HomeMy WebLinkAboutSHIFT GENERAL CONTRACTINGSk4 G\eneJoJ CADIIIMA40\
1{012 Poi V Of 3L)
cdecbir R,yi 524/0471
•
L: r Us
1--34 rue rl
CA, X.
(.G3
'V
04
Cie tee
-: ; ; r
Pi W2io 604 +A-) 4Ve-nUt
4-
115 Mu)beaSk
k)oL4evkz, /A 50703
13ip ?0P1L-.EiCt0S-D
51/1;4 C'evumfoti Coil/rad'As
4'8/Z ilaiveS Ct ad
CecLw gap, beszvdy
aiD
ft:CO Cr) CO
xi
tan
Lo u.,
routL i
r
pp�yla, �
CA
te) CD LCI
(N I
CNI
tr,
0,4 NI CN
Oe MI et:
C a
:': :; X
ENcasf
FORM OF BID OR PROPOSAL
F.Y. 2026 800 BLK UPTON AVENUE
SANITARY AND WATER MAIN EXTENSIONS
CONTRACT NO. 1147
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: Shift General Contracting, LLC
, having familiarized (himself) (themselves)
(itself) with the existing conditions on the project area affecting the cost of the work, and with all the
contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer
of the City of Waterloo now on file in the office of the City Clerk City Hall, Waterloo, Iowa, hereby proposes
to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances,
equipment, and services, including utility and transportation services required to construct and complete
this F.Y. 2026 800 BLK UPTON AVENUE SANITARY AND WATER MAIN EXTENSIONS, Contract No.
1147, all in accordance with the above -listed documents and for the unit prices for work in place for the
following items and quantities:
FY 2026
800
BLK
UPTON
AVENUE
SANITARY
AND
WATER
MAIN
EXTENSIONS
CONTRACT
NO.1147
ITEM
BID
SUDAS
SPECIFICATION
*
SUPPLEMENTAL
SEE
DESCRIPTION
UNIT
UPTON
AVENU
E
QTY
UNIT
PRICE
BID
TOTAL
PRICE
BID
DIVISION
2
- EARTHWORK
1
2010-108-D-1
*
TOPSOIL,
4 INCHES,
ON
SITE
SY
515.0
$ 2.0
$ /01 30o
2
2010-108-E
*
EXCAVATION,
BORROW
CLASS
10,
ROADWAY
AND
CY
0.6
$ /0000
$ tc 000
3
SEE
EST.
REF.
EXCAVATION,
CLASS
10,
WASTE
CY
298.0
$ z/o
$ // q26
4
2010-108-F
*
EXCAVATION,
CLASS
10,
BELOW
GRADE
CY
45.0
$ 90
$ /800
5
2010-108-G
*
SUBGRADE
PREPARATION
SY
1,661.0
$ 3322
$ 2,
6
2010-108-J
*
SUBBASE,
MODIFIED,
8-INCH
SY
1,661.0
$ ZyW60 .74
$ / 9. -7 0
SUBTOTAL
EARTHWORK
=
$ 5-1 %55, 7D
DIVISION
4
-
SEWERS
AND
DRAINS
SANITARY
SEWERS
4010-108-A
SANITARY
INCH
SEWER,
TRENCHED,
TRUSS,
8-
LF
201.0
$ /00
$ 2000
8
4010-108-E
SANITARY
23.5,
6-INCH
SEWER
SERVICE
STUB,
SDR
LF
66.0
$ 9 5-
$ (p 2.71i
STORM
SEWERS
FORM OF BID
CO N RACT NO. 1147
Page 1 of 5
9
4020-108-A
STORM
24-INCH
SEWER,
TRENCHED,
RCP
2000D,
LF
26.0
$ 7. S�
$ lot 5^00
10
4020-108-A
STORM
15-INCH
SEWER,
TRENCHED,
RCP
2000D,
LF
30.0
$ ZOO
$ % 100
11
4020-108-D
REMOVAL
THAN
OR
EQUAL
OF
STORM
TO
SEWER,
36-INCH
RCP,
LESS
LF
56.0
$ SO
$ z8a0
12
4020-108-D
REMOVAL
OF
STORM
SEWER,
SUBDRAIN
LF
272.0
$ /0
$ 272O
SUBDRAINS
13
4040-108-A
*
SUBDRAIN,
TYPE
SP,
6
INCH
LF
710.0
$ 10
$ /4/ 2.00
14
4040-108-C-1
SUBDRAIN
CLEANOUT,
TYPE
1-A,
6-INCH
EAC
H
2.0
$ Z000
$ 9000
15
4040-108-D
*
SUBDRAIN
INCH
OUTLET
TO
STRUCTURE,
6
EAC
H
2.0
$ 500
$ /00o
SUBTOTAL
SEWERS
AND
DRAINS
-
SEWERS
AND
DRAINS
=
$ (194 /4 79
a
DIVISION
APPURTENANCES
5
-
WATER
MAIN
AND
PIPES
AND
FITTINGS
16
5010-108-A
WATER
POLYWRAPPED,
MAIN,
TRENCHED,
DIP,
6"
LF
299.0
$ / SD
$ yggyo
17
5010-108-C
FITTING,
MJ
LOCKING
CROSS,
12"x6"
EA
1.0
$ /S-OV
$ /'S00
18
5010-108-C
FITTING,
MJ
LOCKING
TEE,
6"x6"x6"
EAC
H
1.0
$ /000
$ /000
19
5010-108-C
FITTING,
45°
MJ
BEND,
6"
EHC
4.0
$ 3
obo
$ 76--0
20
5010-108-E-1
WATER
INCH
SERVICE
STUB,
COPPER,
3/4-
LF
37.0
$ q q0
$ 12
0
21
5010-108-E-2
WATER
INCH
SERVICE,
CORPORATION,
3/4-
EACH
2.0
$ �DD
$ / 000
22
5010-108-E-3
WATER
3/4-INCH
SERVICE,
CURB
STOP
AND
BOX,
EAC
H
2.0
$ SOO
$ % 000
VALVES,
APPURTENANCES
FIRE
HYDRANTS,
AND
23
5020-108-A
VALVE,
MJ
GATE,
12"
EAC
H
1.0
S%sv
$ seal
so$
24
5020-108-A
VALVE,
MJ
GATE,
6"
EAC
H
4'0
$ / 300o
$ 3250 0
25
5020-108-C
FIRE
HYDRANT
ASSEMBLY
EAC
H
1.09
$ p Z�
$ Z'�
SUBTOTAL
WATER
MAIN
AND
APPURTENANCES
=
$ ! , 790
DIVISION
SANITARY
AND
6
- STRUCTURES
STORM
SEWERS
FOR
26
6010-108-A
MANHOLE,
SW-301,
48-INCH
EAC
H
2.0
$ /s��
$ -7�'�
27
6010-108-E-1
MANHOLE
301
ADJUSTMENT,
MINOR,
SW-
EAC
H
1.0
$ 30oo
$ 3000
28
6010-108-E-1
MANHOLE
401
ADJUSTMENT,
MINOR,
SW-
EAC
H
1.0
$ ;060
$ 7000
FORM OF BID
CO N RACT NO. 1147
Page 2 of 5
29
6010408-F-2
*
ADJUSTMENT,
MAJOR,
SW-509
EAC
H
2.0
9yooINTAKE
$
L,
$ -T
30
6010
108
G
CONNECTION
OR
INTAKE,
SUBDRAIN
TO
EXISTING
MANHOLE
EAC
H
2.0
$ 1 b0�
$ 7000
SUBTOTAL
STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
=
$ 32, 000
DIVISION
RELATED
WORK
7
-
STREETS
AND
ASPHALT
PAVEMENT
31
7020-108-B
*
PAVEMENT,
TRAFFIC
NO
FRICTION
(ST)
HMA,
SURFACE,
1.5-INCH,
1/2",
STANDARD
PG58-28S,
SY
974.0
$ /L/
$ /3c53c2
32
7020-108-B
*
PAVEMENT,
TRAFFIC
PG58-285
(ST)
HMA,
INTERMEDIATE,
1.5-INCH,
STANDARD
1/2",
SY
974.0
$ !
4/
$ 13103(o
!020-108-B
*
PAVEMENT,
TRAFFIC:
(ST)
HMA,
BASE,
3-INCH,
3/4",
PG58-28S
STANDARD
SY
()
$ 19S
$ 1-7
34
7020-108-B
MISC.
INCH
PCCVEMENT,
3-INCH
HMA
/
8.5-
SY
299.0
4,/0
$ G
a
$ 1 l
id
35
7010-108-E
CURB
DEPTH,
&
PCC,
GUTTER,
C-4WR,
30-INCH
CLASS
WIDE,
3
AGG.
6-INCH
LF
644.0
$ 7 3Q p
O O
1
$ 2-7
SIDEWALKS,
AND
DRIVEWAYS
SHARED
USE
PATHS,
36
7030-108-E
*
PCC
SIDEWALK,
6-INCH,
C-4
SY
14.6
$ /00
$ / %/eP°
37
7030-108-E
*
PCC
SIDEWALK,
4-INCH,
C-4
SY
12.2
$ /
00
Si 2-2-o
38
7030-108-G
*
DETECTABLE
WARNINGS
SF
20.0
$ / 5-00
$ 'lc-
39
7030-108-H
ALLEY,
PCC,
6-INCH,
C-4
SY
46.9
$ / 2S
$ 586,2. sZ
40
7030-108-H
DRIVEWAY,
PCC,
5-INCH,
C-4
SY
13.6
$ / ZS
$ / 700
PAVEMENT
REHABILITATION
41
7040-108-H
*
PAVEMENT
REMOVAL
SY
1,539.0
$ 9
$ / 3 85 7
SUBTOTAL
STREETS
AND
RELATED
WORK
=
$ / 0
57 / 57)
j` ,
DIVISION
€3
-
TRAFFIC
CONTROL
42
8030-108-A
*
TRAFFIC
CONTROL
LS
1.0
$ qoo&
$ f5-0
//COO
$
$ ro
43
IADOT
2518010
2528-
SAFTEY
CLOSURE
EAC
H
5.0
SUBTOTAL
TRAFFIC
CONTROL
=
$ ii, 7 arso
DIVISION
LANDSCAPING
9
-
SITE
WORK
AND
SEEDING
44
9010
108
B *
HYDRAULIC
MULCHING
SEEDING,
-
TYPE
1
FERTILIZING
AND
SY
515.0
$ (,Q
$ 5010
EROSION
AND
SEDIMENT
CONTROL
45
9040-108-T-1
*
INLET
INSTALLATION,
PROTECTION
DROP
DEVICE,EAC
-IN
H
8.0
$ 2coo
$ �So
46
9040-108
T-2
INLET
MAINTENANCE
PROTECTION
DEVICE,
EAC
H
8.0
Vuo
$ 5-0$
FORM OF BID
CO N RACT NO. 1147
Page 3 of 5
SUBTOTAL
SITE
WORK
AND
LANDSCAPING
=
$ 5, 4I9 0
DIVISION
11
-
MISCELLANEOUS
47
11010-108-A
CONSTRUCTION
SURVEY
LS
1.0
$ 5 0o0
$ 5000
48
11020-108-A
MOBILIZATION
LS
1.0
$70000
$ 7D00o
49
11,050-108-A
CONCRETE
WASHOUT
LS
1.0
$ /ODD
$ /000
SUBTOTAL
MISCELLANEOUS
=
$ 710.1 aao
TOTAL
BID = $4'3JO'o.2o
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo Iowa to
reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to
the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed
form and furnish the required bond and certificate of the insurance within ten (10) days after the
agreement is presented to him for signature, and start work within ten (10) days after' Notice to Proceed"
is issued.
4. Security in the sum of (5% of contract value) Dollars ($---
) in the form of Bid Bond
the INSTRUCTIONS TO BIDDERS.
is submitted herewith in accordance with
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 MP 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 3/4/26
2 3-23-26
10. 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.
FORM OF BID
CONRACT NO. 1147 Page 4 of 5
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.
Shift General Contracting, LLC 3/26/26
BY:
and
(Name of Bidder)
Official Address: (Including Zip Code):
4812 Harvest Ct SW
Cedar Rapids, IA 52404
(Date)
Title President
I.R.S. No. 92--0431718
FORM OF BID
CONRACT NO. 1147 Page 5 of 5
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa
County of Linn
)ss
Justin Holland , being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of Shift General Contracting, LLC
, 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;
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)
President
?Voila
Title
Subscribed and sworn to before me this 26
My commission expires 11/06/27
o Title
day of March
120 26
Project Manager
9 tAt J JO01 A (#W4 T
22 Cent 1:o+i Hurtle, EoO200
• ���� �`/ Cc+ry tssstn Expires
/13-est ►&nnntst 0, 2027
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
Yes ONo
Yes ONo
Yes ONo
Yes ONo
My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
My company has an office to transact business in Iowa.
My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If your 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: 09 / 14 / 22 to 03 / 26 / 26 Address' 4812 Harvest Ct SW
City, State, Zip. Cedar Rapids, IA 52404
Dates: / / to / / Address.
City, State, Zip.
Dates: / / to / / Address.
You may attach additional sheet(s) if needed. City, State, Zip'
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor
force preferences or any other type of preference to bidders or laborers? O Yes No
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
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: Shift General Contracting, LLC
Signature:
71/6aci
Date: 03/26/26
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15)
Worksheet: Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
Yes ONo
O Yes
O Yes
O Yes
O Yes
Q Yes
O Yes
O Yes
O Yes
Yes
Q Yes
My business is currently registered as a contractor with the Iowa Division of Labor.
My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
My business is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-15)
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Shift General Contracting, LLC
as Principal, and Farmington Casualty Company
bound unto the
, as Surety, are held and firmly
CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum
Five Percent of the Total Amount Bid Dollars ($ 5% ) lawful money of
the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors,
administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is
such that whereas the Principal has submitted the accompanying bid dated the 26th day of
March , 20 26 , for F.Y. 2026 800 BLK Upton Avenue Sanitary and Water Main Extensions, Contract No. 1147
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 19th day of March , A.D. 20 26
Witness' Greg Krier
BID BOND
Shift General Contracting, LLC
Principal
Farmingto
asualty Company
ty
(Seal)
ttorney-in-fact Grace A Rasmussen
Page 1 of 1
TRAVELERS J Farmington Casualty Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company (the "Company") is a corporation duly organized under the laws of the
State of Connecticut, and that the Company does hereby make, constitute and appoint JESSIE ALLEN, GREGORY A KRIER, and GRACE A
RASMUSSEN of DES MOINES, IOWA, its 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 Company in its 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 Company has caused this instrument to be signed, and its corporate seal to be hereto affixed, this 21st day of April, 2021.
State of Connecticut
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 the
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
said Company by himself as a duly authorized officer.
P bpi:
IN WITNESS WHEREOF, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2026
By:
Robert L. aney, Senior 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 Board of Directors of the 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 the Company, do hereby certify that the above and foregoing is a true and correct copy of
the Power of Attorney executed by the Company, which remains in full force and effect.
Dated this 19th day of March , 2026 .
f
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power of Attorney, p/ease call us at 1-800-421-3880.
P/ease refer to the above -named Attorneys) -In -Fact and the details of the bond to which the power is attached.