HomeMy WebLinkAboutPeterson Contractorsc» 0
F
r
•
EXIVS%
aMISLAMS
UV.- BOX A
REINBECK, IOWA 50669-0155
B4A PropooLk
EY. 2oz4 ?iimtick&octy
e-F Da4-edc-:\00
CD(1-1-f-Naid—
No. 1°5
ReCc>
FORM OF BID OR PROPOSAL
F.Y. 2024 BROADWAY STREET RECONSTRUCTION PROJECT
CONTRACT NO. 1095
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 Iowa
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 F.Y 2024 BROADWAY
STREET RECONSTRUCTION PROJECT, Contract No. 1095, 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
BROADWAY
STREET
RECONSTRUCTION
PROJECT
CONTRACT
NO.1095
BID
ITE
M
SPECIFICATION
SUPPLEMENTAL
SUDAS
*
SEE
DESCRIPTION
UNIT
BROADWAY
ST
QTY
UNIT
PRICE
BID
TOTAL
PRICE
BID
DIVISION
2
- EARTHWORK
1
2010-108-D-1*
TOPSOIL,
4
INCHES,
ON
SITE
SY
26,418.0
$
$
2
2010-108-D-3*
TOPSOIL,
4
INCHES,
OFF
SITE
SY
5,453.0
$
$
3
2010-108-E
*
EXCAVATION,
AND
BORROW
CLASS
10,
ROADWAY
CY
1,423.0
$
$
4
SEE
EST.
REF.
EXCAVATION,
CLASS
10,
WASTE
CY
12,706.0
$
$
5
2010-108-F
*
EXCAVATION,
CLASS
10,
BELOW
GRADE
CY
2,100.0
$
$
6
2010-108-G
*
SUBGRADE
PREPARATION
SY
61,272.0
$
$
7
2010-108-J
*
SUBBASE,
MODIFIED,
10
INCH
SY
61,272.0
$
$
8
IADOT
2121
*
DEPTH GRANULAR
SHOULDER,
TYPE
B,
4
INCH
SY
17,191.0
$
$
SUBTOTAL
EARTHWORK
=
$
DIVISION
DRAINS
-
4
STORM
-
SEWERS
AND
9
4020-108-A
STORM
2000D,
18
SEWER,
INCH
TRENCHED,
RCP
LF
279.1
$
$
10
4020
108
D
REMOVAL
LESS
THAN
OF
OR
STORM
EQUAL
SEWER,
TO
36
INCH
RCP,
LF
199.0
$
$
11
4030-108-B
PIPE
APRON,
RCP,18
IN.
DIA.
EACH
3.0
$
$
12
4030-108-C
FOOTING
18
INCH
FOR
CONCRETE
PIPE
APRON,
EACH
3.0
$
$
13
4030-108-D
PIPE
APRON
GUARD,
18
INCH
EACH
3.0
$
$
14
4040-108-A
SUBDRAIN,
TYPE
SP,
6 INCH
LF
19,513.0
$
$
FORM OF BID
CONRACT NO. 1095
Page 1 of 4
15
4040-108-D
SUBDRAIN
H
RAIN
OUTLET
TO
STRUCTURE,
6
EACH
36.0
$
$
16
4040-108-D
SUBDRAIN
OUTLET
TO
DITCH,
6
INCH
EACH
32.0
$
$
SUBTOTAL
SEWERS
AND
DRAINS
- STORM
=
$
DIVISION
SANITARY
6
AND
-
STRUCTURES
STORM
SEWERS
FOR
17
6010-108-B
INTAKE,
SW-505
EACH
1.0
$
$
18
6010-108-B
INTAKE,
SW-507
EACH
3.0
$
$
19
6010-108-B
*
INTAKE,
1040
A
COVER
SW-512,
ONLY
24
INCH,
WATERLOO
EACH
9.0
$
$
20
6010-108-B
INTAKE,
TYPE
3B
SW-512,
CASTING
24
INCH,
SW-604
EACH
3.0
$
$
21
6010-108-E
SANITARY
MINOR,
SW-301
MANHOLE
ADJUSTMENT,
EACH
2.0
$
$
22
6010-108-H
*
REMOVE
SECTIONS,
INTAKE
STORM
AND
FLARED
END
EACH
10.0
$
$
SUBTOTAL
STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
=
$
DIVISION
7
-
STREETS
AND
RELATED
WORK
23
PAVEMENT,
C-4,
CL
3
AGG
PCC,
9
INCH,
C-SUD
OR
SY
$
$
54,718.0
7010-108-A
*
24
7010-108-I
*
PCC
TESTING
PAVEMENT
SAMPLES
AND
LS
1.0
$
$
25
11,050-108-A
CONCRETE
WASHOUT
LS
1.0
$
$
PAVEMENT
REHABILITATION
$
$
26
7040-108-H
*
PAVEMENT
REMOVAL
SY
59,273.0
$
$
27
SEE
EST.
REF.
REMOVAL
OF
RAILROAD
CROSSING
LS
1.0
$
$
SUBTOTAL
STREETS
AND
RELATED
WORK
=
$
DIVISION
MARKINGS
8
AND
-
PAVEMENT
TRAFFIC
CONTROL
28
8020-108-B
*
PAINTED
WATERBORNE
PAVEMENT
MARKINGS,
STA
315.16
$
$
29
8020
108
B *
PAINTED
WATERBORNE,
PAVEMENT
TEMPORARY
MARKINGS,
STA
10.64
$
$
30
8020-108-H
*
PRECUT
SYMBOLS
AND
LEGENDS
EACH
10.0
$
$
31
8020-108-K
PAVEMENT
MARKINGS
REMOVED
STA
10.64
$
$
32
8030-108-A
TEMPORARY
TRAFFIC
CONTROL
LS
1.0
$
$
33
8030-2.02
DIRECTIONAL
SIGNS,
PER
DETAILS
EACH
104.0
$
$
34
IADOT
2518010
2528-
SAFTEY
CLOSURE
EACH
26.0
$
$
35
IADOT
9109020
2528-
TEMPORARY
SYSTEM
LANE
SEPARATOR
LF
400.0
$
$
SUBTOTAL
PAVEMENT
MARKINGS
AND
TRAFFIC
CONTROL
=
$
DIVISION
LANDSCAPING
9
-
SITE
WORK
AND
SEEDING
36
9010
108
B *
HYDRAULIC
MULCHING
-
SEEDING,
TYPE
1
FERTILIZING
AND
SY
31,871.0
$
$
37
9010-108-E
*
WARRANTY
SY
7,968.0
$
$
EROSION
AND
SEDIMENT
CONTROL
$
$
38
9040-108-N-1
SILT
FENCE,
INSTALLATION
LF
4,377.0
$
$
FORM OF BID
CONRACT NO. 1095
Page 2of4
39
9040-108-N-2
*
SILT
FENCE,
REMOVAL
OF
SEDIMENT
LF
450.0
$
$
40
9040-108-N-3
SILT
FENCE,
REMOVAL
OF
DEVICE
LF
4,377.0
$
$
41
9040-108-Q-2
EROSION
HYDROMULCHING
CONTROL
MULCHING,
SY
23,903.0
$
$
42
9040-108-T-1
*
INLET
INSTALLATION,
PROTECTION
DROP
DEVICE,
-IN
EACH
4.0
$
$
43
9040-108-T-1
*
INLET
INSTALLATION,
PROTECTION
SURFACE
DEVICE,
-APPLIED
EACH
6.0
$
$
44
9040-108-T-2
*
INLET
MAINTENANCE
PROTECTION
DEVICE,
EACH
10.0
$
$
SUBTOTAL
SITE
WORK
AND
LANDSCAPING
=
$
DIVISION
11
-
MISCELLANEOUS
45
11010-108-A
CONSTRUCTION
SURVEY
LS
1.0
$
$
46
11020-108-A
MOBILIZATION
LS
1.0
$
$
47
SEE
EST.
REF.
TEMPORARY
PLACE,
RESTORE
MAINTAIN,
ACCESS,
REMOVE
EXCAVATE,
AND
LS
1.0
$
$
48
SEE
EST.
REF.
;
TEMPORARY
PAVING,
4 INCH
HMA
SY
997.0
$
$
SUBTOTAL
MISCELLANEOUS
=
$
TOTAL
BID
4, 695,
$
883.
55
Please
Cost
see
Report
the
attached
for
unit
prices
Itemized
and
Subtotals.
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 5 % Dollars ($
) in the form of bid bond
INSTRUCTIONS TO BIDDERS.
Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
Attached hereto is a Bidder Status Form.
is submitted herewith in accordance with the
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.
FORM OF BID
CONRACT NO. 1095 Page 3 of 4
9. The bidder has received the following Addendum or Addenda:
Addendum No.
#1
Date 2-27-24
#2 3-4-24
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.
Peterson Contractors, Inc. 3-7-24
(Name of Bidder)
Fleshne f
Chris
BY:
Official Address: (Including Zip Code):
P.O. Box A
(Date)
Title Project Estimator / Manager
Reinbeck, IA 50669
I.R.S. No. 42-0921654
FORM OF BID
CONRACT NO. 1095 Page 4 of 4
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME' Peterson Contractors, Inc.
ADDRESS: P.O. Box A
Reinbeck, IA 50669
(Check One): PRIME X
FEDERAL ID#:
42-0921654
SUBCONTRACTOR
PROJECT NAME: F.Y. 2024 Broadway Street Reconstruction
PROJECT CONTRACT NO.:
DESCRIPTION OF WORK:
No. 1095
I i Brickwork
[� Carpentry
C1 Concrete
Drywall -Plaster -Insulation
ri Electrical
P Excavation/Grading
• Flooring
X Heavy Construction
[11 Heating -Ventilating -Air Cond
• Landscaping
C Painting
fit Paving
❑ Plumbing
❑ Roofing -Siding -Sheet Metal
1 Windows
❑ Wrecking -Demolition
[� Other (Please specify)
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa )
County of Black Hawk )
Ctir''s Th. ;shn
)ss
1 He is (Owner, Partner, Office
, being first duly sworn, deposes and says that:
Inc . , the Bidder that • • -: - , = i Bid;
of Peterson Contractors,
2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent
circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid:
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or
parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or
indirectly, with any other Bidder firm or person to submit a collusive or sham Bid in connection with the
Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such
Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or
conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other
Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or
to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the
City of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion,
conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives,
owners, employees, or parties in interest, including this affiant.
Subscribed and sworn to before me this
My commission expires
(Signed)
Project Estimator / Manager
Title
7fK
Title
day of Ma/VCL , 204
(Meet, -
'Q,1A1
h
0
2/
•
JENNIFER R. WISSLEti
re Commission Number 761292
My Commission Expires
w* 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.
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)
Project Estimator / Manager 3-7-24
(Title) (Date)
TITLE VI CIVIL RIGHTS
During the performance of this contract, the contractor (for itself), its assignees, and successors
in interest (hereinafter referred to as the "contractor") agrees as follows:
1. Compliance with Regulations: The contractor shall comply with the Regulations relative
to non-discrimination in Federally assisted programs of the DOT Title 49, Code of
Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter
referred to as the Regulations), which are herein incorporated by reference and made a
part of this contract.
2. Nondiscrimination: The contractor, with regard to the work performed by it during the
contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or
disability in the selection and retention of subcontractors, including procurement of
materials and leases of equipment. The contractor shall not participate either directly or
indirectly in the discrimination prohibited by section 21.5 of the Regulations, including
employment practices when the contract covers a program set forth in Appendix B of the
Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the contractor for work
to be performed under a subcontract, including procurement of materials or leases of
equipment, each potential subcontractor or supplier shall be notified by the contractor of
the contractor's obligations under this contract and the Regulations relative to non-
discrimination on the grounds of race, color, national origin, sex, age, or disability.
4. Information and Reports: The contractor shall provide all information and reports
required by the Regulations or directives issued pursuant there to, and shall allow
access to its books, records, accounts, other sources of information, and its facilities as
may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent
to ascertain compliance with such Regulations, orders and instructions. Where any
information required of a contractor is in the exclusive possession of another who fails or
refuses to furnish this information the contractor shall so certify to the Contracting
Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it
has made to obtain the information.
5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the
nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or
the FHWA shall impose such contract sanctions as they may determine to be
appropriate, including, but not limited to:
a. Withholding of payments to the contractor under the contract until the contractor
complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in part.
6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs
(1) through (6) in every subcontract, including procurement of materials and leases of
equipment, unless exempt by the Regulations, or directives issued pursuant thereto.
The contractor shall take such action with respect to any subcontract or procurement as
the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of
enforcing such provisions including sanctions for non-compliance: Provided, however,
TITLE VI CIVIL RIGHTS Page 1 of 2
that, in the event of a contractor becomes involved in, or it threatened with, litigation with
a subcontractor or supplier as a result of such direction the contractor may request the
Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests
of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may
request the United States to enter into such litigation to protect the interest of the United
States.
TITLE VI CIVIL RIGHTS Page 2 of 2
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
Yes QNo
Yes 0 No
Yes ONo
Yes (-1No
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).
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 addresses:
Dates: 12 23 1964 t_ 03 / 07 r 2024 Address: P .0. Box A
Reinbeck, IA 50669
Dates:
Dates:
City, State, Zip:
/ / to / / Address:
City, State, Zip:
/ / to / / Address:
You may attach additional sheet(s) if needed.
City, State, Zip:
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 home state or foreign country offer preferences to resident bidders, resident labor O Yes O No
force preferences or any other type of preference to bidders or laborers?
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
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: Peterson Contractors, Inc .
Signature:
Date:
3-7-24
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.
Yes ONo
O Yes
O Yes
Yes
O Yes
O ves
Q Yes
O Yes
o Yes
Yes
O Yes
My business is currently registered as a contractor with the Iowa Division of Labor.
My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
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)
Revised February 2003
CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
( X ) General Contractor
( ) Subcontractor
I. Section A to be completed by GENERAL CONTRACTORS only:
A.
N ame of Company Peterson Contractors, Inc.
P.O. Box A
Address of Company Reinbeck, IA Zip 50669
Telephone Number ( 319 ) 345-2713 or (319) 415-5212
Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number)
42-0921654
N ame of Equal Employment Officer Mark Peterson
N ame of Project F.Y. 2024 Broadway Street Reconstruction
Project Contract Number
no. 1095
Estimated Construction Work Dates
04-1-24 / 12-15-24
Start Finish
Section B to be completed by SUBCONTRACTORS only:
B.
N ame of General or Prime Contractor
N ame of Subcontractor
Subcontractor's Address Zip
Subcontractor's Telephone Number ( )
Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number)
Name of Equal Employment Officer
AFFIRMATIVE ACTION PROGRAM Page 1 of 8
A. Remainder of program to be completed by party completing program, either Prime or Subcontractor.
1. The Owners and/or Principals of your company:
Name
Ethnic
Address Position Sex Origin
2. Other Areas of Interest:
If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a
parent organization, give the following information:
Type of
Name Address Affiliation Degree
II. EMPLOYER'S POLICY (Please read carefully.)
A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in
employment. Any person who applies for employment with our company will not be discriminated
against because of race, color, creed, sex, national origin, economic status, age, mental or physical
handicap.
