HomeMy WebLinkAboutK & W Electric, Inc.K & W Electric, Inc.
1127 Lincoln St.
P.O. Box 967
Cedar Falls, (A 50613
TO:
CITY OF WATERLOO
ATTN: CITY CLERK
BID FOR FY 2019 LINCOLN PARK
K & W Electric, Inc.
1127 Lincoln St.
P.O. Box 967
Cedar Falls, IA 50613
TO:
BID PROPO;`,,-
K & W Electric, Inc.
1127 Lincoln St.
P.O. Box 967
Cedar Falls, IA 50613
TO:
BID BONI
FORM OF BID OR PROPOSAL
F.Y. 2019 LINCOLN PARK IMPROVEMENTS
CONTRACT NO. 973
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:
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
F.Y. 2019 LINCOLN PARK IMPROVEMENTS, Contract No. 973, 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. 2019 LINCOLN PARK IMPROVEMENTS
CONTRACT NO. 973
BID
ITEM
DESCRIPTION
UNIT
EST.
QTY.
UNIT
PRICE
BID
TOTAL BID
PRICE
1
TRAFFIC CONTROL
LS
1.00
$ 6,000.0C$
6,000.00
2
MOBILIZATION
LS
1.00
$ 20,000.00
$ 20,000.00
3
SILT FENCE, INSTALLATION, REMOVAL,
CLEANOUT
LF
1,298
$ 6.00
$ 7,788.00
4
CONSTRUCTION FENCE
LF
2,998
$ 7.50
$ 22,485.00
5
REMOVALS, EXISTING PAVEMENT
SY
1,879
$ 8.25
$ 15,501.75
6
REMOVALS, SUNKEN PLAZA
LS
1.00
$ 5,000.00
$ 5,000.00
7
REMOVALS, LIGHTING
EA
4
$ 800.00
$ 3,200.00
8
EXCAVATION, CLASS 10
CY
455
3,280
$ 31.00
$ 14,105.00
9
SITE GRADING
LS
1.00
$ 2,900.00
$ 2,900.00
10
IMPORTED CLEAN FILL
CY
107
$ 15.50
$ 1,658.50
11
IMPORTED TOP SOIL
CY
143
$ 60.00
$ 8,580.00
FORM OF BID -ADD 1
CONTRACT NO. 973
Page 1 of 5
12
ELECTRICAL INSTALLATION
LS
1
$ 107,500.00
$ 107,500.00
13
PLUMBING & DRINKING FOUNTAIN
INSTALLATION
LS
1
$ 60,000.00
$ 60,000.00
14
MODIFIED SUBBASE, COMPACTED
SY
1,755
$ 13.75
$ 24,131.25
15
PCC PAVEMENT, 6"
SY
933
$ 50.00
$ 46,650.00
16
CONCRETE CURB FOR BRICK
LF
307
$ 32.00
$ 9,824.00
17
BRICK PAVERS WITH CONCRETE BASE
SF
3,321
$ 21.50
$ 71,401.50
18
PCC, 6" CONCRETE -
STAMPED/COLORED
SY
1,286
$ 115.00
$ 147,890.00
19
BENCHES
EA
54
$ 1,150.00
$ 62,100.00
20
WASTE RECEPTACLES
EA
8
$ 1,925.00
$ 15,400.00
21
ENTRANCE SIGNS
EA
2
$ 11,000.00
$ 22,000.00
22
FLOWER BASKETS FOR LIGHT POLES
EA
16
$ 125.00
$ 2000.00
23
SHADE TREES
EA
10
$ 550.00
$ 5,500.00
24
TURFGRASS SEEDING
SF
16,000
$ 0.50
$ 8,000.00
25
DANCE CHIMES & INSTALLATION
LS
1.00
$ 60,000.00
$ 60,000.00
26
POROUS PAVEMENT FOR TREE
SURROUNDS
SF
288
$ 7.00
$ 2,016.00
27
REMOVALS, MISC
LS
1
$ 12,000.00
$ 12,000.00
28
CONSTRUCTION SURVEYING & STAKING
LS
1
$ 10,000.00
$ 10,000.00
TOTAL BID
$ 773,631.00
Bidder will complete the Work in accordance with the Contract Documents for the following
prices. Items annotated as an ALTERNATE will be considered for inclusion in the contract at the
discretion of the Owner
BASE BID PROPOSAL: Bidder agrees to perform all the work described in the proposed
Contract Documents and shown on the Drawings for the sum of
Seven hundred seventy three thousand six hundred thirty one
Dollars
($ 773,631.00 ). Amount shall be shown in both words
and figures. In case of discrepancy, the amount shown in words will govern.
FORM OF BID -ADD 1
CONTRACT NO. 973 Page 2 of 5
ALTERNATE PROPOSAL(S):
Alternate No. 1: If the Owner elects to proceed with Alternate No. 1, ADD the cost of the
electrical contractor furnishing and installing electrical cabinet #4, and providing all associated
devices, equipment and materials. Refer to the documents for additional information.
Add sum of:
Twenty-five thousand
($ 25,000.00 ).
Dollars
Alternate No. 2: If the Owner elects to proceed with Alternate No. 2, ADD the cost of the
electrical contractor furnishing and installing electrical cabinet #5, and providing all associated
devices, equipment and materials. Refer to the documents for additional information. Plumbing
contractor shall locate pedestal type hydrant as indicated in the documents.
Add sum of:
Twenty-three thousand five hundred Dollars
($ 23,500.00 ).
Alternate No. 3: If the Owner elects to proceed with Alternate No. 3, ADD the cost of the
electrical contractor furnishing and installing fiber handholes and associated conduit as
indicated on the plans. Electrical contractor shall provide conduit from inside electrical cabinet
#1 to power handhole near the center of the park as indicated on the plans. Refer to the
documents for additional information.
Add sum of:
Twenty thousand
($ 20,000.00
)•
Dollars
Alternate No. 4: If the Owner elects to proceed with Alternate No. 4, DEDUCT the cost of the
dance chimes, installation and 16 LF of concrete curb. ADD the cost of installing 30 SF brick
pavers with concrete base in place of the dance chimes, as shown on the plans.
Deduct sum of:
Sixty thousand five hundred Dollars
($
60,500.00
Add sum of:
).
Six hundred Dollars
($ 600.00
FORM OF BID -ADD 1
).
CONTRACT NO. 973 Page 3 of 5
Net Alternate Price ADD / DEDUCT (circle one) Total:
Deduct Fifty-nine thousand nine hundred
($59,900.00
)•
Dollars
Alternate No. 5: If the Owner elects to proceed with Alternate No. 4, DEDUCT the cost stamped
colored concrete and ADD the cost of PCC, 6" Concrete.
Deduct sum of:
One hundred thirty-eight thousand eight hundred eighty-eight
($ 138,888.00 ).
Add sum of:
One hundred nine thousand nine hundred fifty-three
($ 109,953.00 ).
Net Alternate Price ADD / DEDUCT (circle one) Total:
Twenty-eight thousand nine hundred thirty-five
Dollars
Dollars
($28,935.00
).
Dollars
Alternate No. 6: If the Owner elects to proceed with Alternate No. 6, ADD the cost of the
electrical contractor furnishing and installing electrical cabinet #3, and providing all associated
devices, equipment and materials. Refer to the documents for additional information.
Add sum of:
Forty-two thousand five hundred
($42,500.00
).
Dollars
1. It is understood and agreed by the undersigned that OWNER reserves the unrestricted
privilege to reject any or all of the foregoing prices which it may consider excessive or
unreasonable. It is also understood that OWNER reserves the right to select any
combination of Bid Items that are in the OWNER's best interest.
2. It is understood that the quantities set forth are approximate only and subject to variation
and that the unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of
Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is
mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening
thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to
execute and deliver an agreement in the prescribed form and furnish the required bond and
certificate of the insurance within ten (10) days after the agreement is presented to him for
signature, and start work within ten (10) days after "Notice to Proceed" is issued.
FORM OF BID -ADD 1
CONTRACT NO. 973 Page 4 of 5
4. Security in the sum of 5%
Dollars ($ ) in the form of Bid Bond 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 (Ves ) 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 FOC, 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 3/20/19
2 3/26/19
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 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.
KW Electric 3/28/19
(Name of Bidder) (Date)
By: Kevin Martin Title Vice President
Official Address: (Including Zip Code):
1127 Lincoln Street Cedar Falls, IA 50613
I.R.S. No. 42-1161671
FORM OF BID -ADD 1
CONTRACT NO. 973 Page 5 of 5
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of IOWA )
County of Black Hawk )
Kevin Martin , being first duly sworn, deposes and says
)ss
that:
1. He is owner (Owner, Partner. Officer, Representative. or Agent) , of
K&W Electric , 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) '1
Vice President
Title
Subscribed and sworn to before me this .RO"
P, 2018.,
Ma+
day of
My commission expires 0iRD
-11O1ANNA Etfl. BROWN
C_:.,m!s�!cn Number 766871
[f.y Comrras.' in Expires
February 2v, 20020_
Title
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.
5. 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.
EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2
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 anlegally committed to non-
discrimination in employment. Any person who appli., for employment with our
company will not be discriminated against becaus of race, creed, color, sex,
national origin, economic status, age, mental or phyal disabilities.
(Signed)
(A propriate Official)
Vice President
(Title)
3/28/19
(Date)
EQUAL. OPPORTUNITY CLAUSE PAGE 2 OF 2
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
X❑ Yes ❑No
® Yes No
[l Yes D No
0Yes El No
E] Yes ❑ 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: 04 / 01 / 1981 to 03 / 28 /2019Address: 1127 Lincoln Street
City, State, zip: Cedar Falls, IA 50613
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? Yes 0 No
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.
You may attach additional sheet(s) if needed.
To be completed by all bidders
Part D
I certify that the statements ade on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate id truthful information may be a reason to reject my bid.
Firm Name: K&W Fl, lctric
Signature:
Date: 3/28/19
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)
MBEIWBE BUSINESS ENTERPRISE •
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: K&W Electric Project: Lincoln Park
Letting Date:
3/28/19
NO MBE/WBE SUBCONTRACTORS: If you are NOT using arty MBENVBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBENVBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature:
Title: Date:
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 MBENVBE firms to perform portions of the work, please contact Rudy Jones, 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
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
Quick Construction
3/11/19
Yes
3/27/19
Yes
41,985.00
DC Corp
3/9/19
no
Tiedt Nursery
3/19/2019
yes
3/27/19
no
Watco
3/19/19
no
Advanced Traffic
3/19/19
no
(Form CCO-4) Rev. 06-20-02
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, K & W Electric, Inc.
as Principal, and United Fire and Casualty Company
as Surety are held and firmly bound. unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER. In the penal sum
Dollars ($ 5%
five percent of the bid amount
) 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 day of _
20 ,for 2019 Lincoln Park Improvements
Contract #973
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 7th day of March , 201 8
(Seal)
Witnes
Principal K r� W Electric, Inc.
/)1(
By 4ts/(-
(Title)
United Fire & Casualty Co.
Surety
By
Witness Attorney-in-fact
F
ui
reSUR.ANc:
IJNITI'I) HR1: & CASUALTY COMPANY, CEDAR RAPIDS, IA
IJNI'l'CD''IRI' & INDEMNITY COMPANY, \\'I:I35I IIR,'ix
FINANCIAL PACIFIC INSURANCE COMPANY, ROC Ki.IN, CA
C1'.R'1'I1 111) COPY OF POWER 01' ATTORNEY
(original on file at Home Office of Company — Sec Certification)
KNOW A1,1, PERSONS 13Y;1I1I:S1'. PRI151:N iS;'Chat (hilted Fire & Casualty Company, a corporation duly organized and existing under the laws:;.
of the State of Iowa; United hire & Indemnity Company, a corporation duly organized and existing under the laws of Ilhe Shite of Texas; attd
Financial Pacific Insurance Company, a corporation dulyotgauized and existing under the laws of the State o1 Ca111(11011 (herein collectively called
the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and apix)iut
SCOTT POPPENS, MATTHEW ARENHOLZ, ROBERT C. NEMMERS, KATHY MCCLAIN, LORI AGUTAR, KODY MCCRACKEN,
JASON ARENHOLZ, EACH INDIVIDUALLY
Inquiries: Surety Department
118 Second Ave SE
Cedar Rapids, iA 52401
their true zinc' lawful Attorney(s)-in-Fact with power autl authority hereby conferred to sign, seal and execute in its behalf all lawful bonds
undertakings and other obligatory atatrtunenis of similar nature provided that no single obligation shall excrLJ $15 , 000, 000.00
and to bind the Companies thereby as fully and to the same extent as if such instnul gilts wcre;aignt.d by the duly: authorized officers of the Companies
and all oi'the acts of said Attorney, pursuant (o the authority hereby given and hereby ratified and confirmed.
Tire Authority hereby.granted shallexpire the l7th..day of November, . 2019 unless sooner revoked by United Fire & Casualty
Company, 1 nited:File & hulenmity Company, and Financial Pacific Insurance Company.
This Power of Attorney is made and executed putsutmt to and by authority of the following bylaw duly adopted on May 15, 2013, by the Hoards of
Directors of I nited Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company.
"Article VI — Surety Bonds mud 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 instnuucnts 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 arid binding upon the Conmptmies with the sante force and effect as though manually affixed. Such attorneys -in -fact, subject to the 'irritations set of
north in then respective certificates of authority shall have hill power to bind the Companies by their signature and execution of any such instruments and to attach the seal
the Companies 'hereto... 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 altomeyi n -fact.
."4 <4.4%,
IN WI'T'NESS WHEREOF, the COMPANIES have each caused these presents to be -signed by its
�sa\c �,+sugti vice president and its corporate seal to be hereto affixed this 17th day of November , 2017
5 nr `''""f.54: setts
UNI'T'ED FIRE & CASUALTY COMPANY
n 1984; UNITED FIRE & INDEMNITY COMPANY y'''t' '" FINANCIAL PACIFIC INSURANCI; COMPANY
fs.. '
lIIIIIIIIIIINo
By:�.R.+•,.,•.,.:r.. (,.,cP-• ...
State of Iowa, County 0 r 1.11 n, ss: Vice President
On 17th day of November 2017, before me personally came Dennis J. Richmann
to ane known, who being by Inc 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 tthieh executed the above instninient; 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 coiporations and that he signed his
name thereto pursuant 10 like authority, and acknowledges sante to be the ttcl and deed of said corporations.
Patti Waddell
Iowa Notarial Seal
Commission number 713274
My Commission Expires 10/26/2019
Gtr"`' v"A Notary Public
My commission expires; I0/26/2019
1, Mary. A. Bertsch, ,Assistant Secretary of United Fired. Casualty Company and Assistant Secretary of 1 flitted Fire & Indemnity:Company, and Assistant
Secretary of Financial Pacific Insurance Uoiinpany, do hereby certify that i have compared the lbregoing copy of the ]'ower of Attorney and affidavit, and
the copy of the Section of the bylaws and resolutions of said Colporitions asset Borth in said Power of A ttorney,with the ORIGINALS ON FiLE IN 'TIF.
HOME OFFICE OF SAID iCORPORATIONS, and that the sante are conect transcripts thereof, and of the whole of the said originals, and that the said
Power ol'Attorney has not been revoked and is now in full force and effect.
In testimony whereof l have hereunto subscribed my name and affixed the corporate seal of the said C'oIixlrations
this , 7th day of March 2018
0111 lll 111144,
01111p 1 ,
�\ t.l,, •,, - J�\\�swoy epi„ :: ��G
c.�N$pRq)
'h1111%$115'
111)0A00-15 122(117
"647„ant; lu` �\`\
suer. jULY
'sIG.: ,air
This paper has a colored background and void pantograph.
Assistant Secretary,
1F&C & Uh&I & FPIC