Loading...
HomeMy WebLinkAboutBoomerang Corp Anamosa IASecurity For: F.Y. 2026 Broadway Street Reconstruction Project Contract No. 1144 To: City Clerk/Auditor, City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Letting: March 5, 2026 1:00 PM ND ND cLn � r#r° Z+ 7S cri 1 ry 77 ca m Boomerang Corp 13225 Circle Dr. Suite A P.O. Box 227 Anamosa, Iowa 52205 0 LU f � LL f i V Ln w cn C4 UJ Proposal For: F.Y. 2026 Broadway Street �S1 Reconstruction Project Contract No. 1144 To: City Clerk/Auditor, City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Letting: March 5, 2026 1:00 PM FORM OF BID OR PROPOSAL F.Y. 2026 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO. 1144 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: The undersigned, being a Corporation existing undhe laws of the State of a Partnership consisting of the following partners: K% , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2026 BROADWAY STREET RECONSTRUCTION PROJECT, Contract No. 1144, 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 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT N0.1144 ROADWAY CONSTRUCTION SU DAS BID SPECIFICATION DESCRIPTION UNIT BROADWAY UNIT BID TOTAL BID PRICE ITEM * SEE ST CITY PRICE SUPPLEMENTAL DIVISION 1 - GENERAL PROVISIONS AND COVENANTS 1 1070-302 RAILROAD INSURANCE, CN LS 1.0 RAILROAD 2 SEE EST, REF, RAILROAD FLAGGING, CN EACH 2O.0 I, 000 00 ��� RAILROAD / DAY $ $ Q00 •U6 SUBTOTAL GENERAL PROVISIONS AND COVENANTS = $ as Z5 O , 0 DIVISION 2 - EARTHWORK 3 2010-108-D-1 * TOPSOIL, 4 INCHES, ON SITE SY 13,768.0 $ 0O $ % & U , 4 2010-108-D-3 * TOPSOIL, 6 INCHES, OFF SITE SY 3,749.0 $ OQ $ 33 J41, 0 , 5 2010-108-E * EXCAVATION, CLASS 10, CY 25.0 ROADWAY AND BORROW $ 3V 6 SEE EST, REF. EXCAVATION, CLASS 10, WASTE CY 6,325.0 $ /0, $ 1A O a fS6 On 7 2010-1084 * EXCAVATION, CLASS 10, BELOW CY GRADE 952.0 $ $,Q $ 31po IIto . D 8 2010408-G * SUBGRADE PREPARATION SY 44,874.0 $ $atQ Jay. FORM OF BID CONRACT N0, 1144 Page 1 of 6 9 2010-108-J * SUBBASE, MODIFIED, 10-INCH SY 44,874.0 GRANULAR SHOULDER, TYPE B, 4 10 IADOT 2121 INCH DEPTH SY 13,382.0 $5,00 SLolO 91 ,OU SUBTOTAL EARTHWORK = $ 66LI, tpa D DIVISION 4 - SEWERS AND DRAINS PIPE CULVERTS 11 4030-108-B PIPE APRON, RCP, 18-INCH EACH 2.0 $.q,opo.0o $ 12 4030-108-C FOOTINGS FOR CONCRETEPIPE EACH 2.0 APRON, 18-INCH $1,15O. O $ 3 00. U 13 4030-108-D EACH 2.0 PIPE APRON GUARD, RCP, 18-INCH $ 00. On $ I D O .0 SUBDRAINS 14 4040-108-A * SUBDRAIN, TYPE SP, 6 INCH LF 12,013.0 $ $ 16io, ) lA 0 15 4040-108-C SUBDRAIN CLEANOUT, TYPE A-1, EACH 2.0 6-INCH $i O. O $ `I00 • O 16 4040-108-D * SUBDRAIN OUTLET TO EACH 31.0 STRUCTURE, 6 INCH $ �o�j0 . co $�O+ I So • 0(> SUBTOTAL SEWERS AND DRAINS = $ $(0 `l `�. d DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS 17 6010-108-B * INTAKE, SW-511 EACH 1.0 $ 9 000. Ob $ 1)t) bo 40 18 6010-108-B * INTAKE, SW-512, 24INCH, EACH 16.0 WATERLOO 1040 A COVER ONLY S2 500.00 $40ooc)•o MANHOLE ADJUSTMENT, MINOR, 19 6010-108-E-1 SW-301148++ EACH 11.0 $`a? DOD 00 $cCa boo . Ob 20 6010-108-F-1 MANHOLE ADJUSTMENT, MAJOR, EACH SW-402160++ 1.0 $3 D00.0U $ 3000 . 6o 21 6010-108-G CONNECTION TO EXISTING EACH MANHOLE OR INTAKE, SUBDRAIN 4.0 $a D00• DU $g, 000 aU 22 6010-108-H * REMOVE INTAKE, STORM EACH 1.0 $ I o 000.00 $ 1, 006 . 60 SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ ?) 060 . DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT 7010-108-A; PAVEMENT, PCC, 9 INCH, C-SUD 23 302 * OR C-4WR, CL 3 AGG SY 37,663.0 $ o,o $1 B83 15b.0 24 7010-108-E CURB & GUTTER, 24-INCH WIDE, LF 60.0 9-INCH DEPTH, PCC, C-4 $'75.00 $14566•00 FORM OF BID CONRACT NO. 1144 Page 2 of 6 25 7010-108-I; 302 PCC PAVEMENT SAMPLES AND LS 1.0 * TESTING $5,D00.00 $5b00.OU ASPHALT PAVEMENT HMA, STANDARD TRAFFIC (ST) 26 7020-108-A SURFACE, 1/2", PG-58-28H, NO TON 58.0 FRICTION $ 196 0 $ I I D ) O SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS SHARED USE PATH, PCC, 9-INCH, 27 7030-108-C C 4 SY 46.2 $ g0. O $3 SHARED USE PATH, PCC, 6-INCH, 28 7030-108-C 4 SY 110.2 S Lv0.00 S I 29 7030-108-E * SIDEWALK, PCC, 6-INCH, C-4 SY 46.0 $ sap $ alcin, a 30 7030-108-E * SIDEWALK, PCC, 4-INCH, C-4 SY 186.2 $ $ 9 '61 p , 31 7030-108-G * DETECTABLE WARNINGS SF 150.0 $ 0, 010 $ 32 7030-108-H-1 DRIVEWAY, PCC, 6-INCH, C-4 SY 27.8 q6toto5 bed b , 33 7030-108-H-1 DRIVEWAY, PCC, 5-INCH, C-4 SY 24.3 $ gbzN 00 $ a I b1g, Li PAVEMENT REHABILITATION $ $ 34 7040-108-G MILLING SY 320.0 (rj LA D , 35 7040-108-H * PAVEMENT REMOVAL SY 35,730.0 $ 3•50 $ aS S-O 36 7040-108-1 CURB & GUTTER REMOVAL LF 60.0 $ 1 `j. DD $ W)6 . 66 SUBTOTAL STREETS AND RELATED WORK = $ a` DIVISION 8 - TRAFFIC CONTROL TRAFFIC SIGNALS 37 8010-108-A* TRAFFIC SIGNAL, FOUNDATION LS 1.0 ONLY $1 UO-00 $100.00 38 8010-108-B * TEMPORARY TRAFFIC SIGNALS EACH 2.0 $30 DOD• $ 39 8010-108-C * TRAFFIC SIGNAL REMOVAL, POLE LS 1.0 AND FOUNDATION ONLY $ ` $ 1 PRECAST TRAFFIC HANDHOLE, 40 8010-201-A-2 EACH 9.0 TYPE I, 4-FT DEPTH S Slb • p S i 2 Sbo 41 8010-201-B 2-INCH CONDUIT,PVC,SCH 80 LF 2,330.0 $ p0 $ 42 8010-201-C TRAFFIC SIGNAL WIRE LF I1200.0 $ Let 54p $ % f DM 6 43 SEE EST, REF, TRAFFIC LOOP WIRE LF 8,200.0 $ ) , l'5 $ 50. 00 44 SEE EST. REF. REMOVE TRAFFIC HANDHOLE EACH 4.0 $ 3604 DO $ b REMOVE EXISTING TRAFFIC 45 SEE EST, REF, LF 2,210.0 CONDUIT $ 34 00 $blLp2)bq00 TRAFFIC HANDHOLE 46 SEE EST. REF, ADJUSTMENT, MINOR, 24" EACH 10.0 $ D D $ D 0o , PAVEMENT MARKINGS FORM OF BID CONRACT N0. 1144 Page 3 of 6 PAINTED PAVEMENT MARKINGS, 47 8020-108-B WATERBORNE STA 168,90 $ 5n. no$ a 9 - s WET, RETROFLECTIVE REMOVABLE 48 8020-108-F STA TAPE MARKINGS 1.32 $ A0.O $ cQL?q - PAINTED PAVEMENT MARKINGS, 49 8020-108-G EACH WATERBORNE, TEMPORARY 2,14 CROSSWALK BAR, 2' X 101 50 8020-108-H * , LF THERMOPLASTIC 215.0 $a0 • $ L4,3 D • U PRECUT SYMBOLS AND LEGENDS, 51 8020-108-H* EACH THERMOPLASTIC 80 $ bb s 8pD D TEMPORARY TRAFFIC CONTROL 52 8030-108-A * TEMPORARY TRAFFIC CONTROL LS 1.0 $ DOD 6 $DW 0 PORTABLE BLE DYNAMIC MESSAGE EACH 53 8030-108-A * S 56.0 $3oo.D $Jto,42b6,00 54 8030-2.02 DIRECTIONAL SIGNS, PER DETAILS EACH 100.0 s 26 $ ,pU I IADOT 2528- 55 2518010 SAFTEY CLOSURE EACH 12.0 $ JOb •OO 1 $ G, 000 . QQ SUBTOTAL TRAFFIC CONTROL= $ q6 DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING HYDRAULIC SEEDING, FERTILIZING 56 9010-108-B * AND MULCHING -TYPE 1 SEED, SY 17,517.0 MECHANICALLY BONDED FIBER MATRIX $ j $ 17 . EROSION AND SEDIMENT CONTROL SILT FENCE OR SILT FENCE DITCH 57 9040-108-N-1 CHECK, INSTALLATION LF 3,972.0 $ I, bD $'aqC3,55, ao SILT FENCE OR SILT FENCE DITCH 58 9040-108-N-2 * LF CHECK, REMOVAL OF SEDIMENT 3,972.0 9 72 SILT FENCE OR SILT FENCE DITCH 59 9040-108-N-3 LF CHECK, REMOVAL OF DEVICE 31972 0 $ v , $ * EROSION CONTROL MULCHING, 60 9040-108-Q-2 SY 12,959.0 HYDROMULCHING sO. sy lqlo.gg INLET PROTECTION DEVICE, 61 9040-108-T-1 * INSTALLATION, DROP -IN EACH 2.0 $ b• bo $ 300 • 01) FORM OF BID CONRACT N0, 1144 Page 4 of 6 62 9040-108-T-1 * INLET PROTECTION DEVICE, EACH 8.0 INSTALLATION, SURFACE -APPLIED $ .dU $ Le 20,0 63 9040-108-T-2 * INLET PROTECTION DEVICE, EACH 10.0 MAINTENANCE $ ,�25 00 $ ajJO • Uo SUBTOTAL SITE WORK AND LANDSCAPING = $ cW`t H c�Wl Oo DIVISION 11 - MISCELLANEOUS 64 11010-108-A CONSTRUCTION SURVEY LS 1.0 $ jg b00.O0 $ $ b00 65 11020-108-A MOBILIZATION LS 1.0 $ Z Q, oil $ 66 11,050-108-A CONCRETE WASHOUT LS 1.0 $ 1,000450 $ ),000466 TEMPORARY PAVING, 6 INCH PCC 67 SEE EST. REF. OR 6INCH HMA SY 57.0 $ 5$• UO $ 31 6 U(o . 00 SUBTOTAL MISCELLANEOUS= $ 2 ADDENDUM NO. 1 68 SEE EST. REF. I PREFORMED DETECTOR LOOP I EACH 37.0 $ 500 •b0 $ 55, 500.00; SUBTOTAL ADDENDUM NO. 1= $ S TOTALBID = $ SI O S ,�?,O. VDU 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for Lite 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 Dollars ($ in the form of i cl �O�a 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. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. FORM OF BID CONRACT NO. 1144 Page 5 of 6 9. The bidder has received the following Addendum or Addenda: Addendum No. I Date or NCO 10. The apparent low Bidder shall submit a list of all other SUbCV" traCtor(S) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s), The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. Official Address: (Including Zip Code): I.R.S. No. `Io� C50 )' ) 9 FORM OF BID CONRACT N0. 1144 Page 6 of 6 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of I Da ) )ss County of2�i CM42 1 ,f0 rl Y 1 �ich� 2� being first duly sworn, deposes and says that: 1. He is (Owner, Partner.(fficer Representative. or Agent) of , the Bidder a 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, 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) i4� Title Subscribed and sworn to re me this r � day of rCh , 20 Titl My commission expires (P 'c Ll DAWNMKING ~ Commission Number 855030 My Co Sion Expires - lOW� Bidder Status Form To be completed by all bidders Part A Pie se answer "Yes" or "No" for each of the following: Yes ONo My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). Yes ONo My company has an office to transact business in Iowa. FQYes ONo My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. rYes ONo My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Ves ONo My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addres s: I Dates: /mac to �.�1 Lam! Address: �lo`2 LI f r); )r7l u City, State, Zip: ago'so Dates: / / to / / Address: City, State, Zip: Dates: / / to ! / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor O Yes O 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: Signature: 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. eYes ONo My business is currently registered as a contractor with the Iowa Division of Labor. OYes ONo My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. OYes ONo 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. Yes ONo My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. OYes O No 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. OYes O No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. OYes O No 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. O Yes O No 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. Yes O No My business is a limited partnership or a limited liability limited partnership whose certificate of O 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. YesO No My business is a limited liability company whose certificate of organization is filed in Iowa and has O not filed a statement of termination. OYes O No 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) Bontl No. LC000045 KNOW ALL MEN BY THESE PRESENTS, that we, BID BOND Boomerang Corp. as Principal, and Ascot Surety &Casualty Company , as Surety, are held and firmly bound unto the CITY OF WATERLOO Iowa, hereinafter called "OWNER." In the penal sum Five Percent of Bid Amount (5% of Bid Amount) Dollars ($ XXXX 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 5th day of March 20 26 , for Contract #1144 F.Y. 2026 Broadway Street Reconstruction Project 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 19th day of February , A.D. 2026 . 71�7 ZiPU7 Boomerang Corp. (Seal) Principal/� _ By /•� ���r•P Pf�1r'�L/f1 �" (Title) Ascot Surety &Casualty Company . (Seal) Zoo'l By !� Attorney -in -fact Troy Staples"' , /, aye t of f ACKNOWLEDGMENT OF PRINCIPAL (Individual) State of County of On this day o, F in the year & before me personally comes) . to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing insWment and acknowledges) to me that he/she executed the same. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of County of On this day of in the year before me personally comes) a member of the co -partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he/she executed the same as for the act and deed of the said co -partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of��� ) County of �t3 /W31QE )) �O^n� this �ay of 1 [ As f nk in the year c2 before me personally come(s) � (Z i CkVj s qS to me known, W, being duly sworn, deposes and says that he/she is the of the the wrporation described in and which Lfcecuted the foregoing instrument; that he/she knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. A[ DAWN M KING ~��j'^ Commission Number 855430 Notary Public '�,�j . My C m lesion Expires f0N" ACKNOWLEDGMENT OF SURETY State of Minnesota ) County of Dakota ) On this 19th day of February, in the year 2026, before me personally comes) Troy Staples, Attorneys) -in -Fact of Ascot Surety &Casualty Companv with whom I am personally acquainted, and who, being by me duly sworn, says that he/she is (are) the Attorneys) -in -Fact of Ascot Surety & Casualty Company company described in and which executed the within instrument; that he/she know(s) the corporate seal of such company; and that seal affixed to the within Instrument is such corporate seal and that It was affixed by order of the Board of Directo of said company, and that he/she signed said Instrument as Attomey(s)-in-Fact of the said company by like order. LINDSAYANN HILDERBRAND ! + Notary Public ary Public Minnesota a MYCarmissbrislan.31,7D30 ascot Power of Attorney Ascot Surety & Casualty Company Ascot Insurance Company 1020 Highland Colony Parkway, Suite 700 Ridgeland, MS 39157 KNOW ALL MEN BY THE PRESENTS: That Ascot Surety & Casually Company and Ascot Insurance Company, each a corporation organized and existing under the laws of the State of Colorado (the "Companies"), do hereby constitute and appoint: Troy Staples, Zachary Pate, Maxwell Bohlig, Nicholas Hochban and Jennifer Boyles of West St. Paul. MN (city, state) and each its true and lawful Atlorney(s)-in-Fact, with full authority to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line is filled in, only within the area and up to the amount therein designated, any and all bonds, undertakings, recognizances, and other contracts of indemnity or writings obligatory in the nature thereof, issued in the course of its surety business, and to bond the Companies as follows: Any such obligations in the United Slates not to exceed $100,000,000.00. The Companies hereby ratify and confirm all and whatsoever said Attorneys) -in -fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority Resolutions adopted by the Board of Directors of the Companies, which resolutions are still in effect: RESOLVED, that any of the Chief Executive Office, the Chief Operating Officer or the Chief Underwriting Officer, acting in conjunction with the head of the surety business line for the Corporation (each an Authorized Individual' and, collectively, the Authorized Individuals'), are authorized tojointly appoint one or more attorneys -in -fact to represent and act for and on behalf of the Corporation in the transaction of the Corporation's surely business to execute (under the common seal of the Corporation if appropriate) bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof: RESOLVED, that in conjunction with the Corporation's transaction of surety business the signatures and attestations of the Authorized Individuals and the seal of the Corporation be affixed to any such Power of Attorney or to any certificate relating thereto (electronic or otherwise) by facsimile and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seals (electronic or otherwise) shall be valid and bonding upon the Corporation when so affixed with respect to any bond, undertaking, recognizance or tother contract of indemnity or writing obligatory in the nature thereof; RESOLVED, that in connection with the Corporation's transaction of surety business, the facsimile electronic or mechanically reproduced signature of any Authorized Individual, whether made heretofore or hereafter, whenever appearing upon a copy of any Power of Attorney of the Corporation, with signatures affixed as next above noted, shall be valid and binding upon the Corporation with the same force and effect as though manually affixed. IN WITNESS WHEREOF, the Companies have caused these presents with the respective corporate seals and to be executed by the individuals named below who are duly authorized and empowered to execute the Power of Attorney on the Companies' behalf, this 130 day of March 2025. +`� y cnsO • "�)ve+wce ASCOT SURETY & CASUALTY COMPANY fe ..,y ASCOT INSURANCE COMPANY SEAL D NiSEALM :s'rS Qgva;ST"•F •• •.. ifi' V vim• V Matthew Conrad Kramer (Chief Executive Officer) Ura North (Exedutive Vice President, Surely) STATE OF CONNECTICUT ) COUNTY OF FAIRFIELD ) ss. On this 13e day of March 2025, before me came the above named Chief Executive Officer oT each Ascot Surety &Casually Company antl Ascot Insurance Company and the head of the surety business line for each of Ascot Surety &Casualty Company and Ascot Insurance Company, to me personally known to be the individuals described herein, and acknowledged that the seals affixed to the preceding instrument and the corporate seals of each Ascot Surety & Casualty Company and Ascot Insurance Company, and that the said corporate seals and signatures were duly affixed and subscribed to said instrument by the authority and direction of said Companies. KSENIA E. GUSEVA NOTARY PUBLIC STATE OF CONNECTICUT My Commission Expires June 30, 2029 Notary Public Ksenia E Guseva My commission expires on June 30, 2029 I, the undersigned Secretary of the Company, do hereby certify that the foregoing excerpts of the Resolution adopted by the Board of Directors of the Companies, and the Power of Attorney issued pursuant thereto, are true and correct, and further certify that both the Resolution and the Power of Attorney are still in full force and effect. This Certificate may be signed by facsimile under and by the authority of the following resolution of the Board of Directors of the Companies. RESOLVED, that in connection with the Corporation's transaction of surety business the signatures and attestations of the Authorized Individuals and the seal of the Corporation be affixed to any such Power of Attorney or to any certificate relating thereto (electronic or otherwise) by facsimile and any such Power of Attorney of certificate bearing such facsimile signatures or facsimile seal (electronic or otherwise) shall be valid and binding upon the Corporation when so affixed with respect to any bond, undertaking, recognizances or other contract of indemnity or writing obligatory in the nature thereof; IN WITNESS WHEREOF; I have hereunto set my hand and affixed the seal of the Companies, this 19th day of February 2020 ASCOT SURETY &CASUALTY COMPANY ASCOT INSURANCE COMPANY John/Gill, 41 All Claims Notices should be Sent to Ascot Group, 1020 Highland Colony Parkway, Suite 700, Ridgeland, MS 39157: Attention Surely Claims sureNclaims(1a ascoUlroun com