HomeMy WebLinkAboutVieth Construction Corp.0101
VIETH CONSTRUCTION CORP.
6419 NORDIC
CEDAR FALLS, IA 5OG13
Cu,
VIETH CONSTRUCTION CORP
6419 NORDIC DR.
CEDAR FALLS, IA 50613
-h 7'!‘; 70
i-` m
ro:?
FORM OF BID OR PROPOSAL
F.Y. 2017 SERGEANT ROAD TRAIL BRIDGE NO. 1 REPLACEMENT
CONTRACT NO. 917
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
, 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 the City
Engineer of the City of Waterloo 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. 2017 SERGEANT ROAD TRAIL BRIDGE NO. 1
REPLACEMENT, Contract No. 917, all in accordance with the above -listed
documents and for the unit prices for work in place for the following items and
quantities:
F.Y. 2017 SERGEANT ROAD TRAIL BRIDGE NO. 1 REPLACEMENT
CONTRACT NO. 917
BID
ITEM
DESCRIPTION
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
1
Mobilization
LS
1
$ 7S-6<)
$ 732& --
2
Traffic Control
LS
1
$ /62)
$ /...5--) -
3
Safety Closure
EACH
4
$ //0 -
$ 9-9--
4
Remove Bridge
LS
1
$ 5 -uv -
$ 5- -
5
Remove Trail
SF
120
$ 9
$ S400 -
6
Excavation, Class 10, Waste
CY
80
$ � St -
$ / ' 2 v
7
Embankment -In -Place, Contractor
Furnish
CY
410
$ 2 C.,
$ / . t Ec;
8
Compaction with Moisture and
Density Control
CY
410
$ 3
$ / z 3,
9
Recreation Trail, PCC, 6"
SY
103.7
$ 5-6)
$ 5/65_
10
Granular Subbase, 6"
TON
47.5
$ j� -
$ / 2iv -
11
Granular Shoulder, 6"
TON
13.5
$ 6o
$ C /o _.
12
Culvert, Concrete Roadway Pipe, 48"
LF
96.0
$ /8o
$ / 7 2 86 -
FORM OF BID
CONTRACT NO. 917
Page 1 of 3
13
2.
Apron, Concrete, 48"
EACH
6
$ 3 bcxL, -
$ 2 6,,
14
Erosion Stone
TON
20.0
$ 5-9
$ P' / 0
15
Furnish and Spread Topsoil, 6"
CY
80
$ S 2. -
$ /mss "
16
Seeding & Fertilizing, Urban
ACRE
0.66
$ 6-25- G -
$ 3 9-66— --
17
17
Seeding & Fertilizing, Rural
ACRE
0.42
$ /-ge.) ; -
$ /u -8
18
Rolled Erosion Control Product,
RECP
SY
311.7
$ 3 -
/4)
$ y.3S. --
19
Silt Fence, Install
LF
410
$ 2
$ v Zu
20
Silt Fence, Remove
LF
410
$ / —
$ 14/.
21
Construction Entrance
LS
1
$ /460 --
$ /Zc'u
TOTAL BID
--
$ `7ci) ?`%,.j . --
2. It is understood that the quantities set forth are approximate only and subject to
variation and that the unit bid price for the work done shall govern in the actual
payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City
of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of
this bid is mailed, telegraphed, or 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 Dollars ($ % ) in the form of - 74 ✓,
is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS.
Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Resident Bidder Certification ( `� ), 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.
FORM OF BID
CONTRACT NO. 917 Page 2 of 3
9. The bidder has received the following Addendum or Addenda:
Addendum No. Date
10. The bidder shall list the MBEIWBE 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.
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 CORP
6419 NORM DR.
CEDAR FA1. L t... t, :,;y 9 i
7(e )
(Name of Bidder) (Date)
BY: Title
j
Official Address: (Including Zip Code):
VIETH CONSTRUCTION CORP
6419 NORDIC DR.
CEDAR FALLS, IA 15 (313
I.R.S. No. C9 —GSC-,
FORM OF BID
CONTRACT NO. 917 Page 3 of 3
6
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we,
as Principal, and
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum
Dollars ($ ) lawful money of the United States, for the payment
of which sum 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 day of
, 20 , for
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 and 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, otherwise 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 forfeited 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 law.
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 seals, 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 day of , A.D. 201
(Seal)
Principal
By
(Title)
(Seal)
Witness Surety
By
Witness Attorney-in-fact
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of ---r°41--"-PT )
)ss
County of /3r'Z1 �-✓4-
, being first duly sworn, deposes and says that:
1. He is (Owner ,Partner, Officer, Representative, or Agent) , of
, the Bidder that has submitted 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)
Title
Subscribed and sworn to before me this ff7
\ke ✓ , 201.
My commission expires
56-i/
ANC 1L,)01
el A
O �
• t
'ow•
SHERRY K HORNUNG
COMMISSION NO.789387
MY COMMISSION EXPIRES
APRIL 6, 2018
day of
G gt it;r
Title
RESIDENT/NON-RESIDENT BIDDER
RESIDENT BIDDER:
In accordance with Section 73A.21 of the Iowa Code, all non -federal -aid public
improvement projects, which include road construction, shall be performed by a
qualified resident bidder. The resident bidder has been further defined as follows:
Resident Bidder:
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.
The contractor shall provide the City with a certification that he is a qualified
resident bidder according to the above definition. The Certification shall be
submitted with the contractor's bid. A copy of the form of "Resident Bidder
Certification" is included in the Contract Documents. If it is determined that the
contractor does not meet this qualification after he begins work, a shutdown
notice shall be issued and the voiding of the contract shall begin unless the
contractor becomes qualified.
NON-RESIDENT BIDDER:
The contractor shall provide the City with a certification that he is a non-resident
bidder according to the above definition. The Certification shall be submitted with
the contractor's bid. A copy of the form of "Non -Resident Bidder Certification" is
included in the Contract Documents.
DJG
01/02/12
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
7(gli
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 defined above.
COMPANY NAME V/tZ-("6/J
CORPORATE OFFICER
TITLE
DATE
c1 t'zir. r"Z7i
?7e/fc,
CONTRACT NO.:
PROJECT NAME:
DATE OF LETTING:
NON-RESIDENT BIDDER CERTIFICATION
I hereby certify that I am an Iowa non-resident bidder.
COMPANY NAME:
CORPORATE OFFICER:
TITLE:
DATE:
STATE/COUNTRY OF RESIDENCY:
Stated below are the preference(s) to resident bidders in the state/country of
(Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc.
w
ro
0
0)
W
co 0
Z
WO��
W c0-‘
��
(n/� 0
U) LL •h+
W Z
da
N O
0oia-
Z
co OO
CO m
2 w (.
cea
ro
0
ai
H
Contractor Signature:
E
o u) �
0 a)
a)
CN C L
N 7) �O
O o- m a)
cO >. w U
ro Q m O
Ec w a)
o c co c
2 co
L
a) L = E
a) > 0) .4-, U
rn
v_ o
U 0 0
0 u) E
C 0 > 0
0U _coO C O a)
.o OU co
C
.ca)a)
_ -0_
:0 ° 5 u)
L -O O ,u) O
o .n a C
o
o a)
o �_c
o>' ()EU
L 15
> L 0
a) ow i
s
N
0
Prime Contractor Res
u o 0) N to a
N Co N
W
O C a) N U_ O 0 O Z 9 a
Z-. a 0 .> N O U C o 9
E (O >' C
N O
c m O cc-,
Y
O O w2 .a U
a O_ Nwa W p N O U
o>Woa ° C LL m C Uc
an 9rno Z o E UE3
_cN0 W u acNN C O
•C a m WF- m U
° t. CO 111 c
o ° m
'O to N °° m N W Ct - N 0 's a) a
o c� N° 2 `mm w 0 cc y of m Co -m ow
0.'aw ° v�2 U. Oa c N o °2 3m
2Em U N N Z a)L La a
tic, N��
°w>, m� E° as a U co Em o m ycm
m U E O y i Q O T C N a
N CO d O. o Fa
E L'. F- N N O N -Q '° Q L C
N W 3 .c -fl o Z a) C) N N N a ` 3 N O)
m CO _c Niii N N O 0-- N L N � B N` N a
22
aL w ni2m o to
E E. o 0 -Io=°0_a
W' N N'§ 3 w L N m C p o Y N O N y L
m N c N a U (6 O @ W c w - U 0) .N 0) a o
O O O _ C N N >, a W co 0 0 0) C O E U O N O'
° Q N N J . d L 0. C N = > - o. N -° 2
w 2 Eng a� Y W 3.c Eo m U)u)
2.3I- 0a8 ofE �°)� o 2 m3 °oN m 0 .c caL�
as CT
ac) : ma?>i 3 a W a� N NN moo
co E cp N c m �m 3 = 0 ° a
N E a N O tri N a) UJ W a W C m N m N N°
s asc�C LL �m.c@ 0c) Z mW asm 2 N 0ca'c>,'O-
N 0 N° Z a a 0 O) c 00 UJ CO N a) L .c a) m Q
N p N a) C a) N W :_ a U N
o ` L.y F -Y > „co o W E� > rn -°°baa
E Y
ac N..N- 2 ca– m `o `m E z o° c m `o '� o O-� c E9
- O a a �L., °' 0) O N o O U .ca)
ai c p o N N .c
Q' U .O 00 O N N N N °) .0 0) C > T a) .. N >O 0 O
N E01 w O C E Y m .� N N L �. N 0. -o O)
°N zcd °mss w oN '°co 0) c0 Qo
ma a°) m H uo) a) -o 0) o ° m a) o 0 o a`gi o -c �-o° 3. >,0 7.c
Y ri o w U a°i c oma) m N �- o 0 o 2 mi 0),o
3� E Z0- EV cuo o m ��'0 aa))DC>,c0 Ern .(1;cO-°o
coo Oc�a aa) ..- mcN N�EcO`0i o•° $Ycc°
U N a U Q N .tsa N o '� a) O N Z N U 3 c o 0 m
-Es -9 oN m c �;' o- Y voice cOv 3 d o 0 3 as c
U N as N m Op C °U N U 2.) C CO N O N H 'o O N E N O U U
o C- - W O > N U o N N 0 T (O Q C a N1 C c p C U 8@
o�oQ. m>° G) -0 a) £ ° acc cca)9tn°N•E v>t�o
N y 0 0 W N CO i C C N U 0
EO O° °- 3 N 3 co aL.. N 0
Y Ul U �' 0 9 .°o O' r N U O O O m O 0'- c c> N 'Q
O) 4- 'Cl C Z U -O 'N L a a) = N
•-.c@c mOa W wNo c a-oa U> N.L'3oc=_ N o0-3 a)
wcoiE3 mUd a ° Eu - m a° 3 as3 ay °O �°
O CO O W U O) (J 8- ° tQ 0) -O N 7 a O a L .... N . Cr) N U. o
C N E° Z N m O N W Ci o -1-.•
N> y N Z N L O N -I)° C C W O` 0.
c m 2 a
° c a W° o m o L ° v a u m N O a o o c c p Q c m o
O) co,
N ct C° N°° y c N .o N 3 c° ° C C 0 vo) d C (O a N O
E� j mor cmcoB W>° a)No o pUg°m° ri o aESEc
-o 0 0 o W a a o O N co m> E c L c C 3 '673 ' f��0 C N E o C 3 N
t. Z o o y _ g � ° .N 0 9 m o wO c m o U N a)
'Q a l6 E U C' y C N -co 0 3•-0 W W m o O N - °) N `r U a C N
°'`o o°o o- °ea T a -0T -O mCC3 °LEE K Wt6�°E
°O 1= O w a.
-O C O D U °� ° U c m ° C o W fp
co co U E T U O) O m C C N Q
C-0- m"o0a =NC NLN-' 30 Q`�'_ mUz22oa..<`'a R Lu°0O1m
o N o te a) W C N O m N o p m (6 Q Li d CO .ri U -o N c .b ••5 N m
U aN m° 3 c8 ca �� cm o 0) p LU 2•Eu7
N '5 .0 ° a m E .c 3 N o 3 L .c m w U> ° m a) a) a) m
E'C N - Ea QNN- U Ho 4-H a)o a Lca
m `s P_ o c toy a) ca Z L c W". o2
O. a.0.0 r 0 N N o.o 0 mL 4, a) 6 W H o M r
tii
Form CCO-4A Rev. 07-08-02
BID BOND
KNOW ALt. MLN C3Y T111:SF PRESENTS, that we, Vieth Construction Corporation
as Principal, and North American Specialty Insurance Company
as Surety are hold and firmly bound unto tho CITY OF WATERLOO . Iowa, hereinafter celled
"OWNER." In the penal sum Five Percent of Amount Bid
Dollars G. 50/P.
lawful money of the United States, for the payment
of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally, firmly by (hese presents. The condition of this obligation is such that
whereas the Principal has submitted the accompanying bid dated the Bth day of September
2016 J for FY 2017 Sergeant Road Trail Bridge No. 1 Replacement,
Waterloo, Iowa, Contract No. 917
•
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(t,) if said Bid shall be accepted and the Principal shall execute and 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
peiforming 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, otherwise 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 forfeited 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 law.
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 seals, 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 1st___ day of September A.D. 201 6
ss
ss nne Crowner
Vieth Construction Corporation (Seal)
Principal
Ry j
/ (Pitta)
North American Specialty Insu a ompany (Seal)
urety
Dione R. Young Attorney,
in -fa 1
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASI IINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL ('OWER OF ATTORNEY
KNOW ALL MI'N 1311 TIIESE PRESEN9S,'I'HAf 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 Inlernalional
Insurance Company, a corporation organized 011d existing under the laws of the Slate of New Hampshire and having its principal office in the City of
Schaumburg, Illinois, each does hereby make, constitute and appoint:
JAY D. FREIERMUTI I, CRAIG E. I-IANSEN, BRIAN M. DEIMERI,Y. SHIRLEY S. BAR'FENI IAGEN,
CINDY BENNEIT, ANNE CROWNER. TIM McCULLOI I, STACY VENN, LACEY CRANIUM and DIONE R. YOUNG
JOINTLY Olt SEVERALLY
Its (Irle and lawlid 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 ofeaeh of said Companies, as surely, on contracts of surelysh ip as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or surelyship executed under this authority shall exceed the
amount of: PIETY MILLION ($50,000,000.00) DOLLARS
'Ibis Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the fib of May, 20 1 2:
"RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretory or any Assistant Secretary be, and each Or any of then 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 surely, 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 facsiiuile 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"
emu
�yQ!�OPLeg9 SG0 \. ,:- 2
cg,2. q Y v ���
'(fit SEAL 'm- 51 I Anderson, Sisal \ President fWas ul Warn ' t :::a las, r lu,C
�a'� i(77 u,.n\ & Senior Vice Pres dudaTlrll Ann' 1 SI' ilrl Canplq
�'`'�yh 5t?:
9N
�i iPialliM'? .° I
3J Ir
Mkii A. II .Te:unnsl
r Vice PI li OrtNisslunglon L116rnuem1111l IILUllalim 0111111:111.
& Seni,r \rim President of N111 h A,u:riean Specially an:unuee C:nnllain,
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presets to be signed by their authorized officers this lith day of September , 2015
State of Illinois
County of Cook
ss:
North American Specially Insurance Company
Washington International Insurance Company
On this 8th day of September , 20 15 , before inc. 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 Michael A. Ito
Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance
Company, personally known to me, who being by me duly sworn, acknowledged that They signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
OFFICIAL SEAL
M KENNY
NOTARY PUBLIC. STATE OF ILUN0IS
MY COMMISSION EXPIRES 12/04(2017
I, Jeffrey Guldberg , the duly elected Assistant 5ecretay of North American Specialty Insurance Company and Washington
International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Powe- of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect.
NI. I: envy, Nomnv Pub!
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 1st day of September , 2016
Jen„, a'1ilber3. Vice I'edLknl l Aasistanl s„„1„0.„1-
&
ecretaryurA North AmericsiiSpecially I:,suranceCompany