HomeMy Public PortalAbout20-9761 Piggyback the MDC Contract with Insituform Technologies for Complete the LSO Service Basin Cured in Place Pipe Milling for Pump Station #8Sponsored by: City Manager
RESOLUTION NO. 20-9761
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER
TO PIGGYBACK THE MIAMI-DADE COUNTY FLORIDA
CONTRACT WITH INSITUFORM TECHNOLOGIES, LLC FOR
THE PROVISION OF QUALIFIED PROFESSIONAL SERVICES TO
COMPLETE THE LSO SERVICE BASIN CURED -IN -PLACE (CIPP)
PIPE LINING METHOD REHABILITATION OF PUMP STATION
#8 WITHIN THE CITY OF OPA-LOCKA, IN AN AMOUNT NOT
TO EXCEED THREE HUNDRED EIGHT THOUSAND SIX
HUNDRED NINETY FIVE DOLLARS ($308,695.00), IN A
CONTRACT FORM ACCEPTABLE TO THE CITY ATTORNEY;
PROVIDING FOR INCORPORATION OF RECITALS;
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the City of Opa-Locka ("City") requires cured -in -place pipe (CIPP)
lining rehabilitation of its pump stations to comply with a consent agreement
between Miami -Dade County and the City of Opa-Locka, FL; and
WHEREAS, Miami -Dade County previously entered into Contract No. S-946
with Insituform Technologies, LLC (attached hereto as Exhibit "A") for a two-year
period commencing September 25, 2019 through September 25, 2021 and for the
provision of cured -in -place pipe lining; and
WHEREAS, the rehabilitation project of Pump Station #8, to be piggybacked,
will provide relining of 9,242 linear feet of sewer mains in the pump station to reduce
inflow and infiltration, reduce the volume and cost of wastewater the City pays the
County for processing and bring the City closer to compliance with the Miami -Dade
County Consent Agreement; and
WHEREAS, the City Commission finds that it is in the best interest of the City to
piggyback on the Miami -Dade County contract with Insituform Technologies, LLC, for
the provision of certain qualified services to complete the LSO service basis cured -in -
place (CIPP) pipe lining method rehabilitation of pump station #8, and for an amount
not to exceed Three Hundred Eight Thousand Six Hundred Ninety Five Dollars
($308,695.00),
NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF OPA-LOCKA, FLORIDA:
Section 1. RECITALS ADOPTED.
The recitals to the preamble herein are incorporated by reference.
Resolution No. 20-9761
Section 2. AUTHORIZATION
The City Commission of the City of Opa-Locka, Florida hereby authorizes the City
Manager to piggyback on the Miami -Dade County contract with Insituform
Technologies, LLC for the provision of CIPP lining rehabilitation of Pump Station
#8, in an amount not to exceed Three Hundred Eight Thousand Six Hundred Ninety
Five Dollars ($308,695.00) and in a contract form acceptable to the City Attorney.
SECTION 3. SCRIVENER'S ERRORS.
Sections of this Resolution may be renumbered or re -lettered and corrections of
typographical errors which do not affect the intent may be authorized by the City
Manager, or the City Manager's designee, without need of public hearing, by filing a
corrected copy of same with the City Clerk.
Section 4. EFFECTIVE DATE.
This Resolution shall take effect immediately upon adoption by the City Commission of
the City of Opa-Locka.
PASSED and ADOPTED this 27th day of May, 2020.
Matthew A. Pigatt, Mayor
ATTEST:
Flores, City Clerk
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY:
Bur . d = e Norris 1 eeks, P.A.
City ttorney
Resolution No. 20-9761
Moved by: Commissioner Kelley
Seconded by: Vice Mayor Davis
VOTE: 5-0
Commissioner Bass YES
Commissioner Burke YES
Commissioner Kelley YES
Vice -Mayor Davis YES
Mayor Pigatt YES
City of Opa-Locka
Agenda Cover Memo
Department
Director:
Airia Austin
Department
Director
Signature:
• ` ' ''_
I
City
Manager:
John E. Pate
CM Signature:
�'
Commission
Meeting
Date:
05/27/2020
Item Type:
(EnterX in box)
Resolution
Other
X
Fiscal
Impact:
(Enter X in box)
Yes
No
Ordinance Reading:
(EnterX in box)
1st Reading
2o+ Reading
X
Public Hearing:
(Enter X in box)
Yes
No
Yes
No
X
X
Funding
Source:
Account#:
440-75-
5356305
(Enter Fund & Dept)
Ex:
Advertising Requirement:
(Enter X in box)
Yes
No
X
Contract/P.O.
Required:
(Enter X in box)
Yes
No
RFP/RFQ/Bid#:
X
Strategic
Plan Related
(Enter X in box)
Yes
No
Strategic Plan Priority
Enhance Organizational
Bus. & Economic Dev
Public Safety
Quality of Education
Quat. of Life & City Image
Communication
Area:
•
Strategic Plan Obj./Strategy:
(list the specific objective/strategy this
item will address)
X
•
•
•
•
Sponsor
Name
City Manager
Department:
City Manager
Short Title:
Pipe Lining of the Gravity Sewer System for Pump Station 8 service area.
Staff Summary:
The purpose of this request is to piggyback an existing contract from the Miami -Dade County, for qualified
professional services to achieve the rehabilitation of Pump Station 8 applying cured in place pipe (CIPP)
method in the City of Opa-Locka. Passage of this resolution brings us one station closer to being in compliance
with the Miami -Dade County Consent Agreement.
Financial Impact
This project will reline 9,242 linear feet of sewer mains in the Pump Station # 8 collection basin area to
reduce inflow and infiltration into these mains. This will result in the reduction in the volume and cost of
wastewater the City pays the County to process. This project will be funded as follows:
Account
Description
Available *
Project
Remaining
Balance
75-5356314
SRF - Wastewater Projects
445,370
308,695
136,675
Total
308,695
The amount initially available for this account is $548,970. The project to reline the sewer mains in the Pump
Stations # 7 collection basin, also presented for approval at this Commission meeting, requires $103,600,
leaving $445,370 for other projects.
Proposed Action:
Staff recommends approval.
Attachment:
1. Agenda
2. Proposal provided by Insituform Technologies LLC
3. Miami Dade County Piggyback Contract
Insituform
Technologies. LLC
4/24/2020
17988 Edison Avenue
Chesterfield. MO 63005
www.insituform.com
"The Great City of Opa-locka"
780 Fisherman Street. Opa-locka, FL 33054
Name: Kenny Boeh
Title: Business Development
Phone: 412-310-8826
Project Name: 2020 Rehabilitation PS 8
Project #: City of Opa-Locka Piggyback of Miami -Dade Water and Sewer Contract S-946
Start Date: TBD Completion Date: TBD
Fax: 813-627-0006
Email: kboeh@aegion.com
AAJA-YVVDAR
PROPOSAL PRICING:
Item
Description
Unit
Qty
Unit Price
Total Price
3.01
For providing Maintenance of Traffic (MOT), the
aggregate sum of
Aggr. Sum
1
$3,850.00
$3,850.00
1.01
Cured -in -place 8" diameter pipe -lining up to 24"
deep in non -industrial areas
LF
9,242
$22.90
$211,641.80
1.13
Reinstatement of laterals
EA
103
$88.20
$9,084.60
1.14
Sealing Lateral Connections
EA
103
$227.40
$23,422.20
2.01
Bypass pumping of sewage, where authorized by
the Engineer, in 8" through 15" sewer pipes
EA
14
$1,500.00
$21,000.00
1.16
Supplemental Payment for Installing Cured -in -
place liners, in main lines, independent of pipe
diameter, and depth that are less than 100 LF in
total length for bid items 1.02 through 1.12
EA
1
$528.90
$528.90
Bid Items Outside Scope
1
Root and Grease Removal 8" dia. Sanitary Sewer
LF
2,500
$3.30
$8,250.00
3
8" Sanitary Sewer Point Repair - NW 151 Street
