Loading...
HomeMy WebLinkAboutPeterson Contractors Inc-8/9/2010FA96 (Form 650019) 9-02 CONTRACT Letting Date: July 20, 2010 Contract ID: 07-8155-715 County: BLACK HAWK Project Engineer: CITY OF WATERLOO Cost Center: 849300 Object Code: 890 Contract Work Type: PCC PAVEMENT - GRADE/REPLACE Bid Order No.: 101 DBE Commitment $0.00 This agreement made and entered by and between the CITY OF WATERLOO CONTRACTING AUTHORITY, AND PETERSON CONTRACTORS INC. OF REINBECK, IA, (PE320), 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 07/15/2010 . PROJECT: STP -U-8155(715)--70-07 COUNTY: BLACK HAWK WORK TYPE: PCC PAVEMENT - GRADE/REPLACE ACCOUNTING ID: 28195 ROUTE: LA PORTE ROAD LENGTH (MILES): 0.1 LOCATION: INTERSECTION OF LA PORTE RD. AND RIDGEWAY AVENUE FEDERAL AID - PREDETERMINED WAGES ARE IN EFFECT 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 -100720, DS -09040, FHWA-1273.04, GS -09001, IA10-1.2, SP -092006, ADDENDUMS: 20JUL101.A01 Contractor, for and in considerations of $365,728.50 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 expressed, Co tr4a`cting authority and Contracto ve signs this one %ther identical instrument as of the day of ✓\, 91510 By By Aka Cae(4/2 Contracting Author_ FB96 (Form 650019) 11-05 Letting Date: It is further the following July 20, 2010 Contract ID: 07-8155-715 Page: - 1B Bid Order No. : 101 understood and agreed that the above work shall be commenced or completed in accordance with schedule: SITE NUMBER CONTRACT PERIOD /SITE DESCRIPTION LIQUIDATED DAMAGES CONTRACT LATE START DATE 08/23/2010 65 WORKING DAYS 01 LATE START DATE 08/23/2010 35 WORKING DAYS SEE SITE NUMBER 01 DESCRIPTION BELOW. CONTRACT NOTES $400.00 $400.00 *** SITE NUMBER 01 / CONTRACT PERIOD INFORMATION *** ALL ITEMS OF WORK UNDER THIS CONTRACT SHALL BE COMPLETED WITHIN THE INTERMEDIATE CONTRACT PERIOD SITE NUMBER 01 EXCEPT FOR ITEM #27, TRAFFIC SIGNALIZATION, AND ITEM #36, SEEDING AND FERTILIZING. ALL CONCRETE BASES, CONDUITS, AND HANDHOLES FOR THE TRAFFIC SIGNALIZATION ITEM SHALL ALSO BE COMPLETED WITHIN THE INTERMEDIATE CONTRACT PERIOD SITE NUMBER 01. TRAFFIC SIGNALIZATION SHALL BE FULLY COMPLETED WITHIN 65 WORKING DAYS FROM THE START OF WORK OR THE LATE START DATE, WHICHEVER IS EARLIER. SEEDING AND FERTILIZING SHALL BE COMPLETED WITHIN THE SPRING SEEDING PERIOD. WORKING DAYS WILL NOT BE CHARGED FOR SEEDING AND FERTILIZING SO LONG AS ALL WORK IS COMPLETED PRIOR TO JUNE 1, 2011. CONTRACT SCHEDULE OF PRICES Page: 2 ******************************************************************************** Vendor No.: PE320 Bid Order No.: 101 Contract ID No.: 07-8155-715 Letting Date: July 20, 2010 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLACK HAWK Line No Item Number Item Description Item I Unit Price I Bid Amount 1 Quantity I I 1 and Unit I Dollars I Cts I Dollars ICts SECTION 0001 ROADWAY ITEMS 12102-2710070 EXCAVATION, 1 0010 'CLASS 10, ROADWAY AND 'BORROW ICY 1,120.0001 6.000001 6,720.00 12105-8425015 TOPSOIL, I 1 1 0020 'STRIP, SALVAGE AND I 240.0001 7.000001 1,680.00 'SPREAD ICY 1 1 12107-0875100 COMPACTION 1 I 1 0030 'WITH MOISTURE CONTROL I 999.0001 3.000001 2,997.00 1 ICY I I 12113-0001100 SUBGRADE 0040 'STABILIZATION MATERIAL, 1 'POLYMER GRID 1SY 590.0001 3.500001 2,065.00 12115-0100000 MODIFIED 1 0050 'SUBBASE 1 ICY 490.0001 34.000001 16,660.00 12201-0505090 BASE, 1 I I 0060 'STANDARD OR SLIP FORM P. 1 445.0001 40.500001 18,022.50 1C. CONCRETE, 9 IN. ISY 1 I 2301-1033080 STANDARD OR � 0070 'SLIP FORM PORTLAND 'CEMENT CONCRETE PAVEMENT,'SY 'CLASS C, CLASS 3 DURABILITY, 8 IN. 1,358.000 38.000001 51,604.00 12301-4875006 MEDIAN, P.C.1 1 I 0080 'CONCRETE, 6 IN. 1 6.0001 36.000001 I 1SY 1 216.00 X2303-0033504 HOT MIX 0090 ASPHALT MIXTURE (1,000, 000 ESAL), SURFACE 'COURSE, 1/2 IN. MIX, FRICTION L-4 TON 90.000 180.000001 16,200.00 12303-0246422 ASPHALT 0100 'BINDER, PG 64-22 1TON 5.000' 515.000001 2,575.00 CONTRACT SCHEDULE OF PRICES Pager 3 ******************************************************************************** Vendor No.: PE320 Bid Order No.: 101 Contract ID No.: 07-8155-715 Letting Date: July 20, 2010 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLACK HAWK Line No Item Number Item Description Item I Unit Price I Bid Amount Quantity and Unit I Dollars I Cts 1 Dollars (Cts 12303-3400000 ADJUSTMENT 0110 10F FIXTURES 'EACH 3.0001 800.000001 2,400.00 12401-6745910 REMOVAL OF 0120 ISIGN 'EACH 5.0001 100.000001 500.00 12435-0140200 MANHOLE, 0130 'STORM SEWER, SW -402 1 1.0001 2,800.000001 'EACH 1 2,800.00 12435-0250700 INTAKE, I ' 0140 ISW-507 I 2.0001 IEACH 3,800.000001 7,600.00 12435-0250900 INTAKE, 0150 1SW-509 1 1.0001 4,000.000001 'EACH I 4,000.00 '2502-8212206 SUBDRAIN, I 1 ' 0160 'PERFORATED PLASTIC PIPE, I 469.0001 10.000001 16 IN. DIA. ILF 1 ' 4,690.00 12502-8220193 SUBDRAIN 0170 'OUTLET (RF -19C) 'EACH 6.0001 300.000001 1,800.00 X2503-0114212 STORM SEWER 0180 (GRAVITY MAIN, TRENCHED, I 'REINFORCED CONCRETE PIPE ILF ((RCP), 2000D (CLASS III),( X12 IN. 154.000 50.000001 7,700.00 2503-0114215 STORM SEWER 0190 'GRAVITY MAIN, TRENCHED, I (REINFORCED CONCRETE PIPE ILF '(RCP), 2000D (CLASS III),' 15 IN. 56.000 55.000001 3,080.00 12510-6745850 REMOVAL OF I 0200 'PAVEMENT ISY 1,570.0001 6.000001 9,420.00 CONTRACT SCHEDULE OF PRICES Page: 4 ******************************************************************************** Vendor No.: PE320 Bid Order No.: 101 Contract ID No.: 07-8155-715 Letting Date: July 20, 2010 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLACK HAWK Line No Item Number Item Description 1 Item I Unit Price I Bid Amount 1 Quantity 1 I 1 and Unit 1 Dollars 1 Cts I Dollars (Cts 12510-6750600 REMOVAL OF 0210 'INTAKES AND UTILITY 'ACCESSES 'EACH 1.0001 800.000001 800.00 I 12512-1725256 CURB AND ' 1 0220 'GUTTER, P.C. CONCRETE, 2.1 140.0001 18.000001 15 FT. ILF 1 2,520.00 12518-6910000 SAFETY 1 1 0230 'CLOSURE 1 4.0001 I 'EACH I 200.000001 800.00 12524-6765010 REMOVE AND 0240 'REINSTALL SIGN AS PER 'PLAN 'EACH 2.0001 I 175.000001 350.00 12524-9265010 POSTS, 1 I 0250 'STEEL, AS PER PLAN 1 9.0001 I 'EACH I 125.000001 1,125.00 12524-9325001 TYPE A I 1 0260 'SIGNS, SHEET ALUMINUM 1 39.0001 21.000001 ISF 1 819.00 12525-0000100 TRAFFIC 0270 1SIGNALIZATION (LUMP I 'LUMP 1 174,650.00 12526-8285000 1 1 1 0280 'CONSTRUCTION SURVEY 'LUMP 1LUMP 1 2,600.00 I I I 12528-8445110 TRAFFIC 0310 'CONTROL 1 1LUMP I 'LUMP 1 3,850.00 12533-4980005 0320 'MOBILIZATION I I 1 (LUMP (LUMP 1 10,000.00 I I 12599-9999005 ('EACH' 1 1 I 0330 'ITEM) CURB INLET 1 3.0001 65.000001 'PROTECTION 'EACH 1 1 195.00 CONTRACT SCHEDULE OF PRICES °Page:^ 5 ******************************************************************************** Vendor No.: PE320 Bid Order No.: 101 Contract ID No.: 07-8155-715 Letting Date: July 20, 2010 Primary Work Type: PCC PAVEMENT - GRADE & REPLACE 10:00 A.M. Primary County: BLACK HAWK Line No Item Number Item Description I Item I Unit Price 1 Bid Amount 1 Quantity 1 1 and Unit I Dollars I Cts I Dollars ICts 12599-9999005 ('EACH' 0340 (ITEM) SUBDRAIN 1CLEANOUTS 'EACH 2.0001 1,850.000001 3,700.00 12601-2634100 MULCHING 1 1 0350 1 1 0.5001 1 (ACRE 1 1 700.000001 350.00 1 12601-2636044 SEEDING AND 1 1 1 0360 !FERTILIZING (URBAN) 1 0.5001 1,200.000001 1 (ACRE 1 1 600.00 12602-0000020 SILT FENCE 1 1 1 0370 1 1 320.0001 2.000001 I ILF 1 1 640.00 'TOTAL BID 365,728.50 Bond No. 105464370 PERFORMANCE AND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we, Peterson Contractors, Inc. of Reinbeck, IA (hereinafter called the Principal), and Travelers Casualty and Surety Company of America of Hartford, CT (hereinafter called the Surety), are held and firmly bound unto City of Waterloo, Black Hawk County, IA (hereinafter called the Obligee), in the penal sum of Three Hundred Sixty Five Thousand Seven Hundred Twenty Eight Dollars and 50/100 Dollars ($ 365,728.50 ), 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 IkAi. day of5i--- , 2010, Enter into a written Contract with the City of Waterloo, Black HaCounty, Iowa for PCC Pavement - Grade & Replace as called for Letting July 20, 2010; Proposal ID No.: 07-8155-715; Project: STP -U-8155(715)-70-07 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 , (2 of 2) Peterson Contractors, Inc. BY Principal qa2gdece, wig Cc r cf.e Ci Q��,�-� Travelers Casualty and Surety Company of America Surety BY Attorney-in-fact Dianne S. Riley -- TRAVELERSJ Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 221980 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 003418395 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Craig E. Hansen, Dianne S. Riley, Jay D. Freiermuth, Brian M. Deimerly, Cindy Bennett, Anne Crowner, Laure K. Guisinger, Tim McCulloh, and Stacy Venn of the City of West Des Moines , State of Iowa , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN oWITNTS WHEREOF, the Compajj s have caused this instrument to be signed and their corporate seals to be hereto affixed, this 6th JJanuary ZZ�U Y State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company By: Thompson, ice President On this the 6th day of January 2010 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2011. 58440-4-09 Printed in U.S.A. \.04i414 C . Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of Kori M. JohansAssistant Secretary ,201.0. To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AC -CORE) D� CERTIFICATE OF LIABILITY INSURANCE DA 08/ 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(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 LSB Financial 219 Main Street Cedar Falls, IA 50613 Phone: 319-268-4242 Fax: 319-268-4211 CONTACT NAME: PHONE IANC No. Ext): FAX , No): E-MAIL ADDRESS: PRODUCER PETER -3 CUSTOMER ID 0: INSURER(S) AFFORDING COVERAGE NAIC 0 INSURED Peterson Contractors, Inc. Reinbeck Motors, Inc. PO Box A / 104 Blackhawk St Reinbeck, IA 50669 INSURER A : Zurich American Ins Co 16535 INSURER B : Axis Surplus Insurance Co 26620 INSURER C : 1 07/01/1, INSURER D : $ 1,000,000 INSURER E : DAMAGE TO PREMISES (EaENTED occurrence) INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSIjSED 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 JNSR SUBR WVD POUCY NUMBER POUCY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A GENERALUABILITY COMMERCIAL GENERAL LIABILITY OCCUR GL0926706500 07/01/10 1 07/01/1, EACH OCCURRENCE $ 1,000,000 X DAMAGE TO PREMISES (EaENTED occurrence) $ 300,000 CLAIMS -MADE MED EXP (Any one person) $ 10,000 X Blnkt Contractual PERSONAL & ADV INJURY $ 1,000,000 X XCU Coverage GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 7 POLICY X JEa LOC $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BAP92670660 07/01/10 07/01/11 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ X X $ $ B X UMBRELLALIAB EXCESS UAB X OCCUR CLAIMS -MADE EAU753420/01/2010 07/01/10 07/01/11 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DEDUCTIBLE RETENTION $ 10,000 $ X $ A WORKERS COMPENSATION AND EMPLOYERS' UABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEI OFFICER/MEMBER EXCLUDED? (Mandatory in NH) f yes, describe under SPF(:IAI PRr)VISInNR heinw Y / N N/A WC9267067-00 07/01/10 07/01/11 X TORY LAMITS °R E. L. EACH ACCIDENT $ 1,000,000 Y E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 A A Cargo Rent/Lease Equip MCP9267064-00 MCP9267064-00 07/01/10 07/01/10 07/01/11 07/01/11 800,000 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) FOR THE PROJECT DESCRIBED AS RIDGEWAY AVENUE AND LAPORTE ROAD INTERSECTION IMPROVEMENTS, WATERLOO, IA, THE CITY OF WATERLOO, IA IS NAMED AS AN ADDITIONAL INSURED PER WRITTEN CONTRACT REQUIREMENTS. PCI # J3209 CERTIFICATE HOLDER CANCELLATION CITY OF WATERLOO, IOWA 715 MULBERRY ST WATERLOO, IA 50703 I 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 (2009/09) © 1988- 2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD r,f')