HomeMy WebLinkAboutPeterson Contractors, Inc.DE�ERSDH
®DItklI CMRS
USC.
BOX A
REINBECK, IOWA 50669-0155
)3\ D P*3•C)0
Y. X1 1 to\ - sio.c1Q
CIL) Ky-ri2,p\ /\)0
or 1A) /9---r-EgLoo
aN_WIEM
lia%1XIMENMS
PAC.
BOX A
REINBECK, IOWA 50669-0155
\0 TDoWD
-P. k( zotl urkG,N)--Eg. 'RD 5m-triA c.)(reiTz)1014
Cot4I-RAFV:r N\ 0 69S
OZ rqV ZI SIOZ 8
74f.f.1-4
FORM OF BID OR PROPOSAL
F.Y. 2017 WAGNER ROAD SANITARY SEWER EXTENSION AND GRADING
CONTRACT NO. 899
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
cry-)wA , ,p Partnership consisting of the following partners:
C jfl2 %7 mac..
having familiarized (himself) (themselves) (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. 2017 WAGNER ROAD SANITARY SEWER EXTENSION
AND GRADING, Contract No. 899, all in accordance with the above -listed
documents and for the unit prices for work in place for the following items and
quantities:
F.Y. 2017 WAGNER ROAD SANITARY SEWER EXTENSION AND GRADING
CONTRACT NO. 899
ITEM
NO.
ITEM DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT
COST
TOTAL COST
BASE BID
1
MOBILIZATION
LS
1
1555
iFj 7ji
2
TRAFFIC CONTROL
LS
1
151
e- -3
le-6-
3
STORM WATER POLLUTION PREVENTION PLAN
IMPLEMENTATION
LS
1
GiCt93%
610001
4
SILT FENCE
LF
3,960
�"
1q711-
5
MOBILIZATION, EROSION CONTROL
EA
5
Soil:-
2 '
6
CLEARING AND GRUBBING
LS
1
'-t
-7c50 ,"
7
REMOVAL OF EXISTING FIELD FENCE
LF
1,620
i ,60,`-
e;7430,
8
TOPSOIL, STRIP, SALVAGE, AND SPREAD
CY
7,810E.4)
,-711-26,-
59
9
EXCAVATION, CLASS 10, ROADWAY AND
BORROW
CY
73,100
l 26
11-
r
10
REMOVED EXISTING SANITARY SEWER PIPE
STUB
LS
1
696
(P50'_
11
COLLAR TRUSS PIPE TO EXISTING MANHOLE
EA
1
eV) ;
r�qa
FORM OF BID
CONTRACT NO. 899
Page 1 of 5
12
SANITARY SEWER GRAVITY MAIN, TRENCHED,
PVC TRUSS PIPE, 8 -INCH
LF
810
--
�g
211, 35),
13
MANHOLE, SANITARY SEWER, SW -301, 48-
INCH DIA.
EA
3
.4?E0
�/�� �r_
Wier
14
SANITARY SEWER SERVICE STUB, PVC, 6 -INCH
LF
200
46,
ear, -
15
TAPPING SLEEVE, VALVE, AND BOX 12 -INCH X
6 -INCH
EA
3
506.6,
,3636.
16
FIRE HYDRANT ASSEMBLY
EA
3
4300 [
Q1%0.-
17
TOPSOIL, FURNISH AND SPREAD
CY
500
II `
Or -r,..%"."
18
TEMPORARY SEEDING
AC
5
1106,_
s�
19
SLOPE PROTECTION, WOOD EXCELSIOR MAT
SQ
700
17-
)f1961 -
20
HYDROSEEDING
AC
10
a0j,-
Low p oln
21
2 -YEAR MAINTENANCE BOND
LS
1
/bG,(j;
1(jr� j
SUBTOTAL -BASE BID
1j94(dlJy
ITEM
NO.
ITEM DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT
COST
TOTAL COST
ALTERNATE#1
1
CONCRETE CUNETTE, 6 -INCH P.C.C.
SY
760Lie730t
c'
1351-
LW,
2
MODIFIED SUBBASE, 6 -INCH
SY
910
7'
ID
6''1O
3
REVETMENT, CLASS C
TON
450
3J,
61Q):
4
2 -YEAR MAINTENANCE BOND
LS
1
,r -Air-°
JcJC1,
SUBTOTAL - ALTERNATE #1
'17 4113
ITEM
NO.
ITEM DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT
COST
TOTAL COST
ALTERNATE #2
1
STORM SEWER GRAVITY MAIN, TRENCHED,
RCP, 2000D (CLASS III), 48 -INCH DIA.
LF
1,324
c'
1351-
11811146:
2
STORM SEWER AREA INTAKE, OPEN -SIDED,
SW -513
EA
2
6/600. '
1,1666:-
, e `r3
3
STORM SEWER GRAVITY MAIN, TRENCHED,
PRECAST RCP, 2000D (CLASS III), 48 -INCH DIA
25 DEGREE BEND
EA
2
�r�6
4
REMOVE AND REINSTALL APRON, CONCRETE,
48 -INCH DIA.
EA
2
,27C6,n1,
JcJC1,
5
APRON GUARD, 48 -INCH PIPE
EA
2
)GJ �-tJ,
? (OM -
6
EXCAVATION, CLASS 10, ROADWAY AND
BORROW
CY
12,500
A
K I'
5r,��
7
REVETMENT, CLASS C
TON
100
C
j}'
@/�~
_aciae
8
2 -YEAR MAINTENANCE BOND
LS
1
OM
(6
FORM OF BID
SUBTOTAL - ALTERNATE 112
CONTRACT NO. 899
;611 41-10:
Page 2 of 5
ITEM
NO.
ITEM DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT
COST
TOTAL COST
ALTERNATE #3
1
TOPSOIL, STRIP, SALVAGE, AND SPREAD
CY
2,615
, , 56 A
t.11(3,.L.f-
2
EXCAVATION, CLASS 10, ROADWAY AND
BORROW
CY
38,700
JJ,,
't m
15141000.r
3
SANITARY SEWER SERVICE STUB, PVC, 6 -INCH
LF
200
i,
gay).
4
TEMPORARY SEEDING
AC
1
800,`
//Or;; -
5
SLOPE PROTECTION, WOOD EXCELSIOR MAT
SQ
75
11,-
a75,
HYDROSEEDING
AC
3
,,fin,-
6'01.6,"
7
2 -YEAR MAINTENANCE BOND
LS
1
in ,`
417,117
SUBTOTAL - ALTERNATE #3
.1?r,-_7p
TOTAL CONSTRUCTION COST - BASE BID & ALT. #1 /1/1,( Vii,` �t
TOTAL CONSTRUCTION COST - BASE BID & ALT. #2
TOTAL CONSTRUCTION COST - BASE BID, ALT. #1, & ALT. #3 V%2��3. 7 ,
TOTAL CONSTRUCTION COST - BASE BID, ALT. #2, & ALT. #3 p,L
40.
2. It is understood that thequantities set forth are approximate onlyand s,Ltbject 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 S7/7, Dollars ($
in the form of '?,o '-b, 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 Resident Bidder Certification ( ), or Non -Resident
Bidder Certification ( ). (Mark one.)
FORM OF BID
CONTRACT NO. 899 Page 3 of 5
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:
Addendum No. I Date i% I /zisup
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and
bid items on the City of Waterloo Minority and/or Women Business Pre-bid
Contact Information Form submitted with this Form of Bid or Proposal. 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.
T E"r-E.RSon1
aerr2_nC*o-R-% NC
11E13 Hit,
(Name of Bidden (C)ate)
BY: Title E.srtnifirolL
Official Address: (Including Zip Code):
"P. a --60x. A - r.ANy ` C .._1 tC(\ 660201
FORM OF BID
CONTRACT NO. 899
Page 4 of 5
I.R.S. No. '42- octal/05'g
FORM OF BID
CONTRACT NO. 899 Page 5 of 5
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of 'meq )
County of ) L -Rd k- WV- )ss
hem- •iE7okt,EN , being first duly sworn, deposes and says that: !� /�
1. He is (Owner, Partner, Office( Representative,
AN Agent) of {'gRsont l�ntrglIc-T6
�n1C. 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;
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 or
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 Bidder or
any of its agents, representatives, owners, employees, or parties in interest, including this
affiant.
, 201k,
Title
(Signed) ,407A2.•
Subscribed and sworn to before me this day of N oc. drat
ttQp
Title
My commission expires .
:4 TERESA VANSICKLE
F Commission Number 778806
• My Commission Expires
June 7, 2019
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
c9
Y Zon W v . SiTfr S v .&xrExisiat a""46
IVrnIEMPb.2 3, 20)G,
To be a qualified resident bidder, the bidder shall be a person or
entity authorized to transact business in this state and having a
business for at least three years prior to the date of the first
advertisement for the public improvement. If another state or
foreign country has a more stringent definition of a resident bidder,
the more stringent definition is applicable as to bidders from that
state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his
subcontractors at the work site until this project is completed.
I hereby certify that I am a resident bidder as defined above.
COMPANY NAME .,-1E.g_'Daril, CzNfrLI S :E;c.
CORPORATE OFFICERr/4
TITLE Art) .mea
DATE 1 (//246
MBEIWBE BUSINESS ENTERPRISE
!� PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: I'�� E y i � � t Project: id27itu camiztny ragenstio Letting Date:
///3/Zri1&
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature: i
9 ��� Title: -77I1/efTdJL Date: ///`346/6
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form
showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions
should be directed to Contract Compliance Office 319-291-4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business
Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for
assistance at (319) 291-4429.
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will
make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBEIWBE BUSINESS ENTERPRISE CONTACTS
(Form CCO-4) Rev. 06-20-02
Quotes Received Quotation used in bid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
—0.C.{,mn
Com
io Z�
� S
11
3
.q Es
_
$fig, I .RC ,
cweic Umskrac,- w.
Iv(Z`{
43
/3
40
T S SII i
/Oiz4
y'aS
it 1.-
A6
DAW,iELS k\mMMMt .
I Ia
IvO
l 7,1E
AC—
(Form CCO-4) Rev. 06-20-02
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS
Prime Contractor Responsibilities:
Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to
participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming
barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract
bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy:
1. "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly
completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received,
and awarded - not just those related to disadvantaged business enterprise vendors.
2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses
offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to
be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the
City's MBE/WBE list, attach a copy of the certification from another government agency.
3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits
the bid to the City of Waterloo.
4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for
each MBE/WBE business contacted:
a. A copy of the bid received from the MBE/WBE, OR
b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR
c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached.
5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS
ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBEM/BE was not selected. These reasons could include:
a. Not low bid. Copies of the competing bids may be required for verification.
b. MBE/WBE did not bid, withdrew bid or was non-responsive.
c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by the Prime Contractor.
The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based
on overall program goals.
Subcontractors Responsibilities:
1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to
the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is
interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid
opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBE/WBE in which the
MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited.
Form CCO-4A Rev. 07-08-02
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Peterson Contractors, Inc.
as Principal, and Travelers Casualty and Surety Company of America
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum Five Percent of the Amount of Bid (5% )
Dollars ($) 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 bld dated the day of November 3
2016, for F.Y. 2017 Wagner Road Sanitary Sewer Extension and Grading, Contract No. 889,
Waterloo, Iowa
NQW, 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 tune 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 day of , A,D. 201 6_,
A 2sal "October
(Seal)
(Se
Witness
Stac Venn, Witness
B
cipal
eterson Contractor . 1
pre dent (Title)
Surety Travelers Casualty and Surety Company of America
Anne Crowner, Attorney -in -Fact Attorney-in-fact
RAV�"iLERSJ
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER—
POWER OF ATTORNEY
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
Attorney -In Fact No. 226103
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 006972963
I{NOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that. Fidelity and Guaranty Insurance Undeilvriters, Inc., is a corporation duly organized under the
laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint
Craig E. Hansen, Jay D. Freiermuth, Brian M. Deimerly, Cindy Bennett, Anne Crowner, Tim McCulloh, Stacy Venn, Lacey Cramblit, Shirley S.
Bartenhagen, and Dione R. Young
of the City of West Des Moines , State of Iowa , their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 13111
day of September 2016
cnsu.4
Off,
09"14 T<
1982 o1
r,c
iy Ft'
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
'.� INSUAy h
5:X.0aPoRogr,�RPORgrf:i..'
n j1 o'
EBL�o. �a:SBALja
1S r ,5.........ra
State of Connecticut By:
City of Hartford ss.
Robert L. Raney, Senior Vice President
On this the 13th day of September 2016 , before me personally appeared Robert L. Raney, who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul
Fire and Marine insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021.
58440-5-16 Printed in U.S.A.
cue► C .
Marie C. Tetreault, Notary Public
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any pan of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity'and Guaranty Company do hereby certify that the above and foregoing
is a true and concct copy of the Power of Attorney executed by said Companies, which is in full force: and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 25th day of October
2016_
Kevin E. Hughes, Assistant Secv tary
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the
above-named individuals and the details of the bond to which the power is attached.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER