Loading...
HomeMy WebLinkAboutASPROASPRO INC PO BOX 2620 WATERLOO IA 50704 BID FOR: F.Y. 2026 ASPHALT OVERLAY PROGRAM CONTRACT NO 11.43 CITY OF WATERLOO, IOWA L`+.,P•1Pid 9Z. 96 L. L8 ZI Nd 91i 91 N BID SECURITY FORM OF BID OR PROPOSAL F.Y. 2026 ASPHALT OVERLAY PROGRAM CONTRACT NO. 1143 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of IOWA a Partnership consisting of the following partners: N/A , having familiarized (himself) (themselvcs) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2026 ASPI-IAL T OVERLAY PROGRAM, Contract No. 1143, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2026 ASPHALT OVERLAY PROGRAM CONTRACT NO.1143 ITEM BID SPECIFICATION SUPPLEMENTAL SUDAS * SEE DESCRIPTION UNIT TOTAL EST CITY UNIT PRICE BID TOTAL BID PRICE DIVISION PROVISIONS 1 - AND GENERAL COVENANTS 1 1070-302 RAILROAD RAILROAD PROTECTION INSURANCE SUBTOTAL - CN MISCELLANEOUS LS 1.0 = $ $ $ DIVISION 2 - EARTHWORK 2 2010-108-D-3* TOPSOIL, 6", OFFISTE SY 87.2 $ $ 3 2010-108-E * CLASS 10 EXCAVATION SUBTOTAL SY EARTHWORK 749.0 = $ $ $ DIVISION SANITARY 6 AND - STRUCTURES STORM SEWERS FOR 4 6010-108-B INTAKE, SW-501 EACH 4.0 $ $ 5 6010-108-B INTAKE, SW-507 EACH 4.0 $ $ 6 6010-108-E-1 * SANITARY MINOR MANHOLE ADJUSTMENT, EACH 22.0 $ $ 7 6010-108-E-1 * STORM MINOR MANHOLE ADJUSTMENT, EACH 11.0 $ $ 8 SEE EST. REF. SANITARY UMAR MANHOLE ADJUSTMENT, EACH 1.0 $ $ 9 SEE EST. REF. STORM MANHOLE ADJUSTMENT, UMAR EACH 1.0 $ $ 10 SEE EST. REF. INTAKE ADJUSTMENT, RISER EACH 16.0 $ $ 11 6010-108-H * REMOVE INTAKE EACH 8.0 $ $ FORM OF BID CONRACT NO. 1143 Page 1 of 4 SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ DIVISION 7 - STREETS AND RELATED WORK CURB & GUTTER, 30-INCH WIDE, 8-INCH 12 7010-108-E DEPTH, PCC, C-4 LF 32.0 $ $ CURB & GUTTER, 24-INCH WIDE, 9.5- 13 7010-108-E INCH DEPTH, PCC, C-4 LF 374.0 $ $ CURB & GUTTER, 24-INCH WIDE, 7-INCH 14 7010-108-E DEPTH, PCC, C-4 LF 76.0 $ $ PAVEMENT, HMA, STANDARD TRAFFIC 15 7020-108-A (ST) SURFACE, 1/2", PG 58--28S, NO TON 2140.0 FRICTION $ $ PAVEMENT, HMA, STANDARD TRAFFIC r 7020-108-A (ST) INTERMEDIATE, 1/2", PG 58-28S, NO TON 2503.0 FRICTION $ $ PAVEMENT, HMA, INTERLAYER BASE, 17 7020-108-A 3/8", PG 58-34E TON 1400.0 A $ 18 7020-108-A HMA PAVEMENT SAMPLES AND TESTING LS 1.0 $ $ SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS 19 7030-108-A-1 REMOVAL OF SIDEWALK SY 527.2 $ $ 20 7030-108-E * SIDEWALK, PCC, 4 INCH, C-4 SY 164.1 $ $ 21 7030-108-E * SIDEWALK, PCC, 6 INCH, C-4 SY 388.9 $ $ 22 7030-108-G DETECTABLE WARNING DEVICE SF 422.0 $ $ 23 7030-108-H ALLEY, PCC, 6-INCH, C-4 SY 50.7 $ $ PAVEMENT REHABILITATION * FULL DEPTH PATCHES, 8-INCH DEPTH, 24 7040-108-A PCC, C-4 SY 14.1 $ $ * FULL DEPTH PATCHES, 8-INCH DEPTH, 25 7040-108-A PCC, M-4 SY 59.0 $ $ 26 7040-108-C * PARTIAL DEPTH PATCHES SF 4160.0 $ $ 27 SEE EST. REF. MILL WEDGE EACH 23.0 $ $ 28 7040-108-G MILLING SY 108.0 $ $ 29 7040-108-H * PAVEMENT REMOVAL SY 160.3 $ $ 30 7040-108-1 * CURB AND GUTTER REMOVAL LF 482.0 $ $ SUBTOTAL STREETS AND RELATED WORK = $ DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL PAVEMENT MARKINGS PAINTED PAVEMENT MARKINGS, 31 8020-108-B SOLVENT/WATERBOURNE STA 66.65 $ $ PRECUT SYMBOLS & LEGENDS, 32 8020 108 H * EACH THERMOPLASTIC 4.00 $ $ TRAFFIC CONTROL 33 1 8030-108-A * I TEMPORARY TRAFFIC CONTROL I LS 1.0 $ $ SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL = $ DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING * HYDRAULIC SEEDING, SEEDING, 34 9010-108-B FERTILIZING AND MULCHING - 1 SY 729.2 $ $ TYPE FORM OF BID CONRACT NO. 1143 Page 2 of 4 SUBTOTAL SITE WORK AND LANDSCAPING = $ DIVISION 11 - MISCELLANEOUS 35 111020-108-A I MOBILIZATION I LS 1.0 $ $ SUBTOTAL MISCELLANEOUS = $ TOTAL BID $ 1, 626, 527.23 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment 'to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after 'Notice to Proceed" is issued. 4. Security in the sum of 5% OF BID Dollars ($ N/A ) in the form of BID BOND , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form. 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9 The bidder has received the following Addendum or Addenda: FORM OF BID Addendum No. 1 Date MARCH 20, 2026 CO N RACT NO. 1143 Page 3 of 4 10. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA" 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. ASPRO, INC. MARCH 26,2026 Bidd r BY: Official Address: (Including Zip Code): 3613 TEXAS ST. PO BOX 2620 (Date) Title VICE PRESIDENT WATERLOO, IOWA 50704 I.R.S. No. 42-1011512 FORM OF BID CO N RACT NO. 1143 Page 4 of 4 FORM OF BID OR PROPOSAL F.Y. 2026 ASPHALT OVERLAY PROGRAM CONTRACT NO. 1143 CITY OF WATERLOO, IOWA F.Y. 2026 ASPHALT OVERLAY PROGRAM CONTRACT NO. 1143 ITEM CHID UNIT EST. QTY. UNIT PRICE BID TOTAL BID DESCRIPTION PRICE DIVISION 1 o GENERAL PROVISIONS AND COVENANTS 1 RAILROAD PROTECTIVE INS. - UP RR LS 1.0 $8,500.00 $8,500.00 SUBTOTAL GENERAL PROVISIONS AND COVENANTS e $8,500.00 DIVISION 2 o EARTHWORK 2 TOPSOIL, 6", OFFSITE SY 87.2 $11.75 $1,024.60' 3 CLASS 10 EXCAVATION - SY 749.0 $9.75 $7,302.75 SUBTOTAL EARTHWORK = $8,327.35 DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS 4 INTAKE, SW-501 EACH 4.0 $5,500.00 $22,000.00 5 EACH 4.0 $9,000.00 $36,000.00 INTAKE, SW-507 6 22.0 $3,000.00 $66,000.00 SANITARY MH ADJUSTMENT, MINOR EACH 7 11.0 $1,900.00 $20,900.00 STORM MH ADJUSTMENT, MINOR EACH 8 1.0 $1,150.00 $1,150.00 SANITARY MH ADJUSTMENT, UMAR EACH 9 1.0 $1,150.00 $1,150.00 STORM MH ADJUSTMENT, UMAR EACH 10 INTAKE ADJUSTMENT, RISER 16.0 $865.00 $13,840.00 EACH 11 REMOVE INTAKE 8.0 $1,775.00 $14,200.00 EACH SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS : $175,240.00 DIVISION 7 - STREETS A AND RELATED WORK 12 LF 32.0 $53.00 $1,696.00 C&G, 30" WIDE, 8" DEPTH, PCC, C-4 13 C&G, 24" WIDE, 9.5" DEPTH, PCC, C-4 LF 374.0 $54.00 $20,196.00 14 LF 76.0 $53.00 $4,028.00 C&G, 24" WIDE, 7" DEPTH, PCC, C-4 15 TON 2140.0 $152.50 $326,350.00 PAVEMENT, HMA, ST SURFACE, 1/2" 16 PAVEMENT, HMA, ST INTERMEDIATE, 1/ TON 2503.0 $151.75 $379,830.25 17 TON 1400.0 $176.25 $246,750.00 PAVEMENT, HMA, INTERLAYER BASE, 3, 18 HMA PAVEMENT SAMPLES & TESTING LS 1.0 $3,900.00 $3,900.00 SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS 19 REMOVAL OF SIDEWALK SY 527.2 $15.00 $7,908.00 20 SIDEWALK, PCC, 4", C-4 SY 164.1 $54.00 $8,861.40 21 SIDEWALK, PCC, 6", C-4 SY 388.9 $56.25 $21,875.63 22 DETECTABLE WARNING DEVICE SF 422.0 $64.00 $27,008.00 23 ALLEY, PCC, 6", C-4 SY 50.7 $54.00 $2,737.80 PAVEMENT REHABILITATION 24 SY 14.1 $78.00 $1,099.80 FULL DEPTH PATCHES, 8", PCC, C-4 25 SY 59.0 $80.00 $4,720.00 FULL DEPTH PATCHES, 8", PCC, M-4 26 SF 4160.0 $19.00 $79,040.00 PARTIAL DEPTH PATCHES 27 MILL WEDGE EACH 23.0 $3,325.00 $76,475.00 28 MILLING SY 108.0 $30.00 $3,240.00 29 PAVEMENT REMOVAL SY 160.3 $21.50 $3,446.45 30 LF 482.0 $21.50 $10,363.00 CURB AND GUTTER REMOVAL SUBTOTAL STREETS AND RELATED WORK = $1,229,525.33 DIVISION 8 o PAVEMENT MARKINGS AND TRAFFIC CONTROL PAVEMENT MARKINGS 31 PAINTED PAVEMENT MARKINGS STA 66.65 $95.00 $6,331.75 32 4.0 $785.00 $3,140.00 PRECUT SYMBOLS & LEGENDS, THERM EACH TRAFFIC CONTROL 33 LS 1.0 $57,500.00 $57,500.00 TEMPORARY TRAFFIC CONTROL SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL = $66,971.75 DIVISION 9 o SITE WORK AND LANDSCAPING SEEDING 34 SY 729.2 $9.00 $6,562.80 HYDRAULIC SEED/FERT/MULCH-TYPE 1 SUBTOTAL SITE WORK AND LANDSCAPING $6,562.80 DIVISION 11 - MISCELLANEOUS 35 MOBILIZATION LS 1.0 $131,400.00 $131,400.00 SUBTOTAL MISCELI.ANEOUS $131,400.00 TOTAL BID $1,626,527.23 BY: Aspro, Inc. (Name of Bi der Brad Blough Official Address: (Including Zip Code) 3613 Texas St. P. O. Box 2620 Waterloo, Iowa 50704 42,1011512 03/26/26 (Date) Title: Vice President NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA )ss County of BLACK HAWK BRAD BLOUGH , being first duly sworn, deposes and says that: 1 He is (Owner, Partner, Officer, Representative, or Agent) , of ASPRO, INC. , the Bidder that has submitted the attached Bid; 2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3 Such Bid is genuine and is not a collusive or sham Bid: 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly sought by agreement or collusion of communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidde or a: y of its agents, representatives, owners, employees, or parties in interest, including this of ` : nt Subscribed and sworn to before me this (Signed) VICE PRESIDENT Title day of V1c1'r c\rm , 20 a Title My commission expires a — (3eA ,e JULlE MALLS MY COMMISSION miles low BR ARY 27, 2027 3idder Status Form 132111217 To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes Yes Yes Yes Yes No 0No ONo ONo ONo My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 07 Dates: Dates: / 24 / 1973 to / CURRENT Address: 3613 TEXAS ST. , PO BOX 2620 City, State, Zip. WATERLOO, IOWA 50704 / / to / / Address' City, State, Zip. to / / Address. City, State, Zip. You may attach additional sheet(s) if needed. To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? Yes 0 No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: MARCH 26, 2026 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Aspro, Inc. as Principal, and Swiss Re Corporate Solutions America Insurance Corporation bound unto the , as Surety, are held and firmly CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of the Total Amount Bid Dollars ($ 5% ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 26th day of March , 20 26 , for F.Y. 2026 Asphalt Overlay Program, Contract No. 1143 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 4th day of March , A.D. 20 26 cAr._b_s scilu Witness Witness Zach Fuller Aspro, Inc. Principal (Seal) v Pr&;Jcvr+ By 1, (Title) Swiss Re Corporate Solutions America Insurance Corporation (Seal) Surety By -fact Jamie Gifford BID BOND Page 1 of 1 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC') WESTPORT INSURANCE CORPORATION ("WIC") 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, each does hereby make, constitute, and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, ANNE CROWNER, TIM MCCULLOH, DIONE R. YOUNG, SETH ROOKER, JENNIFER MARINO, JOSEPH TIERNAN, KATE ZANDERS, SARA HUSTON, JOHN CORD, GRACE DICKINSON, CAMERON BURT, BEN WILLIAMS, JAMIE GIFFORD and ZACH FULLER 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, consents of surety, 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 bylaw, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) 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 181h of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011: "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 regard to an bond, undertaking or contract of surety to which it is attached." • 0 ..i syty•.. ;•.ti .• q.'ryin11 i"na l # SEAL By David Satory, Senior Vice den t"8T3t tS TC & Senior Vice President of SRCSPIC & Senior Vice President of WIC By GaifitdJaequez, Senior of SRCSPIC & S IN WITNESS WHEREOF, SRCSAIC have caused their official seals to be hereunt 11tbay of June , 20 25 State of Illinois County of Cook ent of SRCSAIC & Ssnia ce President ce President of \\' xcd, and these • • •ntsjc4 be signed by their authorized officers this Swiss Re Corporate Solutions America Insurance Corporation Swiss Re Corporate Solutions Premier Insurance Corporation Westport Insurance Corporation 11`" June 25 On this _ day of , 20 , before me, a Notary Public personally appeared David Satorv, Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC, and Gabriel Jacauez. Senior Vice President of SRCSAIC and Senior Vice President o SRCSPIC and Senior Vice President of WIC, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney leflgesl said instrument to be the voluntary act and deed of their respective co anies. 0 1 c 0 a t a • OFFICIAL SEAL KAREN M SZWEDA Notary Public, State d Illinois Commission No 978628 y Commission Expires September 26 2027 aren M. , Notary I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC 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 and WIC, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 4th day of March , 20 26 rcy Goldberg, Senior S'icc Preside' .. stint Secretary of SRCSAIC and SRCSPIC and WIC