Loading...
HomeMy WebLinkAboutVieth Construction, Co.`n 1-i"1 rat N) islrea) 1"• .1 t i1/47 • is •0 A.) 'cc° t/ Lai mac it) ron X) w-4 1`_►` i -c IT) 1 rn 0 6/0 64)/csic c. ca. s „La 6 �=�-0 s so PIP Revised Per Addendum No.1 -02/12/16 FORM OF BID OR PROPOSAL MIDPORT BOULEVARD EXTENSION PHASE III CITY CONTRACT NO.894 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 v c cJ 4 ,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 AECOM 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 MIDPORT BOULEVARD EXTENSION PHASE III, CITY CONTRACT NO. 894, all in accordance with the above-listed documents and for the unit prices for work in place for the following items and quantities: i'. 6.b MIDPORT BOULEVARD EXTENSION PHASE III Ct.-6G �l T CITY CONTRACT NO.894 / EST. UNIT d BID SPEC QUANTIT BID TOTAL 'tii ITEM SECTION DESCRIPTION UNIT Y PRICE BID PRI E S DIVISION I g\A 1 SUDAS Special Backfill CY 1114.9 $ a- $ 3 2010 T c���0• 2 SUDAS21 Excavation,Class 10,Roadway and Borrow CY 6828.0 $ i0 �° $ 7/ 6 9 fz —/ 3 S ___I/ 20 A0S Excavation,Class 12,Boulders or Rock Fragments CY 50.0 $ 30 $ /�'Qd) -- 4 SUDAS Topsoil,Strip,Salvage and Spread CY 3046.0 $ 8S` $ � 2010 � — / 773 IDOT 5 Special Compaction of Subgrade STA 17.3 $ /9.5 $ 33 73, S 0 2109 6 520405 Removal of Pavement SY 31.1 $ /6 - $ ¢9. 7` 60 7 SUDAS Subgrade Stabilization Material,Polymer Grid SY 6689.1 $ /' /4) $ 73. 8 c.!I/ 14 8 2010 SUDAS 2010 Modified Subbase CY 1114.9 $ 3 L - $Cz /¢z v f t"l i i 9 SUDAS Standard or Slip Form Portland Cement Concrete SY 5542.4 $ -1 $ 2010 Pavement,Class C,Class 3 Durability,10-In. 3 7. 2 6 7� ¢d 10 ID012 Granular Surfacing on Road,Class A Crushed Stone TON 100.0 $ 2 4:, — $ 2(o dd 11 54030 S Aprons,Concrete,18-In.Dia. EACH 2.0 $ 7�a- $ /5�.- SUDAS Subdrains,4-In.Dia. LF 1945.0 $ © 2 r Z S 12 4040 /. _ $ !7 99/. 13 IDOT Subdrain Outlets EACH 13.0 $ !� $ 2502 O ' /� 2,0 14 560105 Intake,SW-508 EACH 3.0 $ 0-8 2.)-- $ /ft 9-7,;5 - FORM OF BID CITY CONTRACT NO.894 BF-1 of 4 AECOM 60440125 Revised Per Addendum No.1 -02/12/16 EST. UNIT BID SPEC QUANTIT BID TOTAL ITEM SECTION DESCRIPTION UNIT Y PRICE BID PRICE 15 SUDAS Intake,SW-510 EACH 4.0 $ $ 2/ c�oo 6010 S ZJ4� SUDAS Storm Sewer Gravity Main,Trenched,Reinforced 16 4020 LF 100.0 $ 5"7 - $ s 2 d U " Concrete Pipe(RCP),2000D(Class III),15-In. SUDAS Storm Sewer Gravity Main,Trenched,Reinforced 17 4020 LF 653.0 $ c) - $ Concrete Pipe(RCP),2000D(Class III),18-In. 24 /LCl 18 SUDAS Storm Sewer Gravity Main,Trenched,Reinforced LF 221.0 $ $ 4020 Concrete Pipe(RCP),2000D(Class III),24-In. �� j, tl SUDAS Storm Sewer Gravity Main,Trenched,Reinforced E U 19 4020 Concrete Pipe(RCP),2000D(Class III),30-In. LF 760.6 $ $ ¢4; 39�i - SUDAS Storm Sewer Gravity Main,Trenched,Reinforced 20 4020 Concrete Pipe(RCP),2000D(Class HI),36-In. LF 137.2 $ .7/C $ 7 6, 0 L _ 21 ID 25�� Engineering Fabric SY 22.0 $ $ / 22 IDOT Erosion Stone TON 12.0 $ $ �? 23 IDOT Safety Closure EACH 2.0 $ - $ 2518 /C� Z - 24 IDOT Removal of Type A Sign EACH 8.0 $ $ st 2524 c(s G? c�d 25 IDOT Delineator,Rigid-Type I EACH 18.0 $ 9.,5- - $ /7,, - 2524 26 IDOTL ?S Wood Posts for Type A or B Signs,4-In.x 4-In. LF 42.0 $ /8 - $ 6 - 25227 IDOT Type A Signs,Sheet Aluminum SF 19.5 $ 2 $ 2 - 2524 28 IDOT Painted Pavement Marking,Waterborne or Solvent- STA 34.6 $ $ 6 2527 Based IDOT 29 Traffic Control LS 1.0 $ / 2 G e - $ /2 c - 2528 T 30 ID03 Mobilization LS 1.0 $ $ 20 - c?00 IDOT 31 2601 Mowing ACRE 10.32 $ /C),v $ /v 3Z 32 590105 Mulching ACRE 5.16 $ 3 / 7J`-" $ /‘-... 3 u 3 33 SUDAS Seeding and Fertilizing(Urban) ACRE 5.16 $ $ 9010 %¢o o ' 7 Z 2 f� 34 SUDAS Stabilizing Crop-Seeding and Fertilizing ACRE 5.16 $ - $ 9010 /OS cs S r& - 35 SUDAS SWPPP-Management LS 1.0 $ $ 9040 %OGv' 7c..)vc,y 36 590405 SWPPP-Qualifying Rainfall Inspection EACH 10.0 $ 5-6 - $ .d 6 - 37 SUDAS 9040 Wattles-Installation LF 420.0 $ 3 5-0 $ / 7Q 38 SUDAS9040 Wattles-Removal LF 420.0 $ / - $ it 6 39 SUDAS 9040 Silt Fence-Installation LF 1600.0 $ / SS $ 2 9,6 U _ 44 40 SUDAS Silt Fence-Removal of Sediment LF r`- 1600.0 $ ©- -� $ �� 9040 �`- lG t1G1." 41 590405 Silt Fence-Removal of Device LF iv 1600.0 $ �7 $ ��00 s 3 SUDAS 42 Special Ditch Control RECP Type $ $ 9040 p 3 S Q 343.0 7 3 FORM OF BID CITY CONTRACT NO.894 BF-2 of 4 AECOM 60440125 Revised Per Addendum No.1 -02/12/16 EST. UNIT BID SPEC QUANTIT BID TOTAL ITEM SECTION DESCRIPTION UNIT Y PRICE BID PRICE 43 SUDAS Inlet Protection Device EA 10.0 $ $ 9040 <� Z<O 44 SUDAS Inlet Protection Device Maintenance EA 10.0 $ $ 9040 /G S !O 5-0 DIVISION II 45 CONTRACT Two-Year Maintenance Bond LS 1.0 $ 3 7)c " $ 2 do — TOTAL BID PRICE $ $75 7 /9i s6 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed,telegraphed,or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn,the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten(10)days after the agreement is presented to him for signature,and start work within ten(10)days after"Noticeto Proceed"is issued. 4. Security in the sum of -5- y" D f'// Sri v .4./1" 11.4 Dollars ($ )in the form of o-)do , 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 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 li /z//-‘ 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. FORM OF BID CITY CONTRACT NO.894 BF-3 of 4 AECOM 60440125 Revised Per Addendum No. 1 -02/12/16 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 O reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a t conract du n VET€-H CbOS �U l U toRP 6419 NORDIC DR.CEDAR FALLS, IA 50613 2// /g/77 (Name of Bidder) 224' (Date) BY: "7 LLV Title / r - ',j. ',R Official Address: (Including Zip Code): VIETH CONSTRUCTION CORP 6419 NORDIC DR. CEDAR 1"ALLS, IA 50613 I.R.S.No. C>L C .�Y 2(-3 7 FORM OF BID CITY CONTRACT NO.894 BF-4 of 4 AECOM 60440125 CITY OF WATERLOO, IOWA —'� �► WATERLOO ENGINEERING DEPARTMENT - R 715 Mulberry St. • Waterloo,IA 50703 • (319)291-4312 Fax(319)291-4262 �dferloot0 ERIC THORSON,P.E. ' City Engineer Mayor INFORMATION NEEDED QUENTIN FOR HART • IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE COUNCIL t�/IE K CONSTRUCTION IO"i! a MEMBERS 6419 NORDiC DR. CONTRACTOR NAME: CEDAR FALLS, iA DAVID JONES ADDRESS: Ward I BRUCE JACOBS Ward 2 (Check One) PRIME: SUBCONTRACTOR: PATRICK MORRISSEY Ward 3 FEDERAL ID#: _ JEROME AMOS,JR PROJECT NAME: In °I' 'L- T- , Ward 4 PROJECT CONTRACT NO.: v ? RON WELPER Wards DESCRIPTION OF WORK: TOM LIND 0 Brickwork 0 Landscaping At-Large ❑ Carpentry 0 Painting STEVEN SCHMITT 0 Concrete 0 Paving At-Large ❑ Drywall-Plaster-Insulation ❑ Plumbing O Electrical 0 Roofing-Siding-Sheet Metal Excavation/Grading 0 Windows O Flooring ❑ Wrecking-Demolition ❑ Heavy Construction 0 Other(Please Specify) ❑ Heating-Ventilating-Air Cond. 0 WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer SALES TAX EXEMPTION CITY CONTRACT NO.894 Page STE-I of 1 AECOM 60440125 BID BOND (^ ' /3 ) �� l.I 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 ,2016,for NOW,THEREFORE, (a)If said Bid shall be rejected,or in the alternate, (b)If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void,otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall,in no event,exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract;and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF,the Principal and the Surety,have hereunto set their hands and seals,and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this day of ,A.D.2016. (Seal) Principal By (Title) (Seal) Witness Surety By Witness Attorney-in-fact BID BOND CITY CONTRACT NO.894 BB-1 of I AECOM 60440125 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of _TZ`—�'q ) )ss County of c— . C L /6.1--c4.)/: ) 7-Df4-dy / ,being first duly sworn,deposes and says that: 1. He is Owner, artner,Officer,Representative,or Agent) ,of I/0‘ � ,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) Of..--e.-7 Title Subscribed and sworn to before me this C14\ day of at/ ,2016. 1 `� , Title My commission expires A l (_ ` 9O\ "`•. SHERRY K HORNUNG f + COMMISSION NO.789387' MY COMMISSION EXPIRES pow* APRIL 6,2018 NON-COLLUSION CITY CONTRACT NO.894 NCA-1 of 2 AECOM 60440125 RESIDENT BIDDER CERTIFICATION CONTRACT NO: u 9 9 PROJECT NAME: /71 / .0 tec.o 4:_-4/< DATE OF LETTING: ,Z,//'if fr ko 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. VETH CONST �RU T!O1 N CC.' G419 NO CRC, D . ��— CEDAR FALLS, IA :HOC' COMPANY NAME N CORPORATE OFFICER .4° _�,�. f TITLE 2-/tb/l>o DATE RESIDENT BIDDER CITY CONTRACT NO.894 RB-2 of 3 AECOM 60440125 NON-RESIDENT BIDDER CERTIFICATION CONTRACT NO.: PROJECT NAME: DATE OF LETTING: I hereby certify that I am an Iowa non-resident bidder. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: STATE/COUNTRY OF RESIDENCY: Stated below are the preference(s)to resident bidders in the state/country of (Preference to bidders,labor force,or other preferential treatment to bidders or laborers,etc. RESIDENT BIDDER CITY CONTRACT NO.894 RB-3 of 3 AECOM 60440125 i‘ .) o = C L a) �O 3 c a O v .� N. X .� .`o., a q N ` _ a E '1 a W CD — ;} 46;- ti- c cn et a.) o C.1.' O E . �CI: O I. L v s O v: W y0 C u Ct o an L t. C o 0 O O a) O CID o e= 0 en Q u o f °' m 0 U c = p = 0 a> < c cc o r, Y o i, a c ° c >' ° s_ o U 'a '� C O = .� •�� o 0 •3 U O c •p b CI c. xZ L� a• i > 0 O e CT } � p LT- U ce W U 3 ° y Ftn 0. re z \ E u a -' sc c 0.)• U 0. O O v' En U C/1 L '-' H U ci = . 0 F 1-\ ONc =O p -6• E 0 O d 1 s.. . a) .0 4. o = O G U Co3 � � e. _ � a� ° o wZ UW Z , o , oc C . ;, C > \� o z — o e U Eo 0 U ct o se os CA s H H mp 3w ° ' � � ° Zcr 4 t a z U rip .—: ° .= o > °3 o D � � © \� e o Wp F E o o a, cnct � Z d F i.. U W J a) U E U W •o ccc ° •� .c v, a-oo I.R. p CCam. c >, o .c o _ } a U U uo L 7 J ii m c • N • s �J eC rn U O E- p] M F >,L ' U0 t , aL' Ec W 1 V a' . , -v '° W n NU +'� c) C fV 0 c W cC O . Vv\` C . c; s- -0 .'c.. = rn �^� 1. › O � �� J q o UP • � y J z E m � pc o -v t -= it a, 3 a c o • m E -8 W _ E4 c.) a, .= � = v at: = Q o an ID .7 7 ,,, cz F F o o c 0 = c •° ^ L v o rc¢4- rail i. u = - t o ,- 46 a_., 4 6- cq a) .E ,‘,4... 4 u w. c'_,f & E o c W W c c Y o ' "o a ) E �5- A~ 4 cC U V] Q U ," 8 .t,- N ._ 'a Lam. 7 Q I I 2 c.0U c.. z E 2 m o c 5W c .� a ._, a J t 0 a aO N .5 ea a c .c z a a c O _ ",. m W '.","' o c '0 0 a "€ 61 m L Z 0 00 - 6 H m i I c Nco O m 0 ~ \ .\K ,\ 2"i 12) COC1 Li© FN- ~ < \ o '� E I cc CI z a v N 'Jw 0 U cm U O U CON L © N ym ~ a t 'j3 e jl a' E m vd ° N \ �� u CO m 8 0 _— x W c r 0m ,j CO Z c ca H co o @c 2 Li Q NC m N U m Q m L N Z „" N < J 00 m o ° E n, W F z (\i m c c..4. 0 0 Q O Q G OU ui cc � V E € L .15 m H �� m < N O I E cn 8 ly o 0 Ea 0. eaw o Neli c en CL Q o. Q a = o+ E N I - ea O' C C \� c CO CO I F M,‘ i. C s y c c 0 �Fv1 e $ E,m c~i 8 al -cs `\. iJ kill v °U a II € Ev— EZ � N m C 4 . D. .17 ea t ` o r u m g m \ J m'9 'c- O c E ' LmE 000 c Z Ti — o UaV F u c c 0 o 1 r y MD 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 Amount Bid-- Dollars i:h_ 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 18th day of February ,2016,for - Midport Boulevard Extension Phase III in the City of Waterloo, Iowa, Contract No. 894 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 18th day of February ,A.D.2016. Vieth Construction Corporation P ..............................................._.......: (Seal)Principal ram¢t By (Title)...5./.‘/), Nort erican Specia ns rance Company (Seal) Witness Sur Witness Sta V nn Dione R. Young ttorne n-f t_ BID BOND CITY CONTRACT NO 894 BB-I of I AECOM 60440125 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY 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 Manchester,New Hampshire,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 Schaumburg,Illinois,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,LACEY CRAMBLIT and DIONE R.YOUNG 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: FIFTY MILLION(S50,000,000.00)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 both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9h of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,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." tG\AUTY j���i�j�/', �µwoownisnuuipn a 4•oAPOHi.G. ***0110MAt/4 :Z� By `cf G ROp�... a d i SEAL ;m Steven P.Anderson,Senior Vice President of Washington International Insurance Company . SEAL s W.1. 1973. e,: &Senior Vice President of North American Specialty Insurance Company =0:weetm -,11111111110. a Michael A.BIto,Senior Vice President of ashmgton International Insurance Company "Ciesiesieuf 4° &Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 8th day of September ,2015 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 8th day of September ,2015 ,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 Michael A.Ito, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M KENNY NOTARY PUBLIC,STATE OF ILLINOIS` MY COMMISSION EXPIRES 12/04/2017 M.Kenny,,Notary Public I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 18th day of February ,20 16 A A/ ,42 Jeffrey Goldberg,Vice President&Assistant Secretary of Washington International Insurance Company&North American Specialty Insurance Company