Loading...
HomeMy WebLinkAboutContract 56742-FP1 City Secretary 56742 -FP1 Contract No. FORT WORTH, Date Received Sep 30, 2022 NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: Fort Worth South Building 5,6, & Werner Lot City Project No.: 103629 Improvement Type(s): Water Mx Sewer 0 Original Contract Price: $150,457.04 Amount of Approved Change Order(s): $14,900.00 Revised Contract Amount: Total Cost of Work Complete: $165,357.04 z7a.v' ""�Fgzz Se 28 2022 Dan Bell(Sep 28,202213:20 CDT) p Contractor Date Vice President Title Commerce Construction Company Name 6�%G 71—eeW- Sep 28' 2022 Eric Tinner(Sep 28,2022 13:36 CDT) Project Inspector Date Ya� P(�- Sep 28, 2022 Project Manager Date Dw�vne 0olla- -For Sep 28 2022 Dwayne Hollars for(Sep 28,202216:22 CDT) 7 CFA Manager Date Sep 28, 2022 Interim TPW Director Date William Johnson( p 29,202210:05 CDT) Sep 29, 2022 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Fort Worth South Building 5,6, &Werner Lot City Project No.: 103629 City's Attachments Final Pay Estimate ❑x Change Order(s): x❑ Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 90 WD Days Charged: 196 Work Start Date 12/03/2021 Work Complete Date: 9/26/2022 Soil Lab Number of Tests 149 Water Number of Tests: 14 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name FORT WORTH SOUTH BUILDING 5,6,&WERNER LOT Contract Limits Project Type WATER&SEWER City Project Numbers 103629 DOE Number 3629 Estimate Number 1 Payment Number 1 For Period Ending 9/22/2022 WD City Secretary Contract Number Contract Time 9WD Contract Date 10/7/2021 Days Charged to Date 196 Project Manager NA Contract is 100.00 Complete Contractor COMMERCE CONSTRUCTION 13191 CROSSROADS PKWYN,6TH FLR CITY OF INDUSTRY, CA 91746 Inspectors MILLER,W / TINKER,E Tuesday,September 27,2022 Page 1 of 5 City Project Numbers 103629 DOE Number 3629 Contract Name FORT WORTH SOUTH BUILDING 5,6,&WERNER LOT Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 9/22/2022 Project Funding UNIT I:WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE SIDEWALK 90 SF $86.00 $7,740.00 90 $7,740.00 2 REMOVE CONC PVMT 60 SY $204.00 $12,240.00 60 $12,240.00 3 REMOVE CONC CURB&GUTTER 15 LF $39.00 $585.00 15 $585.00 4 10" CONC PVMT 60 SY $42.21 $2,532.60 60 $2,532.60 5 6"COV CONC CURB AND GUTTER 22 SF $5.50 $121.00 22 $121.00 6 T6"CONC CURB AND GUTTER 15 LF $5.93 $88.95 15 $88.95 7 TRENCH SAFETY 80 LF $1.00 $80.00 80 $80.00 8 CONCRETE COLLAR 3 EA $160.00 $480.00 3 $480.00 9 8"WATER PIPE 80 LF $71.00 $5,680.00 80 $5,680.00 10 FIRE HYDRANT 1 EA $5,235.00 $5,235.00 1 $5,235.00 11 CONNECTION TO EXISTING 16"WATER MAIN 2 EA $2,764.00 $5,528.00 2 $5,528.00 12 CONNECTION TO EXISTING 4"-12"WATER 6 EA $1,792.00 $10,752.00 6 $10,752.00 MAIN 13 1"WATER SERVICE 2 EA $1,593.50 $3,187.00 2 $3,187.00 14 1 1/2"WATER SERVICE 1 EA $2,450.00 $2,450.00 1 $2,450.00 15 2"WATER SERVICE 2 EA $2,993.00 $5,986.00 2 $5,986.00 16 10"CUT-IN GATE VALVE 1 EA $2,100.00 $2,100.00 1 $2,100.00 17 16"CUT-IN GAS VALVE WNAULT 1 EA $15,974.00 $15,974.00 1 $15,974.00 ----------------------- ----------------- Sub-Total of Previous Unit $80,759.55 $80,759.55 UNIT 11:SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 POST-CCTV INSPECTION 1063 LF $2.00 $2,126.00 1063 $2,126.00 2 TRENCH SAFETY 1063 LF $1.00 $1,063.00 1063 $1,063.00 3 TRENCH WATER STOPS 3 EA $1,590.00 $4,770.00 3 $4,770.00 4 8"SEWER PIPE 993 LF $42.93 $42,629.49 993 $42,629.49 5 EPDXY MANHOLE LINER 15 VF $330.00 $4,950.00 15 $4,950.00 6 4'MANHOLE 2 EA $4,377.00 $8,754.00 2 $8,754.00 7 4'DROP MANHOLE l EA $5,405.00 $5,405.00 1 $5,405.00 8 4'SHALLOW MANHOLE(CO#1) 2 EA $3,950.00 $7,900.00 2 $7,900.00 Tuesday,September 27,2022 Page 2 of 5 City Project Numbers 103629 DOE Number 3629 Contract Name FORT WORTH SOUTH BUILDING 5,6,&WERNER LOT Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 9/22/2022 Project Funding 9 8"DIP SEWER PIPE(CO#1) 70 LF $100.00 $7,000.00 70 $7,000.00 ----------------- ----------------- Sub-Total of Previous Unit $84,597.49 $84,597.49 -------------------------------------- Tuesday,September 27,2022 Page 3 of 5 City Project Numbers 103629 DOE Number 3629 Contract Name FORT WORTH SOUTH BUILDING 5,6,&WERNER LOT Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 9/22/2022 Project Funding Contract Information Summai-y Original Contract Amount $150,457.04 Change Orders Change Order Number 1 $14,900.00 Total Contract Price $165,357.04 Total Cost of Work Completed $165,357.04 Less %Retained $0.00 Net Earned $165,357.04 Earned This Period $165,357.04 Retainage This Period $0.00 Less Liquidated Damages Days @ /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $165,357.04 Tuesday,September 27,2022 Page 4 of 5 City Project Numbers 103629 DOE Number 3629 Contract Name FORT WORTH SOUTH BUILDING 5,6,&WERNER LOT Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 9/22/2022 Project Funding Project Manager NA City Secretary Contract Number Inspectors MILLER,W / TINKER,E Contract Date 10/7/2021 Contractor COMMERCE CONSTRUCTION Contract Time 90 WD 13191 CROSSROADS PKWY N,6TH FLR Days Charged to Date 196 WD CITY OF INDUSTRY, CA 91746 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded ---------------------------- -- ---- — -- ---- Total Cost of Work Completed $165,357.04 Less %Retained $0.00 Net Earned $165,357.04 Earned This Period $165,357.04 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $165,357.04 Tuesday,September 27,2022 Page 5 of 5 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Fort Wort South Building 5,6,&Werner Lot CITY PROJECT NUMBER: 103629 WATER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC 80 FIRE HYDRANTS: 1 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 1"(2) Copper 1.5"(1) Copper 2"(2) Copper SEWER PIPE LAID SIZE TYPE OF PIPE LF 8" PVC SDR-26 993 8" DIP 70 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 APPROVED By Yogesh Patel,P.E.at 3:22 pm,Sep 12, 2022 DEVELOPER-AWARDED-PROJECT CHANGE ORDER Water&Sanitary Sewer Improvements To Serve Fort Worth South Buildings 5,6,&Warner PROJECT NAME: Lot 473,100,&333 Successful Drive CHANGE CONTRACT: ORDER No: CFA# CFA21-0109 CITY PARTICIPATION: NO CITY PROJECT# 103629 DOE# NA 1 WATER PROJECT# NA SEWER PROJECT# NA FILE# INSPECTOR: Adel Duarte Phone No: 817.392.8306 PROJECT MANAGER: Yogesh Patel,P.E. Phone No: 817.392.2373 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT Developer Developer Developer •Developer Developer DAYS Cost City Cost Cost City Cost Cost City Cost Cost City Cost Cost City Cost ORIGINAL CONTRACT $80,759.55 $0.00 $69,697.49 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 90 EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 CONTRACT TO DATE $80,769.55 $0.00 $69,697.49 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 90 AMOUNT OF PROP.CHANGE ORDER $0.00 $0.00 $ 14,900.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0 REVISED CONTRACT AMOUNT $80,759.55 ;0,00 $84,5WA. $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 90 TOTAL REVISED CONTRACT AMOUNT PER UNIT $80,759.55 $84,597.49 $0.00 $0.00 $0.00 REVISED COST SHARE Dev.Cost: $165,357.04 City Cost: $0.00 TOTAL REVISED CONTRACT $165,357.04 Revised:10-12-2011 Pagel You are directed to make the to owing changes In the contract documents: CITY BID ITEM PAY ITEM# # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 8 3339.1004 2 EA 4'SHALLOW MANHOLE $ 3,950.00 $ 7,900.00 9 3331.4119 70 LF 8"DIP SEWER PIPE $ 100.00 $ 7,000.00 TOTAL $ 14,900.00 REASONS FOR CHANGE ORDER Sewer Total Cost Update RECOMMENDED: APPROVED: APPROVED: KimleyHom and Associates,Inc. Fort W III Ever king LC Commerce Co Inrc(ion,LLC By: — Name: Brandon Middleton Name: EDWAPn P -rOSKI,JR- Name: John R.Bul'GUghs President and Chair Title:Civil Engineer Tice: man of the Board rue: President Revised:10-12-2011 Page 2 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS September 26, 2016 Commerce Construction 13191 Crossroads Pkwy N. 6th Floor City of Industry, CA 91746 RE: Acceptance Letter Project Name: Fort Worth South Building 5, 6, &Werner Lot Project Type:01,02 City Project No.: 103629 To Whom It May Concern: On September 23, 2022 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on September 26, 2022. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on September 26, 2022,which is the date of the punch list completion and will extend of two (2)years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 392-2373. Sincerely, Yogesh Patel, Project Manager Cc: Eric Tinner, Inspector Wade Miller, Inspection Supervisor Ariel Duarte,Senior Inspector VictorTornero, Program Manager Kimley& Horn,Consultant Commerce Construction CO., LP, Contractor Fort Worth, Everman/Risinger Develoment, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.8/20/19 ECOMMERCE 13191 Crossroads Parkway North,Sixth Floor City of Industry,CA 91746-3497 CONSTRUCTION CO., L.P. (562)692-9581 CommerceLP.com AFFIDAVIT STATE OF Texas CPN: 103629 COUNTY OF Tarrant Before me,the undersigned authority, a notary public in the state and county aforesaid,on this day personally appeared John S.Perkins,Executive Vice President Of Commerce Construction Co.,L.P.,known to me to be a credible person,who being by me duly sworn,upon his oath deposed and said; That all persons,firms,associations,corporations,or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Notice of Project Completion(Developer Projects) BY: n, John S. erkins,Executive Vice President Subscribed and sworn before me on this date 27a`of September,2022. Contractor's License: CA:723302 1 AZ:ROC117720 Class:B-1 I Aurora,CO:CL I FL:CGC1512594 I GA:GCC0000977 I OR:212122 1 NV:0042911 1 NM:LPF2010050401 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 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 L15 - On abefore me, R �� A . YN� �` Date Here Insert Name and Title of the Officer personally appeared M Nome(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person( whose name(&) is/are subscribed to the within instrument and acknowledged to me that he/she they executed the same in his/law/their authorized capacity(Loo, and that by his/her/tt+ir signature(e)on the instrument the person(*, or the entity upon behalf of which the person(s'acted, executed the instrument. I certify under PENALTY OF PERJURY under the RENEE M.ARANDA laws of the State of California that the foregoing Notary Pubiic.California paragraph is true and correct. ..,y.•.'_-�= Los Angeles County Commission#2277370 My Comm.Expires Feb 14,2023 WITNESS my hand and official seal. Signature vim Place Notary Sea/and/or Stamp Above Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended 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: Signer's Name: U Corporate Officer— Title(s): ❑ Corporate Officer— Title(s): ❑ Partner— ❑ Limited eneral ❑ Partner— ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact Li Trustee ❑ or or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Sign Representing: Signer is Representing: 02019 National Notary Association CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR C TO FINAL PAYMENT SURETY X❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 024250643 PROJECT: (name, add ress)Fort Worth South Bldg 5,6&Wemer Lot Water. Sanitary Sewer TX TO (Owner) FORT WORTH EVERMAWRISINGER DEVELOPMENT, I ARCHITECT'S PROJECT NO: LLC AND THE CITY OF FORT WORTH CONTRACT FOR: 131 E.Exchange Ave..Surte 212 Water,Sanitary Sewer,Fort Worth South.Bldgs 5,6&Werner Lot.Lot 5 Block 1,CFA 21-0109.City Project 103629 For1 worth TX 76164 CONTRACT DATE: 10n12021 CONTRACTOR:COMMERCE CONSTRUCTION CO-, L-P. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (here Insert name end address of Surety Company) LIBERTY MUTUAL INSURANCE COMPANY 175 Berkeley Street Boston MA 02117 . SURETY COMPANY on bond of (here insert name and address of Controetor) COMMERCE CONSTRUCTION CO.- L.P 13191 Crossroads Parkway North,6th Floor City of Industry CA 91746 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to Ihere insert name and.ddress of❑w erl FORT WORTH EVERMANIRISINGER DEVELOPMENT, LLC AND THE CITY OF FORT WORTH 131 E. Exchange Ave., Suite 212 Fort Worth TX 76164 OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 28th day of September,2022 LIBERTY MUTUAL INSURANCE COMPANY Surety Company Attest: (Seal .. Signatur of A d Representative Mary Y- Voiaiar Attome -irl-Fact Title NOTE: This fprm is to be used as a companion document to ALA DOCUMENT G706, CONTFiACTOft'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE ICALIFORNIA 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 Los Angeles On 5 E P 2 8 2022 before me, Vanessa Fong, Nota Public , personally appeared MaEX Y. Volmar who proved to me on the basis of satisfactory evidence to be the person(k4 whose name( islafe subscribed to the within instrument and acknowledged to me that he/she/#wy executed the same in #tslher/dwif authorized capacity(}, and that by-his/her/ Fsignature(.-,)on the instrument the person(*), 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. , Y Signature2�� Z Signature of otaZlic This Power of Aftorney limits the scits of those named herein,rind they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mat m. The Orwo Casualty Insurance Company Certifrca;eh rm 820826"21029 SURETY West American Insurance Company POWER OF ATTORNEY KMDM ALL PERSOM BY THESE PRESENTS: Ihat The Ohio G" nstrance Cnmparry is a corporation duly orgarmad under tt3e taws of the State of New Hamprhre,that Duly Minuet insurance Company is s oxporatior duly organized under the laws d the 518tB Df A1dSsechuseils,and West American insurance Conpany is 8 corporation duty orgarh¢ehd ands the lens of the State of 4rdiene(herein collectively mtkid fhe'Co npanies'j,pursuant to end by authority herein set IoM,does hereby memo,constitute and appoint Mary Y. Volmar,Mc. Hanes;lima R-tinges;Samantha Rummell;Timl Aston all of the sty of 1,05 A roles State at CA eech indlvidu*if trhxe be more than one named,tts true and tawrftsi attorney in tact to rooks, executa,sal,actunowtedge and deliver,for"on its behalf as surally and as its act and deed,arty and ad undertakings,bonds,recogmzvioes and other surety obligaticim.in purs{mnce of these presents and shall be as tui,nding upon the Companies as if they have been dh,ly signed by the president and attosled by the secretary of the Companies in their own proper P IN WRKESS WHEREOF,this Power of A"Ines been subscribed by an autlxxted officer or orMcial of the Companies and the c rwrafa smor,of the Companies have been efhxed thereto this 1 Ith day of_ July 2022 Liberty ktrtual Insurance Coroparhy tx V �I" IM& hxsu,� The Chia Casualty Insurance Company 3` p rGs 4� �p�e o r°°FAGAN m Wed Arneiican Insurance Company 1912 19i9 1991 /� w O d YS NQMN* ,a L7 David M.Carey,Assistant Secretary c `tp Steled PEN NSYLVANA ss m County of MONTGOMERY E On this I lth of July 2rti2 before me —day pomonaty appeared Dew Id M Carey,who arknowkxiged himself io be the Assistant 3eore�ry❑f Llberly Mutual fnsuance m 0 m Qnnparry-TW-00hio Casua�and Wesl American Insurance CorrQarry.and that he,uas shKh, being authorized so b do,execute the tregothg inslnrrnent for the purposes` Men*n eorhtoined by signing on behet of[the owpomficim by himself es a cult'&Ahcrited officer. w wA wss WHEREOF,I have hemnb subwAmd ruby name and affixed my notarial sael at King of Pnrssis,PwrhayMmia,an the day and yBEr first above vmtlen. LG e�...•�•yr+• CarrmraN7ed PtrrgyMiarfa-f"r Seal �� 6. ."@ r.s r,►aQhge n,re, f E'er My rsrttrisacn � wxrn zo xe, 25 $y. m CoamnWSM sr m.`_. st : Meowm.PwrwAwam AuoouWn a by Teresa Pastels,Notary Pt6lic lu -this Power a1 Atonney Ice made and executed pursuant b and by authority of the following By4iws Rr+d Auathartratiorrs of The Ohio Casualty lnsurarwe Carpany, Liberty M hiial •— Insurance Company,and West American Insurance Cornarry w 'suti phich resoom are now in fuA farce and effect reading as€vllowe: �0 CV to ARTICLE N-OFFICERS-5er lion 12-Power of Attomey. cc ❑ m Arry officer or other official of the Ctxprr bon authorized for that purpose inwriting by the Chairman of the President,and subject b such hmr%lton M the Ch8ffrm or the v a ❑ President may presrrba,shall appoint such attomeys4n-Tact,as may be necessary to act in behalf of the CorpomJrrn b make,execute,seal,rx rhowledge and deliver as surety any and all undertakings,bands,reoDgnizahtces and other surety oblpfiorhs.Stich atlarrtey>rirh ak subject to the hmilatians set foM in their respective powers of aft"",d*N-0 KD It: hove toll power to bird the Corporation by their sigrhature and execulbri of any such instruments and to attach thereto the seal d the Carpwatien. When se exe mled,sacth o m ihetrurnerhts sheI be as birdrg as if signed by the Presdent and atuhsW to by the Secretary Any power or authority granted to any repreaerrtubwe or attic may in fact under tic� W provisions cf this article may be revoked at any fiche by the Board,the Chairman,the President or by the officer or officers granting such pourer or authority- o m ARTICLE)iNl-Exectttkw of Cc Mmeftr Section 5.Surety Bonds and C rxlermkings. My oFhoor of the C in parry awtvaed for diet purpose in writing by the i*wunun or the president,and subject to such tirr>itations as the dmrr mn or the president may prerscrbe, Shall appoint such etbmerys- lad as may ho neaSSery to act in b9W of the Cartpany to make,oxacuba,seat,a0mmOadge and deliver m surety any and ell undortakhrgs, bonds,reoognitancces and oher surety obligations.Stheh attorneys-at-fact subject to the limitations set tnrth in their respective powers of a",shall have fh9l power to birhd he Company by their sigrlatue and execubah of"such instrurr ants and to atehch thereto the seal of the Ccxwerry-Man so executed such inryrumeft shall be as binding as if signed by the proWed and alnsted by the socretary Certfllcad d Designation The President d to Conhparry,ac5rg pursuant to the ByiaWth of the Corrvany,outhwas David M.Carey,Assistant Secretary to appoint-a dh aticxneys-in- fad as may be necessary le act on behO of the Company to make,execule,seal,acknowledge and Mirveras surety any and all uncle akirgs,bonds,reoognizonces and other surety obligations. Autlloriratiion By unanimous consent of too Corrpanys Board of Directors,the Gorr"rry oonsents that badmie or mechanically rep roduoed shgrhature of arty assistarhI serreta ry of tie Con"rry.wherever eppanrM'hg upon a certified copy of any Power of ett>arrwy issued by the CmVeFry in acrhrtecbm WM%rely bands,shall be valid and binding upon the Cerrhparry with Me same tune and effect as Uhough rearhually atfnaad- I,Renee C-lJgrvyclyn,fie txdersigned,Assistwt Secretary,The Ohio Casuetly Insurance Company,Lib"Wtrral lmurarK*Co npany.and West American Insurance Company do hwebY Mr*that poW of attorney Of Wilda the fore Ong is a full,true and correct copy of the Power c`Afiorney executed by said Conpanes,is In full force and affect artd has ni*i w`revoE9d, lI S CYrHfcRE[7F,fihAvgl nto set my handand affaed the seats of said Ctrnpanim this 2911h day of ',cptcmtxr 202, "� - ti.V1aV F�SYPh� � 1k15Ur44 33 1912�c�u <0 0 1919 a 1991 � Y ��„l(�` a v DUN 1 - _ - -- - r key �H��* � a� �a3,N r �,�+aa• 'f2enee n, ss�lanl$e[rBtsry LAW-12873 LWO COG V.'&C Mulb C,a2f2S