Loading...
1530* Killebrew (2)xin%IN UTILITY DEPARTME1N r TRANSMITTAL MEMORANDUM TO: Bill Smith, Purchasing FROM: Migdalia Hernandez RE: Final Pay Request for Large Meters Replacement L' n; �y I:^yil 4wT� The item(s) noted below is /are attached and forwarded to your office for the following action(s): ❑ Development Order ❑ Mayor's signature ❑ Final Plat (original mylars) ® Recording ❑ Letter of Credit Renderi, g ® Maintenance Bond Lfe �(Vault ❑ Ordinance ❑ ® Performance Bond ❑ Resolution ❑ Final Lien Releases Once completed, please: ❑ Return original ® Return copy ❑ Return Original Change Orders to Process Final Payment Special Instructions: Bill /Marisol Attached the following documentations for signature and proper recording: 1. Large Meters — Final Change Order Reconciliation Deduct (3 originals) 2. Final Lien Release from Killebrew 3. Original Consent of Surety to Final Payment 4. Original Material and Workmanship Bond Please advise if you have any questions regarding the above final pay request documentation. Thank you! DATE: 01/02/13 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11849 TO: KILLEBREW, INC PO BOX 6258 LAKELAND, FL I all SoN am F.34 N Owl 1 '1 CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C -8 PO NUMBER 033224 CHANGE #: 6 DATE CHG: 04/02/13 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE 33807 -6258 SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/13 NET /30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY OF UNITE ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 1 METER REPLACEMENTS AT THE .00 .00 .00 FOLLOWING LOCATIONS: PAGE SCHOOL, MARINER VILLAGE AND TWO METERS ON SEMINOLE COUNTY BLDG AND MED ART BLDG STATE REVOLVING LOAN DW159120 2 SEE LINE ITEM NO.1 FOR DETAILS 32620.00 NA 1.00 32620.00 CHANGE ACCT CODE 3 WATER QUALITY IMPROVEMENT .00 .00 .00 PROJECT RFQ 11/12 -02; LARGE METER INSTALLATION FOR VARIOUS LOCATIONS; 1 AT MARINER VILLAGE, 3 AT SEMINOLE COUNTY BUILDING, AND 1 AT MEDICAL ART BUILDING ... DW1103;'SRF DW590120 CHANGE ORDER NO 1 ATTACHED SEE LINE ITEM 3 FOR DETAILS 4 SEE LINE 3 FOR DETAILS CHANGED .00 .00 .00 ACCT CODE APPROVED BY: APPROVED BY: IJ45nh 4l_ CITY PrANAGER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP: //WWW.SANFORDFL.GOVI DEPARTMENTS /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING DATE: 01/02/13 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11849 TO: KILLEBREW, INC PO BOX 6258 LAKELAND, FL CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C -8 PO NUMBER 033224 CHANGE 4: 6 DATE CHG: 04/02/13 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE 33807 -6258 SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/13 NET /30 ACCOUNT NO.: SEE BELOW PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT E OF ISSUE UNIT COST EXTENDED COST * t�r* k: k' kYit�cisk�cFickic *F *ickirk�cic9c�c'kF4rk4ci: * CHANGE ORDER 5 CHANGE PROJECT CODE 208184.00 NA 1.00 208184.00 6 SANFORD CENTRAL FL REGIONAL 102128.00 NA 1.00 102128.00 HOSPITAL METER REPLACE MENT, Change Order 2 Reduce PO of $ -7=300 and included additional days to contract 303 days total of 423 days... entire project (MH) 10.14.14 SUB TOTAL 342932.00 TOTAL 342932.00 EQ /ACCT DATE REQ. BY ------- - - - -- PROJECT - - - - - -- -- - - - - -- AMOUNT ---------------------------- - - - - -- 000063577 12/18/12 MIGDALIA H ----- - - - - -- RNANDEZ - - - -- DW - - - - - -- 103 -- - - - - -- .00 5245305366300 3577 04/02/13 RYAN OSSOW KI DW 103 2620.00 5245305366303 1--------------------------------------- 000064083 11/19/13 M HERNANDE DW 103 .00 5245305366300 4083 11/26/13 RYAN OSSOW KI DW 103 .00 5245305366303 4083 12/10/13 PETER /RYIUI DW 102 2(8184.00 5245305366303 000064209 03/13/14 M HERNANDEJ DW 102 1(2128.00 5245305366303 APPROVED BY: PURCHASING AGENT APPROVED BY: CITY MANAGER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP: //WWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING PROJECT NO. IFB 10/11 -10 SECTION 00850 CHANGE ORDER FORM Change Order No. 1 /,i Project Title Water Quality Improvement Proiect (Sanford Meter Replacement -- First Five Meters) Bid No. RFQ 11/12 -02, PO 033224, Requisition No. 63577 Owner: City of Sanford Contractor: Killebrew, Inc. Agreement Date: January 2, 2013 This Change Order is necessary to cover changes in the work to be performed under this Agreement. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, and STANDARD SPECIFICATIONS apply to and govern all work under this Change Order. THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS: (1) Original Contract Price (2) Current Contract Price (Adjusted by Previous Change Orders) (3) Total Proposed Change in Contract Price (4) New Contract Price (Item 2 + Item 3) (5) Original Contract Time (6) Current Contract Time (Adjusted by Previous Change Orders) (7) Total Proposed Change in Contract Time (8) New Contract Time (Item 6 + Item 7) (9) Original Contract Substantial Completion Date (10) New Contract Substantial Completion Date 00850 -1 $113,675 $127,129 $(7,300) $119,829 120 Days 120 Days 303 Days 423 Days May 2, 2013 March 1, 2014 PROJECT NO. IFB 10/11 -10 CHANGES ORDERED ITEM 1 Description of Change: Reconcile final contract amount for close out purposes. Reason for Change: Project is complete Change in Contract Price: ($7,300) Change in Contract Time: CHANGE ORDER SUMMARY No. Description Change in Contract Price Change in Contract Time 1 Final Reconciliation Deduct ($7,300) 0 TOTAL 1 ($7,300) 1 0 WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Change Order represents an equitable adjustment to the Agreement and that CONTRACTOR shall waive all rights to file a Contract Claim or claim of any nature on this Change Order. Execution of this Change Order shall constitute CONTRACTOR's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Change Order. APPROVAL AND CHANGE ORDER AUTHORIZATION 00850 -2 PROJECT NO. IFB 10/11 -10 ACKNOWLEDGMENTS The aforementioned change, and work affected thereby, is subject to all provisions of the original Agreement and specifically changed by this Change Order; and It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original Agreement other than matters expressly provided herein. IVY c�� L ly—L 4 (Secretar ) _q�I'1 1q Date , (Corporate Seal) UVEM M (Signs ure) ( v — t a. --- i '-f Date (Seal) Vi , k1-e 6't-e,L'-); ( f-, (' Contractor Ctrs , t � � C, m Cr vt�r a S, l y e- Printed Name and Title of O er By (Signature Date Owner Printed Name and Title By (Si ature) Zq Date END OF SECTION 00850 -3 PROJECT NO. RFQ 11/12-02 SECTION 00644 SUBCONTRACTOR'S RELEASE OF LIEN (FINAL AND COMPLETE) Before me, the undersigned authority in said County and State, appeared Cindy Q. Adamson who, being first duly sworn, deposes and says that he is Vice- President of Killebrew. Inc. a company and/or corporation authorized to do business in the State of Florida, and is a SLIBCONTRACTOR/VENDOR/LIENOR in a contract entered into between the CONTRACTOR, 1) Killebrew, Inc, and the City of Sanford for the Project known as 2) Water Quality Improvement Projects, RFQ 11/12-02, located in Seminole County, Florida under an Agreement with the CITY OF SANFORD the date of said Agreement which is 31 12/20/13 1) Name of Contractor 2) Name of Project identified in Instructions to Bidders 3) Date of Referenced Agreement Let it be known that the undersigned SubcontractorNendor/Lienor is duly authorized to make this affidavit in consideration of the final payment in the amount of 4) $109.428.00 , and hereby waives all rights to claim a lien for labor, services, equipment, or materials furnished to the CONTRACTOR on the project and property identified herein before. 4) Amount of Final Payment 5) Address and Identification of the Property IN WITNESS WHEREOF, 1 /we have executed this instrument under seal this 16th day of Sept 2014 Authorized Rdpresentative (Signature) v Cindy D. Adamson (SEAL) Printed Name and Title STATE OF Florida COUNTY OF Polk The foregoing instrument was acknowledged before me this 16th day of sepi 2014 by Cindv D. Adamson -1 1 — Of Killebrew. Inc. — (corporation), on behalf of the corporation, who is personally known to me or has produced (Type of Identification) as identification and who did (did not) take an oath. Sworn to and subscribed to before me this 16th day of September 2014 Aa IZ- (Signature) Denise Henderson (Print name) Notary Public in and for the County and State Aforementioned My Commission Expires: 12/25/17 END OF SECTION DENISE HENDERSON MY COMMISSION #FF078917 006" EXPIRES December 25, 2017 (407) 398-0153 RoridallotarySeMG(-1.001T1 BOND NO.: 54- 192177 Owner: City of Sanford Project Name: Water Quality Improvement Project Contractor: Killebrew, Inc. PROJECT NO. RFQ 11/12 -02 SECTION 00617 CONSENT OF SURETY TO FINAL PAYMENT WE, the United Fire & Casualty Company , having heretofore executed Performance and Payment Bonds for P.O. # 033224 Sanford Meter Replacements Only in the sum of Two Hundred Fifty Two Thousand One Hundred Eighty Two and 70/100 Dollars ($ 252, 182 .70 ------- -- --------------- );- hereby agree that the OWNER may make full payment of the final estimate, including the retained percentage, to said CONTRACTOR. The Surety concurs that full payment to the CONTRACTOR is appropriate and the Surety expressly releases the OWNER from all liability to Surety resulting from full payment to CONTRACTOR. It is fully understood that the granting of the right to the OWNER to make payment of the final estimate to said contractor and /or his assigns, shall in no way relieve this surety company of its obligations under its bond, as set forth in the specifications, contract and bond pertaining to the above project. IN WITNESS WHEREOF, the United Fire & Casualty Company has caused this instrument to be executed on its behalf by its Representative and its duly authorized attorney in fact, and its corporate seal to be hereunto affixed, all on this 5th day of September 2014 United Fire & Casualty Company Surety Attorney -in -Fact Teresa L. Durham & FL Licensed Resident Agent (407) 786 -7770 (Power of Attorney must be attached if executed by Attorney in Fact) STATE OF Florida . COUNTY OF Orange The foregoing instrument was acknowledged before me this 5th day of September 2014 by Teresa L. Durham of _ United Fire & Casualty Company (corporation), on behalf of the corporation, who is personally known to me or has produced N (Type of Identification) as identification and who did (did not) take an oath. Sworn to and subscribed to before me this 5th day of September 2014 .S�6'.�rf.sct6.i!ad �. • ,/at�tu.e��i.-�t� (Signature) Patricia L. Slaughter (Print name) Notary Public in and for the County and State Aforementioned My Commission Expires: 3/31/17 END OF SECTION 00617.1 RHEI ic State of Florida laughtersion EE 868174 1 /2017 INDIVIDUALLY of MAITLAND FL their true and lawful Attorneys) -in,-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful'bouds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $35, 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duty 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 of 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 ?, Appointment of Attomey -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 soused, 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. CAS °u„ /., a 1., + +IIII,II IN WITNESS WHEREOF the COMPANIES have each caused these presents to be signed by its Qk�Qy, {,c�4 ;� gWDE1yy /ji4 `O��" \G INSU lid /+(' o ° . k g o \,QPG� oPPOt I4"" ,w vice president and its corporate seal to be hereto affixed this 11 t h day of October, 2013 CORPORATE CORPORATE �'..,, = �v, 2G 'FO c7 t _ � _ > z _ auLr zz, . = UNITED FIRE &CASUALTY COMPANY i:z 4 P SEAL 3\P� �? SEAL Y Z, �, 1986 .aa, UNITED FIRE &INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY /KAeip ��0' 69,Zy, D`� . a' ,UFOP // /111 B '' V y: State of Iowa,. County of Linn, ss: Vice President On llth day 'of October, 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; thathe 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 hi 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 sighed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. %110 Iowa Notarial Seal H Notary Public Judith A. Davis commission number 173041 My commission expires: 4'/23/2015 My Commission Expires 4/23/2015 said originals, and that the said Power of Attorney has not been revoked and is r In testa— no y,whereof I have hereunto subscribed my name and affxec this day of i 20 G111NSU �q14 }ao `qPG \pAPOiJq �C..: CORD: E dY�y gip/ CORPORATE. y U..�G DULY 2,� 0 :a K 5` SEAL t 6 1966 ,e SEAL c 5 RIII Il' \` / of i /11 \\ ` II /Iy(Ill lllitll \ \�� ` :BPOA0044 0913 Assistant Secretary, OF &I /FPIC Bond No. 54-201999 PROJECT NAME: Water Quality Improvement Project Effective Dates: 8/26/14 — 8/26/16 P.O. # 033224 Executed in 1 Counterpart SECTION 00615 MATERIAL AND WORKMANSHIP BOND KNOW ALL MEN BY THESE PRESENTS: THAT WE, Killebrew, Inc., hereinafter referred to as "Principal" and United Fire & Casualty Company, hereinafter referred to as "Surety" are held and firmly bound unto the (1) City of Sanford, hereinafter referred to as the OWNER in the sum of ten percent (10%) of the 110% Contract Price of $252,182.70, as adjusted under the Contract Documents which equals Twenty Five Thousand Two Hundred Eighteen and 27/100 Dollars $25,218.27 is for the payment of which we bind ourselves, heirs, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has constructed certain improvements, including roadways, utilities, curbs, storm drains and other appurtenances in that certain Project described as the (2) Water Quality Improvement Project, (P.O. #033224 — Sanford Meter Replacements Only), and WHEREAS, the aforesaid improvements were made pursuant to an Agreement dated September 18th, 2012 and filed with the Purchasing Office of OWNER; and WHEREAS, the Principal warrants and guarantees to the OWNER that all work, labor, materials, equipment and services furnished and performed has been done in a good and workmanlike manner and is of the highest quality, free from defects; and WHEREAS, Principal is obligated to protect the OWNER against any defects resulting from faulty Materials or Workmanship of said improvements and to maintain said improvements for a period of two (2) years from the date of Final Completion under the Contract Documents. NOW THEREFORE, the conditions of this obligation is such that if Principal shall promptly and faithfully protect the OWNER against any Defects resulting from faulty Materials and Workmanship of the aforesaid improvements and maintain said improvements for a period of two (2) years from the date of Final completion, then this obligation shall be null and void, otherwise it shall remain in full force and effect. 1) Name of Owner- City of Sanford 2) Name of Project identified in Instructions to Bidders - Water Quality Improvement Proiect, (P.O. #033224 — Sanford Meter Replacements Only) The OWNER shall notify the Principal in writing of any Defect for which the Principal is responsible and shall specify in said notice a reasonable period of time within which Principal shall have to correct said Defect. 00615-1 Bond No. 54- 201999 PROJECT NAME: Water Quality Improvement Project Effective Dates: 8/26114-8/26/16 P.O. # 033224 Executed in 1 Counterpart The Surety unconditionally covenants and agrees that if the Principal fails to perform, within the time specified, the Surety, upon thirty (30) days written notice from OWNER, or its authorized agent or officer, of the failure to perform will correct such Defect or Defects and pay the cost thereof, including, but not limited to engineering, legal and contingent costs. Should the Surety fail or refuse to correct said Defects, the OWNER, in view of the public interest, health, safety, welfare and factors involved, shall have the right to resort to any and all legal remedies against the Principal and Surety and either, both at law and in equity, including specifically, specific performance to which the Principal and Surety unconditionally agree. The Principal and Surety further jointly and severally agree that the OWNER at its option, shall have the right to correct said Defects resulting from faulty Materials or Workmanship, or, pursuant to public advertisement and receipt of Bids, cause to be corrected any Defects or said Defects in case the Principal shall fail or refuse to do so, and in the event the OWNER should exercise and give effect to such right, the Principal and the Surety shall jointly and severally hereunder reimburse the OWNER the total cost thereof, including, but not limited to, engineering, legal and contingent costs, together with any damages either direct or consequent which may be sustained on account of the failure of the Principal to correct said defects. IN WITNESS WHEREOF, this instrument is executed this the 5th day of September, 2014. ATTEST: Secretary (Principal) Typed, Ntame (CORf?ORATE SEAL) . v. (,Witness to Principal) i Typed Name 00615 -2 Killebrew. Inc. Principal (Contractor) By (Signat e) Typed Name and Title 2830 Winter Lake Road Address Lakeland FL 33803 City, State, Zip (863) 701 -0273 (863) 701 -9204 Telephone No. Facsimile No. Bond No. 54- 201999 PROJECT NAME: Water Quality Improvement Project Effective Dates: 8/26114 — 8/26/16 P.O. # 033224 Executed in 1 Counterpart ATTEST: United Fire & Casualty Company (Surety) Secretary Surety Susan L. Reich Typed Name (CORPORATE SEAL) Witness as to Suret Patricia L. Slaughter Typed Name Witness as to Surety Lisa Roseland Typed Name (319) 399 -5700 (319) 399 -5425 Telephone No. Facsimile No. By: 0t,600-tv Attorney- in- Fact/FL Licensed Resident Agent Teresa L. Durham Typed Name PO Box 73909 Address Cedar Rapids, IA 52407 -3909 City, State, Zip (319) 399 -5700 (319) 399 -5425 Telephone No. Facsimile No. NOTE: Date of the Bond must not be prior to date of Agreement. If CONTRACTOR is a joint venture, all venturers shall execute the Bond. If CONTRACTOR is Partnership, all partners shall execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Florida, unless otherwise specifically approved in writing by OWNER. ATTACH a certified Power -of- Attorney appointing individual Attorney -in -Fact for execution of Performance Bond on behalf of Surety. END OF SECTION 00615 -3 L SLAUGHTER, OR GLORIA A RICHARDS, OR OR`:DON BRAMLAGE, OR LISA,ROSELAND, O,R'CHERYL FOLEY, ALL INDIVIDUALLY of MAITLAND FL their true and lawful Attorneys) -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 $35,000,000.00 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 theacts 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 UNITEDTIRE'& CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND F INANCIAL 1NSUI2ANCE 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 ofs. 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 soused, 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. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its k Co aks� �o ,,, PC�F.•PPO R ?y� vice president and its corporate seal to be hereto affixed this 11 t h day of October , 2013 CORP°RliTE k G O ^' a 4;�,0Ojj'•.,tc` 1� _� COOR ;= q; 2 �'°- Z ;, % UNITED FIRE & CASUALTY COMPANY aULY 2,� senL r - — — z = = Z = UNITED FIRE &INDEMNITY COMPANY SEAL 't'b a s. 1906 , a` ,' 4„ F FINANCIAL PACIFIIC INSURANCE COMPANY aa,nmUO �nnmmw „U",• /"mot [i State of Iowa, County of Linn, ss: On 11th f October, 2013 before me Vice President y personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that lie resides in Cedar Rapids,. State' of Iowa; that lie 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 g Judith K Davis z Iowa Notarial seal Notary Public Commission number 173041 My com4m ssion expires: 4•/23/2015 ow►. My Commission Expires 4/23/2015