HomeMy WebLinkAboutVieth ConstructionVieth Construction
Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
,A, e -c.) ce-co 1/4ao ctig-5-%
/5l0 ‘fi\-J � uSr.,10
Vieth Construction
Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
LJ er-7
A t or to °C) ("141,L LC/i ra--
0 10
8 a/ 0
FORM OF BM OR IPROPOSAL
P.Y. 2019 WATERLOO YARD WASTE WATER AND SANITARY SEWER
EXTENSION
CONTRACT NO. 952
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 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. 2019 WATERLOO YARD WASTE
WATER AND SANITARY SEWER EXTENSION, Contract No. 952, City of Waterloo,
Iowa, all in accordance with the above -listed documents and for the unit prices for work
in place for the following items and quantities:
FORM OF BID
CONTRACT NO. 952
Page 1 of 4
F.Y. 2019 WATE6RL_ IO YARD WASTE
WATER. AND
NO. 952
SANITARY SEWER
EXTENSION
CONTRACT
BID
ITEM
DESCRIPTION:
BASE BID
UNIT
.EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
001
MOBILIZATION
L.S.
/ ✓
1.
2 S.: 066
$ "
. & OcJ ,
tEiew-
$
,
002
003
CLEARING AND GRUBBING
SEED AND FERTILIZE (IDOT RURAL MIX)
L.S.
ACRES
1
1.6
$ 7_____ _
060c,
$ vv,;
c Svc,
4Z' - '
$ --
$
004
MULCH (IDOT RURAL MIX)
ACRES
1.6
$ 7OL'
$
l /L v
005
STABILIZATION CROP SEEDING AND FERTILIZING
ACRES
1.6
$ /5-00 -'
$ Z- %-cj c) `-'
006
OMITTED
$
$
007
9" DIA., STRAW FILLED WATTLES
L.F.
735
$
/8 3 ?
$ Z - --`
FORM OF BID
CONTRACT NO. 952
Page 1 of 4
008
CHAIN LINK FENCE REMOVAL AND
REPLACEMENT
L.S.
1
$ is ICJ c
$ Ca
009
TRAFFIC CONTROL
L.S.
1
$ /0 0 U J
$ Po ad
010
MAINTENANCE BOND, 2 -YEAR
L.S.
1
$ "6 06 -
$ /0 bo
011
SWPPP COMPLIANCE
L.S.
1
$ / 4.5-60 -
$ /a ac;
012
MACADAM STONE BASE
TONS
300
$ 3 G
$ ? .)c)c)
201
SANITARY SEWAGE FORCEMAIN, 2" DIA., IPS, DR
11 HDPE
L.F.
760
$ ? 2--
$ ""e, 7z . -
202
TAP AND INSTALL WATER -TIGHT CONNECTION
TO EXISING MANHOLE
EA
1
$ 3 s_
$ 3 td O
203
SANITARY SEWER SERVICE, 4" DIA. SDR 23.5 PVC
L.F.
10
$ /
$ / 76e) -
204
GRINDER PUMP STATION, COMPLETE
L.S.
1
$ /L, 00L
$ l4 Ci a b -
401
WATER MAIN, 8" DIA., CL 52 D.I.P.
L.F.
2,765
$ r l --
$ f 73`365"
402
TEE, 8" DIA X 8" DIA. X 6" DIA., D.I.P. COMPLETE
WITH THRUST RESTRAINT
EA
1
$ 2)0
$ Sea
403
BEND, 90°, 8" DIA., DUCTILE IRON, COMPLETE
WITH THRUST RESTRAINT
EA
1
,
$ C_.
$ �e C_
404
BEND, 22 5°, 8" DIA., DUCTILE IRON, COMPLETE
WITH THRUST RESTRAINT
EA
1
$
$ 3 9 --
405
WATER SERVICE CONNECTION, 1" DIA.,
COMPLETE
EA
1
$
$ a lL> a -
406
WATER SERVICE, 1" DIA.
L.F.
55
$ S
$ Z.- 7 S 0-
407
NEW FIRE
COMPLETE HYDRANT ASEMBLY, M.J., 6.5' BURY,
EA
3
$ 53r,3Cx.)
$ /4-5-
408
TIE-IN TO EXISTING 16" WATER MAIN
EA
1
$ 3 e;_
$ 36c)(1
409
WATER METER MANHOLE, COMPLETE
L.S.
1
$ =Oc)c
$
C cic -
410
WATER AND/OR SANITARY FORCE MAIN,
INSULATE
L.F.
24
$ 9-0
$ ?tQ
411
GATE VALVE, 8" DIA., M.J., WITH VALVE BOX AND
MECHANICAL THRUST RESTRAINT
EA
1
$ a sac)
_
$ Z3 00
$
$
TOTAL BASE DID
$
/1
$
FORM OF BID
CONTRACT NO. 952 Page 2 of 4
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 0 6J Dollars ($
5-74.) ) in the form of ,4/D .0C.AAIP 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 ( ), 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 MP 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. /0t- Date
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.
FORM OF BID
CONTRACT NO. 952 Page 3 of 4
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
Corporation
6419 Nordic Dr,
Cedar c=alls, IA 50613
(Name of Bidder)
BY: Title '
Official Address: (Including Zip Code):
2(t3
(Date)
8
Vieth Construction
r`,4 rn.nxatlOf
I.R.S. No.
6419 Nordic Dr.
Cedar F a.UUS , to 50613
FORM OF BID CONTRACT NO. 952 Page 4 of 4
INFORMATION NEEDED
�'
INA CONSTRUCTION n ION SALES TAX EXEMPTION CLRTI ICA II a ,
Vieth Construction
CONTRACTOR NAME: CorporatiQn
6419 Nordic Dr
Cedar FAII84 IA 50613
ADDRESS:
(Check One) PRIME
FEDERAL ID#:
PROJECT NAME:
SUBCONTRACTOR
94-(L-7' z
PROJECT CONTRACT NO.:
2 --
DESCRIPTION OF WORK:
Brickwork
❑ Carpentry
❑ Concrete
❑ DrywalkPlaster-Insulation
❑ Electrical
Excavation/Grading
❑ Flooring
❑ Heavy Construction
❑ HeatingNentilatingaf Cond.
❑ Landscaping
❑ Painting
❑ Paving
- Plumbing
❑ R.00fingLSiding0Sheet Metal
❑ Windows
WreckingaDemolition
❑ Other (Please specify)
BID BOND
5tC
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 F.Y. 2019 Waterloo Yard Waste Water and Sanitary Sewer
Extension, Contract No. 952, City of Waterloo, Iowa
/ 0 oc},-Lio
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 .
County of 4
)ss
SA -,LC P7.1-/-304-, being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of VC C-
,
, 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)
Subscribed and sworn to before rntithis
, 2014.
My commission expires 3 -15 '
Title
an
day of
itA3d0---t
Title
KAR1 LYNN JANSEN
COMMISSION NO.777490
MY COMMISSION EXPIRES
MARCH 15, 2019
0
z
0
U
Wto
0)
ccz
u
w0
F -W
W z
to 0
Z
CO IL
O
inu
Ca
Q
W F,
Z
U
O
EL
N
ce
O
Prime Contra
O
T O)
E
C E
0
o a l-
l-
0ad)
• 0
C
0• 0
N
O` C
aGo
ro W
N
C
• ILIm
.N 2
.0 • y
W N
m W
mit
m• u
d 2
• 0
C 0 N o
91-4
1 • o
0
2 E
E
ro
o
O
U C
• o
U
L
8u)
U N
o a
O C
N
ifs t
N N
O O
>' U
mo
C U
O C
C • CO
E
O
.00
` a
O
U
Ut
Ca.
N .0
E
a`a
w
c
O
ii
0)
a)
c
N
L
W
m
2 a
o Y
N L
E
O U
U c
a)
V U
as C
@•
E
o
O w
a
L 0
2g
0
7
N N
r,
O N
C
N o
• -oo
• O
4--
a= a S
O
O 5-
a)
E S • o)
ES
In' o
7 O
E
0
C L..
ro
ai
O 0
NO O
a°
2 1010
▪ Li-
a)
N
a a
a)
m
T U
N N
a
0 0
a" la
L • U
O C
U O
L.
C °
o
0
O U
aL
O m
L ro
.3 0
N
� C
E
w • E
N
C
E
0=E
°o0
zac
O N>
hL
0
• a -
a
O 0 '
w O C
zca)
0
U ta)
F d
O 4
O N -O
Oa a)
n a 0
mtp c
1110 c>
aa) m
w�
Cq'
✓ oc
w (U m
ZE�
Il N
C °
(oQY111 _
Z a N
c
U
c
m
W c
mroIli
a
W Nv
2 aro
✓ O ro
O N
N 4-1
C
N _U o
N •
O
N a)C
0 co
c 0 U
_..c
L 0)o
W
• m
o
me-)
• ° m
c"
a) c a
L Y
c E
N Y N
-_ N
ro aNi m
N 4-L
ro 0
N u/ >'
av_
'
c 0 N C
E
w ca
• m Y ro
U O) G
W � 0
a i C
C • O
a
0
'O O N O
ro L ro
E ma 15
L N O
n o • 0
E ro E
w N N O
U N L c
C C
O N 0 0
N O OE
a) 5-a a)
C • C N U
=0 o L
w0• 5-0
ma)`i)a
wow
2 28-3
cliwog
• a)o0
0
tea-, c N
0
O0,m
1
• N
co co
,_ U
E c c N
• N
N o a 0
rime contractor sub
>
N
E
E
co
N
L
caO
2
a)
N
0
N
a)
C
.N
.O
w .
m
w
L O
a) V
20
N .L.
• O
c -0
O a
N
0
O
Z
O
0
Ll.
z
U
f
z
O
U
0
m
Q.
w
0.
m
w
z
W
W
z
E0 -
co
(o a
w O
z .0
E C
0
CO
W CO
c
ai Ea
> >
m C O
▪ ;v a
a)
Y O W
U
O a C 2
c
a 0.
° 0 a
0 a N C a
O • 1 0 0 U T
m m as N N N
- 0 L ro .0
o m m I- 0 0
:o E E v a
N
..° O U N N.,
ca 08 0 C as
r a o 0 >°0
E o w .0
ro
m o N O
wm a 3 N
m iLlrom °ro m a)
E
N m ro 0 ) L
E g> c 0
O o oc N p U O
>
U .L...O aj O c
O N N •n N >
L2r 'j C O '0)
o O C a a C
a o N O` `
0 d0 0 0
5 C U
N w TD O (E2_C
a0• E c 2 c
N L O )
o Cp:° a a) 0
0
O o ro . a)
ro¢ cP m �a`F
-Nom a) ° 0 0 0
>: •
:•cyYa)
CO 4.7 a 0 GZ OLNEa$3
a ° >
>'"'F-.nct
O
ooro0E0'°EUY 0a
3
0daaQo.00o-0`
N F" .C1 m U
O • C CDN Z Co
0ro N NN
N O'aO o CO• Opc3
C N in cOoc°o
Oa) UaO00
N
E • 0LNc. j:o �W d c m
o �+0 _om:4WC ma
as m ma
CQa o� E ° o E E
mOCC a<w+.,„-,0E>400)d`�
a--o
O m coQ
. U
a)2
t
42
ro
W N U 0
• m a -(94)
N O 0
r war
> m 2 O
c 2
a N O a
4U O
U
O E°a)
mzoo.¢ m a
nim c o aio
Ccc
0 0
1 Ho
0
riw F o
•
o O.6
O 1-
• N,_`o U
0
• c3
E
0W'%
O M - m
C L G
Ca
o L N (a
a`)3
• EN
N N N'p
a 043
_1 a.o
ro .- N O •
a
0. 0
U '�°a,a
o N a a)
N CO as
N ° .c 0
as 0) O O
O c N> a
0 0 ▪ 0
a U a
• O N N- a
N a c°
U a O N d
c
O • O NE N L
aO°`0)o
Ca a - O
O
-5>19O
=11c EDP
.O c .-
1/51a 1E20
C
o O 0 O
• EY
° mo c U a
O > ° N o
N 5 N U
E N c L L
o 0>00>
c0
U N O` O,
.ENcyao
G w V
mo- 00
Em.SC
E O c r
u=Uv N 0
E
O 0
m N O
coma
mo 0.0 aw
co• vs C
nU 2'E
WY 4-t a m
o
Form CCO-4A Rev. 07-08-02
Letting Date:
\\\:
LU ®\
a)
W2
is
zs
iz
co IL
O
z O
6 Q cL
DO [al
0
C
Prime Contractor Name:
4-
a) C
L E
(13
p
n
a)
o
a) a)
C
0)a
U Q)
o
O
CL
a) EC
oE
0
c)
O 0
L U)
O
;w
�m
0w
2
we
CO w U
ma)
� O
C CL
as E
H. a)
O ,.n
a).4 --
co},
o ccl
ct0)
c4 °o)
� c15
c
O
z
® p
Lilr
( O to
O
W
a) w
C
O
W +- O
CO C
al 0
® Q -t
z a) o.
aj
0
Contractor Signature:
E
o C c1) p
wO N o
C `J cLIP.
N
MM� ® co
Lai
O �. w U O
CO
Q Q
Ec a) U
8 2
m c 0
U(0
a) 4;:- 1 a V
:5 N ooO
a) c
_ m U o
O U §-O c 0
� .� .c w c
O w E o0)
>on p C(on gi
C O LL 0 1
co `C7 co (0
u)Eo
a) to
�- to c p .�
0 c C
-o C c O 0
te
:i -_:;O
i C co
c C a) .p
® > N
0 0 c o o E
0 0
..o U c
O p O c
a 0 > p�
C Q Q. c > o
>1 is o o a) 0)
► -p/ asim o
o >> aj 46 cn
Lo-
> O C
Lo -
N C o C Q
o 0 Q.1.CO
pf W
EQ) �'10 w
D (i) CI
E 0
E U co L) C c
0 CO
' a2 oo oa) U
ca
cE w2 a O aO co
O O
o E
_o -0 U
LU
> C C O -Q `t" CO
.. o•Q s -a =m
0
CO O
cn oE ,
<w0 o Its
CO ,d >,®m
@s P. 42 Q- >, N `O
w C a)tE,,dam" c
<mU -O -p c i
CU Q) tnE
rz L.. o O E70N a)
®o •C p o W N
{" A a) -o co a) r-
rY vl 2• C O C
5 � � C N CQaE. LO U 0
c N o� C >No) _oO
.§
(6 c a)
c C C C >1 UU))
u) u) >-w`z cu c
SUBCONTi
rnrn
La to
LI 0
®•R654 W
I.I
02°
LLIW
(f,
co
m
TABLE OF 9NFORMAT2O
(Form CCO-4) Rev. 06-20-02
Bunt IPro./?®sem+ to
bco ln' t raetedl
tie
.3
I
ug
re,
\k)
N
NN
-V
.dates
--A- -
Quotes
Yes/No
aces
ntacted
N`E'
1
N4‘)
t
‘t)
\\
t.
k
`\
E/WB]
retract
(Form CCO-4) Rev. 06-20-02
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 sum ---Five Percent of the Bid Submitted ---
Dollars ($ ---5%--- ) 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 23rd day of August
, 2018 , for F.Y. 2019 Waterloo Yard Waste Water and Sanitary Sewer Extension,
Contract No, 952, City of Waterloo, Iowa
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 20th day of August , A.D. 2018
051). sal JA
Witness
Witness Stacy Ven
s�-
Vieth Construction Corporation (Seal) fa
Principal
7---
By _ (� .-4"-e ,5
(Title)
North America Specialty Insu a ce Compar( ear)
ty
By
Attorne
Dione R. Young
dif 1
SWISS RE CORPORATE SOLUTIONS
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
WESTPORT INSURANCE CORPORATION
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas and Washington International Insurance
Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland
Park, Kansas, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of
Overland Park, Kansas each does hereby make, constitute and appoint:
JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BARTENHAGEN, CINDY BENNETT, ANNE CROWNER,
TIM McCULLOH„ STACY VENN, DIONE R. YOUNG, and WENDY ANN CASEY JOINTLY OR SEVERALLY
Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011.
"RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
t SEAL 1„,=
� .
s tri 1973 re: n
Nam 90
�\pd101111111110
asp 031 NAt hi%
1 ft
SEAL
H Oi tg
.,sNice"'
ikinguuutos
Steven P. Anderson, Senior Vice President of Washington International Insurance Company
& Senior Vice President of North American Specialty Insurance Company
& Senior Vice President of Westport Insurance Corporation
By
Mike A. Ho, Senior Vice President of Washington International Insurance Company
& Senior Vice President of North American Specialty Insurance Company
& Senior Vice President of Westport Insurance Corporation
IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport
Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this
this 3rd day of November , 20 17 ,
North American Specialty Insurance Company
Washington International Insurance Company
Westport Insurance Corporation
State of Illinois
County of Cook
On this 3rd day of
ss:
November , 20 17, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of
Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President
of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who
being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the
voluntary act and deed of their respective companies.
OFFICIAL SEAL
M. KENNY
Notary Public - State of Illinois 1
My Commission Expires
1V0412021
v� 1 \ 1' 1 11� \I\
•M. Kenny, Notary Public
I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington
International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a
Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance
Corporation which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 20th day of August , 2018 .
Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company &
North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation
HOLMES
MURPHY
THINKING AHEAD
Attention: Dione R. Young
Email: Dyoung@holmesmurphy.com
BID BOND RESULT FORM
CONTRACTOR: Vieth Construction Corporation
BID DATE: 8/23/2018
OWNER : City of Waterloo
P R O J E C T : F.Y. 2019 Waterloo Yard Waste Water and Sanitary Sewer Extension, Contract No, 952,
City of Waterloo, Iowa
The Surety asks that Bid Results be provided as soon as possible after the bid
date. We would appreciate you completing this form and returning via e-mail at
your earliest opportunity. Thank you!
lst
2nd
3rd
CONTRACTOR BID
If you are not one of the three lowest bidders:
My Bid: $
If you were low, or were low and negotiating, evaluation of bids
and award of contract is expected by / /