Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
K. Cunningham, Const.
Bid Security For: Midport Boulevard Extension Phase III Waterloo, IA City Contract No. 894 CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC. 1025 CENTER STREET Vir . CEDAR FALLS, IA 50613 l O 31 3i%JM 3 ��;Ti sTot uwn CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC. 1025 CENTER STREET CEDAR FALLS, IA 50613 Construction Co Inc 4ter .— Bid Proposal For: Midport Boulevard Extension Phase III Waterloo, IA City Contract No. 894 331430 s 'a OI!O1?3 CI 12LPs2 d SIC vassai Revised Per Addendum No. 1 -02/12/16 FORM OF BID OR PROPOSAL MIDPORT BOULEVARD EXTENSION PHASE III CITY CONTRACT NO.894 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 • ' t j . ,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 AECOM 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 MIDPORT BOULEVARD EXTENSION PHASE III, CITY CONTRACT NO. 894, all in accordance with the above-listed documents and for the unit prices for work in place for the following items and quantities: MIDPORT BOULEVARD EXTENSION PHASE III CITY CONTRACT NO.894 EST. UNIT BID SPEC QUANTIT BID TOTAL ITEM SECTION DESCRIPTION UNIT Y PRICE BID PRICE DIVISION I SUDAS 1 Special Backfill CY 1114.9 $ 2010 P 32.So $ 36,23y.�5 2 SUDAS210 Excavation,Class 10,Roadway and Borrow CY 6828.0 $ 5". '7 7 $ 3 91397. 5 , SUDAS 3 Excavation,Class 12,Boulders or Rock Fragments CY 50.0 $ $ 2010 7S,00 3,7Sd.ao SUDAS 4 Topsoil,Strip,Salvage and Spread CY 3046.0 $ .75- $ S 374,..So 2010 I5 2D109 Special Compaction of Subgrade STA 17.3 $ 'z 0.oa $ ,2)p-7 4.,.o0 SUDAS 6 Removal of Pavement SY 31.1 $ $ 2040 ''.oc /B�.Go SUDAS 7 Subgrade Stabilization Material,Polymer Grid SY 6689.1 $ $ c/o. 3$ 2010 m' /.8a !2�o SUDAS 8 Modified Subbase CY 1114.9 $ 3 z.'J S $ 3 S/ 98 9 SUDAS Standard or Slip Form Portland Cement Concrete SY 5542.4 $ $ 2010 Pavement,Class C,Class 3 Durability, 10-In. 3 S. o /9 s,,:y9A.y$ 10 IDO23L Granular Surfacing on Road,Class A Crushed Stone TON 100.0 $ / ' oo $ i 6D,00 11 SUDAS Aprons,Concrete, 18-In.Dia EACH 2.0 $ $ 4030 P ��a2S.00 a�A�1�.o0 12 SUDAS 0 0 Subdrains,4-In.Dia. LF 1945.0 $ 6,So $ l Z to y2,5-4 l 13 IDOT Subdrain Outlets EACH 13.0 $ $ 2502 7S,t�r� 975-.a6 14 SUDAS6010 Intake,SW-508 EACH 3.0 $ 3)2,oo.aa $ 9)LopD,ao FORM OF BID CITY CONTRACT NO.894 BF-1 of 4 AECOM 60440125 Revised Per Addendum No. 1 -02/12/16 EST. UNIT BID SPEC QUANTIT BID TOTAL ITEM SECTION DESCRIPTION UNIT Y PRICE BID PRICE 15 SUDAS Intake,SW-510 EACH 4.0 $ 6010 3/Sbc.oa $ /�/Ooo,ao SUDAS Storm Sewer Gravity Main,Trenched,Reinforced 16 4020 Concrete Pipe(RCP),2000D(Class III), 15-In. LF 100.0 $ 33,00 $ 3i 342'.op SUDAS Storm Sewer Gravity Main,Trenched,Reinforced 17 4020 Concrete Pipe(RCP),2000D(Class III), 18-In. LF 653.0 $ 35••oo $ ,1,"J g5c 00 18 SUDAS Storm Sewer Gravity Main,Trenched,Reinforced LF 221.0 $ $ va 4020 Concrete Pipe(RCP),2000D(Class III),24-In. SS,o !Z/1 S S. SUDAS Storm Sewer Gravity Main,Trenched,Reinforced o c $ 19 �� LF 760.6 $4020 Concrete Pipe(RCP),2000D(Class III),30-In. So��j�•Z D 20 SUDAS Storm Sewer Gravity Main,Trenched,Reinforced LF 137.2 $ $ 4020 Concrete Pipe(RCP),2000D(Class III),36-In. 7 7,o o /o�SG3!yD 21 IDOT Engineering Fabric SY 22.0 $ $ 2507 a.�o Y.ob 22 IDOT Erosion Stone TON 12.0 $ 3 s`.ob $ i/.2o an 2507 23 IDOT Safety Closure EACH 2.0 $ $ 2518 aoG.an ydD.aa 24 ID02T 4 Removal of Type A Sign EACH 8.0 $ SS.00 rj'a $ �' .o4, 25 ID02T 4 Delineator,Rigid-Type I EACH 18.0 $ 09..c.0 $ lid,,,,a Do 26 IDOT Wood Posts for Type A or B Signs,4-In.x 4-In. LF 42.0 $ $ 2524 yp /!o.Sb �93.oa 27 IDOT Type A Signs,Sheet Aluminum SF 19.5 $ d D $ 2524 S'• �t�8•a 28 IDOT Painted Pavement Marking,Waterborne or Solvent- STA 34.6 $ $ 2527 Based s 3.oa I�533.�'b IDOT 29 Traffic Control LS 1.0 $ 2528 3j ooa.ac $ -3,oGz.).a� 30 IDOT Mobilization LS 1. 2533 0 $ 39o�a.as $ 3g�ov,ep 31 IDOT Mowing ACRE 10.32S.a o $ �j 2601 $ /7 �50lo.Op 32 590105 Mulching ACRE 5.16 $ ai?-2='6b $ /5093.Co 33 SUDAS Seeding and Fertilizing(Urban) ACRE 5.16 $ $ 9010 9$o.oa S dS�,go 34 SUDAS StabilizingCropSeedingand FertilizingACRE 5.16 $ $ t 9010 5'�d.00 1�13G ` o0 35 SUDAS SWPPP-Management LS 1.0 $ eo Soa•on $ 9040 log Soo,ao 36 SUDAS SWPPP-Qualifying Rainfall Inspection EACH 10.0 $ SO.oe $ 5,e"o.60 9040 37 SUDAS Wattles-Installation LF 420.0 $ $ 8 9040 �•�0 1/a,o0 38 590405 Wattles-Removal LF 420.0 $ a.us $ .2o,o o 39 SUDAS Fence-Installation LF 1600.0 $ .2,oa $ 3 i 200.o 0 0 40 SUDAS Silt Fence-Removal of Sediment LF 1600.0 $ $ 9040 • �o /oo.o v 41 59040 S d.Sd $ Silt Fence-Removal of Device LF 1600.0 $ 8db 42 SUDAS9040 Special Ditch Control RECP Type 3 SQ 343.0 $ /9•oa $ (p S 7 0 0 FORM OF BID CITY CONTRACT NO.894 BF-2 of 4 AECOM 60440125 Revised Per Addendum No. 1 -02/12/16 ' EST. UNIT BID SPEC QUANTIT BID TOTAL ITEM SECTION DESCRIPTION UNIT Y PRICE BID PRICE 43 SUDAS Inlet Protection Device EA 10.0 $ 9040 44 SUDAS Inlet Protection Device Maintenance EA 10.0 $ 51),oa $ So�s,av 9040 DIVISION II 45 CONTRACT Two-Year Maintenance Bond LS 1.0 $ (op ehe,0. $ (o)boc.00 TOTAL BID PRICE $ $ 5-731 2/4x.£/ S 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bi 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 ✓e-eh1L of A Moi4 B: Dollars ($ `/ )in the form of 8;.S fadram/ , 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 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 .2 f .V/6 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. FORM OF BID CITY CONTRACT NO.894 BF-3 of 4 AECOM 60440125 Revised Per Addendum No. 1 -02/12/16 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. K d--anningh4/rr t-ohS4'r'k.c-71ion C Xhc. .2//g,/6 (Name of Bidder) (Date) BY: e Title V,.ce-?re Si.ten 71". Official Address: (Including Zip Code): /e,2 s Ceti' r 574rew.t /ar Ta//,) TA 5 .13 I.R.S.No. 4.2 - //17y/7 FORM OF BID CITY CONTRACT NO.894 BF-4 of 4 AECOM 60440125 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of --L-o 1 /a ) )ss County of $lack f/awk ) C)wet? ,being first duly sworn,deposes and says that: I. He is (Owner,Partnercer epresentative,or Agent) ,of K. Gunn:�9h4N1 �nr�, �y �s,c, ,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) V; -e ./eh71' Title Subscribed and sworn to before me this 1 day of rtz-bIt'Lux.✓ ,2016. Tit My commission expires 2.1 n .•'"`•. ANGELA JORGENSON COMMISSION NO783738 MY COMM WIRES NON-COLLUSION CITY CONTRACT NO.894 NCA-1 of 2 AECOM 60440125 RESIDENT BIDDER CERTIFICATION CONTRACT NO: 8,4Y PROJECT NAME: Mi p r Zx74ens:oh ?Al --WZ- DATE OF LETTING: 2//8/.2 a/G 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 �C. Cc.tinit� irr �/ir�rc.c f�on ���hc. CORPORATE OFFICER mod- W e/✓ TITLE V<er�s,de�if DATE 2//8720/6 RESIDENT BIDDER CITY CONTRACT NO.894 RB-2 of 3 AECOM 60440125 c to o a)tn c, cc L co a 0 , c o cc E. VI c _ d E -v W u m .0 a) E \9 c° aa) Yvci 0 C u O i C. n ti. 4 c N a) ,a C. " SA CI c cc '+ \ O W LO a C C O 4 s W ''' cd o N. c o 0 0 o "clo°° Ems, c E IA c W C I. s o E W O U oea hi V 0. a) c° a) a) :: c a c >> U - C 0 w r E p • c 3- c C p tcn ¢ o • E a = c ° to '� U y 'O .c. C O al E o -1 •O s C U o L c 0 0 N L s Cl 1 N ` Y vU,CA O > E o C p' • d N... et U o us.o en , >" y a) > w U L et W U z .ii c c V en .Y 3 ton a F. CZ c -':fl aO ( = cn � oo . w U Q o -�� F- [W , ° .`u = c E .E y a°') Gs.; Z ^° \o \`�o `o C- , N L c L p -.et E 0 O rn a., \ Z 4 0 '3 � .� •Ct c � o DU F \ Cr O ) en rn E iPs' E OU U s ti W C. O !� r r 0. W Z C O 0 ,2 c 0 eC O z g •° Q o N N 1 O e. w U \ 0 �,, o et c _ E cu Z R- •.1 N rt K Z 0 d a) = u s Li u z -a E- a) cc a y c*" = F- U c4 z E "5w c 0 v W a w-) > ._ a > 3 0 O W o Z 'r v� u W _ o to'° Z \v E A m �' o Ea o �, 0 c < k\ n �. u Y W c+- 7 y U _� E 5 E.-3 Gzl O cc cu a - C alai O C� Or �- C C O L. 00. en .O C Gs W ▪ . •E ° N r W Z p 'n \9 a > L o p, y u F B• o u •a E = w Om F +`S+ r O a) 4. N 2 'O N o f = W C NI\ L, 0' L E C c G CO U CD V rS N K `\ o 's e ° e_ o EQ„ Y >i C a) s E - c 3 1 o E- E i l �' CC o cy W a 4 GC a) U N O 0. '1: G! W L ° 'n W ro v 1 O .ti , rl O .6 . 0_n U y �'4 .Y U • - ey Q V. E3 w V • Q o U = � ›gig s c H1 V C9 0 E... el OW. - e° :C -0 o W `o s U o Z `� Qcr N c C.F. c a) CCI .) 0 O� 6 O c � ac 0 O >, I) E y 1� v Jc. �o O ai • �' _ 0 � � gb a) -c co Wu h Jt. ' c ¢ z U L F- W = o ° o L. I a>) a O• W e is U •e° u ._ CC U_,n C Q 0 y = = c.Q 4 �^ F N aa cc .o �—� C: L E c c Y 0 v i�LJ VI . 1 ov c H O O a C C •- v ry. O ¢ 1�\e o p W > O Z > U L E ry c > 4 F U V cs rr',�, �� CO a, N E d U m . t< a - a) V. U ° L CO c 4. a) N - E O ----Fr t) m` E C C o +t- aU+ - �} 'y,r 4 P. •,.... 0 CL Z 2 U V] QU ," 8SN .E. 'C 2Q % I ! E I { \ / 2 § I- w 0a [ /£ z o\/ } ) '\ . 0 5 0 r co . { § IA « oo £ f n c e ) tn .5 E as C -m 2 ° - E o o \ k co i - g 0 .2 o § z \ \ i t £ § o \ k _ { = co . o . \ { 0 E g 2 - C { \ p /§ { 0 [ I = o 0 3 z © ! G ) ) 2 § § 0 C k ) C § \ E CO > 0t. § C Sin \S § 2§ \Cl) \cmO. §§ 0 . / § - 0 § § E f 2 / [ ] 2 [ / - / j ( § § x / u '� o k / / C 67 - ( \ k § ~ 2 � § ° } ) ' "\ CO k { \ / < ttri o z ƒ s | f ® E \ \ \ \ � E { f b f [ | / y CC § £ to - ƒ $ < C g o - - £ , 2 E « 7 § k - { [ p / k \ ' Sc / 24 i •-i ) « > 2 ƒ § / / \ } - \ kƒ / � � ® k � , e £ as w as 2 / » { z gy © - o \ ��\ IN \ � Ca \ � ti) c.~�as 4. �� / 1-1 \ d � : �� ,p o \ i \ i E > 2t 2 _� [.0C / »03 2 ! * * awl d � � � t � � \ / 61 E \ i $ Y\ �\ o » o / � j /\ / _ \ / \ �� % € C k \ / z § ƒ \ * av ° \ ƒ ) ƒ k / 3 « £ / 2 | i- ] 4 � A \$� \ \ \ \ r\\ BID BOND KNOW ALL MEN BY THESE PRESENTS,that we, K. 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(S 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 18th day of February 2016,for Midport Boulevard Extension Phase Ill City Contract No. 894 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 18th day of February ,A.D.2016. K. Cunningham Construction Co., Inc. (Seal) Principal By (Title) United Fire & Casualty Company (Seal) Witness Surety By W ess Nancy tat, A omey-in-fact BID BOND CITY CONTRACT NO,894 BB-1 of 1 AECOM 60440I 25 01 UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department UNITED FIRE&INDEMNITY COMPANY,GALVESTON,TX 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 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. oo;'°A5o';L'I/,, " I"In,, \II,,1111,,11, IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its �� r c, `��, ,„,,Dr.„,,�F,,, ,G,\c iNsu9g2, vice president and its corporate seal to be hereto affixed this 10t h day of March, 2014 , CORPORATE o'�; p �o% 'QP'pOPPORglF cR _p _•_ __^ CORPORATE a c=Q;a�oLY 22 - 0 UNITED FIRE&CASUALTY COMPANY �'— '= c- UNITED FIRE&INDEMNITY COMPANY 7 SEAL K Y; ...' 1986 ;'yam= s,,4' ,o°.�' %� SEAL y '2''°q ��P... FINANCIAL PACIFIC INSURANCE COMPANY I111111'''' '//''I'I/1I111111111111\\�'` By: Y//p//{/i C///Y—JIy- n _ 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. +t Judith A.Davis , .1 w.`- Notary Public _ Iowa Notarial Seal Commission number 173041 My commission expires:4/23/2015 owh My Commission Expires 4/23/2015 I,David A. Lange, Secretary of UNITED FIRE&CASUALTY COMPANY and Assistant Secretary of t1NITED 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 18th day of February ,20 16 . \�`` Tlis,�I//,, ,�\1111111/f(II,,/ \\,\\11111111111,1 wCORPORATE k .W CORPORATE 7. `Q.= ULY 22�� O= /� ,Q V YQ : SEAL Mzz ?a•. 1986 .a SEAL �.� 2 2 O ,P..2 '�oA o3`�• �4��•st P"��: o�.r 4lFOPP <��� /�'II IIII9\```\ I,41/1�N • , +,1,11,11111m\o\�'`` Secretary,UF&C Assistant Secretary,OF&I/FPIC BP0A0049 0913