Loading...
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