HomeMy WebLinkAboutK Cunningham Construction, Co., Inc. FORM OF BID OR PROPOSAL
F.Y. 2016 FITZWAY DRIVE AND GALACTIC DRIVE EXTENSIONS
CONTRACT NO. 896
CITY OF WATERLOO, IOWA
RISE PROJECT NO. RM-8155(747)--9D-07
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of
-j- 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 VJ Engineering, Cedar Falls, Iowa, 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 Fitzway Drive and Galactic Drive Extension,
Contract 896, City of Waterloo, Iowa, all in accordance with the above-listed
documents and for the unit prices for work in place for the following items and
quantities:
DIVISION I - IDOT ELIGIBLE ITEMS
BID IDOT ITEM DESCRIPTION UNIT EST. UNIT BID TOTAL BID
ITEM CODE QTY. PRICE PRICE
01 2115-0100000 MODIFIED SUBBASE, 6 IN. C.Y. 620 $ 33 $ �oiyGe.a�
EARTHEN BASE
02 2599-9999019 PREPARATION S.Y. 3600 $ /.oe $ 3/6.e, .eo
03 2599-9999003 SUBGRADE REPAIR C.Y. 200 $ /•s 66 $ �iieao•e
PAVEMENT, STANDARD OR
SLIP FORM, P.C.C. CLASS C, $ 38
04 2301-1032070 7 IN. W/SLOPED CURBING S.Y. 3227
TOPSOIL, STRIP, SALVAGE
05 2105-8425015 AND SPREAD C.Y. 1250 $ 3•�a $ 3�Sv.00
EXCAVATION, CLASS 10,
06 2102-2710070 ROADWAY& BORROW C.Y. 2000 $ y.ab $ 8z>Qo.oD
FORM OF BID PAGE 1 OF 5 PAGES
BID IDOT ITEM DESCRIPTION UNIT EST. UNIT BID TOTAL BID
ITEM CODE QTY. PRICE PRICE
COMPACTION W/MOISTURE
07 2107-0875000 + DENSITY CONTROL C.Y. 1239 $ 3 =5- $ yj°z�.�S
RECREATIONAL TRAIL,
08 2511-0302500 P.C.C., 5 IN. S.Y. 1033 $ 3'•Se $ 3`77ay.So
PEDESTRIAN RAMP, P.C.C,
09 2511-7526006 6 IN. S.Y. 35 $ Y3oo $
10 2511-7526004 SIDEWALK, P.C.C., 4 IN. S.Y. 277 $ 3 S $ 9 833•S2'
11 2503-0114215 SEWER, STORM, 15 IN. RCP L.F. 674 $ $ - 4/12�y•e�
APRON, RCP 15 IN. DIA.,
12 2422-0360015 W/TIES EACH 1 $ S'-a'O $ 75.o•4'4'
13 2435-0250700 INTAKE, SW-507 EACH 4 $ 3 5ay.o° $ 13) 4'
14 2435-0251000 INTAKE, SW-510 EACH 2 $ $ oo.00
MANHOLE, STORM SEWER
15 2435-0140200 SW-402, 48 IN. EACH 2 $ 3/' ' $ 2a�•ov
SUBDRAIN, PERFORATED
PLASTIC, 4 IN. W/POROUS $ g•7s $ ��y 3Sg,7s
16 2502-8212204 BACKFILL L.F. 1641
SUBDRAIN OUTLET, DS-303,
17 2502-8220193 4 IN., W/RODENT GUARD EACH 9 $ 75:ob $ 6'7".00
18 2599-9999005 DRAIN LINE TAP & COLLAR EACH 1 $ /so.00 $ /so,..e)
19 2602-0000020 SILT FENCE L.F. 2150 $ pe $ 3m•on
20 2599-9999009 WATTLES L.F. 1600 $ -2• $ 314"
21 2601-3000000 STOP LOG STRUCTURE EACH 6 $ $ 63"•oo
EROSION STONE,
22 2507-8029000 W/ENGINEERING FABRIC TONS 30 $ 32.00 $ 9alf.oa
SEEDING AND FERTILIZING
23 2601-2636044 (URBAN) ACRE 1.5 $ iJ2"•4'2> $ 42.17na.e>c.
24 2601-2634100 MULCHIING ACRE 1.5 $ $ -2J-26-2'•a"
25 2599-9999001 TEMPORARY SEEDING ACRE 1 $ JJvoo.Da $ /�aa . 0
26 2528-8445110 TRAFFIC CONTROL L.S. $
TYPE A SIGNS, SHEET
27 2524-9325001 ALUMINUM S.F. 93 $ «.Do $ �i 4/8
POSTS, TYPE A SIGNS,
28 2599-9999009 STEEL 2"TELSPAR L.F. 224 $ 9.of, $
PAVEMENT MARKINGS,
29 2599-9999010 WHITE AND YELLOW L.S. 1 $ '2J yao•ca $ �J yap.vb
DETECTABLE WARNING/
30 2511-7528101 TRUNCATED DOME INSERT S.F. 160 $ 3>'vo $ 57/�,00.om
FORM OF BID PAGE 2 OF 5 PAGES
BID IDOT ITEM DESCRIPTION UNIT EST. UNIT BID TOTAL BID
ITEM CODE QTY. PRICE PRICE
31 2533-4980005 MOBILIZATION L.S. 1 $ �a,57x..ee $ �o Sea.a.
SWPPP IMPLEMENTATION &
32 2599-9999010 MAINTENANCE L.S. 1 $ Coiooa,ob $ �so.00
33 2599-9999005 LIGHT POLE FOUNDATION EACH 3 $ BSe.z>n $ 21s s'z>.ao
34 2599-9999005 LIGHT POLE EACH 3 $ 2.Yoo $ 7,200,00
35 2599-9999010 LUMINAIRES L.S. 1 $ a/a�a''a $ .2/mo.ab
UNDERGROUND ELECTRIC
36 2525-0000200 LIGHT SERVICE L.S. 1 $ 7, 452:o•"b $ 7 500.E
SUBTOTAL DIVISION I $ 35-6,/88a.90
DIVISION II - IDOT INELIGIBLE ITEMS
SANITARY MANHOLE $
37 2435-0600010 ADJUSTMENT, MINOR EACH 2 $ lPaa•oo
SANITARY MANHOLE
38 2435-0600020 ADJUSTMENT, MAJOR EACH 1 $ $ gs--1)
REMOVE EX. 6 IN. SANITARY
39 2504-0240036 SERVICE L.F. 20 $ /°." $ �ae,an
SANITARY SEWER GRAVITY,
40 2599-9999009 TRENCHED 8 IN., TRUSS L.F. 110 $ $ y yoc.ao
2-YEAR MAINTENANCE _
41 2599-9999010 BOND L.S. 1 $ 314.so.00 $
SUBTOTAL DIVISION II A I;760.
TOTAL BID (Division I + Division II) $ 'l3�� 5g.2.90
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
FORM OF BID PAGE 3 OF 5 PAGES
for signature, and start work within ten (10) days after "Notice to Proceed" is
issued.
4. Security in the sum of Y;ve i-- eai' 6-F ,9w,b,.b-+ 73;o1
Dollars ($ ) in the form of B 8.6pc/
, 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.
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. e' Date y/Vi4
10. The apparent low Bidder shall submit a list of all Subcontractor(s) to be used
on this Project to the City of Waterloo by 4:00 p.m. within two business days
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
the subcontractors on "SUBCONTRACTOR REQUIEST AND APPROVAL"
form to be provided 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 shall follow the contract provisions titled "TSB Affirmative Action
Responsibilities on Non-Federal Aid Project (Third-Party State-Assisted
Projects)".
12. The bidder has filled in all blanks on this proposal. Those blanks not
applicable are marked "none" or "NA".
13. The bidder has attached all applicable forms.
FORM OF BID PAGE 4 OF 5 PAGES
14. 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.
11� C Lon;n29,44M eta)?iruc71;an ( p -1 h� 7/.2///�
(Name of Bidder) (Date)
BY: � Title viee - re -cle-77L
Official Address: (Including Zip Code):
to.25-
1 7`er Sfr��f
�erf��r lls� 2A .5.el 4, 13
I.R.S. No. 4/2- //2---7 )'i7
FORM OF BID PAGE 5 OF 5 PAGES
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
State of =a�Q )
County of 0/a< � )ss
k yQ w
F Ovv6n/ , being first duly sworn, deposes and says that:
1. He is
(Owner, PartneriGflcer,Representative, or Agent) , of l�• Guhh.n�lw,
257G„. , 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)
(f 1.L e.-r'�s
Title
Subscribed and sworn to before me this S+
day of
Apr i 201Co.
rakry
Title
My commission expires Div t \ 'Lc k^t
••�`�`•. ANGELA JORGENSON
•• : CO M NSSION NO..7T�83738
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: 896
PROJECT NAME: rfi p ao/4 �zi..4 "Dr,v. and C-�r/Qct: -D,;v¢ Fk,�e,s S
DATE OF LETTING: Apr,' a r) 2d
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
CORPORATE OFFICER
TITLE Lice- z�rtzs :dz,
DATE 4/1,2.//jam
E 3
Z. o c U) o
cn O a) o cia
Ni co ° � N o o
Lo cz = a) .0 f , 4.+
n CO s p C m 0 q g+ 6 VI
Qa) N : ' Q O w • Q
o o a) U o .n 1 !`
iLi
� � c � cB a
rn a s 3 a La U) ° 6 V)
c +. > >. E c� as ,0
a o CO
m U o a o U o ca.) 0 0
J .� 0 o > � c = U Uo d A
0 oU 3 .oco aDL
o a.� o +- c c ..
a_c)
.c L c6 c �. I.
v) = o = w E o m' p
:-=,.: � co
� � ocus � E m ° A
L N a �,
d .� .Y ° W to C L.L.LU L d
�i r O O C O w f� U) £ ' U
cep ET oo..co Lcgv, oo aQ '�'
WO vW 8o mo c . .2 Oaf) � F-
� ti 3 o U v c coo n az
Z .� o . w
0.' Z w L o mom, c O
Cl-x eq ° W 1 Fes- ELF .c o 2 w z 4c2 S
zIXy C UO .= Oa) EO Ve IX 04 A s: a c�
a ° _0m " � .cn °' U � o � Za ..t ° N �v
- a) a) cE � W U \ v
CO
O � N � •. o E.
av 0 o.. a)
W _Z 0 m o Q v) 70 U) cLa D O f' ix
Z F- ° a) o a•c o c� u) W z
? p a. magi > p 0 0 0
0
)0 Z � c °
m � 2 .o o °, CD- .� � _OW 0 h
W Z c a m` OUP ° Qv I- Z V ai 41 N O1
O cn o co ;y '`
U RI
o -0v Q.E o � � BUJ
Q uci wco W = m
Ill — Ern a cn N ^C
mm 11 1- a) la aticE oc ow m J V
EW O � zal � L00 c (I) Zm ��,
re 1 � c�'o mom � � ati --
= ° LL. � A 0 N
°- y: I0 L00 = ' a mCa OW °
� o� boo � � ° m2 W � v a
ICI) ono -0 o m
$ > c o n :� m c
rt 0) W Uo 'Q 0 O m O F'
J Ea zQ O Q)
-13
j 1', N Q u) O = 0 a- L
+- W
OM vwU o, Lm c� L V
c Jm o � .2 a; E �,
Oy Qmo � � c cm W �} v o
E U co a) E ( ,,,' s o
(Ti m L 0 ce i O 0 E :2 N O +i'"+ L s N
Z W = A 11�- N. O O N 00 8 >,0 U a) aj c 0 i
v m cn "- rn O N c •� 'c t ) l„'i 0
(Ti ca cn fn J L 'c O 00 +. NNN Ver
e C p L i H -, a O U tII +- V
-� ''o o W :- p 0 Z < U) N 35) 0 O > S O
./y 11 o 0 m ca O a) •c c \ v U
Pf $o o c c U c O a N a) 0 �(J.
`�����a 11 � E a OC m p O O Y •,, V U
L O X O L 2 O C >+ VJ • ��• \\ p
0- Z a) a 0 fq COto >- W `� c0 E E V
tr 8
_= Q❑
I Lit w
X I O0
E ix
ing r0
UVI
~ 0 4 a
E 2 n a O ��
n Et ga
a z
p c p
3 `m '- W
0 _c a
en
- 0
V • r
E 2 00 O~ m0 O Q
E y a } Z
ea c F-
c , 0
0
a •c_ craO al
mm to~ \a- Q m �¢ N. N. �C1
2
e m c m rcv a oZ a v
U en @ ti > O \ \c�
a c 0 re z U `� 4, �`
.+.
l U m 0 U uj
03 v CO A r al
£ � � w
►- 'c E n O w n al 0 V
u) a 8 m zz a rz
CO a •g m o N in - .t
0 .cz=
Z a CDO at v
z m j ao
Cn O - {gi{pp m �� LU " so
F Q n 3 c a' N I- \ \
m 2d m ,0 10 0 O 0 tq d . N \ d
JO m 0 V E �uj � Z 4 \ \ �pn
Qz " Oa o �
�T' E a m ad
~ c
U € m i-
f_ Q
co
Li Lip a E ce to
' a
U t . c
0 0 L a s
a m
OCRm ° CI "e
<a a p E a
aa m
3 $ m
v
g 0 C C
0
co
m 0 .0 ` 0
a N
N N T E in
° f��
j
CtiW W @o
`( mo
a.
13
wi
cors In m QOvE
z
0
siN
c mE7 S.
$ o t ah a >
1r `m _ na J Jl.N
\ �- a € c $iuQa •w t
S , V 7 .0 y yr \� p E �j, �Q
� Oc p 6
S E .
c (p > m _ E z s+ y V I0 c V
0 0` # .2 c c m > ,„ V J °D d 1 h
e L z. `m 9 m a n ti Rr o
a o Q 0' = 0 'c = ; a -_ U 4 V
U a U U 5 > 5 ° z E Fp0 J (V
BID BOND
K.
KNOW ALL MEN BY THESE PRESENTS,that we,
Cunningham Construction Co., Inc.
as Principal,and United Fire & Casualty Company
as Surety are held and firmly bound unto the CiTY OF WATERLOO Iowa, hereinafter called
"OWNER." In the penal sum Five Percent of Amount Bid
Dollars($ 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 submitlttd the accompanying bid dated the 21st day of April
20 ,for F,Y. 2016 Fitzway Drive& Galactic Drive Extension
Contract No. 896
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 ail persons
performing labor or furnishing materials in connection therewith, and shall in ail other respects perform the
agreement created by the acceptance of said Bld,
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 falls 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
shalt 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 21 st day of April ,A.D.201 6
K. Cunningham Construction Co., Inc. (Seal)
Principal
By ., (�;z_?re�i ry
(Title)
United Fire & Casualty Company (Seal)
Witness urety
By G\ ' i
iess tto ey-in`-fact ancy D.Ba(tutat
r. UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA
UNITED FIRE&INDEMNITY COMPANY,WEBSTER,TX Inquiries: Surety Department
U
` FINANCIAL PACIFIC INSURANCE COMPANY,ROCKLIN,CA 118 Second Ave SE
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
F. MELVYN HRUBETZ, OR GREG T. LA MAIR, OR NANCY D. BALTUTAT, OR MARK E. KEAIRNES, OR PATRICK K.
DUFF, OR JEFFREY R. BAKER, OR JOSEPH I. SCHMIT, OR JILL SHAFFER, ALL INDIVIDUALLY of WEST 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.
�`\\"ffi°AS4i4,'o \1\1 ttipM��,/, ,„0,,,I"'°^,,„ IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its
Q�� Fc'o �O¢'* N,))'s \,,, ,C.... oR�9Lc%,,vice president and its corporate seal to be hereto affixed this 10t h day of March, 2014
Iw CORPORATE :. i a CORPORATE °' ' 44 GO 4.Y".,�'
"s z' —•— _ _= _,_ y= =Q--. wLY22`-':o= UNITED FIRE&CASUALTY COMPANY
�7 K� -z �c>: :K_
O SEAL ,. Y SEAL '''.E... = 1986 :a; UNITED FIRE&INDEMNITY COMPANY
�O°9A 5\° •� ''4- �5,.��' ": •C2?tiFo??�:�;; FINANCIAL PACIFIC INSURANCE COMPANY
By: 9.12.--‘,...L. _,State of Iowa,County of Linn,ss: Vice President
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 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.
I
+eJudith A.Davis
1 Iowa Notarial Seal , ,1,._
' _
• Commission number 1730411° Notary Public
owe My Commission Expires 04/23/2018
My commission expires:04/23/2018
I,David A. Lange, Secretary of UNITED FIRE&CASUALTY COMPANY and Assistant Secretary of 1.' ITED 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 21st day of April ,20 16 .
as °�� '` �' e �o qql c�',
r.W CORPORATE %% ° - 2 F.C1
2.F - CORPORATE ;c --3 DULY 22, O O
E By: /4_1',,,g, 7,,....._ „--E.
7 SEAL ? S. 3 Q`•. 1986 .a
,,, SEAL T :2•.O P 2 4
i,9,RADIOS\\\ '/i SSS?iR TE.s•,,.```` Secretary,UF&C
...,11111i1\\\ **;;,f11R11t11\\. ',/'�,„„„r1111111111,1�`\````
Assistant Secretary,OF&UFPIC
BPOA0049 0115