Loading...
HomeMy WebLinkAboutK. Cunningham ConstructionCUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC. C 1 1025 CENTER STREET CEDAR FALLS, IA 50613 Bid Security For: FY 2018 Ansborough Avenue Improvements City Contract No. 942 City of Waterloo, Iowa CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC. 1025 CENTER STREET CEDAR FALLS, IA 50613 Bid Proposal For: FY 2018 Ansborough Avenue Improvements City Contract No. 942 City of Waterloo, Iowa FORM OF BID OR PROPOSAL FY 2018 ANSBOROUGH AVENUE IMPROVEMENTS FROM U.S. 20 TO SAN MARNAN DRIVE CITY CONTRACT NO. 942 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 .LI MI_ , a Partnership consisting of the following partners: , 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, 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 FY 2018 Ansborough Avenue Improvements From U.S. 20 to San Marnan Drive, City Contract No. 942, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2018 ANSBOROUGH AVENUE IMPROVEMENTS FROM U.S. 20 TO SAN MARNAN DRIVE CITY CONTRACT NO. 942 BID ITEM DESCRIPTION UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE Division 1 1 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 3150 $ /6.00 $ 3i/5"-o0,ca 2 TOPSOIL, FURNISH AND SPREAD CY 2175 $ /o.ob 2.1,7so.00 3 MODIFIED SUBBASE CY 808 3�', yo $ 3/ az7.2, 4 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 3 DURABILITY, 10 IN. SY 2510 $ L/g d b $ 120, `280. oa 5 PORTLAND CEMENT CONCRETE PAVEMENT1 SAMPLES LS $ 2 >'oo.00 $ 2 Tdo.oc / 6 REMOVAL OF SIGN EACH 4 $ I2r.ao $ 5-06,0p 8 INTAKE, SW -507 EACH 2 $ 3 3aD.oa $ 6 600.ao / FORM OF BID CITY CONTRACT NO. 942 BF -1 of 5 9 INTAKE, SW -509 EACH6 $ 3)9,96.0e, 23yoa.co J SUBDRAIN, PVC, STANDARD, PERFORATED, 6 IN. LF 1504 $ S. /6 $ /2, / i'2 ,40 11 SUBDRAIN OUTLET, DR-30320EACH $ /2576.0 $ ;5216.04 12 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE PIPE (RCP), 2000D (CLASS III), 15 IN. LF 91 $ S/,4•d $ 5'lGy/,4•0 13 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE PIPE (RCP), 2000D (CLASS III), 18 IN.LF 24 $ 5-6,66 $ 1)3911,6A 14 REMOVE STORM SEWER PIPE LESS THAN OR EQUAL TO 36 IN.86 LF $ /o, 4•a $ S(oo ,0 0 15 REMOVAL OF PAVEMENT706 SY $ /a.aa $ %U(o0, 4•d 16 REMOVAL OF INTAKES AND UTILITY ACCESSES EACH 3 $ v46.00 $ ,Zoo.00 17 RECREATIONAL TRAIL, PORTLAND CEMENT CONCRETE, 6 IN.75 SY $ 38.00 $ 2 8so,oL> 18 REMOVAL OF SIDEWALK SY 155 $ 9.00 $ /1395-.aaoa 19 SIDEWALK, P.C. CONCRETE, 4 IN. SY 31 $ S/. 06 $ 6 578/, ae 20 SIDEWALK, P.C. CONCRETE, 61N.SY 110 $ .z/3.3, $ y7‘,63.o 21 DETECTABLE WARNINGS125 SF $ 3$,00 $ l�%Sd.Od 22 CURB AND GUTTER, P.C. CONCRETE, 1.5 FT. LF 1586 $ /7 pa $ / Jyy6 0,6 23 CURB AND GUTTER, P.C. CONCRETE, 2.0 FT. LF 76 $ z s' o v $ // 9Op• 4•a 24 COMBINED CONCRETE SIDEWALK AND RETAINING WALL CY 79 $ 72...4::),o 0 $ .5.4, g.&>60 25 REMOVE AND REINSTALL SIGN AS PER PLAN EACH 9 $ 2o0,00 $ �$ua.00 26 PERFORATED SQUARE STEEL TUBE POSTSLF 4 $ /s.