HomeMy WebLinkAboutPeterson Contractors 4
a41
N
� � o
VI ci
0
s
s ✓ �
s w
�0IQz
pikOPOSIPI‘L.
C. Y. ZOt7 TAEE ClUtitolt,
C-111 CopAibsttox, Start
:13Z 01: I OZ
aftitither 4 Z RCIP 40 SM.:Cr)
OLIPEioth -ill A in
-
FORM OF BID OR PROPOSAL
F.Y. 2017 TREE CLEARING
CITY COMPOSTING SITE
CONTRACT NO. 927
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
Partners, ip consisting of the following partners:
C 1 C&KtreA-e--roft.5
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 r
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 TREE CLEARING — CITY COMPOSTING SITE,
Contract No. 927, 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. 2016 TREE CLEARING— CITY COMPOSTING SITE
CONTRACT NO. 927
BID DESCRIPTION UNIT EST.QTY. ` ` UNIT BID TOTAL BID PRICE
ITEM PRICE
1 MOBILIZATION LS 1.00 $ g500 r $ a500 7
2 TREE CLEARING AND DISPOSAL ACRE 3.00 $ 4006 $ IZIOOC:
3 12" STRAW WATTLE, INSTALL LF 950.00 $ $ Al2.66
4 12"STRAW WATTLE, REMOVE LF 950.00 $ ar. $ ICI1;
5 SEEDING & FERTILIZING, RURAL ACRE 0.50$ 500Y: $ 2SQp7
r F
TOTAL BID $ RZ 7c0
FORM OF BID CONTRACT NO. 927 Page 1 of 3
ADDENDUM NO. 1
1
Aka
. ;7. . T
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withdrawn, the undersigned agrees to execute and deliver an agreement in the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 S7c,
Dollars ($ ) in the form of P o l n1D ,
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 ( V/ ), or Non-Resident
Bidder Certification ( ). (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 $10,000.00 in work for the City in the current calendar year, are prepared to
submit an AAP or Update and an EOC, within ten (10) days of notification that the
bid submitted is lowest and acceptable.
0. The bidder has received the following Addendum or Addenda:
Addendum No. 1 Date 2.I3'Int1
10. The bidder shall list the MBEM/BE subcontractor(s), amount of subcontracts and
bid items on the City of Waterloo Minority and/or Women Business Pre-bid
Contact Information Form submitted with this Form of Bid or Proposal. The
apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on
this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non-Collusion Affidavits of All
Subcontractor(s).
The Contractor shall submit information on subcontractors on
"SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City
prior to approval of contract.
FORM OF BID CONTRACT NO. 927 Page 2 of 3
The subcontractors listed on this proposal and/or submitted to the Contract
Compliance Officer cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their
subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable
are marked "none" or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to
reduce quantities prior to the award of a contract due to budgetary limitations.
24
(Name of Bidder) (Date
BY: 1'4 PcTC ALLE44 Title �S-r1MiPr-reR.
Official Address: (Including Zip Code):
104 34ke-K lL ST
iE tns$>cc.►c, _A 6cx0(29
I.R.S. No. - — 0921coS4
FORM OF BID CONTRACT NO. 927 Page 3 of 3
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
State of -=.py4 1.. )
� `, )ss
County of g_�" L\\tc -&j L )
Mtw- VV-Exl , being first duly sworn, deposes a says that:
1. He is (Owner, Partner, Offic eareseutaf or Agent) , of T K:tesYt3•NC .
, 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, including this
affiant.
s TERESA VANSICKLE (Signed)
NCommission Number 778806
My Commission Expires S77/f?/4'T251e.
OW June 7, 2019 Title
Subscribed and sworn to before me this day of
Cb • , 2017
0. t :L-II- o 0t i L Se( r V t t
Title
My commission expires -Au.r,2 I a b l c)
RESIDENT/NON-RESIDENT BIDDER
RESIDENT BIDDER:
In accordance with Section 73A.21 of the Iowa Code, all non-federal-aid public
improvement projects, which include road construction, shall be performed by a
qualified resident bidder. The resident bidder has been further defined as follows:
Resident Bidder:
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.
The contractor shall provide the City with a certification that he is a qualified
resident bidder according to the above definition. The Certification shall be
submitted with the contractor's bid. A copy of the form of "Resident Bidder
Certification" is included in the Contract Documents. If it is determined that the
contractor does not meet this qualification after he begins work, a shutdown
notice shall be issued and the voiding of the contract shall begin unless the
contractor becomes qualified.
NON-RESIDENT BIDDER:
The contractor shall provide the City with a certification that he is a non-resident
bidder according to the above definition. The Certification shall be submitted with
the contractor's bid. A copy of the form of "Non-Resident Bidder Certification" is
included in the Contract Documents.
DJG
01/02/12
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: 727
PROJECT NAME: V. ( CLtoreott. Crn( CmAibsnw(a SITE-
DATE OF LETTING: 2141 l . ti
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 t' ETEf ay l -nakcares L.
CORPORATE OFFICER
TITLE 40-4 PaFT
DATE ��7
NON-RESIDENT BIDDER CERTIFICATION
CON 'ACT NO.:
PROJE ' NAME:
DATE OF LE ' ING:
I hereby certify that I am a Iowa non-resident bidder.
COMPANY NAME:
CORPORATE OFFICER:
TITLE:
DATE:
STATE/COUNTRY OF RES ENCY:
•
Stated below ar: he preference(s) to resident bidders in the stat- country of
(Preference t. •idders, labor force, or other preferential treatment to •idders or laborers, etc.
E 3
Q) •o c N O "O
` E V) O N O
f0 4
0 r U) C O 0. o
O C a) j w O . Or a+
U a T" o Q m N� AO z, L
L O c Lll U O .� :61 �+
Q y Q mZ.
0 o
0 3 € 0 o
i m o o a m c a) o a o
O a � •C � g _m w p d �
0 ca O) O)5. L 47:C 7 O. h
w it .a
gs
N 'OO O O) 0 O D1 0 0
.O j 0 .O w C C o o 0 0 A
.30co CD -C a
a.0 a.� L C i ...
CO CI
= ° N wEV cd o
3 � � E ea ocpN . E m)
'N c LL oY 3 CO
r y
Nc O co) `.° co -c 0. Q �.,
O . r N m N
W . C N 0" c U) ••N O N
O O O C O N L W Z
CO u. o o 'O c O J a —
W O
a y c O w, m
Ce j W N H Ev lc ms - •- O 0 W n
W � CO C o > CO «: 0 mN 1.0 R
Z < O 0 0 _ O o Ea) OW ra A o
° CU Z j N o ° �W a m a .y IS ai ai c O
uJO 2 ° �0 aa 2 a > W y
W > f6 O aZ to :ou) NY
N3N • = Z
Z1_ 'p a) n ° (/ Wo v
CLO °Va r) I— o C) CO2 ZF2 o
3�fCOH � mw O .. �►
m v o � o � , y
� yQZd
W Z c�, n O O Oi 'U O M
>1
Vm+L-' O -p aNf c U
C .c c fO _ U) W O r4 in
�Jd 7 ~ EC) N � a 0y O W o
3 \ CV
mm F a) � moo) � c � � U.
40 u t--
CI
a W I z v '") . Not O CO 0 d
rt ! 0 (0 2Oa� Nu� a� ma � � A o
d 2 a) A o o 2E o w CO O W U N
co 0 1` toc0 ooc " mL Wm
O cl `I O co O z E uj Z J
0 Ca
w o } c Osr m C Q
N rn\ W 0 .a :o = m `o F-
O Ce V I
m 0 T .c as L
. m id L
cs C amU o .0 L
o °` o0. vc� oao
w)
E.
0. c m � W0
N
a) O r'n a � U € m ; w 0 d
N m L d ce O O N N o W p 8
tO CO O 6 co0 0
0 >+020 -p N o C go U >
15 Ili co 4- ts(0 m O V) V O N c N i N o =
N
I- U) J c O C f0 N - C/�
C -4S L J 'O Cr V 7 C Y d'
.����Fo O O qc ,� O z Q O) N a y 2) O) W O
Pii � ° U m c C N O m� ` a ' f0 O) OV U
F Et �` N a cis O : V '3 > COs 7 y N N
\4��. .c 0x0 o ? oo oc > N Yv E
a zoo. 0 (now >o- W "= N EE
N w ' � a
o -0 0c E _ w a)
� m ° > � .V O O Z CO
4 _a
U co co' - U) O
a
.... �. Ca CD C
CU +
°aO2 0 W co O
0. O Nr .(6 NW CO N 'N .O
U-a a) 1-1- o a Yc N° o -0 cn O z E U E N3CL °W .a) a) C.) O W D E w >, ct CNnaUjcoWa) I_ m W@ .
a a) ca> = '- COE C O 0 ag 2 a mma) ` c � OLu � 0 � )
70
� m ° co w a yr o co
Ea 0 c CO. Ill c � 2 � ,c a m ° mamoO V2 u_ • >.
0 22 3= � o z c @ 2
2 � c.) o@
` a @ Ua). a °c .o. 0-m C a) v�
mw@ W < o c 2 o a Ecm m.
w U Eo 2. -w - U Q Oa o N o > Ct a) -o
cm o cn t (7). ( C U c m coo @ aa) a`' 3 u)
(� 0) y L @ 'C O 0 o f a) 0 2
.z) N U L « a) N a) N . 0 3 E E N a J 0 a
w ) 2 '3 3 c Lt w t N m ° 0 c a) ° @ ' o c
Ce w C O
W ~ @ O U c N u) O, a X @ o m a) •c a) E U a N a
N cn Z Loa a) Ev -c � � c d s n aa)) N a o caNa �
d * gcao NE - s.
.- '-'2o um) tuLU g � � w No) c � N
a c O 0- 0 2 - c _if 5. 3 a m 3 0@ m t . .0 co
FW- O ro � E � E C COC ^ X m a3 in 0 _ � o
»•-, vi- O a
Z LL. � 2a 0 Oz � ow m rn c w � Ew o m E 10) a' 0 °
W Z N N m o W Oao � mr � Z gW 3 m °? m.e- .> a
� O aci o ai O v, o ° � m o a) W o 2 @ W w z t � o U
c 0 a°i u) 00
W Q o 0 Dy Q a>i am .a> c o w Ey cv2 > m a) o) a � �
Zm aa) -e• u) -° 2@ @ � Oa8 E Z o0 coo '5- o 0scon
0a -0 Xw a o 0o ao 0Y � o c o o N o
'� U O O P.
a N 01 a C .O a s > a) a) 2 i a) d y
m O � E � 0) Z °c aci E _cc) '0„,CD a) m >_ N nL '� c n rn a� a �) o
0 o L E W o 3 0 c 0_ <
W Z N d N 0 I-• N .� @ CO OC
0 0 o N a a) 0 > .V >' co
() 4 o c Q co .c 0 5, � @ O oo � � o ° o o LSO FP
Wh' coaEi O (v'n 0 m ° a 2 mCN o0@cm sate) ° c00
mZ @ova UQ ° (13 oic ` o � co � LLEu) m o3 co@@Q
O noo ❑ gym cvc.g w wco 0 � � 3a mo o3a.oc)
U o N aa) Co- co c 0 2 m 9 m c 2 � 0 , F 0) o m Ea) _ vo 0 0
0 ° c a j L. Q j N U O N co a) ° Q 0 Q 0 a N Q. c 0 c c) @
CO ° @ o o- d a>> m a) 12a a) @ E Yw ° a � c � n ° o E � � o
di ;: y o°) 2 u) S c U aNi o o ° a � a3 ° 3y -= a) .. o 0
R' >@ 0 o .N cn a O °° ' _c ui U ° Q@ o)w o c(13 co a >' a) E N ca �
a _2 N 0) 22 I- o j N v- a) @ w 0 o c z U L ,) - a .o () ° — to
rri 4-- c c O -o W 0 ° .c cnva ° > a) •= o c = ° ° U 3 a)
Y ° $ E3 � Uo mo .N > 00 > @ '5 EU23 � mo3 if; 08- y0 �
_ .�' (n U W U @ 2 a 13 E U ' U .O .H N a a N O a) >
.c3
oE ° HEm w ° w0 W c (�o0a � aI ° 15 _ )) 0 = c) coio ° a
rw c Z o co c@ m 00 o c o .> ° Z ow y o N c c y a cv
N ° ccy WLL @O 'JO U@ .aO0 � C0 C .2w .-. o O
o m E@ fic w c t mom < a) C w _0 2 � 0 0 0 c o ,°n o y a s 0 0 CO
a) ❑_ @ o E t a c
a0) a t o 0 Z a u) a) L aa)i @ g .0 'L-' N o _o m "O W N (0 O v) '- U C N a) 0
IX sco
w E 0 c 2 " U 347.:
S o �.� o w .m5 - -aW ° >. a° -0 n a) ma o � E a°i o o t IX m mEl a°) E a)
° t o m o 0 o mw c o X
co 0 . o wa ' 00 U cm ° oo W .- w0E >,Uo) o * c ' @a
p ,- .c o m -@a 3 aZi c 0 a) o > Qw ...- m � Z20O. Q m a ` m�o rnm O
y
o �0 ) Scr, W @ 'c_ w 0m mo om ai .0 6 2a aia c) .6 ai c m ' g }' -4 m 0
y ° 2 m 'a3 rn� � ca o2 c � oa`� o - 0 E 0
� .a) o@ E. g U) 0Q = @w U > U U o 0 ow
E cn ° - L w i- O .0 N L +-' Oa 2 E
'� c co @a - . 0 c ¢ a) •�-T U a) ~ (Ua z •C c c w . c
as) a .- 0@ c'i o 0 -2 .:I'U ('i a) (ri W 1- o Cl) ,- W
a a.
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 JITY 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 9th day of February
2017 ,for
F.Y.2017 Tree Clearing City Composting Site,Contract No.927,Waterloo,Iowa
NOW, FHEREFOI-tE,
(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
arid 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 arid 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 thorn as are corporations,have caused their corporate seals to be hereto affixed and these presents to be
signed by their proper officers this Sth day of February AD, 2017 ,
Peterson Contractors,Inc. (Seal)
Principal
A rN. (Title)
elers C— and S.Ity Company of America (Seal)
VV ure,f
I 14
Witness Dione R.Yo 4"; Attorney-in-fact
Anne Crowner
TRAVELERS
POWER OF ATTORNEY
Farmington Casualty Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
Attorney-In-Fact No. 231471
Surety Bond No.or Project Description: Principal: Peterson Contractors,Inc.
Bld 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,Jay D. Frelermuth, 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 St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
S
�. _DO" �. � fM 4;G� vaekery AVII ,
t" 4` W_
t If Ri t re .ti 4
lk j � �¢
State of Connecticut
By:City of Hartford ss. _ 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. g�'c•TET
My Commission expires the 30th day of June,2021. 3 (lOML
*o, is 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 6th day of February
, 2017 .
Kevin E. Hughes,Assistant Secretary
04244tR r yr.^+ �Y I 441,Af [, ..apy . .,✓`°`y' may y�
Q ST-Yt Y R 4�! ` @ J4.0
4 n p ' uf'�®a�ngK kyms�xt r 4+
%%too401 G 1977 195E - (KE x4 b I $$ALr F €
am" Teel
M +ice 'sR '-
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.