Loading...
HomeMy WebLinkAboutLodge Construction, Inc. - 2018 Remedial Actions Phase IIIB, Cont No. 949 - 2/11/19FORM OF CONTRACT CONTRACT FOR THE CONSTRUCTION OF 2018 REMEDIAL ACTIONS PHASE IIIB CITY OF WATERLOO, IOWA CONTRACT NO. 949 1 huLA � This contract made and entered into this ' day of ,) , 2011 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 PAR. 5 PAR. 6 Contractor agrees to build and construct the 2018 REMEDIAL ACTIONS PHASE IIIB, Contract No. 949, and furnish all necessary tools, equipment, materials, and labor necessary to do all the work called for in the plans and specifications in a workmanlike manner and for the prices set forth in Contractor's proposal, which was accepted by the City, and which is understood and agreed to be a part of this contract. It is understood and agreed that the resolution adopted by the City Council ordering the construction of the improvement, the Notice to Contractors as published, the Instruction to Bidders, the Form of Proposal, the Construction and Maintenance Bonds, the Council Proceedings relating to this matter, and the Plans and Specifications shall all be considered as forming a part of the contract the same as though they were each set out in said contract. The Contractor agrees to furnish at its own cost and expense, all necessary materials and labor for said work and to construct said improvements in a thorough, substantial, and workmanlike manner, and in strict accordance with the requirements of this contract, and of the plans and specifications made a part hereof by reference, and to the satisfaction and approval of the City and its engineer. The Contractor agrees to perform said work and install said improvements on the terms set out in bid or proposal to the City which has been accepted by the City and which is by reference made a part of this contract. The Contractor agrees to commence said work within ten (10) working days after receipt of "Notice to Proceed" and complete it on or before September 27, 2019 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. FORM OF CONTRACT City Contract No. 949 Page C-1 of 4 AECOM #60543369 Remedial Actions Ph IIIB PAR. 7 PAR. 8 PAR. 9 PAR. 10 PAR. 11 PAR. 12 PAR. 13 PAR. 14 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. Any material, which has been rejected by the construction reviewer, shall be at once removed from the line of work and shall not be again taken thereon or placed with the material proposed to be used without the written consent of the City Engineer. 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 FORM OF CONTRACT City Contract No. 949 Page C-2 of 4 AECOM #60543369 Remedial Actions Ph IIIB compensation due, or to become due the Contractor, and may be recovered by the City in an action upon Contractor's bond. PAR. 15 In consideration of the full compliance on the part of the Contractor with all the provisions, stipulations, and conditions hereof, or contained in the various instruments made a part of this contract by reference, and upon completion and acceptance of said work, the City agrees to pay to the Contractor, in the manner set out in the Notice to Contractors, the amount of money due the Contractor for work performed and accepted, at the unit prices set out in the Contractor's proposal, which has been accepted by the City. PAR. 16 The total amount of the contract, based on the Engineer's estimates of quantities and the Contractor's unit bid prices, and for which 100% surety bond is required, is $520,659.23. PAR. 17 After the completion of said work, the Contractor agrees to remove all debris and cleanup 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. PAR. 18 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. PAR. 19 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. PAR. 20 PAR. 21 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 City Contract No. 949 Page C-3 of 4 AECOM #60543369 Remedial Actions Ph IIIB Pfeicl.,-; P1/4:4cry)(ED s 413 T- -a- ) . �►-1 .i S c n- r- CT CITY OF WATERLOO, IOWA Mayor LODGE CONSTRUCTION, INC. Contractor BY: Title: Approved by the City Council of the City of Waterloo, Iowa, this day of _ 20 [ 61 ATTEST: \MPJL{) FORM OF CONTRACT AECOM #60543369 City Contract No. 949 , City Clerk Waterloo, Iowa Page C-4 of 4 Remedial Actions Ph HIB FORM OF BID OR PROPOSAL 2018 REMEDIAL ACTIONS PHASE IIIB CITY OF WATERLOO, IOWA CITY CONTRACT NO. 949 Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of# Partnership consisting of the following pa a -rs; a having familiarized (himself) (themselves) 4120 with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by AECOM now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this 2018 REMEDIAL ACTIONS PHASE IIIB, CITY CONTRACT NO. 949, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: 2018 REMEDIAL ACTIONS PHASE IIIB CITY OF WATERLOO, IOWA CITY CONTRACT NO. 949 (Bid item Nos. 2 and 3 not used to eliminate contusion between Bid Item numbers and Drawing numbers listed below.) Item 1 4A 4B 4C 5A 5B 5C 6A 6B 7A 7B 8A 8B 8C 9A Description Pipe Televising - 8"-15" Unit Estimated Quantiles Unit Price Total Amount DWG 4 Columbia Street -12 IN Pipe Replacement 10-15 FT DWG 4 Columbia Street - Restoration DWG 4 Columbia Street - Traffic Control DWG 5 Sumner Street - 8 IN Pipe Replacement 15-20 FT DWG 5 Sumner Street - Restoration DWG 5 Sumner Street - Traffic Control DWG 6 Valley Drive - 8 IN Pipe Replacement 0-10 FT DWG 6 Valley Drive - Restoration DWG 7 Upton Avenue - 8 IN Pipe Replacement 10-15 FT LF LF SY LS LF SY 9,501.00 248.00 925.75 1.00 137.00 878.90 LS LF SY 1.00 40.00 333.33 DWG 7 Upton Avenue - Restoration LF 20.00 $ $ 5Oo =° $ I'75 $ S7 $ —b0 $ a $35`0'9' DWG 8 Carriage Hill Road - 8 IN Pipe Replacement 0-10 FT SY 166.67 DWG 8 Carriage Hill Road - Restoration DWG 8 Carriage Hill Road - Traffic Control DWG 9 Carriage Hill Road - 8 IN Pipe Replacement 0-10 FT LF 122.00 $ $ SY LS LF FORM OF BID CONTRACT NO. 949 AECOM #60543369 506.67 1.00 95.00 $ $ a6, Ja 7 $ 31)000 ail $ .5-©o $ 5� e n?° $ 5-Oo .� od $ %000 $ � 66 $ -7 000 • $ 6,4e 27- nc: $ %!Yj 3OO / BF -1 OF 4 Remedial Actions Ph IUB 2. Item Description Unit Estimated Quantiles Unit Price Total Amount 98 DWG 9 Carriage Hill Road - Restoration - Area 1 - Street SY 121.94 $ / 1 $� �� ,`fie l 9C DWG 9 Carriage Hill Road - Restoration -c Area 2 SY 338.48 $ • „2.7= " It /3i 9,- $ 5"0o c% 9D Control Carriage Hill Road -Traffic LS 1.00 $ �f10 ! 10A DWG 10 Hickory Street - 8 IN Pipe Replacement 0-10 FT LF 20.00 D w $ 350 -- 0 $ 7 pod i 10B DWG 10 Hickory Street - Restoration SY 166.67 $ /o2O =" $d vod 10C DWG 10 Hickory Street - Traffic Control LS 1.00 $ --ao '"--t-- $ ,!rad a�`- f i A DWG 11 AReplacement ld0-10 din tFT t - 8 IN Pipe LF 20.00 $ 3S' C6.1.-- $ �Ga :% 67 11B DWG 11 Aladdin Street - Restoration SY 166.67 $�Q °_.°.. .- $ fi4j 11C DWG 11 Aladdin Street - Traffic Control LS 1.00 $ 6-0o €='-'$ �• 5-0 %-• 12A DWG 12 Williston Road / Leavitt Street Alley - 8 IN Pipe Replacement 0-10 FT LF 20.00 $ 3 0O `'- $ %- �, D0d 12B DWG 12 Williston Road / Leavitt Streeto Alley - Restoration SY 88.89 $ f,/f °� $ 8en> 12C DWG 12 Williston Road / Leavitt Street Alley - Traffic Control LS 1 00 $ 5©U % J $ y-00 WG 13 Prospect Bouleva13A Pipe Replacement 0-10 FTrd 15 IN LF 40.00 $ 30 0 °-�' $ 13000 ° .. - 13B DWG 13 Prospect Boulevard Restoration Sy 333.33 $ �- == a $ 71333 13C DWG 13 Prospect Boulevard - Traffic Control LS 1.00 o0. $ �,r. -p0 00. $ 5-oo ""' 14A DWG 14 Prospect Boulevard -10 IN Pipe Replacement 0-10 FT LF 20.00 d $ 375- `--' $ z 5.-OG '"% 14B DWG 14 Prospect Boulevard -10 INw Pipe Replacement 10-15 FT LF 20.00 $ 375"- °/ $ 7)5.-re, 14C DWG 14 Prospect Boulevard - Restoration SY 333.33 /3� �- VU 9 9 7 14D DWG 14 Prospect Boulevard - Traffic Control LS �d 1.00 S-00 a 5"190 `�� 15A DWG 15 Hammond Avenue / Lyon Avenue - 8 IN Pipe Replacement 0-10 FT LF lyG 20.00 300 ,-- 4_� gado 15B DWG 15 Hammond Avenue /Lyon Avenue - Restoration SY '� 166.67 3 7 -_--� 4)4, 16A DWG 16 Ravenwood Circle 8 IN Pipe Replacement 0-10 FTi LF 20.00 $ 300 C'5.. $ (p Opo 168 DWG 16 Ravenwood Circle - 8 IN Restoration SY .0c• 166.67 $ 3 7 .__--� $ 27 - 6 /64, F'� +'v&ij ^ ? �.•`+-,+i`�a�t v: <;uu$::;.n:"�,++,,.����,.�y`•#zf�syc!C;C•.•r� :t�<:$4������>><akRb .:�w �:�i .. hY'• •n•�v,� iY.W. WSa n, p,- .lT. � JY.:V. n..n.a°r,:.::=iSf': J:or:. :S.1 xx: }.i\�+t.,�;., ,$. • ,aL':\:•. .,Y" ::7:a .m,. .w..."'+:......a.. � . . _ ..?e'' ; ' ...5<�.:�:.ux:.f,: a'i:: ;i - : � :,z :�t}l. i�:k?1 .,>,.�•4.'. c�:;1..`: ::. mac,:: .� nroa`v»,`,.:. ,..m:::::-..:,,,,..k.,,.?..-4,., ?. •,.,.,.., • .-z�.tp:3:iy4�,t..,,'.",,,,b ,,,,2 : �':"�,;;�,� „ � •:0.i•^+•�"S:,h�:J'fJ''4'i a`+S. y�"J • 3�ti, .,- TOTAL BID Sa a, 6if9 -- 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or FORM OF BID AECOM 460543369 CONTRACT NO. 949 BF -2 OF 4 Remedial Actions Ph MB Bond No. 2284851 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, Lodge Construction, Inc., of Clarksville, Iowa, (the "Principal"), and North American Specialty Insurance Company of Overland Park, KS (the "Surety"), are held and firmly bound unto the City of Waterloo, Iowa (the "Obligee"), in the penal sum of Five Hundred Twenty Thousand Six Hundred Fifty Nine & 23/100 Dollars ($ 520,659.23 ), lawful money of the United States, for the payment of said sum in connection with a contract (the "Contract") dated on or about �s �Etr� l �� `k for the purpose of 2018 Remedial Actions Phase IIIB City of Waterloo, Iowa - Contract No. 949 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, upon determination by the Obligee and the Surety jointly 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 attomeys' fees and expenses. 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 time to the Contract in which to perform the Contract. 2. To any change in the plans, specifications, or Contract when such change does not involve an increase of more than twenty percent (20%) of the total Contract price, and shall then be released only as to such excess increase. 3. That no provision of this bond or of any other contract shall be valid which limits to less than one (1) year from the time of the acceptance of the work the right to sue on this bond for defect in workmanship or material not discovered or known to the Obligee at the time such work was accepted. 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 exceed the penal amount of this bond. PERFORMANCE BOND City Contract No. 949 Page PFB-1 of 2 AECOM #60543369 Remedial Actions Ph 1118 Terms used herein shall include, as appropriate, the singular 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 _ i' ' ✓u , ) 1 t , t, . PRINCIPAL SURETY Lodge Construction, Inc. Name By: Title: North American Spec'alty Insurance Company Name Title: Anne Crowner, Attorney-in-fact [attach Power of Attorney) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. If this project includes Federal Funds, the following applies to the payment bond: IMPORTANT: 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 where the project is located. PERFORMANCE BOND City Contract No. 949 Page PFB-2 of 2 AECOM #60543369 Remedial Actions Ph 1118 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that LODGE CONSTRUCTION, INC. (Name of Contractor) P.O. Box 459, Clarksville, IA 50619 Bond No. 2284851 (Address of Contractor) a Corporation and, (Corporation, Partnership or Individual) North American Specialty Insurance Company hereinafter called Principal, (Name of Surety) 5200 Metcalf OPN111, Overland Park, KS 66202-1391 (Address of Surety) hereinafter called Surety, are held and firmly bound unto City of Waterloo (Name of Owner) 715 Mulberry Street, Waterloo, IA 50703 (Address of Owner) hereinafter called OWNER, in the penal sum of Five Hundred Twenty Thousand Six Hundred Fifty Nine & 23/100 Dollars,($ 520,659.23 ) 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 OBLI ATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the l 1 "day of , 20(` , a copy of which is hereto attached and made a part hereof for the construction of: 2018 REMEDIAL ACTIONS PHASE IIIB CITY OF WATERLOO, IOWA CITY CONTRACT NO. 949 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 or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PAYMENT BOND City Contract No. 949 Page PB -1 of 2 AECOM #60543369 Remedial Actions Ph IIIB PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS HEREOF, this instrument is executed in 4 counterparts, each one (number) of which shall be deemed an original, this the day of + ATTEST: (Principal) Secretary` (SEAL)I-- (Witness as to Princ al) (Address) ATTEST: t 4Z 1.4tAk L Witness as to St{(ty Cindy Bennett (Address) 0,, P.O. Box 9207, Des Moines, IA 50306-9207 P.O. Box 9207, Des Moines, IA 50306-9207 Lodge Construction, Inc. ,20�� Principal By c_ (Address) i� L--)/ (t % (s) North Amer' • n Specialty Insurance Company Surety) A •rney-in-Fact Anne Crowner Homes, Murphy and Associates, LLC (Address) (Aeddress) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. If this project includes Federal Funds, the following applies to the payment bond: IMPORTANT: 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 where the project is located. PAYMENT BOND City Contract No. 949 Page PB -2 of 2 AECOM *60543369 Remedial Actions Ph IIIB SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION 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 Overland Park, Kansas 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 Overland Park, Kansas, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Overland Park, Kansas each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BARTENHAGEN, CINDY BENNETT, ANNE CROWNER, TIM McCULLOH„ STACY VENN, DIONE R. YOUNG, and WENDY ANN CASEY JOINTLY OR SEVERALLY Its true and lawful Attorney(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: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) 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 North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, 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." Les( SEAL E w% 1973 4ur ``I` b44•0. ant • 1• Steven P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation By Mike A. Ito, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 3rd day of November , 20 17 State of Illinois County of Cook On this 3rd day of ss: North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation November , 20 17, before me, a Notary 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 Senior Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, 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 Notary Public. State of Illinois My Commission Expires 1210412021 M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation 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, Washington International Insurance Company and Westport Insurance Corporation 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 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation LODGCON-01 JBONEWITZ '4 b CERTIFICATE OF LIABILITY INSURANCE DATD/YYYY) 2//28/228/2019 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 have ADDITIONAL INSURED provisions or 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 Accei Group LLC PO Box 269 Waverly, IA 50677 CONTACT Joan Bonewitz NAME: PHONEFAX (A/c, No, Ext): (319) 352-6146 (A/C, No): aI oRlEss:jbonewitz©acceladvantage.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : United Fire & Casualty Ins Co 13021 INSURED Lodge Construction, Inc. PO Box 459 Clarksville, IA 50619 INSURER B: INSURER C : X INSURER D : DAMAGE TO RENTED PREMISES (Ea occurrence) INSURER E : INSURER F : MED EXP (Any one person) COVERAGES 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTRINSD TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER 60488193 POLICY EFF IMM/DD/YYYY) 3/16/2018 POLICY EXP (MM/DD/YYYY) 3/16/2019 LIMITS EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL 8 ADV INJURY $ 1,000,000 GENL AGGREGATE POLICY OTHER: LIMIT APPLIES JECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY 60488193 3/16/2018 3/16/2019 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 60488193 3/16/2018 3/16/2019 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N / A 60488193 3/16/2018 3/16/2019 PER STATUTE OTH- ER E.L. EACH ACCIDENT 500,000 $ E.L.DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT 500,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Project 2018 Remedial Actions Phase IIIB, Contract No. 949 CERTIFICATE HOLDER 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. AUTHORIZED99EPRESENTATIVE ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Letter of Transmittal TO: Ms. Nancy Higby City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 WE ARE SENDING YOU: I] Attached ❑ Prints ❑ Shop Drawings ❑ Change Order ❑ Copy of Letter ❑ AECOM DATE: March 8, 2019 JOB ID NO. 60543369 ATTENTION: RE: 2018 Remedial Actions Phase IIIB City Contract No. 949 Waterloo, Iowa ❑ Under Separate Cover Via ❑ Plans ❑ Samples the following items: ❑ Specifications COPIES DATE NO. DESCRIPTION 4 Sets Form of Contract, Performance & Payment Bonds, Certificate of Insurance THESE ARE TRANSMITTED AS CHECKED BELOW: D For Approval O For Your Use 0 Approved as Submitted ❑ Approved as Noted O As Requested 0 Returned ❑ For Review and CI For Signatures and Dates Comment ❑ Resubmit 0 Submit ❑ Return Copies for Approval Copies for Distribution Corrected Prints ❑ For Bids Due 20 0 Prints Returned After Loan to Us REMARKS: Enclosed please find four (4) sets made up of Contract, Performance and Payment Bonds, and Certificate of Insurance for the above -referenced project. Please have the Mayor and Clerk date and sign, as marked, keep two (2) fully -executed sets for City files, and return two (2) fully -executed sets to AECOM for further distribution. If you have any questions, please let me know. Thank you. COPY TO: CGO:blc SIGNED: Christopher G. Oelkers, PE If enclosures are not as noted, kindly notify us at once. 501 Sycamore Street, Suite 222 • P.O. Box 1497 • Waterloo, Iowa 50704-1497 • (319) 232-6531 • Fax: (319) 232-0271