HomeMy WebLinkAboutOfficial Notice of BID-OPD 3rd Ave RenovationsOFFICIAL NOTICE TO CONTRACTORS
NOTICE IS HEREBY GIVEN that sealed bids will be received up until 10:00 A.M. THURSDAY, OCTOBER
26, 2023 in the City Clerk's Office, Room 108, City Hall, Oshkosh, Wisconsin for: POLICE DEPARTMENT
3RD AVENUE RENOVATION, at which time all bids will be publicly opened and read in Room 404 in
Oshkosh City Hall, 215 Church Avenue, Oshkosh, WI 54901.
It is the bidder's sole responsibility to insure that the bid is timely and physically received by the City
Clerk's office prior to the deadline set forth in this notice. Receipt of a bid/proposal by the mail system or
other City departments does not constitute receipt of a bid/proposal by the City Clerk's office.
All bids must be submitted in an envelope sealed by the bidder or designated representative. All bids
should be addressed to the City Manager, c/o City Clerk's Office, City Hall, 215 Church Avenue,
P.O. Box 1130, Oshkosh, WI 54903-1130. On the outside of the envelope, the bidder should distinctly
indicate the name and address of the bidder and in the lower left corner should clearly indicate the envelope
contains a sealed bid for: "POLICE DEPARTMENT 3RD AVENUE RENOVATION." Any bids not
complying with these instructions will not be considered submitted to the City, and shall be returned to
the bidder unopened and unread.
Mandatory Pre -Bid Walkthrough Meeting: The City of Oshkosh will hold a mandatory pre -bid
walkthrough meeting for this project for all contractors on TUESDAY, OCTOBER 10, 2023, beginning at
8:30 a.m. at the Police Department 3rd Avenue Storage site, 640 W. 3rd Avenue, Oshkosh, WI 54902. The
meeting will include a general overview of the project. Each attendee's contact information will be
gathered at this meeting. Answers to all questions submitted during this meeting will be shared to all
qualified bidders in a written form according to the Project Schedule attached herein. Oral statements may
not be relied upon and will not be binding or legally effective. Any bid proposals from qualified bidders
that do not attend the mandatory pre -bid walkthrough will not be accepted.
Submission of bid documents by facsimile equipment or electronic mail (email) will not be accepted. This
notice establishes a time by which sealed bids must be physically received by the City Clerk's office. No
bids will be accepted after that deadline. Under no circumstances will bids be accepted and read when
submitted at the place of bid opening even if presented before that deadline. The City is not responsible
for bids submitted in any other way except those submitted in strict conformance with these instructions.
A written request for the withdrawal of a bid or any part thereof may be granted if the request is received
by the City prior to the specified time of opening.
This bid is posted on the DemandStar website. Vendors that have not already registered to receive free
notifications of this bid and other City of Oshkosh solicitations may do so by visiting Demandstar at:
www.demandstar.com/registration. For further questions concerning this invitation for bid, contact the
Purchasing Office, Room 302, 215 Church Avenue, City Hall, Oshkosh, WI 54901,
purchasing_@ci.oshkosh.wi.us or telephone (920) 236-5100.
MARK A. ROHLOFF
City Manager
PUBLISHED: FRIDAY, SEPTEMBER 29 AND FRIDAY, OCTOBER 6, 2023
REVISED
Invitation for Bids
For
POLICE DEPARTMENT 3RD AVENUE STORAGE RENOVATION
BID PROPOSAL FORM
Page 1 of 3
From: SMA Construction Services, LLC (bidder's company name)
BID SUBMITTAL DEADLINE: BY 10:00 A.M., THURSDAY, OCTOBER 26, 2023
Date: 10/26/2023
Addenda: Receipt of Addenda numbered 3 of 3 are hereby understood,
acknowledged and included in bidder's bid proposal form. If no addenda were issued
for this project please write "N/A" above.
