Loading...
HomeMy WebLinkAboutJ.B. Holland Construction, Inc.Construction, Inc. J.B. HOLLAND CONSTRUCTION, INC. 2092 HWY. 9 WEST DECORAH, IA. 52101 T(3: BID ENCLOSED: F.Y. 2017Wagner Road Sanitary Sewer Extension and Grading Contract 899 City of Waterloo, City Clerk 11/3/16, 1:00 PM Construction, Inc 2092 Hwy. 9 West Decorah, IA 52101 J-11- 11.1 TB.1 Construction, Inc J.B. HOLLAND CONSTRUCTION, INC. 2092 HWY. 9 WEST DECORAH, IA. 52101 BID BOND ENCLOSED: F.Y. 2017Wagner Road Sanitary Sewer Extension and Grading Contract 899 City of Waterloo, City Clerk 11/3/16, 1:00 PM FORM OF BID OR PROPOSAL. F.Y. 2017 WAGNER ROAD SANITARY SEWER EXTENSION AND GRADING CONTRACT NO. 899 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: NA 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, lows, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2017 WAGNER ROAD SANITARY SEWER EXTENSION AND GRADING, Contract No. 899, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: F.Y. 2017 WAGNER ROAD SANITARY SEWER EXTENSION AND GRADING CONTRACT NO. 899 ITEM NO. ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT COST TOTAL COST BASE BID 1 MOBILIZATION LS 1 i•,00d,00 Ia,000,CO 2 TRAFFIC CONTROL LS 1 %p00.,00 t, CO, 00 3 STORM WATER POLLUTION PREVENTION PLAN IMPLEMENTATION L5 1 1091,°t 70c04bo 4 SILT FENCE LF 3,960 Lte 17/2,e, 00 7 ioo CO 5 MOBILIZATION, EROSION CONTROL EA 5 j OO,VO 6 CLEARING AND GRUBBING LS 1 l..&SCO '%00,00 7 REMOVAL OF EXISTING FIELD FENCE IF 1,620 i4 ,,'25 :2_07S,00 8 TOPSOIL, STRIP, SALVAGE, AND SPREAD CY 7,810 4.-4 00 1240,00 9 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 73,100 10,90 17t/70,00 10 REMOVED EXISTING SANITARY SEWER PIPE STUB LS EA 1 1 �,F I W CO 1t04 00 55,0L C,,, 11 COLLAR TRUSS PIPE TO EXISTING MANHOLE FORM OF BID CONTRACT NO. 899 Page 1 of 5 12 SANITARY SEWER GRAVITY MAIN, TRENCHED, PVC TRUSS PIPE, 8 -INCH LF 810 The 75 • fg2:57, SO 13 MANHOLE, SANITARY SEWER, SW -301,48- INCH DIA. EA 3 -1400 I 1 nob, 00 14 SANITARY SEWER SERVICE STUB, PVC, 6 -INCH LF 200 (PO5 _ et9o,,00 15 TAPPING SLEEVE, VALVE, AND BOX 12 -INCH X 6 -INCH EA 3 .3)9b» 61.616 ,too. 16 FIRE HYDRANTASSEMBLY EA 3 4W 19-.G56 17 TOPSOIL, FURNISH AND SPREAD CY 500 14050 72 /0.0 00 18 TEMPORARY SEEDING AC 5 1610,07 `7 10.,00 19 SLOPE PROTECTION, WOOD EXCELSIOR MAT SQ 700 I 4-001 e 64r0U 20 HYDROSEEDING AC 10 3272 -P32 -72-000o 21 2 -YEAR MAINTENANCE BOND LS 1 t7160,00 'jLSO c.Uo, SUBTOTAL -BASE BID ffi q (00169 , 5o ITEM NO. ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT COST TOTAL COST ALTERNATE #1 1 CONCRETE CUNF TE, 6 -INCH P.C.C. SY 760 17„ 29 '7 C, 3 (o, 00 2 MODIFIED SUBBASE, 6 -INCH SY 910 450 9,179 J,049 62.3z45 0 )3(150/00 3CI5j0,00 3 REVETMENT, CLASS C TON 4 2 -YEAR MAINTENANCE BOND LS 1 'i5'U>00 4f5D'q Qui SUBTOTAL - ALTERNATE #1 1-711-2_0;b ITEM NO. ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT COST TOTAL CAST ALTERNATE #2 1 STORM SEWER GRAVITY MAIN, TRENCHED, RCP, 2000D (CLASS 1R), 48 -INCH DIA. LF 1,324 !Si 00 I-111 i ,.0 c 2 STORM SEWER AREA INTAKE, OPEN SIDED, SW -513 EA 2 9�U a of ) j 1001,00 3 STORM SEWER GRAVITY MAIN, TRENCHED, PRECAST RCP, 20000 (CLASS 111), 48 -INCH DIA 25 DEGREE BEND EA 2 2-3150,00 14700100 4 REMOVE AND REINSTALL APRON, CONCRETE, 48 -INCH DIA. EA 2 I �Zs� DO a^ 5 APRON GUARD, 48 -INCH PIPE EA 2 37304°0I�4172, 00 6 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY TON LS 12,500 100 1 /Doc -A' SI 2 Bina Ile f 31/50,00 -:771 op 9 OO 2IAV, do 7 REVETMENT, CLASS C 8 2 -YEAR MAINTENANCE BOND FORM OF BID SUBTOTAL - ALTERNATE #2 CONTRACT NO. 899 b1Ib)go' Page 2 of 5 ITEM NO. ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT COST TOTAL COST • ALTERNATE 43 ) 0414 co 44, o» 3100 v 00 j 610, 00 TOPSOIL, STRIP, SALVAGE, AND SPREAD CY CY LF 2,615 38,700 200 1 4,6 o ID. .0 1 , 50 19)0,00 2 EXCAVATION, CLASS 10, ROADWAY AND BORROW 3 SANITARY SEWER SERVICE STUB, PVC, 6 -INCH 4 TEMPORARY SEEDING AC 5 SLOPE PROTECTION, WOOD EXCELSIOR MAT SQ 75 I iv 00 'ail -r9. -. ' ;�) SO,,40 !DSO,. 00 '7S, I(') 00 3 2, 0,, 00 6 FiYDROSEEDING AC 3 1 7 2 -YEAR MAINTENANCE BOND LS SUBTOTAL - ALTERNATE #13 TOTAL CONSTRUCTION COST . BASE BID & ALT. #1 TOTAL CONSTRUCTION COST - BASE BID & ALT. #2 TOTAL CONSTRUCTION COST - BASE SID, ALT. #11, & ALT. #3 43t93 ed ./' 1,608, iot ,oa I, 3a ), 36 , ,50 t-19 Li Li 37, oca TOTAL CONSTRUCTION COST - BASE BID, ALT. #2, & ALT. #3 7�1 C5950 o- w. 2. It is understood that the quantities set forth are approximate and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of 5% Bid BondDollars ($ 5% Bid Bond ) in the form of Bid Bond is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5 I 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification ( X ), or Non -Resident 6 Bidder Certification (j. (Mark one.) FORM OF BID CONTRACT NO. 899 Page 3 of 5 (. 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 AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. 1 Date 11/1/16 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 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 alt 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. JB Holland Construction, Inc. 11/3/16 BY: Title (Name of Bidder) (Date) olland, tesHunt" (ficial Address: (Including Zip Code): 2092 Hwy 9 W, Decorah, IA 52101 FORM OF BID CONTRACT NO. 899 Page 4 of 5 I.R.S. No. 42-1237122 FORM OF BID CONTRACT NO. 899 Page 6 of 6 State of Iowa ) NON -COLLUSION AFFIDAVIT OF PRIME BIDDER )ss County of) Winneshiek , being first duly sworn, deposes and says that: Officer JB Holland Construction, Inc. 1. He is (Owner, Partner Officer Representative or Agent) , of 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 afflant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant ,201 Title (Signed) eff J'Holland, President Subscribed and sworn to before me this day of DIANE MARIE HENRY (�, ) Con' `lumber ros55 MY Aprit zO J.ILP aw April 5, ZO My commission expires . April 5, 2018 October, 2016 1,QOAdie.Vvic.14 1/10 Title Diane Marie Henry EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order 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. EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 PAGES 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- l discrimination clause hi every contract, 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. (Signed) ( propriate Official) Teff T Holland President (Title) 11/3/16 (Date) EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES RESIDENT BIDDER CERTIFICATION CONTRACT NO: 899 PROJECT NAME: F.Y. 2017 Wagner Road Sanitary Sewer Extension and Grading DATE OF LETTING: 11/3/16 To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site until this project is completed. I hereby certify that I am a resident bidder as defined above. COMPANY NAME JB Holland Construction, Inc. CORPORATE OFFICER TITLE President DATE 11/3/16 Jeff J Holland c t t ( MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Prime Contractor Name: JB Holland Construction, Inc pkag017 Wagner Road Sanitary Sewed g, and Grading 11/3/16 NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: President Date: 11/3/16 SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBENVBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBENVBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at (319) 291-4429, In the event it is determined that the MBENVBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID MBEJWBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid MBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted Service Signing - perfrom Traffic Contro110/28/16 Yes 11/3/16 Yes $500.00 - WBE DC Corp - Perform Concrete Cunettc 10/28/16 Yes 11/3/16 Yes $29,120.00 - MBE Rockette Trucking 10/28/16 No 11/3/16 No N/a l' .1- Nu;9 'i:A-erosion "/Z6att, -',B at/311 i3 (LS is121-15,0,_ WIC Co¢r4 I (Form CCO-4) Rev. 06-20-02 fin, firs, rr. f"^. !"5 .,'.1 .'^. /^l „^", ,Th P."‘ MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Res onsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WgE businesses are provided the opportunity participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBENVBE businesses in overcoming barriers to participation, and must make god faith efforts to secure bids from, and award subcontracts to, MB bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: to 1. "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM"submitted with the prime contractor bid, properly E/4VBE businesses. For all contract completed and signed on Form CCO q (Rev. 06-20-02) Please note that this document must include all subcontractor contacts, bids received and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBENVBE business contacts must be made and documented, if there are at least three (3) subcontracted,offerieiesinthe areas b se subcontractedbcn€orthat are liosted providing that service. L you have b beu MBENVBE then, attach a copy MBENVBE Certified If y. if less than three (3) are MBENVBE gismo the snot on the to of the certification from another government agency. 3. Contacts to each MB submitted a MBENVBE contact not on MBENVBE businesses are required to be a minimum of seven 7 workin+ 3.thbin to the City Waterloo. 4. The following documentation must accompany the "MBENVBE s .tier to the date the .rime contractor submits each MBENVBE business tion mss: ENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for a. A copy of the bid received from the MB b. If no bid was received, a copyENUBE, OR c. If no response of correspondence received from the MB P was received, a copy of the solicitation sent to the MBENVBE with p of of mailing attached. OR a "no bid" response, 5. If any MBEIWBE business submitting bids are not selected for subcontract award ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why a. Not low bid. Copies of the competing bids may be required for verification' documentation must accompany the "MB b. MB bid, withdrew bid or the MBENVBE was not selected, These reasons could include: BUSINESS c. Documentation offotherusine s -related for not selectingthe MB d. Prime contractor self performs work. ENVBE business for a subcontract. e. Any other reason relied on by The Contract Compliance Officer will determine the weight to be The Cont) ct Com goals. given to each item listed above (supported Subcontractors Res onsibilifies: ( PPorfed by appropriate documentation) based on 1. Each MBENVBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven 7 opening, goals on subject project will be reduced accordingly. Agreements MBENVBE in firm is to MBENVBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. between the bidder/proposer and an Mg NVB days prior the bid Form CCO..A Rev. 07-08.02 MBENVBE which BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, J. B. Holland Construction Inc. as Principal, and United Fire & Casualty Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of Amount Bid Dollars ( $ 5% ) lawful money of the United States, for the payment of which sum will and tmly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 3rd day of November , 2016 , for F.Y. 2017 Wagner Road Sanitary Sewer Extension and Grading Contract No. 899 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 bis 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 cotporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 3rd day of November A.D. 2016 t/ Witness' lEase Kelly By By J. B. Holland Construction, Inc. Principal (Seal) PlaS. (Title) United Fire & Casualty Company (Seal) Suity 1Q ‘ -M- Anomey-in-fact ,Lauri Meneough UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA UNITED FIRE & INDEMNITY COMPANY,WEBSTER,TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN,CA CERTIFIED COPY OF POWER OF ATTORNEY Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, Lk 52401 -� ■ (original on file at Home Office of Company See Certification)` KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa; UNITED. FIRE & INDEMNITY COMPANY, a corporation duly organizedand existing under the laws of the State of Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters m Cedar Rapids State of Iowa, does make, constitute and appoint JOHN W. AHROLD, OR JOHN R. FAY, OR KARLENE KENTNER, OR JENNIFER STARK, OR MATT FAY, OR LAURI MENEOUGH,"OR ABIGAIL R. MOHR, OR MAT DEGROOTE., ALL INDIVIDUALLY, of WEST DES MOINES IA their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100,000 , 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authorityhereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY.. COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITYCOMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. "Article VI –Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, :appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject: to the limitations set forthin their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instalments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney-in-fact. 4RN,z:.. INSUqa, oll IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its 4\G \2�G4OBg,,n vice •president and its corporate seal to be hereto affixed this 14th day of February, 2014 iAlt \ILY2g ea o UNITED FIRE & CASUALTY COMPANY .9.. UNITED FIRE & INDEMNITY COMPANY CORPORATE' SEAL. z FINANCIAL PACIFIC INSURANCE COMPANY;. By: State of Iowa, County of Linn, ss: Vice President On 74th day of February, 2014, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State oflowa; that he is a Vice President of UNITED FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board ofDirectors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Mary A. Bertsch Iowa Notarial Seal Commission number 713273 My Commission Expires. 10/26/2016 My commission expires: 10/26/2016 I, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of UNITED FIRE & INDEMNITY COMPANY, and Assistant Secretary of' FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney andaffidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said: originals, and thatthe said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 3rd day of November ow,cAsuitS�\iiNl u,M, \G INSU 4ry `J\�4\Q \ti % ` la c AQP • VpRPORq� CF; ei s` 986 cg4Fp* CORPORAT SEAL MY 2e, '' b _' BPOA0049 0115 '.. Secretary, UF&C Assistant Secretary, OF&I/FPIC