Loading...
HomeMy WebLinkAboutAspro, Inc.ASPRO INC PO BOX 2620 WATERLOO, IA RE: RUNWAY 18-36 REHABILITATION WITHIN RUNWAY 12-30 SAFETY AREA, FAA PROJECT NO. 3-19-0094-0XX-2025 CITY CLERK 715 MULBERRY ST WATERLOO, IA 50703 BID SECURITY PROPOSAL FORM FOR RUNWAY 18-36 REHABILITATION WITHIN RUNWAY 12-30 SAFETY AREA FAA #3-19-0094-0XX-2025 AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of IOWA , a Partnership consisting ofthe following partners: N / A , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost ofthe 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 Runway 18-36 Rehabilitation within Runway 12-30 Safety Area, FAA #3-19-0094- OXX -2025, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: 2. The extent of the work involved is as follows: • • . . Rehabilitation of Runway 18/36 and Runway 12-30 intersection with 4-1/2 -inch mill and overlay of the pavement within the Runway Safety Areas. Grooving of the new runway pavement. Pavement marking for the new pavement. Restoration along the edge of the new pavement. 3. The undersigned, in compliance with your Invitation for Bids dated APRIL 17 , 202 hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos. 1 and to furnish all materials, tools, labor and all appliances and appurtenances necessary for the said work at the following rates and pi ices: FAA AIP #3-19-0094-0XX-2025 P-1 Waterloo Regional Airport AECOM Project #60747512 Runway 18-36 Rehab within RSA ITEMIZED PROPOSAL WATERLOO REGIONAL AIRPORT WATERLOO, IOWA PROJECT: RUNWAY 18-36 REHABILITATION WITHIN RUNWAY 12-30 SAFETY AREA FAA #3-19-0094-0XX-2025 ITEM NO. SPEC. NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE BID TOTAL PRICE BID BASE BID 1 C-105 MOBILIZATION DEMOBILIZATION AND LS 1 $ $ 2 GP 50-06 CONSTRUCTION SURVEY LS 1 $ $ 3 C-105 BARRICADES LS 1 $ $ 4 P-101 JOINT AND CRACK REPAIR SYD 450 $ $ 5 P-101 COLD PROFILE MILLING SYD 24,700 $ $ 6 P-101 SAMI MEMBRANE SYD 1,200 $ $ 7 P-401 ASPHALT BASE COURSE TONS 4,055 $ $ 8 P-401 ASPHALT SURFACE COURSE TONS 3,245 $ $ 9 P-603 EMULSIFIED ASPHALT TACK COAT GAL 4,450 $ $ 10 P-605 CRACK SEALING FILLER LFT 7,500 $ $ 11 P-620 PAVEMENT MARKING SF 26,000 $ $ 12 P-620 REFLECTIVE MEDIA LBS 650 $ $ 13 P-621 GROOVING SYD 21,500 $ $ 14 T-901 SEEDING AC 0.75 $ $ 15 T-905 TOPSOILING OFF THE SITE) (FURNISHED FROM CY 150 $ $ 16 T-908 MULCHING, HYDRO -APPLIED AC 0.75 $ $ TOTAL BASE BID $1,651,832.50 4. The undersigned understands that the above quantities of work to be done are approximate only and are intended principally to serve as a guide in evaluating the bids. All quantities are subject to increase or decrease and ate to be performed at the unit prices stipulated herein. 5. It is understood that the schedule of minimum wage rates, as established by the Secretary of Labor and included in the Specifications, are to govern on this project, and the undersigned certifies that he has examined this schedule of wage rates and that the prices bid are based on such established wage rates. 6. The bidder shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract eight and four tenths (8.4) percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). Individuals who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian -Pacific Americans, and Asian - Indian Americans. The apparent successful competitor will be required to submit information concerning the DBE's that will participate in the contract. The information will include the name and address of each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract. If the bidder FAA AIP #3-19-0094-0XX-2025 P-2 Waterloo Regional Airport AECOM Project #60747512 Runway 18-36 Rehab within RSA Runway 18-36 Rehabilitation Within Runway 12-30 Safety Area Waterloo Regional Airport FAA# 3-19-0094-OXX-2025 April 17, 2025 NUMBER ITEM DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL 1 MOBILIZATION AND DEMOBILIZATION LS 1.00 $165,000.00 $165,000.00 2 CONSTRUCTION SURVEY LS 1.00 $35,000.00 $35,000.00 3 BARRICADES LS 1.00 $34,900.00 $34,900.00 4 JOINT AND CRACK REPAIR SYD 450.00 $53.00 $23,850.00 5 COLD PROFILE MILLING SYD 24700.00 $8.95 $221,065.00 6 SAMI MEMBRANE SYD 1200.00 $25.50 $30,600.00 7 ASPHALT BASE COURSE TONS 4055.00 $128.50 $521,067.50 8 ASPHALT SURFACE COURSE TONS 3245.00 $130.00 $421,850.00 9 EMULSIFIED ASPHALT TACK COAT GAL 4450.00 $6.00 $26,700.00 10 CRACK SEALING FILLER LFT 7500.00 $2.10 $15,750.00 11 PAVEMENT MARKING SF 26000.00 $3.00 $78,000.00 12 REFLECTIVE MEDIA LBS 650.00 $1.00 $650.00 13 GROOVING SYD 21500.00 $2.85 $61,275.00 14 SEEDING AC 0.75 $1,750.00 $1,312.50 15 TOPSOILING (FURNISHED FROM OFFSITE) CY 150.00 $83.00 $12,450.00 16 MULCHING, HYDRO -APPLIED AC 0.75 $3,150.00 $2,362.50 TOTAL BID ASPRO, INA. /3, 3613 Texas St.; PO Box 2620 Waterloo, Iowa 50704 42-1011-512 VICE-PRESIDENT $1,651,832.50 April 17, 2025 fails to achieve the contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. In the event that the apparent successful competitor for this solicitation qualified as a DBE, the contract goal shall be deemed to have been met. A bid that fails to meet these requirements will be considered nonresponsive. 7. The undersigned certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The undersigned certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perfoz m their services at any location, under his control, where segregated facilities are maintained. The undersigned agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment at eas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, oz national origin, because of habit, local custom, or any other reason. The undersigned agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subconti acts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files. 8. The undersigned agrees, upon written notice of the acceptance of this bid, within ninety (90) days after the opening of the bids, that he will execute the Contract in accordance with the bid as accepted and give Contract (Performance and Payment) bond on attached fonns within fifteen (15) days after the prescribed forms are presented for signature. 9. The undersigned understands, award of contract is contingent upon receipt of project funding from the Federal Aviation Administration. If funding is not received, bid bonds will be returned to all bidders and the project will be postponed. 10. The undersigned further agrees that if awarded the Contract, he will commence the work within ten (10) calendar days after the receipt of a "Notice to Proceed" and that he will substantially complete all work according to the terms of the entire contract within sixty (60) calendar days from the date established in the Notice to Proceed. Failure to complete within the allotted time will result in assessment of liquidated damages in the amount of $500.00 per calendar day for each day in excess of the authorized contract time. In addition, the Runway 18-36 and Runway 12-30 closure for Phase 1 work shall be limited to ten (10) calendar days. Failure to complete Phase 1 work and re -open Runway 18-36 and Runway 12-30 to traffic within the allotted time will result in assessment of liquidated damages in the amount of $500 per calendar day for one (1) to four (4) calendar days, $5,000 per calendar day for five (5) to nine (9) calendar days and $10,000 per calendar day fot ten (10) or more calendar days allotted in the contract. 11. The undersigned agrees that within 30 days after award of this contract, the Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months proceeding the date of award. This report is required if the Contractor/Subcontractor meets all of the following conditions: a. Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5. b. Has 50 or more employees. c. Is a prime contractor or first tier subcontractor. d. There is a contract, subcontract, or purchase order amounting to $50,000 or more. FAA AIP #3-19-0094-0XX-2025 P-3 Waterloo Regional Airport AECOM Project #60747512 Runway 18-36 Rehab within RSA 12. Trade Restriction Certification By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror — 1. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3. has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor: 1. who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or 2. whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list, or 3. who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FM. 13. Certification of Offeror/Bidder Regarding Debarment By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. FAA AIP #3-19-0094-0XX-2025 P-4 Waterloo Regional Airport AECOM Project #60747512 Runway 18-36 Rehab within RSA Certification of Lower Tier Contractors Regarding Debarment: (2 CFR Part 180, Part 200 & Part 1200) The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must confirm each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally -assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov. 2. Collecting a certification statement similar to the Certification of Offeror /Bidder Regarding Debarment, above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non -compliant participant. 15. As an evidence of good faith in submitting this Proposal, the undersigned encloses bid security in the amount of five (5) percent of the bid which, in case he refuses or fails to accept an award and to enter into a Contract and file the required bonds within the prescribed time, shall be forfeited to the Waterloo Regional Airport as liquidated damages. 16. Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions The applicant must complete the following two certification statements. The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (7) in the space following the applicable response. The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications 1. The applicant represents that it is ( ) is not (X ) a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2. The applicant represents that it is ( ) is not ( X) a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to receive an award unless the Sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. Code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 USC § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. FAA AIP #3-19-0094-0XX-2025 P-5 Waterloo Regional Airport AECOM Project #60747512 Runway 18-36 Rehab within RSA 17. Certification Regarding Domestic Preferences for Procurements The Bidder or Offeror certifies by signing and submitting this bid or proposal that, to the greatest extent practicable, the Bidder or Offeror has provided a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including, but not limited to, iron, aluminum, steel, cement, and other manufactured products) in compliance with 2 CFR § 200.322. 18. The undersigned hereby declares that the only parties interested in this Proposal are named herein, that this Proposal is made without collusion with any other person, firm or col poration, that no member of the Council, Waterloo Regional Airport or agent of the City of Waterloo, Iowa, is directly or indirectly financially interested in this bid. 19. In submitting this bid, it is understood that the right to reject any and all bids has been reserved and that this bid may not be withdrawn for a period of ninety (90) days from the opening thereof. 20. Certification Regarding Lobbying The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not Tess than $10,000 and not more than $100,000 for each such failure. 21. FAA Buy American Preference The Contractor certifies that its bid/offer is in compliance with 49 USC § 50101, BABA and other related Made in America Laws, U.S. statutes, guidance, and FM policies, which provide that Federal funds may not be obligated unless all iron, steel and manufactured goods used in AIP funded projects are produced in the United States, unless the Federal Aviation Administration has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FM Nationwide Buy American Waivers Issued list. The bidder or offeror must complete and submit the certification of compliance with FAA's Buy American Preference, BABA and Made in America laws included herein with their bid or offer. The Airport Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed certification of compliance with FAA's Buy American Preference and BABA. The bidder or offeror certifies that all constructions materials, defined to mean an article, material, or supply other than an item of primarily iron or steel; a manufactured product, cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or consist primarily of: non-ferrous metals; plastic and polymer -based products (including polyvinylchloride, composite FAA AIP #3-19-0094-0XX-2025 P-6 Waterloo Regional Airport AECOM Project #60747512 Runway 18-36 Rehab within RSA building materials, and polymers used in fiber optic cables); glass (including optic glass); lumber; or drywall used in the project are manufactured in the U.S. 22. Attachment to This Bid. The following documents are attached to and made a part of this Bid: a. Bid Guaranty in the form of BID BOND b. Non -Collusion Affidavit of Prime Bidder. c. Statement of Intent — Non -Discrimination and Equal Opportunity Statement. d. Buy American Certification Statement. e. Bidder's Information Sheet. f. Synopsis of Experience Record. (IDOT Certification may be substituted.) g. Completed DBE forms "Utilization Statement" and "Letter of Intent." 23. The Bidder shall indicate whether the bid is submitted by a/an: ❑ Individual, Sole Proprietorship ❑ Partnei ship Eli Corporation ❑ Joint -venture: all parties must join -in and execute all documents ❑ Other Respectfully submitted, By Signature VICE PRESIDENT Title 3613 TEXAS ST.,PO BOX 2620 Address WATERLOO, IOWA 50704 (Include Zip Code) 319-232-6537 Telephone No. FAA AIP #3-19-0094-0XX-2025 P-7 Waterloo Regional Airport AECOM Project #60747512 Runway 18-36 Rehab within RSA BID BOND KNOW ALL MEN BY THESE PRESENTS, that we as Principal, and as Surety are held and firmly bound unto the Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa, hereinafter call "Owner", in the penal sum of Dollars ($ ) 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 20_1 for Runway 18-36 Rehabilitation within Runway 12-30 Safety Area at the Waterloo Regional Airport, Waterloo, Iowa, TAA #3-19-0094-0XX-2025. 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 arnount 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 corpoi ate seals to be hereto affixed and these presents to be signed by their proper officers this day of , 20. Witness Witness Principal By (Title) (Seal) Surety By (Attorney -In -Fact) (Seal) FAA AIP #3-19-0094-0XX-2025 P-8 Waterloo Regional Airport AECOM Project #60747512 Runway 18-36 Rehab within RSA NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA County of BLACK HAWK BRAD BLOUGH (1) He is ASPRO, INC. )ss , being first duly sworn, deposes and says that: (Owner, Partner, Officer, ive, orb) of , 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 of 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) Title VICE PRESIDENT Subscribed and sworn to before me this t• , day of Nyr • \ , 20 �S • Title 0\,.,.,o`g.atr My Commission Expires ` , 20n IOWA CHRISTY JOHNSON COMMISSION NO. 764029 MY COMMISSION EXPIRES JULY 29, 2025 FAA AIP #3-19-0094-0XX-2025 P-9 Waterloo Regional Airport AECOM Project #60747512 Runway 18-36 Rehab within RSA State of NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) County of ) )ss ) , being first duly sworn, deposes and says that: (1) He is (Owner, Partner, Officer, Representative, or Agent) of , the Bidder that has submitted the attached Bid: (2) He is folly 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 pasties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly of 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. Subscribed and sworn to before me this (Signed) Title day of , 20. Title My Commission Expires , 20. FAA AIP #3-19-0094-0XX-2025 P-10 Waterloo Regional Airport AECOM Project #60747512 Runway 18-36 Rehab within RSA STATEMENT OF INTENT NONDISCRIMINATION AND EQUAL OPPORTUNITY STATEMENT The Contractor does hereby certify to the Waterloo Regional Airport, that no person shall, in any way, be favored or discriminated against because of his race, political or religious opinions and affiliations, national origins, sex, age, sexual orientation, gender identity, disability, color, creed, marital status, employee union or association membership or office herein. If selected as the successful bidder, this contractor hereby agrees to file either a nondiscrimination and equal opportunity statement and/or an Affirmative Action Program. Improvements to the Waterloo Regional Airport consisting of Runway 18-36 Rehabilitation within Runway 12-30 Safety Area FAA #3-19-0094-0X1X-2025 ASPRO,INC. COMPANY BRAD BLOUGH EXECUTIVE OFFICER BRAD BLOUGH AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER 3613 TEXAS ST., PO BOX 2620 WATERLOO, IA 50704 PHONE NUMBER 319- 2 3 2- 6 5 3 7 FAA AIP #3-19-0094-0XX-2025 P-11 Waterloo Regional Airport AECOM Project #60747512 Runway 18-36 Rehab within RSA BIDDER'S INFORMATION SHEET A. BIDDER'S CAPACITY: (Check One) 1. Individual ❑ 2. Co -Partnership ❑ 3. Corporation B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING) State of Names and Addresses of Partners 1. 2. 3. 4. 5. C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING) State of Incorporation IOWA Names and Addresses of Officers: President WILLIE CALDERWOOD 5753 28TH AVE. DR. VINTON, IA 52349 Secretary BRAD BLOUGH 500 E. STATE ST. DIKE, IA 50624 Treasurer TIM MANATT 1717 WHISPERING PINES CIR. CEDAR FALLS, IA 50643 FAA AIP #3-19-0094-0XX-2025 P-12 Waterloo Regional Airport AECOM Project #60747512 Runway 18-36 Rehab within RSA Name of Bidder Business Address SYNOPSIS OF EXPERIENCE RECORD (This synopsis must accompany Proposal Form.) ASPRO, INC. 3613 TEXAS ST.,PO BOX 2620 WATERLOO, IA 50704 Individual ( ) Partnership ( ) Corporation k) (Check One.) Construction successfully completed within past five years similar in size, scope, and difficulty of construction to the work bid upon. Name of Owner Name of Location of Amount of Project Project Contract 1CITY OF WATERLOO 2024 ASPHALT OVERLAY WATERLOO 3,819,933.40 2CITY OF CEDAR FALLS 2024 STREET REST. CEDAR FALLS 1,023,036.30 3BLACK HAWK COUNTY HMA RESURFACING BLACK HAWK CO. 1,517,322.09 4IOWA DOT HMA RESURFACING BLACK HAWK CO. 1,497,449.08 5IOWA DOT HWY 58 BLACK HAWK CO. 6,437,203.58 Number of Contract Days Actual Number of Days to Allowed for Above Projects Complete above Project 1 120 2 120 3 70 4 35 5 220 (Signed) 441) 115 92 46 33 165 ASPRO, INC. Name of Company (By) BRAD BLOUGH (TITLE) VICE PRESIDENT Date APRIL 17,2025 FAA AIP #3-19-0094-0XX-2025 P-13 Waterloo Regional Airport AECOM Project /160747512 Runway 18-36 Rehab within RSA Signature UTILIZATION STATEMENT Disadvantage Business Enterprise The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please mark the appropriate box) O The bidder/offeror is committed to a minimum of 8.4% DBE utilization on this contract. 6 The bidder/offeror, while unable to meet the DBE goal of 8.4 %, hereby commits to a minimum of 5.3 % DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith efforts (GFE). The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm(s) listed herein have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right Staff of the Federal Aviation Administration. ASPRO, INC. Bidder's/ fferor's i ge inoi APRIL 17, 2025 Date DBE UTILIZATION SUMMARY Contract Amount DBE Amount Contract Percentage DBE Prime Contractor $ x 1.00 = $ DBE Subcontractor $ 1, 651, 832.50 x 1.00 = $ 87 ,150.00 DBE Supplier $ x 0.60 = $ DBE Manufacturer $ x 1.00 = $ Total Amount DBE DBE Goal $ 5.3 % % Note: If the total proposed DBE participation is less than the established DBE goal, Bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. FAA AIP #3-19-0094-0XX-2025 AECOM Project #60747512 P-14 Waterloo Regional Airport Runway 18-36 Rehab within RSA LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) Bidder/Offer Name: ASPRO, INC. Address: 3613 TEXAS ST. , PO BOX 2620 City: WATERLOO State: IOWA Zip: 50704 DBE Firm: DBE Firm: ADVANCED TRAFFIC CONTROL DBE Contact Person: Address: 98 W. CEMETERY RD. City: FAIRFAX Name: JAKE DEEDS State: IOWA Zip: 52228 Phone: (319) 929-4511 DBE Certifying Agency: IOWA DOT Expiration Date: 12 / 2 5 Each DBE Firm shall submit evidence (such as a photocopy) of their certification status. Classification: Prime Contractor Manufacturer X Subcontractor Supplier Joint Venture to Work be performed DBE item(s) by Description of Work Item Quantity Total 1 MOBILIZATION 1 8,500.00 11 PAVEMENT MARKING 2600 78,000.00 12 REFLECTIVE MEDIA 650 650.00 The bidder/offeror is committed to utilizing the above -named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount: $ 87,150.00 Percent of total contract: 5.3 % AFFIRMATION: The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: Note: In the event the bidder/offer or does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. FAA AIP 113-19-0094-0XX-2025 AECOM Project #60747512 P-15 Waterloo Regional Airport Runway 18-36 Rehab within RSA CERTIFICATION OF COMPLIANCE WITH FAA BUY AMERICAN PREFERENCE - CONSTRUCTION PROJECTS As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with its proposal. The bidder or offeror must indicate how it intends to comply with 49 USC § 50101, BABA and other related Made in America Laws, U.S. statutes, guidance, and FAA policies, by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (Le., not both) by inserting a checkmark (/) or the letter "X". in Bidder or offeror hereby certifies that it will comply with 49 USC § 50101, BABA and other related U.S. statutes, guidance, and policies of the FAA by: a) Only installing iron, steel and manufactured products produced in the United States; b) Only installing construction materials defined as: an article, material, or supply — other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or consist primarily of non-ferrous metals; plastic and polymer -based products (including polyvinylchloride, composite building materials, and polymers used in fiber optic cables); glass (including optic glass); lumber or drywall that have been manufactured in the United States. c) Installing manufactured products for which the Federal Aviation Administration (FAA) has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or d) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: a) To provide to the Airport Sponsor or the FAA evidence that documents the source and origin of the iron, steel, and/or manufactured product. b) To faithfully comply with providing U.S. domestic products. c) To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FM determines justified. d) Certify that all construction materials used in the project are manufactured in the U.S. ■ The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American Preferences of 49 USC § 50101(a) but may qualify for a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees. a) To the submit to the Airport Sponsor or FAA within 15 calendar days of being selected as the responsive bidder, a formal waiver request and required documentation that supports the type of waiver being requested. b) That failure to submit the required documentation within the specified timeframe is cause for a non- responsive determination that may result in rejection of the proposal. c) To faithfully comply with providing U.S. domestic products at or above the approved U.S. domestic content percentage as approved by the FM. d) To furnish U.S. domestic product for any waiver request that the FAA rejects. e) To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FM determines justified. Required Documentation Type 2 Waiver (Nonavailability) - The iron, steel, manufactured goods or construction materials or manufactured goods are not available in sufficient quantity or quality in the United States. The required documentation for the Nonavailability waiver is a) Completed Content Percentage Worksheet and Final Assembly Questionnaire b) Record of thorough market research, consideration where appropriate of qualifying alternate items, products, or materials including; FAA AIP #3-19-0094-0XX-2025 P-16 Waterloo Regional Airport AECOM Project 1160747512 Runway 18-36 Rehab within RSA c) A description of the market research activities and methods used to identify domestically manufactured items capable of satisfying the requirement, including the timing of the research and conclusions reached on the availability of sources. Type 3 Waiver — The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components and subcomponents of the "facility/project." The required documentation for a Type 3 waiver is: a) Completed Content Percentage Worksheet and Final Assembly Questionnaire including; b) Listing of all manufactured products that are not comprised of 100 percent U.S. domestic content (excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non - domestic products in their entirety). c) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly and installation at project location. d) Percentage of non -domestic component and subcomponent cost as compared to total "facility" component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location. Type 4 Waiver (Unreasonable Costs) - Applying this provision for iron, steel, manufactured goods or construction materials would increase the cost of the overall project by more than 25 percent. The required documentation for this waiver is: a) A completed Content Percentage Worksheet and Final Assembly Questionnaire from b) At minimum two comparable equal bids and/or offers; c) Receipt or record that demonstrates that supplier scouting called for in Executive Order 14005, indicates that no domestic source exists for the project and/or component, d) Completed waiver applications for each comparable bid and/or offer. False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious, or fraudulent certification may render the maker subject 4 to prosecution under Title 18, United States Code. APRIL 17, 2025 Date Signature ASPRO, INC. VICE PRESIDENT Company Name Title FAA AIP #3-19-0094-0XX-2025 P-17 Waterloo Regional Airport AECOM Project 460747512 Runway 18-36 Rehab within RSA Buy America Waiver Request Title 49 U.S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program (Revised 4/19/2010) Instructions for Permissible Waivers Section 50101(b)(1) Waiver: The bidder may not request a waiver based upon the best interests of the public. The FAA Office of Airports publishes such waivers at: http://www.faa.gov/airports/aip/procurement/federal contract_provisions/media/buy_american waiver.xls Section 50101(b)(2) Waiver: The bidder may not request a waiver based upon insufficient supply of U.S. manufactured. The FAA Office of Airports publishes such waivers at: http:// ww.faa.gov/airports/aip/procurement/federal contract_provisions/media/buy_american waiver.xls Section 50101(h)(3) Waiver: The bidder may request a waiver if 60% or more of the components are produced in the United States and final assembly occurs in the U.S. Bidder is hereby advised that the Owner's approval with the bidder's waiver request is contingent upon FAA approval. 1. "Equipment" in Section 50101 shall mean the following: a) Individual type "L" items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345-53. b) Individual bid items as established within FAA Advisory Circular 150/5370-10. The bid item application may not be applied for the type "L" items listed in AC 150/5345-53. c) A waiver request may only address one specific equipment item. Submit separate requests for each equipment item for which a waiver. d) Items listed under the Nationwide Waiver do not require further review. Please refer to the following webpage: http://www.faa.gov/airports/aip/procure►nent/federal contract_provisions/media/buy_american waiver.xls 2. The bidder must base the U.S. percentage upon the value that results from completing a component cost calculation table similar to the attached format. Bidder shall avoid mere pro forma efforts to establish the waiver request percentage. The Bidder must submit the component cost calculation table as an attachment to the waiver request. 3. Components/subcomponents are the material and products composing the "equipment". 4. The final assembly of the AIP-funded "equipment" must be within the USA (Section 50101(b)(3)(B)). Final assembly is the substantial transformation of the components and subcomponents into the end product. 5. All steel used in the "Equipment" must be produced in the United States. 6. The Buy American requirements apply to all tier contractors and subcontractors. All contractors/subcontractors are required to provide appropriate documentation that indicates origin of manufacturer and percentage of domestic made product. 7. The bidder is hereby advised there is no implied or expressed guarantee that a requested waiver will be issued by the Federal Aviation Administration (FAA). Less than 60% USA component/subcomponent proposed for this facility CANNOT be waived. Products made with foreign steel are not eligible for a waiver. 8. North America Free Trade Act (NAFTA): Free Trade Agreements such as NAFTA do not apply to the AIP. Products and material made in Canada or Mexico must be considered as foreign made products. 9. Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http://www. faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american_waiver.xis. Bidder however shall submit a listing of any equipment it proposes to install on the project that is included on the National Buy American conformance list. Instructions for Section 50101(b)(4) Waiver: 1. The bidder may request a waiver if application of Buy America preferences results in a 25% cost increase in the overall project. This waiver is rarely applicable. Consult the Owner before making this request. FAA AIP #3-19-0094-0XX-2025 AECOM Project #60747512 P-18 Waterloo Regional Airport Runway 18-36 Rehab within RSA z 0 Z 0 1 0 NFORMATION ACT NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE FREEDOM OF Buy American Product Content Percentage Worksheet Company Name: Point of Contact: W 0 LL 0 0 1 so Q) < FAA Eligible Item: • 0 .. U Q 0. to A 0 u. wet 0 N 0) c 0, 'C 0 v (0 0 N 0 0 1 CD c 0 0 0 (0 Address of Final Assembly Location: 00 t-- O cu 1.12 a. 0 a) U a) aid U co ico o 0. ao 0 sc .%. 2 o o -• G o a c U v ty 0 "J 2cv oo 1.2 2,„, a N (A r 1` -U th tal 'Cf C � ores E 8 a) T 2 try MU g C 0) E z a) (o ai 0 c ro V U .D 8 n 0) .0 .c O co D n) c 0 .o cu E N a 0 O 0) CC c 0 0 sa ate) c N o 0 e 2�" N X e c 0 a cv c au a') -J 1- CD o. 0 0 f0 a-i w 0 Q O. c w sso Q J m 0 w to 0 0 �w N 0 0 L c 13 LI we a. "- a IMP 0 .U1 oz 0 0 a D its as Item Description L 1= 0 z FAA Form 5100-136 (8/20) SUPERSEDES PREVIOUS EDITION 0 ) -4 c 0 till � 0 U O �/� r-.v en c) cd oo 0 4 Z O a 0 w w 0 0 0 w w a u. w 1 I IL .-1 O I Z z wo 0a w� 0x Uw �w cn Z w D 0 0 0 0 0 1-- cn h w 0 2 z 0 0 cn 0 a cn cn 0 w w a a N co Q T 0 u. lL 0 Q 0 on 0 0 e> r‘i O in 4t t Q\ 0 O '0 O p i M 3t0 < Li-+ < OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 6/30/2023 J 1- w 0 ris 0 U i NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE FREEDOM OF INFORMATION ACT a) G) a W q) 0 o C U '` L w E 0 0 coo a .O t._ L 444 talft rtft 0 L ) 0 0 Date: 09/16/2020 Airport Sponsor. Sample Airport Authority cost $ 1,523,900.00 ea M Q) L+ E i5 ie 0 0 it) U.S. Content Non-U.S. Content 95.00 % Airport Worksite: Sample Municipal Airport Worksite LOCID: SMP Project Description: Reconstruct Runway 18/36 0. 2 en cu c+0 0 .65 cn 0) 1 V L co T d 4.4 L a 0 0 0o o f 0 0 0 0 (xi $0.00 0 0 CA 0 0 CA 0 0 0 o VI 0 0 CO 0 0 0 co 0 O 0 to V) 0 O 0 tOf) fit 0 O at to 0 0 0 N Eft 00. E 00 EA 0 0 0 N c9 0 0 O) 4 r in -Materials Pavement items �T Pavement Item Component Pavement Item Subcomponent Painting and Marking Component IPainting and Marking Component II Electrical and Lighting Electrical and Lighting Subcomponent Electrical and Lighting Subcomponent SUBTOTAL V- 3 2 r N;:r I' t- 7 i 2 cV CO N U) tD 0 0 0 0 rn N tl) o 0 O 0 J W 2 -J ta- 0 U.S. Content: 0 0 Ls) d) Non-U.S. Content: 0 Q) 0) 0 a FAA Form 5100-143 (6120) FAA 43-19-0094-0 AECOM Project -460747512 OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 5/30/2023 - CONFIDENTIAL - Federal Aviation Administration 0 NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE FREEDOM OF INFORMATION ACT Airport Sponsor. Total material cost: 0 0 U.S. Content: Non-U.S. Content: Airport Worksite: Worksite LOCO: Project Description: Structure List {Bill of Materials} co 2 0 EL C 0 IL 0 u. -- vi is z L 1 0 ' I. 7 I pw 0 a• rn ;o c - tn O W CJ D cJ tV N M r!' to (0 N. to rn c' 04 0 Q) 0) d. FAA Form 5100-143 (8/20) A 0 a, D 0 U. J I SUBTOTAL; N M 14 to 18 70- �— T r r r TOTAL MATERIAL COST: U.S. Content: O Non-U.S. Content: N O Cr) t0 a FAA Form 5100-143 (8/20) o 0 bo rao e> oN. o U cn co4671 cd on N Buy America Conformance Listing Title 49 U.S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program • Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http:/,ivwwfaa.gov/airports/arp/procuremendfederal contraccprovisions media/brnv american wrairerxls • Bidder shall submit a listing of equipment it proposes to install on the project that is included on the current National Buy American conformance list. Equipment Type Name of Manufacturer Product Number Certification Signature: Bidder hereby certifies that the above listed equipment, which we propose for installation on the subject project, are on the current National Buy America Conformance List as established at: http:I/www.faa.gov/airports/aip/procurement/federal contract jrovisions/media/buy american waiver.xls I hereby certify the above information is accurate and complete. Bidder's Firm Name Date Signature FAA #3-19-0094-0XX-2025 P-24 Waterloo Regional Airport AECOM Project #60747512 Runway 18-36 Rehab within RSA BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Aspro, Inc. as Principal, and Swiss Re Corporate Solutions America Insurance Corporation as Surety are held and firmly bound unto the Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa, hereinafter call "Owner", in the penal sum of Five Percent of the Total Amount Bid (5%) 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 April 17 ,20 25 for Runway 18-36 Rehabilitation within Runway 12-30 Safety Area at the Waterloo Regional Airport, Waterloo, Iowa, FAA #3-19-0094-0XX-2025. 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 perfoi mance 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 corpoi ate seals to be hereto affixed and these presents to be signed by their proper officers this 18th day of March , 20 25 • Principal By (Title) Pit 1402i tw (Seal) v_viss Re Corporate Solutions America Insurance rporation Su ney-In-Fact) Jamie ifford (Seal) FAA AIP #3-19-0094-0XX-2025 AECOM Project #60747512 P-8 Waterloo Regional Airport Runway 18-36 Rehab within RSA ;a�• SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") \VESTPORT INSURANCE CORPORATION ("\VIC") 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 Attorney(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 (8125,000,000.00) 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 18th 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 FURTHER RESOLVED, 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 thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding noon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." `%,_NS PRE,1711,, 14 V SEAL =P_ wV •• Stee:P By Erik Janssens, Senior Vice President of SRCSAIC & Senior Vice President of SRCSPIC & Senior Vice President of WIC By " U Gerald Jagrowski, Vice President of SRCSAIC & Vice President of SRCSPIC & Vice President of WIC IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 2nd day of FEBRUARY 20 24 State of Illinois County of Cook 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 SPCSPIC and Vice President of WIC, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. liclObtato I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and \VIC, do hereby certify that the above and foregoing is a true 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 WI-IEREOF, I have set my hand and affixed the seals of the Companies this 18thday of March , 20 25 . • Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC and WIC