Loading...
HomeMy WebLinkAboutVieth Construction CorporationVieth Construction Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 F^l ro1S S}Or" Slott St, con;}.ey Stoat ceenc drc conn.E.td-s Cenkro-c+- 11' 0 duc€:Si''. n lordic Dr. 5061 Scald- bOne Fe) FY si-«sc sf. son;.l-ony Stott 5 A-er M SG Wes' a rs C ennccI fS (a�4r0.�k lllo (gyp, .rl00, TA FORM OF BID OR PROPOSAL FY 2025 STATE STREET SANITARY SEWER REPLACEMENT AND STORM SEWER DISCONNECTS CONTRACT NO. 1110 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 .r A 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 FY 2025 STATE STREET SANITARY SEWER REPLACEMENT AND STORM SEWER DISCONNECTS, Contract No. 1110, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2025 STATE STREET SANITARY SEWER REPLACEMENT AND STORM SEWER DISCONNECTS - CONTRACT NO. 1110 DIVISION I - STATE STREET SANITARY SEWER REPLACEMENT SUDAS SPECIFICATION * SEE SUPPLEMENTAL I DESCRIPTIQN PIY1 EST QTY, UNIT BID TDTAL BI D.PRICE `a DIVISION 2 - EARTHWORK 2010-108-D-1* TOPSOIL, 4 INCHES, ON SITE SY 1720.0 2 2010-108-E * EXCAVATION, CLASS 10 CY 736.0 3 SEE EST. REF. EXCAVATION, CLASS 10, WASTE CY 732,0 $ 3.)5 4 2010-108-J SUBBASE, MODIFIED, 10 INCH DEPTH SY 0,0 5 2010-108-1 SUBBASE, 1INCH ROADSTONE, 7INCH DEPTH SY 2366,0 DIVISION 4 - SEWERS AND DRAINS - SANITARY $ $ 10 6 7 8 4010-108-A 4010-108-A 4010-108-E SANITARY SEWER, TRENCHED, TRUSS, 12 INCH SANITARY SEWER, TRENCHED, TRUSS, 10INCH SANITARY SEWER SERVICE STUB, SDR 23.5, 6 INCH LF LF LF 516.1 312.2 386.0 9 SEE EST, REF. SANITARY SEWER SERVICE, UNDERGROUND INVESTIGATION EACH 2,0 $ 95 $ 9� DIVISION 4 - SEWERS AND DRAINS - STORM 10 4020-108-A STORM SEWER, TRENCHED, RCP 2000D, 15 INCH LF 11 4020-108-A STORM SEWER, TRENCHED, RCP 2000D, 12 INCH LF 12 4020-108-D REMOVAL OF STORM SEWER, RCP, LESS THAN OR EQUAL TO 36 INCH LF 13 4020-108-G STORM SEWER ABANDONMENT, FILL AND PLUG, 10 INCH PIPE LF 14 4040-108-D SUBDRAIN OUTLET TO STRUCTURE, 6INCH EACH $ 0 $ 5, 590 9,9a- s G,52R $ 0 0 0 FORM OF BID CONTRACT NO. 1110 Page l of 5 • DIVISION 5 - WATER MAINS AND APPURTANCES 15 SEE EST. REF. CONVERT WATER MANHOLE TO ROADBOX EACH 16 SEE EST. REF. -.DIVISION 6 - WATER SERVICE, LOWER AND INSULATE EACH STRUCTURES FOR SANITARY AND STORM SEWERS $ V $ 5.0 $ 11565(5 I$ Ia,$6O 17 6010-108-A MANHOLE, SW-301, 48" EACH 2.0 18 6010-108-A MANHOLE, SW-401, 48" EACH 19 6010-108-8 INTAKE, SW-501, SINGLE GRATE EACH 20 6010-108-B INTAKE, SW-512, 24", TYPE4B CASTING EACH 21 22 6010-108-G * 6010-108-H CONNECTION TO EXISTING MANHOLE OR INTAKE, STORM REMOVE MANHOLE OR INTAKE EACH EACH 2.0 DIVISION 7 - STREETS AND RELATED WORK SIDEWALKS , SHARED USE PATHS AND DRIVEWAYS $ f) $ nt,Soo $ 0 $ 6 $ Is 6 $ b 11$ b $ d l$ $ G 15 Is I, 15n 23 24 7010-108-E * 7030-108-A-1 CURB & GUTTER, 24-INCH WIDE, 7-INCH DEPTH, PCC, C-4 REMOVAL OF SIDEWALK LF SY 108.4 25 7030-108-A-3 REMOVAL OF DRIVEWAY SY 17.8 26 7030-108-E SIDEWALK, PCC 4 INCH, C-4 SY 22.2 27 7030-108-E SIDEWALK, PCC, 6 INCH, C-4 SY 83.0 28 7030-108-6 DETECTABLE WARNINGS SF 120.0 29 30 31 7030-108-H-1 7030-108-H-1 7030-108-H-3 DRIVEWAY, PAVED, PCC, 5 INCH, C-4 ALLEY, PAVED, PCC, 6 INCH, C-4 DRIVEWAY, GRANULAR, 4 INCH SY SY TON 17.8 46.5 79.5 32 PAVEMENT REHABILITATION 7040-108-H * DIVIS PAVEMENT REMOVAL, SEAL COAT SY 2368.0 ON 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL 33 8030-108-A TEMPORARY TRAFFIC CONTROL LS 0175 DIVISION SEEDING 9 - SITE WORK AND LANDSCAPING 34 9010-108-B * HYDRAULIC SEEDING, SEEDING, FERTILIZING AND MULCHING - TYPE 1 SY 1720.0 35 9010-108-E * WARRANTY SY 430.0 $ 1.15 410.0 I$ 3l Pl©0 $ I-)5 $ I d5 EROSION AND SEDIMENT CONTROL 36 9040-108-Q-2 EROSION CONTROL MULCHING, HYDROMULCHING SY 1720.0 37 9040-108-T-1 * INLET PROTECTION DEVICE, INSTALLATION EACH 6.0 38 9040-108-T-2 * INLET PROTECTION DEVICE, MAINTENANCE EACH 6.0 DIVISION 11 - MISCELLANEOUS 39 11010-108-A CONSTRUCTION SURVEY LS 0.75 40 11020-108-A MOBILIZATION LS 0.75 TOTAL eLD DIV SIGN $ 105 $ lib $ 30 51000 537. 5/5 a3S, 1`ir FORM OF BID CONTRACT NO. 1110 Page 2 of 5 DIVISION II - BUTLER AVENUE AND DEARBORN AVENUE STORM SEWER DISCONNECTS BID ITEM SUDAS SPECIFICATION' * SEEISUPPLEMENTAL DESCRIPTION JNIT 011,2-EST UNIT BID PRICE QTY TOTALPRICE DIVISION 2 - EARTHWORK 1 2010-108-D-1* TOPSOIL, 4INCHES, ON SITE SY 1053.0 2 2010-108-E * EXCAVATION, CLASS 10 cY 3 SEE EST, REF, EXCAVATION, CLASS 10, WASTE CY 4 2010-108-J SUBBASE, MODIFIED, 10 INCH DEPTH SY 637.0 5 2010-108-J SUBBASE, 1 INCH ROADSTONE, 7 INCH DEPTH SY DIVISION 4 - SEWERS AND DRAINS - SANITARY 6 7 4010-108-A 4010-108-A SANITARY SEWER, TRENCHED, TRUSS, 12 INCH SANITARY SEWER, TRENCHED, TRUSS, 10 INCH LF LF 8 4010-108-E SANITARY SEWER SERVICE STUB, SDR 23.5,6 INCH LF 9 SEE EST. REF, SANITARY SEWER SERVICE, UNDERGROUND INVESTIGATION EACH DIVISION 4 - SEWERS AND DRAINS STORM 10 4020-108-A STORM SEWER, TRENCHED, RCP 2000D, 15 INCH LF 899.5 11 12 4020-108-A 4020-108-D STORM SEWER, TRENCHED, RCP 2000D, 12 INCH REMOVAL OF STORM SEWER, RCP, LESS THAN OR EQUAL TO 36 INCH LF LF 695,9 194.2 s L},S0 $ 473$.5o $ 0 ,$ b $ b is $ a o 1$ 12,1Ub $ O '$ b 13 14 4020-108-G 4040-108-D STORM SEWER ABANDONMENT, FILL AND PLUG, 10INCH PIPE SUBDRAIN OUTLET TO STRUCTURE, 6INCH LE EACH 84.0 8,0 DIVISION 5 - WATER MAINS AND APPURTANCES 15 SEE EST. REF. CONVERT WATER MANHOLE TO ROADBOX EACH 1,0 16 SEE EST. REF. WATER SERVICE, LOWER AND INSULATE EACH 9.0 DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS 17 6010.108-A MANHOLE, SW-301, 48" EACH 18 6010-108-A MANHOLE, SW-401, 48" EACH 2.0 19 20 6010-108-8 6010-108-B INTAKE, SW-501, SINGLE GRATE INTAKE, SW-512, 24", TYPE 4B CASTING EACH EACH 9.0 3.0 $ 6 $ 0 $ 0 Is D 21 6010-108-6* CONNECTION TO EXISTING MANHOLE OR INTAKE, STORM EACH 4.0 $ 55 Is 49, giZ.50 $ 514,. $ 31 5.7RI•6e $ au $ 4,Gr, ,R0__' $ 31 S `350 $ So 22 6010-108-H REMOVE MANHOLE OR INTAKE EACH 12,0 DIVISION 7 - STREETS AND RELATED WORK S IDEWALKS, SHARED USE PATHS AND DRIVEWAYS 23 7010-108-E * CURB & GUTTER, 24-INCH WIDE, 7-INCH DEPTH, PCC, C-4 LF 258.0 24 7030-108-A-1 REMOVAL OF SIDEWALK SY 7.4 25 7030-108-A-3 REMOVAL OF DRIVEWAY SY 26 7030-108-E SIDEWALK, PCC, 4 INCH, C-4 SY 27 7030-108-E SIDEWALK, PCC, 6 INCH, C-4 SY 7.4 28 7030-108-G DETECTABLE WARNINGS SF 10.0 0 $ 604 a,nar. $ sbo 0 $ 3, 150 I$ 613045 _ 1ano a•1C�nD 15b S 3,00b $ -)So $ 9,nnt> I5;7,3 $ c. $ 0 $ $ 599, Rio $ -75 $ 156 FORM OF BID CONTRACT NO. 1110 Page 3 of 5 • 29 7030-108-H-1 DRIVEWAY, PAVED, PCC, 5 INCH, C-4 SY 30 7030-108-H-1 31 7030-108-H-3 ALLEY, PAVED, PCC, 6INCH, C-4 DRIVEWAY, GRANULAR, 4 INCH SY TON 23.7 35.7 PAVEMENT REHABILITATION 32 7040-108-H * PAVEMENT REMOVAL, SEAL COAT SY 637.0 DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL 33 8030-108-A TEMPORARY TRAFFIC CONTROL LS 0.25 DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING _. 34 9010-108-B " HYDRAULIC SEEDING, SEEDING, FERTILIZING AND MULCHING - TYPE 1 SY 1053,0 35 9010.108-E * WARRANTY SY 264.0 EROSION AND SEDIMENT CONTROL 36 9040-108-Q-2 EROSION CONTROL MULCHING, HYDROMULCHING SY 1053.0 37 9040-108-T-1 " INLET PROTECTION DEVICE, INSTALLATION EACH 15.0 38 9040-108-T-2 * INLET PROTECTION DEVICE, MAINTENANCE EACH 15.0 DIVISION 11 - MISCELLANEOUS 39 11010-108-A CONSTRUCTION SURVEY LS 0.25 40 11020-108-A MOBILIZATION Ls 0.25 d 81 11-5 8.5o $ 1. S $ .�S $ i Lt o $ 30 $ 7 666 51di4 .5o $ 33o $ tdBLf , 45 $ Otrn, $ GSo TOTAL BID DIVISIQN II TAL BID DIVISI QN 1;+DI1iI5IGN II 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. 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 .S "/o of Dollars ($ ) in the form of b;,k bon ,17X is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 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 EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. FORM OF BID CONTRACT NO. 1110 Page 4 of 5 • 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 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 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. BY: Official Address: (Including Zip Code): Title Esl.4n44/0 Corporation NOIC IC Ur Ills: IA 50613 1 3 I.R.S. No. ©a056 9 o S7 FORM OF BID CONTRACT NO. 1110 Page 5 of 5 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of X A ) )ss County of fslurie -N.olc Akx. bde b { ( being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Office Represent or Agent) of V a'e 4k C sd. Corp. the Bidder that has submitted the attached Bid; 2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid: 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, lowa, 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) ES Pni r, I Title Subscribed and sworn to before me this L&1 day of Title My commission expires vi $flhIIIIIIiIi \ L'(ARIA S# 441. Bidder Status Form To be completed by all bidders Part A Please answer "Yes Yes ONo Yes ONo • Yes ONo O Yes ®No ® Yes ONo " or "No" for each of the following: 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: 3/ l / 65 to P "s 5 t n i' / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State Zip' Corporatiofl 6419 Nordic Dr. r Frills, IA 5U�7'I 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: con.5 f , r „0-7,, Signature: Date: 8/2j ;(7/ 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. © Yes ONo QYes O Yes O Yes ®No O Yes O Yes OYes O No O Yes O Yes O Yes 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 fled 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) MBEIWBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM Prime Contractor Name: Vte 43n (, AC 4-s Lorp Project: I o - 2nb5 ,Fn . Sr car, v S� Letting Date: 8 - 12 - 24 NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBENVBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBEIWBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Date: 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 MBEIWBE 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 MBENVBE 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 MBENVBE 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 MBEIWBE Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed be Subcontracted to .,edas No,ger y SI I Y c 5 81(3 Yc5 ?f 488. 85 (Form CCO-4) Rev. 06-20-02 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Vieth Construction Corporation as Principal, and Swiss Re Corporate Solutions America Insurance Corporation as Surety, are held and firmly bound unto the CITY OF WATERLOO Iowa, hereinafter called "OWNER." In the penal sum Five Percent of the Total 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 22nd day of August , 20 24 , for FY 2025 State Street Sanitary Sewer Replacement and Storm Sewer Disconnects in the City of Waterloo, Iowa; Contract No. 1110 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 13th day of August A.D. 20 24 Vieth Construction Corporation Principal By / Swiss Re Corporate Solutions America Insurance Corporation (Seal) Suret By BID BOND (Seal) A tf?rrey-in-fact Kate Fandars (Title) SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") WESTPORT INSURANCE CORPORATION ("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM McCULLOH, DIONE R. YOUNG, SETH ROOKER, JENNIFER MARINO, JOSEPH TIERNAN, KATE ZANDERS, SARA HUSTON, JOHN CORD LUKAS SCHRODER and JAMIE GIFFORD JOINTLY OR SEVERALLY Its true and lawful Altorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as arc or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the l8th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHi{k wOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating Iheryto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding, uigOlk the Cot poratipn when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." By Erik Janssens, Senior Vice President of SRCSAIC & Senior Vice President rSRCSPIC&Senior Vice President of %IC Gerald Jagrowski, Vic P widen ofSRCSAIC& Vice President of SRCSPIC & Vice President of MIC IN WITNESS WI-IEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this Znd day of State of Illinois County of Cook FEBRUARY 20 24 ss Swiss Re Corporate Solutions America Insurance Corporation Swiss Re Corporate Solutions Premier Insurance Corporation Westport Insurance Corporation On this 2nd day of FEBRUARY 20 24 before me, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski Vice President of SRCSAIC and Vice President of SRCSPIC and Vice President of WIC, personally known to me, who being by ire duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary net and deed of their respective companies. Ot1oIAL sins I CHRIS1 NA MANIg �O ittitasEig suC tE91'LeLm etl�>1IGO I, Jeffrev Goldberg the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and foregoing is a Inre and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies thisy3fgday of August , 20 24 . Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC and WIC