Loading...
HomeMy WebLinkAboutAgreements/Contracts - Public Worksi JAN 1._5 GRANT COUNTY 4 COMMISSIONERS AGENDA MEETING REQUEST FORM -- (Must be submitted to the Clerk of the Board by 12:00pm on Thursday) REQUESTING DEPARTMENT: PUBLIC WORKS REQUEST SUBMITTED BY: SHILO NELLIS CONTACT PERSON ATTENDING ROUNDTABLE: DAVE BREN CONFIDENTIAL INFORMATION: DYES 8N0 SATE: 01 /14/25 PHONE: 509-754-6082 ©Agreement / Contract ❑AP Vouchers ❑Appointment / Reappointment ❑ARPA Related ❑ Bids / RFPs / Quotes Award ❑ Bid Opening Scheduled ❑ Boards / Committees ❑ Budget ❑Computer Related ❑County Code ❑Emergency Purchase ❑Employee Rel. ❑ Facilities Related ❑ Financial ❑ Funds ❑ Hearing ❑ Invoices / Purchase Orders ❑ Grants — Fed/State/County ❑ Leases ❑ MOA / MOU ❑ Minutes ❑ Ordinances ❑ Out of State Travel ❑ Petty Cash ❑ Policies ❑ Proclamations ❑ Request for Purchase ❑ Resolution ❑Recommendation El Professional Serv/Consultant ❑Support Letter ❑Surplus Rego ❑Tax Levies ❑Thank You's ❑Tax Title Property ❑WSLCB SUGGESTED WORDING FOR AGENDA: (Who, What, When, Why, Term, cost, etc.) CONTRACT BETWEEN GRANT COUNTY AND WHEELER EXCAVATION, LLC FOR THE WESTSHORE DRIVE RECONSTRUCTION PROJECT CRP 21-087 FOR THE APPROVED AMOUNT OF $315627617.00 If necessary, was this document reviewed by accounting? ❑ YES ❑ NO 7 N/A If necessary, was this document reviewed by legal? 0 YES ❑ NO DATE OF ACTION: - U��� DEFERRED OR CONTINUED TO: APPROVE: DENIED ABSTAIN D1: D2: D3: 4/23/24 Off klypA RECEIVED JAN 2 3 2025 GRANT COUNTY COMMISSIONERS 1 /21 /25, 11:08 AM RE: Wheeler Excavation contract - Shilo Nellis - Outlook Outlook RE: Wheeler Excavation contract From Rebekah M. Kaylor <rmkaylor@grantcountywa.gov> Date Tue 1/21/2025 7:41 AM To Bob Bersanti <bbersanti@grantcountywa.gov>; Shilo Nellis <snellis@grantcountywa.gov>; Dave Bren <dbren@grantcountywa.gov> Thank you for the clarification. Regards, Rebekah Kaylor Chief Deputy Prosecuting Attorney (Civil/Appellate) Grant County Prosecuting Attorneys Office PO Box 37 Ephrata, WA 98823 Phone: 509.754.2011 x3950 Fax: 509.754.6574 rmkaylor -grantcountywa.gov The contents of this e-mail message, including any attachments, are intended solely for the use of the person or entity to whom the e-mail was addressed. It contains information that may be protected by attorney -client privilege, work -product, or other privileges, and may be restricted from disclosure by applicable state and federal law. If you are not the intended recipient of this message, be advised that any dissemination, distribution, or use of the contents of this message is strictly prohibited. If you received this message in error, please contact the sender by reply e-mail. Please also permanently delete all copies of the original e-mail and any attached documentation. Please be advised that any reply to this e-mail may be considered a public record and be subject to disclosure upon request. From: Bob Bersanti <bbersanti@grantcountywa.gov> Sent: Tuesday, January 21, 2025 6:36 AM To: Shilo Nellis <snellis@grantcountywa.gov>; Dave Bren <dbren@grantcountywa.gov>; Rebekah M. Kaylor <rmkaylor@grantcountywa.gov> Subject: RE: Wheeler Excavation contract Rebekah, there is only two copies of the bond, one for the commissioners and on for public works. The contractor kept his copy. Thanks Bob From: Shilo Nellis <snellis @grantcountywa.gov> Sent: Thursday, January 16, 2025 11:50 AM To: Dave Bren <dbren grantcountywa.gov> abouttlank 1/3 1 /21 /25, 11:08 AM RE: Wheeler Excavation contract - Shilo Nellis - Outlook Cc: Bob Bersanti <bbersanti@grantcountywa.gov> Subject: Fw: Wheeler Excavation contract Importance: High Did you see Rebekah's comments? Thank you, Shilo Nellis Administrative Assistant Grant County Public Works From: Shilo Nellis <snellisC@grantcountywa.gov> Sent: Thursday, January 16, 2025 10:59 AM To: Rebekah M. Kaylor <rmkaylor@grantcountywa.gov> Cc: Dave Bren <dbregrantcountywa.gov> Subject: Re: Wheeler Excavation contract Thank you Rebekah for being so prompt on this one! I will let Dave decide how he would like to proceed with this since he will need to provide the information. Thank you, Shilo Nellis Administrative Assistant Grant County Public Works From: Rebekah M. Kaylor <rmkaylor@grantcountywa.gov> Sent: Thursday, January 16, 2025 10:50 AM To: Shilo Nellis <snellis _grantcountywa.gov> Cc: Dave Bren <dbren(@grantcountywa.gov> Subject: Wheeler Excavation contract Hi Shilo, am generally fine with this, but it does look like there are only 2 copies of the filled out Contract Bond. Do you want me to send this back to you inter office? I can also take what I have down to the BOCC and just let them know that the third copy will be coming. Let me know what you prefer. Regards, Rebekah Kaylor Chief Deputy Prosecuting Attorney (Civil/Appellate) Grant County Prosecuting Attorney's Office PO Box 37 Ephrata, WA 98823 Phone: 509.754.2011 x3950 about:blank 2/3 1 /21 /25, 11:08 AM Fax: 509.754.6574 rm kay . LoLLdIgrantcountywa.gov RE: Wheeler Excavation contract - Shilo Nellis - Outlook The contents of this e-mail message, including any attachments, are intended solely for the use of the person or entity to whom the e-mail was addressed. It contains information that may be protected by attorney -client privilege, work -product, or other privileges, and may be restricted from disclosure by applicable state and federal law. If you are not the intended recipient of this message, be advised that any dissemination, distribution, or use of the contents of this message is strictly prohibited. If you received this message in error, please contact the sender by reply e-mail. Please also permanently delete all copies of the original e-mail and any attached documentation. Please be advised that any reply to this e-mail may be considered a public record and be subject to disclosure upon request. abouttlank 3/3 K25-011 CONTRACT THIS AGREEMENT, between the Board of County Commissioners of Grant County, State of Washington, acting under and by virtue of Chapter 36.77 of the Revised Code of Washington, as amended, hereinafter called the County, and 1 , for itself, its heirs, executors, administrators, successors and assigns, hereinafter called the Contractor. WITNESSETH: That in consideration of the payments, covenants, and agreements, hereinafter mentioned, and attached and made a part of this agreement, to be made and performed by the parties hereto, and the parties hereto covenant and agree as follows: DESCRIPTION OF WORK: 1. The Contractor shall do all work and furnish all tools, materials, and equipment necessary to improve and complete WESTSHORE DRIVE RCONSTRUCTION PROJECT, CRP 21-08, located in Grant County, Washington, as proposed in a bid opened 1:00 P.M. Pacific Time, Tuesday, November 26, 2024 in accordance with and as described in the herein attached plans and standard specifications, and in full compliance with the terms, conditions, and stipulations herein set forth and attached, now referred to any by such reference incorporated herein and made part hereof as fully for all purposes as if here set forth at length, and shall perform any alterations in or additions to the work covered by this contract and every part thereof and any force account work may be ordered as provided in this contract and every part thereof. 2. The Contractor shall provide and be at the expense of all materials, labor, carriage, tools, implements and conveniences and things of every description that may be requisite for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof. 3. The County hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained, and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract and every part thereof. The County further agrees to employ the Contractor to perform any alterations in or additions to the work covered by this contract and every part thereof and any force account work that may be ordered and pay for same under the terms of this contract and the attached plans and specifications. 4. The Contractor for himself, and for his heirs, executors, administrators and assigns, and successors and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 5. It is further provided that no liability shall attach to the County by reason of entering into this contract, except as expressly provided herein. Westshore Dr., CRP 21-08 Contract — Page 1 IN WITNESS WHEREOF, the said Contractor has executed this instrument, and the said Board of County Commissioners of Grant County has caused this instrument to be executed by and in the name of said Board by its Members, duly attested by its Clerk, the day and year below written, and the seal of said Board to be hereunto affixed on said date. ATTEST: �v /-00/ Clerk of the Board APPROVED AS TO FORM: A/ - d ay of , 2024 14014 4� �4 1"4 Ir Deputy Prosecuti Attorney day of, 20 Signature Print Name Firm Name / Address City State Zip Phone BOARD OF COUNTY COMMISSIONERS OF GRANT COUNTY, WASHINGTON this day of ' , 2024 Chair s z� 0 Member Member Westshore Dr., CRP 21-08 Contract — Page 2 CONTRACT BOND KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, , as principal, and , a corporation organized and existing under the laws of the State of , as 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 to Grant County, Washington, in the penal sum of ($ for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of Grant County, Washington. Dated at , Washington, this day of , 2024 The conditions of the above obligation are such that: WHEREAS, on November 26, 2024, the Board of County Commissioners of said Grant County has let or is about to let to the Principal, a certain contract, the said contract providing for the improvement of WESTSHORE DRIVE RCONSTRUCTION PROJECT, CRP 21-08, located in Grant County, Washington, (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said Principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply said Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said Grant County harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said Principal, or any subcontractor in the performance of said work and shall indemnify and hold Grant County harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, and until the same is accepted, then and in that event this obligation shall be void but otherwise it shall be and remain in full force and effect. Countersigned: Licensed Agent/Surety Co. Firm, Street Address (No P.Q. Box), Phone of Local Office of Agent Principal Attorney -in -Fact, Surety Approved as to Form: 12024 Deputy Prosecuting Attorney Westshore Dr., CRP 21-08 Contract — Page 3 PROPOSAL To Board of County Commissioners Grant County, Washington Date: —3 _1 2024 This certifies that the undersigned has examined the location of WESTSHORE DRIVE RCONSTRUCTION PROJECT, CRP 21-08, in Grant County, Washington, and that the plans, specifications and contract governing the work embraced in the improvement and the method by which payment will be made for said work is understood. The undersigned hereby proposes to undertake and complete the work embraced in this 'improvement., or as much thereof as can be completed with the money available in accordance with said plans, specifications and contract and at the following schedule of rates and prices. WESTSHORE DRIVE RCONSTRUCTION PROJECT Note: Unit prices for all items, all extensions, and total amount must be shown. Please type or use ink. Please initial all changes. GROUP 1 (GRANT COUNTY) Item 'Plan Item Description Price per Unit* Total Amount No. Quantity Dollars. Cents Dollars. Cents PREPARATION 1 Mobilization At Lump Sum] lIlllllll•/ll1/ UD Per Lump Sum 2 1 Clearing and Grubbing At Lump Sum /////////•///// �p�QtTO • vU Per Lump Sum GRADING 3 35,700 Rotomilling Existing Roadway At S.Y. � • �- 7/; ��U• � Per Square Yard 4 81983 Roadway Excavation Incl. Haul At C.Y. �/ . �v 3S93Z `�v Per Cubic Ya!1_L 5 31690 Embankment Compaction At Per Cubic Yard - jI,a7C�` Westshore Dr.,, CRP 21-08 Proposal --Page 1 Item Plan Item Description Price per Unit* Total Amount No. Quantity Dollars. Cents Dollars. Cents STORM SEWER 6 35 Drywell Type A At Each 0 Per Each 7 1,400 Gravel Backfill For Drains At C.Y. c*� 41/0 0 ��A� + a Per Cubic Yard 8 63 Catch Basin Type 1 At Each J9Sv Per Each 9 754 Solid Wall PVC Storm Sewer Pipe At L.F. 8" Diarn. Per Linear Foot 10 420 Gravel Backfill For Pipe Zone At C.Y. Bedding 5,� * to, Per Cubic Yard SURFACING it 11,900 Crushed Surfacing Base Course At Ton � • � � ��� �i� - � Per Ton 12 9,*500 Crushed Surfacing Top Course At Ton IZZ4 .bid �3, DDT • �a Per Ton HOT MIX ASPHALT 13 6o200 HMA C1. % In. Incl. PG 64-28 At Ton lA�' 16 Rb * OU I I I I Per Ton 14 Calculated Job Mix Compliance Price At I Adjustment -$1000 Calculated 15 Calculated Compaction Price Adjustment At 11/1/llIl•lllll .$1000 Calculated Westshore Dr., CRP 21-08 Proposal --Page 2 Item Plan Item Description Price per Unit* Total Amount No. Quantity I Dollars .Cents Dollars .Cents TRAFFIC 16 21,840 Cement Concrete Traffic Curb and At L.F. Gutter Q.` Per Linear Foot 'f5'8',1otifl • ee 1 _J 17 10,875 L.F. Temporary Pavement Marking At � , eliU ��-v • °.° Per Linear Foot.-_.L. 18 10#0875 Paint Line At L.F. '71Z eP I 00 79 3:�9 Per Linear Foot 600 19 Painted Wide Line At L.F. Per Linear Foot 20 1,080 Painted Crosswalk Line At S.F. ex 0 � Cvfi � . Per Sq u are Foot-, ---------- - 21 72 Painted Stop Line At L.F. 2 k7A6 Per Linear Foot OTHER ITEMS 22 833 Structure Excavation Class "B" Incl. At C.Y. Haul & Per Cubic Yard 23 1 I Roadway Surveying At I Lump Sum ////////////// Y��d00. Per Lump Sum___, 24 120100 Cement Concrete Sidewalk At S.Y. 4:),o,Zb• CO Per Square Yard 25 22 Cement Concrete Sidewalk Ramp At Each Type Parallel A Incl. Detectable �j�j0 0 (go oo b Warning Area 26 3,860 Cement Concrete Driveway At S.Y. Entrance Type 1 4'� .DU 243i pt A Per Square Yard Westshore Dr.,, CRP 21-08 Proposal —Page 8 Item Plan Item Description Price per Unit* Total Amount No. Quantity Dollars. Cents Dollars. Cents F27 1 71875 1 Shoring Or Extra Excavation Class At 1 S.F. Q 6>0 Per Square Foot 1 31 11 12 Tenant Cluster Mailbox At Each 3 S0e) •3SSi�D, 06>1 Per Each 32 2 Radar Speed Limit Sign At a v Each �u �S0A % / �� Per 33 1 Project Temporary Traffic Control At Lump Sum lllllllll•lllll ii9j ow • bQ Per Lump Sum 34 1 1 SPCC Plan At I Lump Sum -6-00 0 Per Lump Sum I I 35 1 I Trimming and Cleanup At Lump Suml lllllllll•lI/ll �� , �� I 1 11 Per Lump Sum 36 5 Adjust Monument Case and Cover At Each / Per Each 37 -1.00 Minor Change At Calculated -$1000 Calculated 38 1 ADA Features Surveying At Lump Sum lllllllll•lllll Per Lump Sum Westshore Dr., CRP 21-08 Group 1 Total CD Proposal —Page 4 GROUP 2 (CITY OF MOSES LAKE) Item No., Plan Quantity Item Description Price per Unit* Dollars .Cents Total Amount Dollars .Cents 1 1 FfMobilization At Lump Sum /llll/lll•lllll 1..�llD .Uv Per Lump Sum 28 i 29 Adjust Water Valve/Service Box At Each j1� • �v 3'�'8�� , �� Per Each 29 5 Adjust Sewer Manhole Cover At Each Per Each 30 15 Adjust Sewer Valve Cover Each At Per Each 33 1 Project Temporary Traffic Control At Lump Sum /////////•///// � . �' 35� Per Lump Sum 37 «1.00 Minor Change Calculated westshore Dr., CRP 2108 111HH11-mHH1 -$1400 At Calculate Group 2 Total c�v Project Total I S Proposal — Page 5 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 laves 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. DOT Form 272-0361 EF 07/2011 westshore Dr., CRP 2 t-08 Proposal -Page 6 Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (12/3/2024), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49-46,, 49.48,. or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct, e ele , - - .� -�, , , J".)" /_ i, e. Bidder's Business Name egi"6 nature u r e of orized Official* Printed Name Title Date City State Check One: Sole Proprietorship El Partnership U Joint Venture n Corporation _Iq_00000— State of Incorporation, or if not a corporation,, State where business entity was formed: Vn _7 If a co -partnership, give firm name under which business is transacted: All If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co -partnership, proposal must be executed by a partner. Westshore Dr., CRP 21-08 Proposal —Page 7 Proposal — Signature Page 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. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: Cash CJ In the Amount of Cashier's Check Certified Check 0 Proposal Bond 0— Dollars ($ )Payable to the Grant County Treasurer In the Amount of 5% of the Bid Receipt is hereby acknowledged of addendum(s) No-(s) �Z & Signature of Authorized Official(s) Proposal Must Be Signed Please Print Name of Authorized Official Firm Name Address 0;900 �FY 32 4) State of Washington Contractor's License No. Federal ID No.S"—�s�'�✓,2rJ Notes (1) This proposal form is not transferable and any alteration entered hereon without prior permission from the County Engineer will be cause for considering the proposal irregular and subsequent rejection of bid. (2) Please refer to section 1-02.6 of the standard specifications, re:" Preparation of Proposal" or "Article 4" of the Instructions to bidders for building construction jobs. (3) Should it be necessary to modify this proposal either ire writing or by electronic means, please make reference to the following proposal number in your communication: Revised 8/95 Westshore Dr., CRP 21-08 Proposal —Page 8 Statement of Contractor Qualifications To: Board of County Commissioners Grant County, Washington Date: .20-)A RE: WESTSHORE DRIVE RCONSTRUCTION PROJECT., CRP 21-08 I hereby maintain that I am a responsible bidder as contemplated by the policies of the State of Washington and Chapter 36.77 of the Revised Code of Washington. 2- 00',",` ol�r, ' 0&,/. t,- 1. My permanent business name and address is 13e,,40;.1 ell 0 f I. - Jo which I have maintained for 1.41 years. My phone is {4�y ooef.7- Fax (--;W�; ) 7 /2-c Z 2. 1 have adequate plant equipment to expeditiously and properly perform the work contemplated for Grant County, Washington. Description of work: : This contract provides for the reconstruction of 2.12 miles of Westshore Drive, from MP 0.83 to MP 2.95,, a two lane county road in Grant County, WA, and includes rotomilling, roadway excavation, embankment compaction, cement concrete curb and gutter, sidewalk, hot mix asphalt, project temporary traffic control, painted centerline line and other work, all in accordance with the attached Contract Plans, these Contract Provisions,, and the Standard Specifications. (Please list equipment to be used on this project. Attach list if necessary.) 3. 1 have adequate funds to promptly meet obligations incident to this work, (Provide bank, contact & phone.) b) &rzvz C 4. 1 have adequate experience in this class of work and I am thoroughly familiar with the specifications used in this project. I have constructed the following similar improvements: (Provide project name, contact & phone.) a) :3 lvr__-L P'06,C%_Se_ Ra-6 air b) 3 iY15- fie: 5 ;t g-� 15' - ;;� y -6 4 0 Z. S. I have submitted and maintain annually a "Standard Questionnaire and Financial Statement" to the Washington State Department of Transportation (WSDOT): Yes [3 No legion: WSDOT has determined-. a) I am prequalified to IVIA in the amount of by I have failed to be prequalified for the following reasons: 114,� it e- /w/ L411 The Contracting Agency may determine a prospective Bidder who is not prequalified to perform certain types of work within the financial and experience constraints determined by WSDOT to be not responsible and refuse to award a contract. The Board of County Commissioners shall proceed to award the contract to the lowest and best bidder but may reject any or all bids if in its opinion good cause exists therefor. {RCW 36-77,040) 1 hereby certify that the above statements are true and accurate. Very truly YO, rs, 01 00 By: (Print Name) e ,e Company N a rn e: zz 4:f- Address: ;zoo � ,oE;.1J;tak4.eV-1 City, State, Zip: &4L ei, 253Z 0 Washington State Contractor's License No.: ec 8PIA44> Westshore Dr., CRP 21-08 Proposal -Page 9 KNOW ALL MEN BY THESE PRESENTS: That we, Wheeler Excavation, LLC , as Principal, and Swiss Re Corporate Solutions America Insurance Corporation , as Surety, are held and firmly bound unto Grant County, Washington, as Obligee, in the full and penal sum of five (5) percent of the total amount of the bid proposal of said principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind our heirs, executors, administrators, successors and assigns, and successors and assigns, firmly by these presents. The condition of this bond is such, that whereas the principal herein is herewith submitting his or its sealed proposal for the following Grant County Project, WESTSHORE DRIVE RCONSTRUCTION PROJECT, CRP 21-08, located in Grant County, Washington, according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with the Surety or Sureties approved by the Obligee; or if the principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED T Is25th. DAY OF November Wheeler Excavation C Principal, Surety Surety wiss Re Corporate Solutions America Insurance Corporation AttarneyF In-ac Thomas P. Hentschell, Attorney -in -Fact Westshore Dr., CRP 21-08 2024 Proposal — Page 10 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute, and appoint: THOMAS P. HENTSCHELL, BRADLEY A. ROBERTS, JOANNE REINKENSMEYER, KRISTIN JACKSON, DAPHNE ROBERTS, DANIELLE BRYANT and BAILEY BEACH JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 91'of May 2012: "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts' of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certif-1Cate -r%elating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seat shall be binding upon the Corporation when so affixed and in the future with reLyard to any bond, undertaking or contract of surety to which it is attached." tt$ AME, %tllkl 111 p F 0 1 F top OkS P�41, 4 03 0 fi B David Satory, Senior Vice President of SRCSAIC & Senior Vice, President of SRCSPIC DEAL ;SEALM 1973 1�7 \ C :% W ZF By_ & 41 h Gerald Jagrows1d, Vice President of SRCSAIC & Vice President of SRCSPIC O W 41,14-jut JI'VA144*00% i4tv IN WITNESS WHEREOF, SRCSAIC and SRCSPIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 25TH I day of SEPTEMBER 120 24 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook Rss On this 25TH day of SEPTEMBER ) 20 24 , before me, a Notary Public personally appeared ' David Satory, Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Gerald Jagrowski , Vice President of SRCSAIC and Vice President of SRCSPIC, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. KWN M SM6 %Wq ftkSt* Of Or4at ca"*M�ft 40. MV cwwww E*M 54;9~ 26 2021 Karen N: h%ed;at3,No1ai-y4ee 1, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC, do hereby cat-01 that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 25th day of November 20 24 Jeffrey Goldberg, Senior Vice Presidot & Assistant Secretary of SRCSAIC and SRCSPIC TrWashington State AIF Department of Transportation Agency Name Federal Aid. Number Yz A.57 TS a5 -ZPck F104) Prime Contractor Name Contract Number Contract Name OrHe- Firm/ Subcontractor Address (incl. Zipcode) DBE Status Race Gender NAICS Codes Scope of Work Firm Age Firm Gross Receipts Name A&H RoadWurx 26819 173rd St E DBE White Female 237310 Asphalt Milling 2 years Less than $1 million Buckley, WA 98321 12- - 51- eyi *�i it 3 x 3 &1, -7/6 P ea 6L:X�� -its �e, 2373)0 plbeivk PeAl-Ar-17 (�!Cv? 134:,1--- ;2-6 Z_ P (3E Ah-li7e- le— IZ 7 /6 lerw; f 1.4 51FPS 7 lye, r7 13 C- Y100 fad'2-3-7-310 >-Zae- Ifs. - 12 X7, �111e. 1 2-310 JV '� P 2 If you hdv"e� additional Firms or Subcontractors that submitted Bids, please complete additional forms. 6r_m6-6o_ntra6oP&Tnature Title Date DOT Form 272-022 Revised 08/2024 * Previous Versions Obsolete * Washington State TIAPDepartment of Transportation Bidder Questionnaire Agency Name Grant County Public Works Department Federal Aid Number HIPUS-STBGUS-6069(001) Prime Contractor Name Wheeler Excavation LLC Contract Number CRP 21-08 Contract Name Westshore Drive Reconstruction Project Firm/ Subcontractor Name Address (incl. Z�pcode} DBE Status Race Gender NAILS Codes Scope of Work Firm Age Firm Gross Receipts Safe Set 24907 Richland, WA 99352 Non -DBE White Male 237310 Asphalt Milling 11 years $1-3 million LIC �O)�Lq -43C' or i eAL 4't ywc � j/(/J++//���� r'v0 DeL*) `ems+ _Y • \\9III If you have additional Firms or Subcontractors that submitted Bids, please complete additional forms. Member 12-3-2024 P m tractor 4kr Title Date DOT Form 272-022 Revised 09/2024 0 Previous Versions Obsolete • Grant County Public Works 124 Enterprise St. SE Lora! Agency Subcontractor list Ephrata, WA. 98823 Prepared in compliance with RCW 39.30A60 as amended To Be Submitted with the Bid Proposal Project Name: WESTSHORE DRIVE RCONSTRUCTION PROJECT 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 whore 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. 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 Work to be Performed t Subcontractor (Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Westshore Dr., CRP 21-08 Proposal —Page 11 Bidder's are notified that the opinion of the enforcement agency 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 electric current is connected during the project. Westshore Dr., CRP 21-08 Proposal — Page 12 Washington State Disadvantaged Business Enterprise. VA Department of Transportation (DBE)Trucking Credit Form PART A: TO BE COMPLETED BY THE BIDDER This form is in support of the trucking commitment identified on the DBE Utilization Certification Form submitted with the proposal. Please note that DBE's must be certified prior to time of submittal. Federal Aid # HIPUS-STBGUS-6069(001) Contract # CRP 21-08 Project Name Westshore Drive Reconstruction Project If listing items by hours, or by lump sum amounts, please provide calculations to substantiate the quantities listed. Bid Item Item Description 1 Crushed Surfacing Base Course 12 Crushed Surfacing Top Course Use additional sheets as necessarv. Bidder Name/Title (please print) Wheeler Excavation LLC Chad Wheeler Phone 509-497-1235 Fax 509-497-1202 Signature Address 2007 E. Highland Ext Benton City, WA 99320 1 certify that the above information is complete and accurate. Email Date chad(a-)-wheelerexcavation.com 12-3-2024 PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM Note: DBE trucking firm participation may only be credited as DBE participation for the value of the hauling services, not for the materials being hauled unless the trucking firm is also recognized as a supplier of the materials used on the project and approved for this project as a regular, dealer. 1. Type of Material expected to be Base Course and Top course hauled? 2. Number of fully operational trucks 1 Tractor/trailers: 1 Dump trucks: 0 expected to be used on this project? 3. Number of trucks and trailers owned by 1 Tractor/trailers: 1 Dump trucks: 0 the DBE that will be used on this project? 4. Number of trucks and trailers leased by Tractor/trailers: Dump ump trucks: the DBE that will be used on this DBE Firm Name Name/Title (please print) Wheeler Excavation LLC Certification Number Chad Wheeler D2170028593 Phone Fax Signature 509-497-1235 509-497-1202 Address 2007 E. Highland Ext. Benton City Wa, 99320 1 certify that the above information is complete and accurate. N Email Date chad@wh'eelerexcavation.com 12-3-2024 DOT Form 272-058 Revised 09/2020 -MENIM.. Washington State Disadvantaged Business Enterprise PESE') W/Af Department of Transportation Written Confirmation Document DBI Submillal Rey uin., inel-its 1111,vinc-INS h*,"niel VNA� h-1/1 *CiPatiol-7 .,It 'FRAC."Y(WIS `1141S I'ORM S.14AI.A., 0NL,Y FILI� S013MlT`1'['[)'1'0 A I Al" I S I -, I S`11'.'. L 0 N 1`111.1" N + DlSAD\/ANJ'A(11L'.D BUSINF."ISS UJILIZAII(N C^�I: 1.11 PA Rl" A P R 10 R '1`C [J' 0 11 .11.4 DIM SlIALA, COMI.) S N F.) IN (3 "1" PAJITA: 1b be completed by the bidder .... ........... .............. J'he entities below shall be consistent with what is showii oti the Biddei's BLUSilleSS 11tel-pl'iSe Utilization Certification. F,,:ii1.u.rc (0 (to so Neill i-esuft in Bid rejection. Conu,act'Title: Westshore JXive Reconstruction ... . ...... Bidder f3ushiess Name: Wheclo.t• Excavation LLC f)13E's BLISiness Nzu-tie: O'butico F�.ngineci-ing ADA. FeatUNS S111-VevitiLy Descrill)floii ofDB[*.'-.'s Wot-,L,. 1) o I I (-,i i- A I'll 0 Ll 1-1 t to be A pp I i ed "I" taw,:, $7770,00 .... . . Dollar An-iount to be Subcoi11t*(,,Acted to I)BL"*: "Optional Field PA11T B: To be compjqgq t the INs,-gidymitit ww ged Busilless Ile As rin t-attliorize(l I-epi-esel, (.1ill ve oftlic D1s,,idvnntagcd Business Elite,-, 1-ise. I eon(Inn that Nvchfavc boon cont"Icted bv the Biddei, Nvith re 0 0 gaj-d. to the rd i-ciiced j)l-Qi0Ct f"* I- thc P111-Poso 01'Peniiino the Wot-k dicseridCcd Eibove. If the Bic det- is cawai-ded the Cotut-�aet, we will eljtel,, into all agi-eement with the Bic to 1)arlicil)ate '111 tho. 1)1-ojcct consisteilt Nvith t1lc III-1.01111, , '.11.1oll j)1,0N,Idcd iti Ntu-t -A of" this Conn, Mui-ie (pi-intecl): r 1 14 SignatLIN: Address: 33650 6th Ave S Suite 101 tedend Miy WA 98003 DOT Form 422.031 Revised 0712016 Dltite: 12/2/24 a wrWashington State if Department of Transportation Disadvantaged Business Enterprise (DBE) Bid Item Breakdown Form 1. Contract Number 2. Contract Name CRP 21-08, HIPUS-STBGUS-6069(001) Westshore Drive Reconstruction 3. Prime Contractor 4. Prime Contractor Representative Name Wheeler Excavation LLC Chad Wheeler 5. Prime Contractor Representative Phone Number 6. Prime Contractor Representative Email 509-497-1235 Chad@wheelerexcavation.com Column 1 Name of UDBE (See Instructions) Column 2 Bid Item # (See Instructions) Column 3 Full/Partial (See Instructions) Column 4 Quantity (See Instructions) Column 5 Description (See Instructions) Column 6 Unit Price (See Instructions) Column 7 Total Unit Cost (See Instructions) Column 8 Dollar Amount to be Applied Towards Goal (See Instructions) Obunco Eng. 23 Partial 1 Is Survey $ 33,000.00 $ 33,000.00 $0.00 38 Full 1 Is ADA Features Surveying $7,770.00 $7,770.00 $7,770.00 Subtotal: $40,770.00 $7,770.00 Name of UDBE Bid Item # Full/Partial Quantity Description Unit Price Total Unit Cost Dollar Amount to be Applied Towards Goal Wheeler Excavation LLC 2 Partial 1 Is Clear and Grubbing $25,000.00 $25,000.00 $25,000.00 3 Partial 35700 sy Rotomilling Existing Roadway $1.00 $35,700.00 $35,700.00 4 Full 8983 cy Roadway Excavation $4.00 $35,932.00 $35,932.00 5 Full 3690 cy Embankment Compaction $3.00 $11,070.00 $11,070.00 Subtotal: $ 107,702.00 $ 107,702.00 .Name of UDBE Bid Item # Full/Partial, Quantity Description Unit Price Total Unit Cost Dollar Amount to be Applied Towards Goal Wheeler Excavation LLC 6 Partial 35 ea Dry'Well Type A $ 3,000.00 $ 105,000.00 $ 105,000.00 8 Partial 63 ea Catch Basin Type 1 $1,100.00 $69,300.00 $ 69,300.00 9 Partial 754 If 8" PVC Storm Sewer Pipe $21.00 $15,834.00 $ 157834.00 Subtotal: $ 190,134.00 $ 190,134.00 .Name of UDBE Bid. Item # Full/Partial Quantity Description Unit Price Total Unit Cost Dollar Amount to be Applied Towards Goal Wheeler Excavation LLC 11 Partial 11900 ton Crushed Surfacing Base Course $5.00 $59,500.00 $59,500.00 12 Partial 9500 ton Crushed Surfacing Top Course $7.00 $66,500.00 $66,500.00 24 Patial 12100 sy Cement Concrete Sidewalk $5.00 $60,500.00 $ 60y500.00 Subtotal: $ 186,500.00 $ 186,500.00 TOTAL UDBE Dollar Amount: 525,106.00 $ 492,106.00 DOT Form 272-054 Revised 09/2020 WrWashington State AODepartment of Transportation Disadvantaged Business Enterprise Utilization Certification To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal, a Disadvantaged Business Enterprise (DBE) Utilization Certification. The Contracting Agency shall consider as non- responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly demonstrates that the Bidder will meet the DBE participation requirements in one of the manners provided for in the proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected. An example form has been provided on Page 3. The successful Bidder's DBE Utilization Certification shall be deemed a part of the resulting Contract. Box 1: Wheeler Excavation LLC certifies that the DBE firms listed below have been contacted regarding participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shall assure that subcontracts or supply agreements are executed with named DBEs. (If necessary, use additional sheets.) Box 2: Westshore Drive Reconstruction Project Column 1 Name of DBE (See instructions) Column 2 Project Role (See instructions) Column 3 Description of Work (See instructions) Column 4 Dollar Amount Subcontracted to DBE (See instructions) Column 5 Dollar Amount to be Applied Towards Goal (See instructions) Obunco Engineering Subcontractor ADA Features Surveying "Full" 7770.00 7770.00 Wheeler Excavation LLC Prime Contractor Clear and Grubbing "partial" N/A 25000.00 Rotomilling Existing Roadway "Partial" N/A 35700.00 Roadway Excavation and Embankment N/A 47002.00 Storm System Tricluding Drywell Type A, Catch Basins Type I and 8" PVC Storm Sewer Pipe "Partial" N/A 190134.00 Crushed Surfacing Base and Top Course "Partial" N/A 126000.00 Cement Concrete Sidewalk Prep. "Partial" N/A 60500.00 Disadvantaged Business Enterprise$3 J M./.- Total DBE Commitment Dollar Amount 492,106.00 Condition of Award Contract Goal Box'3 Box 4 5 [:] By checking Box 5 the Bidder is stating that their attempts to solicit sufficient DBE participation to meet the COA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with Section 1-02.9 of the Contract DOT Form 272-056 C Revised 03/2018 Bond No. 2359740 CONTRACT BOND KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Wheeler Excavation, LLC , as principal, and Swiss Re Corporate Solutions America Insurance Corporation , a corporation Organized and existing under the laws of the State of Missouri , as surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to Grant County, Washington, in the penal sum of Three Million Six Hundred Forty Seven Thousand One Hundred Si Five & 00/'100---------�- ($ 3,647,165.00 } for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of Grant County, Washington. Dated at Tacoma, WA , Washington, this 9th day of January, 2025 The conditions of the above obligation are such that: WHEREAS, on November 26, 2024, the Board of County Commissioners of said Grant County has let or is about to let to the Principal, a certain contract, the said contract providing for the improvement of WESTSHORE DRIVE RCONSTRUCTION PROJECT, CRP 21-08, located in Grant County, Washington, (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said Principal shall faithfully perform all of the provisions of said contract in the manner and Within the time therein set forth or Within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons Who shall supply said Principal or subcontractors With provisions and supplies for the carrying on of said Work, and shall hold said Grant County harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said Principal, or any subcontractor in the performance of said work and shall indemnify and hold Grant County harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, and until the same is accepted, then and in that event this obligation shall be void but otherwise it shall be and remain in full force and effect. Countersigned: Swiss Re Corporate Solutions America Insurance Corporation Licensed Agent/Surety Co. Acrisure (Agent) 1436 S. Uniona Ave., Tacoma, WA 98405 (253 )272-1151 Firm, street Address (No P.O. Box), Phone of Local Office of Agent Wheeler ca tion, L Principal J an Reinkensmeyer Attorney -in -Fact, Surety Approved as to Form: 2024 Deputy Prosecuting Attorney Westshore Dr., CRP 21-08 Contract —Page 3 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION (VISRCSAICII) SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION (11SRCSPIC11) GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute, and appoint: THOMAS P. HENTSCHELL, BRADLEY A. ROBERTS, JOANNE REINKENSMEYER, KRISTIN JACKSON, DAPHNE ROBERTS, DANIELLE BRYANT and BAILEY BEACH JOINTLY OR SEVERALLY Its true and lawful Attorneys) -in -Fact, to make_, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000 $ 000,00), DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 9th of May 2012: "'RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED., that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with reLyard to any bond, undertaking or contract of surety to which it is attached." (31I 0 PR8 *4 ?O , 1% R �-1001 I'll 0 �V!l *# 0 4. �p 9, 4�3 40 Vice President of SRCSPIC r. � w. A Cj - David Satory, Senior Vice President of SRCSAIC & Senior EAL SEAL 4b :0� R br �. % rr 1973 -'o *1 .1 �1r io - Gerald Jagrows1d, Vice President of SRCSAIC & Vice President of SRCSPIC IN WITNESS WHEREOF, SRCSAIC and SRCSPIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 2. day of SEPTEMBER a 2Q_ 24 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook FS S] On this 25TH day of SEPTEMBER � 20-24,--, before me, a Notary Public personally appeared David Satory, Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Gerald JagLowski , Vice President of SRCSAIC and Vice President of SPCSPIC, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. Karen zweda, Notaq 1, Jeffrey Goldberg., the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 9th day of January _, 20 25 Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC