Loading...
HomeMy WebLinkAboutPeterson Contractors, Inc.__N„) (7J rTh rn c4qA 0 r' a • 0 O 0 I u1 EkUkriA 'a011RNC\OR5 Ut BOX A REINBECK, IOWA 50669-0155 z_Ot�6S i\ L— �( 20e2i4 KIK)G\SUe-( Pcva gECCSM Coi\r-cf(is, CT- tcCE2LCSo \\Ob FORM OF BID OR PROPOSAL F.Y. 2024 KINGSLEY AVENUE RECONSTRUCTION PROJECT CONTRACT NO. 1100 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of e State of a Partnership consisting of the followingpartners: -(-f0C , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2024 KINGSLEY AVENUE RECONSTRUCTION PROJECT, Contract No. 1100, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2024 KINGSLEY AVENUE RECONSTRUCTION PROJECT CONTRACT NO.1100 ITEM BID SPECIFICATION SUPPLEMENTAL SUDAS *SEE DESCRIPTION UNIT KINGSLEY AVE QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 2 - EARTHWORK 1 2010-108-D-1* TOPSOIL, 4 INCHES, ON SITE SY 1,798.0 $ a. $ 3596 .! 2 2010-108-D-3* TOPSOIL, 4 INCHES, OFF SITE SY 2,197.0 $ 3. - $ 21404 .- 3 2010-108-E * EXCAVATION, CLASS 10 CY 2,115.0 $ 3 .-- $ (Q3(151 4 SEE EST. REF. EXCAVATION, CLASS 10, WASTE CY 2,115.0 $ lP 42-- $ 13strict ..,,, . 5 2010-108-F * EXCAVATION, GRADE CLASS 10, BELOW CY 698.0 $ 3%3 Q 0' o $ S5. 6 2010-108-1 * SUBGRADE GEOTEXTILE TREATMENT, OR GEOGRID WOVEN SY 4,175.0 $ 2 $ 13564' /S 7 2010-108-J SUBBASE, MODIFIED, 12 INCH SY 4,175.0 $ ko r $ (At l` e--5 SUBTOTAL EARTHWORK = $ Nyg, QsS, DIVISION DRAINS - 4 STORM - SEWERS AND 8 4020-108-A STORM 2000D, SEWER, 12 INCH TRENCHED, RCP LF 89.5 $ _ a $ I / i 3� ` 9 4020-108-D REMOVAL LESS THAN OF OR STORM EQUAL SEWER, TO 36 INCH RCP, LF 31.6 $ 40' //,,? $ UJZ • 10 4020 108-D REMOVAL SUBDRAIN OF , 4 STORM INCH SEWER, LF 2,154.0 5qp $ .. $ 36�q. 11 4040-108-A SUBDRAIN, TYPE SP, 6 INCH LF 2,459.0 $ /0 g $ 25 !204 , - 12 4040 108-D SUBDRAIN 6 INCH OUTLET TO STRUCTURE, EACH 45.0 $ 2,7s, $ i 2/57C( FORM OF BID CONRACT NO. 1100 Page 1 of 4 13 4040 108E * STORM SP, 4 INCH SEWER SERVICE STUB, TYPE LF 120.0 $ �� % S�b $ SUBTOTAL SEWERS AND DRAINS - STORM = $ C.e, I 1 (,p 5\ t DIVISION AND APPURTANCES 5 - WATER MAINS $ $ 44 SEE EST. REF. EACH 4.0 ROADBOX 15 SEE EST. REF. WATER SERVICE KILL EACH 2.0 $ (,QUO, $ % '-- SUBTOTAL WATER MAINS AND APPURTANCES = $ J 3e04r DIVISION FOR SEWERS SANITARY 6 - STRUCTURES AND STORM 16 6010-108-A MANHOLE, SW-401, 48" EACH 1.0 $ 3&06I $ 30664- 17 6010-108-B INTAKE, SW-501, SINGLE GRATE EACH 2.0 $ CQcam' $ /2IGtz4 $ 705-61.- $ /$T,300r"r 18 6010-108-B INTAKE, SW-505, DOUBLE GRATE EACH 2.0 19 6010-108-E SANITARY MINOR, SW-301 MANHOLE ADJUSTMENT, EACH 4.0 %2 SQ $ $ 20 6010 108E STORM MINOR, MANHOLE SW-402 ADJUSTMENT, EACH 3.0 $ i/CQ, - $ ?4/S0I 21 6010-108-E 01AKE ADJUSTMENT, MINOR, SW EACH 10.0 $ �Z%� $ a- 775 !_ 22 6010-108-E INTAKE 505 ADJUSTMENT, MINOR, SW- EACH 4.0 / g O , , $ $ 7cia 23 6010-108-E INTAKE 507 ADJUSTMENT, MINOR, SW- EACH 2.0 WOM - r I $ $ 3 24 6010 108 F MANHOLE SW-402 ADJUSTMENT, MAJOR, EACH 1.0 s $ 2 coo ' $ 2 �6' 25 6010-108-G * CONNECTION MANHOLE OR TO INTAKE, EXISTING SUBDRAIN EACH 37.0 - - _ $ 37S ` $ /5, $7S' 26 6010-108-G * CONNECTION 54" STORM TO EXISTING PIPE, EACH 2.0 $ g5a ' $ /-7Y)' -- SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ $G i 375 ? DIVISION RELATED WORK 7 - STEETS AND 27 7010-108-A * PAVEMENT, C 4, CL 3 AGG PCC, 7 INCH, C-SUD OR SY $ IG7+ 0 D 17, d 3,667.0 $ �� 28 IA 9999008 -DOT 2599- * ('POUNDS' MACRO FIBERS ITEM) FOR SYNTHETIC PCC, 5 LBS / CY LB 3,620.0 $ ! '2- (de- $ t2 I pZ, ,-- 29 7010 108 I * PCC TESTING PAVEMENT SAMPLES AND LS 1.0 $ 4/SCii, $ -06 , 30 11,050-108-A CONCRETE WASHOUT LS 1.0 $ /00 j, � $ /Uoo SIDEWALKS, PATHS AND DRIVEWAYS SHARED USE 31 7030-108-A-1 REMOVAL OF SIDEWALK SY 268.5 $ (p , ' �S $ 17ys 32 7030-108-A-3 REMOVAL OF DRIVEWAY SY 290.3 $ (D , Sa $ 9S i0g6 , 33 7030-108-E SIDEWALK, PCC, 4 INCH, C-4 SY 120.1 $ et0 4 $ `72�(Q 4(1 34 7030-108-E SIDEWALK, PCC, 6 INCH, C-4 SY 161.1 $ uoj• _ $ $ )5 9907, (asp;� ‘ 35 7030-108-G DETECTABLE WARNINGS SF 240.0 $ (ps -- 36 7030-108-H-1 DRIVEWAY, 4 PAVED, PCC, 5 INCH, C- SY 290 3 $ I �t1 4 t1, $ � - Q� 37 7030-108-H-3 DRIVEWAY, GRANULAR TON 2.9 $ (coTT $ L7g51, FORM OF BID CONRACT NO. 1100 Page 2 of 4 PAVEMENT REHABILITATION 38 7040-108-H * PAVEMENT REMOVAL, CONCRETE SY 3,667.0 $ 62 $ 221 002 - .4- SUBTOTAL STREETS AND RELATED WORK = $ 2g 11342. r DIVISION MARKINGS CONTROL 8 AND - PAVEMENT TRAFFIC 39 8030-108-A TEMPORARY TRAFFIC CONTROL LS 1.0 $ c-t r $ zcoo • SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL = $ Za5v ro DIVISION LANDSCAPING 9 - SITE WORK AND SEEDING 40 9010-108-B * HYDRAULIC FERTILIZING 1 SEEDING, AND MULCHING SEEDING, - TYPE SY 2,197.0 Gf tj SO $ / 1 - $ 30-7S- 41 9010-108-E * WARRANTY SY 550.0 $ i , 90 $ l 70 , M EROSION CONTROL AND SEDIMENT id $ $ 610. 42 9040 108-Q 2 EROSION HYDROMULCHING CONTROL MULCHING, SY 2,197.0 43 9040-108-T-1 * INLET INSTALLATION PROTECTION DEVICE, EACH 20.0 $ )60i $ 30e50, T 44 9040-108-T-2 * INLET MAINTENANCE PROTECTION DEVICE, EACH 20.0 $ 251 $ Sp4 i SUBTOTAL SITE WORK AND LANDSCAPING = $ g, 9 : o DIVISION MISCELLANEOUS 11 - 45 11010-108-A CONSTRUCTION SURVEY LS 1.0 $ 5tCO $ S-S7-9D1` 46 11020-108-A MOBILIZATION LS 1.0 $ Z.5-1 coo $ ZS we, - SUBTOTAL MISCELLANEOUS = $ S/,U 0 ;---- TOTAL BID $ (1P, )5Z • l 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time 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 .52 ar in the form of eta -Rao , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. Cgi to atc_ Dollars ($ 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. FORM OF BID CONRACT NO. 1100 Page 3 of 4 Attached hereto is a Bidder 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. 2 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. 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. ijC faq � ������ Dat ( ) BY: (Nf rr,e of &tide Official Address: (Including Zip Code): jog (Kt A-m_e-W\uoNL_ I.R.S. No. 12-01-a_Hps---ti Title ern mot --refit_ FORM OF BID CONRACT NO. 1100 Page 4 of 4 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of4-0-w-A ) County o )ss Lkustc___ ) , being first duly sworn deposes and sa that: He is (Owner, Partner, Officer presentativ r Agent) , of r 7 Ut\I ci'5 , the Bidder that has s ba iThifted 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 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) I!- e-5 Afvt-s\--trig___ EP( Title Subscribed and sworn to before me this f71-K day of M((Vc4 . , 202 `4 q/Cittij Gt,A4 E6-1- -Naczttive4 U Tile My commission expires I �•A,`''� JENNIFER R. WISSLER 2• : Commission Number 761292 My commission Expires owp January 4, 2025 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7 The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) (Appropriate Official) agiu (Title) ( ate) Bidder Status Form To be completed by all bidders Please answer "Yes" or "No" for each of the following: Yes ❑ No RIYes ❑ No Q'Yes ❑ No 'Yes ❑ No VYes❑No Part A My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. 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 Paris C and D of this form. To be completed by resident bidders My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: (I- / Z2 /116to Dates: _ Dates: / You may attach additional sheet(s) if needed. Part B Address: 10O-- -kat\L S* City, State, Zip: -11.! in ` 'si-- 130L3(49 / to / / Address: City, State, Zip: / to / / Address: City, State, Zip: To be completed by non-resident bidders 1. Name of home state or foreign country reported to the Iowa Secretary of State: Part C 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ■ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional 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. C Firm Nance: , '%� .�. .1-. `1 ( C � / 2 Signature: (-� t, •: (� �` �__ Date: noR/Hr You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 02-14 Worksheets 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. ✓XYes 0 No ❑Yes rNo ❑Yes (]No VfYes ❑No ❑Yes [ No My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes (-'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 Q-No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes Rio 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 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 al�o My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes 1 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 02-14 MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM P rime Contrrctor ame. E-TEr2Sa-)\i P roject: N O MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, • -.se , e the bpttgm portion of this form. Contractor Signature: Title: t s Date: S UBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291- 4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBE/WBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to 3 es 3 b `lc% 4 6215 cD , C . Gyev 52 '43\ • S___e_AJI:e.„ St vl Al Y65 16 ‘ I OCR - R04-6* Cotorekc -T=-' Rb �.... 40 ALE (Form CCO-4) Rev. 06-20-02 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 Total Amount Bid 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 7th day of March 2024 , for FY 2024 Kingsley Avenue Reconstruction Project in the City of Waterloo, Iowa; Contract No. 1100 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 matenals 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 22nd day of February , A.D. 2024 Witn Witne•s Sara Huston 1117 Petersen Contractors, Inc. (Seal) Principa1 c\C-CC (Title) president Travelers Casu • ity ant Surety Company of Ameygeal) Attorney -in -fact Anne Crowner •' HARTFORD, r."` CONN. C N_ . 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 Attorney(s)-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 21st day of April, 2021. 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 n.4,'nFI _$4 ..,1 I l,dl6 Robert L. Raneenior 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 22nd day of February 2024 Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached.