Loading...
HomeMy WebLinkAboutConvention Center Parking Ramp - Restoration Systems IncDocuSign Envelope ID: 85F46348-B5AB-4041-BF7D-BEE5062686EE COPY CONTRACTOR AGREEMENT: OSHKOSH CONVENTION CENTER PARKING RAMP 2024 REPAIRS AND PRESERVATION THIS AGREEMENT, made on the 12T11 day of DUNE, 2024, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and RESTORATION SYSTEMS INC., 1604 ARCADIAN AVENUE, WAUKESHA, WI 53186, hereinafter referred to as the CONTRACTOR, WITNESSETH: That the City and the Contractor, for the consideration hereinafter named, enter into the following agreement. The Contractor's proposal is attached hereto and reflects the agreement of the parties except where it conflicts with this agreement, in which case this agreement shall prevail. ARTICLE I. COMPONENT PARTS OF THE CONTRACT This contract consists of the following component parts, all of which are as fully a part of this contract as if herein set out verbatim, or if not attached, as if hereto attached: A. This Instrument B. Proposal Solicitation C. Contractor's Proposal In the event that any provision in any of the above component parts of this contract conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE II. PROTECT MANAGER A. Assignment of Project Manager. The Contractor shall assign the following individual to manage the project described in this contract: (Dan Lephardt, Branch Manager) B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be City Hall, 215 Church Avenue P.O. Box 1 130 Oshkosh, WI 54903-1 130 http://www.ci.oshkosh.wi.us DocuSign Envelope ID: 85F46348-B5AB-4041-BF7D-BEE5062686EE provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. COPY ARTICLE III. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: (Mike Blank, Facilities Project Coordinator) ARTICLE IV. SCOPE OF WORK The Contractor shall provide the services described in the City's INVITATION FOR BID for the Project titled "OSHKOSH CONVENTION CENTER PARKING RAMP 2024 REPAIRS AND PRESERVATION" dated May 10, 2024, and the contractor's bid form and materials attached as Exhibit A. If anything in the Bid Form conflicts with the Bid Specifications, the provisions in the Bid Specifications shall govern. The Contractor may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the City. ARTICLE V. CITY RESPONSIBLITIES The City shall furnish, at the Contractor's request, such information as is needed by the Contractor to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Contractor's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE VI. TIME OF COMPLETION The Contractor shall complete the project by the dates listed within the bid specifications. Any changes to the completion date must be agreed upon by both parties in writing. ARTICLE VII. PAYMENT A. The Contract Sum. The City shall pay to the Contractor $107,948.00, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. B. Fee schedules shall be firm for the duration of this Agreement. i. Method of Payment. The Contractor shall submit itemized monthly statements for services. The City shall pay the Contractor within 30 calendar days after receipt of such statement. If any statement amount is disputed, the City may withhold payment of such amount and shall provide to Contractor a statement as to the reason(s) for withholding payment. ii. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. DocuSign Envelope ID: 85F46348-B5AB-4041-BF7D-BEE5062686EE ARTICLE VIII. STANDARD PROVISIONS P The CONTRACTOR agrees in all hiring or employment made possible by or su`ftiQfromxi agreement, there will not be any discrimination against any employee or applicant or emp oyment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. ARTICLE IX. CONTRACTOR TO HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the Contractor, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. ARTICLE X. INSURANCE The Contractor shall provide insurance for this project that includes the City of Oshkosh as an additional insured. The contractor's certificate of insurance for this project is attached as Exhibit B. ARTICLE XI. TERMINATION C. For Cause. If the Contractor shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the City shall have the right to terminate this Agreement by written notice to the Contractor. In this event, the Contractor shall be entitled to compensation for any satisfactory, usable work completed. D. For Convenience. The City may terminate this contract at any time by giving written notice to the Contractor no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Contractor shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. Si=atures. By placing their signatures below, each individual affirms that the entity they represent is authorized to enter into this Agreement, and further affirm that they are authorized by the entity they are representing to bind their respective parties to the terms and conditions of this Agreement. DocuSign Envelope ID: 85F46348-B5AB-4041-BF7D-BEE5062686EE APPROVED: DocuSigned by: City Attorney RESTORATION SYSTEMS, INC. DocuSlgned by: By: EfG ��b COPY Blake Dronen, President CITY OF OSHKOSH DocuSlgned by: By: Mark A. Rohloff, City Manager EP cuSigned by: And: Ar.rIA77cnsa Diane Bartlett, City Clerk I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. FD+ocuSigned�by: n + City Comptroller DocuSign Envelope ID: 85F46348-B5AB-4041-BF7D-BEE5062686EE CITY OF OSHKOSH INVITATION FOR BID COPY BID PROPOSAL FORM Oshkosh Convention Center Parking Ramp 2024 Repairs and Preservation Page 1 of 2 (This form must be completed in full and submitted with bid- Bidders must also include Section 00 4100 BID FORMS with their bid submittal) From: Restoration Systems Inc (Bidder's Company Name) BID PROPOSAL DEADLINE: TUESDAY, JUNE 4, 2024 @ 11:00 A.M. Date: 6-3-24 Addenda: Receipt of Addenda numbered NSA of NSA are hereby understood, acknowledged and included in bidder's bid proposal form. If no addenda were issued for this bid please write "N/A" above. In compliance with the advertising for Bids and having carefully examined the drawings and specification for the Work and the Site of the proposed work and having determined all of the conditions of the work, the rules, regulations, laws, codes, ordinances, and other governing circumstances relating to this project, the undersigned proposes to furnish all Labor, Materials and Equipment necessary to complete the construction indicated on the drawings and described in the project manual to include all described work completed to the Owners' satisfaction. By Submission of this Bid, each Bidder certifies, and in the case of a joint Bid, each party thereto certifies as to its own organization, that this Bid has been arrived.at independently without consultation, communication, or agreement as to a matter relating to this Bid and with any other Bidder or with any competitor. We, the undersigned, propose to furnish all labor and materials per the project specifications or noted deviations for the following amount(s): TOTAL BASE BID: $ 107,948.00 One hundred seven thousand nine hudred forty eight and 00/100 (Base Bid Price — in Words) *Bidders must include the base bid and alternate bid breakdowns listed in 00 4100 Bid Forms (Pages 00 4100-1, 00 4100-2, 00 4100-3 and 00 4100-4) with their bid submittal. WARRANTY DETAILS: Per specifications. 20 DocuSign Envelope ID: 85F46348-B5AB-4041-BF7D-BEE5062686EE City of Oshkosh Bid Proposal Form Page 2 of 2 COPY Oshkosh Convention Center Parking Ramp 2024 Repairs and Preserva n That I have examined and carefully prepared this Proposal from the Bid Specifications and have checked the same in detail before submitting this Proposal; that I have full authority to make such statements and submit this Proposal in (its) (their) behalf, and that said statements are true and correct. SIGNATURES Date: 6-3-24 Name of Company: Restoration Systems Inc Submitted by: (name/title) Dan Lephardt, Branch ManagerEmail: deephardt@restorationsystems.net Address of Company: 1604 Arcadian Ave, Waukesha, Vyl1,`4186 720-318-0372 Company Representative that will be named Project Manager for this project, if awarded the bid: Dan Lephardt, Branch Manager Name Title Company Representative authorized to sign contracts electronically via DocuSign: Name: Blake Dronen, President Email: bdronen@restorationsystems.net 21 DocuSign Envelope ID: 85F46348-B5AB-4041-BF7D-BEE5062686EE OSHKOSH CONVENTION CENTER PARKING RAMP 2024 REPAIRS MAY 2024 SECTION 00 4100 — BID FORMS COPY PART 1 - GENERAL 1.1 Description A. Included herein are Bid Forms which shall be completed and submitted in accordance with the bidding requirements. PROJECT: Oshkosh Convention Center Parking Ramp 2024 Repairs 1 North Main Street Oshkosh, WI54901 BID SUBMITTED TO: City Manager c/o City Clerk's Office, Room 108 City Hall Oshkosh, WI 54903 BID SUBMITTED BY: Restoration Systems Inc BIDDERS NAME: Dan Lephardt, Branch Manager (WI) BIDDERS ADDRESS: 4355 Peavey Rd, Chaska, MN, 55318 (Headquarters) 1604 Arcadian Ave, Waukesh, WI 53186 (Local Branch) TELEPHONE: 720-318-0372 DATE: 5-31-24 B. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents to complete all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the Contract Documents. C. BIDDER accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security, This Bid will remain open for thirty days after the day of Bid opening. BIDDER will sign the Agreement and submit the Contract Security and other documents required by the Contract Documents as specified in the Instructions to Bidders. D. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: 1. BIDDER has examined copies of all the Contract Documents and of the following Addenda: Dated Addendum Number N/A (� (receipt of all of which is hereby acknowledged) and also copies of the Invitation for Bids and the Instructions to Bidders. WG I PROJECT NO. 2419033.02.00 BID FORMS 00 4100 - 1 DocuSign Envelope ID: 85F46348-B5AB-4041-BF7D-BEE5062686EE 2. BIDDER has examined the site and locality where the Work is to be perfo nd,Wandt Y requirements (federal, state and local laws, ordinances, rules and regul tions) conditions affecting cost, progress or performance of the Work and h independent investigations as BIDDER deems necessary. 3. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or a corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for himself any advantage over any other Bidder or over OWNER. E. BIDDER agrees that the Work will be substantially completed and fully completed on or before the following dates: 1. Preferred by Ownership: a. Commencement: August 19, 2024 b. Full Completion: August 30, 2024 2. Secondary Option by Ownership: a. Commencement: July 15, 2024 b. Full Completion: August 9, 2024 F. The following documents are attached to and made a condition of this Bid, unless noted otherwise: Required Bid Security in the form of: G. The following information will be supplied per the requirements of the Instructions to Bidders: 1. Identify all subcontractors and other persons and organizations proposed for those portions of the Work listed below. Description of Work Manufacturer Installer a. Cast -in -Place Concrete (03 3000) gF�FiCa _E�— b, Joint Sealants (07 9200) 2. Submit a Substitution Listing per the Requirements of the Instructions to Bidders. 3. Provide a paragraph describing the materials and type of construction proposed for the dust and fume protection system. 4. Total project base bid shall include the summation of lump sum bids, plus the summation of unit prices multiplied by the estimated quantities in paragraph G.6. Items with zero estimated quantities shall not be added to cost. Work items identified in paragraph G.8 shall be alternates to the Contract. 5. Contractor shall submit a lump sum Contract price for all work included in the Drawings and Specifications except as modified herein. Costs for sealants and deck coating indicated in details should not be included in lump sum cost, unless noted. Lump sum price shall include all costs to provide, install, and/or repair work items including, but not limited to, labor, material, equipment, supervision, overhead, profits, etc. Specific lump sum work is described below: a. Project mobilization shall include General Contractor and Subcontractor mobilization costs. Include permits, temporary offices, bonding costs, etc. Provide itemized breakdown. b. Project General Requirements and all miscellaneous costs associated with completion of work in accordance with the Construction Documents. This shall include, but not be limited to, shoring, barricades, cleanup, dust and fume control, layout, equipment, waste disposal, documentation, obstruction removal and replacement, etc. WGI BID FORMS PROJECT NO. 2419033.02.00 00 4100 - 2 DocuSign Envelope ID: 85F46348-B5AB-4041-BF7D-BEE5062686EE 11 6. Provide unit prices for items listed below. These items shall be include I tl OPPcty base bid. Unit prices shall include all costs to provide, install, and/or r air worK item including, but not limited to, labor, materials, equipment, supervision, ov"Hicau, pluma., etc. a. Quantities beyond those estimated shall be paid at the stated unit price, quantities less than estimated will be deducted from the Contract. Quantities may be distributed throughout the project, not necessarily in a single location. b. All prices to include demolition, unless noted. C. Unit Prices: BASE BID Work Item Description Reference quantity Unit Unit Cost Total Cost GENERAL CONDITIONS G001 General Conditions Specifications LS I " I ,, ; 4500.00 G002 Project Mobilizations Specifications . LS :i 0000,00 WORK ITEMS W001 Slab Repairs -Topside 1/SK-4 40 SF 125,00 5000.00 WD02 Slab Repairs - Underside 2/SK-4 10 SF 125.00 1250.00 W003 Beam Repairs 3/SK-4 10 SF 125.00 1250.00 W004 Consiruction Joint Replacement 4/SK-4 375 LF 10.00 3750.00 W005 Rout and Seal Slab Cracks 5/SK-4 800 LF 10.00 8000.00 W006 Cove Sealant Replacement 6/SK-4 1100 LF 10.00 11000.00 WD07 Deck Coating Strip at Construction Joints (3'-0" Wide) 7/SK-4 1100 SF 15.00 16500.00 W008 Penetrating Silone Sealer (100%Solids) 8/SK-4 25200 SF 0.74 18648.00 W009 Wail Repairs 9/SK-4 10 SF 90.00 900.00 W010 Stair Riser Underside Repairs 10/SK-4 10 SF 125.00 1250.00 W011 Pavement Markings (limited to construction area) Specifications LS I (, t 1000.00 W012 PT Allowance Specifications ! All I' I,'! i a:rl. I , $ 10,000.00 W013 Plumbing Repairs 1 1 I II, I i -1. n t. i 1 til ( 1f , ' ' 'il W013a Vertical Pipe replacement (4" DIA) Specifications 30 LF 400.00 12000.00 W013b Horizontal Pipe replacement (4" DIA) Specifications 5 LF 410.00 2050.00 W013c 190-degree Elbow replacement Specifications 2 EA 425.00 850.00 Base Bid Total (Numbers) $107,948.00 Base Bid Total (Words) One hundred seven thousand nine hundred forty eight and 00/100 Construction Duration (Number of Weeks) 2-4 weeks dependant on phasing WGI BID FORMS PROJECT NO. 2419033.02.00 00 4100 - 3 DocuSign Envelope ID: 85F46348-85AB-4041-BF7D-BEE5062686EE OSHKOSH CONVENTION CENTER PARKING RAMP 2024 REPAIRS MAY 2024 7. Description of Abbreviations: COPY a. LS = Lump Sum b. SF = Square Feet c. LF = Lineal Feet d. All = Allowance 8. The quantities appearing in the preceding Schedule (paragraph G.6.c) are approximate only and are prepared for comparison of bids, Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in accordance with the contract unit prices. Any item and/or section within the Work may be deleted by the Owner. a. Refer to Drawings and Specifications for other Work required as part of this Contract but not listed in the above schedule (paragraph G.6). 9. The terms used in this Bid which are defined in the General Conditions of the Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. a. The quantities appearing in the preceding Schedule have been measured or estimated by the Engineer. Contractor may rely upon these quantities in preparation of the base Bid. b. Note that the items provided in the above list do not represent all of the General Requirement Work required by this Contractor. 10. The Bidder, by its officers and its agents or representatives present at the time of filing this Bid, being duly sworn on their oaths, say that neither they nor any of them have in any way directly or indirectly entered into any arrangement or agreement with any other Bidder, or with any officer of the City of Oshkosh, or WGI whereby such affiant or affiants has paid or is to pay such other Bidder or officer any sum of money, or has given is to give to such other Bidder or officer anything of value whatever; that such affiant or affiants has not directly or indirectly, entered into any arrangement or agreement with any other free competition in the letting of the Contract sought for by the attached Bids; that no inducement of any form or character other than that which appears on the face of the Bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the Bid or awarding of the Contract; that this Bidder has no agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the Contract sought by this bid. PART 2 - PRODUCTS 2.1 Not used. PART 3 - EXECUTION 3.1 Not used. END OF SECTION 00 4100 WGI BID FORMS PROJECT NO, 2419033.02.00 00 4100 - 4 AIA Document 1 0� Bond No. UB002525 x Bid Bond CONTRACTOR: Name, legal status and address) Restoration Systems Inc. SURETY: 4355 Peavey Road (Name, legal status and principal place of This document has important legal business) consequences. Consultation with Chaska, MN 55318 United Fire & Casualty Company an attorney is encouraged with respect to its completion or P.O. Box 73909 modification. 118 - 2nd Ave SE (Zip 52401) Any singular reference to OWNER: Cedar Rapids, IA 52407 Contractor, Surety, owner or (Name, legal status and address) other party shall be considered plural *City Of Oshkosh where applicable. Bond Amount: Ten Percent of the Bid Amount ( 10% of Bid Amount) PROJECT: Oshkosh Convention Center Parking Ramp 2024 Repairs (Name, location or address, and Project number, if any) The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (I) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in thejurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed a Baled this 24th day of May 2024Restoration Sy e (principal) / (Seal) (W/ ess) (Title) United Fire & oait� any (Surety) �(Seal) (W ne s) (Tit/e)Attorney-in-Fact Troy Staples CA(!TI : You should sign an original AIA Contract Document, on which this text appears in RED. An original assures that changes will not be obscured. Init AIA Document A330'"— 2010. Copyright ©1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: This AIA` Document is protected by 0,5. Copyright Law and International Treaties. unauthorized reproduction or (fistlIbuti01) of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. / Purchasers are permitted to reproduce ten (10) copies of this document when completed. To report copyright violations of AIA Contract Documents, e-mail The American Institute of Architects' legal counsel, copyright@aia.org. 061110 ACKNOWLEDGMENT OF PRINCIPAL (Individual) State of County of On this day of in the year before me personally come(s) , to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing instrument and acknowledge(s) to me that he/she executed the same. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of County of On this day of in the year before me personally come(s) a member of the co -partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he/she executed the same as for the act and deed of the said co -partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of VAi) County of ) On this � day of 1a'` in the year wbefore me personally come(s) �1 /��Q _ 1�A� to me known, who, being duly svyom, deposes and Fays�{ha she is the of the W\w VI `O j\'/l U 1 VF v w V • the corporation described in and which executed the foregoing instrument; that he/she knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporatioA3E] d is er to by like order. ON fer Anne Pattitary Public innesota Nota u lic lon E ML 31, 2029 ACKNOWLEDGMENT OF UR TY State of Minnesota ) County of Dakota ) On this 24th day of May, in the year 2024, before me personally come(s) Troy Staples, Attorney(s)-in-Fact of United Fire & Casualty Companv with whom I am personally acquainted, and who, being by me duly sworn, says that he/she is (are) the Attorneys) -in -Fact of United Fire & Casualty Coco an company described in and which executed the within instrument; that he/she know(s) the corporate seal of such company; and that seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and that he/she signed said instrument as Attorneys) -in -Fact of the said company by like order. TONI 1. FERRILL NOTARY PUBLIC • MINNESOTA Notary Public :,a My Commission Expires Jan. 31, 2027 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Sureh' Department ufg UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home 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 tinder the laws of the State of California (hereon collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint THOMAS G. KEMP, THOMAS M. LAHL, ZACHARY PATE, TROY STAPLES, ROBERT DOWNEY, NICHOLAS HOCHBAN, JENNIFER BOYLES, JOEL KRECH, EACH INDIVIDUALLY their trite and lawful Attorney(s)-inn-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 $50 , 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 shall expire the 22nd day of January, 2026 unless sooner 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. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attomeys-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, land 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 mid 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. 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 `\`\\�`SMAJ,, IIIIS ' 22nd day of January, 2024 ``\,�$wa ti,�• 4� H,,� °,�P...... ,- vice president and its corporate seal to be hereto affixed this y y p` °Dq-'- ' ` o= Q>'�° '°�F••F = UNITED FIRE & CASUALTY COMPANY ZJV CORPOIiATF. yw CORPORATE UNITED FIRE & INDEMNITY COMPANY SEAL %� SEAL y.,• �, ISOP •2 FINANCIAL PACIFIC INSURANCE COMPANY R,11119%J\\%I I11\10�\\` By:7� State of Iowa, County of Limn, ss: Vice President On 22nd day of January, 2024, before me personally came Kyanna M. Saylor to me known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of lowa; that she 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 she 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 she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Put f Patti Waddell / .it Iowa Notarial Seal w Commission number 713274 Notary Public OWNS ComMy Commission Expires 10/26/2025 My commission expires: 10/26/2025 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fie & 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 Aill force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 24th day of Mav 1 2024 O&Isll11"q��i4 �\\\\�k1ND6MN'ii F"II111111 INSURq'�i. `�k\44 �O : �,•\\4� /rf•4 QpG .�PPOgq;Yoc�°� L`C CORPORATE CORPORATE �i ` V i'=G��LY 27 , i ' 7 1966 SEAL SEAL av �. '. y, y . •oyq</FOP: ��. �nunrna` BPOA0045 122017 By: gXja t A, 3��h' 0� Assistant Secretary, OF&C & OF&I & FPIC AIA Document jj 1 � j"� — 201 � Bond No. U6002525 j�+� (j L Bid Bond CONTRACTOR: Name, legal status and address) Restoration Systems Inc. SURETY: 4355 Peavey Road (Name, legal status and principal place of This document has important legal business) consequences. Consultation with Chaska, MN 55318 United Fire & Casualty Company an attorney is encouraged with respect to its completion or P.O. Box 73909 modification. 118 - 2nd Ave SE (Zip 52401) Any singular reference to OWNER: Cedar Rapids, IA 52407 Contractor, Surety, owner or (Name, legal status and address) other party shall be considered plural `City Of Oshkosh where applicable. Bond Amount: Ten Percent of the Bid Amount ( 10% of Bid Amount) PROJECT: Oshkosh Convention Center Parking Ramp 2024 Repairs (Name, location or address, and Project number, if any) The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (I) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 24th day of May 2024 Restoration Sy e s I (principal) (seal) (Title) United Fire & C ompany (Surety) s%/' i7 % (Seal) (Title)A"ney--M-Fact Troy Staples CAUTION: You should sign an original AIA Contract Document, on which this text appears in RED. An original assures that changes will not be obscured. [nit AIA Document A330T"— 2010. Copyright ©1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: This AIA" Docurne.nt is protected by U.S. Copyright taw and International Treaties. Unauthorized reproduction or distribution of this AIA3 Document, or any portion of it, may result in severe civil and criminal penalties, and vAll be prosecuted to the maximum extent possihle under the law. / Purchasers are permitted to reproduce ten (10) copies of this document when completed. To report copyright violations of AIA Contract Documents, e-mail The American Institute of Architects' legal counsel, copyright@aia.org. 0G110 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home 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 tinder 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 THOMAS G. KEMP, THOMAS M. LAHL, ZACHARY PATE, TROY STAPLES, ROBERT DOWNEY, NICHOLAS HOCHBAN, JENNIFER BOYLES, JOEL KRECH, EACH INDIVIDUALLY their true and lawful Attomey(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 $50 , 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 shall expire the 22nd day of January, 2026 unless sooner 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 Fine & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Fact. "T'he 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 attomeys-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. 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 INS�q,/„ R4,,, vice president and its corporate seal to be hereto affixed this 22nd day of January, 2024 q �g: "o'_ UNITED FIRE & CASUALTY COMPANY CORPORATE y % m CORPORATE 3 , _ _ c; \ULY 2 0- C zz UNITED FIRE & INDEMNITY COMPANY SEAL �k: SEAL _ z :Z`..O 1966 �P:'2 FINANCIAL PACIFIC INSURANCE COMPANY cxT"���,,,�/�OIP�`���•`\• State of Iowa, County of Lim, ss: By:7C Vice President On 22nd day of January, 2024, before me personally came Kyanna M. Saylor to me known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she 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 she 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 she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. n+u IF Patti Waddell Waaw-otary Iowa Notarial Seal Commission number 713274 NPublic owr My Commission Expires 10126/2025 My commission expires: 10/26/2025 I, Mary A. Bertsch, Assistant Secretary of United Fie & Casualty Company and Assistant Secretary of United Fine & 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 time 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 24th day of Mav 2024 . 'G .\Ilungtc�:�' �4 a����pmwN�'. °��\`��`,PO!U''q'1'"6• k� 0 0 S`e �i, QP; �°P Rql OffC .CORPORATE +, z-w CORPORAr 3.� =Qi? pLY21 �;0= B y� �.. sc.�: :s=_ Y: 1.���1��°i till Tc SEAL SEAL < ? 2'•.•C`,q a�Pf�2`: Assistant Secretary, aArlos`°�`` Fine ......nno„"oOF&C & OF&I & FPIC /nnmu ° BPOA0043 12.2017 PAYMENT BOND CITY OF OSHKOSH Contract Number/Project No 2419033.02.00 Bond Number 54-259821 Date Bond Executed (Date of Contract or Later) 06/14/2024 PRINCIPAUCONTRACTOR (Legal Name and Business Address) Type of Organization Restoration Systems Inc. ❑ Individual ❑ Partnership 4355 Peavey Road ® Corporation Chaska, MN 55318 State of Incorporation Minnesota SURETY(IES) (Legal Name(s) and Business Address(es)) Penal Sum of Bond Company ONE HUNDRED SEVEN THOUSAND United Fire & Casualty p y NINE HUNDRED FORTY EIGHT AND P.O. Box 73909 118 - 2nd Ave SE (Zip 52401) 00/100 Cedar Rapids, IA 52407 ($107,948.00) Oshkosh Convention Center Parking Ramp 2024 Repairs and OWNER (Legal Name and Business Address) Preservation; Oshkosh, Wisconsin CITY OF OSHKOSH 215 Church Avenue PO Box 1130 Oshkosh, Wisconsin 54903-1130 OBLIGATION The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns'to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Contract identified above, which is incorporated herein by reference, subject to the following terms. If the Contractor promptly makes payment of all sums due to claimants, and defends, indemnifies and holds harmless the Owner from all claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Contract, then the Surety and the Contractor shall have no obligation under this Bond. If there is no Owner Default to pay the Contractor as required under the Contract for work performed or to perform or complete any material term of the Contract, then the Surety(ies) obligation under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety of claims, demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. Amounts owed by the Owner to Contractor under the Contract shall be used for performance of the Contract and to satisfy claims, if any, under any Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. Upon notice and tendering of claims as specified above, the Surety shall promptly and at Surety's expense defend, indemnify and hold harmless the Owner against such claim, demand, lien or suit. Surety shall answer claimants, with a copy to Owner, within sixty (60) days of the date of the claim, stating the amount that are disputed and the specific basis for challenging any amount that is disputed or pay or arrange for payment of any undisputed amount claimed. Surety shall not be obligated to the Owner, claimants or others for obligations of the Contractor under this Bond that are unrelated to the Contract. The Owner shall not be liable for the payment of any costs or expenses of any claimant under this Bond and shall have no obligation to make payments to, or give notice on behalf of claimants, or otherwise have any obligation to claimants under this Bond. Notice to the Contractor or Surety shall be deemed to have been given: (i) upon delivery to an officer or person entitled to such notice, if hand delivered; or (ii) upon delivery if delivered by priority, registered or certified mail through the United States Postal Service; (iii) upon delivery by a commercial carrier that will certify the date and time of delivery; or (iv) upon transmission if by facsimile, email or other form of electronic transmission. Notices shall be provided to the Owner, Surety and/or Contractor at their address as specified on this Bond or to a facsimile, email or other electronic address that has been provided in writing to the other party to be used for this purpose. The laws of the State of Wisconsin shall govern the interpretation and construction of this Bond. Winnebago County shall be the venue for all disputes arising under this Bond. Any provision in this Bond that may conflict with statutory or other legal requirement shall be deemed deleted herefrom and provisions conforming to the statutory or other legal requirement shall be deemed incorporated herein. Restoration Systems Inc. Name of Principal/Contractor Title United Fire & Casualty Company Name of Surety Title Tro taples, Attorney -in -fact Contract Number/Project No 2419033.02.00 Bond Number 54-259821 Date Bond Executed (Date of Contract or Later) 06/14/2024 PRINCIPAL/CONTRACTOR (Legal Name and Business Address) Restoration Systems Inc. 4355 Peavey Road Chaska, MN 55318 SURETY(IES) (Legal Name(s) and Business Address(es)) United Fire & Casualty Company P.O. Box 73909 118 - 2nd Ave SE (Zip 52401) Cedar Rapids, IA 52407 OWNER (Legal Name and Business Address) CITY OF OSHKOSH 215 Church Avenue PO Box 1130 Oshkosh, Wisconsin 54903-1130 OBLIGATION CITY OF OSHKOSH Type of Organization ❑ Individual ❑ Partnership ® Corporation State of Incorporation Minnesota Penal Sum of Bond ONE HUNDRED SEVEN THOUSAND NINE HUNDRED FORTY EIGHT AND 00/100 ($107,948.00) Oshkosh Convention Center Parking Ramp 2024 Repairs and Preservation; Oshkosh, Wisconsin The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for payment of the sum shown above or the performance of the Contract identified above, which is incorporated herein by reference. This Bond shall cover any work performed during initial construction and any warranty period required by the Contract. If there is no Owner Default to pay the Contractor as required under the Contract for work performed or to perform or complete any material term of the Contract, then the Surety(ies) obligation under this Bond shall arise after: 4. The Owner provides notice to the Contractor and Surety that the Owner is considering declaring the Contractor in default of the Contract. Within five (5) business days of the Owner's notice, either the Contractor or the Surety may request a conference with the Owner to discuss such default and the remedy therefor. If a conference is requested, the conference shall be scheduled to take place at Owner's principal place of business or another agreed upon location within five (5) business days of the request for conference. If the Owner, Contractor and Surety agree, the Contractor may be allowed a reasonable time to perform the Contract, but such agreement shall not waive the Owner's right, if any, to subsequently declare the Contractor in default; 5. The Owner declares the Contractor in default and notifies the Surety of the declaration of default; and 6. The Owner agrees to pay the balance of the Contract price in accordance with the terms of the Contract to the Surety or to a qualified Contractor selected to perform the Contract. Failure of the Owner to comply with the notice requirement specified above shall not release the Surety from its obligations. Upon notice from the Owner as provided above, the Surety shall promptly and at Surety's expense take one of the following actions: 6. Arrange for the Contractor, with consent of the Owner, to perform and complete the Contract; 7. Undertake to perform and complete the Contract itself, through qualified agents or independent contractors; 8. Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner to enter into a contract with the Owner for performance and completion of the Contract, to be secured with performance and payment bonds, and to pay to the Owner as damages any amount in excess of the original contract amount for the completion of the Contract; any additional legal, design professional, architect, or consultant fees resulting from any delay in the completion of the Contract; and any applicable liquidated damages specified within the Contract resulting from any delay in the completion of the Contract. 9. Make payment to the Owner, as soon as practicable after an amount is determined for completion of the Contract; or 10. Deny liability in whole or in part and notify the Owner, citing with specificity the reasons for such denial. If the Surety does not proceed with reasonable promptness, Owner may give notice to the Surety and the Surety shall be deemed in default on this Bond five (5) business days after notice by the Owner demanding the Surety perform its obligations under this Bond. Owner shall be entitled to enforce any remedy available to Owner upon default. Except for default of the Surety and Surety's election to perform or complete the Contract itself under Paragraph 2 above, Surety's liability shall be limited to the amount of this Bond. Notice to the Contractor or Surety shall be deemed to have been given: (i) upon delivery to an officer or person entitled to such notice, if hand delivered; or (ii) upon delivery if delivered by priority, registered or certified mail through the United States Postal Service; (iii) upon delivery by a commercial carrier that will certify the date and time of delivery; or (iv) upon transmission if by facsimile, email or other form of electronic transmission. Notices shall be provided to the Owner, Surety and/or Contractor at their address as specified on this Bond or to a facsimile, email or other electronic address that has been provided in writing to the other party to be used for this purpose. The laws of the State of Wisconsin shall govern the interpretation and construction of this Bond. Winnebago County shall be the venue for all disputes arising under this Bond. Any provision in this Bond that may conflict with statutory or other legal requirement shall be deemed deleted herefrom and provisions conforming to the statutory or other legal requirement shall be deemed incorporated herein. The above obligation is void if the Contractor performs and fulfills all the terms, conditions and agreements of the Contract and any authorized modifications during the term of the original Contract and any extensions thereof. Notice to the Surety is waived for any modifications agreed upon by Owner and Contractor. Restoration Systems Inc. United Fire & Casualty Company Name of Principal/Contractor Title Name of Surety Title Tr taples, Attorney -in -fact ACKNOWLEDGMENT OF PRINCIPAL (Individual) State of ) County of ) On this day of F in the year a before me personally come(s) , to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing instrument and acknowledge(s) to me that he/she executed the same. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of County of On this day of in the year before me personally come(s) a member of the co -partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he/she executed the same as for the act and deed of the said copartnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of 1 Y County of )) On this r day of j "V in the year before me personally come(s) to me known, who, being duly sworn, deposes and says teat he/she is the of the r the corporation described in and which executed the foregoing instrument; that he/she knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. 14 TME'� JonnlferAnne Pafti Notary Public Minnesota NOWLEDGMEN b'�Y Cam►�bon F.vIres Jan. 31, State of Minnesota ) County of Dakota ) On this 14th day of June, in the year 2024, before me personally come(s) Troy Staples, Attorneys) -in -Fact of United Fire & Casualty Companv with whom I am personally acquainted, and who, being by me duly sworn, says that he/she is (are) the Attorneys) -in -Fact of United Fire & Casualty Company company described in and which executed the within instrument; that he/she know(s) the corporate seal of such company; and that seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and that he/she signed said instrument as Attorney(s)-in-Fact of the said company by like order. TONI I.. FERRILL � Notary Public � NOTARY PUBLIC - MINNESOTA My Conr*ion Expires Jan. 31, 2027 a UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department U�9 UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home 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 Fite & 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 tinder 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 THOMAS G. KEMP, THOMAS M. LAHL, ZACHARY PATE, TROY STAPLES, ROBERT DOWNEY, NICHOLAS HOCHBAN, JENNIFER BOYLES, JOEL KRECH, EACH INDIVIDUALLY their true and lawful Attomey(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 $50 , 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such innstrunents 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 shall expire the22nd day of January, 2026 unless sooner revoked by United Fie & 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. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint 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 oflike name. 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 attomey 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 mid 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 arty time revoke all power and authority previously given to any attomey-in-fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its \ " 22nd day of January, 2024 „G`F\G tNSVg4y, vice president and its corporate seal to be hereto affixed this y y , coRPORATF s =a CORPORATE �= _ - �° UNITED FIRE &CASUALTY COMPANY j°`Y Z? UNITED FIRE & INDEMNITY COMPANY ' SEALSEAL ••��'9��FORa\°•Ye FINANCIAL PACIFIC INSURANCE COMPANY i'''�,'R RAPNS\\\\ ''�'�6gS7ER S£1•�\\�\`` ry"4ii ... \\�\ "�11111111\\�\\ '�11711111111\\\\ ' b4111111q\I,�� \ State of Iowa, County of Lunn, ss: By:7L Vice President On 22nd day of January, 2024, before me personally came Kyanna M. Saylor to me known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she 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 she 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 she signed her name thereto pursuant to like authority, mid acknowledges same to be the act and deed of said corporations. ut PatB Waddell i ��y Iowa Notarial Seal Ph't, i Commission number 713274 N Wa'al-otary Public c. My Commission Expires 10/26/2025 My commission expires: 10/26/2025 I, May A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretory of United Fie & Indemnity Company, and Assistant Secretory 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 14th day of June — , 2024 . \p\\uulUU/q apNuuunlq .\�°"`G INsu ", `1���,\NotalN �T}q' `a`\�pPPORq A.��^ma's �� qq F•. 4 CORPORATE oy% �� CORPORATE `Q(?G i�LY 2?•. =U �'. D SEAL SEAL '�� ?2•.O �P,-'42:� ram:le, Bo. a `` '' FOP 'I1111111\1\ By. 4rk, i�f 1 A 31� J u + Assistant Secretary, OF&C & OF&I & FPIC BPOA0045 122017