HomeMy WebLinkAboutVieth Construction Corporation64i9Nordic Dr.
Cedar Fags, {A 50613
ee,e.) o cwec_
# e s
t- 4.(( 6 c .c c c sec
1.1.1 to
CD 0 C
CO P-4.1 con
CIL1010, in
12.1 Lyn ("a
1.- r
aa
az S4 tai.cm it
Inon Lin
lel nn
ra 9 Uri
(.r)
Vieth Construction
Corporation
6419 Nordic Dr.
Cedar FaUS, IA 50613
r
Lti, OD
�✓ kis Un
0 *
'^^ 4w'% M, +
V) :l„
Ca: Se 0)
:3= oer.;
t» LLI c
J cN
alo
rsiml
}.r • 116.87
I
zc.)
Lam.
nes
&c,(Amics
C.
1
Gam,,
r`_/ c— C-0 Z -4-O
1-
FY 2020 CARDIN
FOO RI OFBoo ORP OPOS L
I D- R., DONAlI 0 ST., L DN QLD I_N45 ffU ARTON RD. DRAINAGE IRE
CONTRACT N0. 988
CITY OF VUAT
Honorable Mayor and City Council
Waterloo, Iowa
sRLOO, DOW„
ROV%h II TENTS
1 The undersigned, being a Corporation existing under the laws of the State of
7-----0e-ti- 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, lowa, 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 FAY 2020 CARDINALD DR.,
DONALD ST., LINBUD LN , MARCIN RD. DRAINAGE IiltMPROVE6%f EN TS, Contract No. 988, 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. 988
Page 1 of 4
FY 2020 CARDINALD DR., DONALD ST., LINBUD LN., MARTIN RD.
DRAINAGE IMPROVEMENTS
CONTRACT NO. 988
BID
ITEM
SUDAS
SPECIFICATION
*SEE
SUPPLEMENTAL
SP = SPCL PROV
DESCRIPTION
UNIT
EST QTY
UNIT BID
PRICE
TOTAL BID
PRICE
EARTHWORK, SUBGRADE, AND SUBBASE
1
2010-108-B
CLEARING AND GRUBBING BY AREA
SY
91.0
$ Z 7 -
$ 2-s`?
2
2010-108-D*
TOPSOIL STRIP, STOCKPILE, SPREAD, 4 INCHES
SY
2068.0
$ S,7cd -
$ 2.
3
2010-108-E-0
EXCAVATION, CLASS 10
CY
41.0
$ Z-5--
o2 54
$ /c)2 -5-
4
2010-108-E*
EXCAVATION, CLASS 10 WASTE
CY
10.0
$ So '
$ S -
5
2010-108-E*
EXCAVATION, CLASS 10 BORROW
CY
67.0
$ 413 `
$ a sg/ -
6
2010-108-G
SUBGRADE PREPARATION
SY
165.0
$ 99s -
$ 3 0
7
2010-108-1-0
MODIFIED SUBBASE, 6 INCH
SY
13.0
$ /1
$ / f--1
8
2010-108-I*
RECYCLED ASPHALT PAVEMENT AS SUBBASE, 6
INCHSY
40.0
$ /2
$ ff1cs
STORM SEWERS
9
4020-108-A*
RCP, 12 INCH
LF
149.0
$ cot -
$ 7 2548
10
4020-108-A*
RCP, 18 INCH
LF
103.0
$ 5-5---
$ 5c. (4,3-
11
4020-108-A*
HDPE, 18 INCH
LF
222.0
$ 3 6 '
$ 7994
12
4020-108-A*
HDPE, 24 INCH
LF
416.0
$ ¢1.- "
$ / 7 9-7L "
FORM OF BID
CONTRACT NO. 988
Page 1 of 4
BID
ITEM
SUDAS
SPECIFICATION
SEE
SUPPLEMENTAL
SP = SPCL PROV
DESCRIPTION
UNIT
EST QTY
UNIT BID
PRICE
TOTAL BID
PRICE
STORM SEWERS
13
4020-108-A
RCP, 24 INCH
LF
6.0
$ /9'0-
$ //cd r '-
14
14
INLINE CHECK VALVE, 12 INCH
EA
2.0
$ 3 tc i
�•
$ ¢r -t.
PIPE CULVERTS
15
4030-108-B*
RCP APRON, 12 INCH
EA
2.0
$ G. a2
$ 7.4 °cv -
16
4030-108-B*
RCP APRON, 18 INCH
EA
1.0
$ '7 Cs" P
$ 7 c �- -
SUBDRAINS AND FOOTING DRAIN COLLECTORS
17
4040-108-A
SUBDRAIN, 6 INCH
LS
1571.0
$ /0 -
$ /5/ iii
18
4040-108-C*
SUBDRAIN CLEANOUT, 6 INCH
EA
4.0
$ 2- 5-0 `
$ /cacti
19
4040-108-D*
SUBDRAIN OUTLET, 6 INCH
EA
5.0
$ /5-0 `
$ 753 -
20
4040-108-A*
NON -PERFORATED PVC STUB, 4 INCH
LF
68.0
$ Z / '
$ /p-2-8
21
4040-108-A*
REMOVE AND REPLACE SUBDRAIN, 6 INCH
LS
10.0
$ 9-s `
$Sei -
STRUCTURES FOR SANITARY AND STORM
SEWERS
22
6010-108-A*
STORM SEWER MANHOLE, SW -401
EA
4.0
$ lc-ccv "
$ ,/c, Lk.°
23
6010-108-B*
STORM SEWER INTAKE, SW -501
EA
3.0
$ .c 2 --cd -
$ 9c Le,
24
6010-108-B*
STORM SEWER INTAKE, SW -503
EA
1.0
$
9 -34
$%
-di -i--
25
6010-108-B
STORM SEWER INTAKE, SW -513
EA
2.0
$ 9-/te4_•" '
$ S 2_4:*_, --
PORTLAND CEMENT CONCRETE PAVEMENT
26
7010-108-A-0*
PCC PAVEMENT, 6 INCH
SY
13.0
$ //u c
$ /0-43c.) -
27
7010-108-A-0
PCC PAVEMENT, 7 INCH
SY
172.0
$ 6' 3 '
$ / - in -
28
7010-108-A*
PCC PAVEMENT, FLUME, 7 INCH
SY
9.4
$ '7 73 -
$
7L ELS -
29
7010-108-E
PCC CURB AND GUTTER, 24 INCH
LF
49.0
$ n-
$ 3 s ? 7
e - t,...
HOT MIX ASPHALT PAVEMENT
30
7020-108-B*
HMA PAVEMENT, 3 INCH
SY
206.0
$ 5 5 _
$ // 3 3c,
31
7020-108-B*
HMA PAVEMENT, 5 INCH
SY
13.0
$ / OC.
$ /jou -
32
7020-108-B*
HMA PAVEMENT, 6 INCH
SY
40.0
$ //c)
$ yL c , -
33
RECYCLED ASPHALT PAVEMENT AS SHOULDER
MATERIAL, 6 INCH
SY
500.0
1�
$ ea__
$ 3/1 -5 ---
/1 -5 ---PAVEMENT
PAVEMENT REHABILITA TION
34
7040-108-H
PAVEMENT REMOVAL
SY
232.0
$ / 7 a.
$ 3? 9t -
35
7040-108-H*
UNIMPROVED PAVEMENT REMOVAL, STOCKPILE,
AND RESPREAD
SY
247.0
-
$ /.5
-
$ 3 jc� S
36
7040-108-1
CURB AND GUTTER REMOVAL
LF
45.0
$ /g `
$ E 7,5-%
37
REMOVAL OF EXISTING SHOULDER MATERIAL
SY
597.0
$
$ /7? 9- -
2 -
TEMPORARY TRAFFIC CONTROL
38
8030-108-A-0
TEMPORARY TRAFFIC CONTROL
LS
1.0
$ Cc•vcQ .
$ £ o ws --
SEEDING SEEDING
9010-108-B-0*
HY39
MULCHINGDLIIC SEEDING, FERTILIZING AND
SY
2454
$
c'
$
L
40
REMOVE AND REINSTALL FENCE PANELS, 8' X 6'
WOOD
EA
53.0
$
$
FORM OF BID
CONTRACT NO. 988
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 ,444 tij 1 Dollars
($ 5-74,. ) in the form of , J •'v)-Lio , 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 Bidder Status Form.
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 510,000.00 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. 988 Page 3 of 4
BID
ITEM
SUDAS
SPECIFICATION
SEE
SUPPLEMENTAL
SP = SPCL PROV
DESCRIPTION
UNIT
EST QTY
UNIT BID
PRICE
TOTAL CHID
PRICE
EROSION AND SEDIMENT CONTROL
41
9040-108-E-0
TEMPORARY RECP, WOOD EXCELSIOR MAT
SY
2168
$ 2. 5±-
$ 5142.° -
42
9040-108-F-1
WATTLE, STRAW, 6 INCH
LF
92.0
$ / 9 -
$ /?e-E
43
9040-108-F-2
WATTLE, REMOVAL
LF
92.0
$ 0 "
$ 36 at -.
44
9040-108-J
EROSION STONE, 6 INCH
TN
5.0
$ 90 '
$ 9-52
45
9040-108-J
MACADAM STONE, 3 INCH
TN
2.0
$ 2_.-cvi --
$ ,
46
9040-108-J
CLASS D REVETMENT
TN
30.0
$ *6 r
$ /2rc:, -
MOBILIZATION
47
11020-108-A-1
MOBILIZATION
LS
1.0
$/moi CIC <_,
$r ; a°Li
TOT A
BUD $
tt
2./9, 99-
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 ,444 tij 1 Dollars
($ 5-74,. ) in the form of , J •'v)-Lio , 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 Bidder Status Form.
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 510,000.00 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. 988 Page 3 of 4
9 The bidder has received the following Addendum or Addenda
Addendum No.
Date 8/t --S/7'57
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
Corporation
6419 Nordic Dr.
(Name of IN, Or Falls, IA 50613 (Date)
��"--;=le Title e114-(5
BY:
Official Address: (Including Zip codeVieth Construction
Corporation
6419 Nordic Dr,
Cedar Falls, IA 50613
I.R.S. No
FORM OF BID
2_,1/4.5e -:?c57
CONTRACT NO. 988 Page 4 of 4
BID BOND .75
KNOW ALL MEN BY THESE PRESENTS, that we,
0
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 matenals 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
FHdder Status Form
To be completed by all bidders
Part
Please answer "Yes" or "No" for each of the following:
LI Yes
0Y6s
Yes
es
Yes
111
No
1 iNo
No
No
El 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 lowa.
My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
To be completed by resident bidders
Part 13
My company has maintained offices in Iowa during the past 3 years at the following addrVltth Construction
Dates: 03 to / if 5 '�f Address. Corporation
6419 Nordic Dr.
Cedar 13111, IA 50613
Dates:
Dates:
City, State, Zip.
/ / to / / Address:
City, State, Zip.
/ / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip*
To be completed by non-resident bidders
Pau ;: C
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
force preferences or any other type of preference to bidders or laborers?
Yes 1i No
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
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: V ( l ` f G'`Jft--5 it
Signature:
Date:
Wr4
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)
MBENVBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
��
Prime Contractor Name: / C> �T� Project: C'4-4_°i'�ti.0t-c-- Letting Date:
NO iBEIWBE SUBCONTRACTORS: If you are NOT using any MBEIWBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature: Title: Date:
S , BCONTRACTORS ALPLDCI" BLE: You are required, in order for your bid to be considered responsive, to provide the information on this form
showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions
should be directed to Contract Compliance Office 319-291-4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business
Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for
assistance at (319) 291-4429.
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will
make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
T:'z BLE OF INF
MBE/WBE
RFs A T DON SV 2Ci'MG G BIDDER'S PRE -30
BUSC1 ESS ENTERPr CO TACT S
Quotes Received Quotation used in aid
MBE/VV
Subcontractors
.°E
Contacted
ates
Yes/'No
Dates
Contacted
Yes/No
:tonal- Amount Proposed to
at Subcontracted
nav �O r2
043/49
At
ft
4)4,
e y
71--- l / o r ,vL4_5 ®,z,
5/A1/4 `9
9a
3
/`
c)
/�i-
f
, 0L v �,
0 c c -c., ,e4.- _Z3
r /?
z
�
z-3 /�%
e 6e.<7-7-23 ccl'A/i
g1/44/7 4:
/
a
:31g
t_.
(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 5th day of September
2019 , for FY 2020 Cardinal Dr., Donald St., Lirtbud LN.,._MartinfiD. kainage
.1mpr_o-vements, Waterloo, IA Cnntract.Na 9B8
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 23rd day of August , A D. 2019 A}
L
Witnbss
•
GAJ
Vieth Construction Corporation (Seal) 5/11.,_
Principal
By /)c7 (jz //4t5.
(Title)
North American Specialty Insurance Comparty3eal)
y��i
Witness Stacy V
Attorney-in-fact
Anne Crowner
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, 201 1.
"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, under takings 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."
owliitsillo
Ocostnyi
cat.:,0044#64.4°?c!:...o.tete-,
1 SEAL in
U
rw: i873 g
0/01 11110
Steen 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. 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 .
State of Illinois
County of Cook
On this 3rd day of
North American Specialty Insurance Company
Washington International Insurance Company
Westport Insurance Corporation
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.
i
OFFICIAL SEAL
M. KENNY
Notary Public. State of Illinois
My Commission Expires
12/04!2021
IrrrnrillFWMIOrri
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, 1 have set my hand and affixed the seals of the Companies this23rd day of August , 2019 .
Jeffrey Goldberg, Vice President & Assistant Secretary of Washington international insurance Company &
North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation
09/05/2019 11:05AM 3192773383 VIETH CONSTRUCTION
DATER
/2,e vd /, Pc.) c esitj 7(.5-A9
ADDENDUM NQ. 2
TO THE
BIDDING DOCUMENTS
F.Y. 2020 CARDINAL DR., DONALD ST., LINBUD
DRAINAGE IMPROVEMENTS
CONTRACT NO..988
CITY OF WATERLOO, IOWA.
September 5, 2019
PAGE 01/01
LN., MARTIN RD.
Vieth Construction
Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
LETTING'. DATE & `GIME September 5, 2019 1:00 P.M., Local Time
TQ ALL BIDDERS ON THE ABOVE PROJECT
All Bidders submitting;a bid on the above contract shall oarefufly read. this Addendum and
consideration In the preparation of their bid,
TO ALL BIDDERS ON THE ABOVE PRNECT:
ive it
The UNIT'for Bid Item 21 should be LF not LS. Please note that thange on Bid Item 21
in the Form of Bid and Items of Potential MBEIWBE Participation,
Any revisions to any of the Contract Documents made by this Addendum shall ,be considered as
theaame revision to any andall related areas of the Contract Documents not spedifically called out
in this :Addendum.
The bidder shall acknowledgereceipt of this Addendum by inserting the number and date in the
spaces provided in the Form o Bid or Proposal, Item s, Page 4 of 4.
ity of Waterloo, Iowa
Associate Engineer
Department of Engineering
7 fzCL
VGA
cLe
U
Co:txtcact 98.8 Addendum Na. 2 Page 1 of 1