Loading...
HomeMy WebLinkAboutPeterson Contractors, Inc.GI cc coe p)y 0 xc) oLn yu w cc EZER<SON 'amRACZ4RS ANC. BOX A REINBECK, IOWA 50669-0155 Winn 3-61\- SoAkard\ C-0e0•‘*- +6 tk3H. Wo-koAdtolo )ce) rPD opoisai Se1/4.40A- ff/7 C fk eouielleA ?,3" 1--;Li? P/1'l FORM OF BID OR PROPOSAL WINN STREET SANITARY SEWER CONTRACT NO. 1134 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 WINN STREET SANITARY SEWER, CITY CONTRACT NO. 1134, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: WINN STREET SANITARY SEWER CITY OF WATERLOO, IOWA CITY CONTRACT NO. 1134 Item Unit Unit Total Amount Estimated Quantiles Description Price 1 CLEARING AND GRUBBING ACRE 0.35 $ 6, 0 0 0. 0 0 $ 2,100.00 2 TOPSOIL, ON -SITE SY 917.7 $ 2.50 $ 2,294.25 3 EXCAVATION, CLASS 10, CONTRACTOR FURNISHED CY 587.5 $ 12.50 $ 7,343.75 4 SUBBASE, SPECIAL BACKFILL, 11 IN. CY 229.7 $ 50.00 $ 1 1, 4 8 5. 0 0 5 SANITARY SEWER GRAVITY IN. MAIN, TRENCHED, DIP, 14 LF 133 $ 215.00 $ 2 8 , 5 9 5 . 0 0 6 SANITARY SEWER GRAVITY IN. MAIN, TRENCHED, PVC, 15 LF 998 $ 90.00 $ 89,820.00 7 REMOVAL OF SANITARY SEWER TO 36 IN. LESS THAN OR EQUAL LF 24 $ 25.00 $ 600.00 8 SUBDRAIN, PERFORATED PLASTIC PIPE, 4 IN. LF 100 $ 24.00 $ 2,400.00 9 REMOVE AND REINSTALL RIGID THAN OR EQUAL TO 36 IN. PIPE CULVERT LESS LF 167 $ 90.00 $ 15 , O 3 O . O 0 10 REMOVE AND REINSTALL LESS THAN OR EQUAL CONCRETE TO 36 IN. PIPE APRONS EACH 4 $ 1,250.00 $ 5,000.00 11 MANHOLE, 6010.301, 48 IN. EACH 5 $ 5, 2 5 0. 0 0$ 26,250.00 12 MANHOLE, 6010.303, 48 IN. EACH 1 $ 5,500.00 $ 5,500.00 13 MANHOLE ADJUSTMENT, MAJOR EACH 1 $ 3, 7 5 0. 0 0 $ 3,750.00 14 CONNECTION TO EXISTING MANHOLE EACH 1 $ 2,500.00 $ 2,500.00 15 FULL DEPTH PATCHES, PCC, 71N. SY 229.7 $ 12 0 . 0 0 $ 27,564.00 16 TEMPORARY TRAFFIC CONTROL LS 1 $ 500.00 $ 500.00 17 SAFETY CLOSURE EACH 4 $ 125.00 $ 500.00 18 HYDRAULIC SEEDING, MULCHING, TYPE 1 SEEDING, FERTILIZING, AND ACRE 1.11 $ 4 , 3 5 0 . 0 0 $ 4,828.50 19 HYDRAULIC SEEDING, MULCHING, TYPE 4 SEEDING, FERTILIZING, AND ACRE 1.17 $ 2 , 17 5 . 0 0 $ 2,544.75 20 HYDRAULIC SEEDING, MULCHING, WETLAND SEEDING, FERTILIZING, AND ACRE 0.06 $ 5 , 5 O O . O O $ 330.00 FORM OF BID AECOM 60701559 CONTRACT NO. 1134 Page BF-1 OF 3 Winn Street Sanitary Sewer Item Description Unit Estimated Quantiles Unit Price Total Amount 21 WATERING MGAL 25 Y $ 180.00 $ 4,500.00 22 WATTLE, 12 IN. LF 3025 $ 2.50 $ 7,562.50 23 WATTLE, REMOVAL LF 3025 $ 0. 7 5 $ 2,268.75 24 RIP RAP, CLASS E REVETMENT FOR PIPE OUTLET TON 38.4 $ 80.00 $ 3,072.00 25 INLET PROTECTION DEVICE, OPEN -THROAT INTAKE LF 40 $ 18.50 $ 740.00 26 INLET PROTECTION DEVICE, MAINTENANCE EACH 6 $ 35.00 $ 210.00 27 REMOVAL CHAIN LINK, AND 72 REINSTALLATION IN. OF EXISTING FENCE, LF 290 $ 42.50 $ 12,325.00 28 MOBILIZATION LS 1 $ 10, 000 . 011$ 10, 000.00 29 CONCRETE WASHOUT LS 1 $ 1, 0 0 0. 0 0 $ 1, 0 0 0.00 TOTAL BASE BID $ 280, 613.50 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. The Contract shall be awarded based on the TOTAL BASE BID. 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 is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. Attached hereto is the Bidder Status Form indicating Resident Bidder Certification ( X ), or Non -Resident Bidder Certification ( ). (Mark one.) 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). FORM OF BID CONTRACT NO. 1134 Page BF-2 OF 3 AECOM 60701559 Winn Street Sanitary Sewer 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. 09-17-2025 BY: (Name of Bidder) (Date) Title Project Estimator/Manager Official Address: (Including Zip Code): 104 Black Hawk St., P.O. Box A Reinbeck, IA 50669 I.R.S. No. 4 2- 0 9 216 5 4 FORM OF BID CONTRACT NO. 1134 Page BF-3 OF 3 AECOM 60701559 Winn Street Sanitary Sewer Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: x x x x x Yes [-J 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). Yes ❑ No My company has an office to transact business in Iowa. Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes ❑ No 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: / / to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: to / / Address: City, State, Zip: Dates: / / You may attach additional sheet(s) if needed. 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 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. Yes I INo 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: 0 9 —17 — 2 0 2 5 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. x x Yes LJ No My business is currently registered as a contractor with the Iowa Division of Labor. Yes Fq No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. Yes x No 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. Yes Lj No 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. Yes x No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. Yes x No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. Yes x No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. Yes x No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. Yes x No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. Yes x No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. Yes x No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) BSI: 2 LETTER OF INTENT TO BID (MBE/WBE LETTER) According to the Current MBE/WBE Contract Compliance Program, all MBE/WBE Contractors interested in submitting subcontractor quotes on construction projects with goals, MUST submit a LETTER OF INTENT TO BID to the City of Waterloo Contract Compliance Officer at least seven (7) days prior to bid opening. The LETTER OF INTENT TO BID must list the specific items which the MBE/WBE Contractor is interested in bidding. Letter should include the following: Name of Project: Winn St. Sanitary Sewer Your Company Name: Peterson Contractors, Inc. Address: 104 Black Hawk St. Reinbeck, IA 50669 Phone: (319) 3 4 5 — 2 713 Date: 09-17-2025 List of Specific items to be bid: Item No. Description: Item No. Description: Item No. Description: Item No. Description: Item No. Description: (Subcontractor's Company Name and authorized signature) Return this LETTER OF INTENT TO BID to: Contract Compliance Officer Community Development Board 620 Mulberry St. Carnegie Annex, Suite 202 Waterloo, IA 50703 Phone: (319) 291-4429 Form CCO-5 (06-20-2002) ITEMS OF POTENTIAL MBENBE CONTRACT NO. 1134 PAGE M-4 OF 6 AECOM 60701559 Winn Street Sanitary Sewer mm n m O � A• O 0-11 (hZ D 0J PE L L 'ON 12V UNDO (Form CCO-4) Rev. 06-20-02 Quotes Received fursery (Scott Lerry ntrai 09-17-25 0 Hi Dal nt� 01 CD Yes/No 09-17-25 0 H Dates ntacted CO N) 01 CD cn K ►-< m (n fD � o $21, 925. 75 N Ui N rn 0 r Amount ] be Subcont a cD (D 5' v O 0) Z 0 0 0 c 0 st 0 D r C c r 0 corn 0 cn m0 �-11 c m-n co 0 m73 E tcnnz cn Z2 m0 rno O m Z D� tnm 63 0 Taub peu!wiapp s! 4! m 03 0 *m 0 0 c a, ▪ co 30 0 0 (Da O U' O m ao D • 0 cD 3 � 3 0(0 � cp o vv a. St G 0 w cD 0 m a CO CO -o 0 a, 0 0 0 -o r 0) 0 0 0 c 0 a 3 to- o' 5' 0 0) z (7)' C 0 a c(0 0 0c 0 a cD 0 a 0 c 0-o —8 0 �o 0 0 < <. C4 00 v-0 00 • o ar'' 0 cD 0 o 3 3 • o, 0 0 0 5' 1< 0 m m co c 0) 5' cn (D 0 int 0 0 0 c 3 CO ai mz Ow Wc-O cn co o 0 0 . 0 coo rn 3 0 c a.n) i(D( o EDI o -s a a 5' w o c a cr 3 -3 • o -I • o o 0- CD CI)o o f cn c 0- 0 • N h o N 00 O a P o D 0 '-0 .o (D c 5. o O - 0- O O C a. n. o 0 3 Cr 2. (1) a 0 0 5• 0 (0 O > r r o Contractor Signature: qoaLo1d :ap!J Nd/aoTewT s 0 m SZOZ-LT-60 0 FrT c c o � 0 n Z ro • c mca CO mCa m CO c 0 cr 1 c 0- 0 -3 3 o cDW c Q 0 cD c• rir c 3 cD I1• 0 o D j" cp 3-10 at Prime Contractor Name: uosiagad 0 n pJ 0 to ct • p) • cn n SZOZ-8T-60 1-0 rn 63 0 0 --I 0 n m n 0 Z 0 CO rn 03 CO cn 0) cn 70 rn PETERSON CONTRACTORS, INC. HEAVY & HIGHWAY CONTRACTORS 104 BLACKHAWK ST P.O. BOXA REINBECK, IA 50669 PHONE: (319) 345-2713 FAX: (319) 345-2658 www.pcius.corn Quote Winn Street Sanitary Sewer 09/18/2025 The Following Items and Prices are Quoted: Item # Description 1 Clearing & Grubbing 2 Topsoil, On -Site 3 Excavation, Class 10, Contractor Furnished 4 Subbase, Special Backfill, 11in. 5 14" DIP Santiary Sewer 6 15" PVC Sanitary Sewer 7 Removal of Sanitary Less Than 36" 8 4" Subdrain 9 Remove & Reinstall Culvert Less Than or Equal 10 Remove & Reinstall Aprons Less Than or Equal 11 48" SW-301 Manhole 12 48" SW-303 Manhole 13 Manhole Adjustment Major 14 Connection To Existing Manhole 15 7" PCC Full Depth Patches 16 Temporary Traffic Control 17 Safety Closure 18 Type I, Hydraulic Seed, Fert, & Mulch 19 Type IV, Hydraulic Seed, Fert, & Mulch 20 Wetland , Hydraulic Seed, Fert, & Mulch 21 Watering 22 12" Wattle 23 Removal of Wattle 24 Class E Revetment for FES 25 Open-Troat Intake Protection 26 Maintenance of Intake Protections 27 Removal and Reinstallation of 72" Chain Link Ft 28 MOB 29 Concrete Washout Unit Type AC SY CY CY LF LF LF LF LF EA EA EA EA EA SY LS EA AC AC AC MGAL LF LF TN LF EA LF LS LS Quantity Unit Price Total Amount .350 $ 6,000.00 $ 2,100.00 917.700 $ 2.50 $ 2,294.25 587.500 $ 12.50 $ 7,343.75 229.700 $ 50.00 $ 11,485.00 133.000 $ 215.00 $ 28,595.00 998.000 $ 90.00 $ 89,820.00 24.000 $ 25.00 $ 600.00 100.000 $ 24.00 $ 2,400.00 167.000 $ 90.00 $ 15,030.00 4.000 $ 1,250.00 $ 5,000.00 5.000 $ 5,250.00 $ 26,250.00 1.000 $ 5,500.00 $ 5,500.00 1.000 $ 3,750.00 $ 3,750.00 1.000 $ 2,500.00 $ 2,500.00 229.700 $ 120.00 $ 27,564.00 1.000 $ 500.00 $ 500.00 4.000 $ 125.00 $ 500.00 1.110 $ 4,350.00 $ 4,828.50 1.170 $ 2,175.00 $ 2,544.75 .060 $ 5,500.00 $ 330.00 25.000 $ 180.00 $ 4,500.00 3,025.000 $ 2.50 $ 7,562.50 3,025.000 $ .75 $ 2,268.75 38.400 $ 80.00 $ 3,072.00 40.000 $ 18.50 $ 740.00 6.000 $ 35.00 $ 210.00 290.000 $ 42.50 $ 12,325.00 1.000 $ 10,000.00 $ 10,000.00 1.000 $ 1,000.00 $ 1,000.00 Total C#uoted Amount: $ 280,613.50 Peterson Contractors, Inc. Chris Fleshner, Project Manager cfleshner@pcius.com 319-788-4722 9/18/2025 BID BOND KNOW ALL MEN BY THESE PRESENTS that we, Peterson Contractors, Inc. as Principal, and Travelers Casualt and Suret Co as Surety are held and firmly bound unto them � an of America CITY OF "OWNER." In the penal sum Five Percent of t WATERLOO 'Iowa, hereinafter called he Total Amount Bid...............�.--_ Dollars ($ 5 truly be m % ) lawful money of the United States, for the truly be by these presents. ourselves, heirs, condition executors,payment c which sum will and submitted severally, ally, firmly accompanying of this obligation administrators, ssuch and successors for Winn Street Sanitary Sewe bid datedtthe 18th ,jointly and day of Se tember that whereas the Principal has No. 1134, Waterloo, IA 20 25 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal specifiea and shall furnish a epnd for his faithful shall execute and deliver specified performing Janis or bondfurnishing performance of said contract a a contract in the form p perform thepagreement created by materials in connection therewith, and and for the the acceptance of said Bid, shall in all other respectsnt of Then this obligation shall be void, otherwise understood and agreed that the liability of the Surety the same shall remain in force and effect it exceed the penal amount this ol abilit ion th hufor anyas and all claims hereunder shall, in noevent, In stated. By virtue of statutorynt, liquidation of damages asuthority, the d in tf1full amount of this bid bond s the bond as provided in the specifications byor hall be forfeited to the Owner in e event that the Principal fails to execute the contract The Surer law. and provide y, for value received, hereby stipulates and agreesobligations bond urtbeinnoe im accept all b Bid or ay impai edh or ted by that the imeihinofsaidSuret any extension of the time within which the Owner and its extension. contract; and said Surety does hereby waive notice of an er may IN WITNESS WHEREOF such such T them as are WHEREOF, the henPrinc Principal and the Suret buts to be signed bycorporate have hereunto toto set their hands and seals, caused their aseals be hereto affixed their proper officers this 4t� day of September and r and these Ares- , A.D. 20 25 • Wi Witness ara Huston BID BOND AECOM 60701559 Peterson Contractors Inc. (By Travelers cf sual Surety gy` Anne Crowner CONTRACT NO. 1134 (Title) rn president and Surety Company of America (Seal) Attorney -in -fact age BB-1 OF 1 VVinn Street Sanitary Sewer TRAVELERS I 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 , lowa their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. State of Connecticut By: City of Hartford ss. On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 1 I nle lir POEUG ^II n11Nr• Robert L. Raneenior Vice President Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 4th day of September 2025 Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached.