HomeMy WebLinkAboutWoodruff Construction F
FORM OF BID OR PROPOSAL
BAG MAKEUP DOOR REPLACEMENT ON TERMINAL BUILDING
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
LGentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of IOYvtl , a
Partnership consisting of the following partners: ' -;...ec.1 0-A 1n,l}tif?„,, trL l,,..4 ,
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 BAG MAKEUP DOOR REPLACEMENT ON
TERMINAL BUILDING, all in accordance with the above-listed documents and for the unit prices
for work in place for the following items and quantities:
_ BAG MAKEUP DOOR REPLACEMENT ON TERMINAL BUILDING-BASE BID
Ref. Estimated Unit Bid
Item Item Unit Quantity Price Total Bid Price
1 Install High-Speed Vinyl Door EA 2 $ S •
y• ; c ,, $ S`� bd0,�,
[, TOTAL BASE BID AMOUNT $ r 1 ! 00,00
[ BAG MAKEUP DOOR REPLACEMENT ON TERMINAL BUILDING--ADD ALTERNATE BID
Ref. Estimated Unit Bid ,
Item Item Unit Quantity Price Total Bid Price
1 Install Pedestrian Door LS 1 $ I5Vic,t�i\ $ I jdoo . Cci
1 j
ITOTAL ADD ALTERNATE BID AMOUNT $ 15 ,,oo
TOTAL BID-BASE BID PLUS ADD ALTERNATE
1 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.
1 3. It is the Airport's intention to evaluate bids reviewing both the Base Bid and Add Alternate Bid.
The Airport has limited funds available and will award only what funding allows. The Airport
reserves the right to award the contract based on the Base Bid only or the Base Bid plus any
i and all Add Alternate Bid Option.
+ I
1;;
EFORM OF BID BAG MAKEUP DOOR REPLACEMENT
V AECOM 60482850 BF-1 of 3
4. 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.''_I
5. Security in the sum of 57. G I .TUi. L( id
Dollars($ / {- raiCl i j )in the form of -Bid and , is submitted herewith
in accordance with the INSTRUCTIONS TO BIDDERS.
6. Attached hereto is a Non-Collusion Affidavit of Prime Contractor.
7. Attached hereto is a Resident Bidder Certification ( ‘/ ), or Non-Resident Bidder
Certification ( J. (Mark one.)
8. The bidder is prepared to submit a financial and experience statement upon request.
9. 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.
10- The bidder has received the following Addendum or Addenda:
Addendum No. 1 Date BIeJ/
a
3{
11. The bidder shall list the MBEMIBE subcontractor(s), amounq f s contracts 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 lis':ed 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.
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 BAG MAKEUP DOOR REPLACEMENT
AECOM 60482850 BF-2 of 3
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. .
F .
Nocciro-f-- (ioist-frArbbytu. fitt9it, -/ „ziep
(Name of Bidde ) (Date)
/1/U-11 "te,e8A
BY: Title Ea /<:e7.1/
C 1 /Ck5 forci
Offici0al Address: (including Zip Code):
n • -93 S+r
/Ai a--.16700 inletSU7 )
I.R.S. No.
it
L
i•
12
FORM OF BID
AECOM 60482850 BAG MAKEUP DOOR REPLACEMENT
BF-3 of 3
..... . :....: ...
1
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
[ .
State of /Oda -_)
�C� )ss
County of oh I lS UU _)
I �' cKRai _ , being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of hitty/riti
COr.
f -ra it 0 n L , the Bidder that has submitted the attached Bid;
I. 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 anyof its officers, partners, owners, a representatives,gents,
employees, or parties in interest, including this affrant, 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 includin this affiant.
��(Signed) � �
IV i cm o rtZS lC. Fu,z'l
Oast- r� o -ij 8reid ep-1-
J Title
Subscribed and sworn to before me this hday of r�lV 115 t , 2016.lie(.. _ i Acm Alvfc
i . Title
Mycommission expires p 8/) y/q . ,,,„. # GENEVlEYE C.L.JURGENSON
z°14., k" Commission Number 780011
. My Commission Expires
I..
Ii
r •
NON-COLLUSION AFFIDAVITS BAG MAKEUP DOOR REPLACEMENT
AECOM 60482B50 NCA-1 of 2
, L
1
j 2 S e -
a
F
1 i %
a v z
i i
f 1
E
oaa
[ 5 g V a
ip
$ �a a A
3 iJ f - .
i
Ii
w02 . . .
u.
ILI
F .5I 0 z
m8 R i v § a -0 L
of (3 i g r~
\\ ".
[ 'Li..jW t o 1 w
�� g
S
� �
9 J �_ e
s
L , ''' ,. 'c- I . ii 1 e, 2 -� "
., 4 z 8 gg
a. g sl Ii
3
i 1 . 11 f.1 i zi_.
i l II_
TSB PRE-BID CONTACT INFORMATION BAG MAKEUP DOOR REPLACEMENT
AECOM 60482850
1 of
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City
and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as
follows:
r.
1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate
against any employee or applicant for employment because of race, color, creed, sex, national
origin, economic status, age, mental or physical handicap, political opinions or affiliations. The
contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to
ensure that applicants are employed and that employees are treated during employment without
regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or
physical disability, political opinions or affiliations. Such actions shall include but not be limited to
[7:
the following:
a. Employment
[. b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f. Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations
or advertisements for employees, state that all qualified applicants will receive consideration for
employment without regard to race, creed, color, sex, national origin, religion, economic status,
age, mental or physical disabilities, political opinion or affiliations.
3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative
will send to each labor union or representative of workers which he/she has a collective
bargaining agreement or other contract or understanding, a notice advising said labor union or
workers' representative of the contractor's commitment under this section.
4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all
published rules, regulations, directives, and order of the City of Waterloo Affirmative Action
Program Contract Compliance Provisions.
11 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file
compliance reports within such time and upon such forms as provided by the Affirmative Action
Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of
each subcontractor as well as the contractor himself/herself and said contractor, subcontractor,
vendor and supplier will permit access to his/her employment books, records and accounts to the
City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action Program—Contract
Compliance Provisions relative to Resolution No. 24664.
6. In the event of the contractor's non-compliance with the non-discrimination clauses of th
is
his
contract or with any of such rules, regulations and orders, this contract may be canceled,
terminated or suspended in whole or in part and the contractor may be declared ineligible for
further contracts in accordance with procedures authorized by the City Council.
EQUAL OPPORTUN]TY CLAUSE BAG MAKEUP DOOR REPLACEMENT
AECOM 60482850 EOC-1 of 2
7. The contractor, subcontractor, vendor and supplier of goods and services will include, or
incorporate by reference, the provisions of the non-discrimination clause in every contract,
subcontract or purchase order unless exempted by the rules, regulations or orders of the City's
Affirmative Action Program, and will provide in every subcontract, or purchase order that said
provisions will be binding upon each contractor, subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination
in employment. Any person who applies for employment with our company will not be
discriminated against because of race, creed, color, sex, national origin, economic status, age,
mental or physical disabilities.
(Signed) !
Chats /Z ppropriate Official)
Ea 5,- ► .ec11 pies/deli-1-
(Title)
?AI/1 (4)
(Date)
}
EQUAL OPPORTUNITY CLAUSE BAG MAKEUP DOOR REPLACEMENT
AECOM 60482850 EOC-2 of 2
I
RESIDENT/NON-RESIDENT BIDDER
RESIDENT BIDDER:
In accordance with Section 73A.21 of the Iowa Code, all non-federal-aid public improvement projects,
which include road construction, shall be performed by a qualified resident bidder. The resident bidder has
been further defined as follows:
Resident Bidder:
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.
[..
The contractor shall provide the City with a certification that he is a qualified resident bidder according to
the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of
"Resident Bidder Certification" is included in the Contract Documents. If it is determined that the
contractor does not meet this qualification after he begins work, a shutdown notice shall be issued and the
voiding of the contract shall begin unless the contractor becomes qualified.
NON-RESIDENT BIDDER:
The contractor shall provide the City with a certification that he is a non-resident bidder according to the
above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of
"Non-Resident Bidder Certification" is included in the Contract Documents.
DJG
01/02/12
RESIDENT BIDDER BAG MAKEUP DOOR REPLACEMENT
AECOM 60482850 RB-1 of 3
•
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: �`
PROJECT NAME: t z�(j I(,JC,Q2tA,p bcc r 2e piCctPrnen°t"
DATE OF LETTING: Ltei i,c c{ I i , aCilc
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 Ai0OCirit f (CAC 'I,l( &l LA')
CORPORATE OFFICER
N („1'10 as ' . For
TITLE F,(�.< - /��Gj j(fin P✓PSI d en-I-
DATE Lilly) /) , ,2O l Lo
•
RESIDENT BIDDER BAG MAKEUP DOOR REPLACEMENT
AECOM 60482850 RB-2 of 3 i
co
O C Q ` O -Y w o
C o O a c (0 2�
ca - ca E L
a E E o Lu — o 5
m •
3
_._1 N N 0 -O N 63 O tea) uc
cc
capes °_ o 0
C m N d O` i 0
0
LL O ID
ea c LL 0 U cn 2
(co a°i = f,-; . >, co .. O Q a� Q
0 .c o C c o_ 3 R12 m
C) .n < CJ
c _co ° ai .CC c o E ro 0
L >+
J0 ww (1 O .O Ol U En
.- O o U (p C U O .
a) c > U .§ O 0
=
O ' a)� � a � c0 _c ui
2o > �n U ��
cn O O E c O
2 rn o
e ? O Y - O m 0
U
c •
o �^r o � N .0 (n CO re I— 41
Z E N .., N N O O a. 0 r
� O ` -- o � O 0 c E .o `° E (I) < f
ILL I— — 73 C C " - O 2O IX Z
ha ° 3 � ° oo � 0 � O
z � ▪ �' � � � � 0 0o ° 0
LU Oo o
E E � w
(n0 vv . w Cco a) my ao 0 .
m ti taro o c C0 ea 0 0 a) r O r a3 +' A
wz ▪ I.-
c o - c c E 'CO _za u 1° c
F) 0 o o .0 :E in
. .o C) o - � w O0
OQ ' 2 o1 O 0 c o Ot-
WZ �, W L�J j , - co ' Q ,- � � U) 11)
mU mm ), . .e O > `3 ZV)
o • O E O O O E O U N
LU LU UJ T U = °m ,.- ~ Z
m m m m ' H
O m Ow C> — 'o co° c c c
lU fD i O .N O N U. Lll
6l. O : aC E C O zm
C E O 0 0 LU
E ° � OW
MI
O O O c a) W m y i .,o w-o \_
O_ j -6 O Opt '� U J � ar ram+ ->. —.. '� V
Z cn CT al c c Q m N Q 0 G no ��
`, 0.0
�lit a3cyi � o1L- (n ma ~ U flo rJ (b \��
N cu
°, 3 � = .I- di a
rd . J 0 cn Ey a) -C
F- ll! O j
'� V to U O O 02
U 19 0 ti r
O
1 a -0e ° � .� -0 m E Z o
Zo, aNO a) o , a) a) UJ ° -, 1-i c o
O 0 C Q w 6 > Cl) E O m �� --a•— N
E () U (A U ,_0(1) 0 0 6 t r ,�_ C; (0 2
.a o o
(n C N 1-- LU n -0-.` a) -o m ( 1al , o
° O c O co E ,a) a-- in 'n 4 a
Y
• (13 U �7 c m S 01 0
O Qmc n la'. ,_ 3",- c
.� " O u, a O z O (O a) (0
,,E � UgL O O > O15« rn C
m O .
D E1 ° 0 o c mUp :°Crn c
> r1♦�� C O O J QP.a" V\5 I
0_���C0
H
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Woodruff Construction, LLC
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 the Total Bid Amount
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 11th day of August
, 2016, for Bag Makeup Door Replacement on Terminal Building,Waterloo Regional Airport
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.
1N 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 pres-
ents to be signed by their proper officers this 8th day of August ,A.D. 2016.
Woodruff Construction, LLC t (Seal)
Princi al
By A!." -A
N►ciaaias k. ^Arct (Title) East 1211Li Pri nt
4.021.mir United ' e&Casualty Co n _ (Seal)
tness C'i ,V , son Sure
- By i
Witness Stacy Dione R.Young Attorney: -fact
BID BOND BAG MAKEUP DOOR REPLACEMENT
AECOM 60482850 13B-1 of 1
•
L S
g -
111M UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Inquiries: Surety Department
U
� UNITED FIRE&INDEMNITY COMPANY,WEBSTER,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
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 LACY CRAMBLIT,OR SHIRLY S.BARTENHAGEN,OR KYLEE
HEUSI,OR DIONE R.YOUNG,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.apott!he 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.
t,,,,, tart,,:, 1ti+R4ttt IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its
k., `c t,6���,. .....9q ,,, vice president and its corporate seal to be hereto affixed this 1 day of JANUARY 2016
tie t:ORPORAIF �° r s t q:.(j) POfgg1%.1'1 >
y. +c '�CC7RtK1RATP gs i .,�, fi.
s" —.— f, :� 6 1u1Y2? "2` UNITED FIRE&CASUALTY COMPANY
i, St ,„ ' SEAS, t885 ,-ybE UNITED FIRE&INDEMNITY COMPANY
'%rt&ttgatx*t'p� %.,"grrtx rt.*-,`'`= 1t.a FINANCIAL PACIFIC INSURANCE COMPANY
ttNttitittititt 1Jtt3ti1R4fit1t11tVt 'ry44,t,,,,),itttt+t��''"
By: '�' '"
State of Iowa,County of Linn,ss: Vise President
On 1sT day of JANUARY,2016,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 o f 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.
R Judith A.Davis
Iowa Notarial Seal A
` Commission number 173041 R Notary Public
Owl 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 UNITED FIRE&INDEMNITY COMPANY,
and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power
of Attorney and affidavit,and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney,with the
ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS,and that the same are correct transcripts thereof,and of the whole of the
said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
-this__-_8 t -_- day of August ,2016
t`,t,t,s itt„,, �\,,,,ryt/tt, „lttt/lilltllll(
t, M-,4 ,,O,tir,,tinEy4�* ,,,N oC INSO'5q+c,.
.s c a` t P 4POq" '�2 .
YY)tt o5An 4 2�'` F=
y C:;URCHS3AT'S. £ 4 ��LY 4E d'.��'j,• � ///J /J
_, r +• z UBy.y 7 SEAL Y 1988 '.E
,t/, seAL ldi,,,` '�'�.4,, ..ems` % ':-7,11apP'''.''`.
l'++per nottoss�. ��o''hpr nn�i<<"v� 44 w.
,,,«`° Secretary,UF&C
Assistant Secretary,OF&I/FPIC
BPOA0049 0913