In compliance with the advertising for Bids and having carefully examined the drawings
and/OR specification for the Work and the Site of the proposed work and having
determined all of the conditions of the work, the rules, regulations, laws,-- codes,
ordinances, and other governing circumstances relating to this project, the underigned
proposes to furnish all Labor, Materials and Equipment necessary to complete the
construction indicated on the drawings and described in the project manual to include all
described work completed to the Owners' satisfaction. By Submission of this Bid, each
Bidder certifies, and in the case of a joint Bid, each party thereto certifies as to its own
organization, that this Bid has been arrived at independently without consultation,
communication, or agreement as to a matter relating to this Bid and with any other Bidder
or with any competitor. We, the undersigned, propose to furnish all labor and materials
per the project specifications or noted deviations for the following amount(s):
BASE BID
ITEM 1- All labor, materials, services, and equipment necessary for completion or the
Work required for the Police 3rd Ave Storage Renovation, the Sum of
v�
�wo - Ml�-��a� �Rq,` Thy 'itic�'tbollars ($_ 3, (5(�O . � )
In words
POLICE DEPARTMENT 3RD AVENUE STORAGE RENOVATION
BID PROPOSAL FORM
Page 2 of 3
Alternate 1- All labor, materials services, and equipment necessary for completion or
the Work required for the 3166 00 Special Foundations
The Sum of
1 N Jtat — IvvfL r VLr-zA,,. D Dollars ($ �i OCO • 00 )
In words
SIGNATURES
Date: 10/26/2023 Name of Company:
SMA Construction Services, LLC
N
POLICE DEPARTMENT 3RD AVENUE STORAGE RENOVATION
BID PROPOSAL FORM
Page 3 of 3
Submitted by: (name/title) Mike Abhold, Principal Email: mike@smaconstructionservices.com
Address of Company: 201 W Walnut Street, Suite 301 Phone: 920-438-3833
Green Bay, WI 54303
Company Representative that will be named Project Manager for this project, if awarded
the bid: Mike Abhold or Kevin Winkler
71 / A
Signature
Title Principal
Company Representative authorized to sign contracts electronically via DocuSign:
Name: Stephanie Abhold Email: stephanie@smaconstructionservices.com
That I have examined and carefully prepared this Proposal from the Plans and
Specifications and have checked the same in detail before submitting this Proposal; that I
have full authority to make such statements and submit this Proposal in (its) (their) behalf,
and that said statements are true and correct.
r
Signature Title Principal
Warranty Details: per project specifications
9
REVISED
Invitation for Bids
For
POLICE DEPARTMENT 3RD AVENUE STORAGE RENOVATION
BID PROPOSAL FORM
Page 1 of 3
From: �=-
1P—AeotrA CC 1/---- t'�,t - fs
(bidder's company name)
BID SUBMITTAL DEADLINE: BY 10.00 A.M., THURSDAY, OCTOBER 26, 2023
Date:
Addenda: Receipt of Addenda numbered J of are hereby understood,
acknowledged and included in bidder's bid proposal form. If no addenda were issued
for this project please write "N/A" above.
In compliance with the advertising for Bids and having carefully examined the drawings
and/OR specification for the Work and the Site of the proposed work and having
deterinined all of the conditions of the work, the rules, regulations, laws, codes,
ordinances, and other governing circumstances relating to this project, the undersigned
proposes to furnish all Labor, Materials and Equipment necessary to complete the
construction indicated on the drawings and described in the project manual to include all
described work completed to the Owners' satisfaction. By Submission of this Bid, each
Bidder certifies, and in the case of a joint Bid, each party thereto certifies as to its own
organization, that this Bid has been arrived at independently without consultation,
communication, or agreement as try a matter relating to this Bid and with any other Bidder
or with any competitor. We, the undersigned, propose to furnish all labor and materials
per the project specifications or noted deviations for the following amount(s):
BASE BID
ITEM 1- All labor, materials, services, and equipment necessary for completion or the
Work required for the Police 3Td Ave Storage Renovation, the Sure. of
Ouo, MAil•'. V4Kg l AC"C1 Dollars ($ 1.9 95" , 000 )
Inwords k"r"d doNcws a„d `o/,v
POLICE DEPARTMENT 311D AVENUE STORAGE RENOVATION
BID PROPOSAL FORM
Page 2 of 3
Alternate 1 - All labor, materials services, and equipment necessary for completion or
the Work required for the 3166 00 Special Foundations
The Sum of
Sea +v I- e A k f + swg"d •w.d 0`41P0 Dollars ($ % , DVD )
Ili words
SIGNATURES
Date: iD o� ; Najne of Company:
Remove and replace below subgrade bad soils: $ 65.00 per CY
Removal of contaminated soils will be done on a T&M basis.
2
POLICE DEPARTMENT 311D AVENUE STORAGE RENOVATION
BID PROPOSAL FORM
(� Page 3 of 3
Submitted by: (name/title)Email:
Address of Company: 14 Phone:
Company Repre ntative that will be named Project Manager for this project, if awarded
the bid:
SignatureTitle
Company'Re esentative authorized to sign contracts electronically via DocuSign:
Name: S � �J E11zai1: 6,V-k S . l f'_ ci C.. C 7V-N-
That I have examined and carefully prepared this Proposal from the Plans and
Specifications and have checked the salve in detail before submitting this Proposal; that 1
have full authority to make such statements and submit this Proposal in (its) (their) behalf,
and that said statements are true and correct.
Signature Vk�v_tq: � ��
Warranty e ails: � <=-�
Title
3
BID BOND CITY OF OSHKOSH
Contract Number Bond Number NA
Date Bond Executed (Date of Contractor Later) October 26, 2023
PRINCIPAL/CONTRACTOR (Legal Name and Business Address)
IEI GENERAL CONTRACTORS, INC,
1726 Midway Road
De Pere, WI 54115
SURETY(IES) (Legal Name(s) and Business Address(es))
THE HANOVER INSURANCE COMPANY
440 Lincoln Street
Worcester, MA 01653
OWNER (Legal Name and Business Address)
CITY OF OSHKOSH
215 Church Avenue
PO Box 1130
Oshkosh, Wisconsin 54903-1130
OBLIGATION
Type of Organization
❑ Individual ❑ Partnership
® Corporation
State of Incorporation
Wisconsin
Penal Sum of Bond
5% of Amount Bid
The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors
and assigns to the Owner for the amount of the penal sum identified above if the Owner accepts the bid of this
Contractor within the time specified in the bid documents or within such time period as may be agreed upon
between the Owner and the Contractor, and the Contractor shall fall to execute the Contract within five (5) business
days of written notice to the Contractor and Surety of Owner's intent to make a claim upon this Bond.
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.
If the Contractor either enters into a contract with Owner in accordance with the terms of the bid and gives such
bond(s) that may be specified in the bidding documents for the faithful performance of the Contract and for the
prompt payment of labor, materials and supplies furnished for the purpose thereof; or pays to the Owner the
difference between the amount specified in the bid and such larger amount for which the Owner may in good faith
contract with another party to perform the work covered in such bid, then the Surety and the Contractor shall have
no obligation under this Bond.
Notice to the Contractor or Surety shall be deemed to have been given: (I) upon delivery to an officer or person
entitled to such notice, if hand delivered; or (ii) upon delivery if delivered by priority, registered or certified mail
through the United States Postal Service; (iii) upon delivery by a commercial carrier that will certify the date and
time of delivery; or (iv) upon transmission if by facsimile, email or other form of electronic transmission. Notices
shall be provided to the Owner, Surety and/or Contractor at their address as specified on this Bond or to a
facsimile, email or other electronic address that has been provided in writing to the other party to be used for this
purpose.
The laws of the State of Wisconsin shall govern the interpretation and construction of this Bond. Winnebago
County shall be the venue for all disputes arising under this Bond. Any provision in this Bond that may conflict with
statutory or other legal requirement shall be deemed deleted herefrom and provisions conforming to the statutory or
other legal requirement shall be deemed incorporated herein.
IEI GENERAL_ CONTRACTORS, INC,
Name of Principal/Contractor'
M
THE HANOVER INSURANCE COMPANY
Name of Surety
Title Roxanne Jensen, Attorney -in -Pact
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
POWER OF ATTORNEY
THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in
the manner and to the extent herein stated.
KNOW ALL PERSONS BY THESE PRESENTS:
That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations
organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a
corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company") does
hereby constitute and appoint,
Kelly Cody, Roxanne Jensen and/or Marc Sacia
Of Aon Risk Solutions, Green Bay, WI, each individually, if there be more than one named, as its true and lawful attorneys) -in -fact to
sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and
all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizance$,
undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly
signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this powerof
attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the
extent of any limitation stated below:
Any surety bond, recognizance or obligation in the United States, not to exceed Fifty Million Dollars ($50,000,000.00) in any
single instance,
That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said
Company, and said Resolutions remain in full force and effect:
RESOLVED; That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and
empowered to appoint Attorneys-€n-fact of the Company, in its name and as it acts, to execute and acknowledge for and on Its behaif as surety,
any and all bonds, recognizances, contracts of indemnity, waivers of citat€on and all otherwritings obligatoryin the nature thereof, with power to
attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as If they
had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons.
RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted
and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the
same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile.
(Adopted October 7,1981 --The Hanover Insurance Company; Adopted Apr€i 14, 1982 — Massachusetts Bay Insurance Company: Adopted
September 7, 2001 — Citizens Insurance Company of America)
iN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS
INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by
two Vice Presidents, this 30th day of March, 2023.
THE HANOVEiRINSURANCECOMPANY
MASSACHUSE' TS NAY INSURANCE COMPANY
CITIZENS $URANCE OMPANY OF AMERICA
Robert Thvroas, Viru Pfetidenl v
THE HANOVER INSURANCE CompAHY
MA SA NUSETT "AY CE CO),IPAMY
CIT E24 I SUR Cm oFAAf2RICA
THE COMMONWEALTH OF MASSACHUSETTS )
COUNTY OF WORCESTER } ss. r I I..a, GnI On this 30th day of March 2023 before me came the above named Vice Presidents of The Hanov r Insurance Company, Massachusetts
Bay Insurance Company and Citizens Insurance Company of America, to me personally kno n to be the individuals and officers
described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance
.Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said
corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said
Corporations.
01ANE J, MAMINO
- __"
Haug X%
OF YATLtCt
l"� h Ulnne r, h w, Nutary Pullllr
Aty C.mw%u$sion Gaping Dtnrch 4, 2022
I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance
Company of America, hereby certify that the above and foregoing Is a full, true and correct copy of the Original Power of Attorney issued
by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect.
GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, thisX�`day of 00 • 20 23
CERTIFIED COPY w�a�.;..r..ft`%F
197? i v
nmodom 0. Maninez Vicc Prestdcnt .
�,,�
j
City -
()AIPK
Oshkosh
e 1�
1 CITY OF OSHKOSH PURCHASING DIVISION
NOTICE TO VENDORS
1. NOTICE IS HEREBY GIVEN that sealed bids will be received in the City Clerk's
office, Room 108, City Hall, Oshkosh, Wisconsin, for: POLICE DEPARTMENT
3RD AVENUE STORAGE RENOVATION, UNTIL 10:00 A.M., THURSDAY,
OCTOBER 26, 2023, at which time all bids will be publicly opened and read in
Room 404 of City Hall, 215 Church Avenue, Oshkosh, WI 549ff
2. It is the bidder's sole responsibility to insure that the bid is timely and physically
received by the City Clerk's office prior to the deadline set forth in this notice.
Receipt of a bid/proposal by the mail system or other City departments does not
constitute receipt of a bid/proposal by the City Clerk's office.
3. All bids must be submitted in an envelope sealed by the bidder or designated
representative. All bids should be addressed to the City Manager, c/o City Clerk's
Office, City Hall, 215 Church Avenue, P.O. Box 1130, Oshkosh, WI 54903-1130.
On the outside of the envelope, the bidder should distinctly indicate the name
and address of the bidder and in the lower left corner should clearly indicate the
envelope contains a sealed bid for: "POLICE DEPARTMENT 3RD AVENUE
STORAGE RENOVATION." Any bids not complying with these instructions
will not be considered submitted to the City, and shall be returned to the bidder
unopened and unread.
4. Submission of bid documents by facsimile equipment or electronic mail (email)
will not be accepted.
5. This notice establishes a time by which sealed bids must be physically received
by the City Clerk's office. No bids will be accepted after that deadline. Under no
circumstances will bids be accepted and read when submitted at the place of bid
opening even if presented before that deadline.
6. The City is not responsible for bids submitted in any other way except those
submitted in strict conformance with these instructions.
2
From.
REVISED
Invitation for Bids
For
POLICE DEPARTMENT 3RD AVENUE STORAGE RENOVATION
BID PROPOSAL FORM
Page 1 of 3
Milbach Construction Services, Co
(bidder's company name)
BID SUBMITTAL DEADLINE: BY 10:00 A.M., THURSDAY, OCTOBER 26, 2023
Date: 10/26/23
Addenda: Receipt of Addenda numbered 1 of 3 are hereby understood,
acknowledged and included in bidder's bid proposal form. If no addenda were issued
for this project please write "N/A" above.
In compliance with the advertising for Bids and having carefully examined the drawings
and/OR specification for the Work and the Site of the proposed work and having
determined all of the conditions of the work, the rules, regulations, laws, codes,
ordinances, and other governing circumstances relating to this project, the undersigned
proposes to furnish all Labor, Materials and Equipment necessary to complete the
construction indicated on the drawings and described in the project manual to include all
described work completed to the Owners' satisfaction. By Submission of this Bid, each
Bidder certifies, and in the case of a joint Bid, each party thereto certifies as to its own
organization, that this Bid has been arrived at independently without consultation,
communication, or agreement as to a matter relating to this Bid and with any other Bidder
or with any competitor. We, the undersigned, propose to furnish all labor and materials
per the project specifications or noted deviations for the following amount(s):
BASE BID
ITEM 1- All labor, materials, services, and equipment necessary for completion or the
Work required for the Police 3rd Ave Storage Renovation, the Sum of
10 .,?, i(", A /., . /-,- /,"/ /x,�� Dollars ($ 3 000 d C->
In words
1
POLICE DEPARTMENT 31iD AVENUE STORAGE RENOVATION
BID PROPOSAL FORM
Page 2 of 3
Alternate 1- All labor, materials services, and equipment necessary for completion or
the Work required for the 3166 00 Special Foundations
The Sum of
S ��/z S)( �d -ti.r1 � �t ^�`�tiN �i.►.J� �; Dollars ($ 0 C.- )
In words
SIGNATURES
Date: 10/26/23
Name of Company: Milbach Construction Services, Co.
P►
ld4617-3
POLICE DEPARTMENT 311D AVENUE STORAGE RENOVATION
BID PROPOSAL FORM
Page 3 of 3
Submitted by: (name/title) Michael J. Milbach Owner Email: milbconst@aol.com
Address of Company: 2651 Northridge Dr. Kaukauna, WI 54130 Phone: 920-993-0735
Company Representative that will be named Project Manager for this project, if awarded
the bid: Mich el dMilbach
Signature Title Owner
Company Represents ive authorized to sign contracts electronically via DocuSign:
Name: Michael J. Milbach Email: milbconst@aol.com
That I have examined and carefully prepared this Proposal from the Plans and
Specifications and have checked the same in detail before submitting this Proposal; that I
have full authority to make such statements and submit this Proposal in (its) (their) behalf,
and that said statements are true and correct.
.f ® r // s 1 . 17
Signature
Warranty Details: 1
Title Owner
material and labor warranty
3
THE CINCINNATI INSURANCE COMPANY
CONTRACTOR (Name, legal status and address):
Milbach Construction Services Co
2651 Northridge Dr
Kaukauna, WI 54130
OWNER (Name, legal status and address):
City of Oshkosh
215 Church Ave
Oshkosh, WI 54903
BOND AMOUNT:
5% of bid amount
SURETY (Name, legal status and principal place of business):
THE CINCINNATI INSURANCE COMPANY
6200 S. GILMORE ROAD
FAIRFIELD, OHIO 45014-5141
This document has important legal
consequences, Consultation with
an attorney is encouraged with
respect to its completion or
modification.
Any singular reference to
Contractor, Surety, Owner or
other party shall be considered
plural where applicable.
PROJECT (Name, location or address, and Project number, if any):
Police Department 3rd Ave Renovation Project Number, if any:
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 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 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 the 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 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 requirements 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 day of October, 2023.
MILBACH CO RUCTION SE I S CO
(Seal)
(Witness)
(Title) C)�_y
/ THE CINCINNATI INSURANCE COMPANY
(Surety) (Seal)
(Witness) zz z—', _-
(Title)
Cayden Janse (Attorne - -Fact)
The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, 2010 Edition.
S-2000-AIA (11/10) PUBLIC
THE CINCINNATI INSURANCE COMPANY
THE CINCINNATI CASUALTY COMPANY
Fairfield, Ohio
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY and THE CINCINNATI CASUALTY
COMPANY, corporations organized under the laws of the State of Ohio, and having their principal offices in the City of Fairfield, Ohio
(herein collectively called the "Companies"), do hereby constitute and appoint
Michael Tiedt; Cayden Janse; Kristin Boevers; Mary McLennan and/or Tammy Katers
of Green Bay, Wisconsin their true and legal Attorney(s)-in-Fact, each in their separate capacity if more than one is named
above, to sign, execute, seal and deliver on behalf of the Companies as Surety, any and all bonds, policies, undertakings or other like
instruments, as follows: Any such obligations in the United States, up to
Ten Million and No/100 Dollars ($10,000,000.00).
This appointment is made under and by authority of the following resolutions adopted by the Boards of Directors of The Cincinnati
Insurance Company and The Cincinnati Casualty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys -in -Fact of
the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and
may authorize any officer or any such Attorney -in -Fact to affix the corporate seal; and may with or without cause modify or
revoke any such appointment or authority. Any such writings so executed by such Attorneys -in -Fact shall be binding upon the
Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company.
RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on
any power of attorney granted, and the signature of the Secretary and the Seal of the Company may be affixed by facsimile to
any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and
binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with
respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company.
IN WITNESS WHEREOF, the Companies have caused these presents to be sealed with their corporate seals, duly attested by their
President or a Senior Vice President this 19th day of December, 2018.
e
e
STATE OF OHIO )SS:
COUNTY OF BUTLER )
THE CINCINNATI INSURANCE COMPANY
THE CINCINNATI CASUALTY COMPANY
On this 19th day of December, 2018 before me came the above -named President or Vice President of The Cincinnati Insurance Com-
pany and The Cincinnati Casualty Company, to me personally known to be the officer described herein, and acknowledged that the seals
affixed to the preceding instrument are the corporate seals of said Companies and the corporate seals and the signature of the officer
were duly affixed and subscribed to said instrument by the authority and direction of said corporations.
Keith Co tt, Attorney at Law
Notary Public — State of Ohio
My commission has no expiration date.
Section 147.03 O.R.C.
I, the undersigned Secretary or Assistant Secretary of The Cincinnati Insurance Company and The Cincinnati Casualty Company, hereby
certify that the above is the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Power of
Attorney is still in full force and effect.
Given under my hand and seal of said Companies at Fairfield, Ohio, this S_ day of � r Z c 2
•�\1uo1agl• O
BN-1457 (4/19)