and NW 25 Ct Opa-Locka, FL
EA
1
$22,197.50
$22,197.50
4
8" Sanitary Sewer Point Repair - NW 22 Ave & Ali
Baba Ave Opa-Locka, FL
EA
1
$8,719.40
$8,719.40
TOTAL
$308,694.40
Submitted By:
Kenny Boeh
Business Development Manager
CONTRACT
THIS CONTRACT, made and entered into on the Z 5 t‘'' day
of 5 e.i)* e , 20 i "]
, by and between Miami -Dade County, Florida,
acting by and through the Office of the Mayor, party of the first part (hereinafter sometimes
called the "County"), and
Insituform Technologies, LLC party of the second
part (hereinafter sometimes called "Contractor");
WITNESSETH
That the parties hereto, for and in consideration of the covenants and agreements hereinafter
set forth, mutually agree as follows, to wit:
1. That the Contractor shall furnish all labor, materials and equipment and perform all work
in the manner and form provided by the Contract Documents covering the Project of the
County known and identified as
"TWO-YEAR COUNTYWIDE CONTRACT FOR REHABILITATION OF SANITARY
SEWERS BY THE CURED -IN -PLACE PIPE LINING METHOD WITH COUNTY OPTION -
TO -RENEW FOR AN ADDITIONAL TWO YEARS ON A YEARLY BASIS,
CONTRACT NO S-946"
at the unit prices reflected in the Proposal, for an aggregate amount up to Eight Million Dollars
and No Cents (U.S. Dollars) $8,000,000.00. The Contract will be awarded for an aggregate
amount of up to $8,000,000 for a two-year period. Unless the Contract is renewed, it will
terminate upon the depletion of the awarded amount or the expiration of the two-year period,
whichever occurs first. The two-year term of the Contract will commence with issuance of the
Notice to Proceed. The County Mayor or County Mayor's designee has the option to renew the
Contract for up to an additional two years on a year to year basis, provided that the Contractor
maintains the prices, etc. used in the original contract, with an additional total amount of up to
$8,000;000. Each renewal option will be for a one-year period and up to $4,000,000. The
County does not guarantee that the full amount of the Contract will be issued to the Contractor.
Continuation of the Contract beyond the initial period is a County prerogative not a right of the
bidder. This prerogative will be exercised only when such continuation is clearly in the best
interest of the County. The actual amount of work orders assigned is also a prerogative of the
County in its sole discretion and dependent only upon its needs.
2. That the Contractor shall begin the work to be performed under this Contract on a day to be
specified in a written order issued by the Engineer, and shall fully complete all work hereunder within the
time or times stated in the Proposal.
3. That the County shall pay to the Contractor for the faithful performance of this Contract, in lawful
money of the United States, and subject to additions and deductions as provided in the Contract
Documents, the total amount of the Proposal as set forth above at the times and in a manner stated in the
General Terms and Conditions of the Contract Documents.
4. It is further mutually agreed that if at any time after the execution of this Contract, Surety
Performance and Payment Bond, the County shall deem the surety upon such bonds to be
unsatisfactory, or if for any reason such bond shall become inadequate to cover the performance of the
Page 3of3
CONTRACT
work, the Contractor shall at its own expense, within five (5) days after the receipt of notice from the
County to do so, furnish an additional bond or bonds in such form and amount and with such surety or
sureties as shall be satisfactory to the County. In such event, no further payment to the Contractor shall
be deemed to be due under this Contract until such new or additional security shall have been furnished
in a manner and form satisfactory to the County.
5. The "Contract Documents" are hereby defined as the Questionnaire, the Advertisement for Bids,
the Instructions to Bidders, the Proposal, the Certified Resolution (Proposal/Prescribed Bid Bond), the
Prescribed Bid Bond, the Contract, the Surety Performance and Payment Bond, the Certified Resolution
(Contract/ Surety Performance and Payment Bond), the General Terms and Conditions, the
Supplemental General Terms and Conditions, the Supplemental General Conditions (if Ordinance 90-143
is applicable) including Wage and Benefit Schedules, the Specifications, the Plans, any Addenda which
may be issued, the Subcontractor /Supplier Listing Form (Ordinance 97-104 as amended by Ordinance
00-30), the Reporting Subcontracting Policies and Procedures (Ordinance 98 -15 9), the Small Business
Enterprise Programs Participation Provisions and Forms (if applicable), and the provisions for the
following: Vendors Affidavit (Uniform County Affidavits); Criminal Record (Felony) (as amended by
Ordinance 00-30; Community Workforce Program County Code Section 2-1701, Office of Miami -Dade
County Inspector General (IG) (if Ordinance 97-215 as amended by Ordinance 99-15 is applicable);
Sworn Statement — Public Entity Crimes [Florida Statute Sect. 287.133 (3) (a)]; Change Orders; Notice to
Proceed, Referenced Codes and Standards, Warranties and Guarantees, all related correspondence,
field notes, logs, and other documents.
The General Terms and Conditions of said Contract Documents are incorporated herein by reference and
made a part hereof as though fully set forth herein. The Contract Documents are complementary, so that
a recital in one is tantamount to a recital in all, and the Contractor specifically acknowledges that it has
read and understands all of said Contract Documents.
6. The various indemnities of the Contractor contained in the Contract Documents indemnifying the
County from liability for damages to persons or property caused by acts, omissions, or defaults in the
performance of the Contract Documents shall have a monetary limitation of the larger of the following:
$1,000,000.00, or the entire amount of the Contract.
7. The County retains the right to audit any and all information regarding this Contract as described in
the General Covenants and Conditions, Section 41 "Audit Rights and Review of Records",
8. Notwithstanding and prevailing over any other provision of the Contract Documents to the
contrary, the County Mayor or Mayor's designee's, may exercise the provisions of Section 2-8.2.12 (4)(d)
and (e) of the Code of Miami -Dade County. Any change orders or amendments shall not exceed 10
percent of the base contract price in cumulative percentage amount; provided however, that the foregoing
limitation shall not apply to any change order or amendment related to emergency actions impacting
remediation. public safety, health requirements or recovery from natural disaster and the foregoing
change orders and amendments shall require ratification by the Board; provided further that the County
Mayor or his designee may reduce in any amount the scope and compensation payable under this
Contract and grant compensable and non-compensable time extensions thereunder. Pursuant to Section
2-8.2.12 (5), the County Mayor or the County Mayor's designee's award and execution of this Contract is
subject to ratification by the Board of County Commissioners. If the Mayor or the Mayor's designee's
action is not ratified, and such legislative action becomes final, this Contract shall be deemed terminated
without further notice. In such event, the Contractor shall not be entitled to recovery of any lost profits or
other consequential or indirect damages. However, the Contractor is eligible for payment for any work
done prior to failure of the ratification, in accordance with General Terms and Conditions Article 11.D(1)
Termination for Convenience.
Page 3 of 3
CONTRACT
IN WITNESS WHEREOF, the parties hereto have executed this Contract in four (4) counterparts, each
of which shall be deemed an original Contract, all as of the day and year first hereinbefore written.
(OFFICIAL SEAL)
ATTEST: Harvey Ruvin
Clerk of t
Deputy Clerk
MIAMI DADE COUNTY, FLORIDA
BY ITS BOARD OF COUNTY COMMISSIONERS
By:
Mayor or Mayor's Designee
(PART:(.OP •114E,FIRST�ART)
Approved as to Form and Legal Sufficiency •h ; 'epf-v �,, 1.
�L
• COUNTY;
•Sa/utV, eti(,�P t ti ACC L\ CI 11 )1 9 v '- aR at"
r4
Assistant County Attorney 04
Miami -Dade Water and Sewer Department '••,*v
WHEN THE CONTRACTOR IS A CORPORATION
(CORPORATION SEAL)
ATTEST
,j (Secretary)
Jana Lause
Contracting and Attesting Officer
(Print or type name)
Insituform Technologies, LLC
(Name of Corporation)
By: k/Ait_ir
(Signature of Officer)
Diane Partridge
(Print or type name)
Contracting and Attesting Officer
(Official Title)
17988 Edison Avenue
Chesterfield, MO 63005
(Address)
(PARTY OF THE SECOND PART)
Attach to each counterpart a certified copy of a resolution of the Board of Directors of the
corporation authorizing the officer who signs the Contract and Surety Performance and Payment
Bond to do so in its behalf.
Page 3 of 3
CERTIFIED RESOLUTION
Jana Lause
(Name) (LLC)
Insituform Technologies, LLC , a Corporation organized and existing under the laws
of the State of Delaware , do hereby certify that the following Resolution was
unanimously adopted and passed by a quorum of the Board of Directors of the said
Corporation at a meeting held in accordance with law and the by-laws of the said
Corporation:
Contracting and
Attesting Officer
the duly elected tkeu tarry of
"IT IS HEREBY RESOLVED that Diane Partridge , the duly
(Name)
elected Contracting and Attesting Officer of Insituform Technologies, LLC
(Title of Officer)
be and is hereby authorized to execute and submit a Contract and Surety Performance
and Payment Bond to Miami -Dade County, Florida, and the Miami -Dade Water and
Sewer Department, respectively, for a certain Project entitled
TWO-YEAR COUNTYWIDE CONTRACT FOR REHABILITATION OF SANITARY
SEWERS BY THE CURED -IN -PLACE PIPE LINING METHOD WITH COUNTY
OPTION -TO -RENEW FOR AN ADDITIONAL TWO YEARS ON A YEARLY BASIS,
CONTRACT NO S-946
and such other instruments in writing as may be necessary in behalf of the said
Corporation, and that the Contract, Surety Performance and Payment Bond and other
such instruments signed by him shall be binding upon the said Corporation as its own
acts and deeds."
I further certify that the above Resolution is in force and effect and has not been
revised, revoked or rescinded.
Given under my hand and the Seal of the said Corporation this ZS�L' day
of 5e Pt-e..,bec- 20 9 .
(Month) (Year)
By: 4142/r_.4r
(Sr atarq)
Jana Lause
Contracting and Attesting Officer
(Print or type name)
(SEAL) Insituform Technologies, LLC
(Corporate Title)
Page 1 of 1
INSITIUFORM TECHNOLOGIES, LLC
PRESIDENT APPOINTMENT OF
CONTRACTING AND ATTESTING OFFICERS
The undersigned, being the President of Insituform Technologies, LLC, a Delaware Limited
Liability Company (tine "Company"), and pursuant to the authority set forth in the Limited Liability
Company Operating Agreement of the Company, hereby determines that:
1. Christlanda Adkins, Laura M. Andreski, Janet Hass, Jana Lause, Diane Partridge,
Whittney Schulte, and Ursula Youngblood are appointed as Contracting and Attesting
Officers of the Company, each with the authority, individually and in the absence of the
others, subject to the control of the Board of Managers of the Company, to; (i) certify
and attest to the signature of any officer of the Company; (ii) enter into and bind the
Company to perform pipeline rehabilitation activities of the Company and all matters
related thereto, including the maintenance of one or more offices and facilities of the
Company; (iii) execute and to deliver documents on behalf of the Company; and (iv)
take such other action as is or may be necessary and appropriate to carry out the project,
activities and work of the Company.
2. Any person previously appointed or serving as a Contracting and Attesting Officer of the
Company prior to the date hereof and who is not named above is hereby removed from.
any such appointment.
Dated; December 1, 2018
Charles R. Gordon
President
Bond No. 107121678
SURETY PERFORMANCE AND PAYMENT BOND
By this Bond, We, Insituform Technologies, LLC, as Principal, whose principal
business address is 17988 Edison Avenue, Chesterfield, MO 63005
as Contractor under the contract dated 5 e ke...ber- ' -5 , 20 t 9 ,
between Principal and Miami -Dade County for the construction of "TWO-YEAR
COUNTYWIDE CONTRACT FOR REHABILITATION OF SANITARY SEWERS BY THE
CURED -IN -PLACE PIPE LINING METHOD WITH COUNTY OPTION -TO -RENEW FOR
AN ADDITIONAL TWO YEARS ON A YEARLY BASIS, CONTRACT NO S-946",
(hereinafter referred to as "Contract") the terms of which Contract are incorporated by
reference in its entirety into this Bond and Travelers Casualty and Surety Company of America
a corporation, whose principal business address is One Tower Square, Hartford, CT 06183
as Surety, are bound to Miami -
Dade County (hereinafter referred to as "County") "). for an aggregate amount up to Eight
Million Dollars and No Cents (U.S. Dollars) $8,000,000.00, for payment of which we bind
ourselves, our heirs, personal representatives, successors, and assigns, jointly and
severally. The County does not guarantee that the full amount of the Contract will be
issued to, or paid to the contractor. The actual amount of work orders assigned is also a
prerogative of the County in its sole discretion and dependent only upon its needs.
THE CONDITION OF THIS BOND is that if Principal:
1. Performs all work due under the Contract, including but not limited to guarantees, warranties,
and the curing of latent defects, said Contract being made a part of this bond by reference; and in
the times and in the manner prescribed in the Contract, including any and all damages for delay;
and
2. Promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida
Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal
in the prosecution of the work provided for in the Contract; and
3. Pays County for all losses, damages, including damages for delay, expenses, costs and
attorney's fees, including appellate proceedings, that County sustains because of a default by
Principal under the Contract, including but not limited to a failure to honor all guarantees and
warranties or to cure latent defects in its work or materials within 5 years after completion of the
work under the Contract: and
4. Performs the guarantee of all work and materials furnished under the Contract for the time
specified in the Contract, including all warranties and curing all latent defects within 5 years after
completion of the work under the Contract; then this bond is void, otherwise it remains in full force.
If no specific periods of warranty are stated in the Contract for any particular item or work,
material or equipment, the warranty shall be deemed to be a period of one (1) year from the date of
final acceptance by the County. This Bond does not limit the County's ability to pursue suits directly
with the Principal seeking damages for latent defects in materials or workmanship, such actions
being subject to the limitations found in Section 95.11(3)(c), Florida Statutes.
Any changes in or under the Contract Documents,and compliance or noncompliance with
any formalities connected with the Contract or the changes, do not affect the Surety's obligation
under this Bond.
Page 1 of 3
SURETY PERFORMANCE AND PAYMENT BOND (Continued)
IN WITNESS WHEREOF, the above bounden parties have caused this Bond to be executed
by their appropriate officials as of the 2_5l`^ day of Scpke.,ber , 20 9 .
ATTEST: CONTRACTOR:
4 ;i--e---- . Insituform Technologies, LLC
( y) (Contractor Name)-
Janet Hass, Contracting & Attesting Officer BY: (SL , Ot,,,j)-c ).. ---
(Print or type name) (President) (Managing Partner or Joira enturer)
Diane Partridge
(Print or type name)
Contracting & Attesting Officer
(Official Title)
(SEAL)
Page 2 of 3
SURETY PERFORMANCE AND PAYMENT BOND (Continued)
COUNTERSIGNED BY RESIDENT
FLORIDA AGENT OF SURETY:
(CORPORATE SEAL)
By: N 1
(Signature of Attorney -in -Fact)`
Andrew P. Thome, Attorney -in -Fact
(Printed Name of Attorney -in -Fact)
One Tower Square
Hartford, CT 06183
(Address)
860-277-0111
(Telephone)
*Power of Attorney must be attached
Travelers Casualty and Surety Company of America
(Printed Name of Surety)
One Tower Square
Hartford, CT 06183
(Address of Surety)
860-277-0111
(Telephone of Surety)
By: CACI��
(Signature of Resident Florida Agent)*
Katherine Cronin
(Printed Name of Agent)
2420 Lakemont Ave., Ste 100
Orlando, FL 32814
(Address)
407-388-2509
(Telephone)
(Copy of Agent's current
Identification Card as issued by
Commissioner must be attached)
Page 3 of 3
BO D APPROVED
AS TO 1 ' • UNCE REQUIREMENTS
IS ' IS MANA EM NT DIVISION
DATE: 1
State of Missouri
County of St. Louis
On SsgtehbertS,iot9,1 before me, a Notary Public in and for said County and State, residing therein, duly
commissioned and swom, personally appeared Andrew P. Thome known to me to be Attorney -in -
Fact of
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
the corporation described in and that executed the within and foregoing instrument, and known to me
to be the person who executed the said instrument in behalf of said corporation, and he duly
acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year
stated in this certificate above.
•
Donna Robson, Notary Public
My Commission Expires:
DONNA
Notary Public — Notary Seal
State of Missouri, St. Cb7 les County
Commission # 17i;S7942
My Commission E: a;ires J :ne 21, 2021
TRAVELERS .'
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 Andrew P. Thome, of Chesterfield, Missouri, their true and lawful
Attomey-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 3rd day of February,
2017.
State of Connecticut
City of Hartford ss.
-Robert L. Raney, Sehror Vice President
On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of
Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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.
In Witness Whereof. I hereunto set my hand and official seal.
My Commission expires the 30th day of June. 2021 CtA^'"
Marie C. Tetreault, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 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 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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety
Company, and St. Paul Fire and Marine Insurance 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 remains in full force and effect.
Dated this 2_5 t"-• day ofSeitembe , 2_ k 9 ,
Gam--
Kevin E Hughes, Assretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above -named Attorney -in -Fact and the details of the bond to which the power is attached.
FLORIDA DEPARTMENT OF FINANCIAL SERVICES
Resident Insurance License
.0220 - GENERAL LINES (PROP & CAS)
Please Note
KATHERINE JOANN CRONIN
License Number : W260543
Issue Date
06/04/2015
A license. may only transact Insurance with lin active appointment by an
eligible r a errployer. II you a ailing a a surplus lines agent, public adjuster, r rant InIofm. ery manager/broker, you should have an appointment rem t corded in your own name on ON with the Department 11 you are immure o1 your license
status you should contact the Florida Department of Financial Servivos immediately. This license wilt expire if more then 48 months elapse without an appointment for
each class of insurance listed II such expiration occurs. the individual will be required to re -quality as a krst-tkne applicant. If this license v obtained by passing a
Mr scen.ure examination offered by the Florida Depa.nt of Fnencial Services, the licensee Is required to comply with continuing education was
contained In
626.2815 or 648. 385, Florida Statutes. A licensee may track their continuing education requeem.nts completed or needed in thee MyPromle account at
https.//dice. adfs,com. To vekdale the accuracy of this keens you may review the individual license record under "Licensee Search" on the Florida Department of
Financial Services websee ert hap/Mow. MyFlorideCFO.eorrvOivcloNAgents
Timmy Patrons
Chief Financial Officer
State of Florida