HomeMy WebLinkAboutBrock Even Construction, LLCZ
D
1
(-
a
•
R
(�
S
��
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of
a a Partnership consisting of the following partners:
o V LL 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 F.Y. 2020 SIDEWALK & TRAIL REPAIR
PROGRAM — ZONE 10, Contract No. 1009, all in accordance with the above -listed
documents and for the unit prices for work in place for the following items and quantities:
FORM OF BID CONTRACT NO. 1009 Page 1 of 4
BID
ITEM
UUAS
SPECIFICATION
* SEE
L SUPPLEMENTAL
4 SP = SPCL PROV
DESCRIPTION
UNiTL
I EST CITY
UNIT BID
PRICE
TOTAL BID'
PRICE
DIVISION 2 - ADA RAMP
REPAIRS
1
7030-108-A-0
REMOVE SIDEWALK
SF
9410.7
$ , ;7 ®'
2
7030-108-E-0
SIDEWALK, PCC, 4"
SF
5103.1
$ (�. °
$ 34,\gO �
3
7030-108-E-0
SIDEWALK, PCC, 6"
SF
3844.9
$ 10
$ 1,�g8.1q
4
SIDEWALK, PCC, 4" CLASS A
SF
258.8
$ 1p op
$
5
SIDEWALK CURB
LF
36.2
$ LAS. °O
$ ��s d�•�
6
7030A08-G-0
DETECTABLE WARNING
SURFACE
SF
594.0
$ 50&�
rip
$ Alba
7
SAW CUT, 1/4" CURB OPENING
LF
104.6
$ U too
8
7040A08-I-0
REMOVE CURB & GUTTER
LF
568.1
$ Lit "�
$ ,�1� •N,
9
7010-108-E-0
CURB & GUTTER, 24", 6"
LF
295.7
$ L4 S'or °®
$ 10���+'
10
7010A08-E-0
CURB & GUTTER, 2411, 9"
LF
39.1
$ LJ9.00,
$ ��i�s,
11
7010A08-E-0
CURB & GUTTER, 2411, 10.5"
LF
23.5
$ �`1.a'
$ 1'i0 5b
12
7010-1081L,E-0
CURB & GUTTER, 2411, 12"
LF
60A
$ S'lt.
$ 310a 40
13
7010A08-E-0
CURB & GUTTER, 2411, 13.5"
LF
149.4
$ 6Y."'
$ sOLO
14
2010A08-E-0
EXCAVATION, CLASS 10
SF
5376.8
15
HYDROSEEDING
SF
5376.8
$ ,
$ LAOSt
16
WATER VALVE ADJUST
EA
1.0
$ �W.�
$�
17
EROSION & SEDIMENT CONTROL
LS
1.0
0
$ /doO, 0
$
18
8030-108-A-0
TRAFFIC CONTROL
LS
1.0
$ Am °''
DIVISION 3 - ALLEY, SIDEWALK,
AND TRAIL REPAIRS
1
2
3
7030A08-A-0
7030-108-E-0
7030A08-E-0
REMOVE SIDEWALK
SIDEWALK, PCC, 4"
SIDEWALK, PCC, 5"
SF
SF
SF
9337.1
2537.2
89A
$ �.
$ ryfl
$ (�,qo
$
$
4
7030-108-E-0
SIDEWALK, PCC, 6"
SF
5207.5
$ 14 l0
$,���'�
5
SIDEWALK, PCC, 4" CLASS A
SF
1180.9
$ G,10
$ Vito
6
SIDEWALK, PCC, 6" CLASS A
SF
272.9
7
7040-108-I-0
DETECTABLE WARNING
SURFACE
LF
16.0
$ ®
$ �oD
8
7010-108-E-0
REMOVE CURB & GUTTER
LF
15.0
$ �,.'°�
$ qb 00
9
7010-108-EA
CURB & GUTTER, 2411, 6"
SF
15.0
$ Lj%,00
$
FORM OF BID CONTRACT NO, 1009 Page 2 of 4
SUDAS
SPECIFICATION
*SEE
BID
SUPPLEMENTAL
UNIT BID
TOTAL BID
ITEM
SP = SPCL PROV
DESCRIPTION
UNIT
EST QTY
PRICE
PRICE
10
7030-10&&0
PAVEMENT, HMA, 6"
SF
49.2
$ '1 90
$ 3LiLk yo
11
EROSION & SEDIMENT CONTROL
LS
1.0
$ naa °'
12
TRAFFIC CONTROL
LS
1.0
$ Qi�• �
$wp
TOTAL DIVISIONS 1, 2 & 3 3Z3. - zF7
2. It is understood that the quantities set forth are approximate only and subject to variation
and that the unit bid price for the work done shall govern in the actual payment to
Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of
Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is
mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the
opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned
agrees to execute and deliver an agreement in the prescribed form and furnish the
required bond and certificate of the insurance within ten (10) days after the agreement is
presented to him for signature, and start work within ten (10) days after "Notice to
Proceed" is issued.
4. Security in the sum of S '�. o-�' $id �%m e�t�n,� Dollars ($
5.1. ) in the form of R,od 8�,�� , is submitted herewith in
accordance with the INSTRUCTIONS TO BIDDERS,
5. Attached hereto is allon-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 tc 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
FORM OF BID CONTRACT NO. 1009 Page 3 of 4
10. The bidder shall list the IVIBEMIBE 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 subrnit 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 fulf II 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.
(Name of Bidder)
(Date)
BY: Title 1A) r VZ��
Official Address: (Including Zip (ode):
0
FORM OF BID CONTRACT NO. 1009 Page 4 of 4
ON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of 40"O*A )
IacA Itaadtc )ss
County of � )
`l
2
3.
�r®`1M to.^ being first duly sworn, deposes and says that:
He is (Owner, Partner, Officer, Representative, or Agent) of®a<
the Bidder that has submitted the attached Bid;
eV�, ��5 *W. Llc.
He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
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)
61 /4 ¢✓
Title
Subscribed and sworn to before me this
ri 1 2Q Q.
I
My commission expires � �} � �%� ��0� (
o� HOLLY KRESS
s� Commission Number 813292
z My Commission Expires
�owP / o L1 2d
Sf
day of
Wag
i11 1
A111 11 1 1 1 1
- *11 +
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of
6L a Partnership consisting of the following partners:
'��� ��`� 1—'t-C� 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 tr; nsportation services
required to construct and complete this F.Y. 2020 SIDEWALK & TRAIL REPAIR
PROGRAM — ZONE 10, Contract No. 1009, all in accordance with .the above -listed
documents and for the unit prices for work in place for the following items and quantities:
i
FORM OF BID
CONTRACT NO. 1009
Page 1 of 4
SUDAS
SPECtIGATIIJN
BID
SEE=
SUPPLEM€NTAL
-. .
'
UNIT BID
PRICE
TOTAL B!D
PRIDE
ITEM ..
SP. SPQL PRtaV
DESCRIP.TICiN
UNiT.:
ESi_GYfY
DIVISION 2 - ADA RAMP
REPAIRS
1
7030-108-A-0
REMOVE SIDEWALK
SF
9410.7
$ , ? ®
$ 31 ,OSS.
7030-108-E-0
SIDEWALK, PCC, 4"
SF
5103.1
$ L .1 °
$ 34 \wiv 1
2
1��'1`"1�
3
7030-108-E-0
SIDEWALK, PCC, 6"
SF
3844.9
$ �, ��
$
258.8
(e P�
4y
4
SIDEWALK, PCC, 4" CLASS A
SF
$ •
$
LF
36.2
$ LAS.°D
$ Vs ry 1
5
SIDEWALK CURB
DETECTABLE WARNING
594.0
$ 5060°
r�
$ d�^
6
7030AW0 G-0
SURFACE
SF
7
SAW CUT, 1/4" CURB OPENING
LF
104.E
$ (A °O
7040-108-I-0
REMOVE CURB &GUTTER
LF
568.1
$ vi °J
N�
$ •'
8
9
7010A08-E-0
CURB & GUTTER,-24", 6"
LF
295.7
$ ys
10
7010-108-E-0
CURB & GUTTER, 24", 9"
LF
39.1
$ t}9•'
0
$
11
7010-108-E-0
CURB & GUTTER, 24", 10.5"
LF
23.5
$ �Ti .0'
$
12
7010-108-E-0
CURB & GUTTER, 24", 12"
LF
60.4
$ �$.�'
$ ��11°°
•
13
7010-108-E-0
CURB & GUTTER, 24", 13.5"
LF
149.4
$ 5Y6`"
1.e
$ �►
14
2010A08-E-0
EXCAVATION, CLASS 10
SF
5376.8
$ ?, H�
t''g� 9
$ ,L
15
HYDROSEEDING
SF
5376.8
$ ,
$ `'$AN
16
WATER VALVE ADJUST
EA
1.0
$ Dcm'
$ tt +�
17
EROSION & SEDIMENT CONTROL
LS
1.0
$ /DDOt °'
$
18
8030-108-A-0
TRAFFIC CONTROL
LS
1.0
$ 06wd 00
DIVISION 3 - ALLEY, SIDEWALK,
AND TRAIL REPAIRS
1
7030-108-A-0
REMOVE SIDEWALK
SF
9337.1
$ �•
1
$ J� �Z. •`�3
2
7030A0&&0
SIDEWALK, PCC, 4"
SF
2537.2
$ ; j°
$ t►,1'��
3
7030A08-E-0
SIDEWALK, PCC, 5"
SF
89.4
$ Q# •Q�
•�4
$
4
703Q-108-E-0
SIDEWALK PCC 6"
SF
5207.5
$ `'
v1�
$
5
SIDEWALK, PCC, 4" CLASS A
SF
1180.9
$ (1, vo
6
SIDEWALK, PCC, 6" CLASS A
SF
272.9
$
DETECTABLE WARNING
16.0
$ ��,
ppD
$ p
7
7040-10&W
SURFACE
LF
8
7010-108-E-0
REMOVE CURB & GUTTER
LF
15.0
$
$ qb
9
7010-108-E-1
CURB & GUTTER, 24", 6"
SF
15.0
1 $ q% ��
Is
FORM OF BID CONTRACT NO, 1009 Page 2 of 4
10. The bidder shall list the MBE/WBE subcortractor(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 Subcontractors) 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 Afi:ldavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR
REQUEST AND APPROVAL" Fomr to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Cantract 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 fulfil their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable:bare
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.
(Name of Bidder)
�.�- �..- �- / - a o a,o
(Date}
BY: �� Title � l�l'��/
Official Address: (Including Zip Code):
I.R.S. No.
F�
•: • �
,CONTRACT NO. 1009
Page 4 of 4
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
..-
State of -�`°'a
County of (3�a�i( i�ar.►K
�ro�� C�
1. He is
)S5
being first dulysworn, deposes and says that?
�or� Qcr�rcecn+ativa !lr A ent , Of �.aC ev.een l�.,i��•w. �'�"C'
the Bidder that has submitted'the attached Bid;
2. He is fully informed respecting the preparation and contenfis of the attached Bid and of Il
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 yvith 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 pan`. of the Bidder or
any of its agents, representatives, owners, employees, or parties in interest, including this
affiant.
(Signed) a�
I�JA e✓
Title
Subscribed and sworn to before me this (sf day of
—$J'�ri t . Z�Q�
My commission expires � b � i%' �O ��
o'fit � HOLLY KRESS
,d�`� Commission Number 813292
My Commission Expires
�� �r,-i'1-apa-1
s
bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or No for each of the following:
(� Yes El No My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
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.
LMfL 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
TTT 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
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: / / to A ivli'rAddress: - 13 ® 1 a FcX e�d _
City, State, Zip: _ cs SMJ40 A bu L(
Dates: to
_Address:
City, State, Zip:
Address:
You may attach additional sheets) if needed. City, State, Zip: _ bo To
completed by non-resident bidders
1. Name of h state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home sta reign country offer
force preferences or any other type of prefere o bidders
3. If you answered "Yes" to question 2, identify Pa& pre e
and the appropriate legal citation,
bidders, resident labor
❑ Yes ❑ No
by your company's home state or foreign country
You may attach additional sheets) if needed.
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:
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)
i
o
m:t:j
c o
CUOn
a)
Q�
a)
®� N
G a)
AQ� O) O..
U -O
N
O
�Q .Q
aL
L
O
U
00
L
O U
U w
N
U w
m
N
Wa
4-
w j
�m Q)
O
G U
tD �
G ,G
F- a)
O�
Z OF
ca -
::3 o
O Cl
U
vi
C
O�p
V ro �
G
O
FOR U
Z
O (n
(n O
. o
IL u)
O
W p
m � G
O c p
Z a) a
i
O G O
O a) L
G U) L Q)
a)
G O � ° (Cf
O a m
r_ > w N +-
U_ p
N Q m
L
y O O 46
CIO U)
E f0
Q) > >' O G O
z) O CD U O N
U ?>� 0 O N a) ..0
❑ .� +�
+O D U E0 N
>� e=" 0�
G tL OU N vo'
�U)
C O U � C tCf
Q)
N G (A >' O (L)
O O G N
G G O Q
U. O D
.U N
G � m O
I—
G L p G0 O
O R > U N
soommi
O N
Q.
O E +G a) N G E
n a) no CL (1) �
�U) -°� cow
L� o.0 p
o° Q-co
O O (1) 0)
L O (a a) —
>, a) 4-. U 7
L L > L O C v-
a) O U) � O (n i
,C Nri (n (n w
Ern �� Q U U
U cn
+'
�00) bo o
O V omomp (n (n•N Q m Q,
W t0
0.070E wo
? E ro on4=. m G
p'Q "a:m COL
Q U O a O
vmv O,om
J � m p
ii W c L Q' � d' =Q
N a)d' G U
O O °)aC c
-N (L) p
U O O
rdVov � N'c
F.�� o-C) c N a.
ZQa) a)a)m 4G)a)
V (o L :3 a) m
O O 0 U +(6
to nu i-W-N �E
O
inab
o �
o
� O
O
O
a
V
rA
V
Chi
A
v
O
O
Q ca
4w
A a
O
U
ROOM
rA
W
U
/
J
N
O
O
N
O
Y
O
U
U
`o
CONTRACTOR:
Brock Even Construction LLC
13012 Fox Road
Jesup, IA 50648
OWNER: City of Waterloo
715 Mulberry St
Waterloo, IA 50703
BOND A[vIOUNT: 5%
PROJECT:
F.Y.:2020 Sidewalk & Trail Repair
Nationwide Mutual Insurance Company
1100 Locust St., Dept 2006
Des Moines, IA 50391-2006
(866)387-0457
SURETY:
Nationwide Mutual Insurance Company
1100 Locust Street, Department 2006
Des Moines, IA 50391
The Contractor and Surety are bound to the Owner in the amotmt set forth above, for the payment of which the Contractor
and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided
herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in
the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either
(1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be
specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise
acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material
furnished in the prosecution thereof: or (2) pays to the Owner the difference, not to exceed the amount of this Bond,
between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with
another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in
full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend
the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding
sixty (60) days in aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and
Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be
deemed to be a Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been Furnished to comply with a statutory or other legal requirement in the location of the Project, any
herefid provisions
provision in this Bond eontlictiug with said statutory or legal requirement shall be deemed deleted om an
conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent
is that this bond shall be construed as a statutory bond and not as a common law bond.
Signed and sealed this 2nd day of April 2020
Brock Even Construction LLC
(Pl•incipa!) (Seal)
(1D'ilness)
(Title)
Nationwide Mutual Insurance Comnany �3:L:
(Sttrery) (Seal) ®�
Soq�® S
(Tllle) Patrick Carsicnscn
'Phis document conforms to American Institute of Architects Document A310, 2010 edition
Attorney -in -Fact
Nationwide'
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS THAT:
Nationwide Mutual Insurance Company. an Ohio corporation AMCO Insurance Company, an Iowa corporation
National Casualty Company, an Ohio corporation Allied Property and Casualty Insurance Company, an Iowa corporation
hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint:
Patrick Carstensen
each in their individual capacity, its true and lawful attorney -in -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and
undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of
5%
and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duty authorized officers of the Company; and all acts
of said Attorney pursuant to the authority given are hereby ratified and confirmed.
This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company:
"RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -tact of the Company.
and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings.
recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other
writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or
authorfty; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any
of said documents on behalf of the Company."
"RESOLVED FURTHER, that such attorneysAn-fact shall have full power and authority to execute and deliver any and all such documents and to bind the
Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that
said seal shall not be necessary for the validity of any such documents.'
This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company.
Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all
approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman o1
the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or
stamped on any approved document, contract, instrument, or other papers of the Company.
IN WITNESS WHEREOF, the Company has caused this
May 2017
led ancWuly attested by the signature of its officer the 1st day of
� t Antonio Albanese, Vfce President of Nationwide Mutual Insurance Company, National
��yuw�`�AW
'�!°r�r`,� Casualty ompany. AMCO insurance Company, Allied Property and Casualty Insurance Company
SEAL:, ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF NEW YORK. ss
®y` `I► �r+ +� On this Ist day of NtaY 2ot7 ,before me came the above -named officer for the
Company aforesaid, to me personally known to be the officer described in and who executed the
preceding instrument, and he acknowledged the execution of the same, and being by me duly
sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed
eR'TF ®e3. peter 'Vk hereto is the corporate seal of said Company, and the said corporate seal and his signature were
:� - duly affixed and subscribed to said instrument by the authority and direction of said Company.
(g� y�SEAL� BARRY T. BASSIS
Notary Public, State of New York
SEAL + o Ihi iris No. 028A4656400
trito `tir` Qualified in New York County Notary Public
nr se> Commission Expires April 30, 2019 My Commission Expires
CERTIFICATE .Apra 30, 2019
I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued
by the Company, that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has
not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected
officer of the Company, and the corporate seat and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board
of directors; and the foregoing power of attorney is still in full force and effect.
April
IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and
0
1202
BDJ t (05-17)00
affixed the corporate s d�al �of��s
a��id Company this ZnCI day of
Assistant Secretary