Loading...
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