HomeMy WebLinkAboutPeterson Contractors, Inc.EZERMH
DZkARACZMS
lat.
BOX A
REINBECK, IOWA 50669-0155
Midport Blvd. Ext.
Phase III
Contract #894
City of Waterloo, IA
715 Mulberry St.
Waterloo, IA 50703
Bid Proposal
ukAkraiek
CjO\k\AR.MkS
‚Nt
BOX A
REINBECK, IOWA 50669-0155
Midport Blvd. Ext.
Phase [III
Contract #894
City of Waterloo, IA
715 Mulberry St.
Waterloo, IA 50703
Bid Bond
Revised Per Addendum No. 1 -02/12/16
FORM OF BID OR PROPOSAL
MIDPORT BOULEVARD EXTENSION PHASE III
CITY CONTRACT NO.894
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
AECOM now on file in the office of the City Clerk,City Hall,Waterloo,Iowa,hereby proposes to furnish all
supervision, technical personnel, labor,materials,machinery, tools, appurtenances, equipment, and services,
including utility and transportation services required to construct and complete this MIDPORT
BOULEVARD EXTENSION PHASE III, CITY CONTRACT NO. 894, all in accordance with the
above-listed documents and for the unit prices for work in place for the following items and quantities:
MIDPORT BOULEVARD EXTENSION PHASE III
CITY CONTRACT NO.894
EST. UNIT
BID SPEC QUANTIT BID TOTAL
ITEM SECTION DESCRIPTION UNIT Y PRICE BID PRICE
DIVISION I
SUDAS
1 Special Backfill CY 1114.9 $ $
2010
SUDAS
2 Excavation,Class 10,Roadway and Borrow CY 6828.0 $ $
2010
SUDAS
3 Excavation,Class 12,Boulders or Rock Fragments CY 50.0 $ $
2010
SUDAS
4 Topsoil,Strip,Salvage and Spread CY 3046.0 $ $
2010
IDOT
5 Special Compaction of Subgrade STA 17.3 $ $
2109
SUDAS
6 Removal of Pavement SY 31.1 $ $
2040
SUDAS
7 Subgrade Stabilization Material,Polymer Grid SY 6689.1 $ $
2010
SUDAS
8 Modified Subbase CY 1114.9 $ $
2010
9 SUDAS Standard or Slip Form Portland Cement Concrete SY 5542.4 $ $
2010 Pavement,Class C,Class 3 Durability, 10-In.
10 IDOT Granular Surfacing on Road,Class A Crushed Stone TON 100.0 $ $
2312
11 SUDAS Aprons,Concrete, 18-In.Dia. EACH 2.0 $ $
4030
12 SUDAS Subdrains,4-In.Dia. LF 1945.0 $ $
4040
13 IDOT Subdrain Outlets EACH 13.0 $ $
2502
14 SUDAS Intake,SW-508 EACH 3.0 $ $
6010
FORM OF BID CITY CONTRACT NO.894 BF-1 of 4
AECOM 60440125
Revised Per Addendum No. 1 -02/12/16
EST. UNIT
BID SPEC QUANTIT BID TOTAL
ITEM SECTION DESCRIPTION UNIT Y PRICE BID PRICE
15 SUDAS Intake,SW-510 EACH 4.0 $ $
6010
SUDAS Storm Sewer Gravity Main,Trenched,Reinforced
16 4020 Concrete Pipe(RCP),2000D(Class III), 15-In. LF 100.0 $ $
SUDAS Storm Sewer Gravity Main,Trenched,Reinforced
17 4020 Concrete Pipe(RCP),2000D(Class III), 18-In. LF 653.0 $ $ .
18 SUDAS Storm Sewer Gravity Main,Trenched,Reinforced LF 221.0 $ $
4020 Concrete Pipe(RCP),2000D(Class III),24-In.
19 SUDAS Storm Sewer Gravity Main,Trenched,Reinforced LF 760.6 $ $
4020 Concrete Pipe(RCP),2000D(Class III),30-In.
20 SUDAS Storm Sewer Gravity Main,Trenched,Reinforced LF 137.2 $ $
4020 Concrete Pipe(RCP),2000D(Class III),36-In.
21 IDOT Engineering Fabric SY 22.0 $ $
2507
22 IDOT Erosion Stone TON 12.0 $ $
2507
23 IDOT Safety Closure EACH 2.0 $ $
2518
24 IDOT Removal of Type A Sign EACH 8.0 $ $
2524
25 IDOT Delineator,Rigid-Type I EACH 18.0 $ $
2524
26 IDOT Wood Posts for Type A or B Signs,4-In.x 4-In. LF 42.0 $ $
2524
27 IDOT Type A Signs,Sheet Aluminum SF 19.5 $ $
2524
28 IDOT Painted Pavement Marking,Waterborne or Solvent- STA 34.6 $ $
2527 Based
29 IDOT Traffic Control LS 1.0 $ $
2528
30 IDOT Mobilization LS 1.0 $ $
2533
IDOT
31 Mowing ACRE 10.32 $ $
2601
32 SUDAS Mulching ACRE 5.16 $ $
9010
33 SUDAS Seeding and Fertilizing(Urban) ACRE 5.16 $ $
9010
34 SUDAS Stabilizing Crop-Seeding and Fertilizing ACRE 5.16 $ $
9010
35 SUDAS SWPPP-Management LS 1.0 $ $
9040
36 SUDAS SWPPP-Qualifying Rainfall Inspection EACH 10.0 $ $
9040
37 SUDAS Wattles-Installation LF 420.0 $ $
9040
38 SUDAS Wattles-Removal LF 420.0 $ $
9040
39 SUDAS Silt Fence-Installation LF 1600.0 $ $
9040
40 SUDAS Silt Fence-Removal of Sediment LF 1600.0 $ $
9040
41 SUDAS Silt Fence-Removal of Device LF 1600.0 $ $
9040
42 SUDAS Special Ditch Control RECP Type 3 SQ 343.0 $ $
9040
FORM OF BID CITY CONTRACT NO.894 BF-2 of 4
AECOM 60440125
Revised Per Addendum No. 1 -02/12/16
EST. UNIT
BID SPEC QUANTIT BID TOTAL
ITEM SECTION DESCRIPTION UNIT Y PRICE BID PRICE
43 SUDAS Inlet Protection Device
9040 EA 10.0 $ $
44 SUDAS Inlet Protection Device Maintenance EA 10.0 $ $
9040
DIVISION II
45 CONTRACT Two-Year Maintenance Bond LS 1.0 $ $
TOTAL BID PRICE $ $ 592,448. 88
Please see the attached Itemized Bid Report.
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% of the Bid Total Dollars
($ )in the form of Bid Bond , is submitted herewith in
accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non-Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Resident Bidder Certification ( X ), or Non-Resident Bidder Certification
( ). (Mark one.)
7. The bidder is prepared to submit a fmancial 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 2-1 2-16
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.
FORM OF BID CITY CONTRACT NO.894 BF-3 of 4
AECOM 60440125
Revised Per Addendum No. 1 -02/12/16
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. 2-18-16
(Name of Bidder) (Date)
C.)
VE)
BY: Chris D. Fleshner Title Project Estimator / Manager
Official Address: (Including Zip Code):
104 Black Hawk St. , P.O. Box A
Reinbeck, IA 50669
I.R.S.No. 42-0921654
FORM OF BID CITY CONTRACT NO.894 BF-4 of 4
AECOM 60440125
NON-COLLUSION AFFIDAVIT OE PRIME BIDDEI
State of 10WP ?
ss
County of ClPUN ()\ )
Ci r I SD F'I es VI In 2( ,being first duly sworn,deposes and says that:
1. He is (Owner,Partner,Officer.Kepresentative or Agent ,of Peterson
Contractors, Inc. _Peterson
_..__ ... �-the Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent
circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or
parties in interest,including this affiant,has in any way colluded,conspired, connived or agreed,directly or
indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the
Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such
Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication
or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any
other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other
Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage
against the City of Waterloo,Iowa,or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion,
conspiracy,connivance or unlawful agreement on the part of the Bidder or any of its agents,representatives,
owners,employees,or parties in interest,including this affiant.
(Signed)
01Q-11%1,--4=".
Project Estimator / Manager
Title
•
Subscribed and sworn to before me this 1 g+h
day of
f ACUI(l.( ,2016.
1/4 tt t(4,•b, 1/ 0 LitheLk4 ASS I Sf, TWiStit-re/
0 Title
My commission expires II .
6, s JENNIFER R.LOCKHART
�'� Commission Number 761292
My Commission Expires
• °N January 4, 2019
NON-COLLUSION CITY CONTRACT NO 894 NCA-1 of 2
AECOM 60440125
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: 894
PROJECT NAME: Midport Blvd. Extension Phase III
DATE OF LETTING: 2-1 8-16
To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact
business in this state and having a business for at least three years prior to the date of the first
advertisement for the public improvement. If another state or foreign country has a more stringent
definition of a resident bidder, the more stringent definition is applicable as to bidders from that
state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site
until this project is completed.
I hereby certify that I am a resident bidder as defined above.
COMPANY NAME Peterson Contractors, Inc.
CORPORATE OFFICER Cordell Q. Peterson
TITLE President
DATE 2-8-16
RESIDENT BIDDER CITY CONTRACT NO.
AECOM 60440125 RB-2 of 3
NON-RESIDENT BIDDER CERTIFICATION
CONTRACT NO.:
PROJECT NAME:
DATE OF LETTING:
I hereby certify that I am an Iowa non-resident bidder.
COMPANY NAME:
CORPORATE OFFICER:
...........
TITLE:
DATE:
STATE/COUNTRY OF RESIDENCY:
Stated below are the preference(s)to resident bidders in the state/country of
(Preference to bidders,labor force,or other preferential treatment to bidders or laborers,etc.
RESIDENT BIDDER CITY CONTRACT NO.894
AECOM 60440125 RB-3 of 3
O C . c to
o.) co
Clo
a..i en O
co
•0 N a+ O x
66) E � W ° H
4] V/ C 3 0 'Z
k.o d FF ko w u - o u
H C C H 0 v C •y 0 I. ae
w 0 ,, CO 4.-. 0 0 VI A 0 0. C
H I .C .= H C .L 00 L id fC
N CO° ar I N ° Vi W 4. "� C O ,O
O C C CO 1. 4- O0 O
OE a)O W O U C
cr
O = o
CO
yo > Ty
E a
._ u • co oo °_
o. 0 c . ° . 0 cn
o L V1 «LR. I
cn
4) > C to y,
CC E
C .
hHi y 0i > O O U 'C u' �' �'
twig GOz H a 0. •U' C) N �; c o v� .... _ _ _.
CCZ w E� ° �-' - CZ 0
a Vj aO 0 = a N c •— v.) -
W a) o H O ie u, w d Ed
W Q c .' v 'o c E '5 E W 0 0
4.
W C: 4 0 3 -H , •g O c c «. 0 a`)a as io
r 0 w A m 0 E € ° G7 G c H
U
0 0 -a .. 15 o a
IwZ � b +� v c0,3
Za d U '; O
r3 PC v N z
GCE 0 0
W � � . C) a ` "00 m Z .
W Z 0 04 z� to W L. p !►. Y R 00 z w z
pj C N y, _ CL i 3 Ts u O CA 68 o co O
W = 0 0 0 ., w O O U
mO w.. cp a) E Q .Z. a 7i t}-
W ° [Q L Vl 4•. .� L Syr V
W G ed fl a c .0 0.7 O
C.
a.. c c o .0 o y c : v
• w
Inw •Ec �•= -t m3 Zp d
C7 1-4 .D it L C 0. In 0 '.' y �r
H F V O 4) •� O 0 w1:0 as w r
Z 'o c u
L N U C
I. 44 CA
o 0 v, ° E c •c_ a ° N j
o ,O :E*, is QUO CO 0 F 1
e
�
UO uw t • 7 C E
a
E -C ..0
CO C- O3 0
- L. N .. .
� '
d
Oy- >U. L h
U
.• C N a L
W -0 �„ 8 z
z O O -c b O
U 0) c .c � � ate.; m 0 O F
Z Y E. W o $ o o ai a
o w c U n=' = a) OC c�
I o c o
te_ cz c c •
oiL a
o E � p n.
a
U C ° 04r ° L CAN U •c 4 U m`°
1.'a C >, s .. aa) ` ca U
a. Oy o � lWao o ° .. ut ro
o m
a Z 0 U v� QU ›- coi � c�v .E -v EiQ
1 e w
ttl v
F I
E 2 tO
O v ., c; O
o d o
to e
I: r Z
o
e C5
5 m w
o c
1 ;
L € p
in
co wo TiO
L
m
to
N m M h: 11111
E H
o
-5 O 15 L N
U./ kp
L m < 01 K1- CQ_
@ m _ a 0 g H
U h e = ul 1-
N i
_ v m Ili 0 W i
....
O C U m O 0 1dt a
COU m t t O 0 U
cocoZ U
a o $ i CO
z C? '
N o hen
en
W .ca o d
? ti 1 oo
m Fco
ma " c
tl LI �
T• m m a oC
- co J L<# Q h
'CI C al Z W
J O O ° oE
QZ z. o
a m Ott gt., CI
Co U U € L .0 -I Q
II] Y O
Q tor0 rJ F C, O
0 Z m C toO
c E 2
al
8 t. .. o 8
W C ; c o icy0m 2 m L
no
0 = m Q
Q C lo o E a
F.., a o, p N
a
er m C
E c o
a
•
e = a m
m m .5 0]u — e , F
FI O o) Q, O
O.0 e
0 n QI 00 13 0 C
i m i '° e a Ti
oco ett m
3 8 c 75 B 0 � -°
as m To E. m _ ` oa a
cr.' 0 Z o € € v aDO
H vEn
9
p. m o 3 m o -
0. m p� c o b Z E o
5 - E 2`a m e
o en t
L 3 ma W e ro `ma'
p o m
EE O 8? a Cp = o� F 9
U O. U c S .E ? ± 7 .. . Z ld
J
PETERSON CONTRACTORS, INC.
104 Blackhawk Street
P.O. BoxA
Reinbeck, Iowa 50669
www.petersoncontractors.com Phone: 319-345-2713 Fax: 319-345-2991
QUOTE
PROPOSAL FOR: Midport Blvd. Ext. Phase III -Waterloo
THE FOLLOWING ITEMS AND PRICES ARE QUOTED:
ITEM# DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT
1 SPECIAL BACKFILL CY 1, 114.900 30.00 33,447.00
2 CLASS 10 ROADWAY& BORROW CY 6,828.000 5.00 34, 140.00
3 CLASS 12 BOULDERS& ROCK CY 50.000 7.50 375.00
4 TOPSOIL STRIP SALVAGE & SPREAD CY 3,046.000 4.25 12,945. 50
5 SPECIAL COMPACTION OF SUBGRADE STA 17.300 300.00 5, 190.00
6 REMOVAL OF PAVEMENT SY 31. 100 20.00 622.00
7 SUBGRADE STABILIZATION MATERIAL SY 6,689. 100 1.25 8,361.38
8 MODIFIED SUBBASE CY 1, 114.900 30.00 33,447.00
9 10" PCC PAVING SY 5,542.400 35.25 195,369.60
10 GRANULAR SURFACING ON ROAD TN 100.000 15.00 1,500.00
11 18" RCP APRON EA 2.000 1,200.00 2,400.00
12 4" SUBDRAIN LF 1,945.000 7.00 13,615.00
13 SUBDRAIN OUTLETS EA 13.000 200.00 2,600.00
14 SW-508 INTAKE EA 3.000 5,000.00 15,000. 00
15 SW-510 INTAKE EA 4.000 5,400.00 21,600.00
16 15" RCP STORM LF 100.000 47.50 4,750.00
17 18" RCP STORM LF 653.000 50.00 32,650.00
18 24" RCP STORM LF 221.000 62.50 13,812. 50
19 30" RCP STORM LF 760.600 78.50 59,707. 10
20 36" RCP STORM LF 137.200 97.50 13,377.00
21 ENGINEERING FABRIC SY 22.000 2.50 55. 00
22 EROSION STONE TN 12.000 40.00 480. 00
23 SAFETY CLOSURE EA 2.000 250.00 500.00
24 TYPE A SIGN REMOVAL EA 8.000 60.00 480. 00
25 TYPE I RIGID DELINEATOR EA 18.000 120.00 2, 160.00
26 4"X 4"WOOD SIGN POST LF 42.000 8.00 336.00
27 TYPE AALUMINUM SIGNS SF 19.500 22.00 429.00
28 PAINTED PAVEMENT MARKING STA 34.600 38.00 1,314.80
29 TRAFFIC CONTROL LS 1.000 1, 500.00 1,500.00
30 MOB LS 1.000 25,000.00 25,000.00
31 MOWING AC 10.320 100.00 1,032.00
32 MULCHING AC 5. 160 3,000.00 15,480.00
33 URBAN SEED & FERT AC 5. 160 1,300.00 6,708.00
34 STABILIZE CROP SEED & FERT AC 5. 160 1,000.00 5, 160. 00
35 SWPPP MANAGEMENT LS 1.000 4,500.00 4,500. 00
36 SWPPP RAINFALL INSPECTION EA 10.000 150.00 1,500.00
37 WATTLES- INSTALLATION LF 420.000 3.00 1,260.00
38 WATTLES- REMOVAL LF 420.000 1.00 420.00
39 SILT FENCE- INSTALLATION LF 1,600.000 1.80 2,880.00
40 SILT FENCE- REMOVAL OF SEDIMEN LF 1,600.000 1.00 1,600.00
41 SILT FENCE- REMOVAL OF DEVICE LF 1,600.000 1.00 1,600.00
42 SPECIAL DITCH CONTROL RECP TYPE SQ 343.000 15.00 5, 145.00
43 INLET PROTECTION DEVICE EA 10.000 200.00 2,000. 00
44 INLET PROTECTION DEVICE MAINTEN EA 10.000 100.00 1,000. 00
PCI QUOTE ON Midport Blvd. Ext. Phase III -Waterloo-Continued
ITEM# DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT
45 2 YR. MAINTENANCE BOND LS 1.000 5,000.00 5,000.00
TOTAL QUOTED AMOUNT: $ 592,448 86/
PETERSON CONTRACTORS, INC. LS
Cau,....._
February 18,2016
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 WATFRI,o > Iowa,
hereinafter called"OWNER," in the penal sum Five Percent of Amount Bid--
Dollars{y;, 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 18th day of February 2016 for
Midport Boulevard Extension Phase III in the City of Waterloo,Iowa, Contract No. 894
NOW,THEREFORE,
(a)If said Bid shall be rejected,or in the alternate,
(b)If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall
furnish a bond for his faithful performance of said contract,and for the payment of all persons performing labor or
furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the
acceptance of said Bid,
Then this obligation shall be void,otherwise the same shall remain in force and effect; it being expressly understood
and agreed that the liability of the Surety for any and all claims hereunder shall,in no event,exceed the penal amount
of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of
damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the
specifications or by law.
The Surety,for value received,hereby stipulates and agrees that the obligations of said Surety and its bond shall be
in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute
such contract;and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF,the Principal and the Surety,have hereunto set their hands and seals,and such of them as
are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their
proper officers this 18th day of February ,A.D.2016.
Pet tractors, Inc. (Seal)
P ncipal
By
president (Title)
Trave s sualty Surety Company of America(Seal)
Witness S =y
Witness Lacey Cramblit nne Cr er Atto -in-fact
BID BOND CITY CONTRACT NO 894 BB-I of I
AECOM 60440125
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
•' TRAVELERS J� POWER OF ATTORNEY
Farmington Casualty Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
Attorney-In Fact No. 226103 Certificate No. 0 0 6 3 7 6 3 8 4
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the
laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint
Craig E.Hansen,Jay D.Freiermuth,Brian M.Deimerly,Cindy Bennett,Anne Crowner,Tim McCulloh,Stacy Venn,Lacey Cramblit, Shirley S.
Bartenhagen,and Dione R.Young
of the City of West Des Moines ,State of Iowa ,their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above,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 12th
day of December 2014
Farmington Casualty Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company - United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
s
C
)`;+ G f .iitrs.......;: b1`!„ ...va C14 AM 446'
n s
State of Connecticut By:
City of Hartford ss. Robert L.Raney, enior Vice President
On this the 12th dayof December 2014
, ,before me personally appeared Robert L.Raney,who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul
Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers
Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
GTE � ���� �.�.
In Witness Whereof,I hereunto set my hand and official seal. *TAN ,�(.A C , ..A Sit:W�^i1
My Commission expires the 30th day of June,2016. C*s.AtiSLO * Marie C.Tetreault,Notary Public
58440-8-12 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidellty
and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance
Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States
Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows:
RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice
President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and 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 Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance
Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and
Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 18th day of February 20 16
Kevin E.Hughes,Assistant Sec tary
GI.Su,4 �(�NiTYN/,� tryr. N 1NS +!Msu4 �p��•AN0 suaery v,M40
-�y l� ��" La"ts O .Uy �P,..........4 P s� 500 o QO
V,�� ���o ,RiC �T ;t011 a :7 Fyn'•° 1977 ()RI TEO 7" �4>' i POp4r'o E t{SRffOFD
1982 0 < i £n 4wa c�i £; n. a HARTfOPD, Ftr e n t896
'L 1 l: n Ji `o CONN. n
951 o:SBAL r y o o
gS •` 1 §q .i ��og ��SEAL�o s, n g r
b`y, spa i * •9,, �' "ys„�,xMN t + n�S..�H�l, >4s."7.: a 1 as 'yi"'-�� AlN°'
To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the
above-named individuals and the details of the bond to which the power is attached.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER