Loading...
HomeMy WebLinkAboutInsituform Technologies USA, LLC1 a a. n turm � .." _.tatC 17988 Edison Avenue • Chesterfield Missouri 63005 CITY CLERK/CITY HALL C T Y W, TE R1co o 7e) 11W L E . y STRIFbJ WATERL0c5 DA t1h03 BID BOND ENCLOSED PROPUmAL FOR FY 2021 CIP PIPELINING PHASE IVA2 CITY CONTRACT NO 1013 ADDENDA: BID DATE: JULY 1, 2021 c@, 1:00 P.M. CITYOF CITY CLERKS OFFICE AM 30 202.E -,�H9_g2; In qt O i 1 m CD W 23 0 0 O CD I CA)T m • 6/29/2021 r O FedEx Ship Manager - Print Your Label(s) CAI 0 N N CO alb 1211321p3111ur iass mom r aaM 0 -tat1 71, CQn m co 3 m � 73 m rrzt rn-, 0 0 56D2102651FE4A zo -4m o0 era co= coal 0 Q7 CO T.Sza191 cn OmO- Omm.14-. _z mZ Z00 Co �m 0o caD 0 r Z C} Cis mai 0 N w 0 Pajm o -1 _1 0 m Cji o PO CO C m N .p 1 :OL_ 6h 1101 OE NAP 13IJJO S e13 3 A113 OO1?31UM AO AIM R • tn r3 CC • FORM OF BID OR PROPOSAL FY 2021 CIP PIPELINING PHASE IVA2 CONTRACT NO. 1043 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen. Limited Liability Company formed 1. The undersigned, being a C-orporatrorr isting-under the laws of the State of Delaware a Partnership consisting of the following partners. N/A 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 AECOM now on file in the office of the City Clerk, City Hall Waterloo, Iowa hereby proposes to furnish all supervision, technical personnel, labor, materials machinery, tools, appurtenances, equipment, and services including utility and transportation services required to construct and complete this FY 2021 CIP PIPELINING PHASE IVA2, CITY CONTRACT NO 1043, 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 CIP PIPELINING PHASE IVA2 CITY OF WATERLOO, IOWA CITY CONTRACT NO. 10143 Estimated Item Description Unit Quantiles Unit Price Total Amount BASE BID 1 8" Diameter CIP Pipe Lining LF 21,082.0 $ ZS $ Si 7,056.00 00 2 10" Diameter CIP Pipe Lining LF 1,116.0 $ ,z 7 96 $ 3 (,134t ko 3 12" Diameter CIP Pipe Lining LF 926.0 $ 3 4. 90 $ 3 Z, 311 _ ko 4 18' Diameter CIP Pipe Lining LF 1,395.0 $ 7515-6 $ to 3,9g 7, 50 5 Lateral Reinstatement EA 353.0 $ too 46 $ 3170 617. 6 3-FT Lateral Grouting EA 353.0 $ 3e t $ lI 3 L(.ytj, 20 ko 7 Pipe Televising - 8" LF 42,164.0 $ O. 36 $ (? 6 `[4.2c) 8 Pipe Televising - 10" LF 2,232 0 $ G. 36 $ 6G,1 Co 9 Pipe Televising - 12" LF 1,852.0 $ 6 30 $ CSi.G1:5 10 Pipe Televising - 18" LF 2,790.0 $ 0.. SO $ e37 ®t, 11 Type A Pipe Cleaning - 8" LF 21,082.0 $ 3, to $ & 5 , 35`1.2o 12 Type A Pipe Cleaning - 10" LF 1,116.0 $ . o $ 34 5 k. 4. e 13 Type A Pipe Cleaning - 12" LF 926.0 $ 3, 76 $ 3 4 Z ate 14 Type A Pipe Cleaning - 18" LF 1,395.0 $ 44Io $ 571 9, 56 15 Type C Root Removal 8"-10" - LF 11,099.0 $ 9. to $ LI i 5o5.90 16 Type C Root Removal 12"-15" - LF 463.0 $ 4- 70 $ 2 t 7 Cc w 17 Type C Root Removal - 18" LF 697.0 $ (0, ZJ $ 9, 3Z Im y 0 18 Type D Lumberjack 8"-10" - LF 11,099.0 $ Lt to $ L , 505: /6 19 Type D Lumberjack 12"-15" LF '-1.7b - 463.0 $ $ Z, 17),10 FORM OF BID AECOM 60620183 CONTRACT NO. 1043 Page BF-1 OF 5 FY 2021 CIP Pipelining Ph IVA2 Item Description U nit Estimated Quantiles U nit Price Total Amount 20 Type D Lumberjack - 18" LF 697.0 $ $ 1t,32(. rio 21 Protruding Taps Removal EA 100.0 $ Ztic.tio $ Z of cito., xi TOTAL BASE BID oaf- 724), Cfa Item Description U nit Estimated Quantity U nit Price Total Price SA, NO. 1 101 8" Diameter CIP Pipe Lining LF 2,257.0 Z'I,cp 5t1, Ic 8.0© 102 Lateral Reinstatement EA 26.0 $ 103 3-FT Lateral Grouting EA 26.0 $ Lb $ I2,36.s.66 104 P ipe Televising - 8" LF 4,514.0 $ s' t. 2a 105 Type A Pipe Cleaning - 8" LF 2,257 0 $ KoG $ 91Gig. Oo 106 Type C Root Removal - 8"-10" LF 1,128.5 $ 6, 513. qlb 107 Type D Lumberjack - 8"-10" LF 1,128.5 $ SAO $ 6 613. 40 108 P rotruding Taps Removal EA 5.0 $ $2,9 6 $ / Ric( 55 BID ALTERNATE NO. 1 - SA NO. 19 TOTAL 'ill, $60.1d Item Description Unit Estimated Quantity U nit Price Total Price 201 ALTERNATE "NO.2-SA:NO.-19_.; 12" Diameter CIP Pipe Lining LF 2,256 0 $ Z q_ 36 202 P ipe Televising - 12" LF 4,512.0 $ c36 34s7),6a 203 Type A Pipe Cleaning - 12" LF 2,256 0 $ bo $ i b, Sergio 204 Type C Root Removal - 12"-15" LF 1,128.0 $ t 7G 8_66 205 Type D Lumberjack - 12"-15" LF 1,128.0 $ &Cd $ (0Y(ogU', BID ALTERNATE NO. 2 - SA NO. 19 TOTAL $ (If, giiR Zo Item Description Unit Estimated Quantity Unit Price Total Price RNATE NO. 301 302 10" Diameter CIP Pipe Lining 12" Diameter CIP Pipe Lining LF LF 1,292 0 1,394.0 $ 6a $ 3(_ to $ 35; ass. to 303 Lateral Reinstatement EA 4.0 $ 221,So $ 'I7_Zo 304 3-FT Lateral Grouting EA 4.0 $ (o7, 20 $ zsiLp8o 305 Pipe Televising - 10" LF 2,584.0 $ G. 3o 306 Pipe Televising - 12" LF 2,788.0 $ S3rr. qi5 307 Type A Pipe Cleaning - 10" FORM OF BID AECOM 60620183 LF CONTRACT NO. 1043 1,292 0 $ 5,1 e& eti Page BF-2 OF 5 FY 2021 CIP Pipelining Ph IVA2 Item 308 Description Type A Pipe Cleaning - 12" Unit LF Estimated Quantiles 1,394.0 Unit Price Total Amount 309 310 Type C Root Removal - 8"-10" Type C Root Removal - 12"-15" LF LF 646.0 697.0 $ 6 $ 3rqg,o°_`t6 $ 37G3go 311 Type D Lumberjack - 8"-10" LF 646.0 $®o 312 Type D Lumberjack - 12"-15" LF 697.0 $ (- bo $ (1 t8z_Oo 313 Protruding Taps Removal EA 1.0 $ '. $Z, i0 BID ALTERNATE NO. 3 SA NO. 14 NON-SRF TOTAL (11, CZZ 50 Item Description Unit 401 'ERNATE NO. 4 - SA,NO: 20'NONSRF 24" Diameter CIP Pipe Lining LF Estimated Quantity 361.0 Unit Price Total Price $ 3Z,610.56 402 Pipe Televising - 24" LF 722.0 $ 2 403 Type A Pipe Cleaning - 24" LF 361.0 $ tic) $ 354.20 404 Type C Root Removal - 24" LF 180.5 $ LCk, 5" 405 Type D Lumberjack - 24" LF 180.5 $ $ 146Z.OS BID ALTERNATE NO. 4 - SA NO. 20 NON-SRF TOTAL $ 3 1, t3& "(O Item Description 501 `ERNATENO, SA NO.17,NON-SRF`. 12" Diameter CIP Pipe Lining Unit LF Estimated Quantity 324.0 Unit Price Total Price $ It Ogg . 40 502 Lateral Reinstatement EA 4.0 503 3-FT Lateral Grouting EA 4.0 $ 2. 176_ `Es 504 Pipe Televising - 12" LF 648.0 $ l4'K.Ko 505 Type A Pipe Cleaning - 12" LF 324.0 $ go $ [.55-s-1d 506 507 508 Type C Root Removal-12"-15" Type D Lumberjack - 12"-15" Protruding Taps Removal LF LF EA 162.0 162.0 5.0 $ 3BZ.'ia BID ALTERNATE NO. 5 - SA NO. 17 NON-SRF TOTAL $ I/,‘-13576 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. The Contract shall be awarded based on the TOTAL BASE BID. 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 FORM OF BID AECOM 60620183 CONTRACT NO. 1043 Page BF-3 OF 5 FY 2021 CIP Pipelining Ph IVA2 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 Five percent of amount bid and zero cents Dollars ($ 5% of amt bid & 00/100 ) in the form of a bid bond 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 the Bidder Status Form indicating Resident Bidder Certification ( ), or Non -Resident Bidder Certification ( X ). (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: 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. 1043 Page BF-4 OF 5 AECOM 60620183 FY 2021 CIP Pipelining Ph IVA2 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. Insituform Technologies USA, LLC July 1, 2021 (Name of Bidder) (Date) BY: )1, nn �(.tide Title Jana Lause, Contacting & Attesting Officer Official Address: (Including Zip Code): 17988 Edison Avenue Chesterfield, MO 63005 I.R.S. No. 43-1319597 FORM OF BID AECOM 60620183 FY 2021 CIP Pipelining Ph IVA2 CONTRACT NO. 1043 Page BF-5 OF 5 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of MISSOURI ) County of ST. LOUIS )ss Jana Lause , being first duly sworn, deposes and says that: Contracting & Attesting Officer 1. He is (Owner, Partner, Officer, Representative, or Agent) , of Insituform Technologies USA, LLC , 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. (Signed) C_J)T(i-4t Jana Lause, Contracting & Attesting Oficer Subscribed and sworn to before me this 1st day of My commission expires July 8, 2024 Title July Diane Partridge, Notary Publicitle DBE PARTRIDGE Pour PutAte Notary ry Seat STATE OF MISSOURI St Louis County My Commission Expi~r u: July 80 202A Connie yion it 12505471 • , 2021 . NON -COLLUSION AFFIDAVITS CONTRACT NO.1043 Page NCA-1 OF 2 AECOM 60620183 FY 2021 CIP Pipelining Ph IVA2 Bidder Status Form n Yes No To be completed by all bidders Pak Pleaseanswer "Yes" or "No" for each of the following: Yes No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). Yes X No My company has an office to transact business in Iowa. Yes No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes [1 No 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. e To be completed by resident bidders N/A Part My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by nonresident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: Missouri 2. Does your company's home state or foreign country offer preferences to bidders who are residents? X 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 sheet(s) if needed. To be completed by all bidders Part D 309-6001 (09-15) I certify that the statements made on this document are true micilcomplete 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: Insituform Technologies USA, LLC )-ci) Si nature: ; n Date: July 1, 2021 Jana Lause, Contracting & Attesting Officer 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) 13SF-I 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 My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes [5J No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. • • Yes fl No My business is a general partnership or joint venture. More than 50 percent of the general Yes R] No Yes 2No 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. Yes Lk] 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 E 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 [ 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. ❑ Yes [jJ 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. Yes [I No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. El Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled 309-6001 (09-15) BSF-2 Yes Contracts for Job or Service Performance Veterans Preference for the Blind Scope of Preference & Conditions Statute 34.070 -- Reciprocal law applies to all commodities and tangible personal property manufactured, mined, produced, processed, or grown within the State of Missouri, to all new generation processing entities defined in Section 348.432 RSMo, except new generation processing entities that own or operate a renewable fuel production facility or that produce renewable fuel, and to companies doing business as Missouri firms, corporations or individuals, when quality is equal or better and delivered price is the same or less. Such preference may be given whenever competing bids, in their entirety, are comparable. "Commodities" shall include any agricultural product that has been processed or otherwise had value added to it in this state The preference is not applied to public works or product transportation where bid is less than $5,000.00, nor is it applied for bids with Department of Transportation when Federal funds are involved. Vendor need not claim preference. Statute 34.073 1 -- In awarding contracts for the performance of any job or services, preference shall be given to companies doing business as Missouri firms corporations or individuals or which maintain Missouri offices or places of business, when the quality of performance promised is equal or better and the price quoted is same or Tess, or whenever competing bids, in their entirety are comparable. In awarding contracts for the performance of any job or service, all agencies departments, institutions, and other entities of this state and of each political subdivision of this state shall give a three point bonus preference to service -disabled veteran businesses. The goal is not required and the provisions of this subsection shall not apply if there are no (or insufficient) bids or proposals submitted to the public entities listed above. Statute 34.165 - When making purchases for the State, its governmental agencies or political subdivisions the commissioner of administration shall give bidding preference consisting of a ten point bonus on bids for products and services manufactured, produced or assembled in qualified nonprofit organizations for the blind. w® it nara Pi lea W r COo vUm W z 0 CO W ®p W c9 W ce 0 Prime Contractor Name: 0 O to a 4- 0 L O O co a E 0 3. a) 0 0 0 V2 -15 (12 0 0 0 (1) W CCi co Q) >, w C (0 0 • .�, z0) 22 •O co 0L 4- in • c ®n CJ co Ict ` 4W I- 01 zo c W cV C C 0 W U 0 E o) z MBE/WBE N p W L 13 0 U J 0 0' C N 11. N 1 0) 0 CO 0 0 (6 (n 0 C6 0 0 .O L 0 W c 03 co CO 0 0) cn LL O . c -o . O 0 0 0 i▪ nn 0 0 0) 13 � C � O C }' w O 0 (1) O .(7) E 0 0 0 *s. . 0 0 0 (0 E 1 N cc) (8 0 co co O U 0 co -. E 0 1 (0 0 0 L (6 .5 J (0 0 a) co a • O 0 Q t a 0 E W m co 2 0 .75 co CO C a) L OCV J E 0 0 (o 4- O L(0 0 U 0 3. 0) vi co O co (3) sc o 0 at -1--+ O E C -U C6 0 (0 0) C6 0 0 -0 0) co E .L a) a-0 0 W (n 0 a) m MW W MW W 0 W 0 (a) o o oCL W ®� X a CO Pw ® UJ actial D ® in I�. W M LL � w W Ca ad eclit ins (Form CCO-4) Rev. 06-20-02 CO O r CONTRACT NO INSITUFORM TECHNOLOGIES USA, LLC PRESIDENT APPOINTMENT OF CONTRACTING AND ATTESTING OFFICERS The undersigned, being the President of Insituform Technologies USA, LLC, a Delaware Limited Liability Company (the "Company"), and pursuant to the authority set forth in the Limited Liability Company Operating Agreement of the Company, hereby determines that: 1. Christlanda Adkins, Gina Gurrieri, Janet Hass, Jana Lause, Diane Partridge, Whittney Schulte, and Ursula Youngblood are appointed as Contracting and Attesting Officers of the Company, each with the authority, individually and in the absence of the others, subject to the control of the Board of Managers of the Company, to: (i) certify and attest to the signature of any officer of the Company; (ii) enter into and bind the Company to perform pipeline rehabilitation activities of the Company and all matters related thereto, including the maintenance of one or more offices and facilities of the Company; (iii) execute and to deliver documents on behalf of the Company; and (iv) take such other action as is or may be necessary and appropriate to carry out the project, activities and work of the Company. 2. Any person previously appointed or serving as a Contracting and Attesting Officer of the Company prior to the date hereof and who is not named above is hereby removed from any such appointment. Dated: March 6, 2020 Ralph E. Western President mnfvr 'a>an P.prr No: W00772236 Date: 01/30/2012 OJECIRIEJTsarCD'O.A , 489FLC-43 03 92 INSITUFORM TECHNOLOGIES USA, LLC ACKNOWLEDGEMENT OF DOCUMENT FILED The Secretary of State acknowledges receipt of the following document: Certificate of Authority The document was filed on Jan 25 2012 4:19PM, to be effective as of Jan 25 2012 4:.19PM. The amount of $100.00 was received in full payment of the filing fee. MATT S i HUL / SECS TARY OF STATE j f' l/e5 0 (3 oc rid MATT SCHULTZ Secretary of State State of Iowa LI IT D LI: ILI C PANY pplicatiort for Certificate of-. uthority TO THE SECRETARY OF STATE OF THE STATE OF IOWA: Pursuant to section 802 of the Iowa Revised Uniform Limited Liability Company Act, the undersigned applies fora certificate of authority to transact business in Iowa and hereby states: The name of the limited liability company: INSITUFORM TECHNOLOGIES USA, LLC M. The name the limited liability company will use in Iowa, if different than the legal name of the company named above: (Refer to note #5 on the back of this form) 2. The limited liability company is formed under the laws of the state (or foreign country) of: Delaware The duration of the limited liability company is: Perpetual 4. The street and mailing address of its registered office in Iowa and the name of its registered agent at that office: Corporation Service Company Name 505 5th Avenue, Suite 729, Des Moines, IA 50309 Address City State Zip The registered office and registered agent comply with the requirements of section 489.113.* 5. The address of the office required to be maintained in the state of its formation by the law of that state (if such an address is not required, the address of the principal office of the limited liabilitycompany)• 17988 Edison Ave. Address Chesterfield, MO 63005 _. C3 City State Zip 6. (A) This foreign limited liability company is governed by an operating agreement that establishes or provides forthe establishment of designated series of transferable interests having separate rights, powers, or duties with respect to specified property or obligations of the foreign limited liability company, or profits and losses associated with the specified property or obligations. ❑ YES x NO (B) All debts, liabilities, and obligations incurred, contracted for, or otherwise existing with respect to a particular series if any, are enforceable, against the assets of such se ies only and not against the assets of the foreign limited liability company generally. ❑ YES ® NO The effective date and time of this application, if different than the date and time of filing: (Refer to note #4 on the back of this form) Date Time 8. A certificate of existence or a record of similar import, signed by the secretary of state of other official having custody of the company's publicly filed report in the state or other jurisdiction under whose law the company is formed, accom- panies this application. Signature Date January / 72012 Type or print name and title David F. Morris, Manager 635 0010 7109 'Pie First State PAGE 1 1.1 JEFFREY W. BULLOCK, SECRETARY OF STATE OF THE STATE OF DELAWARE, DO HEREBY CERTIFY "INSITUFORM TECHNOLOGIES USA, LLC" IS DULY FORMED UNDER THE LAWS OF THE STATE OF DELAWARE AND IS IN GOOD STANDING AND HAS A LEGAL EXISTENCE SO FAR AS THE RECORDS OF THIS OFFICE SHOW, AS OF THE EIGHTEENTH DAY OF JANUARY, A.D. 2012_ AND I DO HEREBY FURTHER CERTIFY THAT THE SAID "INSITUFORM TECHNOLOGIES USA, LLC" WAS FORMED ON THE TWENTY-SECOND DAY OF DECEMBER, A.D. 1983. AND I DO HEREBY FURTHER CERTIFY THAT THE ANNUAL TAXES HAVE BEEN PAID TO DATE 2024080 8300 120059761 You may verify this certificate online at corp.delaware.gov/authver.shtml AUTHEN FILED IOWA SECRETARY OF STATE Alt ?rill W772236 Jeffrey W Bullock, SecretaryofState TION: 9304231 DATE- 01-18-12 Attachment 1 SRF Required F ront°Find 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 (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 PROSPFCTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NON0SEGREGATED 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). ( Ma July 1, 2021 S ignature Date Jana Lause, Contracting & Attesting Officer 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 2 January 2021 Attachment 2 SRF Required FrontinFnd 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 Services Administration Excluded Parties List will be prohibited from the bidding process. The excluded parties records search engine is located at the System for Award Management (SAM) website: https://www.sam.gov/SAM/. Pursuant to 2 CFR Part 180, as supplemented by 2 CFR 1532, any entity submitting a bid while the SAM website lists that entity as having an active exclusion will be determined by the DNR to be a non -responsive bidder and will not be able to receive SRF funding. 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 of 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 or 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 transactions (Federal, State, or local) terminated for cause or default. understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 U SC Sec. 10 01, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. Jana Lause, Contracting & Attesting Officer Typed Name & Title of Authorized Representative July 1, 2021 Signature of Authorized Representative Date am unable to certify to the above statements. My explanation is attached. 3 January 2021 Attachment 3 SR '= Required FrontrEnd Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid) Disadvantaged Business Enterprise (DBE) Solicitation 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: Minority Business Women Business -Owned -Owned Enterprise (MBE) Goal Enterprise Goal (WBE) 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 https://secure.iowadot.gov/DBE/Home/Index/. 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: City of Waterloo Bidder: Insituform Technologies USA, LLC 11988 Edison Avenue, Chesterfield, MO 63005 Address: Contact Person: Jana 1.ause Contracting & Attes.ting_Offi_cer Signature: - ' , Phone Number: 636-530-8000 -Mail Address: jlause@aegion.com Check if Prime Contractor is: Minority -Owned Women -Owned 4 January 2021 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/offerors 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? ► Yes ❑ No 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 min'. um of 30 calendar days before the bid or proposal closing date. Yes 1-1 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 participation by DBEs in the competitive process. NrYes n No 4. Did you encourage contracting with a consortium of DBEs when a c.ntract is too large for one of these firms to handle individually? Yes n 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 I -I No 6 List the potential DBE subcontractors that were contacted. Only list those that are certified through the Iowa Department of Transportation. Name How (e.g. call, fax, Contacted letter, e-mail) phone interested, (e.g. did not not respond, Response not competitive) See -Vvi 11.41 ot'v�.._ PROPOSED UTILIZATION OF DBE SUBCONTRACTORS Please include Attachments 4 and 5 to document the proposed utilization of certified DBE subcontractors. 5 January 2021 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. 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. 6 January 2021 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) Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form This form is intended to capture the DBE1 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 Project FY 2021 Name CIP Pipelining Phase IVA2 Bid/Proposal 1043 No. Assistance (if known) Agreement ID No. Point of Contact Address Telephone No. Email Address Prime Insituform Contractor Name USA, LLC Issuing/Funding Entity Technologies Contract Number Item Description of Construction, Work Submitted to Equipment the Prime Contractor or Supplies Involving Price the of Work Prime Submitted Contractor to Services, DBE Certified Other: by DOT SBA Meets/exceeds YES EPA certification NO standards? Unknown 1A 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. IASRF6100-3 DBE Subcontractor Performance Form — Page 1 7 January 2021 Disadvantaged Business Enterprise Prograrn DBE Subcontractor Performance Forrn 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 Lause , �Jana 1.1 Title Date Contracting & Attesting Officer July 1, 2021 Subcontractor Signature Print Name Title IASRF6100-3 DBE Subcontractor Performance Form — Page 2 Date 8 January 2021 Attachment 5 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid if utilizing DBE subcontractors) 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 Prime Insituform Contractor Name USA, LLC Project FY 2021 Name Pipelining Phase CIP Technologies IVA2 Bid/Proposal 1043 No. Assistance (if known) Agreement ID No. Point of Contact Address 17988 Edison Avenue, Chesterfield, MO 63005 Telephone 636-530-8000 No. Email clause@aegion.com Address Issuing/Funding Entity If I have yes, identified please complete potential DBE table certified below. subcontractors If no, please explain: YES NO the Name/Company Subcontractor Name Company Address/Phone/Email Estimated Dollar Currently Certified? DBE Amount 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. IASRF6100-4 DBE Subcontractor Utilization Form — Page 1 9 January 2021 Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form 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 Jana Lause 4 cam. Title Date Contracting & Attesting Officer July 1, 2021 IASRF6100-4 DBE Subcontractor Utilization Form — Page 2 10 January 2021 Attachment 10 SRF Required Fronts,End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid) PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPIVIEN T This term and condition implements 2 CFR 200.216 and is effective for obligations and expenditures of EPA financial assistance funding on or after 8/13/2020. EPA recipients and subrecipients, including borrowers under EPA funded revolving loan fund programs, are prohibited from obligating or expending loan or grant funds to: (a) Procure or obtain, extend or renew a contract to procure or obtain; (b) Enter into a contract (or extend or renew a contract) to procure; or (c) Obtain the equipment, services, or systems that use `covered telecommunications equipment or services" identified in the regulation as a substantial or essential component of any system, or as critical technology as part of any system. Certain equipment, systems, or services, including equipment, systems, or services produced or provided by entities subject to the prohibition are recorded in the System for Award Management exclusion list, website: https://www.sam.gov/SAKI/. (1) As described in Public Law 115-232, section 889, covered telecommunications equipment or services includes: (i) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (ii) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (iii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iv) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (2) Consistent with 2 CFR 200.471, costs incurred for telecommunications and video surveillance services or equipment such as phones, internet, video surveillance, and cloud servers are allowable except for the following circumstances: (i) Obligating or expending EPA funds for covered telecommunications and video surveillance services or equipment or services to procure (enter into, renew or extend contracts) or obtain the equipment, services, or systems as described in 2 CFR 200.216. understand the above prohibitions and certify that the project will be in compliance with all the requirements. Jana Lause, Contracting & Attesting Officer Typed Name & Title of Authorized Representative July 1, 2021 Signature of Authorized Representative Date 34 January 2021 BID BOND Insituform Technologies USA, LLC KNOW ALL MEN BY THESE PRESENTS, that we, 17988 Edison Avenue, Chesterfield, MO 63005 as Principal, and Travelers Casualty and Surety Company of America, One Tower Square, Hartford, CT 06183 as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of the Amount Bid Dollars ($ 5% of Amount Bid ) 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 1 day of July , 20 21 , for FY 2021 CIP Pipelining Phase IVA 2, City Contract No. 1043 • 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 1 day of July , A.D. 20 21 . AFL, 'L Insituform Technologies USA, LLC Principal By (-}) (Title) Jana Lause, Contracting & Attesting Officer Travelers Casualty and Surety Company of America Witness Diane Partridge, Contracting & Attesting Officer Surety Witness Donna Robson, Witness BID BOND AECOM 60620183 By (Seal) (Seal) Attorney -in -fact Andrew P. Thome, Attorney -in -Fact CONTRACT NO. 1043 Page BB-1 OF 1 FY 2021 CIP Pipelining Ph IVA2 State of Missouri County of St. Louis On 7/01/2021 , before me, a Notary Public in and for said County and State, residing herein, duly commissioned and sworn, personally appeared Andrew P. Thome known to me to be Attorney -In -Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA a corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. ', Donna Robson, Notary Public My Commission Expires: DONNA ROBSON NOTARY PUBLIC • NOTARY SEAL STATE OF MISSOURI COUNTY COMMISSIONED FOR ST, CHARLES C MY COMMISSION EXPIRES JUN, 21 ID # 17367942 TRAVELERS J 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 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 Andrew P. Thome, of Chesterfield, Missouri, 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 3rd day of February, 2017. State of Connecticut By: City of Hartford ss. Robert L. Raney, Seffor Vice President On this the 3rd day of February, 2017, 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 the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 41U .e- C. `: A 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 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 an 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 Attomey 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 Attomey executed by said Companies, which remains in full force and effect. Dated this of day of July , 2021 Kevin E Hughes, Assistant 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 the power is attached.