Loading...
Project 129 - Proposal - Paulus Engineering - 2009-07-13 ' COSTA MESA SANITARY DISTRICT ORANGE COUNTY CALIFORNIA ' BID PROPOSAL FORM BRISTOL STREET SEWER REPLACEMENT ' FROM AUTOPLEX TO BIRCH STREET Project No. 129 Name of Bidder /4KCUi eit16//lte.Q • /!V L Address. � 7i C (UleatJeel p v %jg kroW, (4" F Z a a 6 Phone No. 7/ 9/ G,32- -397,r _ ' TO THE BOARD OF DIRECTORS ' COSTA MESA SANITARY DISTRICT Pursuant to and in compliance with the Notice Inviting Sealed Proposals (Bids) and the other documents relating thereto the undersigned bidder has carefully examined and is completely ' familiar with the plans, specifications, and contract documents including the local conditions affecting the performance of the contract, the character quality quantities, and scope of the work, and the materials to be furnished as to the requirements of the specifications and the contract. If awarded the contract, the undersigned bidder hereby proposes and agrees to perform within ' the time stipulated in the contract, including all of its component parts and everything required to be performed, and to furnish any and all of the labor material, tools, equipment, transportation, services, permits, utilities, and all other items necessary to perform the contract and complete in ' a workmanlike manner all of the work required in connection with the construction of said work all in strict conformity with the plans and specifications and other contract documents, including addenda Nos. , , , and , on file in the District office for the prices hereinafter set ' forth. The undersigned as bidder declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any ' person, firm, or corporation, and he proposes and agrees, if the proposal is accepted, that he will execute a contract with the Owner in the form set forth in the contract documents and that he will accept in full payment thereof the following prices, to wit: I CMSD Project No 129 Bid Proposal Form — I of I I BRISTOL STREET SEWER REPLACEMENT FROM AUTOPLEX TO BIRCH STREET Project No. 129 SCHEDULE OF WORK BID APPROX. DESCRIPTION UNIT TOTAL ITEM QUANTITY PRICE AMOUNT ' 1 Lump Sum Mobilization, Demobilization and Cleanup: Work under this item shall include preparatory and cleanup operations including, but not limited to those necessary for the movement of personnel, ' equipment, materials, and incidentals to and from the project site, securing a temporary construction yard, and maintaining the project site in a safe and orderly manner during p construction. Lump Sum $ I o0°0 2 Lump Sum Bonds and Insurance Work under this item ' includes any costs incurred for securing bonds insurance, and financing for construction work. ' NOTE. Encroachment permit and inspection fees for construction shall be the responsibility of the District Contractor shall coordinate with the District and governing agencies for the 1 acquisition of permits. Lump Sum $ I%tOO 3 Lump Sum Traffic Control: Furnish all labor materials, and equipment for the installation and removal of the required traffic control including, but not limited to changeable message boards, signs, delineators, traffic cones, barricades flashing 1 arrow signs, steel plates, and all other traffic control devises necessary to comply with the traffic control drawings. Lump Sum $oni ZW-3' ' 4 Lump Sum Geotechnical Evaluation During Construction. Work under this item shall include laboratory testing of trench backfill, aggregate base ' asphalt, and concrete during construction. Work under this item shall also include the monitoring of batch time, temperature, mix designs, and placement time for all pavement replacement. NOTES Refer to geotechnical evaluation notes per Detail 1 on Sheet 10 (C 7) of Plans for �� �n_� material testing requirements. Lump Sum $ 1 1 CMSD Project No. 129 Bid Proposal Form-2 of 11 I IBRISTOL STREET SEWER REPLACEMENT FROM AUTOPLEX TO BIRCH STREET 1 Project No. 129 SCHEDULE OF WORK I BID APPROX. DESCRIPTION UNIT TOTAL ITEM QUANTITY PRICE AMOUNT 5 Lump Sum Provide Diversion Plan for Existing Sewage Flow I During Construction: Work under this item shall include, but is not limited to pumps, temporary hoses or piping, pumper trucks, plugs, and all other equipment necessary to provide diversion I of existing sewage flow during construction complete in place. I NOTE. Refer to Sewer Note 2 on Sheet 3 (CS-3) of Plans for sewer flow diversion equipment -V requirements. Lump Sum $ I 6 2,100 LF Furnish and Install New 15-inch VCP Sewer Main With Type 'G' Compression Joints Per Plans and Specifications. Work under this item I shall include, but is not limited to temporary paving and patching or trench plates, trench excavation, control of ground water and surface water trench restoration including bedding, I backfill, compaction, and base pavement per Detail 1 on Sheet 10 (C 7) of Plans, installation of pipe and fittings, removal of existing sewer I main, protection of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation 1 materials and all other work necessary to install the sewer main complete in place $ l.7°L— NOTE Final pavement grind and overlay not 1 included and per separate bid item LF $ 257,700 =° 7 4 Each Reconnect Existing 6-inch VCP Sewer Laterals I Per Plans and Specifications. Work under this item shall include, but is not limited to temporary paving and patching or trench plates, trench excavation, control of ground water and surface I water trench restoration including bedding, backfill, compaction, and base pavement per Detail 1 on Sheet 10 (C-7) of Plans, protection of 1 existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work I necessary to reconnect the sewer lateral complete in place. / $ r 3/0� NOTE. Final pavement grind and overlay not mt? Iincluded and per separate bid item. Each $ Syv- ICMSD Project No. 129 Bid Proposal Form –3 of I I I ' BRISTOL STREET SEWER REPLACEMENT FROM AUTOPLEX TO BIRCH STREET 1 Project No. 129 SCHEDULE OF WORK BID APPROX. DESCRIPTION UNIT TOTAL ITEM QUANTITY PRICE AMOUNT 8 6 Each Remove Existing Brick Manhole and Construct New 48-inch Diameter Concrete Manhole With Ameron T-Lock PVC Sheet Liner Per Plans and Specifications. Work under this item shall include, but is not limited to temporary paving and patching or trench plates, trench excavation, control of ground water and surface water trench restoration including bedding, backfill, compaction, and base pavement per Detail 1 on Sheet 10 (C 7) of Plans, removal of existing brick manhole, installation of new concrete manhole with Ameron T-Lock PVC sheet liner adjustment of sewer manhole frame and cover to existing street grade, protection of existing utilities or improvements, temporary and permanent ' support of utilities, disposal of excess excavation materials and all other work necessary to remove the existing brick manhole and construct the new concrete manhole complete in place. $1yo0Q' NOTE. Final pavement grind and overlay not included and per separate bid item. Each $ St/(100-- 9 2 Each Modify Existing Manhole Per Plans and Specifications. Work under this item shall ' include, but is not limited to, core drilling and patching of existing manhole pouring new manhole base and channel to match proposed ' sewer grades, installation of interior manhole lining including walls, channels, and bases, adjustment of sewer manhole frame and cover to existing street grade, and all other work $ - I necessary to modify existing manhole complete 2 in place Each $ 10 Lump Sum Excavation and Shoring: Work under this item shall include but not be limited to the planning design, engineering, installation, and removal of temporary sheeting, shoring bracing or equivalent methods necessary for all excavations and the protection of the life and limb during construction All excavation and shoring shall ' conform to applicable safety orders, regulatory permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. Lump Sum $ 1 91oc o = CMSD Project No. 129 Bid Proposal Form-4 of 11 I BRISTOL STREET SEWER REPLACEMENT FROM AUTOPLEX TO BIRCH STREET ' Project No 129 SCHEDULE OF WORK BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 11 41,800 SF Pavement 2' Grind & Overlay in Bristol Street Work under this item shall include all material and labor to remove and replace existing pavement complete in place per Detail 1 on Sheet 10 (C 7) of Plans with the following quantity and material: Quantity Trench Length = 1 900' Pavement Width = 22' (Use 2 travel lanes at 11 wide each) $ �' SG, ' Material: Type III-C3-PG 64-10 (1/2' Fine Mix) SF $t;�.ZO$ `—A 12 Lump Sum Replace Pavement Striping in Bristol Street Using Reflectorized Thermoplastic Striping Per Plans and Specifications. Work under this item shall include furnishing and installing all labor material, and work necessary to replace existing 1 pavement striping and raised pavement markers damaged during construction to original condition complete in place. NOTE. The contractor required to measure and ZO�� restore existing pavement striping and markings. Lump Sum $ 41 13 14 Each Replace Traffic Signal Loops in Bristol Street: Work under this item shall include furnishing and installing