HomeMy WebLinkAboutReed Trucking & Excavating, Inc. REED ,
�
TRUCKING & EXCAVATING
'EXCELLENCE IN CIVIL CONSTRUCTION SINCE 1998'
11616 24`h Ave E �
Tacoma, WA 98445
• = NTON
OCT 14 2025
RECEIVED
CITY CLERK'S OFFICE
rN C I E4U
1 O S S So c,�4-►-. Gv- y ( 3°.3.i
..1K/.. /1171:111
7 4-0,,,, 6.)A q 6o 5'?
MO
s;c, : ran ovle 30oel S►'de l 1: T •alo;1:4-E. --,vJn
G3,-1 P 43T&D tiOz-i 65
C.ov4 i-- 0 CA61 -9.5-,2icio
I
PROJECT PROPOSAL
Project: Maplewood Sidewalk Rehabilitation
Federal Aid No: N/A
City Project Number: TED4004265
City Contract Number: CAG-25-290
Company: Reed Trucking & Excavating, Inc.
Address: 11616 24th Ave E Tacoma, WA 98445
Phone Number: 253-841-4837
Fax Number:
Total Bid Amount: $ 825,000.00
(Total of Bid Schedule)
Contract Documents Page 11
Maplewood Sidewalk Rehabilitation October 2025
PROPOSAL COVER PAGE
Rik cz Maplewood Sidewalk Rehabilitation
TO THE CITY OF RENTON
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 by which 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 evidence of good faith, pursuant to RCW 35.23.352(1),an original Bid Proposal Deposit in the
form of(check one)
X 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(10)days 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
SCHEDULE OF PRICES
?R 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 $15,000.00 $15,000.00
2 ADA Features Surveying 1-05 LS 1 $3,000.00 $3,000.00
3 Record Drawings 1-05SP LS 1 $2,000.00 $2,000.00
4 SPCC Plan 1-07.15 LS 1 $500.00 $500.00
5 Mobilization 1-09 LS 1 $75,000.00 $75,000.00
6 Work Zone Safety Contingency 1-10SP FA 1 $25,000.00 $25,000.00
7 Pedestrian Traffic Control 1-10 LS 1 $20,000.00 $20,000.00
8 Flaggers 1-10 HR 10 $80.00 $800.00
9 Other Traffic Control Labor 1-10 HR 100 $90.00 $9,000.00
10 Construction Signs Class A 1-10SP SF 1,000 $15.00 $15,000.00
11 Other Temporary Traffic Control Devices 1-10 LS 1 $15,000.00 $15,000.00
12 Clearing and Grubbing 2-01 SF 10,145 $3.00 $30,435.00
13 Native Growth Protection Fence 2-01 LF 115 $5.00 $575.00
14 Removal of Structures and Obstructions 2-02 EST 1 $10,984.00 $10,984.00
15 Removal of Portions of Existing Concrete 2-02 SY 279 $20.00 $5,580.00
16 Removal of Pavement,Sidewalks,Curbs,& 2-02 SY 4,408
Gutters $12.00 $52,896.00
Maplewood Sidewalk Rehabilitation
TED4004265 Schedule of Prices
CAG-25-290 Page 14 October 2025
SCHEDULE OF PRICES
IIR 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 SPEC.
NO. ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION
17 Pothole existing utilities 2-03SP EA 10 $300.00 $3,000.00
18 Roadway Excavation incl.Haul 2-03 CY 333 $60.00 $19,980.00
19 Crushed Surfacing Top Course(Recycled 4_04 TON 1,552
Concrete) $50.00 $77,600.00
20 HMA CL 1/2",PG 64-22" 5-04SP TON 683 $135.00 $92,205.00
21 Ductile Iron Pipe,8 In.Diam. 7-04SP LF 25 $200.00 $5,000.00
22 Corrugated Polyethylene Storm Sewer Pipe 7.05 LF 409
12 In.Diam. $135.00 $55,215.00
23 Catch Basin Type 1 7-05 EA 9 $2,000.00 $18,000.00
24 Saddle Storm Manhole 48" 7-05 EA 1 $7,500.00 $7,500.00
25 Open Grate Locking Lid 7-05SP EA 1 $650.00 $650.00
26 Thru-curb Inlet 7-OSSP EA 7 $850.00 $5,950.00
27 Adjusted Catch Basin Lid 7-05SP EA 3 $250.00 $750.00
28 Adjust Manhole Lid 7-05 EA 5 $500.00 $2,500.00
29 Adjust Water Valve Box 7-05SP EA 1 $500.00 $500.00
30 Adjust Utility Lid 7-05SP EA 20 $250.00 $5,000.00
31 Hydrant Assembly 7-14.5 EA 1 $14,000.00 $14,000.00
32 Remove Hydrant and Salvage 2-02.3(7) EA 1 $1,000.00 $1,000.00
Maplewood Sidewalk Rehabilitation
TED4004265 Schedule of Prices
CAG-25-290 Page 15 October 2025
SCHEDULE OF PRICES
0 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.33 Erosion Control and Water Pollution 8-01 LS 1
Prevention $5,000.00 $5,000.00
34 Inlet Protection 8-01 EA 10 $75.00 $750.00
35 Seeded Lawn Installation 8-02 SY 1,333 $5.00 $6,665.00
36 Topsoil,Type A(2"Depth) 8-02SP CY 310 $75_00 $23,250.00
37 Cement Conc.Traffic Curb and Gutter 8-04 LF 1,731 $30.00 $51,930.00
38 Cement Conc.Driveway Entrance 6" 8-06SP SY 603 $95.00 $57,285.00
39 Monument Case and Cover(Adjust or 8-13 EA 3
Replace) $2,000.00 $6,000.00
40 Monument,Monument Case&cover 8-13 EA 1 $3,500.00 $3,500.00
41 Cement Conc.Sidewalk 4" 8-14 SY 790 $80.00 $63,200.00
42 Cement Conc.Sidewalk 10" 8-14 SY 78 $150.00 $11,700.00
43 Detectable Warning Surface 8-14 SF 62 $50.00 $3,100.00
44 Permanent Signs 8-21 EA 3 $1,000.00 $3,000.00
TOTAL BID AMOUNT= $825,000.00
"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
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 272-0361 EF
07/2011
lk
0 Washington 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 Maplewood Sidewalk Rehabilitation
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 Reed Trucking & Excavating, Inc.
(and License Number if required)
Work to be performed Rebar Installation
Subcontractor Name Reed Trucking & Excavating, Inc.
(and License Number if required)
Work to be performed Structural Steel
Subcontractor Name Transportation Systems, Inc. - If Needed
(and License Number if required)
Work to be performed Fle.ctrical
Subcontractor Name
(and License Number if required)
Work to be performed
Subcontractor Name
(and License Number if required)
Work to be performed
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•
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: 0 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: Reed Trucking & Excavating. Inc.
Signature of Authorized Official:
Date: 10/14/2025
Washington State
W� 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: Reed Trucking & Excavating, Inc.
Name of Contractor/Bidder-Print full legal entity name of firm
By: Dustin Wright
Signature of authorized person Print Name of person making certifications for firm
Title: Vice President Place: Tacoma. WA
Title of person signing certificate Print city and state where signed
Date: 10/14/2025
Form 272-009
08/2017
PROPOSAL SIGNATURE PAGE
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
1 10/06/2025 4
2 10/1 n/2n25 5
3 10/10/2025 6
Note:a Proposal maybe considered irregular and may be 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.
Reed Trucking & Excavating, Inc.
[Signature of Authorized Official]* [Business Name]
Dustin Wright 11616 24th Ave E
[Printed Name] [Address Line 1]
Vice President Tacoma, WA 98445
[Title] [Address Line 2]
10/14/2025 360-701-0997
[Date] [Telephone Number]
*Note:Evidence of the signatory's authority to sign the Proposal on behalf of the business entity
shall be submitted with the Bid Otherwise, the submitted Bid will be considered irregular and non-
responsive and the Bid will be 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.)
Corporation
State of Incorporation, or State where business entity was formed:
Washington
Contract Documents Page 18
Maplewood Sidewalk Rehabilitation October 2025
WA State Contractor's Registration# REEDTEI016JW
UBI# 601-915-034
Industrial Insurance Account# 983,104-00
Employment Security Department# 093121-0-04
State Excise Tax Registration# 601-915-034
DUNS# N/A
The Surety Company which will furnish the required Contract Bond is:
Endurance Assurance Company PO Box 2940
[Surety] [Address Line 1]
253-759-2200 Tacoma, WA 98401
[Telephone Number] [Address Line 2]
Contract Documents Page 19
Maplewood Sidewalk Rehabilitation October 2025
G\-1Y o PROPOSAL BID BOND TO THE CITY OF RENTON
MIF
KNOW ALL MEN BYTHESE PRESENTS,That we, [Bidder] Reed Trucking & Excavating, Inc.
of [address] 11616 24th Ave E, Tacoma, WA 98445
as Principal, and [Surety] Endurance Assurance Corporation
a corporation organized and existing under the laws of the State of Delaware
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 bythese 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 20 25
Contract Documents Page 20
Maplewood Sidewalk Rehabilitation October 2025
PRINCIPAL SURETY
Reed Trucking & Excavating, Inc. Endurance Assurance Corporation
[PRINCIPAL] [SURETY]
[Signature of Authorized Official] [Si e o utho 'ze icial
OtA54-irl Jsz,;3Ki- Carley Espiritu
[Printed Name] [Printed Name]
Vitae P,ZP,Si de- 4.- 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: P.O. Box 2940
Tacoma, WA 98401
Telephone: (253) 759-2200
Surety WAOIC# 11551
Surety NAIC# 500129
Contract Documents Page 21
Maplewood Sidewalk Rehabilitation October 2025
♦ i f
•
•
•
' .. ._•-.w"' .
` `
•
•
di, SOMPO INTERNATIONAL POWER OF ATTORNEY
��,' AMIGMEMENNIMMI
3469
KNOW ALL BY THESE PRESENTS,that Endurance Assurance Corporation,a Delaware corporation("EAC"),Endurance American Insurance Company,a Delaware
corporation("EAIC"),Lexon Insurance Company,a Texas corporation("LIC"),and/or Bond Safeguard Insurance Company,a South Dakota corporation("BSIC"),each,
a"Company"and collectively,"Sompo International,"do hereby constitute and appoint:Aliceon A.Keltner,Eric A.Zimmerman,James B. Binder,Brandon K.Bush,
Jacob T.Haddock,Jamie L.Marques,Carley Espiritu,Christopher Kinyon,Brent E.Heilesen, Annelies M.Richie,HoIli Lagerquist,Michael S.Mansfield,Donald
Percell Shanklin Jr., Kari Michelle Motley, Bryan Richard Ludwick, Tamara A. Ringeisen, Amelia G. Burrill, Katharine J. Snider, Justin Dean Price, Sherri W.
Hill, Lindsey Elaine Jorgensen,Alexa Manley,Lois F.Weathers,Terrie L.Conard,Sarah Whitaker,Lori J.Kelly,Marian C.Newman,Wesley V.Dasher,Jr.,Charla
M.Boadle,Julie A.Craker,Travis J.Robles as true and lawful Attorney(s)-In-Fact to make,execute,seal,and deliver for,and on its behalf as surety or co-surety;bonds
and undertakings given for any and all purposes,also to execute and deliver on its behalf as aforesaid renewals,extensions,agreements,waivers,consents or stipulations
relating to such bonds or undertakings provided,however,that no single bond or undertaking so made,executed and delivered shall obligate the Company for any portion of
the penal sum thereof in excess of the sum of One Hundred Million Dollars($100,000,000.00).
Such bonds and undertakings for said purposes,when duly executed by said attorney(s)-in-fact,shall be binding upon the Company as fully and to the same extent as if
signed by the President of the Company under its corporate seal attested by its Corporate Secretary.
This appointment is made under and by authority of certain resolutions adopted by the board of directors of each Company by unanimous written consent effective the 30th
day of March,2023 for BSIC and LIC and the 17'h day of May,2023 for EAC and EAIC,a copy of which appears below under the heading entitled"Certificate".
This Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the board of directors of each Company by
unanimous written consent effective the 30th day of March,2023 for BSIC and LIC and the 17th day of May,2023 for EAC and EAIC and said resolution has not since
been revoked,amended or repealed:
RESOLVED,that the signature of an individual named above and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto
by facsimile,and any such power of attorney or certificate bearing such facsimile signature or seal shall be valid and binding upon the Company in the future with respect
to any bond or undertaking to which it is attached.
IN WITNESS WHEREOF,each Company has caused this instrument to be signed by the following officers,and its corporate seal to be affixed this 25th day of
May,2023.
Endurance Assurance Corporatiop, Endurance American Lexon Insurance Company Bond Safeguard
In=urayceyGpAipr �� In ura c M C papa
rr r ' 1
By: j, ) BY �C _ '� 1 ,V By:. l t'Lq+ By: fL.cs
RicQhard
r
Richard Appel;,�S,VR.4.4enior Counsel Richard Appel;,SVP.84enior wise! Ric and Appel, _ Senid unsel Ric and AppeI,SVA& enio oun el
o•'. suranoe", s.s�oan 1nso4% : , Nctc,'c'o', J ,D INSURE_
;'G0 G•QPP OR.g j,C‘�%y •c'CC`."C,C2' oRgj,,.'? ppN ��� �'C9 A 'Mtn'-
'C, c�`,,.0': 'Q%G (o'.�: :Jr� p p 7 • ��• SOUTH C1`=
�°; SEAL SEAL •,�,' ;kJ Z • _a; DAKOTA O
'II1- "ro: 1996 ,o '. SEAL *% 0•, INSURANCE 'a=
_ : 2002LAWA z COMPANY
I.Sj•,DELAWARE•'J ry�,DELAWARE 'a3 i V�;11�N, :Zp ;�`
J.
'''4„y,,,n,,,,N,t�,' , 4�� ',,,,i,, �a�, ACKNOWLEDGEMENT ,%'. of <� „.„
moo,
On this 25th day of May,2023,before me,personally came the above signatories known to me,who being duly sworn,did depose and say that he/ttiay't�i' ff ai cer of each
of the Companies;and that he executed said instrument on behalf of each Company by authority of his offic under th by ws of each Companys' '..••.••..oq
- sun
nweaae
By:
wv+r
naK _
Amy Taylor,Not ublic My Commissi$n Expires 3/9%27
CERTIFICATE ,, ;; ,'
I,the undersigned Officer of each Company,DO HEREBY CERTIFY that:
1. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of each Company and has not since been revoked,amended or modified;
that the undersigned has compared the foregoing copy thereof with the original power of attorney,and that the same is a true and correct copy of the original power of
attorney and of the whole thereof;
2.The following are resolutions which were adopted by the board of directors of each Company by unanimous written consent effective 30th day of March,2023 for BSIC
and LIC and the 17th day of May,2023 for EAC and EAIC and said resolutions have not since been revoked,amended or modified:
"RESOLVED,that each of the individuals named below is authorized to make,execute,seal and deliver for and on behalf of the Company any and all bonds,
undertakings or obligations in surety or co-surety with others: RICHARD M.APPEL,MATTHEW E.CURRAN,MARGARET HYLAND,SHARON L.SIMS,
CHRISTOPHER L.SPARRO,
and be it further
RESOLVED,that each of the individuals named above is authorized to appoint attorneys-in-fact for the purpose of making,executing,sealing and delivering bonds,
undertakings or obligations in surety or co-surety for and on behalf of the Company."
3. The undersigned further certifies that the above resolutions are true and correct copies of the resolutions as so recorded and�e whole thereof.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 14th day of October 20 25
Daniel S. •riell retary
NOTICE: U.S.TREASURY DEPARTMENT'S OFFICE OF FOREIGN ASSETS CONTROL IOFAC)
No coverage is provided by this Notice nor can it be construed to replace any provisions of any surety bond or other surety coverage provided. This Notice provides information concerning
possible impact on your surety coverage due to directives issued by OFAC. Please read this Notice carefully.
The Office of Foreign Assets Control (OFAC)administers and enforces sanctions policy, based on Presidential declarations of"national emergency". OFAC has identified and listed
numerous foreign agents,front organizations,terrorists,terrorist organizations,and narcotics traffickers as"Specially Designated Nationals and Blocked Persons". This list can be located
on the United States Treasury's website—httos://www.treasurv.aov/resource-center/sanctions/SDN-List.
In accordance with OFAC regulations,if it is determined that you or any other person or entity claiming the benefits of any coverage has violated U.S.sanctions law or is a Specially
Designated National and Blocked Person,as identified by OFAC,any coverage will be considered a blocked or frozen contract and all provisions of any coverage provided are immediately
subject to OFAC. When a surety bond or other form of surety coverage is considered to be such a blocked or frozen contract, no payments nor premium refunds may be made without
authorization from OFAC. Other limitations on the premiums and payments may also apply.
Any reproductions are void.
Surety Claims Submission:LexonClaimAdministration(rtsompo-intl.com
Telephone:615-553-9500 Mailing Address:Sompo International;12890 Lebanon Road;Mount Juliet,TN 37122-2870
;.i s Tz` C :sue° -.7,7" '"'; .:i ., - --
e
7.t i
y _;.A }
�_�' �4r E;.. 'Y _r ti 4
j D d
, s s
w
X'
J�" • I S_il TP { E _ .
,,�..yi 1 _
ram'
}Ef
v�•
4:i
_ - - r
} 1 \� {
1 ;.
y/`
Y sc%� '�.
• y _
a' y .
r L �� ��'A q'''.
u
•
c rt - - r
•
is f" > 1. r '- '4 ...
'
r "E,4� :�:_.v-t._.a.::�k...,�e-r.� ..>s. �z,. .. �a`tu�• '.ie_.� x. .t..— .l.�h'.a..:.r .w :/..� y�u�:.a .r >. - Yia lti ti Y.
CONSENT OF DIRECTORS
OF
REED TRUCKING & EXCAVATING, INC.
IN LIEU OF ANNUAL MEETING
Pursuant to the provisions of RCW 23B.07.040,the undersigned, being the sole member of the Board of
Directors of REED TRUCKING & EXCAVATING, INC.,a Washington corporation,acting by unanimous
written consent to the taking of the action set forth therein.
RESOLVED:That the following named elected to all the offices of the corporation for the coming year,or
until their successors are elected and qualified:
President: Shawn J. Reed l-L p
Vice President: Dustin Wright (�
Secretary: Connie L.Gordon T61l"
RESOLVED:That all actions by officers of the corporation since the last meeting of the Board of Directors
are hereby ratified and confirmed.
RESOLVED:That the Corporation shall continue to create a budget and forecast for the coming year and
review spending and equipment paid off in 2021.
The execution of the Consent,which may be accomplished in counterparts,shall constitute a written
waiver of any notice required by the Washington Business Corporation Act or Corporation's Articles of
Incorporation and Bylaws.
DATED the 29th of March,2022.
hawn J. Reed Pr i ent
Dustin Wright, Vice President
2e/t/(4,
Connie L. Gordon, Secretary