Loading...
HomeMy WebLinkAboutVieth ConstructionVieth Construction Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 5eal-0 (3,-A 6e.)41, .ce)(- Y 1)-4,v2 wa-k-er 166. 066:4-hc\A,5e__ Vieth Construction Corporation 6419 Nordic Dr. Cedar Falb, IA 50613 S�alcc9. g ;`X -re) `)o►e o(o-A.( loo cocorho:...ce G o n' {„i4 fro. ? L FORM OF BID OR PROPOSAL F.Y. 2018 WATERLOO BOATHOUSE ENHANCEMENTS CONTRACT NO. 940 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1.The undersigned, being a Corporation existing under the laws of the State of . 0 w , a Partnership consisting of the following partners: , having familiarized (himself) (themselves) (itself) 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 Wayne Claassen Engineering & Surveying, Inc. 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 F.Y. 2018 WATERLOO BOATHOUSE ENHANCEMENTS, Contract No. 940, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: BASE BID BID ITEM DESCRIPTION BASE BID UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 001 MOBILIZATION L.S. 1 $ 3t:.(660 $ -3‘,6, 002 TOPSOIL STRIP, SALVAGE, STOCKPILE AND RESPREAD C.Y. 587 $ / /� `7' (; $ L 1 -i L7 003 CLASS 10 EXCAVATION C.Y. 2,797 $ / 7 $ 3'71158 004 TOPSOIL, FURNISH, SPREAD, IN-PLACE C.Y. 100 $ -) L: $ 3, 6 Co 005 REVETMENT, CLASS "E" RIP -RAP TON 950 $ ') 1 $ 3 1 (9 c 006 GEOSYNTHETIC S.Y. 7,731 $ ` ' ' L, $ 19/ 3D7.50 007 SEED, FERTILIZE AND MULCH (IDOT RURAL MIX) ACRES 0.92 $ f iJ i("' $ -f 5 Ci 008 SILT FENCE (EROSION CONTROL FENCING) L.F. 530 $ n ' U $ +, '3') FORM OF BID CONTRACT NO. 940 Page 1 of 6 BID • DESCRIPTION= ITEM BASE SID • .UNIT EST: QTX: UNIT BID PRICE TOTAL•RID PRICE 009 STRAW FILLED WATTLE, ".DI _ L.F. WOOD EXCELSIOR MAT FOR SLOPE PROTECTION 010 (EC -103} .... SQUARES 011 TRAFFIC CONTROL. 012 SWPPP COMPLIANCE ::013 MAINTENANCE BOND, 2 -YEAR 1.01 L.S. REMOVALS, STORM SEWER CULVERTS L.S. L.F. 7� o 102 REMOVALS, ELECTRIC POLES 103 REMOVALS TREES .104_ REMOVALS, TREE STUMPS DOCK NO. 1 (TIMBER WALL AND DOCK NEAR 105 BOAT .HOUSE, .COMPLETE) L.S. DOCK NO. 2 (STEEL WOOD, AND CONCRETE 106. STRUCTURE;NEAR:BOAT RAMP, COMPLETE) ... •.._L,S... DOCK NO.3 (WOOD STRUCTURE ADJOINING 1.07 BOAT RAMP,!COMPLETE L.S. EACH EACH EACH ao 280 $ („ 6 45. 108 REMOVALS, P.C.:. CONCRETE SLOPE PROTECTION S.Y, 1.09. REMOVAL$GUARDAIj. AND POSTS L.F. L.S. 110 REMOVALS MISC. SUBDRAIN, 6" DIA., IN POROUS BACKFILL, 201 COMPLETE. _ 202 30" DIA. INFILTRATION AUGER HOLE, 10' DRILL DEPTH ...: L.F. $ 141 `4C7 $5Sc 1$ `t` c5 0 $ F S v 3 $ ygG� gds 458$ ...,;I.o.. $ �:5[)..,,. 130$ $ 5a 204$ 6 EACH ........ _. 18 $ 2Q3...1,5":.:..CLEAN STONE .._ TONS S.Y. S.Y. SUBBASE, MODIFIED, 12" COMPACTED 301 THICKNESS (UNDER HMA PAVING:. -: PAVEMENT, HMA, 3,000,000 ESAL, BASE COURSE, 302 %": MIX, .3"THICK ._ PAVEMENT, HMA 3,000,000 ESAL, INTERMEDIATE 303:. CQURSEL'/" MIX, 1.5" THICK PAVEMENT, HMA 3,000,000 ESAL SURFACE 304 COURSE, Y2" MIX, 1.5" THICK 306 306. S Y.. 60 $ 5(4 50 7,731 $ I: 75 7161 $: 1 -?5 7,161 S.Y, :. 716:1$: CURB AND GUTTER, P.C. CONCRETE, 7" THICK, 24! WIDE, !DOT. CLASS C-4.. SUBBASE, MODIFIED, 4" COMPACTED THICKNESS (UNDER RECREATIONAL: TRAIL)' LE, S,Y.. 806 $ 1,,007 $ $_1:.6I `76 5. A35 FORM OF BID Addendum No 1 CONTRACT NO. 940 Page 2 of 6 BID ITEM DESCRIPTION BASE BID RECREATIONAL TRAIL, PAVEMENT, PC 307. CONCRETE, 5 -INCH THICK, )DOT CLASS 0-4 SY. UNIT SUBBASE, MODIFIED, 4" COMPACTED THICKNESS 308 (UNDER SIDEWALKj..... ... S.Y. SIDEWALK, PAVEMENT, PC CONCRETE, 5 -INCH 309 THICK I00T CLASS C4.....:.... S.Y. EST. QTY. 8'X3 PC CONCRETE LANDING, COMPLETE AS 310 PER PLAN 401 BOLLARDS COMPj..ETE 402 ELECTRICAL AND LIGHTING, COMPLETE 403. SIO .NAGE,: COMPLETE L.S. EACH L.S,. 915 UNIT BID PRICE TOTAL BID PRICE 350 $ 4 $ .l. 290 $ $ ! " $ y900 8 1 LS. 1 404 PAVEMENT MARKINGS, COMPLETE ..... L.S. STEEL SEAM GUARDRAIL END TERMINAL, BA -205,: 405 COMPLETE. EACH 406 Guardrall, Steel 'W' Beam, Poets and 406 Gonnectera, Corti la#e L.F. y $")-.,7 $ a ...p... 1 $ r U 2 $ 5,' .) PAVEMENT REMOVAL ON RIVERSIDE OF BOAT 500 HOJSE S.Y. 501.4" CONCRETE PAD FOR .BIKE RACKS L.6" CONCRETE PATIO WITH INTEGRAL GRADE 502: BEAM POURED -IN-PLACE INTEGRAL COLORED 503 CONCRETE, GRAY IN:C.OLOR .,.45 ; 1.4 $ 055., S.Y. 7 3 C.Y.. 45 S.F. POURED -IN-PLACE INTEGRAL COLORED 504 CONCRETE, TAN IN COLOR S.F. 505 506 120 4 -SEAT PLEXUS BENCH, AS PER PLAN ... EACH SCARBOROUGH TRASH RECEPTACLE, AS PER PLAN • EACH 400 507 BIKE RACK, AS PER PLAN 508 SWAMP WHITE OAK (2" CAL.. B&B);: EACH 509 BALD CYPRESS (2'.' CAL. B&B) __ , EACH 15v t5 $5o $ )9. $ .31486. 1 $ 46 2$ �•5.0(� 2 $' r): •O.�S EACH ' ....- $ $ S & 3 ................... 510 IARDWOQ0 MULCH FOR TREE PLANTINGS 1_5 .511 TOf SOIL AMENDMENT FOR TREE PLANTINGS C Y g ' TOTAL, BASE BID X56. ol'g FORM OF BID Addendum No 1 CONTRACT NO. 940 Page 3 of 6 ALTERNATE 'A' BID BID ITEM DESCRIPTION BASE BID UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE A-003. CLASS 10 EXCAVATION-ENTRANCE ROAD C.Y. 310 $ 15 $ (II i 5v A-111. ASPHALTIC CEMENT CONCRETE PAVEMENT REMOVAL-ENTRANCE ROAD S.Y. 1,176 $ r $ I( G ) Ck . A-301. SUBBASE, MODIFIED, 6" COMPACTED THICKNESS, (UNDER HMA)-ENTRANCE ROAD S.Y. 1,395 $ 4. 5 O $ cti n4-7. 4 56 A-302. PAVEMENT, HMA, 3,000,000 ESAL, % MIX, 3" THICK-ENTRANCE ROAD BASE COURSE, S.Y, 1,176 $ (LI, 76 $ f if 74i-4 A-303. PAVEMENT, HMA, 3,000,000 ESAL, INTERMEDIATE COURSE, 1/2" MIX, 1.5" THICK-ENTRANCE ROAD S.Y. 1,176 $ ? 7 _) $ c? (/ 4- A-304. PAVEMENT, HMA, 3,000,000 ESAL, SURFACE1 COURSE, 1/2" MIX, 1.5" THICK-ENTRANCE ROAD S.Y. 1,176 $ ./ $ re), :2 (v TOTAL ALTERNATE 'A' BID $ > 1 C 11 . 5 v I TOTAL BASE BID + ALTERNATE 'A' BID $ 7 (13, 815 , 5 U ALTERNATE 'B' BID BID ITEM DESCRIPTION BASE BID UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE B-402. ELECTRICAL AND LIGHTING, COMPLETE L.S. 1 / $ r5., G L, L. $ 9., d t) TOTAL ALTERNATE `B' BID $ 951 a6 L) TOTAL BASE BID + ALTERNATE 'A' BID ÷ ALTERNATE 'B' BID $ g_.,g'.73 . .;0 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. 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 FORM OF BID CONTRACT NO. 940 Page 4 of 6 this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of 5 616 Dollars($ )inthe form ofnnC� is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification ( 1 ), or Non -Resident Bidder Certification ( ). (Mark one.) 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 94 //i 9//¢/! 7 3 9119/17 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. FORM OF BID CONTRACT NO. 940 Page 5 of 6 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. Vieth Construction Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 9/7///7 (Name of Bidder) (Date) BY: .