Loading...
HomeMy WebLinkAboutPeterson Contractors, Inc. FORM OF BID OR PROPOSAL F.Y. 2016 GETTY LAKE TRAIL CONTRACT NO. 870 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 vw« , 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 F.Y. 2016 GETTY LAKE TRAIL, Contract No. 870, 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 GETTY LAKE TRAIL CONTRACT NO. 870 BID DESCRIPTION UNIT EST.QTY. UNIT BID TOTAL BID ITEM DIVISION 1 PRICE PRICE 1 3" LIMESTONE CHIPS TONS 692.2 $ $ 15,574 he 2 4" SUBBASE TONS 1128.0 $ . $ 3 EXCAVATION SY 5859.5 $ 742 $ 41,u1- 4 CLASS 10 FILL AND LEVEE WIDENING CY 621.0 $ $ 8`4)C9 �z STRIP TOPSOIL, STOCKPILE AND 5 SPREAD CY 277.0 $ I� $ 3;���1-� 6 COMPACTION WITH M&D CONTROL CY 621.0 $ 3 $ Ixe>7 CERTIFICATION OF LEVEE FILL 7 MATERIAL LS 1.0 $ +G $ ),501 8 CLEARING AND GRUBBING ACRES 4.0 $ ?OW— $ 4E;QCY):€ PORTLAND CEMENT CONCRETE, 9 CLASS C, CLASS 3 DURABILITY, 5" SY 203.9 $ n5. $ I?3.31 -- FORM OF BID CONTRACT NO. 870 Page 1 of 4 • 10 REMOVAL OF 72" CHAIN LINK FENCE LF 149.0 $ /6 `. $ I,4"I0 INSTALL END SECTION - 72" CHAIN a, cc 11 LINK FENCE EACH 2.0 $ 25D,� $ �500 12 CULVERT CONCRETE PIPE 1500D, 18" LF 32.0 $ '— $ , tCD 13 SWPPP IMPLEMENTATION LS 1.0 $ _" � $ `5^r•"^ - 14 12" WATTLES LF 1469.0 $ 3, $ 5,1 41 15 48" PROTECTIVE FENCING LF 568.0 $ 7%' $ I}2-V . 16 STABILIZED ENTRANCE EACH 2.0 $ LI',2e- $ F5C+ 17 SEEDING AND FERTILIZING ACRES 3.37 $ .), �c, $ „J�+� 18 EROSION CONTROL BLANKET SY 570.0 $ 150 $ E55 19 MOBILIZATION LS 1.0 $ 15 $ I�, Z\ -'f�t� ..J 4QE, J ro 20 TRAFFIC CONTROL LS 1.0 $ ; 0` $ TOTAL BID — DIVISION I $ .C213 0 c'� BID" DESCRIPTION ` `. UNIT ST E QTY.` UNfl ID TOTALBID . ITEM DIVISION II - • °-PRICE - PI?�TC. , 4.A. �l 1 3" LIMESTONE CHIPS TONS 202.4 $ .- $ �j j�}1-� 2 4" SUBBASE TONS 329.9 $ ' $ 7,42272 3 EXCAVATION SY 1713.5 $ 7 ' $ 1\lIci` ` . 8 CLEARING AND GRUBBING ACRES 1.2 $ I'Z;(YdA)- $ tL1 L4 14 12" WATTLES LF 716.0 $ 3 $ Oa a 15 48" PROTECTIVE FENCING LF 105.0 $ 7- $ 77 (i.) 17 SEEDING AND FERTILIZING ACRES 0.94 $ 50 '` $ A )-C- 20 TRAFFIC CONTROL LS 1.0 $ $ ,Vie- TOTAL BID — DIVISION II TOTAL BID — DIVISION I + DIVISION II $ �5 jz 3 7 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. FORM OF BID CONTRACT NO. 870 Page 2 of 4 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after"Notice to Proceed" is issued. 4. Security in the sum of 5% Dollars ($ ) in the form of is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non-Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification ( ), or Non-Resident Bidder Certification ( ). (Mark one.) 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 10. The bidder shall list the MBE/ WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non-Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: FORM OF BID CONTRACT NO. 870 Page 3 of 4 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. 4-4—tersCN) CC 11-1T6C6SS =C• °A` (Name of Bidder) (Date) BY: 0- L1\--- TitlePAL-4ti-c:sics- , Official Address: (Including' Zip Code): IQfT �+ ' a 3 5 . ) ,?Do Bel7c. F1 Q , I.R.S. No. +2.— n q 2 (i 5'-1- FORM OF BID CONTRACT NO. 870 Page 4 of 4 BID BOND KNOW ALL MEN BY THESE PRESENTS,that we, as Principal, and as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Dollars($ ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the day of , 20 ,for NOW,THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority,the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract;and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this day of ,A.D. 201 (Seal) Principal By (Title) Witness (Seal) Surety By Witness Attorney-in-fact NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of ,L O N R' ) County of (I U Fib ) )ss , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer Representative or Agent) , of `t I CelIt2 C.M _.I-, - , 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, employe s, or pa 'es in interest, including this affiant. (Signed) di/ 1c-- --- i.!�.t)p' .JJf t �im4-5c-- .Title Mp Subscribed and sworn to before me this ( day of 1. 0 51-- , 201 1(041(1p k noC�ei i .c719-. frei4witti Title My commission expires I I - /24 ( (/ _ JENNIFER R LOCKHART >> Commission Number 761292 My Commission Expires January 4, 2016 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: S7D PROJECT NAME: F . 2 jgo Ge4ii 1.-oLte_Tt DATE OF LETTING: €3A�IS 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 - -�� CMi I CORPORATE OFFICER OFFICER ) //1l6� TITLE DATE 0/1c/SS NON-RESIDENT BIDDER CERTIFICATION CONTRACT NO.: PROJECT NAME: DATE OF LETTING: I hereby certify that I am an Iowa non-resident bidder. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: STATE/COUNTRY OF RESIDENCY: Stated below are the preference(s) to resident bidders in the state/country of • (Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc. co O.0 O C N 0 .0 E y O a) a) .4 a) •!p O ... PC CL aIr) PC te+ U � O O' m L ,Q i RI ca L O C W UCO O ,� a +�+ CO +- q N m Q 0 as 7 v ai —CB ° m c t : E a a N a ca g m .. q (A CI ca1)i a) F fl- Zvi • o � � rn �' a a) o E C .N N a) > >. O 00 �., 0 ... o0 0) 0 orn o C J N a) 0N o .> +� c c V U O d A o U 3 o m a) .0 O_� 2� -C N C Y rD ' N = 2 7 U E O m a) 0 N Er`= V E m c .� 3 ai a )`' a) N ? �' 00 -, � g WN J� 0 coLLU 3N QF a)ao m Th- m am o = Ca V E CO E r COcn .. m I) 2e NQ ° a H- -�WO8y LL O U � o O ocO_ J wW Z9 ee Z ' \ 12 a) 0) :7 .U yU a 0 V 'fl oN Eo omiJ 1y u 1Ce .) 1-1-1 - � C° C " a) m CT, CO CrQ •) U O = > U O a) C - ZZ . ow u) 0 a > W . 2) m 9 .N . 006 co C..) 4.J ccE g. d OI 7 CD CiLU ) ) n W e a " 3 ` a3 2 0 01— fxOm Q N 0N m 70 �� aN3 s WZ - 'o ai = Cn P. o c 0 cfl 0 oVa 0 U ~ > Vic ° Z .1 n Q CO a) o o ass. a) O �/) o .I" m 1- - >- a E "- .> oNW h 'Er)41 - N O r-y -> a In c uZ mNLm L - WQ • CU m-- OI -NN C m 2 •- CUc Ill jm W0 � Cr) j IN N `nO 0 I 03 � m O � m �' dO c � Zm 4 a3 ��, re W �` N a7 N pCQQQ�+ N — .N a) Ci LL A O —, d Ra O ` 0 C E1:1 O 0- W N O W U Oc a3 ti O UN mr Wmm r I 3 N a) N Y m G w 0 >- C c O . m C < Op .- ,� rn W U .� "O 7 w O F r�J re c J .a O' a O jm a) 'L� O (IS Q N O 7 O ` " +L. cam' WV O .-. W +• N c- 2 • 3 y m 8 c 3 oEV >. 2 OE � E0 La) m -C Nrt ' Oc2NN W q AZ , € , OO "OYoo) a CV 8 .,y >0 N o m I- >. 0 a)--o a) a) r- 7 C q `W a) .{ O cm xN N J .