HomeMy WebLinkAboutDave Schmitt Construction Co., Inc. o co
et
o n cn
rt 0 E t7 0
.
`C 0 D
'-t '-t o ro fa
0 ,
o w 0, 0 4 C Z rn r 0
Paz o 2 wyn
rt •C
va H F C W ?7 C I
p' H N w Iii 0O o n \
rt Z K7 �
w z m cn
m 0 c4 c •
n
co x 9 cn iP 0
- 6
0 ^
0.
h
0 8
Lt
z
C7 ft) VI 1-gJ 7J '
11 d [n E
,C rt f N .t., O Cn W
nZM
rt 0
¢
CLZ
fll Z hi H M N N
rt O E 1-30 Q2 SRd w T T1OH: OS:OZ:ZPwdSIO I A r4
fD • !li H 1-4a pD p Cn N
C O 10 H CA � � C
0 0 m 0 ro 0
H H H o g Q 33.1.330 SE7%2 3 0 iiiiCi
o w a ,. E •
0 0 "x m — i IU1 31Ui4JoA1I
0 a 0 J ZZ .,-_ .
n tli
o
a r
H
O
2
O„G AM f4j
ye kOls.writp
��i� �t.f8d1B .
SEWER • TRUCKING • EXCAVATION
CONSTRUCTION CO. INC. WATER • DEMOLITION • GRADING
250 50TH AVE. S.W., CEDAR.RAPIDS,IOWA 52404 (319)365-8669 FAx(319)365-2677 EQUAL OPPORTUNITY EMPLOYER
Proposal: Contract No. 900
From: Dave Schmitt Construction Co. Inc. Project: 15-076JGL
250 50th Avenue SW Description: NE INDUSTRIAL PARK SAN/WAT
Cedar Rapids, IA 52404 Bid Location: WATERLOO
Phone: 319-365-8669 Bid Date: 2015, NOV 19
Fax: 319-365-2677 Revision Date:
ITEM DESCRIPTION BID QTY U/M UNIT BID AMOUNT
1 MOBILIZATION 1.000 LS 25,000.00 $25,000.00
2 TRAFFIC CONTROL 1.000 LS 3,000.00 $3,000.00
3 SWPP IMPLEMENTATION 1.000 LS 6,500.00 $6,500.00
4 SILT FENCE 7,750.000 LF 2.10 $16,275.00
5 MOBILIZATION, EROSION CONTROL 3.000 EA 130.00 $390.00
6 REMOVAL OF PAVEMENT, PCC 7-INCH 150.000 SY 9.00 $1,350.00
7 REMOVE 10" HDPE DETENTION POND 40.000 LF 4.50 $180.00
8 REMOVE 36" RCP & FES 280.000 LF 9.50 $2,660.00
9 REMOVE EXISTING STORM STRUCTURE 1.000 EA 1,000.00 $1,000.00
10 REMOVE EXISTING TREES AND STUMPS 1.000 LS 700.00 $700.00
11 TOPSOIL, STRIP, SALVAGE, AND SPREAD 2,665.000 CY 2.10 $5,596.50
12 EXCAVATION, CLASS 10, ROADWAY AND 11,210.000 CY 2.45 $27,464.50
BORROW
13 SAN, BORED, SNG WALL PVC 24", W/36" 400.000 LF 489.00 $195,600.00
CASING
14 SAN, TRENCHED, COR PVC 24" 2,850.000 LF 79.00 $225,150.00
15 MH, SAN SW-301, 48" 8.000 EA 4,250.00 $34,000.00
16 MH, SAN, SW-301, 60" 1.000 EA 6,000.00 $6,000.00
17 MH, SAN, SW-301, 84" San MH 1.000 EA 13,800.00 $13,800.00
18 SAN SERVICE STUB, PVC, 6" 430.000 LF 38.50 $16,555.00
19 TAPPING VALVE ASSEMBLY, 16"x16" 1.000 EA 13,575.00 $13,575.00
20 WM, BORED, DIP, 16". W/24" CASING 460.000 LF 395.00 $181,700.00
21 WM, TRENCHED, DIP, 16" 3,620.000 LF 68.00 $246,160.00
22 FITTINGS BY COUNT, DUCTILE IRON 6.000 EA 1,054.00 $6,324.00
23 VALVE, GATE, DIP, 16-INCH DIA. 12.000 EA 5,365.00 $64,380.00
24 WATERMAIN FH TEE, MJ, 16"X 6" 6.000 EA 1,035.00 $6,210.00
11/19/2015 Dave Schmitt Construction Co. Inc.
Proposal: Contract No. 900
ITEM DESCRIPTION BID QTY U/M UNIT BID AMOUNT
25 FIRE HYDRANT ASSEMBLY 6.000 EA 4,050.00 $24,300.00
26 WATER SERVICE STUB, DIP, 6-INCH 430.000 LF 72.50 $31,175.00
27 1-1/2-INCH FOAM INSULATION BOARD, 6.000 EA 52.00 $312.00
4'X8' SHEET
28 MANHOLE, STORM SEWER, SW-401, 84 1.000 EA 7,325.00 $7,325.00
INCH DIA.
29 STORM, TRENCHED, RCP, 2000D (CLASS 280.000 LF 31.00 $8,680.00
III), 36" USE EXISTING PIPE
30 APRONS, CONCRETE, 36"W/2 JOINT TIES 1.000 EA 1,500.00 $1,500.00
USE EXISTING PIPE
31 REPLACE 10" HDPE IN EXIST DET POND, 40.000 LF 40.00 $1,600.00
USE EXISTING PIPE
32 SUBDRAIN, PERFORATED PLASTIC PIPE, 1,300.000 LF 9.00 $11,700.00
6-INCH DIA.
33 INTAKE, SW-512, 18-INCH DIA. W/SOLID 8.000 EA 900.00 $7,200.00
COVER
34 PCC, CLASS C, CLASS 2 DURABILITY, 7 150.000 SY 45.00 $6,750.00
INCH
35 TOPSOIL, FURNISH AND SPREAD 500.000 CY 1.00 $500.00
36 TEMPORARY SEEDING 12.000 AC 521.00 $6,252.00
37 MULCHING 12.000 AC 730.00 $8,760.00
38 SEEDING AND FERTILIZING (URBAN) 12.000 AC 782.00 $9,384.00
39 2-YEAR MAINTENANCE BOND 1.000 LS 7,400.00 $7,400.00
TOTAL BID: $1,232,408.00
11/19/2015 Dave Schmitt Construction Co. Inc.
FORM OF BID OR PROPOSAL
F.Y. 2016 NORTHEAST INDUSTRIAL PARK SANITARY SEWER
AND WATER MAIN EXTENSION
CONTRACT NO. 900
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
inL-.JA , 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. 2016 NORTHEAST INDUSTRIAL PARK SANITARY SEWER
AND WATER MAIN EXTENSION, Contract No. 900, 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. 2016 NORTHEAST INDUSTRIAL PARK SANITARY SEWER
AND WATER MAIN EXTENSION
CONTRACT NO. 900
ITEM ITEM CODE ITEM DESCRIPTION UNIT ESTIMATED UNIT TOTAL
NO. QUANTITY PRICE PRICE
1 2533-4980005 MOBILIZATION LS 1
2 2528-8445110 TRAFFIC CONTROL LS 1
STORM WATER POLLUTION
3 2599-9999010 PREVENTION PLAN LS 1
IMPLEMENTATION
4 2602-0000020 SILT FENCE LF 7,750
5 2602-0010010 MOBILIZATION, EROSION CONTROL EA 3
6 2510 6745850 REMOVAL OF PAVEMENT, PORTLAND SY 150
CEMENT CONCRETE, 7-INCH
7 2599 9999009 REMOVAL OF STORM SEWER PIPE LF 40
FROM EXISTING DETENTION POND
FORM OF BID CONTRACT NO. 900-ADDENDUM #1 Page 1 of 4
REMOVE STORM SEWER PIPE LESS
8 2503-0200036 THAN OR EQUAL TO 36-INCH DIA. W/ LF 280
APRON
9 2599 9999005 REMOVE EXISTING STORM SEWER EA 1
STRUCTURE
10 2599 9999010 REMOVE EXISTING TREES AND LS 1
STUMPS
11 2105-8425015 TOPSOIL, STRIP AND SALVAGE CY 2,665
12 2102-2710070 EXCAVATION, CLASS 10, ROADWAY CY 11,210
AND BORROW
SANITARY SEWER GRAVITY MAIN,
13 2504-0114010 BORED, SINGLE-WALL PVC PIPE, 24- LF 400
INCH, W/36-INCH STEEL CASING PIPE
SANITARY SEWER GRAVITY MAIN,
14 2504-0114010 TRENCHED, CORRUGATED PVC PIPE, LF 2,850
24-INCH
15 2435 0130148 MANHOLE, SANITARY SEWER, SW- EA 8
301, 48-INCH DIA.
16 2435 01301fi0 MANHOLE, SANITARY SEWER, SW- EA 1
301, 60-INCH DIA.
17 2435 0130184 MANHOLE, SANITARY SEWER, SW- EA 1
301, 84-INCH DIA.
18 2504 0200406 SANITARY SEWER SERVICE STUB, LF 430
PVC, 6-INCH
TAPPING SLEEVE, VALVE,AND BOX,
19 2554-0208012 EA 1
16-INCH X 16-INCH
WATERMAIN, BORED, DIP, 16-INCH
20 2599-9999009 DIA. W/ 24-INCH DIA. STEEL CASING LF 460
PIPE
21 2554 0112012 WATERMAIN, TRENCHED, DIP, 16- LF 3,620
INCH DIA.
22 2554-0202200 FITTINGS BY COUNT, DUCTILE IRON EA 6
23 2554-0207012 VALVE, GATE, DIP, 16-INCH DIA. EA 12
24 2599 9999005 WATERMAIN TEE, MJ, 16-INCH x 6- EA 6
INCH
25 2554-0210201 FIRE HYDRANT ASSEMBLY EA 6
26 2554-0204120 WATER SERVICE STUB, DIP, 6-INCH LF 430
27 2599 9999005 1-1/2-INCH FOAM INSULATION EA 6
BOARD, 4'x 8'SHEET
28 2435 0140160 MANHOLE, STORM SEWER, SW-401, EA 1
84-INCH DIA.
STORM SEWER GRAVITY MAIN,
29 2503-0114236 TRENCHED, RCP, 2000D (CLASS III), LF 280
36-INCH DIA., USE EXISTING PIPE
30 2416-0100036 APRONS, CONCRETE, 36-INCH DIA. EA 1
W/2 JOINT TIES, USE EXISTING PIPE
FORM OF BID CONTRACT NO. 900—ADDENDUM #1 Page 2 of 4
REPLACE STORM SEWER PIPE FROM
31 2599-9999009 EXISTING DETENTION POND, USE LF 40
EXISTING PIPE
32 2502 8212206 SUBDRAIN, PERFORATED PLASTIC LF 1,300
PIPE, 6-INCH DIA.
INTAKE,SW-512, 18- INCH DIA. W/
33 2435-0251218 EA 8
SOLID COVER
STANDARD OR SLIP FORM PORTLAND
34 2301-1033070 CEMENT CONCRETE PAVEMENT, SY 150
CLASS C, CLASS 2 DURABILITY,7-INCH
35 2105-8425005 TOPSOIL, FURNISH AND SPREAD CY 500
36 2599-9999001 TEMPORARY SEEDING AC 12
37 2601-2634100 MULCHING AC 12
38 2601-2636044 SEEDING AND FERTILIZING (URBAN) AC 12
39 2599-9999010 2-YEAR MAINTENANCE BOND LS 1
TOTAL CONSTRUCTION COST # 2+52.,.40 . ao
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 S �•
Dollars ($ ) in the form of BON Bakibi
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 ( ), 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
FORM OF BID CONTRACT NO. 900-ADDENDUM #1 Page 3 of 4
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 got). (L. 20I5
10. The bidder shall list the MBE1 BE 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 AM
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.
�6SU3 Sc�arvttrt' C_ ttto)3 Co. LIL. }1aa (1, MS
(Name of Bidder) (Date) ,!
BY: ` Title I 3i11:CP 1.0__
Official Address: (Including Zip Code):
25 O SO TN AVC3. Si.).
C-ms). R.At . (a 52.404
I.R.S. No. 42..- 0889038
FORM OF BID CONTRACT NO. 900—ADDENDUM#1 Page 4 of 4
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: 900
PROJECT NAME: FY 2016 NE Industrial Park Sanitary Sewer and
DATE OF LETTING: Water Min Extension Nov 19, 2015
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 Dave Schmitt Const ion C Inc.
CORPORATE OFFICER John Link
TITLE Assistant S..cretary
DATE Nov 19. 2015
•
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa
)ss
County of Linn )
John Link , being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of Dave Schmitt
Construction C... Inc. , 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, ern. , -e�; ies in interest, including this
affiant.
(Signed) 4 A
.111
Project Manager, Estimator
Title
/ Subscribed and sworn to before me this l day of
, 201,z
7
fL� C�Zl.1C 1Z y / , re //c46,
7 Title
My commission expires (S74 7//1
�.pRiJ<S DENISE FITZPATRICK
v Commission Number 734410
z
* My Commission Expires
'OWP
E o
L Y
~ O O = O 0 9 ' J
o •C O O N 0 {� �p1 n7
N o L .' C L a) C a) J J J
Cr) L c. p --i C c = 0 •"a O V
0 cr 0] L .G i. CC (..
Up P
Cu c O C c w U "- G a +�+
++ ,C O C m O ... +>
o Q o :.= Q 0 ^a 7
o o 0 o =
Cu .Q Cu j c.to v 03 c=_u 0
0 C a) Z L Q- � �; ° s. _a 0 0 P
a .., E CC aC
C v' a a) a) > >' O CO �' ^ 9 0 A
Y -- a o p' U o 0 o 0
J m = 0 > = _ _ � o0 0 A 1- �' '"6'
.o = o 0 2.4f o 0 o t .c d
u a) C)
v -_ a � U) Eo mo
L - 0 o EwU a E m
Y
O Cl) > •.- O O Y a3 W N h
N O N C O LL U L 30 Le I— a>
a� w o •a m a Ca o Q. V
re E ° ' nE easy � Q
W Qo ' o P 2 0 o c •= o o Z
fnV' � ° � aa) aai � _ � � .0 ' WO
o ns
aZu o � ro ) u) »= 0 i a=' 00 ^o
O u w a E L : o c W 0
W ~ s-' clam oC o > o ma m �
Z o o coo E U' A CL o
0
WQL • m naoiaai � E ZQ' U
tnQ N os a) QQ 2 � 'SW y
(0 Li- c� w = P' 77 = 70 = Y Ca a O ►- g
Z H o = °� o a= as .Q W 0
co 0 a w j- >, ' o o a) a' o Z N o
CCII— >, Q L L > 8 O LIT,
1- W V Ir. T
W Z C O 0 0 6) (n O !/) Z •
oOOC) N aNd CCC Y fA
Cn o Ern CI
NU 0m ^o
m m '� F a) aai N a E = O W y 4 a N ill
EW 0 5 m � N08 u) as `-- co ee 1 1 1
dI•AaE' M lc CI) = o_ LI_ C v
N L' o E 0 ri Cl) •E Q m ea O A o
o 0 "- L L o 0 w o W U ( 1 1
o = moo o _ " W �
U .O v) o W U 4 a P_ w YO Q
y) to >- E = o .Q w m C
Y
0 N . Ili UO � a a w O 1--
.0 C .O E Q O m a) L
a) U L _0wU pYw Y o Q
c�a o -I �m c0u o 'C " t4
a) H Da.. LIE L o'"�''a aai FT^ +o, J J N
E 0 NF0 � m aci � E Ca > i 7. o
3 0
0 .0 a) Q' L o O E .a C \ •�-� O� N
0] L 0 � » 5yo a o W 0 4'1 o
OL N O C�6 H T N -- 0 a) ,_ a C ��I G .�I j
ce
Ca m a3 U) re J C p Cu Y 7'' L co.) S
- _ V! 1— J a g U = CU Y -id-
Y L T� 0
trA° �\��'c o W o0 o zQo � yo � a) 0 q .) O
s11 o U co -Ea- `-' 0 _a' o = cLa = a>iCa 6' U 2 0
t1; � t11t); as c o U '= a as a a) o b 4 v
/o:r {E+ E Q. C 00 = 3 E p !� L Y ill U
�`�`�a` 'L X O O O C �' N Y �� n 4 p
E_ 2 a) D. 0 In V) cn >- w "_- Ca E E f.Y u-
BID BOND
KNOW ALL MEN BY THESE PRESENTS,that we, Dave Schmitt Construction Company,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 Amount Bid
Dollars($ 5%of amt bid ) 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 19th day of
November , 20 15 , for FY 2016 NE Industrial Park Sanitary Sewer&Water Main Extension
Contract No.900,Martin Luther King Jr.Drive,Waterloo,IA
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 17th day of November ,A.D. 201 5
Dave Schmitt Constru 'on Company,Inc. (Seal)
Princip
By mar i wtvabik'.
(Title)
•
' United Fire&Casualty Company (Seal)
ttn s SuretyriLflk.a /�X
Wi ss B Attorney-in-fa" t WI V �1} t u
Y ct
UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department
UNITED FIRE&INDEMNITY COMPANY,WEBSTER,TXUV
118 Second Ave SE
FINANCIAL PACIFIC INSURANCE COMPANY,ROCKLIN,CA Cedar Rapids,IA 52401
CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home 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
TIMOTHY J. FOLEY, ORKARENS. LOPEZ, BOTH INDIVIDUALLY OF THE PEORIA, IL OFFICE OR BRIAN'TAYLOR, OR
DAVID M. OWEN, BOTH INDIVIDUALLY OF THE LONGMONT,• CO OFFICE; OR ROBERT L. KOLLSMITH, OR JACQUELINE
K. PETERS, OR DEBORAH D. HAHN, OR CHERYL MRSTIK, OR M. LYNN KIMBLE, OR SAMANTHA SPILMAN, ALL
INDIVIDUALLY of CEDAR RAPIDS IA
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 $35,000,000.00
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 shall expire the 27th day of January 2016 unless sooner 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 soused,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.
"o1u ,1,,, ors,^DIlun„ ,,,.\�I,Nsu,,, IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its
GASV %' .,\\ INDEM ,�% J\F H/
c`£• �o: w•°`� " , ,'Qp�:p po/4,,- vice president and its corporate seal to be hereto affixed this 27th day of January, 2014
f/ CORPORATE S'' =O CORPORATE IS Q%3G FQ,n3
ti , zz, ;- UNITED FIRE&CASUALTY COMPANY
°' SEAL P SEAL =? y:. lsa6 r.'`i UNITED FIRE&INDEMNITY COMPANY
' 2, �3 '',Ea "'''iFOPa` FINANCIAL PACIFIC INSURANCE COMPANY
,,,R lliOSs" #,,,,SSE, ,,,,, /(/�/may
/////ll111111111�E��""` V
By.
State of Iowa,County of Linn,ss: Vice President
On 27th day of January, 2014, before me personally came Dennis J. Richmann
to me known;who being by me duly sworn,did depose and say;that he resides in Cedar Rapids, State of Iowa; that he is a Vice President ofUNIIED
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.
O•6r Mary A.Bertsch
r scionn Notarial Seal �/ y.+�, „r r ` s � .
Commission number 713273 / ,�!,( /((�/„ Notary Public
owl+ My Commission Expires 10/26/2016
My commission expires: 10/26/2016
I,David A. Lange, Secretary of UNITED FIRE& CASUALTY 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 this testi1 y I o have hereupto subscribednl, I y name and affixed 20d thecorporate seal of the said Corporations
day 1�� 1(r .J
„Foul,Rlp,/ \I\plinth,/� Q1pp111pRhN,
\ s�sr4V. `",s.°o¢ypii \FCI5"474
fCORPORATE 2 conro.tF ; 4 uLy2 FOLS
SEAL a SEAL 2 : 1986
V''RI 11 u1�s" 'i•14;;;a0i� ``
I ''////Ilulll,ll„
Secretary,UF&C
Assistant Secretary,OF&I/FPIC
BPOA0045 0115