Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Boomerang Corp.
Boomerang Corp 13225 Circle Dr. Suite A P.O. Box 227 Anamosa, Iowa 52205 Bid Security For: F.Y. 2024 Broadway Street Reconstruction Project Contract No. 1095 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 Broadway Street Reconstruction Project Contract No. 1095 To: City Clerk/Auditor City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Letting: March 7, 2024 1:00 PM s)-c-7 1 J FORM OF BID OR PROPOSAL F.Y. 2024 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO. 1095 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 =CuJO` a Partnership consisting of the following partners: jU(\ , 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 BROADWAY STREET RECONSTRUCTION PROJECT, Contract No. 1095, 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 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO.1095 BID ITE M SPECIFICATION SUPPLEMENTAL SUDAS * SEE DESCRIPTION UNIT BROADWAY ST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 2 - EARTHWORK 1 2010-108-D-1* TOPSOIL, 4 INCHES, ON SITE SY 26,418.0 $ J, O0 $;:Z '-jig, 00 2 2010-108-D-3* TOPSOIL, 4 INCHES, OFF SITE SY 5,453.0 $ & 00 $i3- $ ii' ,7/8.()() c) , .CSC) 3 2010-108-E * EXCAVATION, AND BORROW CLASS 10, ROADWAY CY 1,423.0 $) y 60 4 SEE EST. REF. EXCAVATION, CLASS 10, WASTE CY 12,706.0 $ !y _ hn $ FT11 S%%-ti-Or 5 2010-108-F * EXCAVATION, CLASS 10, BELOW GRADE CY 2,100.0 $ (0_ ter $ i 17, boo• C)C-. 6 2010-108-G * SUBGRADE PREPARATION SY 61,272.0 $ i ; On $ Cal , aJ.a , /)6 7 2010-108-J * SUBBASE, MODIFIED, 10INCH SY 61,272.0 $ ,IO.60 $ Lo 'SO $1v1Q17:010•66 $ /H1, -41/.5 8 IADOT 2121 * GRANULAR DEPTH SHOULDER, TYPE B, 4 INCH SY 17,191.0 SUBTOTAL EARTHWORK = $ j , ) jQ , Lfl5 % 3 6 DIVISION DRAINS - 4 STORM - SEWERS AND 9 4020-108-A STORM 2000D, SEWER, 18 INCH TRENCHED, RCP LF 279.1 $ J/5 .. co $ , ,0%, vd 10 4020-108-D REMOVAL LESS THAN OF OR STORM EQUAL SEWER, TO 36 INCH RCP, LF 199.0 $ _ 4.,66 $ 4776. aD 11 4030-108-B PIPE APRON, RCP,18 IN. DIA. EACH 3.0 $ /1.700.66 $ J, /OM 60 12 4030-108-C FOOTING 18 INCH FOR CONCRETE PIPE APRON, EACH 3.0 $ 34/0. 06 $ t 020. 06 13 4030-108-D PIPE APRON GUARD, 18 INCH EACH 3.0 $ /, 000'On $ 3, UOQ. 00 14 4040-108-A SUBDRAIN, TYPE SP, 6 INCH LF 19,513.0 $ /Lt. 00 $30 ,, ,Qg, 06 FORM OF BID CONRACT NO. 1095 Page 1 of 4 15 4040 108 D INCH SUBDRAIN OUTLET TO STRUCTURE, 6 EACH 36.0 $ 300. 00 $ /O, O6. 66 16 4040-108-D SUBDRAIN OUTLET TO DITCH, 6 INCH EACH 32.0 $t, 00. O0 $ /9, QOO• ()() SUBTOTAL SEWERS AND DRAINS - STORM = $ (-3g QX 5f • ETI) DIVISION SANITARY 6 AND - STRUCTURES STORM SEWERS FOR , 17 6010-108-B INTAKE, SW-505 EACH 1.0 $ 51-ion. cx j $ J, 70n. f)0 18 6010-108-B INTAKE, SW-507 EACH 3.0 $ $ (g,tjee, Oh 19, 5&j . no 19 6010-108-B * INTAKE, 1040 A COVER SW-512, ONLY 24 INCH, WATERLOO EACH 9.0 $2 ion on $ 9a, 5d0•va 20 6010-108-B INTAKE, TYPE 3B SW-512, CASTING 24 INCH, SW-604 EACH 3.0 $) ?tA.00 $S1g061 66 21 6010-108-E SANITARY MINOR, SW-301 MANHOLE ADJUSTMENT, EACH 2.0 $ I,ltb. 60 $. • 4-166.60 22 6010-108-H * REMOVE SECTIONS, INTAKE STORM AND FLARED END EACH 10.0 $1, 000. bD $1 D, b00• OD SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ t, r • 500. 06 DIVISION RELATED WORK 7 - STREETS AND 23 7010-108-A * PAVEMENT, PCC, 9 INCH, C-SUD OR SY 54,718.0 $ SO. 00 $ al?35 goi•C C-4, CL 3 AGG 24 7010-108-1 * PCC TESTING PAVEMENT SAMPLES AND LS 1.0 $-1,000-6C) $L-), DM 60 $q,00(5•00 $ fL 660. 00 25 11,050-108-A CONCRETE WASHOUT LS 1.0 PAVEMENT REHABILITATION $ $ 26 7040-108-H * PAVEMENT REMOVAL SY 59,273.0 $ 2 .60 $ q7N, jay. UL 27 SEE EST. REF. REMOVAL OF RAILROAD CROSSING LS 1.0 $ /0 000%GO $ Ib, 000b0C' SUBTOTAL STREETS AND RELATED WORK = $ 31 x4tg 499. 06 DIVISION MARKINGS 8 AND - PAVEMENT TRAFFIC CONTROL 28 8020-108-B * PAINTED WATERBORNE PAVEMENT MARKINGS, STA 315.16 $ 55_ UO $ f J, •3131V 5 29 8020-108-B * PAINTED WATERBORNE, PAVEMENT TEMPORARY MARKINGS, STA 10.64 $ J 35. coc° $ %s y 3(,, 440 _ 30 8020-108-H * PRECUT SYMBOLS AND LEGENDS EACH 10.0 $ L,OO.0 $ b, bob .no 31 8020-108-K PAVEMENT MARKINGS REMOVED STA 10.64 $ ??5p . On $ 3, -Lig, 06 32 8030-108-A TEMPORARY TRAFFIC CONTROL LS 1.0 $ Z,r?CO, On $5t, 006 , 00 33 8030-2.02 DIRECTIONAL SIGNS, PER DETAILS EACH 104.0 $ 215. (>0 $ °:) , 360.00 34 IADOT 2518010 2528- SAFTEY CLOSURE EACH 26.0 $ 'no ` UX) $1, 0 ao . on 35 IADOT 9109020 2528- TEMPORARY SYSTEM LANE SEPARATOR LF 400.0 $ ,) 2 CO $ 8 &00, OE) SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL = $ 1) Lo iq, an /II 1 DIVISION LANDSCAPING 9 - SITE WORK AND SEEDING 36 9010-108 B * HYDRAULIC MULCHING - SEEDING, TYPE 1 FERTILIZING AND SY 31,871.0 $ 6116 $ , 369 •alt) 37 9010-108-E * WARRANTY SY 7,968.0 $ 3 ,--7/) $ 54 l 7 • (oc EROSION AND SEDIMENT CONTROL $--Ge $ 38 9040-108-N-1 SILT FENCE, INSTALLATION LF 4,377.0 $ .Q.0U $ ?, 1'5 -/ Or FORM OF BID CONRACT NO. 1095 Page 2 of 4 39 9040-108-N-2 * SILT FENCE, REMOVAL OF SEDIMENT LF 450.0 $ j ,, on $ -150•0 40 9040-108-N-3 SILT FENCE, REMOVAL OF DEVICE LF 4,377.0 $ a Q $ j, `31.6 , /00 41 9040-108-Q-2 EROSION CONTROL MULCHING, SY 23,903.0 HYDROMULCHING $ 6.40 $(), a?) 26 . 42 9040-108-T-1 * INLET INSTALLATION, PROTECTION DROP DEVICE, -IN EACH 4.0 $ -2Oi • Oa $ O • 00 43 9040-108 T 1 * INLET INSTALLATION, PROTECTION SURFACE DEVICE, -APPLIED EACH 6.0 $eta.M0 $ 55Q . 06 44 9040-108-T-2 * INLET MAINTENANCE PROTECTION DEVICE, EACH 10.0 $ q CO $ 440.66 SUBTOTAL SITE WORK AND LANDSCAPING = $ Li9 g v-) Go i , DIVISION 11 - MISCELLANEOUS 45 11010-108-A CONSTRUCTION SURVEY LS 1.0 $ 36, DO 0, 0i) $ 30, oon - no 46 11020-108-A MOBILIZATION LS 1.0 $ Igo `con • UD $ tie, CEO • oo 47 SEE EST. REF. TEMPORARY PLACE, RESTORE MAINTAIN, ACCESS, REMOVE EXCAVATE, AND LS 1.0 $ 4 000.0d $ 36, boo . at 48 SEE EST. REF. TEMPORARY PAVING, 4 INCH HMA SY 997.0 $ 57_OC) $5(0, ,n1.Cx; SUBTOTAL MISCELLANEOUS = $ 3OCo ' '\ Od 1 . (9 TOTAL BID $ S 13 U►0 . 86 I 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 5/0 of Orm nri- bfr, Dollars ($ ) in the form of kcl DJ , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 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 EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. FORM OF BID CONRACT NO. 1095 Page 3 of 4 9. The bidder has received the following Addendum or Addenda: Addendum No. 1 Date 0- 01-0 4 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. F PcoranaCn 1 f 'Jci Name of Bid (Date) BY: TitleVek-Thfet:ThiCkf) 1- Official Address: (Including Zip Code): 1?12a5 Qc rC k 1. fir,` o Cam~ 1- , Pc 80)( 327-) kr\ame.thot I.R.S. No. 4�` I 5Q / I I 9 FORM OF BID CONRACT NO. 1095 Page 4 of 4 State of ne-p u0O, County of NON -COLLUSION AFFIDAVIT OF PRIME BIDDER )ss t-1Qa3 , being first duly sworn, deposes and says that: 1 He is (Owner, Partner Office -Jr Representative, or Agent) , of b(fleJ ) Cyr the Bidder that has submitted the attached Bid; v 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) v ct refs den fa Title Subscribed and sworn to before me this fh day of Moo/ , 20E_Y. 6 Title My commission expires 0 5-- 3 1 r a co JENNA HAAG Commission Number 768229 My Commission Expires No4-o-v) Bidder Status Form Signature: To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: aces 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). (Yes ©No My company has an office to transact business in Iowa. 0Yes ONo My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes ONo My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. WYes ONo 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: 1O l 120toEL-rctejasLi Address: /2005 Op CkThrtJe< LAI ire_ l�l City, State, Zip: RrATn(7RC( Cy_c'c\ 52205 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 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:aran8 4 4, Ur P Date: 3-7-(g- 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. (04; ONo Q Yes ONo Q Ves ONo es O No Q Yes QNo Q YesQNo JYes O No JYesQNo Q YesQNo 0 o 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 Prime Contractor Name bccrflQr Project: . • '-I` �►�� ► �i. ��� Letting Date: NO 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: V i CQ_ Date: -a mua SUBCONTRACTORS 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 Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to 3-I-ad--1 NoomairTraW Ci a ikner irrc.:40n Cnnh ?) -1I.04 IO i ton l' i\rnP_ A con --ueyir€ 3 - / - c4 t'io 114#t) 3�-1-4/14- frnn:os art cacces 34r cL /Co Porda ErOt, n'Yru ckI(1 CojusCcxcrdt (lIIdri4lsCc - laP 6-20-02 tNNti-oLRes enkr rn i C<Wesa Con4-r-aCk Ikrrk, r Ld f mac, Q I tg ifernu.c No do IUo No A-t) 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 ($ 547o 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 Broadway Street Reconstruction Project; Contract No. 1095 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 Witness Witness Boomerang Corp. Principal By United Fire & Casualty Company �1�cUl� ua41,IJJ�� � — By Surety (Seal) Vict Q13,icien't Seal) Attorney -in -fact Abigail R. Mohr (Title) BID BOND Page 1 of 1 • uto INSURANCE UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA CERTIFIED COPY OF POWER OF ATTORNEY ' (original on file at Home Office of Company — See Certification) 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 Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 their true 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 instnunents were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific 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, wider -takings 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 vice president and its corporate seal to be hereto affixed this 30th day of March, 2021 UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY By: State of Iowa, County of Linn, ss: 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 4232024 Vice President Notary Public My commission expires: 4/23/2024 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fite & 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 1 have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 7th day of March .20 24 .F% �t CUIt1'Ut411 CIA1Sieb �e �•' �u 'iCO , 4 gl t0°o\" iiieina0��.� BP0A00=19 1217' Jut p raurti .,�i� se t r.c By: L,Mans, A Assistant Secretary, UF&C & OF&I & FPIC