Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Peterson Contractors Inc Reinbeck IA
111rul ON �4NZRACZ4RS BOX A REINBECK, IOWA 50669-0155 DE�ERS�H ��`• BOX A REINBECK, IOWA 50669-0155 I p oCosaL CoN r `,11 �I ;FA Dili AMERi Z©7,6'je000y s�. �GL°ndiMv�rin Cop C� r u =n ^a It1 :>• cs r yy n !� 11 LU n CPi F. EL tL G`J e3 {y 9 2010-108A * SUBBASE, MODIFIED, 10-INCH SY 44,874.0 s 5$J7>, 10 IADOT 2121 GRANULAR U P RH SHOULDER, TYPE B, 4 HNDEPTH SY 1%382.0 S, 3 f � SO, $ SUBTOTAL EARTHWORK = $ SO , 31/, .� DIVISION 4 — SEWERS AND DRAINS PIPE CULVERTS 11 4030408-B PIPE APRON, RCP, 18-INCH EACH 2.0 $3/S $Z,G 12 4030-108-C FOOTINGS FOR CONCRETEPIPE EACH 2.0 ee e� APRON, 18-INCH $ Lo0• $ Z• '/006 13 4030-108-D PIPE APRON GUARD, RCP, 18-INCH EACH 2.0 $ �'�p0• $ 7_,(OO• .� SUBDRAINS 14 4040-108-A * SUBDRAIN, TYPE SP, 6 INCH LF 12,013.0 $ . — $ arm /N •-- * 15 4040-108-C SUBDRAIN CLEANOUT, TYPE A-1, EACH 2.0 i SyG. 00 6-INCH $ $ osoo 16 4040408-D * SUBDRAIN OUTLET TO EACH 31.0 y �s STRUCTURE, 6 INCH $ $ SUBTOTAL SEWERS AND DRAINS = $ /�3, 3/[ .— DIVISION 6 — STRUCTURES FOR SANITARY AND STORM SEWERS he 17 6010-108-B * INTAKE, SW-511 EACH 1.0 $ l0 000, $ fp16'ee."- 18 6010-108-B * INTAKE, SW-512, 241NCH, EACH 16.0 Of e s WATERLOO 1040 A COVER ONLY z, yOU. $ 19 6010-108-E-1 MANHOLE ADJUSTMENT, MINOR, EACH 00 ee SW-301148" 11.0 $ 20 6010-10844 MANHOLE ADJUSTMENT, MAJOR, EACH p Ci %. OO SW-402160" 1.0 $ OOP• 21 6010-108-G CONNECTION TO EXISTING EACH 0c? Be MANHOLE OR INTAKE, SUBDRAIN 4,0 $ 300* $ 1*%DD•'- 22 6010408-H * REMOVE INTAKE, STORM EACH 1.0 $ 9SD• r $ %J�• SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ (' $r"' DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT 23 7010-108-A; 302* PAVEMENT, PCC, 9 INCH, C-SUD OR C-4WR, CL 3 AGG SY 37,663.0 �/. qr • $ $�,gy�z93 24 7010-108-E CURB & GUTTER, 24-INCH WIDE, LF 60.0 e° 9-INCH DEPTH, PCC, C-4 r •3t300• $ $ FORM OF BID CONRACT N0. 1144 Page 2 of 6 25 7010-108-I; 302 * PCC PAVEMENT SAMPLES AND LS 1.0 TESTING ASPHALT PAVEMENT HMA, STANDARD TRAFFIC (ST) aao� o� 26 7020-108-A SURFACE, 1/211, PG-58-28H, NO TON 58.0 / FRICTION $ SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS 27 7030-108-C SH4ARED USE PATH, PCC, 9-INCH, SY 46.2 00 $73d $3,3%Z. 28 7030-108-C SHARED ARED USE PATH, PCC, 6-INCH, SY 110.2 �S• go y'�.g $ $ r 29 7030-108-E * SIDEWALK, PCC, 6-INCH, C-4 SY 46.0 $ TO $y83© 30 7030-108-E * SIDEWALK, PCC, 4-INCH, C-4 SY 186.2 $ G/$, $ 8 y370 -- 31 7030-108-G * DETECTABLE WARNINGS SF 150.0 $ y i $ 6, 7LSb• 32 7030-108-H-1 DRIVEWAY, PCC, 6-INCH, C-4 SY 27.8 &OZ. 33 7030-108-H-1 DRIVEWAY, PCC, 5-INCH, C-4 SY 24.3 $ 89. $ Lrl Z, PAVEMENT REHABILITATION $ $ 34 7040-108-G MILLING SY 320.0 /S 35 7040-108-H * PAVEMENT REMOVAL SY 35,730.0 $ 3• $ /,ZO N/t/, 36 7040-108-1 CURB & GUTTER REMOVAL LF 60.0 $ /34 7� $ yZrS SUBTOTAL STREETS AND RELATED WORK = $ Zr�Zy,g1% w� DIVISION 8 - TRAFFIC CONTROL TRAFFIC SIGNALS 37 8010-108-A * TRAFFIC SIGNAL, FOUNDATION ONLY LS 1.0 44 7i D ` 7 rvb $ $ r 38 8010-108-B * TEMPORARY TRAFFIC SIGNALS EACH 2.0 bb 30r pBO.e- $ 39 8010-108-C * TRAFFIC SIGNAL REMOVAL, POLE LS 1.0 AND FOUNDATION ONLY 40 8010-201-A-2 PRECAST TRAFFIC HANDHOLE, EACH 9.0 TYPE I, 4-FT DEPTH 41 8010-201-13 2-INCH CONDUIT,PVC,SCH 80 LF 2,330.0 $ /Z Z%, 960• -- 42 8010-201-C TRAFFIC SIGNAL WIRE LF 1,200.0 $ 7 43 SEE EST, REF, TRAFFIC LOOP WIRE LF 8,200.0 $ lei 3So"- 44 SEE EST, REF, REMOVE TRAFFIC HANDHOLE EACH 4.0 $ DD• e� $ /, ZDD•� 45 SEE EST. REF, REMOVE EXISTING TRAFFIC LF 2,210.0 i 3' CONDUIT $ $(�,G30• 46 SEE EST. REF, TRAFFIC HANDHOLE EACH 10.0 e'er �� DOD. ADJUSTMENT, MINOR, 24" $ $ PAVEMENT MARKINGS FORM OF BID CONRACT N0. 1144 Page 3 of 6 47 8020-108-B PAINTED PAVEMENT MARKINGS, STA 6�7' WATERBORNE 168.90 $ $ IZ, 48 8020408-F WET, RETROFLECTIVE REMOVABLE STA g o ss TAPE MARKINGS /wry 1.32 $ $ g��X/..__ 49 8020408-G PAINTED PAVEMENT MARKINGS, EACH WATERBORNE, TEMPORARY JB7,90 2.14 $ $ 50 8020-108-H * CROSSWALK BAR, 2' X 101, LF o� • o THERMOPLASTIC 215.0 $ 3S' $ %, 52� • 51 8020408-H* PRECUT SYMBOLS AND LEGENDS, THERMOPLASTIC EACH bO✓ �r 800 $ ,Silo. TEMPORARY TRAB&IC CONTROL 52 8030-108-A * TEMPORARY TRAFFIC CONTROL LS 1.0 >S �p,p� z�i 19op $ Ci $ 53 8030408-A * PORTABLE DYNAMIC MESSAGE SIGNS EACH 56.0 pG s `�, •• $ B�, $ o 54 8030-2.02 DIRECTIONAL SIGNS, PER DETAILS EACH 100.0 $ o` $ A�� p� 55 IADOT2528- 2518010 EACH 12.0 SAFTEY CLOSURE $ $ i SUBTOTAL TRAFFIC CONTROL = $ DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING HYDRAULIC SEEDING, FERTILIZING 56 9010-108-B * AND MULCHING - TYPE I SEED, SY 17,517.0 MECHANICALLY BONDED FIBER MATRIX �= EROSION AND SEDIMENT CONTROL 57 9040-108-N-1 SILT FENCE OR SILT FENCE DITCH CHECK, INSTALLATION LF % / to 3,972.0 $ 58 9040-108-N-2 * SILT FENCE OR SILT FENCE DITCH LF CHECK, REMOVAL OF SEDIMENT e� 31972 0 $ . $ Wo 59 9040-108-W3 SILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF DEVICE LF C o 3,972.0 $ . $ 60 9040-108-Q-2 * EROSION CONTROL MULCHING, HYDROMULCHING SY 12,959.0 4 / $g �2f0, $ /Tj $ 61 9040-1084-1 * INLET PROTECTION DEVICE, EACH 2.0 D� ' INSTALLATION, DROP -IN $ 06 $ FORM OF BID CONRACT N0, 1144 Page 4 of 6 62 9040-108-T-1 * INLET PROTECTION DEVICE, EACH 8.0 eo �e INSTALLATION, SURFACE -APPLIED — $ $X, 63 9040-108-T-2 * INLET PROTECTION DEVICE, EACH 10.0 0� ear MAINTENANCE $ $ r400 SUBTOTAL SITE WORK AND LANDSCAPING = $ G DIVISION 11 - MISCELLANEOUS 64 11010-108-A CONSTRUCTION SURVEY LS 1.0 $ OM6000$ 30/&V 65 11020-108-A MOBILIZATION LS 1.0 $ =6004 r $ oQp r 66 11,050-108-A CONCRETE WASHOUT LS 1.0 $ qaPJ4 ✓ $ ,Q(j/ ✓ 67 SEE EST. REF. TEMPORARY PAVING, 6 INCH PCC OR 6 INCH HMA SY 57.0 Rio Of / 3, 6111% so $ $ SUBTOTAL MISCELLANEOUS = $ X4 s&s, 4r ADDENDUM NO. 1 68 SEE EST. REF. PREFORMED DETECTOR LOOP EACH 37.0 $ itmG. Z� $ 5 SUBTOTAL ADDENDUM NO. 1= $ sS,3'ie, TOTAL BID 7 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. �b 4. Security in the sum of 0 i �> /�Ni o.U.�T— Dollars ($ S% ) in the form of A Pen.p 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 Bidder Status Form. 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. FORM OF BID CONRACT N0, 1144 Page 5 of 6 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 10. The apparent low Bidder shall submit a list of all other Subcontractors) 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. (SpN %ONiRE (Name of Bidder) (Date) BY: Imo- �ttic �aritnU Title JM I&*M+� Official Address: (Including Zip Code): 10 % Nit cl Avyy16 cS• 4m bctle'u-A S64olp I u7��o� cr�sy FORM OF BID CONRACT N0. 1144 Page 6 of 6 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of mr Lv ) County of 11kd(11&g6 ) )ss being first duly sworn, deposes and says that: He is (Owner, Partner, Officer, Representative, or Agent) of le9e'-SO" C OA)iY tc�rr.+ .704eC, 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 affi�iant. (Signed) Title Subscribed and sworn to before me this "ILAX day of IkA(Vf,�� Titl My commission expires �yy JENNIFER R. WIS8LER F Com C4M Number q*" 1 11 1 � �, INi J � i1 Bidder Status Form To`be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes O 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. J�es ©No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and a -mail. Yes oNo My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes QNo 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�eo�ffiCces in Iowa during the past 3 years at the following addresses: Dates: �Z l ?i7i /� to �'� / Address: l4 Nyy l�I'���'+�� �� City, State, Zip: f�bd`�� �B S'�i6ii9 Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheets) 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 ©Yes I©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 sheets) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: , l �°"� �C•,/��'d�� �y Signature: //� �i�"� Date: ?���T� 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 (09-75) 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. (V/ Yes oNo My business is currently registered as a contractor with the Iowa Division of Labor. ®Yes 2 No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. oYes (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. 4ye s oNo 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. oYes l 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. oYes 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 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. O Yes d 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. O Yes d 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. OYesd No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. OYes WNO 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) DI7TihI�7 KNOW ALL MEN BY THESE PRESENTS, that we, Peterson contractors, tnc. 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 ($ si 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 5th day of March 12026 , for F.Y. 2026 Broadway Street Reconstruction Project, Contract No. 1144 • Waterloo, Iowa 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 17th day of February A.D. 20 26 Witness Witness Zach Fulle Peterson Contractors, Inc. president Travelers Casuall nd Surety Company of America (Sea S wf'•''� re v? HARTFORD, CCNN. ' !ti AttorneyAn-fact Anne Crowner BID BOND Page 1 of 1 Travelers Casualty and Surety Company of America its Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POW ER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casually 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 Aftomey(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, tumrorq $ ��44� 3i)o a Stateof Connecticut City of Hartford ss. i 'row 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, /,ram "°NO�`w s ///yJ, rwm+r+ 4� X/�� My Commission expires the 30th day of June, 2026 r* a *j Anna P. Nowlk, 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 cerfificate of authority may prescribe to sign with the Company's name and seal with the Companys 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 Companys seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-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 Attomeys-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 17th day of February 2026 0 ionnonx 1i EDO,11� t.Y 4Vp 0 � Kevin E Hugher� tanl Secretary To verify the authenticity of this Power ofAttomey, please call us at 14004214880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Po war ofAttorney is attached.