Loading...
HomeMy WebLinkAboutBoulder Contracting25789 N Ave Grundy Center, IA 50638 i3ro FYA1 aivrAue Dans garfitlz AND coccus", Pta6AA-tel Coeiroi-e-r NO. 2,19 C-arri fl 4147-701tt10 FoULDER 25789 N. Ave. Grundy Center, IA 50638 3r -a >icc'",ctTY fY Zoi r 13aOba kat. itiv- a A i0 Lwa4-1 h`i 0204,44'04 Com- No. %79 C.LN dT wq.rreist.ovg r-44 FORM OF BID OR PROPOSAL F.Y. 2017 BRIDGE DECK REPAIR AND OVERLAY PROGRAM CONTRACT NO. 879 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 I-owR , 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 ail the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2017 BRIDGE DECK REPAIR AND OVERLAY PROGRAM, Contract No. 879, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: ifi I#3 DESCRIPTION- i t'i :,, ' iffesMN1-^nija B''IDn£. r�i+f n... � `...11,.S'.4t.4 u IT ,s a€ST gjtJ ..x <. a,.., e.b:.,�e,ih,P °UNIT>HID t -711 R,j �TOTALIBIDPRICE'. .',r,.,, Tt I, lin 1 REMOVALS LS 1.0$/0o,000,vo $to0;000.00 2 STRUCTURAL CONCRETE, MISCELLANEOUS CY 25.4 $ 1, Soo. ov $ 451 7a0. CD 3 REINFORCING STEEL, EPDXY COATED LB 750.0 $ 150 $ a,toaS.o0 4 DECK REPAIR, CLASS SY 729.0 $ 130.00 $ 167,670.00 5 DECK REPAIR, CLASS B SY 74.0 $ 055.00 $ I S, 2.70•oa 6 STEEL EXTRUSION JOINT WITH NEOPRENE LF 202.0$ au,. cm $ 4a,4ao.aa 7 NEOPRENE GLAND INSTALLATION AND TESTING LF 202.0 $ 3o.oa $ (0,060. co 8 CONCRETE REPAIR SF 600.0 $ 61.00 $ 34 Goo. oo 9 FURNISH TEMPORARY BARRIER RAIL LF 1,380.0 $ Ig .5o $ 17, as -o,00 10 INSTALL TEMPORARY BARRIER RAIL LF 2,760.0 $ a. 10 $ 5,114.00 11 TEMPORARY CRASH CUSHION, FURNISH AND INSTALL EACH 8.0 $ 0/5.00 $ 6?,5 0.00 12 BRIDGE APPROACH, BR -201 SY 1,328.2 $ /50.cm $ 149 0210. ao FORM OF BID CONTRACT NO. 879 Page 1 of 5 13 BRIDGE APPROACH, BR -202 SY 850.0 $ f 51, a° $ 1 3 So, oz' 14 STANDARD NON REINFORCED PAVING, PCC, 9 INCH, C-4 W/ CD JOINTS SY 796.8 $ lo.cv • 15 EXCAVATION EARTHWORK CY 100.0 $ LI 5. cro $ '•l 5.'O,CT 16 rn MODIFIED SUBBASE TON 207.0 '. • $ 5- P75:an CONCRETELONGITUDINAL GROOVING IN SY 5,104.0 $ $ 1 S 31a, c -a REMOVAL OF PAVEMENT 2,939.1 ': 19 REMOVAL OF EXISTING PAVEMENT LUG LF 332.0 $ QC). 1 CONCRETE BARRIER, TAPERED END, BA -108 EACH 4.0 $ 7 5oo.c'v ' 30 aav,• REMOVE AND REPLACE ABUTMENT BEARING PLATES B,C AND D, CLEAN AND PAINT PLATE A, RIVER ROAD EACH 20.0 $ l Sv vas $ 25 Oat), 412.1 REMOVE AND REPLACE ABUTMENT BEARING PLATES, CLEAN AND PAINT SOLE PLATE, WESTFIELD EACH FLOOR DRAIN EXTENSION, RIVER ROAD EACH / ate. cro FLOOR DRAIN EXTENSION, WESTFIELD AVE. EACH 12.0 $ (Dar,•av $ a tv, erd SIDEWALK/TRAIL REMOVAL SY 120.0 $ aK,vv $ a, 09A Ca SIDEWALK/TRAIL, PCC, 6 INCH SY $ !� 94o,av 27 FLUME, PCC, 6 INCH SY 8.5 $ 35o,0-4) $ 2 I75.oz 28 SLOPE PROTECTION REMOVAL SY 181.0 $ 3S. x 29 SLOPE PROTECTION PAVING, 4 INCH PCC w/ 6x6 #10 x #10 WWM SY 181.0 $ l a5. a° $ oZa L25.0:3 30 PAVING NOTCH AND BACKWALL, WESTFIELD AVE. LF 90.0 $ /0d, Iry $ I 6 avu. oz, 31 PLOWABLE MORTAR CY 2.0 ' y $ I, vv. o 32 PAINTED PAVEMENT MARKING, WATER BORNE OR SOLVENT BASED STA 79.91 $ 2S.o-o $ a .937, 90 33 PAVEMENT MARKINGS REMOVED STA 78.91 $ cid. ag 34 MOBILIZATION LS 1.0 $ ea.9coo. az, $ Cio acy". aA 35 DETOUR, WESTFIELD AVENUE_ LS1.0 , ate. $ 3 ate. oz 36 TRAFFIC CONTROL LS 1.0 $ t I 000.o $I out,. csra TOTAL DIVISION 1 — BASE BID $ 11134i, to/7.c)/ /'�¢i FORM OF BID CONTRACT NO. 879 Page 2 of 5 e 17 • r•' • .,i ':dip: TE I: • ;, i <:ti!• (d:i� r , .<<;;�;:•ri . , I :." -,i;l.;: i�.::;c �=:',i ;~^: ,. _ _ 'i'c - f= ,.. t;SCRIP�TION. .•?rta:, .'r ��t`RIVA � i''170N`? ALT TEA'` A<` 3 V. ... . � .... .. . ....." 3':''.Ic Oji., r`•$+ p::;: S..-UNI,T;;� - r',E STQT,Y•'--� =i - 1 '; ==:UNIT>� D?sia . iii ;T � TAL-BIDPR{GE-: . Q - yil. i;: 37.1 DECK OVERLAY (CLASS 0 PCC) SY 3,305.0 $ 16.56 $;5,? 5a• 5o TOTAL ALTERNATE A - OPTION 1 $ d5d, 8,3 .5 u /IC �p' IEMLTERNAT i•s.ti c. i�;_ AU :CR+,PTION awiO.0= 1'' -_ l'' 'OT- - :i i;NIT - E QY,g,,, * : I BI '•••= ji UfiA@L;FEtI (E! aL .,' 37.2 DECK OVERLAY (CLASS HPC -0 PCC) SY 3,305.0 $ Na $ i3L0 TOTAL ALTERNATE A - OPTION 2 $ /Ilo S 0 dwDg I1!M ew.,FOU�GH.LEV,6GLO5i3E'"F>':.' U..,5.>`•$.CR�., C3NR.E,�.,xwbvg rl1 p.;rt<'i pVISI2`VCES7FIEL7DPAVEIUIE� T,! 4, !ll .-�l �s,,`::- .•-.0 d1:E•,S3.- ? 7,: ii., ;:. !!? ..i ,4. 2 F',4:d IT:>'•,ci�D;-: ¢.I' 1 j ::;Px:ltsxw�i 3 ; n1qg:.,, t' ':<..PR:i. ,. .,,.:�,:•nt1h._er,P. C..• ;.•�•, EPF.ll,- tia.-:...4,.✓f'� 1 REMOVAL OF PAVEMENT, REINFORCED SY 296.2 $ 13.t o $ 3,050 .Cod 2 REINFORCED PAVING, PCC, 8 INCH, C-4 W/ 8X15 6X6 4X4 GAUGE SHEETS SY 296.2 $ 7a•cv $ at, ?2/0 v9c, 3 MANHOLE REPAIR, AS PER DETAIL EACH 2.0 $ 1,.O.eso $ (0,9 0-0.40 4 FURNISH AND INSTALL BASE PLATE EACH 2.0 $ 65o. 0e+ $ /, 3or, "av 5 FURNISH AND INSTALL MANHOLE FRAME AND COVER EACH 2.0 $ 14 Our, -OD $ 2am. err" 6 PARTIAL DEPTH CONCRETE REPAIR ON GATE SILL LS 1.0 $ a, Ick.vr.., $ a,le o,csv TOTAL DIVISION 2 $ 36, 477• ov ;/ TOTAL DIVISION 1 BASE BID + ALTERNATE A OPTION 1 + DIVISION 2 $ (,L/ay,y-ae ,57 ' TOTAL DIVISION 1 BASE BID + ALTERNATE A OPTION 2 + DIVISION 2 $ No 8z0 2, It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is FORM OF BID CONTRACT NO. 879 Page 3 of 5 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 Dollars ($ 4-70 ) in the form of psn 1.5.5wo is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification ( K ), or Non -Resident Bidder Certification ( ). (Mark one.) 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. Date — 10. The bidder shall list the MBENVBE 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. FORM OF BID CONTRACT NO. 879 Page 4 of 5 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. gouLO .(G `anent he mil to LLC, I0/414, (Name of Bidder) (Date) BY: lar. Title P40. Official Address: (Including Zip Code): 05789 Al /j„cd “ 6a. pa' &rarga- , CA 5o1.39 I.R.S. No. 27- 3o7av83 FORM OF BID CONTRACT NO. 879 Page 5 of 5 r NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of renuA, ) County of 6ahmlney ) Luw� )Q0,r.,vwm- 1. He is Owner Partner Cpwnutartnrty the 8 )ss Office , being first duly sworn, deposes and says that; Re , 4 IP resentative or A,ent ,of Raorrc er 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 affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) At) 0)e/totted and sworn to befor me this 1 l ' day of 201 6ntr () \-Tn-Alh My commission expires s KIMBERLY D LYNCH COMMISSION NUMBER 794278 iovvix MY, 0 MIS ON EXPIRES 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: i 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 5. The contractor, subcontractor, vendor and supplier of goods and services will fumish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program—Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non- discrimination clause in every contract, 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) (p ropriate Official) Pari. (Title) /04 (Date) EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES CONTRACT NO: PROJECT NAME: DATE OF LETTING: RESIDENT BIDDER CERTIFICATION 079 �y ao/1 6406(. Dila_ Ref/Faa lel&[/6. r Dvrauty P,w62,,,u. 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 CORPORATE OFFICER 3"40 44- Cewn:.sorc,Y G. I uC. TITLE Pis. ZIna a Ar"....err DATE /044 MBEWBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Prime Contractor Name: $o.awac. Co tcrvwv , ut. Project Fvao17 tzwkg- Or - o,SsAV Letting Date: /vtoAo. /WO ¢aans2 Pno&ig4#'. NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBEANBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Pn . Date: /04/6. SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE(WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBEANBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBEANBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid MBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted 11G.Dr AA-sseAy 941 No /irv,vr //�� SA#'v onera z5 /0/6 YFS 8ovco y$ /I/ora - SELF Per,-Acr•*tw Y (Form CCO-4) Rev. 06-20-02 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Boulder Contracting, LLC as Principal, and Nationwide Mutual Insurance 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 truly 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 6th day of October 2016 , for FY 2017 Bridge Deck Repair and Overlay Program Contract NO. 879 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 fumish a bond far his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, far 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 Surely, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 6th day of October , A.D. 2016 Boulder Contracting, LLC Principal WitA@se; ) k Witness By Nationwide Mutual Insurance Com Surety Attorney et Jill Shaffer, Attorn: -i, Fact Seal) (Seal) (Title) KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation Farmland Mutual Insurance Company, an Iowa corporation Nationwide Agribusiness Insurance Company, an Iowa corporation Power of Attorney AMCO Insurance Company, an Iowa corporation Allied Properly and Casualty Insurance Company, an lowacorporation Depositors Insurance Company, an Iowa corporation hereinafter referred to severally as the "Company° and collectively as the "Companies;' each does hereby make, constitute and appoint: GREG T. LAMAIIt PATRICK K DUFF CHRISTOPHER R. SEIBERLING MARK E. KEAIRNES NANCY D. BALTUTAT JEFFREY R. BAKER JILL SIJAFFER JOSEPH IRVIN SCHMIT WEST DES MOINES IA each in their Individual capacity, its true and lawful attorney -In -fact, with full power and authority to sign, seal, and execute an its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of THREE MILLION AND NO/100 DOLLARS S 3,000,000.00 and to bind the Company thereby, as fully and to the same extent as If such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of Indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature thatthe business of the Company may require; and to modify or revoke, with or without cause, any such appointmentor authority; provided, however, that the authority granted hereby shall In no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents.` This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vicepresident, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers In connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president,treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, Instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this Instrument to be sealed anddulyattested by the signature of Its officer the 13h day of February , 2014 . SEAL10 .0/``0,t / ma�+ar ':44 CkSEALLI 4:SEALj tkire P ; ` $. SEAL)J /;SEAL Oft►'+i J ett0 (SEAL) Terrance Williams, President and Chlet Operating Officer of Nationwide Agribusiness Insurance Company and Farmland Mutual Insurance Company; and Vice President of Nationwide Mutual Insurance Company, AMCO Insurance Company, Allied Property and Casualty Insurance Company, and Depositors Insurance Company ACKNOWLEDGMENT STATE OF IOWA, COUNTY OF POLK: ss On this 13th day of February 2014 before me came the above-named officer for the Companies aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Companies aforesaid, that the seals affixed hereto are the corporate seals of said Companies, and the said corporate seals and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Companies.. Sandy Allis Notarial Scat - lowa Cnmmlelon Number 152715 My Commission Expires March, 2A, 2017 £ rl Notary Public My Commission Expires CERTIFICATE March 24, 2017 I, Robert W Horner ID, Secretary of the Companies, do he eby certify that the foregoing is a full, 1 ue and correct copy of theoriginal power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Terrance Williams was on the date of the execution of the foregoing power of attorney the duly elected officer of the Companies, and the corporate seals and his signature as officer were duly aftIxed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still In full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the corporate seals of said Companies this 6th day of October 2016 . This Power of Attorney Expires 12/10/15 BDJ 1(03-14) (AI 01779 Secretary