HomeMy WebLinkAbout060120_ca02 Consent Agenda
JEFFERSON COUNTY
BOARD OF COUNTY COMMISSIONERS
AGENDA REQUEST
TO: Board of County Commissioners
Philip Morley, County Administrator
FROM: Matthew Court
DATE: June 1,2020
SUBJECT: Courthouse Window Rehabilitation FY20-90006-JEFFERSON
STATEMENT OF ISSUE:
Facilities is requesting the approval of the Courthouse Window Rehabilitation Contract with
Bear Windows Inc.
ANALYSIS: This Project is grant based through Washington Trust for Historic Preservation.
The project calls out for(50) fifty windows to be removed, repaired, and reinstalled. The
repairs will address not only the physical state of each window but also will address proper
operation of each window for safety and security
FISCAL IMPACT:
This is a Grant based project. ($ 273,476.00) Two hundred seventy-three thousand four
hundred seventy-six dollars of the total ($ 318,520.00) Three hundred eighteen thousand five
hundred twenty dollars will be paid by Washington Trust for Historic Preservation. The._
difference ($ 45,044) �s t,�W��.Sn t L-�= � ��� SE-- �(
�8r 006-1-5"trvc ew + 3®(.
RECOMMENDATION:
Approve contract for Courthouse Window Rehabilitation with Bear Windows Inc.
REVIEWED BY:
Philip Mor unty r Date
CONTRACT
JEFFERSON COUNTY,WASHINGTON
THIS AGREEMENT, made and entered into this 11 of May,2020, between the COUNTY OF JEFFERSON, acting
through the Jefferson County Commissioners under and by virtue of Title 36, RCW, as amended and Bear Windows Inc.
hereinafter called the Contractor.
WITNESSETH:
That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the
parties hereto covenant and agree as follows:
1. The Contractor agrees to furnish all labor and equipment and do certain work, to-wit: That the Contractor herein
will undertake and complete the following described work: Courthouse Window Rehabilitation for an amount up to but
not to exceed the total sum of Three hundred eighteen thousand five hundred twenty dollars($318,520)including WSST
in accordance with and as described in the attached Exhibit A, Scope and Fee Schedule which are by this reference
incorporated herein and made a part hereof. The Contractor shall perform any alteration in or addition to the work provided
in this contract and every part thereof. Billing amounts shall be for actual work performed and materials purchased and
installed.All work shall be performed in accordance with Washington State prevailing wage requirements.
The Contractor shall complete the described work as follows: The removal, repair, and reinstallation of
50(46 Base windows+Alternate#1 of 4 windows)historic wood windows,plus Alternate#2 the installation of security
film onto the Mass of all 50 refurbished windows(See scope of work) project FY20-90006-JEFFERSON_
The Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever as
described in Exhibit A, that may be required for the transfer of materials and for constructing and completing the work
provided for in this contract and every part thereof.
After execution of this Agreement,changes to the scope of work required hereunder may be
accomplished and memorialized by a change order,which shall be a written order to Contractor from the Project Manager
on behalf of the County. In no event will a change order or orders approved by the Project Manager under this Agreement
add cumulatively more than ten percent(10%)to the total compensation due to the Contractor pursuant to the original
Agreement. Any change order or change orders that would add cumulatively more than ten percent(10%)to the
originally agreed-upon total compensation due to the Contractor shall require a separate written amendment to the
Agreement to be executed by the County and the Contractor.
2. The County of Jefferson hereby promises and agrees with the Contractor to employ,and does employ the Contractor
to furnish the goods and equipment described and to furnish the same according to the attached specifications and the terms
and conditions herein contained, and hereby contracts to pay for the same according to the attached specifications and the
schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the condition provided for in
this contract. The County further agrees to employ the Contractor to perform any alterations in or additions to the work
provided for in this contract that may be ordered and to pay for the same under the terms of this contract and the attached
specifications at the time and in the manner and upon the conditions provided for in this contract.
3. The Contractor for himself, and for his heirs, executor, administrators, successors, and assigns, does hereby agree
to the full performance of all the covenants herein contained upon the part of the Contractor.
4. Prior to commencing work, the Contractor shall obtain at its own cost and expense the following insurance from
companies licensed in the State with a Best's rating of no less than A:VII. The Contractor shall provide to the County Risk
Manager certificates of insurance with original endorsements affecting insurance required by this clause prior to the
commencement of work to be performed.
1 Revised 10/12/2018
The insurance policies required shall provide that thirty (30) days prior to cancellation, suspension, reduction or
material change in the policy, notice of same shall be given to the County Risk Manager by registered mail, return receipt
requested, for all of the following stated insurance policies.
If any of the insurance requirements are not complied with at the renewal date of the insurance policy,payments to
the Contractor shall be withheld until all such requirements have been met, or at the option of the County,the County may
pay the renewal premium and withhold such payments from the moneys due the Contractor.
All notices shall name the Contractor and identify the agreement by contract number or some other form of
identification necessary to inform the County of the particular contract affected.
A. Workers Compensation and Employers Liability Insurance. The Contractor shall procure and maintain for
the life of the contract, Workers Compensation Insurance, including Employers Liability Coverage, in accordance
with the laws of the State of Washington.
B. General Liability(1) - with a minimum limit per occurrence of one million dollars ($1,000,000) and an
aggregate of not less than two million dollars ($2,000,000) for bodily injury, death and property damage unless
otherwise specified in the contract specifications. This insurance coverage shall contain no limitations on the scope
of the protection provided and indicate on the certificate of insurance the following coverage:
1. Broad Form Property Damage with no employee exclusion;
2. Personal Injury Liability, including extended bodily injury;
3. Broad Form Contractual/Commercial Liability including completed operations(contractors only);
4. Premises-Operations Liability(M&C);
5. Independent Contractors and Subcontractors; and
6. Blanket Contractual Liability.
(1)Note: The County shall be named as an additional insured party under this policy.
C. Automobile(2)-with a minimum limit per occurrence of$1,000,000 for bodily injury, death and property
damage unless otherwise specified in the contract specifications. This insurance shall indicate on the certificate of
insurance the following coverage:
1. Owned automobiles;
2. Hired automobiles; and,
3. Non-owned automobiles.
(2)Note: The County shall be named as an additional insured party under this policy.
Any deductibles or self-insured retention shall be declared to and approved by the County prior to the approval of
the contract by the County. At the option of the County, the insurer shall reduce or eliminate deductibles or self-insured
retention or The Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses.
The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate
certificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of
the requirements stated herein.
Failure of The Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from
any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise limit the
obligations concerning indemnification.
It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County(including
its employees and other agents and agencies), it being the intention of the parties that the insurance policies so affected shall
protect both parties and be primary coverage for any and all losses covered by the above described insurance. It is further
agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against the County
(including its employees and other agents and agencies) for payment of any premiums or for assessments under any form
2 Revised 10/12/2018
of policy. It is further agreed by the parties that any and all deductibles in the above described insurance policies shall be
assumed by and be at the sole risk of the Contractor.
It is agreed by the parties that judgments for which the County may be liable,in excess of insured amounts provided
herein, or any portion thereof, may be withheld from payment due, or to become due,to The Contractor until such time as
the Contractor shall furnish additional security covering such judgment as may be determined by the County.
The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts
and specific service agreements.
Any coverage for third party liability claims provided to the County by a"Risk Pool"created pursuant to Ch.
48.62 RCW shall be non-contributory with respect to any policy of insurance the Consultant must provide in order to
comply with this Agreement.
If the proof of insurance or certificate of coverage indicating the County is an"additional insured"to a policy
obtained by the Consultant refers to an endorsement(by number or name)but does not provide the full text of that
endorsement,then it shall be the obligation of the Consultant to obtain the full text of that endorsement and forward that
full text to the County within 30 days of the execution of this Agreement
The County may, upon the Consultant's failure to comply with all provisions of this contract relating to insurance,
withhold payment or compensation that would otherwise be due to the Consultant.
5. The Contractor shall comply with all Federal, State, and local laws and ordinances applicable to the work to be
done under this Agreement. This Agreement shall be interpreted and construed in accord with the laws of the State of
Washington and venue shall be in Jefferson County, WA.
The Contractor shall indemnify and hold the County, and its officers, employees, and agents harmless from and
shall process and defend at its own expense, including all costs, attorney fees and expenses relating thereto,all claims,
demands, or suits at law or equity arising in whole or in part,directly or indirectly, from the Contractor's negligence or
breach of any of its obligations under this Agreement; provided that nothing herein shall require a Contractor to indemnify
the County against and hold harmless the County from claims,demands or suits based solely upon the conduct of the
County, its officers, employees and agents, and; provided further that if the claims or suits are caused by or result from the
concurrent negligence of: (a)the Contractor's agents or employees; and, (b)the County, its officers, employees and
agents,this indemnity provision with respect to claims or suits based upon such negligence, and/or the costs to the County
of defending such claims and suits,etc., shall be valid and enforceable only to the extent of the Contractor's negligence, or
the negligence of the Contractor's agents or employees.
Claims against the County shall include, but not be limited to assertions that the use and transfer of any software,
book, document, report, film,tape, or sound reproduction of material of any kind, delivered hereunder, constitutes an
infringement of any copyright,patent,trademark,trade name, or otherwise results in an unfair trade practice or an
unlawful restraint of competition.
The Contractor specifically assumes potential liability for actions brought against the County by Contractor's
employees, including all other persons engaged in the performance of any work or service required of the Contractor
under this Agreement and, solely for the purpose of this indemnification and defense,the Contractor specifically waives
any immunity under the state industrial insurance law, Title 51 R.C.W. The Contractor recognizes that this waiver was
specifically entered into pursuant to provisions of R.C.W. 4.24.115 and was subject of mutual negotiation.
6. The Contractor's relation to the County shall be at all times as an independent Contractor, and nothing herein
contained shall be construed to create a relationship of employer-employee or master-servant,and any and all employees of
the Contractor or other persons engaged in the performance of any work or service required of the Contractor under this
Agreement shall be considered employees of the Contractor only and any claims that may arise on behalf of or against said
employees shall be the sole obligation and responsibility of the Contractor.
3 Revised 10/12/2018
7. The Contractor shall not sublet or assign any of the services covered by this contract without the express written
consent of the County or its authorized representative. Assignment does not include printing or other customary
reimbursable expenses that may be provided in an agreement.
8. Nothing in the foregoing clause shall prevent the County, at its option, from additionally requesting that
the Contractor deliver to the County an executed bond as security for the faithful performance of this contract
and for payment of all obligations of The Contractor. For Contracts of$150,000 or less,the County and the
Contractor agree that in-lieu of the Bond; the County will withhold 10% of the Contract amount in accordance
with RCW 39.08.010.
IN WITNESS WHEREOF,the Contractor has executed this instrument on the day and year first below written,and the
Board of County Commissioners has caused this instrument to be executed by and in the name of said County of Jefferson
the day and year first above written.
Executed by the Contractor mtitii ,2020
Contractor
By: C71 rce orri-u 6
(Please Print)
(Signature)
State of Washington,Contractor Registration Number
COUNTY OF JEFFERSON
BOARD OF COMMISSIONERS
SEAL
David W. Sullivan, Member
Kate Dean, Member
Greg Brotherton,Chair
ATTEST Approved a to form:
U- C. . sZ ��
Carolyn Gallaway Philip Hunsucker Date
Deputy Clerk of the Board Chief Civil Deputy Prosecutor
Jefferson County Prosecutor's Office
4 Revised 10/12/2018
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION,INELIGIBILITY, AND VOLUNTARY EXCLUSION
The Contractor certifies to the best of its knowledge and belief,that it and its principals:
(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from
covered transactions by any Federal department or agency;
(2) Have not within a 3-year period preceding this proposal been convicted of or had a civil judgment rendered
against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or
performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of
Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records,making false statements, or receiving stolen property;
(3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State,
or local)with commission of any of the offenses enumerated in paragraph(2) of this certification; and
(4) Have not within a 3-year period preceding this contract had one or more public transactions (Federal, State, or
local)terminated for cause or default.
Where the Contractor is unable to certify to any of the statements in this certification, such Contractor shall attach an
explanation.
Name of Contractor(Please print)
Name and Title of Authorized Representative(Please print)
Signature of Authorize Representative
I am unable to certify to the above statement. An explanation is attached.
5 Revised 10/12/2018
Exhibit A
Scope and Fee Schedule
Materials
Labor
6 Revised 10/12;2018
SUMMARY OF WORK
A. Summary of Work: This contract includes work as described below. The description is summarized
and may not include specific reference to all incidental work elements required to complete the
contract. Include all labor,materials,equipment and incidentals required for completion of the work as
shown on the Drawings and specified herein.
1. Rehabilitation of 50 historic windows as shown on Elevations and Plans.
2. Installation of temporary painted exterior grade 3/4"exterior plywood(CDX)with daylighting
panel and operable vent. Provide a shop drawing design in the Submittal Phase for operable vent
panel, for the purpose of daylight and ventilation.
4. Limited masonry repair associated with window frame openings. Identify in survey.
5. Masonry repairs as called for in the construction documents.
B. The Contract Documents include specific qualifications and Historic Treatment Procedures. All work
to be in conformance with the Secretary of Interior's Standards for the Treatment of Historic Properties.
1.Requirements for Sequence of Work, Phasing,and Occupancy:
a. The building will be fully occupied during this window rehab project.
b. Work shall be performed during off hours, (i.e.)evenings,weekends, County observed
holidays.
c. Work that is not disturbing to the Court functions shall be coordinated with and approved by
the Owner's Representative.
d. Owner's Representative will coordinate with Superior and District Court to identify times
when the Courts or other departments may be closed down.
C. Historic Treatment Procedures
1. The Jefferson County Courthouse was completed in 1892 and is a Historic Landmark listed on
the National and State Registers.
2. Contractor to develop and submit window survey and historic protection plan to the Owner for
review and approval.
D. Prior or Concurrent Work by Owner or Others:
1. Coordinate with the Owners Rep regarding the schedule for window work. The contractor's
detailed construction schedule is to be submitted to the Owner for review and comment during
the Submittal period.
2. The Owners Rep will coordinate with Courthouse Staff and Officials for access.
E. Owner-Furnished and Owner-Installed Items: The Owner will provide access to work areas and
remove and replace window coverings.
F. Owner-Furnished and Contractor-Installed Items:None.
G. Permits:
1. A building permit has been applied for, and the County will pay the fee. The Contractor is to
coordinate with Port Townsend DSD for the conditions included in the permit. The rehabilitation
of the window sash is ordinary repair and maintenance, and is not addressed in the building
permit.
The Contractor is to coordinate with JC DCD for the permit requirements including
inspections
2. The Contractor is to apply for, obtain,and pay for other permits, if any,required to perform the
work. Submit copies to the Owner.
H. Intent:
1. Drawings and specifications are intended to provide the basis for the proper completion of the
Project suitable for the intended use of the Owner, and complaint with the Secretary's Standards
for Treatment of Historic Properties..
2. Items not expressly set forth but which are reasonably implied or necessary for the proper and
complete performance of this work shall be included in the Work,with no change in cost.
I. Hazardous Materials:
1. The successful Contractor will be RRP(Renovate, Repair& Paint)Certified.
2. Paint on the existing sashes shall be treated as if it contains lead. Use Safe Lead Best
Management Practice in the shop where stripping is done.
3. The existing glazing compound shall be treated as if it contains asbestos,and removed in the
shop.
4. Properly disposed of waste materials.
5. Properly store unused materials or tools.
J. Coordination:
1. Coordinate the work of all trades. The Prime Contractor is to be onsite at all times when subs
are working.
2. Verify location of utilities and existing conditions.Notify the Owner's Representative of
conditions differing from those shown on the Drawings in writing.
3. Verify dimensions on Drawings with dimensions at the Project site report any discrepancies in
writing and seek resolution prior to advancing.
4. Do not scale Drawings.Confirm all dimensions on site.
5. Review work indicated in other sections. For window restoration work, restoration or repair
procedures specified are to be performed retaining as much historic material as possible. If
restoration or repair of the windows is not feasible using the methods identified, notify the
Owner's Representative prior to employing alternate methods of repair or restoration.
K. Cutting and Patching:
1. Provide cutting and patching work to properly complete the Project Work.
2. Do not remove or alter structural components without submittal a written request to the Owner,
and receiving written approval.
3. Cut materials with tools appropriate for material to be cut.
4. Patch with materials and methods to produce patch which is not visible from a distance of five
feet.
5. Do not cut and patch in a manner that would result in a failure of the work to perform as
intended,decrease fire performance, decrease acoustical performance, decrease energy
performance, decrease operational life, or decrease safety factors.
L. Project Meetings:
1. Following the receipt of submittals,the Owner will arrange for a preconstruction conference
prior to start of construction. Meeting shall be attended by Owner, Contractor, site
Superintendent, and subcontractors. This meeting is intended to result in the Notice to Proceed
(NTP).
2. At the request of the Owner, arrangements for weekly progress meetings as frequently as
required by the Owner during construction.Meeting notes will be taken by the Owner, and will
be distributed to the project team within 72 hours of the meeting.
M. Submittals.
1. Following the bid opening,the low bidder(s)may be requested by the Owner to submit an
outline project schedule for review, with 72 hours of the request.
2. Submit for approval all submittals listed in individual sections. Submittals may be submitted
digitally in lieu of paper copies. Incomplete submittals will be returned without review.
3.Provide a sample of rehabilitated sash for review and approval by the Owner. This unit is to
serve as a standard for the balance of the project. At the request of the Owner, inspection of in-
progress or completed sash are to be available for review by the Owner to confirm quality of the
work.
4. Include details of construction and adjacent construction in shop drawings. Clearly indicate and
deviations from requirements of the contract documents. Fabricate materials from approved shop
drawings only.
N. Quality Assurance:
1. Comply with applicable codes. regulations, ordinances and requirements of authorities having
jurisdiction, Including conformance with the Secretary of Interiors Standards for the treatment of
history properties.
2. Provide products of acceptable manufacturers which have been in satisfactory use in similar
service for three years.
3. Use experienced installers.Furnish evidence of experience and qualifications when requested
by the Owner.
4. Deliver, handle,and store materials in strict accordance with manufacturer's instructions. Do
not let materials freeze.
5.Use of any supplier or subcontractor is subject to Owner's review and approval.
6. The Owner will engage and pay for testing agencies if required. Refer to individual sections for
additional requirements.
O. Temporary Facilities:
1. Provide temporary facilities as required for the proper completion of the project.
2. Provide hi-lift equipment of adequate height rating to accomplish exterior work safely. Hi-loft
equipment to be in good running condition and having a low noise output.
3. Owner will pay for utility service consumed(power and water). Do not waste.
4. Provide temporary protection for adjacent areas to prevent contamination by construction dust
and debris. Protection is required but not limited to: existing finishes.furniture, bookshelves, etc.
a. Submit safety Plan identifying protection measures prior to beginning work for review and
approval by PT DSD(Building Department)and the Owner's rep.
b. Desks and work areas are to be covered during periods of work. Vacuum dust and dirt from
floor areas.Use HEPA type vacuum cleaners in good operating conditions.
5.Provide temporary barricades as necessary to ensure protection of the public.
a. Provide for safety from falling objects. High winds are known to occur at this site location.
6. Provide suitable waste disposal units and empty weekly. Do not permit accumulation of trash
and waste materials. Remove any waste from work areas that same day.
7. Use of designated existing restroom facilities in building is acceptable. Janitor closet facilities
for clean-up can also be made available at the request to the Owner.
8. Maintain egress from the Courthouse within and around construction areas.
9. Maintain fire alarm systems in operation during construction.
10. Provide fire extinguishers in work areas during construction.
11. Provide temporary protection for adjacent construction.Promptly repair any damage at no
additional cost to the Owner.
P. Products and Substitutions:
1. Provide products and materials specified. Provide paint color brush outs for colors in sufficient
time to avoid delaying progress of the work.
2. Submit requests for substitutions shall be in writing, including reasons. Submit sufficient
information for the Owners Rep to evaluate proposed substitution. Substitutions to be submitted
by(5)days prior to the bid due date.
3. Remove and replace work which does not conform to the contract documents at no additional
expense to the Owner.
Q. Installation:
1. Inspect substrates and report unsatisfactory conditions to the Owner in writing.
2. Do not proceed until unsatisfactory conditions have been corrected.
3. Take field measurements prior to fabrication where practical. Form to require shapes and sizes
with true edges, lines and angles. Provide inserts and templates as needed for work of other
trades.
4. Install all materials in accordance with manufacturer's instructions and approved submittals.
5. Install materials in proper relation with adjacent construction and with proper appearance.
6. Restore units damaged during installation. Replace sash units which cannot be restored at no
additional expense to the Owner.
7. Refer to additional installation requirements and tolerances specified under individual
specification sections.
R. Closeout:
1. The Owner will inspect and prepare the punch list for remaining work by the Contractor.
2. Beneficial occupancy by the Owner is a requirement of Substantial Completion.
3. Complete punch list items promptly at no additional expense to the Owner.
4. Submit accurate record documents of the project area.
5. Submit operating manuals,maintenance manuals, and warranty information.
6. Train Owner's personnel in use of the rehabilitated windows.
7. Remove temporary facilities and provide final cleaning and touch-up.
8. Restore portions of building. site improvements. landscaping and other items damaged by
construction operations to the satisfaction of the Owners Representative at no additional expense
to the Owner.
MIlb.
Bond No.0775616
JEFFERSON COUNTY COURTHOUSE
Window Rehabilitation Project-2020
Project Number 30119490
DIVISION 0
SECTION 000500-CONTRACT FORM
EXHIBIT C
CONTRACT BOND
JEFFERSON COUNTY, WASHINGTON
KNOW ALL MEN BY THESE PRESENTS:
That Bear Wood Windows,Inc. , of Lakewood,Washington , as
Principal,and Harco National Insurance Compaily , as Surety,are jointly and severally held and bound
unto the COUNTY OF JEFFERSON,the penal sum of Three Hundred Eighteen Thousand Five Hundred Twenty and 00/100 Dollars
(S218,520.00 ), for the payment of which we jointly and severally bind ourselves,or heirs,
executors,administrators,and assigns,and successors and assigns,firmly by these presents. 20
The condition of this bond is such that WHEREAS,on the 11th day of A.D.,2Crt9c the said
Bear Wood Windows, Inc. Principal herein, executed a certain contract with the County of
Jefferson,by the terms,conditions and provisions of which contract the said
Principal herewith,agrees to furnish all materials and do certain work,to-wit: That the said Principal herein
will undertake and complete the following described work: This project is for the complete rehabilitation
of
(46 base bid)historic wood windows located at second and third floors of the Jefferson County
Courthouse. This includes window groups on the Walker St.,Jefferson St.and Cass St. facades.
Mechanical vertical access equipment is to be provided by the Contractor. Work includes temporary
operable window closures.
In Port Townsend,WA 98368, Jefferson County,Washington,as per maps,plans and specifications
made a part of said contract,which contract as so executed, is hereunto attached,and is now referred to
and by this reference is incorporated herein and made a part hereof as full for all purposes as if here set
forth at length.
NOW THEREFORE, if the Principal herein shall faithfully and truly observe and comply with the terms,
conditions and provisions of said contract, in all respects and shall well and truly and fully do and perform
all matters and things by the said Principal undertaken to be performed under said contract,upon the terms
proposed therein, and within the time prescribed therein, and until the same is accepted, and shall pay all
laborers,mechanics, subcontractors and materialmen,and all persons who shall supply such contractor or
subcontractor with provisions and supplies for the carrying on of such work, and shall in all respects
faithfully perfonn said contract according to law,then this obligation to be void,otherwise to remain in full
force and effect. WITNESS our hands this 14th day of May ,2020
Harco National Insurance Company ,
PRINCIPAL Bear Wood Windows, Inc. SURETY COMPANY
By, -qui B .
By: Christopher Kinyo •
Address of local office and agent
of surety company:
Propel Insurance
pc?Box 2942,Tacoma WA 9/8401
7!.
FLc,Pidej to PA;iiders Excanq WAf flor www.bxwa.,:om - P s t-ity scam
POWER OF ATTORNEY Bond# 0775616
HARCO NATIONAL INSURANCE COMPANY
INTERNATIONAL FIDELITY INSURANCE COMPANY
Member companies of IAT Insurance Group, Headquartered: 702 Oberlin Road, Raleigh, North Carolina 27605
KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of
the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New
Jersey,and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark,New Jersey,do hereby constitute and
appoint
KYLE JOSEPH HOWAT,CHRISTOPHER KINYON,JAMIE L.MARQUES,CARLEY ESPIRITU,ALICEON A.KELTNER,ANNELIES M.RICHIE,JACOBB
HADDOCK,ERICA E.MOSLEY,HEATHER L.ALLEN, DIANE M.HARDING,HOLLI ALBERS,KAREN C.SWANSON,JAMES B.BINDER, ERIC A.
ZIMMERMAN,CYNTHIA L.JAY,BRENT E.HEILESEN,BRANDON K.BUSH
Tacoma, WA
their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of
indemnity and other writings obligatory in the nature thereof,which are or may be allowed, required or permitted by law,statute, rule, regulation,contract
or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL
INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY,as fully and amply,to all intents and purposes,as if the same had
been duly executed and acknowledged by their regularly elected officers at their principal offices.
This Power of Attorney is executed,and may be revoked,pursuant to and by authority of the By-Laws of HARCO NATIONAL INSURANCE COMPANY
and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of
Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December,2018 and by the Board of
Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December,2018.
"RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the
Corporation shall have the power to appoint,and to revoke the appointments of,Attorneys-in-Fact or agents with power and authority as defined or limited
in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings,
recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and(2) any such Officers of the Corporation
may appoint and revoke the appointments of joint-control custodians, agents for acceptance of process, and Attorneys-in-fact with authority to execute
waivers and consents on behalf of the Corporation;and(3)the signature of any such Officer of the Corporation and the Corporation's seal may be affixed
by facsimile to any power of attorney or certification given for the execution of any bond, undertaking,recognizance, contract of indemnity or other written
obligation in the nature thereof or related thereto,such signature and seals when so used whether heretofore or hereafter,being hereby adopted by the
Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same
force and effect as though manually affixed."
IN WITNESS WHEREOF,HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL
FIDELITY INSURANCE COMPANY have each executed and attested these presents
on this 31st day of December,2018
4h���14#F#iid f9p;k
NOTSTATE OF NEW JERSEY STATE OF ILLINOIS �,`
4* County of Essex 71— County of Cook •i' `
rot Lvei
z SEAL ,
o Kenneth Chapman4. , .'
' Executive Vice President,Harco National Insurance Company `s= .4
and International Fidelity Insurance Company
On this 31st day of December,2018 , before me came the individual who executed the preceding instrument,to me personally known,and,
being by me duly sworn,said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and
INTERNATIONAL FIDELITY INSURANCE COMPANY;that the seals affixed to said instrument are the Corporate Seals of said Companies;that the
said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies.
,.+001110`,, IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal,at the City of Newark,
+� A.aUj'. New Jersey the day and year first above written.
Itt
dfr.,d, a. aolii
Shirelle A.Outley a Notary Public of New Jersey
My Commission Expires April 4,2023
CERTIFICATION
I,the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify
that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set
forth in said Power of Attorney,with the originals on file in the home office of said companies,and that the same are correct transcripts thereof,and of the
whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect.
IN TESTIMONY WHEREOF,I have hereunto set my hand on this day, May 14,2020
A01111
Irene Martins,Assistant Secretary