HomeMy WebLinkAboutASPROASPRO INC
PO BOX 2620
WATERLOO IA 50704
BID FOR:
F.Y. 2026 ASPHALT OVERLAY PROGRAM
CONTRACT NO 11.43
CITY OF WATERLOO, IOWA
L`+.,P•1Pid 9Z. 96 L.
L8 ZI Nd 91i 91 N
BID SECURITY
FORM OF BID OR PROPOSAL
F.Y. 2026 ASPHALT OVERLAY PROGRAM
CONTRACT NO. 1143
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: N/A
, having familiarized (himself) (themselvcs)
(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 ASPI-IAL T OVERLAY PROGRAM, Contract No. 1143, 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
ASPHALT
OVERLAY
PROGRAM
CONTRACT
NO.1143
ITEM
BID
SPECIFICATION
SUPPLEMENTAL
SUDAS
*
SEE
DESCRIPTION
UNIT
TOTAL
EST
CITY
UNIT
PRICE
BID
TOTAL
BID
PRICE
DIVISION
PROVISIONS
1 -
AND
GENERAL
COVENANTS
1
1070-302
RAILROAD
RAILROAD
PROTECTION
INSURANCE
SUBTOTAL
- CN
MISCELLANEOUS
LS
1.0
=
$
$
$
DIVISION
2 -
EARTHWORK
2
2010-108-D-3*
TOPSOIL,
6", OFFISTE
SY
87.2
$
$
3
2010-108-E
*
CLASS
10
EXCAVATION
SUBTOTAL
SY
EARTHWORK
749.0
=
$
$
$
DIVISION
SANITARY
6
AND
- STRUCTURES
STORM
SEWERS
FOR
4
6010-108-B
INTAKE,
SW-501
EACH
4.0
$
$
5
6010-108-B
INTAKE,
SW-507
EACH
4.0
$
$
6
6010-108-E-1
*
SANITARY
MINOR
MANHOLE
ADJUSTMENT,
EACH
22.0
$
$
7
6010-108-E-1
*
STORM
MINOR
MANHOLE
ADJUSTMENT,
EACH
11.0
$
$
8
SEE
EST.
REF.
SANITARY
UMAR
MANHOLE
ADJUSTMENT,
EACH
1.0
$
$
9
SEE
EST.
REF.
STORM
MANHOLE
ADJUSTMENT,
UMAR
EACH
1.0
$
$
10
SEE
EST.
REF.
INTAKE
ADJUSTMENT,
RISER
EACH
16.0
$
$
11
6010-108-H
*
REMOVE
INTAKE
EACH
8.0
$
$
FORM OF BID
CONRACT NO. 1143
Page 1 of 4
SUBTOTAL
STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
=
$
DIVISION
7 - STREETS
AND
RELATED
WORK
CURB
& GUTTER,
30-INCH
WIDE,
8-INCH
12
7010-108-E
DEPTH,
PCC, C-4
LF
32.0
$
$
CURB
& GUTTER,
24-INCH
WIDE,
9.5-
13
7010-108-E
INCH
DEPTH,
PCC,
C-4
LF
374.0
$
$
CURB
& GUTTER,
24-INCH
WIDE,
7-INCH
14
7010-108-E
DEPTH,
PCC,
C-4
LF
76.0
$
$
PAVEMENT,
HMA,
STANDARD
TRAFFIC
15
7020-108-A
(ST)
SURFACE,
1/2",
PG 58--28S,
NO
TON
2140.0
FRICTION
$
$
PAVEMENT,
HMA,
STANDARD
TRAFFIC
r
7020-108-A
(ST)
INTERMEDIATE,
1/2",
PG 58-28S,
NO
TON
2503.0
FRICTION
$
$
PAVEMENT,
HMA,
INTERLAYER
BASE,
17
7020-108-A
3/8",
PG 58-34E
TON
1400.0
A
$
18
7020-108-A
HMA
PAVEMENT
SAMPLES
AND
TESTING
LS
1.0
$
$
SIDEWALKS,
SHARED
USE
PATHS
AND
DRIVEWAYS
19
7030-108-A-1
REMOVAL
OF
SIDEWALK
SY
527.2
$
$
20
7030-108-E
*
SIDEWALK,
PCC,
4 INCH,
C-4
SY
164.1
$
$
21
7030-108-E
*
SIDEWALK,
PCC,
6 INCH,
C-4
SY
388.9
$
$
22
7030-108-G
DETECTABLE
WARNING
DEVICE
SF
422.0
$
$
23
7030-108-H
ALLEY,
PCC,
6-INCH,
C-4
SY
50.7
$
$
PAVEMENT
REHABILITATION
*
FULL
DEPTH
PATCHES,
8-INCH
DEPTH,
24
7040-108-A
PCC,
C-4
SY
14.1
$
$
*
FULL
DEPTH
PATCHES,
8-INCH
DEPTH,
25
7040-108-A
PCC,
M-4
SY
59.0
$
$
26
7040-108-C
*
PARTIAL
DEPTH
PATCHES
SF
4160.0
$
$
27
SEE
EST.
REF.
MILL
WEDGE
EACH
23.0
$
$
28
7040-108-G
MILLING
SY
108.0
$
$
29
7040-108-H
*
PAVEMENT
REMOVAL
SY
160.3
$
$
30
7040-108-1
*
CURB
AND
GUTTER
REMOVAL
LF
482.0
$
$
SUBTOTAL
STREETS
AND
RELATED
WORK
=
$
DIVISION
8 -
PAVEMENT
MARKINGS
AND
TRAFFIC
CONTROL
PAVEMENT
MARKINGS
PAINTED
PAVEMENT
MARKINGS,
31
8020-108-B
SOLVENT/WATERBOURNE
STA
66.65
$
$
PRECUT
SYMBOLS
&
LEGENDS,
32
8020
108
H
*
EACH
THERMOPLASTIC
4.00
$
$
TRAFFIC
CONTROL
33
1 8030-108-A
*
I
TEMPORARY
TRAFFIC
CONTROL
I
LS
1.0
$
$
SUBTOTAL
PAVEMENT
MARKINGS
AND
TRAFFIC
CONTROL
=
$
DIVISION
9 - SITE
WORK
AND
LANDSCAPING
SEEDING
*
HYDRAULIC
SEEDING,
SEEDING,
34
9010-108-B
FERTILIZING
AND
MULCHING
-
1
SY
729.2
$
$
TYPE
FORM OF BID
CONRACT NO. 1143
Page 2 of 4
SUBTOTAL
SITE
WORK
AND
LANDSCAPING
=
$
DIVISION
11
-
MISCELLANEOUS
35
111020-108-A
I
MOBILIZATION
I
LS
1.0
$
$
SUBTOTAL
MISCELLANEOUS
=
$
TOTAL
BID
$
1, 626, 527.23
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% OF BID Dollars ($ N/A
) in the form of BID BOND , is submitted herewith in accordance with
the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidder Status Form.
7 The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work
for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten
(10) days of notification that the bid submitted is lowest and acceptable.
9 The bidder has received the following Addendum or Addenda:
FORM OF BID
Addendum No. 1 Date MARCH 20, 2026
CO N RACT NO. 1143 Page 3 of 4
10. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the
City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with
the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL" Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot
be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or
"NA"
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to
the award of a contract due to budgetary limitations.
ASPRO, INC. MARCH 26,2026
Bidd r
BY:
Official Address: (Including Zip Code):
3613 TEXAS ST. PO BOX 2620
(Date)
Title VICE PRESIDENT
WATERLOO, IOWA 50704
I.R.S. No. 42-1011512
FORM OF BID
CO N RACT NO. 1143 Page 4 of 4
FORM OF BID OR PROPOSAL
F.Y. 2026 ASPHALT OVERLAY PROGRAM
CONTRACT NO. 1143
CITY OF WATERLOO, IOWA
F.Y. 2026
ASPHALT
OVERLAY
PROGRAM
CONTRACT
NO.
1143
ITEM
CHID
UNIT
EST.
QTY.
UNIT
PRICE
BID
TOTAL
BID
DESCRIPTION
PRICE
DIVISION
1
o
GENERAL
PROVISIONS
AND
COVENANTS
1
RAILROAD
PROTECTIVE
INS.
-
UP
RR
LS
1.0
$8,500.00
$8,500.00
SUBTOTAL
GENERAL
PROVISIONS
AND
COVENANTS
e
$8,500.00
DIVISION
2
o
EARTHWORK
2
TOPSOIL,
6",
OFFSITE
SY
87.2
$11.75
$1,024.60'
3
CLASS
10
EXCAVATION
-
SY
749.0
$9.75
$7,302.75
SUBTOTAL
EARTHWORK
=
$8,327.35
DIVISION
6
-
STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
4
INTAKE,
SW-501
EACH
4.0
$5,500.00
$22,000.00
5
EACH
4.0
$9,000.00
$36,000.00
INTAKE,
SW-507
6
22.0
$3,000.00
$66,000.00
SANITARY
MH
ADJUSTMENT,
MINOR
EACH
7
11.0
$1,900.00
$20,900.00
STORM
MH
ADJUSTMENT,
MINOR
EACH
8
1.0
$1,150.00
$1,150.00
SANITARY
MH
ADJUSTMENT,
UMAR
EACH
9
1.0
$1,150.00
$1,150.00
STORM
MH
ADJUSTMENT,
UMAR
EACH
10
INTAKE
ADJUSTMENT,
RISER
16.0
$865.00
$13,840.00
EACH
11
REMOVE
INTAKE
8.0
$1,775.00
$14,200.00
EACH
SUBTOTAL
STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
: $175,240.00
DIVISION
7
-
STREETS
A
AND
RELATED
WORK
12
LF
32.0
$53.00
$1,696.00
C&G,
30"
WIDE,
8"
DEPTH,
PCC,
C-4
13
C&G,
24"
WIDE,
9.5"
DEPTH,
PCC,
C-4
LF
374.0
$54.00
$20,196.00
14
LF
76.0
$53.00
$4,028.00
C&G,
24"
WIDE,
7"
DEPTH,
PCC,
C-4
15
TON
2140.0
$152.50
$326,350.00
PAVEMENT,
HMA,
ST
SURFACE,
1/2"
16
PAVEMENT,
HMA,
ST
INTERMEDIATE,
1/
TON
2503.0
$151.75
$379,830.25
17
TON
1400.0
$176.25
$246,750.00
PAVEMENT,
HMA,
INTERLAYER
BASE,
3,
18
HMA
PAVEMENT
SAMPLES
&
TESTING
LS
1.0
$3,900.00
$3,900.00
SIDEWALKS,
SHARED
USE
PATHS
AND
DRIVEWAYS
19
REMOVAL
OF
SIDEWALK
SY
527.2
$15.00
$7,908.00
20
SIDEWALK,
PCC,
4",
C-4
SY
164.1
$54.00
$8,861.40
21
SIDEWALK,
PCC,
6",
C-4
SY
388.9
$56.25
$21,875.63
22
DETECTABLE
WARNING
DEVICE
SF
422.0
$64.00
$27,008.00
23
ALLEY,
PCC,
6",
C-4
SY
50.7
$54.00
$2,737.80
PAVEMENT
REHABILITATION
24
SY
14.1
$78.00
$1,099.80
FULL
DEPTH
PATCHES,
8", PCC,
C-4
25
SY
59.0
$80.00
$4,720.00
FULL
DEPTH
PATCHES,
8", PCC,
M-4
26
SF
4160.0
$19.00
$79,040.00
PARTIAL
DEPTH
PATCHES
27
MILL
WEDGE
EACH
23.0
$3,325.00
$76,475.00
28
MILLING
SY
108.0
$30.00
$3,240.00
29
PAVEMENT
REMOVAL
SY
160.3
$21.50
$3,446.45
30
LF
482.0
$21.50
$10,363.00
CURB
AND
GUTTER
REMOVAL
SUBTOTAL
STREETS
AND
RELATED
WORK
=
$1,229,525.33
DIVISION
8
o
PAVEMENT
MARKINGS
AND
TRAFFIC
CONTROL
PAVEMENT
MARKINGS
31
PAINTED
PAVEMENT
MARKINGS
STA
66.65
$95.00
$6,331.75
32
4.0
$785.00
$3,140.00
PRECUT
SYMBOLS
&
LEGENDS,
THERM
EACH
TRAFFIC
CONTROL
33
LS
1.0
$57,500.00
$57,500.00
TEMPORARY
TRAFFIC
CONTROL
SUBTOTAL
PAVEMENT
MARKINGS
AND
TRAFFIC
CONTROL
=
$66,971.75
DIVISION
9
o
SITE
WORK
AND
LANDSCAPING
SEEDING
34
SY
729.2
$9.00
$6,562.80
HYDRAULIC
SEED/FERT/MULCH-TYPE
1
SUBTOTAL
SITE
WORK
AND
LANDSCAPING
$6,562.80
DIVISION
11
-
MISCELLANEOUS
35
MOBILIZATION
LS
1.0
$131,400.00
$131,400.00
SUBTOTAL
MISCELI.ANEOUS
$131,400.00
TOTAL
BID
$1,626,527.23
BY:
Aspro, Inc.
(Name of Bi der
Brad Blough
Official Address: (Including Zip Code)
3613 Texas St.
P. O. Box 2620
Waterloo, Iowa 50704
42,1011512
03/26/26
(Date)
Title: Vice President
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of IOWA
)ss
County of BLACK HAWK
BRAD BLOUGH , being first duly sworn, deposes and says that:
1 He is (Owner, Partner, Officer, Representative, or Agent) , of ASPRO, INC.
, the Bidder that has submitted the attached Bid;
2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent
circumstances respecting such Bid;
3 Such Bid is genuine and is not a collusive or sham Bid:
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or
parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or
indirectly, with any other Bidder firm or person to submit a collusive or sham Bid in connection with the
Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such
Contract, or has in any manner, directly or indirectly sought by agreement or collusion of 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 Bidde or a: y of its agents, representatives,
owners, employees, or parties in interest, including this of ` : nt
Subscribed and sworn to before me this
(Signed)
VICE PRESIDENT
Title
day of V1c1'r c\rm , 20 a
Title
My commission expires a —
(3eA
,e JULlE MALLS
MY COMMISSION miles
low BR ARY 27, 2027
3idder Status Form
132111217
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
Yes
Yes
Yes
Yes
Yes
No
0No
ONo
ONo
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).
My company has an office to transact business in Iowa.
My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
To be completed by resident bidders
Part B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: 07
Dates:
Dates:
/ 24 / 1973 to / CURRENT Address: 3613 TEXAS ST. , PO BOX 2620
City, State, Zip. WATERLOO, IOWA 50704
/ / to / / Address'
City, State, Zip.
to / / Address.
City, State, Zip.
You may attach additional sheet(s) if needed.
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
force preferences or any other type of preference to bidders or laborers?
Yes 0 No
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders
Part D
certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name:
Signature:
Date: MARCH 26, 2026
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)
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Aspro, Inc.
as Principal, and Swiss Re Corporate Solutions America Insurance Corporation
bound unto the
, as Surety, are held and firmly
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 26th day of
March , 20 26 , for F.Y. 2026 Asphalt Overlay Program, Contract No. 1143
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 March , A.D. 20 26
cAr._b_s
scilu
Witness
Witness Zach Fuller
Aspro, Inc.
Principal
(Seal)
v Pr&;Jcvr+
By 1,
(Title)
Swiss Re Corporate Solutions America
Insurance Corporation (Seal)
Surety
By
-fact Jamie Gifford
BID BOND Page 1 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, each does hereby make, 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, CAMERON BURT, BEN WILLIAMS, JAMIE GIFFORD and ZACH FULLER
JOINTLY OR SEVERALLY
Its true and lawful Attorneys) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds, consents of surety, 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 bylaw, 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 181h 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 upon the Corporation when so affixed and in the future with regard to an bond, undertaking or contract of surety to which it is attached."
•
0
..i
syty•.. ;•.ti
.•
q.'ryin11 i"na l #
SEAL
By David Satory, Senior Vice den t"8T3t tS TC & Senior Vice President
of SRCSPIC & Senior Vice President of WIC
By
GaifitdJaequez, Senior
of SRCSPIC & S
IN WITNESS WHEREOF, SRCSAIC have caused their official seals to be hereunt
11tbay of June , 20 25
State of Illinois
County of Cook
ent of SRCSAIC & Ssnia ce President
ce President of \\'
xcd, and these • • •ntsjc4 be signed by their authorized officers this
Swiss Re Corporate Solutions America Insurance Corporation
Swiss Re Corporate Solutions Premier Insurance Corporation
Westport Insurance Corporation
11`" June 25
On this _ day of , 20 , before me, a Notary Public personally appeared David Satorv, Senior Vice President of SRCSAIC
and Senior Vice President of SRCSPIC and Senior Vice President of WIC, and Gabriel Jacauez. Senior Vice President of SRCSAIC and Senior Vice President o
SRCSPIC and Senior Vice President of WIC, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney
leflgesl said instrument to be the voluntary act and deed of their respective co anies.
0
1
c
0
a
t
a
•
OFFICIAL SEAL
KAREN M SZWEDA
Notary Public, State d Illinois
Commission No 978628
y Commission Expires September 26 2027
aren M.
, 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 March , 20 26
rcy Goldberg, Senior S'icc Preside' .. stint
Secretary of SRCSAIC and SRCSPIC and WIC