Loading...
HomeMy WebLinkAboutBoomerang Corp.Boomerang Corp 13225 Circle Dr. Suite A P.O. Box 227 Anamosa, Iowa 52205 Bid Security For: F.Y. 2024 Kingsley Avenue Reconstruction Project Contract No. 1100 To: City Clerk/Auditor City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Letting: March 7, 2024 1:00 PM Boomerang Corp 13225 Circle Dr. Suite A P.O. Box 227 Anamosa, Iowa 52205 Bid Enclosed For: F.Y. 2024 Kingsley Avenue Reconstruction Project Contract No. 1100 To: City Clerk/Auditor City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Letting: March 7, 2024 1:00 PM CQC - 7 FORM OF BID OR PROPOSAL F.Y. 2024 KINGSLEY AVENUE RECONSTRUCTION PROJECT CONTRACT NO. 1100 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 , Lay ion, a Partnership consisting of the following partners: , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2024 KINGSLEY AVENUE RECONSTRUCTION PROJECT, Contract No. 1100, 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 KINGSLEY AVENUE RECONSTRUCTION PROJECT CONTRACT NO.1100 ITEM BID SPECIFICATION SUPPLEMENTAL SUDAS * SEE DESCRIPTION UNIT KINGSLEY AVE QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 2 - EARTHWORK 1 2010-108-D-1* TOPSOIL, 4 INCHES, ON SITE SY 1,798.0 $ /0, UO $ j 7, 186, OC) 2 2010-108-D-3* TOPSOIL, 4 INCHES, OFF SITE SY 2,197.0 $ 3,06 $L,1 Sit, 00 3 2010-108-E * EXCAVATION, CLASS 10 CY 2,115.0 $ 94.. by $ 4 7GU_ u6 4 SEE EST. REF. EXCAVATION, CLASS 10, WASTE CY 2,115.0 $6, 60 $ i:, b90 40 5 2010 108 F * EXCAVATION, GRADE CLASS 10, BELOW CY 698.0 silo. do $ 914 9 .c}O 6 2010 108 I * SUBGRADE GEOTEXTILE TREATMENT, OR GEOGRID WOVEN SY 4,175.0 $ 9,56 $ %U,'137.56 7 2010-108-J SUBBASE, MODIFIED, 12 INCH SY 4,175.0 $ MOO $154 )50 Cc SUBTOTAL EARTHWORK = $ 6 )j 5c2$, 5('j DIVISION DRAINS - 4 STORM - SEWERS AND 8 4020-108-A STORM 2000D, SEWER, 12 INCH TRENCHED, RCP LF 89.5 $ lib- CO $ (3,415. 60 9 4020-108-D REMOVAL LESS THAN OF OR STORM EQUAL SEWER, TO 36 INCH RCP, LF 31.6 $`v 00 $ 3/4, Ob 10 4020-108-D REMOVAL SUBDRAIN OF , 4 INCH STORM SEWER, LF 2,154.0 $ 3 eV $ (Ay10as 00 11 4040-108-A SUBDRAIN, TYPE SP, 6 INCH LF 2,459.0 $ /s 00 $ L`q, 9.147Q 66 12 4040-108-D SUBDRAIN 6 INCH OUTLET TO STRUCTURE, EACH 45.0 $ 325-G6 $ iiy, ita • 06 FORM OF BID CONRACT NO. 1100 Page 1 of 4 13 4040 108E * STORM SP, 4 INCH SEWER SERVICE STUB, TYPE LF 120.0 r, $ tom, 000 , O 0 SUBTOTAL SEWERS AND DRAINS - STORM = $ S J 4 Sit. C 1) DIVISION AND APPURTANCES 5 - WATER MAINS CONVERT WATER MANHOLE TO $ $ 14 SEE EST. REF. EACH 4.0ROADBOX 15 SEE EST. REF. WATER SERVICE KILL EACH 2.0 $ $ OD Hu)._ L6 220, SUBTOTAL WATER MAINS AND APPURTANCES = $ n, no DIVISION FOR SEWERS SANITARY 6 - STRUCTURES AND STORM 16 6010-108-A MANHOLE, SW-401, 48" EACH 1.0 $ 5, av0, 00 $ , taco. 6b 17 6010-108-B INTAKE, SW-501, SINGLE GRATE EACH 2.0 $ i,566. 06 $9, con .O0 18 6010-108-B INTAKE, SW-505, DOUBLE GRATE EACH 2.0 $ ),--MO, car) $ )O, &-)D OA 19 6010-108-E SANITARY MINOR, SW-301 MANHOLE ADJUSTMENT, EACH 4.0 $ 3, `)CO O c.) $ /a, 8 fin 60 20 6010-108-E STORM MINOR, MANHOLE SW-402 ADJUSTMENT, EACH 3.0 $3,boo •no $`3,000,at) 21 6010-108-E INTAKE 501 ADJUSTMENT, MINOR, SW- EACH 10.0 $ 4v0. $114, , 06 Oa . C,U 22 6010-108-E INTAKE 505 ADJUSTMENT, MINOR, SW- EACH 4.0 $_.5, U 6G. 00 $ i0 , D 0 b. n a 23 6010-108-E INTAKE 507 ADJUSTMENT, MINOR, SW- EACH 2.0 $ 3 z DO.00 $ 7, G, Ob , cv) 24 6010-108-F MANHOLE SW-402 ADJUSTMENT, MAJOR, EACH 1.0 $ t/. L, oo • ()() $ -J4 Lv he) , () C 25 6010-108-G * CONNECTION MANHOLE OR TO INTAKE, EXISTING SUBDRAIN EACH 37.0 $ 1.460, 6 $ LLII Zoo. n0 26 6010-108-G * CONNECTION 54" STORM TO EXISTING PIPE, EACH 2.0 $, OW $ Li, DOQ 1 . C') • 00 SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ 115, sci) , co DIVISION RELATED WORK 7 - STEETS AND $ 49.On $1'79, 6 $3 -UY) 27 7010-108-A * PAVEMENT, C-4, CL 3 AGG PCC, 7 INCH, C-SUD OR SY 3,667.0 28 IA 9999008 -DOT 2599- * ('POUNDS' MACRO FIBERS ITEM) FOR SYNTHETIC PCC, 5 LBS / CY LB 3,620.0 $ f, co $ 22/, .7;20 • 60 29 7010 108 I * PCC TESTING PAVEMENT SAMPLES AND LS 1.0 $ j, 06, 06 $ /, aCo , On 30 11,050-108-A CONCRETE WASHOUT LS 1.0 $ 506,66 $ 560. 0j SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS 31 7030-108-A-1 REMOVAL OF SIDEWALK SY 268.5 $ )0 , b( $ 2, (4,5 - a') 32 7030-108-A-3 REMOVAL OF DRIVEWAY SY 290.3 $ /6 : on $ Q, 9a3 60 33 7030-108-E SIDEWALK, PCC, 4 INCH, C-4 SY 120.1 $ is OC) $ i, Do`7. 7o 34 7030-108-E SIDEWALK, PCC, 6 INCH, C-4 SY 161.1 $ w• 00 $ jy, L4(f. o 35 7030-108-G DETECTABLE WARNINGS SF 240.0 $ 50, 00 $ f 3, 600 , OU 36 7030-108-H-1 DRIVEWAY, 4 PAVED, PCC, 5 INCH, C- SY 290.3 $ 2t - LSD $ 23, gag. oo 37 7030-108-H-3 DRIVEWAY, GRANULAR TON 2.9 $ 3a j $ 9 L, 6 7 , u FORM OF BID CONRACT NO. 1100 Page 2 of 4 PAVEMENT REHABILITATION 38 7040-108-H * PAVEMENT REMOVAL, CONCRETE SY 3,667.0 $ 1 , gp $ ,9g, 1190C9, Lop SUBTOTAL STREETS AND RELATED WORK = $ D9ty, j j g. 6-7 DIVISION MARKINGS CONTROL 8 AND - PAVEMENT TRAFFIC 39 8030-108-A TEMPORARY TRAFFIC CONTROL LS 1.0 $ I, 300, 0() $ f, OO, 66 SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL = $ ) "7(.3 , co I DIVISION LANDSCAPING 9 - SITE WORK AND SEEDING 40 9010-108-B * HYDRAULIC FERTILIZING 1 SEEDING, AND MULCHING SEEDING, - TYPE SY 2,197.0 $Di''J $ 11Ma-3aa5 41 9010-108-E * WARRANTY SY 550.0 $ L2, ca`J $ J1 a"37 5a EROSION CONTROL AND SEDIMENT 42 9040-108-Q-2 EROSION HYDROMULCHING CONTROL MULCHING, SY 2,197.0 $ nk. SS $ )1$10 qS 43 9040 108-T 1 * INLET INSTALLATION PROTECTION DEVICE, EACH 20.0 $ 175 CEO $ 3, .On4 co 44 9040 108 T 2 * INLET MAINTENANCE PROTECTION DEVICE, EACH 20.0 $ `35 UU $ -700• 00 SUBTOTAL SITE WORK AND LANDSCAPING = $ ID Dm 6, ao DIVISION MISCELLANEOUS 11 - 45 11010-108-A CONSTRUCTION SURVEY LS 1.0 $ 51, af5-6, 00 $ 5, ;a, St 60 46 11020-108-A MOBILIZATION LS 1.0 $ So+000, 00 $ Sol coo . 00 SUBTOTAL MISCELLANEOUS = $ 55 , a5o . an TOTAL BID $ 7G4 955 . 3% 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 bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of �620 3C 0Dollars ($ ) in the form of INSTRUCTIONS TO BIDDERS. hC 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. FORM OF BID CONRACT NO. 1100 is submitted herewith in accordance with the Page 3 of 4 6. Attached hereto is a Bidder Status Form. 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EGG, 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. Date �C �7" ati 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 Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 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. (Name of Bidder) BY: 13-7 (Date) Title VICiPrestrivai--- Official Address: (Including Zip Code): J3ZL3 Oirje Tys'ueSzje ,1 P()%xzfl ro rnel50 Lc° )-g-D05 I.R.S. No. (7,9 --- l r FORM OF BID CONRACT NO. 1100 Page 4 of 4 State of I aL,00k County of )UYI Se.�. 4ctcn NON -COLLUSION AFFIDAVIT OF PRIME BIDDER )ss 1 He is (Owner, Partner, (Officer ,,Representative, or Agent) , of , being first duly sworn, deposes and says that: , the Bidde as 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 in interest, including this affiant. (Signed) ce I r rig( F Title Subscribed and sworn to before me this day ofr favGe\ , 20n "V' My commission expires 0 JENNA HMG Commission Number 768229 My Commission Expires • Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes elYes ((Yes GrYes Yes O NO Q No O No ONo ONo 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). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. 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: ltD l QXW.D o CL rifiAt / Address:'v)95 C rrckLp/oe ¶LueA City, State, Zip• A'on1oEc t arlY, :4 1.00d 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 O Yes Q No force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: 1?TTYDVYWr Signature: or Date: 3----) -J.)/ You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ©'CQNo Q Yes ONo O Yes ONo O Yes 0No Q Yes ONo Q YesQNo O Yes O No O Yes No O Yes Q Yes Q YesQNo My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. 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. 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. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. 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. 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. 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. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. 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) MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM P rime Contractor am ; LOD r P roject: i---1110a RirTIQ� er ufl f Dn� r'ariI(� Letting Date: { N O MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: \i irp_ ll�gcsCLan+ Date: , --I - 0-�1 S UBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291- 4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBE/WBE Contacted Dates YeslNo Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to \1on1cd ro c Cey4mi D/Qq bed MO DA9/0- No f\rnQrtcofSJrusLytn -/ -Pbrvel 1:94 A k)LI P� `Y3-rrkYrt r(QS ThF\ QQ-10eit ti6 D1fa/a.i mid%J Q /0.9/04./ No s Inndwe- Co frcckcrs cP-/r9 / Pub (Form CCO-4) Rev. 06-20- 2 ��/29/�LNO ThcSo n% LO'� i a i 7, 9ctt*t Track in? 40-9/94 PO'Red NDursa4--y cgiaq laq *5 3 &-1 Vat5 S-r u: t L 9? n; n Df ac aci yei 316' a -id Ye5 1,svd.o0 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Boomerang Corp. as Principal, and United Fire & Casualty Company , as Surety, are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of Amount Bid Dollars ($ 5% ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 7th _ day of March , 20 24 , for FY 2024 Kingsley Avenue Reconstruction Project; Contract No. 1100 • 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 caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 7th day of March , A.D. 20 24 /90 Witness Witness BID BOND By Boomeran Corp.�� g p (Seal) Principal By VilekThiciccs:thn F United Fire & Casualty Company (Seal) r•ty✓ Attorney -in -fact Abigail R. Mohr (Title) Page, 1 of 1 r utg INSURANCE UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA CERTIFIED COPY OF POWER or ATTORNEY (original on file at Home Office of Company — See Certification) Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint MATT FAY, ABIGAIL R. MOHR, MAT DEGROOTE, SANDY VANOSTEN, LAURA PEIFFER, DENISE ALLEX, EACH INDIVIDUALLY their taste and lawful Attorneys) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100, 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confinmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalfofthe Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of forth in their respective certificates of authority shall have 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. COItIC2A l r —• SEAL IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this STLR 1�• � 'rgrllllllld��� State of Iowa, County of Linn, ss: SUq', v G Litz? gel 5 6.14lase r; s ff or l'liepm 30th day of March, 2021 UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY By: Vice President On 30th day of March, 2021, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Judith A. Jones Iowa Notarial Seal Commission number 173041 My Commission Expires 4/23/2024 Notary Public My commission expires: 4/23/2024 I, Mary A. I3eitsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 7th day of March , 20 24 . s `i\rt : ;. —.— is 47 trib tt cos np.mtl..- •4rrrnn tot 13P0A0049 1217 .114 riSfititt• QfG1 41-;.n t: bU1fl SjAE ,., By: Ladopts, A Assistant Secretary, UF&C & OF&I & FPIC