Loading...
Marjani BuildersCITY OF ROSEMEAD ROSEMEAD COMMUNITY RECREATION CENTER INTERIOR RENOVATION PROJECT PROJECT No. 31004 BIDDER: 1 M 1 kfAA11 6U/L,0 P CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE ............... ............................... SECTION 2 BID DATA FORMS ............ ............................... 2.A BID BOND ......................... ............................... 2.13 LIST OF PROPOSED SUBCONTRACTORS.. SECTION 3 NON - COLLUSION AFFIDAVIT........ 1 ...........................5 ...........................6 ...........................7 10 CBF -12 SECTION 1- BID SCHEDULE _l BIDDER: BID SCHEDULE SCHEDULE OF PRICES FOR ROSEMEAD COMMUNITY RECREATION CENTER INTERIOR RENOVATION PROJECT PROJECT No. 31004 BASE BID SCHEDULE NO. ITEM DESCRIPTION UNIT OF MEASU RE EST. QTY. UNIT PRICE ITEM COST 1 General Conditions LS 1 43= 60 2 Disposal of Waste Materials LS 1 k!jjCW , dd 3 Restroom Removal & Replacement LS 1 Lnmo , w 4 Flooring LS 1 12, 000.00 5 Painting LS 1 A116W . 00 6 HVAC Work LS 1 304 cm. 00 7 Electrical work LS 1 3 - 75 r 000. 00 8 Sitework LS 1 'Cj 000.00 9 Acoustical Panels LS 1 t 3').000.00 TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ -0 OOO _ W Dollar amount in written form ALTERNATE BID ITEM 1 NO. ITEM DESCRIPTION UNIT.OF MEASURE EST. QTY. UNIT PRICE ITEM COST 10 Removal of flooring & base and LS 1 replacement with Linoleum flooring & 6" rubber base for dD Multi- purpose Room 1 (Room I^^O W 107). Repaint all wall surfaces, soffit, doors and ceiling surfaces, etc. CBF -1 TOTAL ALTERNATE BID ITEM #1 PRICE BIDDER: �A�fAAI! 81-11 Dollar amount fn written form ALTERNATE BID ITEM 2 NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST 11 Removal of flooring & base and LS 1 replacement with Linoleum flooring & 6" rubber base for Multi- purpose Room 2 (Room 102). Repaint all wall surfaces, soffit, doors and ceiling surfaces TOTAL ALTERNATE BID ITEM #2 PRICE $ 2 OW. 00 0 form TOTAL BASE BID PRICE INCLUDING ALTERNATE BID ITEM #1 & #2 $ (07h400 o 00 Dollar amount in written form Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project. If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. CBF -2 BIDDER: 11 *tf�N 1 Cj211" Attached hereto is a certified check, a cashier's check or a bid bond in the amount of Io Z Dollars ($ said amount being not less than ten percent (10 %) of the Total Bid Pri e. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid.. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that,.when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractors license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts of five hundred dollars ($500.00) if project is not completed in one hundred twenty (120) calendar Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. Nn f (l� l *p"(j doACd gpVjj 1 The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -3 BIDDER: &TRN/ Aulz6foox By: - Signature AL6,xgNDGR A. MAK ANI Type or Print Name Title Bidder's /Contractor's State of Incorporation: Partners or Joint Venturers: 2 -4 41 Rd , - VCA<) A- 1 4A.g Business Street Address M4.rlon aej 44 9269 City, State and Zao Code 949.305. o993 Telephone Number Bidder's License Number(s): NOTES: 1) 2) 3) 96712-8 By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. If Bidder is a corporation, enter State of Incorporation in addition to Business Address If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF -4 BIDDER: /'Y,#R A1-11LGl SECTION 2 BID DATA FORMS CBF -5 BIDDER: /V '6L1l1-o � Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Principal, and as , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of DOLLARS ($ ), being not less than ten percent (10 %) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Rosemead Community Recreation Center Interior Renovation Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this day of , 20 Principal By: Signature 0 Surety Signature CBF -6 BIDDER: MARVIAll 6L11L.0Lr 2.13 LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act,' Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one -half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further setforth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuantto Public Contract Code Section 4104, the Owner has determined that itwill allow Bidders twenty -four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent 1 (greaterthan 0.5 %) of the Total Bid Price or, in the case of bids or offers forthe construction _.� of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -7 BIDDER: /`M red . 11 &aZL<6 - " 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Next 2 Pages if needed for listing additional subcontractors." ] Name and Location Description of Work of Subcontractor t Subcontracted Name: UCA I��WQ`I I So W I U '� Address: C C � nn 1n�, and roofirw� (\�L.11Y 10� I CW Name and Location of Subcontractor Name and Location of Subcontractor Name: L pP F-6 _ Address OffrINts .0 Description of Work to be Subcontracted W \0� Description of Work to be Subcontracted MOYI � fir 0\1AU (fir & onin9 Name and Location of Subcontractor Name: Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Description of Work to be Subcontracted CBF -8 BIDDER: vi7,C Ti$e(// c/�UlL J 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) .._- ["Duplicate Next 2 Pages if needed for lisfing additional submntracbr * Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location of Subcontractor Name: Address: 1 Name and Location of Subcontractor Name: Address: Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Description of Work to be Subcontracted Description of Work to be Subcontracted CBF -8 BIDDER: M/A/L.TAiI// ll/LL906 2. 2.0 The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: t. 4 . Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed l � 3. / Name and Address of Owner Name and telephone number of person familiar with project Contract amount 4. Name and Address of Owner Type of Work Date Completed Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF -9 BIDDER: -Yi�2fd�i(// QL/lG SECTION 3 NON - COLLUSION AFFIDAVIT CBF -10 BIDDER: 1')1?1��MNI 201, NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. t Signe 0ER A. M41Z1.4N1 } Typed or Printed Name Title P1 4 (JA ii I 6U t (D 's Bidder Subscribed sworn before me This day of 20 (Seal) See Attached Document Notary Public in and for the State of California My Commission Expires: CBF -11 Jurat State of California County of afa", �c Subscribed and sworn to (or affirmed) before me on this 20,/3 by r 1(e2cancXC� day of fir proved to me on the basis of satisfactory evidence to be the person( who appeared before me. Signature (qma y seal) JUAN PEREZ Commission # 1983651 - -r Notary Public - Calitornia z Z Orange County M Comm. Ea Ives Jul 25, 2016 OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT koA- c /r A(1110 i"l (Titlem description of attached document) (Title m description of attached document continued) Number of Pages Document Date (Additional information) INSTRUCTIONS FOR COMPLETING THIS FORM Any Jurat completed in California must contain verbiage that indicates the notary public either personally knew the document signer (afant) or that the identity was satisfactorily proven to the notary with acceptable identification in accordance with California notary law. Any jurat compleled in California which does not have such verbiage must have add the wording either with a jurat stamp or with ajurat form which does inchude proper wording. There are no exceptions to this law for any jural performed in California. In addition, the notary must require an club ar ajfnnafion from the document signer regarding the truthfulness of the contents of the document. The document must be signed AFITR the oath or affirmation. If the document was previously signed, it must be resigned in fro t of the notary public during the juralprocess. • State and Comity information must be the State and County where the document signers) personally appeared before the notary public. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the jivat process is completed. • Print the name(s) of docmnent signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a differentyu at form. Additional information is not required but could help to ensure this just is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document 2008 Version CAPA vL9.07 800 - 873 -9865 www.NotaryClasses.com MARJANI BUILDERS Lie. #967128 26091 Ravenna Road • Mission Viejo • CA 92692 • Tel: 949.305.0393 • Fax: 949.305.0394 Completed Proiects durine the last three vears: Project Name: City of Rialto Improvements at Fitness Center - New Addition Contract Amount: $420,000 Contact: Eddie Chan City of Rialto Public Works Department 335 W. Rialto Avenue Rialto, CA 92376 Architect: T. 909.820.2651 Architect: Miller Architecture Interiors Planning 1177 Idaho Street, Suite 200 Redlands, CA 92374 Project Name: City of Moreno Valley Emergency Operations Center Contract Amount: $650,000 Contact: Dale Brose City of Moreno Valley 14177 Frederick Street Moreno Valley, CA 92552 T. 951.413.3355 Architect: WWC -OT (Widom Wein Cohen O'Leary Terasawa) 4280 Latham Street Riverside, CA 92501 Eric DeMott, RA - Senior Associate Project Name: County of Los Angeles , Ladera Heights Community and Senior Center Contract Amount: $452,000 Contact: Alicia R. Ramos Capital Projects Management Associate Project Management Division II Count of Los Angeles Department of Public works 900.South Fremont Avenue, 5` Floor Alhambra, CA 91803 T. 626.300.3210 MARJAM BUILDERS Lic. #967126 26091 Ravenna Road • Mission Viejo • CA 92692 • Tel: 949.305.0393 • Fax: 949.305.0394 Project Name: Los Angeles Valley College Theatre Arts and Movie Production Buildings Contract Amount: $580,000 Contact: Robert Rincon Senior Project Manager - Prop A & AA Bond Program Los Angeles Community College District - URS Corporation 5800 Fulton Avenue Valley Glen, CA 91401 T. 818.756.0952 Project Name: County of Orange - John Wayne Airport Renovation At Gate 4 and 11 Restrooms Contract Amount: $460,000 Contact: Rick Cathey Project Manager 3160 Airway Avenue Costa Mesa, CA 92626 T. 949.252.5129 MARJAM BUILDERS Lie. #967128 26091 Ravenna Road • Mission Viejo • CA 92692 • Tel: 949.305.0393 • Fax: 949.305.0394 Projects in Progress: Project Name: City of Arcadia Cay Mortenson Auditorium Remodel Contract Amount: $122,000 Contact: Dave McVey Public Work Services Department 11800 Goldring Road Arcadia, CA 91066 T. 626.256.6664 Architect: TKE Planning 2305 Chicago Ave. Riverside, CA 92506 Completed: 35 Completion Date: May 31 2013 �L BIDDER: MARJANI BUILDERS Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly Identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT MARJANI BUILDERS as Principal, and NORTH AMERICAN SPECIALTY INSURANCE COMPANY , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of TEN PERCENT OF GREATER AMOUNT BID --- - - - - -- ($ 10% ), being not less than ten percent (10 %) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,joWly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Rosemead Community Recreation Center Interior Renovation Project as set forth In the Notice Inviting Bids and accompanying Bid Documents, dated APRIL 17,2013 - NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters Into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required Insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and vold; otherwise N shall remain in full force and effect. In the event suit is brought upon this bond bythe OWNER and judgment Is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attomeys' fees to be fixed by the court. SIGNED AND SEALED, this 11TH day of MARJANI BUILDERS (SEAL) Principal B Sig ature APRIL 2013 T . NORTH AMERICAN SPECIALTY INSURANCE COMPANY (SE) Surety //_ IJW Signature GLENDA J. GAR ER, ATTORNEY -IN -FACT CBF -0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of SAN DIEGO On 4/11/2013 before me, MICHELLE M BASUIL NOTARY PUBLIC Data Here Insert Name and Title at the Officer personally appeared GLENDA J. GARDNER Name(s) of Signer(s) MICHELLE M. BASUIL COMM #1 NOTARY PUO -CAUFO LIC- CALIFORNIA N SAN DIEGO COUNTY e My Comm. Exp AUO 24, 2013 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(r� whose name(&) is /are subscribed to the within instrument and acknowledged to me thatiie'shekH� executed the same in 4aia /her /tFie4 authorized capacity(ies), and that by- kisiherfiheii: signature(E) on the instrument the person( &), or the entity upon behalf of which the person(* acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature X044 p Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: BID BOND Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: GLENDA J. GARD NER ❑ Individual ❑ Corporate Officer — Title(s):_ ❑ Partner— ❑ Limited ❑ General V Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s) ❑ Partner — ❑Limited ❑General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 20D7 National Notary Association • 9350 Do Soto Ave., P.O. Box 2402 • Chalmorth, CA 91313 -2402 • w .NalionalNotary.org Item #590] Reorder: Call Tall -Free 1- 800 -876 -6027 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint JOHN G. MALONEY. HELEN MALONEY, MICHELLE M, BASUIL, GLENDA J. GARDNER, MARK D. IATAROLA and DEBORAH D. DAVIS JOINTLY OR SEVERALLY Its true and lawful Attomey(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as suety, on contracts of suretyship as are or may be required or peimitled by law, regulation, contract or otherwise, provided that no bond or undertaking or contact or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington Intemational Insurance Company at meetings duly called and held on the 91h of May, 2012. "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contact of surety to which it is attached." 111111041 \ psQ hh pllTPj .iG �= : By ,,�1 \IONA 19 4}'' ( • , N , p :11 SEAL inE Steven P. Anderme, Senior Vim President of Wasbinglon lnlernullonnl Insurance Company �2' SIAL ar 4 1 Wa �Wy:O` f b�N4MP9a -C� &Senior Viec President of NOrlM1 Americans uV In+aranec Q,m Pea Y pant' �1 (na � a#1111[111115 �$O BY David Af. racmm, Vice President of Was" hingfan International lnmeann Cumpony & Vice President ofNorlh American Specially reentrance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals Lobe hereunto allured, and these presents to be signed by their authorized officers thisl 0th day of Decenhbei , 2012 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook as: On anis 101 th day of December , 20 , before me, a Notary Public personally appeared Steven P, Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington Intemational Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OPPICLtLSEAL" k.ot>la �O p Bk J _ DONNA D. SKLENS "�' " ' U Notary Public, State or Illinois Dolma D. Sklens, Notary Public My Commission P.xpkas 1010612015 I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this l lth day of APRIL , 20 13 . Jeff e Go1d1vo,, Vice Praidad & Assislanl 1ecm1a1 of Woshiuglou Ina mxaomd Immane Company & North American Specially Immerm Comlauy