Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Peterson Construction Corporation, Inc.
PETERS CONSTRUCTION CORPORATION 901 Black Hawk Rd. Waterloo, IA 50701 (319) 236-2003 Waterloo Regional Airport - Terminal Canopy Parking Structure - ICAIF Project No. 91220AL0400/City Contract No. 1092 City Clerk of City of Waterloo City Hall 715 Mulberry St. Waterloo, Iowa 50703 BIDS SECURITY FOR: Terminal Canopy Parking Structure - ICAIF Project No. 91220AL0400/City Contract No. 1092 PETERS CONSTRUCTION CORPORATION 901 Black Hawk Rd. Waterloo, IA 50701 (319) 236-2003 Waterloo Regional Airport - Terminal Canopy Parking Structure - ICAIF Project No. 91220AL0400/City Contract No. 1092 City Clerk of City of Waterloo City Hall 715 Mulberry St. Waterloo, Iowa 50703 BID PROPOSAL FOR: Terminal Canopy Parking Structure - ICAIF Project No. 91220AL0400/City Contract No. 1092 1 1 FORM OF BID OR PROPOSAL Terminal Parking Canopy Structure WATERLOO REGIONAL AIRPORT In the City of Waterloo, Iowa ICAIF PROJECT NO. 9I220AL0400 CONTRACT NO. 0004232 Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of Iowa , a Partnership consisting of the following partners: Bradley F Best - President of S Corp 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 Terminal Parking Canopy Structure, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: Ref. Item Item Unit Estimated Quantity Unit Price Bid Total Bid Price 1 Entrance Canopy LS 1 $ 3 Y?, 72 7 $ 7 777 3 r7. Gib 2 Exit Canopy LS 1 $ 470 OOd $ W 3 p &vv. co 3 Parking Lot Canopy LS 1 $ ly 1 % 9) , $1, 4 'rV-J, A/ . Gd 4 2" Mill and Asphalt Overlay SF 10,780 $ C-5' CCU vo $ Cr, Cr'S", O v 5 Airport Branding, Allowance LS 1 $10,000.00 $10,000.00 TOTAL BASE BID $ 4)/57 763 00 ADD ALTERNATE NO. 1 1 Additional Parking Lot Canopy Module LS 1 $ l 70 0 10 $ / 7-0: 0 7d . 0d TOTAL ADD ALTERNATE NO. 1 $ 1.70, 070, 0 0 ADD ALTERNATE NO. 2 1 CCTV Cameras LS 1 $ ' it 4)1. Cb $ C c/ ' a /, 00 TOTAL ADD ALTERNATE NO. 2 $ Pal ') 4). 00 ADD ALTERNATE NO. 3 1 Translucent Panels in Parking Lot Canopy LS 1 $137) 1 10 $ IT? ? 01/0d 00 TOTAL ADD ALTERNATE NO.3 $ / 3 7 J O, 00 ADD ALTERNATE NO. 4 Translucent Panels in Additional Parking Lot 1 Canopy LS 1 $ E i $' oC $ 00), rick od TOTAL ADD ALTERNATE NO. 4 $ 1 ), FSr b 0 2. It is the City's intention to evaluate bids reviewing both the Base Bid and Add Alternate Bids. The City has limited funds available and will award only what funding allows. The City reserves the right to award the contract based on the Base Bid only or the Base Bid plus any and all Add Alternate Bid Options. 3. 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. Contract No. CNTRT-000423 Form of Bid BF-1 of 2 Airline Terminal Parking Canopy Structure Waterloo Regional Airport — 60694338 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. 5. Security in the sum of 5% of the bid amount Dollars ($ 5% of the bid amount ) in the form of Bid Bond Certificate, 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 Bidder Status Form indicating Resident Bidder Certification ( X ), or Non - Resident Bidder Certification ( ). (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 2 3 Date 9/15/2023 9/29/2023 10/03/2023 11. The bidder shall list the MBE/WBE subcontractor(s) amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 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. 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. Peters Construction Corporation 10/05/2023 a f e of, : iddrr). (Date) BY:� Title President Official Address: (Including Zip Code): 901 Black Hawk Rd Waterloo, Iowa 50701 I.R.S. No. 42-1414218 Contract No. CNTRT-000423 BF-2 of 2 Airline Terminal Parking Canopy Structure Form of Bid Waterloo Regional Airport — 60694338 0 0 ��6 Vl o c E. f ( c .51 0 o U � ro � O 0 *fa' 0. U c 0 0 N 0 0 0 Qv Prime Contractor Name: 0 O ct 0 M a3 -: u U e) cad H O a) Tut 'ID 0 bA H .p1 0 a z 0 II 0 I 0 p�p u) cW tin ` W O a) 00 4-4 so .4 -, CZ La' u 3 a) 4 Ki OI 01 03 Fr A X0 O 0 U 4 t) Contractor Signature: 4.4 4 O mu bA . 3 -52 O ') 0 0) U • 0 • w "� O 0 rFA ctt 4-0 • H d 0 a U O > > O o,t � U V0 cn 0 b �. o 74 0 O II O v .fl e) • CP a) w , �a) O al .. .� 33 (.0) U s* 0.4 o 064 U 0 &) W 0 0 0 0) .5 N W W b�A .b 0 • c's 0 0• 0 0 v) O 0 .r4 w O N a> 0 0 O 0 rn rn r4 M Ct 0 • H • ct C) cd O vi 44 CID . H 0 U 0 0 cC 0 O 0 0 0 41 0 • H en C) U O rfp fl ro 5w O • A Pq b CO '0 Eh 0d H .p 44 rat‘ rtj ° 0 ct 0 0 0 0 0 c� 0 >,N KHCI 0 cid • a) a) O 0 ice) ccS 0 • (4-4 cid U 0 a) k-t 0 0 0 ul bA 0 9 4-1 °r:1 O as 0 bA W p 0 0 4 bA w 0 b ct 1-4 W CO ch W U U chi) '0 0 0 0 _ 0O v) l • '" O • 0 a) 3 a) .0 o 4 Dollar Amount Proposed to be Subcontracted V. • W) o 3l .4=3 o `v' l^ ¶ Nil -...., M ts Iu('l d. M M 0 M U co 0 pi M 0 o . Z Dates Contacted M N M N 1013/23 (w) cat c25 C`i cv , co M tocontractors Quick Construction 0 Tiedt Nursery Service Signing, f :© 0 0 0 N i O 0 U i 0 CO Ats gal 0 (3 ((�33 V -U) 0 E 00 o 0 t ° • el• CCI a. •o bp U G Q♦ 0 0 0 0 F-. H_ '0 0 kr, Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: x x 11 X ril Yes 1J 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). Yes ❑ No My company has an office to transact business in Iowa. Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes ❑ 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 B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 01 / 01 / 1994 to 10 / 05 / 2023 Address. 901 Black Hawk Road Dates: Dates: city, State, zip: Waterloo, Iowa 50701 / / to / / Address' City, State, Zip: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip. To be completed by non-resident 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 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. Yes l INo You may attach additional sheet(s) if needed. To be completed by all bidders Part D I 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. Firm Name: Peters Construction Corporation Signature: Date: 10/5/2023 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. x x Yes U No My business is currently registered as a contractor with the Iowa Division of Labor. Yes x No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. Yes x No 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. Yes 1J 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 X No 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. u Yes x 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 x 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 x No 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 X 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 x No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. Yes X 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) State of County of NON -COLLUSION AFFIDAVIT OF PRIME BIDDER Iowa ) ss Black Hawk Bradley F Best , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of Peters Construction Corporation , 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 Biddei nor any of its officers, partners, owners, agents, representatives, employees, or pat ties 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 pt ice 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) President Title Subscribed and sworn to before me this 5 day of 0 &ITDJX,Y , 2023. eiage - (Mari B1fl Title My commission expires /0 ;-C e Do liACHAE!_ BRENDEN C:' -EMISSION NO.765262 CY •/ t eiVly CS.I PIRES Contract No. CNTRT-000423 NCA-I of 2 Airline Terminal Parking Canopy Structure Non -Collusion Affidavits waterloo Regional Airport — 60694338 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: 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 etnployed 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 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. 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, t ecords 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 this 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. 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 pules, regulations or orders of the City's Affirmative Action Program, and will provide Contract No. CNTRT-000423 EOC-1 of 2 Equal Opportunity Clause Airline Terminal Parking CanopyStricture Waterloo Regional Airport — 606943384 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 fot 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) (Appropriate Official) President (Title) 10/05/2023 (Date) Contract No. CNTRT-000423 EOC-2 of 2 Equal Opportunity Clause Airline Terminal Parking Canop Stnicture Waterloo Regional Airport — 60694338# BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Peters Construction Corporation as Principal, and United Fire & Casualty Company as Surety are held and firmly bound unto the City of Waterloo Iowa, hereinafter called "OWNER." In the penal sum Five percent of amount bid Dollars ($ 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 5th day of October , 2023, for Waterloo Regional Airport - Terminal Canopy Parking Structure - ICAIF Project No. 91220AL0400/City Contract No. 1092 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 perfoi mance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 5th day of October , A.D. 2023. Witness Contract No. CNTRT-000423 Bid Bond Peters Construction Corporation (Seal) Principal By � (Title) 13,r0.4ei E ges* - Wyk s,dZvtk United Fire & Casualty Company (Seal) Surety By Attorn Iy-in-fact Courtney Meyer BB-1 of 4 Airline Terminal Parking Canopy Structure Waterloo Regional Airport — 60694338 uM�) INSURANCE UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 KNOW ALL PERSONS BY THESE PRESENTS, 'Drat 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, JEFFREY R. BAKER, JOSEPH I. SCHMIT, E. A. VON HARZ, BRANDON HORBACH, COURTNEY MEYER, JULIANA BARTLETT, DANIEL M. MOLYNEAUX, LAURA J. ADAMS, LORI S. BURROUGHS, PAMELA K. MATTISON, KAREN S. HARTSON, EACH INDIVIDUALLY their Inc and lawful Attolney(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, pwsuant 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 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. "I1ie 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 behalfof the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of forth in their respective certificates of authority shall have fill power to hind 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. 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 0`Y' �tl /ll''TI ot111111/144/ te�y,t>S ovTo `4 CORTORA1 r. —•— e�� SEAL/ 0.O trE ss 9 ' 4111,1U\ ''ilgTER Nil\1\\` r• • p0 ON 11111, • N19Y 66 .. Z \;E!LIF0+iklY .t2: 10th 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 pIu•suaI1t 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 4/23/2024 Vice President Notary Public My commission expires: 4/23/2024 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, 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 5th day of October , 20 23 a tMMWO 411lmH,11pi0 \%\t\ By: d.,A, Assistant Secretary, UF&C & OF&I & FPIC BP•A0049 1217