Loading...
Contracts/Bonds Grand River, Five Flags Arena CITY OF DUBUQUE, IOWA IMPROVEMENT CONTRACT THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for reference purposes the 5th day of July, 2006, between the City of Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager by its City Council (City) and Dubuque Sign Company of the City of Dubuque, Iowa. For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: CONTRACTOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for the Grand River Center Fountain Sign Rehabilitation Project. 2. Contract Documents shall mean and include the following: All ordinances and resolutions heretofore adopted by the City Council having to do with the Project; the Notice to Bidders; the Contractor's Proposal; and the Plans, Specifications, and General Requirements as adopted by the City Council for the Project. 3. All materials used by the Contractor in the Project shall be the best of their several kinds and shall be put in place to the satisfaction of the City Manager. 4. The Contractor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Contractor. 5. Five percent (5%) of the Contract price shall be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Council to pay any claim that may be filed within said time for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that time, as provided in Iowa Code Chapter 573. The City shall also retain additional sums to protect itself against any claim that has been filed against it for damages to persons or property arising through the prosecution of the work and such sums shall be held by the City until such claims have been settled, adjudicated or otherwise disposed of. 6. The Contractor has read and understands the specifications including General Requirements and has examined and understands the plans herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 7. In addition to the guarantee provided for in the specifications, the Contractor shall also make good any other defect in any part of the Project due to improper Page 1 of 8 construction notwithstanding the fact that said Project may have been accepted and fully paid for by the City, and the Contractor's bond shall be security therefore. 8. The Contractor shall fully complete the Project under this Contract on or before October 15, 2006. 9. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property (other than the Project itself) including loss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. THE CITY AGREES: Upon the completion of the Contract, and the acceptance of the Project by the City Council, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for the total number of units completed at the unit prices stated in the Contractor's Proposal and less any liquidated damages provided for in the Contract Documents. The number of units stated in the plans and specifications is approximate only and the final payment shall be made by the work covered by the Contract. CONTRACT AMOUNT: $44,500 Page 2 of 8 FURTHER CONDITIONS The Contractor hereby represents and guarantees that it has not, nor has any other person for or in its behalf, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer, whereby it has paid or is to pay any other bidder or public officer any sum of money or anything of value whatever in order to obtain this Contract; and it has not, nor has another person for or in its behalf directly or indirectly, entered into any agreement or arrangement with any other person, firm, corporation or association which tends to or does lessen or destroy free competition in the letting of this Contract and agrees that in case it hereafter be established that such representations or guarantees, or any of them are false, it will forfeit and pay not less than ten percent (10%) of the Contract price but in no event be less than $4,450 (Four-Thousand-Four-Hundred-Fifty-Dollars) as liquidated damages to the City. The surety on the bond furnished for this Contract, shall in addition to all other provisions, be obligated to the extent provided for by Iowa Code ~ 573.6, relating to this Contract, which provisions apply to said bond. CITY OF DUB~Q.~[;OWi By (ZelIA LL1);1Z i./""-- City Manager - PRINCIPAL: ~ bwif,"iV' Contra or ~'~Y\ Coilff)OY I By: %;:H, ~ Signature j lYlan?lj -e r Title Page 3 of 8 CERTIFICATE OF CITY CLERK This is to certify that a ce . ed oPY of the above Contract has been filed in my office on the g/-L/day of " 2006. :d J ne F. Schneider, CMC, City Clerk Page 4 of 8 CITY OF DUBUQUE, IOWA SALES AND USE TAX EXEMPTION CERTIFICATE The City of Dubuque, as a designated exempt entity awarding construction contracts on or after January 1, 2003, may issue special exemption certificates to contractors and subcontractors, allowing them to purchase, or withdraw from inventory, materials for the contract free from sales tax pursuant to Iowa Code Sections: 422.42 (15) & (16), and 422.47 (5). This special exemption certificate may also allow a manufacturer of building materials to consume materials in the performance of a construction contract without owing tax on the fabricated cost of those materials. If the Jurisdiction, at its option, decides to utilize this exemption option, it will so state by special provision and publication in the Notice of Hearing and Letting. 1. Upon award of contract, the Jurisdiction will register the contract, Contractor, and each subcontractor with the Iowa Department of Revenue and Finance; and distribute tax exemption certificates and authorization letters to the Contractor and each subcontractor duly approved by the Jurisdiction in accordance with Section 1030, 1.10, B. These documents allow the Contractor and subcontractors to purchase materials for the contract free from sales tax. The Contractor and subcontractors may make copies of the tax exemption certificate and provide a copy to each supplier providing construction material. These tax exemption certificates and authorization letters are applicable only for the work under the contract. 2. At the time the Contractor requests permission to sublet in accordance with said Section 1030, 1.10, B, the Contractor shall provide a listing to the Jurisdiction identifying all subcontractors, including the Federal Employer Identification Number (FEIN) for the Contractor and all subcontractors, as well as the name, address, telephone number, and a representative of the organization which will perform the work, a description of the work to be sublet, and the associated cost. 3. The Contractor and each subcontractor shall comply with said Iowa Code Sales Tax requirements, shall keep records identifying the materials and supplies purchased and verify that the were used on the contract, and shall pay tax on any materials purchased tax-free and not used on the contract. Page 5 of 8 . . PROJECT INFORMATION REQUIREMENTS FOR STATE OF IOWA SALES TAX EXEMPTION CERTIFICATES FOR CONTRACTORS & SUBCONTRACTORS Submitting Department: BUILDING SERVICES DEPARTMENT Please complete this form in its entiretv and submit along with the executed Construction Contracts, Bonds and Certificate of Insurance. Upon receipt, the City Finance Department will work with the Iowa Department of Revenue to issue Sales Tax Exemption Certificates to the approved contractor(s) to allow for the purchase or inventory withdrawal of materials for the specified Construction Project free from State of Iowa Sales Tax. Construction Project Name: Grand River Center Fountain Sign Rehabilitation Project Project Description: I June 22, 2006 I October 15, 2006 I Start Date (Bid let date): I Completion Date: 1. General Prime Contractor: Contact Name: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federall.D. Number: (or Include Social Security Number) Work Type to be Completed: Dubuque Sign Company 2. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federall.D. Number: (or Include Social Security Number) Work Type to be Completed: 3. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federall.D. Number: (or Include Social Security Number) Work Type to be Completed: PROJECT INFORMATION PAGE 2 P::::an,::. F;; nf R 4. Subcontractor: . . Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federall.D. Number: (or Include Social Security Number) Work Type to be Completed: 5. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federall.D. Number: (or Include Social Security Number) Work Type to be Completed: 6. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federall.D. Number: (or Include Social Security Number) Work Type to be Completed: 7. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federall.D. Number: (or Include Social Security Number) Work Type to be Completed: JUl-14-2006 FRI 04:17 PM FRIEDMAN INSURANCE FAX NO, 563 556 4425 p, 01 FRIEDMAN INSURANCE INC. 202 FISCHER BLDG. P.O. BOX 759 DUBUQUE IA 52004-0759 (563)556-0272 (563)556-4425 TO: Rich Russell COMPANY: City of Dubuque FAX #: 589-0890 FROM: Joni Talsma RE: Dubuque Sign Co. DATE: 7/1412006 # OF PAGES INCLUDING COVER: 4 Certificate of insurance to follow. Please let us know if you have any questions. 'dUL-14-2006 FRI 04:17 PM FRIEDMAN INSURANCE FAX NO. 563 556 4425 P. 02 ""ODUCER (563)556-0272 FRIEDMAN INSURANCE INC. 202 FISCHER BlDG. P.O. BOX 759 DUBUQUE. IA 52004-0759 ,.>URED Dubuque S IIn Co","any McCullough Creative Group. 2099 Southpark Ct. Dubuque, IA 52003 JlCDRQ. CERTIFICATE OF LIABILITY INSURANCE ~~~:i~~ THIS CERTlI'ICATE IS ISSUED AS A MA".!:" OF INfORMATION ONLY AND CONFERS NO RIGHTS UPON THI! C!:RlIFlCATI! HOLDI!R. THIS Cl'RTlfICATE DOES NOT AMI!ND. EXTEND OR THE 0 AGE AFFORDED OLlC W. FAX (563)556-4425 Inc. INSURERS AFFORDING COVI!RAGI' ,NSURiRA: Westfield Colllllanies INSURiRI> Accident Fund INIilUFliR c: IN3U"et\ 0: INSURER Ii; NAle. t"nve THE POUCIES OF INSURANCE USTOC BE""W HAVE BEEN ISSUEC TO THE INSUREC NAMED ABOVE FOR '!'HE POLICY PERIOD INCICATEO. NOlWlTHSTANDINI ANY REOUIREM!NT, TERM OR CONCIllON OF ANY CONTRACT OR OTHER COCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFOROED BY THE PCUCIES CESCRIBED HEREIN IS SUSJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED SY PAIC CLAIMS, =~ INS" DD' TY,.I! Of IN&UftANCI poUCY NU..llfI POUCV V5il P I DN 1.IMIT8 ~""""'UA.IIJTV CWP3535721 11/01/Z005 11/01/2006 ~RRlNCe , 1 000.001 X COMMriRCIAJ.. Bl!NERAL L1ADILITY CAMA ETO RliNTEO $ 100.000 l Cl-AlMS MACE CKJ OCCUFl MED EXP (Any one peraCll\l S 5 000 A I- P~AI.. & NJV IN..II..mY . 1 000 oMl I- G!NERH. ABQfli:GATE , 2 000 001 n'LAGG~n LIMIT APrlSIF'EA: PROCUCTS. OOMPIOP AQG C 2 000 001 POI-ICY !Il8i <.00 ~lItOMOl!lllE U"IUJrY CWP3535721 11/01/2005 11/01/2006 CCMDItteD SINGU: UMIT ~ _ AUTO tEIi*I'*"1 $ 1 000 000 _ AloL. ONNI!D AUTOS 800ILYINJURY $ - SCHI!DUI.I!D AUTOS (Pfll'P'IIOI'l) A - H1REO AUTQ$ BODIL't'INJURY NON'OWN~D AUTOS l?rClOO\ClfIf'iQ I - - PROPR~TY DAUAG&: . ,peffllllClcIMI~ =i~UA.'UTY AU'tOONL.Y.!A.I\COIDENT $ _AUTO OTHER THAN E"CC . AUTOQNLY: I\Cla , :XJ~IIUMIIlR.LU. UAalUTV CWP3535721 11/01/Z005 11/01/2006 '.tCH CCCUFIR&NC5 $ 3 000 000 X OCCUR 0 CI-AlM!i MAD&: ~T6 $ 3 ODD-MIl A . ::;rl ~;CUCTI.L. . X RI!T""'IO~ , X~ -10TH- . WORK&RS COMP!N~"'tI0N AND WCVWCV6014050 11/01/2005 11/01/Z006 .pLOYUlS' UAIIIUTY 100 001 B ANY !'"~liTOPVPAtl:TNEMXECUTrvE !,L, EACH ~Derr . OF~IC; ~MI5I!A EXCl.UIJRD? ..L. c~e-"".MPLOV8 . 100 001 ~ YOll, d'''irS ".or 500 001 PEel^\.,. OVISIONS IMIIGW 1i,L.. DIS~E. POL.ICY I-IMIT $; OTH.. ~SC~PTION PI" OPII!!MTION8/ L~nON$1 V~IC;~E6 i &lCCLU;~& ,lCCID r IiNlJOfa~M!NT '8Pi~I~TfytQIDNS e ity of Dubuque s an a d tonal insure on general a ity policies inc1.ongoinll . completed pperations coverage equivalent to ISO CCZOI0 0704 & CGZ037 0704.General liability policy is primary. rDn-contributing.Form CG2503 0397 "Designated Projects" general liability aggregate lillit shall 'ncld. governmentsl immunities .ndors~nt. Workers compensation includes waiver of subrogation lin favor of City of Dubuque. The City of Dubuque SO W. 13th St Dubuque. IA 5Z001 SI10ULD "tn' 0.. THE "leVE ~R1B'D peUC11!S ISI CANCIL1.~D DC!IOftE Tt1f. 1iXPmA1l~ DAti lKlReOr. THE ISSUING INSURER WILL ~ MAIl. ..1L DAYS W~N NOT1C! TO THI CiRTllllc"1'1! HOLD!" NAMeD TO THiI.I:FT, 1lilIlilOOI~1l~~1l1l~ lOOII0lollIOO6l1lClCllllllllCOlrac ll~XXXllXXX AUlHOft ATtV~ ,t Terranc -f"l!t~' M" ?ftJI"" @ACORDCORPORATION1NI ACORD 25 (2001101) .JUL-14-2006 FRI 04:17 PM FRIEDMAN INSURANCE FAX NO, 563 556 4425 p, 03 IMPORTANT If the certificate holder Is an ADDITIONAL INSURED. the pOllcy(ies) must be endorsed. A statement on this certificate does not confer rlghli to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED. subjecllO 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). DISCLAIMER The Certificate of Insurance on \he reverae side of this fonn dOes not constitute a contract between the Issuing Insurer(sl. authorized representative or producer, and the certificate holder. nor dON It affirmallvely or negetively amend. extend or alter the coverage afforded by the polleles listed thereon. ACORD 25 (2001108) . . , . .. FAX NO. 563 556 4425 .' p, 04 "JUL-~4~2006 FRI 04:17 PM FRIEDMAN INSURANCE CITY OF PUBUQUE,IOWA GOVERNMENTAL IMMUNITIES ENDORSEMENT 1" Nonwaiver of Govemmentallmmunltv. The In.urance carrier exprB"1y agraes and stales that the purchase of this policy and the Ineludlng of the City of Dubuque, Iowa es an Additional Insured does not wain any of the d.fens.. of governmental immunity available to the City of Dubuque. lowe under Code of Iowa Section 670.4 as It Is now exlsts and as it may be amended from time to time: 2. Claims Covereae. The Insurance carrier further agrees that this polley of In!luranoe shall cover only those claims not subject to the defense of govemmentallmmunlty under the Code of Iowa Section 670.4 as It now ex!i1s and as It may be amended from lime to tIme. Those claims ncl'subjeot to Code of Iowa StGtIon 670.4 shall be covered by the terms end conditions of this Insurance policy. 3. Assertion of.Govemment Immunltv. The City of Dubuq!le. Iowa shall be responsible for essertlng any defen$. of govemmentallmmunity. and may do ISO at any time and shall do so upon the timely written request of the tnsuranoe ~rr1er. 4. Nliln-Oenlal of Coverace. The Insurant. camer shall not deny coverage under this policy and the Insurance car,rier shall not deny any of the rlgtrts and beneftts accruing to the City of Dubuque. Iowa under this policy for reasons of govemmentel Immunity unless and untn a court of competent Jurisdiction hu ruled In favor of the ." , defense(a) of govemment8llmmunlty asserted by t1'le city of Oubuque, Iowa. No Other Chance In Pollev. The abOve preservation of govemmental Immunities shell not otherwise change or alter the ooveraga available under the polley. - , Bond No. 2070063 CITY OF DUBUQUE, IOWA PERFORMANCE, PAYMENT AND MAINTENANCE BOND KNOWN ALL MEN BY THESE PRESENTS: That Hy-Safe Technology as . . ) North American Specialty S t h Id Pnnclpal (Contractor and Tn"nrll.nCQ Company ._ as ure yare e firmly bound unto the City of Dubuque, Iowa (City), in the penal sum of $82,173 the same being 100% of the total price of the Contract for the Project herein referred to, lawful money of the United States of Amenca, well and truly to be paid to said City of Dubuque, and to all other parties who, under the provisions of the laws of Iowa, are intended to be protected and secured hereby for which payment we bind ourselves, our heirs, executors, successors and assigns, jointly and severally by these presents. Dated at Dubuque, Iowa, this 22nd duly attested and sealed. day of June , 2006, and WHEREAS, the said Contractor by a Contract dated June 19,2006, Incorporated herein by reference, has agreed with said City of Dubuque to perform all labor and furnish all materials required to be performed and furnished for the FIve Flags Arena Fall Protection Project (the Project) according to the Contract and Construction Documents prepared therefore, It is expressly understood and agreed by the Contractor and Surety bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to-wit: 1. PERFORMANCE BOND The Contractor shall well and faithfully observe, perform, fulfill and abide by each and every covenant, condition and part of said Contract and Contract Documents, by reference made a part hereof, for the Project, and shall indemnify and save harmless the City from all outlay and expense incurred by the City by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT BOND: The Contractor and the Surety shall pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract pnce which the City is required to retain until completion of the improvement, but the Contractor 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. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573, Code of Iowa, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE BOND: The Contractor and the Surety hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two (2) year(s) from the date of acceptance of the work under the Contract by the City Council of the City of Dubuque, Iowa, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work In continuous good repair; and C To pay the City the reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the City all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section Contractor's and Surety's agreement herein made extends to defects in workmanship or materials not discovered or known to the City at the time such work was accepted. NOW, THEREFORE, the condition of this obligation is such that if the said Contractor shall perform all of the work contemplated by the Contract In a workmanlike manner and In strict compliance with the plans and specifications, and will pay all claims for labor and materials used in connection with said Project, to indemnify the said City for all damages, costs and expense incurred by reason of damages to persons or property arising through the performance of said Contract, and will reimburse the City for any outlay of money which it may be required to make in order to complete said Contract according to the Construction Documents and will maintain in good repair said Project for the period specified in the Contract where this bond is obligated for maintenance, and will faithfully comply with all of the provisions of Section 573 of the Code of Iowa, then this obligation shall be null and void, otherwise it shall remain in full force and effect All the conditions of this bond must be fully complied with before the Contractor or the Surety will be released. The Contract, Contractor's Proposal, and Construction Documents shall be considered as a part of this Bond just as if their terms were repeated herein, Dated at Dubuque, Iowa this 22nd day of June ,2006. NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMP ANY 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 haying 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 Arizona and having its principal office in the City of 1 tasca, Illinois, each does hereby make, constitute and appoint: THOMAS O. CHAMBERS, TODD SCHAAP and KIMBERLY S. RASCH JOINTLY OR SEVERALLY lts 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 pennitted by law, regulation, contract or othenvise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TEN MILLION (10.000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boardsof Directors of both North American Specialty lnsurance Company and Washington lntemationallnsurance Company at meetings duly called and beld on the 24th of March, 2000: "RESOLVED, that any two of the President, any Executive 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." -"\,,,\\\lutIII1111111. M ","I.:nG'N:4',""", v~~~ ~ ~~ ~'!l~ ........ :'>Y. '0: '~^V'';'---''''4-;;' $~ro...~&>POff~~~ _ l~/ \1:0;.0;. I ~ { SEAL \ 0 ~ Sluen P. And~~on, President & Chief Eleeu.i~e Ofiker (IfW..h;ngIDn Inlern.liDn.1 In.uunee CDmpny & i ~ wORPORATE i % ~ ~'it~'t, 1973 fhfmg V;<ePresidenlDfNDrlhAmerie.nSpeeiallylnsur.neeComp.ny ;;, SEAL 19~ ~~.~ .>.~.:3$ ,~ MlIroli~ /~! ;::; .. "'''lup'Oo';.:#'::;O ~A J .,~ - ~+.(i;..h.......:...&I>'~ /7 ~ ':.-:..... -....... "''''',--' ;;.."./, ON. ~",;\\;;;." P--4"~ ~ -"" * ",-- 1Iflll/lrnll\\\\'\~ BY. . ~ ,,,..,,,,,,,,,,, Onid M. L.yman, Vice P'....idenl Drwnihin~llWllnlema.illnallnSlll"llnee CDmpany & Vice Presiden. DfNol11l AmeriellO SpeciallY InSlITlInee ComplUlY 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 25th day of January , 20~. North American Specialty Insurance Company Washington Inte.-nationallnsurance Company State of Illinois County of Du Page SS: On this 25th day of _ January, 20 ~ before me, a Notary Public personally appeared Steven P. Anderson ,President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and David M. Layman, Vice President of Washington lntemational Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that lhey 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" SUSAN ANSEl NotIry Poohc. SI3Ie Q1 ~I~s M1 Commiuion ~rl!s 116f2008. j /~- / t 4u..-J2- Susan Ansel, Notary Public I, James A. Carnenter , the duly elected ASSistant ecretarv of North Amencan SpeCIalty Insurance Company and Washmgton 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 Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. TN Wln.JESS WHEREOF, I have set my hand and affixed the seals of the Companies this~ day of ,Tllnp , 20.Jl.6 ~yg.~~ James A. Carpenter. Vice President & Asmlanl Secretary ofWashinglon lmemational ImuranceCompony & North American Specially Insurance CDmpllllY ~I CONTRACTOR REGISTRA TION NO.: STATE OF IOWA DIVISION OF LABOR OUT-OF-STATE CONTRACTOR PROJECT BOND KNOW ALL PERSONS BY THESE PRESENTS: BOND NO. 2070064 THAT Hy-Safe Technology ("Principal ") Union Grove WI 53182 North American Specialty , , and Insurance Company ("City & State") ("Surety") bouud ,)fnto tJje S2i\te '! ~y.'ah ~ivisigf of Labor, as the holder ("Obligee") in the penal sum of Four Thousana bg'18H~-::~ 19 an ($ 4,108.65 ) lawful money of the United States, to the payment of which sum, the Principal and Surety firmly bind themselves, their heirs, executors, successors, assigns and administrators, jointly and severally. of 960 Commerce Drive ("Mailing Address") are held and firmly This obligation arises because the Principal is an out-of-state contractor covered by Iowa Code Chapter 91 C (2005) and is performing or plans to perform the following work: Project: Five Flags Arena Fall Protection Property Owner: Ci ty of Dubuque, IA Construction Description: Address: Contract Price: $ 8 2, 1 73. 00 (copy of contract must be attached showing contract price) The Principal shall pay all taxes, including contributions due under the unemployment compensation insurance system, penalties, interest, and related fees, which may accrue to the State of Iowa, due to the Principal being an out-of-state contractor performing work in Iowa, then this bond to be void, otherwise to remain in full force and effect. This bond shall be continuous in nature until cancelled by the Surety with not less than thirty (30) days written notice to the Principal and to the Division of Labor. The obligation of this bond shall be operative until released in the manner provided in Iowa Code Chapter 91 C (2005). Executed this 22nd day of June ,20~. :'-'~h"'~ ~ North American Specialty ..LI~ su;rance.~. .p~<p ~ /-.() <----t'" A:'~c ' '/7/0- /4~ Surety Thomas O. Chambers, Attorney-in-Fact d NAS SURETY GROUP NORTH AMERJCAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THA. T 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 Arizona and having its principal office in the City ofltasca, Illinois, each does hereby make, constitute and appoint: THOMAS O. CHAMBERS, TODD SCHAAP and KIMBERLY S. RASCH 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 ofa 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 othel'Vlise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TEN MILLION (10,000,000.00) DOLLARS This Power of Anorney 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 24lh of March, 2000: "RESOLVED, that any two of the President, any Executive 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 nwned in the given Power of Anomey 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 RESOL YED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Anomey 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." ~\",\\IIlIIl""JIII. ri4a- '\\"'~O'NA1"1"'~ *-<1' c","UTY I. 't-I; "\\~'" I", "~, t4.~Oii;;~~ I's-Y--':::'~i-~ ~t:" SEAL ~ \ ~ ~ Sl~ven P. And~~on, PreJidenr & Chid Execulive Officer of WashingTon InlernalionallnJurance Company &. f ~ i CORPORATE ,.~ ~ :::u.I';" 1973 lU:n~ VicePresidenTolNorlhAmeriunSpecialtylnsuraneeCompany :O'll'WE.Al 1~: \;:~>~t~ ~~~O! \. 1{" .lRIZOM~ /$/ ~+.(~,.~~~""b'~'\" .? ~ I,,~ _../{f-,. ~41. ON.)..' ~\\~ V--~ r- "" * ..." :r"I'''lIl1l\\\I.\'~ . , - I..""........". By David M. Layman, Viee ,.~Jident orWUhinllon Inlemal;Onallll511nmee Company &. Viee prqidenl orNllrth American Spetiuly lnsul"llnce Company IN WITNESS WHEREOF, North American Specialty lnsurance Company and Washington International Insurance Company have caused their official seaJs to be hereunto affixed, and these presents to be signed by their authorized officers this 25th day of January , 20~. North American Specialty Insurance Company Washington International Insurance Company State ofIllinois County of Du Page ss: On this 25th day of January . 20..Q2..., before me, a Notary Public personally appeared Steven P. Anderson ,President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and David M, Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFFICIAL SEAL" SUSAN ANSEl NolaryPtAlllc,Sla1eQlAinciS Uy Commission Expirt$ll6f2OO8 / / ,~~ t4~ Susan Ansel, Notary Public l, James A. Caroenter ,the duly elected AssistanTSecretarv of North American Specialty Insurance Company and Washington lntemational lnsurance Company, do hereby certify that the above and foregoing is a true and correct copy ofa Power of Attorney given by said North American Specialty lnsurance Company and Washington International Insurance Company, which is still in full force and effect. TN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this R day of June ,20---.0....6 ~~/3~ James A. CMJlI"ler, Vice Presidenl &. A5JiJ\an1 Secrt!la1)' of Washinglr;,n !nlemalionalln.urance Comp.,y & Nonh Au,enean Specialty In'UTllIICe Company ,~un-22-06 lO:46A P.02 " L\ COpy CITY OF DUBUQUE, IOWA IMPROVEMENT CONTRACT THIS IMPROVEMENT CONTRACT (the Contract), made In triplicate, dated for reference purposes the 19th day of June, 2006, between the City of Dubuque. Iowa, by its City Manager, through authority conferred upon the City Manager by its City Council (City) and Hy-Safe Technology of the City of Union Grove. Wisconsin For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: CONTRACTOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for the Five Flags Arena Fall Protection Project (the Project). The Project shall be made to the established grade and to the grades as shown on the profiles and cross sections on file in the City Engineer's office for this ProJect, in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque relating to public works, and in accordance with the Contract Documents all of which provisions and documents are each and all hereby made a part of this Contract just as much as if the detailed statements thereof were repeated herein 2. Contract Documents shall mean and include the following: All ordinances and resolutions heretofore adopted by the City Council having to do with the Project; the Notice to Bidders; the Contractor's Proposal; and the Plans, Specifications. and General Requirements as adopted by the City Council for the Project. 3. All materials used by the Contractor in the Project shall be the best of their several kinds and shall be put in place to the satisfaction of the City Manager. 4. The Contractor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Contractor 5. Five percent (5%) of the Contract price shall be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Council to pay any claim that may be filed within said time for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that time, as provided in Iowa Code Chapter 573. The City shall also retain additional sums to protect itself against any claim that has been filed against it tor damages to persons or property arising through the prosecution of the work and such sums shall be held by the City until such claims have been settled. adjudicated or otherwise disposed of I . 6. The Contractor has read and understands the specifications including General Requirements and has examined and understands the plans herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 7. In addition to the guarantee provided for in the specifications, the Contractor shall also make good any other defect in any part of the Project due to improper construction notwithstanding the fact that said Project may have been accepted and fully paid for by the City, and the Contractor's bond shall be security therefore. 8. The Contractor shall fully complete the Project under this Contract on or before August 11, 2006. 9. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property (other than the Project itself) including loss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. THE CITY AGREES: Upon the completion of the Contract, and the acceptance of the Project by the City Council, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for the total number of units completed at the unit prices stated in the Contractor's Proposal and less any liquidated damages provided for in the Contract Documents. The number of units stated in the plans and specifications is approximate only and the final payment shall be made by the work covered by the Contract. CONTRACT AMOUNT $ 82,173 J~n-22-06 lO:46A P.03 ~'. . .. 'l FURTHER CONDITIONS The Contractor hereby represents and guarantees that it has not, nor has any other person for or in its behalf, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer, whereby it has paid or is to pay any other bidder or public officer any sum of money or anything of value whatever in order to obtain this Contract; and it has not, nor has another person for or in its behalf directly or indirectly, entered into any agreement or arrangement with any other person, firm, corporation or association which tends to or does lessen or destroy free competition in the letting of this Contract and agrees that in case it hereafter be established that such representations or guarantees, or any of them are false, it will forfeit and pay not less than ten percent (10%) of the Contract price but in no event be less than $100.00 (One Hundred Dollars) as liquidated damages to the City. The surety on the bond furnished for this Contract, shall in addition to all other provisions, be obligated to the extent provided for by Iowa Code S 573.6, relating to this Contract, which provisions apply to said bond, The Contractor agrees, and its bond shall be surety therefore, that it will keep and maintain the Project in good repair for a period of two years after acceptance of the same by the City Council and its bond shall be security therefore. CITY OF DUBUQ~E. 10W~ By /J~~c/I L(l,lI ~ager PRINCIPAL: -S~~ By: ignature -D-~~C;U' Tille CERTIFICATE OF CITY CLERK This is to certify that a c office on the d~~ day of py of the above Contract has been filed in my ,2006.