Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agenda 06/24/2025 Item #16C2 (Award of Bid to Powerserve Technologies for SCRWTP Electrical Reliability Project Phase IIB in the amount of $2,935,000 (Project No. 70069))
6/24/2025 Item # 16.C.2 ID# 2025-1749 Executive Summary Recommendation that the Board of County Commissioners, as the ex officio Governing Board of the Collier County Water-Sewer District, award Invitation to Bid No. 25-8339 to Powerserve Technologies, Inc., for the SCRWTP Electrical Reliability Phase IIB project in the amount of $2,935,000, authorize an Owner’s Allowance of $100,000, and authorize the Chairman to sign the attached Agreement. (Project No. 70069) OBJECTIVE: The public purpose is to maintain the water system’s reliability and sustainability. This action is to replace aging electrical equipment at the South County Regional Water Treatment Plant (SCRWTP). CONSIDERATIONS: The SCRWTP consists of two treatment processes, lime softening and reverse osmosis. The lime softening improvements were completed in 1986, and the reverse osmosis improvements were completed in 2007. The lime softening process has a total permitted capacity of 12 million gallons per day of potable water. The reverse osmosis process has a total permitted capacity of 20 million gallons per day of potable water. The scope of this project includes replacing the existing power distribution panels and manual transfer switches in the reverse osmosis building. The existing electrical equipment being replaced is aging, with many components nearing or exceeding their expected service life. Completing regular maintenance on this electrical equipment has become increasingly challenging due to the limited availability of replacement parts. New electrical equipment is needed to replace the existing equipment, allowing Plant staff to safely maintain these critical electrical assets and ensure the water plant maintains a reliable and sustainable potable water service for the benefit of the public. On November 16, 2023, the Procurement Services Division issued Construction ITB Solicitation No. 24-8201, South County Regional Water Treatment Plant Electrical Reliability Phase 2 project to 34,297 vendors. Fifty-two vendors viewed the bid package, but the County did not receive any bids by the January 4, 2024, deadline. On January 24, 2024, the Procurement Services Division issued Construction ITB Solicitation No. 24-8201R, South County Regional Water Treatment Plant Electrical Reliability Phase 2, to 36,056 vendors. Sixty-two vendors viewed the bid package, and the County received one bid by the March 7, 2024, submission deadline. In this second solicitation effort, the sole bid, totaling $8,500,000, significantly exceeded the County’s budgetary estimate. Due to the high cost and limited vendor participation, the County elected to cancel the solicitation and resolicit at a later date. To promote competition and attract additional vendors, the project was restructured into two smaller deliverables: SCRWTP Electrical Reliability Phase IIA and Phase IIB. On December 9, 2024, the Procurement Services Division issued Invitation to Bid No. 25-8339, SCRWTP Electrical Reliability Phase IIB. The County advertised the solicitation for forty-five and received one bid by the January 23, 2025, submission deadline as summarized below: Company Name City County State Amount Responsive/ Responsible Powerserve Technologies, Inc. Jupiter Palm Beach FL $2,935,000.00 Yes/Yes Staff reviewed the bid and found Powerserve Technologies, Inc., to be a responsive and responsible. Staff recommends that the attached Agreement be awarded to Powerserve Technologies, Inc. for its low bid amount of $2,935,000. In addition to the total bid amount, staff have allocated $100,000 as an Owner’s Allowance to address potential unforeseen site conditions that might be encountered during construction, which will be included in the Purchase Order. The allowance will be used only as directed by the County, if necessary, with proper supporting documentation to be submitted by the contractor for any additional work that is authorized and actually performed. The County’s engineering consultant, Carollo Engineers, Inc., evaluated the bid and determined that Powerserve Page 1897 of 3580 6/24/2025 Item # 16.C.2 ID# 2025-1749 Technologies, Inc., met all the qualifications required for this project and submitted a responsive and responsible bid. Powerserve Technologies’ bid is approximately 18% higher than Carollo’s $2,470,167.79 opinion of probable cost for the work. Powerserve Technologies, Inc., has been registered to do business in Florida since 1982 and has performed work for other Florida public agencies. County staff recommends that the Board award Powerserve Technologies, Inc., Bid No. 25-8339, and approve the attached Agreement in the amount of $2,935,000, along with an Owner’s Allowance in the amount of $100,000. This item is consistent with the Collier County strategic plan objective to plan and build public infrastructure and facilities to effectively, efficiently, and sustainably meet the needs of our community. It is further in support of the Infrastructure and Asset Management Strategic Focus Area’s objectives to optimize the useful life of all public infrastructure resources through proper planning and preventative maintenance as well as use the Annual Update and Inventory Report (AUIR) and other planning tools to establish and implement plans that concurrently provide public infrastructure. FISCAL IMPACT: Funding in the total amount of $2,935,000 is needed for the SCRWTP Electrical Reliability Phase IIB project (Project No. 70069). Funding is available within the Water User Fee Capital Fund (4012). GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities and to remain in compliance with all regulatory requirements. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: Recommendation that the Board of County Commissioners, as the ex officio Governing Board of the Collier County Water-Sewer District, award Invitation to Bid No. 25-8339 to Powerserve Technologies, Inc., for the SCRWTP Electrical Reliability Phase IIB project in the amount of $2,935,000, authorize an Owner’s Allowance of $100,000, and authorize the Chairman to sign the attached Agreement. (Project No. 70069) PREPARED BY: Benjamin N. Bullert, P.E., Supervisor - Project Management, Public Utilities Engineering and Project Management Division ATTACHMENTS: 1. 25-8339 - NORA 2. 25-8339 - Bid Tabulation 3. 25-8339 - DELORA 4. 25-8339 - Vendor Signed_Powerserve 5. 25-8339 - COI Page 1898 of 3580 Notice of Recommended Award Solicitation: 25-8339 Title: SCRWTP Electrical Reliability Phase IIB Due Date and Time: January 23, 2025, at 3:00 PM EST Respondents: Company Name City County State Total Bid Amount Responsive/Responsible Powerserve Technologies, Inc. Jupiter Palm Beach County FL $2,935,000.00 Yes/Yes Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On December 9, 2024, the Procurement Services Division issued Construction Invitation to Bid (ITB) No. 25- 8339, SCRWTP Electrical Reliability Phase IIB, to two thousand five hundred and forty (2,540) vendors. The solicitation was advertised for a total of forty-five (45) days. Four hundred and forty (440) vendors viewed the bid package, and the County received one (1) bid by January 23, 2025, the submission deadline. Staff reviewed the bid received, and the bidder was deemed responsive and responsible as shown above. Staff determined that Powerserve Technologies, Inc., is the lowest responsive and responsible bidder. Staff recommends the contract be awarded to Powerserve Technologies, Inc., the lowest responsive and responsible bidder, based on the award of the total bid amount of $2,935,000.00. In addition to the total bid amount, staff has allocated $100,000.00 in Owner’s Allowance, for Owner’s use as directed. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 24366C8E-FB32-4F79-BED6-9EBA11E6407A 3/4/2025 3/4/2025 3/4/2025 Page 1899 of 3580 Project Manager: Ben Bullert Procurement Strategist: Rita Iglesias Notifications Sent: 2,540 Viewed: 440 Bids Received: 1 Powerserve Technologies, Inc.ENGINEER Item No. Description Units QTY Total Total 1 Mobilization: Mobilization shall not exceed 5% of total bid item. 1 LS $ 146,750.00 $ 100,000.00 2 Demolition: Include labor and materials to remove all existing equipment shown on the contract drawings and identified in the project specifications. Include disposal fees as required.1 LS $ 498,950.00 $ 28,523.61 3 Project Management: Include all labor required for project management including scheduling, coordination of contractor suppliers and subcontractors, deliveries, planning, installation, testing, and all required duties stated in the project specifications and shown on the drawings. 1 LS $ 440,250.00 $ 90,000.00 4 Installation of New Equipment: Include all labor and material including not limited to the new equipment as shown on the contract drawings and identified in the project specifications. The new equipment includes but not limited to: a. Distribution Panels DP-1, DP-2, & DP-3. b. Manual Transfer Switches MTS_DP-1, MTS_DP-2, & MTS_DP-3 1 LS $ 1,496,850.00 $ 2,046,644.18 5 Testing: Include all testing requirements to verify a completely functional system as required. 1 LS $ 146,750.00 $ 130,000.00 6 Final Documentation: As built drawings, O&M's, and test results. 1 LS $ 205,450.00 $ 75,000.00 2,935,000.00$ 2,470,167.79$ Powerserve Technologies, Inc. Yes/No Yes Yes Yes Yes Yes Yes* Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes *Minor Irregularity Bid Tabulation Construction ITB No. 25-8339 SCRWTP Electrical Reliability Phase IIB Staff has allocated $100,000.00 in Owner's Allowance - for Owners Use as Directed. This Allowance will be used only at the Owner's direction to accomplish work due to unforeseen conditions and/or as directed by the Owner. Inclusion of the Allowance as part of the Contract Price is not a guarantee that the Contractor will be paid any portion or the full amount of the Allowance. Expenditures of Owners Allowance will be made through Change Order with proper documentation of Time and Materials supporting the change. Vendor Declaration Statement (Form 10) Conflict of Interest Affidavit (Form 9) Insurance and Bonding Requirements (Form 8) TOTAL BID AMOUNT: Bid Schedule Bid Bond (Form 7) Trench Safety Act Acknowledgement (Form 6) Statement of Experience of Bidder (Form 5) List of Major Subcontractors (Form 4) Material Manufacturers (Form 3) Contractors Key Personnel Assigned to Project - (Form 2) Bid Response Form (Form 1) Electrical Contractor’s License or identify proposed electrical subcontractor and provide evidence of the electrical subcontractor’s license. SunBiz W-9 E-Verify Immigration Affidavit Certification (Form 11) Opened By: Rita Iglesias Witnessed By: Barbara Lance Date: 1/23/2025 3:00 PM EST Page 1900 of 3580 Page 1901 of 3580 Page 1902 of 3580 Page 1903 of 3580 Page 1904 of 3580 Page 1905 of 3580 Page 1906 of 3580 Page 1907 of 3580 Page 1908 of 3580 Page 1909 of 3580 Page 1910 of 3580 Page 1911 of 3580 Page 1912 of 3580 Page 1913 of 3580 Page 1914 of 3580 Page 1915 of 3580 Page 1916 of 3580 Page 1917 of 3580 Page 1918 of 3580 Page 1919 of 3580 Page 1920 of 3580 Page 1921 of 3580 Page 1922 of 3580 Page 1923 of 3580 Page 1924 of 3580 Page 1925 of 3580 Page 1926 of 3580 Page 1927 of 3580 Page 1928 of 3580 Page 1929 of 3580 Page 1930 of 3580 Page 1931 of 3580 Page 1932 of 3580 Page 1933 of 3580 Page 1934 of 3580 Page 1935 of 3580 Page 1936 of 3580 Page 1937 of 3580 Page 1938 of 3580 Page 1939 of 3580 Page 1940 of 3580 Page 1941 of 3580 Page 1942 of 3580 Page 1943 of 3580 Page 1944 of 3580 Page 1945 of 3580 Page 1946 of 3580 Page 1947 of 3580 Page 1948 of 3580 Page 1949 of 3580 Page 1950 of 3580 Page 1951 of 3580 Page 1952 of 3580 Page 1953 of 3580 Page 1954 of 3580 Page 1955 of 3580 Page 1956 of 3580 Page 1957 of 3580 Page 1958 of 3580 Page 1959 of 3580 Page 1960 of 3580 Page 1961 of 3580 Page 1962 of 3580 Page 1963 of 3580 Page 1964 of 3580 Page 1965 of 3580 Page 1966 of 3580 Page 1967 of 3580 Page 1968 of 3580 Page 1969 of 3580 Page 1970 of 3580 Page 1971 of 3580 Page 1972 of 3580 Page 1973 of 3580 Page 1974 of 3580 Page 1975 of 3580 Page 1976 of 3580 Page 1977 of 3580 Page 1978 of 3580 Page 1979 of 3580 Page 1980 of 3580 Page 1981 of 3580 Page 1982 of 3580 Page 1983 of 3580 Page 1984 of 3580 Page 1985 of 3580 Page 1986 of 3580 Page 1987 of 3580 Page 1988 of 3580 Page 1989 of 3580 Page 1990 of 3580 Page 1991 of 3580 Page 1992 of 3580 Page 1993 of 3580 Page 1994 of 3580 Page 1995 of 3580 Page 1996 of 3580 Page 1997 of 3580 Page 1998 of 3580 Page 1999 of 3580 Page 2000 of 3580 Page 2001 of 3580 Page 2002 of 3580 Page 2003 of 3580 Page 2004 of 3580 Page 2005 of 3580 Page 2006 of 3580 Page 2007 of 3580 Page 2008 of 3580 Page 2009 of 3580 Page 2010 of 3580 Page 2011 of 3580 Page 2012 of 3580 Page 2013 of 3580 Page 2014 of 3580 Page 2015 of 3580 Page 2016 of 3580 Page 2017 of 3580 Page 2018 of 3580 Page 2019 of 3580 Page 2020 of 3580 Page 2021 of 3580 Page 2022 of 3580 Page 2023 of 3580 Page 2024 of 3580 Page 2025 of 3580 Page 2026 of 3580 Page 2027 of 3580 Page 2028 of 3580 Page 2029 of 3580 Page 2030 of 3580 Page 2031 of 3580 Page 2032 of 3580 Page 2033 of 3580 Page 2034 of 3580 Page 2035 of 3580 Page 2036 of 3580 Page 2037 of 3580 Page 2038 of 3580 Page 2039 of 3580 Page 2040 of 3580 Page 2041 of 3580 Page 2042 of 3580 Page 2043 of 3580 Collier County Florida Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1.Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $_1,000,000__ single limit per occurrence 3.Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000_____single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit Shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_1,000,000__ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $__________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $__________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ ___________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence Page 2044 of 3580 7.Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9.Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. GG – 11/4/24 ______________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications, agrees to maintain these coverages through the duration of the agreement and/or work performance period, and that the evidence of insurability may be required within five (5) days of notification of recommended award of this solicitation. Page 2045 of 3580 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 2/14/2025 (561) 721-3746 38318 Powerserve Technologies, Inc 15074 PARK OF COMMERCE BLVD Jupiter, FL 33478 27847 NA A 1,000,000 X 1000090763251 2/21/2025 2/21/2026 300,000 10,000 1,000,000 2,000,000 2,000,000 EMPLOYEE BENEFI 2,000,000 1,000,000A X 1000679538251 2/21/2025 2/21/2026 5,000,000A 1000095611251 2/21/2025 2/21/2026 5,000,000 10,000 B WFL502424211 8/1/2024 8/1/2025 1,000,000 N 1,000,000 1,000,000 C Contractor Pollution B0621PPOWE002825 2/21/2025 Each Claim 2,000,000 For any and all work performed on behalf of Collier County Collier County Board of County Commissioners, or Board of County Commissioners in Collier County, or Collier County Government or Collier County are Additional Insured with respect to General Liability & is primary and non-contributory when required by written contract per form #OG242, OG243 & OG023 and Additional Insured with respect to Auto Lability & is primary and non-contributory per form #SICA-1016 & CA0449 Collier County Board of County Commissioners 3295 Tamiami Trail E Naples, FL 34112 POWETEC-04 CANHAML Insurance Office of America Abacoa Town Center 1200 University Blvd, Suite 200 Jupiter, FL 33458 Dianne Klaus Dianne.Klaus@ioausa.com Starr Indemnity & Liability Company Insurance Company of the West Lloyd's X 2/21/2026 X X X X X X Page 2046 of 3580