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