Loading...
HomeMy WebLinkAboutK & W ElectricCity of Waterloo BID Contract # 1054 FY 2022 4th Street Bridge & Dam Lighting Project CY W ELECTRIC C. 1127 LINCOLN STREET, PO.PBOx967 CEDAR FALLS, IA 50613.0967 d BRICa ET, P.G. BOX 967 IA 50613.0967 City of Waterloo BID BOND Contract # 1054 FY 2022 4th Street Bridge & Dam Lighting Project K & W ELECTRICp 1127 LINCOLN STREET, PO. BOi( % CEDAR FALLS, IA 50613.0967 FORM OF BID OR PROPOSAL F.Y. 2022 4TH STREET BRIDGE & DAM LIGHTING PROJECT CONTRACT NO. 1054 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: 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 4TH STREET BRIDGE & DAM LIGHTING PROJECT, City Contract No. 1054, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2022 4TH STREET BRIDGE & DAM LIGHTING PROJECT CITY CONTRACT NO. 1054 ITEM NO. SUDAS SPEC. DESCRIPTION UNIT TOTAL QTY. UNIT BID PRICE TOTAL BID PRICE 1 2010 On -site Topsoil CY 31.0 $ 32.00 $ 992.00 2 2010 Class 10, Excavation CY 9.0 $ 60.00 $ 540,00 3 7010 Curb & Gutter, 2.5' wide, 6" LF 40.0 $ 52.50 $ 2,100.00 4 7030 PCC Sidewalk, Reinforced, Standard 6" SY 29.0 $ 85.00 $ 2,465.00 5 7030 PCC Sidewalk, Reinforced, Dark Gray, 6" SY 44.4 $ 190.00 $ 8,436.00 6 7030 PCC Sidewalk, Reinforced, Tan, 6" SY 183.2 $ 190.00 $ 34 808.00 7 7030 Detectable Warnings, Cast Iron, Red colored SF 16.0 $ 65.00 $ 1,040.00 8 7040 Removal of Sidewalk, Shared Use Path, or Driveway SY 212.6 $ 38 00 $ 8 078,80 9 7040 Removal of Curb & Gutter LF 40.0 $ 11.00 $ 440.00 10 2010 Removal of Trees EA 1.0 $ 2,200 00 $ 2 200.00 11 8030 Traffic Control LS 1.0 $ 11,500.00 $ 11,500.00 12 9040 Wattles Installation, 12" LF 162.0 $ 4.00 $ 648.00 13 9040 Wattles Removal LF 162.0 $ 2.25 $ 364 50 14 9040 Inlet Protection Device, Installation EA 1.0 $ 320.00 $ 320.00 15 9040 Inlet Protection Device, Maintenance EA 1.0 $ 160.00 $ 160.00 16 9020 Sod SF 1284 $ 2.50 $ 3,210.00 $ 8,000,00 16A 9020 Watering MGAL 25 $ 320.00 17 9072 Combined Retaining Wall & Sidewalk CY 4.7 $ 1,550.00 $ 7 285,00 17A 9080 Pedestrian Railing LF 28 $ 225.00 $ 6 300.00 18 PLAN Litter Receptacles EA 1 $ 300.00 $ 300 00 19 PLAN Benches EA 2 $ 500.00 $ 1,000.00 FORM OF BID OR PROPOSAL Addendum #2 FB-1-3 City Contract No, 1054 FY22 4th Street Bridge & Dam Lighting Project Waterloo, Iowa ITEM NO. SUDAS SPEC. DESCRIPTION UNIT TOTAL QTY. UNIT BID PRICE TOTAL BID PRICE 20 PLAN Concrete Drilled Shaft EA 6 $ 28,850.00 $ 173 100.00 21 11020 Mobilization LS 1 $ 75 000.00 $ 75,000.00 22 IDOT 2524 Removal of Type A Sign EA 5 $ 75.00 $ 375.00 23 IDOT 2524 Install Type A Sign EA 5 $ 200.00 $ 1,000.00 24 6010 Manhole Adjustment, Minor EA 1 $ 525.00 $ 525 00 25 PLAN Fiber Glass Handholes EA 4 $ 2 750.00 $ 11,000.00 26 PLAN 100A MCB 208V 30, 4W Load Center EA 1 $ 1,750.00 $ 1,750.00 27 PLAN 15A-1P Breakers EA 15 $ 50.00 $ 750.00 28 PLAN 20A-1P Breaker EA 1 $ 50.00 $ 50.00 29 PLAN 25A-1P Breaker EA 2 $ 50.00 $ 100.00 30 PLAN 30A-1P Breaker EA 2 $ 50.00 $ 100.00 31 PLAN CBX-ST Boxes (Installation Only) EA 12 $ 125.00 $ 1,500.00 $ 1,125.00 32 PLAN CBX-DS Boxes (Installation Only) EA 9 $ 125,00 33 PLAN CBX 100 Boxes (Installation Only) EA 2 $ 125.00 $ 250.00 34 PLAN Main Controller (Installation Only) EA 1 $ 1,500.00 $ 1,500.00 35 PLAN Wireless Transceiver (Installation Only) EA 9 $ 1,000.00 $ 9.000.00 36 PLAN POE Injector (Installation Only) EA 6 $ 350 00 $ 2 100 00 37 PLAN Type LBL fixtures (Installation Only) EA 98 $ 250.00 $ 24,500.00 38 PLAN RGB Points of Light (Installation Only) EA 10 $ 500.00 $ 5,000.00 39 PLAN Gotham ICO Downlights (Installation Only) EA 24 $ 400 00 $ 9,600.00 40 PLAN Type LBX Fixtures (Installation Only) EA 37 $ 250.00 $ 9 250.00 41 PLAN Type LOG Fixtures (Installation Only) EA 286 $ 200,00 $ 57 200.00 42 PLAN Type LBS Fixtures (Installation Only) EA 16 $ 250.00 $ 4 000.00 43 PLAN Type LBM Fixtures (Installation Only) EA 16 $ 250.00 $ 4,000.00 44 PLAN Weather Rated Junction Boxes EA 220 $ 400 00 $ 88 000.00 45 PLAN Ethernet Cabling LF 2,060 $ 6.00 $ 12,360.00 46 PLAN Electrical Circuits LF 4,380 $ 30.00 $ 131,400.00 $ 8 050,00 47 PLAN Fiber Run LF 350 $ 23.00 48 PLAN Tower Structure Installation LS 1 $ 8,000.00 $ 8 000.00 49 PLAN Cascade Structure Installation LS 1 $ 9,000.00 $ 9,000.00 TOTAL BID AMOUNT $ 749,772.30 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. FORM OF BID OR PROPOSAL Addendum #2 FB-2-3 FY22 4'h Street Bridge & Dam Lighting Project City Contract No. 1054 Waterloo, Iowa Security in the sum of 5% Dollars ($ ) in the form of Bid Bond is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidders Status Form, 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year are prepared to submit an MP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. The bidder has received the following Addendum or Addenda: Addendum No. 1 Date 6/30/22 2 7/12/22 3 7/14/22 10. The bidder shall list the MBEA/VBE 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 C ty of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 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. KW Electric 7/14/22 (Na e of Bidder) BY: � Title President Official Address: (Including Zip Code): 1127 Lincoln St Cedar Falls, IA 50613 (Date) I.R.S. No. 42-1161671 FORM OF BID OR PROPOSAL Addendum #2 FB-3-3 FY22 4th Street Bridge & Dam Lighting Project City Contract No. 1054 Waterloo, Iowa Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ®Yes No ® Yes ❑No Yes ■ No X x Yes ■ No 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). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and a -mall. My company has been conducting business In Iowa for at least 3 years prior to the first request for bids on this project. 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 / / 81 to 7 / 14 / 22 Address. 1127 Lincoln St City, state, Zip Cedar Falls, 50613 Dates: / / to / / Address• City, State Zip. / Address. You may attach additional sheet(s) if needed. City, State, Zip: Dates: / / to / 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 shoot(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; KW ect Signature: '2 Date: 7/14/22 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) ssr-r ■ NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa Black Hawk )ss County of ) Kevin Martin being first duly sworn, deposes and says that: 1. He is (Owner Partner, Officer, Representative, or Agent) , of KW Electric, 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 affianl, 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 boon submitted or to refrain from bidding In connection with such Contract, or has In any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties In Interest, Including this affiant. 20 (Signed) President / !1 Title Subscribed and sworn to before me this 11) 4h day of J ur) i My commission expires 0 4S/23 NON -COLLUSION AFFIDAVITS tOANNA M. BROWWIN C . amission Wumbor 766071 I::y Con11TII5.'.ICn Expires February 20, 2093 a ✓ 0FC4c 1V1rA Tile NCA-1 of 2 FY22 4th Stroot Bridge & Dam Lighting Propel City Contract No, 1054 Clly of Wato,Ioo, Iowa NOLLVd101123Vd 38NV38141 CO !o to In 0 (Form CCO-4) Rev. 06-20-02 • a 2 r } \ % MBE/WBE Subcontractors / § \ Q Dates Contacted v y Z \ 'notes Received Quotation Used in Bid Dates Contacted « / \ » Dollar Amount Proposed to be Subcontracted ao 0 / ce Officer, for assistance at ) { ) j 5. co co co 00. ' co (ƒ( \\0 ;_\ o r \}k m4¥ m09 \\ cr o -, \o 0 \\ \a. } o /] (\ Contractor Signature: \ %} 1 CD C SD DI \\ CO CO \\ { / -01 \\ ( \ co 0 (o • 8. O 0n. 5 g- in Fo-3 )tho E :oweN Jo;oeJiuo0 awed \ EQUAL OPPORTUNITY CLAUSE (As provided in Executive 0 der No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d, Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program —Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts In accordance with procedures authorized by the City Council. 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, EQUAL OPPORTUNITY CLAUSE EOC-1 of 2 FY22 40 Street Bridge & Dam Project City Contract No. 1054 City of Waterloo, Iowa subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination In employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. EQUAL OPPORTUNITY CLAUSE (Signed) (Appropriate Official) President (Title) 7/14/22 (Date) EOC-2 of 2 PY22 A" Street Bridge & Dam Project City Contract No. 1054 City of Waterloo, Iowa BID BOND KNOW ALL MEN BY THESE PRESENTS, that we K&W Electric, Inc. as Principal, and Westfield Insurance Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In tho penal sum Five percent of amount bid Dollars ($ 5(Yo ) 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 II Is obligation Is such that wheras the Principal has submitted tl e accompanying hid dated the 14th day of July 2022, for FY22 4th Street Bridge/Dam Light no 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 (heir corporateS seals to be hereto affixed and these pres- ents to be signed by their proper officers this 14th day of JU Y A.D. 20 22 . K&W Electric, Inc. (Seal) BID BOND City Contract No. 1054 Principal By 0 Westfield Insurance Company Surety By (Title) (Seal) Attorney -in -fact Joseph I. Schmit BB-1 OP 1 rY22 4'^ Stroot Bddgo & barn Lighting Project City or Waterloo, Iowa Intl ,il %r� itr IA Document A3IOTM - 2010 Bid Bond CONTRACTOR: (Name, legal status and address) K&W Electric, Inc. 1127 Lincoln St. Cedar Falls, IA 50613 OWNER: (Name, legal status and address) City of Waterloo 715 Mulberry Street Waterloo, IA 50703 BONO AMOUNT: SURETY: (Name, legal status and principal place of business) Westfield Insurance Company PO Box 5001 Westfield Center, OH 44251 Five Percent of Amount Bid (5%) PROJECT: (Name, location or address, and Project number, if any) FY22 4th Street Bridge/Dam Lighting This document has important legal consequences. Consultation with an attorney is encouraged with respect to lis completion or modification. Any singular reference to Contractor, Surely, Owner or other party shall be considered plural where applicable, The Contractor and Surety are bound to the Owner in the amount 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 tune 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 the 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. Ifthis Bond is issued in connection with a subcontractor's bid to a Contractor, the terrn Contractor in this Bond shall be deemed to be 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 provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions 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, Sign "eh staled this 14th day of July, 2022 K&W Electric, Inc. (Principal) p (Witness tics xxt 7 awe (Seal) (Tide) Westfield Insurance Company (iGr >Q7i D/ (Surety) (Witness) (Seal) (Title)JosdWh I. Schmit, Attorney -in -Fact cAUTIOtI: vpd thonld x. ,pl -rn ori,)incd 7114 t:;netu itt IRS mnrou I:n roA1101 rbP:; i:ra. ).u^.;:; Ip Poral, nn ol5lll:vri .�{.,v,c:. ib:.l r. hangea will not be obanl;n:al AIA Document A3107$ —2010, Copyright 01963, 11370 end 2010 by The American Institute of Architects, All rights reserved. VrArilr;ra;:'11114 :!f. Docwn:,�n in nn,f:»;n•ri ty t)f3. Copy. OaI.:r;:end !ntur:t,•tl",I.11 ':teucit,:<. Lh.n„r;,, rii':i;lru,:.n:Connra:asihrtlion ul' n,i;, 111(1''1ir,r•lcwiu. n: ,.,,y f,).i,i,n „) it. I'eay tn;uli n faun e •Avit oral r,au:nld pmaYi,;:r, :;nu viiti 1,,. Ill",. wd*a fel li:n ,.i:t+,<P,•: , ef.inol t:nhc:l;ie \•r.(1?I' At;. last. Purchasers are permitted to reproduce fen (IO) copies or this document when completed. To report copyright vlolallons of AIA Contract Document&•amnil The American Inatlmle of Mch Isola' legal counsel, copyright©ale.org. tettio THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER y/ AND ISSUED PRIOR TO 06/07/18, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY POWER NO. 1429172 00 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to Individually as a "Company' and collectively as "Companies," duly organized and existing under the laws of the State of Ohlo, and having Its principal office In Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint MARK E. KEAIRNES, JOSEPH I. SCHMIT, JEFFREY R. BAKER, JILL SHAFFER, GREG T. LAMAIR, NANCY D. BALTUTAT, PATRICK K. DUFF, CHRISTOPHER R. SEIBERLINO, JOINTLY OR SEVERALLY of WEST DES MOINES and State of IA Its true and lawful Altorney(s)-In-Fact, with full power and authority hereby conferred In Its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, underlaldngs, or other Instruments or contracts of suretyship LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as If such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by Its Secretary, hereby ratifying and confirming all that the said Attorney(s)-In-Fact may do In the premises. Said appointment Is made under and by authority of the follow ng resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and Is hereby vested with full power and authority to appoint any one or more suitable persons as Attornay(s)-In-Fact to represent and act for and on behalf of the Company sub ect to the following provisions: The Attorney -in -Fact. may be g ven full power and authority for and In the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recogn zances, contracts agreements of Indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -In -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be It Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 0, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused hese presents to be signed by their National Surely Leader and Senior Executive and their corporate seals to be hereto affixed this 071h day of JUNE A.D., 2016 . Corporate "' ,, uu„ ,» , 1M i/ �e"'�e, Seals \?'.YRApc'^, •.•'P:t)91A iNs,,=' S„ Affixed (�•'' +r••� ='•ITT $.i SEAL _fit SEAL ;tx E 0' E ?�:, 1846 nA-. ^ State Ohl ,'»"Oi ,y rnn„ • •, By �/ V�'W.l d NZ:. "^./• of 0 County of Medina ss.: WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY Dennis P. Baus, National Surety Leader and Senior Executive On this 07th day of JUNE A.D., 2016 , before me personally came Dennis P. Batts to me known, who, being by me duly sworn, did depose and say, that he resides In Wooster, Ohio; that he Is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described In and which executed the above Instrument; that he knows the seals of sald Companies; that the seals affixed to said Instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal Affixed State of Ohio County of Medina ss.: David A. Kotnik, Attorney at Law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY do hereby certify that the above and foregoing Is a true and correct copy of a Power of Attorney, executed by said Companies, which Is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are In full force and effect. In Witness Whereof,.1 have hereunto set my hand and affixed the seals of sald Companies at Westfield Center, Ohio, this 14th day of July Fl1 ;1 %022 • ,nn,,,,, ,,, 6���apd(�a ,.aP qN�t rNSG lllllll " : tie AIll • tt,SEN, SEAL ��NRRiERfO% JjJ ;m - ; �%a »» lll», ' •, Frank Al Car Ino, Secretary Secretary BPOAC2 (combined) (06.02)