Loading...
HomeMy WebLinkAboutK Cunningham Construction Co., Inc.,CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC. 1325 RAIL WAY CEDAR FALLS, IA 50613 Construction Co Inc Bid Security For: FY 2021 Center For The Arts Parking Improvements Phase 3, Northwest Half Contract No. 1004 City of Waterloo, Iowa • 1 12 /a( )zfa\ • CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC. 1325 RAIL WAY CEDAR FALLS, IA 50613 Construction Co Inc Bid Proposal For: FY 2021 Center For the Arts Parking Improvements Phase 3, Northwest Half Contract No. 1004 City of Waterloo, IA 72021 C FORAh OFN01®1=;PROPOSAL G`j`rc n FON THE ANTS PARKING O U f OVEMENTS l'olASk 39 IM o IR ll NI VNE ST WALIF COVI URC:11 NO0 1904 GOTV W T RLS O 0 0 W ,t_ Honorable Mayor and City Council Waterloo, Iowa Gentlemen: I . The undersigned, being a Corporation existing under the laws of the State of _10 Wet , 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 FY 2021 CENTER FOR THE ARTS PARKING IMPROVEMENTS, PHASE 3, NORTHWEST HALF, City Contract No. 1004, all in accordance with the abovealisted documents and for the unit prices for work in place for the following items and quantities: FY 2021 CENTER FOR THE ARTS PARKING IMPROVEMENTS PHASE 3, NORTHWEST HALF CITY CONTRACT NO. 1004 = UNIT TOTAL UNIT I TOTAL ITEM NO. ITEM QTY. BID PRICE BID PRICE 1 Clearing and Grubbing LS 1.0 Spread CY 400.0 2 Topsoil, Furnish and Roadway Borrow s CY 1,500.0 3 Class 10 Excavation, and 4 Subgrade Preparation SY 1,200.0 A 5 Subgrade Treatment, Geogrid (Type 2) SY 600.0 6 Modified Subbase TONS 1,850.0 7 6" Longitudinal Subdrain 1,100.0 LF LF 420.0 8 8" Longitudinal Subdrain 9 Subdra n Outlet 1.0 EA 10 Manhole Adjustment, Minor 5.0 EA 2.0 11 Rebuild Intake Top EA SY 2,123.2 12 Removal of Pavement SY 3,020.0 Standard or Slip Form Portland Cement Concrete 13 Pavement, Class C, Class 3 Durabili 8 In. , LF 104.0 14 Curb and Gutter, 2' 15 Temporary Pavement SY 367.0 SY 32.5 o 16 Temporary Sidewalk SY 1,034.9 17 Removal of Sidewalk SY 130.7 18 Sidewalk, PCC, 6 In 4<- See Afiamied 5rcob/e! ITEM TOTAL UNIT TOTAL fTM i UNIT NO. OM 3ID PRIG' BID PRIM[ 19 Colored Sidewalk, PCC, 6 Iri SY 726.4 20 i Detectable Warning SF 8.0 21 Lighting Poles EA '15.0 22 Electrical Circuits LF 760.0 Painted Pavement Markings, Waterborne or STA 31.6 23 Solvent -Based Painted Symbols and Legends, Waterborne or 24 EA 4.0 Solvent -Based 25 Temporary Traffic Control LS 1.0 Seeding Fertilizing AC 0.2 26 Temporary and (Urban) 27 Bed Preparation SF 5,843.0 28 Steel Bed Edging LF 83.0 29 Washed Stone Mulch and Weed Bander Fabric SF 5,843.0 30 Boulders (Move and Place On Site) EA 14.0 100.0 31 Groundcover (Feather Reed Grass, 1 Gal. Cont.) EA 112.0 Dropseed, 1 Gal. Cont.) EA 32 Groundcover (Prairie 33 Groundcover (Warrior Switchgrass, 1 Gal. Cont.) EA 75.0 34 Groundcover (Stella D'Oro Daylily, 1 Gal. Cont.) EA 180.0 31.0 35 Shrub (Gro-Low Sumac, 3 Gal. Cont.) EA 3.0 36 Tree (Autumn Blaze Maple, 2.5" CaI. B&B) EA EA 3.0 37 Tree White Pine, 7' Ht. Spec. B&B) (Eastern CaI. B&B) EA 5.0 38 Tree (Prairie Fire Crabapple, 1.5" 39 Tree (Skyline Honey Locust, 2.5" CaI B&B) EA 2.0 6.0 40 Tree (Spring Snow Crabapple, 1.5" CaI. B&B) EA 41 Turfgrass Sod SF 1,505.0 42 SWPPP Management LS 1.0 43 Wattles, Installation LF 100.0 44 Wattles, Removal LF 100.00 7.0 45 Inlet Protection Device, Installation EA 46 Inlet Protection Device, Maintenance EA 14.0 47 Concrete Steps SF 645.8 48 Concrete Stoop SF 40.0 49 Stainless Steel Handrails LF 36.0 50 Removals, As Per Plan LS 1.0 51 Mobilization LS 1.0 TOTAL BID AMOUNT 6.3 f 6-66.75 • 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. FY 2021 CENTER FOR THE ARTS PARKING IMPROVEMENTS PHASE 3, NORTHWEST HALF CONTRACT NO. 1004 CITY OF WATERLOO IOWA ITEM TOTAL UNIT BID TOTAL BID NO. ITEM UNIT QTY. PRICE PRICE 1 Clearing and Grubbing LS 1.0 $ 4,500.00 $ 4,500.00 2 Topsoil, Furnish and Spread CY 400.0 $ 31.50 $ 12,600.00 10.00 $ 15,000.00 3 Class 10 Excavation Roadway and Borrow CY 1,500.0 $ 4 Subgrade Preparation SY 1,200.0 $ 2.00 $ 2,400.00 2 25 $ 1,350.00 5 Subgrade Treatment, Geogrid (Type 2) SY 600.0 $ 6 Modified Subbase TONS 1,850.0 $ 21.00 $ 38,850.00 7 6' Longitudinal Subdrain LF 1,100.0 $ 12.00 $ 13,200.00 8 8" Longitudinal Subdrain LF 420.0 $ 15.00 $ 6,300.00 9 Subdram Outlet EA 1.0 $ 400.00 $ 400.00 10 Manhole Adjustment, Minor EA 5.0 $ 500.00 $ 2,500.00 11 Rebuild Intake Top EA 2.0 $ 4,200.00 $ 8,400.00 2,123.2 $ 7.00 $ 14,862.40 12 Removal of Pavement SY 13 Standard or Slip -Form Portland Cement Concrete SY 3,020.0 $ 38.75 $ 117,025.00 Pavement, Class C, Class 3 Durability, 8 In. 14 Curb and Gutter, 2' LF 104.0 $ 21.25 $ 2,210.00 15 Temporary Pavement SY 367.0 $ 37.00 $ 13,579.00 16 Temporary Sidewalk SY 32.5 $ 86.00 $ 2,795.00 Sidewalk SY 1,034.9 $ 7.00 $ 7,244.30 17 Removal of 18 Sidewalk, PCC 6 In SY 130.7 $ 53.00 $ 6,927.10 19 Colored Sidewalk, PCC, 6 In SY 726.4 $ 172.50 $ 125,304.00 20 Detectable Warning SF 8.0 $ 45.00 $ 360.00 21 Lighting Poles EA 15.0 $ 4,200.00 $ 63,000.00 22 Electrical Circuits LF 760.0 $ 15.00 $ 11,400.00 Painted Pavement Markings, Waterborne or 23 Solvent -Based STA 31.6 $ 40.00 $ 1,264.00 Painted Symbols and Legends, Waterborne or 24 Solvent -Based EA 4.0 $ 50.00 $ 200.00 LS 1.0 $ 6,500.00 $ 6,500.00 25 Temporary Traffic Control 26 Temporary Seeding and Fertilizing (Urban) AC 0.2 $ 4,000.00 $ 800.00 27 Bed Preparation SF 5,843.0 $ 0.65 $ 3,797.95 28 Steel Bed Edging LF 83.0 $ 5.00 $ 415.00 29 Washed Stone Mulch and Weed Barrier Fabric SF 5,843.0 $ 1.08 $ 6,310.44 30 Boulders (Move and Place On Site) EA 14.0 $ 120.00 $ 1,680.00 31 Groundcover (Feather Reed Grass, 1 Gal. Cont.) EA 100.0 $ 14.88 $ 1,488.00 32 Groundcover (Prairie Dropseed, 1 Gal. Cont.) EA 112.0 $ 14.88 $ 1,666.56 33 Groundcover (Warrior Switchgrass, 1 Gal. Cont.) EA 75.0 $ 14.88 $ 1,116.00 34 Groundcover (Stella D'Oro Daylily, 1 Gal. Cont.) EA 180.0 $ 10.40 $ 1,872.00 35 Shrub (Gro-Low Sumac, 3 Gal. Cont) EA 31.0 $ 39.00 $ 1,209.00 36 Tree (Autumn Blaze Maple, 2.5" Cal. B&B) EA 3.0 $ 460.00 $ 1,380.00 37 Tree (Eastern White Pine, 7' Ht. Spec B&B) EA 3.0 $ 380.00 $ 1,140.00 38 Tree (Prairie Fire Crabapple, 1 5" Cal. B&B) EA 5.0 $ 284.00 $ 1,420.00 39 Tree (Skyline Honey Locust, 2.5" Cal B&B) EA 2.0 $ 492.00 $ 984.00 40 Tree (Spring Snow Crabapple, 1.5" Cal. B&B) EA 6.0 $ 284.00 $ 1,704.00 41 Turfgrass Sod SF 1,505.0 $ 1.00 $ 1,505.00 42 SWPPP Management LS 1.0 $ 3,000.00 $ 3,000.00 43 Wattles, Installation LF 100.0 $ 5.75 $ 575.00 44 Wattles, Removal LF 100.0 $ 3.75 $ 375.00 665.00 45 Inlet Protection Device, Installation EA 7.0 $ 95.00 $ 46 Inlet Protection Device, Maintenance EA 14.0 $ 50.00 $ 700.00 SF 645.8 $ 85.00 $ 54,893.00 47 Concrete Steps ITEM NO. ITEM TOTAL UNIT BID TOTAL BID PRICE UNIT QTY. PRICE 48 Concrete Stoop SF 40.0 $ 130.00 $ 5,200.00 49 Stainless Steel Handrails LF 36.0 $ 375.00 $ 13,500.00 50 Removals, As Per Plan LS 1.0 $ 17,500.00 $ 17,500.00 51 Mobilization LS 1.0 $ 31,500.00 $ 31,500.00 TOTAL BID $ 634,566.75 • 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 t-iv er.et 'f i �. w' Wit. Dollars ($ ) in the form of t3i t-2)xl , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a NonoCollusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidders Status Form. 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. The bidder has received the following Addendum or Addenda: Addendum No. ( Date I/5/2 10. The bidder shall list the MBFIWBE 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 NonaCollusion 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. 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. • Win; t? q eZtr r 14.4 )o l Ob. rt) < . t Name of Bidder) Date) Title rc eh74 Official Address: (Including Zip Code): NON=COLLUSION AFFIDAVIT OF PRIME BIDDER State ofovv4 ) )ss County of Vac.* //awk ) Joe rey✓efj , being first duly sworn, deposes and says that: 1. He is (Owner, Par-tn , Officer , Representative, or A ent , of .K /1&f?h . 4XaM L• 11.411at 60. ei .Tefi4. , 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 riot 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) ;tail?'" Subscribed and sworn to before me this 2g . My commission expires 7 Laes-02L-Af_ d/C?/0204 is cll. ti MAY Li) r151!NE �-� C , rt MNI1O '0N 1•40.703084 Title day of • 2civehrts ffe NON -COLLUSION AFFIDAVITS AECOM #60617879 City Contract No. 1004 NCA-1 of 2 FY21 Center for the Arts Parking Improvements Phase 3, Northwest Half City of Waterloo, Iowa 2ddar Stitus L(m be completed by ail bDCaddovo FW A Please answer "Yes" or "No" for each of the following: __I Yes Yes � I Yes Yes r Yes I No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). No My company has an office to transact business in lows. No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and enmail. No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts S and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Pans C and D of this fore. Tz be completed by resident bidders Part My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: o fv / z7 / /979 to 040 l 22 / A2rennb Address: /off• s thithr 5*&* You may attach additional sheet(s) if needed. City, , StateZip: : Cedar F;i4 r,Q S 4013 p Dates: / 19 / 202.0 o / 07 / 2b21 Address: /32c'%) W4y t City, State, Zip: Gr Vl /s a"A Ce6/3 Y p � Dates: / / to / / Address: City, State, Zip: To be completed by nonresident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor Yes �� No force preferences or any other type of preference to bidders or laborers?. 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. &iihisruz tab Cb.) t}4 Firm Name: atvi Date: V7/0// You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. Yes ■ No My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. Er Yes ■ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report and has not filed articles of dissolution. Yes ❑'No Yes D"No Yes ErNo My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. Yes 3'No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. Yes 2/No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ZNo My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. Yes E'`No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes allo My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. Yes❑No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled 309-6001 (09-15) BSF-2 U. WZ Ce 2 a. Is w I—OC Z O �. LL r\ 1. coo w() m m WWh co re 2 a. c=j n 0) on 4�t /ik /eoy O • 0 0 ten 0 E 9 rC V . 43) co a, E tef A o wI o 'PT EL co 0 n ti Contractor Signature: o 5 r .� (!) U E tP:no co • a r2 © t� c)e® 0 o ® CI tV6 �• w 0 rCL 0) nC//, ,q b eO L a) co C o eo .W o Ti eo • o E >2%rfl 0 e.� a eton ro EE co 0 a' W .1® N ma 8 0 Q w a� re a 0 003 E 28 o teo OD c 2 sal - sac 0) U) 0, 0 Lti 13 (1) • V / w • o a O 0 E 0 .o a 0 .0) 0 0) 0) UJ 0) U) i® i+ 0 0 0 L E 0 11 0 tra o cu .w I o o cw g W (O0 co Q) c c) ictri 0 teta ® ; r scn ro � �y c1 E Waterloo wi 0 i make a { 0 0 a ey`-� v I CC:13 CS CO ear Y ,0 co co a) To a) ea) � o � ses a) c e( 8 0) a .c 105 w cu W •c s a) r a1 4.0 w es a. 0 in Fo Z wp o w CO CO Z a- w O I- =Z W ZU) O0 W I—Z �c Om w Zm L Ow wm J � luotation csed fin:1ficil vS` N I\ >N4 ‘,) W � 'Nelc) 04 3 Pi° cr c. r- (Form CCO-4) Rev. 06-20-02 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 _ "OWNER." In the penal sum Dollars (:;) 5% CITY OF WA` *I I l_00 , Iowa, hereinafter called Five percent of the bid amount _) 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 7th day of January 21 FY 2021 Center For The Arts ParkingImprovements Phase 3, _ , 20 ,far p Northwest Half Contract No. 1004 NOW, THEREFORE, • tit (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 pres- ents to be signed by their proper officers this 7th day of January _ _ A.D. 20 21 K. Cunningham Construction Co., Inc. Pr = cipal Witness Witness By ryas 0weiv, tPr-es.:creen�' United Fire & Casualty Company SUrffi By._ l rney-in-fact (Seal) (Title) (Seal) BID BOND AECOM 1160617879 BB-1 OF 1 City Contract No 1004 FY21 Center for the Arts Parking Improvements Phase 3, Northwest Half City of Waterloo, Iowa UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA UNITED FIRE & INDEMNITY COMPANY, WEBSTER TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Horne 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 GREG T. LA MAIR, NANCY D. BALTUTAT, PATRICK K. DUFF, JEFFREY R. BAKER, JOSEPH I. SCHMIT, JILL SHAFFER, CHRISTOPHER R. SEIBERLING, EACH INDIVIDUALLY Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 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 Insuraince 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 & Indenmity 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 Iimitatio s set of 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 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. CORPORATE`�k S TE{ `"�� 1110 Csuourssiiii4,1/2 4.41tw red Ss %K= > V 71 SAO4 a•Zel* "•..[/FOP... ' \C INSu �1�1. co OWE/At. % 0 • ¢.: 2 F : 0 Der 10 it I,lllllil l 11111111"" IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this 10t h day of March, 2014 UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY By: State of Iowa, County of Linn, ss: 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. Judith A. Jones Iowa Notarial Seal Commission number 173041 My Commission Expires 4/23/2021 Vice President Notary Public My commission expires: 4/23/2021 I, Mary A. Bertsch, Assistant 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, mid 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 7th day of January , 2021 . �ss4°N1107/01/4 \r 5a • OIIPORATE y • • • SEAL,� 4.RAPrws,# CORPORATE ' n. %IF L Assistant Secretary UF&C & OF&I & FPIC BPOA0049 1217