Loading...
HomeMy WebLinkAboutVieth Construction-11/15/2010FA96 (Form 659019) 9-02 CONTRACT gSTo ,;fl 'N Letting Date: October 19, 2010 Contract ID: 07-8155-721 Bid Order No.: 101 Lft County. BLACK HAWK Project Engineer. CITY OF WATERLOO iin Cost Center. 849300 Object Code: 890 DBE Commitment $21,775.00 E Contract Work Type: PCC SIDEWALK/TRAILcp ; 09 LJJ This agreement made and entered by and between. the CITY OF WATERLOO CONTRACTING AUTHORITY, AND 1-4 VIETH CONSTRUCTION CORPORATION OF CEDAR FALLS, IA, (VI035), CONTRACTOR r It is agreed that the notice and instructions to bidders, the proposal filed by the Contractor, the specifications, the plan, if any, for project(s) listed below, together with Contractor's performance bond, are made a part hereof and together with this instrument constitute the contract. This contract contains all of the terms and conditions agreed upon by the parties hereto. A true copy of said plan is now on file in the office of the Contracting Authority under date of 10/14/2010 PROJECT: STP -E -8155(721)--8V-07 WORK TYPE: PCC SIDEWALK/TRAIL ROUTE: ALONG CEDAR RIVER LOCATION: E MULLAN AVE TO CEDAR RIVER DAM FEDERAL AID - PREDETERMINED WAGES ARE NOT IN EFFECT COUNTY: BLACK HAWK ACCOUNTING ID: 28335 LENGTH (MILES): 0.3 The specifications consist of the Standard Specifications for Highway and Bridge Construction, Series 2009 of the Iowa Department of Transportation plus the following Supplemental Specifications, Special Provisions, and addendums: DBE --2010, DBE -101019, DS -09019, FHWA-1273.04, GS -09002, SP -097022, SP -097023, SP -097024, ADDENDUMS: 190CT101.A01, 190CT101.A02, 190CT101.A03, 190CT101.A04 Contractor, for and in considerations of $1,111,574.00 payable as set forth in the specifications constituting a part of this • contract, agrees to construct various items of work and/or provide various materials or supplies in accordance with the plans and specifications therefore, and in the locations designated in the Notice to Bidders. Contractor certifies by signature on this contract, under pain of penalties for false certification, that the Contrac- tor has complied with Iowa Code Section 452A.17(8) as amended, if applicable, and Iowa Code Section 91C.5 (Public Registration Number), if applicable. In consideration of the foregoing, Contracting authority hereby agrees to pay the Contractor promptly and accor- ding to the requirements of the specifications the amounts set forth, subject to the conditions as set forth in the specifications. It is further understood and agreed that the above work shall also be commenced or completed .in accordance with Page 1B of this Contract and assigned Proposal Notes. Time is Contracfip have signed this and one of er ide a• instrument as of the - E day of of the. essence for this contract. To accomplish the purpose herein expressed,' C s ntrac ' authori Contracting Authorityi--&, � T Concurrence F996 (Form 650019) 11-05 Letting Date: October 19, 2010 itract ID: 07-8155-721 Page:_ �Q , Bid Order No. : 101 It is further understood and agreed tha ..be above work shall be commenced or completed in accordance with the following schedule: SITE NUMBER CONTRACT PERIOD /SITE DESCRIPTION LIQUIDATED DAMAGES CONTRACT LATE START DATE 04/18/2011 100 WORKING DAYS CONTRACT NOTES $500.00 CONTRACT SCHEDULE OF PRICES Page: 2 ******************************************************************************** Vendor No.: • Contract ID No.: Primary Work Type: Primary County: VI035 07-8155-721 PCC SIDEWALK/TRAIL BLACK HAWK Bid Order No.: 101 Letting Date: October 19, 2010 10:00 A.M. 1 Line 1 Item Number No ' Item Description Item Quantity and Unit 1 Unit Price 1 Bid Amount 1 1 1 Dollars 1 Cts I Dollars ICts SECTION 0001 ROADWAY ITEMS 12101-0850001 CLEARING 0010 'AND GRUBBING 1 1 'ACRE 1 0.6001 8,000.000001 4,800.00 12102-2710070 EXCAVATION, 1 0020 'CLASS 10, ROADWAY AND 1 'BORROW ICY 500.0001 1 36.000001 18,000.00 12102-2710090 EXCAVATION, I 0030 'CLASS 10, WASTE 1 ICY 1,150.000' 1 19.000001 . 1 21,850.00 12102-2712015 EXCAVATION, 1 • 0040 'CLASS 12, BOULDERS OR 1 'ROCK FRAGMENTS ICY 200.0001 1 35.000001 1 7,000.00 12105-8425005 TOPSOIL, 0050 'FURNISH AND SPREAD 1 'CY 330.0001 1 34.000001 1 11,220.00 I2107-0875000 COMPACTION I 0060 (WITH MOISTURE AND 1 'DENSITY CONTROL 'CY 500.00.01 1 10.000001 1 5,000.00 12115-0100000 MODIFIED 0070 'SUBBASE 1 'CY 1 536.8001 1 44.00000' 1 23,619.20 12123-7450020 SHOULDER 0080 (FINISHING, EARTH 1 'STA 0.7801 1 2,500.000001 1,950.00 12401-6745910 REMOVAL OF 0090 'SIGN 1 1 'EACH 2.0001 1 300.000001 1 600.00 12401-6750001 REMOVALS, 0100 'AS PER PLAN . 'LUMP 1 ILS - 1 1 1 12,500.00 1 12401-7207020 REMOVAL OF 0110 'CONCRETE 1 ICY 5.0001 1 1 875.00000' 1 4,375.00 CONTRACT SCHEDULE OF PRICES Page: 3 ******************************************************************************** Vendor No.: VI035 Bid Order No.: 101 Contract ID No.: 07-8155-721 Letting Date: October 19, 2010 Primary Work Type: PCC SIDEWALK/TRAIL 10:00 A.M. Primary County: BLACK HAWK I I Item I Unit price 1 Bid Amount • Line 1 Item Number 1 Quantity I No 1 Item Description 1 and Unit I Dollars 1 Cts 1 Dollars (Cts 12402-0875150 COMPACTION I 1 I 0120 'WITH MOISTURE CONTROL 1 760.0001 .500001 4,180.00 1(STRUCTURES) . ICY I I 12402-2720000 EXCAVATION, 1 I 1 0130 (CLASS 20 1 760.0001 3-1.000001 28,120.00 ICY 1 I 12403-0100000 STRUCTURAL 1 0140 'CONCRETE (MISCELLANEOUS) 1 ICY 8.9001 1,075.000.001 9,567.50 12404-7775000 REINFORCING 1 1 I 0150 ISTEEL 1 813.0001 2.000001 1,626.00 ILB 1 i 12507-6875002 REVETMENT, 1 1 0160 'REMOVE AND REPLACE 1- • 380.0001 22.000001 8,360.00 ICY 1 12511-0302600 I I I 0170 'RECREATIONAL TRAIL, I 2,556.2001 46.000001 117,585.20 !PORTLAND CEMENT CONCRETE,1: 1 I 16 IN. I 1 I 12511-6745900 REMOVAL OF 1 I I 0180 'SIDEWALK 1 245..3001 15.000001 3,679.50 I ISY I I 12516-7825000 P.C. 1 1 I 0190 'CONCRETE STEPS 1 77.8001 770.000001 ICY 1 I 59,906.00 12516-8625000 COMBINED 1 I I 0200 'CONCRETE SIDEWALK AND I 58.1101 700.000001 'RETAINING WALL ICY I 1 40,677.00 12516-8725000 P.C. 1 0210 'CONCRETE RETAINING WALL 1 302.3001 1 ICY 1 745.000001 225,213.50 12518-6910000 SAFETY 1 1 0220 'CLOSURE 1 8.0001 100.000001 800.00 !EACH • 1 I CONTRACT SCHEDULE OF PRICES Page: 4 ******************************************************************************** Vendor No.: VI035 Bid Order No.: 101 Contract ID No.: 07-8155-721 Letting Date: October 