HomeMy WebLinkAboutLodge ConstructionLodje Cov,L5-H-vc+itoi
pop 13oX 660
saken Rvc1«/4 5-067°
C (led<
ic "iheri, 54.,
\IV c„�ef boo 5070
-- 9-04pod-
Fe vt cc
Re(ocJ t'o�
0 dej C CNIS% uc,4- o 1/k
fe0' Box 660
Shed 1 Roc,g)14 Scb 7o
JUN 26 2025 Pma0Q
18
CITY CLERIC'S OFF
ICE
(4TY OF WATERLOO
C Oki<
71c "lbew%
4\1\I c\A-ei 100 C 67 4°3
E: Jag t Pc <+ Felice Pe iocej atoll
54e
REVISED PER ADDENDUM 1 - 6/12/2025
FORM OF BID OR PROPOSAL
FY 2026 AIRPORT FENCE RELOCATION PROJECT
CONTRACT NO. 1133
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 Iowa
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 AECOM 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 2026 AIRPORT FENCE RELOCATION
PROJECT, Contract No. 1133, all in accordance with the above -listed documents and for the unit prices for work
in place for the following items and quantities:
FY 2026
AIRPORT
FENCE
RELOCATION
PROJECT
CONTRACT
NO.1133
ITEM
BID
SPEC
NO.
DESCRIPTION
UNIT
QTY
UNIT
PRICE
BID
TOTAL
PRICE
BID
1
i3ARRICADLS,
[AXIWAY
CLOSURES
RUNWAY
CLUSURLS,
AND
Ls
1
$ 9,500.00
$ 250.00
$ 9,500.00
$ 7,750.00
2
REMOVE
TAXIWAY
LIGHT
BASE
EA
31
3
REMOVE
RUNWAY
LIGHT
BASE
EA
18
$ 250.00
$ 4,500
00
4
REMOVE
REIL
BASE
EA
2
$ 300.00
$
600
00
5
REMOVE
AIRFIELD
GUIDANCE
SIGN
BASE
EA
4
$ 300.00
$ 1,200.00
6
FAA
F-162
CHAIN
BARBED
LINK
WIRE)
FENCE
REMOVAL
(10'
FABRIC
WITH
LF
10,500
$ 1.50
$ 15,750.00
7
FAA
F-162
CHAIN
BARBED
LINK
WIRE)
FENCE
(10'
FABRIC
WITH
LF
4,500
$ 32
00
$144,000
00
8
I -AA
F-162
24
FOOT
DOUBLE
SWING
VEHICLE
GATE
1
2,000.00
$ 2,000.00
8
'AA
P
620
PAVEMENT
-KING
759
$
>
—MAR
0
FAAR-6-2-0
REFLECTIVE
MEDIA
32
$
;>
SUDAS
2010-D-3
TOPSOILING,
FROM
OFF
THE
4
INCHES
SITE)
(FURNISHED
CY
1,610
$ 33.00
$ 53,130.00
SUDAS
2010E
EMBANKMENT
FROM
ON
THE
-IN
SITE)
-PLACE
(FURNISHED
CY
620
$ 8.00
$ 4,960.00
SUDAS
7040-H
PAVEMENT
REMOVAL,
ASPHALT
SY
14,460
$
6.75
$ 97,605.00
SUDAS
8030-A
ORANGE
MESH
SAFETY
FENCE,
48-INCH
LF
4,900
$ 4.00
$19,600.00
SUDAS
9010-B
HYDRAULIC
FERTILIZING
SEEDING,
AND
MULCHING,
SEEDING,
TYPE
1
AC
3.25
$ 3,200.00
$ 10,400.00
FORM OF BID
CONRACT NO. 1133
Page 1 of 3
REVISED PER ADDF.NDUNI 1 --- 6/12/2025
14
SUDAS
9040-F-1
WATTLES,
9-INCH
LF
1,820
$3.25
$ 5,915.00
15
SUDAS
9040-F-2
WATTLES,
REMOVAL
LF
1,820
$1.00
$ 1,820.00
1.6
SUDAS
11,020-A
MOBILIZATION
LS
1
$6,000.00
$
6,000.00
TOTAL
BID
$ 384,730.00
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%
) in the form of Bond
INSTRUCTIONS TO BIDDERS.
Dollars ($
, is submitted herewith in accordance with the
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.
9. The bidder has received the following Addendum or Addenda:
Addendum No. 1 Date 06/12/2025
2 06/16/2025
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.
FORM OF BID CONRACT NO. 1133
Page 2 of 3
REVISED PER ADDENDUM 1 — 6/12/2025
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.
2_ name of Bidder)
BY:
fficial Address: (Including Zip Code):
Pro, BOX eca
tijl/ RocK �A9'
I.R.S. Na �/ Sy 6 18.9-
FORM OF BID
6 1 i02 {.)—
(Date)
Title tr
500 70
CONRACT NO. 1133 Page 3 of 3
State of
County of
j
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
eti,in
)ss
, being first duly sworn, deposes and says that:
1 He is Owner Partner Offic rabr Agent) , of .Ast- CC-e.s►-}&c=f' ",
, the Bidder tha has su mitted the attached Bid;
2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent
circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid:
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or
parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or
indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the
Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such
Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or
conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other
Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or
to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the
City of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion,
conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives,
owners, employees, or parties in interest, including this affiant.
(Signed)
8s4-jwc4- r
Title
Subscribed and sworn to before me this 1 day of
My commission expires
/Ark 6> 076c,74
Title
c\IAL
0..
O
nh,ntifn
If`IIIIII�I�
ow
•
LINDA K SENN
cA COMMISSION NO. 803307
r. MY COMMISSION EXPIRES
•
, 2025.
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said
business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows:
1. The contractors, subcontractor, vendor and supplier of goods and services will not
discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin,
economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor
and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are
treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age,
mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for
employees, state that all qualified applicants will receive consideration for employment without regard to race, creed,
color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations.
3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each
labor union or representative of workers which he/she has a collective bargaining agreement or other contract or
understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this
section.
4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules,
regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions.
5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within
such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to
the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and
said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and
accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions
relative to Resolution No. 24664.
6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such
rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the
contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council.
7 The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by
reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order
unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide
in every subcontract, or purchase order that said provisions will be binding upon each contractor,
subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any
person who applies for employment with our company will not be discriminated against because of race, creed, color,
sex, national origin, economic status, age, mental or physicaLdi •is.
(Signed)
(Appropriate O�" ial)
a`- tfviCL-GtEr
(Title)
(Date)
Prime Contractor Nam:
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
/:44V-kr cA- V -
Project: F / �;?0 A it pr; 4- Vetvce, Rplae-.4rtel
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 se the bot,om portion of this form.
Contractor Signature:
Title: /$JJks4-cIr,
Date: o Z - 2s
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
MBE/WBE
Subcontractors
Quotes
Received Quotation used in bid
Dates Dates
Contacted Yes/No Contacted Yes/No
Dollar Amount Proposed to
be Subcontracted
Tleetter
1 I
0,5ety
5 eN igt e. 5-1314
610-61-6-'
r
el3) 793
f3s-ao
(Form CCO-4) Rev. 06-20-02
Revised February 2003
CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
(
(
) General Contractor
Subcontractor
I. Section A to be completed by GENERAL CONTRACTORS only:
A.
N ame of Company /odic CC- Y(-4A
1'a Ra?6oD sh.iZ ��k
Address of Company - � ` p Co /4 7 0
Telephone Number ( 3 /9 1 ,P_%G ,�� 7
Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number)
N ame of Equal Employment Officer 5*ems LE/6
N ame of Project ty don* p tcre14 Puce
Project Contract Number /133
Estimated Construction Work Dates v I cloly Se le1.:� 1 e r
Start Finish
Section B to be completed by SUBCONTRACTORS only:
B.
N ame of General or Prime Contractor
N ame of Subcontractor
Subcontractor's Address Zip
N ubcontractor's Telephone Number (
Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number)
Name of Equal Employment Officer
AFFIRMATIVE ACTION PROGRAM Page 1 of 8
A. Remainder of program to be completed by party completing program, either Prime or Subcontractor.
1. The Owners and/or Principals of your company:
Ethnic
Name Address Position Sex Origin
�e cc*� por pole- to G� he .
ni J
Rcttc7+1
COM
2. Other Areas of Interest:
If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a
parent organization, give the following information:
Type of
Name Address Affiliation Degree
;.
II. EMPLOYER'S POLICY (Please read carefully.)
A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in
employment. Any person who applies for employment with our company will not be discriminated
against because of race, color, creed, sex, national origin, economic status, age, mental or physical
handicap.
B. The employment policies and practices of the undersigned are to recruit and hire employees without
discrimination, and to treat them equally with respect to compensation and opportunities for
advancement, including training, upgrading, promotion, and transfer. However, we realize the
inequities associated with employment training, upgrading, contracting and subcontracting for
minorities and women and we will direct our efforts to correcting any deficiencies to the maximum
extent possible. The same will be required of our SUBCONTRACTORS and suppliers.
C. We submit this program to assure compliance with Executive Order 11246, as amended, and other
subsequent orders that may pertain to equal employment opportunity and merit employment policies,
fully realizing that our qualification and/or merit system should be evaluated and revised, if
necessary.
D. We agree to put
and pr
statu
E.
aximum effort to achieve full employment and utilization of capabilities
tizens without regard to race, creed, color, sex, national origin, economic
handicap.
will give training
459 C
�viu,E, IA 50619
AFFIRMATIVE ACTION PROGRAM
al residents of Waterloo, Iowa, to the greatest extent feasible.
Page 2 of 8
HI. AFFIRMATIVE ACTIO
A.
C.
D
me
will, therefore,
opportunities ar
women and
our
C.ON tT,RU'
• • VP
R}r'1..' ••a z
i.! . the
R.O. Box 459 I Cu t
1. Minority Recr
2. Local Recruit
3. Disabled Ve
4. H
5. F
6.
recognizes that the effective application of a policy of
just a policy statement, and
(Name of Company)
to our Affirmative Action Program to ensure that equal employment
e on the basis of individual merit, and to actively encourage minorities,
o seek employment with our company on this basis.
will undertake the following six (6) steps to improve
Rill, IA 50619
and Employment;
Employment;
ietnam Era Veteran Recruitment and Employment;
nd Employment;
ment; and
onal Opportunities
�Sy9 ii
(NP.O. nirm Ili 50619
ensure that, our total work force has adequate minority, female, and local representation. We will
utilize the following methods in our recruitment attempts:
will take whatever steps are necessary to
sing media (newspapers, radio, TV);
rganizations (churches, clubs, schools);
e institutions in the area (UNI, Hawkeye Community College);
9\IVA4 S`f 1 ebW1praify , L% 0619
for all job categories and will make asserted efforts to increase minority, female and group
representation in occupations at the higher levels or skill and responsibility.
will seek qualified minority, female, and local group applicants
E. All sources of employment used shall be aware that we are an Equal Employment Opportunity
Employer. Lanizations representing our employees will be notified of our Equal Employment
Opportunity d Affirmative Action Program.
F T;.'a••motion and transfer activities at all levels will be monitored to ensure that full
o qualified minority, female, and local group employees.
G. ��,,; �_,... will encourage other companies, with whom we are
a sdbYatedfand/or fir '= :` -ss,Ito do the same and we will assist them in their efforts.
�o
1 . t,L:
H. has taken the following Affirmative Action to ensure that
Page 3 of 8
minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or
bid on this project: (if none, write "NONE")
1. tihct
2. /21/Gv1
As a result of the above efforts, we have involved minority, female, and local contractors and/or
suppliers in the following areas of subcontracting: (if none, write "NONE")
1.
2.
J. will require approved Affirmative Action Programs from
K. In further acc
ame
and
L.
ose to work on this project and will take whatever steps are
contractors have adequate representation of minority, female
r'.kb'''fiHftwdrW force.
th rules and guidelines issued pursuant to Executive Order 11246 as
.,,-. • f.r our company, based on parity percentages supplied by the City,
•r. -viewed on an annual basis.
K.� . s
(NdtfteBv6Pg,npRRw 4n P Not
recruitment, employmerair�ln' nt, fcg? upgrading and promotion and will provide the City of Waterloo
with any information relative to same including activities of our SUBCONTRACTORS and suppliers
as necessary or when requested.
M Parity figures fo
P.O,
SSt#;i
Affirmative meitiniE it4t*rMe ; o.Is:
will keep records of specific actions relative to
ies located in Waterloo are as follows:
The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas
which must be met, but must be targets, reasonably attainable by means of applying every good
faith effort to make all aspects of the entire Affirmative Action Program work."
For the year 201_, please submit percentage targets for employing minorities and women. If you
already have reached your target for hiring minorities and women, please submit that percentage.
"Goals for Minorities:
Goals fot Women:
*Your affirmative action goals should be between 1% and 10% or more for minorities and 1% and
5% or more for women.
AFFIRMATIVE ACTION PROGRAM Page 4 of 8
We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to
accept all liability for failure to comply.
Respectfully submitted,
By: -S Ne (("5e
Company Executive
Date
By: S c�,L L {, s
Equal Employment
Opportunity Officer
Date
City of Waterloo Affirmative Action Officer
Approved
Disapproved Reason:
By:
Date:
AFFIRMATIVE ACTION PROGRAM Page 6 of 8
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Lodge Construction, Inc.
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 loth day of
June , 20 2025, for FY 2026 Airport Fence Relocation Project, Contract No. 1133, City of Waterloo, IA
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 4th day of June , A.D. 20 2025
Lodge Construction, Inc.
(Seal)
Witness
Witfiess
IP
BID BOND
Principal
(Title)
Swiss Re Corporate Solutions America Insurance Corporation
(Seal)
Sure
By te
Sara Hu Attorney -in -fa
,SFAIn
.
�= 1373 \ : oa
.+° ,isA', t
CO
v. °Ri .'t
ham;' F';`•p'-
Page1 of 1
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 snake, constitute and appoint:
JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, ANNE CROWNER, TIM McCULLOH
DIONE R. YOUNG, SETH ROOKER, JENNIFER MARINO, JOSEPH TIERNAN, KATE ZANDERS, SARA HUSTON, JOHN CORD, GRACE DICKINSON, 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 are 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 18th of November 2021 and WIC by written consent of its
Executive Coinmittee 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 Attomey 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."
,.. 1t�R,4,Ir,;� ,,,p,t1U� ttt,1,/,
VD tt
c4-73V'1'ORq�.,ti ♦ .gyp, r"R •.
s ,� O� q p•• tf`
Cq.11 \ tttttttt ,f%
.
7. EAI
o' '••.. Ws nvr •i•�• J
ss,• • •..5: •• \S"
fli„'tttS,Un n IHt" •`
By
David Satory, Senior Vice President of SRCSAIC & Senior Vice President
of SRCSPIC & Senior Vice President of 1VIC
By " v
Gerald Jagrowsld, Vice President ofSRCSAIC& 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
tip. F •
o, %EAL
•n
V•
1.0 a
a'
.�
/ v
•. eget .e sso
tnfuu a uaa%
this 11TH day of DECEMBER 20_ 24
State of Illinois
County of Cook
Swiss Re Corporate Solutions America Insurance Corporation
Swiss Re Corporate Solutions Premier Insurance Corporation
Westport Insurance Corporation
On this 11TH day of DECEMBER , 20 24 , before me, a Notary Public personally appeared David Satory , 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.
Karen \> mcda, Notary
I, Jeffrey 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 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 WHEREOF, I have set my hand and affixed the seals of the Companies this 4th day of June , 20 25 .
Jeffrey Goldberg, Senior Vice President &
Assistant Secretary of SRCSAIC and
SRCSPIC and WIC