Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Modern Builders, Inc.-8/18/2014
CITY OF WATERLOO Council Communication City Council Meeting: August 18, 2014 Prepared: August 13, 2014 Dept. Head Signature: Michael Wilson 0J # of Attachments: 1 SUBJECT: Approval of Contract, Bonds, and Certificates of Insurance with Modern Builders, Inc., Janesville, Iowa in the amount of $66,350.00 in conjunction with the Replace Bi -Fold Door, Hangar #2 project at Waterloo Regional Airport; and to authorize Mayor to execute said documents. Submitted by: Michael Wilson, Airport Director Recommended City Council Action: Approve Contract, Bonds, and Certificates of Insurance with Modern Builders, Inc., Janesville, Iowa in the amount of $66,350.00 in conjunction with the Replace Bi -Fold Door, Hangar #2 project at Waterloo Regional Airport; and to authorize Mayor to execute said documents. Summary Statement: Expenditure Required: $66,350 Source of Funds: 100% from IDOT Vertical Infrastructure grant Policy Issue: Alternative: Background Information: The City Council approved an IDOT grant in fiscal year 2014 between City of Waterloo, through Waterloo Regional Airport, and IDOT in the amount of $102,785 for funding airport improvements, including this project. We advertised and held a public hearing on July 3, 2014. The sole bid was from Modern Builders, Inc., Janesville, Iowa. FORM OF CONTRACT CONTRACT FOR THE CONSTRUCTION OF REPLACE BI -FOLD DOOR HANGAR 2 AT THE WATERLOO REGIONAL AIRPORT IN THE CITY OF WATERLOO, IOWA IOWA DOT CSVI PROJECT PROJECT NO. 91140AL0200 CONTRACT NO. 15281 This contract made and entered into this 2014, by and between the City of Waterloo, Iowa, a Municipal Corporation, (hereinafter referred to as City), and Modern Builders, Inc., of Janesville, Iowa, (hereinafter referred to as Contractor), WITNESSETH: PAR. 1 PAR. 2 PAR. 3 PAR. 4 PAR. 5 PAR. 6 PAR. 7 Contractor agrees to build and construct the REPLACE BI -FOLD DOOR, HANGAR 2 AT THE WATERLOO REGIONAL AIRPORT and furnish all necessary tools, equipment, materials,. and labor necessary to do all the work called for in the plans and specifications in a workmanship like 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 furnish 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. 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 Contractor agrees to commence said work within ten (10) working days after receipt of "Notice to Proceed" and complete it on or before September 30, 2014, unless an extension of time is granted in writing by the Council of the City. 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 any 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 FORM OF CONTRACT AECOM 60307648 REPLACE BI -FOLD DOOR C-1 of 3 property allegedly caused by the Contractor, or his agents, while work is done pursuant to this agreement. PAR. 8 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. PAR. 9 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 rejecting any materials, substance, or manner of work shall be final unless it is revoked or modified by the City Engineer. PAR. 10 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. PAR. 11 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. PAR. 12 The Contractor agrees to pay punctually all just claims of labor, material, men, or subcontractors who shall perform labor or furnish 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. PAR. 13 The Contractor agrees to furnish 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. PAR. 14 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. PAR. 15 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 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. PAR. 16 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 $66,350.00. PAR. 17 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. FORM OF CONTRACT REPLACE BI -FOLD DOOR C-2 of 3 AECOM 60307648 PAR. 18 PAR. 19 PAR. 20 PAR. 21 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 Tess 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. CITY O) ATERLOO, IOWA '7 City Clerk MODERN BUILDERS, INC. Contractor BY: Title: 2,t,e—__/:-/ Approved by the City Council of the City of Waterloo, Iowa, this IF? -1A -day of ATTEST: FORM OF CONTRACT AECOM 60307648 Waterloo, Iowa , City Clerk REPLACE BI -FOLD DOOR 2014. C-3 of 3 Bond No. 929584973 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, Modem Builders, Inc. , of Janesville, IA (hereinafter called the Principal), and Western Surety Company of Sioux Falls, SD (hereinafter called the Surety), are held and firmly bound unto the City of Waterloo (hereinafter called the Obligee), in the penal sum of Sixty Six Thousand Three Hundred Fifty and No/100 Dollars ($ 66,350.00 ), lawful money of the United States, to payment of which sum, well and truly to be made, the Principal here firmly binds himself/themselves, his/their