Loading...
HomeMy WebLinkAboutArgonaut Constructors 2010-09-29CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA AGREEMENT FOR NEIGHBORHOOD ENHANCEMENT-CLARA AVE PHASE 1 PROJECT THIS AGREEMENT, made this 2-q day of Sepi-em bey 20 10 , by and between the City of Ukiah, Mendocino County, California, hereinafter called the City and ":L- A!!gov)otvl+ Cnvis--V A t~ hereinafter called the Contractor, WITNESSETH: WHEREAS, the City has caused to be prepared in accordance with law, specifications, drawings and other contract documents for the work herein described and shown and has approved and adopted these contract documents, specifications and drawings and has caused to be published in the manner and for the time required by law a notice to bidders inviting sealed proposals for doing the work in accordance with the terms of this contract and WHEREAS, the Contractor, in response to the notice to bidders, has submitted to the City a sealed proposal accompanied by a proposal guaranty in an amount of not less than 10 percent of the bid price for the construction of the proposed work in accordance with the terms of this contract and WHEREAS, the City, in the manner prescribed by law, has publicly opened, examined and canvassed the proposals submitted and as a result has determined and declared the Contractor to be the lowest and best regular responsible bidder for the work and for the sums named in the proposal, NOW, THEREFORE, THIS AGREEMENT WITNESSETH: Article 1. Work to be Done and Contract Days Allowed. That the Contractor shall provide all necessary machinery, tools, apparatus and other means of construction; shall furnish all materials, superintendence, overhead, expenses, all labor and expenses of whatever nature necessary for completion of the work in conformity with the Special Provisions and other contract documents hereto attached and according to such instructions as may be given by the Engineer. The Contractor shall complete the work within 50 working days (base bid) notwithstanding allowable "unavoidable delays" as defined in the special conditions. An additional 40 working days for Additive Alternate #1 (water improvements) and an additional 10 working days for Additive Alternate #2 (storm drain west of Railroad) will be given if additive alternate(s) are awarded. Contract days shall be counted starting with the 10th day following notice of award of contract by the Cam. Contractor, at his or her option, may begin work prior to start of counting contract days, however, in no event shall the Contractor start work without giving notification to the Engineer at least 72 hours prior to the start of work, without obtaining an encroachment permit from the City, or without having submitted certificates of insurance that have been accepted and approved by the Engineer Article II. Contract Prices. That the City shall pay the Contractor the prices stated in the proposal submitted by the Contractor, for complete performance of the contract by the Contractor. The Contractor hereby agrees to accept the prices as full compensation for all material and appliances necessary to the work, for all labor and use of tools and other implements necessary to execute the work contemplated in this contract; for all loss or damage arising out of the nature of the work or from the action of the elements, or from NEIGHBORHOOD ENHANCEMENT-CLARA AVE PHASE 1 74 SPEC. NO. 10-12 any unforeseen obstructions or difficulties which may be encountered in the prosecution of the work; for all risks of every description connected therewith; for all expenses of the work, as herein specified; for all liability and other insurance, for all overhead and other expenses incident to the work; all according to the Contract Drawings, the Special Provisions, the Details, the instructions and the requirements of the City. Article III. Labor Discrimination. Attention is directed to Section 1735 of the Labor Code, which reads as follows: "No discrimination shall be made in the employment of persons upon public works because of the race, color, national origin or ancestry, or religion of such persons and every contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter." In connection with the performance of work under this contract, the Contractor agrees as follows: (a) The Contractor will not willfully discriminate against any employee or an applicant for employment because of race, color, religion, ancestry, or national origin. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, ancestry, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the awarding authority setting forth the provisions of this Fair Employment Practice section. (b) The Contractor will send to each labor union or representative of workers with which he or she has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the awarding authority, advising the said labor union or worker's representative of the Contractor's commitments under this section, to employees and applicants for employment. (c) The Contractor will permit access to his or her records of employment, employment advertisements, application forms and other pertinent data and records by the Fair Employment Practices Commission, City of Ukiah or any other appropriate agency of the State of California designated by the awarding authority, for the purposes of investigation to ascertain compliance with the Fair Employment Practices section of this contract. (d) A finding of willful violation of the Fair Employment Practices section of this Contract or of the Fair Employment Practices Act shall be regarded by the awarding authority as a basis for determining the Contractor to be not a "responsible bidder" as to future contracts for which such Contractor may submit bids, for revoking the Contractor's pre-qualification rating, if any and for refusing to establish, reestablish or renew a pre- qualification rating for the Contractor. The City of Ukiah shall deem a finding of willful receipt of written notice from the Fair Employment Practices Act to have occurred upon that it has investigated and determined that the Contractor has violated the Fair Employment Practices Act and has issued an order under Labor Code Section 1426 or obtained an injunction under Labor Code Section 1429. Upon receipt of such written notice from the Fair Employment Practices Commission, the City shall notify the Contractor that unless he or she demonstrates to the satisfaction of the awarding authority within a stated period that the violation has been corrected, his or her pre-qualification rating will be revoked at the expiration of such period. NEIGHBORHOOD ENHANCEMENT-CLARA AVE PHASE 1 75 SPEC. NO. 10-12 (e) The Contractor agrees that should the City determine that the Contractor has not complied with the Fair Employment Practices section of this Contract, then pursuant to Labor Code Section 1735 and 1775 the Contractor shall, as a penalty to the City, forfeit for each calendar day or portion thereof, for each person who was denied employment as a result of such non-compliance, the penalties provided in the Labor Code for violation of prevailing wage rates. Such monies may be recovered from the Contractor. The City may deduct any such damages from any monies due the Contractor. (f) Nothing contained in this Fair Employment Practices section shall be construed in any manner of fashion so as to prevent the City or the State of California from pursuing any other remedies that may be available at law. (g) Prior to awarding the Contract, the Contractor shall certify to the awarding authority that he or she has or-will meet the following standards for affirmative compliance, which shall be evaluated in each case by the awarding authority: (1) The Contractor shall provide evidence, as required by the City that he or she has notified all supervisors, foremen and other personnel officers in writing of the content of the anti-discrimination clause and their responsibilities under it. (2) The Contractor shall provide evidence, as required by the City, that he or she has notified all sources of employee referrals (including unions, employment agencies, advertisements, Department of Employment) of the content of the anti-discrimination clause. (3) The Contractor shall file a basic compliance report, as required by the City. Willfully false statements made in such reports shall be punishable as provided by law. The compliance report shall also spell out the sources of the work force and who has the responsibility for determining whom to hire, or whether or not to hire. (4) Personally, or through his or her representatives, the Contractor shall, through negotiations with the unions with whom he or she has agreements, attempt to develop an agreement which will: a. Spell out responsibilities for nondiscrimination in hiring, referral, upgrading and training. b. Otherwise implement an affirmative anti-discrimination program in terms of the unions' specific areas of skill and geography to the end that qualified minority workers will be available and given and equal opportunity for employment. (5) The Contractor shall notify the City of opposition to the anti-discrimination clause by individuals, firms, or organizations during the period of its pre-qualification. (h) The Contractor will include the provisions of the foregoing paragraphs 1 through 5 in every first tier subcontract so.that such provisions will be binding upon each such subcontractor. (i) The "Fair Employment Practices Certification" must be completed and signed prior to the time of submitting the bid. Article IV. Parts of the Contract. That the complete contract consists of the following documents, all of which shall be considered a part of this agreement. 1. Notice to Bidders 2. Wage Scales 3. General Conditions 4. Technical Specifications NEIGHBORHOOD ENHANCEMENT-CLARA AVE PHASE 1 76 SPEC. NO. 10-12 5. Proposal 6. Fair Employment Practices Certification 7. Agreement 8. Contract Bonds 9. Contract Drawings and Construction Details 10. Standard Drawings 11. Indemnification Agreement IN WITNESS WHEREOF, this contract being executed in duplicate and the parties having caused their names to be signed by authority of their duly authorized office this Z9~ day of Se p-few►be. - , 20,10. CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA By: lITY MANAGER, C TY OF UKIAH Attest: i4z 15 Os- ~~~FU 8 2 A TOR ael D~ Smith-President Attes~''' Title: Michael A. Smith-Secretary The foregoing contract ~ as to form and legality this 13 iday of , 20 /Q. , CITY OF UKIAH NEIGHBORHOOD ENHANCEMENT-CLARA AVE PHASE 1 77 SPEC. NO. 10.12 INDEMNIFICATION AGREEMENT This Indemnification Agreement is made and entered in Ukiah, California, on this 13 day of September 2010 , by and between the City of Ukiah ("Ukiah") and Argonaut Constructors (Contractor). Contractor is performing work as identified in "NEIGHBORHOOD ENHANCE MENT-CLARA AVENUE PHASE 1 PROJECT," for the City of Ukiah. As a condition of issuing the work order, attached hereto, Ukiah requires assurance that Contractor will protect the City of Ukiah from damage or damage claims which arise from its performance of the work. Accordingly, Contractor agrees as follows: 1. Indemnification. Contractor shall indemnify and hold harmless Ukiah and its officers, agents, and employees from and against any claim, loss, or damage, including the legal and other costs of defending against any claim of damage or loss which arises out of the Contractor's negligent or wrongful performance under the work order attached hereto, except for claims, losses, or damages resulting from the sole and exclusive negligence or other wrongful conduct of Ukiah or its officers, agents and emplovees. CONTF BY: TITLE: Michael D. Smith-President NEIGHBORHOOD ENHANCEMENT-CLARAAVE PHASE 1 78 SPEC. NO. 10-12 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA PROPOSAL FOR NEIGHBORHOOD ENHANCEMENT-CLARA AVE PHASE I PROJECT The undersigned, as bidder, declares that he or she has examined thoroughly the entire contract documents herein contained, that this proposal is made without collusion with any other person, firm or corporation and that all laws and ordinances relating to the interest of public officers in this contract have been complied with in every respect. AND he or she proposes and agrees, if this proposal is accepted, 1) that he or she will contract with the.City of Ukiah, Mendocino County, California, in the form of the copy of the agreement herein contained a) to provide all necessary machinery, tools, apparatus and other means of construction; _ b) to furnish all materials; c) to provide all superintendence, overhead expenses and all labor and expenses of whatever nature necessary to complete the job in conformity with the specifications and drawings and other contract provisions herein or reasonably implied hereby or as necessary to complete the work in the manner and within the time named herein and according to the requirements and to the reasonable satisfaction of the City Engineer; and d) to pay all charges of freight transportation and hauling; 2) that he or she indemnifies the City against any loss or damage arising from any act of the undersigned as Contractor; and 3) that he or she will accept as full payment therefore the following sums, said sums being extended based on the final quantities where unit prices apply: NEIGHBORHOOD ENHANCEMENT-CLARA AVE PHASE 1 61 SPEC. NO. 10-12 BIDDING SCHEDULE In case of discrepancy between words and figures, the words shall prevail. In any discrepancy between unit prices and extended amounts for a bid item using unit prices (specified 'unit price multiplied by specified quantity for bid item does not equal the extended amount for the item), the specified unit price will control and will be used by the City to compare bids in selecting the lowest bid and in awarding the contract. If the specified total bid amount does not equal-the total of the extended amounts for all bid items, the City will use the total of the extended amounts for each bid item (adjusted, if necessary, so that the extended amount equals the specified unit price multiplied by the specified quantity for that bid item) to compare bids in selecting the lowest bid. Base Bid Item No. Item Description Estimated Quantity Unit of Measure Unit Cost (in figures) Total Cost (in figures) 1 Traffic Control System 1 L.S. 3500.00 2 Pedestrian Traffic Control S stem 1 L.S. 115.00 3 Roadway Excavation 662 C.Y. Z1-00 1P 9o2. o 4 Subgrade Stabilization Fabric 1,605 S.Y. q0 2 Z ef7, oo 5 Subgrade Stabilization/Dig Out 170 S.Y. X0.00 51,00.00 6 Asphalt Concrete Surface 545 Tons 10d. 7 Asphalt Concrete Base. 425 Ton's /OZ-00 ,3,350.00 8 Permanent Asphalt Concrete Trench Paving 4,541 S.F. 50 Zov3 X50 9 Reset/Relocate Street Sign 1 E.A. 2oo zy-S, o0 10 Relocate Mailbox 1 E.A. Zy-S.00 2, YS" 11 Remove and Relocate Fence 68 L. F. 'f?o0 .3191to.oo 12 Adjust Sewer Cleanout Frame and Cover to Finish Grade E.A. 300.00 300.00 13 Adjust Monument Well Cover to Finish Grade 1 E.A. ,3oo.oo 300-oo 14 Minor Concrete, Curb & Gutter 816 L.F. 33.00 Z4.428.00 15 Minor Concrete, Sidewalk (including DW aprons and pedestrian rams 3,387 S.F. 10,00 533 Zo. W 16 Minor Concrete, Cross Gutter 660 S.F. Oct I?. Yo. 00 17 Sidewalk Pavers 458 S.F. Z . oo /o `f 1Z• ov 18 Curb Ramp Detectable Warning Surface 7 E.A. •00 .77- 51 '2vS~.Gb 19 Irrigation Sleeve-2" 4 E.A. 7.5-00 300 20 Curb Inlet,Type 4AC 2 E.A. Z 1~o0 vv V5w.oo 21 Curb Inlet, Type 2 1/2A 1 E.A. ZOA -00 2000.'00 NEIGHBORHOOD ENHANCEMENT-CLARA AVE PHASE 1 62 SPEC. NO. 10-12 12 Water Main Lowering 1 E.A. Z100.00 Z100..vo 13 Water Main Lowering (Partial) 2 E.A. /ZSo. vo ZS00.00 14 Bore and Jack 40 L.F. 76o,00 38000,0:~ 15 Abandon Water Main 1 L:S. 3-500,00 16 Trench Shoring and Bracing- Water 1 L.S. $o. 00 17 Mobilization 1 L.S. /Z5oo•o0 Total Additive Alternate #1:75 Total Additive Alternate #1 Bid Amount in Words Dollars Additive Alternate No. 2- Storm Drain Imorovements (from State Street to Railroad) Item No. Item Description Estimated Quantity Unit of Measure Unit Cost (in figures) Total Cost (in figures) 1 Traffic Control System 1 L.S. 000.00 2 Pedestrian Traffic Control System 1 L.S. 150.00 3 Permanent Asphalt Concrete Trench Paving 1,769 S. F. 5.25 2 Z$7, 25 4 Curb Inlet,Type 4AC 2 E.A. 2100.60 ~8~•0d 5 Drop Inlet, 24"x24" 2 E.A. 7400.00 28,00100- 6 48" Storm Drain Manhole 2 E.A. 5000.00 /t7a00. 00 7 12" Storm Drain Pipe 92 L.F. (o$.~p .r, g8p•Op 8 18" Storm Drain Pipe 369 L.F. Z.00 0(.54S.60 9 24" Storm Drain Pipe 10 L. F. /$o.00 /S60.00 10 Trench Shoring and Bracing- Storm Drain 1 L.S. Soco.ofo 11 Mobilization 1 L.S. 68on•oo Total Additive Alternate #2: 753 05. Z S _V 6' "WA Dollars Total Additive Alternate #2 Bid Amount in Words / GV U"Yy 74'lV~ l: NEIGHBORHOOD ENHANCEMENT-CLARAAVE PHASE 1 64 SPEC NO. 10-12 Executed in Duplicate Bond No. 929505636 Premium: $5,624.00 CITY OF UKIAH MENDOCINO COUNTY, CALIFORNIA IFAiTFtFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that we the undersigned. Argonaut Constructors AS PRINCIPAL, and Western Surety Company _ AS SURETY, are held firmly bound unto THE CITY OF UIUM, herelnalter called the "City, in the penal sum of Eight Hundred Forty-nine Thousand Seven Hundred Sixty-five and 35/10~I1a~ 849,765.35 l for the payment of which SUM we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally. WHEREAS, the Principal has entered Into a certain Contract with the City, dated 50-P' 20 D a copy of which Is hereto attached and made a part hereof, NOW, THEREFORE, the condition of this Obligation Is such that If the Principal shelf in all respects fully perform the Contract and all duly authorized modifications thereof, during its original tern and any extensions thereof that may be granted and during any twrenty period for which the Contract Provides, and If the Principal shall fully satisfy all claims, artsing out of the prosecution of the work under the Contract and shall fully Indemnify the City for 911 expenses which it may Incur by reason of such claims, including its attorney's fees and court coo, and if the Principal shall make full payment to all persons supplying labor, services, materials, or equipment in the prosecution of the work under the Contract, In default of which such persons shag have a direct right of action hereupon; and if the Principal shag pay or cause to be paid all sales and use taxes payable as a result of the pedormance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of the Contract and all motor vehicle fans required for commerdal motor vehicles used in connection with the performance of the Contract, then this obligation shall be void: otherwise, it shall remain in full force and effect. No modification of the Contract or extension of the temp thereof, or any forbearance on the part of the City shall in any way release the PrIncipai or the Surety from liability hereunder. Notice to the Surety of any such modification, extension, or forbearence Is hereby waived. IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instru lent and affbced their so* hereto, this 10th day of September a 2010 , In the presence of WITNESS: (SEAL) (individual Principal) (Business Address) (City/St OMP Code) WITNESS: (SEAL) NEWBOW400 ENrrANCL%W-CLWAVE PHASE 1 70 SPEC. NO. 10-112 00 M, el i ess Fees) 1236 Central Avenue/P.O. Box 639 San Rosa, CA 95402 (City/StateOp Code) ATTEST: (AFFIX) (CORPORATE) (SEAL) h4 1! C- S TA.~,/f=a 2~ (Corporate Principal) (Business Address)' (CKYYG&Np Code) ATTEST: (AFFIX) (CORPORATE) (SEAL) Debbie L. Welsh Zna ino Wrn Surety Company BS orney-m- ac 555 Mission treet, Suite 200 San Francisco. CA 94105 (CiISrISta►t Mp Code) 100. X 9. The rate of premium on this bond IS 749.765 x 6.30 perthousend. The total amount of premium charges Is $ ..624.00 (The above Is to be Ned In by Surety Company.) (Power of Attorney of person signing for Surety Company must be attached). NMGHaoRHOW EMMOEMOU-CLARAAVB PHASE 1 QO SPEC. H0.10.12 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of MARIN On September 10„2olo before me, Jessica L. Nowlin, Notary Public, personally appeared Donna J. Frowd who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/aye subscribed to the within instrument and acknowledged to me that be/she/tWq the same in /her/f1 - authorized capacity(iea), and that by tws/her/ etr signature(s) on the instrument the person(a), 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 California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (seal) Signature r N JESSICA L. NOWLIN g COMM #1780067 . NOTARY PUBLIC CALIFORNIA M 0 ARIN COUNTY My Comm. Expires November 16, 2011 1 Executed in Duplicate Bond No. 929505636 Premium: Included on Performance Bond CITY OF UKiAH Mendodno County, Callfomia WIML AND LABOR BOND KNOW ALL MEN BY THESE PRESENTS, that we the undersigned, Argonaut Constructors , AS PRINCIPAL, and Western Surety Company. . AS SURETY, are held firmly bound unto THE CITY OF UKiAH, hereinafter called the "City", in the penal sum of . Eight Hundred Forty-nine Thousand Seven Hundred Sixty-five and 35/100 dofiars (S 849,765.35. ) for the payment of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally. WHEREAS, the Principal has entered into a certain Contract with the City, dated 5 e p }e~'~ b ee- Z q . 20-LO a copy of which is hereto attached and made a part hereof, NOW, THEREFORE, the condition of this obligation In such that If the Principal shall in all respects fully perform the Contract and ab duly authorized modifications thereof, during ft original tens and any extensions thereof that may be granted and during any guaranty period for which the Contract provides, and if the Principal shag fully setisiy all claims, arksing out of the prosecution of the work under the Contract and shall fully Indemnity the City for all expenses which it may incur by reason of such cialms, including its attorney's fees and court costs, and I the Principal shall make full payment to all persons supplying labor, services, materials, or equipment in the prosecution of the work under the Contract, in default of which such persons shall have a direct right of action hereupon; and if the Principal Owl pay or cause to be paid all sales and use taxes payable as a result of the performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of the Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the performance of the Contract, than this obligation shop be void; otherwise, it shall remain in full force and effect. No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shah in any way release the Principal or the. Surety from liability hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby watered. IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrument and Affixed their seek hereto, this 10th dayof September . 20jL In the presence of: WITNESS: (SEAL) (Individual Principal) (Business Address) (Cfly0steMp Code) WITNESS: (SEAL) NEIGHBORHOOD ENKgMMEW4;L A AVE MAN 1 82 SPEC. NO. 10-12 Argon 1r( t rsr a nest roes) 1236 Ce tral Avenue/P.O. Bo 639 Santa Rosa. CA 95402 (CRY/Stateop Code) ATTEST: (AFFIX) (CORPORATE) (SEAL) v~C ST~q.~fv21~ (CorporatePrindpal) (Business Address) (City/State0p Code) ATTEST: (AFFIX) (CORPORATE) (SEAT.) Debbie L. Welsh *Pr I estern Surety Company onna orney-in- ac (Business. . 555 Missio, Stree Suite 200 San Francisco. CA 94105 (City/Stata/ v Code) The rate of premium on this bond Is $included on Performance Bond pair thousand. The total amount of premium charges Is $ Included on Performance Bond , V*he above is to be filled In by Surety Company.) (Power of Attorney of person elgnkV for Surety Company must be attached). NEMMMOOD EN ANCEIAENT-CLARA AVE PHASE 1 83 SPEC. NO. 10-12 (CERTIFICATE AS TO CORPORATE PWMCiPAL) ~Michael A. Smith vefUfythStielnitle 8eoretary dOn owporaWn named as Prin W h the ft%okV bond; that Michael D. Smith who ataned the aWd bald on bdW of the i ppL was then President Of sad! Win; that I know h1s sy ig~ ftm, and that his G%natura #W to is MUM; and tied acid bond was duty dared, sedW, and attested to for and in befailf of said ouWabon by mOaity of hs awmft body, 4_ Oft) (00"row) Mich A. mith- Secretary (SWO waoHeorr►rooo ENK%4CEMW-CLARA AVL PRAM 1 u MM RM 10-12 CALIFORNIA ALL-PURPOSE-ACKNOWLEDGMENT State of California County of MARIN On September 10, 20io before me, Jessica L. Nowlin , Notary Public, personally appeared Donna J. Frowa who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/aye subscribed to the within instrument and acknowledged to me that be/she/they the same in his/her/their authorized capacity(iea), and that by ilis/her/their signature(s) on the instrument the person(&), 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 California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (seal) Signature _ .'f jc:j'SICA L. NOWLIN D r (..OUPa1. #1780067 G r" is NDiAR`! NU9LIC-CALIFORNIA MARIN COUNTY My Comm. Ex: l! n November r 16,2011 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Michael B Mc Gowan, Donna L Welsh, Donna J Frowd, Debbie L Welsh, Jessica L Nowlin, Michelle L Sweeney, Individually of Novato, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 19th day of August, 2009. State of South Dakota ss County of Minnehaha WESTERN SURETY COMPANY t°:j~ + ,+Cps W~~PPOgq j~;= Paul . Bmflat, Senior Vice President On this 19th day of August, 2009, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires i r D. KRELL r November 30, 2012 f ^ NOTARY PUBLIC s i RRSOUTH DAKOTA~r, +4444444444444444444..444 + D. Krell, No try Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 10th day of September 2010 +~`~~RE 'gu Tye WESTERN SURETY COMPANY ~ ytP Oqq ~;b WV9 Di^z 'srJ, ~EAdrp STN f1~~ct` Y). L. Nelson, Assistant Secretary Form F4280-09-06