19, 2010 Primary Work Type: PCC SIDEWALK/TRAIL 10:00 A.M. Primary County: BLACK HAWK 1 1 Item 1 Unit Price 1 Bid Amount Line 1 Item Number 1 Quantity 1 No 1 Item Description 1 and Unit I Dollars 1 Cts 1 Dollars' (Cts 12523-0000100 LIGHTING 1 1 I 0230 (POLES 1 2.0001 6,500.000001 13,000.00 1 'EACH 1 I 12523-0000200 ELECTRICAL 1 1 I 0240 !CIRCUITS 1 220.0001 9.000001 1,980.00 1 ILF 1 I 12524-9325001 TYPE A 1 1 I 0250 'SIGNS, SHEET ALUMINUM 1 46.0001 26.000001 1,196.00 1 ISF 1 I 12528-8445110 TRAFFIC 1 1 I 0260 (CONTROL [LUMP 1LUMP 1 4,500.00 1 1 1 I 12533-4980005 1 1 I 0270 (MOBILIZATION ILUMP 'LUMP 1 88,000.00 1 1 12599-9999003 ('CUBIC 1 1 I 0280 (YARDS-' ITEM) LIMESTONE 1 2.2201 6,900.000001 15,318.00 (SEATING BASE ICY 1 12599-9999005 ('EACH' I 1 0290 (ITEM) BOLLARDS 1 5.0001 800.000001 4,000.00 I (EACH 1 I 12599-9999005 ('EACH' 1 1 0300 IITEM) PERENNIAL PLANTS 1 551.0001 10.750001 5,923.25 1(FLAME GRASS, 1 GAL. (EACH 1 (CONT.) 1 1 I 12599-9999005 ('EACH' 1 1 I 0310 (ITEM) PERENNIAL PLANTS 1 402.0001 10.750001 4,321.50 1(K.F. FEATHER REED GRASS,IEACH 1 11 GAL. CONT.) 1 1 1 12599-9999005 (TEACH' 1 1 1 0320 IITEM) PERENNIAL PLANTS 1 175.0001 10.'750001 1,881.25 1(WARRIOR SWITCH GRASS, 1 (EACH 1 I (GAL. CONT.) 1 1 ! Vendor No.: Contract ID No.: Primary Work Type: Primary County: CONTRACT SCHEDULE OF PRICES Page: 5 VI035 07-8155-721 PCC SIDEWALK/TRAIL BLACK HAWK Bid Order No.: 101 Letting Date: October 19, 2010 10:00 A.M. 1 Line 1 Item Number No 1 Item Description Item Quantity and Unit 12599-9999005 ('EACH' 0330 'ITEM) SPECIALTY 'LIGHTING FIXTURE 'EACH Unit Price 1 . Bid Amo4:it 1 1 Dollars 1 Cts 1 Dollars 'Cts 8.0001 1 1,800.000001 14,400.00 12599-9999005 ('EACH' 0340 11TEM) STEEL BENCH 'SEATING ASSEMBLY 1 1' JEACH 20.0001 1,050.000001 21,000.00 12599-9999005 ('EACH' 0350 'ITEM) STEEL GATE, AS' 'PER PLAN 1 1 'EACH 1 4.0001 1,150.000001 5,000.00 12599-9999009 ('LINEAR 0360 (FEET' ITEM) HAND 'RAILING, AS PER PLAN 1LF 37.2001 12599-9999009 ('LINEAR 1 0370 'FEET' ITEM) STEEL POSTS 1 (FOR TYPE A SIGNS, AS PER ILF (PLAN 1 125.0001 1 1 • 1 90.000001 1 3,348.00 20.500001 2,562.50 12599-9999009 ('LINEAR 0380 'FEET' ITEM) STEEL TRAILING, AS PER PLAN 1LF 1 1,970.2501 1 90.000001 1 177,322.50 12599-9999014 ('SQUARE 0390 'FEET' ITEM) WEED (BARRIER FABRIC TSF 2,000.000' 1.000001 2,000.00 12599-9999018 ('SQUARE 0400 'YARDS' ITEM) COLORED, (TOOLED PCC PAVEMENT 1 1 1SY I 676.0001 1 126.500001 1 85,514.00 12601-2634100 MULCHING 0410 1 1 1 • 1 'ACRE 1 0.1001 700.000001 70.00 12601-2636044 SEEDING AND 1 0420 'FERTILIZING (URBAN) 1 1 'ACRE 1 1 0.1001 25,000.000001 1 1 2,500.00 12601-2638610 CONCRETE 0430 'SLOPE PROTECTION I 1SY • 1 276.9001 1 1 120.' 61 33,228.00 1• • CONTRACT SCHEDULE OF PRICES Page: 6 Vendor No.: VI035 Bid Order No.: 101 Contract ID No.: 07-8155-721 Letting Date: October 19, 2010 Primary Work Type: PCC SIDEWALK/TRAIL 10:00 A.M. • Primary County: BLACK HAWK 1 1 Item I Unit Price I Bid Amount Line 1 Item Number 1 Quantity I I No 1 Item Description 1 and Unit 1 Dollars 1 Cts I Dollars (Cts 12601-2639010 SODDING I 1 • I 0440 I I 34.5601 105.000001 3,628.80 'IS() 1 12602-0000020 SILT FENCE 1 1 1 0450 1 I 500.0001 2.500001 1,250.00 1 ILF i I 12602-0000060 REMOVAL OF I 1 1 0460 (SILT FENCE 1 500.0001 0.500001 250.00 ILF 1 . I I2602-0000090'CLEAN-OUT 1 1 1 0470 10F SILT FENCE 1 500.0001 0.500001 250.00 1 ILF 1 I • 12610-0000214 MULCH, WOOD I 1 0480 (CHIPS 1 18.5201 105.000001 1,944.60 1 ICY 1 12610-0000300 FERTILIZER 1 1 0490 1 1 197.0301 10.000001 '1,970.30 1 1LB 1 12610-0000400 WATERING 1 1 0500 1FOR PLANTS 1 63.7001 72.00.0001 4,586.40 IMGAL 1 1 'TOTAL BID I 1,111,574.00 FA96 (Form 650019) 9-02 CONTRACT Letting Date: October 19, 2010 Contract ID: 07-8155-721 County BLACK HAWK Project Engineer: CITY OF WATERLOO Cost Center: 849300 Object Code: 890 Contract Work Type: PCC SIDEWALK/TRAIL Bid Order No.: 101 DBE Commitment $21,775.00 This agreement made and entered by and between the CITY OF WATERLOO CONTRACTING AUTHORITY, AND VIETH CONSTRUCTION CORPORATION OF CEDAR FALLS, IA, (VI035), CONTRACTOR It is agreed that the notice and instructions to bidders, the proposal filed by the Contractor, the specifications, the plan, if any, for project(s) listed below, together with Contractor's performance bond, are made a part hereof and together with this instrument constitute the contract. This contract contains all of the terms and conditions agreed upon by the parties hereto. A true copy of said plan is now on file in the office of the Contracting Authority under date of 10/14/2010 , PROJECT: STP -E -8155(721)--8V-07 WORK TYPE: PCC SIDEWALK/TRAIL ROUTE: ALONG CEDAR RIVER LOCATION: E MULLAN AVE TO CEDAR RIVER DAM FEDERAL AID - PREDETERMINED WAGES ARE NOT IN EFFECT COUNTY: BLACK HAWK ACCOUNTING ID: 28335 LENGTH (MILES): 0.3 The specifications consist of the Standard Specifications for Highway and Bridge Construction, Series 2009 of the Iowa Department of Transportation plus the following Supplemental Specifications, Special Provisions, and addendums: DBE --2010, DBE -101019, DS -09019, FNMA -1273.04, GS -09002, SP -097022, SP -097023, SP -097024, ADDENDUMS: 190CT101.A01, 190CT101.A02, 190CT101.A03, 190CT101.A04 Contractor, for and in considerations of $i . m i m ,,q74.00 payable as set forth in the specifications constituting a part of this contract, agrees to construct various items of work and/or provide various materials or supplies in accordance with the plans and specifications therefore, and in the locations designated in the Notice to Bidders. Contractor certifies by signature on this contract, under pain of penalties for false certification, that the Contrac- tor has complied with Iowa Code Section 452A.17(8) as amended, if applicable, and Iowa Code Section 91C.5 (Public Registration Number), if applicable. In consideration of the foregoing, Contracting authority hereby agrees to pay the Contractor promptly and accor- ding to the requirements of the specifications the amounts set forth, subject to the conditions as set forth in the specifications. It is further understood and agreed that the above work shall also be commenced or completed in accordance with Page 1B of this Contract and assigned Proposal Notes. Time is of the essence for this contract. To accomplish the purpose herein a pressed, Co tracting auth rit and Contras' have signed this and one other identical instrument as of the d� _ day of / iii B By 6 Contracting Authority - ydgFjt 6,0.--10a1 Iowa DOT Concurrence CONTRACT SCHEDULE OF PRICES Page: 3 *******************************************************;r************************ Vendor No.: VI035 Bid Order No.: 101 Contract ID No.: 07-8155-721 Letting Date: October 19, 2010 Primary Work Type: PCC SIDEWALK/TRAIL 10:00 A.M. Primary County: BLACK HAWK 1 Item I Unit Price I Bid Amount Line 1 Item Number 1 Quantity 1 I No 1 Item Description 1 and Unit I Dollars Cts 1 Dollars (Cts 12402-0875150 COMPACTION I 1 0120 IWITH MOISTURE CONTROL 1 760.0001 5.500001 4,180.00 1(STRUCTURES) ICY 1 1 12402-2720000 EXCAVATION, 1 I 1 0130 !CLASS 20 •1 760.0001 37.000001 28,120.00 ICY 1 1 • 12403-0100000 STRUCTURAL 1 0140 'CONCRETE (MISCELLANEOUS) I ICY 1 8.9001 1 1,075.000001 1 9,567.50 12404-7775000 REINFORCING 1 1 1 0150 ISTEEL 1 813.0001 2.000001 1,626.00 1 ILB 1 12507-6875002 REVETMENT, I 1 1 0160 'REMOVE AND REPLACE 1 380.0001 22.000001 8,360.00 ICY 1 12511-0302600 1 I 1 0170 'RECREATIONAL TRAIL, 1 2,556.2001 46.000001 117,585.20 'PORTLAND CEMENT CONCRETE,ISY 1 16 IN. 1 1 1 12511-6745900 REMOVAL OF 1 1 0180 'SIDEWALK 1 245.3001 15.000001 3,679.50 1 1SY 1 12516-7825000 P.C. I 1 1 0190 !CONCRETE STEPS 1 77.800! 770.000001 59,906.00 1 ICY 1 I 12516-8625000 COMBIND 1 1 1 0200 'CONCRETE SIDEWALK AND 1 58.1101 700.000001 40,677.00 !RETAINING WALL ICY I 1 12516-8725000 P.C. 1 1 0210 !CONCRETE RETAINING WALL 1 302.3001 745.000001 225,213.5r ICY 1 12518-6910000 SAFETY 1 0220 'CLOSURE 1 1 'EACH 1 8.0001 1 100.000001 1 800.00 CONTRACT SCHEDULE OF PRICES Page: 5 ******************************************************************************** Vendor No.: VI035 Bid Order No.: 101 Contract ID No.: 07-8155-721 Letting Date: October 19, 2010 Primary Work Type: PCC SIDEWALK/TRAIL 10:00 A.M. Primary County: BLACK HAWK 1 1 Item 1 Unit Price I Bid Amount Line 1 Item Number 1 Quantity 1 No 1 Item Description 1 and Unit 1 Dollars 1 Cts 1 Dollars 'Cts 12599-9999005 ('EACH' 1 0330 (ITEM) SPECIALTY 1 (LIGHTING FIXT' 'EACH 8.0001 1,800.000001 1 14,400.00 12599-9999005 (' ACH' 1 1 0340 (ITEM) STEEL BENCH 1 20.0001 1,050.000001 21,000.00 (SEATING ASSEMBLY 'EACH 1 1 12599-9999005 ('EACH' 1 0350 'ITEM) STEEL GATE, AS 1 'PER PLAN !EACH 4.0001 1 1,250.000001 5,000.00 12599-9999009 ('LINEAR 0360 1FEET' ITEM) HAND !RAILING, AS PER PLAN 1 1 1 37.2001 90.000001 3,348.00 ILF I 1 12599-9999009 ('LINEAR 1 1 1 0370 IFEET' ITEM) STEEL POSTS 1 125.0001 20.500001 (FOR TYPE A SIGNS, AS PER 1LF 1 'PLAN 1 1 1 2,562.50 12599-9999009 ('LINEAR 1 1 1 0380 !FEET' ITEM) STEEL 1 1,970.25'1 90.000001 177,322.50 !RAILING, AS PER PLAN ILF i 1 12599-9999014 ('SQUARE 1 I 0390 (FEET' ITEM) WEED I 2,000.0001 1.000001 2,000.00 'BARRIER FABRIC 1SF 1 1 12599-9999018 ('SQUARE 1 1 1 0400 (YARDS' ITEM) COLORED, 1 676.0001 126.500001 85,514.00 'TOOLED PCC PAVEMENT 1SY I 1 12601-2634100 MULCHING 1 0410 1 1 (ACRE 1 0.1001 700.000001 1 70.00 12601-2636044 SEEDIN AND 1 1 1 0420 'FERTILIZING (URBAN) 1 0.1001 25,000.000001 2,500.00 1 (ACRE 1 1 12601-2638610 CONCRETE 1 1 1 0430 !SLOPE PROTECTION 1 276.9001 120.000001 33,228.00 1SY 1 1 CONTRACT SCHEDULE OF PRICES Page: 6 ***v*************************************************************************** Vendor No.: VI035 Bid Order No.: 101 Contract ID No.: 07-8155-721 Letting Date: October 19, 2010 Primary Work Type: PCC SIDEWALK/TRAIL 10:00 A.M. Primary County: BLACK HAWK 1 1 Item 1 Unit Price 1 Bid Amount Line 1 Item Number 1 Quantity 1 No 1 Item Description 1 and Unit 1 Dollars 1 Cts 1 Dollars Icts 12601-2639010 SODDING 1 1 1 0440 1 1 34.5601 105.000001 3,628.80 ISQ 1 1 12602-0000020 SILT FENCE 1 1 I 0450 1 1 500.0001 2.500001 1,250.00 • 1 ILF 1 1 12602-0000060 REMOVAL OF 1 1 1 0460 !SILT FENCE 1 500.0001 0.500001 250.00 1 ILF I 1 12602-0000090 CLEAN-OUT 1 1 1 0470 IOF SILT FENCE 1 500.0001 0.500001 250.00 1. ILF 1 1 12610-0000214 MULCH, WOOD 1 I I 0480 (CHIPS 1 18.5201 105.000001 1,944.60 1 ICY I 1 12610-0000300 FERTILIZER 1 1 I 0490 1 I 197.0301 10.000001 1,970.30 1 1LB 1 I 12610-0000400 WATERING 1 1 0500 (FOR PLANTS 1 63.7001 72.000001 4,586.40 1 IMGAL I 1 !TOTAL BID 1 1,111,574.00 g C Bond No. 2138239 PERFORMANCE AND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we, Vieth Construction Corporation of Cedar Falls, IA (hereinafter called the Principal), and North American Specialty Insurance Company of Manchester, NH (hereinafter called the Surety), are held and firmly bound unto City of Waterloo, Black Hawk County, Iowa (hereinafter called the Obligee), in the penal sum of One Million One Hundred Eleven Thousand Five Hundred Seventy Four Dollars and 00/100 Dollars ($ 1,111,574.00 ), lawful money of the United States, to payment of which sum, well and truly 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 ,2010, Enter into a written Contract with the City of Waterloo, Black Hawk County, Iowa to do PCC Sidewalk/Trail as called for Letting October 19, 2010, Proposal ID No.: 07-8155-721, Project STP -E -8155(721)-8V-07 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 the 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 corporations unless the claims of said claimants against said portion of the Contract price shall have been established as provided by law. (1 of 2) 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 indemnity 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 (20%) of the total Contract prince, 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. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of , 2010. Vieth Construction Corporation Principal BY (� North American Specialty Insurance Company BY (2 of 2) Surety Attorney -in- = ct Dianne S. Riley J } NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, CLIFFORD W. AUGSPURGER, DIANNE S. RILEY, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIMOTHY J. McCULLOH, STEPHANIE R. FINNEY, STACY LYNN VENN, and ANGELA MARIE GROSS JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWENTY-FIVE MILLION ($25,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." �4�mit %UJ 44#,044L t`?s� By r SEAL t) = Steven P. Anderson, President & Chief Executive Officer of Washington International Insurance Company u. _?a 1973 Qp, � & Senior Vice President of North American Specialty Insurance Company y 0.4 hry�i s BY David M. Layman, Senior vice Presiden of Washington International Insurance Company & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 30th day of September 2008 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page ss: On this30th day of September , 20 08 , before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their resnective companies. NNAD.WIENS atm Public, State of Mina's :,y,�.�,.� ,,.. 4' 4 (.1 Loma JO Allipai Donna D. Sklens, Notary Public I, James A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington Intemational Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of , 20 10 James A Carpenter, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company eir 1.C.:C,,,,,,,Rif CERTIFICATE OF LIABILITY INSURANCE OP ID COZA DATE(MMIDDMYY) 11/05/10 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 LSB Financial 219 Main St Cedar Falls IA 50613 Phone:319-268-4242 F'ax:319-268-4211 wro I At, i NAME: PHONE NIX ���o,Ext � INC,(AJCNo): ADDRESS: CRSTOOMERIDd: VIETIi-1 INSURER(S) AFFORDING COVERAGE NAIC9 INSURED Vieth Construction Corp 6419 Nordic Dr Cedar Falls IA 50613 INSURERA: United Fire & Casualty 13021 INSURER B: CAMAGt xcurence) PREMISES Eat INSURERC: ii j INSURER D : $1,000,000 INSURER E : GENERAL AGGREGATE INSURER F : } GEN'L AGGREGATE LIMIT APPLIES PER 1 POLICY X jpei ,- l LOC COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS INDICATED. CERTIFICATE EXCLUSIONS )NSA LTRitNSRI IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS -TYPE OF INSURANCE IAUVLib UUII WVD; POLICY NUMBER POUCYEFF IMM!DD/YYYY) POLICY EXP , '-'-__`-' (MMIDDJYYYY) j LIMITS A GENERAL LIABILITY 7;1 rX COMMERCIAL GENERAL i CLAIMS -MADE LIABILITY 1 X 1 OCCUR j X 1 160083340 • 04/10/10 04/10/11 I EACH OCCURRENCE - $ 1,000,000 $100m,000 5 5 , 0 00 CAMAGt xcurence) PREMISES Eat MED EXP (My one person) ii j PERSONAL & ADV INJURY $1,000,000 X ; XCU Included GENERAL AGGREGATE $ 3 , 000 , 000 } GEN'L AGGREGATE LIMIT APPLIES PER 1 POLICY X jpei ,- l LOC PRODUCTS - COMP/OP AGG $ 3 , 000 , 0 0 0 $ A':XaA A 1- AUTOMOBILE LIABILITY ANY AUTO i ALL OWNED AUTOS L ---i SCHEDULED AUTOS X 1 HIRED AUTOS i X j NON -OWNED AUTOS 60083340 ! 04/10/10 04/10/11 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) S $ $ A E UMBRELLA LIAB - EXCESS LIAB —1 X 3 OCCUR , CLAIMS -MADE ! 60083340 04/10/10 04/10/11 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5 , 000 , 000 DEDUCTIBLE 71 RETENTION $ 10,000 $ $ A i AND EMPLOCMPENSBILIITY ¥!N ATION ANY PROPRIETORJPARTNER!EXECUTIVE(—N OFFICERIMEMBER EXCLUDED? (Mandatory in NH) It yes. describe under DESCRIPTION OF OPERATIONS below i ! A 60083340 04/10/10 04/10/11 X ITORYLIMITS i ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1 , 0 00 , 0 0 0 EL DISEASE - POLICY LIMIT $ 1,000,000 A Leased/Rent Equip I 60083340 04/10/10 i 04/10/11 150,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) RE: F.Y. 2011 River Renaissance North Downtown Trail City of Waterloo is listed as an additional insured on the general liability policy. CERTIFICATE HOLDER CANCELLATION WATER15 City of Waterloo Dept Engineering Transmittal 715 Mulberry St. ,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 ACORD 25 (2009109) A1/1„ita-2Qlt�PORATION. Alt rights reserved. The ACORD name and logo are registered marks of ACORD