•oo $ Ge;.. oz, 27 PERFORATED SQUARE STEEL TUBE POST ANCHOR, BREAK -AWAY SOIL IN STALLATION EACH 4 $ 2 -2.5--.6A. $ %60, 4•6 28 TYPE A SIGNS, SHEET ALUMINUM SF 86 $ /2. op $ 1/032 .Oc 29 TRAFFIC SIGNALIZATION LS1 $ 235;6,60,06 $ 2.35;6oa,on 30 PAINTED PAVEMENT MARKING, WATERBORNE OR SOLVENT -BASED STA 49 $ 5-5-..5o $ 2 6.9 6-.4•0 31 PAINTED SYMBOLS AND LEGENDS, WATERBORNE OR SOLVENT -BASED EACH 17 $ ���• �� $ jg7a.4•0 32 PAVEMENT MARKINGS REMOVED STA31 $ 357. a4• $ X08 5"..e, c, 33 SYMBOLS AND LEGENDS REMOVED12 EACH $ //o,00 $ /i3zo.ae 34 TEMPORARY BARRIER RAIL, CONCRETE LF 1617 $ 17 d.. $ 275,8,9 4•o FORM OF BID CITY CONTRACT NO. 942 BF -2 of 5 35 TRAFFIC CONTROL LS 1 $ 66,66 / /' $ 8i�° �+.00 36 FLAGGERS EACH 25 $ (/7Sbb $ / J g7Seo 37 MOBILIZATION LS 0.92 $ 20 Soo. oo $ /3 $6,4900 l 38 TEMP CRASH CUSHION EACH 6 $ l/Soo,00 $ 9Q60.dD 39 CONVERT RA -40 INTAKE TO SW -406 MANHOLE EACH 1 40 CONVERT RA -70 INTAKE TO SW -406 MANHOLE EACH 5 $ 3��00.00 $ /SSoo•ov 41 INTAKE PROTECTION EACH 8 $ ��f-de $ 1 goo.po 42 MAINTENANCE OF INTAKE PROTECTION EACH 8 $ (o D•oo $ 7Bp, o0 43 REMOVAL OF INTAKE PROTECTION EACH 8 $ �yo.00 $ 'igp•o0 44 TEMPORARY PAVEMENT SYMBOLS AND LEGENDS EACH 15 $ 3v6,co $ /i Soa.00 / 46 TEMPORARY PAVEMENT MARKINGS STA 42 $ // S, oz) $ y Sao• 00 47 SUBGRADE PREPARATION SY 2845 $/80 $ SJ2/,Do 48 MULCHING, BONDED FIBER MATRIX ACRE 1 $ 3, to fd .ca $ 3,4,s-6.06 49 SEEDING AND FERTILIZING (URBAN) ACRE 1 $ �,7fa.00 $/7So.00 50 SILT FENCE LF 540 $ /.$S $ 99 9•,� 54 DEVICE ER IN.DIASLOPE SEDIMENT CONTROL LF 1652 $ 2 `/S $ y 64/7.5.6 55 REMOVAL OF PERIMETER AND SLOPE SEDIMENTCONTROL DEVICE LF 1652 $ ,o.7 s $ '/ 7' 1 Division 1 Total $ 722 2112...00 Division 2 1 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 350 $ 12.00 $ Li oe 7 APRONS, CONCRETE, 12 IN. DIA. EACH 2 $ 1,ocn,ao $ 2/Oba.00 17 RECREATIONAL TRAIL, PORTLAND CEMENT CONCRETE, 6 IN. SY 895 $ 3,.,.6,..„.$ 27i 337,°0 20 SIDEWALK, P.C. CONCRETE, 6IN. SY 5 $ 7g.o6 $ 350.6.0 21 DETECTABLE WARNINGS SF 40 $ 3' 6 a $ 5-2o. ao 37 MOBILIZATION LS 0.06 $ 2.:,/5:60,ab $ /, 230. oo 45 CULVERT, CONCRETE ENTRANCE PIPE, 12 IN. DIA. LF 21 $ S'S.ca $ 9yjJoo 50 SILT FENCE LF 710 $ /, g S $ !, 3/ 3.50 51 SILT FENCE FOR DITCH CHECKS LF 225 $ 3.25- $ 73r. 2 5 - 52 REMOVAL OF SILT FENCE OR SILT FENCE FOR DITCH CHECKS LF 1470 $ .,So $ 73 oa FORM OF BID CITY CONTRACT NO. 942 BF -3 of 5 MAINTENANCE OF SILT FENCE OR SILT FENCE 53 FOR DITCH CHECK LF 1470 $ 6.75 Division 2 Total $ l�/e2..So $ yr�ssy,2s Overall Construction Total = Division 1 + Division 2 Division 1— Ansborough Avenue from U.S. 20 to San Marnan Drive Division 2 — Trail along north side of San Marnan Drive $ "77/5/396,/-5- Division 77/5,396,/-s 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 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 Fives }�r�er72- of ��P� /���fnf Dollars ($ ) in the form of i3r,/ -73b/7,/ 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 Bidder Certification ( ). (Mark one.) ), or Non -Resident 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 3/23//8 10. The bidder shall list the MBENWBE 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 FORM OF BID CITY CONTRACT NO. 942 BF -4 of 5 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 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. (1. GG/7n,h�yaJn La/25. rA2-6 h Gd.l �n<, BY: 3/29///g (Name of Bidder) (Date) Title V - es.‘,/h 71 - Official Official Address: (Including Zip Code): 5-DG13 I.R.S. No. 112- //2-7.1/47 FORM OF BID CITY CONTRACT NO. 942 BF -5 of 5 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of 2d Vv'il County of '13 /a k Hawk Ia e 1 ►Hieb being first duly sworn, deposes and says that: 1. He is (Owner, Partner ff c r, Representative, or Agent) , of p. • , 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 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) Vie -e Subscribed and sworn to before me this 2018. Title o9 day of My commission expires -SigjcZ2t, oP4 ▪ ►„". SANE L CALEY • 4' c mPAISSIONNO7 3064 • s;:v eo�use ias b yl b 4 AI1� Y/ Jii�Lfrnr NON -COLLUSION AFFIDAVIT PRIME CITY CONTRACT NO. 942 NCAP-1 of 1 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Er Yes ❑ No 0- Yes l' Yes Q Yes ❑ No ❑ No ❑ No OZYes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 6 / 2 7 / 7 9 to 3 / 29 / ig Address. 41.2S &n?G&r .S7-'ee'4 City, State, Zip: 1e,la, Fa//>, .c,4 Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address. You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. ❑Yes No You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: 20b1"-74 fan Sh �. Date: 3/ /9/JS You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) Zo-OZ-90 'nab 07-090 L-woJ) m N 0 N (o (D DJ (D Q< CD m m_ 0- m m o Fe- = v N 5. Q ((DD v m >o 03 o r W m m W Om — O CO v W co M -n ' w CO C ' C) Cn D Z -� C/i �. Z 0 m(/) O M < `° eL -pZ ° O m3 CO ca (0 O m Q3 Om Z m o 0 0 v - (') cn63 3 m o Q j v (D (D co 0 o w F) o (D n o_ F (19 O 00 c (D v � z -o .(D ( ( w 0� 6 ,__,. (DR (1) 0- (I) 0 0 0) 5' '`) fa 0 _xc1va E0 0 rno2 0 m�� 0- 0 3u O0 O o- o -0 v,' N 4 u) eL o -o o - (D - -o 0 5' O (fl0 (n -'(D ,--r N CD 0 0 * 0 c o c o. . (D (D' ( -m 5 o<0 O 3 r -r � o 0 r 0 0 0 (• : v �-" � o_u> 0 0 O 3 (fl 7 Qa 0 � - O n O 5. • 0 0 3 -aE o co � m O CO o m Cu O. (1) o 0 CO Eco O m D Z r (D r D OC) 0 o " o 70 0 ca > o co r mn o U) co o m o 0c ov o 0 0 (Do m .0 �v �• cu' 0 O_ ea 5. 0 (Dn mom O O O c c a �h 3 0 vi m Oo 3 Q. 5.m o (D v 0 o 0) (D O c O0 t n 0 0_ < m m c o �. ul 0 o U P 3 >o o C CD 0 5- = 3 :a.m4eu6iS Jo;oeawo3 0 X Z _O 5 0 g W 0 . M rt0 N W N rn 3 ° c CO ( O cZ 00 --I o D v 0 o 5• O 5 73 CI) c I0 0 c at'. v w m CI)z 6 O C :3- (A 3 0 O � CD CO MCO 0 E 0- m 0 CO 0 m0 c 0- o 0 0 o 0D O (-15- Z/3 al Du,m = F O D ( CD0 m o_ ' (D o 0 CT (b 0 m • -3- D (Dv O. O o 3 0. :eweN JoloeJTuoO awed rng com Zm O _N a —1 Z -Zn Cn �-1 0m b o E Z t -im Z ON m Q� ro r- 0 0 a) (a N a4 1 A I. V. k 0 Co > K - 4:•1 J r I n ti 1 c MBE/WBE Subcontractors Quotes Received Quotation used in bid JJ 0 ti N ` Dates Contacted W U eD O N tv M \ Ct, No Dates Contacted X. kA Yes/No 71 Dollar Amount Proposed to be Subcontracted (o (D DJ (D Q< CD m m_ 0- m m o Fe- = v N 5. Q ((DD v m >o 03 o r W m m W Om — O CO v W co M -n ' w CO C ' C) Cn D Z -� C/i �. Z 0 m(/) O M < `° eL -pZ ° O m3 CO ca (0 O m Q3 Om Z m o 0 0 v - (') cn63 3 m o Q j v (D (D co 0 o w F) o (D n o_ F (19 O 00 c (D v � z -o .(D ( ( w 0� 6 ,__,. (DR (1) 0- (I) 0 0 0) 5' '`) fa 0 _xc1va E0 0 rno2 0 m�� 0- 0 3u O0 O o- o -0 v,' N 4 u) eL o -o o - (D - -o 0 5' O (fl0 (n -'(D ,--r N CD 0 0 * 0 c o c o. . (D (D' ( -m 5 o<0 O 3 r -r � o 0 r 0 0 0 (• : v �-" � o_u> 0 0 O 3 (fl 7 Qa 0 � - O n O 5. • 0 0 3 -aE o co � m O CO o m Cu O. (1) o 0 CO Eco O m D Z r (D r D OC) 0 o " o 70 0 ca > o co r mn o U) co o m o 0c ov o 0 0 (Do m .0 �v �• cu' 0 O_ ea 5. 0 (Dn mom O O O c c a �h 3 0 vi m Oo 3 Q. 5.m o (D v 0 o 0) (D O c O0 t n 0 0_ < m m c o �. ul 0 o U P 3 >o o C CD 0 5- = 3 :a.m4eu6iS Jo;oeawo3 0 X Z _O 5 0 g W 0 . M rt0 N W N rn 3 ° c CO ( O cZ 00 --I o D v 0 o 5• O 5 73 CI) c I0 0 c at'. v w m CI)z 6 O C :3- (A 3 0 O � CD CO MCO 0 E 0- m 0 CO 0 m0 c 0- o 0 0 o 0D O (-15- Z/3 al Du,m = F O D ( CD0 m o_ ' (D o 0 CT (b 0 m • -3- D (Dv O. O o 3 0. :eweN JoloeJTuoO awed rng com Zm O _N a —1 Z -Zn Cn �-1 0m b o E Z t -im Z ON m Q� ro r- 0 0 a) (a BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, K. Cunningham Construction Co., 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 the bid amount 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 27th day of March , 2018, for FY 2018 Ansborough Avenue Improvements From U.S. 20 to San Marnan Drive, City Contract No. 942. 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 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, 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 corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 27th day of March , A.D. 2018. K. Cunningham Construction Co., Inc. (Seal) Principal By V ,'ocah71" (Title) United Fire & Casualty Company (Seal) Witness _ �// 1 Surety tiC Witness JillShaffer Attorney-'rf BID BOND CITY CONTRACT NO. 942 BB -1 of 1 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 (original on file at Honie Office of Company — See Certification) KNOW AIL 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 organized and existing under the laws of the State of Texas; arid 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 in Cedar Rapids, State of Biwa, does make constitute and appoint GREG T. LA MAIR,.NANCY DD. BALTUTAT:, MARK E. KEAIRNE , PATRICK K.' DUFF, JEFFREY R. BAKER;, JOSEPH I. SCHMIT, 'JILL SHAFFER CHRISTOPHER R •SEIBERLINGx,:EACH INDIVIDUALLY of: WEST DES MOINES IA Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 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 Authority hereby 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 & INDEMNITY COMPANY, 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 forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments 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. ,1111111 m,, IN WITNESS WHEREOF, the COMPANIES have each caused these presents to signed by its PPo,,�E.'•RPOR q%be vice president and its corporate seal to be hereto affixed this 10t h day of Machi' 2014 es„; rwLy UNITED FIRE & CASUALTY COMPANY "``�= UNITED FIRE & INDEMNITY COMPANY .5;. 1966 ,-? FINANCIAL PACIFIC INSURANCE COMPANY r.°'',7,,,111t1111«,, By: State of Iowa, County of Linn, ss: On 10th day of: March, 2014, before me personally came Dennis J. Richmann to me known, who being by fine duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; 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 of Directors of said corporations and that he signed his name thereto pursuant to lttke authority, and acknowledges same to be the act and deed of said corporations: �s Vice President Judith A. Davis Iowa Notarial Seat Commission number 173041 My Commission Expires 04/23/2018 Notary Public My commission expires: 04/23/2018 I,' David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant:: Secretary;.. of ' ITED FIRE & INDEMNITY COMPANY and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that 1 have compared the foregoing copy of the Power of Attorney and affidavit, 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: that the said Power of Attorney has not been revoked and is now n' full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 29th day of March , 20 18 . BPOA0049 0115 ,. By: Secretary,;UF&C Assistant Secretary, OF&UFPIC