Loading...
HomeMy WebLinkAboutMC Painting Inc; 2017-02-27; PWM17-75GSRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2017-0165160 II IIIII IIIII IIIII IIIII 1111 111111 IIIII 111111111111111 1111111111 1111 1111 Apr12, 2017 04:05PM OFFICIAL RECORDS Ernest J. Dronenburg, Jr., SAN DIEGO COUNTY RECORDER FEES: $000 PAGES: 1 Space above this line for Recorder's use. PARCEL NO: 209-050-26-00 NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on Mar. 27, 2016. 6. The name of the contractor for such work or improvement is MC Painting, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Safety Training Center Facility Painting, Agreement No. PWM17-75GS. 8. The street address of said property is Safety Training Center, 5750 Orion St., Carlsbad, CA 92010- 7201. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 12Q C rlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on , 20-+=1.:, accepted the above described work as completed and ordered th t a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on i\'fY\\ :11:\tt, 2oll. at Carlsbad, California. CITY. F Word\Masters\Forms\Notice of Completion (City) 3/9/98 CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS MC Painting, Inc., has completed the contract work for Project No. PWM17-75GS, Safety Training Center Facility Painting. A City project manager has inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS VALUE Facility Painting (interior and exterior areas) $27,865.00 PUBLIC WORKS DIRECTOR CERTIFICATION OF COMPLETION OF IMPROVEMENTS CITY MANAGER'S/EXECUTIVE MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The services provided in the above described contract are deemed complete and hereby accepted. The City Clerk or Secretary to the Board of Directors is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad's Public Works Department is hereby directed to commence maintaining the above described improvements. Dater I APPROVED AS TO FORM: CELIA BREWER, City Attorney By:~ DeputyCityAttC)Tl C:\Users~maas\AppData\Locai\Microsoft\Windows\T emporary Internet Files\Content. Outlook\JR53KQROIAPI PWM17 -75GS (MC Painting). doc CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT SAFETY TRAINING CENTER FACILITY PAINTING PWM17-75GS This agreement is made on the /}.] 'ib day of , 2017, by the City of ~arl~bad, Calif~rnia, a municipal corporation, (hereinafter called "City"}, nd MC Painting, Inc., a Callforma corporation, whose principal place of business is 2525 Ramona Drive, Vista, CA 92084 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: Jason Kennedy (City Project Manager) WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the Contract. Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. SAFETY TRAINING CENTER FACILITY PAINTING Page 1 of 8 City Attorney Approved 9/27/2016 PWM17-75GS FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and thqfdebarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or s p1contractor from participating in contract bidding. Signature: Print Name: REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with California admitted insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than ........ $1 ,000,000 Subject to the same limit for each person on account of one accident in an amount not less than ....... $1,000,000 Property damage insurance in an amount of not less than ........ $1 ,000,000 Automobile Liability Insurance in the amount of $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non- scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. SAFETY TRAINING CENTER FACILITY PAINTING Page 2 of 8 City Attorney Approved 9/27/2016 PWM17-75GS INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Contractor agrees to start within 14 working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within 30 working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. MC Painting, Inc. (name of Contractor) 695478 (Contractor's license number) C33 -03/31/2018 (license class. and exp. date) 100026859 (DIR registration number) 06/30/2017 (DIR registration exp. date) Ill Ill Ill Ill Ill Ill Ill SAFETY TRAINING CENTER FACILITY PAINTING 2525 Ramona Drive (street address) Vista, CA 92084 (city/state/zip) 760-599-8000 (telephone no.) 760-599-8775 (fax no.) shane@mc-painting .com (e-mail address) Page 3 of 8 City Attorney Approved 9/27/2016 PWM17-75GS AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. By: / J~ \ r~-=-~· t-'-"-~..::.:.......:.-=!-~-:--o-r,:=y:..;:::....cc=-· _~'P-=_...:..to._J_· <+- /title) CITY OF CARLSBAD, a municipal corporation of the State of California Elaine Lukey I Acting ic Works Director as authorized by the City Manager If required by City, proper notarial acknowledgment of execution by Contractor must be attached. !L2 corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY:~~ Deputy City Attorney SAFETY TRAINING CENTER FACILITY PAINTING Page 4 of 8 City Attorney Approved 9/27/2016 PWM17-75GS EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each sub-contractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Portion of Project to Business Name and Address DIR Registration License No., %of be Subcontracted No. Classification & Total Expiration Date Contract 1J01AJE Total % Subcontracted: The Contractor must perform no less than fifty percent (50%) of the work with its own forces. SAFETY TRAINING CENTER FACILITY PAINTING Page 5 of 8 City Attorney Approved 9/27/2016 PWM17-75GS EXHIBIT B SCOPE OF WORK Task #1: Scuff sand and prime (as necessary) exterior hand railings, pedestrian gate and support beams on South facing portico of the Safety Training Center main building located at 5750 Orion St. Carlsbad, CA 92010. Scuff sand and prime (as necessary) support beam and steel framing holding architectural screen at the East entrance to the main facility lobby. Scuff sand and prime (as necessary) five (5) handrails at North entrance to main lobby. Apply two (2) coats of Dunn Edwards EnduraGioss oil based enamel, or equivalent (Soot color match). Total: $7,725.00 Task #2: Prepare and prime four (4) galvanized corner guards at entrances to the range storage garage and fire storage garage. Prepare and prime one galvanized breaching door header on 2nd floor of the commercial structure. Apply two (2) coats of Dunn Edwards EnduraGioss oil based enamel or equivalent, (Soot color match). Total: $755.00 Task #3: Scuff sand and prime (as necessary) three (3) interior hollow metal window frames to the range control room (both sides), one (1) ballistic metal sliding door separating the 25 and 100 yard ranges, five (5) sets of hollow metal double doors and ten (1 0) sets of hollow metal single doors. Includes door jams and frames (Soot color match). Total: $7885.00 Task #4: Patch holes, grind and remove cancerous rust, sand and spot treat with Zero Rust high performance primer (or equivalent) at steel perimeter fence panels, main entry gate and pedestrian gate. Apply one (1) coat of EnduraGioss oil based enamel, or equivalent (Soot color match). Total: $11,500.00 Notes: 1. City will provide paint and finish information. Contractor will confirm paint match prior to work. 2. All work will require scheduling with the Facility Manager to ensure no conflicts with training events. 3. Pricing includes prevailing wages. 4. All work to be performed in one move on per area. 5. Contractor responsible for site safety, maintenance, cleanup and disposal of hazardous materials. JOB QUOTATION ITEM UNIT QTY DESCRIPTION PRICE NO. 1 LS 1 Task #1: South Portico, East and North Entrance of Main $7,725.00 Building. (See above details) 2 LS 1 Task #2: Corner guards fire and range storage garages. $755.00 (See above details) 3 LS 1 Task #3: Interior doors and window sills. (See above $7,885.00 details). 4 LS 1 Task #4: Perimeter fence and gates. (See above details). $11,500.00 TOTAL* $27,865.00 *Includes wages, taxes, fees and materials. SAFETY TRAINING CENTER FACILITY PAINTING Page 6 of 8 City Attorney Approved 9/27/2016 EXHIBIT C LABOR AND MATERIALS BOND PWM17-75GS Bond No.: 1025272 Premium: $251.00 WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to MC Painting, Inc., a California corporation (hereinafter designated as the "Principal"), a Contract for: SAFETY TRAINING CENTER FACILITY PAINTING in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, MC PAINTING, INC., as Principal, (hereinafter designated as the "Contractor"), and The Hanover Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of twenty seven thousand eight hundred sixty five Dollars ($27,865), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the Contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. SAFETY TRAINING CENTER FACILITY PAINTING Page 7 of 8 City Attorney Approved 9/27/2016 PWM17-75GS In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this :Jrv:l day of ---+Eeh~~· ____ , 2ofl. CONTRACTOR: MC Painting, Inc. (name of Contractor) ·"1 1 '/ -f ~ By: /i~l(./ ,//FZ;zf / ; " "2 (sign here) (print name here) Executed by SURETY this __ 2n_d ____ day of February , 20__!.2_. SURETY: The Hanover Insurance Company (name of Surety) 10509 Vista Sorrento Parkway #106, San Diego, CA 92121 (address of Surety) 858-200-4100 (signature of Attorney-in-Fact) Cyndi Beilman, Attorney-in-Fact (printed name of Attorney-in-Fact) (attach corporate resolution showing r.urrent pov/er of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER c;cy Atto?~Y~~ By. ~Cd.--,, Deputy City Attorney SAFETY TRAINING CENTER FACILITY PAINTING Page 8 of 8 City Attorney Approved 9/27/2016 CALIFORNIA ALL PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT 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 _____ _,Sa.A.l.!..N,_,D""'I"=E'"""G,.O'--------} SS. On ____ d-~/_6_··+-;_/l ______ before me, _ ___.L.Du::.A:u.R:u.l..c:.Aw . .~......l _jj\/CJ.JIR...l..JDL.LO"'-L,-, uN_,_,O'-LTL:IA.uR....LY_~.P_.l.uJB.ui-LIC!o,L..__ (insert name and title of the officer) personally appeared MICHAEL LEWIS ,~. , who proved to me on the basis of satisfactory evidence to be the person~ whose name-Est islafe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity{iest, and that by his/her/their signature-Est on the instrument the person-Est, or the entity upon behalf of which the person-Est 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. · (signature o otary public) PROFESSIONAL NOTARY ASSOCIATION OF AMERICA V2009.2 DARLA J. VIRDO ""f CommiSSion No. 2060448 0 NOTARY PUBLIC-CALIFORNIA I SAN DIEGO COUNTY - Commission Expires March 22, 2018 f '" .. .. '"'""""' (seal) www c:alifornianotarvsemin::lrs com CALIFORNIA ALL PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT 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 _____ __,S"--A'""'N,_,D"'-'I=E=G-=0 _____ } SS. On ____ :J-_._/_8----+-/_1_7'--------before me, DARLA .J VIRDO NOTARY P!JBI IC (insert name ~nd title of the officer) personally appeared ..:..K=E.:...:R::...:R-=-Y-=L=E.:...:Wc.:..:IS'-------------------------- who proved to me on the basis of satisfactory evidence to be the persontsj whose nametsj islafe subscribed to the within instrument and acknowledged to me that Ae.lsheltRey-executed the same in rustherAAeif authorized capacity~, and that by rustherftRei.F signaturefsf on the instrument the personfs1, or the entity upon behalf of which the persontsj 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 notary public) PROFESSIONAL NOTARY ASSOCIATION OF AMERICA v2009.2 www.californianotaryseminars.com CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 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 San D~e_,g,_o ______________ _ On February 2, 2017 before me, Dana L. Michaelis -----=-Da ..... te---'----Insert Name of Notary exactly as it appears on the official seal , Notary Public, ---~----~~~--- personally appeared _C_,y,_n_d_i _B_e_ilm_a_n ________ __,.,..-~~-.,...,....-------------- Name(s) of Signer(s) Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(~) whose name(s.) is/a~ subscribed to the within instrument and acknowledged to me that liile/she/~ executed the same in rns/her/tP!el:r authorized capacity(ie&), and that by ~i5/her/ttreir signature(s) on the instrument the person(s), or the entity upon behalf of which the person($.) 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. S ig nature -=-:--c-----c:-:-:--~.,---=---.--...,...,-,.---­ signature of Notary Public Dana L. Michaelis OPTIONAL Though the information below is not required by Jaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the 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: ______________ _ 0 Individual 0 Corporate Officer -Title( s ): ----------- 0 Partner 0 Limited 0 General l!1 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: _______ _ Signer is Representing: RIGHT THUMBPRINT , OF SIGNER Top of thumb here Signer's Name: 0 Individual 0 Corporate Officer -Title(s): _________ _ 0 Partner 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: --------- Signer is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here THEHANOVERINSURANCECOMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint Anne Wright, Cyndi Beilman and/or Dana Michaelis of La Mesa, CA and each is a true and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Ten Million and No/100 ($10,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Vice President, be and they are hereby authorized and empowered to appoint Attorneys-in-fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal ofthe Company. Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1981 -The Hanover Insurance Company; Adopted April 14, 1982- Massachusetts Bay Insurance Company; Adoptea September 7, 2001 -Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 15th day of January 2013. THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZEN~·iSUR~NCE ;90MPANY OF AMERICA I]"' { ,'' --~--Robert Thomas. Vk~ President .. ,. _,.--.. -~r-....-l-~ ! ~-;::-c~;troni~ V'k~i··Pr .. c_ . .:5._id_e.::nl=::::-~c:~:~: On this 15th day of January 2013 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. Barbara A. Garlick, Notary Public My Commission Expires September 21, 2018 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 -The Hanover Insurance Company; Adopted April14, 1982-Massachusetts Bay Insurance Company; Adopted September 7, 2001 -Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 2nd day of February 2017.