Loading...
HomeMy WebLinkAboutAllied Manatts Group LLC-6/20/2011CONTRACT FOR IMPROVEMENTS TO THE WATERLOO REGIONAL AIRPORT CONSISTING OF REHABILITATE APRON PHASE 3A AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA FAA AIP PROJECT NO. 3-19-0094-038 THIS AGREEMENT, made and entered into this day of aQ ,2011, by and between the Waterloo Regional Airport for the City of Waterloo, Black Hawk County, Iowa, hereinafter referred to as the "Owner" and Allied Manatts Group LLC (a partnership consisting of Mr. Gary R. Veeder and Mr. Graham M. Cuninqhame ), in the State of Iowa , hereinafter referred to as the "Contractor." WITNESSETH: That the Contractor for and in consideration of ($ 296,934.00 ), based on the unit bid prices payable as set forth in the Specifications constituting a part of this Contract, hereby agrees to construct in accordance with the Plans, Specifications and Special Provisions therefore, and in the location designated on the Plans, the various items of work awarded said Contractor on the day of D V .Q_. 2011, as follows, being numbered Bid Items 1 thru 13 as shown in schedule of prices bid in the attached Proposal which is a part of this Contract. Said Specifications and Plans are hereby made a part of and the basis of this Agreement and a true copy of said Plans and Specifications are now with the Waterloo Regional Airport in the office of the Director of Aviation, Waterloo, Iowa, under date of April 4 , 2011. 1. That in consideration of the foregoing, the Owner hereby agrees to pay the Contractor promptly and according to the requirements of the Specifications, the amounts set forth, subject to the conditions as set forth in the Specifications. 2. That it is understood that the parties named herein are the only persons interested in this Contract and principals. 3. That the Contractor has examined the site of the proposed work, Plans, Specifications, Special Provisions and Contract Documents in order that he might become familiar with the character, quality and quantity of the work to be performed, the materials to be furnished and the requirements of the Specifications, Special Provisions and Contract Documents. 4. It is hereby further agreed that any reference herein to the "Contract" shall include all "Contract Documents" as the same are listed and described in Paragraph 1.02 of the Special Provisions, Waterloo Regional Airport, FM Project No. 3-19-0094-038 and said "Contract Documents" are hereby made a part of this agreement as fully as if set out at length herein, and that this contract is limited to the items in the proposal as signed by the "Contractor" and included in the "Contract Documents." 5. That in the event any surety upon any bond furnished in connection with this Contract becomes unacceptable to the Owner, or if any such surety shall fail to furnish reports as to his financial condition from time to time as requested by the Owner, the Contractor agrees to furnish promptly such additional security as may be required from time to time to protect the interests of the Owner or of persons supplying labor or materials in the prosecution of the work contemplated by the Contract. 6. That the Contractor shall not commence any work to be performed under this Contract until he has obtained from responsible insurance companies, all insurance required, as set forth in the General Provisions and that the Contractor shall maintain this insurance in full force and effect until the work to be FAA AIP # 3-19-0094-038 C-1 Waterloo Regional Airport AECOM Project #60180998 Rehabilitate Apron Phase 3A performed under this Contract has been accepted by the Owner. 7. That the Contractor shall not start working on any alterations requiring a supplemental agreement until the agreement setting forth the adjusted price shall be executed by the Owner and the Contractor. 8. That the Contractor, at all times, shall observe and comply with all federal, state, territory or possession and local laws, codes, ordinances and regulations in any manner affecting the conduct of the work, and the Contractor and his surety shall indemnify and save harmless the Owner and all his officers, Engineer, agents and servants against claims or liability arising from or based on the violation of any such law, ordinance, deregulation, order or decree, whether by himself or his employees. 9. That it is further understood and agreed by the parties to this Contract that the above work shall be commenced within 10 days after "Notice to Proceed" is issued and shall be completed according to the terms of the entire contract within sixty (60) calendar days and that the time of commencing and completion of said work is the essence of this Contract. 10. The Contractor and Owner understand and agree that time is of essence for completion of the Work and that the Owner will suffer additional expense and financial loss if said work is not completed within the authorized Contract Time. Furthermore, the Contractor and Owner recognize and understand the difficulty, delay, and expense in establishing the exact amount of actual financial loss and additional expense. Accordingly, in place of requiring such proof, the Contractor expressly agrees to pay the Owner as liquidated damages the non -penal sum of $500.00 per day for each calendar day required in excess of the authorized Contract Time. Furthermore, the Contractor understands and agrees that: a. the Owner has the right to deduct from any moneys due the Contractor, the amount of said liquidated damages; b. the Owner has the right to recover the amount of said liquidated damages from the Contractor, Surety, or both. 11. The Contractor understands and agrees that all certifications made by the Contractor within the Proposal shall apply under this Agreement as if fully rewritten herein. The Contractor further certifies the following: a. Certification of Eligibility (29 CFR Part 5.5) (1) By Entering into this contract, the Contractor certifies that neither he or she nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1); (2) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1); (3) The penalty for making false statements is prescribed in the U.S. Criminal Code 18 U.S.C. b. Certification of Non -Segregated Facilities (41 CFR Part 60-1.8) The federally -assisted construction Contractor, certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The Bidder certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the Equal Opportunity Clause, which is to be incorporated in the contract. FAA AIP # 3-19-0094-038 C-2 Waterloo Regional Airport AECOM Project #60180998 Rehabilitate Apron Phase 3A As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The Bidder agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that it will retain such certifications in its files. 12. It is further understood that any action in court against the Contractor or sureties on his bond because of damage to property or individuals by said Contractor or his workmen, or because of the violation of any provisions of the Specifications, or on account of the failure of said Contractor to fully comply with these provisions, shall be brought in the District Court of the State of Iowa in and for Black Hawk County. 13. Second Party shall maintain all work done hereunder in good order fora period of 12 months from and after the date it is accepted by the Waterloo Regional Airport, City of Waterloo, Iowa, which maintenance shall be without expense to First Party or the abutting property. In the event of the failure or default of Second Party to remedy any or all defects appearing in said work within a period of 12 months from the date of its acceptance by said Board and after having been given ten (10) days' notice so to do by registered letter deposited in the United States Post Office in said City, addressed to said Contractor at the address herein given, then First Party may proceed to remedy such defects and the cost and expenses thereof may be recovered from said Second Party and the sureties on its bond by action brought in any court of competent jurisdiction, but such suit may be brought in the District Court of Black Hawk County, Iowa. FAA AIP # 3-19-0094-038 C-3 Waterloo Regional Airport AECOM Project #60180998 Rehabilitate Apron Phase 3A IN WITNESS WHEREOF, the parties hereto have set their hands for the purpose herein expressed to this and three other instruments of like tenor, as of the day of 3fnL_, 2011. ATTEST: -Secretary _ W itne . r artet(,c Witness CITY OF WATERLOO By L .0fit 1 Kcal g.D,6 kilut Mayor CONTRACTOR Allied Manatts Group LLC By Firm Name Signature Title PO Box 687, Charles City, Iowa 50616-0687 Business Address FAA AIP # 3-19-0094-038 C-4 Waterloo Regional Airport AECOM Project #60180998 Rehabilitate Apron Phase 3A MBC No. IAC 65184 TIC No. CMIFSU 0560266 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, Allied Manatts Group LLC , as PRINCIPAL, also referred to as CONTRACTOR, andMerchants Bonding Company & International Fidelity Insurance CRETY are held and firmly bound unto Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa 50703 as OWNER, in the full sum of Two Hundred Ninety Six Thousand Nine Hundred Thirty Four and no/100 Dollars ($296,934.00) for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, the above -bound Principal has entered into a contract with the OWNER dated the dairof 011, for the Rehabilitate Apron Phase 3A, FAA Project No. 3-19-0094-038, including removal of existing pavement, removal and replacement of existing intake, installation of subbase course, placement of 8 -inch and 12 -inch Portland Cement Concrete pavement, placement of asphalt transition pavement, removal of paint, removal of airfield guidance signs, removal and replacement of airfield guidance sign panels, placement of pavement marking, installation of taxiway lighting bypass cable, and all other incidental work associated with this project. NOW, THEREFORE, the conditions of this obligation are such that if the above -bound PRINCIPAL shall faithfully and fully comply with the terms and conditions of said contract, including, but not limited to, any obligations created by way of warranties and/or guarantees for workmanship and materials which warranty and/or guarantee may extend for a period of time beyond completion of said contract, and such alternations or additions as may be made therein or in the plans and specifications, and shall indemnify and save the OWNER harmless against any claims for using any form of material, process, composition or anything which is patented, and likewise indemnify and save the OWNER harmless against all claims for damages by reason or any default or negligence, want of skill or care on the part of said PRINCIPAL or Agents in and about the performance of said contract, and shall comply with all laws pertaining to said work, and shall comply with and perform any and all warranties and/or guarantees provided for in said contact, then this obligation shall be void; otherwise of full force and effect. PROVIDED, further than upon either the default of the PRINCIPAL, or the failure of the said PRINCIPAL to promptly and efficiently prosecute said Work, in any respect, in accordance with the Contract Documents, the above bound SURETY shall either remedy the default of the PRINCIPAL or shall take charge of said Work and complete the Contract at his own expense, pursuant to its terms, receiving, however, any balance of the funds in the hands of said OWNER due under said contract. It shall be the duty of the SURETY to give an unequivocal notice in writing to the OWNER within ten (10) days after receipt of a declaration of default of the SURETY'S election either to remedy the default or defaults promptly or to perform the contract promptly, time being of the essence. In said notice of election, the SURETY shall indicate the date on which the remedy or performance will commence, and it shall be the duty of the SURETY to give prompt notice in writing to the OWNER immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each item of condemned work, (c) the furnishings of each omitted item of work, and (d) the performance of the contract. The SURETY shall not asset solvency of its PRINCIPAL as justification for its failure to promptly remedy the default or defaults or perform the contract. In the event said PRINCIPAL shall fail or delay the prosecution and completion of said Work and said SURETY shall also fail to act promptly as hereinabove provided, then the OWNER shall cause ten (10) days notice of such failure to be given, both to said PRINCIPAL. and SURETY, and at the expiration of said ten (10) days, if said PRINCIPAL or SURETY do not proceed promptly to execute said Contract, the OWNER shall have the authority to cause said Work to be done and when the same is completed and the cost thereof estimated, the said PRINCIPAL and SURETY shall and hereby agree to pay any excess in the cost of said Work above the agreed price to be paid under said Contract. Upon completion of said Contract pursuant to its terms, if any funds remain due on said Contract, the same shall be paid to said PRINCIPAL and SURETY. FAA Al # 3-19-0094-038 C-5 Waterloo Regional Airport AECOM Project #60180998 Rehabilitate Apron Phase 3A VE eseyd uady e;eilllgeuaa }JodJly leuol6ad oop8WM 866081.09#20afoid WO0JV 9-0 8£0 -b600 -66-E # dIV Mdd 'enrol ;o ems aq; ui ssawsnq;oesue.i; o; paz!Jou;ne aq pue (papuawe se (Lg JelnaJ!O) Is!! ;uaiino;sow spatupedea AJnseaJ j ay; uo Jeadde;snw spuoq 6ul;noaxa sawed woo /gams (}) 'os op o; Alpoy;ne ay; puoa ay; sa;noaxa own laoigo a;eJodJoa ay; 6ul;uei6 (s;aeJ;uoa a;noaxa o; A;uoy;ne Jaoigo 6ulu6ls ay; 6ui;uei6 uogniosa.J e;ejodioo au; y;!M pauigwoo aq Aew plum) uoi;niosej a;wodioo e Aq paiuedw000e aq Hags puoq aqi ;oeJ;uoo ay; ul am;eu6ls ay; y;lM puodsa»oo !legs puoq eq; uo aJn;eu6ls s,Jo;oei;uoo aqi (e) (p) 'puoq ay; ;o Adoo pea o; payoee aq Heys Auedwoo 6ulpuoq ay; p leas a41 (o) 'am;eu6is Jay Jo sly Jav Jeedde Ileus puoa eq; 6uiu6lsia;unoo uosJad aq; jo al;l; eyl 'eMoI;o ems au; ui ssewsnq op o; pasuao!I Auedwoo 6ulpuoq au;;o;ua6e pazpoy;ne ue Aq pau6lsia;unoa aq flays puoq equip 'Woo peg (q) •pa;ep pus pa;noaxa Apadojd Aewo};y;o JaMod;o Adoo pam a° a puoa au;;o Adoo pea o; payoelle aq Ileus Wag} '}ae;-ul-Aawope ue Aq pe noaxa sl puoq eouewJopad e4; sua4M (e) ped-in-ifauloud `1a0o3 d IaeuoUN :Ag 6ued111o3 0011131118111 1,31suo tuonq :Al3dns 2s' £ueduwop $uipuog sluegosaw :Ag :1bdION 121d :3IO N UOSME T ESTI ssau}!M ---4-21M 'TV)� 1M 143144/rrellq; a0u9s3Jd a4; ui •Apoq 6uiwano6 s;! ,;o Awoy;ne o; ;uensmd 'ani;e;uaseJdaa pau6lsJapun s;i Aq peu6ls Alnp s;uesaid asay; pue pail a o;aiay 6ulaq Aved elewodioo pea ;o leas a;eaodJoo pue aweu ay; '6602 sew to Aep isT£ sly; sleas Ie1enas Jiew Japun;uawnJ;Sul sly; pa;noaxa aney 1VdIONl2Td PUe A13Hf1S a4i 'dO9N3HM SS3N11M NI •s;uewnoop;aequoo au; Japun auop eq o; 2i3NMO au; pa1lnbaJ }ou si yalym uoi;duosep Jo am;eu Aue ;o uoi;oe Jay;o Aue axle; (4) Jo 's;uawnoop Jo siaded Aue uslwn (c) 'aoyuas Aue JapuaJ (p) 'eoue;slsse ie3IJala Aue ys�um} (a) 'eopou Aue anl6 (q) 'pe Jo 6uly; Aue wioped (e) liege 2i3NMO 04; b13NMO au; ;o puewap;ou Aew;! 'puoq sly; u! pepinoad sI se uey; Tay;o';eq; seai6eA.13a11s ayi •anlsnlauoa pue IewJ aq liege `A138f1S Jo 1VdI3NIkld Pies Aq >pem ay; p uoi;noesoJd ay; Li! Aelap Jo aJnilej Aue Jo ';oeJ}uag pies )a uoi;naaxa ay; y;IM pa;oauuoo uopsanb pa;ndslp Aue uodn '83NMO ay; jo ualsiaap aqi 'H3NMO 04; Aq Paunaui moo uoi;e6114 pue saa; le6al lle pue 'sea; AJo;eJogel pue 6ul;se; lie 'saa;;ue;insuoa (o; pa;lwll;oumg) lie 'sae) pue s;Soo 6upeaui6ue pue lean;aa;ILiOJe '10119 uoi;anJ;suoo A;l;oei o; Aaessaaau moo ;uawaaeidei pue J!edaJ Tie 'o; pa}iwii }ou ;nq '6uipnlaul }aal;u*O pies a;aldwoo pue wmo}Jad o;;oadsal Aue ul aJnlle; a woJ,j;ifSaJ Aew ;eu; AuadaJd Jo uos1ad 04 purl hap sa6ewep Lions pe Aed o} uol}e6ligo sly; ;o lied se aa.i6e Jegiln1 A.1.32ff1s pue lb'dIONItld Pies ayi MBC No. IAC 65184 WIC No. CMIFSU 0560266 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we, Allied Manatts Group LLC , as PRINCIPAL, also referred to as CONTRACTOR, andMerchants Bonding Company & International Fidelity InsuWare held and firmly bound unto Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa 50703 as OWNER, in the full sum of Two Hundred Ninety Six Thousand Nine Hundred Thirty Four and no/100 Dollars ($ 296,934.00 ) for the use and protection of said OWNER and all subcontractors and all persons supplying labor, materials, machinery and equipment for the performance of the work provided for in the contract hereinafter referred to, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents.y WHEREAS, the above -bound Principal has entered Into a contract with the OWNER dated the 40.�'� day of , 2011, FAA Project No. 3-19-0094-038, for the Rehabilitate Apron Phase 3A, including _removal of existing pavement, removal and replacement of existing intake, Installation of subbase course, placement of 8 -inch and 12 -inch Portland Cement Concrete pavement, placement of asphalt transition pavement, removal of paint, removal of airfield guidance signs, removal and replacement of airfield guidance sign panels, placement of pavement marking, installation of taxiway lighting bypass cable, and all other incidental work associated with this project. NOW, THEREFORE, the condition of this obligation is such that if the above -bound PRINCIPAL shall promptly make payment to all claimants as hereinafter defined, for all labor and materials supplied in the prosecution of the work provided for in said Contract, then this obligation shall be void; otherwise, it shall remain in full force and effect, subject, however, to the following conditions: 1. The said SURETY to this bond, for value received, hereby stipulates and agrees that no change or changes, extension of time or extensions of time, alteration of alterations or addition or additions to the terms of the contract or to the work to be performed thereunder, or the specifications or drawings accompanying same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change or changes, extension of time or extensions of time, alteration or alterations or addition or additions to the terms of the contract or to the work or to the specifications or drawings. 2. A claimant is defined as any subcontractor and any person supplying labor, materials, machinery, or equipment in the prosecution of the work provided for in said contract. Signed and sealed this 31st day of M Y , 2011. IN THE PRESENCE OF: Lao— cti.id,4-crv‘- Witness Lisa Lawson Merchants Bonding Company & SURETY: International Fidelity Insurance Company By: Michael P. Foster, Attorney -in -Fact NOTE: (a) Where the Payment Bond is executed by an attorney-in-fact, there shall be attached to each copy of the Bond a certified copy of Power of Attorney properly executed and dated. FAA Al P # 3-19-0094-038 AECOM Project #60180998 C-7 Waterloo Regional Airport Rehabilitate Apron Phase 3A (b) Each copy of the Bond shall be countersigned by an authorized agent of the bonding company licensed to do business in the State of Iowa. The title of the person countersigning the Bond shall appear after his or her signature. (c) The seal of the bonding company shall be attached to each copy of the bond. (d) The Contractor's signature on the bond shall correspond with the signature in the contract. (e) The bond shall be accompanied by a corporate resolution (which may be combined with the corporate resolution granting the signing officer authority to execute contracts) granting the corporate officer who executes the Bond the authority to do so. (f) 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 of Iowa. FAA AIP # 3-19-0094-038 C-8 Waterloo Regional Airport AECOM Project #60180998 Rehabilitate Apron Phase 3A MERCHANTS BONDING COMPANY POWER OF ATTORNEY Bond#: IAC65184 for Company Employees Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint the following company employees Michael P. Foster of Des Moines and State of Iowa its true and lawful Attorney -in -Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: Unlimited and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following Amended Substituted and Restated By - Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002. ARTICLE II, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE II, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof 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 fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed. this 1st day of January , 2009 . •• 0��1G CQ4•. MERCHANTS BONDING COMPANY (MUTUAL) • �DaoViP09 .09. :c.j:Z -o- ^'• • • y •1933 y • �. e :J6%•• ate S• • ••7 * `•. STATE OF IOWA COUNTY OF POLK ss. President On this 1st day of January , 2009 . before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. . CINDY SMYTH � Commission Number 173504 c My Commission Expires March 16, 2012 STATE OF IOWA COUNTY OF POLK ss. Notary Public, Polk County, Iowa I, William Wamer, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on this 31st day of May2011 ....... • .?••..... ..• - . ./ccs �✓ ., •..•4p.•ORP09q'..V: Secretary :s• y—:? -p- �. • • .. 1933 • c; �7_I. • ••• POA 0005 EMP (1/09) ••.• ' �1•• 8;. Tel (973) 624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint LARRY TAYLOR, WILLIAM WARNER JR., MICHAEL P. FOSTER Des Moines, IA. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory m the nature thereof, which are or may be allowed, required or permitted by law, stature, rule, regulation, contract or otherwise, and the execution of such utstrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and maybe revoked, pursuant to and by authority of Article 3 -Section 3, of the By -Laws adoptedd by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 11 The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such attorney-in-fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 16th day of October, A.D. 2007. INTERNATIONAL FIDELITY INSURANCE COMPANY STATE OF NEW JERSEY County of Essex Secretary On this 16th day of October 2007, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said the he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. NOTARY PUBLIC IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My Commission Expires Nov. 21, 2010 I, the undersigned officer of INTERNATIONAL FIDELITY 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 By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, 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 set my hand this 31stday °f May, 2011 ou,otig()404f-ee9--- Assistant Secretary OP ID: SV ACOREr CERTIFICATE OF LIABILITY INSURANCE DATE(M1/YYI 05/331/11/11 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 poiicy(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 515-309-6200 AHROLD FAY ROSENBERG, INC. 515-309-6225 604 Locust St., Ste. 800 Des Moines, IA 50309-3713 John R. Fay CONTACT PHONE FAX (A/C. No. Ext): (A/C, No): E-MAIL ADDRESS: PRODUCER ALLIE-2 CUSTOMER ID #: INSURER(S) AFFORDING COVERAGE NAIL # INSURED Allied Manatts Group LLC PO Box 687 Charles City, IA 50616-4256 INSURER A : Bituminous Insurance Companies OCCUR INSURER B : Everest National Insurance Co. INSURERC:RSUI Indemnity Company 01/01/11 INSURER D :• EACH OCCURRENCE INSURER E : 1,000,000 INSURER F : PREMISES (Ea occurrence) CERTIFICATE 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 SUER WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP IMM/DD/YYYY) LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY OCCUR X CLP3547447 01/01/11 01/01/12 EACH OCCURRENCE $ 1,000,000 X PREMISES (Ea occurrence) $ 100,000 CLAIMS -MADE X MED EXP (Any one person) $ 5,000 X Contractual !Jab. PERSONAL 8 ADV INJURY $ 1,000,000 X XCU Included GENERAL AGGREGATE $ 2,000,000 GEM_ AGGREGATE LIMIT APPLIES��PER: POLICY I LOC DO 78,--I PRODUCTS - COMP/OP AGG $ 2,000,000 7 $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CAP3547441 01/01/11 01/01/12 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ X $ $ A X UMBRELLA W48 EXCESS LIAR X OCCUR CLAIMS -MADE 7106000444 01/01/11 01/01/12 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 DEDUCTIBLE RETENTION $ $ _ X $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PR PRIETORPPARTNERIEMEMBER OFFICE(Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS NIA WC3547443 01/01/11 01/01/12 X WC STATU- OTH- TORY LIMITS ER ECUTNEYN E.L.EACH ACCIDENT $ 500,000 below E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500,000 C Excess of Umbrella NHA055233 01/01/11 01/01/12 Limit 6,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (Attach ACORD 101 Additional Remarks Schedule, if more space Is required) Project: Rehabilitate Apron Phase 3A, Waterloo Regional Airport, City of Waterloo, Iowa FAA AIP Project Nos. 3-19-0094-038, AECOMpID No. 60180998. The City of Waterloo & The Waterloo Regional Airport are named as additional insured on the General Liability policy in connection with this project. CANCELLATION City of Waterloo 715 Mulberry Street Waterloo, IA 50703 ACORD 25 (2009/09) WATER -1 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 © 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD