HomeMy WebLinkAboutPeterson Contractors, Inc.tAISM
DMRFCZORS
ANC.
BOX A
REINBECK, IOWA 50669-0155
r
?VC°CX)kLE
(API. ANIC (AGE
Ca nlo. 10(0
C
aV\J6krtKL3O
TMP6 £ t4Ci31S
Y 3 S Fl! 6 S
Y
33 ._H_ O C: .j-,; _jj Ana
O. 5 os - S 14A R
EWA
tiln\ASS
lit BOX A
REINBECK, IOWA 50669-0155
wED tt e3C51\tb
AUE. ( -\ `
YYY'
n kikePTS
,
Mob+ Ao. 16‘b
c3/4:34 tfrnli cull)
Clen rat
Li,I
chsui
0 0
FORM OF BID OR PROPOSAL
F.Y. 2021 UPTON AVENUE AND CARRIAGE HILL DRIVE STORMWATER IMPROVEMENTS
CONTRACT NO. 1010
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of
a Partnership consisting of the following partners:
1to, C as4 ar S C
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. 2021
UPTON AVENUE AND CARRIAGE HILL DRIVE STORMWATER IMPROVEMENTS, Contract
No. 1010, all in accordance with the above -listed documents and for the unit prices for work in
place for the following items and quantities:
FY 2021
UPTON
AVENUE
&
CARRIAGE
HILL
DRIVE
STORMWATER
IMPROVEMENTS
CONTRACT
NO.
1010
B
D
SUDAS
TOTAL
UNIT
BID
TOTAL
BID
ITEM
SPECIFICATION
DESCRIPTION
UNIT
PRICE
PRICE
QTY
CLEARING
AND
_
1
2010-1.08B
GRUBBING
ACRE
2
$N.
$ zg,cco,
ON
-SITE
TOPSOIL,
STRIP,
SALVAGE,
2
2010-1.08D
AND
SPREAD
CY
2800
$
7.
$ p00
7
OFF
-SITE
TOPSOIL,
FURNISH
AND
3
2010-1.08D
SPREAD
CY
330
$ 2.47
$ -NY:-
4
2010-1.08E
CLASS
10
EXCAVATION,
HAULED
CY
6300
?S
42S
$
q
$ fp/,
5
2010-1.08E
EMBANKMENT
CONSTRUCTION
CY
455
$
4SP
$
(p,et
7.
Sar
REMOVAL
OF
EXISTING
STORM
SEWER,
6
4020-1.08D
RCP,
12
IN
LF
30
$
(20
I
$
&co e
REMOVAL
OF
EXISTING
STORM
SEWER,
7
4020-1.08D
RCP,
15
IN
LF
11
$
RO
+
$ 27 p.
UNIT
ITEM
BID
SPECIFICATION
SUDAS
DESCRIPTION
UNIT
TOTAL
QTY
PRICE
BID
TOTAL
PRICE
BID
HIGH
DENSITY
POLYETHYLENE
PIPE
-
8
4020-2
01
F
(HDPE)
AASHTO
M
294,
8
IN
LF
174
$ WI
$ S220,
HIGH
DENSITY
POLYETHYLENE
PIPE
9
4020-2
01
F
(HDPE),
AASHTO
M
294,
15
IN
LF
353
$ 365
$
I Z►355
see
FORM OF BID
of 4
CONTRACT NO. 1010
Page 1
HIGH
DENSITY
POLYETHYLENE
PIPE
01—
10
4020-2.01
F
(HDPE)
AASHTO
M
294,
24
IN
LF
120
$
$ 1 . M
11
4030-2.02
CONCRETE
PIPE
APRON,
15"
EACH
1
®• -
12
4030-2.02
CONCRETE
PIPE
APRON,
24"
EACH
2
$
$ S"4.300
200 •
+
PERFORATED
SUBDRAIN,
13
4040-2.02D
CORRUGATED
CP,
4
IN,
PE,
AASHTO
M
252,
TYPE
LF
30
$ g®'
$ 906'
--
MANHOLE,
STORM
SEWER,
SW-401,
48
14
6010-2.01
IN
EACH
2
$ '/
zo®.
®
$ 8��
w
•
MANHOLE,
STORM
SEWER,
SW-401,
60
15
6010-2.01
IN
EACH
1
$ J3010.
$ goat
60
IN
x
60
IN
AREA
INTAKE
STRUCUTRE,
16
6010-2.01
SW-513
EACH
1
$ 3000.
$
72
IN
x
72
IN
AREA
INTAKE
STRUCUTRE,
17
6010-2.01
SW-513
EACH
2
$ Qf•
$ lai
18
8030-1.08A
TRAFFIC
CONTROL
LS
1
$ L//ce+r
$ VW'O
;
SEEDING,
TYPE
1
(PERMANENT
LAWN
P
19
9010-2.02A
MIXTURE)
ACRE
3
$ 2/C6
$
'�/►
20
9040-1.08N
SILT
FENCE
LF
1235
$ / 10
$ 24p,1•-+0
21
9040-1.08N
SILT
FENCE
REMOVAL
LF
1235
$ 6.'9
$ /Z3 .S2
STABILIZED
CONSTRUCTION
SO.
1s cc
•ir
22
9040-1.080
ENTRANCE,
EC-303
TONS
150
$
$
TURF
REINFORCEMENT
MATS
(TRM),
5S
3410.!
23
9040-1.08R
TYPE
II
SQ
62
$ s
$
TEMPORARY
ROLLED
EROSION
24
9040-2
052C
CONTROL
PRODUCT
(RECP),
TYPE
2.0
SY
7650
$ /,7�
$ /� o92.�
25
9040-2.09D
RIP
RAP
(TYPE
EROSION
STONE)
TONS
70
$ 57)+
$ 3,5100•
26
9040-3.02
SWPPP
MANAGEMENT
LS
1
$,5'
$ s • -
27
11010-1.O8A
CONSTRUCTION
SURVEY
LS
1
$ C' ott.
$ (item.
28
11020-1.08A
MOBILIZATION
LS
1
$ 20,000•
$ ,3p,0C,+cj;
29
SEE
DRAWINGS
*
CONSTRUCTION
FENCING
LF
4000
$ S.511
$ Newt�
INLINE
DRAIN
BASIN
W/18
IN
GRATE
*
Z300
(&9W'
30
SEE
DRAWINGS
INTAKE
(NYLOPLAST
OR
EQUAL)
EACH
3
$
$
31
SEE
DRAWINGS
*
24
(NYLOPLAST
IN
INLINE
DRAIN
OR
EQUAL)
BASIN
W/
SOLID
TOP
EACH
1
$'�+
r
$ 2j•
CONNECTION
OF
DOWNSPOUT
TILE
TO
32
SEE
DRAWINGS
*
NEW
STORM
LINE/STRUCTURES
EACH
14
$ /�
_
$ ��p�
.
FIELD
DRAIN
TILE
LINE
CONNECTION(S)�""��A
33
SEE
DRAWINGS
*
TO
NORTH
INTAKE
STRUCTURE
LS
1
$
tCti v+'
$
CQUO
+�
*See
sheet
G04
of
the design
drawings
for estimate
reference
notes
covering
these
bid
items.
TOTAL
BID
$
SCo3 •�
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
FORM OF BID
of 4
CONTRACT NO. 1010 Page 2
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
in the form of
INSTRUCTIONS TO BIDDERS.
Bit 6carp
the sum of
Dollars ($52, air eta
, is submitted herewith in accordance with the
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidder Status Form.
7. The bidder is prepared to submit a financial and experience statement upon request.
The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00
in work for the City in the current calendar year, are prepared to submit an AAP or Update and an
EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No. I Date 611 in
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted
with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other
Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m the business day
following the day Bids on this Project are due along with the Non -Collusion Affidavits of All
Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST
AND APPROVAL" Form to be provided by City prior to approval of contract
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer
cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked
' none" or "NA".
12. The bidder has attached all applicable forms.
FORM OF BID CONTRACT NO. 1010 Page 3
of 4
13. The Owner reserves the right to select alternates, delete Tine items, and/or to reduce quantities
prior to the award of a contract due to budgetary limitations.
(Name of Bidder
BY:
Official Address: (Including Zip Code):
/64 Elacy.tete,,m
Title
inks c1C 1 co&cp 9
I.R.S. No. 4a- n924 C054
FORM OF BID CONTRACT NO. 1010 Page 4
of 4
State of AnWA
11 )
County ofeg({Ctnt ttAL )
an in
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
)ss
, being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, epresentat'v: , or Agent) , of
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
Subscribed and sworn to before me this
(Signed)
• 6:57:774 t ert -I eke./ 1),
Title
T tle
My commission expires
day of \,
Gout&"V t t c.
AMY L CLARK
Commission Number 798999
My Commission Expires
August 30, 2022
20'11.
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or
exceeds ten thousand dollars ($10,000.00) annually agree as follows:
1. The contractors, subcontractor, vendor and supplier of goods and services will not
discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age,
mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative
Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race,
creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations Such actions
shall include but not be limited to the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f. Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state
that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion,
economic status, age, mental or physical disabilities, political opinion or affiliations.
3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or
representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising
said labor union or workers' representative of the contractor's commitment under this section.
4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives,
and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions
The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and
upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns
and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor vendor and supplier
will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of
investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program —
Contract Compliance Provisions relative to Resolution No. 24664.
6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules,
regulations and orders, this contract may be canceled terminated or suspended in whole or in part and the contractor may be declared
ineligible for further contracts in accordance with procedures authorized by the City Council.
7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by
reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order
unless exempted by the rules, regulations or orders of the City s Affirmative Action Program, and will provide
in every subcontract or purchase order that said provisions will be binding upon each contractor,
subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who
applies for employment with our company will not be discriminated a . inst because of race, creed, color, sex, national origin, economic
status, age, mental or physical disabilities.
(Signed)
(Appropriate Official)
7' a iZ 72 z/
(Title) f i (Date)
P rime Contractor Na
Project:
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
c,e ' itvaA »SA -✓ ( v ' Letting Date: le'3 Z.1
N O 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 e the bottom rtion of this form.
Contract9.r-Signature.
Title* aS77,w
Date: S r/2/
S UBCONTRACTORS 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 may be directed to Contract Compliance Office 319-291-
4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing
your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to
verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, 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
Subcontractors
MBE/WBE
Contacted
Dates
Yes/No
Contacted
Dates
Yes/No
Dollar
Amount
be Subcontracted
Proposed
to
C127
VeS
WI
/ /at- Akestity
sail
40
,
_
6
cucte.s
Conss
.„.
(Form CCO 4) Rev. 06-20-02
Bidder Status Form
To be completed by all bidders
Please answer "Yes" or ' No" for each of the following:
[2(Y.es ❑ No
RI/Yes
2/Yes
t'Yes
❑ No
❑ No
❑ No
"Yes ❑ No
Part A
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.
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder.
complete Parts C and D of this form.
Please
Please
To be completed by resident bidders
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: ('2— / 24 /j�«p ' to e--Y)Address: IOLA es
ulO.- — 1%. Sic
Dates:
Dates:
Part B
City, State, Zip ' in\'e c L .�,.1=� 1'701.0foct
to / / Address:
/ / to
You may attach additional sheet(s) if needed.
City, State, Zips
/ / Address:..
City, State, Zip•
To be completed by non-resident bidders
1. Name of home state or foreign country reported to the Iowa Secretary of State:
Part C
2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ■ No
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
You may attach additional sheets) 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.
"5y- 3 Date: / c2C/'
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 02-14
Worksheet: Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
[✓Yes ❑ No
❑ Yes 2---No
❑Yes QNo
Er Yes ❑ No
Yes [✓eNo
❑ Yes
■
Yes
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.
o My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
Q-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 ailo
0 Yes ENo
Yes lfcT C
❑ Yes [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.
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 02-14
BID F3 01% l)
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--nrive Percent of the Bid Submitted ---
Dollars ($__
0005%.00
) 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 3rd day of June
2021 , for F.Y. 2021 Upton Avenue and Carriage Hill Drive Stormwater T
Improvements, Contract No. 1010, Waterloo, Iowa
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 fumish a bond for his faithful performance of said contract, and for the payment of all persons
performing labor or furnishing materials in connection therewith, and shall in ail 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 liquidat:on 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 20th day of May A.D. 2021
iLL.12 ci.pa_
a
Witness
Witness Marge Wysong
•
Travelers Casual
Peterson Contractors, Inc.
'rincip,21
By
president
Company of America (Seal)
Attomey-in-fact Anne Crowner
(Seal)
(Title)
VLIv I101-16 CcASQqa pill and &uvat y n p -qf of S ai LG'oca
11 rc e ers Cam, stua 0ty ti G'2t-N Co U uei pc u
tC3tu Paull Five a n d Lt11 'i ftn ° k S LW fry C ,, CO RTIB [SH V y
POWER OF ATTORNEY
KNOW ALL MEN BY 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.
;,'� SCR j
at t__
HAMF4 f
CONK.
int nave. csif,
it Wei
State of Connecticut
City of Hartford ss.
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, I hereunto set my hand and official seal.
By:
c
My Commission expires the 30th day of June, 2021
so' 11• t S•l.
sit• � r • ��%+ or
.wIaP j' • '•7
it
J
t101ARY ,
Robert L. Raneenior Vice President
Zed
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 20th day of May
cwN.itsbit
e
2021
•
Kevin E Hughes, Assistant Secretary
To verify the authenticity of this Power of Attorney, please 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 of Attorney is attached.