Loading...
HomeMy WebLinkAbout20060482.tiff AGREEMENT THIS AGREEMENT made this / day of ,,2O , by and between the County of Weld, hereinafter referred to a the County, a TECOM, INCORPORATED, a Texas corporation with its principal place of business at 8834 N. Capital of Texas Hwy., #302, Austin, TX 78759, hereinafter referred to as Contractor; The County and Contractor, for the consideration stated herein, agree as follows: SECTION 1 - DEFINITIONS 1.01 County - Shall mean the County of Weld Colorado or its authorized and legal representative. 1.02 Contractor- Shall mean TECOM Incorporated, 8834 N. Capital of Texas Hwy., #302, Austin, TX 78759. 1.03 Contract Administrator(CA) - Shall mean the official designated by the County to represent the County in connection with all technical and operational responsibilities and obligations under this contract, including, but not limited to, coordination with the Contractor's representative regarding priority of repairs and maintenance and purchasing of equipment. The CA has approval authority to make routine day-to-day decisions on behalf of the County. At the execution of this contract, the Contract Administrator is Jeffrey Joseph Jerome, currently assigned to the Department of Public Works. 1.04 Good Fleet Management Practice - Shall mean that fleet management practices generally recognized as the optimum by fleet operators for obtaining the maximum functional and economic utility from fleet units during an assumed optimum period of retention. SECTION 2 -CONTRACTOR'S RELATION TO THE COUNTY 2.01 Contractor as Independent Contractor- It is expressly agreed and understood that the Contractor is in all respects an independent Contractor as to the work and is in no respect an agent, servant or employee of the County. This Contract specifies the work to be done by the Contractor, but the method to be employed to accomplish the work shall be the responsibility of the Contractor. 2.02 Subcontracting - Contractor may subcontract services to be performed hereunder with the prior approval of the County, which approval shall not be unreasonably withheld. No such approval will be construed as making the County a party to such subcontract, nor subjecting the County to liability of any kind to any subcontractor. No subcontract shall, under any circumstances, relieve the Contractor of its liability of any kind to any subcontractor nor relieve the contractor of its liability and obligations under this contract, and despite any such subcontracting the County shall deal through the Contractor, and subcontractors will be dealt with as workmen and representatives of the Contractor. 2.04 Inspection of Work-The Contractor shall furnish the Contract Administrator or their authorized representative with every reasonable opportunity for determining whether or not the work is performed in accordance with the requirements of the Contract. The Contract Administrator may appoint qualified persons to inspect the Contractor's FR EL; 00-55° 02-/3�(A 0(3. rt�lL�� �CorV1 1 `� 2006-0482 • operations and equipment, and Contractor shall permit these authorized representatives to make such inspections at a reasonable time and place. 2.05 Term of Contract: The initial term of this Contract Agreement shall be for a period of 12 months. 2.06 Option to Extend: This Contract may be extended by the County annually in 12 month increments provided that the Contractor has established a satisfactory record of performance and a budget for each extension term has been mutually agreed upon by the parties. The County must give due notice in writing to the Contractor of not less than 90 days notice prior to the end of the contract, of its intent to terminate or extend the agreement. In the event the termination date is beyond the expiration of the agreement, the parties can extend the terms of the existing agreement to a date not to exceed the termination date. Contract may not be extended or renewed past September 30, 2012. 2.07 Contractor Notice of Intent Not to Renew: If the Contractor chooses not to renew the agreement upon agreement expiration, the Contractor is required to provide the County a written notice of such intent at least ninety (90) days before the expiration of the agreement. Should the Contractor fail to provide timely notice, the County reserves the right to require continued performance of the agreement by the Contractor under the terms of the agreement for a period of up to six (6) months from receipt of a written notice of intent or from the date of expiration of the agreement, whichever comes first. 2.8 Ordinances: Nothing contained in any ordinance, statute, law or regulation of the County hereafter adopted, pertaining to the management of the fleet and unit maintenance shall in any way be construed to affect or alter the duties, responsibilities, and operation of the Contractor in the performance of the terms of this contract, unless any such change is agreed to in writing by both the Contractor and the County. 2.09 Extraordinary Occurrences: It is agreed that in no event shall the County or Contractor be liable or responsible to each other or to any other persons for damages resulting from deficiencies or delays in work herein provided for, where such deficiencies or delays result from Acts of God, fire, or any other cause not within the control of the County or Contractor. Contractor recognizes the essential nature of the services to be performed hereunder and will use its best efforts to discharge its functions despite such extraordinary occurrences. In the event of such occurrences, Contractor and County agree to negotiate any appropriate adjustment, if any, to the approved budget price herein. 2.10 Deficiencies in Service: In the event the Contract Administrator determines there are deficiencies in the service and work provided by Contractor, the CA shall notify Contractor in writing as to the precise nature of any such deficiencies. Within ten (10) working days of receipt of such notice, Contractor shall correct or take reasonable steps to correct the deficiencies complained of, including, if necessary, increasing the work force, tools, and equipment or modifying the policies and procedures used by Contractor in performing services pursuant to this Contract. If the Contractor fails to correct or take reasonable steps to correct the deficiencies within fifteen (15) working days, the County may declare the Contractor in default and invoke the necessary contractual provisions. 2 • 2.11 Disputes: In the event of any controversy, claim or dispute as to the services and work performed by the Contractor, or rights and liabilities of the parties under this Contract, each such question shall be submitted to the Contract Administrator for resolution. The party wishing to submit a matter to the Contract Administrator shall do so by written notice to the other party and to the Contract Administrator, which shall specify the nature of the controversy, claim, or dispute. The Contract Administrator shall schedule a hearing within fifteen (15) days of such notice, at which time both parties shall present their positions. The Contract Administrator shall render a decision within seven (7) days after the date of the hearing. However, in the event either party disagrees with the decision of the Contract Administrator, that party shall have the right to litigate the matter arising out of or relating to this agreement, or breach thereof, by arbitration within the rules of the American Arbitration Association. Judgment upon the award rendered by the arbitrators may be entered into any court having jurisdiction thereof. 2.12 Termination: In addition to the provisions of contract, the County may terminate this Agreement if the Contractor becomes insolvent or becomes a debtor under Title 11 of the US Bankruptcy Code. A parties insolvency, or voluntary or involuntary bankruptcy, shall not constitute prospective unwillingness and/or inability to perform nor a repudiation of this agreement unless the party fails to give a timely and adequate assurance of its ability to perform. If a party is unable to give adequate assurance, the other party may terminate the Contract with thirty- (30) days written notice. If the Contractor fails to perform, or fails to perform in a satisfactory manner, or fails to perform in accordance with applicable ordinances, the County shall have the right to demand in writing adequate assurance from the Contractor that steps have been taken to rectify the situation. The Contractor must within seven (7) days of receipt of such demand return to the Board of County Commissioners or their designee a written statement that explains reasons for non-performance, delayed, partial or substandard performance during that period and any continuation thereof. The Contractor also has available to him the option to appear with an explanation before the Board of County Commissioners. Upon Contractor's statement or the failure of the Contractor to submit one, the County may, except under conditions of Force Majeure, upon recommendation from the Purchasing Department, terminate this contract. 2.13 Assignment: The duties and obligations assumed by the Contractor are not transferable or assignable without prior consent by the County, which consent shall not be unreasonably withheld. 2.14 Incorporation of Documents: This contract hereby incorporates by reference County's Request For Proposal# B027-05 and Addenda, hereinafter called RFP, and the Contractor's Proposal to provide fleet management and maintenance services hereinafter called Proposal all of which are attached hereto. In case of a conflict between the terms of the RFP, the Proposal or the text of this Contract, the text of the RFP shall govern. SECTION 3 -CONTRACT COSTS 3.01 Approved Budget and Maximum Price: The Approved Budget, which shall be the Contractor's operating budget for each year of this Contract, shall include the following cost items: • Personnel costs; • Parts, supplies, outside services; 3 • • Overhead expenses; and • Corporate administrative costs and fees. The Approved Target Budget for the first contract year is $ 1,346,996.82 (One Million, Three Hundred Forty Six Thousand, Nine Hundred Ninety Six and eighty two cents). The maximum annual costs to the County for target services shall be the Approved Target Budget. Such budget and maximum cost amounts may be adjusted by mutual agreement during the course of the Contract based upon criteria set forth herein. The "Approved Budget", which shall be the Contractor's operating budget for the first contract year. Category First Year Cost Labor Costs $ 628,477.31 Parts and Supplies $ 543,821.29 Sublet & Overhead Expenses $ 74,920.48 Administrative Costs $ 49,888.77 Subtotal Cost Target $1,297,107.75 Management/Service Fee $ 49,888.77 TOTAL FIRST YEAR TARGET COST $ 1,346,996.82 3.02 Personnel Costs - Personnel costs will include wages, salaries, fringe benefits, payroll taxes, mechanic and management incentive program costs and overtime costs. Non-Target overtime work shall be authorized only for emergency or other directed work. 3.03 Parts/Supplies/Outside Services - Contractor will provide all parts, supplies and outside services as the items or services are required. No markup will be added to the Contractor's net cost for the items or services charged to the County. Cost for parts, supplies, materials and outside services are included in the target cost except as specified in 3.07. Contractor shall use local vendors whenever possible. 3.04 Overhead Expenses - Overhead expenses will include such items as office supplies, uniforms, bonding, insurance, computer costs and copying costs. All overhead expenses are included in the target cost. No markup will be added to the Contractor's net cost for the items or services charged to the County. 3.06 Capital Expenditures -Any and all capital expenditures for units, equipment or other capitalized items, in connection with the services and work to be provided by Contractor into service. The Contractor will be responsible for security of all County properties and assets designated for its use or management. 3.07 Additional Reimbursable Items - Costs incurred for unit repairs necessitated as a result of user abuse, vandalism, and accident damage during the life of the Contract shall be treated as Non-Target cost items. Major component failure (such as engine, transmission, power train, air condition systems and other assemblies and systems considered to be major components) during the first three (3) months of providing services hereunder will be treated as Non-Target costs. Non-Target costs will be directly reimbursable to the Contractor by the County. 4 • 3.08 Cost Incentive - In addition to the Contractor's costs and fee, the County shall receive sixty percent (60%) and the Contractor shall receive forty percent (40%) of any aggregate annual savings to the County on the Approved Budget for each fiscal year. Aggregate annual savings shall be defined as the difference between a lower twelve (12) month actual cost to the County and the amount of the Approved Budget as stated in Section 3.01. In the event actual aggregate annual costs to the County exceed the Approved Budget amount such additional costs shall be borne totally by the Contractor. 3.10 Adjustments to the Approved Budget A. Annual Adjustments-The Approved Budget, including Contractor's fee, shall be adjusted for the second and subsequent years of the Contract to take into account changes in the cost of doing business and future increases or changes in the total personnel compensation package, wage rates and fringe benefits. B. Changes in the Size or Mix of the Fleet- The Approved Budget shall be adjusted to correspond to increases or decreases in the fleet size or the type of equipment in each class if such changes are at least five (5%) percent. C. Unusual Costs - Contractor may petition the County for an adjustment to the Approved Budget at reasonable times for unusual changes in Contractor's cost of doing business (such as regulatory changes). For purposes of this Section, unusual changes shall mean items not covered by this Agreement, which occur through no fault of the Contractor; the term shall not include price increases arising in the ordinary course of business. The County and the Contractor shall negotiate the amount of any adjustment to this Section. SECTION 4- INVOICING AND PAYMENT A. Frequency-At the commencement of the contract, the Contractor will invoice the Client in the amount equal to 1/12th of the annual target price for the first month's target services. Following the first month of services, the Contractor will invoice the Client on the first day of each month in two parts, 1/12th the annual target price for the current month's target services, and a separate invoice delineating additional reimbursable items (including directed work, approved accident repairs, and other non-target work as outlined in emergencies, major component failure within the first three months) which were incurred by the Contractor in the previous month. A third invoice will be issued each month that invoices the Client for the previous month's quality incentives/deductions. Such invoice will be prepared only after the Contractor's and Client's records regarding performance have been jointly reconciled to the satisfaction of both parties. A monthly review meeting will be conducted on the fifth working day of each month. Invoices shall be paid completely by the Client within ten (10) working days of receipt of invoice. The Contractor shall prepare verification data of any items questioned for the amount claimed and provide complete cooperation during such investigation of any area in the invoice subject to question. The Client will be responsible for paying the remainder of each month's invoice when individual invoice line items are awaiting dispute resolution. Invoices shall include backup for all reimbursable items. 5 B. Payment of Invoices-The County will pay the Contractor within thirty (30) days of the County's receipt of an acceptable invoice. The County will pay the Contractor for all items invoiced over which there are no disputes so that payment for undisputed items is prompt. Payment for disputed items will be made when disputes are resolved. SECTION 5-AUDITING PROCEDURES 5.01 Access to Books and Records - Upon prior notice, the Contractor shall provide the County's authorized representatives access at all reasonable times to all Contractor's electronic and hard copy data, books, records, correspondence, instructions, plans, drawings, receipts, vouchers, and memoranda of every description pertaining to work under the Contract. When requested, the Contractor shall provide the County's authorized representative cost verification for work performed under the Contract. SECTION 6-STAFFING PROVISIONS 6.01 General - Contractor shall have the responsibility for selecting personnel to perform the services to be provided hereunder, subject to the requirements of the RFP. The County will not direct or supervise employees of the Contractor nor any Subcontractor. 6.02 Manning Changes - Change of the Contractor's Project Manager shall be subject to the reasonable approval of the Contract Administrator. The County reserves the right to request the dismissal of any Contractor employee whose performance or actions are obviously detrimental to the program. 6.03 Benefits Program - The Contractor will have sole responsibility for determining and providing the employee benefit programs which shall be used for Contractor's employees. Said benefits program will be essentially equivalent to those offered in the local labor market for similar skills. 6.04 County Benefits -The Contractor's employees shall not claim any County right or benefit as a condition of their employment in the performance of this Contract. The County hereby represents to the Contractor that preexisting County benefit plans for County employees involved in fleet service and maintenance activities will terminate prior to their employment by Contractor, and Contractor will have no liability or obligation of any kind for any such benefit plan. The County agrees to defend, indemnify and save harmless Contractor from and against any and all claims, actions, demands or liabilities to or for any such former County employees for damages, including reasonable attorney's fees and costs, resulting from and accrued under such County benefit plans, or the termination thereof. 6.05 Compliance with Laws - The Contractor shall comply with all applicable Federal, State and County laws relating to wages and hours, and all other applicable laws relating to the employment or protection of employees, now or hereafter in effect. 6 SECTION 7: QUALITY OF SERVICE 7.01 General - The direction and supervision of fleet management and maintenance services shall be by competent personnel, and the Contractor shall devote sufficient competent personnel, time and attention to the direction of the operation to assure satisfactory performance. 7.02 Cooperation of Contractor Required -The Contractor shall cooperate with the CA and other authorized representatives of the County in every reasonable way in order to facilitate the progress of the work contemplated under this Contract. The Contractor shall have at all times a competent representative on duty authorized to receive orders and to act for it. 7.03 Compliance with Laws and Regulations -The Contractor hereby agrees to comply with all applicable federal, state and city ordinances, resolutions and regulations. The Contractor and its surety shall indemnify, defend and hold harmless the County, its officers, representatives, agents and employees against any claim or liability arising from or based on the violations of any such law, regulation, ordinance, order or decree, whether by the Contractor or its employees, agents or subcontractors occurring during the performance of services pursuant to this Contract. In accordance with 3.1OC, the Contractor may petition the County for any increase in cost resulting from changes to laws and regulations enforced or implemented after the Contractor has assumed operations hereunder. SECTION 8: INSURANCE 8.01 The Contractor shall provide and maintain the insurance required under the RFP unless modified by mutual agreement between the County and the Contractor. SECTION 9 -SCOPE OF SERVICES 9.01 General -The Contractor shall provide preventive maintenance, remedial repairs, overhaul, road call service, fleet management and such other closely allied services as may be required to assure the continuity of effective and economical operation of County units as described in the Contractor's proposal and RFP# B027-05. SECTION 10 -AMENDMENTS 10.1 Amendments, which are consistent with the purposes of this Contract, may be made in writing duly executed by the parties, and in accordance with County rules and regulations and other applicable laws and ordinances. 7 This Agreement forms the entire agreement between the parties. Contractor warrants that the President executing on its behalf has authority to enter into this Agreement. IN WITNESS WHEREOF, the parties hereto have executed and sealed this Contract the day and year first above written. TECOM Incorporated B DATE: /-3F-2006 Toby Dick' son l Vice President and General /M,gr The Mar Court 7'V a ' a/c/ This are ent having been reviewed, the action of the Purchasing Department of the County of tad G in entering and executing same as approved. B : /r/ DATE: 02/170‘ M. J. Geile Chairman, Board of County Commissioners DATE: 02/1a Pat Persichino Director, General Services Department Attachments: County of Weld RFP and Addendum Contractor's Proposal 8 ADDENDUM #1 1 February 2006 BID REQUEST NO. B027-05 Fleet Management Services This addendum will address clarifications of the Maintenance Management Services and be considered an official requirement, element, or documentation of the RFP. 1. Replaceable blades for snow plows will be stocked by the contractor as an equipment part. 2. Snow Plow blades will be repaired or replaced as a NON-contract repair and not charged against the annual target budget. 3. Internet service is provided through the County Phone Services and will be charged monthly to TECOM at the billed rate to the county. 4. TECOM agrees to purchase select items from the 20 December 2005 published, "Weld County Parts Inventory". Said parts used in repairs will be identified on repair orders for historical management of equipment but not billed to Weld County. 5. Capital Expenditures, as identified in the RFP, item 66.2, references expenditures to extend the useful life of the equipment and is classified as a NON-contract repair and not charged against the annual target budget. 6. The last sentence in Section 23: Performance Bond of the RFP that states, "At any time the contract is terminated for default the Performance Bond shall be forfeited to and retained by the county"; is deleted from the RFP and not an element of this contract. 7. Weld County accepts the Travelers Bond Form. 8. Weld County accepts proposed Fleet Performance Measure PENALTIES listed below. Re-repairs Standard: $500 penalty for exceeding 3% of total monthly work orders. Fleet Category Availability Standard Penalty to Mgt Fee Administrative 95% 3% Emergency 97% 5% Light Duty Maint/Service 95% 3% Specialty Equipment 97% 5% Construction Equipment 93% 2% Heavy Duty Trucks 93% 2% Grounds Maintenance 93% 2% fret Page 1 of 1 PERFORMANCE BOND Travelers Casualty and Surety Company of America (Annual Form) One Tower Square, Hartford, CT 06183 Bond No. 104403188 KNOW ALL MEN BY THESE PRESENTS, that we, Tecom, Incorporated, as Principal, and Travelers Casualty and Surety Company of America, licensed to do business in the State of Colorado, as Surety, are held and firmly bound unto County of Weld, Colorado (Obligee), in the penal sum of One Million Three Hundred Forty Six Thousand Nine Hundred Ninety Six & 82/100 Dollars ($1,346,996.82), lawful money of the United States of America, for the payment of which sum, well and truly to be made, the Principal and Surety do bind themselves, their heirs, executors, administrators, and successors and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the above bounden Principal has entered into a certain written Contract with the above named Obligee, effective the 1st day of Feb ,200Q and terminating theaistday of)an 2917 for Fleet Maintenance Service and more fully described in said Contract, a copy of which is attached, which Agreement is made a part hereof and incorporated herein by reference, except that nothing said therein shall alter, enlarge, expand or otherwise modify the term of the bond as set out below. NOW, THEREFORE, if Principal, its executors, administrators, successors and assigns shall promptly and faithfully perform the Contract, according to the terms, stipulations or conditions thereof, then this obligation shall become null and void, otherwise to remain in full force and effect. This bond is executed by the Surety and accepted by the Obligee subject to the following express condition. Notwithstanding the provisions of the Contract, the term of this bond shall apply from 2/1/2006 , until 1/31/2007 , and may be extended by the Surety by Continuation Certificate. However, neither nonrenewal by the Surety, nor the failure or inability of the Principal to file a replacement bond in the event of nonrenewal, shall itself constitute a loss to the Obligee recoverable under this bond or any renewal or continuation thereof. The liability of the Surety under this bond and all continuation certificates issued in connection therewith shall not be cumulative and shall in no event exceed the amount as set forth in this bond or in any additions, riders, or endorsements properly issued by the Surety as supplements thereto. Sealed with our seals and dated this 1st day of Feb. 2006 Teco , I orpora d Witness ncipal Travelers Casualty and Surety Company of America c(c Michele Degnon Attorney-in-Fa Agreed and acknowledged this f gr.day of,Y.�,•700 By: Obglfee 5-5025(08-99) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Dennis Dowd, Donnie D. Doan, John D. Fulkerson, Michele Degnon, Tom P. Ellis, III, Debbie Smith, Kae Gibbons, of Dallas, Texas, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)- in-Fact,pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman,the President, any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance,or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (05-04)Unlimited IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 7th day of January, 2005. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA }SS.Hartford TRAVELERS CASUALTY AM)SURETY COMPANY FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD 9 suit, 4 fl p -Ogl_r l6 b'Ft4fnF0�� u l 9 8 2 p By aR y W\Co z,�Lrbrc ,*. , .+ a • Senior Vice President On this 7th day of January, 2005 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof to M•*« rr�o�n�. C JGuc,ouL9, - * � * C' 'S My commission expires June 30, 2006 Notary Public Marie C.Tetreault CERTIFICATE I, the undersigned, Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this XVI day of • �111D 3Wfn. cmJ',-1Y"No , ems ui4e Th% 6r S T� WTFOflO, < c� ''ggj� p$ n nq� • s D; By'�@� 74, �pr eyy . AN, Peter Schwartz 'Y Senior Vice President IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty& Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 (267 675-3102 Fax You may contact the Texas Department of Insurance to obtain information on companies, coverages, right or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, Tx 78714-9104 (800) 252- 3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. Hello