HomeMy WebLinkAboutSummers' Enterprise, Inc.Summers' Enterprise Inc.
1776 Buchanan Delaware Ave.
Masonville, la 50654
ao14 Woke,iAoo yos-d \awo.;-ef- os,d
scrsi��ar� Sewer Gektnson
Qocy-)croLc_--\-- Mo. rt5a,
C\S\-1, \/\) k_Atr\to
e.sai-1 a N. P\ -.\k( a3 yA\
SID
•
4 ` 13011\10
Summer '• Enterprise Inc.
1776 Buchanan Delaware Ave.
Masonville, la 50654
ao \ g `w. o. eskov ` osc. W otsh We -w- c a
Scksc, l S- E)<Atrtsi on
n�acclc Qt5a
pkt‘Ks QZ 1 FIN\
)tno,�e.rloo
CITE' 'jr WA T s = -'''
�5
'
2zv-ri: uL tRs �•a
LTi T
11-51-- 3- 1
fi "L i 3 Le !ken{ 1i tI. _uLL ..}'.rte={-`t�' 1
FORM OF BID OR PROPOSAL
F.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
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. 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
WATERLOO YARD WASTE WATER AND SANITARY SEWER
EXTENSION
CONTRACT NO. 952
u
DESCRIPTION
BABE
BIDS
{
UNIT
Li
,EST. QTY.
UNIT
pRICEs
BIR"'
TOTAL,BID`PRICE,
001
MOBILIZATION
_
L.S.
1.
$
$ Q5,000 • oo
002
CLEARING
AND
GRUBBING
L.S.
1
$ $1000.00
$ x1000. o0
003
SEED AND
FERTILIZE
(IDOT
RURAL MIX)
ACRES
1.6
$ x,000.00
$ 3, a0000
O
O
MULCH
(IDOT
RURAL
MIX)
ACRES
_ 1.6
$ a,00v oo
$ 3,aoO.o
005
STABILIZATION
CROP
SEEDING
AND
FERTILIZING
ACRES
1.6
$ a,0(70.00
$ 3, x00.00
006
OMITTED
$
$
—
007
9" DIA., STRAW FILLED WATTLES
L.F.
735
$
LI.a5
$
3,1 x3.'15
FORM OF BID
CONTRACT NO. 952
Page 1 of 4
008
CHAIN LINK
REPLACEMENT
FENCE
REMOVAL AND
L.S.
1
$ a750.00
$ a,%50.00
009
TRAFFIC
CONTROL
L.S.
1
$ 800.00
$ 800.00
010
MAINTENANCE
BOND,
2 -YEAR
L.S.
1
$ 3,000.00
$ 3,000.00
011
SWPPP COMPLIANCE
L.S.
1
$ a,500.00
$ 2,500.00
012
MACADAM
STONE
BASE
TONS
300
$ 14.%
$ 5,98'5.00
201
SANITARY
11 HDPE
SEWAGE FORCEMAIN, 2" DIA., IPS, DR
L.F.
760
$ 13 IA10,3QtD•80
$
202
TAP AND
TO EXISING
INSTALL WATER -TIGHT CONNECTION
MANHOLE
EA
1
$ 550.00
$ 550.00
203
SANITARY
SEWER
SERVICE,
4" DIA. SDR
23.5 PVC
L.F.
10
$ 100.00
$ 1,000.00
204
GRINDER
PUMP STATION,
COMPLETE
L.S.
1
$ ay, 800.00
$ (R4,$00.00
401
WATER MAIN,
8" DIA.,
CL 52 D.I.P.
L.F.
2,765
$ 43.50
$ lao,a'l7. 50
402
TEE, 8'
WITH
THRUST
DIA. X 8" DIA. X 6" DIA., D.I.P. COMPLETE
RESTRAINT
EA
1
$ 700.00
$ 00.00
403
BEND,
WITH
90°,
THRUST
8'
DIA.,
RESTRAINT
DUCTILE
IRON, COMPLETE
EA
1
$ 500.00
$ 500.00
404
BEND,
WITH
22
THRUST
50,
8'
DIA. DUCTILE
RESTRAINT
IRON, COMPLETE
EA
1
$ 500.00
$ 500.00
405
WATER SERVICE CONNECTION, 1" DIA.,
COMPLETE
EA
1
$ 1,100'00
$ 1,100.00
406
WATER
SERVICE, 1" DIA.
L.F.
55
$ 23.00
$ 1, aLo5.00
407
NEW
COMPLETE
FIRE
HYDRANT ASEMBLY, M.J., 6.5' BURY,
EA
3
$ `1,150.00
$ H, a5o.0o
408
TIE
-INTO
EXISTING
16" WATER MAIN
EA
1
$ x,500.00
$ Q150° *DV
409
WATER METER
MANHOLE,
COMPLETE
L.S.
1
$ 9,800.00
$ 41$00.00
410
WATER AND/OR SANITARY FORCE MAIN,
INSULATE
L.F.
24
$ t a•00
$ 21$$.00
411
GATE
MECHANICAL
VALVE,
8'
THRUST
DIA.,
M.J.,
WITH
RESTRAINT
VALVE BOX AND
EA
1
$ 1,300.00
$ 1,300.00
$
$
ag9.9RcD.os
BASE
BID
$
$
TOTAL
$
_
_
FORM OF BID
CONTRACT NO. 952 Page 2 of 4
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" 's issued.
51+x°
4. Security in the sum of k,etivei ou vtu"
rrl1hur,cicedSbaykJin$ollars ($_
I ay(la.30 ) in the form of B; Pnnc, is submitted herewith in
accordance with the INSTRUCTIONS TO BIDDERS
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
Attached hereto is a Resident Bidder Certification ( X ), 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. NP Date NA
10. The bidder shall list the MBENVBE 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.
Saes Enkfcmc ase OC..
(Name of Bidder)
BY: Title I oda SuMMp rs PreSi can+
Official Address: (Including Zip Code):
Iii 1p uca-Arlri ,1�aaivtLre SVP
8 -a3 -L8'
(Date)
AkOLSo v;\p_ 50(ocA
I.R.S. No. AO- \5t pS Sal
FORM OF BID CONTRACT NO. 952 Page 4 of 4
(Form CCO-4) Rev. 06-20-02
CO
wm
W
m0
co E
WO
CCD E
ZD.i
m0
mZ
-I O
rn
lata
M'
om
nd)
1
Nm
CO
a
N
v �
Qo
0 z
3.
9 0
o
7 3
m
m
o Q
S
m v
r
o
7
o
o co
mm
m
v coc
0 co
5.
N
0 m
0
N 0
c
0
* o
O" N
aN
N N
D
3
N 0
m 3
0
00"
Q�
Qj 7
s
0
k
N
3 0.
0 7
0
CD
(D0
0
CO
N '7"
N �
`G
0
0
O
+m-<
N G O
O N O
N G
O121.N
m m
7 p c
0
— 'm
m w 0 -
CO rzt •• CO,i4"
O N
0E3 0
07 c- m
Nim
N 121 O
P
W Q o
o O'
rnQ
P, v o
gas
ocro
.037
ow.
3'a
O 7 O
m -o
7
No(/)
° 3 m
1
co o0
-O
o u o
N
c
"o g; 0
0 rim N
0 0 7
o<�
7 '-• 3
0�I-1-
O 0
5•N 7
r�
Fs Q N
N O O
n='+3
O 3 0
v
O
O o
O O
ao} `Jeoi}}O eou
sseuisn9 99mBe
CO N (J)
c ° W
E -. c)
a'co O
(D DZ
00
o
ao
0
gi
0 ca
�n 'Do
2. Do
0N D
W
v0m
-ay o•
P.
N c
poLI)
0 0
0
0
03 (-DI
.0
v G.
CO a N
N N
S
N 7
t a 0
Oa
COO ED,
0 0
G K
0 0
G
a�
6
c
3
NCr
(D
c
Da
5 m
00
Q
0
g. o
7
(7 N
N
O
V •0
.1
O 0
N
5-
87
et O es
O
7
s.
oo
c
N j•
O (/)
(j)
3
0
lD
O X Z
4,-O 0
.m 0
0 o
o4S 7
N N (WTI 0
S y o
3'<0
c0
O. Z
O
7 D
V n
a. O
7 73
co co
0)
12'
CD o
(/)Z
6o
O
N
7'O
7�
m
o, W
0m
3
m 0�
N ..5
-0HO (O
CD 7 3 0
cr
(p 0 D
co
N
m 0
D
0 0
07-
v
0 0.
3 m
MSE/WBE
Subcontractors
Quotes Received Quotation used in bid
r
F
3
F i
0
m
t
OQ
CU
v9)
DIC)OO
v
Su
v
00
Dates
Contacted
go
/1/»
hResion,s
Yes/No
n
0k rt
A
Q.
Yes/No
Dollar Amount Proposed to
be Subcontracted
CO
wm
W
m0
co E
WO
CCD E
ZD.i
m0
mZ
-I O
rn
lata
M'
om
nd)
1
Nm
CO
a
N
v �
Qo
0 z
3.
9 0
o
7 3
m
m
o Q
S
m v
r
o
7
o
o co
mm
m
v coc
0 co
5.
N
0 m
0
N 0
c
0
* o
O" N
aN
N N
D
3
N 0
m 3
0
00"
Q�
Qj 7
s
0
k
N
3 0.
0 7
0
CD
(D0
0
CO
N '7"
N �
`G
0
0
O
+m-<
N G O
O N O
N G
O121.N
m m
7 p c
0
— 'm
m w 0 -
CO rzt •• CO,i4"
O N
0E3 0
07 c- m
Nim
N 121 O
P
W Q o
o O'
rnQ
P, v o
gas
ocro
.037
ow.
3'a
O 7 O
m -o
7
No(/)
° 3 m
1
co o0
-O
o u o
N
c
"o g; 0
0 rim N
0 0 7
o<�
7 '-• 3
0�I-1-
O 0
5•N 7
r�
Fs Q N
N O O
n='+3
O 3 0
v
O
O o
O O
ao} `Jeoi}}O eou
sseuisn9 99mBe
CO N (J)
c ° W
E -. c)
a'co O
(D DZ
00
o
ao
0
gi
0 ca
�n 'Do
2. Do
0N D
W
v0m
-ay o•
P.
N c
poLI)
0 0
0
0
03 (-DI
.0
v G.
CO a N
N N
S
N 7
t a 0
Oa
COO ED,
0 0
G K
0 0
G
a�
6
c
3
NCr
(D
c
Da
5 m
00
Q
0
g. o
7
(7 N
N
O
V •0
.1
O 0
N
5-
87
et O es
O
7
s.
oo
c
N j•
O (/)
(j)
3
0
lD
O X Z
4,-O 0
.m 0
0 o
o4S 7
N N (WTI 0
S y o
3'<0
c0
O. Z
O
7 D
V n
a. O
7 73
co co
0)
12'
CD o
(/)Z
6o
O
N
7'O
7�
m
o, W
0m
3
m 0�
N ..5
-0HO (O
CD 7 3 0
cr
(p 0 D
co
N
m 0
D
0 0
07-
v
0 0.
3 m
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of TowQ )
County of teNfl.vJil('e
Dela, Swou e rs
)ss
, being first duly sworn, deposes and says that:
1. He is ((mOwne, Partner, Officer, Representative, or Agent) of SIAM/W-Si
Gn -erp- t inc , 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;
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)
Prts,der-
vSubscribed and sworn to before me this
Title
anJC__ day of
hAk9L vv\uv,bLex %?k_ti<\avy
Title
My commission expires °f/I/(9O1t)
RACHEL SUMMERS
COM\USS ON VASES 7§9337
MY COMMISSION EXPIRES
9121/2010
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
Yes ❑ No
Eio Yes ❑ No
® Yes ❑ No
la Yes ❑ No
ErYes ❑ 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 lowa 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. 5 /
Dates: / / to
Dates: / / to
You may attach additional sheet(s) if needed.
Address. i—Ilto BvtanO'nrn DekuA.,ar't Ave
City, State, Zip: / U`dsonville zR 500 511
Address.
City, State Zip.
Address.
City, State Zip
To be completed by non-resident bidders
Part C
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 resident bidders, resident labor ❑ Yes ■ No
force preferences or any other type of preference to bidders or laborers?
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
I 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:
Sttt.AAA F'S' (--n+erpilse Znc
Signature: `llrw 1 Date: 2-a3-)
You 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.
309-6001 (09-15)
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 ❑ No My business is currently registered as a contractor with the Iowa Division of Labor.
Yes E- No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
Yes Q. 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.
® Yes
■
■
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.
Yes ' No My business is a corporation whose articles of incorporation are filed in astate '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 IN 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.
Yes IZ 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 f ' 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.
Yes
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 beenapproved and no notice ofcancellation has been filed by the
limited; partnership or She limited liability limited partnership,
Yes 2 No My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
Yes 21No
My business is limited liability company whose certificate of organization is filed in a state other
than Iowa, has received certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-15)
CONTRACT NO:
PROJECT NAME
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
95a
aO19 W(tbrloollard Was4-eWo1 er8.Stxni-harySewer-EA-er5,pr)
8-a3-18
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.. MO/Mkt-SI En}erpt1st Inc
CORPORATE OFFICERI odd 5IAMFXS
TITLE cA5a
DATE $-a3-18'
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Summers' Enterprise, Inc.
as Principal, and North American Specialty Insurance Company
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum ---Five Percent of the Bid Submitted ---
Dollars ($ ---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 altemate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified
and shall fumish a bond for his faithful performance of said contract, and for the payment of all persons
performing labor or furnishing matenais 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 Pnncipal 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 su{�
Ts4A
i
Sealrporate \ t
SEAL
of them as are corporations, have caused their corporate seals to be hereto affixed and these presenjsk
signed by their proper officers this 20th day of August , A.D. 2018
Witness
By
By
Summers' Enterprise, Inc.
Principal
Pre$Mo.r - s. 'tleyi156581
North Aper an Specialty Ir9su ante Comparlyeal)
urety
Witness Stacy
env
Attoraeti-irifac
Dione R. Young
•
c`�
0
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 Not th 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."
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 lnsurancc Corporation
By
Mike A. Ito, 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.
gassairhaa SEAL
asal
M. KENNY
Notary Public - State of illinois
My Commission Expires
12/0412021
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 1Vestport Insurance Corporation