Loading...
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