• E al CI) Fes, I�i1 m o_ O �a n `as @ a) a) si E ) V 3 � DN a) a) v \ �V a` Z ax) 8. U a) 2 'cF } W `- 2 cE ( LLC.. PETERSON CONTRACTORS, INC. 104 Blackhawk Street P.O. Box A Reinbeck, Iowa 50669 www.petersoncontractors.com Phone: 319-345-2713 Fax: 319-345-2991 QUOTE PROPOSAL FOR: Getty Lake Trail 2016-Waterloo THE FOLLOWING ITEMS AND PRICES ARE QUOTED: ITEM# DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT 1 3" LIMESTONE CHIPS TN 692.200 22.50 15,574.50 2 4" SUBBASE TN 1, 128.000 22.50 25,380.00 3 EXCAVATION SY 5,859.500 7.00 41,016.50 4 CLASS 10 FILL AND LEVEE WIDENIN CY 621.000 14.00 8,694.00 5 TOPSOIL STOCKPILE AND SPREAD CY 277.000 14.00 3,878 00 6 COMPACTION WITH M & D CY 621.000 3.00 1,863.00 7 CERTIFICATION OF LEVEE FILL MAT LS 1.000 1,500.00 1,500.00 8 CLEARING& GRUBBING AC 4.000 12,000.00 48,000.00 9 5" PCC PAVING SY 203.900 85.00 17,331.50 10 REMOVAL OF 72"CHAIN LINK FENCE LF 149.000 10.00 1,490.00 11 INSTALL END SECTION -72"CHAIN EA 2.000 250.00 500.00 12 18" RCP CULVERT LF 32.000 75.00 2,400.00 13 SWPPP IMPLEMENTATION LS 1.000 3,000.00 3,000.00 14 12"WATTLES LF 1,469.000 3.50 5, 141.50 15 48" PROTECTIVE FENCING LF 568.000 7.50 4 260 00 16 STABILIZED ENTRANCE EA 2.000 4,250.00 8,500.00 17 SEEDING & FERTILIZING AC 3.370 2,500.00 8,425.00 18 EROSION CONTROL BLANKET SY 570.000 1.50 855.00 19 MOB LS 1.000 15,000.00 15,000.00 20 TRAFFIC CONTROL LS 1.000 250.00 250.00 DIVISION I SUBTOTAL SUBTOTAL 213,059.00 101 3" LIMESTONE CHIPS TN 202.400 22. 50 4,554 00 102 4" SUBBASE TN 329.900 22. 50 7,422. 75 103 EXCAVATION SY 1,713.500 7.00 11,994.50 108 CLEARING &GRUBBING AC 1.200 12,000.00 14,400.00 114 12"WATTLES LF 716.000 3.50 2,506.00 115 48" PROTECTIVE FENCING LF 105.000 7.50 787.50 116 SEEDING & FERTILIZING AC .940 2, 500.00 2,350.00 120 TRAFFIC CONTROL LS 1.000 250.00 250.00 DIVISION II SUBTOTAL SUBTOTAL 44,264.75 TOTAL QUOTED AMOUNT: $ 257,323.75 PETERSON CONTRACTORS, INC. August 06,2015 ' . BID eptip KNOW ALL MEN BY THESE:PRESENTS;thatwe . Peterson Contractors, Inc. - • as Fri ocipai,and Travelers Casualty and Surety Company of America ......_,.- _ as Surety are held;and;firrnly:bound untothe CITY OF WATERLOO, i-loWe,hereinafter called OWNEH." trt the penal sum:_,Five Percent of Amount Bid---7-7-r7--7---7 Dollars($: 5% - ...,.. . . IlaWftil money•Of the:United States,.for the payment of which sum Will and;RUN be:,made, we bind ourselves, our heirs, executors, adminiatrators, and: successors,jointly and severally, firmiy by these presents. The coptition:Of this!obligation is such that' whereas the Principal has,submitted the•tCOompanying bid dated the otn .day of August 20 15",,for:t;.Y.2016 Getty Lake TOO:in the Citypt Waterloo IA • -:.:.• Contracti9d•870• • ' '"-' ........ ... . .. .... „ . •tt . . NOW,THEREFORE, • • (a)If said Bidshall be rejectect,:or inthe alternate, (b) If told Bid shall be accepted and the Principal shall execute and deliver a contract in the form acetified and shall furnish,a bond for his faithful performance of said contract, and for the payment of all persona performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by theatdeptanceof said Bid, Then this-obligation shall be veld, otherWlse the se*shalt rernaln in face and effect:It being expressly understood end agreed that the liability of the Surety for any and all.claims hereunder.shall, In no event exceed the:penelamountathis obligation as herein stated. By virtue of statutory authority,:the full amount of this bid bond shall be forfeltedlo the Owner in liquidation of damages Sustained In the event that the Principal falls to execute the contract and provide the bond as provided In the specifications or by law. The Surety,for value received,hereby stipulates end agrees that the obligations of said Surety:endffs bond shall be in no way.impeired:or affected:by any extension of the time within which the Owner may accept such Odor execute such contract;and said Surety does hereby waive notice of any such extension „ . INWITNESS.VVHEREOF, the Principatand the Surety, have hereuntoset theirhanda and feels, and such of them as are corporations,have caused t haev t August corporate seals.tcu:be hereto affixed and theeePretente to be signed by their:proper officers 6th AD 201; _ .... 4 . . .. .. — . . eraon ontractors, Inc. (Seat) , Prindipe Ct --... ,._ "TC'.... -...-... . 1 r % 0 presi eht 'Olt* - . ••••--P-A.--, \---"8 s- T anal Ailli Surety Company of America•Ifilwrpo .1 't---. - --. . - AL. OPIDIYA' illir _ .,...._._, ___. ..... . _ ... , ,,,,, .....,.„....... Aitriese " — ,tt°rrIeY'4II'fact Anne Crowner Dione R.Yo• g / WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ,__ POWER OF ATTORNEY TRAVELERS J 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. 226103 Certificate No. 0 06146946 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.Freiermuth,Brian M.Deimerly,Cindy Bennett,Anne Crowner,Tim McCulloh,Stacy Venn,Lacey Cramblit, Shirley S. Bartenhagen,and Dione R.Young of the City of West Des Moines ,State of Iowa ,their true and lawful Attomey(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. 12th IN WITNESS WHEREOF,the Comp shave caused this instrument to be signed and their corporate seals to be hereto affixed,this December e14 day of 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 _ C. U.A()L `�: ,41 y J F\AF�6y 0w .��^SG GID a0.1V NNOq ,PO Wp tr�P �w �J n- HAarFOND, < ttlatP6�o WNN. �CONN. Ya W or's er �,tqf 61 N. VY_ 'AtN State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President 12th December 2014 On this the day of ,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. G-TENIn Witness Whereof,I hereunto set my hand and official seal. �TAi ! A. ,R C . . My Commission expires the 30th day of June,2016. * PIJBIIG *I `Marie C.Tetreault,Notary Public 0d 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity- and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any 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 tore 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 6 t h day of August 2015 G �'• AssistantrL Kevin E.Hughes, Sec tary 36 t � . R Ira ay 4 C, `�M.1sG l+ .p� 2147 Jp�tY 4H0 P" M . r 0.Y0{�j�,� QC POC9 O or 9t u 6 0 � '877 oamUeat[o : o. i " ra" �f'�� a a�wv $ [9B2 1 , , 2i n s "mom RtFOFO, -,r 1951 .%� ��SEALlol %SEAL:D ��, catty. /o caw. ta96 �Y h N i� • {AHCE. tl ....✓/3 f e...... d 's a> 1 �cd'. ,r(� Attt To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER