Loading...
HomeMy WebLinkAboutSascon, LLC. 5&. ccARILL.f__ 2D SE 01.Vd 51-. 0� \foitle , 9(0)--;cg y w_ob Af`" t3l'H(2_s A . CITY OF RENTON OCT 14 2025 RECEIVED ?Itq-Cack- L`J1 CITY CLERKS OFFICE wk.ack_)-ocx) 5t(iurttK ahaoalatTh f*cfi .. Day 0405 014 a„ PROPOSAL COVER PAGE 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) 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(10Lddays 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 PROJECT PROPOSAL Project: Maplewood Sidewalk Rehabilitation Federal Aid No: N/A City Project Number: TED4004265 City Contract Number: CAG-25-290 Company: Sascon, LLC Address: 20211 SE 210th St . Map1P Valley, WA 9Rf-01 Phone Number: 253-651-1374 N/A Fax Number: Total Bid Amount: $ gqiciss (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 ,0' 3, SCHEDULE OF PRICES +111111+ Maplewood Sidewalk Rehabilitation f,,,,c 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 lo,000.00 $10,000.00 2 ADA Features Surveying 1-05 LS 1 $, $3,300.00 N3,300.OU 3 Record Drawings 1-05SP LS 1 $2,000.00 $2,000.00 4 SPCC Plan 1-07.15 LS 1 $L00.00 $500.00 5 Mobilization 1-09 LS 1 a9,000.50 :;89,000.50 6 Roadside Cleanup 2-01 EST 1 25,000.00 25,000.00 7 Pedestrian Traffic Control 1-10 LS 1 o12,000.00 $12,000.00 8 Flaggers 1-10 HR 10 $75.00 $750.00 9 Other Traffic Control Labor 1-10 HR 100 $80.00 $8,000.00 10 Construction Signs Class A 1-10SP SF 1,000 $12.00 $12,000.00 11 Other Temporary Traffic Control Devices 1-10 LS 1 $7,500.00 12 Clearing and Grubbing 2-01 SF 10,145 `.'1.50 $5,217.50 13 Native Growth Protection Fence 2-01 LF 115 $12.00 $1,380.00 14 Removal of Structures and Obstructions 2-02 LS 1 $34,500.00 $34,500.00 15 Removal of Portions of Existing Concrete 2-02 SY 279 $54.o0 $15,066.00 16 Removal of Pavement,Sidewalks,Curbs,& 2-02 SY 4,408 Gutters $35.00 $66,720.00 17 Pothole existing utilities 2-03SP EA 10 $1,200.oo $12,000.00 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 •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.18 Roadway Excavation incl.Haul 2-03 CY 333 $67.qn $22,311.00 19 Crushed Surfacing Top Course(Recycled 4-04 TON 1,552 r Concrete) $49.00 $/6,048.00 20 HMA CL 1/2",PG 64-22" 5-04SP TON 683 $1 0.00 $102,450.00 21 Ductile Iron Pipe,8 In.Diam. 7-04SP LF 25 _20.00 $3,000.00 22 Corrugated Polyethylene Storm Sewer Pipe 7-05 LF 409 $105.00 12 In.Diam. $4 ,945.00 23 Catch Basin Type 7-05 EA 9 $1,800.00 $16,200.00 24 Saddle Storm Manhole 48" 7-05 EA 1 $5,500.00 $5,500.00 25 Open Grate Locking Lid 7-05SP EA 1 $780.00 S780.00 26 Thru-curb Inlet 7-05SP EA 7 $1,200.00 $8,4o0.00 27 Adjusted Catch Basin Lid 7-05SP EA 3 $340.00 $1,020.o0 28 Adjust Manhole Lid 7-05 EA 5 $300.00 $1,500.00 29 Adjust Water Valve Box 7-05SP EA 1 S350 00 $350.00 30 Adjust Utility Lid 7-05SP EA 20 S450.00 $9,000.00 31 Hydrant Assembly 7-14.5 EA 1 $20,000.00 $20,000.00 32 Remove Hydrant and Salvage 2-02.3(7) EA 1 $1,300.00 $1,300.00 Erosion Control and Water Pollution 33 Prevention 8-01 LS 1 15,000.00 $1E,000.00 34 Inlet Protection 8-01 EA 10 $80.00 $800.00 Maplewood Sidewalk Rehabilitation TE04004265 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 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.35 Seeded Lawn Installation 8-02 SY 1,333 $2.00 $2,666.00 36 Topsoil,Type A(2"Depth) 8-02SP CY 310 $70.00 $21,700.00 37 Cement Conc.Traffic Curb and Gutter 8-04 LF 1,731 $41..00 $70,971.00 38 Cement Conc.Driveway Entrance 6" 8-06SP SY 603 $111 .00 $66,933.00 39 Monument Case and Cover(Adjust or 8-13 EA 3 $1,1_00.o0 Replace) $3,300.00 40 Monument, Monument Case&cover 8-13 EA 1 $4,500.00 $4,500.00 41 Cement Conc.Sidewalk 4" 8-14 SY 790 $87.00 $68,730.00 42 Cement Conc.Sidewalk 10" 8-14 SY 78 $185.00 s=4,430.00 43 Detectable Warning Surface 8-14 SF 62 $60.00 $,720.00 44 Permanent Signs 8-21 EA 3 $700.00 $2,100.00 TOTAL BID AMOUNT= $899, 988 . 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 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 272-0361 EF 07l2011 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scai WimaWashington 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 CAG 25-290 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 WVAC - N/A Project under $1 million (and License Number if required) Work to be performed Subcontractor Name Electrical - N/A Project under $1 million (and License Number if required) Work to be performed Subcontractor Name Rebar - N/A Project under $1 million (and License Number if required) Work to be performed Subcontractor Name Structural Steel - N/A Project under $1 million (and License Number if required) Work to be performed Subcontractor Name Plumbing - N/A Project under $1 million (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• Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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- 1 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: Sascon, LLC Signature of Authorized Official: Date: Ibf1 � Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Washington State V� 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: Sascon, LLC Name of Contractor/Bidder-Print full legal entity name of firm By: Derrick Sas S oat of authorized per Print Name of person making certifications for firm Owner - Sascon, LLC Maple Valley, WA Title: Place: Title of person signing certificate Print city and state where signed Date: 01417> Form 272.009 082017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal L-�1., n� 0PROPOSAL SIGNATURE PAGE 4fNTVe= 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 10/3/2025 4 2 101q /(A0, j 5 3 6 Note:a Proposal may be 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. ( Sascon, LLC [Signature of uthorized - ' ]* [Business Name] Derrick Sas 20211 SE 210th St . [Printed Name] [Address Line 1] Owner - Sascon, LLC Maple Valley, WA 98038 [Title] [Address Line 2] I°1#4 '1. 253-651-1374 [Date] [Telephone Number] `Note:Evidence of the signatory's authority to sign the Proposal on behalf of the business entity shalTe_submitted with the d Q herwis_e,_1_hesubmitled Bid will be_consideredlrr ularand.tion- responsive and the Bid wilLbze 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.) Limited Liability Corporation State of Incorporation, or State where business entity was formed: Washington State 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 # sascol*801kf UBI# 604-588-205 Industrial Insurance Account# 236, 904-01 Employment Security Department# 85677-00-5 State Excise Tax Registration# 35-2686106 DUNS# 117716358 The Surety Company which will furnish the required Contract Bond is: Old Republic Surety Company 10260 SW Greenburg Rd. STE 1060 [Surety] [Address Line 1] 503-245-6242 Portland, OR 97223-5509 [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 s410e Nit} KNOW ALL MEN BYTHESE PRESENTS,That we, [Bidder] Sascon, LLC of[address] 20211 SE 210th Street, Maple Valley, WA 98038 as Principal, and [Surety] Old Republic Surety Company a corporation organized and existing under the laws of the State of Wisconsin 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: Maplewo dSidewalkRehabilitation 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 King 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 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Sca] PRINCIPAL SURETY Sascon, LLC Old Republic Surety Company [PRINCIPAL] [SUR su is c [Signature f rized Official] [Signature of ut riz Official] go—SEAL, ` 1N1 Tc Derrick Sas Holli Leuist [Printed Name] [Printed Name] Owner - Sascon LLC Attorney-in-Fact [Title] [Title] October 14, 2025 October 14, 2025 [Date] [Date] Name and address of local office of Propel Insurance Agent and/or SURETYCompany: 1201 Pacific Ave., Suite 1000 Tacoma, WA 98402 Telephone: 253-759-2200 Surety WAOIC# 80588 Surety NAIC# 40444 Contract Documents Page 21 Maplewood Sidewalk Rehabilitation October 2025 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal **** * * * OLD REPUBLIC SURETY COMPANY *** POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance corporation,does make. constitute and appoint: Eric A.Zimmerman.Cynthia L.Jay,Jamie L.Marques.Carley Espiritu,Aliceon A.Kettner,Christopher Kinyon.Annelies M.Richie,Brandon K.Bush•Jacob T.Haddock. Holli Albers.Alyssa J.Lopez,Katharine J.Snider,Amelia G.Burrill,Justin Dean Price.Lindsey Elaine Jorgensen,Sarah Whitaker,Julie A.Craker, Julianne Morris, Charla M. Boadle,Travis J. Robles of Tacoma, WA its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds undertakings, recognizances or other written obligations in the nature thereof. (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds),as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact. pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18. 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that. the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president. any vice president or assistant vice president,and attested and sealed (if a seal be required) by any secretary or assistant secretary;or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required)by a duly authorized attorney-in-fact or agent;or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance,or other suretyship obligations of the company: and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be affixed this 18th day of September 2024 . �� suRFr,. OLD REPUBLIC SURETY COMPANY QJ --X/,y SEAL _ AA Ass..,,ant Secrete President STATE OF WISCONSIN.COUNTY OF WAUKESHA-SS On this 18th day of September 2024 ,personally came before me, Alan Pavlic and Karen J Haffner ,to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same. and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid,and that the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. pTAq . —•— `r AV81'TG y ,KcjAht K.. elosovt- Notary PubLr. My Commission Expires: September 28, 2026 CERTIFICATE (Expiration of notary's commission does not invalidate this instrument) I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked: and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney,are now in force. ��,.JC 6UA 0.1.1.111 ',, . 1 toiuo t,°°"- October 2025 78 8560 a SEAL >' Signed and sealed at the City of Brookfield.WI this 14th day of ` r ''w1 ORSC 22262(3-06) "" Assis, A Secrete Propel Insurance Agency LLC