HomeMy WebLinkAboutPeterson Contractors, Inc.0
c
0
r
70
Fan'?
0
0-
-4
awl
mmal
rn
rar
0
^YM1
I „
z
co
n
SS 1.0-69909 VMO
0
1
•
EVISA
OHZRAt.\\ItS
t- BOX A
REINBECK, IOWA 50669-0155
>' e I + 3pi'- Inn :.i ry�rw.
'x.iis r :.ice t:_.,' r
b .--x
r �gyrr 1� T"
S ICLt.i Lit c a ., ;sue
Pio
FORM OF BID OR PROPOSAL
FY 2022 CENTER FOR THE ARTS PARKING IMPROVEMENTS
PHASE 2 (ART BLOCK)
CONTRACT NO. 1007
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 q.0 9' , 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 FY 2022 CENTER FOR
THE ARTS PARKING IMPROVEMENTS, PHASE 2 (ART BLOCK), City Contract No. 1007, all in
accordance with the above -listed documents and for the unit prices for work in place for the following
items and quantities:
FY 2022 CENTER FOR THE ARTS PARKING IMPROVEMENTS
PHASE 2 (ART BLOCK)
CITY CONTRACT NO. 1007
ITEM
NO.
SUDAS
SPEC.
DESCRIPTION
UNIT
TOTAL
QTY.
BID
UNIT
PRICE
BID
TOTAL
PRICE
1
2010
Clearing
and
Grubbing
LS
1
$ 5, 25U
$ Se
Too
2
2010
Topsoil,
Furnish
and
Spread
CY
100.0
5a
$ ) 2
$
(r
256 -
3
2010
Class
10
Excavation,
Roadway
and
Borrow
CY
300
$ -
$
15
q
5--
4
2010
Subgrade
Preparation
SY
4868.6
$ 12!
$ (,Qil
6
SC 75
5
2010
Subgrade
Treatment,
Geogrid
(Type
2)
SY
600.0
$ 65
9
$ 2 r
#( -
6
2010
Modified
Subbase
TONS
1610.3
"`
$ /9
$ 3
5 5 0
7
4040
Storm
2000D
Sewer,
(CLASS
Gravity
III),
15
Main,
IN.
Trenched,
RCP,
LF
189.0
$ 9 _
$ 1
731
8
4040
Storm
2000D
Sewer,
(CLASS
Gravity
III),
21
Main,
IN.
Trenched,
RCP,
LF
24.0
$
$
s
�r.
t
9
6010
Manhole
Adjustment,
Minor
EA
6.0
~-
$ 5 5c)--
$ ?
3..�
10
6010
EA
4.0
r
Removal
of
Intakes
and
Utility
Accesses
$ 5
$
0(y3
—
11
6010
Intake,
6010.502
EA
1.0
$
$3,02S-=---
12
6010
Intake,
6010.505
EA
4.0
$ /44
O -
$
a
4c'a
13
7010
SY
4057.6
SO
Standard
or Slip
Form Portland
Cement
$
Concrete
Durability,
Pavement,
8
IN.
Class
C, Class
3
541
$
22 t,!Ws
14
7010
SY
3396.7
1413
$ 715
$
Removal
of
Pavement
26 32q
15
7030
SY
30.7
'2
—
$
$ Q
Removal
of
Sidewalk
) 2
3GO
16
7030
Sidewalk,
PCC, 6
IN.
SY
133.0
15
$ 55215
$ 7015
17
32 13
16
Tan Colored
Sidewalk,
PCC, 6
IN.
SY
394.0
$ ILI —
$ (D5.198
.-
FORM OF BID OR PROPOSAL
AECOM #60661493
FB-1-4
City Contract Nol 1007
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Block)
Waterloo, Iowa
ITEM
SUDAS
DESCRIPTION
UNIT
TOTAL
UNIT
BID
TOTAL
PRICE
NO.
SPEC.
QTY.
BID
PRICE
$ 4/71q28
18
32
13
16
Grey Colored
Sidewalk,
PCC,
6
IN.
SY
284.0
$ / (, 7
_
$ S
19
8010
Lighting
Poles,
Type 1
EA
4.0
$ H, -2 5
1
9
.
20
8010
Lighting
Poles,
Type
2
EA
4.0
$ S
go
'
$ j54,
2
$
21
8010
Lighting
Poles,
Type
3
EA
11.0
$ 66.cau
'i 256
3
�
22
8010
Electrical
Circuits
LF
926.0
$ is—
$ 13,
390_
-
$
-
23
8010
Handholes
EA
3.0
$
?An
30
300
Painted
Pavement
Markings,
Waterborne
or
$
Ii
! 2 -
r
24
8020
Solvent
Based
STA
12.50
$ r
Painted
Symbols
Legends,
Waterborne
and
_
$ �,
25
8020
EA
4.0
$
Solvent
Based
or
"4,ol5
_
26
5020
Relocate
Hydrant
EA
1.0
$
_
$
7r
®25
27
8030
Traffic
Control
LS
1.0
$ it
No--
$ I,
b
28
9040
SWPPP
Management
LS
1.0
$ I, 2
$ 11
2
—
$
5�
29
9040
Wattles,
Installation
LF
110.0
$ 2
2
75
$ I
O
- -
30
9040
Wattles,
Maintenance
LF
110.0
—
$
1
$d
-
31
9040
Inlet
Protection
Device,
Installation
EA
11.0
$ 85
$' ibis
-'
—
32
9040
Inlet
Protection
Device,
Maintenance
EA
11.0
$ d 5
$ /4
bOo `
33
10010
Removals,
As
Per
Plan
LS
1.0
$ Jb,®t3®
$ 31,
5c'-
1.0
34
11020
Mobilization
LS
$
3 I,50-
35
PLAN
Concrete
Bollard
with
Sign
EA
4.0
$
(goo-
$ 21400-
$ 3,
Soo'
36
PLAN
Concrete
Bollard
without
Sign
EA
7.0
$
37
PLAN
Bed
Preparation
SF
5578.0
$ ! '
-
$
5
57
3
Washed
Stone
Mulch
Weed
Barrier
f50
$�
2 e
38
PLAN
Fabric
and
SF
5370
$ / ?5
r
Shredded
Cedar
Mulch
and
Weed
Barrier
5�
$ 31
39
PLAN
Fabric
SF
208
$ ,
40
PLAN
(Feather
Reed
Grass,
1
Gal.
EA
196
$ d d
$ 2r / 56
Cont.Groundcover
41
PLAN
Groundcover
(Prairie
Dropseed,
1-Gal.
Cont.)
EA
38
$
11 --
$ W S
42
PLAN
Groundcover
(Stella
D'Oro
Daylily,
1-Gal.
EA
56
$ I
1
e
$
Cont.)
Groundcover
(Warrior Switchgrass,
1-Gal.
$ 2r20�--
43
PLAN
EA
184
$
Cont.)ont.)
$ 14,
145
®
44
PLAN
Shrub
(Gro-Low
Sumac, 3-Gal.
Cont)
EA
89
$
pv ,,
$ 2, / 2-5--
45
PLAN
Tree
Aspen,
1.5"
Cal.
B&B)
EA
5
$ 14
-
(Quaking
25
46
PLAN
Tree
(Skyline
Honeylocust,
2.5" Cal.
B&B)
EA
1
$ J2 5
'-
$ gas
$ 3, gS r
-
47
PLAN
Tree
(Spring
Snow Crabapple,
1.5"
Cal.
B&B)
EA
14
$ 275
48
PLAN
Tree
Arborvitae,
4-5'
Spec.
B&B)
EA
15
$ 29-5
-
$ 9,125
$ 41,0
r--
(Techny
^
49
PLAN
Bike
Racks
EA
5
$ 803
50
PLAN
Waste
Receptacles
EA
1
$ I? .
-
$ 1I750
r
$ 177 I5LY
51
PLAN
Benches
EA
7
$ ILi50-
TOTAL
BID
AMOUNT
$ 10
law LI }3
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 OR PROPOSAL
AECOM #60661493
FB-2-4
City Contract Nol 1007
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Block)
Waterloo, Iowa
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 sa% ofr L1(.t
Dollars ($ ) in the form of
Gi 6, et) %f.cl , 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 Bidders Status Form.
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.
1
Date 6/2512. !
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 OR PROPOSAL FB 3 4
AECOM #60661493 City Contract Nol 1007
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Block)
Waterloo, Iowa
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.
ote, -ra.c-6 r5 c 8/2/ z 1
(Name of Bidder) (Date)
BY: (0)CG`gv1 KYi4. E Title eM
Official Address: (Including Zip Code):
Ike-► (IL,, 1T4 coL ( 1.
I.R.S. No. T 2- a 9 Z i (D sy
FORM OF BID OR PROPOSAL FB-4-4 FY22 Center for the Arts Parking Improvements
AECOM #60661493 City Contract Nol 1007 Phase 2 (Art Block)
Waterloo, Iowa
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of�-otn) 6\
//!
County of (DI tt&k7
-410c .-\ )<v , I 1
)ss
, being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) of P(,1
, 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;
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, in uding thi .ffiant.
20
(Signed) =,i•
Subscribed and sworn to before me this
My commission expires
,PM/-5kT
CN
•
1,
ow
.# JENNIFER R WISSLER
. Commission Number 761292
• My Commission Expires
January 04, 2022
day of
Title
Title
P6s ._Tg6K•tiz.
NON -COLLUSION AFFIDAVITS NCA-1 of 2 FY22 Center for the Arts Parking Improvements
AECOM #60661493 City Contract No. 1007 Phase 2 (Art Block)
City of Waterloo, Iowa
Bidder Status Form
To be completed by all bidders
Part A
e answer "Yes" or "No" for each of the following:
Yes
U No
❑ No
n No
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).
My company has an office to transact business in Iowa.
My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
To be completed by resident bidders
Part B
My company has maintained offices in Iowa during the past 3 years at the following naddresses:
2 u Address: /n _ t y ICt CIf✓ kosoL, 54
Dates: /
City, State, Zip: ill t1 tnb C 1 ri 561
Address:
City, State, Zip:
Dates: Address:
You may attach additional sheet(s) if needed. City, State, Zip:
/ to / /
to / /
To be completed by non-resident bidders
Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's
force preferences or any
3. If you answered "Yes'
and the appropriate legal
home state or foreign country offer preferences to resident bidders, resident labor n Yes ❑ No
other type of preference to bidders or laborers?
to question 2, identify each preference offered by your company's home state or foreign country
citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders
Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name. P� -�d VI ¢tA -rat. /5 LA C..
Signature:
Date: 8/2,t,/2'
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09 15)
Worksheet: Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
■
■
is
Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor.
Yes
Yes
Yes
Yes
Yes
Yes
❑ Yes
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.
My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
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.
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 (09-15)
BSF-2
(Form CCO-4) Rev. 06-20-02
ci
Quotes Received Quotation used in bid
e" SI"
bcontractors
ze
cD
o!
tNN
Contaci
Yes/No
N
v\
Contaci
Yes/No
G
U Kll 1. 1 l 1.11
hrnntrari
D
CO
CO
CO m
m0
m
03z
co
C
zcn -D.�
0
Z
Z=
—i 0
m�
73 G)
(0 CO
mo
Om
zu
n
'0
Nm
03
0
0
((DD r
(D
O (0
✓ m
c
o
m
D) ril
�a
o (rtD
� m
5
• m
a
m
SD CD
m �
m
*
• co
m
cold
co
0 c•
m
• Fa• t
cr"6
fl �.
• 0
(D
3 0
✓ m
a(n
m
co m
0o
ao
v 3
r0
O 0
0
Er
o 94,
• -63
(D c0
11)
� Q
v
0
0
0
1
D)
0
0
0
0
W = 8 O-<
(0 0 c
g N
Dsp
Q c
(NOo
Qo O
o�
o m
c
`<cr
-5 o
0Q1<
a-
0
- 0 O
0
_
0�0
-o_co
o
o m
g m a
o N
En 0
w
O 0'
•
0h
r+o
O -o
• o
a
O m
—r
00
cn
-,
w o
o .-
O
0�
o•
c
m
0
D
O
0
O
1
0
0
0
cn
0
0
O
D
rt
r
0
c
0.
0)
of
cn
0
0
0
O
3
m
0
0
0
0
(D
1
0
CD
O
(.
w
0
0
v
s
0
0
c
1
co
m
0
m
co
c
w
5
0
m
0
a
0
a)0
Oa P4-
CO
N 0
(.0�
N
j
CO0 SD
m
a
CD
0
0
c
a
N
c
0
R
O
H
5
2
0
0
0
r
0
m
r
m
0
a
0
O
a
(D
s
0
0
c
0
0
0
0
0
CD
(13
0
W�
c o
o
c
0 Q)
<
o r.
O 0
CD "0
IS 0
O <
CD
p3
.
c 5
< 0
(D p)
r+
o 0
cn OO
c
O w
c
• o
O• cn
0
0 _
m 7
a (o
(D
0
z
0
co
m
W
m
0)
c
03
0
0
z
0
0
cn
0
z
0
(D c
o
-NCO
SD f)
CO CO
WW
mm
w
c c
a- o
O 0
S s
0. 0
O 0
0
c. o
0 o
c�
(/) a
n. m
00
0�
O
(Do
c o.
(D 0
w co
o_
O o
3
o D
o'
c 0
0 w
0
5' m'
o cD
v
0
Prime Contractor Name:
5.
cn
0
sv
P.
co
m
m
co
cn
z
m
0)
0)
imo
z
--1
m
m
(Seal)
prcsidcrt (Title)
Travelers Casualty and Surety Company of Americ4Seal)
Surety
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Peterson Contractors, Inc.
as Principal, and Travelers Casualty and Surety Company of America
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum ---Five Percent of the Bid Submitted ---
Dollars ($---5%--- ) lawful money of the United States, for the payment
of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally, firmly by these presents. The condition of this obligation is such that
whereas the Principal has submitted the accompanying bid dated the 26th day of August
2021 , for FY 2022 Center for the Arts Parking Improvements Phase 2 (Art Block)
Contract No. 1007, City of Waterloo, IA
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 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 5th day of August , A.D. 2021
Peterson -Contractors, Inc.
rincipal
By
BY,
Attorney -in -fact Anne Crowner
TRAVELERS
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 Anne Crowner of
WAUKEE , Iowa their true and lawful Attorneys) -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 WITLESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
VW) $ q4
State of Connecticut
By:
City of Hartford ss.
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, 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.
My Commission expires the 30th day of June, 2026
Robert L. Rane enior Vice President
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 each of
the Companies, 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 each of the Companies, 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 5th day of August
) j I ,, I 1• f r
toritiks
,� r, H tN‘
)p, 4'i HARTFORD, 3
% Pit, itsaa • '4/sr
, 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 Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached