Loading...
HomeMy WebLinkAboutRESPONSE - BID - 7366 HARMONY ROAD MAINTENANCE PROJECT - COLLEGE AVE TO TIMBERLINE RDSECTION 00300 BID FORM PROJECT: 7366 Harmony Road Maintenance Project— College Avenue to Timberline Road Place: City of Fort Collins Date: April 17, 2012 In compliance with your Invitation to Bid dated 120 and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 57 ($ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to -him at the address -given on this Bid. The name and address- of the corporate surety with which the Bidder pmp.oses_to furnish the _ specified performance and payment Bonds is as follows: Liberty Mutual Insurance Co. 10735 David Taylor Dr. , Suite 400, Charlotte, N.C. 28262 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. through THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4428448 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company'), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint BYRON CREECH, TODD CRUMP, REBECA L. GOMEZ PORRAS, KRISTY W. KRETZSCHMAR, ALL OF THE CITY OF RALEIGH, STATE OF NORTH CARD LINA ..........................................................................:.............................................. ............................................................................................................................................................................................... each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any -and all undertakings, bonds; reoognizances and other surety obliggations in the anal sum not exceeding TWENTY FIVE MILLION AND00y100 *•`*^""•`*'^*'*•*• `* DOLLARS $ 25,000.000.00**".'*'•`**`*� ( ) each, and the execution of such undertakings; bonds;-recognizances-and other surety obligations; in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to andby authority of the following By-law and Authorization: - ARTICLE XIII - Execution of Contracts: Section 5: Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may. prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, .execute,- seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizahces and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary.- - - By the following instrument the chairman or the president has authorized the officer or other official named thereinto appoint attorneys -in -fact: Pursuant. to Article XIII, Section 5 of the By -Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. - That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN. WITNESS.WHEREOF, this Power of. Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 28th day of - Februarv- 2011 - LIBERTY MUTUAL INSURANCE COMPANY w .gg COMMONWEALTH OF PENNSYLVANIA ss Garnet W. Elliott," Assistant Secretary : COUNTY OF MONTGOMERY - On this 28th day of February 2011 ,before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of=Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the .above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WH P" Uad�e- unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. Q• �*ON W i y COMMONWE Lin OF GENNMVANIA " _ NuwYtl Seel - - y OF -- T. vas s+.'N�:Fr,mrK._ am-.,,mr..y.Mu,rcFnaiccunry By aJ ccq��� arcmmsvo-, E,aes Ma,m m'm'a Ter sa G Pastella, Notary Public L`'- - 11'�Pry - CERTIFICATE. Iny Pam" I; the undersigned, Assistant ecetary:of r:Liberty-Mutual Insurance Company, do hereby certify that the original powerpfattomey of which the foregoing., is a Lull, true and correct copy Is_ in full.force and effect on the date.of this certificate, and'I do further certify officer or official who executed the y that the said power of attorney is an Assistant Secretaryspecially authorized by the chairman or president to appoint attorneys -in -fact as.provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. - This certificate and the above power of attorney may be signed by facsimile, or mechanically reproduced signatures, under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called -and : held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature o,a.ny,assistant secretary of the -company, wherever appearing upon a certified copy of any power of attorney issued by the company trconnection with surety bonds, shallbe valid and binding upon the company with the same force and effect as though manually affixed,' . - IN T T MONY WHEREOF, I have her subscribed my- name -and 'affixed the corporate seal of the said company,this a.q.4' day of '. By Da% M Carey; Ass' 't Secretary SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: Martin Marietta Materials, Inc. 1800 N. Taft Hill Rd. 2. Permanent main office address: Fort Collins. Co. 80521 3. When organized: November 1993 a If a corporation, where incorporated: North Carolina 5. How many years have you been engaged in the contracting business under your present firm or trade name? 20 Years 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) City of Greeley 2012 Overlay Project $2.5 Million Fall 2012 Provincetown Ph. 3 Subdivision $150.000 Summer 2012 Union Colony Elementary School Parking Lot $180,000 Summer 2012 7. General character of Work performed by your company: Asphalt Paving, Aggregates, Ready Mix Supply 8. Have you ever failed to complete any Work awarded to you? No If so, where and why? N/A 9. Have you ever defaulted on a contract? No If so, where and why? N/A 10. Are you debarred by any government agency? If yes list agency name. N/A 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. Harmony Bridge Replacement $2.5 Million Dec. 2010 Ft Collins Street Widening City of Greeley 2011 0'/1 $2 Million Dec. 2011 Greeley Street Repair City of Ft Collins 2011 0/L- $2 Million Dec. 2011 FC Street Repair 12. List your major equipment available for this contract. Please see attached list of equipment 13. Experience in construction Work similar in importance to this project: City of Fort Collins and Greeley Overlay projects. Major subdivisions, school, hospital, and corporate building parking lots patch repairs and 14. Background and experience of the principal members of your organization, including officers: Patrick Walker President -Rocky Mountain Division 25+ Years David Lemesany Regional Vice President 25+ Years Kenneth R. Ball Northern Area General Manager 12+ Years 15. Credit available: $ Unlimited 16. Bank Reference: WellsuFargo Bank - - -- 17.---Willyou-upon request; fill -out -a detailed financial statement -and -furnish -any -other— - - information that may be required by the OWNER? Yes 18. Are you licensed as a General Contractor? Entire state of Colorado If yes, in what city, county and state? 00239 General Contractor's License What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? If yes, what percent of total contract? Please see list of subs And to whom? Martin Marietta Materials ® ®. Rocky Mountain Division 1800 N.Taft Hill Road Fort Collins, CO 80521 ASPHALT PLANTS —4. LOADERS 4 Oil Distributors 1 5 Michigan Loader , '. 18 Field Conveyors 1 75A Michigan LoadeP 2 Draglines TRAILERS W/RAMPS SPRAYERS 1 AC Loader 11 Light plants & Generators TERRAIN HYDRA CRANE 14 Conveyors, portable 1 125 Michigan Loader 17 Silos 1 175E Michigan Loader 3 Baghouses 2 966 CAT Loader 1 275E Michigan Loaders TRUCKS & AUTOMOBILES TRUCKS 22 Passenger Cars 3 920 CAT Loaders 10 Single Axle Mechanic's TRUCKS 7 910 CAT Loaders 2 Single Axle FlatBeds TRUCKS 1 Tandem Flatbed 2 936 CAT Loaders 7 Single Axle Water 1 950 CAT Loader TRACTORS 4 Single Axle Water 3 Scoopmobiles 1 224 CAT Loader. 2 Tilt Trailers 40 Pickup Trucks COMPACTORS 7 Tandem Patch Trucks 2 Vibro Plate Compactors 6 Tandem Water Trucks CAT 815 22 Tandem Dump Trucks 30 Over -the -Road WEIGHING EQUIPMENT 1 Scales 2 Gravel Tailers 4 Ramsey Belt Scales 1 Gravel Tractors SCRAPERS 10 Tool Trailers 7 Oil Trailers 5 613 CAT Scraper 1 4000 Gallon Water • ROAD WIDENERS 1 wipe Tra el- 1 B!aw Knox Road Widener 8 Lab & Office Trailers 5 Loboy & Hiboy Trailers RAILROAD CARS 1 Rock Trailers 35 Gondola Type Cars 3 Single Axle Fuel Trucks 7 1-Ton w/Dist. -Tanks TRACTOR— CRAWLERS 2 Farm Tractors 1 634 CAT Dozer 20. Are any lawsuits pending against you or your firm at this time? No IF yes, DETAIL N/A 21. What are the limits of your public liability? DETAIL $200,000,000 What company? Liberty Mutual Insurance Co. 22. What are your company's bonding limitations? $20,000,000 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at Noon this 17th day of April 12012 Martin Marietta Materials, nc Name of e By: - Kenneth R. Ball Title: Genera Manager State of Colorado County of Larimer Kenneth R. Bail being duly sworn deposes and says that he is General Manager Of Martin Marietta Materials, Inc and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this 17th 4JJ-U� (r Notary Public Patrese E. Yarbrough My commission expires: 03/28/13 day of April , 2012 . (Seal) SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM SUBCONTRACTOR Traffic Control Dirt & Pine Concrete Asphalt Planning Landscaping Fence & Guardrail Erosion Control Quality Traffic Control Gerrard Excavating Northstar Concrete Alpha Milling Co. V & S Landscaping & Sprinkler System Town & Country Fence Co. All Terrian Environmental 8. BID SCHEDULE (Base Bid) p R Ref # am, 1 `7tem7#-, .*rrz�' '„-fir- -)i. � 'r3 e'+ `5-� ;� .r 7 �,i�1t `t Item; Descnphownr, i*` xypy 6'Lr`EtiM�"` e�" !Quantity , � .}niIt hUnit �, Unrt iZC hx..+ha„�. aaTotalr�r- x �+.:?"�':..w;..L.�.3$t.'w. �. �,t`•': ,::..s 4,.'vru-,.x#.:s :.e m''Lost.'0 ra�Cost?; .: LS 5,359.18 6,359.18 1 201-01 Clearing and Grubbing (1 Acre) 1 2 202-01 Removal of Tree 1 EA 87.76 387.76 3 202-02 Removal of Pipe (24Inch RCP) 49 LF 4.34 702.66 4 - 202-03 _. Removal of Pipe (18- Inch -RCP)--- -- - -- . _.. _ _73 ____ __-LF - 2.55 - -.- - - 916.15 5 202-04 Removal of Pipe (15 Inch ADS) 43 LF 4.23 611.89 6 202-05 Removal of Pipe (19 Inch x 30 Inch Elliptical) 8 LF 0.41 403.28 7 202-06 Removal of End Section (24 Inch RCP) 2 EA 29.59 459.18 8 202-07 Removal of Inlet (5' Type R) 1 A 587.76 687.76 9 202-08 Removal of Sidewalk 701 SY 5.26 3,687.26 10 202-09 Removal of Curb and Gutter 754 LF 3.78 2,850.12 11 202-10 Removal of Asphalt Mat (Sawcut) (Full Depth) 2,905 SY 7.60 22, 078.0 12 202-11 Removal of Asphalt Mat (Planing) (04" Depth) 21,050 SY 2.10 44 205.0 13 202-12 Removal of Asphalt Mat (Planing) Additional Inch Thickness 4,000 SY / IN 58 2,320.00 14 202-13 Removal of Asphalt Mat (Planing) (Taper 0-2" Depth) (6' Wide) 7.400 SY 1.43 10,582.0 15 - 202-14 Removal of Pavement Markings 1 LS 309.28309.28 -16 - 202-15 Removal of Structure (Bridge) - 1 LS 23 632.9 23- -632. 17 202-16 Removal of Fence (3 Rail) - 40 LF 25.77 1,030.8 18 203-01 Unclassified Excavation (Complete In Place) 2,831 CY 14.90 42,181. 19 203-02 Muck Excavation 200 CY 39.79 .7.958.0 20 203-03 Borrow 300 CY 28.71 $ 613.00 21 203-04 Shouldering (Recycled Asphalt) (Haul and Place) 530 TON 9.30 4,929.00 22 203-05_ _ Flowable Fill (Utility Backfill) 150 CY 59.85 8,977.50 23 207-01 Topsoil (Stockpile and Redistribute) 835 CY 5.31 4 433.8 7 24 207-02 Pre -Amended Topsoil (Median) 250 CY 36.08 9,020.00 25 208-01 - Erosion Log (12 Inch) 610 LF 3.53 2,153.30 26 208-02 Storm Drain Inlet Protection 2 EA 128.87 257.74 27 208-03 Concrete Washout Structure 1 EA 618.56 618.56 28 208-04 Erosion Control Supervisor 60 HR 1.00 60.00 29 210-01 Adjust Valve Box 15 EA 115.00 1,725.00 30 21 D-02 Adjust Manhole 524 Inch 6 EA345.00 2,070.00 31 210-03 Adjust Manhole > 24Inc h 12 EA 450.00 5.400.00 32 210-04 Relocate Fire Hydrant 1 EA 2,758.76 2,758.76 32 212-01 Seeding (Native) 0.5 ACRE 5,386.60 2,693.30 33 212-02 Sod 41,217 SF .57 23,493.69 34 212-03 Tree Retention and Protection 1 LS 585.57 585.57 35 213-01 Mulching (Weed Free Hay) 0.5 ACRE 5,386.60 .2.693.30 36 213-02 Mulching (Wood Chip) 4,200 SF .77 3,234.00 37 213-03 Inorganic Mulch (Rock) (1 1/2 Inch) 1,429 SF 1.29 1843.41 38 213-04 Inorganic Mulch (Rock) (3 - 6 Inch) 857 SF 2.06 1,765.42 39 213-05 Inorganic Mulch (Rock) (6 - 12 Inch) 571 SF 2.84 1 621.64 46 213-06 Landscape Weed Barrier Fabric 317 BY 4.12 1.306.04 41 - 213-07 Landscape Boulder - 21 EA 335.05 7,036.05 42 214-01 Deciduous Tree (3 Inch Caliper) 6 EA 515.46 3,092.76 43 214-02 Evergreen Tree (6 Foot Height) 6 EA 412.37 2.474.22 44 214-03 Evergreen Tree (20 Gallon) 5 EA 386.60 1,933.00 45 214-04 Deciduous Tree (6 Foot Clump) 3 EA 360.82 1,082.46 46 214-05 Deciduous Tree (8 Foot Clump) 4 EA 484.54 1,938.16 47 214-06 Deciduous Tree (10 Fool Clump) 2 EA 618. 56 1,237.12 48 214-07 Shrub (5 Gallon Container) 11 1 EA 32.99 16,070.16 49 214-08 Perennials and Ornamental Grasses (1 Gallon Container) 470 EA 12.89 6,058.30 50 216-01 Soil Retention Blanket (Biodegradable Straw/Coconut) 50 SY .09 154.50 51 304-01 Aggregate Base Course (Class 6) 4,690 TON 2.69 106 416. 52 403-01 - Hot Mix Asphalt (Grading S) (100) (PG 64-28) (Modified Binder) 13,030 TON 1.45 800 693. 53 403-02 Hot Mix Asphalt (Grading SG) (100) (PG 58-28) 7,000 TON 56.90 398 300. 54 403-03 - Hot Mix Asphalt (Hand Patching) 500 TON 9415 39 575.0 ---------------------- 55 412-01 --------------- ----------------- Concrete Pavement (8 Inch) (Colored) (Median) 750 --- SF 6.34 4,755.00 56 420-01 Geotextile Paving Fabric 85,000 - SY 1.49 126 650. 57 420-02 Geotextile(Reinforcement) 750 SY 2.65 1,987.50 58 603-01 18 Inch Reinforced Concrete Pipe CLIII 64 LF 50.41 3,226.24 59 603-02 24 Inch Reinforced Concrete Pipe CLIII 144 - LF - - 67.63 9,738.72 60 603-03 19x30 Inch Reinforced Concrete Pipe Elliptical CLIII 24 LF 98.40 2,361.60 61 603-04 24 Inch Reinforced Concrete End Section CLIII 2 EA 687.63 1.375.215 62 604-01 Inlet. Type R (5 Foot) - 1 EA 3,110.31 3,110.31 63 604-02 Inlet, Type D (5 Foot) 1 EA 2,851.55 2.851.55 64 604-03 Manhole (6 Foot) 1 EA 2,967.01 2,967.01 65 605-01 4 Inch Perforated Pipe Underdrain 310 LF 25.62 7,942.20 66 606-01 Guardrail Type 3 50 LF 56.70 .. - 2.835.00 67 606-02 End -Anchorage 2 EA1,417.53 2,835.06 68 607-01 Fence (3 Rail) 40 LF 12.37 494.80 69 608-01 Concrete Sidewalk (6 Inch) - - 1,270 SY 29.60 37 592.0 70 608-02 Concrete Crosswalk (12 Inch) (Colored) 15 SY 105.69 1,585.35 71 608-03 Concrete Curb Ramp w/ Truncated Domes 100 SY 100.38 10 038.0 72 609-01 Curb and Gutter, Type 2 (Section I-B) 150 LF 17.82 2,673.00 73 609-02 Curb and Gutter, Type 2 (Section II-B) 1,145 LF 14.26 16 327.7 74 609-03 Curb and Gutter, Type 2 (Section I-B) (Modified) 100 LF 17.52 112,264.0d 75 613-01 2 Inch Conduit (Schedule 80) 200 LF 22.32 4,464.00 76 620-01 Sanitary Facility 4 EA 463.92 1,855.68 77 623-01 Irrigation System (Relay Turfed Areas) 1 LS 4, 639. 18 4,639.18 78 623-02 Irrigation System (Median) 1 LS 5,979.38 5,979.38 79 626-01 Mobilization 1 LS 32,523.4 32 523. 80 627-01 Temporary Pavement Marking 1 LS 375.59 375.59 81 630-01 Construction Zone Traffic Control 1 LS 46.809.28 46,809 82 630-02 Traffic Control Management 90 DAY 371.13 33 401.7 83 630-03 Flagging 1.200 HR 21.65 25,980.0 BID TOTAL: 2,047,31( In Words Two Million, Forty -Seven Thousand, Three Hundred Sixteen Dollars and Twenty -One Ceuta. 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: Kenneth R. Bn11 April, 17, 2012 Printed Date General K ,.21 (Seal - if Bid is by corporation) Title 00239 License Number (If Applicable) Nddress 1800 N. Taft Hill Rd. Fort Collins, Co. 80521 Telephone 970 407-3600 Email Kenneth.Ball@martinmarietta.com SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors SECTION 00410 BID BOND KNOW ALL MEVY THESE PRESENTS: that we, the undersigned Morin Harle'#a Mderials as Principal, andl6s Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $Fivr_'R r eni o0h�e�� V for the payment of which, well and truly to be made, we hereby jointly and severafld ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made apart hereof to enter into a Construction Agreement for the construction of Fort Collins Project, 7366 Harmony Road Maintenance Project — College Avenue to Timberline Road.. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto -(properly completed in - - -- - --- accordance with said Bid) and shall furnish a BOND for his faithful performance . of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the ,,Agreement created by the acceptance of said Bid, then this obligation shali be void -,otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims ,hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. -The-Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be iri no way impaired or affected by any extension of the time=within which the OWNER may accept such Bid: and said Sure _does_here_by._waive. _. notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. Q+ J_iC_-rty MCJC401 2nauranc-e company IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of Marc, 99 , 20_!A, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name: Mark,n Marle.4a H4ials Address: 2-110 g=�Ycllg-kc. fikle-ig�) WC a•740'7 //jj ✓ By: /c�YYh Title:`�_imn Creech � Ass Tea9urer SURETY I_�ber'4'y My}u(j 1"Si fanc - �'ompo.n y I'1S 3erKeleY• By. r�oC�ft�Co� Title-Rebeco L eysme2` owns}RkFo�ney-Sn ag _ ATTEST:_ .. h; (SEAL) iidct Crcmp (SEAL)