HomeMy WebLinkAboutKar-Vel Construction k t.
0 n 4---C---“,(41-4%ofri
Po 134"LRe,vi )--01-, IA/ q Ise7 sc
�6a �s �� zS
V �y /
T. A
CITY Of RENTON
OCT 14 2025
RECEIVED
CITY CLERKS OFFICE
LC 1-5 14-ot I
/ 9 Ss S 6-re y \Ve
1244,1-on , WA
pr€wooA) S( e1
dsg k rle. Lt.c 6f'lr dbh
vjer lj ' ¶fPL-1aoL( a6$
City of Renton
Contract Provisions for
Maplewood Sidewalk Rehabilitation
III. PROJECT PROPOSAL
Contract Documents Page 10
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROJECT PROPOSAL
Project: Maplewood Sidewalk Rehabilitation
Federal Aid No: N/A
City Project Number: TED4004265
City Contract Number: CAG-25-290
Company: ka( -vei (bras4-cLA.c.4-()cowl
Address: po 13b 5C. 5/41'75
r(,CNf-o1, A//J elIre.5.3
Phone Number: vG - S 9S- 9Z1 ;?
Fax Number: LIZS - (-1 -5 a- T76 -7
Tl1 kL e_ pcuC-Vel . cu
Total Bid Amount: $ 1 , l a o, 7 3 J if
(Total of Bid Schedule)
Contract Documents Page 11
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROPOSAL COVER PAGE
4� Maplewood Sidewalk Rehabilitation
TOTHE CITY OFRENTON
RENTON. WASHINGTON
Ladies and/or Gentlemen:
The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction
details of the proposed work and has read and thoroughly understands the Contract Documents
governing the work. and the nature of the work, and the method bywhich payment will be made for
said work. Bidder hereby proposes to undertake and complete the work detailed in and in
accordance with these Contract Documents, for the Total Bid Amount shown on the attached
Schedule of prices.
The Bidder understands that the quantities mentioned herein are approximate only and are subject
to increase or decrease, and hereby proposes to perform all quantities of work as either increased
or decreased in accordance with the Contract Documents.
As evi ence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the
form f(check one)
bid bond, or
❑ cashier's check(made payable to the City of Renton),or
❑ postal money order(made payable to the City of Renton), in an amount equal to five percent
(5%)of the Total Bid Price, is attached hereto.
If a bid bond is signed by an attorney-in-fact, Bidder agrees that the power of attorney authorizing
such execution must be current and enforceable, be properly executed by the Surety in accordance
with the Surety's by-laws or other applicable rules and resolutions, and include all necessary
corporate seals, signatures. and notaries.
Bidder understands that Contract Award or Bid rejection will occur within 60 calendar days after
the opening of bids. as specified in Section 1-03.2 of the Standard Specifications.
Bidder further understands that should Bidder fail to enter into this contract in accordance with his
or her Bid and furnish a contract bond within a period of ten(10ldays from the date at which he or
she is notified that he or she is the successful bidder,the Bid Proposal Deposit shall be forfeited to
the City of Renton,as set forth in RCW 35A.40.200 and RCW 35.23.352.
Bidder hereby agrees to complete the Physical Work in all respects within 60_working days.
Contract time shall begin on the first working day following the Notice to Proceed date.
Contract Documents Page 12
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
SCHEDULE OF PRICES
Cb) Maplewood Sidewalk Rehabilitation
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only,in
dollars and cents to two(2)decimal places(including whole dollar amounts).All figures must be clearly legible.Bids with illegible figures
in the Unit Price column will be regarded as nonresponsive and rejected.Where conflict occurs between the unit price and the total
amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto.
ITEM
ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION
NO.1 Roadway Surveying 1-05 LS 1 s,00a,00 414OZ5,000.coD
2 ADA Features Surveying 1-05 LS 1 /3, b3,00a. oe
3 Record Drawings 1-05SP LS 1 * S OCe.00 .9i s o oo,0 0
4 SPCC Plan 1-07.15 LS 1 �2,fo'.oD BP,s0 P. ot7
5 Mobilization 1-09 LS 1 6r
200,000.au 2Ga,v00. Oa
6 Roadside Cleanup 2-01 EST 1 25,000.00 25,000.00
7 Pedestrian Traffic Control 1-10 LS 1 4 fog 000.o o .2 SI,000, vp
8 Flaggers 1-10 HR 10 6 G7.o0 J 6 Oa,oc
9 Other Traffic Control Labor 1-10 HR 100 y� 75.0 7 saa,Deb
10 Construction Signs Class A 1-10SP SF 1,000 .1 0. 5 V Sa-'e,
11 Other Temporary Traffic Control Devices 1-10 LS 1 off o,2 D S0,Ooo,oP
12 Clearing and Grubbing 2-01 SF 10,145 6/ O. <a .0 S� 672.Tv
13 Native Growth Protection Fence 2-01 LF 115 b 3o.O o b
14 Removal of Structures and Obstructions 2-02 LS 1 lea 0 opp D0 b 20,o 00.00
15 Removal of Portions of Existing Concrete 2-02 SY 279 A 10. 0 O if A, Cj 7
16 Removal of Pavement,Sidewalks,Curbs,& 2-02 SY 4,408 * 4.0. 02 611-I4y,0 0
Gutters
17 Pothole existing utilities 2-03SP EA 10 A 2 0 0.0 J , '2,0 0 0.Oo
Maplewood Sidewalk Rehabilitation
TED4004265 Schedule of Prices
CAG-25-290 Page 16 October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
SCHEDULE OF PRICES
Maplewood Sidewalk Rehabilitation
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only,in
dollars and cents to two(2)decimal places(including whole dollar amounts).All figures must be clearly legible.Bids with illegible figures
in the Unit Price column will be regarded as nonresponsive and rejected.Where conflict occurs between the unit price and the total
amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto.
ITEM
NO. SPEC.
ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION
18 Roadway Excavation incl.Haul 2-03 CY 333 * G 5.00 ta;t q4S,oa
19 Crushed Surfacing Top Course(Recycled 4 04 TON 1,552
Concrete) 2O f!=i/, 04 0,oa
20 HMA CL 1/2",PG 64-22" 5-04SP TON 683 N/ 5 p.c,o Q qqr q fD o-a
21 Ductile Iron Pipe,8 In.Diam. 7-04SP IF 25 set I S'p,0 a gj 4 t S 00,O-a
22 Corrugated Polyethylene Storm Sewer Pipe 7.05 LF 409 4 17 O, o C
121n.Diam. ��I,o$D, o�
23 Catch Basin Type 1 7-05 EA 9 &S ooD-0D &4 5,DDa,oc7
24 Saddle Storm Manhole 48" 7-05 EA 1 b 12,006,00 -?(7,o o ),OD
25 Open Grate Locking Lid 7-05SP EA 1 6'q00,00 .K GD D, o a
26 Thru-curb Inlet 7-05SP EA 7 4 00,00 4 ‘,3 era,or) ,
27 Adjusted Catch Basin Lid 7-05SP EA 3 9 (406,aD 1 , Z D o,tro
28 Adjust Manhole Lid 7-05 EA 5 bit (bo,oa A S,SD o.
29 Adjust Water Valve Box 7-05SP EA 1 6' 1/00,oil .6 goD.Db
30 Adjust Utility Lid 7-05SP EA 20 9 1 5'O,Oo .b 3,0 oo,Pb
31 Hydrant Assembly 7-14.5 EA 1 ba6,000.op I7 2 4 000.00
32 Remove Hydrant and Salvage 2-02.3(7) EA 1 402,DDo•ao .r Z,0 00.0-tD
33 Erosion Control and Water Pollution 8 01 LS 1 o b /
Prevention v!,000•oo L6 s, oo, oD
34 Inlet Protection 8-01 EA 10 50• u Al 5o0.00
Maplewood Sidewalk Rehabilitation
TED4004265 Schedule of Prices
CAG-25-290 Page 16 October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
SCHEDULE OF PRICES
Maplewood Sidewalk Rehabilitation
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only,in
dollars and cents to two(2)decimal places(including whole dollar amounts).All figures must be clearly legible.Bids with illegible figures
in the Unit Price column will be regarded as nonresponsive and rejected.Where conflict occurs between the unit price and the total
amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto.
ITEM
NO SPEC.
ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION
35 Seeded Lawn Installation 8-02 SY 1,333 A 2. 00 7OC•az)
36 Topsoil,Type A(2"Depth) 8 02SP CY 310 3 S, v O A*117 5' .as
37 Cement Conc.Traffic Curb and Gutter 8-04 LF 1,731 S ce,p0 k' •6 SSD.Oo
38 Cement Conc.Driveway Entrance 6" 8-06SP SY 603 6190,00 tf N 4 ZO,oD
Monument Case and Cover(Adjust or
39 Replace) 8-13 EA 3 S q 0 b.DO J f 7 o O,od
40 Monument,Monument Case&cover 8-13 EA 1 a s�•po if 2,S o o.eq.)
41 Cement Conc.Sidewalk 4" 8-14 SY 790 '1 i 5,00 Arq(2,'So.e
42 Cement Conc.Sidewalk 10" 8-14 SY 78 b,2 ao a It uD•oa
43 Detectable Warning Surface 8-14 SF 62 b 70,00 19 -I r 3 L •as
44 Permanent Signs 8-21 EA 3 k 600.00 't t O.DO
TOTAL BID AMOUNT= A I, /p9 o, -73 /* So
*NOTE:All applicable sales tax shall be included in the unit and lump sum bid price per section 1-07.2(1)and WAC 458-20-171.
Maplewood Sidewalk Rehabilitation
TED4004265 Schedule of Prices
CAG-25-290 Page 16 October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Failure to return this Declaration as part of the bid proposal package
will make the bid nonresponsive and ineligible for award.
NON-COLLUSION DECLARATION
I, by signing the proposal, hereby declare, under penalty of
perjury under the laws of the United States that the following
statements are true and correct:
1. That the undersigned person(s), firm, association or corporation has
(have) not, either directly or indirectly, entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of
free competitive bidding in connection with the project for which this
proposal is submitted.
2. That by signing the signature page of this proposal, I am
deemed to have signed and to have agreed to the provisions
of this declaration.
NOTICE TO ALL BIDDERS
To report rigging activities call:
1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free
"hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone
with knowledge of possible bid rigging, bidder collusion, or other fraudulent
activities should use the "hotline" to report such activities.
The "hotline" is part of USDOT's continuing effort to identify and investigate
highway construction contract fraud and abuse and is operated under the
direction of the USDOT Inspector General. All information will be treated
confidentially and caller anonymity will be respected.
SR
DOT Form 272-0381 EF
07/2011
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
�iWashington State
Department of Transportation Subcontractor List
Prepared in compliance with RCW 39.30.060 as amended
To Be Submitted with the Bid Proposal
/
Project Name IG1pi,eM c7nvk 5,'dewatl-c Rek.uh-' Ir -dal 'lDh
Failure to list subcontractors with whom the bidder,if awarded the contract,will directly subcontract for performance of the
work of structural steel installation, rebar installation, heating,ventilation and air conditioning, plumbing,as described in
Chapter 18.106 RCW,and electrical,as described in Chapter 19.28 RCW or naming more than one subcontractor to perform
the same work will result in your bid being non-responsive and therefore void.
Subcontractor(s)with whom the bidder will directly subcontract that are proposed to perform the work of structural steel installation,
rebar installation, heating. ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as
described in Chapter 19.28 RCW must be listed below.The work to be performed is to be listed below the subcontractor(s) name.
If RCW 39.30.060 requires a proof of license,the license number of that Subcontractor is required. To the extent the Project
includes one or more categories of work referenced in RCW 39.30.060,and no subcontractor is listed below to perform such
work,the bidder certifies that the work will either(i)be performed by the bidder itself,or(ii) be performed by a lower tier
subcontractor who will not contract directly with the bidder.
Subcontractor Name r(-eL ,`Lu/
(and License Number if required)
Work to be performed 14/6 4.. rl.' (
Subcontractor Name n( At`
(and License Number if required) )
Work to be performed VV IV% ( ✓i -(Gc
Subcontractor Name
(and License Number if required)
Work to be performed IV D 4- i'h ( o n,1 rU
Subcontractor Name 1 €6u< 14 S4-on I(w4 L'D�
(and License Number if required)
Work to be performed O 4— /l1 I et
Subcontractor Name 5 4.(iA(.)t-(.t(a I S/-e u e,t.>L ✓D 7
(and License Number if required)
Work to be performed ?/V 4- ,`i1 (vvt &t 4-
.Bidder's are notified that it is the opinion of the enforcement agency that PVC or metal conduit,junction boxes, etc, are considered
electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical
current is connected during the project_
DOT Form 271-015 Revised 06/2025
•Previous Versions Obsolete•
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
4 :e..'
APWA-WA Division 1 Committee rev. 5/13/2022
Proposal for Incorporating Recycled Materials into the Project
In compliance with RCW 70A.205.700, the Bidder shall propose below, the total percent of
construction aggregate and concrete materials to be incorporated into the Project that are
recycled materials. Calculated percentages must be within the amounts allowed in Section
9-03.21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the
Standard Specifications.
Proposed total percentage: /D percent.
Note: Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference. and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie-breaker. per the APWA GSP in Section 1-03. 1 of the Special
Provisions. Regardless. the Bidder's stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project, in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Bidder: }-C.ttG -V ( ton S 4_2cC4.,v n
Signature of Authorized Official: //,
Date: 1 b /i L f / a 5
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
WWashington State
APIII Department of Transportation
Contractor Certification
Wage Law Compliance - Responsibility Criteria
Washington State Public Works Contracts
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL
MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm
identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final
and binding citation and notice of assessment issued by the Washington State Department of Labor and
Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully
violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three
(3) years prior to the date of the Call for Bids.
Bidder Name: ic` -v o r' di. ri
Name of Contractor/Bidder-Print full legal entity name of firm
By: ignature (/- l rl r kva( / e
of authorized person Print Name of person making certifications for firm
Title: P` e S �`��144- Place: 2 ert)La h , w4-
Title of person signing certificate Print city and state where signed
Date: f o /I Li iv S
Form 272-009
082017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROPOSAL SIGNATURE PAGE
et
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum No. Date of Receipt Addendum No. Date of Receipt
3 6
Note:a Proposal maybe considered irregular and maybe rejected if the receipt of Addenda is not
acknowledged.
The Bidder is hereby advised that by signature of this proposal, he/she is deemed to have
acknowledged all requirements and signed all certificates contained herein.
ktc -ve (
[ gnature of Authorized Official]* [Business Name]
INu t ct K..e pp 1 D,(
[Printed Name] [Address Line 1]
a€5 �`GtQ 1 vt�-o .-� , 1Vf4 Gl SvTF
[Title] [Address Line 2]
Io /Ici fa S a06 -,51'5— q2 (
[Date] [Telephone Number]
"Note:Evidence of the site's authority to lion the Proposal on behalf of the business entity
shall be submitted with the Bid, Otherwise,the submitted..Bid will be consideredirregula and non-
respon-sive andfhe.Bid willte_rejected.
Note:The address and phone number listed will be used for all communications regarding this Proposal.
Type of business entity(e.g. corporation, partnership,etc.)
State of Incorporation, or State where business entity was formed:
Contract Documents Page 18
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
WA State Contractor's Registration# k aI V L+` i-23 et 3
UBI# 6 0 a 6 57 -2
Industrial Insurance Account# ircq/ •6 - ° I
Employment Security Department# L/2'g s °°S
State Excise Tax Registration# b r '3 7 6 S 77
DUNS# oq -.RR-7 -756 S
The Surety Company which will furnish the required Contract Bond is:
aaoye l 1-01 s c.L(Gt✓ILL 60/ at/, �r
o ti ' 2q eye,
[Surety] [Address Line 1]
Z n G - d '5 ea./ e Lv/A e /o
[Telephone Number] [Address Line 2]
Contract Documents Page 19
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
PROPOSAL BID BOND TO THE CITY OF RENTON
• .,
KNOW ALL MEN BYTH ESE PRESENTS,That we, [Bidder] Kar-Vel Construction, Inc.
of [address] P.O. Box 58275, Renton, WA 98058
as Principal, and [Surety] Swiss Re Corporate Solutions America Insurance Corporation
a corporation organized and existing under the laws of the State of Missouri
as a surety corporation. and qualified under the laws of the State of Washington to become surety
upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and
firmly bound unto the City of Renton in the full sum of five (5) percent of the total amount of the
proposal of said Principal for the work hereinafter described,for the payment of which, well and truly
to be made.we bind ourselves and our heirs, executors, administrators and assigns, and successors
and assigns,jointly and severally, firmly by these presents.
The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her
or its sealed proposal for the following public works construction project, to wit:
Maplewood Sidewalk Rehabilitation
said bid and proposal,by reference thereto. being made a part hereof.
NOW. THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be
awarded to said Principal, and if said Principal shall duly make and enter into and execute said
contract and shall furnish contract bond as required by the City of Renton within a period of ten
(10)days from and after said award. exclusive of the day of such award,then this obligation shall be
null and void, otherwise it shall remain and be in full force and effect.
IN THE EVENT, the Principal, following award, fails to execute an Agreement with the City of Renton
in accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties
approved by the City of Renton within ten (10) days from and after said award, then Principal shall
forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of
Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352.
This Proposal Bid Bond shall be governed and construed by the State of Washington, and venue shall
be in Kng County, Washington.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and
sealed this 14th day of, October 2025
Contract Documents Page 20
Maplewood Sidewalk Rehabilitation October 2025
PRINCIPAL SURETY
Kar-Vel Construction, Inc. Swiss Re Corporate Solutions America Insurance Corporation
[PRIN [SURETY]
[ g ature of Authorized Official] [Signature of Authorized Official]
1-C V' alAitel Katharine J. Snider
[Printed Name] [Printed Name]
p(e f;( en i. Attorney-in-Fact
[Title] [Title]
10/14/2025 10/14/2025
[Date] [Date]
Name and address of local office of Propel Insurance
Agent and/or SURETYCompany:
601 Union Street, Suite 3400
Seattle, WA 98101
Telephone:(206)676-4200
Surety WAOIC# 965
Surety NAIC# 29874
Contract Documents Page 21
Maplewood Sidewalk Rehabilitation October 2025
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 make,constitute and appoint:
ERIC A.ZIMMERMAN,CHRISTOPHER KINYON,JAMIE L.MARQUES,JAMES B.BINDER,CARLEY ESPIRITU,HOLLI ALBERS,ALICEON A.KELTNER,
CYNTHIA L.JAY,ANNELIES M.RICHIE,BRANDON K BUSH,KATHARINE J.SNIDER,LINDSEY ELAINE JORGENSEN,AMELIA G.BURRILL,JUSTIN DEAN PRICE,
ALYSSA J.LOPEZ,SARAH WHITAKER,JULIANNE MORRIS,CHARLA M.BOADLE,JULIE A.CRAKER,and TRAVIS J.ROBLES 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 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:
TWO HUNDRED MILLION($200,000,000.00)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
bindine upon the Corporation when so affixed and in the future with regard to any bond.undertaking or contract of surety to which it is attached."
•' HS AME .` NS PRF
r G = F G By ti .
SEALoz. =�: .c David Satory,Senior Vice Preddeat of SRCSAIC&Senior Vice President Lf SEAL \
m- S E A L •n: of SRCSPIC&Senior Vice President of WIC g•+
=•'• 1973 ' 0• !R — 4 •
tzre
', �S.MiSSOu?asa°.' =.A,P..•.MIss0Ot y.�°' By ��v UUU
',,�� �,,,*,,,,�..�•`�; ''ma's./ N4�*��M,,.•``••` Gerald Jagraevdd,Vice PreeWent of SRCSAIC&Vice President of SRCSPIC �..
&Vice Preddent of WIC
IN WITNESS WHEREOF,SRCSAIC,SRCSPIC,and WIC have caused their official seals to be hereunto affixed,and these presents to be signed by their
authorized officers
this 2ND day of DECEMBER ,20 24
Swiss Re Corporate Solutions America Insurance Corporation
State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation
County of Cook El Westport Insurance Corporation
On this 2ND 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.
szMa
•_` Karen S. rneda,Nolan.'
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 fall force and effect.
IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 14th day October ,2025 =
Jeffrey Goldberg,Senior Vice President&
Assistant Secretary of SRCSAIC and
SRCSPIC and WIC