Loading...
E.C. Construction BIDDER: b ' C ' �tit'IA V VCT�C 6� BID SCHEDULE SCHEDULE OF PRICES FOR ANNUAL RESIDENTIAL RESURFACING PROJECT HELLMAN AVENUE FROM JACKSON AVENUE TO NEW AVENUE PROJECT No. 21019 BASE BID SCHEDULE UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans LS 1 and specifications. See technical ;j(30 00 provisions TP-2, TP-3 &TP-4. 2 Disposal of Waste Materials. LS 1 II`G-00 , 60 3 Cold mill 2.0-inches thick existing SF 50,700 O 37 r I� Of pavement. I `I v 4 Construct 1.5 inches thick TONS 480 pavement overlay ARHM-GG-C 0 , O O (PG 64-16) as indicated on the 31 -00 plans. 5 Construct 1.0 inches thick TONS 350 Asphaltic Leveling course D1 g , 7J� � (PG 64-10) as indicated on the ` I plans. 6 Remove 6-inches of existing SF 400 pavement and replace it with 4- inches of AC B-PG 64-10 Base I 004J% 1 Course over compacted native. 7 Remove Existing, Dispose and SF 730 Construct 4-inches thick PCC —y 4-15T cc Sidewalk per SPPWC Std. Plan 113-1. 8 Remove Existing, Dispose and LF 394 Construct 8-inches Curb and 24- 1 I V ( o 45[74 . 11- inches Gutter per SPPWC Std. Plan 120-2. 9 Remove Existing, Dispose and EA 4 \7� - ,,\\ Construct PCC Curb Ramps per 3 IA '0l 17. 00 , OD SPPWC Std. Plan 111-4. 10 Remove Existing and Construct SF 825 Q � 6-Inches Thick Driveway 1 c U V SO Approach per SPPWC Std. Plan V 110-2 CBF -2 BIDDER: � ,� ' C0Y1�7 YtA,C. t�o11 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 11 Double Adjust Sewer Manhole to EA 7 I` �C 7�� Grade per SPPWC Std. Plan -bg{{C / 0. 0C 205-1 and 206-1. 12 Adjust Water Valve/Gas Valve to EA 19 U 0 Grade. 13 Install Survey Well Monument EA 3 per City of Rosemead Std. Plan 508-001. See Section 2-9 I 000 U 3 COD • C 0 Surveying of the General I Provision-7 per details (Cover, Sleeve & Dome will be provided by the City at no cost). 14 Install Traffic Striping, Traffic LS 1 Signal Loops and Pavement 1-I 'g'0 ,-u01 Markers per the Striping Plans t and Specifications Complete. 15 Install 36-Inch Box Parkway Tree EA 20 • Pyrus New Bradford (Holmford) Pear" including 90-days n i '60 I Lt lob v ,c0 maintenance period and tree I wells per SPPWC Std. Plan 520- 4. 16 Remove and Dispose Existing EA 5 -I Q 1 (� Trees 24-Inches Average I O 2. �t % GI F 0 . 00 Diameter Complete. TOTAL BASE BID PRICE (aCHEDU4 E ID PRIC ):$ -2,1 2-- TWaF ,wt-UkLt a\ 1e thAti5a 5(V-04 I- auictIV .511t + PIlo Dollar amount in written fo&m D i TS 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 CBF - 3 BIDDER: E,C • 0 V Y )"7 1—(.� LC t 1 written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or id bond he,amount of Dollars($ )said amount being not less than to rcen (10%) 'f the Total Bid Price. The undersigned agrees that said amount shall be retained by the Own ,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 contractor's 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 THIRTY (30) calendar days. The Contract Time will begin to run ten (10)Working Days from the date of the Notice of Proceed and subject to the terms and conditions described in the Contract Form and the Contract 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. 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 -4 BIDDER: E C Ont7t IortAC f/C By: (al v - 1 ,1/ I / 2-7 113 CHICO AW2 • ignature Business Street Address �ehyi K . Wal'rkY47 j EL V bone tCck • q1��`3 Type or Print Name City, State and Zip Code Vice,1&Q /i (z2(& L 4a-- 1SThO Title Telephone Number Bidder's/Contractor's State of Incorporation: '- Ci ik Gf41A��. Partners or Joint Venturers: Bidders License Number(s): t&i Department Industrial Relations Registered No. l ecietel 311 NOTES: 1) By its signature on this Bid,the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidden,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 - 5 4R ) 'tongtcntttnn 2213 CHICO AVE JSO.EL MONTE,CA 91733 Phone:(626)444-9596 Fax (626)444-3077 California Contractors License#366814 April 17, 2012 Resolution of the board of directors of E C Construction Co The following is a true copy of a resolution adopted by the board of directors of EC Construction Co on April 17, 2012 Resolved: That Sandra L. Walters, CEO, John