Loading...
HomeMy WebLinkAboutWicks Construction • FORM OF BID OR PROPOSAL F.Y. 2014 BRIDGE DECK & OVERLAY PROGRAM CONTRACT NO. 777 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 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. 2014 BRIDGE DECK & OVERLAY PROGRAM, Contract No. 777, 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. 2014 BRIDGE DECK & OVERLAY PROGRAM CONTRACT NO. 777 DESGRIP ION"f-'".BASESSID°' ° ET .. ,, S ® a£ !D 1 REMOVALS LS 1.0 $ 7% . 72e, $ 7% 3 - - STRUCTURAL CONCRETE, 00 2 MISCELLANEOUS CY 25.5 $ 27/C'61, $ 3 REINFORCING STEEL, EPDXY COATED LB 450.0 $ Z. $ 99z' f 4 DECK REPAIR, CLASS A SY 905.0 $ Z/ • $ /f kv moo . 5 DECK REPAIR, CLASS B SY 90.5 $ Z ' ' $ /L47490 STEEL EXTRUSION JOINT WITH oc 6 NEOPRENE LF 312.0 $ y Z� $ 5yg NEOPRENE GLAND INSTALLATION 7 AND TESTING LF 312.0 $ ZCm $ Cam/Z 8 CONCRETE REPAIR SF 309.0 $ /3, $ '2//if 9 FURNISH TEMPORARY BARRIER RAIL LF 2450.0 $ / $ // 37 sP FORM OF BID CONTRACT NO. 777 Page 1 of 4 10 INSTALL TEMPORARY BARRIER RAIL LF 4900.0 $ 2, $ 1 1/? TEMPORARY CRASH CUSHION, FURNISH 0° OID 11 AND INSTALL EACH 6.0 $ ?Or, $ j� I/`,Co_ 12 BRIDGE APPROACH, RK-25 SY 1303.4 $ /C*,s-� $ 2/7 rib �' STANDARD NON REINFORCED PAVING, 00 13 PCC,7 INCH,C-4 SY 30.0 $ �6',- $ Z 7� c�14 LONGITUDINAL GROOVING IN CONCRETE SY 7747.7 $ . 0 3 $ 212%3 15 REMOVAL OF PAVEMENT SY 1333.4 $ 2�,�S $ ,��'�&I Li 00 16 BARRIER RAIL, RE-46 LF 50.0 iv — DP 17 SIDEWALK REMOVAL SY 77.0 $ /,S' �o $ //SS dc 18 SIDEWALK, PCC, 6 INCH SY 77.0 $ (..5—. $ 54 t.j — Jac 19 DETECTABLE WARNING SURFACE SF 24.0 $ f,to.— $ ,CC "fin BRIDGE RAIL REPAIR-CONGER STREET 20 BRIDGES LS 1.0 $ ,5;�:70,'0 $ 5 dap pG 21 RESET RAIL POST AND STRAIGHTEN RAIL LS 1.0 00 °p $ /5cr,2 $ /S,90e� 00 ©6 22 PAVEMENT MARKINGS STA 35.0 $ j,r- $ 1,5< . &� 23 MOBILIZATION LS 1.0 $ 3C6) 7Y 4$. 79,E- 24 TRAFFIC CONTROL LS 1.0 $ Z3 Sop, o $ 2%f�, TOTAL BASE BID $ / f "c7 249. A l( } s £t1PTIOfit- kSTERFiAT WoRtioN4 gR .,t ' , s a a W',� , : 1. 25.1 DECK OVERLAY(CLASS 0 FCC) SY 7090.4 $ $ BRIDGE APPROACH OVERLAY(CLASS 0 26.1 PCC) SY 190.1 $ $ TOTAL ALTERNATE A— OPTION 1 $ : BID--',!ESCRI 'I'Ib,4. *L ERNATE A O 4T4 I ' . '' ® 0 iB Dx``' 25.2 DECK OVERLAY(CLASS HPC-O PCC) SY 7090.4 $ �ci •-S 22$ zgg - � BRIDGE APPROACH OVERLAY(CLASS $ �® 00 26.2 HPC-0 PCC) SY 190.1 �G $— // WC TOTAL ALTERNATE A — OPTION 2 $ °y, 6 3D. 76 t1- OTA -BID:+ A E'- °{ ® ® i u ° .s a t4. r ..aHr�r.# - 9- ��a� .., .,s b -��. y�as#�, d d. S 4 ° ° s BI 3 ° m� ,, �F. ° OP O tz ° '� � .�. t ,,�� �" & � '��" m ��' ,� 3,.o,*r ,� _fie '`.6-� , `:... ,. ::>' j"m.4,: �g '07r.. - � ...,, . . : . .- 74,,5 ._-. ate,. .. .,K, FORM OF BID CONTRACT NO. 777 4li LZ�i ! tv 2 of 4 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 5 o (> .r-_ &id. Dollars ($ ) in the form ofr 1v. , 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 ( V ), 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. /1 4'" Date 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. FORM OF BID CONTRACT NO. 777 Page 3 of 4 • 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. 'J1. 61 //V ?//y (Name of Bidder) (Date) BY: j2 itle --G 5 i d-e Official Address: (Including Zip Code): 22e f if l I.R.S. No. — FORM OF BID CONTRACT NO. 777 Page 4 of 4 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of ro Wei- ) )ss County of `Vi NMest1(4 ) ®v l&I1 c_LeS , being first duly sworn, deposes and says that: 1. He is (Owner, Partnerejj Representative, or Agent) , of IA/i C�G, Offic _S �,OVlS"• Zic-.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) �iecc- z - �— i�-e cide cA.----1< _ Title Od_ub cribed and sworn to before me thi day of r- , 201_3. I?itV t. .4) Title My commission expires / --47g//� INS W.WiCK3 Y z'_ Commission Number 149C 7 MY/ 7 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 CERTIFICATION CONTRACT NO: r PROJECT NAME: y �� `� 157V7 D Nevlay DATE OF LETTING: _ /0/ /73 Fk:_vre.a_ ` 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 WJ- � C MS.-✓I, CORPORATE OFFICER TITLE ¢ �/��_A' DATE /0 / .2- /- NON-RESIDENT BIDDER CERTIFICATION CONTRACT NO.: PROJECT NAME: DATE OF LETTING: I hereby certify that I am an Iowa non-resident bidder. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: STATE/COUNTRY OF RESIDENCY: Stated below are the preference(s) to resident bidders in the state/country of (Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc. E 3 N c N O 0 L u_) O 0 cz L "� Oi _c c L a) O C� t0 F a) N 0 �+ L Oc D " O V O Fr C� N ,� it Q ° m O �� a a) co Q O >' 'C La O o � Eow c°'iv " u° o m cc = 500 c a) a) - Q vi '�O~.+ :" .a CO 'uc'i a a> �, E ca 14 c ai ° > c o 0 r CO O rn 0 O CS) 0o C C D. a) o_.a� L N C - - cn �_ 0g cn E O °) a)15 p u) v c CO O Y 3 a) O E c a E a) N > -- o o � � o W N, o C o U)D co -c Q O ZQ 2 Z WO��! 180 2o 0C = ° _c az cnLL yob c o _j -CI *co— W O aZ 1602 sil� � � � � � � pv b o , '`� ;0_ -c co _c -8 p c, 4-4 O .- w - ` .c a °o W u WI. 1� cc) oc o > v a) � co asp, fn 1— Q vc coo •coo Ea) ( A A \ M Z2 a i v w a) '� O cn t a3 Z a .. O N m 1 W � i i � o 'E a0 CD W cE m o U v CO`� �. W co we -an 7 - co -8 OH a O 0 0 W Z m m 5 0) > co -� -° Z Z - 'o � "= ai Q'� 3 � � NW v, C/) o a w 0 F= �, 15 0 o a) rn o Z V) 0 1 pQ � 'a' o ° a' ON = 1 CO Z • > Q N 6i N E O u) Z 0 t L _o u> Q O 2 Z , /: S .c c N w W W p Ern c ° O m 0 al M W.) �Jm ~ rna capZm .� IllO j � o 'go � a A NzN ° cro -o °° t a ° a) c ° mn o a � , E ° w ° OW C.)8 ` j � m Wm O O q OoI a00 0 O on LJ2 > cc 0 � w=- me Q J m ` I— ; \ J � Q o E >, °p m ° " .c ` \ V 0 o ° w a5 � V \ w L.c J O 6- 2ga; 3 o N n. lb" o a N ° W O V € N I- . v m �. ai Z Qm o -o -°o c c d o @ E V Ca L iLi � � O ESN O 4.) "f" CO v v Ui • c W u) go p )) E) c .n � -- E El 006 � to a '� O ..c � .�` pro o S O Z Q a) 2 a) Q) U a) aJ _ 0 . {{ W O .-+ a) (,�% y 2-1tto U m C C 0 O co a) .Q 02 c a ro S. 0 ,,�f f E. ° 2 cC O • V '5 (C L m 5 a) a) Q: 4J c: cs-� �' . E c m ° a) O • -c — 4) 5 ��tVA L 0 X' O 0 ns _c O c >> 0 O O a Z o o_ 0 co u) cn >- W cv EE .2 V I U ° a) (I) CO 73 a) U) -o a) C E L W CO •Y C > N 0_ 0 m O Z _o p 25 C cn L �y '� E L a) Q) N O co O o �+ O U O a) v7 'C a) N (Uo O W O p -c 0.O > w• -0 m O c Z m p O O E Q_c c w ._ o L N .a) co ;oo CNW mO 0 � "- cvc 73aic Q � p � •E � a vm �w p c o a) c co a � '� O m N w • a) .- v O c N 0 N m . O a 0 N m m W Q cn LL1 c �2 a Op c C c°o 2 222 3 m � � � a) U p fo a) L Q ° . O- C a) v oW T a) -.E. a) ma) U CO cm Eco O N � `' N Cl) coma► E o s ° Q o o o >, c L Z ni mo -co CE Y F- wco co .D - '4- - > c O u) „ a to (� _p Z o C) ns to w a ° L N N L cn L C m o LW = L a) to L 0 L C CD to a) 0I- (i) � � No o U � 'ca � � o o ai � ivo � U n N O a) `o m 0 E -ca. w a J ° = o_ IX w ._ m '3 3 o � 4- -C cn m c o c a) N = ° . a) or cn a co • - o 0 a) v Y m _ao Z w "-' n co E o -� • a Q m N 0 3 QNv a) my my _0 a Y w 3 � E 'n cn ,, � co cn O w- a) L (n +- O w co — C a2 � 5vo wE P p w '3 0c m a cocoa) " �' o � - c U .c .- - a) OC Ira Ica o C i'_ >; a m o co o cn �' o cn W .c a) 3 a) .... a) a) 0 w Q cn 0 ZO a) a) ° 'c � Eui CQU) a) ~ w wm -03 • W - U � °) o L L cn O WZ caCC ti0o Emoc°10 I- CO cLom oc' w3Q ` Coo Zoo � 22 > w 2 m 3 � cc°i a) `-' rn'c .> a) Tn tnQ m o ai O cn aci v° w caci voi m � � � w CD a)L NH o00 .0 lE > .0m � E o (n a) ccooma) o co 3 ° mom ••-n W Q mom •`= Q a) c > E w E -c .� > c a) Na .. C Z -oa) . coo ga) .D cow ° a) E Z p C L ° 0 oa) � to 5 o° 0 o aL> -o 0 0 o E (n o � �. � a) C o o cn a) o n O o O Y Y co D C >, > a) a) L L a) a) . m LL ° a) m rn a o c Eo m L •c m > o UL E' To- o > Qo o � o E a) Z c a) al w cn •L 3 '� c o c aoQ o W ? ma a°) ca F- a) ,, o � o ca co ° o ° C aai o • a) cn o >. cn (~j Y• � o c Q °) C >° m co 11 O o .- o2o ° �La o mop W 0 Z . EU 0 00 w CO' a) Et >' o v°) c ° � o m c o a) Oc� Y m a�i 00a c°n a) O co C m C '� 0 0c 0 > Z m U N D U 1 N c°o a) C `- Cl) 0 0 w E cII m U 3 C o 0 Q C C - orn �- � C4-7;° o 75 Wfl-E. ° Z - 3 -a a) 030. c U c°) N m � mco c o a�i o m m aoi � cO .n Lo E U E a-a) . 0 0 •ca m 9 o o 0 , :_ 2 L o � Q mom ._ ° ovo o 0 ° cv '� W > o c°o O •C m a a) ° Q cam_ m ` a c o cUp m CO ° co O 0- C > D a) L •0 a) N C U o cn i O Q) 'J a) C m" N 0 p Cl- a) , C C p 0 N E .r v- ° - Q v7 a) E > L p W • "' °) L 'W/� IX� ino ` a) a) o E °, co -00Eaa)ia) ai oCO w 00 re m '� v, ° o ° Q Q)l.L O L C E a) E L 3 �, a) N N o o C Z U 'N L v o a) ° = to M. m ...act, a0p w cn L ° .c `n 0 � ° ? F- ° } o o = oU 0 3 ow mo .cnc ° a) ° U � 3L03 iii o >'30 oo wUco n O n Eo - o .0 < 9.. - a) 0 L d OU .� 0 f U o E o }- E L) w o c 03 y°o o w • C@ o a) m u)) F- ° L- o9 o = c' 0) a) O L a) E a) a a c ° coo wu°. u°) g cao 0 C o cc o° v o co vi0 •Qo o i- Cp •• c .� •- 0 0 _ �_ O ctII co " m C � vm wo c cn � a) cU o = co c°n a) • c - a a°) o act w •s E`o c a) w ° C cu m E oo cn o N0Uo •= c°o to c to o ° E Q,� C o m -0 0 o o z ° N a) 2 a) 2 > � •c �, m e 0mi6 a a) co O E 0 C U) o r a) o f c •, m " .0 o o U 0 3 fl Ww .0m c o aa) 0 0 'L_ U -o c a) o o - °• °- o m .�o - -- ° >, -a -0 >,-a a) ma 3 a) ° C E E it W (0 .3 ° E a) 0 �- .0 0 m � ° � m °) U c)m o 0 0 � � o a) o o �n m L c o 12 ai c coo W c a E • co o 0 o c c ww pm o •E > o o o o a Q = o0 o � -o -o E aai cw U - w �- w- 2WZ2paQ Q 2 mU n rnm O� o o E o om o om cow a cow o -a ai c io 2 ,�vo, rn 0 a) U ZN "- m a) 3 cow c � w2 c� o C � U m c � U O U .O ° Q E •L 7 V) 0 16 C s co W U > V U a) a) a) m cram �v o c Q ?, 0 o F- "ca = Z L ° • W e og E a a a 0 0 o co N o .0 U ri y 40 ui W F- o Cl) - li BD BOND KNOW ALL MEN BY THESE PRESENTS,that we, Wicks Construction, 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 accoMpanying bid dated the ._28th day of .October ,2013 ,for F.Y.2014 Bridge Deck Repair&Overlay Program -tontract No. 777 - 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 end 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 Suretydoes hereby waive notice of any 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 kip signed by their proper officers this 28th day of October ,A.D.2013 • Wicks Construction, Inc. (Sim) Prin I r _, 7� �r�+ By ._ .. / FItle) Uni ire&_Ca alty Company :(Seal} i- ,...._ .,. Surety Witness Dione R. ung Attorney-in-fact Anne Crowner UNITED FIRE &CASUALTY COMPANY HOME OFFICE-CEDAR RAPIDS,IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company-See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint KEVIN J. KNUTSON, OR JACQUELINE M. DEVINE, OR JODY A. DECKER, 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 its true and lawful attorney-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 as follows: Any and Al 1 Bonds and to bind UNITED FIRE &CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are 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. This power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by Board of Directors of the Company on May 16,2012. "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 Company may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company 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 Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company 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 Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney-in-fact. IN WITNESS WHEREOF, the UNITED FIRE &CASUALTY COMPANY has caused these presents to be signed by `,,,,,�,111,,,,,,, its vice president and its corporate seal to be hereto affixed this 3rd day of January, 2013 b`'OY CORPORATE`V- UNITED FIRE&CASUALTY COMPANY _C i- SEAL �� 1:71— '''''a u��n p`` By -Q/w'H-,- —A" " `-TiV�r �.^-- v Vice President State of Iowa, County of Linn, ss: On 3rd day of January, 2013, 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 the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; 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 corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. rJudith A.Davis $ 4 `-, A li Iowa Notarial Seal ..��,Commission number 173041 Notary Public orm My Commission Expires 04/23/2015 My commission expires: 04-23-2015 I, the undersigned officer of the UNITED FIRE &CASUALTY 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 by-laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, 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 Company this 28tn day of October 20 13 o; if k CORPORATE �{p a -;:f: .--. V i /..ta -1,g, ,-;/°'"-`- SEAL QS``3 „,,,� Secretary 13POA0019 0113