Loading...
Flood Control Levee Repair Project Contract Award - CIP 7202155City of Dubuque City Council Meeting Consent Items # 12. Copyrighted August 16, 2021 ITEM TITLE: Flood Control Levee Repair Project Contract Award - C I P 7202155 SUMMARY: City Manager recommending that the award for the Flood Control Levee Repair Project be officially recorded in the minutes of the City Council. SUGGESTED Suggested Disposition: Receive and File; Make Matter of Record DISPOSITION: ATTACHMENTS: Description Type Flood Control Levee Repair Project Award-MVM Memo City Manager Memo Project Award Memo Staff Memo Bid Results letter Levee Repair Contract Supporting Documentation Supporting Documentation THE C Dubuque DUUB-.-*.-TE *Awiu Ciq ' iece on the Mississippi Masterpiece PP zoo�•zoi 2-2013 zoi7*2019oi9 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Flood Control Levee Repair Project Contract Award - CIP 7202155 DATE: August 6, 2021 Through the competitive quotation process for public improvements, the Flood Control Levee Repair Project was awarded on June 14, 2021, to Boyle Built Enterprises LLC, in the amount of $112,885.64, which was 36.4% below the approved construction budget. Public Works Director John Klostermann recommends that the award for the Flood Control Levee Repair Project be officially recorded in the minutes of the City Council. I concur with the recommendation and respectfully request Mayor and City Council approval. Micl4ael C. Van Milligen MCVM:jh Attachment cc: Crenna Brumwell, City Attorney Cori Burbach, Assistant City Manager John Klostermann, Public Works Director THE CITY OF DUB E Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: John Klostermann, Public Works Director Dubuque MI -America CIW 2007.2012.2013 2017*2019 SUBJECT: Flood Control Levee Repair Project Contract Award CIP 7202155 DATE: July 30,2021 INTRODUCTION The purpose of this memorandum is to officially record the awarding of the Flood Control Levee Repair project to the low bidder Boyle Built Enterprises LLC of Selma, Iowa. BACKGROUND The fiscal year 2021 Capital Improvement Budget provides for a total of $188,618 for the repair of the floodwall levee located at the end of Terminal Street. DISCUSSION Bid documents and specifications for this project have been prepared by I IW Engineers, now Origin Design. This project will include repair of the existing flood control levee in various locations from the start of the levee located at the end of Terminal Street to the south end of the levee. Bids were opened and read at 2:00 pm on May 25, 2021. BID RESULTS On May 25, 2021, the Public Works Department received three (3) bids for the Flood Control Levee repair project. Below is the list of bids received. Contractor Total Base Bid Boyle Built Enterprises LLC Kueter Equipment Company Tschiggfrie Excavating $112,885.64 $158,713.00 $154,919.00 Through the competitive quotation process for public improvements, this project was awarded on June 14, 2021, to Boyle Built Enterprises LLC of Selma, Iowa, in the bid amount of $112,885.64. BUDGETIMPACT Construction Budget $ 177,618.00 Low Bid $ 112,885.64 The low bid received is 36.4% below the approved construction budget. This project is funded with monies budgeted specifically for the South Port Levee Repair Project in the Public Works Department's FY 2021 Capital Improvement Budget: CIP # 7202155. ACTION TO BE TAKEN In accordance with the competitive quotation requirements of Iowa Code, Section 26.14, it is necessary that the award for the South Port Levee Repair Project be officially recorded in the minutes of the City Council. Cc: Arielle Swift, Assistant Public Works Director I • • origin design" June 9, 2021 John Klostermann Public Works Director City of Dubuque 925 Kerper Court Dubuque, Iowa 52001 RE: City of Dubuque Flood Control Levee Repair - 2021 Terminal Street - Maus Park CIP # 7202155 Award Recommendation Project No.: 19209 Dear John: In accordance with owner instructions, bids for the Flood Control Levee Repair - 2021 Terminal Street - Maus Park CIP # 7202155 project were opened and read at 2:00 p.m. on May 25, 2021. Three (3) bids were received for this project. A tabulation of the bids is enclosed. After reviewing the bids, it was determined the low bid was submitted by Boyle Built Enterprises LLC of Selma, Iowa, in the amount of $112,885.64. Boyle Built Enterprises LLC has the experience, workforce and equipment to properly complete this contract. We recommend award of the Flood Control Levee Repair - 2021 Terminal Street - Maus Park CIP # 7202155 project to Boyle Built Enterprises LLC in the amount of $112,885.64. Sincerely, Origin Design Co. � .4 1 Julie Neebel, PE Transportation Team Leader Copy: Boyle Built Enterprises LLC DUBUQUE OFFICE 4155 Pennsylvania Avenue Dubuque, Iowa 52002 origindesign.com 800 556-4491 City of Dubuque Flood Control Levee Repair - 2021 Terminal Street - Maus Park Dubuque,lA CIP #7202155 Bid Tabulation Boyd Built Enterprise LLC Tschiggfrie Excavating Kueter Equipment Company NO. REF NO. DESCRIPTION QUANTITY UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 1 2010-108-D-1 Topsoil, On -site 865 CY $21.73 $18,796.45 $24.00 $20,760.00 $10.00 $8,650.00 2 2010-108-E-0 Excavation, Class 10 480 CY $38.43 $18,446.40 $33.00 $15,840.00 $48.00 $23,040.00 3 2010-108-1-0 Subbase, Granular Subbase - Gradation 12a 760 TON $16.44 $12,494.40 $24.00 $18,240.00 $21.00 $15,960.00 4 IDOT 2528.04-A Traffic Control 1 LS $2,500.00 $2,500.00 $13,800.00 $13,800.00 $1,500.00 $1,500.00 5 9010-108-A-1 Seeding, Fertilizing, and Mulching, Type 2 1.9 AC $1,868.00 $3,549.20 $2,900.00 $5,510.00 $3,500.00 $6,650.00 6 9010-108-A-2 Fertilizing Ac 1.9 AC $7,373.62 $14,009.88 $120.00 $228.00 $10.00 $19.00 7 9010-108-A-3 Mulching Ac 1.9 AC $786.48 $1,494.31 $2,900.00 $5,510.00 $10.00 $19.00 8 9010-108-E-0 Warranty 1 LS $3,500.00 $3,500.00 $1.00 $1.00 $1,500.00 $1,500.00 9 9040-108-A-2 Stormwater Pollution Prevention Plan (SWPPI 1 LS $1,500.00 $1,500.00 $690.00 $690.00 $1,000.00 $1,000.00 10 9040-108-R-0 Turf Reinforcement Mats 350 SQ $34.00 $11,900.00 $155.00 $54,250.00 $50.00 $17,500.00 11 9040-108-F-1 Wattles, Wood Fiber, 9" 250 LF $4.00 $1,000.00 $9.90 $2,475.00 $9.00 $2,250.00 12 9040-108-F-2 Wattles, Removal 250 LF $2.50 $625.00 $3.50 $875.00 $2.50 $625.00 13 9040-108-0-2 Stabilized Construction Entrance by Ton 40 TON $43.00 $1,720.00 $36.00 $1,440.00 $25.00 $1,000.00 14 11020-108-A-0 Mobilization 1 LS $8,750.00 $8,750.00 $9,500.00 $9,500.00 $14,000.00 $14,000.00 15 Spec. Prov. Railroad Insurance 1 LS $12,600.00 $12,600.00 $5,800.00 $5,800.00 $65,000.00 $65,000.00 Total Base Bid $112,885.64 $154,919.00 $158,713.00 City of Dubuque, Flood Control Levee Repair - 2021, Terminal Street — Maus Park PUBLIC IMPROVEMENT CONTRACT SECTION 00500 CIP # 7202155 THIS IMPROVEMENT CONTRACT (the Contract), made in duplicate, dated for references purposes the 16th day of June, 2021 between the City of Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager by its City Council (City), and Boyle Built Enterprises LLC (Contractor). For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: CONTRACTOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for the Flood Control Levee Repair - 2021, Terminal Street — Maus Park CIP #7202155, Dubuque, Iowa (Project). 2. CONTRACT DOCUMENTS A. The Contract Documents consist of the following: 1. Project Title Page (Section 00100). 2. Project Directory Page (Section 00101). 3. This Public Improvement Contract (Section 00500). 4. Performance, Payment, and Maintenance Bond (Section 00600). 5. Out -of -State Contractor Bond (Section 00610). 6. Other Bonds: N/A 7. The Iowa Statewide Urban Design And Specifications (SUDAS) 2020 Edition. 8. CITY OF DUBUQUE Supplemental Specifications 2020 Edition. 9. Other Standard and Supplementary Specifications as listed on the Title Page of the Contract Document Manual. 10. Special Provisions included in the project Contract Document Manual. 11. Drawings consisting of sheets bearing the following general title: Flood Control Levee Repair - 2021, Terminal Street — Maus Park CIP #7202155, Dubuque, Iowa 12. Addenda (number 1, inclusive). 13. Insurance Provisions and Requirements (Section 00700). 14. Sales Tax Exemption Certificate (Section 00750). 15. Site Condition Information (Section 00775). Page 1 of 7 City of Dubuque, Flood Control Levee Repair - 2021, Terminal Street — Maus Park 16. Construction Schedule and Agreed Cost of Delay (Section 00800). 17. Erosion Control Certificate (Section 00900). 18. Exhibits to this Contract (enumerated as follows): a. Contractor's Bid (pages 1 to 8 inclusive). b. Bidder Status Form (Section 00460). c. The following documentation that must be submitted by Contractor prior to Notice of Award. Contractor Background Information Form (Section 00471) ii. Proof of training required by Special Provisions relative to flagging and other protection of railroad company traffic and facilities during construction adjacent and above, on or across, the property of, or on, above and beneath the tracks of the CN. 19. The following which may be delivered or issued on or after the Effective Date of the Agreement: a. Notice to Proceed (Section 00850). b. Project Certification Page (Section 00102). c. Change Orders (Not attached to this agreement). There are no other Contract Documents. The Contract Documents may only be amended, modified, or supplemented as provided in General Conditions. 3. All materials used by the Contractor in the Project must be of the quality required by the Contract Documents and must be installed in accordance with the Contract Documents. 4. The Contractor must remove any materials rejected by the City as defective or improper, or any of said work condemned as unsuitable or defective, and the same must be replaced or redone to the satisfaction of the City at the sole cost and expense of the Contractor. 5. Five percent (5%) of the Contract price will be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Council to pay any claim by any party that may be filed for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that thirty (30) day period, as provided in Iowa Code Chapter 573 or Iowa Code Chapter 26. The City will also retain additional sums to protect itself against any claim that has been filed against it for damages to persons or property arising through the prosecution of the work and such sums will be held by the City until such claims have been settled, adjudicated or otherwise disposed of. 6. The Contractor has read and understands the Contract Documents herein referred to and agrees not to plead misunderstanding or deception related to estimates of quantity, character, location or other conditions for the Project. 7. In addition to any warranty provided for in the specifications, the Contractor must also fix any other defect in any part of the Project, even if the Project has been accepted and fully Page 2 of 7 City of Dubuque, Flood Control Levee Repair - 2021, Terminal Street — Maus Park paid for by the City. The Contractor's maintenance bond will be security for a period of two years after the issuance of the Certificate of Substantial Completion. 8. The Contractor must fully complete the Project under this Contract on or before the date indicated in the Construction Schedule and Agreed Cost of Delay Section of the Contract Documents. 9. INDEMNIFICATION FROM THIRD PARTY CLAIMS. To the fullest extent permitted by law, Contractor shall defend, indemnify and hold harmless City, its officers and employees, from and against all claims, damages, losses and expenses claimed by third parties, but not including any claims, damages, losses or expenses of the parties to this Contract, including but not limited to attorneys' fees, arising out of or resulting from performance of this Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property, including loss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of Contractor, or anyone directly or indirectly employed by Contractor or anyone for whose acts Contractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. 10. The Contractor hereby represents and guarantees that it has not, nor has any other person for or in its behalf, directly or indirectly, entered into any arrangement or Contract with any other Bidder, orwith any public officer, whereby it has paid or is to pay any other Bidder or public officer any sum of money or anything of value whatever in orderto obtain this Contract; and it has not, nor has another person for or in its behalf directly or indirectly, entered into any Contractor arrangement with any other person, firm, corporation or association which tends to or does lessen or destroy free competition in the award of this Contract and agrees that in case it hereafter be established that such representations or guarantees, or any of them are false, it will forfeit and pay not less than ten percent (10%) of the Contract price but in no event less than $2,000.00 (Two Thousand Dollars) to the City. 11. The surety on the Bond furnished for this Contract must, in addition to all other provisions, be obligated to the extent provided for by Iowa Code 573.6 relating to this Contract, which provisions apply to said Bond. 12. The Contractor agrees, and its Bond is surety therefore, that after the Certificate of Substantial Completion has been issued by the City, it will keep and maintain the Project in good repair for a period of two (2) years. 13. The Project must be constructed in strict accordance with the requirements of the laws of the State of Iowa, and the United States, and ordinances of the City of Dubuque, and in accordance with the Contract Documents. A. All applicable standards, orders, or regulations issued pursuant to the Clean Air Act of 1970 (42 U. S. C. 1958 (H) et. seq.) and the Federal Water Pollution Act (33 U. S. C. 1368 et. seq.) as amended, Executive Order 11738, and Environmental Protection Agency regulations (40 CFR, Part 15). Contractor must comply with Section 103 and Page 3 of 7 City of Dubuque, Flood Control Levee Repair - 2021, Terminal Street — Maus Park 107 of the Contract Work Hours and Safety Standards Act (40 USC 327-330) and Department of Labor Regulations (29 CFR, Part 5). B. The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. CONSENT DECREE RELATING TO THE PROJECT 14. THIS CONTRACTOR IS PERFORMING WORK FOR THE CITY OF DUBUQUE RELATED TO THE WATER & RESOURCE RECOVERY CENTER OR THE SANITARY SEWER COLLECTION SYSTEM. THEREFORE, THE CONSENT DECREE AND THIS SECTION ARE APPLICABLE. CITY CONTRACTOR THIS CONTRACTOR IS NOT PERFORMING WORK FOR THE CITY OF DUBUQUE RELATED TO THE WATER & RESOURCE RECOVERY CENTER OR THE SANITARY SEWER COLLECTION SYSTEM. THEREFORE THE CONSENT DECREE AND THIS SECTION ARE NOT APPLICABLE. The City has entered into a Consent Decree in the case of The United States of America, and the State of Iowa v. The City of Dubuque, Iowa, Civil Action Number Case 2:11-cv-01011-EMJ, Civil Action Number 2008V00041, DOJ Case Number 90-5-1-1-09339, United States District Court for the Northern District of Iowa. The provisions of the Consent Decree apply to and are binding upon the City and its officers, directors, employees, agents, servants, successors, assigns, and all persons, firms and corporations under contract with the City to perform the obligations of the Consent Decree. The City is required to provide a copy of the Consent Decree to any contractor or consultant retained to perform work required by the Consent Decree. A copy of the Consent Decree is included in the Contract Documents and can be viewed at http://www.cityofdubugue.ore/DocumentCenter/Home/View/3173. A hard copy is available upon request at the City's Engineering Department Office. The City must condition any contract to perform work required under the Consent Decree upon performance of the work in conformity with the provisions of the Consent Decree. Page 4 of 7 City of Dubuque, Flood Control Levee Repair - 2021, Terminal Street — Maus Park The Consent Decree also provides that until five (5) years after the termination of the Consent Decree, the City must retain, and must instruct its contractors and agents to preserve, all non- identical copies of all documents, reports, data, records, or other information (including documents, records, or other information in electronic form) in its or its contractors' or agents' possession or control, or that come into its or its contractors' or agents' possession or control, and that relate in any manner to the City's performance of its obligations under this Consent Decree, including any underlying research and analytical data. This information -retention period, upon request by the United States or the State, the City must provide copies of any documents, reports, analytical data, or other information required to be maintained under the Consent Decree. At the conclusion of the information -retention period, the City must notify the United States and the State at least ninety (90) Days prior to the destruction of any documents, records, or other information subject to such requirements and, upon request by the United States or the State, the City must deliver any such documents, records, or other information to the EPA or IDNR. Page 5 of 7 City of Dubuque, Flood Control Levee Repair - 2021, Terminal Street — Maus Park CERTIFICATION BY CONTRACTOR The undersigned, on behalf of the Contractor, with full authority to act on behalf of the Contractor, certifies to the City of Dubuque as follows: 1. I have received a copy of the Consent Decree in the case of The United States of America, and the State of Iowa v. The City of Dubuque, Iowa, Civil Action Number Case 2:11-cv-01011-EMJ, Civil Action Number 2008V00041, DOJ Case Number 90-5-1-1-09339, United States District Court for the Northern District of Iowa. 2. All work performed will be in conformity with the provisions of the Consent Decree. 3. All documents reports, data, records, or other information (including documents, records, or other information in electronic form) that relate in any manner to the performance of obligations under the Consent Decree, including any underlying research and analytical data, will be retained as required by the Consent Decree. 4. The Contractor agrees to defend, indemnify, and hold harmless the City, its officers, agents, or employees from and against any claims, including penalties, costs and fees as provided in the Consent Decree, relating to or arising out of the Contractor's failure to comply with the Consent Decree. CONTRACTOR: Boyle Built Enterprises L-C, 33837 142"d Street, Selma, IA 52588 / la v li 13u j ! Gn�r.A 1�4r e1 �C�G� Con ractor By:� Signature �/MBAll /3 54yzl-y Printed Name oh(1 F S f,P/tre 6/s? Title 3 Nate Page 6 of 7 City of Dubuque, Flood Control Levee Repair - 2021, Terminal Street — Maus Park THE CITY AGREES: 15. Upon the completion of the Contract, and the acceptance of the Project by the City Council, and subject to the requirements of law, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for the total work completed at the price(s) stated in the Contractor's Bid Proposal and less any Agreed Cost of Delay provided for in the Contract Documents. CONTRACT AMOUNT $ 112,885.64 CITY OF DUBUQUE, IOWA: DepDep t t By: Signature ff rinted Name Title Date CONTRACTOR: Boyle Built Enterprises LLC B. V ., £ D/vJa3 .CALF Contractor By: Signature L//�A,+'41-f 13 S4&.4Y Printed Name ST%r�TEdIJT Title G&3/92A1 Date Page 7 of 7 City of Dubuque, Flood Control Levee Repair - 2021, Terminal Street — Maus Park PERFORMANCE, PAYMENT AND MAINTENANCE BOND SECTION 00600 Bond No. 05944246 KNOW ALL BY THESE PRESENTS: That we,Boyle Byuilt Enterprises LLC, as Principal (hereinafter the "Contractor" or "Principal") and Old Republic Surety Company as Surety are held and firmly bound unto the City of Dubuque, Iowa, as Obligee (hereinafter referred to as "Owner"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of $112,885.64, lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Owner, bearing date the 16th day of June, 2021 (hereinafterthe "Contract") wherein said Contractor undertakes and agrees to construct the following project in accordance with the Contract Documents, and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. The Contract Documents for the Flood Control Levee Repair- 2021, Terminal Street — Maus Park CIP #7202155, Dubuque, Iowa Project detail the following described improvements: The project consists of supplying and placing embankment material for repairs to the flood levee, erosion control and landscaping restoration of disturbed areas. It is expressly understood and agreed by the Contractor and Surety in this Bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract and Contract Documents, by reference made a part hereof, forthe project, and shall indemnify and save harmless the Ownerfrom all outlay and expense incurred by the Owner by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Owner is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor Page 1 of 4 City of Dubuque, Flood Control Levee Repair - 2021, Terminal Street — Maus Park and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract Documents within the period of two (2) year(s) from the date of acceptance of the work under the Contract, by reason of defects in workmanship, equipment installed, or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Owners reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Owner all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. Contractor's and Surety's Contract herein made extends to defects in workmanship or materials not discovered or known to the Owner at the time such work was accepted. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time authorized in approved change orders to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, authorized in approved change orders which thereby increases the total contract price and the penal sum of this Bond, provided that all such changes do not, in the aggregate, involve an increase of more than twenty percent (20%) of the total contract price, and that this Bond shall then be released as to such excess increase; C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. The Contractor and every Surety on the Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: D. That no provision of this Bond or of any other contract shall be valid that limits to less than five (5) years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense' is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Owner including Page 2 of 4 City of Dubuque, Flood Control Levee Repair - 2021, Terminal Street — Maus Park interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorney's fees (including overhead expenses of the Owner's staff attorneys), and all costs and expenses of litigation as they are incurred by the Owner. It is intended the Contractor and Surety will defend and indemnify the Owner on all claims made against the Owner on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Owner will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Owner incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Owner whole for all such outlay and expense, provided that the Surety's obligation under this Bond shall not exceed one hundred twenty-five percent (125%) of the penal sum of this Bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Dubuque County, State of Iowa. If legal action is required by the Owner to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Owner, the Contractor and the Surety agree, jointly, and severally, to pay the Owner all outlay and expense incurred therefor by the Owner. All rights, powers, and remedies of the Owner hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Owner, by law. The Owner may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract, in the Contract Documents, and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond, the Contract, or the Contract Documents; second, if not defined in the Bond, Contract, or Contract Documents, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract and Contract Documents are hereby made a part of this Bond. Page 3 of 4 City of Dubuque, Flood Control Levee Repair - 2021, Terminal Street — Maus Park Project No. 19209 rf Witness our hands, in duplicate, this SURETY COUNTERSIGNED BY: Signature of Agent Printed Name of Agent Company Address City, State, Zip Code 3tq-3tQz.1-S1g3 Company Telephone Number PRINCIPAL: i30"Jl au It eAler k%Ise's 4.4C Contracctttorr /f By:� Signature &W.cr £ i3 <44vtA V Printed Name Title NOTE: day of (&J -7— F M PROVED Y: �� presentative for Owner SURETY: P/al A?4A- G'e- sctceil (60r ""'J Suret mpany n Signature Attorney -in -Fact Officer Lao-e.,` 14.yyl2nea,g�7 Printed Name of Attorney -in -Fact Officer Company Name y6>0 / `'f gvt-0-4 SG C CompanyAddress I RUIV 6, LIA 52yol City, State, Zip Code fq - 5&4, 6l 9 3 Company Telephone Number 1. All signatures on this performance, payment, and maintenance Bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This Bond must be sealed with the Surety's raised, embossing seal. 3. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this Bond must be exactly as listed on the Certificate or Power of Attorney accompanying this Bond. ___= END OF SECTION 00600 =___ Page 4 of 4 OLD REPUBLIC SURETY COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does [Hake, constitute and appoint ROBERT L KOLLSMITH, JACQUELINE K. PETERS, DEBORAH D. HAHN, M LYNN KIMBLE. TIMOTHY J FOLEY. JASON D. SMITH, SAMANTHA SPILMAN, DAVID M. OWEN, JENNIFER LUSE, JAMES M. SMITH, LUKAS SCHRODER. AARON COLLINS, LAURI A MENEOUGH, OF CEDAR RAPIDS, LA its true and lawful Attorneys)-m-Fact, with full power and authority, for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognirmces or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds, hazardous waste remediation bonds or black lung bonds), as follows: ALL WRF17EN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby; and all of the acts of said Attomeys-in-Fact, pursuant to these presents, are ratified and confirmed. This document is not valid unless printed on colored background and is multi -colored. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982. RESOLVED that, the president, any vice-president, or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attomeys-in-Fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attomey-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president,. any vice president or assistant vice president, and attested and sealed (if a seal he required) by any secretary or assistant secretary; or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attomey-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attomeys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER, that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification there of authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this 25TH day of OCTOBER. 2019. I OLD REPUBLIC SURETY COMPANY ,.• suii". Y eLd•� • ___tM_ I� �W1r As ecretary ' e SEAL t'o Piusident STATE OF WISCONSIN, COUNTY OF WAUKESHA-SS On this 25TH day of OCTOBER, 201.9 , personally came before me, Alan Pavlic and Kevin Abitz , to me (mown to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the more, and being by me duly swam, did severally depose and say; that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. r a+ '�/ • -L�— tl. Notary Public My commission expires: 9/28/2022 CERTIFICATE (Expiration of notary commission does not invalidate this instrument) tithe undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. 40-5006,,.,•.,,b I .mac sv4 `a, Signed and sealed at the City of Brookfield, WI this day of SEAL i Assistant Lary L.C.