�i,�G� Title 57:.M.44-0 / Official Address: (Including Zip Code): Vieth Construction Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 I.R.S. No. FORM OF BID CONTRACT NO. 940 Page 6 of 6 KARI LYNN JANSEN! COMMISSION NO.777490 MY COMMISSION EXPIRES MARCH 15, 2019 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of rsw ) nn )ss County of 17; i .. Wow kc ) /c, G,ieb e / being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Rcol, or Agent) of I) ;e4h con 5-r . G o ( p the Bidder that has sttfed the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Subscribed and sworn to before me this , 2017. My commission expires 31151 161 Title al day of o IL) Title l!J p Z a 0 W Q W i � O W Z NCO I— Z Wco 0 0 m c Llj O .fid L V Q Q co-- = o°� UZ1. - Cr) LL co -0 0 0 `C6 U 03 O 0 0 0) m J U a) O a_ Prime Contractor Name: o uJ 00 m1 Co 4-- U C]01 'o >, F� Q. (� C \' O t H a), O � Z'(7 4c >, _> of coco ce O 0 U LP r O h U z.0 O U -c m � O O wo4- a] (15 c L O4 O co 2 O o 0 a) H Contractor Signature: E C U o LE- C N O c o o �Q E c O - U a)4 > O b U O Lb - a> o a o C O Q 0) OL O C N• Q u) C O o a) 'U of L 'O O O T Q) O d) P. 0 -0 .3i. C • E rn -O N U 0) 5 (� CCr' Q) OU O a) CZ `a ° O O U >- C c �• o .0 mhE U m a. QmU E L O U 4- 5 Q J 0 fy J a Z Q a) O o.0 U •c mo 0 o co a) C L 4- m L W 0 coO a) m c L Q >> o 0) U C O O E (Cl (0EUo E c vi U- O (75 C O C O C O J O U w E L L O > •C O 0 _cU as o > L c C O O 0 E O (n O u) c`1- c o .E 0 0_ •L N a- 13 c - 2 o -0a) 'co 0 cEQ- O f O 0 O U 0) .0 -O t O.o4 =m L D iWM > L W 2 N O fl_ 0 0 cc) a) r-- 0 .5 u) Orn U O (3 a) n CO - 0 C (6 CI) o(1) N U La -5 a) a c� L a) 0 0 C >' >' W `� (6 O O a) O U a) .0 6 c 0 0) N E Ci co L 0 O O ,o N N Z O - W C 0 0 W O CC1 (n O) r„ E0 V CL o E Z �1 a) L uJ -a OO E-- Tao 4) 5 .- W Q. Z 0 m (J) C u) 0 m o c U W .5 Z CO 0.. LL me ow M m W W ulO CO co '(f) 1- O L m tea) a) O E c a c mo -o 0 C +• a) C N > a) ca a) � O c E Quotes Received Quotation used in bid Dollar Amount Proposed to be Subcontracted J Yes/No Dates Contacted Dates Contacted n MBE/WBE Subcontractors ) L..\' U V. (Form CCO-4) Rev. 06-20-02 CONTRACT NO: PROJECT NAME: DATE OF LETTING: RESIDENT BIDDER CERTIFICATION Wale( 163( gl>)9 6oct-l- ho(44•ei. To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site until this project is completed. I hereby certify that I am a resident bidder as d rsiliao l eevefiStrUCtiOn Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 COMPANY NAME CORPORATE OFFICER TITLE DATE BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Vieth Construction Corporation as Principal, and North American Specialty Insurance Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER," in the penal sun-) ---Five Percent of the Bid Submitted -- Dollars ($ _ ---5%--- ) lawful money of the United States, for the payment of which sunt will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 21st day of September 2017_, for F.Y. 2018 Waterloo Boathouse Enhancements, Waterloo, IA; Contract No. 940 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute anti deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created. by the acceptance of said Bid, Then this obligation shall be void, othervnse the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, In no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be (Welted to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by taw, The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seats, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this llth day of September , A.D. 2017 , Vieth Construction Corporation Principal ,fes By North Amepecialty Insurance Company (Seal) . r:re ,t, `�Att► (Seal) (Title) 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, 'I l -IAT 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 0fll00 in the City of Overland Park, Kansas, and Westport Insurance Corporation, organized under the laws of the Slate of Missouri, and having its principal office in the City of Overland Park, Kansas each does hereby make, constitute and appoint: JAY D. FREIERMUTII, CRAIG P. HANSEN, BRIAN M. DEIMERLY, SIIIRLEY S. BARI'ENHAGEN, CINDY BENNETT, ANNE CROWNIiR, TIM McCULLOH„ STACY VENN, DIONE R. YOUNG', and AVENDY ANN CASEY JOINTLY 00 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 warmers of suretyship as are or may be required or permitted by lave, regulation, contraet or otherwise, provided that no bond OF undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION (5125,000,000.00) 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 0' North American Specially Insurance Company and Washington International Insul:mce 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, 201 I. "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 Go,npany; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such I'ower 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, nldedalong or contract of surety to which it is attached." 131' I if `CZ-- - Sterol l`rulcesen,Sen u' Vice Presidenlnl wnslnnglnn International Incanm & Senor Vice Presidcul of North American Specially Insurance Ct & Senior \'ice President or \\'es11011 insurance Corporation By / oma/ Mile A. Ile, Senior \'ire President of Washington Inlernetionnl Laurance Con:1101:y & Senior Vice President or North America, Specialty Insurance Cnnipany & Senior Vile President orwestport Insurance c011l1)rnln11 • tampon), IN WITNES5 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 17 day of August , 20 17 State of Illinois County of Cook On This 17 clay of SS: August North American Specialty Insurance Company Washington international Insurance Company Westport Insurance Corporation 20 L7, before 1110, 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. Ifo Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice PresRlenl 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 ack1109"ledged said instrument to be the voluntary act and deed of their respective companies. rstt,KKKKKKK,KttKKKtw. OFFICIAL SEAL M KENNY " l NOTARY PUBLIC, STATE OF ILLINOIS r M Kenn}, Notary Public MY COMMISSION EXPIRES 1 2104120 1 7 I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specially Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is 0 true and correct copy of 0 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 imd affixed the seals of the Companies this1101 day of September 2017 fry Cotillion, Vice President & Atis6mnt Secreta Vnericnn Specialty haumnee Cmnpon)' & Vice arc lc N tional Inxnrw¢e Company R tory of W.:s4an hssurnnm Co