all labor material, and work necessary i�OD ' to replace existing traffic signal loops damaged $pi1) during construction to original condition complete in place Each $_� 14 4 000 SF Pavement 2' Grind & Overlay in AutoPlex Parking Lot: Work under this item shall include all material and labor to remove and replace existing pavement complete in place per Detail 1 on Sheet 10 (C 7) of Plans with the following quantity and material Quantity Trench Length = 200' Pavement Mdth = 20' ' (Use entire length of parking stalls) $ b Material: Type III-C3-PG 64-10 p7 (1/2' Fine Mix) SF $ t D CMSD Project No. 129 Bid Proposal Form – 5 of I I I IBRISTOL STREET SEWER REPLACEMENT FROM AUTOPLEX TO BIRCH STREET I Project No. 129 SCHEDULE OF WORK BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 15 150 LF Replace Existing Concrete Curb & Gutter in I Autoplex Parking Lot: Work under this item shall include furnishing and installing all labor $ e'j4.111) material, and work necessary to replace existing concrete curb & gutter complete in place LF $ 3 9005' I 16 200 SF Replace Existing Concrete Sidewalk in Bristol Street (adjacent to Autoplex Parking Lot): Work I under this item shall include furnishing and W installing all labor material, and work necessary $ 1(0 to replace existing concrete sidewalk complete in 3/? ' � a> place. SF $ 17 Lump Sum Repair existing landscape, irrigation, and surface improvements adjacent to Autoplex Parking Lot: I Work under this item shall include furnishing and installing all labor material, and work necessary to repair existing landscape, irrigation, and I surface improvements to original condition complete in place. Lump Sum $ 7,o00 0� 18 Lump Sum Replace Pavement Striping in Autoplex Parking I Lot Using Conventional Striping Without Refiectorization Per Plans and Specifications: Work under this item shall include furnishing and I installing all labor material, and work necessary to replace existing pavement striping damaged during construction to original condition complete /.142/0 in place. Lump Sum $ Ti t7 IITOTAL AMOUNT OF ITEMS 1 THROUGH 18 $ -775 o.-1 S I ' SEr E.I N..,,.nom. 5 r _, 'Ta_ _ r -m = . L62 a- ' (TOTAL IN WORDS) INote In case of a discrepancy between the words and figures, the words shall prevail. The Contractor agrees that the District will not be held responsible if any of the approximate quantities shown in the foregoing proposal shall be found incorrect, and he shall not make any I claim for damages or for loss of profits because of a difference between the quantities of the various classes of work as estimated and the work actually done. If any error omission ICMSD Project No 129 Bid Proposal Form —6 of 11 I I or mis-statements shall be discovered in the estimated quantities, it shall not invalidate this contract or release the Contractor from the execution and completion of the whole or part of the work herein specified, in accordance with the specifications and the plans herein mentioned I and the prices herein agreed upon and fixed therefor or excuse him from any of the obligations or liabilities hereunder or entitle him to any damages or compensation otherwise than as provided for in this contract. 1 The Contractor agrees that the District shall have the right to increase or decrease the quantity of any bid item or portion of the work or to omit portions of the work as may be deemed necessary or expedient, and that the payment for incidental items of work, not ' separately provided in the proposal shall be considered included in the price bid for other various items of work. IAccompanying this proposal is u \`DO'K-S ob.1 r) ($ 73q&-1_moo ). INOTICE. Insert the words 'Cash 'Certified Check' or 'Bidder s Bond' as the case may be in an amount equal to at least ten per cent of the total bid price, payable to the Costa Mesa 1 Sanitary District. The undersigned deposits the above named security as a proposal guaranty and agrees that it shall be forfeited to the Costa Mesa Sanitary District as liquidated damages in ' case this proposal is accepted by the District and the undersigned shall fail to execute a contract for doing said work and to furnish good and sufficient bonds in the form set forth in the specifications and contract documents of the District with surety satisfactory to the District I within 10 Days after the bidder has received written notice of the award of the contract; otherwise said security shall be returned to the undersigned. IResp, ectfully submitted, sou /S 1--NO/A' hUG /ANt.o$CP6/�5aevc Vtct- ?6,5,h',ur ' Contractor's Business Name