HomeMy WebLinkAboutProctor Mechanical Corp.—WAsE81.4111
i s U:L t <K'S u; -"s- Vote
ql } r c .- ' f P 13:32
PROCTOR MECHANICAL CORPORATION
SINCE 1932
1100 Hoak Dr • %WM Dos Moines, IA 50266
SEALED BID ENCLOSED
2018 Waste Management Admin
HVAC Cooling System
City of Waterloo, City Clerk
715 Mulberry Street
Waterloo, IA
0
00
<
D (^
n
o E
o Q)
aq act
ro
-� 3
tn
=
3 D
0
3
pasoIDul P19 paleaS
59209 HMOI
N
0
Oo
2
<
n n
o
o v 0'
0)
as ae
rD
<0
rt. rD
D
0
3
5.
FORM OF BID OR PROPOSAL
CITY OF WATERLOO, IOWA
WASTE WATER TREATMENT PLANT
2018 WASTE MANAGEMENT
ADMIN HVAC COOLING SYSTEM
CONTRACT NO. 957
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
Iowa a Partnership consisting of the following partners:
Poctor Mechanical Cor oration
having familiarized (himself) (themselves (itself) ith the existing conditions on
the project area affecting the cost of the wo • , . . with all the contract documents
listed in the Table of Contents and Addenda (if any), as prepared by Kapaun
Consulting Engineers, P.C. 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
City of Waterloo, Iowa Waste Water Treatment Plant - 2018 Waste
Management Admin HVAC Cooling System, Contract No. 957, all in
accordance with the above -listed documents and for the unit prices for work in
place for the following items and quantities:
WATERLOO WASTE WATER TREATMENT PLANT
2018 WASTE MANAGEMENT ADMIN HVAC COOLING SYSTEM
CONTRACT NO. 957
-UNIT BID':
PRICE
TOTAL- RID PRIGS'
BASE BID:
WATERLOO WASTE WATER TREATMENT
PLANT - 2018 WASTE MANAGEMENT
ADMEN HVAC COOLING SYSTEM
2
3
4
TOTAL B D $
600 60
FORM OF BID
CONTRACT NO. 957
Page 1 of 3
2. Not used.
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withdrawn, the undersigned agrees to execute and deliver an agreement in the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% of Bid
Dollars ($ ) in the form of Bid Bond
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 ( X ), or Non -Resident
Bidder Certification ( ). (Mark one.)
7. The bidder is prepared to submit a financial and experience statement upon
request.
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. 1 Date . 07/06/2018
07/11/2018
10. The bidder shall list the MBEM(BE 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:
FORM OF BID
CONTRACT NO. 957 Page 2 of 3
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.
BY:
Proctor Mechanical Corporation July 12, 2018
(Name of Bidder) (Date)
Artsa
b d Tile President
Official Address: (Including Zip Code):
1100 Hoak Drive
West Des Moines, IA 50265.;. .
I.R.S. No. 42-0811128
FORM OF BID
•
CONTRACT NO. 957 Page 3 of 3
State of
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
Iowa
)ss
County of Polk )
Raymond J. Conway , being first duly sworn, deposes and says that:
1. He is (Owner, Partne Officer, Representative, or Agent) , of Proctor Mechanical
Corporation , the : • • - -t 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)
President
Title
Powi
Subscribed and sworn to before me this 12th day of
July.
afiza/44
My commission expires . 11 - 30~ /se'
ago
Title
RANDALL MERKLE
Commission Number 744200
My Commission Expires
/ 1 ',3O—/K
(Form CC0-4) Rev. 06-20-02
W < r O D- D- C
:cci (D
v w - o- 5' C7
cD rn o- ca O
I
��ro��0DZ
o a r --1
,- W o C (D.r'v,' w��� 2-o 0
co v o (D '< -I
@ cD o a 0 o
oaNQ3(IDp a�7®
D ao 0 • ovD
.p cD o
m-0
pN -o _4,`p
is-•
CDw • co -1 nrnn
,, (Tl p C o N Cu
C
�� COca Porn
H o M --I mo - -
> r W -�, aaoro r o
ro�C
g i- st 0 c 0 O o v
07 m CD W o a- o -, a
m a a
® Sv 2_,e (OD O
"il (D ccnn a w 0 .Q
W W 0 0•CD _siU c.
(ii -rt a N a
rn O to O -, Co
n' cD _1.
W gen
r) o 5' o (D O
..- D upi w o cin cNo o m
2 --t (n Ti o -, <• • -� -,
CD (D r a) �
CT o
M 0 Q0 O in'o Q-'
Z= am Eff Q. • -(n <. ca 0-
...� � a a c c
'0 Z ar▪ ep al ( r CD. w a
Q O O _ Q.0
co CD
o O o
ti) Q7 0 CD --I cn
0 3 - _
�Q
n ® aa) 0 �, co
O iii �' ='o 5•W
Z �a riri Do o
o W c- aest co -o
O "D (u onath-
0o
CD W.
m o cpn o o �,
® co u,O
c�
S' (D n O 2 o O
(D 0 O O-� <
co o 0 ' (o o a
O D 0 I< < (D
✓ 3 o (-21S-
s Dco
r- O
c-)
CD m o3
O
O D 0
ua
co
o o m .< o
C, ooo
C C
pi ( 0
(D O- c5,
0 O
O cn
o (i) w0
Contractor Signature:
p X Z
0
4Eg
a W
o'm
5
Ncnrn
o
5'1 6 -
to
co
4< Co
cn O
CZ
a -
o A
n• O
•
0)-i,
I=
o C
rt CD
Ftr
(1)z
cD
-6 O
-cn
�a
( o
�1<
o �
o m
Prime Contractor Name:
-D
0
0
0
0
0)
Dili g
63 CO
O
63n
CO
0(• Cn
Z
-mn �
O tin
73m
-p
Zpu
O m
-o
0
-hw
m
-p `< (n
W a' coO
O
Q
CD r*
mocow cD
CCY
(-n
o p ea
p
0 -0P
o � �
aj
D
_0 a
O -o _�
o ( (D
a) mh=a
(AD(0
rocQ °0
cu
,� roro oro
-s c p O
N) C -5.
N 3 D U) -
0 a v �<
00 CT
N
O rt ▪ 8 N
3--1 O
(D'
-� OD
Bidder Status Form
To be completed by all bidders
PartA
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 (i 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.
Ej Yes II No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project
Si 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.
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: 01 / 01 / 2008 to 07 / 12 / 2018 Address: 1100 Hoak Drive
City, State, Zip: West Des Moines, IA 50265
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / / Address
City, State, Zip;
You may attach additional sheet(s) if needed.
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? Yes 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:
Signature:
Proctor Mechanical Corporation
f�
e
Date: July 12, 2018
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)
STATEMENT OF BIDDER'S QUALIFICATIONS
(To be submitted by the Bidder only upon the specific request of the City of Waterloo,
Iowa.)
All questions must be answered and the date given must be clear and comprehensive.
This statement must be notarized. If necessary, questions may be answered on
separate attached sheets. The Bidder may submit any additional information he
desires.
1. Name of bidder. Proctor Mechanical Corporation
2. Permanent main office address. 1100 Hoak Drive, West Des Moines, IA 50265
3. When organized. 1932
4. If a corporation, when incorporated. 1958
5. How many years have you been engaged in the contracting business under
your present firm or trade name? 86 years
6. Contracts on hand: (Schedule these, showing amount of each contract and the
appropriate anticipated dates of completion.
see supplement
7: General character of work performed by your company. Mechanical Work
8. Have you ever failed to complete any work awarded to you? If so, where and
why? No
9. Have you ever defaulted on a contract? If so, where and why? No
10. List the more important projects recently completed by your company, stating
the approximate cost for each, and the month and year completed. see supplement
1 t List your major equipment available for this contract. see supplement
12. Experience in construction work similar in importance to this project. see supplement
13. Background and experience of the principal members of your organization,
including the officers.
14. Credit available: $ 900,000.00
15. Give bank reference: Jake Bower, Lincoln Savings Bank
STATEMENT OF BIDDERS QUALIFICATIONS PAGE 1 OF 2 PAGES
16. Will you, upon request, fill out a detailed financial statement and furnish any
other information that may be required by the City of Waterloo, Iowa?
No
17. The undersigned hereby authorizes and requests any person, firm, or
corporation to furnish any information requested by the City of Waterloo, Iowa,
in verification of the recitals comprising .this Statement of Bidder's
Qualifications.
Dated at Proctor Mechanical Corporation this 12th day of
July , 201 8 .
State of
County of
) ss:
(Name of Bidder)
By: Raymond J. Conway
Title: President
1 being duly sworn deposes and says
that he is President of
Proctor Mechanical Corporation, 1100 Hoak Drive, West Des Moines, IA 50265
(Name of Organization)
and that the answers to the foregoing questions and all statements therein contained
are true and correct.
Subscribed and sworn to before me this /alb`
, 201 r.
My commission expires
day of
ay -1-6477../41.74a
Notary Public
/1-30—/
STATEMENT OF BIDDER'S QUALIFICATIONS
•
,,PH,I c s� RANDALL IYIERI(LE
t
z K Commission Number 744200
■J My Commission Expires
,the- I. (-..3o s /q'
PAGE 2 OF 2 PAGES
July 12, 2018
PROCTOR MECHANICAL CORPORATION
SINCE 1932
1100 HOAK DRIVE • WEST DES MOINES, IOWA 50265 • 515-288-2251 • FAX 515-288-2722
Waterloo Waste Management Proposal
Supplemental Information Regarding Statement of Bidder's Qualifications
Question #6:
Project
Amount
Completion
Ankeny NW Booster Station
$143,100.00
November 2018
Seymour CSD Storm Repair
$1,318,000.00
August 2019
Ogden VWVTF Sludge Piping
$179,500.00
October 2018
ISU Reiman Gardens
$239,000.00
October 2018
Ogden CSD
$1,000,059.00
August 2019
St. Thomas Aquinas
$222,400.00
January 2019
Elkhart Wastewater
$93,597.00
December 2018
Des Moines WRA Biogas
$661,300.00
January 2019
Question #10:
Project
Amount
Completed
Legacy Park
$306,000.00
October 2017
Seymour School
$1,203,000.00
January 2018
Camp Dodge Boiler Replacement
$629,520.00
September 2017
Nutriom Foods
$2,1001000.00
January 2018
Morlock Waste Water
$172,730.00
April 2018
Des Moines WRA Building 12 AHU
$173,000.00
September 2017
Des Moines WRA Pumping Station
$53,000.00
October 2017
Question #11:
Project Trailers
Office Trailers
19' Scissor Lifts
Bobcats
Backhoes
Concrete Saws
Core Bits
Core Drills
?ABC
Associated Nu1N.r.
Duct Lifts
Pipe Threaders
Stake Trucks
Plasma Cutters
Hoists
Band Saws
Shoring
Air Compressors
one team.
Pipe Groovers
Pickup Trucks
Mini Excavators
Welders
Tampers
Core Drills
Generators
Exhaust Machines
Sewer Camera
one vision.
PIPEFITTING I PLUMBING 1 SHEET METAL 1 HEATING 1 AC 1 REFRIGERATION
TEMPERTURE CONTROLS 1 ELECTRICAL 1 DESIGN -BUILD
Page 12
July 12, 2018
RE: Supplemental Information Regarding Statement of Bidder's Qualifications
Question #12:
Marshalltown Biogas
Des Moines WRA Building 12 AHU
Des Moines WRA Scum Processing
Morlock Waste Water
Des Moines WRA Intake Hoods
Ankeny Northwest Booster Station
Ogden WWTF Sludge Piping
t
Ihtliden
... C.w.e1... 1.t
one team. one vision.
PIPEFITTING 1 PLUMBING 1 SHEET METAL 1 HEATING 1 AC 1 REFRIGERATION
TEMPERATURE CONTROLS 1 ELECTRICAL 1 DESIGN -BUILD
Project Team
Raymond Conway, C.P.E.
President, Project Manager, and Chief
Estimator
Education
Iowa State University
8. S. Business Finance
Experience
Proctor Mechanical Corporation
• 4 years of Field Experience in Mechanical
• 26 years of Estimating Experience in
Plumbing and Mechanical
• 15 years as a Certified Professional
Estimator
Certifications/Training
• Journeyman Plumber
• Master Plumber License
• Master Mechanical License
• Master Mechanical Estimator
Estimation Systems Piping and HVAC
• Certified Professional Estimator
American Society of Professional Estimators
• Certified Plumbing Instructor
• Associated Builders and Contractors
• United States Green Building Council
Corportate Member
• ASHRAE
Member
• IAPMO
Member
Raymond handles responsibility for all Schematic and D/D
estimates, schedules, contract set-up, project mobilization,
materials procurement, and subcontractor alignment. Raymond
covers all cost code setup and general contract conditions. As
project manager, he is also responsible for all pre -construction
and on-going construction coordination activities including cost
reviews and productivity analysis. Raymond's responsibilities
also include ongoing RFI and CCD scope updates, and all WIP
and Labor Report reviews with General Superintendent,
Foremen, and Project Executive.
Relevant Experience - Estimator and Project Coordinator
Mechanical Total
Great River Health Systems — Burlington, IA
Great River Medical Center
Clark County Hospital — Osceola, IA
Additions and Renovations
Clark County Hospital — Osceola, IA
Additions and Renovations
$8,300,000
$2,560,000
$2,560,000
$340,000
$1,382,000
$2,936,000
$3,928,000
$588,000
$917,000
$332,000
Deer Creek Health — Toledo, IA
Additions and Renovations
Floyd County Hospital — Charles City, IA
Additions and Renovations
Greater Regional Medical Center — Creston, IA
Additions and Renovations
Mary Greely Medical Center — Ames, IA
Additions and Renovations
St. Joseph Mercy Hospital — Mason City, IA
Cancer Center Addition
Trinity Regional Hospital — Knoxville, IA
Additions and Renovations
V.A. Hospital — Des Moines/Knoxville, IA
Additions and Renovations
Resume
Thomas F. Proctor
Project Manager
Education
Simpson College
ABC Apprenticeship 2002
Purdue Project Management for Mechanical 2005
Experience
Proctor Mechanical Corporation
• Project Manager 2008 -Present
• Project Foreman 2003-2007
• Plumbing and Mechanical Installation
o 1999-2007
Certifications
Medical Gas Installation
First Aid / CPR
Professional License
Master Plumber
Affiliations
Master Builders of Iowa
ABC of Iowa Green Building Council
Thomas is a licensed Master Plumber with 11 years
experience in the plumbing and HVAC fields. He has
installed plumbing and mechanical systems involving both
commeiciai and residential systems as well as managing the
day to day operations of several projects. Currently Thomas
manages the operations and coordination of commercial
projects from the commencement to completion with the goal
of providing the best products and service under budget and
within the schedule.
Select Project Experience
Iowa State Capitol —Phase 13
May 2007 -December 2007
Project Foreman
Iowa State University Morrill Hall Restoration
May 2005 -January 2007
Project Foreman (October 2006 -January 2007)
Church of Latter Day Saints — Oskaloosa
May 2006 -October 2006
Project Foreman
St. Cecilia Catholic Church Addition and Renovation
October 2005 -May 2006
Project Foreman
Oskaloosa High School Renovations
June 2005 -October 2005
Project Forman
Various Mary Greeley Medical Center Projects
2003-2005
Project Foreman
Iowa State University Recreational Facilities
Renovation
July 2009 -March 2010
Project Manager
St. Joseph Catholic Church — Winterset, IA
August 2008 - October 2009
Project Manager
Historic Park Inn Hotel and City National Bank
Restoration — Mason City, IA
January 2010 — Present
Project Manager
Project Team
Chad Muck
Field Superintendent
Experience
Proctor Mechanical Corporation
• 16 Years in the Construction Industry
Certifications/Training
• Journeyman Plumber
• Journeyman Hydropics
• Medical Gas System Installer
Medical Gas Certification
As the Field Superintendent, Chad has complete responsibility
for all tradesmen and onsite mechanical installation activities.
He is directly involved with the deployment of tradesmen to
meet the schedule and the tasks at hand. He will also be
responsible for all WIP and Labor Report reviews with Foreman,
and the Project Manager.
Relevant Experience — Field Superintendent
• John Deere B2L - Ankeny
• Graybill Residence Hall - Lamoni
• Moulton Elementary School - Des Moines
• Smouse Elementary School - Des Moines
• Decatur County Jail - Leon
• Bridges Retirement Center - Ankeny
• Project Windmill - Clear Lake
• Van Wall Equipment - Nevada
• Farmers Coop - Perry
• Farmers Coop - Britt
• Iowa State Fair youth Inn - Des Moines
Project Team
Rick Wald
Project Manager
Experience
Proctor Mechanical Corporation
• 10 Years with Proctor Mechanical
• 25 Years Professional Expertise in
Mechanical Contracting
Certifications/Training
• Journeyman HVAC/R
• Autodesk AutoCAD MEP
Certification
• Autodesk Revit MEP
Certification
• Lead Safe Renovator
Certification
As a Project Manager, Rick is responsible for the preparation of
all materials in a timely manner to assure that the field crews
have all necessary components for coordinated installation
activities. As Project manager, he is also responsible for all
project start-up, close-out and commissioning, including all
ongoing RFI and CCD scope updates with all vendors,
subcontractors, and corporate resources.
Relevant Experience — Project Manager
• DSM Water Reclamation Facility AHU — Des Moines
• Broadlawns Medical Center — Des Moines
• Community Health Center - Leon
• Howe Elementary School — Des Moines
• DAS Iowa Labs Exhaust - Ankeny
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Proctor Mechanical Corporation
as Principal, and Employers Mutual Casualty Company
as Surety are held and firmly bound unto the QITY OF WATERLOO ., lowa, hereinafter called
"OWNER." In the penal sum Five Percent of Amount Bid
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 condit�,p of this obligation is such that
whereas the Principal has submitted the accompanying bid dated the day of July
12018 , for 2018 Waste Management Admin HVAC Cooling System
•
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 12th day of .._....July .. ._ . _ . , A.D. 2018
Proctor Mechanical_ Corporation
Principal
Witness
tubi
By
(Seal)
Fres; deg
_....(Title)
Employers Mutual Casualty Company (Seal)
Surety y
tzt
Attorney-in-fac
Jill Shaffer
THE FACE AND REVERSE OF THIS DOCUMENT HAVE A COLORED FLAG ON WHITE PAPER
/EMC
INSURANCE
P.O. Box 712 • Des Moines, IA 50306-0712
No. C35506
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an Iowa Corporation
2. EMCASCO Insurance Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation
4. Illinois EMCASCO Insurance Company, an Iowa Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
PATRICK K. DUFF, GREG T. LAMAIR, MARK E. KEAIRNES, NANCY D. BALTUTAT, JEFFREY R. BAKER, JOSEPH I. SCHMIT, JILL SHAFFER,
CHRISTOPHER R. SEIBERLING
5. Dakota Fire Insurance Company, a North Dakota Corporation
6. EMC Property & Casualty Company, an Iowa Corporation
7. Hamilton Mutual Insurance Company, an Iowa Corporation
its true and lawful attorney-in-fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a
similar nature as follows:
In an amount not exceeding Ten Million Dollars $10,000,000.00
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of
the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
AUTHORITY FOR POWER OF ATTORNEY
This Power of-Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a
regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power
and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomey-in-fact at any time and revoke
the power and authority given to him or her. Attomeys-in-fact shall have power and authority, subject to the terms and limitations of the power-of-attorney issued to them,
to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and
other writings obligatory in the nature thereof, and any such instrument executed by any such attomey-in-fact shall be fully and in all respects binding upon the Company.
Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects
binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power-of-attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.
IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this
1st day of MAY 2018 ,
Seals
`,,,, ,,,,,,,, ,lit,,,,,,,,,' `,,11,,,,,,,
GD.S l- GO lSUR14, Gtllllllll GOMPA4,f!,1' •N %�;Yl$ Clll 4s'.
µa•�; GOpP Ory4r,c - n Q �4• 0aPOR4T ,:0 ..0:07.-. OR -10“ Y':
[t o - et.? ``o r
:x- SEAL = -2= 1863=0� 1953 "<-
>- '2- IOWA ''. -- �;�;
e�` ,,Nn• 3?0% ',,,,* ,lllllll .s. 0,
',,;OWA,�.
icif
l 1 , 1
• • lllllllllllll
\agURANCo, ','•llll ,41 "
Alds de
�` •:., ,OPP OAi,' % Q�QC. npPOg411 •c : (4ct., '• Quit 4 '' '
: W : SEAL z7 < : a SEAL ° z ..: SEAL
`- ��•• :.o,
„,,, /OWN ��� ',, qr1! DAK0.`' �/., MOINES.Nv'.
t,,,, " ,t '1,,,,,,,\ 1,,111,,,,\
MUTUAL
z
rn
%%.* PO
NES,1 CERTIFICATE
KATHY LOVERIDGE
Commission Number 780769
•
My Commission Expires
October 10, 2019
ruce G. Kelley, airman
of Companies 2, 3, 4, 5 & •, President
of Company 1; Vice Chairman and
CEO of Company 7
Todd Strother
Vice President
On this 1st day of MAY AD 2018 before me
a Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and
Todd Strother, who, being by me duly sworn did say that they are, and are known to me to be the
Chairman, President, Vice Chairman and CEO, and/or Vice President, respectively, of each of
The Companies above; that the seals affixed to this instrument are the seals of said corporations;
that said instrument was signed and sealed on behalf of each of the Companies by authority
of their respective Boards of Directors; and that the said Bruce G Kelley and Todd Strother, as
such officers, acknowledged the execution of said instrument to be the voluntary act and deed
of each of the Companies.
My Commission Expires October 10, 2019.
•
Notary Pifblic in and for the State of I a
I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies,
and this Power of Attorney issued pursuant thereto on MAY 1, 2018 on behalf of:
PATRICK K. DUFF, GREG T. LAMAIR, MARK E. KEAIRNES, NANCY D. BALTUTAT, JEFFREY R. BAKER, JOSEPH I. SCHMIT, JILL SHAFFER, CHRISTOPHER R. SEIBERLING
are true and correct and are still in full force and effect.
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of
each Company this 12th day of July z 818
7832 (12-16)
or very ica ion o e authenticity of the Power of Attorney you may call (515) 345-2689."
Vice President
4