Loading...
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to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten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