Loading...
HomeMy WebLinkAboutDenver Underground & Grading, Inc. v � m *Ili• st Ro aC Z cm: m 0C • 71 c o \ r _..a. _. �-9 ►. ...ter - - N Q N Z O . ouj zy o � CC L. V] 3 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 4 ; „ 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 /SICICtj aWae° 2 2528-8445110 TRAFFIC CONTROL LS 1 grbaf) L!6 w STORM WATER POLLUTION 3 2599-9999010 PREVENTION PLAN LS 1 y I � t IMPLEMENTATION `f 4 2602-0000020 SILT FENCE LF 7,750 1, ILI ZiSO 5 2602-0010010 MOBILIZATION, EROSION CONTROL EA 3 (O00 6 2510-6745850 REMOVAL OF PAVEMENT, PORTLAND CEMENT CONCRETE 7-INCH SY 150 dU 7 2599-9999009 REMOVAL OF STORM SEWER PIPE FROM EXISTING DETENTION POND LF 40 'nd/�}t( WO ,� `�// FORM OF BID CONTRACT NO. 900-ADDENDUM #1 Page 1 of4 REMOVE STORM SEWER PIPE LESS 8 2503-0200036 THAN OR EQUAL TO 36-INCH DIA.W/ LF 280 I 5� 4�0©� APRON 9 2599-9999005 REMOVE EXISTING STORM SEWER EA 1 '3COYD 3000P STRUCTURE 10 2599 9999010 REMOVE EXISTING TREES AND LS 1 'o STUMPS 70, "ISO,e 11 2105-8425015 TOPSOIL,STRIP AND SALVAGE II 2,665 `JjiJ Si%, 0 12 2102-2710070 EXCAVATION,CLASS 10, ROADWAY AND BORROW 11,210Ito -i35�1(0D SANITARY SEWER GRAVITY MAIN, 13 2504-0114010 BORED,SINGLE-WALL PVC PIPE, 24- 400 yp000 f(r�.�(�fl� X INCH, W/36-INCH STEEL CASING PIPE I `( J(�lJ SANITARY SEWER GRAVITY MAIN, 14 2504-0114010 TRENCHED,CORRUGATED PVC PIPE, LF 2,850 W '•- II , in 24-INCH 15 2435-0130148 MANHOLE,SANITARY SEWER, SW- EA 8 arttip (�y�0301,48-INCH DIA. " 16 2435-0130160 MANHOLE,SANITARY SEWER,SW EA 1 (/y}��O 6�p0 301, 60-INCH DIA. eta C!`' r 17 2435 0130184 MANHOLE,SANITARY SEWER, SW- EA 1 301,84-INCH DIA. ISa ISC SANITARY SEWER SERVICE STUB, 18 2504-0200406 LF 430 SS.� ' 2bV), PVC, 6-INCH l 19 2554 0208012 TAPPING SLEEVE,VALVE, AND BOX, EA 1 16-INCH X 16-INCH 'S��<` ' WATERMAIN, BORED, DIP, 16-INCH 20 2599-9999009 DIA. W/24-INCH DIA.STEEL CASING LF 460 ' )5 d• I4q Sw PIPE I WATERMAIN,TRENCHED, DIP, 16- Q 21 2554-0112012 INCH DIA. LF 3,620 1 500 31.1.37c 0..1 ® 2554-0202200 FITTINGS BY COUNT, DUCTILE IRON 6 gSQQ) S700 23 2554-0207012 VALVE, GATE, DIP, 16-INCH DIA. 12 514110 6s,O 24 2599 9999005 WATERMAIN TEE, MJ, 16-INCH x 6- INCH 6 lb LI'100g°, (.� 25 2554-0210201 FIRE HYDRANT ASSEMBLY EA MI g Rio ' S300,e0 26 2554-0204120 WATER SERVICE STUB, DIP, 6-INCH LF 430 65,o 's"icso 27 2599-9999005 1-1/2-INCH FOAM INSULATION BOARD,4'x 8'SHEET EA 6 SO`WCaCF° MANHOLE,STORM SEWER,SW-401, 28 2435-0140160 EA 1 � )Spoco H DIA,84 INC l J STORM SEWER GRAVITY MAIN, 29 2503-0114236 TRENCHED, RCP,2000D (CLASS III), LF 280 )geo S NOP 36-INCH DIA., USE EXISTING PIPE 30 2416-0100036 APRONS, CONCRETE, 36-INCH DIA. W/2 JOINT TIES, USE EXISTING PIPE EA 1 -XV° �C FORM OF BID CONTRACT NO. 900-ADDENDUM #1 WN Page 2 of 4 REPLACE STORM SEWER PIPE FROM 31 2599-9999009 EXISTING DETENTION POND, USE LF 40 �` ��C/t/c� EXISTING PIPE SUBDRAIN, PERFORATED PLASTIC 32 2502-8212206 LF 1300 PIPE, 6-INCH DIA. � � 33 2435 0251218 INTAKE, SW-512, 18- INCH DIA. W/ EA 8 SOLID COVERaliaCe 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 11.so 8:70, D 36 2599-9999001 TEMPORARY SEEDING AC 12 SSp00 60 •Cb 37 2601-2634100 MULCHING AC 12 WO lO° 38 2601-2636044 SEEDING AND FERTILIZING (URBAN) AC 12 9006) IOW) 39 2599-9999010 2-YEAR MAINTENANCE BOND LS 1 SOCF �5ao' tCP. �� ` TOTAL CONSTRUCTION COST �.�j/ 1 S L°0 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 Sgj of 44. O ©f Dollars ($ ) in the form of 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 /{/q/S-- 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, ())61,tif 0, 64 (Name of idder) (Date) BY: / ` Title Pt-eQc3ea— Official Address: (Including Zip Code): (00/11 I.R.S. No. (j L 3O FORM OF BID CONTRACT NO. 900—ADDENDUM#1 Page 4 of 4 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of lCT ) ' I )ss County of lent 36k1 ) k)tt `t— AI _C L , being first duly sworn, deposes and says that: 1. He is Owner Partner Officer Re resentative or ens oftULe!` 1r w-e G. . , 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, em oyees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this /GI' day of N nrc-r k l,-✓ , 201r. I04. Our t_ Mr- Title i My commission expires An rA4l' 2f f KRISTINE K.STEE6E lir Commission Number p76643357 . My Commission Aug 2016 RESIDENT BIDDER CERTIFICATION C CONTRACT NO: C00 PROJECT NAME: f, '301 I\Io:fe6A- kiid( ftA i>+ DATE OF LETTING: 1 i ! g /1 S 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 II "(K >004 4(.9 1 CORPORATE OFFICER U tP,eu f" Ste'11 TITLE PM.1-6Zvg- DATE I/t Its E .3 0 c m 0 C) 2 L Si m o - c o ° a) t O C j `� *cis' 'O o U U •O q n 0 0" m L 4 L et co ... V d O c III 4 O .= p" ,' n 1 ak \ •C)i • CE O 0 o u 'Zs 4 m U 0 0 L O W U v, O N. a) a) m = a) .� �..' O . .Q c Co m O may+ C c�6 co --, U CJ a O a) a) C 0 O_ U uj C i. Q c � 0 ii oO o) U oa) o o O ' ^. a) J o N m � � o U a) NO Q T' " 1 m •� c O .3 o m L L 0 Z a.0 a = as c — - - 0 0 E E o 0) a) c ' 2 EAUla m ° vs w k a) � U) Ioo0 ° o WC/) 0 Q m o c .- 0 0 -0 � CC c ~ as N. o s s c5 E o d L W 0 U O - O O 0 • O N (/) U. 0 c 0 0 o O O J .Q +L W Z Z , ro L 3 N 0 O D U a) O '� a 0 '- o Cn - :0 .0 O c.= (6 . 10 G +; �' i w v F E 'o c '_ oo W a, u WH Em c . o > o a m (n w e% • O c w U N cC ++ Z 2 o N N •C o a) f-006 z a Q WQ' ID g � m C ao .� aoim P. 3w U CO CD 20 v') .0 a) .0a a) L a) Cl) u- w ° •111111 -o = av0Y `ma OF g Z � .o "_ °' aN3 ua (nW w to (� • w > o o m oo) 0 Z (/) o gi COI. ) ° > mEw � = 0W ° �, �1� S W >1 Q L L > O L 4� 1_ a tJ %) a n 1- Z_ m0 0a aa � o = o up o Wa E ) a) mm I— o a, ON 'D E a) c ILW h ++ �- W \ O .o �c � 'OO 0 Q c 2 Zm et i M C t� 9J a •, 20 28 ° 6 .NQ m0 It � A o S \ y ° EL4-4= oao w 0W V \ 0ol ° OO U0 � � W � ` v Oc 0 i ocn J w 0 O E U - • O CO 3 > E' m O a w m e Q W tom .. ° ._ o '- W o` f- I LL c — E O m 0 L ai i Oh Q U O .� st Umw > om � s 11 v J 2 w0 EQ N -O o dZ i ai Ow Q2U -oac , -E. 0 CQ ?� q L co a) i e i (-1 o Co mL E Et O cEaN a% o ❑ N Nl co o` coot m F >, a) 1 U O .0 2 �� c) ly "- I w � h !,-c) tN L = � � ,= • o v8 L as a' ,L m O LE (n J 'o Cr OU g co d (^� ,,j1 �y( 7 C p}}h' O Oo ZQi) '�S . U m W U� I a) g ca0 U •� -o U�a E Oro o Dc° C) o0cTrn -' /��1 L 'a W Z a) o_ U u) c) V) >- W w- 'Ed o E 0 4 <d -y I.\ LL cu 0 0 E L w m T oU O O Z _a .O :� O U0 " u> - (n O 3 - >, a) C L CO .-. 0 -oEm E cm - ° m h L L U U -- a0w O 'O_ cL... C yCL„ O m C O - o ° L c 0 a m W .-' . U O 0 h- m y U W m Q .m- O m E <C O O .O c o ,, W .c 2 . 7) �� mm N U) .� O mm is �y ) o a) Y ° .Q Es- C m L O L.L -' U ••L m wm L ac�nw c m�2 LL O o Cr) o ° 2m OW O m O U .� m 0 Z 0 C E.:' � L U 0 °' -a a) L ma a f 0 � m w >; a) c E E a) -o m o C a o ° c '- Cl) m m UEO L.- - 0QO pE U CLOZ COm UNQ am U = .0 C >0.)i 0 Q Z ONm� o L3p 0 m ° c . O CR a) CD U L (6 .-, 0 0 • 0 O E C l— O w V 0 L "-' U .L.+ '.' 0 m N > . m w a J 0 O ...� � m '� 3a E - L ti m oo co 0 a =' °' o re v, mcmaca) 5 f° ° m W � � -o o = o0ao LE W ° ° = c E U T a m °O w C 0 E .w O_L Q L_ C a) U) L O 0 — Z m � � � L +L-' a w-- C W w a a) c = U) U) 0 -0 m � o c woo U - Et W m - Ca 0- 2 2 .0 coi o= 'U o W 0C m a mc .- moo Mix C�6 O' m C r >+ 2i m O V) 0 L - U L 0 F O L 0 c 0 U (0!7 W 4- 0 m }� w 0 = c c a .-_ L 0 -. o w co Z Z = -c Ow U `o E Wp -cc c06 0 m cL6 m o m E o 0)- o ° o W Z n N m o o -0 0 .... �, > Z 2w m ° =.c > C a O o w Z � c � C o w m m < o m a) a) Cl) L NI- o . E 0 O j oow c 0 U s � w L c= - oos o WQ ° mow FM > -omaE O CO -' 0 cm a) c6 3 L ° a -° L - m Q .-� C > L W EL -, �S > C a) 0 a C o Z o .- c L o � oo � Fi rt E 0 -0 p ct a 0 ° a > C w ° ° L N y 00 c E N DO 0- 0 L 0 0 -2 -2 (36 O V) E 0 C >,Cl) -° > 0 aCi '�i N L O E Cl) O) LL O C m L C CO 0 0 O L N >_ a O O O CO V' L 7 0 Z C O E m 'O 0E . O C ".' o) L 'O O) W Z N ^- U N 0L_ W 0 L O C a L Q ° L CL a) m 0 0 ° m m U O Q C ° N U m i.- Vi U U m 0 U p = = 0 D E N .° O L N o ,j2) j c6 -oTi c U LU ° C Qa) � C > E w 00 _ ° � � L U - L -oOc ° Q ° m n o I- d m E ° m c v o > c o m t in ;E m ills >, 00o cE Z : Q 0U � E -0 Woo °) mou) to cCoo0 cmNG � o00 ON .0 UOL 0 _ m -o (n o � Ecm Co � YCC) c C L U 0 O U m 0 -.-� C L 0 < O N U O (6 O EL ° O m -' > .° L w a,.L„ O Z "O 21 _° a) 0 a U O = . "° m N V 0 (C6 V 0 >, Mils -wC O p L O 0 L ci ^ E Cl) 'w ,F, 0 O m L = C 2 .... 0 E H O O m .g 0 O N O U 0 0 o0a .° •c w0 > .68E E a 0 ° Q ca c -o LCC 0CU .om m o m 0 a' > a O L -° 0 m L U 0 U) ... Q O Cl) O C a) w � �' a �_ umi c c E U n E E ° an a " › .Oc 0- > cU6 C. 0 CC W ma. 0Y � co a � =° c) O . m� oL) c � > � E � c � � o c c ;To ; w u) L. o c � -a -° ° > 4a ow c o C - w oU a) .r To E '� reU a; m a) 0 >,a. C 0 > m m EU ° � � a) ° y Uw ? a -_• o , o w ° i6 � 0 0 a E t � o nQ � m a� L a) - O V a) > E, U o F- E o w o m U W C M U 0 E (� f- O D L-. L_ ' CO) C) O) 0 0 0 - c o E w- Z `p - m u c m m o ° c E > U) Z - ° o C L L a C O -0 0 W O .= O v) 0 4 U) -- = 'c -. O- N o � � cy w o � o o � = („_6 U -° o 3 UO -°O = O C M ,� ° o y o � � E U o ° , 200 cco 0 B w e 0 0 o C o c U o .o C ° o o (i c ma- 0 ,o co 0 NI- 'o ° oo W -au) 0 ° gm m � Ec = cmac CUUaE3aicm Eoo)ow o Q N :_. E Z ° = E L.- L_ ..- v- U V) w >i 0 L m - w "' C' L p) U) " U "p 0 0 O o L a".°- o0 CIS D .a)o Y5 �N >, � -a >,� ai m � 3 o o ° E E w o � ° E CD O ° .0 U O m V) C 00 .2m W 0 0)w a L L d O E 0 0 0 E U) m L c v) 0 0_' (m6 (U6 -' C O w 0 ' o O C m ° o c < w -- m O E >,U O) 0 c m Q -+ L C O "° E ' m +-, 0 W 0 0 'C C .- O -, O O < C c o o �m -o -o E a�i � W nL p Q � m � Z � mdQ o Q mU o mW d 0 V o Nye W ° m -c n om m o om CU .0 d to co -0 0 -o ai 5 �a - N �m O m o .Uo- a) o m nm E .c'm � = -o o � cW U 0 = C bo — o U E c m Cc L � . 0 = Qa � > 0n HcLi i- oo Wy � Qm a a a m II r o cc6 N o n ° c r_- V N to W Z L C 3 O Ho fq LL BID BOND KNOW ALL MEN BY THESE PRESENTS,that we, Denver Underground & Grading, 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 of 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 19th day of November ,2015 ,for F.Y. 2016 Northeast Industrial Park Sanitary Sewer and Water Main Extension -Contract No. 900 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 19th day of November ,A.D.201 5 Denver Underground &Gradin , Inc. (Seal) P ' cipa By � (Title) Uni e& Casual Co ny (Seal) V t s urety, ne a rowner Dione R. YoungAttome -in-fa UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA UNITED FIRE&INDEMNITY COMPANY,WEBSTER,TX Inquiries: Surety Department U "I FINANCIAL PACIFIC INSURANCE COMPANY,ROCKLIN,CA 118 Second Ave SE IA CERTIFIED COPY OF POWER OF ATTORNEY Cedar Rapids,IA 52401 (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 KEVIN J. KNUTSON, OR JODY A. DECKER, OR MICHELLE GRUIS, OR KATHLEEN BREWER, ALL INDIVIDUALLY OF THE CEDAR RAPIDS, IA OFFICE; OR CRAIG E. HANSEN, OR JAY D. FREIERMUTH, OR BRIAN M. DEIMERLY, OR CINDY BENNETT, OR ANNE CROWNER, OR TIM MCCULLOH, OR STACY VENN, OR LACEY CRAMBLIT, OR SHIRLEY S. BARTENHAGEN, OR KYLEE HEUSI , OR DIONE R. YOUNG, ALL INDIVIDUALLY of DES MOINES 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 $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. 0001 '-' ,+w,Rl„„ IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its `J ffiCA6Ey,tT}%i `\Fy1N�EMy,}''/ ``,\\F,L 1iNswi, i, \Fg ,'pc:wo.k..m,, vice president and its corporate seal to be hereto affixed this 15th day of January, 2014 ',: CORPORA 5 CORPORATE ` e=°° 2, S`�,I UNITED FIRE&CASUALTY COMPANY z SEAL `� =z , ti rULY6 as UNITED FIRE&INDEMNITY COMPANY 1. 0 3rC - SEAL :c., 1986 ,a; 144;T s`so ''"i,rER,E.�;,` ,, '.F9.- FINANCIAL PACIFIC INSURANCE COMPANY nnnnma" quu,,,,,ono /��/ /J By: !� State of Iowa County of Linn,ss: Vice President On 15th 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 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. 77/v� ��lm Mary Notarial Bertsch T^ AC',� ' "` bwallonumlSr71 `� `'/1 C Commission number 713273 Notary Public • OSA 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. hi testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 19th day of November ,2015 , a cQ `4.z b r` QP�°PPOq�!!':-' �. CORPORATE11 fn CORPORATE ; c =,ouy Fes.SI 4-2,521 -1. 1. SEAL r S' SEAL ti'.O 1966 Q. 2' ''"`„", uD;�SSS "'o�A m " ,, ,,,,,II,II,,,,o,..�' Secretary,OF&C Assistant Secretary,OF&I/FPIC BPOA0049 0115