Loading...
HomeMy WebLinkAboutPeterson Contractors, Inc.Wak VAMIK.ORS BOX A REINBECK, IOWA 50669-0155 Dry Run Creek Interceptor Contract No. 877 Waterloo, IA Bid Due11-7-19 @ 1PM City of Waterloo, IA Bid Proposal EZEYA V7ANkANkS1C.14lica AHC. BOX A REINBECK, IOWA 50669-0155 • Dry Run Creek Interceptor Contract No. 877 Waterloo, IA Bid Due11-7-19 @ 1PM City of Waterloo, IA Bid Bond FORM OF BID OR PROPOSAL DRY RUN CREEK INTERCEPTOR CONTRACT NO. 877 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: Revised Per Addendum #4 - 11/01/2019 The undersigned, being a Corporation existing under the laws of the State of Iowa a Partnership consisting of the following partners: 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 DRY RUN CREEK INTERCEPTOR, CITY CONTRACT NO. 877, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: DRY RUN CREEK INTERCEPTOR Item No. Description Unit Estimated Quantity Unit Price Total Price 1 Mobilization LS 1.0 $ $ 2 Traffic Control LS 1.0 $ $ 3 Clearing and Grubbing LS 1.0 $ $ 4 Existing Pump Vault, Valve Vault and Equalization Tank Removal LS 1.0 $ $ 5 Import Fill for Lift Station Site CY 254.8 $ $ 6 Import Fill for Trench Removals CY 5,800.0 $ $ 7 Lift Station Wet Well and Valve Vault LS 1.0 $ $ 8 Electrical Equipment Building LS 1.0 $ $ 9 Site Electrical LS 1.0 $ $ 10 Stand -By Generator LS 1.0 $ $ 11 Metering Manhole LS 1.0 $ $ 12 Air Release Manhole LS 1.0 $ $ 13 Retaining Wall LS 1.0 $ $ 14 Unclassified Material (Removal of Rippable Rock) CY 2,500 $ $ 15 Foundation Rock TON 82.0 $ $ 16 Trench Compaction Testing LS 1.0 $ $ FORM OF BID AECOM #60330823 (2019) CONTRACT NO. 877 FB -1 OF 4 DRY RUN CREEK INTERCEPTOR Revised Per Addendum #4 - 11/01/2019 DRY RUN CREEK INTERCEPTOR Item No. Description Unit Estimated Quantity Unit Price Total Price 17 Abandon and Plug 8 -Inch Sanitary Sewer LF 215.0 $ $ 18 Sanitary Sewer Force Main Testing LS 1.0 $ $ 19 Cleaning, Inspection Sewer Gravity Mains and Testing of Sanitary LS 1.0 $ $ 20 24 -Inch Sanitary Sewer Gravity Main - Open Cut LF 5,178.7 $ $ 21 24 -Inch Sanitary Sewer Gravity Main - Directional Drilling LF 754.9 $ $ 22 20 -Inch Sanitary Sewer Gravity Main Ductile Iron - Open Cut LF 92.0 $ $ 23 18 -Inch Sanitary Sewer Gravity Main - Open Cut LF 2,399.2 $ $ 24 12 -Inch Sanitary Sewer Force Main - Directional Drilling LF 524.0 $ $ 25 12 -Inch Sanitary Sewer Force Main - Open Cut LF 1,958.0 $ $ 26 8 -Inch Sanitary Sewer Gravity Main - Open Cut LF 43.0 $ $ 27 6 -Inch Sanitary Sewer Gravity Main Ductile Iron - Open Cut LF 15.0 $ $ 28 30 -Inch Steel Casing, With 18 -Inch Sanitary Sewer Gravity Main LF 235.0 $ $ 29 24 -Inch Steel Casing, With 12 -Inch Sanitary Sewer Force Main LF 196.0 $ $ 30 Force Main Fittings LBS 655.0 $ $ 31 48 -Inch Manhole Replacement EA 2.0 $ $ 32 72 -Inch Manhole Replacement EA 1.0 $ $ 33 48 -Inch Manhole EA 28.0 $ $ 34 24 -Inch SW -604, Circular Area Intake - SW -512, With Type 3B EA 1.0 $ $ 35 Connection to Existing Sanitary Manhole EA 4.0 $ $ 36 8 -Inch Drop Connection EA 1.0 $ $ 37 24 -Inch RCP Storm Sewer LF 20.0 $ $ 38 24 -Inch RCP Apron EA 1.0 $ $ 39 18 -Inch RCP Storm Sewer LF 20.0 $ $ 40 18 -Inch RCP Apron EA 2.0 $ $ 41 12 -Inch RCP Storm Sewer LF 32.0 $ $ 42 12 -Inch RCP Apron EA 1.0 $ $ 43 Drain Tile Replacement LF 80.0 $ $ FORM OF BID AECOM #60330823 (2019) CONTRACT NO. 877 FB -2 OF 4 DRY RUN CREEK INTERCEPTOR Revised Per Addendum 44 •11101/2019 ?leas' ��,t A*aackLT4omis ,l, It is understood that the quantities set forth are approximate only and subject to va dation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 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. FORM OF BID AECOM #60330823 (2019) CONTRACT NO. 877 FB -3 OF 4 DRY RUN CREEK INTERCEPTOR DRY RUN CREEK INTERCEPTOR Item No. Description Unit Estimated Quantity Unit Price Total Price 44 6 -Inch PCC Pavement SY 477.0 $ $ 45 8 -Inch PCC Pavement SY 130.0 $ $ 46 8 -Inch HMA Pavement SY 71.0 $ $ 47 Gravel Surfacing SY 198.0 $ $ 48 Crushed Stone - Class "A" SY 477.0 $ $ 49 Pavement Removal SY 201.0 $ $ 50 Seeding, Fertilizing and Mulching for Hydraulic Seeding - Type 1 Seed Mix AC 6.1 $ $ 51 Seeding, Fertilizing and Mulching for Hydraulic Seeding - Type 2 Seed Mix AC 5.7 $ $ 52 Seeding, Fertilizing and Seeding - Type 4 Seed Mix Mulching for Hydraulic AC 6.1 $ $ 53 Seeding, Fertilizing and Mulching Seeding - Type 5 Seed Mix for Hydraulic AC 5.7 $ $ 54 Erosion Stone SY 240.0 $ $ 55 Silt Fence LF 6,700.0 $ $ 56 Temporary Rolled Erosion Control Products (RECP) SY 51,860.0 $ $ 57 SWPPP Requirements LS 1.0 $ $ 58 6 -Foot Chain -Link Fence LF 233.0 $ $ 59 24 -Foot Chain -Link Gate EA 2.0 $ $ 60 Texas St. Lift Station Generator LS 1.0 $ $ 61 Rock Excavation CY 1,500 $ $ TOTAL BID AMOUNT $$10t co /2Ua ?leas' ��,t A*aackLT4omis ,l, It is understood that the quantities set forth are approximate only and subject to va dation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 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. FORM OF BID AECOM #60330823 (2019) CONTRACT NO. 877 FB -3 OF 4 DRY RUN CREEK INTERCEPTOR Bidder Status Form To be completed by all bidders Part A Please answer' Yes ❑ No ® Yes ❑ No []Yes jNo I Yes ❑ No (XYes n No 'Yes" or "No" for each of the following: 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 Bit My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: l2 / 2 / Iq > to I / 7 / 20 n Address: 11)4- .00.4c Ravak St City, State, Zip `1121n�.2G1C 60C11 Address: City, State, Zip: Address: City, State, Zip: Dates: / to / Dates: / / to 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? 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. Yes I I No 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: 7p aniaaL Date: 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) 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. pz Yes ❑ No 1 Yes NI No ❑Yes MNo [Yes ❑ No Yes IX No My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. 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. 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. 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. n Yes 4 No 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 X 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 14 No 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. n Yes 171 No n Yes cg No n Yes IA No 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. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. 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 (09-15) BSF-2 Page 2 Attachment 1 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid.) U.S. Environmental Protection Agency Certification of Non -Segregated Facilities STATE REVOLVING FUND (Applicable to contracts, subcontracts, and agreements with applicants who are themselves performing Federally assisted construction contracts, exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause.) By the submission of this bid, the bidder, offeror, applicant, or subcontractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. He certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The bidder, offeror, applicant, or subcontractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national original, because of habit, local custom, or otherwise. He further agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause; that he will retain such certifications in his files; and that he will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods): NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NON -SEGREGATED FACILITIES A Certification of Non -segregated Facilities, as required by the May 9, 1967, order (33 F.R. 7808, May 28, 1968) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. The certification may be submitted either for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or annually). /!/"71/9 S ignature /Date N ame and Title of Signer (Please Type) N OTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. EPA -7 5720-4.2 INVESTING IN IOWA'S WATER May 2015 Page 3 Attachment 2 SRF Required Front -End Specifications (This form must be completed and signed by the Prime Contractor and submitted with the bid.) Debarments and Suspensions Any bidder or equipment supplier whose firm or affiliate is listed in on the U.S. General REVOLVING ONO Services Administration Excluded Parties List System web site at http://www.epls.gov/ will be prohibited from the bidding process. Anyone submitting a bid who is listed on this web site will be determined to be a non-responsive bidder in accordance with 40 CFR Part 31. SRF STATE United States Environmental Protection Agency Washington, DC 20460 Certification Regarding Debarment, Suspension, and Other Responsibility Matters The prospective participant certifies to the best of its knowledge and belief that it and the principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission o f fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction: violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transaction s (Federal, State, or local) terminated or cause or default. I understand that a false statement on this certification may be ground for rejection of this proposal or termination of the award. In addition, under 18 U SC Sec. 10 01, a false statement ma y result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. � ck,b2 -- ah,e CA.( ANCLVal/ (\Awnacgex- Typed Name & Title of Authorized RePresentative Signature of Authorized Representative Da I am unable to certify to the above statements. My explanation is attached. EPA Form 5700 49 (11-88) INVESTING IN IOWA'S WATER May 2015 Page 4 Attachment 3 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid.) Disadvantaged Business Enterprise (DBE) Solicitation STATE REVOLVING FUVO It is EPA's policy that recipients of EPA financial assistance through the State Revolving Fund programs award a "fair share" of subagreements to small, minority and women -owned businesses, collectively know as Disadvantaged Business Enterprises (DBEs). Iowa's Fair Share goals are: Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must be certified through the Iowa Department of Transportation (IDOT). Information on certification requirements and a list of certified DBEs is on the IDOT website at http://www.lowadot.gov/contracts/contracts eeoaa.htm. Prime contractors' DBE requirements for SRF projects include: • Taking affirmative steps for DBE participation • Documenting the efforts and the proposed utilization of certified DBEs PROJECT INFORMATION SRF Applicant: Minority -Owned Business Enterprise (MBE) Goal Women -Owned Business Enterprise (WBE) Goal Construction 1.7% 2.2% Supplies 0.6% 5.6% Services 2.5% 11.3% Goods/Equipment 2.5% 10.4% Average 1.8% 7.4% Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must be certified through the Iowa Department of Transportation (IDOT). Information on certification requirements and a list of certified DBEs is on the IDOT website at http://www.lowadot.gov/contracts/contracts eeoaa.htm. Prime contractors' DBE requirements for SRF projects include: • Taking affirmative steps for DBE participation • Documenting the efforts and the proposed utilization of certified DBEs PROJECT INFORMATION SRF Applicant: Bidder: Address: Contact Person: Signature: Phone Number: E -Mail Address: Check if Prime Contractor is: ❑ Minority -Owned Women -Owned ❑ INVESTING IN IOWA'S WATER May 2015 Page 5 GOOD FAITH EFFORTS CHECKLIST Please complete the checklist to determine if you have complied with the requirement to make good faith efforts to ensure that certified DBEs have the opportunity to compete for procurements funded by EPA financial assistance funds. Bidders/offerers must make good faith efforts prior to submission of bids/proposals. 1. Did you ensure that DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities? [p Yes No STATE REVO VING FUND 2. Did you make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process? This includes, whenever possible, posting solicitation for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. LI Yes I 1 No 3. Did you consider in the contracting process whether firms competing for large contracts could subcontract with DBEs? This will include dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum particip tion by DBEs in the competitive process. T. Yes No 4. Did you encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually? n Yes [4 No 5. Did you use the services of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce to identify potential subcontractors? Yes KI No 6. List the potential DBE subcontractors that were contacted. Only list those that are certified through the Iowa Department of Transportation. Name How Contacted (e.g. letter, phone call, fax, e-mail) Response (e.g. did not respond, not interested, not competitive) ` ie...,-- �IAr t�heie 2`vetielse tau;% tC i'mrp ) �lno-n4e R�r3et) a �surte PROPOSED UTILIZATION OF DBE SUBCONTRACTORS Please include Attachments 4 and 5 to document the proposed utilization of certified DBE subcontractors. INVESTING IN IOWA'S WATER May 2015 Page 6 CONTRACT ADMINISTRATION PROVISIONS Several contract provisions are required to prevent unfair practices that adversely affect DBEs. These include: 1. Prime Contractor must pay its Subcontractor for satisfactory performance no more than 30 days from the Prime Contractor's receipt of payment from the SRF loan recipient. STATE REVOLVING FUND 2. Prime Contractor must notify the SRF loan recipient in writing prior to termination of a DBE subcontractor for convenience. 3. Prime Contractor must employ the six Good Faith Efforts to solicit a replacement subcontractor if a DBE subcontractor fails to complete work under a subcontract for any reason. INVESTING IN IOWA'S WATER May 2015 Page 7 Attachment 4 SRF Required Front -End Specifications (This form must be completed and signed by Prime and DOE Subcontractor for each subcontract and submitted with the bid.)' STATE REVD U ?i0. U t0 OMB Cont of No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form This form is intended to capture the DBE' subcontractor's? description of work to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractor's bid or proposal package. Subcontractor Name Vint Bid/Proposal No. Project Name Iv/ 2L'en ('r ,.Ir: C- .4i e • 9 7 7 Assistance Agreement ID No. l Point of Contact Of known)ra9� 1 Address Cat :11C1117 14 S'1 1,>fv.mAt f/v..?, r. t3vd/7 ,"l_!1 .'L/$„ , Telephone No.q2 C319) 352 t ` ( ,,-C46 EmailAddress Joh, 12rq-e/infrfs .ry'isi ty.rrc; l [cvr%7 Issuing/Funding Entity Prime Contractor Name Contract Item Number Description of Work Submitted to he Prime Contractor Involving Construction, Services, Equipment or Supplies Price of Work Submitted to the Prime Contractor DBE Certified by Other: DOT SBA Meets/exceeds EPA certification YES NO standards? Unknown _._. 'A DBE is a Disadvantaged. Minority. or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 1 INVESTING IN IOWA'S WATER May 2015 Page 8 STATE OMB Cont of No: 2090-0030 Approved 8/13;2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Contractor Signature Subcontractor Signature Print Name Print Name ` Title ' Date Pro. \I .4 ,.^617- 0.40,...1 617- / 047 Title Date aNtAACALC iThanCIer ((/7 719 -� k1/41e4 The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100.3 (DBE Subcontractor Performance Form) — Page 2 INVESTING IN IOWA'S WATER May 2015 Subcontractor Signature Print Name ` Title ' Date Pro. \I .4 ,.^617- 0.40,...1 617- / 047 The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100.3 (DBE Subcontractor Performance Form) — Page 2 INVESTING IN IOWA'S WATER May 2015 Page 7 Attachment 4 SRF Required Front -End Specifications (This form must be completed and signed by Prime and DBE Subcontractor for each subcontract and submitted with the bid.) STATE REVOLVING FUND OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form This form is intended to capture the DBE' subcontractor's2 description of work to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractor's bid or proposal package. Subcontractor Name Ibt.„ Cetp Project Name DI Rah LrttL . -/n`(`,aC-c�pk Or Bid/Proposal No. Assistance Agreement ID No. (if known) Point of Contact Address (-(v, geeclz S.1Waterloo ,t1 50703 Telephone No. (3I9) yq.5 a.54 -}Z Email Address 6/J,PAr Primmee ContractorName / Issuing/Funding Entity Contract Item Number Description of Work Submitted to the Prime Contractor Involving Construction, Services Equipment or Supplies Price of Work Submitted to the Prime Contractor DBE Certified /\ Other: by DOT SBA Meets/exceeds EPA certification standards? YES NO %C Unknown n (,(,(xvLL e4(b 1A DBE is a Disadvantaged, Minority, or Woman Business Enterp ise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204 33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 1 INVESTING IN IOWA'S WATER May 2015 Page 8 STATE REVOLVING FUND OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Contractor Signature Print Name Print Name Title Date 't�XMti` e-- n ell* �✓ r �1 L��j�l‘ Title Date Csojer \tnetv,a /k ,, (Z /,�j Anedvoir Subcontractor Signature Print Name Title Date The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 2 INVESTING IN IOWA'S WATER May 2015 Page 9 Attachment 5 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and sub with the bid if utilizing DBE subcontractors.) SRF STATE REVOLVING FUND OMB Cont of No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form This form is intended to capture the prime contractor's actual and/or intended use of identified certified DBE1 subcontractors2 and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient must require its prime contractors to complete this form and include it in the bid or proposal package. Prime contractors should also maintain a copy of this form on file. Continue on back if needed 'A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA Form 6100-4 (DBE Subcontractor Utilization Form) — Page 1 INVESTING IN IOWA'S WATER May 2015 Pr'me Contractor Namerr�� 111 �� :TOG Project Name Drti Rwik l p 51'2.JL1�'Q.dt'e zr Bid/P oposal No. Assistiance Agreement ID No. (if known) Poin 0,1flS of Contact i \�W— Address�nn VI �� evW1 %loct 4jAbi.CI t f -rl Telephone No. (Sro 705.- L1771 Email Address c--Res,ww- & (As icon Issuing/Funding Entity I have identified potential DBE certified subcontractors If yes, please complete the table below. If no, please explain: �( YES NO Subcontractor Name/Company Name Company Address/Phone/Email Estimated Dollar Amount Currently DBE Certified? kA l‘kuiezeti r94iC\ E minNix Ave. 14Akkki m 501077 II 1.b0, 000 . %. O Csrp&ra &., , Litt° btileri>> Si : Luaderiao/ 7E X70-5 445,000, .) Continue on back if needed 'A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA Form 6100-4 (DBE Subcontractor Utilization Form) — Page 1 INVESTING IN IOWA'S WATER May 2015 Page 10 STATE REVO VINO ND OMB Control No 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Contractor Signature Print Name ULATavisr----- brGS Th. PleShr\e- Title Date ��� / &Nailer U / .7 ! t -t The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-4 (DBE Subcontractor Utilization Form) — Page 2 INVESTING IN IOWA'S WATER May 2015 ff'' ,, NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of l O W A County of gr a NOT' r akin S 0 F1 e Skov being first duly sworn, deposes and says that: He is f (Owner, "Deane , Officer, Representative, or Agent) of Pt P I/QM l,(mfrat(WYV I (rile Bidder that has submitted the attached Bid; He is fully 'nformed 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 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. (Signed) Subscribed and sworn to before me this My commission expires NON -COLLUSION AFFIDAVITS AECOM #0330823 (2019) Title day of NOR rn k ft 20 9 P.ui P Cam(,or Assisf ,,j$ft., JENNIFER R WISSLER1 1" c•Commisslon Number 761292 1 1 c My Commission Expires January 04, 2022 CONTRACT NO. 877 NCA -1 OF 2 DRY RUN CREEK INTERCEPTOR MBE/WBE BUSINESS ENTERPRISE _ PRE-BID CONTACT INFORMATION FORM Prime Contractor Name:? 6f3,m't J7rt' L25 iJte- Project:;l�ryRue CALziL�tierceptc Letting Date: I/771 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: V(] �1y��jt dt„ Title: -leaf Moo Date: 117/9 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 MBENVBE 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 MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid MBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted se>u, /0y' hai 1i it /0 719 (1 4130Ooo eev- l eA'L Xt•u ` e- bereciu"n to/) it 0 II hall ( Li�C � (Form CCO-4) Rev. 06-20-02 MBE/VVBE PARTICIPATION AECOM #60330823 (2019) CONTRACT NO. 877 MBE -6 OF 6 DRY RUN CREEK INTERCEPTOR PETERSON CONTRACTORS, INC. www. petersoncontractors. corn 104 Blackhawk Street P.O. BoxA Reinbeck, Iowa 50669 Phone: 319-345 2713 QUOTE PROPOSAL FOR: Dry Run Creek Interceptor Contract No. 877 THE FOLLOWING ITEMS AND PRICES ARE QUOTED: ITEM # DESCRIPTION 1 MOB 2 TRAFFIC CONTROL 3 CLEARING & GRUBBING 4 EXISTING PUMP VAULT VALVE VAULT 5 IMPORT FILL FOR LIFT STATION SI 6 IMPORT FILL FOR TRENCH REMOVALS 7 LIFT STATION WET WELL & VALVE V 8 ELECTRICAL EQUIPMENT BUILDING 9 SITE ELECTRICAL 10 STAND-BY GENERATOR 11 METERING MANHOLE 12 AIR RELEASE MANHOLE 13 RETAINING WALL 14 UNCLASSIFIED MATERIAL (REMOVAL 15 FOUNDATION ROCK 16 TRENCH COMPACTION TESTING 17 ABANDON & PLUG 8" SANITARY SEWE 18 SANITARY SEWER FORCE MAIN TESTI 19 CLEANING INSPECTION & TESTING 0 20 24" SANITARY SEWER GRAVITY MAIN 21 24" SANITARY SEWER GRAVITY MAIN 22 20" SANITARY SEWER GRAVITY MAIN 23 18" SANITARY SEWER GRAVITY MAIN 24 12" SANITARY SEWER FORCE MAIN - 25 12" SANITARY SEWER FORCE MAIN - 26 8" SANITARY SEWER GRAVIITY MAIN 27 6" SANITARY SEWER GRAVITY MAIN 28 30" STEEL CASING / 18" SANITARY 29 24" STEEL CASING / 12" SANITARY 30 FORCE MAIN FITTINGS 31 48" MANHOLE REPLACEMENT 32 72" MANHOLE REPLACEMENT 33 48" MANHOLE 34 SW -512 - 24" CIRCULAR AREA INTA 35 CONNECTION TO EXISTING SANITARY 36 8" DROP CONNECTION 37 24" RCP STORM SEWER 38 24" RCP APRON 39 18" RCP STORM SEWER 40 18" RCP APRON 41 12" RCP STORM SEWER 42 12" RCP APRON 43 DRAIN TILE REPLACEMENT 44 6" PCC PAVING UNIT TYPE LS LS LS LS CY CY LS LS LS LS LS LS LS CY TN LS LF LS LS LF LF LF LF LF LF LF LF LF LF LBS EA EA EA EA EA EA LF EA LF EA LF EA LF SY QUANTITY 1.000 1.000 1.000 1. 000 254.800 5, 800. 000 1. 000 1.000 1.000 1.000 1. 000 1. 000 1.000 2,500.000 82.000 1. 000 215. 000 1. 000 1. 000 5, 178.700 754.900 92.000 2, 399. 200 524.000 1, 958. 000 43.000 15.000 235.000 196.000 655.000 2.000 1. 000 28.000 1.000 4. 000 1. 000 20.000 1.000 20.000 2.000 32. 000 1. 000 80.000 477.000 UNIT PRICE 150, 000. 00 15, 000. 00 25, 000. 00 175,000.00 12.50 32.50 700,000.00 165,000.00 250, 000. 00 115,000.00 50, 000.00 45, 000. 00 145, 000. 00 65.00 35.00 30, 000. 00 50.00 25, 000. 00 35, 000.00 105. 00 2, 050. 00 300.00 80.00 180.00 65. 00 140. 00 165.00 835.00 550.00 10.00 17, 500.00 20 000.00 8, 500. 00 2, 500. 00 8, 000. 00 9, 500. 00 220.00 3, 000.00 210. 00 2, 750. 00 200.00 2, 600. 00 15.00 70.00 Fax: 319-345-2991 TOTAL AMOUNT 150, 000.00 15, 000. 00 25, 000. 00 175,000. 00 3, 185. 00 188,500.00 700,000.00 165,000.00 250,000.00 115, 000. 00 50, 000. 00 45, 000.00 145,000.00 162,500.00 2, 870. 00 30, 000. 00 10, 750. 00 25, 000. 00 35, 000. 00 543, 763. 50 1, 547, 545.00 27, 600. 00 191,936.00 94, 320. 00 127,270.00 6 020.00 2, 475. 00 196,225.00 107,800.00 6, 550. 00 35, 000. 00 20, 000. 00 238, 000.00 2, 500.00 32, 000.00 9, 500. 00 4, 400. 00 3, 000. CO 4, 200. 00 5, 500. 00 6, 400. 00 2, 600.00 1, 200.00 33, 390.00 PCI QUOTE ON Dry Run Creek Interceptor Contract No. 877 - Continued ITEM # DESCRIPTION 45 8" PCC PAVING 46 8" HMA PAVEMENT 47 GRAVEL SURFACING 48 CLASS A CRUSHED STONE 49 PAVEMENT REMOVAL 50 TYPE 1 HYDRAULIC SEED FERT & MU 51 TYPE II HYDRAULIC SEED FERT & M 52 TYPE IV HYDRAULIC SEED FERT & M 53 TYPE V HYDRAULIC SEED FERT & MU 54 EROSION STONE 55 SILT FENCE 56 TEMPORARY ROLLED EROSION CONTRO 57 SWPPP REQUIREMENTS 58 6' CHAIN LINK FENCE 59 24' CHAIN LINK GATE 60 TEXAS ST LIFT STATION GENERATOR 61 ROCK EXCAVATION TOTAL QUOTED AMOUNT: PETER •N CONTRACTORS, INC. November 07,2019 UNIT TYPE SY SY SY SY SY AC AC AC AC SY LF SY LS LF EA LS CY QUANTITY 130.000 71. 000 198.000 477.000 201.000 6.100 5.700 6.100 5. 700 240.000 6,700.000 51, 860.000 1. 000 233.000 2.000 1.000 1,500.000 UNIT PRICE 90.00 115.00 16.00 16.00 22.50 3, 500.00 2, 850. 00 1, 950. CO 2, 000. 00 40.00 2.25 1.00 10 000. 00 30.00 1, 30(1 00 475,000.00 100.00 TOTAL AMOUNT 11,700.00 8, 165. 00 3, 168. 00 7, 632.00 4, 522. 50 21, 350. 00 16, 245. 00 11, 895. 00 11,400.00 9, 600. 00 15, 075. 00 51,860.00 -10, 000. 00 6, 990. 00 2, 600. 00 475,000.00 150,000.00 $ 6, 359, 202. 00 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 Amount Bid Dollars ($ 50/0 ) 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 7th day of November , 20 19 , for Dry Run Creek Interceptor, City of Waterloo, IA; Contract No. 877 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 pres- ents to be signed by their proper officers this 22nd day of October , A.D. 20 19 . =1ws�o� L9cucLjLQp Peterson Contractors, Inc. principal By C (Seal) (Title) president avelers Casualty and Surety Company of America (Seal) Sur' - Witness Dione R. Youhg BID BOND AECOM #60330823 (2019) Attorney-in-fact Anne Crowner CONTRACT NO. 877 BB -1 OF 1 DRY RUN CREEK INTERCEPTOR TRAVELERS .1 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St, Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN 13Y THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Anne Crowner of Waukee Iowa , their true and lawful Attorney -in -Fact 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 17th day of January, 2019. "try wa•F..'Yi HARTFORD, cOMMM. • %ON la.6 State of Connecticut City of Hartford ss. By: Robert L. RaneV'Senior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, 1 hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 a•.hP Np. +, ett't `�Lt•. *I fta 4f7. 1-4 •nj� I ' � pUP.UO ,,,�iS+�Ean�;�1 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 remains in full force and effect. Dated this 22nd day of October 2019 Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, p/ease call us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which this Power ofAttorney is attached.