HomeMy WebLinkAboutVieth Construction CorporationVieth Construction
Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
5 ca,t_c). 6_ 0( 6a^a ro r
(Al a, tarIdo, C1/b int ✓ Ar4-5
Park 1 aTPro-0-- S
CITY Y OF WATERLOO
CITY CLERK'S OFFICE
AUG 26 202 ± 1:26:00
Vieth Construction
Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
52.dote,- 6,`e r
iN 0.to
Po rk.rj
ror
+-+t Ar4-5
e! M p 4v.-+w�n k S I k►.t.Sc_ 3-
Si °et.' > Y rt.!
s a rt:
iliATIPF-:auLOO
* Pi gam_,•,• �. t.+'�- ''� , . CE
�t�)
y-�yR y
2. tl tt f4 :'y •'{r� A { 1
FORM OF BID OR PROPOSAL
FY 2022 CENTER FOR THE ARTS PARKING IMPROVEMENTS
PHASE 2 (ART BLOCK)
CONTRACT NO. 1007
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 I.dc.,,i , 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 FY 2022 CENTER FOR
THE ARTS PARKING IMPROVEMENTS, PHASE 2 (ART BLOCK), City Contract No. 1007, all in
accordance with the above -listed documents and for the unit prices for work in place for the following
items and quantities:
FY 2022 CENTER FOR THE ARTS PARKING IMPROVEMENTS
PHASE 2 (ART BLOCK)
CITY CONTRACT NO. 1007
UNIT
TOTAL
UNIT
TOTAL
ITEM
SUDAS
QTY.
DESCRIPTION
BID
PRICE
BID
PRICE
NO.
SPEC
1
2010
Clearing
and
Grubbing
LS
1
$ 2 ; = .k -i
$ 4,536
2
2010
Topsoil,
Furnish
and
Spread
CY
100.0
$ 5 _
$ 5,
500
CY
300
$ _ f _=
$ j
o Sa
o
3
2010
Class
10
Excavation,
Roadway
and
Borrow
4
2010
Subgrade
Preparation
SY
4868.6
$ t
$ 4,
24 3. 60
5
2010
Subgrade
Treatment,
Geogrid
2)
SY
600.0
$ 3
$ ;
•
go o
(Type
6
2010
Modified
Subbase
TONS
1610.3
$ 15
s
$ 40
3.57, 66
189.0
$ S
$ i' cgs
i.
7
4040
Storm
2000D
Sewer,
(CLASS
Gravity
III),
15
Main,
IN.
Trenched,
RCP,
LF
LF
24.0
$ i -S
$
3, o 0 o
8
4040
Storm
2000D
Sewer,
(CLASS
Gravity
III),
21
Main,
IN.
Trenched,
RCP,
9
6010
Manhole
Adjustment,
Minor
6.0
$
11 1 00
$ C, act°
EA
Utility
Accesses
4.0
$ 750
$ 3,6 e 0
EA
10
6010
Removal
of
Intakes
and
11
6010
Intake,
6010.502
1.0
$ 4,4
0 0
$ (4,6 60
EA
12
6010
Intake,
6010.505
4.0
$ 15 o
$ 000 0
F
EA
13
7010
Standard
Concrete
Durability,
or
Pavement,
8
IN.
Slip
Form
Class
Portland
C,
Class
Cement
3
SY
4057.6
f
$ I $ , 5
$ 913 4g 355. 16
SY
3396.7
$
4(4
► n i
10
$
j 3
14
7010
Removal
of
Pavement
15
7030
Removal
of
Sidewalk
SY
30.7
$ 6 0
$ 1,
g4g.
SY
133.0
$ 66,50
$ 7 5 (4 so
16
7030
Sidewalk,
PCC,
6
IN.
,
17
32 13
16
Tan
Colored
Sidewalk,
PCC,
6 IN.
SY
394.0
i
$ 76. 3V)
$ 17 $ . 5o
FORM OF BID OR PROPOSAL
AECOM #60661493
FB-1-4
City Contract Nol 1007
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Block)
Waterloo, Iowa
TOTAL
TOTAL
UNIT
ITEM
SUDAS
DESCRIPTION
UNIT
NO.
SPEC.
QTY.
BID
PRICE
BID
PRICE
$ Sp, 4 91/
18
32
13
16
Grey
Colored
Sidewalk,
PCC,
6 IN.
SY
284.0
$ in,
So
$ o o , The
e
19
8010
Lighting
Poles,
Type
1
EA
4.0
$
9
5
6 o
$ 14�
g o o
20
8010
Lighting
Poles,
Type
2
EA
4.0
$ G
)
f o a
$ (1
14-i o o a
21
8010
Lighting
Poles,
Type
3
EA
11.0
$ 44
0 0 0
$ 14
Si G
LF
926.0
$
22
8010
Electrical
Circuits
1 4
$ $1 545
23
8010
Handholes
EA
3.0
$
76
it s
Painted
Pavement
Markings,
Waterborne
$ 1,
,61 e gs
24
8020
or
STA
12.50
$
qG
is
Solvent
-Based
Painted
Symbols
and
Legends,
Waterborne
$
86,
25
8020
EA
4.0
$
y
or
Solvent
-Based
a D
$ 7, d o 0
26
5020
Relocate
Hydrant
EA
1.0
$
t <i e G
27
8030
Traffic
Control
LS
1.0
$
Q.3 5
$ u �1
�
t
$ ii 3 o a
28
9040
SWPPP
Management
LS
1.0
$
'Ito o
29
9040
Wattles,
Installation
LF
110.0
$
(,75
$ co) so
.
30
9040
Wattles,
Maintenance
LF
110.0
$
$ It
0
1
$ qq0
31
9040
Inlet
Protection
Device,
Installation
EA
11.0
$
4o
$
1 1O
32
9040
Inlet
Protection
Device,
Maintenance
EA
11.0
$
j 4
$ 131500
$ 30 o o
o
Plan
LS
1.0
$
33
10010
Removals,
As
Per
15r
5o 0
11020
Mobilization
LS
1.0
$ 30,
34
v o O
$ . , S G 0
35
PLAN
Concrete
Bollard
with
Sign
EA
4.0
$
‘ C4(2
$ 3 1 u5
36
PLAN
Concrete
Bollard
without
Sign
EA
7.0
$
535
$
5 S S6.90
37
PLAN
Bed
Preparation
SF
5578.0
$
I. 65
Washed
Stone
Mulch
Weed
Barrier
$ � �, y9 SU
i
38
PLAN
and
SF
5370
$
Fabric
I . �5
Shredded
Cedar
Mulch
and
Weed
Barrier
$ b • &coFabric ag
39
PLAN
SF
208
$
I j
_
$ Mo3.60
Groundcover
(Feather
Reed
Grass,
1-Gal.
40
PLAN
EA
196
$ i 15
Cont.)
.
$
so
41
PLAN
Groundcover
Dropseed,
1-Gal.
Cont.)
EA
38
$ 1
44-6
.
(Prairie
1
-15
Groundcover
(Stella
D'Oro
Daylily,
1-Gal.
$ (� S
42
PLAN
EA
56
$
Cont.)
ft-1G
Groundcover
(Warrior
Switchgrass,
1-Gal.
$
�, 3qa
43
PLAN
EA
184
$
Cont.)
i
$ 4
v i a
44
PLAN
Shrub
(Gro-Low
Sumac,
3-Gal.
Cont.)
EA
89
$ 4•3
$
ai S
45
PLAN
Tree
Aspen,
1.5"
Cal.
B&B)
EA
5
$
(Quaking
455
$ 4.55
i
46
PLAN
Tree
(Skyline
Honeylocust,
2.5"
Cal
B&B)
EA
1
$ 5 5
U
$ 4 ,00
47
PLAN
Tree
(Spring
Snow
Crabapple,
1.5"
Cal
B&B)
EA
14
$ 3oo
1
$ , i1»
48
PLAN
Tree
Arborvitae,
4-5'
Spec
B&B)
EA
15
$
(Techny
a.i,5
$ Si o v
49
PLAN
Bike
Racks
EA
5
$
1(0o 6
$ 3- 2
50
PLAN
Waste
Receptacles
EA
1
$
(,1 2•S 4
j a
$
51
PLAN
Benches
EA
7
$ ai S S
r G-75
$ 7‘ 4, q7ssq
n
TOTAL
BID
AMOUNT
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.
FORM OF BID OR PROPOSAL
AECOM #60661493
FB-2-4
City Contract Nol 1007
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Block)
Waterloo, Iowa
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 5 �Jo _) 4
Dollars ($ ) in the form of
: 130e2k , 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 Bidders 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 $10,000.00 in
work for the City in the current calendar year, are prepared to submit an AAP or Update and an
EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable.
9 The bidder has received the following Addendum or Addenda:
Addendum No. Date gh5/�
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with
this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s)
to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL" Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer
cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
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.
FORM OF BID OR PROPOSAL FB-3-4 FY22 Center for the Arts Parking Improvements
AECOM #60661493 City Contract Nol 1007 Phase 2 (Art Block)
Waterloo, Iowa
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.
BY:
4-1-1 comsi . Corp
(Name of Bidder)
8`gG'1.1
(Date)
Title ES/i's1a1-o
Official Address: (Including Zip Code):
I.R.S No. tea- bsc,90s 1
Vieth Construction
Corporation
6419 Nordic Dr.
Cedar Falls, IA 506-13
FORM OF BID OR PROPOSAL FB-4-4 FY22 Center for the Arts Parking Improvements
AECOM #60661493 City Contract Nol 1007 Phase 2 (Art Block)
Waterloo, Iowa
5 G E eta\ goea.
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 pres-
ents to be signed by their proper officers this day of , A.D 20
(Seal)
Principal
By
(Title)
(Seal)
Witness Surety
By
Witness Attorney -in -fact
BID BOND BB-1 OF 1
AECOM #60661493 City Contract No. 1007
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Block)
City of Waterloo, Iowa
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of I a v
County of g i k- �Ia UJ
1 He is
)ss
AtG1. (tiCb�f , being first duly sworn, deposes and says that:
Owner, Partner, Officer Representativ or A ent , of Wd4in 6.o4 S f-. co r I.
T er 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.
20
(Signed)
Subscribed and sworn to before me this
My commission expires 3 Ic5 el'7,
5
Title
day of
(1\el IA
U
Title
2/1J‘i
e9�aeoee4e�e�e0i!
e,s4 0,,1/4-c*. jY N • V _ / 'tits
,�440 �.yke ✓ e ION iva t4 %" if \, At.t
,
Qom '�
c
rzi
0
0
O
O ,
Vb
` �'�:do-mac
4QA/ALS
`o%
lIl3ttOO°��
NON -COLLUSION AFFIDAVITS NCA-1 of 2
AECOM #60661493 City Contract No. 1007
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Block)
City of Waterloo, Iowa
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
Yes ■ 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).
Yes ❑ No My company has an office to transact business in Iowa.
Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
Yes ■ No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
Yes ❑ No 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.
s
3
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: /
/
b S to
/ Address:
City, State, Zip:
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / / Address:
Vieth Construction.
Corporation
6419 Nordic Dr.
Ccdar Falls, IA 5061'
You may attach additional sheet(s) if needed. 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
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.
Yes I I No
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: Vic
Signature:
Cans,
Corp.
Date: 8hC iA t
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)
BSF-1
Worksheets 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 1 No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
Yes 10. 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 ❑ No 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 a state 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 111 No My business is a limited liability partnership which has filed a statement of qualification in this
Yes
1
state and the statement has not been canceled.
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 [] 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 El No
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 been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
Yes No My business is a limited liability company whose certificate of organization is filed in Iowa and has
Yes No
not filed a statement of termination.
My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-15)
BSF-2
Z
O
5
O
LL
w
co
a. 1—
Q
Li-L"
r
zoo
W LL
Z
co
0
0)
J
Prime Contractor Name:
>1 >
C
(3 (0
CD t}_
a) 0
C O
O
Oa
z�
L�
O
4-
c4
O
U
H
Z
0
U
00
N
W
m
W
m
0
Z
co
_0
OIc
(0
0)
U
0
0
0)
0
00
O
Contractor Signature:
4-
°fa
C
0
0
.c
4-1
.1:3
O
0
0
>
0
Q
0
4-
173
L_
O a
O
C
0
0)
c
0
W
0
C
Q
c
0
U
0
U
0
0)
.0)
0
L
CT CO
LE
coU
CO N
O C 1-
%" 0
r
us'
J O N
CO ail CD
Q T co
J O 0_
�5p.
Q 0O
inU
co
0 =0
o.
0 m U
UK�
C U
z O>��(L�
O T
O 0
� J 0
Q -a✓
0
LL
0
0
CO
0
c
13
O
0
O
0
0
0
0
a)
0
0
0
O
41113
0
c
(o
0
0
0
W
C
0
E
O
0
(6
O
0
L
cn
J
(6
0
U
O
0
0
0
set
0
O
c
0
L
0
0
'4-
W
W
co
ael
0
a)
(6 N
`Cr
1
O �
� N
0 CD
CO
(0
c6
E
0
O
0
0
co
L
E
0
0
w
E
(6 0
E
00
N O
s
C
o
a)
O �
O O
O
a
co (13
O E
L
O N
w
C
Q
W —
C
4-
U
0
Q
COCL
0
O
O
J
0
0
(0
c
a)
TABLE OF
0
ca
te 1-1
a.
c
Z
wp
00
0w
co v /
C� 0'
Z a.
0 I--
Z
co W
Z
O�
— W
Z
Q co
O�
W
Z m
w
m
5
Quotes Received Quotation used in bid
►liar Amount Proposed to
be Subcontracted
V\
u
4r
o
ea
Dates
Contacted
Yes/No
V
U
Dates
Contacted
en
MBE/WBE
Subcontractors
4.
f
t;
,.
4
`i
c
o
,,
V
C
r
CgtN
(Form CCO-4) Rev. 06-20-02
ti
co
BID BOND
KNOVV 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 sure ---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 26th day of August
2021 , for FY 2022 Center for the Arts Parking Improvements Phase 2 (Art Block)
Contract No. 1007, City of Waterloo, IA
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 fumish 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 16th day of August , A.D 2021
Vieth Construction Corporation (Seal)
Principal
By
orth Ame.'can Specialty Insurance Compare
By
Attome -in -fa
Dione R. Young
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 Kansas City, Missouri 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 Kansas
City, Missouri, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of
Kansas City, Missouri 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, WENDY A LEWIS, and STACIE CHRISTENSEN 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 authonty 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."
tohutribp
`c5= o SEAL
�i t� 1973
st;},li eioniniao
r: 4
etndwtYSYhJ+r,
ei,Yjti?04 '
o' SEAL etwesitri`NI
m
e
Steven P. Anderson, Senior Vice Pres dent of Washington International Insurance Company
& Senior Vice President of North American Specialty Insurance Company
& Senior Vice President of Westport Insurance Corporation
By /IpYJ/
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 DECEMBER , 20 20 ,
State of Illinois
County of Cook ss:
On this 3RD day of DECEMBER , 20 20, 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.
North American Specialty Insurance Company
Washington International Insurance Company
Westport Insurance Corporation
OFFICIAL SEAL
$. KENN!
Notary Public . Slate of 21i m:s
My Comrttissian Expires
12 042021
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 16thday of August , 2021 .
Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company &
North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation