Loading...
HomeMy WebLinkAboutLodge Construction - FY18 Ash Street Drainage Cont 936-7/24/2017FORM OF CONTRACT CONTRACT FOR THE CONSTRUCTION OF F.Y. 2018 ASH STREET DRAINAGE IMPROVEMENTS CITY OF WATERLOO, IOWA CONTRACT NO. 936 This contract made and entered into this day of , 20, by and between the City of Waterloo, Iowa, a Municipal Corporation, (hereinafter referred to as City), and LODGE CONSTRUCTION INC. of Clarksville, Iowa (hereinafter referred to as Contractor), WITNESSETH: PAR. 1 PAR. 2 PAR. 3 PAR. 4 Contractor agrees to build and construct the FY 2018 ASH STREET DRAINAGE IMPROVEMENTS, Contract No. 936 and furnish all necessary tools, equipment, materials., and labor necessary to do all the work called for in the plans and specifications in a workmanshiplike manner and for the prices set forth in Contractor's proposal, which was accepted by the City, and which is understood and agreed to be a part of this contract. It is understood and agreed that the resolution adopted by the City Council ordering the construction of the improvement, the Notice to Contractors as published, the Instruction to Bidders, the Form of Proposal, the Construction and Maintenance Bonds, the Council Proceedings relating to this matter, and the Plans and Specifications shall all be considered as forming a part of the contract the same as though they were each set out in said contract. The Contractor agrees to 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. FORM OF CONTRACT PAGE 1 OF 5 PAGES PAR. 5 PAR. 6 PAR. 7 PAR. 8 PAR. 9 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 17, 2017 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 property allegedly caused by the Contractor, or his agents, while work is done pursuant to this agreement. The Contractor agrees that in the event a law suit is brought against the City for damages allegedly sustained by reason of any act, omission or negligence of the Contractor or its agents, or on account of any injuries allegedly sustained by reason of any obstruction, hole, depression or barrier placed or dug by the defendant or its agents, in the doing of the work herein contracted for, that it will defend said suit and save the City harmless therein, and in case judgment is rendered against the City, the Contractor agrees to pay the same promptly. The Contractor agrees to carry public liability insurance in a solvent company in a sufficient amount to protect the City and those who use the streets of the City. The City shall have the right to appoint one or more construction reviewers who shall review the progress of the work in detail; also, to make any test or any material to be used in such work. No material shall be used in any work until the same has first been approved by the construction reviewer. Such construction reviewer shall have full authority to pass judgment upon all materials and upon the manner of doing the work, and their judgment on 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 FORM OF CONTRACT PAGE 2 OF 5 PAGES PAR. 11 PAR. 12 PAR. 13 PAR. 14 PAR. 15 thereon or placed with the material proposed to be used without the written consent of the City Engineer. The Contractor shall maintain no cause of action against the City on account of delays and prosecution of work, but if said work is delayed by the City, the Contractor shall have such extra time for completion of the job as was lost by reason of the delay caused by the City. The Contractor agrees to pay punctually all just claims of labor, material, men, or subcontractors who shall perform labor or 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. 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. The Contractor agrees that should it abandon work under this contract or cease the prosecution thereof for a period of thirty (30) consecutive days without reasonable cause, and should it fail to proceed with said work within ten (10) days after a notice to continue or carry it on has been mailed to it at the address given herein by the City, or after such notice has been served on it, then the City may proceed to complete said work, using any material, tools, or machinery found along said line of work, doing the work either by contract or as it may elect, and the Contractor and the sureties on its bond shall be liable to the City for the costs and expenses so paid out. Said costs shall be retained by the City from any compensation due, or to become due the Contractor, and may be recovered by the City in an action upon Contractor's bond. In consideration of the full compliance on the part of the Contractor with all the provisions, stipulations, and conditions hereof, or contained in the various instruments made a part of this contract by reference, and upon completion and acceptance of said work, the City agrees to pay to the Contractor, in the manner set out in the Notice to Contractors, the amount 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. FORM OF CONTRACT PAGE 3 OF 5 PAGES PAR. 16 PAR. 17 PAR. 18 PAR. 19 PAR. 20 PAR. 21 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 $39,792.70. After the completion of said work, the Contractor agrees to remove all debris and clean up said streets, and to save the City harmless from any damage allegedly resulting from a failure to clean up and remove the debris or put the street back in a proper condition for travel. This contract is not divisible, but in the event of a conflict between this contract and the various instruments incorporated by reference, this contract shall govern. Before the Contractor shall be entitled to receive final payment for work done under this contract, it shall execute and file a bond in the penal sum of not less than 100% of the total amount of the contract, same to be known as "Maintenance Bond," and which bond must be approved by the City Council, and which bond is in addition to the bond given by the Contractor to guarantee the completion of the work. The Contractor shall maintain all work done hereunder in good order for the period of two (2) years from and after the date it is accepted by the Council of the City of Waterloo, Iowa. Said maintenance shall be made without expense to the City or the abutting property. In the event of the failure or default of the Contractor to remedy any or all defects appearing in said work within a period of two (2) years from the date of its acceptance by said Council, and after having been given ten (10) days notice so to do by registered letter deposited in the United States Post Office in said town, addressed to said contractor at the address herein given, then the City may proceed to remedy such defects. The costs and expenses thereof to be recovered from the Contractor and the sureties on its maintenance bond by an action brought in any court of competent jurisdiction. The Contractor shall give notice to said City by registered letter directed to the Mayor or City Clerk/Auditor thereof not more than four (4) and not less than three (3) months prior to the expiration of the term during which the Contractor is required to maintain said improvements, in good repair by the terms of its Contract. The liability of the Contractor and of the sureties on its bond for maintenance of the said improvements shall continue until three (3) months after such notice has been given to the City, and, in any event, until two (2) years after the acceptance of the work. FORM OF CONTRACT PAGE 4 OF 5 PAGES CITY OF WATERLOO, IOWA EIL-L.D..AA-061-'14-/Agr Mayor ity Cle LODGE CONSTRUCTION, INC. Contractor BY:GZt- Title: Approved by he City Council of the City of Waterloo, Iowa, this day of , 20 CI ATTEST: v,,do , City Clerk Waterloo, Iowa FORM OF CONTRACT PAGE 5 OF 5 PAGES Bond No. 2259934 PERFORMANCE BOND KNOW ALL MEN, BY THESE PRESENTS: That we, Lodge Construction, Inc. of .Clarksyilio, (the "Principal"), and • North American Specialty Insurance Company. of Manchester, NH (the. 'Surety"), are held and firmly bound unto the. City of Waterloo, Iowa (the "Obligee"), in -the penal: sum of Thirty Nine Thousand Seyen Hundred Ninety Two & 7011007- Dollars 39,79230 lawfUl money of the. United States, fdr the payment 'Of said SLIM in'conneCtion.with a contract (the "Contract") dated on. or about 2017 fQr the purpose of F.Y. 2018 Ash Street Drainage Improvements in the Ci fllaterloo Iowa - Contract No. 936 The Contract is. incorporated herein by reference. as though fully set forth herein. Whenever the Principal shall be: and is declared by the Obligee to be in default under the Contract, with the Obligee having. performed its obligations in the Contract, then the Surety, acknowledging that time is of the essence, may promptly remedy the default, or shall. proMptly undertake to: • 1. Complete the Contract in accordance with its terms. and 'conditions; or 2. Obtain. one or more. bids for completing the Contract in. accordance. With its.terms and conditions, and. upon determination by the. Surety of the, lowest responsible bidder, or negOtiated. proposal, or, if the Obligee elects, upondetermination: by the Obligee and the Surety j-ointly 'of the lowest responsible bidder,. or negotiated proposal, arrange for a Contract between .such party and the Obligee. The Surety will make available as work progresses sufficient funds to pay the cost of completion less the balance of the Contract price. The cost of completion includes responsibilities of the Principal for correction of defective work and completion of the Contract, the Obligee's legal and design professional costs resulting directly from the Principal's default, and liquidated damages or actual damages if no liquidated damages are specified in the Contract. The term "balance of the Contract price" means the total amount payable by the Obligee to the Principal under the Contract and any amendments thereto, less the amount properly paid by the Obligee to the Principal; or 3. Determine the amount for which it is liable to the Obligee and pay the Obligee that amount as soon as practicable. In the event this bond is enforced, Principal and Surety agree to indemnify Obligee and hold Obligee harmless from and against any and all costs of enforcement, including but not limited to reasonable attorneys' fees and expenses. Performance Bond Page 1 of 2 Every Surety on this. bond shall be deemed and held, any Contract to the contrary notwithstanding, to consent to each and.all .of the following Matters; without notice:. 1. To any extension of ti°rrie 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 on.ly.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. If the Principal performs the. Contract, then this bond shall be null and void; otherwise it shall remain in full force and effect. In no event.shall the Surety's total obligation exceedthe penal amount of this bond. Terms used herein shall. include, as appropriate, the siirigular or plural. number, or the masculine, feminine or neuter gender. IN WITNESS. WHEREOF, the Undersigned Principal and Surety have executed this Performance Bond as of 2017 PRINCIPAL SURETY Lodge Construction, Inc. North American Specialty Insurance Company Name Name By: CLQ ( Ad 4 Title:Q Title: Dione R. Young, Attorney-in-fact [attach Power of Attorney] Performance Bond Page 2 of 2 NOTE: Date of BOND must not be prior to date of Contract. ' If CONTRACTOR is' Partnership; all partners should execute BOND. f tlu project includes Federal,FUnds, the rollo. Ag apjAl s;t oo payment bone IMPORTANT: Surety companies executing bonds must appear on the Treasury Department'smost current list (Circular 570 aS amended) and be authorized to transact business in the State where the project is located. Performance Bond Page 3 of 2 Bond No. 2259934 PAYMENT BOND KNOW ALL MEN' BYTHESE .PRESENTS: that Lodge Construction, Inc. (Name of Contractor) P.O. Box 459, Clarksville, IA 50619 a (Address' of Contractor) Corporation , hereinafter called Principal, (Corporation, Partnership or Irdiviidual) and, North American Specialty Insurance Company (Name of Surety) 650 Elm Street, Manchester, NH 03101 (Address of Surety) hereinafter called Surety, are held and firmly bound unto City of Waterloo, IA (Name of Owner) 715 Mulberry Street, Waterloo, IA 50703 (Address of Owner) hereinafter Called OWNER, in the penal sum of ** Dollars,($ 39,792.70 ). ** Thirty Nine Thousand Seven Hundred Ninety Two & 701100 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 e tered into a certain contract with the OWNER, dated the 2 L1'k day of Lk. 2017 , a copy of which is hereto attached and made a part hereof for the construction of: F.Y. 2018 Ash Street Drainage Improvements in the City of Waterloo, Iowa - Contract No. 936 NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUBCONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on. said WORK, and for all labor, performed in. such WORK •whether by SUBCONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety.for value received. hereby stipulates: and agrees that no change, extension of time, alteration oraddition: 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 ficial 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 Three(3) one of which shall be deemed an original', this the 2017 . ATTEST: (Principal) Secretary (SEAL) // /,1 -Lc. ccs Witness as to Principal I�`i4,`J Ay eAtuE dress) ATTEST: Witness as Surety counterparts, each (number) day of Lodge Construction, Inc. By Principal 1, 74. Po 4,4 L (s) (Address) CSM ire_ )hS-6vi9 North American Specialty Insurance Company S re By, -3 Attorney 1.� in•F one R. Young Holmes, Murphy and Associates, LLC Cindy Bennett (Address) P.O. Box 9207, Des Moines, IA 50306-9207 (Address) P.O. Box 9207, Des Moines, IA 50306-9207 NOTE: Date of BOND: must not he prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BO If tt,is project anclud.e's Federal Fuhds; the follotylrtg applies to t IMPORTANT: Surety companies executing, bonds must appear Department's most current list (Circular 570 as amended) and transact business in the State where the project is located. ND. hepayment bond: on the Treasury be authorized to 11 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 Schaumburg, [Ilinois, each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SI IIRLEY S. BAR"I'ENHAGEN, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOII, STACY VENN, LACEY CRAMBLIT and DIONE R. YOUNG JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Pact, 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 ofFIFTY MILLION ($50,000,000.00) 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 9t2 of May, 2012: "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 011 behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of thein 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 taesimile, 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." \\Op\�,tt y,TY,4, 9 4 ''P d7i'sdLe, 73 7 / � SEAL t -T5 J ¢v 1873 :�me gb ck&AMP&077 r 1Y1 709/191910 `' Py� Steven P. Anderson, Sena- vice Presider of Washing i0111 InternationaInternationalmance Gn e & Senior \'Ice President orN,,rI, American Specialty Insurance Cnngmry. By 7 JrJ:i iilicbael A. 11e, Senor Vice Presulenl of \'u unglue International Insurance lompaoy & Senior vice President of Nadi Nncuun, Specially Laurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington international Insurance Company have caused their official seals to he hereunto affixed, and these presents to be signed by their authorized officers this Slh day of September , 2015 State of Illinois County of Cook ss: North American Specialty 1115urance Company Washington International Insurance Company 011 this 8th day of September , 2015 , before one, a Notaiy Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior 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 respective companies. OFFICIAL SEAL M KENNY NOTARYSSSTATEOF ILLINOIS MY COMMISSION EXPIRES 12/04/2017 .rs.a I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International 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 Specially Insurance Company and Washington International Insurance Company, which is still in full force and effect. NY. Kenny. Notary Rlbii IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this clay of ,2017 lel-trey Goldberg, Vice President & Assislma Seo Vary of W• Mon Inlenmlional Insurance Company S North Alucrice° tipeeiutiy net C nA. ACORL? CERTIFICATE OF LIABILITY INSUNCE ATE D7/24/20 ) 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 The Accel Group 300 E. Bremer Avenue P.O. Box 269 Waverly IA 50677 CONTACT NAME: PHO sxn: (319)352-2880 (A/C.No): (319)352-2075 EMAIL INSURER(S) AFFORDING COVERAGE NMC# INSURER A: United Fire & Casualty X INSURED Lodge Construction, Inc. 2330 Ivy Ave. Waverly IA 50677 INSURER B:Travelers Insuraee INSURER C: EACH INSURER D: INSURER E : CLAIMS -MADE I X J OCCUR INSURER F: $ 100,000 COVERAGES CERTIFICATE NUMBER:17-18 gl auto umbr we REV 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 VNTH 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 ADOL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP IMM/00/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X 60488193 03/16/2017 03/16/2018 EACH $ 1, 000, 000 CLAIMS -MADE I X J OCCUR DAMAGETO ETORENTED PREMISES PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL &ADV INJURY $ 1,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES PRO JECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OPAGG $ 2,000,000 $ A AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS 60488193 03/16/2017 03/16/2018 COMBINED SINGLE LIMIT (Ea accident) $ 1, 000, 000 BODILY INJURY (Per person) $ BODILY INJURYPer accident ( ) $ PROPERTY DAMAGE (Per accident) B X UMBRELLA LIAR EXCESSLIAB x OCCUR CLAIMS -MADE ZUP15T77334 03/06/2016 03/16/2018 EACH OCCURRENCE $ 8,000,000 AGGREGATE $ 8,000,000 DED RETENT ONS 10,000 $ A WORKERS COMPENSATION ANDEMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe Under DESCRIPTION OF OPERATIONS below Y / N N / A 60488193 03/16/2017 03/16/2018 X PER STATUTE OT ER E.L. EACH ACCIDENT $ 500 000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E . DISEASE - POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Project: FY 2018 Ash Street Drainage Improvements, Contract 9936 CERTIFICATE HOLDER CANCELLATION City of Waterloo 715 Mulberry St., 2nd Floor 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 Joan Bonewitz/JOANB ACORD 25 (2014/01) INS025 (2014011 ©1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD