HomeMy WebLinkAboutRicklefs Excavating Ltd.-6/23/2014CITY OF WATERLOO
Council Communication
City Council Meeting: June 23, 2014
Prepared: June 18, 2014
Dept. Head Signature: Eric Thorson, PE., City Engineer
# of Attachments:
SUBJECT: F.Y. 2014 STORMWATER LIFT STATIONS
(HOLLYWOOD, CEDAR BEND, FLETCHER)
AWARDING OF CONTRACT
AND
APPROVAL OF CONTRACT, BONDS AND CER I IFTCATES OF INSURANCE
RICKLEFS EXCAVATING LTD.
CONTRACT NO. 836
Submitted by: Jamie Knutson, PE, Associate Engineer
Recommended City Council Action:
After review of the bids, it is being recommended that this contract be awarded to RICKLEFS
EXCAVATING LTD., of Anamosa, Iowa, and that the Contract, Bonds, and Certificate of Insurance for
this project be approved and signed.
Approval and signatures of Contracts, Bonds, Certificate of Insurance for the F.Y. 2014 STORWATER
LIFT STATIONS (HOLLYWOOD, CEDAR BEND, FLETCHER), Contract No. 836.
Please return both executed copies to this office for further processing.
Summary Statement
Transmitted herewith are two (2) copies of each of the Contract, Bond and Certificate of Insurance on the
F.Y. 2014 STORMWATER LIFT STATIONS (HOLLYWOOD, CEDAR BEND, FLETCHER),
Contract No. 836, for approval and signatures of City officials. The contract is with RICKLEFS
EXCAVATING LTD., of Anamosa, Iowa, in the amount of $6,583,880.00.
Expenditure Required $6,583,880.00
Source of Funds CDBG funding
Policy Issue N/A
Alternative N/A
Background Information:
FORM OF CONTRACT
CONTRACT FOR THE CONSTRUCTION OF
F.Y. 2014 STORMWATER LIFT STATIONS
SITE 1 — HOLLYWOOD
SITE 2 — CEDAR BEND
SITE 3 - FLETCHER
CITY OF WATERLOO, IOWA
CONTRACT NO. 836
This contract made and entered into this day of JLlAtA__ , 20 by and
between the City of Waterloo, Iowa, a Municipal Corporation, (hereinafter referred to
as City), and RICKLEFS EXCAVATING, LTD of Anamosa, Iowa, (hereinafter
referred to as Contractor), WITNESSETH:
PAR. 1
PAR. 2
PAR. 3
Contractor agrees to build and construct the FY 2014 STORMWATER
LIFT STATIONS (SITE 1 — HOLLYWOOD, SITE 2 — CEDAR BEND, SITE
3 — FLETCHER), Contract No. 836 and furnish all necessary tools,
equipment, materials, and labor necessary to do all the work called for in
the plans and specifications in a workmanshiplike manner and for the
prices set forth in Contractor's proposal, which was accepted by the City,
and which is understood and agreed to be a part of this contract.
It is understood and agreed that the resolution adopted by the City Council
ordering the construction of the improvement, the Notice to Contractors as
published, the Instruction to Bidders, the Form of Proposal, the
Construction and Maintenance Bonds, the Council Proceedings relating to
this matter, and the Plans and Specifications shall all be considered as
forming a part of the contract the same as though they were each set out in
said contract.
The Contractor agrees to fumish at its own cost and expense, all
necessary materials and labor for said work and to construct said
improvements in a thorough, substantial, and workmanlike manner, and in
strict accordance with the requirements of this contract, and of the plans
and specifications made a part hereof by reference, and to the satisfaction
and approval of the City and its engineer.
FORM OF CONTRACT PAGE 1 OF 5 PAGES
PAR. 4
PAR. 5
PAR. 6
PAR. 7
PAR. 8
PAR. 9
The Contractor agrees to perform said work and install said improvements
on the terms set out in bid or proposal to the City which has been accepted
by the City and which is by reference made a part of this contract.
The work under the proposed contract shall be commenced within
ten (10) working days after receipt of "Notice to Proceed" and all items
shall be completed as follows:
Substantial Completion: 31st day of December, 2015
Final Completion: 31st day of March, 2016
Should the Contractor fail to complete said improvements in strict
accordance with the terms and conditions of this contract, or the plans and
specifications therefor promptly by the date herein specified, the City may
pay such additional sums as it may be required to pay by reason of the
failure of said contractor and deduct anv and all such sums from any
amount then due the Contractor.
The Contractor agrees to comply with and obey all ordinances of the City
of Waterloo, Iowa, relating to the obstruction of streets and alleys, keeping
open passage ways for water, traffic, and protecting any excavations in any
street or alley, and maintaining proper and sufficient barricades with lights
and signals during all hours of darkness, to see that the backfilling is
properly done, and agrees to keep the City whole and defend any and all
suits that may be brought against the City by reason of any injuries that
may be sustained by any person or property allegedly caused by the
Contractor, or his agents, while work is done pursuant to this agreement.
The Contractor agrees that in the event a law suit is brought against the
City for damages allegedly sustained by reason of any act, omission or
negligence of the Contractor or its agents, or on account of any injuries
allegedly sustained by reason of any obstruction, hole, depression or
barrier placed or dug by the defendant or its agents, in the doing of the
work herein contracted for, that it will defend said suit and save the City
harmless therein, and in case judgment is rendered against the City, the
Contractor agrees to pay the same promptly. The Contractor agrees to
carry public liability insurance in a solvent company in a sufficient amount
to protect the City and those who use the streets of the City.
The City shall have the right to appoint one or more construction reviewers
who shall review the progress of the work in detail; also, to make any test
or any material to be used in such work. No material shall be used in any
work until the same has first been approved by the construction reviewer.
Such construction reviewer shall have full authority to pass judgment upon
all materials and upon the manner of doing the work, and their judgment on
FORM OF CONTRACT PAGE 2 OF 5 PAGES
PAR. 10
PAR. 11
PAR. 12
PAR. 13
PAR. 14
PAR. 15
rejecting any materials, substance, or manner of work shall be final unless
it is revoked or modified by the City Engineer.
Any material, which has been rejected by the construction reviewer, shall
be at once removed from the line of work and shall not be again taken
thereon or placed with the material proposed to be used without the written
consent of the City Engineer.
The Contractor shall maintain no cause of action against the City on
account of delays and prosecution of work, but if said work is delayed by
the City, the Contractor shall have such extra time for completion of the job
as was lost by reason of the delay caused by the City.
The Contractor agrees to pay punctually all just claims of labor, material,
men, or subcontractors who shall perform labor or fumish materials
entering into this improvement. It is agreed that the City need not pay the
Contractor until all such claims are paid by the Contractor. It is agreed that
the City shall not be liable for said labor, material, or men under this
contract.
The Contractor agrees to fumish the City, simultaneously with this contract,
a bond on a form to be provided by the City in the amount provided by law
as stated in the Notice to Bidders, which shall be for the benefit of the City,
and any and all persons injured by the breach of any of the terms of this
contract. Said bond shall be filed with the City Clerk and shall be subject to
the approval of the City Council, and is by reference made a part of this
contract.
The Contractor agrees that should it abandon work under this contract or
cease the prosecution thereof for a period of thirty (30) consecutive days
without reasonable cause, and should it fail to proceed with said work
within ten (10) days after a notice to continue or carry it on has been mailed
to it at the address given herein by the City, or after such notice has been
served on it, then the City may proceed to complete said work, using any
material, tools, or machinery found along said line of work, doing the work
either by contract or as it may elect, and the Contractor and the sureties on
its bond shall be liable to the City for the costs and expenses so paid out.
Said costs shall be retained by the City from any compensation due, or to
become due the Contractor, and may be recovered by the City in an action
upon Contractor's bond.
In consideration of the full compliance on the part of the Contractor with all
the provisions, stipulations, and conditions hereof, or contained in the
various instruments made a part of this contract by reference, and upon
completion and acceptance of said work, the City agrees to pay to the
Contractor, in the manner set out in the Notice to Contractors, the amount
FORM OF CONTRACT PAGE 3 OF 5 PAGES
PAR. 16
PAR. 17
PAR. 18
PAR. 19
PAR. 20
PAR. 21
of money due the Contractor for work performed and accepted, at the unit
prices set out in the Contractor's proposal, which has been accepted by the
City.
The total amount of the contract, based on the Engineer's estimates of
quantities and the Contractor's unit bid prices, and for which 100% surety
bond is required is $6,583,880.00.
After the completion of said work, the Contractor agrees to remove all
debris and clean up said streets, and to save the City harmless from any
damage allegedly resulting from a failure to clean up and remove the
debris or put the street back in a proper condition for travel.
This contract is not divisible, but in the event of a conflict between this
contract and the various instruments incorporated by reference, this
contract shall govern.
Before the Contractor shall be entitled to receive final payment for work
done under this contract, it shall execute and file a bond in the penal sum
of not less than 100% of the total amount of the contract, same to be
known as "Maintenance Bond," and which bond must be approved by the
City Council, and which bond is in addition to the bond given by the
Contractor to guarantee the completion of the work.
The Contractor shall maintain all work done hereunder in good order for
the period of two (2) years from and after the date it is accepted by the
Council of the City of Waterloo, Iowa. Said maintenance shall be made
without expense to the City or the abutting property. In the event of the
failure or default of the Contractor to remedy any or all defects appearing in
said work within a period of two (2) years from the date of its acceptance
by said Council, and after having been given ten (10) days notice so to do
by registered letter deposited in the United States Post Office in said town,
addressed to said contractor at the address herein given, then the City may
proceed to remedy such defects. The costs and expenses thereof to be
recovered from the Contractor and the sureties on its maintenance bond by
an action brought in any court of competent jurisdiction.
The Contractor shall give notice to said City by registered letter directed to
the Mayor or City Clerk/Auditor thereof not more than four (4) and not less
than three (3) months prior to the expiration of the term during which the
Contractor is required to maintain said improvements, in good repair by the
terms of its Contract. The liability of the Contractor and of the sureties on
its bond for maintenance of the said improvements shall continue until
three (3) months after such notice has been given to the City, and, in any
event, until two (2) years after the acceptance of the work.
FORM OF CONTRACT PAGE 4 OF 5 PAGES
CITY " ► ATERLOO, IOWA
City Clerk
RICKLEFS EXCAVATING, LTD
Contractor
BY:
Title: RI esk acirck
Approved by the City Council of the City of Waterloo, Iowa, this 234
day of Jllvu- , 201+.
ATTEST.
, City Clerk
Waterloo, Iowa
FORM OF CONTRACT PAGE 5 OF 5 PAGES
Bond #54201318
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, Ricklefs Excavating, LTD of 12536 Buffalo Rd, Anamosa, IA 52205
(the "Principal"), and United Fire & Casualty of 118 Second
Ave SE, Cedar Rapids, IA 52401 (the "Surety"), are held and firmly bound unto the City of
Waterloo, Iowa (the "Obligee"), in the penal sum of Six Million Five Hundred Eighty Three Thousand
Eight Hundred Eighty Dollars ($ '6,583,880.00`* ), lawfulmoney of the United
States, for the payment of said sum in connection with a contract (the "Contract") dated on
or about June 23, 2014 for the purpose of FY 2014 Stormwater Lift Stations
(Site 1) - Hollywood, Site 2 - Cedar Bend, Site 3 - Fletcher Contract No. 836 . The Contract is
incorporated herein by reference as though fully set forth herein
Whenever the Principal shall be and is declared by the Obligee to be in default under the
Contract, with the Obligee having performed its obligations in the Contract, then the
Surety, acknowledging that time is of the essence, may promptly remedy the default, or
shall promptly undertake to:
1. Complete the Contract in accordance with its terms and conditions; or
2. Obtain one or more bids for completing the Contract in accordance with its
terms and conditions, and upon determination by the Surety of the lowest
responsible bidder, or negotiated proposal, or, if the Obligee elects, upon
determination by the Obligee and the Surety jointly of the lowest responsible
bidder, or negotiated proposal, arrange for a contract between such party
and the Obligee. The Surety will make available as work progresses
sufficient funds to pay the cost of completion less the balance of the
Contract price. The cost of completion includes responsibilities of the
Principal for correction of defective work and completion of the Contract, the
Obligee's legal and design professional costs resulting directly from the
Principal's default, and liquidated damages or actual damages if no
liquidated damages are specified in the Contract. The term "balance of the
Contract price" means the total amount payable by the Obligee to the
Principal under the Contract and any amendments thereto, less the amount
properly paid by the Obligee to the Principal; or
3. Determine the amount for which it is liable to the Obligee and pay the
Obligee that amount as soon as practicable.
In the event this bond is enforced, Principal and Surety agree to indemnify Obligee and
hold Obligee harmless from and against any and all costs of enforcement, including but
not limited to reasonable attorneys' fees and expenses.
Every Surety on this bond shall be deemed and held, any contract to the contrary
notwithstanding, to consent to each and all of the following matters, without notice:
Performance Bond Page 1 oft
1. To any extension of time to the Contract in which to perform the Contract.
2. To any change in the plans, specifications, or Contract when such change
does not involve an increase of more than twenty percent (20%) of the total
Contract price, and shall then be released only as to such excess increase.
B. That no provision of this bond or of any other contract shall be valid which
limits to Tess than one (1) year from the time of the acceptance of the work
the right to sue on this bond for defect in workmanship or material not
discovered or known to the Obligee at the time such work was accepted.
If the Principalperforms the Contract, then this bond shall be null and void; otherwise it
shall remain in full force and effect. In no event shall the Surety's total obligation exceed
the penal amount of this bond.
Terms used herein shall include, as appropriate, the singular or plural number, or the
masculine, feminine or neuter gender.
IN WITNESS WHEREOF, the undersigned Principal and Surety have executed this
Performance Bond as of June 23, 2014
PRINCIPAL SURETY
Ricklefs Excavating, LTD United Fire & Casualty
Name Name
By:d(
'2 jej/
&-e �!
By:
/ Susan A Holt
Title:9CL 1c,Jr..,\A-\?resldatt Title: Attorney-in-fact
[attach Power of Attorney]
NOTE: Date of BOND must not be prior to date of Contract.
If CONTRACTOR is Partnership, all partners should execute BOND.
If this project.includes;.Federal Funds the following* applies to the payment bond':
IMPORTANT: Surety companies executing bonds must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized to transact
business in the State Where the project is located`
Performance Bored
Page 2 of 2
Bond #54201319
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: that
Ricklefs Excavating, LTD
(Name of Contractor)
12536 Buffalo Rd, Anamosa, IA 52205
(Address of Contractor)
a Corporation hereinafter called Principal,
(Corporation, Partnership or Individual)
and,
United Fire & Casualty
(Name of Surety)
118 Second Avenue SE, Cedar Rapids, IA 52401
(Address of Surety)
hereinafter called Surety, are held and firmly bound unto
City of Waterloo
(Name of Owner)
715 Mulberry Street, Waterloo, IA 50703
(Address of Owner)
Six Million Five Hundred Eighty Three Thousand Eight Hundred Eighty Dollars & no/100
hereinafter called OWNER, in the penal sum of Dollars,($"6,583,880.00" )
in Lawful money of the United States, for the payment of which sum well and truly to be made,
we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a
certain contract with the OWNER, dated the 23rd day of June
2014 , a copy of which is hereto attached and made a part hereof for the construction of:
FY 2014 Stormwater Lift Stations (Site 1) - Hollywood, Site 2 - Cedar Bend, Site 3 - Fletcher, Contract No. 836
NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms,
SUBCONTRACTORS, and corporations furnishing materials for or performing labor in the
prosecution of the WORK provided for in such contract, and any authorized extension or
modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and
coke, repairs on machinery, equipment and tools, consumed or used in connection with the
construction of such WORK, and all insurance premiums on said WORK, and for all labor,
performed in such WORK whether by SUBCONTRACTOR or otherwise, then this obligation
shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the contract or to the
WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall
in any wise affect its obligation on this BOND, and it does hereby waive notice of any such
change, extension of time, alteration or addition to the terms of the contract or to the WORK
or to the SPECIFICATIONS.
PROVIDED, FURTHER, that no final settlement between the OWNER and the
CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be
unsatisfied.
IN WITNESS HEREOF, this instrument is executed in 4 counterparts, each one of
(number):
which shall be deemed an original, this the 23rd day of June
2014
ATTEST:
(Principal) Secretary
(SEAL)
Stcr-
Witness as to Principal
12536 Buffalo Rd
(Address)
Anamosa, IA 52205
Ricklefs Excavating, LTD
By
Principal
1253Buffalo Rd
(s)
(Address)
Anamosa, IA 52205
United Fire & Casualty
Surety
to
Attomey-in-Fact
3100 Oakland Rd
W ess as to (Address)
3100 Oakland Rd
(Address)
Cedar Rapids, IA 52402
Cedar Rapids, IA 52402
NOTE: Date of BOND must not be prior to date of Contract.
If CONTRACTOR is Partnership, all partners should execute BOND_
this project includes Federal Funds., the following applies to"thepayrnent bond:
IMPORTANT: Surety .companies executing- bonds must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized to transact
business in the State -Where the project is located:
to
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA
UNITED FIRE & INDEMNITY COMPANY, GALVESTON, TX
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA
CERI'IFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company — See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under
the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of
Texas; and FINANCIAL PACIFIC INSURANCE Ces\ and OMPANY,
their oa corporation duly organizedandexisting undids, State of aer the laws of the State of California
(TIMOTHerein Y�Jtively callSMSA N, Othe R SUSAN A. HOLT, OR KEVIN S. Me EASEers,nOR�CASSANDRA J. DALEY, Ooes R JAMES A�eandappoint
TRUNNELL, OR JENNIFER FREYMARK, ALL INDIVIDUALLY of CEDAR RAPIDS IA
Inquiries: Surety Department
118 Second Ave SE
Cedar Rapids, IA 52401
319-399-5494
their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings
and other obligatory instruments of similar nature provided that no single obligation shall exceed $ 20 , 000 , 000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted shall expire the 6th day of November , 2015 unless sooner revoked by UNITED FIRE &
CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of
Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE
COMPANY. "Article VI — Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to
time, appoint by written certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be
affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,
when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and
binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such
instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of
the Companies may at any time revoke all power and authority previously given to any attorney-in-fact.
"�""n"�'4.j`� m,,,, IN WITNESS WHEREOF the COMPANIES have each caused these resents to be signed b its
•
4.=� 6 "7�A�� �aGINS(/ �o presents � Y
�' 0 k4' '?.'o `�o`�Q0. •,, Q vice president and its corporate seal to be hereto affixed this 6t h day of November , 2013
Q. Ivo qT�,
RCORPORATE
it
SEAL
gg
_Scc� �QLv� 0•�0:
6 '', 1986 lig
'';'�pgnnrnuur�oo"".
State of Iowa, County of Linn, ss:
On 6th day of November, 2013, before
to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED
FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC
INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the
seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations
and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
By:
UNITED FIRE & CASUALTY COMPANY
UNITED FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE COMPANY
ice President
me personally came Dennis J. Richmann
Judith A. Davis
Iowa Notarial Seal
Commission number 173041
My Commission Expires 4/23/2015
4
Notary Public
My commission epi pines: 4/23/2015
I, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of 1 ITED FIRE & INDEMNITY COMPANY,
and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power
of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the
ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the
said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 23rd day of .Tune ,2014
BPOA0045 0913
By:
Secretary, UF&C
Assistant Secretary, OF&I/FPIC
RICKL-4
OP ID: CT
.04WR®®
ILTRR
I DATE (MM1DD/YYYY)
06/17114
INSURANCE
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 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 319-365-8611
MIllhIser Smith Agency, Inc.PHONE
3100 Oakland Road NE 319-365-6919
PO Box 3100
Cedar Rapids, IA 52406-3100
Michael L. Flttro
Ce`,
FAX
Est' (A1C, No):
AILD,
ADDRESS:
INSURERS) AFFORDING COVERAGE
NAIL
INSURER A : Cincinnati Insurance Company
10677
INSURED Ricklefs Excavating Ltd.
12536 Buffalo Rd
Anamosa, IA 52205-7637
INSURERB:
03/15/15
INSURER C :
$ 1,000,00C
INSURER D :
$ 200,000
INSURER E :
$ 10,00C
INSURERF:
•
BE
v
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.
ILTRR
TYPE OF INSURANCE
ADDLIN
Swvn
POLICY NUMBER
IPOLICY les EFF
POLICY
IMM DDIDNVYYl
LIMITS
A
GENERAL
X
LIABILITY
COMMERCIAL GENERAL LIABILITY
X
EPP0184672
03/15/14
03/15/15
EACH OCCURRENCE
$ 1,000,00C
DAMAGE TO RENTED
PREMISES (Ea occurrence)
$ 200,000
MED EXP (Any one person)
$ 10,00C
CLAIMS -MADE X OCCUR
PERSONAL & ADV INJURY
$ 1,000,00C
GENERAL AGGREGATE
$ 2,000,00C
PRODUCTS - COMP/OP AGG
$ 2,000,00C
GEN'L AGGREGATE LIMIT APPLIES PER:
—I POLICY n PRCOT n LOC
$
A
AUTOMOBILE
_
X
LIABILITY
ANY AUTO
ALL OWNED
AUTOS
HIRED AUTOS
_
_
SCHEDULED
AUTOS
NON -OWNED
AUTOS
EPA0184672
03/15/14
03/15/15
GOMBINEU SINGLE. LIMI 1
(Ea accident)
1,000,000
i
$
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
$
A
X
UMBRELLALIAB
EXCESSLIAB
X
OCCUR
CLAIMS -MADE
EPP0184672
03/15/14
03/15/15
EACH OCCURRENCE
$ 5,000,00C
AGGREGATE
$ 5,000,00C
$
DED X Rt. IE.NTION $ 0
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANYPROPRIETORIPARTNERIEXECU11VE Y�
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N!A
WC1926495
03/15/14
03/15/15
X WC STATU- OTH-
TORY LIMITS ER
E.L. EACH ACCIDENT
$ 1,000,00C
E.L. DISEASE - EA EMPLOYEE
$ 1,000,00C
E.L. DISEASE - POLICY LIMIT
$ 1,000,00C
A
Installation
EPP0184672
03/15/14
03/15/15
Limit 50,00C
DESCRIPTION OF OPERATIONS I LOCATIONS! VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space le required)
Project: FY 2014 Stormwater Lift Stations
Site 1 - Hollywood; Site 2 - Cedar Bend; Site 3 - Fletcher; Contract No. 836
WATER -1
City of Waterloo
715 Mulberry Street
Waterloo, IA 50703
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
Michael L. Fittro
ACORD 25 (2010/05)
O 1988-2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD