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