Contractor / Title Ai/ 6 (01f041121 3 e M V/CEPaaeSarPair IBusiness Address: Street By r Title 4J4#E/M 64 1140 o 6 a .2o/0 A- City State Zip Contractor's License, Expiration ' 7/1/- 631- 391r- Date & Classification Business Phone Number I JASON Paccus VICE PASS/0thNr Name Title 1 �(4) / 3 -aq 61,6)R�ence Phone Number I 5tS1 arm' °MS Bidder's Residence: Street I (fib/U l_ -/ War/ C State /Zip 1 CMSD Project No 129 Bid Proposal Form-7 of 1 l I declare under penalty of pe jury under the laws of the State of California that the forgoing is true and correct. Dated at A✓04% .. this /S-P} day of 30 (_'-/ 200 7 I i (Signed) '�/ 1 The full names and residences of all persons and parties interested in the foregoing proposal, as principals, are as follows: ' NOTICE. Give first and last names in full; in case of corporation, give names of President, Secretary Treasurer and Manager and affix corporate seal; in all cases of partnerships and joint ventures give names of all the individ al members t70....) Gm— ^ Pet-3)0FUf"/ Trh-^vJ-,SGI/tern )Mo+-> 444-vs -VICE Qr 5//Jtnlr/S6-or fv-}ic CONSTRUCTION PROJECT REFERENCES In order to more fully evaluate your background and experience for the project herein proposed, it is requested that you submit a list of Public Works and/or similar construction projects completed, or in progress, within the last 24 months. Your cooperation in this matter is greatly appreciated. DATE PROJECT AGENCY'S CONTRACT AWARDED AWARDING AGENCY ADMINISTRATOR ' St; 6- RITA-cwef_) 1 I CMSD Project No 129 Bid Proposal Form -8 of 11 Paulus Engineering, Inc. General Engineering Contractor and Construction Management License Number 724114 REFERENCES OWNER/CUSTOMER CONTRACT AMOUNT COMP. DATE Yorba Linda Water District $228,571.00 09-07 1717 E Miraloma Ave Placentia, CA 92870 (714) 777-9593 Reservoir Outlet Modifications Lakeview Reservoir Irvine Ranch Water District $1,850,000.00 11-07 15600 Sand Canyon Ave. Irvine, CA 92618 (949)453-5300 Billy Stewart Large Diameter Steel Water Lines S.O.C. Interconnections City of Fullerton $1,023,835.00 11-08 303 W Commonwealth Ave Fullerton, CA 92832 (714)738-6853 Eric Villagracia Sewer Line up to 22'deep Bastanchury Road Sewer Reference List for Bid Submittal Site Utility Installation/Improvement 1 PROJECT ADDENDA Bidder shall signify receipt of all Addenda here, if any 1 ADDENDUM NO DATE RECEIVED BIDDER'S SIGNATURE - fr — o i 1 i DESIGNATION OF SUBCONTRACTORS In compliance with the 'Subletting and Subcontracting Fair Practices Act' being Sections 4100-4113 of the Government Code of the State of California, and any amendments thereto 1 each bidder shall set forth below the name and location of the place of business of each Subcontractor who will perform work or labor or render service to the prime Contractor in or about the construction of the work or improvement in an amount in excess of 1/2 of 1% of the i prime Contractor's total bid and shall further set forth the portion of the work which will be done by each such Subcontractor Only one Subcontractor for each such portion shall be listed. 1 If the Contractor fails to specify a Subcontractor for any portion of the work to be performed under the contract, he shall be deemed to have agreed to perform such work himself and he shall not be permitted to subcontract that portion of the work except under the conditions hereinafter set forth. Subletting or subcontracting of any portion of the work to which no Subcontractor was 1 designated in the original bid, shall only be permitted in cases of public emergency or necessity and then only after a finding reduced to writing as a public record of the Legislative Body of the owner 1 Portion State License Of Work Subcontractor's Name and Address Number Class p8 —�aa+ o✓ T_ 1 97505 �'E° =C'Er.:-F LAW Wt e.-i c�;.a.�.- emti �A Even%rle� n//.'i- �,r•,-�' 4.� Ir5o7 CC, C-1 : — LA 921.5Z0 4782908 A 1 NS c. jVlw..��o�G 30� w1. -.awce�4VP. P,./�,,CA 9z377 6779gc' ' ?lr re f53 4 7tx-y sr- Orv-. ,C4 97 rCo8 3y(y(7i7 C -j2- 1 1 CMSD Project No. 129 Bid Proposal Form-9 of 11 1 ' NON-COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this ' bid, being duly sworn on their oaths say that neither they nor any of them have in any way directly or indirectly entered into any arrangement or agreement with any other bidder or with any public officer of Costa Mesa Sanitary District whereby such affiant or affiants or either ' of them has paid or is to pay to such bidder or public officer any sum of money or has given or is to give to such other bidder or public officer anything of value whatever or such affiant or affiants or either of them has not directly or indirectly entered into any arrangement or t agreement with any other bidder or bidder which tends to or does lessen or destroy free competition in the letting of the contract sought for on the attached bids; that no bid has been accepted from any Subcontractor or supplier through any bid depository the By-Laws, Rules, or Regulation of which prohibit or prevent the Contractor from considering any bid from any Subcontractor or supplier which is not processed through said bid depository or which prevent any Subcontractor or supplier from bidding to any Contractor who does not use the facilities of or accept bids from or through such bid depository that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person of the contract, nor has this bidder any agreement or understanding of any kind whatsoever with any person whomsoever to pay deliver to, or share with any other person in any way or manner any of the proceeds of the contracts sought by this bid. ' Pata.0 rNG/NAE7e4N ,767/ L-' Qakom400 ,14c4# 14744, ( — 5?a0 G viCE / 2 ir�a.� ' Subscribed and sworn to before me by This day of 200_ tMy Commission expires. Notary Public I I CMSD Project No. 129 Bid Proposal Form — I I of 11 . JURAT State of California County of Orange Subscribed and sworn to (or affirmed) before me on this 15th day of July, ,2008, by Jason Paulus proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature / (Notary Seal) .,, CYNTHIA J. VALENCIA 5 �@ Commission • 1773027 1"l"1! Notary Public California �, �� Orange County Comm. �1mocn zoi1 ii OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description rf attached document) Number of pages: Document Date: (Additi al Informati n) -- PROJECT BRISTOL ST SEWER REPLACEMENT gONDII 7-B PREMIUM NIL BIDDER'S BOND TO ACCOMPANY PROPOSAL (Required if the bidder desires to submit bond instead of a certified or cashier's check). KNOW ALL PEOPLE BY THESE PRESENTS: That we, PAULUS ENGINEERING, INC. as principals, and NORTH AMERICAN SPECIALTY INSURANCE COMAPNY as surety are held and firmly bound unto the Costa Mesa Sanitary District, a special district, organized under the lawsso the Staof of California and situated in Orange County 10" ) to be TEN PERCENT OF AMOUNT BID ($ paid to the District, its successors and assigns, for which payment well and truly to bemade,, we bind ourselves, our heirs, executors, and administrators, successors or assigns,ns, j o r severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That if the certain proposal of the is bovecepted by den PAULUS ENGINEERING INC. PAULUS ENGINEERING INC. Costa Mesa Sanitary District, and if the above bounden, his heirs, executors, administrators, successors and assigns, shall duly enter into and execute a contract for such construction, and shall execute and deliver the LABOR AND MATERIAL and the FAITHFUL PERFORMANCE BONDS described within 10 days (not including Sunday) from the date of the mailing of a notice of for execution,above bounden, PAULUS INE ING T�' by and from District, that said contract is ready then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue. IN WITNESS WHEREOF. We here unto set our hands 00annd seals this T3'Ttt day of JULY — PAULUS ENGI EjING INC. BY. • _ ' le' stir Nf NORTH • IIERICAN SPECIALTY INSU`N COMPANY BY (FM _/I CHARLES L FL• 'E/ATTORNEY-IN-FACT i. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Orange On 07/13/09 before me, Lexie Sherwood, Notary Public Date He e In rt Name nd Title of the OHic personally appeared Charles L. Flake Na a(s)of Sign r(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 LEXIE SHERWOOD executed the same in his/her/their authorized capacity(les), and that by his/her/their signature(s) on the instrument the COMM.#1593951 g person(s), or the entity upon behalf of which the person(s) �4 NOTARY PUBLIC CALIFORNIA cYi q '' " acted, executed the instrument. 2 `( ,' P ORANGE COUNTY `Comm.Exp.JULY 27,2009 I 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 d s Signature Place Notary Seal Abo Signatu of Publi 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: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s). ❑ Partner—❑Limited General ❑ Partner—❑ Limited❑ General ❑ Attorney in Fact RIGHTTHUMBPRINT ❑ Attorney in Fact RIGHTTHUMBPRINT El Trustee , OF SIGNER ❑ Trustee OF SIGNER ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other ❑ Other Signer Is Representing. Signer Is Representing: ^G,..-<W- -Ccv'ev r.;Zcer.:tC7CC7t:SCG'rL`Ci7 0`00X,:_`C.7ovever,(:i1 ^Z iv''c<.)C<>ccler,`CUece-:`C<)EV'eccoC 2007 Natro at Notary As atio •9350 De oto As PO.Bo 2402 Chatsworth,CA 91313 24 02 www Natio alNotaryorg Item 45907 Re rde-Get Tot-Fr 1-800-876.6827 -------- — .n:� NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY W 4SHINGT0N 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 haul rg its principal office in the City of Manchester,New Ha ipshire,and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its pr cipal office the CitN of Itasca,Illinois,each does hereby make,constitute and appoint: DAVID L.CULBERTSON,CHARLES L.FLAKE,RICHARD A.COON, and LEXIE SHERWOOD 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 surety on contracts of etyshrp as are or may be required or permitted by lat regulation,contr ct or otherwise,provided that no bond or undertaking or contract or suretyship executed nder this authority shall exceed the amount of. TWENTY-FIVE MILLION(S25,000,000.00)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 International Insurance Company at meetings duly called and held on the 241"of March,2000: RESOLVED,that any two of the Pr (dents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice P esident, the Secretary or any Assistant Secretary be,and ach 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 sf rety and that each or any of them hereby is authorized to attest to the exe union of any such Power of Attor soy and to attach th the seal of the Company and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Comp: ,y may be affixed to any such Pot cr of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such foes,rile signatu facsimile seal shall be binding upon the Company vhe so 'Mixed and in the futur oh regard to any bond,undertaking or contract of surety to which It is attached. t \°01‘‘‘2141/,17� ,nan.,yw 454:134 G �_ �aptlONgt� P:qi a E 1W. oRq.spp �' SEAL :m= P. y .Pr II t&Chid Es •corn rw Eng'n all eCo sS/ SEAL 41-'. 5, 1173 W: ° &Se th American Spec fly a COmpvq IS/ .m„ _p. 4a . OC y.N1.Y,• L�p yyo °0n nnau` B1. M .. 1,0 ,tsk` n id M.Lavma ,Sent V Prenae t of Wasiinet I ten. In a Comp Nil ^,gnN,onms� &Vi ePreside of North Ame nSp alty In rant omp IN WITNESS WHEREOF North American Specialty Insurance Compam and Washington International Insurance Company have caused the official seals to be hereunto affixed,and these presents to be signed by their author zed off i this 30th day of September 2008 North American Specialty Insurance Company W sh gton Internati al Insurance Company State of Illinois County of Du P'sge ss: On this 30th day of September 20 OS,before me. Notary Public personally appeared Steven P.Anderson ,President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Senior Vice President of Washington International Insurance Company and Vice President If North American Specialty Insuranc Company personalty knot to me,who being by me duly sworn,acknowledged that they signed th above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their resnecti comnam "OFFICIAL SEC nr, DONNA D.MEN'S 9' r+F.t ✓U. `. ..Q Notuy,Public,State of Limo's Do ra D.Skier's Notary Public My Commission Haw 10/152(111 y I, James A.Carpenter the duly elected Assistant Secretary of North American Specialty Insurance Compan and Washington International Insurance Company do hereby certify that the above and foregoing is tr id cur ct copy of a Power of Attorney gi by fd•North An can Spec alty Insurance Company and Washington International Insurance Company which is still in Lull force and effec IN WITNESS WHEREOF I ha set my hand and affixed th seals of the Companies this s th day of July 20 3`I lames A Carpmf side t&Amster(Scc'e ary of Washmpo Inf 'id Lam ante ciaspeny& North Amc can Specialty In eCompany • CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT State of California County of Orange On July 7, 2009 before me, Cynthia J. Valencia, Notary Public personally appeared Jason Paulus 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 t 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 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 California that the foregoing paragraph is true and correct. Ilh a.> CYNTHIA J. VALENCIA WITH ' my hand and official seal. � commission it 1773427 I y�`.'Q- 612I Notary Public California f — Orange a� toy Counly Oct15,2011 Signal o o .j Publi (Notary Seal) ` I i L I ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT CAPACITY CLAIMED BY THE SIGNER Bid Bond Individual Title or desc iption of attached document Corporate Officer /Title Number of pages Document Date Partner Attorney-In-Fact Trustee Other Additional Information jl