Loading...
Improvement Contracts and Maintenance Bonds_A&G Electric High Water Alarms Copyright 2014 City of Dubuque Consent Items # 12. ITEM TITLE: Improvement Contracts and Maintenance Bonds SUMMARY: A&G Electric for the Floodwall Pumping Stations High Water Level Alarm and Level Control Project. SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Approve ATTACHMENTS: Description Type ❑ A&G Electric Contract Supporting Documentation 4155 Pennsylvania Avenue Dubuque, IA 52002-2628 (563) 556-2464 (563) 556-7811 (Fax) To: City, State, Zip: IIW, P.C. www.iiwengr.com (800) 556-4491 (Voice) 1151 Badger Road Hazel Green, WI 53811 (608) 748-4308 (Voice) (563) 556-7811 (Fax) 101 Seventh Ave. South, Ste 200 St. Cloud, MN 56301 (320) 230-0840 (320) 529-8989 (Fax) Letter of Transmittal Kevin Firnstahl, City Clerk City of Dubuque 50 West 13th Street Dubuque, IA 52001 Floodwall Pumping Stations High Water Level Alarm Project: And Level Control Project 2014 127 A West 76th St. Davenport, IA 52806 (563) 823-0192 (Voice) (563) 823-0195 (Fax) Date: 11/11/2014 IIW Project # 13033 WE ARE SENDING YOU (indicate with an X) ❑ Attached ❑ Shop Drawings ❑ Copy of Letter ❑ Under Separate cover via ❑ Prints ❑ Change Order ❑ Plans ❑ Other: ❑ Samples ❑ Specifications COPIES DATE NO. DESCRIPTION 1 Improvement Contract and Performance, Payment & Maintenance Bond THESE ARE TRANSMITTED as indicated below: ❑ For approval ❑ For your use ❑ As requested ❑ For your review and comment ❑ FOR BIDS DUE REMARKS: ❑ Approved ❑ Approved as Noted ❑ Revise as Noted / Resubmit ❑ Rejected/Resubmit as Specified Cl No Action Required ❑ Returned Without Review ❑ Copies for approval ❑ Copied for distribution ❑ Corrected prints ❑ PRINTS RETURNED AFTER LOAN TO US Hi Kevin - Enclosed is the city's copy of the Improvement Contract and Performance, Payment & Maintenance Bond for the above referenced project. The bonding agent has now signed the bond so the documents are official!! Thank you. COPY TO: ENGINEERS. ARCHITECTS. SURVEYORS. SIGNED: Robin Walter IIw CITY OF DUBUQUE, IOWA FLOODWALL PUMPING STATIONS HIGH WATER LEVEL ALARM AND LEVEL CONTROL PROJECT 2014 IMPROVEMENT CONTRACT THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for reference purposes the 8th day of October, 2014, between the City of Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager by its City Council (City) and A & G Electric (Contractor). 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 Floodwall Pumping Stations High Water Level Alarm and Level Control Project 2014 (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 of which provisions and documents are each and all hereby referred to and made a part of this Contract just as much as if the detail 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 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. D-1 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 within 60 consecutive calendar days of the notification to commence project. 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 $18,575.00 D-2 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 $200,00 (Two 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 § 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 DUBUQUE, IOWA By: City Manager PRINCIPAL: By: A & G Electric B' Contractor: Barney Grbstick President Title CERTIFICATE OF CITY CLERK This is to certify that a certifipd copy of the above Contract as been filed in my office on the,+; day of , 20,/ Cr City Jerk D-3 BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or indicated sums: CITY OF DUBUQUE, IOWA FLOODWALL PUMPING STATIONS HIGH WATER LEVEL ALARM AND LEVEL CONTROL PROJECT 2014 NOTE: Bids shall EXCLUDE sales tax and all other applicable taxes and fees. (City will provide exemption certificates). NO. DESCRIPTION TOTAL PRICE 1 Ice Harbor Pumping Station - Furnish and Install Level Alarm System Complete (Includes: Alarm Agent WRTU, Conduit, Cable and Connections) LUMP SUM • $4450.00 Hawthorne Street Pumping Station - Furnish and 2 Install Level Control and Alarm System Complete (Includes: Controller, Level Transducer, Alarm Agent WRTU, Conduit, Cable, Connections and Removal of Existing Float System) LUMP SUM $7150.00 Maus Park Pumping Station - Furnish and Install 3 Level Control and Alarm System Complete (Includes: Controller, Level Transducer, Alarm Agent WRTU, Conduit, Cable and Connections) LUMP SUM $6975.00 TOTAL $18,575.00 This bid form accompanies the bid proposal of B-1 CITY OF DUBUQUE, IOWA FLOODWALL PUMPING STATIONS HIGH WATER LEVEL ALARM AND LEVEL CONTROL PROJECT 2014 BID FORM 1B BID PROPOSAL The bidder hereby certifies that the bidder is the only person or entity interested in this proposal as principal; that an examination has been made of the plans, specifications, and contract form, including the special provision contained herein, and of the site of the work, and the bidder understands that the quantities of work shown herein are approximate only and are subject to increase or decrease, and further understands that all quantities of work, whether increased or decreased, are to be performed at the unit price as stipulated herein; the bidder proposes to furnish all necessary machinery, equipment, tools, labor and other means of construction, and to furnish all materials specified in the manner and time prescribed and to do the work at the prices herein set out. The bidder further agrees to execute a formal contract and bond, if required by the contract documents, within seven (7) days .of the award of the contract by the City Council, and that the bidder will commence work on or about ten (10) days after the date of the contract, and will complete the work within the specified contract period or pay the liquidated damages stipulated in the contract documents. The bidder acknowledges receipt of the following addendum: Dated: Dated: Dated: PRINCIPAL: A & G Electric By: 490 E. 14th St. Contractor Address Individual ( ) Partnership ( ) Corporation ('j Dubuque City Iowa 52001 Signature State Zip President 9/30/14 Title Date Note: To be completed by out of State bidders. The State of does ( ) / does not ( ) utilize a percentage preference for in state bidders. The amount of preference is percent.. Bid Proposal Page 2 of 2 B-2 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Ni Yes 0 No Yes 0 No ,l Yes 0 No 0 Yes 0 No El Yes 0 No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses:. Dates: 1 / 01 Dates: 2011 to 9 / 30 / 2014 Dates: / / to You may attach additional sheet(s) if needed.. To be completed by non-resident bidders Address: 490 E. 14th St. City, State, Zip: Address: City, State, Zip: Address: City, State, Zip: Dubuque, IA 52001 Part D 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. • To be completed by all bidders Part D certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid, Firm Name: A & .G Electric Signature: Date: 9/30/14 Y• u must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at Least one of the following describes your business, you are authorized to transact business in Iowa. Yes 0 No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes 0 No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ig Yes 0 No ❑, Yes 0 No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes 0 No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. 0 Yes 0 No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. O Yes 0 No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes 0 No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. O Yes 0 No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-600102-14 B_4 CITY OF DUBUQUE, IOWA FLOODWALL PUMPING STATIONS HIGH WATER LEVEL ALARM AND LEVEL CONTROL PROJECT 2014 PERFORMANCE, PAYMENT AND MAINTENANCE BOND KNOWN ALL MEN BY THESE PRESENTS: That A & G Electric as Principal (Contractor) and United Fire & Casualty Company as Surety are held firmly bound unto the City of Dubuque, Iowa (City), in the penal sum of $18,575.00 herein referred to, lawful money of the United States of America, 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 8th day of October, 2014, and duly attested and sealed. WHEREAS, the said Contractor by a Contract dated October 8, 2014, 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 Floodwall Pumping Stations High Water Level Alarm and Level Control Project 2014 (the Project) according to the Contract Documents prepared therefore. It is expressly understood and agreed by the Contractor and Surety 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 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 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 price 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: E-1 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) years 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 and Contract Documents shall be considered as a part of this Bond just as if their terms were repeated herein. Dated at Dubuque, Iowa this 8th day of October, 2014. E-2 CITY OF DUBUQUE, IOWA By: City Manager. E-3 PRINCIPAL: B A & G Electric Barney Gr stick President Title SURETY: United Fire & Cavity Company By: ignature Attorney -in -Fact Title Dubuque= IA 52001 City, State, Zip Code 563-556-3232 Telephone John E. Goodmann Attorney In -Fact UNITED FIRE & CASTJALTY COMPANY, CEDAR RAPIDS, IA UNITED FIRE & INDEMNITY COMPANY, OALVETON TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIED CQPY OF POWER OF ATTORNEY {original on file at Horne Office of Company - See Certification) Inqu<ries. Stiretf Department :: 14..Sec0tid Cedar Rapids, IA 52401 319-399-5494 KNOW :"ALL PERSONS>BY THESE PRESENTS ;That UNITED FIRE & CASUALTY COMPANY...a corporation duly organized and existmg under :the laws of theState of Iowa.; UNITED FIRE & :INDEMNITY COMPANY; a corporation duly organized and existing under the laws .of the State of 'Texas; and FINANCIAL PACIFIC INSURANCE COMPANY a corporation duly organized and existing under the laws of_the State of California (herein collectively called the Companies); and having their corporate headquarters in Cedar Rapids; State of Iowa, does make constitute and appoint JOHN E. GQODMAN; INDIVIDUALLY of DUBUQUE IA enr true and lawful Attorneys) iia Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds undertakings and other obligatory vnstrurn.ents of similar nature provided that no single obligation shall exceed $500-066 00 rand to bind. the Companies thereby as fully and to the satne extent •as if such instruments were signed by the duly authonzed officers of; t• he Companies and all °of the acts of said Attorney, pursuant. to the hereby'given and hereby ratified and confirmed The Authority hereby granted shall expirethe 1 st` day of October 2015 unless sooner revoked by UNITED FIRE & CASUALTY COMPANY TJNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL;PACIFIC INSURANCE; COMPANY This.;Power of Attorney is made and`executed pursuant to and by authority of the following bylaw duly adopted on May 15 2013, by the Boards of of Directors UNITED FIRE & CASUALTY COMPANY, UNITED FIRE,& INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY Article VI — Surety Bonds andUndertaldngs" Sect&oit 2 Appointment of Attorney -in -Fact. "The President or any Vice President" or, any other officer of the Companies may, Iron time to time, ;appoint by written certificates attorneys -in -fact -to act in behalf of the Companies in the 'execution' of policies of insurance; bonds; undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,. and:the Corporate .seal, may be:, affixed by facsimile to;any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer And the original sealof the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys to=fact, subject to the limitations set forth in their respective certiticates of authority shall have full power to bind the Companies by their signature..and execution of arty such instruments and to attach the seal of the Companies thereto. The President or any Vice President the Boardf D oirectors or any other officer the •Conlpaniesmay at any tithe revoke all power and authority previously given to any attorney in fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its �aA..... vice president and its corporate seal to be hereto affixed this 1st day of October , 2013 �uLr2p. o UNITED FIRE & CASUALTY COMPANY ryas a� UNITED"FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE:COMPANY State of Iowa, County of Linn, ss: Vice President On 1st day of Oct:ober,`2013 before me personally came Dennis J. Richmann to me :known, who being by me duly swoiu, did:;depose and say; that he resides in;Cedar Rapids, State of Iowa that he is a Vice President of UNITED FIRE &=CASUALTY COMPANY a Vi e President of UNITED:FIRE & INDEMI ITY CCMPAN and a Viee. President of FINANCIAL PACIFIC:; ,<: INSURANCE COMPANY the corporations described 'n and which executed the above instrument, khat he knows the..'seal of sand corporations that the seal affixed to the saidiiistrument is such: corporate sea :that it was so affixed pursuant to authority given bythe Board of Directors ofsaid corporations: acid that>he signed tits tialrte thereto pursuant to like authority and acknowledges same t0 be the act and deed bf saidcorporations n++� Judith A. Davis Iowa Notarial Seal ' Commtss on number 173041;: My Cotrtmtssion Expires 4/23/20;15 Notary Public My commission e pires: 4/23/2015 .1, David A Lange, Secretary of INITED FIRE & CASUALTY COMPANY and Assistant.=Secretary of ITED FIRE & INDEMNITY COMPANY and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY do hereby certify that 1 have compared the foregoing copy of the Power.:.; of Attorney and' affidavit, and the copy. of the Section of,the bylaws and resolutions:., of said Corporations as set forth in said Power of Attorney,. with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and'that the same are correct transcripts thereof and of the whole ofthe aid originals; and that the said Power of Attorney has not been revoked and: is now in full force and effect. In testimony whereof Ihave hereunto subscribed my name and affixed the corporate sealf the saidCorporations this3r day ofnr tober > 204/1-:.::,,:.,.,, Qiilln4rr/ • +tAJi;N r+nrrrr// 2:::-„,::.s onpur rascn.Cl'„ .. I�� s.uY R4� ,.---,a isa6 ate, 2 P ,P 2 CORPORATE xr • SEAL . /// 1 fAtAkl96 hurt+" BF .A0045 Secretary •, OF&C Assistant Secretary, UF&I/FPIC:: A&GEL-1 OP ID: KN '4C CERTIFICATE OF LIABILITY INSURANCE 4...------4...------- DATE(MM/DD/YYYY) 10/23/2014 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 Goodmann Insurance ServicesPHONE 2774 University Ave Dubuque, IA 52001 John E Goodmann CONTNAME: ACT John E Goodmans FAX FAX (A/C, No, Ext): (A/C, No): 563-556-2246 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A:IMT Insurance Company* 14257 INSURED A & G Electric 490 East 14th Dubuque, IA 52001 INSURER B : GLM8387 INSURER C 12/01/2014 INSURER D : $ 1,000,000 INSURER E : INSURER F : X COVERAGES CERTIFICATE NUMBER: REVISION 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF JMM/DDIYYYY) POLICY EXP (MM/DD/YYYY) LIMITS A A X COMMERCIAL GENERAL LIABILITY GLM8387 12/01/2013 12/01/2014 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGEES T((Ea RENTED occurrence) PREMIS $ 100,000 X Primary & MED EXP (Any one person) $ 5,000 Non-contributing PERSONAL & ADV INJURY $ 1,000,000 GE 'L AGGREGATE POLICY OTHER: X LIMIT APPLIES jE PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS CVM8387 12/01/2013 12/01/2014 COMBINED SINGLE LIMIT (Ea accident) $ 1000,000 > BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE UCM8387 12/01/2013 12/01/2014 EACH OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 DED RETENTION $ j. A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N N / A WCM8387 12/01/2013 12/01/2014 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) IIW PC and City of Dubuque, Iowa included as Additional Insured Project: Floodwall Pumping Stations High Water Level Alarm CERTIFICATE HOLDER CANCELLATION CITYDUI City of Dubuque 50 W 13th Street Dubuque, IA 52001 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ..-- ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NOTEPAD: HOLDER CODE CITYDUI INSURED'S NAME A & G Electric A&GEL-1 OP ID: KN PAGE 2 Date 10/23/2014 Certificate Holder: The City of Dubuque including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions, and/or authorities and their board members, employees and volunteers. GA 00 45 01 10 CITY OF DUBUQUE ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following provisions are added: NON -WAIVER OF GOVERNMENTAL IMMUNITY The insurance carrier expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. CLAIMS COVERAGE The insurance carrier further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. ASSERTION OF GOVERNMENTAL IMMUNITY The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurance carrier. NON -DENIAL OF COVERAGE The insurance carrier shall not deny coverage under this policy and the insurance carrier shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. NO OTHER CHANGE IN POLICY The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. GA 00 45 01 10 Page 1 of 1