Loading...
HomeMy WebLinkAboutPortzen Construction0 GN0 c (I) 0 in cmpew- D C� 0 -4 r w 0 mzz pi octo-r 1tN _FR C,TTO" ETC v o\ uLE" -DRIVE s ;Citt i;, i TWA 52003 City of Waterloo, Iowa 715 Mulberry Street Waterloo, IA 50703 BID: FY 2024 Titus Lift Station and Force Main FORM OF BID OR PROPOSAL ADDENDUM NO. 2 —12/07/2023 FY 2024 TITUS LIFT STATION AND FORCE MAIN CONTRACT NO. 975 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 Iowa 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 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 the TITUS LIFT STATION AND FORCE MAIN, CONTRACT NO 976, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2024 TITUS LIFT STATION AND FORCE MAIN CONTRACT NO. 975 item No SUDAS - Measurement & Payment Description Unit Estimated Quantities Unit Bid Pries Total Bid Nice BASE BID 1 11020-A MOBILIZATION LS 1.0 $ $ 2 8030-A TRAFFIC CONTROL LS. 1.0 $ $ 3 2010-C CLEARING AND GRUBBING LS 1.0 $ S 4. 3010 8 EXISTING PUMP BUILDING, PUMP VAULT AND LS 1.0 $ a VALVE VAULT REMOVAL 5 3010-6 IMPORT FILL FOR LIFT STATION SITE CY 250.0 $ $ 6 3010-5 IMPORT FILL FOR TRENCH REMOVALS CY 1,500.0 5 5 7 2010-D-3 IMPORT TOPSOIL CY 2,420.0 $ $ 6 AS PER PLANS LIFT STATION WET AND VALVE VAULT LS 1.0 $ S WELL 9 AS PER PLANS ELECTRICAL EQUIPMENT BUILDING LS 1.0 $ $ 10 AS PER PLANS SITE ELECTRICAL LS 1.0 $ $ 11 AS PER PLANS LS 1.0 $ $ METERING MANHOLE 12 4010 G AIR RELEASE MANHOLE AT TITUS LIFT EA 1.0 S $ STATION 13 4010-G AIR RELEASE MANHOLE EA 5.0 $ S 14 6010-A 48" MANHOLE EA 2.0 $ $ 15 AS PER PLANS STAND-BY GENERATOR LS 1.0 $ $ - TITUS 16 -- ITEM INTENTIONALLY OMITTED -- --- -- 17 3010-B UNCLASSIFIED MATERIAL RAPPABLE ROCK) (REMOVAL OF CY 500.0 $ • S 18 3010-B ROCK EXCAVATION CY 500.0 $ $ 19 3010-C FOUNDATION ROCK TON 150.0 $ S FORM OF BID —Addendum No. 2 AECOM #60590223 CONTRACT NO. 975 . FB-1 of 3 FY 2024 TITUS LIFT STATION AND FORCE MAIN 20 3010-F TRENCH COMPACTION TESTING LS 1.0 $ $ 21 4010-L ABANDON AND PLUG 12" SANITARY SEWER LF 290.0 $ $ 22 4060 SANITARY SEWER FORCE MAIN TESTING LS 1.0 $ $ 23 4060 CLEANING, INSPECTION AND TESTING OF LS 1.0 $ $ SANITARY SEWER GRAVITY MAINS 24 4010-A-1 CUT SANITARY SEWER GRAVITY MAIN - OPEN LF 232.8 S $ 25 4010—A 2 12" SANITARY SEWER FORCE MAIN - DIRECTIONAL DRILLING LF 7,340.8 $ $ 26 -- ITEM INTENTIONALLY OMITTED --- -- — — 27 4010-A 1 12" CUT SANITARY SEWER FORCE MAIN - OPEN LF 653.6 $ S 28 4010-A-1 8" SANITARY SEWER GRAVITY MAIN, DUCTILE IRON - OPEN CUT LF 55.0 $ $ 29 5010 4-INCH STEEL CASING PIPE WITH 2-INCH PVC COMMUNICATION CONDUIT LF 322.7 $ $ 30 5010-B-2 24" STEEL CASING WITH 12" SANITARY SEWER FORCE MAIN LF 392.9 $ $ 31 5010-C-2 FORCE MAIN FITTINGS LBS 3,875.0 $ $ 32 6010 G-1 CONNECTION TO EXISTING SANITARY EA 2.0 S S MANHOLE 33 5010-E-1 WATER SERVICE, TRENCHED, COPPER, 1- INCH, INTEGRAL RESTRAINED JOINTS LF 95.0 $ $ 34 7010-A 6" PCC PAVEMENT SY 715.6 $ $ 35 7030 GRAVEL SURFACING SY 125.1 $ $ 36 7030 CRUSHED STONE - CLASS "A" SY 715.6 S S 37 9010-B SEEDING, FERTILIZING AND MULCHING FOR AC 1.9 S $ HYDRAULIC SEEDING - TYPE 1 SEED MIX 38 9010 8 SEEDING, FERTILIZING AND MULCHING FOR AC 1.9 $ S HYDRAULIC SEEDING - TYPE 2 SEED MIX 39 9010-8 SEEDING, FERTILIZING AND MULCHING FOR AC 1.1 $ $ HYDRAULIC SEEDING - TYPE 4 SEED MIX 40 90i0-B SEEDING, FERTILIZING AND MULCHING FOR AC 1.1 $ $ HYDRAULIC SEEDING - TYPE 5 SEED MIX 41 9040-N-1 SILT FENCE LF 2,900.0 S S 42 9040 SWPPP REQUIREMENTS LS 1.0 $ $ 43 9060-k 6' CHAIN -LINK FENCE LF 360.3 $ $ 44 9060-8 16' CHAIN -LINK GATE EA 2.0 $ $ 45 AS PER PLANS FORCE MAIN WARNING SIGN EA 5.0 $ $ PROJECT TOTAL $ $ 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 hid 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. FORM OF BID — Addendum No. 2 CONTRACT NO. 975 AECOM #60590223 FB-2 of 3 FY 2024 TI T US LIFT STATION AND FORCE MAIN See attached printed bid sheet Electronic Bid Form FY 2024 TITUS LIFTSTATION AND FORCE MAIN CITY OF WATERLOO AECOM Proj. No. 60590223 Thursday, December 14, 2023 AXOM Item SUDAS - MEASUREMENT AND PAYMENT Description Unit Estimated Quantiles Unit Price Total Amount 1 11020-A MOBILIZATION LS 1.0 i. “,. S . t St(' 2 8030-A TRAFFIC CONTROL LS 1.0 $ 80,000.00 $ 80,000.00 3 2010-C CLEARING AND GRUBBING LS 1.0 $ 40,125.00 $ 40,125.00 4 3010-B EXISTING PUMP BUILDING, PUMP VAULT AND VALVE VAULT REMOVAL LS 1.0 $ 143,204.00 $ 143,204.00 5 3010-B IMPORT FILL FOR LIFT STATION SITE CY 250.0 $ 37.45 $ 9,362.50 6 3010-B IMPORT FILL FOR TRENCH REMOVALS CY 1,500.0 $ 29.50 $ 44,250.00 7 2010-D-3 IMPORT TOPSOIL CY 2,420.0 $ 32.10 $ 77,682.00 8 AS PER PLANS LIFT STATION WET WELL AND VALVE VAULT LS 1.0 ,( &ea 5 L_A •n b � - & "a j 9 AS PER PLANS ELECTRICAL EQUIPMENT BUILDING LS 1.0 `r 10 AS PER PLANS SITE ELECTRICAL LS 1.0 COj . in j � `S CO if f:t\ 11 AS PER PLANS METERING MANHOLE LS 1.0 4.'., t ; t•c4 f re ,Strycl 12 4010-G AIR RELEASE MANHOLE AT TITUS LIFT STATION EA 1.0 s- .1 �'Jcr,S-S R.l 4 (if\nref 13 4010-G AIR RELEASE MANHOLE EA 5.0 \ y� Y7 {� 14 6010-A 48" MANHOLE EA 2.0 $ 10,500.00 $ ' 21,000.00 15 AS PER PLANS STAND-BY GENERATOR - TITUS LS 1.0 16 --- ITEM INTENTIONALLY OMITTED 17 3010-B UNCLASSIFIED MATERIAL (REMOVAL OF RAPPABLE ROCK) CY 500.0 $ 71.80 $ 35,900.00 18 3010-B ROCK EXCAVATION CY 500.0 $ 89.75 $ 44,875.00 19 3010-C FOUNDATION ROCK TON 150.0 $ 33.95 $ 5,092.50 20 3010-F TRENCH COMPACTION TESTING LS 1.0 $ 14,300.00 $ 14,300.00 21 4010-L ABANDON AND PLUG 12' SANITARY SEWER LF 290.0 $ 18.79 $ 5,449.10 22 4060 SANITARY SEWER FORCE MAIN TESTING LS 1.0 $ 50,000.00 $ 50,000.00 23 4060 CLEANING, INSPECTION AND TESTING OF SANITARY SEWER GRAVITY MAINS LS 1.0 $ 50,000.00 $ 50,000.00 24 4010-A-1 18" SANITARY SEWER GRAVITY MAIN - OPEN CUT LF 232.8 $ 173.89 $ 40,481.59 25 4010--A-2 12" SANITARY SEWER FORCE MAIN - DIRECTIONAL DRILLING LF 7,340.80 $ 249.53 $ 1,831,749.82 26 --- --- --- --- --- ITEM INTENTIONALLY OMITTED 27 4010-A-1 12" SANITARY SEWER FORCE MAIN - OPEN CUT LF 653.6 S 129.88 $ 84,889.57 28 4010-A-1 8" SANITARY SEWER GRAVITY MAIN, DUCTILE IRON - OPEN CUT LF 55.0 S 217.03 $ 11,936.65 29 5010 4-INCH STEEL CASING PIPE WITH 2-INCH PVC COMMUNICATION CONDUIT LF 322.7 $ 308.41 $ 99,523.91 30 5010-B-2 24" STEEL CASING WITH 12" SANITARY SEWER FORCE MAIN LF 392.9 $ 3,923.87 $ 1,541,688.52 31 5010-C-2 LBS 3,875.0 $ 6.85 $ 26,543.75 FORCE MAIN FITTINGS 32 6010-G-1 CONNECTION TO EXISTING SANITARY MANHOLE EA 2.0 $ 16,220.00 $ 32,440.00 33 5010-E-1 WATER SERVICE, TRENCHED, COPPER, 1-INCH, INTEGRAL RESTRAINED JOINTS LF 95.0 $ 119.93 $ 11,393.35 34 7010-A 6" PCC PAVEMENT SY 715.6 $ 85.75 $ 61,362.70 35 7030 GRAVEL SURFACING SY 125.1 $ 23.74 $ 2,969.87 36 7030 CRUSHED STONE - CLASS "A" SY 715.6 $ 14.90 $ 10,662.44 37 9010-B SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 1 SEED MIX ACRE 1.9 $ 4,300.00 S 8,170.00 38 9010-B SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 2 SEED MIX ACRE 1.9 $ 3,800.00 $ 7,220.00 39 9010-B SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 4 SEED MIX ACRE 1.1 $ 2,700.00 $ 2,970.00 40 9010-B SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 5 SEED MIX ACRE 1.1 $ 2,700.00 $ 2,970.00 41 9040-N-1 SILT FENCE LF 2,900.0 $ 2.25 $ 6,525.00 42 9040 SWPPP REQUIREMENTS LS 1.0 $ 2,700.00 $ 2,700.00 43 9060-A 6' CHAIN -LINK FENCE LF 360.3 $ 38.00 $ 13,691.40 44 9060-B 16' CHAIN -LINK GATE EA 2.0 $ 1,300.00 $ 2,600.00 45 AS PER PLANS FORCE MAIN WARNING SIGN EA 5.0 $ 500.00 $ 2,500.00 PROJECT TOTAL`�%elZ LI 4. Security in the sum of 5% of total bid Dollars ($ 5% of total bid ) in the form of Bid Bond accordance with the INSTRUCTIONS TO BIDDERS. is submitted herewith in 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form indicating Resident Bidder Certification ( X ), 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 Date 11-28-23 #2 12-07-23 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 Subcontractors) 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. 