HomeMy WebLinkAboutPeterson Contractors, Inc.p�1ERSOH
BOX A
q
REINBECK, IOWA 50669-0155
Z\B A (As-F-D-F.GGEA-\ A.
tRy . 4-2_
✓J
Pn---EILOC), L�
E�ERS�H
'a‘IN1ARACZORS
AHC.
BOX A
REINBECK, IOWA 50669-0155
\D C
2.OrS
C GTPc q2
W---c�� ,ire
FORM OF BID OR PROPOSAL
FY 2018 ANSBOROUGH AVENUE IMPROVEMENTS
FROM U.S. 20 TO SAN MARNAN DRIVE
CITY CONTRACT NO. 942
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
a Part rshipp consisting of the following partners:
t�RS�iI ctcn2s �lJ�.. , 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 FY 2018 Ansborough Avenue Improvements
From U.S. 20 to San Marnan Drive, City Contract No. 942, all in accordance with the
above -listed documents and for the unit prices for work in place for the following items
and quantities:
FY 2018 ANSBOROUGH AVENUE IMPROVEMENTS
FROM U.S. 20 TO SAN MARNAN DRIVE
CITY CONTRACT NO 942
BID
ITEM
DESCRIPTION
UNIT (
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
" PRICE
Division 1
1
EXCAVATION, CLASS 10, ROADWAY AND
BORROW
CY
3150
$ 8 • z S
$ ZS/ S (
2
TOPSOIL, FURNISH AND SPREAD
CY
2175
$ 14,
$ .,! 1 50
3
MODIFIED SUBBASE
CY
808
11 O
$ 42 "r
$ .-fl -I
4
STANDARD OR SLIP FORM PORTLAND CEMENT_
CONCRETE PAVEMENT, CLASS C, CLASS 3
DURABILITY, 10 IN.
SY
2510
$ big •
vv
_
$ tio,460
5
PORTLAND CEMENT CONCRETE PAVEMENT
SAMPLES
LS
1
$ Z5G0'
$ ZSR` ,
6
REMOVAL OF SIGN
EACH
4
$ IDO '
$ •
8
INTAKE, SW -507
EACH
2
$ 4000 •
QH®o
$ v COO •
FORM OF BID
CITY CONTRACT NO. 942
BF -1 of 5
9
INTAKE SW -509
EACH
6
$ 1‘66 .
$ 27,000'
10
SUBDRAIN, PVC, STANDARD, PERFORATED, 6
IN.
LF
1504
$ /7
$ ieceOtt._
11
SUBDRAIN OUTLET, DR -303
EACH
20
$ 300,
$ (00f>0 `
12
STORM SEWER GRAVITY MAIN, TRENCHED,
REINFORCED CONCRETE PIPE (RCP), 2000D
(CLASS III), 15 IN.
LF
91
$$
/O6-'
C
96-55 r
13
STORM SEWER GRAVITY MAIN, TRENCHED,
REINFORCED CONCRETE PIPE (RCP), 2000D
(CLASS III), 18 IN.
LF
24
$$
/.
ds ~
2520 •
14
REMOVE STORM SEWER PIPE LESS THAN
OR EQUALTO36IN.
LF
86
$ /2•
$ ic'3Z•
15
REMOVAL OF PAVEMENTSY
706
$ Q •
$ 6
(pLID•
16
REMOVAL OF INTAKES AND UTILITY ACCESSES
EACH
3
$ goo
$ ! G
17
RECREATIONAL TRAIL, PORTLAND CEMENT
CONCRETE,6IN.
SY•
75
$ 3g • •
$ZSR®
18
REMOVAL OF SIDEWALK
SY
155
$ Q
.Si
•
$ 12.1-1019
,LISBN
SIDEWALK, P.C. CONCRETE, 4 IN.
SY
31
$
$
20
SIDEWALK, P.C. CONCRETE, 6 IN.
SY
110
$ L13 39
$ 4163
21
DETECTABLE WARNINGS
SF
125
$ y8 '
•1
$itiso -
22
CURB AND GUTTER, P.C. CONCRETE, 1.5 FT.
LF
1586
$
t
$ '•..,'y °•ii
23
CURB AND GUTTER, P.C. CONCRETE, 2.0 FT.
LF
76
$ o
Zs `
$ lo�7t;D
24
RETAININGWALLCOMBINED RETESIDEWALKAND
CY
79
$ 4g°1
$ .3.6/ Cee
25
REMOVE AND REINSTALL SIGN AS PER PLAN
EACH
9
$ ZG�'
$ /800.
26
PERFORATED SQUARE STEEL TUBE POSTS
LF
4
$ I .J^
$ LO®
27
PERFORATED SQUARE STEEL TUBE POST
ANCHOR, BREAK -AWAY SOIL IN STALLATION
EACH
4
$ ZZS�
$ 900 •
28
TYPE A SIGNS, SHEET ALUMINUM
SF
86
$ 12. a
$ /032.
29
TRAFFIC SIGNALIZATION
LS
1
MB
$ 28715e67
$ 2371'
30
STA
49
$ 55,
$ 26.95.
OREDPV SOLVENT-BASEDEMENT MARKING, WATERBORNE
31
PAINTED SYMBOLS AND LEGENDS,
WATERBORNE
OR SOLVENT -BASED
EACH
17
$ -
110 '
$ 1870.
32
PAVEMENT MARKINGS REMOVED
STA
31
$ 35 `
pp
$ /D (7S e
33
SYMBOLS AND LEGENDS REMOVED
EACH
12
$ 10.
$ /320
34
TEMPORARY BARRIER RAIL, CONCRETE
LF
1617
$ ' i'
--
$ Z%1 'IP.
FORM OF BID
CITY CONTRACT NO. 942
BF -2 of 5
35
TRAFFIC CONTROL
LS
1
$ g506:
14
$ 95007
36
FLAGGERS
EACH
25
$ SSO'^
$ 13[76®'
37
MOBILIZATION
LS
092
MB
$ o�a�o
_
$ Z7 MOO
38
TEMP CRASH CUSHION
EACH6
$ 15007
$ gooc>
39
CONVERT RA-40 INTAKE TO SW-406 MANHOLE
EACH
1
$
$ Z�oO
40
CONVERT RA-70 INTAKE TO SW-406 MANHOLE
EACH
5
$ Z 66C)$
111 SCO'
41
INTAKE PROTECTION
EACH
8
$ ZZS'
$ 1 CO'S
42
MAINTENANCE OF INTAKE PROTECTION
EACH
8
$
$ 4po'
43
REMOVAL OF INTAKE PROTECTION
EACH
8
$ coo:
$ gee,
44
TEMPORARY PAVEMENT SYMBOLS AND
LEGENDS
EACH
15
$ W-
���p5�
$
'
46
TEMPORARY PAVEMENT MARKINGS
STA
42
$ ns,
$ 4930 0
47
SUBGRADE PREPARATION
SY
2845
$®
$ I•
So
$ 't2117 '-
48
48
MULCHING, BONDED FIBER MATRIX
ACRE
1
$ 3(s-0
$ 36515.
49
SEEDING AND FERTILIZING (URBAN)
ACRE
1
$ 2%60'
$ 2160
50
SILT FENCE
LF
540
s
$ I 8,_
$ qt t
54
PERIMETER AND SLOPE SEDIMENT CONTROL
DEVICE, 9 IN. DIA.
LF
1652
$ 2 sig
$ 4041. -
55
REMOVAL OF PERIMETER AND SLOPE
SEDIMENTCONTROL DEVICE
LF
1652
$15
®'
$ I Z'Jq
Division 1 Total$--/LiW�`N
Division 2
1
EXCAVATION, CLASS 10, ROADWAY AND
BORROW
CY
350
$ /9 25
C7
$ 288^x.50
7
APRONS, CONCRETE, 12 IN. DIA.
EACH
2
$ %o'
$ )2c0 0 4
17
CONCRETRECREATIONAL ATRAIL, PORTLAND CEMENT I.SY
895
$ (o®
$ 27,38 7.
20
SIDEWALK, P.C. CONCRETE, 6 IN.
SY
5
$ is.
$ 39o'
21
DETECTABLE WARNINGS
SF
40
$ 38.
$ /524::).--
37
MOBILIZATION
LS
0.06
$ Z40e07
$ 12.00'
45
CULVERT, CONCRETE ENTRANCE PPE, 12 IN.
DIA.
LF
21
$ (20'
$ jI2.90•
50
SILT FENCE
LF
710
$ ), 96
$ /,3I3.66
51
SILT FENCE FOR DITCH CHECKS
LF
225
$ 3 2-.6
$ 731 25
52
REMOVAL OF SILT FENCE OR SILT FENCE
FOR DITCH CHECKS
LF
1470
$ ®62
'
$ ,-r 3� -
FORM OF BID
CITY CONTRACT NO. 942
BF -3 of 5
53
MAINTENANCE OF SILT FENCE OR SILT FENCE
FOR DITCH CHECK
LF
1470
50
$ I loe .
Division 2 Total
$ 39)1ZG .—
Overall Construction Total = Division 1 + Division 2
$78t11-10-1•12
Division 1 — Ansborough Avenue from U.S. 20 to San Marnan Drive
Division 2 — Trail along north side of San Marnan Drive
2. It is understood that the quantities set forth are approximate only and subject to
variation and that the unit bid price for the work done shall govern in the actual
payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City
of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of
this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30)
days after the opening thereof, or at any time thereafter before this bid is
withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance
within ten (10) days after the agreement is presented to him for signature, and
start work within ten (10) days after "Notice to Proceed" is issued.
4. Security in the sum of
Dollars ($ ) in the form of 1D r t ,
is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. dent -Bi �'fiicativrr( -er-Nan-Residenit
ion ( ). (Mark -one--)
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 FOC, 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. Date 42.3
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
FORM OF BID
CITY CONTRACT NO. 942 BF -4 of 5
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.
?-r-Ezscs-ni ,_4/4re 3Ac Yzs c . j29 (20► B
(Name of Bidder) ( ate)
BY:
Title
.r.5'T7/Y%)Z
Official Address: (Including Zip Code):
16�h A-CCRAW1C ST.
-Kelic 13ECk./ sH 60(0(o 1
I.R.S. No. 42- U121(054
x(054
FORM OF BID
CITY CONTRACT NO. 942 BF -5 of 5
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of .—.l -.f? 1nfWc
County orgLP\C1CN-AW k )
P1/4 --Tc being first duly sworn, deposes and says that:
nn He is-- � (Owner Partner, Offices , 'epresentati a Agent) of t E�
L6N�7�Ac�2Y��
5 =1.. 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 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, i cluding this
affiant.
(Signed)
Title
Subscp([,ibed and sworn to before me this )-01e` day of
NAM' 2018.
vVU ' r U) afr I" 1 Ase;e:fr.T et6-,LP7 i -
I 14 I Title
My commission expires
NON -COLLUSION AFFIDAVIT PRIME
ao Lc,, JENNIFER R WISSLER
2 Commission Number 761292
• My Commission Expires
^W January 4, 2019
CITY CONTRACT NO. 942 NCAP-1 of 1
Bidder Status Form
To be completed by all bidders
Please answer "Yes" or No' for each of the following:
Pl
Yes ❑ No 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),
EYes ❑ No My company has an office to transact business In Iowa.
Yes 0 No My company's office In lowa is suitable for more than receiving mail, telephone calls, and e-mail.
ET -Yes 0 No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
[7 Yes ❑ No 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 thls 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.
Part A
To be completed by resident bidders
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: (- / 2Z /0_5_ to Q-k1C-t Address: Ali TkC-t% `-P `ntu S}
City, State, Zip:
Dates: / ... / to / ( Address:
City, State, Zip:
Address:
Dates' / / to / /
You may attach additional sheet(s) if needed.
Part B
To be completed by non-resident bidders
1. Name of home state or foreign country reported to the Iowa Secretary of State:
Part C
2. Does your company's home state or foreign country offer preferences to bidders who are residents? 0 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
I 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:
nC--
( ( Date:
)/62.
You must submit the completed form to the governmental body requesting bids
per 875 lowa Administrative Code Chapter 156.
This form has been approved by the Iowa Labor Commissioner.
309-6001 02-14
Worksheet: Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
E'Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor.
❑ Yes ErNo My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
❑ Yes [CNo My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
[✓r Yes ❑ No My business Is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
❑ Yes Q"No My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
❑ Yes atclo My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
❑ Yes 0 -No My business Is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
❑ Yes ENo My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
❑ Yes E nto My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed In a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
❑ Yes 2g; My business Is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
❑ Yes [✓] No My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 02-14
5
W0
co Q
LL
0z
a
a0
W
ct
Z5
W
too
cnLL -%
W Z 15)
Z 'p
V
m
33 Z
O
❑
mm
^Z lyJ
a
0
0
0
m
J
Prime Contractor Name
N
_O O
om'
L
N a)
Q 0
o
a) a> ` )
c a)
aNm-
u)
a-
U N
N m
O
D_4
N
y
0 O
O'
0 c
O 2
N O
o J
U W
mm
o w
m
N c
W c
CO
V-
W 0
m a)
O
>, a
C o
m
mY
C L
09
Z '5
a) Si
CO 4>, 11\
E
O
C
O O _
L 0 C O
c N O
0
O m N
0
O C
E c Lu a)
- m C
c a6
a) !� al
Y E
o
m
C C
U •3 O a00
o_ .11) p N
o CO E O
V O O an
N C W 0 Y
CO anam
OO m Y m 0
N La C
-0 O c
O O
O C C
ai o >
a o
o >
h
C
O c
�\IA
.�
U
o
o
F 9
Ou)
o `o
W w
m m .0
C
0
tcr, 0
m C C
2 w .o
O 0
Z N
(0
o)
u)
LO
0
c
0
0
a)N U0
P ,L E'U y
U1 I-- E c
C O a p
00 O C O N
E U a0
o
O E 0 a)
.Q a) Q
a D a
15 an co Y
i s O m p
O .O C. C 0
Y
O > N
>E46 -
t N c° c
o
0 a l-
c
n N
C O N L 0
- Em F as
IL) a
pd_ 2 o o
C _Eo
a) N t
C 0 a os -
co 0
N p UQ
N O _0 O
o o w O 0 3
a
15 man
0a00 .0aE
c c 094=
Lo o o .vcia a D m
m 9 E S> 6
Po O o 0
0 >m 0 o
> m
di o O_>,,j.N
a -CO 0 m-
0 m° a a c
m m
O 0 E a N
O
I- >,a -0 OD)
amm
U o O � c 25J N .= O (6
F _1,5 m 0 = 0
Z Q 0 S2 a) a)
Om9 0'c -C
0 .c -a a m
m 3 5 ?,_ o o
= L L O C>, 0
0 0 0 >-W co
0
O
0
(0
O
a)
an
co
O
Y
m N ❑
C N
o E -c a
2 o
O N N I__
11) .0 Z
n
aci 0
Lo In in
0 m di
m
E N (,
o E Z re
N W
m a 0 I—
N a = Z
O
L (O W
mo to
a p fn
.N w
QN aZ
02
W z CL 03
O
cu c L -W
c a) Z03m
oa LL
co a
O w
muj J2
Lil o
CO c Q
2 b 1-
To c
a
a)
c an
E
c
o m
ac
• E
c
oa
a)
a> a)
Y
6
c E
Quotes Received Quotation used in bid
Dollar Amount Proposed to
be Subcontracted
1
Ir'o
N
0
cn
0-7
C33
M
V'
1
`
s
Dates
Contacted
N
n
sq
Yes/No
a
2
fl
2
r
y
Dates
Contacted
M
cn`�M
M
MBE/WBE
Subcontractors
U
poI
0
.--2t;
2
4
Li
wI
r
(Form CCO-4) Rev. 06-20-02
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 Bid Submitted ---
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 29th day of March
, 2018 , for FY 2018 Ansborough Avenue Improvements From U.S. 20 to San Marnan
Drive, City Contract No. 942
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the altemate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified
and shall fumish 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 8th day of March , A.D. 2018 ,
By
Peterson, ractors, Inc.
(fndaI
Travelers Cas
Witne
r -
ety Company of America(Seal)
Witness Dione R. Youn
Attorney-in-fact Anne Crowner
(Seal)
(Title)
TRAVELERS
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. 231471
Surety Bond No. or Project Description:
POWER OF ATTORNEY
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Principal: Peterson Contractors, Inc.
Bid Bond Obligee: City of Waterloo
KNOW 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
Underwriters, 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, lay D. Freiermuth, Brian M. Deimerly, Cindy Bennett, Anne Crowner,
Tim McCulloh, Stacy Venn, 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 24th day of
October, 2016.
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
State of Connecticut
City of Hartford ss.
By:
Robert L. Raney, Senior Vice President
On this the 24th day of October, 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 lune, 2021,
Marie C. Tetreault, Notary Public
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 part 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 correct 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 8th day of March , 2018 .
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power of Attorney, call1-800-421-3880 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.