B. The employment policies and practices of the undersigned are to recruit and hire employees without
discrimination, and to treat them equally with respect to compensation and opportunities for
advancement, including training, upgrading, promotion, and transfer. However, we realize the
inequities associated with employment training, upgrading, contracting and subcontracting for
minorities and women and we will direct our efforts to correcting any deficiencies to the maximum
extent possible. The same will be required of our SUBCONTRACTORS and suppliers.
C. We submit this program to assure compliance with Executive Order 11246, as amended, and other
subsequent orders that may pertain to equal employment opportunity and merit employment policies,
fully realizing that our qualification and/or merit system should be evaluated and revised, if
necessary.
D We agree to put forth the maximum effort to achieve full employment and utilization of capabilities
and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic
status, age, and mental or physical handicap.
E. will give training
(Name of Company)
and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible.
AFFIRMATIVE ACTION PROGRAM Page 2 of 8
III. AFFIRMATIVE ACTION
A. recognizes that the effective application of a policy of
(Name of Company)
merit employment involves more than just a policy statement, and
(Name of Company)
will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment
opportunities are available on the basis of individual merit, and to actively encourage minorities,
women and local residents to seek employment with our company on this basis.
B. will undertake the following six (6) steps to improve
(Name of Company)
our Affirmative Action Program:
1. Minority Recruitment and Employment;
2. Local Recruitment and Employment;
3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment;
4. Handicapped Recruitment and Employment;
5. Female Recruitment and Employment; and
6. Training, Upgrading and Promotional Opportunities.
C. will take whatever steps are necessary to
(Name of Company)
ensure that our total work force has adequate minority, female, and local representation. We will
utilize the following methods in our recruitment attempts:
1. Local advertising media (newspapers, radio, TV);
2. Community organizations (churches, clubs, schools);
3. Public and private institutions in the area (UNI, Hawkeye Community College);
4. Job Service of Iowa; and
5. Other.
D. will seek qualified minority, female, and local group applicants
(Name of Company)
for all job categories and will make asserted efforts to increase minority, female and group
representation in occupations at the higher levels or skill and responsibility.
E. All sources of employment used shall be aware that we are an Equal Employment Opportunity
Employer. Labor organizations representing our employees will be notified of our Equal Employment
Opportunity Policy and Affirmative Action Program.
F Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure that full
consideration has been given to qualified minority, female, and local group employees.
G will encourage other companies, with whom we are
(Name of Company)
associated and/or do business, to do the same and we will assist them in their efforts.
AFFIRMATIVE ACTION PROGRAM Page 3 of 8
H has taken the following Affirmative Action to ensure that
(Name of Company)
minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or
bid on this project: (if none, write "NONE")
1.
2.
I. As a result of the above efforts, we have involved minority, female, and local contractors and/or
suppliers in the following areas of subcontracting: (if none, write "NONE")
1.
2.
J. will require approved Affirmative Action Programs from
(Name of Company)
all nonexempt contractors who propose to work on this project and will take whatever steps are
necessary to ensure that non -minority contractors have adequate representation of minority, female
and local persons in their total work force.
K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as
amended, we establish the goals for our company, based on parity percentages supplied by the City,
and we realize these goals will be reviewed on an annual basis.
L. will keep records of specific actions relative to
(Name of Company)
recruitment, employment, training, upgrading and promotion and will provide the City of Waterloo
with any information relative to same including activities of our SUBCONTRACTORS and suppliers
as necessary or when requested.
M. Parity figures for companies located in Waterloo are as follows:
N.
Minority Parity = .08 (8%)
(Name of Company)
Affirmative Action Employment Goals:
The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas
which must be met, but must be targets, reasonably attainable by means of applying every good
faith effort to make all aspects of the entire Affirmative Action Program work."
For the year 201_, please submit percentage targets for employing minorities and women. If you
already have reached your target for hiring minorities and women, please submit that percentage.
*Goals for Minorities:
Goals for Women:
*Your affirmative action goals should be between PA and 10% or more for minorities and 1 % and
5% or more for women.
AFFIRMATIVE ACTION PROGRAM Page 4 of 8
INDICATE:
Please be advised that the goals or targets are purely your estimation of how many women and
minorities your company can reasonably expect to hire in 20 . Note, that none of the goals are
rigid or inflexible. They are targets that your company calculates as reasonably attainable. This will
help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984-
142(4).
CONTRACTOR'S TOTAL WORK FORCE
(WATERLOO)
DISABLED VETERAN: DV
VIETNAM ERA VETERAN: VV
HANDICAPPED: H
AFFIRMATIVE ACTION PROGRAM
Page 5 of 8
We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to
accept all liability for failure to comply.
Respectfully submitted,
By: Chris Fleshner
Company Executive
03-07-24
Date
By: Mark Peterson
Equal Employment
Opportunity Officer
03-7-24
Date
City of Waterloo Affirmative Action Officer
Approved
Disapproved Reason:
By:
Date:
AFFIRMATIVE ACTION PROGRAM Page 6 of 8
DESCRIPTION OF JOB CATEGORIES
1 Officials/Manager: Occupations in which employees set broad policies, exercise overall responsibility for
execution of all policies, or direct individual departments or special phases of the agency's operations or
provide specialized consultation on a regional, district or area basis. Includes: department heads, bureau
chiefs, division chiefs, directors, deputy directors, controllers, examiners, wardens, superintendents, unit
supervisors, sheriffs, police and fire chiefs and inspectors and kindred workers.
2 Professionals: Occupations, which require specialized and theoretical knowledge, which is usually
required through college training or thorough work experience and other training which provides comparable
knowledge. Includes: personnel and labor relations workers, social workers, doctors, psychologists,
registered nurses, economists, dietitians, lawyers, system analysts, accountants, engineers, employment
and vocational rehabilitation counselors, teachers or instructors, police and fire captains and lieutenants and
kindred workers.
3 Technicians: Occupations, which require a combination of basic scientific or technical knowledge and
manual skill which can be obtained through specialized post -secondary school education and through
equivalent on-the-job training. Includes: computer programmers and operations, draftspersons, surveyors,
licensed practical nurses, photographs, radio operators, technical illustrators, police and fire sergeants and
kindred workers.
4. Office/Clerical: Workers are responsible for internal and external communication, recording and retrieval
of data and/or information and other paper work required in an office. Includes: bookkeepers, messengers,
office machine operators, clerk -typists, stenographers, court transcribers, hearing reporters, statistical
clerks, dispatchers, license distributors, payroll clerks and kindred workers.
5. Skilled Craft Workers: Workers perform jobs, which require special manual skill and a thorough and
comprehensive knowledge of the processes involved in the work, which is acquired through on-the-job
training programs. Includes: Mechanics and repairmen, electricians, heavy equipment operators, stationary
engineers, skilled machine occupations, carpenters, compositors and typesetters and kindred workers.
Sales Workers: Occupations engaging wholly and primarily in direct selling. Includes: advertising agents
and salesmen, insurance agents and brokers, real estate agents and brokers, stock and bond salesmen,
demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers, and kindred workers.
7 Operatives (semi -skilled): Workers who operate machine or processing equipment or perform other
factory -type duties of intermediate skill level which can be mastered in a few weeks and require only limited
training. Includes: apprentices (auto mechanics), plumbers, building trades, metal working trades,
bricklayers, carpenters, electricians, machinists, mechanics, printing trades, etc. operatives, attendants
(auto service and parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal), laundry
and dry cleaning operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except
auto painters), (except construction and maintenance), photographic process workers, stationary fireman,
truck and tractor drivers, weavers, (textile), welders and flame cutters and kindred workers.
8. Laborers (unskilled): Workers in manual occupations, which generally require no special training. Perform
elementary duties that may be learned in few days and require the application of little or no independent
judgment. Includes: garage laborers, car washers and greasers, gardeners (except farm) and
groundskeepers, longshoremen, and stevedores, lumbermen, raftsmen and woodchoppers, laborers
performing lifting, digging, mixing, loading and pulling operations and kindred workers.
AFFIRMATIVE ACTION PROGRAM Page 7 of 8
9. Apprentices: Persons employed in a program including work training and related instruction to learn a
trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with
a Federal or State agency.
10. Trainees (on-the-job): Production. . . persons in formal training for craftsmen when not trained under
apprentice programs --operative laborer, and service occupations.
White Collar... persons engaged in formal training for clerical, managerial, professional, technical, sales,
office and clerical occupations.
AFFIRMATIVE ACTION PROGRAM Page 8 of 8
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name: Peterson Contractors, Inc.
P roject: F.Y. 2024 Broadway St. Reconstruction Letting Date: 03-07-24
N O MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project,
sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE
subcontractors will be used, please use the bottom portion of this form.
Contractor Signature:
Title:
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 mad(
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
MBE/WBE
Contacted
Dates
Yes/No
Contacted
Dates
Yes/No
Dollar
Amount
be
Subcontracted
Proposed
to
Subcontractors
D.C. Corporation
02-28-24
No
$0.00
Martinez Concrete, LLC.
03-06-24
Yes
03-06-24
Yes
$0.00
Tiedt
Nursery
03-06-24
Yes
03-06-24
Yes
$44,996.55
Reyes Construction, LLC.
03-06-24
No
$0.00
Service Signing
03-06-24
Yes
03-06-24
Yes
$0.00
(Form CCO-4) Rev. 06-20-02
PETERSON CONTRACTORS, INC.
www.petersoncontractors.com
104 Blackhawk Street
P.O. BoxA
Reinbeck, Iowa 50669
Phone: 319-345-2713
Fax: 319-345-2991
QUOTE
FY 2024 Broadway St. Recon. Contract No. 1095
SPECIAL PROVISIONS:
1. Please refer questions to Chris Fleshner at (319) 415-5212.
ITEM #
1
2
3
4
5
6
7
8
DESCRIPTION
4" Topsoil On -Site
4" Topsoil Off -Site
Class 10 Roadway & Borrow
Class 10 Waste
Class 10 Below Grade
Subgrade Prep
10" Modified Subbase
4" Type B Granular Shoulder
Earthwork Subtotal
9 18" Storm Sewer
10 Removel of Storm Sewer Less Than 36"
11 18" RCP FES
12 18" RCP FES Footing
13 18" RCP FES Guard
14 6" Subdrain
15 6" Subdrain Outlet to Structure
16 6" Subdrain Outlet to Ditch
Sewer and Drains Subtotal
17 SW-505 Intake
18 SW-507 Intake
19 SW-512 24" with Waterloo 1040A Cover
20 SW-512 24" with SW-604 Type 3B Casting
21 SW-301 Sanitary Manhole Minor Adjustment
22 Remove Storm Intake or Structure
UNIT TYPE
SY
SY
CY
CY
CY
SY
SY
SY
Structures for Sanitary & Storm Sewer Subtotal
23 9" PCC Paving
24 Concrete Washout
25 PCC Pavement Samples & Testing
26 Pavement Removal
LF
LF
EA
EA
EA
LF
EA
EA
EA
EA
EA
EA
EA
EA
SY
LS
LS
SY
QUANTITY
26,418.000
5,453.000
1,423.000
12,706.000
2,100.000
61,272.000
61,272.000
17,191.000
279.100
199.000
3.000
3.000
3.000
19,513.000
36.000
32.000
1.000
3.000
9.000
3.000
2.000
10.000
54,718.000
1.000
1.000
59,273.000
UNIT PRICE
$.7s
$3.50
$15.00
$9.50
$42.00
$1.05
$6.25
$4.75
$80.00
$20.00
$2,000.00
$1,750.00
$800.00
$12.00
$650.00
$650.00
$8,500.00
$8,000.00
$2,500.00
$2,500.00
$2,000.00
$500.00
$51.40
$5,000.00
$5,000.00
$2.75
TOTAL AMOUNT
$19,813.50
$19,085.50
$21,345.00
$120,707.00
$88,200.00
$64,335.60
$382,950.00
$81,657.25
$798,093.85
$22,328.00
$3,980.00
$6,000.00
$5,250.00
$2,400.00
$234,156.00
$23,400.00
$20,800.00
$318,314.00
$8,500.00
$24,000.00
$22,500.00
$7,500.00
$4,000.00
$5,000.00
$71,500.00
$2,812,505.20
$5,000.00
$5,000.00
$163,000.75
27 Removal of Railroad Crossing
Streets & Related Work Subtotal
28 Painted Pavement Markings
29 Temporary Painted Pavement Markings
30 Precut Symbols & Legends
31 Pavement Marking Removal
32 Tempoary Traffic Control
33 Directional Sign Per Detail
34 Safety Closure
35 Temporary Lane Separator System
Pavement Markings & Traffic Control Subtotal
36 Type 1 Hydraulic Seed Fert & Mulch
37 Warranty
38 Silt Fence Installation
39 Silt Fence Removal of Sediment
40 Silt Fence Removal of Device
41 Erosion Control Hydromulching
42 Drop -In Inlet Protection Installation
43 Inlet Protection Device Surface Applied
44 Inlet Protection Device Maintenance
Site Work & Landscaping Subtotal
45 Construction Survey
46 MOB
47 Temporary Access Install & Removal
48 4" ACC Temporary Paving
Misc. Subtotal
LS
STA
STA
EA
STA
LS
EA
EA
LF
SY
SY
LF
LF
LF
SY
EA
EA
EA
LS
LS
LS
SY
1.000
315.160
10.640
10.000
10.640
1.000
104.000
26.000
400.000
31,871.000
7,968.000
4,377.000
450.000
4,377.000
23,903.000
4.000
6.000
10.000
$7,500.00
$55.00
$135.00
$600.00
$325.00
$41,670.00
$180.00
$225.00
$18.00
$.65
$.65
$1.70
$1.00
$.25
$.35
$185.00
$85.00
$50.00
1.000 $28,500.00
1.000 $225,000.00
1.000 $50,000.00
997 $ 65.00 $
$7,500.00
$2,993,005.95
$17,333.80
$1,436.40
$6,000.00
$3,458.00
$41,670.00
$18,720.00
$5,850.00
$7,200.00
$101,668.20
$20,716.15
$5,179.20
$7,440.90
$450.00
$1,094.25
$8,366.05
$740.00
$510.00
$500.00
$44,996.55
$28,500.00
$225,000.00
$50,000.00
64,805.00
$368,305.00
TOTAL QUOTED AMOUNT
PETERSON CONTRACTORS, INC.
nt
March 7,2024
$4,695,883.55
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Peterson Contractors, Inc.
as Principal, and Travelers Casualty and Surety Company of America
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum Five Percent of the Total Amount Bid
Dollars ($ 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 Broadway Street Reconstruction Project in the City of Waterloo,
Iowa; Contract No. 1095
NOW, TIiEREFORE,
(a) If said Bid shall be rejected, or in the altemate,
(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
STVffW
Wt ss v a Huston
Travelers C
Pete s�On�Cyontractors, Inc.
By
Ity an
urety
nne Crowner
prestaent
urety Company of AmujRl)
A (y-in-fact
(Seal)
��-jet`Y D
(Title)
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 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.
(takqrroro\
- COO. ?
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
H�ar»ti4,
_ f i; 6TAsff
•:if` 114Z
postio
Robert L. Rana 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 22nd day of
February 2024
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power of Attorney, p/ease 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.