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. BY: Portzen Construction, Inc. 12-14-23 (Date) Title President Michael J. Portz Official Address: (Including Zip Code): 205 Stone Valley Drive Dubuque, IA 52003 I.R.S. No. 42-1333459 • FORM OF BID — Addendum No. 2 CONTRACT NO. 975 AECOM #60590223 FB-3 of 3 FY 2024 TITUS LIFT STATION AND FORCE MAIN MINUTES OF THE BOARD OF DIRECTORS MEETING OF PORTZEN CONSTRUCTION, INC. A meeting of the Board of Directors and Shareholders of Portzen Construction, Inc. was held at 10:00 A.M. on March 3, 2022 at 205 Stone Valley Drive in Dubuque, Iowa. Shareholders present were Michael E Portzen via phone call. Others in attendance were Michael J. Portzen, Adam E Portzen and Jayme Kluesner. The meeting was called to order and all directors and shareholders of the corporation were present, namely: Michael E Portzen as sole director and shareholder. Discussion was regarding changing Officers of the Company, effective March 1, 2022, Michael E Portzen will relinquish his title of President to Michael J. Portzen. Michael J. Portzen will relinquish his title of Vice -President to Adam E Portzen. As of March 1, 2022, corporate officers will be as follows: President Vice President Secretary Treasurer Michael J. Portzen Adam E. Portzen Adam E Portzen Jayme Kluesner There being no further business, the meeting was duly adjourned at 10:15 A.M. Michael J. Portze President NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa ) Dubuque)ss County of) Michael J. Portzen , being first duly sworn, deposes and says that: 1 He is (Owner, Partner, Officer, Rlpresentative, or Agent) , of Portzen Construction, Inc. 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; interest, including this affiant. (Signed) Michael J. Portzen, President Title Subscribed and sworn to before me this 14th day of December My commission expires 08-31-2027 ts NON -COLLUSION AFFIDAVIT CONTRACT NO. 975 AECOM 460590223 araq 2023 Title KellMcAuliffe Project Manager Assistant esQRtALS KELLY S. MCAULIFFE • Commission Number 806131 ;"gMy Commission Expires /004 August 31, 20 27 NCA-1 of 2 FY 2024 TITUS LIFT STATION AND FORCE MAIN 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 employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to 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, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of 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, EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 975 AECOM 1160590223 EOC-1 of 2 FY 2024 TITUS LIFT STATION AND FORCE MAIN subcontract or purchase order unless exempted by the rules, regulations, or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) 4\ (Appro late Official) Michael J. Portzen, President (Title) 12-14-23 (Date) EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 975 AECOM 1/60590223 EOC-2 of 2 FY 2024 TITUS LIFT STATION AND FORCE MAIN Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: A Yes ❑ 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 Ill 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: 10 / 05 / 2005 to Current / Address: 205 Stone Valley Drive City, State, Zip: Dubuque, IA 52003 Dates: / / to / / Address: City, State, Zip: Dates: / / 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? ,_, Yes IJ No 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 sheets) 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. Firm Name: Portzen Con sticti•n Inc Signature: Michael J. ortzen, sident 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) Date: 12-14-23 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. `i a III Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. Yes No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. Yes i] 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 ❑ 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 /a 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. Yes M 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 0 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 P.1 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 /o 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 i 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 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) w c a Z O wQ W co O wZ 0U Da / � fn 0 coLiu W a C) N Portzen Construction, Inc. Prime Contractor Name: • o O ▪ Q] U co i +r Q• a) 3 oa) -0 a) c 0_ 'in ti a) a) 2713 0 _ § a) N E OU 0 12 0 C 0 N O A 0 U•• W c 0) c c 0 0) 0 49- cc cn Liu 0 0 Z 0 w 2 Z (22 0 U L(U 4E' O 0 .0 CO L11 2 >, 4- (t3 U L c� ice-,O) c O O) U c 0 0 a • 0 v) O F c c as .O XQ ® 0_ CO gle (ti 0 0) a_ Michael J. Portzen Contractor Signature: -a o a -c O E O c re N c O O' c O c E c O 9O 3 a)c o a) 0 Via) Q �� O co > c c o a. ctf • E N O t c s. a)sin l— c c o c 4) 'in O L15 ,� .0 0 LO 0 >, ., L 0 0) ai a) CO Cis r (a U N (tf • O () La) J O CO N0 J 0 c aC2.. Nm0 0> 0 03 Cj fY�U Zoo O o 6• (i) (0 < 13 C al 2 Q. o cn 4--c m Lcam. C T o w .N c O E a)-0 0 :a .15 0 0) .5 O' 0 a) } W 0 • W W N 4 c c •( a)0 W 0 N li L�1 ccs co � c > 0)4.- c — U 0 O :c 4J c O 0 E C a) o O Q N N as 0 O 0 0 a) o o 0 c o O O • O E. o • E � o (u E 0. C E O O .�. g_ 4= c 0 0 CO (/) O CO 0 0) 0 ui (6 0) 0) E O u7 -c 4- 0 .O 0 -o E 0 a) U U U 4-+ c a) 0 as -c i-. O c 0 L eo ..0 4) C 0 a)c trz -0 N • .y... L c a) o N i a) c E /AUUL r bcontrac oN/SaA ites tacted Quotes Received 0 co W w Z Q iri 0 Z CO CO N Int6 CO contractors v 0 0 z 0 co w ,J 0 0 IPAL. fl cc 0 m 0 V) w Z (Form CCO-4) Rev. 06-20-02 CONTRACT NO. 975 0 Q Q_ U N CCo 13 C0 W O wo 2Q MBE/WBE Subcontractors A Thompson Contracting Company, LLC ACS Construction LLC Acterra Group, LLC Advance Builders Corp Air Control Products, Inc. All Star Concrete LLC Alpha Services, Inc. American Concrete Pumping, Inc American Industrial Door Apex Distributing Artisan Ceiling Systems Beckwith Commercial Roofing Inc. Blackhawk Roof Company Bonnie's Barricades Classen Fabrication, Inc. Collins Concrete Ltd Collins Concrete Ltd. Day Mechanical Systems DeLong Construction DeWitt Electric, Inc. Drake Williams Steel Eastern Iowa Construction & Roofing Ferguson Showrooms Frye Builders & Associates G M Contracting, Inc. Gerard Electric Inc. Green City Landscaping LLC Harry Alter & Company Industrial Louvers Iowa City Window & Door Co. J&J Construction J.R. Painting Mid States Rebar and Supply Midwest Floor Covering, Inc MJLP Drywall & Coatings LLC Mongan Painting Company, Inc. Nardini Fire Equipment OEL Construction Paco Construction Precision Drywall, Inc Randall Electric River Place Technologies, LLC Ruder Mechanical Insulators Inc. S C S Midwest Inc. Seehase Masonry, Inc. Systems Management & Balance Taylor Construction PRE -BID CONTACT INFORMATION Date Contacted 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 Quote Received NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO Quote Used in Bid Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Attachment 1 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid.) U S. Environmental Protection Agency Certification of Non -Segregated Facilities (Applicable to contracts, subcontracts, and agreements with applicants who are themselves performing federally assisted construction contracts, exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause.) By the submission of this bid, the bidder, offeror, applicant, or subcontractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. He certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The bidder, offeror, applicant, or subcontractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national original, because of habit, local custom, or otherwise. He further agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause; that he will retain such certifications in his files; and that he will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods): NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NON -SEGREGATED FACILITIES A Certification of Non -segregated Facilities, as required by the May 9, 1967, order (33 F.R. 7808, May 28, 1968) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. The certification may be submitted either for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or annually). Signature Michael J. Portzen 12-14-23 Date President Printed Name Title NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. EPA-7 5720-4.2 January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 Attachment 2 SRF Required Front -End Specifications (This form must be completed and signed by the Prime Contractor and submitted with the bid.) Debarments and Suspensions Any bidder or equipment supplier whose firm or affiliate is listed in on the U.S. General Services Administration Excluded Parties List will be prohibited from the bidding process. The excluded parties records search engine is located at the System for Award Management (SAM) website https://sam.gov. Pursuant to 2 CFR Part 180, as supplemented by 2 CFR 1532, any entity submitting a bid while the SAM website lists that entity as having an active exclusion will be determined by the DNR to be a non -responsive bidder and will not be able to receive SRF funding. United States Environmental Protection Agency Washington, DC 20460 Certification Regarding Debarment, Suspension, and Other Responsibility Matters The prospective participant certifies to the best of its knowledge and belief that it and the principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction: violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 U SC Sec. 10 01, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. j c 12-14-23 Signature of Authorized Representative Date Michael J. Portzen President Printed Name Title I am unable to certify to the above statements. My explanation is attached. January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 Attachment 3 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid.) Disadvantaged Business Enterprise (DBE) Solicitation It is EPA's policy that recipients of EPA financial assistance through the State Revolving Fund programs award a "fair share" of subagreements to small, minority and women -owned businesses, collectively known as Disadvantaged Business Enterprises (DBEs). Iowa's Fair Share goals are: Minority -Owned (MBE) Business Goal Women Enterprise -Owned (WBE) Business Goal Construction 1.7% 2.2% Supplies 0.6% 5.6% Services 2.5% 11.3% Goods/Equipment 2.5% 10.4% Average 1.8% 7.4% Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must be certified through the Iowa Department of Transportation (IDOT). Information on certification requirements and a list of certified DBEs is on the IDOT website at https://secure.iowadot.gov/DBE/Home/Index/. Prime contractors' DBE requirements for SRF projects include: • Taking affirmative steps for DBE participation • Documenting the efforts and the proposed utilization of certified DBEs PROJECT INFORMATION SRF Applicant: Bidder: Portzen Construction, Inc. Address: 205 Stone Valley Drive City: Dubuque State: IA Zip: 52003 Contact Person: Michael J. Portzen, President Phone Number: 563-557-7642 Email: jrportzen@pci-dbq.com Check if Prime Contractor is: Minority -Owned U Women -Owned After the Good Faith Efforts Checklist was completed, was a DBE chosen by the primary contractor to be utilized for this Project? Signature: Yes Michael J. Portzen, resident GOOD FAITH EFFORTS CHECKLIST Please complete the checklist to determine if you have complied with the requirement to make good faith efforts to ensure that certified DBEs have the opportunity to compete for procurements funded by EPA financial assistance funds. Bidders/offerers must make good faith efforts prior to submission of bids/proposals. 1. Did you ensure that DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities? X Yes 1 I No January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 2. Did you make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process? This includes, whenever possible, posting solicitation for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. �l Yes 1 I No 3. Did you consider in the contracting process whether firms competing for large contracts could subcontract with DBEs? This will include dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process. Ri Yes ❑ No 4. Did you encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually? NYes No 5. Did you use the services of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce to identify potential subcontractors? R'Yes ❑ No 6. List the potential DBE subcontractors that were contacted. Only list those that are certified through the Iowa Department of Transportation. Name How Contacted (e.g. letter, phone call, fax, e-mail) SEE ATACHED LISTING FOR CO NTACTS MADE Response (e.g. did not respond, not interested, not competitive) PROPOSED UTILIZATION OF DBE SUBCONTRACTORS Please include Attachments 4 and 5 to document the proposed utilization of certified DBE subcontractors. CONTRACT ADMINISTRATION PROVISIONS Several contract provisions are required to prevent unfair practices that adversely affect DBEs. These include: 1. Prime Contractor must pay its Subcontractor for satisfactory performance no more than 30 days from the Prime Contractor's receipt of payment from the SRF loan recipient. 2. Prime Contractor must notify the SRF loan recipient in writing prior to termination of a DBE subcontractor for convenience. 3. Prime Contractor must employ the six Good Faith Efforts to solicit a replacement subcontractor if a DBE subcontractor fails to complete work under a subcontract for any reason. January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 MBE/WBE Subcontractors A Thompson Contracting Company, LLC ACS Construction LLC Acterra Group, LLC Advance Builders Corp Air Control Products, Inc. All Star Concrete LLC Alpha Services, Inc. American Concrete Pumping, Inc American Industrial Door Apex Distributing Artisan Ceiling Systems Beckwith Commercial Roofing Inc. Blackhawk Roof Company Bonnie's Barricades Classen Fabrication, Inc. Collins Concrete Ltd Collins Concrete Ltd. Day Mechanical Systems DeLong Construction DeWitt Electric, Inc. Drake Williams Steel Eastern Iowa Construction & Roofing Ferguson Showrooms Frye Builders & Associates G M Contracting, Inc. Gerard Electric Inc. Green City Landscaping LLC Harry Alter & Company Industrial Louvers Iowa City Window & Door Co. J&J Construction J.R. Painting Mid States Rebar and Supply Midwest Floor Covering, Inc MJLP Drywall & Coatings LLC Mongan Painting Company, Inc. Nardini Fire Equipment OEL Construction Paco Construction Precision Drywall, Inc Randall Electric River Place Technologies, LLC Ruefer Mechanical Insulators Inc. S C S Midwest Inc. Seehase Masonry, Inc. Systems Management & Balance Taylor Construction PRE -BID CONTACT INFORMATION Date Contacted 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 12/7/2023 12:01 Quote Received NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO NO Quote Used in Bid Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Did not receive quote Attachment 10 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid.) PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT This term and condition implements 2 CFR 200.216 and is effective for obligations and expenditures of EPA financial assistance funding on or after 8/13/2020 EPA recipients and subrecipients, including borrowers under EPA funded revolving loan fund programs, are prohibited from obligating or expending loan or grant funds to: (a) Procure or obtain, extend or renew a contract to procure or obtain; (b) Enter into a contract (or extend or renew a contract) to procure; or (c) Obtain the equipment, services, or systems that use "covered telecommunications equipment or services" identified in the regulation as a substantial or essential component of any system, or as critical technology as part of any system. Certain equipment, systems, or services, including equipment, systems, or services produced or provided by entities subject to the prohibition are recorded in the System for Award Management exclusion list, website: https://sam.gov. (1) As described in Public Law 115-232, section 889, covered telecommunications equipment or services includes: (i) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (ii) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (iii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iv) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (2) Consistent with 2 CFR 200.471, costs incurred for telecommunications and video surveillance services or equipment such as phones, Internet, video surveillance, and cloud servers are allowable except for the following circumstances: (i) Obligating or expending EPA funds for covered telecommunications and video surveillance services or equipment or services to procure (enter into, renew or extend contracts) or obtain the equipment, services, or systems as described in 2 CFR 200.216. I understand the above prohibitions and certify that the project will be in compliance with all the requirements. 12-14-23 Signature Date Michael J. Portzen President Printed Name Title January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 1l1D BOND KNOW ALL MEN BY THESE PRESENTS, that we, Portzen Construction Inc as Principal, and United Fire & Casualty Company as Surety are held and firmly bound unto the CITY OF WATERLOO "OWNER." In the penal sum Five Percent of Total Bid , Iowa, hereinafter called 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 condijiq pf this obligation is such that whereas the Principal has submitted the accompanying bid dated the day of December 20 2_ , for FY 2D24 Titus Lift Station and Force Main Contract No. 975 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have cause their corporate seals to be hereto affixed and these pres- ents to be signed by their proper officers this i0 th day of November A.D. 20 2 3 Witness J CILL(Lt lAr tO1Lj ess Portzen Construction Inc By t rincipal (Seal) itle) Michae J Por zen, Presiden United Fire & Casualty Company (Seal) Surety By BID BOND CONTRACT NO. 975 AECOM #80590223 r Attorney -in -fact S o A De Sou s a BB-1 of 1 FY 2024 TITUS LIFT STATION AND FORCE MAIN uto INSURANCE UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, iA UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX FINANCIAL PACIFIC INSURANCE COMPANY, LOS'ANGI:Lf S, CA CER'I'IFII:I) COPY OF POWER OF ATTORNEY (original on file at !Ionic Office of Company — See Certification) Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 KNO\V AI.I. PERSONS BY TiIESE PRESENTS, United Fire & Casualty Company, a coiponttion duly organized and existing under the laws of the State of Iowa; United Fitt & 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 SCOTT A. DESOUSA, MARK-J. PHALEN, DAN WELLIK,, SHIRLEY M: SHANNON, ERIC DESOUSA, LAUREN;:MOSER, JENA..; WILWERT, EACH INDIVIDUALLY` their tnte and lawful Attomey(s)-in-Fact with iower and authOtity hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of sinilarnature provided that no single Obligation shall exceed $50 000,`000.00 and to bind the Companies thereby as fully and to the same extent as if such inStrtune'nts were signed by the duly.guthonzed officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. Ile Authority hereby granted is continuous and shall remain in full force ,and effect until revoked by United Fire & Casualty .Company ,'lnitcd Fire & Indemmity Company, and Financial Pacific Insurance Company. 'Ibis Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the I3oards 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. "Ilte President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -intact to act inbehalfof the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instnments of like nature.'Ibe signature of any officer authorized hereby, and the Corporate seal, may be affixed by Iacsimilc 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 full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. 'Ihe 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 givo to attorney -in -fact. IN \VI'ITIESS \VI IEREOF, the COMPANIES have each caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this 0. `,llplllrNlll/h 4 , llktkv�t.\1r � `C� Oe• StAL :a. i. i� C� „'C StAL � /1131/11010 State of Iowa, County of limn, ss: 1st day of December, 2021 UNITED FIRE & CASUALTY COMPANY UNITED FiRE & INDEMNiTY COMPANY FINANCIAL. PACIFIC INSURANCE COMPANY:. By: Vice President On 1st day of December, 2021, before me personally came Dennis J. Richmann to me known, wlio being by me duly swom,`did depose and stay that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of 1 lnited 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 instntmeut is such corporate 'Seat that it was so affixed pursuant ito authority given by:the I3oard of Directors ofsaid 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 4/23/2024 Notary Public My commission expires: 4/23/2024 1, Maty A. Bertsch, Assistant Secretary of i Jnited Fire & Casualty Company and Assistant Secretary of United Fire & indemnity Company; and Assistant Secretary of Financial Pacific Insurance Coitipany, clo hcreby'certify that I have compared the foregoing copy of the Power of Attorney and affidavit, aiid 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 EIOME OFFICE OF SAID CORPORA" IONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that; the said Power of A ttorney has not been revoked and is now in full force and effect. In testimony whereof.' have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 30th day of November , 2023 - 1 4. ef '',,p 11111 I1��P`�``` 44h1Ag1'0,��� I31)OA00-19 1217 `v. r.l'.:.N�e,, Assistant Secretary, UF&C. & OF&I & I'PIC • This paper has a colored background and void pantograph.