K. Walters President, Matthew C. Walters, V. Pres., Sarah L. Walters, V. Pres., Darby K. Walters, Secy., are authorized to enter into contracts and obligations on behalf of the corporation. / LJ: t Darby K. Walters Secy. BIDDER: Etc. C,cwit ve <LUv\ SECTION 2 BID DATA FORMS CBF-6 BIDDER: E •C • C K)orjrinAc 2.B 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 set forth 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. Pursuant to Public Contract Code Section 4104,the Owner has determined that it will 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 (greater than 0.5%)of the 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, 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-8 BIDDER: E •C- • C )l l(l/lC11,6H 2.B LIST OF PROPOSED SUBCONTRACTORS(continued) p•Duplicate Next 2 Pages if needed for listing additional subcontraCOrsYI Name and Location Description of Work of Subcontractor to be Subcontracted Name: ET-3_5- IVL6\ 0.ele i�c3u,51 Address: 1320 a b^l' • - I/0e - 'r"li ('LLY • (112 0c1 License No.: '. '1 Department of Industrial Relation Registration No. 1J 4C iVldr :IA I Name and Location Description of Work of Subcontractor to be Su contrasted CI l v�i11 Name: -1)a` {tiAQ1/4 I Cu (1II 1E111 ea_ 4fl Z Address: lO -aK _ V(3.1 MF.IUjy uruOq vGC lY.11 I License No.: 3s-2-- I Department of Industrial Relation Registration No. UC YiG Name and Location Description of Work of Subcontractor to be Subcontracted Name: Sri)11- 5 0✓1 i CAV I L-ti,C Vs Address: E rein etntie C0., f tcc7,t. 7 License No.: 1 LI I`Z„ I Department of Industrial Relation Registration No. Ov ✓I Ei '-kr-r Vl I Name and Location Description of Work of Subcontractor to b Subcontracted, Pc-1 to fVlvL Name: 11 Address: Itt3 E• i-ljll ` . L' ' 13QacI-i Q& a0 OJo License No.: 13St7�" Department of Industrial Relation Registration No. 1).JAE yL'yycl-t I Name and Location Description of Work of Subcontractor to be Subcontracted Name: J\$e.t`/a L • kids e ,> 5 Address: a O MAt{7ES• tL kvPi +b-Q IC• 117�J�7 License No.: 51 • 1.17 Department of Industrial Relation Registration No.i)U'0 044r(L 1 PSI l Sio"5 lit e I 0 717. 01,Cevl-01n Yla �a y aSa vlck Ca, el ItO9 q -115b9 CBF-9 BIDDER: E • 0. eO11e-XfLl fcv) 2.0 REFERENCES 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: 1. C (� rkk' 17(16(1 1/0( - -- - - - Name and Address of Owner EIJ)n3-Tal (ilo '144 - 012-- Name and telephone numbler of person familiar with project 51)° 100:01- 7-0 I "72 Contract ount Type of Work Date Completed 2. Cl'l.j ( h 50,h, 0/10,y-it.te, Name and Address of Owner C'ow-6_7 Awartcko (62Ia civ) —two Name and telephone number of person familiar with project 2-a13 - 1 Contract amount Type of Work Date Complete 3. 0 lft\ h�101�Yhv Lr� Name and Address of Owner Name and telephone number of person familiar with project 5-0CyMa 1- `d i et zb l Contract amount Type of Work Date Competed 4. Name and Address of Owner Name and telephone number of person familiar with project -- Contract amount Type of Work Date Completed CBF- 10 BIDDER: C • Co SECTION 3 NON-COLLUSION AFFIDAVIT CBF- 11 BIDDER: C -C • CQ L'v rut L-t)t 1 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. Jae 1M /y . /1li Iv " nature / ` pp�� � id K tcaL*r°p Typed or Printed Name `Pr-e,td.eiti (. / Title £ .0 • 0, L 11 Stir lA r fl,)1'-) Bidder • Subscribed and sworn before me ad`z'era/LA t"� .�- °" " bNS� `ti $a t,sCach � This I day of 5ex.1nua-n.r , 2015 (Seal) a - - -II (n' Notary Public in and for the State of California • i CATHERINE M. BAIRD I S.�'ia COMM.#1920500 My Commission Expires: �en ■I ao IS w , /21 r awc.0 r El 3 ��'T° _Mf Comm En,FEB 1,2015 I CBF- 12 • • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 •.a.a....«..a a..-c.a.a.ac ca{. a<a..a,.•a . r,r.•a...v...w.w.«...<...«...........nr.rr.:<.a,w sr >.A. ..A.. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Los Angeles On January 15, 2015 before me, Priya Neilly, Notary Public Date Here Insert Name and Title of the Officer personally appeared Gary B. Merrill Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Californr t the foregoing paragraph is true and correct.. WITNESS my ha an icial seal. PRIMA NEILLY '�y Commission # 1948491 2i y', Notary Public-California Signature 7 �✓ ;fy.y� Los Angeles County _ .•3 ry Co_m.Expires Sep 13_2015 - - Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above Capacity(ies) Claimed by Signers) Signer's Name: __. _ Signer's Name: Corporate Officer — Title(s): __. Corporate Officer — Title(s): Partner — Limited General Partner — Limited General Individual X Attorney in Fact Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other: _ Other: Signer Is Representing: Signer Is Representing: a. . a. ,• ., - z ax- ,ewr-:ccccccc"tcccrc"<-:ccc^wr:cu"e=czecu. .cr.�. �c? ^u:2. ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 BIDDER: C C - Conrsinteti a Co . 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 Bidders name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT E. C. Construction Co. ,as Principal, and Travelers Casualty and Surety Company of America , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of Bid Amount DOLLARS ($ 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,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the ANNUAL RESIDENTIAL RESURFACING PROJECT-HELLMAN AVENUE FROM JACKSON AVENUE TO NEW AVENUE as set forth in the Notice Inviting Bids and accompanying Bid Documents,dated January 21, 2015 . 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 15th day of January , 2015 Travelers Casualty and Surety E. C. Construction Co. (SEAL) Company of America (SEAL) Principal Surety By: 7 1. ; I ditu2 By: C0T2f'7 h Aerie) S.J.nature SokNK.U3rt LTEYS Signature Gary B. Merrill QRE511>6N T Attorney-In-Fact CBF-7 Y WARNING.rHIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER a POWER OF ATTORNEY TRAVELERS) Farmington Casually company Si.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Trawlers Casually and Surely Company Fidelity and Guaranty Insurance Underwriters.Inc. TTa.den Casualty and Surely Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Altarney_In Fact Nn. 223256 Certificate No. 0 0 5 9 910 3 2 KNOW ALL MEN RI—THESE PRESENTS: That Farmington C.sulhv Company. St. Paul Isle and \lu-nc Insurance murrain. St. Paul Guardrail Inurunre Company SI. Pad Mercury Mercur, Insurance Company Travelen.Casually and Su ray lompans. Ir vele.('. 'Ice and Sur ly rampant. of AIIMICLI-and United Saics [Tiaras and Guaranis Company d nla ' duly zed under the d v of the State ol C' uot e(e . that Faddy and Guar v ly l C Cone ny is . corporation duly organized under the lows of the Sae of Iowa.and that Fidelity and Chat. Mai d1112C Udenims.Inc. 'a era poratro duly ganzed under the laws nit the Share of Wisconsin therein culleetce]v called the hCompamea.. u1 that h Companies O hereby make and.ppo n Gary B. Merrill of the Coy or Pasadena saw of California their rne and lawful Atmmeylsl-in-Fact. etch in their eparte carats more mauve IN named ribose.t seal and acknowledge n d all bond _ ce.conditional ,lertkin_ and others l g obligatory e thereof o behalf of the Companies in their b ss ,f guaranteeing the fidelity of I guaranteeing he per formance of c mnac. and executing or guaranteeing bonds takings iequired or penmilted in , actions tar proceeding.allowed by Ian- IN TT ItNESS WHEREOF.the C npanles Arse Lased this inst'anent to be signed and the'corporate "l:to he heret affsed.this 21st Am of July 2014 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Trawlers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United Slates Fidelity and Guaranty Company St.Paul Guardian Insurance Company #q.i6A ® r,amealntm ® G / En 7951 LLi t scxP s l saxF. + 1\ g as > +� \. //�/q/ ° pan. e State ol Connecticut By t C it,eua Hatlrnal�.sn. [Starr \ Lair GE.Priilent On rats Ilie 21g Jy of July 2014 before Inc personally appeared Robert L.Rang,who acknowledged himself to be the Senior We President ol Fn- Son Caaalts Company. Fidelity and Guaranty I ee Company Finely and Gum ants IA:mance Undeurters.Inc..St Paul Fire and M: eInsurance C pa y St Paul(Guardrail Insurance Cnpay.St Pal Meict ITta Company Frael Casualty and Company Travelers Canon% d Suety Company of America and l ited States Fidelity and Unmanly Company.and that he.as such.being authonzed sn to do.csecttted the foregoing instillment li -the purposes l contained IA n behalf f the arporatio ht himself as a dul dmrncd Marcer. In Witness Whereof,I a I hand and official seal. ' ywl -A!- AW w• h • V� MvCommission expires tl 11111 lay of Tune. 016 0*OILW ♦ m ( plantar...army Puhee EC1 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID W ITHOUT THE RED BORDER a WARNING:THIS POWER OF ATTORNEY IS INVAL D WITHOUT THE RED BORDER This Power of AVUrney is granted under:and by the authority of the follow lag resolutions adopted by the Boards of Directors of Farmington Casually C nimnv.Prdelity and Guaranty Insurance C pany,Fidelity and Guaranty Insurance Underwriters Inc_ Si. Paul Eire and Marine Insurance Company.St. Paul Guardian an Insurance Company, Si Paul Mercury Insurance Cony' y Travelers Casualty anti Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effeer,reading as follows: RESOLVED.that the Chairman the President.any Vice Chairman,any Executive Vice President,any Senior Vice President ally Vice President,any Second Vice President.the Treasurer.aAssistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys in-Fact and Age :to act for and on behalf of the Company and may give such appointee h authority as his or her certificate of autma Mc to sign with the Company's name and seal with the Company',scal bonds re' . contracts of indemnity,and other writings obligatory in the nature of a bond recognmance,or conditional t ndenaki g,and any of said officers or Board of D ctors at any time may remme any such appointee and mxke the power given him orl :and h6 FURf TIER REMILVFII,that the Chairman the President,any Vice Chit Executive Vice President.any Sei r Vice President any Vice President may delegate all or any part of the f authority to one or more officers employees y of this Company.provided that each such delegation writing and a copy [hereof is tiled in the office of the Secietarv',and it is FURTHER RESOLVED.that any bend.recognisance,contract of indemnity,or writing obligatory in the nature of a bond.recognizance,or mditional undertaking shall he 'lid and binding upon the Company when(a)signed by the Presiders any Vi Chairman,any Executive Vice President.any Senior Vice President or any Vice President.any Second Vice President,the Tr ..any Assistant Treasurer the Corporate Secretary or any Assistant Sebum-) and duly attested and sealed with the (ompany s sell by a Secretary or Assistant Secretary;or WI duly executed(under.set,if required)by one or m more Attorneys-in-Fact ct a nd Agents pursuant to the power prescribed in his of her certificate a their cerfl eaten d authority or by one or more Company o 1f' rs pursuant to written delegation of.uth of y: and it is FURTHER RESOLVED,thai the ure of each of the follow g officers. President,anc Executbe 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 cernficate relattng thereto appointing Resident Vice Presiders.Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other •bligatory in the nature thereof.and any such Power of Attorney or certificate beadng such facsimile signature or facsimile seal shall he valid and bind um upon the Company and any such power cu ted and certified by such lacsimile 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 attache. L Kevin E.II _hes.the undersigned.Assistant Secretary of Farmington Casualty C pany,Fidelity a d G arnty Insurance Company.Fidelity and Guaranty Insurance Under i1 n.Inc ..St,Paul I:ire and Menn Insurance Company,St Paul Guardian Insurance Company St.Paul Mercury Insurance Compa .Travelers Casualty and Surety Company,Travelers Casualty and Surcy Company of America,and I mired States Fidelity and Guaranty 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 is in full force and effect and has not been revoked IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 15th day of January ,20 1. f✓ ( . _ Kevin F-Hughes.Assistant Sec tars 0 rw Ned / 1 ar lb verily the authenticity of this Power of Attorney,call I-SIX)-42I388U or contact us at www&avelenhnndsnm. Please refer to the Attorney-In-Fact number.the abate-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER