HomeMy WebLinkAbout2000-06-19 City Council (20)City of Palo Alto
City Manager’s Repor 1
HONOR&BLECITY COUNCIL ....
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:JUNE 19, 2000 CMR:263:00
SUBJECT:APPROVAL OF A CONTRACT WITH BURNS INTERNATIONAL
SECURITY SERVICES COMPANY IN THE AMOUNT OF $160,983 TO
PROVIDE SECURITY SERVICES AT THE MUNICIPAL SERVICE
CENTER AND PARKING STRUCTURES J AND Q
RECOMMENDATIONS
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached one-year contract, with the
option to renew for two additional years, with Bums International Security Services
for security services, in the amount of $160,983 per year.
Authorize the City Manager or his designee to exercise at his discretion, the options
for the second and third year’s service of this contract.
Authorize the City Manager or his designee to negotiate and execute one or more
change orders to the contract with Bums International Security Services for related,
additional but unforeseen work which may develop during the term of the contract,
the total value of which will not exceed $24,000 per year.
DISCUSSION
Project Description
In order to provide security services at the Municipal Service Center (MSC) and parking
structures J and Q, the City contracts for uniformed security attendants to maintain a constant
patrol.and surveillance of these facilities. Duties at the MSC include, but are not limited to,
securing vehicle and pedestrian gates, screening visitors and confirming their appointments,
parking enforcement, raising and lowering the flags, and foot patrol of the facility. The
presence of these attendants deters theft and increases personnel safety. The services
provided at parking structures J and Q consist of on~ security attendant patrolling throughout
all levels of the facilities checking for suspicious persons, vehicles, skateboarders, transients
and any other security related items as directed by the Palo Alto Police Department.
CMR:263:00 Page 1 of 2
Bid Process
Specifications were distributed to eighteen contractors on February 29, 2000. The bidding
period was 28 days, which allowed adequate bid preparation time. Three bids were received
from qualified contractors on March 28, 2000, as listed on the attached bid summary
(Attachment A). Contractors not responding indicated that they did not submit bids due to
their inability to compete in a low bid process or the fact that their current obligations would
not allow them to meet the specifications of this contract. Staff has reviewed the bid
submitted and recommends that the bid of $160,983 per year be accepted and that Burns
International Security Services Company be declared to be the lowest responsible bidder, and
that the contract be awarded accordingly. The bid is seven percent above the project
managers’ estimate of $150,000. per year. In past contract years, unforeseen needs for
additional security services caused by employee relations, public requirements and crowd
control have exhausted the standard ten percent change order authority. Staff checked
references supplied by the contractor for previous work performed and found no significant
complaints.
RESOURCE IMPACT
Funds for this contract are included in FY 00-01 Public Works. and Police Departments’
operating budgets. ¯
ENVIRONMENTAL REVIEW
This is not a project under the California Environmental Quality Act (CEQA).
ATTACHMENTS
Attachment A: Bid Summary
Attachment B: Contract
PREPARED BY: Karen Smith, Manager of Facilities Maintenance & Projects
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
~IILY ~SON
Assistant City Manager
CMR:263:00 Page 2 of 2
ATTACHMENT A
SECURITY SERVICES BID SUMMARY
Bums International Security Services
National Security Services
Atlas Security and Patrol Inc.
$160,983 per year
$167,688 per year
$175,824 per year
ATTACHMENT B
AGREEMENT No.
2000
BY THIS AGREEMENT MADE AND ENTERED INTO ON THE DAY OF ~__ [DATE TO BE ENTERED ,
BY AND BETVVEEN THE CITY OF PALO ALTO "CITY", AND :Burns Tnternat±onal Secur-[ty Services I.BYCITYPURCHASlNG.
a California Corporation
(ADDRESS) 591 W. Hamilton Ave., Suite 150 (cITY) Campbell. CA (zlP) 95008 (PHONE~AOR)
"CONTRACTOR" IN CONSIDERATION OF THEIR MUTUAL COVENANTS, THE PARTIES HERETO AGREE AS FOLLOWS:
¯ CONTRACTOR SHALL PROVIDE OR FURNISH THE FOLLOWING SPECIFIED i) GOODS AND MATERIALS, 2) SERVICES OR 3) A COMBINATION
THEREOF AS SPECIFIED IN THE.EXHIBITS NAMED BELOW AND All’ACHED HERETO AND INCORPORATED HEREIN BY THIS REFERENCE:
TITLE: (DESCRIPTION) " .
Security Services for the Municipal Services Center, Parkl~g iLot Q and the Cowper/W~bster
Garage per In~itatiGn fGr Bid #123883 received onApril ii, 2000. ¯
Municipal SerPlces Center monthly rate = $7852.80/month
Parking Lot-Q and Cowper/Webster Garage monthly rate = $5562~40/month
EXHIBITS THE FOLLOWING All’ACHED EXHIBITSHEREBY ARE MADE PART OF THIS AGREEMENT:
Exhibit A- Contractor’s Proposal ~
¯ TERM THE SERV!CES AND/OR MATERIALS FURNISHED UNDER THIS AGREEMENT SHALL COMMENCE ON July 1,. 2000
AND SH~LL BE COMPLETED BEFORE June 30, .2001 subject tO renewal for two additional years.
¯ COMPENSATION FOR THE FULL PERFORMANCE OF THIS AGREEMENT: ¯ " .
~ ClTY: SHALL PAY cONTRACTOR: Monthly, upon receipt Of invoice; total not to exceed $160,983/year.
[] CONTRACTOR SHALL PAY CITY:
¯ PAYMENT RECORD (DEPARTMENT USE REVERSE SIDE)
¯ CITY ACCOUNT NUMBER:
KEY CODE OBJECT PROJECT PHASE NO.I DOLLAR AMOUNT
02514261 3100
I $<94,233.60027052303126$" 66,748.80
GENERAL TERMS AND CONDITIONS ARE INCLUDED ON BOTH SIDES OF THIS AGREEMENT.
THIS AGREEMENT SHALL BECOME EFFECTIVE UPON ITS APPROVAL AND EXECUTION BY crrY. IN WITNESS THEREOF, THE PARTIES HAVE EXECUTED THIS
AGREEMENT THE DAY, MONTH, AND YEAR FIRST WRITIEN ABOVE.HOLD ~IARMLESS. CONTRACTOR agrees to indemnify, defend and hold harmless CITY, its Council Members, officers, employees, and agents from any and all demands,
claims or liability of any nature, including wrongful death, caused by or arising out of CONTRACTOR’S, its officers’, directors’, employees’ or agents’ negligent acts, errors,
or omissions, or willful misconduct, or conduct for which the law imposes strict liability on CONTRACTOR in the performance of or failure to perform this a0reement.by
CONTRACTOR.ENTIRE AGREEMENT. This agreement and the terms and conditions on the reverse hereof represent the entire agreement between the parties with respect to the purchase
and sale of the goods, equipment, materials or supplies or payment for services which may be the subject of this agreement. All prior agreements, representations,
statements, negotiations and undertakings whether oral or written are superseded hereby.
PROJECT MANAGERAND REPRESENTATIVE FOR CITY CONTRACTORThorn MacWay (650) 496-6989
NAME Dave Dudley (650) 329-2411 BY
Public Works/Facilities Managment Division
DEPT. Police/Traffic Division .TITLE
P.O. BOX 10250 SOCIAL SECURITY
PALO ALTO, CA 94303 OR I.R.S. NUMBER
Telephone See above :By;
INVOICING SEND ALL INVOICES TO THE CITY, All’N: PROJECT MANAGER Name and Title
Print :
CITY OF PALO ALTO APPROVALS: (ROUTEFOR SIGNATURES ACCORDING TO NUMBERS IN APPROVAL BOXES BELOW)
CITY DEPARTMENT~ FundsBudgetedHaye Been INSURANCE REVIEW.PURCHASING & CONTRACT ADMINI~TRATION
(1)1(2)(3)
APPROVAL OVER $25,000
iiI
~APPROVAL OVER $65,000
CITY OF PAL0 ALTO "AI-rES]:APPROVED AS TO FORM:
BY: BY:
ASSISTANT CITY MANAGER - ~’~’Y-O-’~ CITY CLERK CITY ATTORNEY
EXHIBIT A
PART II - BIDDER INFORMATION ! MUST BE SUBMITTED WITH BID)SECTION 300 A
Provide The Information Requested Below
Or
" Indicate "Not Applicable" If Appropriate
NameofBidder(Company)
Burns International
S~urity S~rv~r~q
Bidder is a:
E]California Corporation
AddreSs
591W. Hamilton Ave Ste 150
£~mnh~ll.IRSNu~ber:36-~7977895n0~
PhonelFaxNumber: (408) 341-3700
Corporation organized under the laws of the State of F)p ! _~ wa ~e
With head offices located at r F,~,.,= nn I 1 l
And offices in California at
~..m.~nbel" 1., CA
California .Limited Liability Company
E3 Sole proprietorship;
(Fictitious business names (i.e. "D.b.a."):
, proprietor
Partnership I~ Limited liability partnership(List names of partners; state which partner or partners are managing parlner(s)
Other (attach addendum with explanatory details).
How many years have you (or your firm) done business under the name listed above?
How many years of experience in work similar to work or services covered in this IFB?
Provide relevant references of contracts satisfactorily completed in the last three (3) years:
~ ’°-~ "CONTACT/P~O~E NUMBER =’~ D~TE COMPLETEDCUSTOMER COMPANY (NAMEIADDRESS) -.:~..~~.. ,.- .
Agilent Technnlngi~s
350 W. Trimble Road Gary E. Sepulvida 10/30,/99
~an .ln~ ~a 95~3!(408) 435-6403
2, Novell
2211 North First Street Jim.Serrano 01/05/00
San Jose. CA g5134 ’(4U~) 9~/-~U94
3. Samsunq Info Systems
95 West Plumeria Drive Rich Welsh 01/0]/00
.San Jose, CA 95134 (408) 544-5703
4. Fujitsu Microelectronics
3545 N. First Street Marty Engn 03/05/99
San Jose, CA 95134 ’(~u~) 9Zz-91//
9O
9O
CONT P~A~CT AMOUNT
$ 1.5 Million
$.1 Million
$ 613(3 Thnu_~and
1.2 Million$
CITY OF PALO ALTO IFB 123883 PAGE i OF 4
PART 11 - BIDDER INFORMATION ( MUST BE SUBMITTED WITH BID)
’ CUSTOMER C’OMPANY (NAME/ADDRESS) ’ CON~ACT/PHONE NUMBER
SECTION 3OO A
DATE COMPLETED CONTRACT AMouNT
(PLEASE PROVIDE ADDITIONAL SHEETS, IF NECESSARY)
Have you or your firm previously worked for the City of Palo Alto? -Yes "W no ( if"yes", please list
above or if necessary provide information additional sheets).
Fo If applicable, provide a list of the plant(s), and/or/facilities and equipment owned by the Bidder which are
available for use on the proposed work as may be required herein:
QUANTITY NAME, TYPE, MODEL. CAPACITY, ETC.CONDITION
¯ 2000 Ford Ranger New
LOCATION
Palo Alto
(PLEASE PROVIDE ADDITIONAL SHEETS IF NECESSARY)
G.Provide a list of the project’s management staff of the Bidder who will manage the proposed work:
NAME
Lynette FoUlger
FIELD OF EXPERTIsE/CAPABILITIES/EXPERIENCE
Genera] Manager
Rirh Perh RH£inPKK-~pvplnnmpnf Manan~r
Clay Wahlgcen Asst General Manager
Lee Lindley 0Deratinns Manager
(PLEASEPROVIDEADDITIONALS~EETSIFNECESSARY)
PrivatePatrol PP0 8760H.Contractor’slicense#/type:
Minority business enterprises .’ "
Bidder is is not X a Minority or Women or Disadvantaged Business Enterprise.
Small Business Concern:
Bidder is is not -X.--- a Small Business Concern.
As required under Section 4100, et Seq., of the Public Contract Code, the Bidder shall list below the names
and business address of each subcontractor who will perform work under this Bid in excess of one-half of
one percent of the Bidder’s total Bid price, and shall also list the portion of the work which will be done by
such subcontractor. After opening of Bids, no changes or substitutions will be allowed except as otherwise
provided by law. The listing of more than one subcontractor for each item of work to be performed with the
words ’and/or’ will not be permitted. Failure to comply with this requirement will render the Bid as
non-responsive and may cause its rejection.
NAME/ADDRESS
Uniform group of
Lion Apparel
64.50 Pne Aw.
Dayton, Ohio 45413
SCOPE OF WORK
Providinq uniforms for our corporation.
CITY OF PALO ALTO IFB 123883 PAGE ,2 OF 4
PART II - BIDDER INFORMATION ( MUST BE SUBMITTED WITH BIDI -.
NAME/ADDRESS ,: :’,SCOPE OF WORK
2, New Jersey Business Forms Providinq stationary services.
SECTION,300 A
55 Shuriffie!d Ave
3. Computer Products
,140 Ethel Road west unit 6
Piscatoway. NJ 08854
Providing computer services.
4. Regional Comm Providing cnmmunicatinn ~privnP~. ¯
64 MidlandAve
Paramus, NJ .07653
(PLEASE INCLUDE ADDITIONAL PAGES IF NECESSARY}
orl [] -Subcontractors will not pedorm work or labor or render se~ices to the undersigned, in or
L.Addenda
Or~
M.
about the work contemplated by this Bid (check and initial).
Oo
During the Bid process there may be changes to the Bid documents which would require an issuance of an
addendum oraddenda. City disclaims any and all liability for loss, or damage to any Bidder who does not
receive any addendum issued by city in connection with this IFB, and any Bidder in submitting a Bid is
deemed to waive any and all claims and demands Bidder may have against city on account of the failure of
del!very of any such addendum to Bidder. Any and all addenda issued by city shall be deemed included in
this IFB, and the provisions and instructions therein contained shall be incorporated to any Bid submitted by
Bidder.
To assure that all Bidders have receive each addendum issued, the following acknowledgment and sign-off
is required. Failure to acknowledge receipt ofan addendum/addenda may be considered an irregularity in
the Bid:
The Bidder ackn(?wledges that Bidder has received, and the information contained in the
addendum/addenda listed below has been considered in the preparation of this Bid. Bidder
confirm’s receipt of addenda by checking (,/) each addendum number Bidder has received.
Addendum number(s) received:X " 1;X 2;X 3; X~4;
6; X 7; X 8; X 9;
X 5;~
~ No Addendum/Addenda were received (check .and initial).
The Bidder additionally represents that Bidder has not retained a person to solicit or secure .a city contract
upon an agreement or understanding for a commission, percentage, brokerage~ or contingent fee, except
for retention of bona fide employees or bona fide established commercial selling agencies for the purpose
of securing business.
Bidder’s designated contact
Name: Rich Pech Title: Business Development Manager
Phone: (408) 253-5722 Fax: (408) 341-3710
As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certify that
they do not discriminate in employment with regards to age, race, color, religion, sex, national origin,
ancestry, disability, or sexual preference; that they are in compliance with all Federal, State, and local
directives and executive orders regarding.nondiscrimination in employment.
CITY OF PALO ALTO IFB ’123883 PAGE 3 OF 4
PART II - BIDDER INFORMATION ( MUST BE SUBMITTED WITH BID)
P.
SECTION 300 A
The undersigned hereby agrees to, and accepts the terms and conditions of this IFB.
Note."California Corporations Code Section 313 requires two corporate officers to execute contracts.
*For corporations, the signature of First Officer* must be one of the following: Chairman of the
Board; President; or Vice President.
**The signature of the Second Officer** must be one of the following: Secretary; Assistant
Secretary; Chief Financial Officer; or Assistant Treasurer.
Bidder is required to provide a certificate in good standing from the State of Cafifomia with its Bid.
Signatures:
First Officer*:
Second Officer**:
¯
-~- ¯(MUST BE TH"~ sA"~E~IGN~"TURE AS WILL APPEAR ON CONTRACT)
Foulg~m
(MUST BE THE SAME SIGNATURE AS WILL APPEAR ON CONTRACT)
John Green
(PRINTED NAME OF SIGNATORY)
CITY OF PALO ALTO IFB 123883 PAGE 4 OF 4
PART II -BIDDER’S BID PAGES - Revised April 6, 2000
ZCily Council/Cily Manager
City of Palo Alto
Palo Alto, California
SECTION 300.
In response to this Invitation ForBid (IFB},the undemigned, as Bidder, declares that the only persons or
padies interested in this Bid as principals am those named herein; that this Bid is made without collusion with
any other person, .firm or co~poration; that the Bidder has carefully examined the location of the proposed work
and the plans and specifications herein referred to: and the Bidder proposes and agrees, ff this Bid Is
accepted, that the Bidder will contract with the City of Palo Alto (City), fo provide all necessaq/ materials,
equipment, tools, apparatus, and other means of transporl services, and to do all lhe work and furnish aft the
specified requirement~ in this IF’B, in the manner herein prescribed and at.the prices stated in the following
Bid:
Project TiUe:Security Si~rvlc. es
Invitation For Bid (tFB) Number: 12381~3
BID SCHEDULE
A. Base Bid - Provide Security Services for the Municipal Service Center and Various City of Palo Alia
Parking Structures required by the scope at’ work herein.
BID
ITEM
1
APPROX,
QTY.
36
36
TOTAL OF BID SCHEDULE (Items 1 - 2)
(Include applicable charge) ..........................................................................................
ALTERNATE BID
3 36 Month
UNIT DESCRIPTION AND
UNIT PRICE IN WORDS
Monlh Provid labor, equipment and supplies for securiiy
services al the Municipal Service Center per the "
Scope of Work of Part I1~ herein.
Seven thousand eight hundred lift’two
(Per monlh price in words)
Month Provide labor, equipment and supplies for security
services at City of Palo Alto Parking Lot Q and the
Cowper/Webster Parking Garage per the Scope of
Work of Part III herein.
Five thousand five hundred sixty t~
(Per month price In words)
EXTENSION
and eighty
Equipment costs
to be shared with
B.D. item #3.
io and forty cents
ALTERNATE BID: Provide labor, equipment and
supplies fo~: twenty-four (24) security services
Monday through Friday at City of Palo Alto Lot Q
and Cowper/Webster Parking Garage -
Two thousand one hundred fifty foul
(Pe~ month price in words)
and twenty four c
tSo
.=nts.
CITY OF PALO ALTO IFB 123883 PAGE 1 OF 3
PART II - BIDDER’S BID PAGES - Revised April 6, 2000 SECTION 300.
Please .provide hour rate per Section B, Part III - Scope of Work: $ 10.70 /hr
Lowest Responsible Bidder:
The "l’otal of Bid Schedule will be lhe basis for determining the lowest responsible bidder in addition to
PART I, Section 100, Additional Selection Informationl
The total bid shall include all applicable taxes. Bid prices will include all machinery, tools, equipment,
apparatus and olher devices required to complete the project. Contractor will pedorm and complete all
services and provide all malerials as required for this project based on bid prices stated herein.
Errors in Price Extensions or Totals:
In the event that errors in extensions and totals exist, the unit price wrilten in words with corrected
extension and tolal shall prevail and shall be considered as the actual bid amount(s).
Bid Bond (Not Required for Bids with a Base Bid Grand Total amount of less than $25,000.00)
A Bid bond in the amount of not less than five hundred dollars ($500) shall be submitted wilh the Bid.Such amount shall be submilied in the form of cash, a c~rtificate of deposit, certified check or draft, or
cashier’s check or draft, drawn on a bank or credit union chartered in the United States oi" America, and
issued or drawn in favor of and payable to the "City of Pale Alto," or a surety bond in favor of the "Cily
of Pale Alto. Personal or company checks shall be not accepted by City,
Bid Bond (Bidder Shall Enter Amount of’Bond Enclosed)Enclosed is $ (Bid bond amounl not less than 5% of Base Bid Grand Total) which is given
as security to assure the undersigned¯ will enter into the contract for performance of the work as is
specified herein, if so awarded.
Note: The Bid Bonds of Bidders who do not qualify as the lowest responsible Bidder shall be relurned
to such Bidders upon the execution o! the contract by City and the successful Bidder.
Insurance
The bidder shal! bear all costs and provide insurance, as required by PART III, Section 6,50, Insurance
Requirements, herein.
Proposed Term of Agreement
The term el" the agreement shall be twelve (12) months and shall be exlended two (2) 12-month periods
for a maximum of thirty-six (36) consecutive months, subject to:
(a)Cily of Pale AIIo City Council’s annual approval of each current year’s budgel and
appropriation of funds for this Contract;
(b)ihe Company°s compliance andterms and conditions as established by this document
¯ (IFB); and,
(c)satisfactory compliance and extensions by Ihe Company with the eslablished certificales
on insurance, licensing, permits, City’s agreement or other requirements of the terms
and condilions.
NOtwithstanding the foregoing, the Cit~ may terminate this agreement, with or without cause, by providing
ten (10) days written notice to Company. Monies then owing based upon work satisfactorily
accomplished shall be paid to Company.
Subject to Section Term of Agreement above, pricing of products and services shall be based on and
CITY OF PALO ALTO IFB 123883 PAGE 2 OF 3
PART II - BIDDER’S BID PAGES - Revised April 6, 2000
remain firm during the following periods:
SECTION 300.
.(a)July 1, 2000 to June 30, 2001
July 1,2001 Io June 30, 2002
July 1, 21302 Io June 30, 2003
SIGNATURE(S) MUST BE SAME SIGNATURE(S) AS APPEAR(S) ON SECTION 300A.
Firm:
Signature:
Namo:
Signalure:
Name:
Burns Interna~ion~l S~curity Servi
Lynette Foulger
pRINT OR TYPE NAME)
ces
CITY OF PALO ALTO IFB 123883 PAGE 3 OF 3
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we
Burns International Security Services Corporation (HereinsertfullnameandaddressorlegaltitleofContractor)
200 South Michigan Avenue, Chicago, IL 60604
as Principal, hereinafter called the Principal, and
American Home Assurance Company (HereinsertfullnameandaddressorlegaltitloofSurety)
80 Pine Street, New York, NY 10005
a corporation duly organized under the laws of the State of New York
as Surety, hereinafter called the Surety, are held and firmly bound unto
City o f Palo A1 t o (Here insert full name and address or legal title of Owner)
P.O. Box 10250, Palo Alto, CA 94303
as Obligee, hereinafter called the Obligee, in the sum of
Zero Percent of the Amount Bid
Dollars ($ % ),
--for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has submitted a bid for
IFB # 123883 Provide uniformed, unarmed/armed
Physical security guard services
Here insert full name, address and description of project)
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with
the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or
Contract Documents with good and sufli~ient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished, in the prosecution thereof, or in the event of the failure.of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith
contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise
to remain in full force and effect.
Signed and sealed this 28 day of March 2000
Burns International Security Services Corporation
,ipal)(Seal)
~,m/y B(~r (Witness) "
J nVJ~c;B" Mc
~e~can Home Assur~e Company
F , ) . , /(~u.ure~[’V~. (Seal)
/ Z~amela K. Rife ~(T~le) ~ Attorney-in-Fact
WC0054 " BID BOND "AIA ~) " FEBRUARY 1970 ED " THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 1
American Home Assurance Company
National Union Fire Insurance Company of Pittsburgh, Pa.
Principal Bond Office: 1"~5 Water Street. New York, N.Y. 10038
t-iNO°~V ALL MEN BY THESE PRESENTS:
POWER OF ATTORNEY
No. 01-B-50487
That American Home Assurance Company, a New York corporation, and National Union Fire Insurance Company of Pittsburgh, Pa.,
a Pennsylvania corporation, does each hereby appoint
--- Mark Fitzgerald, Elizabeth Marrero, Pamela K. Rife, Christine V. McKenna: of New York, New York ---
its true and lawful Anorney(s)-in-Fact,.with full authority’to execute on its behalf bonds, undertakings, recognizances and other
contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the respective
company thereby.
IN WITNESS WHEREOF, American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh. Pa.
have each executed these presents
~ ¯ La~e ~5 C~lseom, Senior Vice ~esident
~~¢ National Onion Pke lnsur~ce Company of Piasburgh, PA.
Vice ~esident
’ ~gOc~_Uome Assu~ce Comply
STATE OF NEW YORK }
COUNTY OF NEW YORK }ss.
On th!s 6..~~ day of February, 1998, before me came the
above-named officer of American Home Assurance Company and
National Union Fire Insurance Company of Pittsburgh, Pa., to. me
:rsonally known to be the individual and officer described herein,
and acknowledged that he executed the foregoing instrument and
affixed the seals of said corporations thereto by authoritT of his
office.
CEI~TIFICATE
Excerpts of Resolutions adopted by the Boards of Directors of American Home Assurance Company and National Union Fire Insurance Company of
Pittsburgh, Pa. on May 18, 1976:
"RESOLVED, that the Chairman of the Board. the President, or an.,," Vice President be, and hereby is, authorized to appoint Attorneys-in-Fact to
represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings
obligatory in the nature thereof, and tO attach thereto the corporate seal of the Company, in the transaction of its surety business;
"RESOLVED, that the signatures and attestations of such offic.ers and the seal of the Company may be affixed to an.’," such Power of Attorney or to
an)’ certificate relating thereto by facsimile, and any such Power of Attorney or certificate bering such facsimile signatures or facsimile seal shall be
valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing
obligator?’ in the nature thereof;
"RESOLVED. that an)" such Attorney-in-Fact delivering a secretarial certification that the fore~oim, resolutions still be in effect may insert in such
certification the date thereof, said date to be not later than the date of deliveo’ thereof by Such Anome.v-in-Fact."
I...E..]izabeth ~,,I. Tuck. Secretary of American Home Assurance Company and of National Union Fire Insurance Company of Pittsburgh. Pa. do
hereby certit~’ that the foregoing excerpts of Resolutions adopted by the Boards of Directors of these corporations, and the Powers of Attorney
issued pursuant thereto, are true and correct, and that both the Resolutions and the Powers of Attorney are in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my
65166 (4:96)
hand and affixed the facsimile seal of each corporation
this 261h day of Hatch 2000
Elizabeth M. Tuck, Secretary
American Home Assurance Company
Executive Offices .-
70 Pine Street
New York. NY 10270
Assets
FINANCIAL STATEMENT
as of DECEMBER 31, 1998
Liabilities
Bonds ....................................................
Stocks .....................................................
Collateral Loans ......................". .................
Cash & Short-Term Investments .............., ....
Agents’ Balances or Uncollected Premiums ....
Funds Held by Ceding Reinsurers .................
Reinsurance Recoverable on Loss Payments..
Equities & Deposits in PooLs & Associations..
Other Admitted A~se~ ................................
TOTAL ASSETS
$5,239 749,914
2,721,785,883
19,948,116
1,950,371,034
16,439,695
512,336,000
156,426, 5O6
656,822,274
$11,273;879,422
Reserve for Losses and Loss Expense..
Reserve for Unearned Premiums ..........
Reserve for Expenses, Taxes,
Licenses and Fees ....... i ...............
Provision for Reinsurance ...................
Funds Held Under Reinsurance
Treaties ......................................
Other Liabilities ................................
Capital Stock ......:....: ....................;..
Surplus ...........................................
TOTAL POLICYHOLDERS’
SURPLUS ..........
$5,471,250,524
1,697,567,504
17,254,472
254,004,391
259,045,990
85,483,507
4,237,635
3,485,035,399
3,489,273,034
TOTAL LIABILITIES AND
POLICYHOLDERS’ SURPLUS $ 11,273,879,422
Bonds and stocks are valued in accordance with the basts adopted by the National Association of Insurance
Commissioners. Securities carded at $1,002,009,226 in the above statement are deposited as required by law.
CERTIFICATE
ELIZABETH M. TUCK, Secretary and ROBERT J. BEIER, Comptroller of Amedcan Home Assurance Company being
duly swom each for himself, deposes and says that they are above described officers of the said Company and that on
the 31st day of December, t998, the Company actually possessed the assets set forth in the foregoing policyholders
and creditors, except as hereinbefore indicated, and that the foregoing statement is correct exhibit of such assets and
liabili’des of said Company on the 31st day of December,"1998, according to the best of their information, knowledge and
belief resj3ectJvely.
STATE ~ YORK
COUNTY’ OF NEW YORK "S8.:
On this 18th Day of March, 1~99, before me came the above named
officers of American Home Assurance Company to me known to be the
i.~ndividuaLs and officers d~ herein, and acknowledge that they
executed ~ foregoing instrument and affo~ed fire seal of said corporation
t~ereto by authorit~ of their office.
No. 0’1-H046527’5,4
31078 (3/99)
STATE OF NEW YORK
SURETY ACKNOWLEDGEMENT
COUNTY OF NEW YORK
ON 3-24-2000, BEFORE ME PERSONALLY CAME PAMELA K. RIFE, TO ME
KNOWN WHO BEING BY ME DULY SWORN DID DEPOSE AND SAY THAT
HE/SHE RESIDES IN NEW YORK, NY , AND THAT HE/SHE IS AN ATTORNEY,
IN-FACT OF American Home Assurance Company , THE .
CORPORATION DESCRIBED IN, AND WHICH EXECUTED THE WITHIN
INSTRUMENT; THAT HE/SHE KNOWS THE SEAL OF SAID. CORPORATION;
AND THAT HE/SHE SIGNED HIS/HER NAME THERETO BY LIKE ORDER; AND
THAT THE SAID COMPANY HAS RECEIVED FROM THE SUPERINTENDENT
OF INSURANCE OF THE STATE OF NEW YORK,AND SUCH CERTIFICATE
HAS NOT BEEN REVOKED.
AMY BAXTER
Notary Public, State of Now York
No. 01BAffK~901 NOTARQualified in KingsCounty
Commission ExpiresSept. 29, 2001
CORPORATE ACKNOWLEDGEMENT
STATE OF
COUNTY OF
New Jersey
Morris
ON THIS 27t__h DAY OF March, 2000 ~, BEFORE ME PERSONALLY
CAME John B. M0riartv ,TO ME KNOWN, WHO, BEING DULY
SWORN, DID DEPOSE AND SAY; THAT HE/SHE RESIDES IN Elizabe.th, NJ
, AND THAT HE/SHE IS THE Vice President-Law
_OF THE Burns Int’ 1 Security Services Corp , THE CORPORATION DESCRIBED IN
AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT HE/SHE KNOWS
THE SEAL OF THE SAID CORPORATION; THAT THE SEAL AFFIXED TO SAID
INSTRUMENT IS SUCH CORPORATE SEAL; THAT IT WAS SO AFFIXED BY
THE ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION, AND
THAT HE/SHE SIGNED HIS NAME THERETO BY LI~ORDER.~ 2
JUNE GUIDA
NOTARY PUBLIC OF NEW JERSEY "NOTARY Pd~BLIC
My Com~=ion Expire~ M~r, 24, 2004
CERTIFICATION
I, the undersigned, Vice President-Law of Burns International Security
Serivces Corporation a Delaware corporation, do certify, pursuant to a
resolution adopted by the directors of the Corporation on September 3, 1997,
that Rich Pech, the General Manager who signed this proposal was duly
authorized to execute the same on behalf of the Corporation.
Dated: March 27, 2000
Bo
ice President-Law
slfpvlcertbisscljbm 8/99