located at: https:// www.civicplus.help/docs/civicplus-legal-stuff (collective, the "Agreement"). By signing this SOW, Client expressly agrees to the terms and conditions of the Agreement, as though set forth herein. Please note that this document is a SOW and not an invoice. Upon signing and submitting this SOW, Client will receive the applicable invoice according to the terms of the invoicing schedule outlined herein. Client may issue purchase orders for its internal, administrative use only, and not to impose any contractual terms. Any terms contained in any such purchase orders issued by the Client are considered null and will not alter the Binding Terms, the Agreement or this SOW. Page 2 of 3 Page 281 of 939 Acceptance of Quote # Q-116251-1 The undersigned acknowledges having read, understood, and agreed to be bound by the binding terms and conditions incorporated into this SOW. This SOW shall become effective as of the date of the last signature below ("Effective Date"). For CivicPlus Billing Information, please visit https://www.civicplus.com/verif // Authorized Client Signature By (please sign): Printed Name: Michael C. Van Milligen Title: City Manager Date: 18/02/2026 Organization Legal Name: City of Dubuque Billing Contact: Randy Gehl Title: Public Information Officer Billing Phone Number: 5635894151 Billing Email: rgehl@cityofdubuque.org Billing Address: 50 W 13th Street Dubuque, IA 52001 Mailing Address: (If different from above) CivicPlus By (please sign): Printed Name: Amy Vikander Title: Senior Vice President of Customer Success Date: 2/11 /2026 PO Number: (Info needed on Invoice (PO or Job#) if required) Page 3 of 3 Page 282 of 939 Dubuque THE CITY OF T .,1- Tkrinhill 2007-2012.2013 Masterpiece on the Mississippi 2017.2019 �+fo(3aOoo � -7 � City of Dubuque Parks & Recreation Department 2200 Bunker Hill Rd (address) Dubuque, IA 52001 Phone # 563-589-4317 CITY OF DUBUQUE, IOWA SHORT FORM VENDOR SERVICE AGREEMENT THIS VENDOR SERVICE AGREEMENT (the Contract), between the City of Dubuque, Iowa (City), by its City Manager, through authority conferred upon the City Manager by its City Council and (Vendor) at Weber Capital Restoration, Inc (Vendor Name) 3160 Cedar Cross Ct Dubuque, Iowa 52003-6704 (Vendor Address - City and State) PROJECT TITLE: Water/Glycol extraction, carpet drying, disinfectant. and labor (Project) For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: VENDOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for: Water/Glycol clean up and drying at 5 Flags Civic Center The work described above shall be completed at the following location(s): 5 Flaas Civic Center The Project shall be completed in strict accordance with the terms as described in this Contract: in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque, just as much as if the detailed statements thereof were repeated herein. Page 1 of 19 Page 283 of 939 2. Contract Documents shall mean and include the following WHERE APPLICABLE: Documents listed in bold should be attached to this document upon submission. • Request for Proposal (or procurement documentation) • This Contract; • Ordinances and resolutions heretofore adopted by the City Council having to do with this Project; • The Vendor's Proposal: • Plans and Specifications, • General Requirements as adopted by the City Council for the Project, • Terms and Conditions (Exhibit A); and • INSURANCE — Please include one applicable Insurance Schedule: Insurance Schedule F for General Artisan or Trade Contractors or Subcontractors (Exhibit B) o Insurance Schedule G for Vendors (Exhibit C) o Insurance Schedule J for Professional Services (Exhibit D) Check Appropriate Box ❑ Insurance Schedule F — General Artisan or Trade Contractors or Subcontractors ❑ Insurance Schedule G — Vendors ❑ Insurance Schedule J — Professional Services • Other: 3. All materials used by the Vendor on this Project shall be of the quality required by the Contract Documents and shall be put in place in accordance with the Contract Documents. 4. The Vendor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Vendor. 5. The Vendor has read and understands the Contract Documents and has examined and understands the project description described in Section 1 of this Agreement and any attached Special Conditions herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 6. The Vendor shall fully complete the Project under this Contract on or before 6/30126 7. Indemnification: Liability for City Damage (date) A. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the 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 (other than the Project itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or Page 2 of 19 Page 284 of 939 anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. B. The Contractor shall also be liable to the City for any damage to City property arising out of or related to the Contractor's negligent performance of the Contract. 8. Prior to the commencement of any work on this Project and at all times during the performance of this Contract, the Vendor shall provide evidence of insurance which meets the requirements of the City's Insurance Schedule as indicated above and attached hereto. 9. The Vendor agrees that no work under this Contract shall commence until the City has authorized said work in writing. Any work started by the Vendor prior the City authorization shall be considered unauthorized and done at the sole risk to the Vendor. 10. Vendor will comply with all federal, state, and local laws and regulations in the performance of this Contract. 11. The City may terminate this Contract with or without cause upon fourteen (14) days' written notice delivered to the Vendor. 12. This Contract shall be governed by the laws of the State of Iowa and exclusive jurisdiction and venue for any action arising out of or related to this Contract shall be the Iowa District Court for Dubuque County. THE CITY AGREES: The City agrees to pay the Vendor for the work actually performed under this Contract, up to the amount stated below, less any agreed damages provided for in the Contract Documents. CONTRACT AMOUNT $ 17,550.37 CITY OF DUBUQUE, IOWA By� 02/18/2026 Date VENDOR: SERVPRO of Dubuque Company Name By: 'C)_ 83�,� 2/10/2026 Signature Date Sam Benda Printed Name Production Manager Title Page 3 of 19 Page 285 of 939 EXHIBIT A TERMS AND CONDITIONS The following Terms and Conditions apply to City of Dubuque Transactions: 1. The City of Dubuque is exempt from federal excise tax and Iowa sales tax. 2. The City of Dubuque will not be responsible for payment for any goods delivered without a purchase order. 3. The vendor -will send a separate invoice for each purchase order number. All invoices, packages, shipping notices; or the like affecting the order shall contain the applicable purchase order number. The vendor is to submit original invoice to the address shown in the SHIP TO section on the front of this order. 4. No freight or packing charges will be allowed by the City of Dubuque unless specifically authorized. 5. 'it is understood by the vendor that the cash discount period to the City of Dubuque will date from the receipt of the invoice or from the date of the receipt of the goods, whichever is later. 6. The risk of loss of and damage to the goods which are the subject of this order, regardless of the F.O.B. point, is and will remain with the vendor until the goods are delivered to the destination set out in the order and accepted by the City of Dubuque or the authorized City of Dubuque representative. 7. In the event of the vendor's failure to deliver as and when specified, or to perform as and when specified, the City of Dubuque reserves the right to cancel this order, or any part thereof, without prejudice to its other rights, and the vendor agrees that the City of Dubuque may return part or all of any shipment so made and may charge the vendor with any loss expense sustained as a result of such failure to deliver or to perform. 8. In the event any article, service, or process sold, delivered and/or performed hereunder is covered by any patent, copyright, or application for either, the vendor will indemnify and save harmless the City of Dubuque from any and all loss, cost, or expenses on account of any and all claims, suits, or judgments on account of the use or sale of such article or the use of such service or process in violation of such patent, copyright or application for either. 9. In the event any article, service, or process sold and delivered or sold and performed hereunder is defective in any respect whatsoever, the vendor will indemnify and save harmless the City of Dubuque from all loss or the payment of all sums of money by reason of all accidents, injuries or damages to person or property that may_ happen or occur in connection with the use or sale of such article, or process and are contributed to by said defective condition. 10. The vendor agrees not to release any advertising copy mentioning the City of Dubuque or quoting the opinion of any,City of Dubuque employee without the prior written authorization from the City of Dubuque. 11. The vendor represents and warrants that no federal or state statute or regulation, or local municipal ordinance has been or will be violated in the manufacturing, sale and delivery Page 4 of 19 Page 286 of 939 hereunder. If such violation has or does occur, the vendor will indemnify and save harmless the City of Dubuque from all loss; penalties, or payment of all sums of money on account of such violation. 12. The City of Dubuque may at any time insist upon strict compliance with these terms and conditions notwithstanding any previous custom, practice, or course of dealing to the contrary. 13. The terms and conditions of sale as stated in this order govern in the event of conflict with any terms of the vendor's proposal, and are not subject to change by reason of any written or verbal statements by the vendor or by any terms stated in i the vendor's acknowledgement unless same be accepted in writing by the City of Dubuque. 14. Current Safety Data Sheets (SDS), when applicable to the order, must be provided by the vendor in accordance with all regulations. Page 5 of 19 Page 287 of 939 Class A: Class B: Class C: EXHIBIT B INSURANCE SCHEDULE F Asbestos Removal Fiber Optics Sanitary Sewers Asphalt Paving Fire Protection Sheet Metal Concrete Fireproofing Site Utilities Construction Managers General Contractors Shoring Cranes HVAC Special construction Culverts Mechanical Steel Decking Paving & Surfacing Storm sewers Demolition Piles & Caissons Structural Steel Deconstruction Plumbing Trails Earthwork Retaining Walls Tunneling EIectrical Reinforcement Water main Elevators Roofing Chemical Spraying Landscaping Rough Carpentry Doors, Window & Masonry Stump Grinding Glazing Vehicular Snow Removal Tank Coating Drywall Systems Painting & WalI Covering Tree Removal Fertilizer Application Pest Control Tree Trimming Geotech Boring Scaffolding Tuckpointing Insulation Sidewalks Waterproofing Finish Carpentry Plastering Well Drilling Carpet Cleaning Carpet & Resilient Flooring Caulking & Sealants Acoustical Ceiling Filter Cleaning General Cleaning Grass Cutting Janitorial Non Vehicular Snow & Ice Removal Office Furnishings Power Washing Tile & Terrazzo Flooring Window Washing Page 6 of 19 Page 288 of 939 INSURANCE SCHEDULE F (continued) Contractor shall furnish a signed certificate of insurance to the department responsible for the contract for the coverage required in Exhibit I prior to commencing work and at the end of the project if the term of work is longer than 60 days. Contractors presenting annual certificates shall present a certificate at the end of each project with the final billing. Each certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent approved by the Director of Finance and. Budget or Designee. The. certificate must clearly indicate the project number, project name, or project description for which it is being provided Eg: Project # Project name: or Project Location at 5 Flags or construction of 2. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa and all insurers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each Certificate required shall be furnished to the Department of the City of Dubuque. 4. Failure to provide the coverages described in this Insurance Schedule shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this contract. 5. Contractor shall require all subcontractors and sub -subcontractors to obtain and maintain during the performance of work insurance for the coverages described in this Insurance Schedule and shall obtain certificates of insurance from all such subcontractors and sub -subcontractors. Contractor agrees that it shall be liable for the failure of a subcontractor and sub -subcontractor to obtain and maintain such coverage. The City may request a copy of such certificates from the Contractor. 6. All required endorsements shall be attached to the certificate. The certificate is due before the contract/agreement can be approved. 7. Whenever an ISO form is referenced the current edition must be provided. 8. Contractor shall be required to carry the minimum coverage/limit, or greater if required by law or other legal agreement, in Exhibit I - Insurance Schedule F. If the contractor's limits of Iiability are higher than the required minimum limit, then the contractor's limits shall be this agreement's required limits. 9. Contractor shall be responsible for deductibles and self -insured retention for payment of all policy premiums and other cost associated with the insurance policies required below. 10. All certificates of insurance must include agents name, phone number, and email address. 11. The City of Dubuque reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by this Schedule at any time. 12. The City of Dubuque reserves the right to modify these requirements, including limits, based on changes in the risk or other special circumstances during the term of the contract, subject to written mutual agreement attached hereto. Page 7 of 19 Page 289 of 939 INSURANCE SCHEDULE F (continued) EXHIBIT I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products -Completed Operations Aggregate Limit $2,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $50,000 Medical Payments $5,000 1) Coverage shall be written on an occurrence, not claims made, form. The general liability coverage shall be written in accord with ISO form CG 00 01 or business owners form BP 00 02. All deviations from the standard ISO commercial general liability form CG 00 01 or business owners form BP 00 02 shall be clearly identified. 2) IncIude ISO endorsement form CG 25 04 "Designated Location(s) General Aggregate Limit" or CG 25 03 "Designated Construction Project(s) General Aggregate Limit" as appropriate. 3) Include endorsement indicating that coverage is primary and non-contributory. 4) Include Preservation of Governmental Immunities Endorsement. (Sample attached). 5) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees, agents, and volunteers, all its boards, commissions and/or authorities and their board members, employees, agents, and volunteers. Use ISO form CG 20 10 (Ongoing operations). 6) The additional insured endorsement shall include completed operations under ISO form CG 20 37 during the project term and for a period of two years after the completion of the project. 7) PoIicy shall include Waiver of Right to Recover from Others endorsement. 8) PoIicy shall include cancellation and material change endorsement providing thirty (30) days advance written notice of cancellation, non -renewal, reduction in insurance coverage and/or limits and ten (10) days written notice of non-payment of premium shall be sent to: City of Dubuque Finance Department, 50 West 13th Street Dubuque, Iowa 52001. 9) Contractor and subcontractor shall not use any drone without the prior written approval of the City of Dubuque. Any drone usage must comply with above liability limits and the additional insured endorsement must name the City of Dubuque with respect to aircraft liability coverage. B) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory Benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85. Coverage A Statutory —State of Iowa Coverage B Employers Liability Each Accident $100,000 Each Employee -Disease $100,000 Policy Limit -Disease $500,000 Policy shall include Waiver of Right to Recover from Others endorsement. Coverage B limits shall be greater if required by the umbrella/excess insurer. OR If, by Iowa Code Section 85.1A, the Contractor is not required to purchase Workers' Compensation Insurance, the Contractor shall have a copy of the State's Nonelection of Workers' Compensation or Employers' Liability Coverage form on file with the Iowa Workers' Compensation Insurance Commissioner, as required by Iowa Code Section 87.22. Completed form must be attached. Page 8 of 19 Page 290 of 939 C) AUTOMOBILE. LIABILITY Combined Single Limit $1,000,000 Coverage shall include all owned, non -owned, and hired vehicles. If the Contractor's business does not own any vehicles, coverage is required on non -owned and hired vehicles. 1) Policy shall include Waiver of Right to Recover from Others endorsement. D) UMBRELLAIEXCESS LIABILITY The General Liability, Automobile Liability and Employer's Liability Insurance requirements may be satisfied with a combination of primary and Umbrella or Excess Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of the primary policies, it shall include the same endorsements as required of the primary policies including but not limited to Waiver of Subrogation and Primary and Non-contributory in favor of the City. All Class A contractors with contract values in excess of $10,000,000 must have umbrella/excess liability coverage of $10,000,000. All Class A and Class B contractors with contract values between $600,000 and $10,000,000 must have umbrella/excess liability coverage of $3,000,000. All Class A and B contractors with contract values less than $500,000 must have umbrella/excess liability coverage of $1,000,000. All Class C contractors are not required to have umbrella/excess liability coverage. All contractors performing earth work must have a minimum of $3,000,000 umbrella regardless of the contract value. E) POLLUTION LIABILITY Coverage required: _ Yes No Pollution liability coverage shall be required if project involves any pollution exposure for hazardous or contaminated materials including, but not limited to, the removal of lead, asbestos, or PCB's. Pollution product and complete operations coverage shall also be covered. Each Occurrence $2,000,000 Policy Aggregate $4,000,000 1) Policy to include job site and transportation coverage. 2) Include additional insured for: ti The City of Dubuque, including all its elected and appointed officials, all its employees, agents, and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10. (Ongoing operations) or its equivalent and CG 20 37 (completed operations) or its equivalent. 3) Include Preservation of Governmental Immunities Endorsement. 4) Provide evidence of coverage for 5 years after completion of project. 5) Include endorsement indicating that coverage is primary and non-contributory. 6) Policy shall include waiver of right to recovery from others endorsement. 7) Pollution liability shall include ISP endorsement CA 99 48. Pollution Liability -Broadened Coverage for Covered Autos, or equivalent endorsement if the contractor has vehicles that transport fuel onto the Owner's property. F) RAILROAD PROTECTIVE LIABILITY Coverage required: _ Yes _ No Page 9of19 Page 291 of 939 Any contract for construction or demolition work on or within fifty feet (50') from the edge of the tracks of a railroad and affecting any railroad bridge, trestle, tracks, roadbeds, tunnel, underpass, or crossing, for which an easement, license or indemnification of the railroad is required, shall require evidence of the following additional coverages. Railroad Protective Liability: $ each occurrence (per limits required by Railroad) $ policy aggregate (per limits required by Railroad) AND An endorsement to the Commercial General Liability policy equal to ISO CG 24 17 (Contractual Liability - Railroads). A copy,of this endorsement shall be attached to the certificate of insurance. Page 10 of 19 Page 292 of 939 Iowa Code Chapter 670, ,Liability of Governmental Subdivisions, provides cities with certain immunities which may be available to you. Naming'the City of Dubuque as an additional insured on your insurance as is requested by this Insurance Schedule may result in your waiver of those immunities. If you would like to preserve those immunities, please use this endorsement or an equivalent form. The preservation of immunities is for your benefit. PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. 2. Claims Coverage. The insurer further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity and may do so at any time and shall do so upon the timely written request of the insurer. 4. Non -Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN (DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES) Page 11 of 19 Page 293 of 939 ACORO' WEBER-9 CERTIFICATE OF LIABILITY INSURANCE OP ID: JCA DATE (MMIDDIYYYY) 0211112026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 563-556-6661 Ludovissy & Assoc -Bellevue 103 N Riverview CONTACT Jill Campbell PHONE 563-556.6661 FAX 563-872-3256 AIC, No, Ext : MG, No): E'M IL . jcamp e u ovlssyan assoclates.com Bellevue, IA 52031 Jon Ludovissy INSURERS AFFORDING COVERAGE NAIC fJ INSURER A .-Acul 14184 0S RED Capital DubuqRestorue, SE Inc SERVPRO of Dubuque, SERVPRO of Platteville, Monroe SERVPRO INSURERS,Westfield Insurance Company INSURER C' Dakota Truck Underwriters SERVPRO of La Crosse County #12433, SERVPRO of Adams, Crawford Vernon, South Monroe & South Juneau #12434 3160 Cedar Cross Ct Dubuque, IA 52003 INSURER D : INSURER E : INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE DDL UBR ppLICY NUMBER POLICY EFF POLICY EXP LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FX OCCUR EACH OCCURRENCE S DAMAGE TO RES iE.ENTED $ MED EXP An one person)$ PERSONAL BADV INJURY S GEN'L AGGREGATE LIMIT APPLIES PER: POLICY wpp LOC OTHER: GENERAL AGGREGATE $ PRODUCTS - COMPIOPAGG $ $ A AUTOMOBILE LIABILITY ANYAUTO OWNED X SCHEDULED AUTOS ONLY AUTOS AUTOS ONLY X AUTOS ONLY X X ZX7618 11/15/2025 11/1512026 COMBINED SINGLE LIMIT $ 1,000,000 BODILY INJURY Per erson $ BODILYBODILY INJURY Per accident S X PPerr acEc l AMAGE $ $ UMBRELLA UAB EXCESS LIAB CLAIMS -MADE EACH OCCURRENCE $ HOCCUR AGGREGATE $ DED I I RETENTION $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PRR�O�PRIETgO�R�/AARTNER/FJCECLITNE Y i N Wandatory�n NH)CLUOED? ftes, describe under DESCRIPTION OF OPERATIONS below NIA !� C010-0082391-2025A 06/28/2025 0612812026 X I PER OTH- STATUTE R E.L. EACH ACCIDENT $ 1,000,000 E.L DISEASE - EA EMPLOYE 1,000,000 E.L. DISEASE. POLICY LIMIT 1,000,000 B EPLI CML-ASB7QBS-P0525 06101/2025 0610112026 EPLI 500,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) " The City of Dubuque, its elected and appointed officials employees and volunteers, boards, commissions and/or authorities ana their board members employees and volunteers are Additional Insured on the Auto and A Waiver o Subrogation on Auto and WC 30 Day Notice of Cancellation CITYD-1 City of Dubuque Parks & Recreation Dept 2200 Bunker Hill Rd Dubuque, IA 52001 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE- THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE �V ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 294 of 939 ACORV CERTIFICATE OF LIABILITY INSURANCE Dy1`112o sD ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy()es) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER _ Marsh Affinity a division of Marsh USA LLC. PO BOX 14404 NAMEAC Marsh Program & Franchise PHONE 855.459-9164 FAX AIC ° Exi • Arc• No): AJL ADDRE - servprofianchiseinsurance@marsh.com INSURERS AFFCROINGCOVERAGE NATO Des Moines IA 50306-9686 INSURERA: Restoration Risk Retention Group 12209 INSURED Weber Capital Restoration, Inc. 3160 Cedar Cross Court INSURERS: Allied Property & Casualty Ins Co 42579 INSURERC: INSURERD: Dubuque IA 52003 INSURER E : INSURERF Customer Number: 3334817 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE CF INSURANCE ADDL POLICY NUMBER MMMDYIYEYY`! POLICYEXP LIMITS A x COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 5-1 OCCUR x x RGL252537 11/15/2025 11/15/2026 EACHOCCURRENCE s 3.000,000 PREMISES Ea occurrerrcx $ 100,000 x MED EXP (Ary one ) s 5,000 $5,000 Deductible PERSONAL & ADV INJURY S3,000,000 GEN'LAGGREGATE LIMIT APPLIES PER GENERALAGGREGATE s 5,000,000 O. x POLICY PET TLOC PRODUCTS - COMPIOP AGG $ 5,000,000 S OTHER: AUTOMOBILE LtABIUTY CEa atOMBINtidenEDtSINGLELIMIT S BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) S HIRED NONOWNEDPROPERTY AUTOS ONLY AUTOS ONLY Owned PPV Owned atTler DAMAGE Per accident S $ UMBRELLALIAB OCCUR EACHOCCURRENCE S AGGREGATE S EXCESS LIAR CLAIMS -MADE DED RETENTION S S WORKERS COMPENSATtCN AND EMPLOYERS' LIABILITY Y r N ANYPROPRIETORIPARTNERIEXECUTIVE OFFICEWMEMBEREXCLUDED? �. NIA PER CTH- STATUTE ER E.LEACH ACCIDENT $ E.L. DISEASE- EA EMPLOYEE S (Mandatory In NH) l(yes describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT S A CPL ($5,000 Deductible) RPU252010 11/15/2025 11/15/2026 PER OC: $3,000,000 AGG: $5.000,000 A Limited Service and Repair RLS242168 06/2812025 06/2812026 PER OC: $500,000 AGG: $500,000 A B Cyber($ 1,000 deductible) Bailees Liability1000 Deductible RCY709904 ACPCIO13202096505 06/25/2025 11/15/2025 06/25/2026 11/15/2026 PER OC: $250,000 POLICY LIMIT: AGG: $250,000 250000 DESCRIPTION OF OPERATIONS LOCATIONS IVEHICLES (ACORD 101. Additional Remarks Schedule• maybe attached If more space Is required) City of Dubuque is listed as additional insured on the General Liability Policy when required by written contract or agreement. General Liability Policy is primary and non-contributory when required by written contract or agreement. The Genera[ Liability Policy additional Insured status in- cludes ongoing and completed operations. Waiver of Subrogation applies to General Liability Policy when required by written contract or agreement. City of Dubuque Finance Department 50 W 13th St, Dubuque IA 52001 ACORD 25 (2016/03) 164231794 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE' . n- 11 ACORD CORPORATION. All rights The ACORD name and logo are registered marks of ACORD Page 295 of 939 AGENCY CUSTOMER ID: 3334817 LOC #: AC p® �%-� ADDITIONAL REMARKS SCHEDULE AGENCY NAMED INSURED Marsh USA, Inc Weber Capital Restoration, Inc. POLICY NUMBER 3160 Cedar Cross Court RLS242168 Dubuque IA 52003 CARRIER NAIC CODE Restoration Risk Retention Group 112209 EFFECTIVE DATE: 06/28/2025 ADDITIONAL REMARKS The ACORD name and logo are registered marks of ACORD Page 2 of Page 296 of 939 POLICY NUMBER: RGL252537 COMMERCIAL GENERAL LIABILITY RGL 2021 (01/24) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - ONGOING OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) Or Organ izatio nss ; Location And Description of Ongoing Operations; Any site where work is performed by the named Where required by written contract insured or on behalf of the named insured Information re uired to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 -- Who Is An Insured is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused, in whole or in part, by. 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury', "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury' or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying: services. RGL 2021 (01124) Includes copyrighted material of Insurance Services Office, Inc., with permission Pagel of 2 Page 297 of 939 COMMERCIAL GENERAL LIABILITY 2. "Bodily injury" or "property damage" occurring after: RGL 2021 (01/24) a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance; The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement you have entered into with the additional insured; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. D. COMMERCIAL GENERAL LIABILIITY CONDITIONS — Duties In The Event of Occurrence, Offense, Claim or Suit (Section IV.2) is amended to add the following: e. An additional insured under this endorsement will as soon as practicable: (1) Give written notice of an occurrence or an offense to us which may result in a claim or "suit" under this insurance; (2) Tender the defense and indemnity of any claim or "suit" to us for a loss we cover under this Coverage Part; (3) Tender the defense and indemnity of any claim or "suit" to any other insurer which also has insurance for a loss we cover under this Coverage Part; and (4) Agree to make available any other insurance, which the additional insured has for a loss we cover under this Coverage Part. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. RGL 2021 (01124) Includes copyrighted material of Insurance Services Office, Inc., with permission Page 2 of 2 Page 298 of 939 POLICY NUMBER; RGL252537 COMMERCIAL GENERAL LIABILITY CG 20 37 1219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) Or Organizations(s): Location And Description of Completed Operations: Where required by written contract Any site where work is performed by the named insured or on behalf of the named insured nformation required to complete this Schedule, if not shown above, will be shown in the Declarations. A. A Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However. 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 ©Insurance Services Office, Inc., 2018 : Page 1 of 1 Page 299 of 939 POLICY NUMBER: RGL252537 COMMERCIAL GENERAL LIABILITY CG 24 53 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) AUTOMATIC This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITLD COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against any person or organization, because of any payment we make under this Coverage Part, to whom the insured has waived its right of recovery in a written contract or agreement Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person or organization prior to loss. L CG 24 53 1219 © Insurance Services Office, Inc., 2018 Page 1 of 1 Page 300 of 939 Policy Number. RGL252537 COMMERCIAL GENERAL LIABILITY CG 20 011119 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. r i PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary. Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 © Insurance Services Office, Inc., 2018 (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the` additional insured. Page 1 of 1 Page 301 of 939 Project: 3249900007 (ARENA ROOF) Budget Alettwd Yearly EXPENSES FUNDING MILESTONES WARNINGS Nde Tree Category - 304: Sales Tax Project Segment/ String Yea to Date Life to Date TOTALS INVOICES CONTRACTS PURCHA 3249900007 $0 OO S21,059 35 ARENA ROOF r 649M orrr+Pro1 SO 00 SD oo Pt*Kt Segment/String Totals 67500 SO 00 S0 00 Year to Date Life to Date St"npa Original Budget $0 00 $0 00 3249900007-675M S000 SD00 Buibn9s Net Transfers SO 00 S857205 00 304 SO DO S21,059 35 Sales Taa Revised Budget SO 00 S857205 00 r 67500 euidn9a SOOO S17.6a000 Actuals Pad WOO $21.05935 r 64900 So o0 S3,379 35 Pending imrolces $O 00 $0 00 Oyer Prof I Encumbrances $O o0 SO DO Requisitions S0 00 S0 00 Available Budget SO 00 St336.145 65 ACrourlt Fund 304 ST20 Acct 304-32-0000-76-750-3270-00-02-67500- Or9 3032000' 304CvcCIP Acct name Civic Center CIP Buidlings Object 6750C Buidlings Type Expense Status Attire Project Q� Rollup 32702 Capital Projects-304 Su"ollup _ _ 1Q MuhiYr Fund 4 Year Comparison Current Year History 4 Year Graph History Graph YriPer 2026/01 Fiscal Year 2026 Fiscal Year 2025 Fiscal Year 2024 Original Budget .00 ru 1 .00 00 C Transfers In 702,797 00 726,391.00 766.298 00 C Transfers Out 00 00 O 00 C Revised Budget 702,797 00 726.391 00 766,298 00 Actual (Memo) 00 17,680 00 00 C Encumbrances 00 a .00 .00 C Requisitions 00 Available 702,797 00 708,711.00 766,298 00 Percent used 00 2.43 00 Page 302 of 939 SERVPRO of Dubuque & Delaware Counties (IA) SERVPRO of Platteville & Monroe (WI) & Jo Daviess (IL) 3160 Cedar Cross Ct, Dubuque, IA 52003 Cleaning. Restoration.Construction. 563-584-2242 - www.servprodubuque.com 1 /30/2026 Five Flags 405 N Main St Dubuque, IA 52001 This is the breakdown for mitigation services at Five Flags. Due to the leak being glycol, from the heating system, some additional labor hours were necessary to clean SERVPRO's equipment. The below breakdown includes extraction of carpets, drying equipment, moisture monitoring, carpet cleaning, and decontamination of equipment. SERVPRO appreciates the working relationship we developed with both The City of Dubuque and Five Flags over the years. Please note that SERVPRO is discounting the run time for the drying equipment from the second floor for areas that took extended time. Water/Glycol Loss Total Labor (setup, tear down, fogging) $2,134.15 Consumables (15%of labor) $ 320.12 Equipment (12%of labor) $ 256.10 Carpet Cleaning $2,200.00 Drying Equipment $7,740.00 Disinfectant Product $1,750.00 Initiatwater Extraction $2,975.00 Emergency Service Fees $ 175.00 Final Total $17, 550.37 Mike Lukan Sales and Marketing Representative SERVPRO of Dubuque SERVPRO of Platteville, Monroe SERVPRO of La Crosse County SERVPRO of Adams, Crawford, Vernon, South Monroe & South Juneau Office: 563-584-2242 1 608-348-2225 1 ext. 111 Cell: 563-231-4416 3160 Cedar Cross Ct, Dubuque, IA 52003 12451 Riley Rd, Sparta, WI 54656 Page 303 of 939 Dubuque THE CITY OF hmord DUB E lFAttek�i� 111111.1 2007.207 2.2013 2017+2019 Masterpiece Ott the Mississippi City of Dubuque Parks & Recreation Department 2200 Bunker Hill Road (address) Dubuque, IA 52001 Phone # 563.556.3057 ext 6048 CITY OF DUBUQUE, IOWA SHORT FORM VENDOR SERVICE AGREEMENT THIS VENDOR SERVICE AGREEMENT (the Contract), between the City of Dubuque, Iowa (City), by its City Manager, through authority conferred upon the City Manager by its City Council and endor) at Central Petroleum Equipment Company (Vendor Name) P.O. Box 188 Blue Grass, IA 52726 (Vendor Address - City and State) PROJECT TITLE: Provide inspections, parts, and (Project) For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: VENDOR AGREES: 1. To furnish all material and eauipment and to perform all labor necessary for: Supply parts, and/or service The work described above shall be completed at the following location(s): Various city properties managed by the Parks & Recreation Department The Project shall be completed in strict accordance with the terms as described in this Contract; in strict accordance with the requirements of the laws of the State of Iowa Page 1 of 20 Page 304 of 939 and ordinances of the City of Dubuque, just as much as if the detailed statements thereof were repeated herein. 2. Contract Documents shall mean and include the following WHERE APPLICABLE: Documents listed in bold should be attached to this document upon submission. • Request for Proposal (or procurement documentation) • This Contract; • Ordinances and resolutions heretofore adopted by the City Council having to do with this Project; • The Vendor's Proposal; • Plans and Specifications; • General Requirements as adopted by the City Council for the Project; • Terms and Conditions (Exhibit A); and • INSURANCE — Please include one applicable Insurance Schedule: o Insurance Schedule F for General Artisan or Trade Contractors or Subcontractors (Exhibit B) o Insurance Schedule G for Vendors (Exhibit C) o Insurance Schedule J for Professional Services (Exhibit D) Check Appropriate Box ❑ Insurance Schedule F — General Artisan or Trade Contractors or Subcontractors 0 Insurance Schedule G —Vendors ❑ Insurance Schedule J — Professional Services • Other: 3. All materials used by the Vendor on this Project shall be of the quality required by the Contract Documents and shall be put in place in accordance with the Contract Documents. 4. The Vendor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Vendor. 5. The Vendor has read and understands the Contract Documents and has examined and understands the project description described in Section 1 of this Agreement and any attached Special Conditions herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 6. The Vendor shall fully complete the Project under this Contract on or before June 30, 2026 (date) Page 2 of 20 Page 305 of 939 7. Indemnification; Liability for City Damage A. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the 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 (other than the Project itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. B. The Contractor shall also be liable to the City for any damage to City property arising out of or related to the Contractor's negligent performance of the Contract. 8. Prior to the commencement of any work on this Project and at all times during the performance of this Contract, the Vendor shall provide evidence of insurance which meets the requirements of the City's Insurance Schedule as indicated above and attached hereto. 9. The Vendor agrees that no work under this Contract shall commence until the City has authorized said work in writing. Any work started by the Vendor prior the City authorization shall be considered unauthorized and done at the sole risk to the Vendor. 10. Vendor will comply with all federal, state, and local laws and regulations in the performance of this Contract. 11. The City may terminate this Contract with or without cause upon fourteen (14) days' written notice delivered to the Vendor. 12. This Contract shall be governed by the laws of the State of Iowa and exclusive jurisdiction and venue for any action arising out of or related to this Contract shall be the Iowa District Court for Dubuque County. Page 3 of 20 Page 306 of 939 THE CITY AGREES: The City agrees to pay the Vendor for the work actually performed under this Contract, up to the amount stated below, less any agreed damages provided for in the Contract Documents. CONTRACT AMOUNT $ 4000 CATTY OF DUB)U�QUE, IOWA By: Allwa �Miichael C. Van Millige T� City Manager VENDOR: 02/18/2026 Central Petroleum Equipment Company Date Company Name Y� B----.-_-- 2i4i2026 Signature Date Roger Clark Printed Name President Title Page 4 of 20 Page 307 of 939 EXHIBIT A TERMS AND CONDITIONS The following Terms and Conditions apply to City of Dubuque Transactions: 1. The City of Dubuque is exempt from federal excise tax and Iowa sales tax. 2. The City of Dubuque will not be responsible for payment for any goods delivered without a purchase order. 3. The vendor will send a separate invoice for each purchase order number. All invoices, packages, shipping notices, or the like affecting the order shall contain the applicable purchase order number. The vendor is to submit original invoice to the address shown in the SHIP TO section on the front of this order. 4. No freight or packing charges will be allowed by the City of Dubuque unless specifically authorized. 5. It is understood by the vendor that the cash discount period to the City of Dubuque will date from the receipt of the invoice or from the date of the receipt of the goods, whichever is later. 6. The risk of loss of and damage to the goods which are the subject of this order, regardless of the F.O.B. point, is and will remain with the vendor until the goods are delivered to the destination set out in the order and accepted by the City of Dubuque or the authorized City of Dubuque representative. 7. In the event of the vendor's failure to deliver as and when specified, or to perform as and when specified, the City of Dubuque reserves the right to cancel this order, or any part thereof, without prejudice to its other rights, and the vendor agrees that the City of Dubuque may return part or all of any shipment so made and may charge the vendor with any loss expense sustained as a result of such failure to deliver or to perform. 8. In the event any article, service, or process sold, delivered and/or performed hereunder is covered by any patent, copyright, or application for either, the vendor will indemnify and save harmless the City of Dubuque from any and all loss, cost, or expenses on account of any and all claims, suits, or judgments on account of the use or sale of such article or the use of such service or process in violation of such patent, copyright or application for either. V. I1-lei + ., ., �1i rl.�_cas.0 �s.s I.J .J .J I' .J n 411V V\/ 11� Gllr''-�-�1G \IVIV, JVI YIVV, VI 1./ VVSJ�VI\A GII��V�IIY V✓"�A-ti/{-VVIV-CAI IIL � fs y/�vr 1[+� \/A I VI e11 G 1 IJ G\...Iki SV 111 G11�--IG 1.lVVL Y111 GI�VV YL-\i-TV YTr ll V�IiOY 11 -ax/J IIIGV11 111 ���GV IIGIIIIIVJV \IIV Vl�r VI T./c+ti.' IV111 G11 IVVV Vl I II rv.n r\f rv+�r+ h rc\nc��Lr\f �IJ��±�i_c(rir rI���n� rl�mnrl + nr / +h •++ rY\ / i+r nnnll .n nr\n nr+n+in '+11 +h l+ nr+ r e.nl� r.F nll.+h ai'�i�l�`-, I�aC-c `���'I"�i-a-F�"���ai-._�'.rl +� h��� .,,•. � /J .J �_. �_c+.,�t�.� � ., �Ji+� nr,_ Page 5 of 20 Page 308 of 939 10.The vendor agrees not to release any advertising copy mentioning the City of Dubuque or quoting the opinion of any City of Dubuque employee without the prior written authorization from the City of Dubuque. 11.The vendor represents and warrants that no federal or state statute or regulation, or local municipal ordinance has been or will be violated in the manufacturing, sale and delivery hereunder. If such violation has or does occur, the vendor will indemnify and save harmless the City of Dubuque from all loss, penalties, or payment of all sums of money on account of such violation. 12.The City of Dubuque may at any time insist upon strict compliance with these terms and conditions notwithstanding any previous custom, practice, or course of dealing to the contrary. 13.The terms and conditions of sale as stated in this order govern in the event of conflict with any terms of the vendor's proposal, and are not subject to change by reason of any written or verbal statements by the vendor or by any terms stated in the vendor's acknowledgement unless same be accepted in writing by the City of Dubuque. 14. Current Safety Data Sheets (SDS), when applicable to the order, must be provided by the vendor in accordance with all regulations. Page 6 of 20 Page 309 of 939 EXHIBIT C INSURANCE SCHEDULE G 1. Vendor shall furnish a signed certificate of insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I prior to the contract commencement. Each certificate shall be prepared on the most current ACORD form approved by the Iowa Insurance Division or an equivalent. Each certificate shall include a statement under Description of Operations as to why the certificate was issued. Vendor Service Agreement dated 2/4/2026 2. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa and all insurers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each certificate shall be furnished to the Finance Department of the City of Dubuque. 4. The service provider shall be required to carry the minimum coverage/limits, or greater if required by law or other legal agreement, in Exhibit I. Failure to provide the required minimum coverage shall not be deemed a waiver of such requirements by the City of Dubuque. 5. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 6. All required endorsements shall be attached to the certificate. The certificate is due before the contract/agreement can be approved. 7. Whenever a specific ISO form is referenced the current edition of the form must be used unless an equivalent form is approved by the Director of Finance and Budget. The service provider must identify or list in writing all deviations and exclusions from the ISO form. 8. If vendor's limits of liability are higher than the required minimum limits then the vendor's limits shall be this agreement's required limits. 9. Vendor shall require all subcontractors and sub -subcontractors to obtain and maintain during the performance of work insurance for the coverages described in this Insurance Schedule and shall obtain certificates of insurance from all such subcontractors and sub -subcontractors. Vendor agrees that it shall be liable for the failure of a subcontractor and sub -subcontractor to obtain and maintain such coverage. The City may request a copy of such certificates from the Vendor. 10. Vendor shall be responsible for deductibles/self-insured retention for payment of all policy premiums and other costs associated with the insurance policies required below. 11. All certificates of insurance must include agents name, phone number, and email address. 12. The City of Dubuque reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by this Schedule at any time. 13. The City of Dubuque reserves the right to modify these requirements, including limits, based on changes in the risk or other special circumstances during the term of the agreement, subject to written mutual agreement attached hereto. Page 13 of 20 Page 310 of 939 INSURANCE SCHEDULE G (continued) EXHIBIT I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products -Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $50,000 Medical Payments $5,000 1) Coverage shall be written on an occurrence, not claims made, form. The general liability coverage shall be written in accord with ISO form CG 00 01 or business owners form BP 00 02. All deviations from the standard ISO commercial general liability form CG 00 01, or Business owners form BP 00 02, shall be clearly identified. 2) Include ISO endorsement form CG 25 04 "Designated Location(s) General Aggregate Limit." 3) Include endorsement indicating that coverage is primary and non-contributory. 4) Include Preservation of Governmental Immunities Endorsement (Sample attached). 5) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10 (Ongoing operations) or its equivalent. 6) Policy shall include Waiver of Right to Recover from Others endorsement. 7) Policy shall include cancellation and material change endorsement providing thirty (30) days advance written notice of cancellation, non -renewal, reduction in insurance coverage and/or limits and ten (10) days written notice of non-payment of premium shall be sent to: City of Dubuque Finance Department, 50 West 13th Street Dubuque, Iowa 52001. B) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory Benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85. Coverage A Statutory —State of Iowa Coverage B Employers Liability Each Accident $100,000 Each Employee -Disease $100,000 Policy Limit -Disease $500,000 Policy shall include Waiver of Right to Recover from Others endorsement Coverage B limits shall be greater if required by the umbrella/excess insurer OR If, by Iowa Code Section 85.1A, the Vendor is not required to purchase Workers' Compensation Insurance, the Vendor shall have a copy of the State's Nonelection of Workers' Compensation or Employers' Liability Coverage form on file with the Iowa Workers' Compensation Insurance Commissioner, as required by Iowa Code Section 87.22. Completed form must be attached. Page 14 of 20 Page 311 of 939 INSURANCE SCHEDULE G (continued) C) POLLUTION LIABILITY Coverage required: _ Yes x No Pollution liability coverage shall be required if the lessee, contracting party, or permittee has any pollution exposure for abatement of hazardous or contaminated materials including, but not limited to, petroleum products, the removal of lead, asbestos, or PCBs. Pollution product and completed operations coverage shall also be covered. Each Occurrence $2,000,000 Policy Aggregate $4,000,000 1) Policy to include job site and transportation coverage. 2) Include additional insured for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10. (Ongoing operations) or its equivalent and CG 20 37(competed operations). 3) Include Preservation of Governmental Immunities Endorsement. 4) Provide evidence of coverage for 5 years after completion of project. 5) Include endorsement indicating that coverage is primary and non-contributory. 6) Policy shall include waiver of right to recovery from others endorsement. D) PROFESSIONAL LIABILITY $1,000,000 Coverage required: _ Yes x No If the required policy provides claims -made coverage: 1) The Retroactive Date must be shown and must be before the date of the agreement. 2) Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the work or services. 3) If coverage is canceled or non -renewed and not replaced with another claims -made policy form with a Retroactive Date prior to the date of the agreement, the contractor must provide "extended reporting" coverage for a minimum of five (5) years after completion of the work or services. E) CYBER LIABILITY/BREACH $1,000,000 Coverage required: _ Yes x No Coverage for First and Third Party breach liability including but not limited to lost data and restoration, loss of income and cyber breach of information. F) UMBRELLA/EXCESS $1,000,000 x Coverage required: _ Yes _ No The General Liability, Automobile Liability and Employer's Liability Insurance requirements may be satisfied with a combination of primary and Umbrella or Excess Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of the primary policies, it shall include the same endorsements as required of the primary policies including but not limited to Waiver of Subrogation and Primary and Non-contributory in favor of the City. Page 15 of 20 Page 312 of 939 Iowa Code Chapter 670, Liability of Governmental Subdivisions, provides cities with certain immunities which may be available to you. Naming the City of Dubuque as an additional insured on your insurance as is requested by this Insurance Schedule may result in your waiver of those immunities. If you would like to preserve those immunities, please use this endorsement or an equivalent form. The preservation of immunities is for your benefit. PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. 2. Claims Coverage. The insurer further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurer. 4. Non -Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN (DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES) Page 16 of 20 Page 313 of 939 Independent Contractor Agreement This Independent Contractor Agreement (the "Agreement") is entered into this 13`' day of April, 2026, by and between the City of Dubuque (the "Organization"), and Laura Merrick, an independent contractor (the "Contractor"), in consideration of the mutual promises made herein, as follows: Term of Agreement This Agreement will become effective on the 13`E' day of April, 2026, and will continue in effect through May 15, 2026, unless earlier terminated as provided in this Agreement. Services to be Rendered by Contractor The services contemplated by this Agreement relate to a certain operating support grant (the "Operating Support Grant") and capacity building grant (the "Capacity Building Grant"). Contractor agrees to competently and accurately perform such actions as may be reasonably necessary to successfully finalize all outstanding tasks affiliated with the eligibility review of the Operating Support Grant and Capacity Building Grant, including but not limited tasks related to the completion and submission of eligibility and financial review reports for the FY27 Operating Support Grant and Capacity Building Grant. Method of Performing Services Contractor will determine the method, details, and means of performing the above -described services, including the determination of the need for and hiring of one or more assistants at the Contractor's own expense. The Organization may not control, direct, or otherwise supervise Contractor's assistants or employees in the performance of those services. Compensation In consideration for the services to be performed by Contractor, Organization agrees to pay Contractor the sum of $50/hour for an amount not to exceed 60 hours for a total amount of $3,000.00 (three thousand dollars), subject to the terms and conditions contained herein. All such payments shall be made to Contractor via check; and each check will be issued on the Organization's first available vendor -payment date following the submission of the statements of services referenced below. By no later than May 22, 2026, Contractor will submit to the Organization a detailed statement of services performed by or on behalf of Contractor for the time period between April 13, 2026, and May 15, 2026, together with the amount of time spent on each service for each day for which Contractor claims compensation. Page I of 4 Page 314 of 939 Independent Contractor Status The parties agree that Contractor shall be performing the services referenced in this Agreement as an independent contractor and not as an employee of the Organization. Contractor shall perform such services at such times and via such means as Contractor deems necessary and appropriate. The Organization shall issue an IRS Form 1099 to Contractor regarding the payments to Contractor made pursuant to this Agreement. The Organization shall not withhold any taxes from any payment made to Contractor pursuant to this Agreement. Contractor acknowledges and agrees that the responsibility for any and all taxes stemming from or in any way related to any payment received by Contractor pursuant to this Agreement shall be the sole and exclusive responsibility of Contractor. Tools and Instruments Except as otherwise expressly provided herein, Contractor will supply all tools, equipment, and supplies required to perform the services under this Agreement. Workers' Compensation Contractor agrees to provide workers compensation insurance for Contractor's employees, if any, and agrees to hold harmless and indemnify Organization from and against any and all claims, causes of action, or liabilities arising out of any injury, disability, or death of any of Contractor's employees, agents, volunteers, or other persons acting by, for, or through Contractor. Contractor acknowledges and agrees that neither Contractor nor any of Contractor's employees or subcontractors will be covered by the Organization's workers' compensation insurance for any act or omission resulting from or in any way related to the performance of any service contemplated herein. Obligations of Organization Organization agrees to meet the terms of all reasonable requests of Contractor necessary to the performance of Contractor's duties under this Agreement. Assignment Neither this Agreement nor any duty nor obligation under this Agreement may be assigned by Organization or Contractor without the prior written consent of Contractor and Organization. Termination of Agreement Notwithstanding any other provisions of this Agreement, either party hereto may terminate this Agreement at any time by giving 10 days' written notice to the other party. Upon such termination, Contractor shall be entitled to such compensation as may be due, if any, for services which Contractor performed prior to termination of this Agreement. Page 2of4 Page 315 of 939 Notices Any notices to be given hereunder by either party to the other may be made either by personal delivery or by mail, registered or certified, postage prepaid with return receipt requested, to the parties at the following addresses: Organization: City of Dubuque Office of Arts & Cultural Affairs Attn: Bonnie Spurling 1300 Main Street Dubuque, IA 52001-4732 Contractor: Laura Merrick 2030 Alta Vista Street Dubuque, IA 52001 Each party may change the above address by written notice in accordance with this paragraph. Notices delivered personally shall be deemed delivered as of the date of actual receipt; mailed notices shall be deemed delivered as of four (4) calendar days after the date of mailing. Entire Agreement This Agreement supersedes any and all other agreements, either oral or in writing, between the parties hereto with respect to the performance of services by Contractor for Organization. This Agreement contains all of the covenants and agreements between the parties with respect to the rendering of such services in any manner whatsoever. Each party to this Agreement acknowledges and agrees (a) no representation, inducement, promise, or agreement, whether orally or otherwise, has been made by or on behalf of any party which is not embodied herein; (b) no agreement, statement, or promise not contained in this Agreement shall be valid or binding; and any modification of this Agreement shall be effective only if it is in writing and signed by the party against whom enforcement is sought. Partial Invalidity If any provision of this Agreement is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remaining provisions shall nevertheless continue in full force and effect without being impaired or invalidated in any way. Governing Law This Agreement shall be governed by and construed in accordance with the laws of the State of Iowa, without regard to its conflicts of laws principles. Page 3 of 4 Page 316 of 939 Signatory Authority Each person signing this Agreement hereby represents and warrants they have full and complete authority to act on behalf of and bind the person or entity on behalf of whom they are signing to the terms and conditions of this Agreement. City of Dubuque by�.� Michael Van Milligan City Manager Date 02/18/2026 Contractor Laura Merrick Date _02/ 17/26 Page 4 of 4 Page 317 of 939 Page 318 of 939 origin des i g AMENDMENT NO. 2 TO THE AGREEMENT FOR ENGINEERING SERVICES BETWEEN THE CITY OF DUBUQUE, IOWA AND ORIGIN DESIGN CO. FOR CITY-WIDE WATER DISTRIBUTION SYSTEM, STORAGE & PUMPING IMPROVEMENTS PROJECT (ORIGIN DESIGN PROJECT NO. 21197) THIS AMENDMENT NO. 2 to the Agreement for Engineering Services dated February 2, 2022, by and between the City of Dubuque, Iowa, hereinafter referred to as the "Owner", and Origin Design Co., a professional corporation in Dubuque, Iowa, hereinafter referred to as the "Engineer". WHEREAS, the Owner desires to utilize Iowa State Revolving Loan Funds (SRF) for the design and construction of five key improvements to the City's Pressure Zone 3 to address deficiencies in its water distribution system. The five key improvement areas are identified as follows: North Cascade Road and Southwest Arterial Water Main Extension: Improvements to provide a south loop to connect the south and west portions of the existing distribution system of Pressure Zone 3 are reflected in distribution system projects listed below. These provide for looping, secondary paths, for water to reach the south portion of Pressure Zone 3. Currently, a single arterial main provides the only source of water along a nearly 4.25 mile path serving developed areas in Key West and along the Iowa State Highway 61 corridor to the Dubuque Airport. Southwest Arterial Water Tower (2-Million Gallon): Improvements to provide storage at the south portions of the existing distribution system of Pressure Zone 3 are reflected in the storage project listed below. This provides increased storage capacity in Pressure Zone 3 to alleviate deficiencies for existing and future demands not addressed by connecting Pressure Zones 2, 3, and 5 as defined by other projects in this project scope. Additionally, the location provides a source of storage water near developed demand areas. Rockdale Road Water Main Extension: Improvements to hydraulically improve the existing distribution system of Pressure Zone 3 to the south side of the Service Area are reflected in the distribution system project listed below. This provides increased effective pumping capacity into the south end of Pressure Zone 3, which is currently bottlenecked, but serves as an important route to serve developed commercial and industrial areas as well as the source of Pressure Zones 6 and 7. Central Avenue and Olympic Heights Water Main Extensions: Improvements to hydraulically connect Pressure Zones 2 and 3 are reflected in distribution system projects listed below. These provide increased storage and pumping capacity into Pressure Zone 3 to alleviate deficiencies for existing and future demands. Note that with the proposed changes, the City hydraulically connects the areas through the Olympic Heights neighborhood, placing it on Pressure Zone 3, rather than relying on the dead-end Pressure Zone 5. Pressure Zone 5 if effectively eliminated with these improvements. DUBUQUE OFFICE 137 Main Street, Ste. 100 origindesign.�om Dubuque, Iowa 52001 800 556-4491 Page 319 of 939 Amendment No. 2 to the Agreement for Engineering Services City -Wide Water Distribution System, Storage & Pumping Improvements origin Page 2 of 3 design" Central Avenue Booster Station: The City's existing Pressure Zone 3 has a pumping deficiency into the pressure zone, primarily as it serves a growing internal demand and because it acts as a pass - through to upstream Pressure Zones. The proposed Central Avenue Booster Station will provide the additional pumping capacity required into Pressure Zone 3 to address existing demands and a reasonable amount of future growth. The location of the booster station also allows the City to selectively pull from the existing 12-inch main that runs up Central Avenue to prevent water aging issues at the end of that run. WHEREAS, the Owner desires to engage the Engineer for engineering and surveying services required for project design including drawings, specifications and bidding and contract documents, and assist the City through award of the project. WHEREAS, under Amendment No. 1 the Owner desires to engage the Engineer to provide professional services for engineering and surveying services required for the project design including drawings, specifications and bidding documents for the addition of water main along the Southwest Arterial from North Cascade Road to the west to North English Road and extending north along North English Road to the northern parcel line of the City owned property (approximately 1,600 lineal feet north of the North English Road and SW Arterial Interchange). WHEREAS, under this Amendment No. 2 the Owner desires to engage the Engineer to provide professional services required for Phase I Archaeological Investigation. NOW THEREFORE IT IS AGREED AS FOLLOWS: SCOPE OF SERVICES The Scope of Services for North Cascade Road and Southwest Arterial Water Main Extension, Southwest Water Tower (2 Million Gallon), Rockdale Road Water Main Extension, Central Avenue and Olympic Heights Water Main Extensions, Central Avenue Booster Station under the original Agreement for Engineering Services dated February 2, 2022 and the North English Road Water Main Extension under Amendment No. 1 shall remain unchanged. Amendment No. 2 includes the addition of an Archaeological Survey for Olympic Heights Water Extension. Archaeological Survey for Olympic Heights Water Main Extension Phase 1 Archaeological Investigation. Perform a Phase 1 intensive archaeological survey for the proposed water main extension between Olympic Heights Road and West 32nd Street. Exclusions from Professional Services Exclusions from Professional Services set forth in the February 2, 2022 Agreement shall remain unchanged. DUBUQUE OFFICE 137 Main Street, Ste. 100 Dubuque, Iowa 52001 origindesign.com 800 556-4491 Page 320 of 939 Amendment No. 2 to the Agreement for Engineering Services City -Wide Water Distribution System, Storage & Pumping Improvements origin Page 3 of 3 design" Compensation Compensation as referenced in the original Agreement for Engineering Services and Amendment No.1 shall remain unchanged. Origin Design proposes to complete the Scope of Professional Services included in this Amendment No. 2 as follows: Archaeological Survey for Olympic Heights Water Main Extension. Compensation shall be a lump sum of Twenty -One Thousand One Hundred Dollars and Zero Cents ($21,100.00). Periodic invoicing shall coincide with actual work completed. General Terms and Conditions The General Terms and Conditions set forth in the February 2, 2022 Agreement shall remain unchanged by this Amendment No. 2. Thank you for the opportunity to submit this Amendment No. 2 to the Agreement for Engineering Services. Let's work on tomorrow. Together. Sincerely, Origin Design Co. Marc Ruden, PE Water Resources Team Leader Date: 02/05/2026 Lauren Ray, PE, SE Vice President/Secretary Date: 02/05/2026 I hereby accept this Amendment No. 2 to the Agreement for Engineering Services and authorize this work. FOR: City of Dubuque, Iowa v Aut orized Signature Michael C. Van Milligen Typed or Printed Name DUBUQUE OFFICE 137 Main Street, Ste. 100 Dubuque, Iowa 52001 02/18/2026 Date origindesign.cor„ 800 556-4491 Page 321 of 939 60-650-5505-00-01-67500 THE CITY OF _& E IbIasteipiece on the Mississippi City of Dubuque Dept: Engineering 50 W. 131h Street Dubuque, IA 52001 Phone # 563.589.4270 CITY OF DUBUQUE, IOWA SHORT FORM PUBLIC IMPROVEMENT CONTRACT PROJECTS ESTIMATED AT LESS THAN $100,000.00 Check Appropriate Box 0 Estimate under $25,000.00 ❑ Estimate between $25,000.00 and $99,999.99 THIS PUBLIC IMPROVEMENT CONTRACT (the Contract), between the City of Dubuque, Iowa (City), by its City Manager, through authority conferred upon the City Manager by its City Council and Opening Specialists Inc. (Contractor) at (Contractor Name) Dubuque, IA (Contractor's Address - City and State) PROD ECT TITLE: Federal Building -Council Conference Door Project) 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: (1) Wood Door, 1-3/4" 3070, Flush, SRO, machined for three hinges and mortise lockset with special locations, prefinished to custom color (1) Yale/ Accentra Mortise Lock W /Thumbturn, PBCN 8809 FL 618 LH Remove existing mortise lock and turn over to owner, save mortise cylinder for new lock Remove existing surface mounted overhead stop and reinstall on new door. Remove existing door and turn over to owner, save hinges for new door Hang new door with existing hinges Install new mortise lock with existing cylinder, verify if cam is correct The work described above shall be completed at the following location(s): Council Conference Room - Federal Building 350 W. 6th Street The Project shall be constructed to the meet the requirements as described in this Contract; in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque, just as much as if the detailed statements!thereof were repeated herein. Page 322 of 939 2. Contract Documents shall mean and include the following where applicable: Documents listed in bold should be attached to this document upon submission. • Request for Bid or procurement documentation; • This Contract; • All ordinances and resolutions heretofore adopted by the City Council having to do with the Project; • The Contractor's Bid or procurement documentation; • Consent Decree Certification Form, if applicable (Exhibit A); • Bond Form, if applicable (Exhibit B); • Plans and Specifications; • SUDAS Standard Specifications (Current Edition) including but not limited to Division 1: General Provisions and Covenants and the City of Dubuque Supplemental Specifications — Division 1 (Current Edition); • General Requirements as adopted by the City Council for the Project; • Insurance Schedule F (Exhibit C); and • Other Is the project over $25,000.00? ❑ Yes F-1 No If yes, Bond Form is required, see Exhibit B. 3. All materials used by the Contractor in the Project shall be the best of their several kinds and shall be put in place to the satisfaction of the City Manager. 4. The Contractor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Contractor. 5. Three (3%) of the Contract price may be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Manager to pay any claim that may be filed within said time 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 time, as provided in Iowa Code Chapter 573. The City shall 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 shall 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 and the project description described in Section 1 and the Contract Documents outlined in Section 2 and agrees not to plead misunderstanding or deception. 7. The Contractor shall guarantee for a period of two years and make good any other defect in any part of the Project due to improper construction or material performance notwithstanding the fact that said Project may have been accepted and fully paid for by the City. The guarantee shall commence on the date that the City pays full compensation for the complete performance of this contract. e 323 of 939 8. The Contractor shall fully complete the Project under this Contract on or before 4/27/2026 (DATE) 9. Indemnification from Third Party Claims; Liability for City Damage. A. To the fullest extent permitted by law, Contractor shall defend, indemnify and hold harmless City, its officers and employees, from and against all claims, damages, losses and expenses claimed by third parties, but not including any claims, damages, losses or expenses of the parties to this Contract, including but not limited to attorneys' fees, arising out of or resulting from performance of this Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property, including loss of use resulting therefrom, 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. B. The Contractor shall also be liable to the City for any damage to City property arising out of or related to the Contractor's negligent performance of the Contract. 10. Prior to the commencement of any work on the Project and at all times during the performance of this Contract, the Contractor shall provide evidence of insurance which meets the requirements of the City's Insurance Schedule F attached to this Contract as Exhibit C. 11. Contractor will comply with all federal, state, and local laws and regulations in the performance of this Contract. 12. The City may terminate this Contract with or without cause upon fourteen (14) days' written notice delivered to the Contractor. 13. This Contract shall be governed by the laws of the State of Iowa and exclusive jurisdiction and venue for any action arising out of or related to this Contract shall be the Iowa District Court for Dubuque County 14. The City is exempt from federal excise tax and Iowa sales tax. 15. In the event any article, service, or process sold, delivered and/or performed hereunder is covered by any patent, copyright, or application for either, the Contractor will indemnify and save harmless the City from any and all loss, cost, or expenses on account of any and all claims, suits, or judgments on account of the use or sale of such article or the use of such service or process in violation of any patent, copyright, or application. 16. The Contractor agrees not to release any advertising copy mentioning the City or quoting the opinion of any City employee without prior written authorization from the City of Dubuque. 17. Current Safety Data Sheets (SDS), when applicable to the order, will be provided by the Contractor in accordance with all regulations. e 324 of 939 19. The terms and conditions of sale as stated in this order govern in the event of conflict with any terms of the Contractor's proposal, and are not subject to change by reason of any written or verbal statements by the Contractor or by and terms stated in the Contractor's acknowledgment unless same be accepted in writing by the City. 18. The City of Dubuque, State of Iowa and Department of Justice have entered into a Consent Decree requiring the City to complete certain capital improvements pursuant to an established schedule and to comply with certain capital improvements pursuant to an established schedule and to comply with certain reporting and recordkeeping requirements. One of the terms of the Consent Order is for the City to advise contractors whose duties might reasonably include compliance with any provision of the Consent Decree with a copy of the Consent Decree. The City expects its contractors to comply with the Consent Decree and to assist the City in complying with the Consent Decree. As a requirement of this Contract, the Contractor shall execute and return to City Exhibit the Certification Form attached this this Contract as Exhibit A. 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. �✓ 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 AGREES: Upon the completion of the Contract, and the acceptance of the Project by the City Manager, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount stated below less any agreed damages provided for in the Contract Documents. CONTRACT AMOUNT By: 02/21 /2026 .Z�2 ichael C. Van illigen Date City Manager $ 2,416.96 CONTRACTOR: Opening Specialists Inc. Company Name i By: _ Signature Printed Name P� .Si b l Title Q`-� �o Date Page 325 of 939 THIS ENDORSEMENT CHANGES YOUR POLICY. PLEASE READ IT CAREFULLY. ELITE ADDITIONAL INSURED WRAP This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART With respect to coverage provided by this endorsement, the provisions of the Coverage Part apply unless modified by this endorsement. SCHEDULE Additional Insured When Required by Written Agreement — Other Parl Information required to complete this Schedule, if not shown above will be Included A. Additional Insured When Required By Written Agreement — Ongoing Operations Declarations. 1. SECTION II - WHO IS AN INSURED is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in a written agreement prior to a loss, that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional insured under this provision ends when your operations under the written agreement are completed. 2. The insurance afforded to any additional insured is subject to the terms and conditions of this policy. Coverage for any additional insured will not be broader than that which is provided by this policy and afforded to any Named Insured. 3. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: a. This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to mender any professional architectural, engineering or surveying services. b. This insurance does not apply to "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury, or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CGE 1037 Includes copyrighted materials of Insurance Services Office, Inc., with its permission. Page 1 of 3 2402 ® 2024 SECURA Insurance Company Page 326 of 939 c. This insurance does not apply if the person or organization required to be added as an additional insured is specifically named as an additional insured under any other provision of, or endorsement added to this policy. B. Additional insured When Required By Written Agreement — Completed Operations 1. SECTION li - WHO IS AN INSURED is amended to include as an additional insured any person or organization for whom you have performed operations when you and such person or organization have agreed in a written agreement prior to a loss, that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" performed for that additional insured and included in the "products -completed operations hazard". A person or organization's status as an insured under this provision will end at the period of time required by the written agreement. if no time period is required by the written agreement, a person or organization's status as an additional insured under this provision will end at the expiration of any applicable statute of repose. 2. The insurance afforded to any additional insured is subject to the terms and conditions of this policy. Coverage for any additional insured will not be broader than that which is provided by this policy and afforded to any Named Insured. 3. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: a. This insurance does not apply to "bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. b. This insurance does not apply if the person or organization required to be added as an additional Insured is specifically named as an additional insured under any other provision of, or endorsement added to this policy. C. Additional Insured When Required by Written Agreement— Other Parties 1. If optional coverage Additional Insured When Required By Written Agreement — Other Parties is shown as included in the schedule of this endorsement, Paragraph A. and Paragraph B. of this endorsement are amended to add as additional insured any other person or organization you are required to add as an additional insured under the written agreement described in Paragraph A. and Paragraph B. of this endorsement. 2. Coverage for any additional insured described in Paragraph CA. of this endorsement will not be broader than that which is provided by this policy and afforded to any Named Insured and any additional insured described in paragraphs A. and B. of this endorsement 3. If optional coverage Additional Insured When Required By Written Agreement — Other Parties is shown as excluded in the schedule of this endorsement, this endorsement only applies to such person or organization described in Paragraph A. and Paragraph B. of this endorsement D. Primary And Noncontributory SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS; 4. Other Insurance; b. Excess Insurance is amended to add: This insurance is excess over any other insurance available to an additional insured whether primary, excess, contingent or on any other basis, unless you have agreed in a written agreement prior to the loss that specifically requires that this insurance be either primary or primary and noncontributory. Then this CGE 1037 Includes copyrighted materials of Insurance Services Office, Inc., with its permission_ Page 2 of 3 2402 m 2024 SECURA Insurance Company Page 327 of gag insurance is primary to and will not seek contribution from any other insurance available to the additional insured under your policy provided that: 1. The additional insured is a Named Insured under such other insurance; and 2. You have agreed in a written agreement prior to the loss that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. Other insurance means a policy of insurance providing coverage for any portion of liability alleged against an additional insured for a claim that this policy also covers. Other insurance includes any type of self- insurance or other mechanisms by which an insured arranges for funding of legal liabilities. E. Waiver Of Transfer Of Rights Of Recovery Against Others To Us SECTION 1V -- COMMERCIAL GENERAL LIABILITY CONDITIONS, 8. Transfer Of Rights Of Recovery Against Others To Us Condition is amended to add: We waive any right of recovery against any person or organization for all or part of any payment we have made under this Coverage Part, to whom the insured has waived its right of recovery in a written agreement. However, our rights may only be waived prior to the 'occurrence' for which we make payment under this Coverage Park The insured must do nothing after a loss to impair our rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. F. Amendments — Limits of Insurance With respect only to the coverage provided by this endorsement, SECTION III — LIMITS OF INSURANCE is amended to add: 1. Aggregate Limits Of Insurance — Per Project Under LIMITS OF INSURANCE shown on the Declarations, the General Aggregate Limit applies separately to each of your projects away from the premises owned by you or rented to you. This extension does not apply to the "products -completed operations hazard'. 2. Applicable Limits of Insurance The Limits of Insurance applicable to the additional insured are those specified in the written agreement or in the Declarations for this policy, whichever is less. These Limits of Insurance are inclusive and not in addition to the Limits of Insurance shown in the Declarations. if other insurance available to you and written by us is applicable to this additional insured, the maximum recovery under all coverage forms or policies combined may equal but not exceed the highest applicable limit under any one coverage form or policy providing coverage on either a primary or excess basis. G. Additional Conditions With respect only to the coverage provided by this endorsement, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add: Additional Insured Duty To Notify The additional insured described in A.1., 8.1., or C.1. of this endorsement must give written notice of loss, Including a demand for defense and indemnity, to any other insurer which covers the additional Insured for the loss we cover under this endorsement. Such notice must demand full coverage available and the additional insured shall not waive or limit such other available coverage after the loss occurs. This additional condition does not apply to the insurance available to the additional insured which covers that person or organization as a named insured. All other terms and conditions of this policy not in conflict with the terms and conditions of this endorsement shall continue to apply. CGE 1037 Includes copyrighted materials of Insuranoe Services Office, inc., with its permission. Page 3 of 3 2402 02024 SECURA Insurance Company Page 328 of 939 THIS ENDORSEMENT CHANGES YOUR POLICY. PLEASE READ IT CAREFULLY. IOWA GOVERNMENTAL IMMUNITIES ENDORSEMENT This Endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART COMMERCIAL LIABILITY UMBRELLA COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART GARAGE COVERAGE PART MOTOR CARRIER COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART With respect to coverage provided by this endorsement, the provisions of the Coverage Part apply unless modified by the endorsement. SCHEDULE Governmental Entity: City of Dubugge Governmental Entity Address: 50 W 13th Street, Dubuque, iA 52001 Project: (If no entry appears above, information required to complete this Endorsement will be shown in the Endorsement Schedule of the Declarations as applicable to this Endorsement.) The following Conditions are added with respects to the Governmental Entity and Project shown in the Schedule: Non -waiver of Government Immunity We expressly agree and state that the purchase of this policy and the including of the Governmental Entity shown in the Schedule as an Additional Insured do not waive any of the defenses of governmental immunity available to the Governmental Entity shown in the Schedule under Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Claims Coverage We further agree that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Assertion of Government Immunity The Governmental Entity shown in the Schedule shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request by us. Nothing contained in this endorsement shall prevent us from asserting the defense of governmental immunity on behalf of the Governmental Entity shown in the Schedule. Non -Denial of Coverage We shall not deny coverage under this policy and we shall not deny any of the rights and benefits accruing to the Governmental Entity shown in the Schedule under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the Governmental Entity shown in the Schedule. ILE 1401 Includes copyrighted materials of Insurance Services Office, Inc., with its permission. Page 1 of 2 1301 © 2013, SECURA Insurance Companies Page 329 of 939 No Other Change in Policy We and the Governmental Entity shown in the Schedule agree that the above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. All other terms and conditions of this policy not in conflict with the terms and conditions of this endorsement shall continue to apply. ILE 1401 Includes copyrighted materials of Insurance Services Office, Inc., with its permission. Page 2 of 2 1301 © 2013, SECURA Insurance Companies Page 330 of 939 THIS ENDORSEMENT CHANGES YOUR POLICY. PLEASE READ IT CAREFULLY. AUTO ADDITIONAL INSURED WRAP This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. AUTOMATIC ADDITIONAL INSURED —PRIMARY AND NONCONTRIBUTORY SECTION 11— COVERED AUTOS LIABILITY COVERAGE, subsection A. Coverage, paragraph 1. Who Is An Insured is amended to add: d. (1) Automafic Additional Insurer! — Primary And Noncontributory Any person or organization is an additional insured when you and such person or organization have agreed in wrifing prior to a loss that such person or organization be added as additional insured on your policy. Such person or organization is an additional insured only with respect to liability for 'bodily injury" or "property damage" resulting from the ownership, maintenance or use of a covered "auto", provided the "bodily injury" or "property damage" is caused, in whole or in part, by you or by those acting on your behalf. This insurance is primary and is not contributing with any other insurance carried by the additional insured. (2) Blanket Lessor Additional Insured Provisions If the additional Insured is a lessor of a "leased auto", (a) Coverage i. Any "leased auto" that is a covered "auto" will be considered a covered "auto" you own and not a covered "auto' you hire or borrow. For a covered "auto" that is a "leased auto" Who Is An Insured is changed to include as an "Insured" the lessor. ii. The coverages provided under this endorsement apply to any "leased auto" until the policy expiration date, or when the lessor or his or her agent takes possession of the "leased auto', whichever occurs first (b) Loss Payable Clause i. We M[[ pay, as interest may appear, you and the lessor for "loss" to a "leased auto". ii. The insurance covers the interest of the lessor unless the "loss" results from fraudulent acts or omissions on your part. iii. If we make any payment to the lessor, we will obtain his or her rights against any other party. (c) The lessor is not liable for payment of your premiums. (d) Additional Definition As used in this endorsement: "Leased auto" means an "auto" leased or rented to you including any substitute, replacement or extra "auto" needed to meet seasonal or Other needs, under a leasing or rental agreement that required you to provide direct primary insurance for the lessor. CAE 0131 Includes copyrighted material of Insurance Services Offices, Inc., with its permission. Page 1 of 2 1508 ® 2015, SECURA Insurance Company Page 331 of 939 B. WAIVER —TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV — BUSINESS AUTO CONDITIONS, subsection A. Loss Conditions, paragraph 5. Transfer Of Rights Of Recovery Against Others To Us is amended to add: We waive any right of recovery we may have against any person or organization when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be waived from recovery because of payments we make for injury or damage arising out of an "accident" and resulting from the ownership, maintenance or use of a covered "auto". However, our rights may only be waived prior to the"accident" for which we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. CAE 0131 Includes copyrighted material of Insurance Services Offices, Inc., with its permission. Page 2 of 2 1508 ® 2015, SECURA Insurance Company Page 332 of 939 POLICY NUMBER: 20-A-003244458-14 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: opening Specialists (Endorsement Effective Date: 10/09/2024 SCHEDULE Names) Of Person(s) Or Organization(s): I Information required to complete this Schedule if not shown above will be shown in the Declarations The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "lass" under a contract with that person or organization. CA 04 44 10 13 9lnsurance Services Office, Inc., 2011 Page 1 of 1 Page 333 of 939 POLICY NUMBER: 20-A-003244458-14 ILD 0.002 1204 SUPPLEMENTAL FORM DECLARATION FOR CA04441013 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) SCHEDULE Named Insured: Opening Specialists Endorsement Effective Date: 10/09/2024 Name(s) Of Person(s) Or Organization(s): CGB Enterprises Inc, 23510 Great River Rd, Clayton, IA 52049 Medline Industries, 7900 Chavenelle Rd, Dubuque, IA 52002 Medlin Industries, 7900 Chavenelle Rd, Dubuque, IA 52002 QSI Facilities, PO Box 589, Colwich, KS 67030 ILD 0002 1204 SECURA Insurance Company Page of Page 334 of 939 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 WAIIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT (Ed. 4-84) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Contract or Waiver State Entity Name Project Number Description of Work Premium IA Blanket Waiver of Any person or organization for $167 Subrogation whom the Named Insured has 430 Main St agreed by written contract to furnish this waiver. Holy Cross, IA 52053 Waiver Type BLANKET This endorsement changes the policy to which it is attached effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 10/09/2024 Policy 20-WC-003244459-14 Endorsement No. 000 No. Insured Opening Specialists Insurance Company SECURA Insurance Company WC 00 03 13 (Ed. 4434) O 1983 National Council on Compensation InsumnCe. Countersigned by Premium $ Page 335 of 939 THIS ENDORSEMENT CHANGES YOUR POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY CONDITIONS AMENDED FOR ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART With respect to coverage provided by this endorsement, the provisions of the Coverage Part apply unless modified by this endorsement. SCHEDULE Name of Persons) ar Organization(s): Information re wired to com fete this Schedule, if not shown above, will be shown ort the DeGarations. A. Additional insured With respect only to coverage provided by this endorsement, the person or organization shown in the schedule of this endorsement is an additional insured, but only if they qualify as an additional insured under SECTION 11—WHO IS AN INSURED; Paragraph 3. B. Additional Insured When Required by Written Agreement — Other Parties With respect only to coverage provided by this endorsement, any other person or organization you are required to add as an additional insured under a written agreement you execute prior to the loss with the person or organization shown in the Schedule above is an additional insured, but only if they qualify as an additicnal insured under SECTION II — WHO IS AN INSURED; Paragraph 3. C. Primary And Noncontributory With respect only to coverage provided by this endorsement, SECTION IV — CONDITIONS; 5. Other Insurance is amended to add: Pdmary and Noncontributory Insurance This insurance is excess over any other insurance available to the additional insured shown in the Schedule, and any other additional insured described in Paragraph B. of this endorsement, unless you have agreed in a written agreement prior to the loss that this insurance shall be either primary or primary and noncontributory. if the written agreement requires that this insurance be primary and noncontributory, we will not seek contribution from any other insurance available to the additional insured provided that: 1. The additional insured is a Named Insured under such other insurance; and 2. The 'underlying insurance" applies on a primary and non-contributory basis for the additional insured; and 3. The "underlying insurance" is exhausted; and 4. All other insurance applicable to the loss and providing coverage to the additional insured on a primary and non-contributory basis, except insurance available to the additional insured where they are a Named Insured, is exhausted. Other insurance means a policy of insurance providing coverage for any portion of liability alleged against the additional insured for a claim that this insurance also covers. Other insurance includes any type of self-insurance or other mechanisms by which an insured arranges for funding of legal liabilities. D. Limit of Liability CUE 2266 irtdudes copyrighted material of Insurance Services Office, inc. with its permission. Page 1 of 2 2402 0 2024 SECURA Insurance Company -Page 336 of 939 With respect only to coverage provided by this endorsement, SECTION III — LIMITS OF INSURANCE is amended to add: Applicable Limits of Insurance The Limits of Insurance applicable to the additional insured are those specified in the written agreement or in the Declarations for this policy, whichever is less, but only to the extent the required limits of insurance are in excess of the 'underlying insurance". These Limits of Insurance are inclusive of and not in addition to the Limits of Insurance shown in the Declarations. E. Additional Conditions With respect only to the coverage provided by this endorsement, SECTION IV — CONDITIONS is amended to add. - Additional Insured Duty to Notify The additional insured shown in the Schedule, and any other additional insured described in Paragraph B. of this endorsement, must give written notice of loss, including a demand for defense and indemnity, to any other insurer which covers the additional insured for the loss we cover under this endorsement. Such notice must demand the full coverage available and the additional insured shall not waive or limit such other available coverage after the loss occurs. This additional condition does not apply to the insurance available to the additional insured which covers that person or organization as a Named Insured. Nothing herein will be construed to make this policy subject to the terms, conditions and limitations of such other insurance. All other terms and conditions of this policy not in conflict with the terms and conditions of this endorsement shall continue to apply. CUE 2266 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 2 of 2 2402 ® 2024 SECURA Insurance Company Page 337 of 939 POLICY NUMBER: 20-CU-003244460-14 COMMERCIAL LIABILITY UMBRELLA CU 24 0312 20 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER, OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART SCHEDULE Name Of Person(s) Or Organization(s): Same As Shown In Any "Underlying Insurance" CA0444 Schedule. Information required to complete this Schedule, if not shown above will be shown in the Declarations. The following is added to Paragraph 9. Transfer Of Rights Of Recovery Against Others To Usof Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CU 24 0312 20 ® Insurance Services Office, Inc., 2020 Page 1 of 1 Page 338 of 939 COMMERCIAL LIABILITY UMBRELLA CU24801219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) - AUTOMATIC This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART The foilowing is added to Paragraph 9. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against any person or organization, because of any payment we make under this Coverage Part, to whom the insured has waived its right of recovery in a written contract or agreement Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person or organization prior to loss. CU 24 80 12 19 0Insurance Services Office, Inc., 2018 Page 1 of 1 Page 339 of 939 FIRST AMENDMENT TO LEASE AGREEMENT BY AND BETWEEN THE CITY OF DUBUQUE, IOWA AND NEZTROP, LLC This First Amendment, dated for reference purposes the 23rd day of February , 2026, is made and entered into by and between Neztrop, LLC ("Landlord") and the City of Dubuque, Iowa ("Tenant"). Whereas, Landlord and Tenant entered into a Lease Agreement dated September 1, 2025; and Whereas, the parties now desire to amend the Lease Agreement as stated herein. NOW, THEREFORE, IT IS AGREEMENT BY AND BETWEEN THE PARTIES AS FOLLOWS: Section 1. Section 1 of the Lease agreement is amended to read as follows: SECTION 1. PREMISES AND TERM. Landlord leases to Tenant the following real estate, situated in Dubuque County, Iowa: Lot 2 of Stone Brook Center Second Addition in the City of Dubuque, Dubuque County, Iowa for a term beginning on the 1st day of September 2025 until midnight on the 30t" day of April, 2026. Section 2. All other terms and conditions of the Lease Agreement shall remain in full force and effect. CITY OF DUBUQUE, IOWA By: ��_� _ Michae C. Van Milligen, Ci y Manager NEZTROP, LLC By: 1G: sa Y� Page 340 of 939 Dubuque THE CITY OF DUB E 11II1f 2007-2012.2013 2017*2019 Masterpiece on the Mississippi City of Dubuque Engineering Department 50 W 13th Street (address) Dubuque, IA 52001 Phone # 563.589.4270 CITY OF DUBUQUE, IOWA SHORT FORM VENDOR SERVICE AGREEMENT THIS VENDOR SERVICE AGREEMENT (the Contract), between the City of Dubuque, Iowa (City), by its City Manager, through authority conferred upon the City Manager by its City Council and ndor) at SELCO Traffic Control or Name 210 2nd St East Dubuque, IL 61025 (Vendor Address - City and State) PROJECT TITLE: 112026 Traffic Control (Project) For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: VENDOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for: traffic control for city projects The work described above shall be completed at the following location(s): various locations in the city of Dubuque The Project shall be completed in strict accordance with the terms as described in this Contract; in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque, just as much as if the detailed statements thereof were repeated herein. Page 1 of 19 Page 341 of 939 2. Contract Documents shall mean and include the following WHERE APPLICABLE: Documents listed in bold should be attached to this document upon submission. • Request for Proposal (or procurement documentation) • This Contract; • Ordinances and resolutions heretofore adopted by the City Council having to do with this Project; • The Vendor's Proposal; • Plans and Specifications; • General Requirements as adopted by the City Council for the Project; • Terms and Conditions (Exhibit A); and • INSURANCE — Please include one applicable Insurance Schedule: o Insurance Schedule F for General Artisan or Trade Contractors or Subcontractors (Exhibit B) o Insurance Schedule G for Vendors (Exhibit C) o Insurance Schedule J for Professional Services (Exhibit D) Check Appropriate Box ❑ Insurance Schedule F — General Artisan or Trade Contractors or Subcontractors El Insurance Schedule G — Vendors ❑ Insurance Schedule J — Professional Services • Other: 3. All materials used by the Vendor on this Project shall be of the quality required by the Contract Documents and shall be put in place in accordance with the Contract Documents. 4. The Vendor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Vendor. 5. The Vendor has read and understands the Contract Documents and has examined and understands the project description described in Section 1 of this Agreement and any attached Special Conditions herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 6. The Vendor shall fully complete the Project under this Contract on or before June 30, 2026 (date) 7. Indemnification; Liability for City Damage A. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the 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 (other than the Project itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or Page 2 of 19 Page 342 of 939 anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. B. The Contractor shall also be liable to the City for any damage to City property arising out of or related to the Contractor's negligent performance of the Contract. 8. Prior to the commencement of any work on this Project and at all times during the performance of this Contract, the Vendor shall provide evidence of insurance which meets the requirements of the City's Insurance Schedule as indicated above and attached hereto. 9. The Vendor agrees that no work under this Contract shall commence until the City has authorized said work in writing. Any work started by the Vendor prior the City authorization shall be considered unauthorized and done at the sole risk to the Vendor. 10. Vendor will comply with all federal, state, and local laws and regulations in the performance of this Contract. 11. The City may terminate this Contract with or without cause upon fourteen (14) days' written notice delivered to the Vendor. 12. This Contract shall be governed by the laws of the State of Iowa and exclusive jurisdiction and venue for any action arising out of or related to this Contract shall be the Iowa District Court for Dubuque County. THE CITY AGREES: The City agrees to pay the Vendor for the work actually performed under this Contract, up to the amount stated below, less any agreed damages provided for in the Contract Documents. CONTRACT AMOUNT $ 20,000.00 CITY OF DUBUQUE, IOWA By: zla� k�L02/23/2026 Date VENDOR: SELCO, Inc. Company Name By: 02/23/2026 Signature Date Mark Wolff Printed Name President Title Page 3 of 19 Page 343 of 939 EXHIBIT A TERMS AND CONDITIONS The following Terms and Conditions apply to City of Dubuque Transactions: 1. The City of Dubuque is exempt from federal excise tax and Iowa sales tax. 2. The City of Dubuque will not be responsible for payment for any goods delivered without a purchase order. 3. The vendor will send a separate invoice for each purchase order number. All invoices, packages, shipping notices, or the like affecting the order shall contain the applicable purchase order number. The vendor is to submit original invoice to the address shown in the SHIP TO section on the front of this order. 4. No freight or packing charges will be allowed by the City of Dubuque unless specifically authorized. 5. It is understood by the vendor that the cash discount period to the City of Dubuque will date from the receipt of the invoice or from the date of the receipt of the goods, whichever is later. 6. The risk of loss of and damage to the goods which are the subject of this order, regardless of the F.O.B. point, is and will remain with the vendor until the goods are delivered to the destination set out in the order and accepted by the City of Dubuque or the authorized City of Dubuque representative. 7. In the event of the vendor's failure to deliver as and when specified, or to perform as and when specified, the City of Dubuque reserves the right to cancel this order, or any part thereof, without prejudice to its other rights, and the vendor agrees that the City of Dubuque may return part or all of any shipment so made and may charge the vendor with any loss expense sustained as a result of such failure to deliver or to perform. 8. In the event any article, service, or process sold, delivered and/or performed hereunder is covered by any patent, copyright, or application for either, the vendor will indemnify and save harmless the City of Dubuque from any and all loss, cost, or expenses on account of any and all claims, suits, or judgments on account of the use or sale of such article or the use of such service or process in violation of such patent, copyright or application for either. 9. In the event any article, service, or process sold and delivered or sold and performed hereunder is defective in any respect whatsoever, the vendor will indemnify and save harmless the City of Dubuque from all loss or the payment of all sums of money by reason of all accidents, injuries or damages to person or property that may happen or occur in connection with the use or sale of such article, or process and are contributed to by said defective condition. 10. The vendor agrees not to release any advertising copy mentioning the City of Dubuque or quoting the opinion of any City of Dubuque employee without the prior written authorization from the City of Dubuque. 11. The vendor represents and warrants that no federal or state statute or regulation, or local municipal ordinance has been or will be violated in the manufacturing, sale and delivery Page 4 of 19 Page 344 of 939 hereunder. If such violation has or does occur, the vendor will indemnify and save harmless the City of Dubuque from all loss, penalties, or payment of all sums of money on account of such violation. 12. The City of Dubuque may at any time insist upon strict compliance with these terms and conditions notwithstanding any previous custom, practice, or course of dealing to the contrary. 13. The terms and conditions of sale as stated in this order govern in the event of conflict with any terms of the vendor's proposal, and are not subject to change by reason of any written or verbal statements by the vendor or by any terms stated in the vendor's acknowledgement unless same be accepted in writing by the City of Dubuque. 14. Current Safety Data Sheets (SDS), when applicable to the order, must be provided by the vendor in accordance with all regulations. Page 5 of 19 Page 345 of 939 EXHIBIT C INSURANCE SCHEDULE G 1. Vendor shall furnish a signed certificate of insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I prior to the contract commencement. Each certificate shall be prepared on the most current ACORD form approved by the Iowa Insurance Division or an equivalent. Each certificate shall include a statement under Description of Operations as to why the certificate was issued. Vendor Service Agreement dated February 23, 2026 2. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa and all insurers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each certificate shall be furnished to the Finance Department of the City of Dubuque. 4. The service provider shall be required to carry the minimum coverage/limits, or greater if required by law or other legal agreement, in Exhibit I. Failure to provide the required minimum coverage shall not be deemed a waiver of such requirements by the City of Dubuque. 5. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 6. All required endorsements shall be attached to the certificate. The certificate is due before the contract/agreement can be approved. 7. Whenever a specific ISO form is referenced the current edition of the form must be used unless an equivalent form is approved by the Director of Finance and Budget. The service provider must identify or list in writing all deviations and exclusions from the ISO form. If vendor's limits of liability are higher than the required minimum limits then the vendor's limits shall be this agreement's required limits. Vendor shall require all subcontractors and sub -subcontractors to obtain and maintain during the performance of work insurance for the coverages described in this Insurance Schedule and shall obtain certificates of insurance from all such subcontractors and sub -subcontractors. Vendor agrees that it shall be liable for the failure of a subcontractor and sub -subcontractor to obtain and maintain such coverage. The City may request a copy of such certificates from the Vendor. 10. Vendor shall be responsible for deductibles/self-insured retention for payment of all policy premiums and other costs associated with the insurance policies required below. 11. All certificates of insurance must include agents name, phone number, and email address. 12. The City of Dubuque reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by this Schedule at any time. 13. The City of Dubuque reserves the right to modify these requirements, including limits, based on changes in the risk or other special circumstances during the term of the agreement, subject to written mutual agreement attached hereto. Page 12 of 19 Page 346 of 939 INSURANCE SCHEDULE G (continued) EXHIBIT I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products -Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $50,000 Medical Payments $5,000 1) Coverage shall be written on an occurrence, not claims made, form. The general liability coverage shall be written in accord with ISO form CG 00 01 or business owners form BP 00 02. All deviations from the standard ISO commercial general liability form CG 00 01, or Business owners form BP 00 02, shall be clearly identified. 2) Include ISO endorsement form CG 25 04 "Designated Location(s) General Aggregate Limit." 3) Include endorsement indicating that coverage is primary and non-contributory. 4) Include Preservation of Governmental Immunities Endorsement (Sample attached). 5) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10 (Ongoing operations) or its equivalent. 6) Policy shall include Waiver of Right to Recover from Others endorsement. 7) Policy shall include cancellation and material change endorsement providing thirty (30) days advance written notice of cancellation, non -renewal, reduction in insurance coverage and/or limits and ten (10) days written notice of non-payment of premium shall be sent to: City of Dubuque Finance Department, 50 West 13th Street Dubuque, Iowa 52001. B) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory Benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85. Coverage A Statutory —State of Iowa Coverage B Employers Liability Each Accident $100,000 Each Employee -Disease $100,000 Policy Limit -Disease $500,000 Policy shall include Waiver of Right to Recover from Others endorsement Coverage B limits shall be greater if required by the umbrella/excess insurer OR If, by Iowa Code Section 85.1A, the Vendor is not required to purchase Workers' Compensation Insurance, the Vendor shall have a copy of the State's Nonelection of Workers' Compensation or Employers' Liability Coverage form on file with the Iowa Workers' Compensation Insurance Commissioner, as required by Iowa Code Section 87.22. Completed form must be attached. Page 13 of 19 Page 347 of 939 INSURANCE SCHEDULE G (continued) C) POLLUTION LIABILITY Coverage required: _ Yes x No Pollution liability coverage shall be required if the lessee, contracting party, or permittee has any pollution exposure for abatement of hazardous or contaminated materials including, but not limited to, petroleum products, the removal of lead, asbestos, or PCBs. Pollution product and completed operations coverage shall also be covered. Each Occurrence $2,000,000 Policy Aggregate $4,000,000 1) Policy to include job site and transportation coverage. 2) Include additional insured for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10. (Ongoing operations) or its equivalent and CG 20 37(competed operations). 3) Include Preservation of Governmental Immunities Endorsement. 4) Provide evidence of coverage for 5 years after completion of project. 5) Include endorsement indicating that coverage is primary and non-contributory. 6) Policy shall include waiver of right to recovery from others endorsement. D) PROFESSIONAL LIABILITY $1,000,000 Coverage required: _ Yes x No If the required policy provides claims -made coverage 1) The Retroactive Date must be shown and must be before the date of the agreement. 2) Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the work or services. 3) If coverage is canceled or non -renewed and not replaced with another claims -made policy form with a Retroactive Date prior to the date of the agreement, the contractor must provide "extended reporting" coverage for a minimum of five (5) years after completion of the work or services. E) CYBER LIABILITY/BREACH $1,000,000 Coverage required: _ Yes x No Coverage for First and Third Party breach liability including but not limited to lost data and restoration, loss of income and cyber breach of information. F) UMBRELLA/EXCESS $1,000,000 Coverage required: _ Yes _ No The General Liability, Automobile Liability and Employer's Liability Insurance requirements may be satisfied with a combination of primary and Umbrella or Excess Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of the primary policies, it shall include the same endorsements as required of the primary policies including but not limited to Waiver of Subrogation and Primary and Non-contributory in favor of the City. Page 14 of 19 Page 348 of 939 Iowa Code Chapter 670, Liability of Governmental Subdivisions, provides cities with certain immunities which may be available to you. Naming the City of Dubuque as an additional insured on your insurance as is requested by this Insurance Schedule may result in your waiver of those immunities. If you would like to preserve those immunities, please use this endorsement or an equivalent form. The preservation of immunities is for your benefit. PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. 2. Claims Coverage. The insurer further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurer. 4. Non -Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN (DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES) Page 15 of 19 Page 349 of 939 Page 350 of 939 P CivicPlus 302 South 4th St. Suite 500 Manhattan, KS 66502 us Client: City of Dubuque, IA Statement of Work Quote #: Q-115649-1 Date: 2/24/2026 4:45 PM Expires On: 3/24/2026 Bill To: DUBUQUE COUNTY, IOWA SALESPERSON Phone I EMAIL I DELIVERY METHOD PAYMENT METHOD Maggie Henton I maggie.henton@civicplus.com I Net 30 Discount(s) QTY PRODUCT NAME DESCRIPTION 12 Month Value 1.00 PDF Accessibility Year 1 Annual Year 1 Annual Fee Discount USD-6,903.96 Fee Discount Recurring Service(s) QTY PRODUCT NAME DESCRIPTION 12 Month Value 1.00 DocAccess DocAccess is a document accessibility platform that USD 13,297.86 scans, converts, and monitors PDF documents on websites to support ADA and Section 508 compliance efforts for users with disabilities. Total Investment - Prorated Year 1 USD 0.00 Annual Recurring Services (Subject to Uplift) USD 13,297.86 Page 1 of 3 Page 351 of 939 Total Days of Quote:188 Initial Term Beginning at signing and ending 8/29/2026, Renewal Term 8/30 each calendar year Initial Term Invoice Schedule 100% invoiced at signing, to be prorated based on signature date. The Annual Recurring Services subscription fee for the Products (as described above) included in this SOW are prorated and co -termed to align with the Client's current billing schedule and the Annual Recurring Services amount will subsequently be added to Client's Term and regularly scheduled annual invoices under the terms of the Agreement. This Statement of Work ("SOW") shall be subject to the terms and conditions of Master Services Agreement signed by and between the Parties and the applicable Solutions and Services Terms and Conditions located at: https:// www.civicplus.help/docs/civicplus-legal-stuff (collective, the "Agreement"). By signing this SOW, Client expressly agrees to the terms and conditions of the Agreement, as though set forth herein. Please note that this document is a SOW and not an invoice. Upon signing and submitting this SOW, Client will receive the applicable invoice according to the terms of the invoicing schedule outlined herein. Client may issue purchase orders for its internal, administrative use only, and not to impose any contractual terms. Any terms contained in any such purchase orders issued by the Client are considered null and will not alter the Binding Terms, the Agreement or this SOW. Page 2 of 3 Page 352 of 939 Acceptance of Quote # Q-115649-1 The undersigned acknowledges having read, understood, and agreed to be bound by the binding terms and conditions incorporated into this SOW. This SOW shall become effective as of the date of the last signature below ("Effective Date"). For CivicPlus Billing Information, please visit https://www.civicplus.com/verif // Authorized Client Signature By (please sign): /� k�l Printed Name: Michael Van Milligen Title: City Manager Date: 25/02/2026 Organization Legal Name: City of Dubuque Billing Contact: Randy Gehl Title: Public Information Officer Billing Phone Number: 5635894151 Billing Email: rgehl@cityofdubuque.org Billing Address: 50 W 13th Street, Dubuque, IA 520( Mailing Address: (If different from above) CivicPlus By (please sign): Printed Name: Amy Vikander Title: Senior VP of Customer Success Date: 02-24-2026 PO Number: (Info needed on Invoice (PO or Job#) if required) Page 3 of 3 Page 353 of 939 City Short Form Vendor Service Agreement -WELU PAINTI... Dubuque THE CrTY OF *OWN" DUB E 111j1.; 2G11T2012.2013 2017*2019 iWasterpiece on the MlSS1SSlF)pi file: ///C. /Users/J"aywe/Downloads/City%2OS hort%2OForm°/`2... City of Dubuque PARKS A RECREAnON Department 2200 BUNKER HILL RD (address) Dubuque, IA 52001 Phone # 563-589-4317 CITY OF DUBUQUE, IOWA SHORTFORM VENDOR SERVICE AGREEMENT THIS VENDOR SERVICE AGREEMENT (the Contract), between the City of Dubuque, Iowa (City), by its City Manager, through authority conferred upon the City Manager by its City Council and (Vendor) at WELU PAINTING (Vendor Name) 145 WISCONSIN AVE, EAST DUBUQUE, IL 61025 (Vendor Address - City and State) PROJECT TITLE: PAINTING AND REPAIRS (Project) For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: VENDOR AGREES: _1. To furnish all material and equipment and to perform all labor necessary for: PAINTING AND REPAIRS The work described above shall be completed at the following location(s): 5 FLAGS CIVIC CENTER The Project shall be completed in strict accordance with the terms as described in this Contract; in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque, just as much as if the detailed statements thereof were repeated herein. Page 1 of 19 1 of 19 2/20/2026, 4:35 PM Page 354 of 939 City Short Form Vendor Service Agreement -VvTLU PAINX'I... tile:///C:fUsers/jayweJDowuloads/City%24Short%20Form%2... 2. Contract Documents shall mean and include the following WHERE APPLICABLE: Documents listed in bold should be attached to this document upon submission. • Request for Proposal (or procurement documentation) • This Contract; • Ordinances and resolutions heretofore adopted by the City Council having to do with this Project; • The Vendor's Proposal; • Plans and Specifications; • General Requirements as adopted by the City Council for the Project; • Terms and Conditions (Exhibit A); and • INSURANCE — Please include one applicable Insurance Schedule: o Insurance Schedule F for General Artisan or Trade Contractors or Subcontractors (Exhibit B) o Insurance Schedule G for Vendors (Exhibit C) o Insurance Schedule J for Professional Services (Exhibit D) Check Appropriate Box El Insurance Schedule F — General Artisan or Trade Contractors or Subcontractors ❑ Insurance Schedule G -- Vendors ❑ Insurance Schedule J — Professional Services • Other. 3. All materials used by the Vendor on this Project shall be of the quality required by the Contract Documents and shall be put in place in accordance with the Contract Documents. 4. The Vendor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Vendor. 5. The Vendor has read and understands the Contract Documents and has examined and understands the project description described in Section 1 of this Agreement and any attached Special Conditions herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 6. The Vendor shall fully complete the Project under this Contract on or before sra 6 (date) 7. Indemnification; Liability for City Damage A. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the 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 (other than the Project itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or Page 2 of 19 2ofI9 2120/2026, 4:35 PM Page 355 of 939 City Short Form Vendor Service Agreement -WELU PAINTL.. 3of19 file)//C:/CTsers/jaywe/Downloads/City %20Shoe/a20Firm%2... I� anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. B. The Contractor shall also be liable to the City for any damage to City property arising out of or related to the Contractor's negligent performance of the Contract. S. Prior to the commencement of any work on this Project and at all times during the performance of this Contract, the Vendor shall provide evidence of insurance which meets the requirements of the City's Insurance Schedule as indicated above and attached hereto. 9. The Vendor agrees that no work under this Contract shall commence until the City has authorized said work in writing. Any work started by the Vendor prior the City authorization shall be considered unauthorized and done at the sole risk to the Vendor. 10. Vendor will comply with all federal, state, and local laws and regulations in the performance of this Contract. 11. The City may terminate this Contract with or without cause upon fourteen (14) days' written notice delivered to the Vendor. 12. This Contract shall be governed by the laws of the State of Iowa and exclusive jurisdiction and venue for any action arising out of or related to this Contract shall be the Iowa District Court for Dubuque County. THE CITY AGREES: The City agrees to pay the Vendor for the work actually performed under this Contract, up to the amount stated below, less any agreed damages provided for in the Contract Documents. CONTRACT AMOUNT $ 13,797.05 CITY OF DUBU)Q�UE, IOWA VENDO�R:- \ By: !� 02/24/2026 Wy �kjj : n� co Date CompI Name By: V Q Z"-L4 Sig ure Date Printed Name owo,2f-- Title i Page 3 of 19 2/2012026, 4:I 5 PM Pag� ?56 of 09 acoR" CERTIFICATE OF LIABILITY_ INSURANCE 2j23i o2s THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, -AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL. INSURED provisions or be endorsed. 11 SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement($). WrOAQi PRODUCER - NAME: Ron McDonald 1 BRADLEY BECK MCDONALD INS Duo 563-583_-_O63.8 _ Arc No 563-556'-8817 Iffi,198 LOCUST ST L-WUL.s: i Dubuque, IA 52001U reMS) AFFORDING COVERACE I itue: INSURER A: Pekin InsuraIIce I INSURED Welu, Richard DBA INSURERB: Welu Painting INSURERC: 461 Livingston INSURER i East Dubuque, 21 61025 INSURER E 563-599-5040 Dick INSURERF: rntrcanncc CFRTIFICGTG IVI n,ARFR• REVISION NUMBER' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BYPAID CLAIMS. INSR LTRTYPE OF INSURANCE TNRG w n _ POLICY NUMBER MMJD LIMITS I X ColtmERLfAL Gva5ML LIA131M - EACH OCCURRENCE s 1 000 000 CLAIMS -MADE [il OCCUR PREMISES Ea occurrence s 100 0 0 0 Mml7P(Any one D%wn) $ , 5,000 006373348 11/01/25 11/01/26 PERSONAL&AOVINJURY $ 1, 000,000 A X Y GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s 2, 000, 000 PRODUCTS- CC) MPIOPAGG s 2, 0,00, 000 POLICY i JPRO- ECT LOC $ I OTHER: - AUTOMOBILE LIABILITY Fs accident) g BODILYINJURY (Per person) S 1,000,000OWNED ANYAUTO BODILY INJURY(Peraccident)3_1, -_ 000, 000- AHIRED SCHEDULED JAUTOSONLY X Y 005956567 05/21/25 05/21/26 IPeractident s 1, 0.00, 000 NON -OWNED AUTOSONLY LAUTOS ONLY $ I _ X UMBRELLA LIAR X OCCUR EACH OCCURRENCE S 5, O,OO, 000 AGGREGATE $ 1 1 - — A EXCESS LIAR CLAIMS -MADE X Y 005882815 11/01/25 11/01/26 DED X RETENTION$ 10 , 000 Is woRxFTts COMPENSATIONAND STATUTE ` X ER I EMPLOYERS' LIADILITY ANY E YD PROPRI T NIA Y ENT L EACH S 5;001000 EL DISEASE - EA EMPLOYEE $ 5,00, 000 A O uON EXCLUDED? (IJ_'Wwy lr lN) 005580092 11/01/25 11/01/26 EL DISEASE - POLICY LIMIT $ 500,.000 tt yes, be und DESCRIPTION OFeOPERATIONS below Dubuque Five Flags Project I DESCRIPTION OF OPERATIONS / LOCATIONS/ VEFflCLES (ACORD 101. Additional Remarks Schedule, maybe auschad H more space is required) The City Of Dubuque as certificate holder, all it's board members employees and officers, are listed as an Additional Insured on the General Liability to include both Ongoing (CO2010 07/04)and Completed Operations I (CG2037 07/04). On a Primary S Non -Contributory basis. 'Designated Projects, (CG 2503 07 04)is included. I Additional insured on the Automobile Liability, plus a Waiver Of Subrogation on the General Liability Commercial Auto and Workers Compensation is Included. Commercial Umbrella follows form on CG 2010 07/04 & CG 2037 07/04. I I;rKI It-IL:AIt-HULUtK 4ry1V1 CLLM17lJIV City Of Dubuque SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Y qu THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN 2400 Bunker Hill Rd. ACCORDANCE WITH THE POLICY PROVISIONS. Dubuque, IA. 52001 -- - AUTHOR¢E_D REPRESENTATIVE /-� ©1988-2015 ACORD CMPQRATION. All rights reserved. ACORD25(2016/03) The ACORD name and logo are registered marks of AG7KD I Page 357 of 939 THE CITY OF DUB E Masterpiece on the Mississippi TO: Mike Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer DATE: February 24, 2026 Dubuque All -America ClW 2007-2012.2013 2017*2019 RE: Grandview Street Lights Phase 3 Dunning Street to Southern Avenue Attached is the short form Public Improvement Contract between the City of Dubuque and Biechler Electric, Inc. of Dubuque, IA for the Grandview Street Lights Phase 3 Dunning Street to Southern Avenue. The project received three competitive bids for the project and are as follows: Biechler Electric Inc. $24,444.00 AG Electric $29,563.00 Murphy Construction $37,500.00 It would be appreciated if you would execute the attached document related to this project. Please return it to the Engineering office for further processing. Attach. cc: Kerry Bradley, Eng. Dept. Page 358 of 939 Dubuque THE CITY OF DUB E AFA�erlo pry 1I11I.' Masterpiece on the Mississippi 2007.2012.2013 2017*2o19 City of Dubuque Engineering Department 50 W 13th Street (address) Dubuque, IA 52001 Phone # 563-589-4270 CITY OF DUBUQUE, IOWA SHORT FORM PUBLIC IMPROVEMENT CONTRACT PROJECTS ESTIMATED AT LESS THAN $100,000.00 Check Appropriate Box 0 Estimate under $25,000.00 ❑ Estimate between $25,000.00 and $99,999.99 THIS PUBLIC IMPROVEMENT CONTRACT (the Contract), between the City of Dubuque, Iowa (City), by its City Manager, through authority conferred upon the City Manager by its City Council and Biechler Electric Inc. (Contractor) at (Contractor Name) 7762 Wildnest Lane, Dubuque IA 52003 (Contractor's Address - City and State) PROJECT TITLE: GRANDVIEW STREETLIGHTS - PHASE 3 DUNNING ST TO SOUTHERN AVE (Project) 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: See attached documentation for this section. The work described above shall be completed at the following location(s): Along Grandview between Dunning Street and Southern Avenue The Project shall be constructed to the meet the requirements as described in this Contract; in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque, just as much as if the detailed statements thereof were repeated herein. 2. Contract Documents shall mean and include the following where applicable: Page 359 of 939 Documents listed in bold should be attached to this document upon submission. • Request for Bid or procurement documentation; • This Contract; • All ordinances and resolutions heretofore adopted by the City Council having to do with the Project; • The Contractor's Bid or procurement documentation; • Consent Decree Certification Form, if applicable (Exhibit A); • Bond Form, if applicable (Exhibit B); • Plans and Specifications; • SUDAS Standard Specifications (Current Edition) including but not limited to Division 1: General Provisions and Covenants and the City of Dubuque Supplemental Specifications — Division 1 (Current Edition); • General Requirements as adopted by the City Council for the Project; • Insurance Schedule F (Exhibit C); and • Other Is the project over $25,000.00? ❑ Yes El No If yes, Bond Form is required, see Exhibit B. 3. All materials used by the Contractor in the Project shall be the best of their several kinds and shall be put in place to the satisfaction of the City Manager. 4. The Contractor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Contractor. 5. Three (3%) of the Contract price may be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Manager to pay any claim that may be filed within said time 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 time, as provided in Iowa Code Chapter 573. The City shall 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 shall 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 and the project description described in Section 1 and the Contract Documents outlined in Section 2 and agrees not to plead misunderstanding or deception. 7. The Contractor shall guarantee for a period of two years and make good any other defect in any part of the Project due to improper construction or material performance notwithstanding the fact that said Project may have been accepted and fully paid for by the City. The guarantee shall commence on the date that the City pays full compensation for the complete performance of this contract. Page 360 of 939 8. The Contractor shall fully complete the Project under this Contract on or before May 30th 2026 (DATE) 9. Indemnification from Third Party Claims; Liability for City Damage. A. To the fullest extent permitted by law, Contractor shall defend, indemnify and hold harmless City, its officers and employees, from and against all claims, damages, losses and expenses claimed by third parties, but not including any claims, damages, losses or expenses of the parties to this Contract, including but not limited to attorneys' fees, arising out of or resulting from performance of this Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property, including loss of use resulting therefrom, 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. B. The Contractor shall also be liable to the City for any damage to City property arising out of or related to the Contractor's negligent performance of the Contract. 10. Prior to the commencement of any work on the Project and at all times during the performance of this Contract, the Contractor shall provide evidence of insurance which meets the requirements of the City's Insurance Schedule F attached to this Contract as Exhibit C. 11. Permits and Licenses. Contractor further represents and warrants that Contractor will obtain all necessary business permits and licenses that may be required to carry out the obligations pursuant to this Contract, including any permits and licenses that might be required by the state or locality in which Contractor performs the Services, and Contractor agrees to maintain, at Contractor's sole expense, such required permits and licenses for the duration of the term(s) of this Contract. 12. Legal Compliance. Contractor is responsible for compliance with all applicable laws, statutes, rules, regulations, and ordinances which may apply to the performance of Contractor's obligations under this Contract, including but not limited to the laws outlined in Exhibit , and hereby represents and warrants that Contractor is in compliance with the same as of the Closing/Effective Date and further represents that during the Term Contractor will remain in compliance. Contractor shall require all contractors and subcontractors providing services under this Contract shall also certify compliance with this Section. When Applicable: Contractor further represents and warrants that Contractor has obtained all necessary business permits and licenses that may be required to carry out the obligations pursuant to this Contract, including any permits and licenses that might be required by the state or locality in which Contractor performs the Services, and Contractor agrees to maintain, at Contractor's sole expense, such required permits and licenses for the durations of the term(s) of this Contract. 13. The City may terminate this Contract with or without cause upon fourteen (14) days' written notice delivered to the Contractor. Page 361 of 939 14. This Contract shall be governed by the laws of the State of Iowa and exclusive jurisdiction and venue for any action arising out of or related to this Contract shall be the Iowa District Court for Dubuque County 15. The City is exempt from federal excise tax and Iowa sales tax. 16. In the event any article, service, or process sold, delivered and/or performed hereunder is covered by any patent, copyright, or application for either, the Contractor will indemnify and save harmless the City from any and all loss, cost, or expenses on account of any and all claims, suits, or judgments on account of the use or sale of such article or the use of such service or process in violation of any patent, copyright, or application. 17. The Contractor agrees not to release any advertising copy mentioning the City or quoting the opinion of any City employee without prior written authorization from the City of Dubuque. 18. Current Safety Data Sheets (SDS), when applicable to the order, will be provided by the Contractor in accordance with all regulations. 19. The terms and conditions of sale as stated in this order govern in the event of conflict with any terms of the Contractor's proposal, and are not subject to change by reason of any written or verbal statements by the Contractor or by and terms stated in the Contractor's acknowledgment unless same be accepted in writing by the City. 20. The City of Dubuque, State of Iowa and Department of Justice have entered into a Consent Decree requiring the City to complete certain capital improvements pursuant to an established schedule and to comply with certain capital improvements pursuant to an established schedule and to comply with certain reporting and recordkeeping requirements. One of the terms of the Consent Order is for the City to advise contractors whose duties might reasonably include compliance with any provision of the Consent Decree with a copy of the Consent Decree. The City expects its contractors to comply with the Consent Decree and to assist the City in complying with the Consent Decree. As a requirement of this Contract, the Contractor shall execute and return to City Exhibit the Certification Form attached this this Contract as Exhibit A. ❑ 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. �✓ 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. Page 362 of 939 THE CITY AGREES: The City agrees to pay the Vendor for the work actually performed under this Contract, up to the amount stated below, less any agreed damages provided for in the Contract Documents. CONTRACT AMOUNT: $ 24,444.00 CITY OF DUBUQUE, IOWA By: ichael C. Van Milligen City Manager CONTRACTOR: 02/24/2026 Biechler Electric Date Company Name By: Signat Jack Kramer Printed Name Project Manager Title 2/24/2026 Date Page 363 of 939 SECTION 4.0 — SCOPE OF WORK, SPECIFICATIONS 4.1.1 Background - Provide all labor, materials, equipment, supervision, and other services and permits required to complete the Work in accordance with the specifications for "Grandview Street Lighting — Phase 3" as prepared by the City of Dubuque. 4.1.2 The contractor shall supply all the traffic control to install 32 new streetlights along Grandview South of Hwy 20 from Dunning Street to Southern Ave. 4.1.3 The City is providing the Street Light Poles and the contractor can pick them up at 95 Water Street. The light fixtures are also being supplied by the City and can be picked up at 925 Kerper Court. The poles and fixtures are on order and should be here in late March or early April. 4.1.4 The City will have a Millbank installed at the following locations Grandview & Bryant (By Fire House), Grandview and Plymouth Court and Grandview and Indian Ridge. All the handholes, conduit and underground are already in place. 4.1.5 The contractor will need to supply all the wire and materials to complete the installation following the SUDAS and City Specifications for the installation of the streetlights. This includes 2 inline fuse holders w/fuses at each light pole. Each light pole shall be grounded to the nearest handhole. The Handholes by each light have a ground rod already installed for the contractors use. All wire should be pulled in one conduit so that the 2nd conduit can be used for future use. 4.1.6 The following information defines the circuits and # of street lights in each circuit. Cabinet at Fire House Streetlights 1-10 1st circuit Streetlights 11-15 2nd circuit Cabinet at Grandview and Plymouth Court Streetlights 16-19 1st circuit Streetlights 20-23 2nd circuit Cabinet at Grandview and Indian Ridge Streelights 24-29 1st circuit Streelights 30-31 2nd circuit 4.1.7 The contractor will need to work with Alliant Energy to turn on the Millbank at each location. The underground is already in place for the BBS at Grandview and Bryant. The contractor will need to work with Alliant who will bore in the conduit from the cabinet to their pole for the power feed from the other two locations. The contractor is responsible for pulling the permits and labeling the cabinet. The City can be billed for any work that Alliant has done for this project. 4.1.8 The City will remove the old poles that are in place along the islands once the project is completed or once a section is completed. Page 9 of 28 Page 364 of 939 4.1.9 Work shall be completed by May 30t", 2026. 4.1.10 Protection of Persons and Property - The Contractor shall perform all work in a safe and orderly manner and shall protect all existing areas and City trees designated to remain from damage, repairing and or replacing any damage caused by the contractor at no cost to the City. Through the erection of warning signage, and/ or other approved and mandated means required, the Contractor shall protect from injury all persons and or vehicles passing and/ or moving by the site. If necessary, based on the all applicable law, statute, and regulation, shall provide security fence and enclosures as required by job conditions to insure protection of persons, materials, and Work on the site. The Contractor shall safely protect the property of the City and all adjacent property from loss or damage as a result of the Work and shall repair or replace any damage, injury, or loss resulting from this Contract at no additional cost to the City. 4.1.11 Traffic - The Contractor must carry on the work in such a manner to allow full, uninterrupted traffic flow on the streets of the Work site at all times. End of Section 4.0 Page 10 of 28 Page 365 of 939 Class A: Class R- Class C: EXHIBIT C INSURANCE SCHEDULE F Asbestos Removal Fiber Optics Sanitary Sewers Asphalt Paving Fire Protection Sheet Metal Concrete Fireproofing Site Utilities Construction Managers General Contractors Shoring Cranes HVAC Special construction Culverts Mechanical Steel Decking Paving & Surfacing Storm sewers Demolition Piles & Caissons Structural Steel Deconstruction Plumbing Trails Earthwork Retaining Walls Tunneling Electrical Reinforcement Water main Elevators Roofing Chemical Spraying Masonry Rough Carpentry Doors, Window & Vehicular Snow Stump Grinding Glazing Removal Tank Coating Drywall Systems Painting & Wall Tree Removal Fertilizer Application Covering Tree Trimming Geotech Boring Pest Control Tuckpointing Insulation Scaffolding Waterproofing Finish Carpentry Sidewalks Well Drilling Landscaping Plastering Carpet Cleaning Carpet & Resilient Flooring Caulking & Sealants Acoustical Ceiling Filter Cleaning General Cleaning Grass Cutting Janitorial Non Vehicular Snow & Ice Removal Office Furnishings Power Washing Tile & Terrazzo Flooring Window Washing Page 366 of 939 INSURANCE SCHEDULE F (continued) Contractor shall furnish a signed certificate of insurance to the department responsible for the contract for the coverage required in Exhibit I prior to commencing work and at the end of the project if the term of work is longer than 60 days. Contractors presenting annual certificates shall present a certificate at the end of each project with the final billing. Each certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent approved by the Director of Finance and Budget or Designee. The certificate must clearly indicate the project number, project name, or project description for which it is being provided Eg: Project # Project name: Grandview Street Lights Phase III or Project Location at or construction of 2. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa and all insurers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each Certificate required shall be furnished to the Engineering Department of the City of Dubuque. 4. Failure to provide the coverages described in this Insurance Schedule shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this contract. 5. Contractor shall require all subcontractors and sub -subcontractors to obtain and maintain during the performance of work insurance for the coverages described in this Insurance Schedule and shall obtain certificates of insurance from all such subcontractors and sub -subcontractors. Contractor agrees that it shall be liable for the failure of a subcontractor and sub -subcontractor to obtain and maintain such coverage. The City may request a copy of such certificates from the Contractor. 6. All required endorsements shall be attached to the certificate. The certificate is due before the contract/agreement can be approved. 7. Whenever an ISO form is referenced the current edition must be provided. 8. Contractor shall be required to carry the minimum coverage/limit, or greater if required by law or other legal agreement, in Exhibit I - Insurance Schedule F. If the contractor's limits of liability are higher than the required minimum limit, then the contractor's limits shall be this agreement's required limits. 9. Contractor shall be responsible for deductibles and self -insured retention for payment of all policy premiums and other cost associated with the insurance policies required below. 10. All certificates of insurance must include agents name, phone number, and email address. 11. The City of Dubuque reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by this Schedule at any time. 12. The City of Dubuque reserves the right to modify these requirements, including limits, based on changes in the risk or other special circumstances during the term of the contract, subject to written mutual agreement attached hereto. Page 367 of 939 INSURANCE SCHEDULE F (continued) EXHIBIT I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products -Completed Operations Aggregate Limit$2,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $50,000 Medical Payments $5,000 1) Coverage shall be written on an occurrence, not claims made, form. The general liability coverage shall be written in accord with ISO form CG 00 01 or business owners form BP 00 02. All deviations from the standard ISO commercial general liability form CG 00 01 or business owners form BP 00 02 shall be clearly identified. 2) Include ISO endorsement form CG 25 04 "Designated Location(s) General Aggregate Limit" or CG 25 03 "Designated Construction Project(s) General Aggregate Limit" as appropriate. 3) Include endorsement indicating that coverage is primary and non-contributory. 4) Include Preservation of Governmental Immunities Endorsement. (Sample attached). 5) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees, agents, and volunteers, all its boards, commissions and/or authorities and their board members, employees, agents, and volunteers. Use ISO form CG 20 10 (Ongoing operations). 6) The additional insured endorsement shall include completed operations under ISO form CG 20 37 during the project term and for a period of two years after the completion of the project. 7) Policy shall include Waiver of Right to Recover from Others endorsement. 8) Policy shall include cancellation and material change endorsement providing thirty (30) days advance written notice of cancellation, non -renewal, reduction in insurance coverage and/or limits and ten (10) days written notice of non-payment of premium shall be sent to: City of Dubuque Finance Department, 50 West 13th Street Dubuque, Iowa 52001. 9) Contractor and subcontractor shall not use any drone without the prior written approval of the City of Dubuque. Any drone usage must comply with above liability limits and the additional insured endorsement must name the City of Dubuque with respect to aircraft liability coverage. B) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory Benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85. Coverage A Statutory —State of Iowa Coverage B Employers Liability Each Accident $100,000 Each Employee -Disease $100,000 Policy Limit -Disease $500,000 Policy shall include Waiver of Right to Recover from Others endorsement. Page 368 of 939 Coverage B limits shall be greater if required by the umbrella/excess insurer. OR If, by Iowa Code Section 85.1A, the Contractor is not required to purchase Workers' Compensation Insurance, the Contractor shall have a copy of the State's Nonelection of Workers' Compensation or Employers' Liability Coverage form on file with the Iowa Workers' Compensation Insurance Commissioner, as required by Iowa Code Section 87.22. Completed form must be attached. C) AUTOMOBILE LIABILITY Combined Single Limit $1,000,000 Coverage shall include all owned, non -owned, and hired vehicles. If the Contractor's business does not own any vehicles, coverage is required on non -owned and hired vehicles. 1) Policy shall include Waiver of Right to Recover from Others endorsement. D) UMBRELLA/EXCESS LIABILITY The General Liability, Automobile Liability and Employer's Liability Insurance requirements may be satisfied with a combination of primary and Umbrella or Excess Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of the primary policies, it shall include the same endorsements as required of the primary policies including but not limited to Waiver of Subrogation and Primary and Non-contributory in favor of the City. All Class A contractors with contract values in excess of $10,000,000 must have umbrella/excess liability coverage of $10,000,000. All Class A and Class B contractors with contract values between $500,000 and $10,000,000 must have umbrella/excess liability coverage of $3,000,000. All Class A and B contractors with contract values less than $500,000 must have umbrella/excess liability coverage of $1,000,000. All Class C contractors are not required to have umbrella/excess liability coverage. All contractors performing earth work must have a minimum of $3,000,000 umbrella regardless of the contract value. E) POLLUTION LIABILITY Coverage required: Yes X No Pollution liability coverage shall be required if project involves any pollution exposure for hazardous or contaminated materials including, but not limited to, the removal of lead, asbestos, or PCB's. Pollution product and complete operations coverage shall also be covered. Each Occurrence $2,000,000 Page 369 of 939 Policy Aggregate $4,000,000 1) Policy to include job site and transportation coverage. 2) Include additional insured for: The City of Dubuque, including all its elected and appointed officials, all its employees, agents, and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10. (Ongoing operations) or its equivalent and CG 20 37 (completed operations) or its equivalent. 3) Include Preservation of Governmental Immunities Endorsement. 4) Provide evidence of coverage for 5 years after completion of project. 5) Include endorsement indicating that coverage is primary and non-contributory. 6) Policy shall include waiver of right to recovery from others endorsement. 7) Pollution liability shall include ISP endorsement CA 99 48. Pollution Liability -Broadened Coverage for Covered Autos, or equivalent endorsement if the contractor has vehicles that transport fuel onto the Owner's property. F) RAILROAD PROTECTIVE LIABILITY Coverage required: _ Yes X No Any contract for construction or demolition work on or within fifty feet (50') from the edge of the tracks of a railroad and affecting any railroad bridge, trestle, tracks, roadbeds, tunnel, underpass, or crossing, for which an easement, license or indemnification of the railroad is required, shall require evidence of the following additional coverages. Railroad Protective Liability: $ each occurrence (per limits required by Railroad) $ policy aggregate (per limits required by Railroad) AND An endorsement to the Commercial General Liability policy equal to ISO CG 24 17 (Contractual Liability -Railroads). A copy of this endorsement shall be attached to the certificate of insurance. Page 370 of 939 Iowa Code Chapter 670, Liability of Governmental Subdivisions, provides cities with certain immunities which may be available to you. Naming the City of Dubuque as an additional insured on your insurance as is requested by this Insurance Schedule may result in your waiver of those immunities. If you would like to preserve those immunities, please use this endorsement or an equivalent form. The preservation of immunities is for your benefit. PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. 2. Claims Coverage. The insurer further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity and may do so at any time and shall do so upon the timely written request of the insurer. 4. Non -Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN Page 371 of 939 EXHIBIT D LEGAL COMPLIANCE a) Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; b) The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); c) Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); d) Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; e) The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq), (prohibits discrimination on the basis of age); f) Airport and Airway Improvement Act of 1982, (49 U.S.C. § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); g) The Civil Rights Restoration Act of 1987, (PL 100-209); (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964 to include that entities that receive federal funding must comply with civil rights legislation, including the Civil Rights Act of 1964, the Age Discrimination Act of 1975, and Section 504 of the Rehabilitation Act of 1973, in all operations, not just in the program or activity receiving federal funding); h) Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 - 12189) as implemented by Department of Transportation regulations at 49 C.F.R. Parts 37 and 38; i) The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); j) Section 1557of the Affordable Care Act (prohibits discrimination on the basis of national origin); k) Title IX of the Education Amendments of 1972, as amended (20 U.S.C. § 1681 et seq.) (prohibits discrimination because of sex in education programs or activities); 1) Drug Abuse Office and Treatment Act of 1972, as amended (21 U.S.C. § 1101 et seq.); and m) Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970, as amended (42 U.S.C. § 4541, et seq.). Page 372 of 939 • • origin design` Task Order No. 26-02 Origin Design Co. (CONSULTANT) Project No: 2500603 Pursuant to Master Services Agreement dated February 16, 2023 CLIENT: City of Dubuque Task Information Task Name: Municipal Service Center Roof Replacement Task Description It is our understanding that the scope of this project includes the following: ■ Roof Replacement: Removal and replacement of existing ballasted single -ply roofing system down to the roof deck. The new roofing system will consist of mechanically fastened roof insulation with a fully adhered single ply roof membrane. Refer to attached Exhibit A additional details. ■ Roof Deck Evaluation: Evaluate portions of the existing roof deck that appear to be deteriorated upon removal of existing roof insulation and provide repair options. ■ Mechanical Equipment Replacement: Removal and replacement of roof top mechanical equipment as identified in Exhibit B. ■ Additional HVAC Design: Provide additional design to provide conditioned air to vehicle maintenance bay via additional roof top unit. ■ Structural Evaluation: Evaluation of the existing roof structure over vehicle maintenance bay to determine the feasibility of supporting additional loads associated with alternate conditioned air rooftop units. ■ Solar Coordination: The City of Dubuque will contract separately with a solar design/ construction company or electrical company for the removal, reinstallation, or modification of the existing roof top solar panels located on a portion of the building. Refer to Exhibit C. ■ Sustainability: The project will not pursue any sustainable design elements. Scope of Services The following list of services will be provided by or under the direct personal supervision of a Professional Architect and/or Engineer licensed to practice in the State of Iowa. The CONSULTANT would team with MODUS Engineering (SUBCONSULTANT) for the mechanical and electrical design related to mechanical systems design identified in the Project Description. Design and Construction Documents 1. Attend an initial meeting to develop a clear understanding of the project and identify schedule milestones. 2. Inspect and document the facility roofs and roof top equipment and review original drawings to verify existing conditions. 3. Develop an existing building model utilizing Building Information Modeling (BIM) software. 4. Attend up to three (3) design coordination meetings. S. Develop plans and details to include demolition plans, new construction plans and details. Provide project technical specifications for associated work. DUBUQUE OFFICE 137 Main Street, Ste. 100 Dubuque, Iowa 52001 origindesign.com 800 556-4491 Page 373 of 939 • • origin design" Revise plans, if necessary, for up to two (2) iterations per the City review comments and resubmit the final plans to the City for approval. Prepare an Opinion of Probable Construction Cost at 95% Construction Documents. Prepare final construction documents for bidding. Bidding 1. Issue Construction Documents as required for public bidding. 2. Attend pre -bid meeting. 3. Respond to contractor questions. 4. Issue addenda as necessary. Issue Notice to Proceed to successful bidder upon execution of Owner/Contractor agreement. Construction Administration 1. Review construction submittals such as shop drawings and samples which the Contractor is required by the Contract Documents to submit. Review and subsequent approval are only for conformance to the design intent of the Contract Documents and does not extend to the means, methods, techniques, and procedures of construction. 2. Make up to six (6) site visits during construction. 3. Conduct a Substantial Completion inspection review, including a site visit and issue Substantial Completion Inspection Report to contractor. 4. Issue a Certificate of Substantial Completion to the CLIENT and the Contractor upon final completion of the project. Optional Professional Services The CONSULTANT can perform any of the following items under a separate agreement or amendment. Additional architectural and engineering design and drawings requested but not mentioned in the scope of services above will be identified as such prior to performing the work and charged at standard hourly rates. Services resulting from CLIENT directed changes in the scope, extent, or character of the portions of the project designed or specified by CONSULTANT or its design requirements. Services required because of CLIENT providing incomplete or incorrect project information to the CONSULTANT. Construction Inspection and Material Testing. Commissioning services. Printing of bidding documents. Project Schedule It is our understanding that the design for this project would be completed by end of April 2026, with bidding in May 2026 and construction completed by December of 2026. Compensation CLIENT shall compensate CONSULTANT for Services under this Task Order as follows: Design and Construction Documents. For a Lump Sum Fee of $67,000.00 (Sixty-seven thousand dollars and zero cents). DUBUQUE OFFICE 137 Main Street, Ste. 100 Dubuque, Iowa 52001 origindesign.com 800 556-4491 Page 374 of 939 • • origin design` B. Bidding. For a Lump Sum Fee of $4,400.00 (Four thousand four hundred dollars and zero cents). r Construction Administration. For a Lump Sum Fee of $18,000.00 (Eighteen thousand dollars and zero cents). CONSULTANT: Origin Design Co. CONSULTANT: Origin Design Co. Mark Fassbinder, AIA, LEED AP Lauren Ray, PE, SE Architectural Team Leader Vice President/Secretary Date: 02/23/26 Date: 02/23/26 CLIENT: City of Dubuque va All- Mik Van Milligen City Manager Date: DUBUQUE OFFICE 137 Main Street, Ste. 100 origindesign.�om Dubuque, Iowa 52001 800 556-4491 Page 375 of 939 EXHIBIT A EPDM BALLAST ROOFING REMOVAL Remove and dispose of the existing ballast rock. Remove & dispose of the existing EPDM roofing system to the existing roof deck. NEW EPDM ROOFING Approx. 125,158 s.f. Install a self -adhered vapor barrier over the roof decking. Loose lay two layers of 2" ISO under a mechanically fastened 1/2" HD R-25.3 coverboard. Furnish and install a 60mil. fully -adhered EPDM roofing system complete with all curb, wall & pipe flashings per warranty requirements. This system comes complete with a 20-year total system manufacturer's warranty. SHEET METAL FLASHING AND TRIM Fabricate and install new standard colored 24ga. prefinished steel metal edging, counterflashing and terminations associated with the membrane roofing. Only sheet metal associated with the membrane roofing warranty is included with this pricing. Page 376 of 939 EXHIBIT B September 29, 2025 City of Dubuque 925 Kerper Ct Dubuque IA 52001 RE: New HVAC Equipment at the Municipal Building Dear Brian, We propose the following: 1. RTU # 1 — Provide and install one (1) Carrier 40-Ton packaged rooftop unit with BAS interface, 2. RTU #2 — Provide and install one (1) Carrier 10-Ton packaged rooftop unit with stand-alone thermostat. 3. Server Room — Provide and install one (1) Carrier 2-Ton mini -split system 4. Provide and install sixteen (17) Loren Cook exhaust fans 5. Provide and install five (5) RuppAir make-up air units (MAU) 6. Provide and install all new controls; Carrier I-Vu Pro All items include the following: • Removal and disposal of existing equipment. • Rigging and hoisting of all equipment. • City permits. • Complete start-up and testing of new equipment. Page 377 of 939 EXHIBIT C Existing Solar Pane A& Page 378 of 939 Dubuque THE C DUUB-&FE 11111F 2007.2012.2013 2017•2019 Masterpiece on the Mississippi City of Dubuque City Manager's Office Department 50 W 13th Street (address) Dubuque, IA 52001 Phone # 563.589.4110 CITY OF DUBUQUE, IOWA SHORT FORM VENDOR SERVICE AGREEMENT THIS VENDOR SERVICE AGREEMENT (the Contract), between the City of Dubuque, Iowa (City), by its City Manager, through authority conferred upon the City Manager by its City Council and endorl at Pigott, Inc (Vendor Name) 3815 Ingersoll Avenue, Des Moines IA 50312 (Vendor Address - City and State) PROJECT TITLE: Install sit/stand desk on office 3rd Floor of City Hall (Project) For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: VENDOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for: sit/stand desk in office on 3rd Floor of City Hall The work described above shall be completed at the following location(s): 50 W 13th Street, Dubuque, Iowa The Project shall be completed in strict accordance with the terms as described in this Contract; in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque, just as much as if the detailed statements thereof were repeated herein. Page 1 of 19 Page 379 of 939 2. Contract Documents shall mean and include the following WHERE APPLICABLE: Documents listed in bold should be attached to this document upon submission. • Request for Proposal (or procurement documentation) • This Contract; • Ordinances and resolutions heretofore adopted by the City Council having to do with this Project; • The Vendor's Proposal; • Plans and Specifications; • General Requirements as adopted by the City Council for the Project; • Terms and Conditions (Exhibit A); and • INSURANCE — Please include one applicable Insurance Schedule: o Insurance Schedule F for General Artisan or Trade Contractors or Subcontractors (Exhibit B) o Insurance Schedule G for Vendors (Exhibit C) o Insurance Schedule J for Professional Services (Exhibit D) Check Appropriate Box ❑ Insurance Schedule F — General Artisan or Trade Contractors or Subcontractors ❑ Insurance Schedule G — Vendors ❑ Insurance Schedule J — Professional Services • Other: 3. All materials used by the Vendor on this Project shall be of the quality required by the Contract Documents and shall be put in place in accordance with the Contract Documents. 4. The Vendor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Vendor. 5. The Vendor has read and understands the Contract Documents and has examined and understands the project description described in Section 1 of this Agreement and any attached Special Conditions herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 6. The Vendor shall fully complete the Project under this Contract on or before 02/01 /2026 (date) 7. Indemnification; Liability for City Damage A. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the 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 (other than the Project itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or Page 2 of 19 Page 380 of 939 anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. B. The Contractor shall also be liable to the City for any damage to City property arising out of or related to the Contractor's negligent performance of the Contract. 8. Prior to the commencement of any work on this Project and at all times during the performance of this Contract, the Vendor shall provide evidence of insurance which meets the requirements of the City's Insurance Schedule as indicated above and attached hereto. 9. The Vendor agrees that no work under this Contract shall commence until the City has authorized said work in writing. Any work started by the Vendor prior the City authorization shall be considered unauthorized and done at the sole risk to the Vendor. 10. Vendor will comply with all federal, state, and local laws and regulations in the performance of this Contract. 11. The City may terminate this Contract with or without cause upon fourteen (14) days' written notice delivered to the Vendor. 12. This Contract shall be governed by the laws of the State of Iowa and exclusive jurisdiction and venue for any action arising out of or related to this Contract shall be the Iowa District Court for Dubuque County. THE CITY AGREES: The City agrees to pay the Vendor for the work actually performed under this Contract, up to the amount stated below, less any agreed damages provided for in the Contract Documents. CONTRACT AMOUNT $ CITY OF DUBUQUE, IOWA By: 4Z.,rimg ��, A & 02/26/2026 Date 500.00 VENDOR: Pigott Company Name By; Courtney Wyllie Date: l026.02d 0 Courtney Wyllie Date: 2026.02.10 13:66:06-06'00' Signature Courtney Wyllie Printed Name Interiors Consultant Title 02-10-2026 Date Page 3 of 19 Page 381 of 939 EXHIBIT A TERMS AND CONDITIONS The following Terms and Conditions apply to City of Dubuque Transactions: 1. The City of Dubuque is exempt from federal excise tax and Iowa sales tax. 2. The City of Dubuque will not be responsible for payment for any goods delivered without a purchase order. 3. The vendor will send a separate invoice for each purchase order number. All invoices, packages, shipping notices, or the like affecting the order shall contain the applicable purchase order number. The vendor is to submit original invoice to the address shown in the SHIP TO section on the front of this order. 4. No freight or packing charges will be allowed by the City of Dubuque unless specifically authorized. 5. It is understood by the vendor that the cash discount period to the City of Dubuque will date from the receipt of the invoice or from the date of the receipt of the goods, whichever is later. 6. The risk of loss of and damage to the goods which are the subject of this order, regardless of the F.O.B. point, is and will remain with the vendor until the goods are delivered to the destination set out in the order and accepted by the City of Dubuque or the authorized City of Dubuque representative. 7. In the event of the vendor's failure to deliver as and when specified, or to perform as and when specified, the City of Dubuque reserves the right to cancel this order, or any part thereof, without prejudice to its other rights, and the vendor agrees that the City of Dubuque may return part or all of any shipment so made and may charge the vendor with any loss expense sustained as a result of such failure to deliver or to perform. 8. In the event any article, service, or process sold, delivered and/or performed hereunder is covered by any patent, copyright, or application for either, the vendor will indemnify and save harmless the City of Dubuque from any and all loss, cost, or expenses on account of any and all claims, suits, or judgments on account of the use or sale of such article or the use of such service or process in violation of such patent, copyright or application for either. 9. In the event any article, service, or process sold and delivered or sold and performed hereunder is defective in any respect whatsoever, the vendor will indemnify and save harmless the City of Dubuque from all loss or the payment of all sums of money by reason of all accidents, injuries or damages to person or property that may happen or occur in connection with the use or sale of such article, or process and are contributed to by said defective condition. 10. The vendor agrees not to release any advertising copy mentioning the City of Dubuque or quoting the opinion of any City of Dubuque employee without the prior written authorization from the City of Dubuque. 11. The vendor represents and warrants that no federal or state statute or regulation, or local municipal ordinance has been or will be violated in the manufacturing, sale and delivery Page 4 of 19 Page 382 of 939 hereunder. If such violation has or does occur, the vendor will indemnify and save harmless the City of Dubuque from all loss, penalties, or payment of all sums of money on account of such violation. 12. The City of Dubuque may at any time insist upon strict compliance with these terms and conditions notwithstanding any previous custom, practice, or course of dealing to the contrary. 13. The terms and conditions of sale as stated in this order govern in the event of conflict with any terms of the vendor's proposal, and are not subject to change by reason of any written or verbal statements by the vendor or by any terms stated in the vendor's acknowledgement unless same be accepted in writing by the City of Dubuque. 14. Current Safety Data Sheets (SDS), when applicable to the order, must be provided by the vendor in accordance with all regulations. Page 5 of 19 Page 383 of 939 EXHIBIT B Class A: Class B: Class C: INSURANCE SCHEDULE F Asbestos Removal Fiber Optics Sanitary Sewers Asphalt Paving Fire Protection Sheet Metal Concrete Fireproofing Site Utilities Construction Managers General Contractors Shoring Cranes HVAC Special construction Culverts Mechanical Steel Decking Paving & Surfacing Storm sewers Demolition Piles & Caissons Structural Steel Deconstruction Plumbing Trails Earthwork Retaining Walls Tunneling Electrical Reinforcement Water main Elevators Roofing Chemical Spraying Landscaping Rough Carpentry Doors, Window & Masonry Stump Grinding Glazing Vehicular Snow Removal Tank Coating Drywall Systems Painting & Wall Covering Tree Removal Fertilizer Application Pest Control Tree Trimming Geotech Boring Scaffolding Tuckpointing Insulation Sidewalks Waterproofing Finish Carpentry Plastering Well Drilling Carpet Cleaning Carpet & Resilient Flooring Caulking & Sealants Acoustical Ceiling Filter Cleaning General Cleaning Grass Cutting Janitorial Non Vehicular Snow & Ice Removal Office Furnishings Power Washing Tile & Terrazzo Flooring Window Washing Page 6 of 19 Page 384 of 939 INSURANCE SCHEDULE F (continued) Contractor shall furnish a signed certificate of insurance to the department responsible for the contract for the coverage required in Exhibit I prior to commencing work and at the end of the project if the term of work is longer than 60 days. Contractors presenting annual certificates shall present a certificate at the end of each project with the final billing. Each certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent approved by the Director of Finance and Budget or Designee. The certificate must clearly indicate the project number, project name, or project description for which it is being provided Eg: Project # Project name: or Project Location at or construction of 2. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa and all insurers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each Certificate required shall be furnished to the Department of the City of Dubuque. 4. Failure to provide the coverages described in this Insurance Schedule shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this contract. 5. Contractor shall require all subcontractors and sub -subcontractors to obtain and maintain during the performance of work insurance for the coverages described in this Insurance Schedule and shall obtain certificates of insurance from all such subcontractors and sub -subcontractors. Contractor agrees that it shall be liable for the failure of a subcontractor and sub -subcontractor to obtain and maintain such coverage. The City may request a copy of such certificates from the Contractor. 6. All required endorsements shall be attached to the certificate. The certificate is due before the contract/agreement can be approved. 7. Whenever an ISO form is referenced the current edition must be provided. 8. Contractor shall be required to carry the minimum coverage/limit, or greater if required by law or other legal agreement, in Exhibit I - Insurance Schedule F. If the contractor's limits of liability are higher than the required minimum limit, then the contractor's limits shall be this agreement's required limits. 9. Contractor shall be responsible for deductibles and self -insured retention for payment of all policy premiums and other cost associated with the insurance policies required below. 10. All certificates of insurance must include agents name, phone number, and email address. 11. The City of Dubuque reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by this Schedule at any time. 12. The City of Dubuque reserves the right to modify these requirements, including limits, based on changes in the risk or other special circumstances during the term of the contract, subject to written mutual agreement attached hereto. Page 7 of 19 Page 385 of 939 INSURANCE SCHEDULE F (continued) EXHIBIT I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products -Completed Operations Aggregate Limit $2,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $50,000 Medical Payments $5,000 1) Coverage shall be written on an occurrence, not claims made, form. The general liability coverage shall be written in accord with ISO form CG 00 01 or business owners form BP 00 02. All deviations from the standard ISO commercial general liability form CG 00 01 or business owners form BP 00 02 shall be clearly identified. 2) Include ISO endorsement form CG 25 04 "Designated Location(s) General Aggregate Limit" or CG 25 03 "Designated Construction Project(s) General Aggregate Limit" as appropriate. 3) Include endorsement indicating that coverage is primary and non-contributory. 4) Include Preservation of Governmental Immunities Endorsement. (Sample attached). 5) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees, agents, and volunteers, all its boards, commissions and/or authorities and their board members, employees, agents, and volunteers. Use ISO form CG 20 10 (Ongoing operations). 6) The additional insured endorsement shall include completed operations under ISO form CG 20 37 during the project term and for a period of two years after the completion of the project. 7) Policy shall include Waiver of Right to Recover from Others endorsement. 8) Policy shall include cancellation and material change endorsement providing thirty (30) days advance written notice of cancellation, non -renewal, reduction in insurance coverage and/or limits and ten (10) days written notice of non-payment of premium shall be sent to: City of Dubuque Finance Department, 50 West 13th Street Dubuque, Iowa 52001. 9) Contractor and subcontractor shall not use any drone without the prior written approval of the City of Dubuque. Any drone usage must comply with above liability limits and the additional insured endorsement must name the City of Dubuque with respect to aircraft liability coverage. B) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory Benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85. Coverage A Statutory —State of Iowa Coverage B Employers Liability Each Accident $100,000 Each Employee -Disease $100,000 Policy Limit -Disease $500,000 Policy shall include Waiver of Right to Recover from Others endorsement Coverage B limits shall be greater if required by the umbrella/excess insurer OR If, by Iowa Code Section 85.1A, the Contractor is not required to purchase Workers' Compensation Insurance, the Contractor shall have a copy of the State's Nonelection of Workers' Compensation or Employers' Liability Coverage form on file with the Iowa Workers' Compensation Insurance Commissioner, as required by Iowa Code Section 87.22. Completed form must be attached. Page 8 of 19 Page 386 of 939 C) AUTOMOBILE LIABILITY Combined Single Limit $1,000,000 Coverage shall include all owned, non -owned, and hired vehicles. If the Contractor's business does not own any vehicles, coverage is required on non -owned and hired vehicles. 1) Policy shall include Waiver of Right to Recover from Others endorsement. D) UMBRELLA/EXCESS LIABILITY The General Liability, Automobile Liability and Employer's Liability Insurance requirements may be satisfied with a combination of primary and Umbrella or Excess Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of the primary policies, it shall include the same endorsements as required of the primary policies including but not limited to Waiver of Subrogation and Primary and Non-contributory in favor of the City. All Class A contractors with contract values in excess of $10,000,000 must have umbrella/excess liability coverage of $10,000,000. All Class A and Class B contractors with contract values between $500,000 and $10,000,000 must have umbrella/excess liability coverage of $3,000,000. All Class A and B contractors with contract values less than $500,000 must have umbrella/excess liability coverage of $1,000,000. All Class C contractors are not required to have umbrella/excess liability coverage. All contractors performing earth work must have a minimum of $3,000,000 umbrella regardless of the contract value. E) POLLUTION LIABILITY Coverage required: —Yes _ No Pollution liability coverage shall be required if project involves any pollution exposure for hazardous or contaminated materials including, but not limited to, the removal of lead, asbestos, or PCB's. Pollution product and complete operations coverage shall also be covered. Each Occurrence $2,000,000 Policy Aggregate $4,000,000 1) Policy to include job site and transportation coverage. 2) Include additional insured for: The City of Dubuque, including all its elected and appointed officials, all its employees, agents, and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10. (Ongoing operations) or its equivalent and CG 20 37 (completed operations) or its equivalent. 3) Include Preservation of Governmental Immunities Endorsement. 4) Provide evidence of coverage for 5 years after completion of project. 5) Include endorsement indicating that coverage is primary and non-contributory. 6) Policy shall include waiver of right to recovery from others endorsement. 7) Pollution liability shall include ISP endorsement CA 99 48. Pollution Liability -Broadened Coverage for Covered Autos, or equivalent endorsement if the contractor has vehicles that transport fuel onto the Owner's property. F) RAILROAD PROTECTIVE LIABILITY Coverage required: _ Yes _ No Page 9 of 19 Page 387 of 939 Any contract for construction or demolition work on or within fifty feet (50') from the edge of the tracks of a railroad and affecting any railroad bridge, trestle, tracks, roadbeds, tunnel, underpass, or crossing, for which an easement, license or indemnification of the railroad is required, shall require evidence of the following additional coverages. Railroad Protective Liability: each occurrence (per limits required by Railroad) policy aggregate (per limits required by Railroad) AND An endorsement to the Commercial General Liability policy equal to ISO CG 24 17 (Contractual Liability - Railroads). A copy of this endorsement shall be attached to the certificate of insurance. Page 10 of 19 Page 388 of 939 Iowa Code Chapter 670, Liability of Governmental Subdivisions, provides cities with certain immunities which may be available to you. Naming the City of Dubuque as an additional insured on your insurance as is requested by this Insurance Schedule may result in your waiver of those immunities. If you would like to preserve those immunities, please use this endorsement or an equivalent form. The preservation of immunities is for your benefit. PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. 2. Claims Coverage. The insurer further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity and may do so at any time and shall do so upon the timely written request of the insurer. 4. Non -Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN (DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES) Page 11 of 19 Page 389 of 939 EXHIBIT C INSURANCE SCHEDULE G Vendor shall furnish a signed certificate of insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I prior to the contract commencement. Each certificate shall be prepared on the most current ACORD form approved by the Iowa Insurance Division or an equivalent. Each certificate shall include a statement under Description of Operations as to why the certificate was issued. Vendor Service Agreement dated 2. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa and all insurers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each certificate shall be furnished to the Finance Department of the City of Dubuque. 4. The service provider shall be required to carry the minimum coverage/limits, or greater if required by law or other legal agreement, in Exhibit I. Failure to provide the required minimum coverage shall not be deemed a waiver of such requirements by the City of Dubuque. 5. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 6. All required endorsements shall be attached to the certificate. The certificate is due before the contract/agreement can be approved. 7. Whenever a specific ISO form is referenced the current edition of the form must be used unless an equivalent form is approved by the Director of Finance and Budget. The service provider must identify or list in writing all deviations and exclusions from the ISO form. 8. If vendor's limits of liability are higher than the required minimum limits then the vendor's limits shall be this agreement's required limits. 9. Vendor shall require all subcontractors and sub -subcontractors to obtain and maintain during the performance of work insurance for the coverages described in this Insurance Schedule and shall obtain certificates of insurance from all such subcontractors and sub -subcontractors. Vendor agrees that it shall be liable for the failure of a subcontractor and sub -subcontractor to obtain and maintain such coverage. The City may request a copy of such certificates from the Vendor. 10. Vendor shall be responsible for deductibles/self-insured retention for payment of all policy premiums and other costs associated with the insurance policies required below. 11. All certificates of insurance must include agents name, phone number, and email address. 12. The City of Dubuque reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by this Schedule at any time. 13. The City of Dubuque reserves the right to modify these requirements, including limits, based on changes in the risk or other special circumstances during the term of the agreement, subject to written mutual agreement attached hereto. Page 12 of 19 Page 390 of 939 INSURANCE SCHEDULE G (continued) EXHIBIT I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products -Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $50,000 Medical Payments $5,000 1) Coverage shall be written on an occurrence, not claims made, form. The general liability coverage shall be written in accord with ISO form CG 00 01 or business owners form BP 00 02. All deviations from the standard ISO commercial general liability form CG 00 01, or Business owners form BP 00 02, shall be clearly identified. 2) Include ISO endorsement form CG 25 04 "Designated Location(s) General Aggregate Limit." 3) Include endorsement indicating that coverage is primary and non-contributory. 4) Include Preservation of Governmental Immunities Endorsement (Sample attached). 5) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10 (Ongoing operations) or its equivalent. 6) Policy shall include Waiver of Right to Recover from Others endorsement. 7) Policy shall include cancellation and material change endorsement providing thirty (30) days advance written notice of cancellation, non -renewal, reduction in insurance coverage and/or limits and ten (10) days written notice of non-payment of premium shall be sent to: City of Dubuque Finance Department, 50 West 13th Street Dubuque, Iowa 52001. B) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory Benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85. Coverage A Statutory —State of Iowa Coverage B Employers Liability Each Accident $100,000 Each Employee -Disease $100,000 Policy Limit -Disease $500,000 Policy shall include Waiver of Right to Recover from Others endorsement. Coverage B limits shall be greater if required by the umbrella/excess insurer OR If, by Iowa Code Section 85.1A, the Vendor is not required to purchase Workers' Compensation Insurance, the Vendor shall have a copy of the State's Nonelection of Workers' Compensation or Employers' Liability Coverage form on file with the Iowa Workers' Compensation Insurance Commissioner, as required by Iowa Code Section 87.22. Completed form must be attached. Page 13 of 19 Page 391 of 939 INSURANCE SCHEDULE G (continued) C) POLLUTION LIABILITY Coverage required: —Yes _ No Pollution liability coverage shall be required if the lessee, contracting party, or permittee has any pollution exposure for abatement of hazardous or contaminated materials including, but not limited to, petroleum products, the removal of lead, asbestos, or PCBs. Pollution product and completed operations coverage shall also be covered. Each Occurrence $2,000,000 Policy Aggregate $4,000,000 1) Policy to include job site and transportation coverage. 2) Include additional insured for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10. (Ongoing operations) or its equivalent and CG 20 37(competed operations). 3) Include Preservation of Governmental Immunities Endorsement. 4) Provide evidence of coverage for 5 years after completion of project. 5) Include endorsement indicating that coverage is primary and non-contributory. 6) Policy shall include waiver of right to recovery from others endorsement. D) PROFESSIONAL LIABILITY $1,000,000 Coverage required: _ Yes _ No If the required policy provides claims -made coverage 1) The Retroactive Date must be shown and must be before the date of the agreement. 2) Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the work or services. 3) If coverage is canceled or non -renewed and not replaced with another claims -made policy form with a Retroactive Date prior to the date of the agreement, the contractor must provide "extended reporting" coverage for a minimum of five (5) years after completion of the work or services. E) CYBER LIABILITY/BREACH $1,000,000 Coverage required: _ Yes _ No Coverage for First and Third Party breach liability including but not limited to lost data and restoration, loss of income and cyber breach of information. F) UMBRELLA/EXCESS $1,000,000 Coverage required: _ Yes _ No The General Liability, Automobile Liability and Employer's Liability Insurance requirements may be satisfied with a combination of primary and Umbrella or Excess Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of the primary policies, it shall include the same endorsements as required of the primary policies including but not limited to Waiver of Subrogation and Primary and Non-contributory in favor of the City. Page 14 of 19 Page 392 of 939 Iowa Code Chapter 670, Liability of Governmental Subdivisions, provides cities with certain immunities which may be available to you. Naming the City of Dubuque as an additional insured on your insurance as is requested by this Insurance Schedule may result in your waiver of those immunities. If you would like to preserve those immunities, please use this endorsement or an equivalent form. The preservation of immunities is for your benefit. PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. 2. Claims Coverage. The insurer further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurer. 4. Non -Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN (DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES) Page 15 of 19 Page 393 of 939 EXHIBIT D INSURANCE SCHEDULE J shall furnish a signed certificate of insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I prior to commencing work and at the end of the project if the term of work is longer than 60 days. Contractors presenting annual certificates shall present a certificate at the end of each project with the final billing. Each certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent approved by the Director of Finance and Budget. Each certificate shall include a statement under Description of Operations as to why the certificate was issued. Eg: Project # or Project Location at or construction of All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa and all insurers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each certificate shall be furnished to the Finance Department of the City of Dubuque. 4. Failure to provide coverage required by this Insurance Schedule shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 5. Contractors shall require all subconsultants and sub-subconsultants to obtain and maintain during the performance of work insurance for the coverages described in this Insurance Schedule and shall obtain certificates of insurances from all such subconsultants and sub-subconsultants. Contractors agree that they shall be liable for the failure of a subconsultant and sub-subconsultant to obtain and maintain such coverages. The City may request a copy of such certificates from the Contractor. 6. All required endorsements shall be attached to the certificate. The certificate is due before the contract/agreement can be approved. 7. Whenever a specific ISO form is listed, required the current edition of the form must be used, or an equivalent form may be substituted if approved by the Director of Finance and Budget and subject to the contractor identifying and listing in writing all deviations and exclusions from the ISO form. 8. Contractors shall be required to carry the minimum coverage/limits, or greater if required by law or other legal agreement, in Exhibit I. If the contractor's limits of liability are higher than the required minimum limits then the provider's limits shall be this agreement's required limits. 9. Contractor shall be responsible for deductibles and self -insured retention for payment of all policy premiums and other cost associated with the insurance policies required below. 10. All certificates of insurance must include agents name, phone number, and email address. 11. The City of Dubuque reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by this Schedule at any time. 12. The City of Dubuque reserves the right to modify these requirements, including limits, based on changes in the risk or other special circumstances during the term of the agreement, subject to written mutual agreement attached hereto. Page 16 of 19 Page 394 of 939 INSURANCE SCHEDULE J (continued) Exhibit I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products -Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $50,000 Medical Payments $5,000 1) Coverage shall be written on an occurrence, not claims made, form. The general liability coverage shall be written in accord with ISO form CG 00 01 or business owners form BP 00 02. All deviations from the standard ISO commercial general liability form CG 00 01, or business owners form BP 00 02, shall be clearly identified. 2) Include endorsement indicating that coverage is primary and non-contributory. 3) Include Preservation of Governmental Immunities Endorsement. (Sample attached). 4) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 26. 5) Policy shall include Waiver of Right to Recover from Others endorsement. 6) Policy shall include cancellation and material change endorsement providing thirty (30) days advance written notice of cancellation, non -renewal, reduction in insurance coverage and/or limits and ten (10) days written notice of non-payment of premium shall be sent to: City of Dubuque Finance Department, 50 West 13th Street Dubuque, Iowa 52001. B) AUTOMOBILE LIABILITY Combined Single Limit $1,000,000 Coverage shall include all owned, non -owned, and hired vehicles. If the Contractor's business does not own any vehicles, coverage is required on non -owned and hired vehicles. 2) Policy shall include Waiver of Right to Recover from Others endorsement. C) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory Benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85. Coverage A Statutory —State of Iowa Coverage B Employers Liability Each Accident $100,000 Each Employee -Disease $100,000 Policy Limit -Disease $500,000 Policy shall include Waiver of Right to Recover from Others endorsement. Coverage B limits shall be greater if required by the umbrella/excess insurer. OR If, by Iowa Code Section 85.1A, the Contractor is not required to purchase Workers' Compensation Insurance, the Contractor shall have a copy of the State's Nonelection of Workers' Compensation or Employers' Liability Coverage form on file with the Iowa Workers' Compensation Insurance Commissioner, as required by Iowa Code Section 87.22. Completed form must be attached. Page 17 of 19 Page 395 of 939 D) UMBRELLA/EXCESS LIABILITY $1,000,000 The General Liability, Automobile Liability and Employer's Liability Insurance requirements may be satisfied with a combination of primary and Umbrella or Excess Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of the primary policies, it shall include the same endorsements as required of the primary policies including but not limited to Waiver of Subrogation and Primary and Non-contributory in favor of the City. E) PROFESSIONAL LIABILITY $2,000,000 If the required policy provides claims -made coverage: 1) The Retroactive Date must be shown and must be before the date of the agreement. 2) Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the work or services. 3) If coverage is canceled or non -renewed and not replaced with another claims -made policy form with a Retroactive Date prior to the date of the agreement, the contractor must provide "extended reporting" coverage for a minimum of five (5) years after completion of the work or services. F) CYBER LIABILITY/BREACH $1,000,000 Yes _ No Coverage for First and Third Party breach liability including but not limited to lost data and restoration, loss of income and cyber breach of information. Page 18 of 19 Page 396 of 939 Iowa Code Chapter 670, Liability of Governmental Subdivisions, provides cities with certain immunities which may be available to you. Naming the City of Dubuque as an additional insured on your insurance as is requested by this Insurance Schedule may result in your waiver of those immunities. If you would like to preserve those immunities, please use this endorsement or an equivalent form. The preservation of immunities is for your benefit. PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. 2. Claims Coverage. The insurer further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity and may do so at any time and shall do so upon the timely written request of the insurer. 4. Non -Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN (DEPARTMENT MANAGER: FILL IN ALL BLANKS AND CHECK BOXES) Page 19 of 19 Page 397 of 939