Loading...
HomeMy WebLinkAboutASPROASPRO INC PO BOX 2620 WATERLOO IA 50704 v Tied 9Z: 93 v':ti 9 :Z3n1Cg9dt114 BID FOR: F.Y 2026 800 BLK UPTON AVENUE SANITARY AND WATER MAIN EXTENSIONS CONTRACT NO 1147 CITY OF WATERLOO, IOWA FORM OF BID OR PROPOSAL F.Y. 2026 800 BLK UPTON AVENUE SANITARY AND WATER MAIN EXTENSIONS CONTRACT NO. 1147 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) (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 Eigineer of the City of Waterloo now on file in the office of the City Clet k, 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 800 BLK UPTON AVENUE SANITARY AND WATER MAIN EXTENSIONS, Contract No. 1147, 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 800 BLK UPTON AVENUE SANITARY AND WATER MAIN EXTENSIONS CONTRACT NO.1147 ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT UPTON AVENU E QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 2 - EARTHWORK 1 2010-108-D-1 * TOPSOIL 4 INCHES, ON SITE SY 515.0 $ $ 2 2010-108-E * EXCAVATION, BORROW CLASS 10, ROADWAY AND CY 0.6 $ $ 3 SEE EST. REF. EXCAVATION, CLASS 10, WASTE CY 298.0 $ $ 4 2010-108-F * EXCAVATION, CLASS 10, BELOW GRADE CY 45.0 $ $ 5 2010-108-G * SUBGRADE PREPARATION SY 1,661.0 $ $ 6 2010-108-J * SUBBASE, MODIFIED, 8-INCH SY 1,661.0 $ $ SUBTOTAL EARTHWORK = $ DIVISION 4 - SEWERS AND DRAINS SANITARY SEWERS 4010-108-A SANITARY INCH SEWER, TRENCHED, TRUSS, 8- LF 201.0 $ $ 8 4010-108-E SANITARY 23.5, 6-INCH SEWER SERVICE STUB, SDR LF 66.0 $ $ STORM SEWERS FORM OF BID CONRACT NO. 1147 Page 1 of 5 9 4020-108-A STORM 24-INCH SEWER, TRENCHED, RCP 2000D, LF 26.0 $ $ 10 4020-108-A STORM 15-INCH SEWER, TRENCHED, RCP 2000D, LF 30.0 $ $ 11 4020-108-D REMOVAL THAN OR EQUAL OF STORM TO 36-INCH SEWER, RCP, LESS LF 56.0 $ $ 12 4020-108-D REMOVAL OF STORM SEWER, SUBDRAIN LF 272.0 $ $ SUBDRAINS 13 4040-108-A * SUBDRAIN, TYPE SP, 6 INCH LF 710.0 $ $ 14 4040-108-C-1 SUBDRAIN CLEANOUT, TYPE 1-A, 6-INCH EHC 2.0 $ $ 15 4040-108-D * SUBDRAIN INCH OUTLET TO STRUCTURE, 6 EAC H 2.0 $ $ SUBTOTAL;SEWERS/AND DRAINS- SEWERS AND DRAINS = DIVISION APPURTENANCES 5 - WATER MAIN AND PIPES AND FITTINGS 16 5010-108-A POLYWRAPPED, WATER MAIN, TRENCHED, DIP, 6" LF 299.0 $ $ 17 5010-108-C FITTING, MJ LOCKING CROSS, 12"x6" EHC 1.0 $ $ 18 5010-108-C FITTING, MJ LOCKING TEE, 6"x6"x6" EHC 1.0 $ $ 19 5010-108-C FITTING, 45° MJ BEND, 6" EHC 4.0 $ $ 20 5010-108-E-1 WATER INCH SERVICE STUB, COPPER, 3/4- LF 37.0 $ 212.0 21 5010-108-E-2 INCH WATER SERVICE, CORPORATION, 3/4- EAC $ $ 222.0 22 5010-108-E-3 3/4-INCH WATER ERVICE, CURB STOP AND BOX, EAC $ $ VALVES, APPURTENANCES FIRE HYDRANTS, AND 23 5020-108-A VALVE, MJ GATE, 12" EHC 1.0 $ $ 24 5020-108-A VALVE, MJ GATE, 6" EHC 4.0 $ $ 25 5020-108-C FIRE HYDRANT ASSEMBLY EHC 1.0 $ $ SUBTOTAL WATER' MAIN AND APPURTENANCES - . DIVISION SANITARY 6 AND - STRUCTURES STORM SEWERS FOR 26 6010-108-A MANHOLE, SW-301, 48-INCH EAC H 2.0 $ $ 27 6010-108-E-1 MANHOLE 301 ADJUSTMENT, MINOR, SW- EAC H 1.0 $ $ 28 6010-108-E-1 MANHOLE 401 ADJUSTMENT, MINOR, SW- EAC H 1.0 $ $ FORM OF BID CONRACT NO. 1147 Page 2 of 5 29 6010-108-F-2 * 30 6010-108-G INTAKE ADJUSTMENT, MAJOR, SW-509 CONNECTION TO EXISTING MANHOLE OR INTAKE, SUBDRAIN EAC H EAC H 2.0 2.0 SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS .=. 31 32 33 34 7020-108-B * 35 7020-108-B * 7020-108-B * DIVISION 7 - STREETS AND RELATED WORK ASPHALT PAVEMENT PAVEMENT, HMA, 1.5-INCH, STANDARD TRAFFIC (ST) SURFACE, 1/2", PG58-28S, NO FRICTION PAVEMENT, HMA, 1.5-INCH, STANDARD TRAFFIC (ST) INTERMEDIATE, 1/2", PG58-285 7020-108-B * 7010-108-E 36 37 38 7030-108-E * 7030-108-E * 7030-108-G * PAVEMENT, HMA, 3-INCH, STANDARD TRAFFIC (ST) BASE, 1/2", PG58-28S MISC. PAVEMENT, 3-INCH HMA / 8.5- INCH PCC CURB & GUTTER, 30-INCH WIDE, 6-INCH DEPTH, PCC, C-4WR, CLASS 3 AGG. SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS SY SY SY 974.0 974.0 PCC SIDEWALK, 6-INCH, C-4 PCC SIDEWALK, 4-INCH, C-4 SY LF SY DETECTABLE WARNINGS SY 39 40 7030-108-H ALLEY, PCC, 6-INCH, C-4 SF SY 974.0 299.0 644.0 14.6 12.2 41 7030-108-H 7040-108-H * DRIVEWAY, PCC, 5-INCH, C-4 PAVEMENT REHABILITATION 42 8030-108-A * 43 IADOT 2528- 2518010 PAVEMENT REMOVAL SY SY 20.0 $ MIN 46.9 13.6 1,539.0 $ $ $ SUBTOTAL STREETS AND RELATED WORK = DIVISION 8 - TRAFFIC CONTROL TRAFFIC CONTROL SAFTEY CLOSURE LS EAC H 1.0 5.0 SUBTOTAL TRAFFIC CONTROL = 44 9010-108-B * DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING HYDRAULIC SEEDING, FERTILIZING AND MULCHING - TYPE 1 EROSION AND SEDIMENT CONTROL SY $ 515.0 $ 45 9040-108-T-1 * INLET INSTALLATION, PROTECTION DROP DEVICE, -IN EAC H 8.0 $ $ 46 9040-108-T-2 * INLET MAINTENANCE PROTECTION DEVICE, EAC H 8.0 $ $ FORM OF BID CONRACT NO. 1147 Page 3 of 5 SUBTOTAL SITE WORK AND LANDSCAPING = . $ DIVISION 11 - MISCELLANEOUS 47 11010-108-A CONSTRUCTION SURVEY LS 1.0 $ $ 48 11020-108-A MOBILIZATION LS 1.0 $ $ 49 11,050-108-A CONCRETE WASHOUT LS 1.0 $ $ SUBTOTALMISCELLANEOUS•= $ TOTAL BID = $ 359 907.55 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 ) in the form of BID BOND the INSTRUCTIONS TO BIDDERS. Dollars ($___N/A is submitted herewith in accordance with 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: Addendum No. 1 Date MARCH 4, 2026 2 MARCH 23, 2026 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. FORM OF BID CONRACT NO. 1147 Page 4 of 5 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 (Date) BY: Title VICE PRESIDENT Official Address: (Including Zip Code): 3613 TEXAS ST., PO BOX 2620 WATERLOO, IOWA 50704 I.R.S. No. 42-1011512 FORM OF BID CONRACT NO. 1147 Page 5 of 5 FORM OF BID OR PROPOSAL F.Y. 2026 800 BLK UPTON AVENUE SANITARY AND WATER MAIN EXTENSIONS CONTRACT NO. 1147 CITY OF WATERLOO, IOWA F.Y. 2026 800 BLK UPTON AVENUE SANITARY AND WATER MAIN EXTENSIONS CONTRACT NO. 1147 BID ITEM DESCRIPTION UNIT DIVISION 2 EARTHWORK TOPSOIL, 4", ON SITE SY 3 4 5 EXCAVATION, CLASS 10, RDWAY/BORR EXCAVATION, CLASS 10, WASTE EXCAVATION, CLASS 10, BELOW GRADI S UBGRADE PREPARATION S UBBASE. MODIFIED. 8" SUBTOTAL EARTHWORK DIVISION 4 o SEWERS AND DRAINS SANITARY SEWERS CY CY CY SY SY EST. (FV. 515.0 0.6 UNIT BID PRICE $4.75 TOTAL BID PRICE. $2,446.25 $650.00 $14.25 $48.00 $1.75 $13.25 $390.00 $4,246.50 $2,160.00 $2,906.75 $22,008.25 $34,157.75 SAN. SEWER, TRENCHED, TRUSS, 8" SAN. SEWER SERV. STUB, SDR 23.5, 6" LF LF 201.0 66.0 $85.00 $75.00 $17,085.00 $4,950.00 STORM SEWERS 10 11 12 ST. SEWER, TRENCED, RCP 2000D, 24' ST. SEWER, TRENCED, RCP 2000D, 15' REMOVAL OF STORM SEWER, RCP <36 REMOVAL OF STORM SEWER. SUBDRA S UBDRAINS 13 14 15 LF LF LF LF 30.0 56.0 272.0 $140.00 $100.00 $25.00 $6.25 $3,640.00 $3,000.00 $1,400.00 $1,700.00 S UBDRAIN, TYPE SP, 6" LF 710.0 S UBDRAIN CLEANOUT, TYPE 1-A, 6" EACH S UBDRAIN OUTLET TO STRUCTURE. 6" EACH 2.0 2.0 $15.00 $950.00 $700.00 $10,650.00 $1,900.00 $1,400.00 16 17 18 19 20 21 22 SUBTOTAL SEWERS AND DRAINS DIVISION 5 .. WATER MAIN AND APPURTENANCES S IPES AND FITTINGS WATER MAIN, TRENCHED, POLY, DIP, 6' FITTING, MJ LOCKING CROSS, 12" X 6" FITTING, MJ LOCKING TEE, 6" X 6" X 6" FITTING, 45 DEG. MJ BEND, 6" WATER SERVICE STUB, COPPER 3/4" WATER SERVICE, CORPORATION, 3/4" WATER SERVICE, CURB STOP/BOX, 3/4 LF 299.0 EACH EACH EACH LF EACH EACH 1.0 1.0 4.0 37.0 2.0 2.0 VALVES, FIRE HYDRANTS, AND APPURTENANCES $97.75 $3,150.00 $1,200.00 $475.00 $85.00 $825.00 $1,030.00 $45,725.00 $29,227.25 $3,150.00 $1,200.00 $1,900.00 $3,145.00 $1,650.00 $2,060.00 23 VALVE, MJ GATE, 12" EACH 1.0 $5,500.00 $5,500.00 24 VALVE, MJ GATE, 6" EACH 4.0 $2,800.00 $11,200.00 25 FIRE HYDRANT ASSEMBLY EACH 1.0 $8,675.00 $8,675.00 SUBTOTAL WATER MAIN AND APPURTENANCES $67,707.25 DIVISION 6 u STRUCTURES FOR SANITARY AND STORM SEWERS 26 MANHOLE, SW-301, 48" EACH 2.0 $7,250.00 $14,500.00 27 MANHOLE ADJUST., MINOR, SW-301 EACH 1.0 $3,000.00 $3,000.00 28 MANHOLE ADJUST., MINOR, SW-401 EACH 1.0 $1,900.00 $1,900.00 29 INTAKE ADJUSTMENT, MAJOR, SW-509 EACH 2.0 $5,500.00 $11,000.00 30 CONNECT TO EXIST. MH OR INTAKE, SE EACH 2.0 $775.00 $1,550.00 SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS o $31,950.00 DIVISION 7 u STREETS AND RELATED WORK ASPHALT PAVEMENT 31 PAVEMENT, HMA, 1.5", ST SURFACE, 1/ SY 974.0 $13.95 $13,587.30 32 PAVEMENT, HMA, 1.5", ST INT., 1/2" SY 974.0 $13.80 $13,441.20 BASE, SY 974.0 $26.70 $26,005.80 33 PAVEMENT, HMA, 3", ST 3/4" 34 MISC. PAVEMENT, 3" HMA/8.5" PCC SY 299.0 $110.50 $33,039.50 35 CURB & GUTTER, 30" WIDE, 6" DEPTH P LF 644.0 $28.50 $18,354.00 SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS 36 PCC SIDEWALK, 6", C-4 SY 14.6 $63.00 5919.80 37 PCC SIDEWALK, 4", C-4 SY 12.2 $54.00 $658.80 38 DETECTABLE WARNINGS SF 20.0 $63.00 $1,260.00 39 ALLEY, PCC, 6", C-4 SY 46.9 $63.00 $2,954.70 PCC, C-4 SY 13.6 $829.60 40 DRIVEWAYS, 5", $61.00 PAVEMENT R REHABILITATION 41 PAVEMENT REMOVAL SY 1539.0 $9.15 $14,081.85 SUBTOTAL STREETS AND RELATED WORK o $125,132.55 DIVISION 8 u TRAFFIC CONTROL 42 TRAFFIC CONTROL LS 1.0 $8,5.00.00 $8,500.00 43 SAFETY CLOSURE EACH 5.0 $100.00 $500.00 SUBTOTAL TRAFFIC CONTROL o $9,000.00 DIVISION 9 n SITE WORK AND LANDSCAPING SEEDING 44 HYDRAULIC SEED/FERT/MULCH-TYPE 1 SY 515.0 $9.00 $4,635.00 EROSION AND SEDIMENT CONTROL 45 INLET PROTECT DEVICE DROP -IN EACH 8.0 $200.00 �1,600.00 46 INLET PROTECT DEVICE MAINTENANCE EACH 8.0 $50.00 $400.00 SUBTOTAL SITE WORK AND LANDSCAPING $6,635.00 DIVISION 11 e MISCELLANEOUS 47 CONSTRUCTION SURVEY LS 1.0 $4,300.00 $4,300.00 _ 48 MOBILIZATION LS 1.0 $35,000.00 $35,000.00 49 CONCRETE WASHOUT LS 1.0 $300.00 $300.00 TOTAL SUBTOTAL BID MISCELLANEOUS a $39,600.00 $359,907.55 BY: Aspro, Inc. (Na a of 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 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 apy of its agents, representatives, owners, employees, or parties in interest, including this of (Signed) VICE PRESIDENT Title Subscribed and sworn to before me this s( day of MQ,'(ote-Th , 20 a 10 Title My commission expires f --)` C 3sNi&- R AS 1010 JULIE MILLS COMMISSION NO.66a233 MY COMMISSION EXPIRES FEBRUARY 27. 2027 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes 0 No 6 Yes 0 No Yes ONo Yes ©No 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). 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 / 24 / 1973 to / CURRENT Address 3613 TEXAS ST. , PO BOX 2620 City, State, Zip. WATERLOO, IOWA 50704 Dates: / / to / / Address. City, State, Zip. Dates: / / to / / Address. You may attach additional sheet(s) if needed. City, State, Zip. .EIC..CCEIE 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? 0 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 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: ASPRO, „ INC.4 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 800 BLK Upton Avenue Sanitary and Water Main Extensions, Contract No. 1147 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 as, Witness Witness Zach Fuller BID BOND Aspro, Inc. Principal Pre4ct4k By Swiss Re Corporate Solutions America Insurance Corporation (Seal) (Seal) u rety By Attorne - n-fact Jamie Gifford (Title) (11;:241..C.):.1"11S(1914(16\elet:EPS - ' 1973 : i s� qts!so��`' 1� ,/ 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 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 upon the Corporation when so affixed and in the future with regard to and bond, undertaking or contract of surety to which it is attached." er By By David Satory, Senior Vice tet?siden or 5ccaATC & Senior Vice President of SRCSPIC & Senior Vice President of WIC Caitl Jaequez, Senior \ t Pre. ent of SRCSAIC & Iaf'% ce President of SRCSPIC & S t"r \ ce President of W IN WITNESS WHEREOF, SRCSAIC have caused their official seals to be hereunt 11tltlay of June , 20 25 State of Illinois County of Cook xcd, and these be signed by their authorized officers this Swiss Re Corporate Solutions America Insurance Corporation Swiss Re Corporate Solutions Premier Insurance Corporation Westport Insurance Corporation 11t° 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 be the voluntary act and deed of their respective co anies. u c v al a JuwLW6cs, aglu uwuuuscut 11 OFFICIAL SEAL KAREN M SZWEDA Notary Public, State of Illinois Commission No 978628 M Commission Expires September 26 2027 r 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 ¶'ice Presides .. s ant Secretary of SRCSAIC and SRCSPIC and WIC