HomeMy WebLinkAboutK Cunningham Construction Co., Inc.CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC.
1025 CENTER STREET
CEDAR FALLS, IA 50613
_.. Wnsuoctien co Inc
Bid Security For:
F.Y. 2019 Lincoln Park Improvements
Contract No. 973
City of Waterloo, Iowa
S1 313 ii
O1?31kld4JO/1I3
CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC.
1025 CENTER STREET
CEDAR FALLS, IA 50613
Bid Proposal For:
F.Y. 2019 Lincoln Park Improvements
Contract No. 973
City of Waterloo, Iowa
:?;(7,:8D:ZIR:1 6TOZ
1
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
=owa 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 BID
PRICE
TOTAL BID
PRICE
1
TRAFFIC CONTROL
LS
1.00
$ 7 soo-•"e
$ 7)5.2''''''''
2
MOBILIZATION
LS
1.00
$ 1/8 soo.b'
$ y8 Soo,00
3
SILT FENCE, INSTALLATION, REMOVAL,
CLEANOUT
LF
1,298
$ .2. Sc
$ 3,z5'5 -:-o4
4
CONSTRUCTION FENCE
LF
2,998$
/•9s
$ /160`/4."
5
REMOVALS, EXISTING PAVEMENT
SY
1,879
$ 8.04
$ /5.03.z.00
6
REMOVALS, SUNKEN PLAZA
LS
1.00
$ 475:6$•'
$ 917S'•'
7
REMOVALS, LIGHTING
EA
4
$ ga0•4.0
$ 3., 2,5v),43.,45
8
EXCAVATION, CLASS 10
CY
ss8
.93-3-
_37289-$
/0.00
$ 17;SSo•ao
9
SITE GRADING
LS
1.00
$ y y0'.0''
$ y soo.oc
10
IMPORTED CLEAN FILL
CY
107
$ isoo
$ /,looS.oc
11
IMPORTED TOP SOIL
CY
143
$ 30.°'
$ 7JZSd,00
FORM OF BID -ADD 1
CONTRACT NO. 973
Page 1 of 5
12
ELECTRICAL INSTALLATION
LS
1
$ 107,SDp,Db
$ /67 SO4.274,
13
PLUMBING & DRINKING FOUNTAIN
INSTALLATION
LS
1
$ 1/3,1,..6°
$ 1/3i Ceo.bp
14
MODIFIED SUBBASE, COMPACTED
SY
1,755
$ lo.00
$ 7.0,5-34. 625
15
PCC PAVEMENT, 6"
SY
933
$ 4'2.7S
$ 39,2Ss7S
16
CONCRETE CURB FOR BRICK
LF
307
$ /9•25.
$ 6;949.75-
17
BRICK PAVERS WITH CONCRETE BASE
SF
3,321
$ 17.00
$ 5-6//57.462.
18
PCC, 6" CONCRETE •
STAMPED/COLORED
SY
1,286
$ go•ss
$ /03/ -2o1•sa
19
BENCHES
EA
54
$ t) /so•ao
$ 6aiJ°D•Dp
20
WASTE RECEPTACLES
EA
8
$ 1/ 92 S,ao
$ /S 9.4o,66
21
ENTRANCE SIGNS
EA
2
$ g)5 -5 -3 -.Ob
$ 33, //b..0.6
22
FLOWER BASKETS FOR LIGHT POLES
EA
16
$ /25-:oo
$ -2/40o.6.6
23
SHADE TREES
EA
10
$ 5'`/S4D
$ 5-/yso.oa
24
TURFGRASS SEEDING
SF
16,000
$ • /9
$ 3/4)%•"
25
DANCE CHIMES & INSTALLATION
LS
1.00
$ 60•o°
$ �pAO•oO
26
POROUS PAVEMENT FOR TREE
SURROUNDS
SF
288
$ 3s:oo
$ /o/2. '• '
27
REMOVALS, MISC
LS
1
$ SSoo.ao
$ SSoo.o�
28
CONSTRUCTION SURVEYING & STAKING
LS
1
$ A --4,.-.0.6
$ ,ii .00
TOTAL BID $
6R,2.) 976, /o
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
S X //ity�re E"�,�,/, %civ %/%45 h</ 11);;"17cr7). re..,1
/a
S�Ue1i�y i 4h4/ �bv
Dollars
($ X92)? 7G,. /a ). 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:
Ob
/ enZL7 5Ver, /744-na '6';+/‘E #1.€/),z/re=/ 4/ -Ar
($ 275_95
).
---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:
�c.�en��r.✓� ti n�E f �Yur'/ -FT:5),„ an= oda--- Dollars
($ 2 j BS 2 ).
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:
//Wer, -y Tx T ,s�n� �n-� lac"- Dollars
($ 2 J do- or)
).
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:
f/�ye7"1 nn
($
Add sum of:
1L-21 72/4it-h)' J' /e/ 47-17W /as
($ S/O. ao
).
FORM OF BID -ADD 1
----Dollars
Dollars
CONTRACT NO. 973 Page 3 of 5
Net Alternate Price ADD / •EDUCT -ircle one) Total:
Cfy- ?'{Dusan./ S:veh H4hdra.// N/he yani
($ 5-9 798.Oo
)•
e0
/Gv
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:
so
One 14r,/red TAiree-77K,a14n,1 Tc„o Ofie atS /oma -Dollars
($ /O31 2 c /. CO ).
Add sum of:
1if¢y -.:c<r T/a(.,sand /1/:he /17/Undrec/ S'x and
($ 'sy, 9760, So ).
Net Alternate Price ADD / DUC circle one) Total:
Dollars
on
1o,-ty-E;liif T�.0k5Gn 1 Awa //4h re / /CJ/- 1 /ve 'snob ioa
Dollars
($ y8, 225""00 ),
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:
00
iGiIre.=,
($ 7$2,...00).
Dollars
1. It is understood and agreed by the undersigned that OWNER reserves the unrestricted
privilege to reject any or all of the foregoing prices which it may consider excessive or
unreasonable. It is also understood that OWNER reserves the right to select any
combination of Bid Items that are in the OWNER's best interest.
2. It is understood that the quantities set forth are approximate only and subject to variation
and that the unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of
Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is
mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening
thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to
execute and deliver an agreement in the prescribed form and furnish the required bond and
certificate of the insurance within ten (10) days after the agreement is presented to him for
signature, and start work within ten (10) days after "Notice to Proceed" is issued.
FORM OF BID -ADD 1
CONTRACT NO. 973 Page 4 of 5
4. Security in the sum of Flee �Ieree„f of AmdzAh7` Bid
Dollars ($ 5-% ) in the form of 8i,/ $o'd
submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
is
6. Attached hereto is a Resident Bidder Certification ( x ), 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
3/2o//9
3/24.//9
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.
BY.
Glinn;/Jp 2m Goh54►-lic-74.or7 Coy z nom•
(Name of Bidder)
3/2s/,9
(Date)
Title t./Ie -�f rs:o%af
Official Address: (Including Zip Code):
/2S G2 7&r 51-ree/ ago/4r I//, 2,4
I.R.S. No. /2 - //z7`71/.7
FORM OF BID -ADD 1
So (013
CONTRACT NO. 973 Page 5 of 5
MBEIWBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: G(sflninqAa�' ns Co) i . Project: 7 z /1/0. 973 Letting Date: 3/. 2 S//j
NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature: ` C: c..��_ Title: 1//z. Date: 371109
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 MBE/WBE 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 Rudy Jones, Contract Compliance Officer, for
assistance at (319) 291-4429.
In the event it is determined that the MBE/WBE 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
MBEIWBE 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
�li; z,{- ----e,ns7,ru.ef,oh
3/1.4//9
ye S
3/27//9
/1/0
IA ize.e, C ohlY-rze.el-;bh
3/.24,//%
/1/0
—
I;ee/74 /1%cr�cry
312//9
yes
3/27//9
yes/?�
Z-3 5-.14,e•
(Form CCO-4) Rev. 06-20-02
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of -=d 1,Va
County of B1a4k tyawk
that:
)ss
, being first duly sworn, deposes and says
1. He is (Owner, Partner, ffRepresentative, or Agent) , of
�
�nn:n3�an nf-� coy xh<. , the Bid errice�
ttr t 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
-(?re %, fi-7c
Subscribed and sworn to before me this
V�lr�rcl� , 201.
My commission expires
Title
g day of
th)02
DIANE L CALEY
COMMISSION NO.7'03084
!AY N=7s
Title
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
('Yes 0 No
'Yes 0 No
EfYes ❑ No
ErYes ❑ No
[r 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: 'v
/ 2-7 / 79 to 3 / 2 9 / / ' Address. .7zer Strae l"
City, State, Zip. G r //r, .2-"A 52,6l3
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? 0 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
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: k G'[s/2/7; 74ant 04 u 7U1 e -
Signature:
Date: 3/.1e//Y
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)
Worksheet: Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
[]/Yes ❑ No
❑ Yes ErNo
❑ Yes ENo
✓Yes ❑ No
O Yes []7No
My business is currently registered as a contractor with the Iowa Division of Labor.
My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
❑ Yes [/No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
❑ Yes u No
My business is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
❑ Yes ['No My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
O Yes a -No
My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
❑ Yes allo My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
O Yes ErNo
My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-15)
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, K. Cunningham Construofion Co., Inc.
as Principal, and United Fire &Casually 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 28th day of
March , 20 19 , .for F.Y. 2019 Lincoln Park Improvements
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 28th day of March 2019
(Seal)
By
Principal K. Cuni'ngham Construction Co., Inc.
E O WENS V![ a -'l eeY,'.J ,74
(Title:
United Fire & Casualty Company (Seal)
Surety
By
s -e4
Atton ii fact Nancy D. Baltutat
INSURANCE
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA
CERTIFIED COPY OF ('OWER OF ATTORNEY
(original on file at Horne Office of Company —See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws
of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and
Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called
the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
GREG T. LA MAIR, NANCY D. BALTUTAT, PATRICK K. DUFF, JEFFREY R. BAKER, JOSEPH I. SCHMIT, JILL
SHAFFER, CHRISTOPHER R. SEIBERLI NG, EACH INDIVIDUALLY
Inquiries: Surety Department
118 Second Ave SE
Cedar Rapids, LA 52401
their true and lawful Attonrey(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 melt 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 altomeys-in-fact, subject to the limitations set of
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
the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time resoke all power and authority
previously given to any attorney -un -fact.
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 me duly sworn, did depose and say; that Ile resides in Cedar Rapids, State of Iowa; that lie 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 like authority, and acknowledges same to be the act and deed of said corporations.
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
vice president and its corporate seal to be hereto affixed this 10th day of March, 2014
UNITED FIRE & CASUALTY COMPANY
UNITED FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE COMPANY
By:
Vice President
Patti Waddell
Iowa Notarial Seal
Commission number 713274
My Commission Expires 10/26/2019
0otary Public
My commission expires: 10/26/2019
I, Mary A. Bertsch, Assistant Secretary of United Fire & Ca ualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant
Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney 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 in full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 28th day of March 201 A
BPOA0049 1217
By: °M(y,!/[.1, A2,2icta "
C/ Assistant Secretary,
UF&C & OF&I & EPIC