heirs, executors, and administrators, and the said Surety binds himself, his successors, assigns, executors, and administrators, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that, WHEREAS the above bounden Principal did, on the day of , 2014, enter into a written contract with the City of Waterloo, Iowa, for the construction of Replace Bi -Fold Door Hangar 2, Iowa DOT CVSI Proiect, Proiect No. 91140ALO200. Contract #15281. Waterloo Regional Airport, Waterloo, Iowa. a copy of which contract, together with all of its terms, covenants, conditions, and stipulations, is incorporated herein and made a part hereof as full and completely as if said contract were recited at length herein; and WHEREAS, the Principal and Surety on this bond hereby agree to pay to all persons, firms or corporations having contracts directly with the Principal or with subcontractors, all just claims due them for labor performed or materials furnished in the performance of the contract on account of which bond is given when the same are not satisfied out of the portion of the contract price which the public corporation is required to retain until completion of the public improvement, but the Principal and Surety shall not be liable to said persons, firms, or corporation unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. Now, if the Principal shall in all respects fulfill his said contract according to the terms and tenor thereof, and shall satisfy all claims and demands incurred for the same, and shall fully indemnify and save harmless the Obligee from all costs and damages which it may suffer by reason of failure to do so, and shall fully reimburse and repay the Obligee all outlays and expenses which it may incur in making good any such default, then the obligation is to be void and of no effect, otherwise to remain in full force and effect. Every Surety on this bond shall be deemed and held, any contract to the contrary notwithstanding, to consent without notice: 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. 3. That no provision of this bond or of any other contract shall be valid which limits to less 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. PERFORMANCE BOND REPLACE BI -FOLD DOOR AECOM 60307648 PFB-1 of 2 IN WITNESS WHEREOF, the undersigned Principal and Surety have executed this Performance Bond as of 2014 , PRINCIPAL SURETY Modern Builders, Inc. Westem Surety Company Name Name By: ,_ b _ (: �:! r� , 4-f BY Y1 Title: 19J` t i d Title: Cindy Bennett, Aitomey-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. PERFORMANCE BOND REPLACE BI -FOLD DOOR PFB-2 of 2 AECOM 60307648 Bond No. 929584973 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that MODERN BUILDERS, INC. (Name of Contractor) 202 Main Street, P.O. Box 418, Janesville, Iowa 50647 (Address of Contractor) a Corporation , hereinafter called Principal, (Corporation, Partnership or Individual) and Westem Surety Company (Name of Surety) P.O. Box 5077, Sioux Falls, SD 57117-5077 (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) hereinafter called OWNER, in the penal sum of Sixty Six Thousand Three Hundred Fifty and No/100— Dollars, $( 66,350.00 ) 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 day of , 2014, a copy of which is hereto attached and made a part hereof for the construction of: REPLACE BI -FOLD DOOR HANGAR 2 AT THE WATERLOO REGIONAL AIRPORT IOWA DOT CSVI PROJECT, PROJECT NO. 91140AL0200 CONTRACT NO. 15281 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. PAYMENT BOND AECOM 60307648 REPLACE BI -FOLD DOOR PB -1 of 2 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 3 counterparts, each one (number) of which shall be deemed an original, this the ATTEST: (Principal) Secretary (SEAL) Witness as to Principal P.O. Box 418 (Address) Janesville, IA 50647 day of f� Jus > 2014, Modem Builders, Inc. Principal P.O. Box 418 (s) (Address) Janesville, IA 50647 Westem Surety Company ATTEST: By Witness as to Sure . Surety (�t �� ° b •j Attorney -in -Fact Cindy Bennett Holmes Murphy & Associates, Inc. "Dione R. Young (Address) Holmes Murphy & Associates, Inc. (Address) P.O. Box 9207, Des Moines, IA 50306-9207 P.O. Box 9207, Des Moines, IA 50306-9207 NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. PAYMENT BOND REPLACE BI -FOLD DOOR PB -2 of 2 AECOM 60307648 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Craig E Hansen, Jay D Freiermuth, Brian M Deimerly, Clifford W Augspurger, Cindy Bennett, Anne Crowner, Stacy Venn, Laure Guisinger, T Mc Culloh, Shirley S Bartenhagen, Lacey Cramblit, Individually of West Des Moines, IA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligalory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attomey, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 6th day of November, 2012. State of South Dakota County of Minnehaha } ss iNtei VON NIA �4yDP_..., WESTERN SURETY COMPANY aul T. Bruflat, Vice President On this 6th day of November, 2012, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument that he knows the seal of said corporation; 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 corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires June 23, 2015 4...4444444444 !.!. lf.. 4Y4'9i I J. MOHR s .I:--47-.0.-NOTARY PUBLICS^ I s SOUTH DAKOTAN., f 41.44444444444444h444444444+ CERTIFICATE ) a A J. Mohr, Notary Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attomey hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of , 2014 . Form F4280-7-2012 WESTERN SURETY COMPANY 65° 2'.1.14.49"71°' L. Nelson, Assistant Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the. Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. ACORJJ CERTIFICATE OF LIABILITY INSURANCE I`------ DATE(MNUDDIVYY1) 8/5/2014 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 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 First Insurance Services/The Accel Group 300 E. Bremer Avenue P.O. Box 269 Waverly IA 50677 CONT CT Lori Frerichs IaCNN .Bdl: (319) 352-2880 INCNo): (319)352-2075 Wass: LPrerichs@AccelAdvantage . com INSURERS AFFORDING COVERAGE NAIC # INSURER AWest Bend Mutual 15350 INSURED MODERN BUILDERS, INC & JANESVILLE LUMBER, INC PO BOX 418 P.O. Box 418 JANE SVILLE IA 50647 INSURER 8 : CPI0635757 INSURER C : 4/1/2015 INSURE/2D: $ 1,000,000 INSURER E : $ 200,000 INSURERF: $ 10,000 COVERAGES CERTIFICATE NUMBER:CL1432404738 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 OF INSURANCE ADDL INSR SUBR VD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MANOD/YYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY CPI0635757 4/1/2014 4/1/2015 EACH OCCURRENCE $ 1,000,000 DAMAGE TO PREMISES (EaENTED occurrence) $ 200,000 MED EXP (Any one person) $ 10,000 CLAIMS -MADE X OCCUR PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES 371 POLICYn JECT PER LOC $ A AUTOMOBILE X LJABIUTY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED NUTOS ON -OWNED AUTOS CPI0635757 4/1/2014 4/1/2015 COMBINED SINGLE LIMIT (Ea accident) $ 1, 000 , 000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) S Underinsured motorist $ 1,000,000 A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE C010756992 4/1/2014 4/1/2015 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DED RETENTION$ A WORKERS COMPENSATION LI AND EMPLOYERS' ABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/Min NH) EXCLUDED? (Mandatory in (Mandatory1 If yes, describe under DESCRIPTION OF OPERATIONS below Y/ N N / A YPI0635758 4/1/2014 4/1/2015 Al.WC STATU- TORY LIMITS OTH- ER EL EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E L. DISEASE - POLICY LIMIT S 500,000 DESCRPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) Certificate holder is additional insured with respect to general liability. Project: Bi -fold door - Hangar 2, Waterloo Regional Airport. CERTIFICATE HOLDER CANCELLATION City of Waterloo 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 Lori Frerichs/LF ACORD 25 (2010/05) INSD25 r7mnw n1 © 1988-2010 ACORD CORPORATION. All rights reserved. This Af_f1R11 nnma anr1 Irwin aro ranictisrisri marks of AI f1Rr1 Letter of Transmittal TO: Ms. Suzy Schares City Clerk 715 Mulberry Street Waterloo, Iowa 50703 WE ARE SENDING YOU: ❑ Attached ❑ Shop Drawings ❑ Copy of Letter ❑ Prints ❑ Change Order -COM DATE: August 13, 2014 JOB ID NO. 60307648 ATTENTION: RE: Bi -Fold Door, Hangar 2 Iowa DOT CSVI Project, Project No. 91140AL0200 Contract No. 15281 Waterloo Regional Airport ❑ Under Separate Cover Via ❑ Plans ❑ Samples the Following Items: ❑ Specifications Copies Date No. Description 4 Contract, Bonds and Certificate of Insurance for Above -Referenced Project THESE ARE TRANSMITTED AS CHECKED BELOW: ❑ For Approval ❑ For Your Use ❑ As Requested ❑ For Review and Comment ❑ For Bids Due 20 ❑ Approved as Submitted ❑ Approved as Noted ❑ Returned for Corrections I=1 For Signature ❑ Resubmit _ Copies for Approval ❑ Submit _ Copies for Distribution ❑ Return _ Corrected Prints ❑ Prints Returned After Loan to Us REMARKS: Suzy -- The Bi -Fold Door, Hangar 2 project is supposed to be listed as an Agenda item for approval at the August 18, 2014, Council meeting. The enclosed contracts are being forwarded to you for signature. After Council approval, please have the Mayor sign and date all four (4) sets of documents, keep one (1) for your files and return the remaining three (3) sets to our office. We will then forward a fully -executed set to the Contractor, Modern Builders, Inc. If you have any questions, please let us know. COPY TO: Mr. Mike Wilson DBH:blc SIGNED: 6aa.....,:4 li Od3 6° David . Hughes, PE If enclosures are not as noted, kindly notify us at once. 501 Sycamore Street, Suite 222 • P.O. Box 1497 • Waterloo, Iowa 50704-1497 • (319) 232-6531 Fax: (319) 232-0271