Loading...
HomeMy WebLinkAboutContract 56954-FP3FORT WORTH. -FP3 City Secretary 56954 Contract No. Date Received 12/16/2024 AT 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: Waterside Townhomes Phase 1 City Project No.: 102794 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: $536,503.50 Amount of Approved Change Ordei-$75,520.00 Revised Contract Amount: $460,983.50 Total Cost of Work Complete: $460,983.50 M'kthew 6arurt Dec 13, 2024 Matthew Gaunt (Dec 13, 202413:49 CST) Contractor Date Project Manager Title Dennett Construction Company Name � William Fauver (Dec 16, 2024 06:14 CST) Dec 16, 2024 Project Inspector Date i Dec 16, 2024 Project Manager Date Dec 16, 2024 Kandic(Dec 16, 202411:02 CST) CFA Mana er Date -- Dec 16, 2024 Lauren Prieur (Dec 16, 202411:21 CST) TPW Director Date Dec 16, 2024 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Waterside Townhomes Phase 1 City Project No.: 102794 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: 63 WD Days Charged: 414 Work Start Date: 9/1/2022 Work Complete Date: 6/24/2024 Completed number of Soil Lab Test: 106 Completed number of Water Test: 28 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WATERSIDE TOWNHOMES PHASE I Contract Limits Project Type WATER & SEWER City Project Numbers 102794 DOE Number 2794 Estimate Number I Payment Number 1 For Period Ending 6/24/2024 WD City Secretary Contract Number Contract Time 63VD Contract Date Days Charged to Date 414 Project Manager NA Contract is 100.00 Complete Contractor DENNETT CONSTRUCTION 2313 CULLEN ST FORT WORTH, TX 76106 Inspectors GLOVER / ROBERSON Tuesday, December 10, 2024 Page 1 of 5 City Project Numbers 102794 DOE Number 2794 Contract Name WATERSIDE TOWNHOMES PHASE I Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 6/24/2024 Project Funding UNIT I: WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 Remove 6" Water Line 91 LF $19.00 $1,729.00 91 $1,729.00 2 Remove 8" Water Line 75 LF $19.00 $1,425.00 75 $1,425.00 3 Remove 1211 Water Line 786 LF $18.00 $14,148.00 786 $14,148.00 4 4"-12" Pressure Plug 2 EA $500.00 $1,000.00 2 $1,000.00 5 Remove 6" Water Valve 6 EA $250.00 $1,500.00 6 $1,500.00 6 Remove 12" Water Valve 6 EA $250.00 $1,500.00 6 $1,500.00 7 Salvage Fire Hydrant 1 EA $2,400.00 $2,400.00 1 $2,400.00 8 SWPPP> 1 acre 1 LS $5,100.00 $5,100.00 1 $5,100.00 9 Exploratory Excavation of Existing Utilities 2 EA $1,500.00 $3,000.00 2 $3,000.00 10 Trench Safety 1147 LF $1.00 $1,147.00 1147 $1,147.00 11 Ductile Iron Water Fittings w/ Restraint 4.5 TN $1,977.00 $8,896.50 4.5 $8,896.50 12 6" PVC Water Pipe 82 LF $32.00 $2,624.00 82 $2,624.00 13 12" PVC Water Pipe 1025 LF $77.00 $78,925.00 1025 $78,925.00 14 12" PVC Water Pipe, CLSM Backfill 40 LF $103.00 $4,120.00 40 $4,120.00 15 Fire Hydrant 4 EA $4,089.00 $16,356.00 4 $16,356.00 16 Connection to Existing 4"-12" Water Main 2 EA $1,648.00 $3,296.00 2 $3,296.00 17 2" Combination Air Valve Assembly for Water 1 EA $8,047.00 $8,047.00 1 $8,047.00 18 1" Water Service 40 EA $996.00 $39,840.00 40 $39,840.00 19 6" Gate Valve 4 EA $1,053.00 $4,212.00 4 $4,212.00 20 -------------------------------------- 12" Gate Valve (CO #1) 8 EA $2,564.00 $20,512.00 8 $20,512.00 Sub-Total of Previous Unit $219,777.50 $219,777.50 UNIT 11: SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 4"-12" PRESSURE PLUG 1 EA $500.00 $500.00 1 $500.00 2 REMOVE 8" SEWER LINE (CO #1) 116 LF $16.00 $1,856.00 116 $1,856.00 3 REMOVE SEWER JUNCTION STRUCTURE 1 LS $1,650.00 $1,650.00 1 $1,650.00 4 POST CCTV INSPECTION 920 LF $2.00 $1,840.00 920 $1,840.00 5 MANHOLE VACUUM TESTING 10 EA $250.00 $2,500.00 10 $2,500.00 6 TRENCH SAFETY (CO #1) 952 LF $1.00 $952.00 952 $952.00 Tuesday, December 10, 2024 Page 2 of 5 City Project Numbers 102794 Contract Name WATERSIDE TOWNHOMES PHASE I Contract Limits Project Type WATER & SEWER Project Funding 7 8 9 10 11 12 13 14 15 16 17 EXPLORATORY EXCAVATION OF EXISTING 1 EA UTILITIES TRENCH WATER STOPS 9 EA 4" SEWER SERVICE (CO#2) 0 EA 10" SEWER PIPE (CO #2) 207 LF 10" SEWER PIPE CSS BACKFILL 20 LF 10" DIP SEWER 712 LF 10" DIP SEWER CSS BACKFILL 20 LF 4' MANHOLE 2 EA 4' SHALLOW MANHOLE 8 EA 4" SEWER SERVICE(CO#2) 40 EA CONCRETE ENCASEMENT FOR UTILITY PIPES -------------------- 26.24 CY Sub-Total of Previous Unit DOE Number 2794 Estimate Number 1 Payment Number 1 For Period Ending 6/24/2024 $1,500.00 $1,500.00 1 $1,500.00 $500.00 $4,500.00 9 $4,500.00 $4,648.00 $0.00 0 $0.00 $42.00 $8,694.00 207 $8,694.00 $77.00 $1,540.00 20 $1,540.00 $112.00 $79,744.00 712 $79,744.00 $142.00 $2,840.00 20 $2,840.00 $2,969.00 $5,938.00 2 $5,938.00 $2,989.00 $23,912.00 8 $23,912.00 $1,105.00 $44,200.00 40 $44,200.00 $2,250.00 $59,040.00 26.24 $59,040.00 $241,206.00 $241,206.00 Tuesday, December 10, 2024 Page 3 of 5 City Project Numbers 102794 Contract Name WATERSIDE TOWNHOMES PHASE I Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 1 Change Order Number Change Order Number 2 Total Contract Price DOE Number 2794 Estimate Number 1 Payment Number 1 For Period Ending 6/24/2024 $536,503.50 $5,128.00 $2,032.00 ($82,680.00) $460,983.50 Total Cost of Work Completed $460,983.50 Less % Retained $0.00 Net Earned $460,983.50 Earned This Period $460,983.50 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $0.00 $0.00 $0.00 $0.00 $0.00 $460,983.50 Tuesday, December 10, 2024 Page 4 of 5 City Project Numbers 102794 DOE Number 2794 Contract Name WATERSIDE TOWNHOMES PHASE I Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 6/24/2024 Project Funding Project Manager NA City Secretary Contract Number Inspectors GLOVER / ROBERSON Contract Date Contractor DENNETT CONSTRUCTION Contract Time 63 WD 2313 CULLEN ST Days Charged to Date 414 WD FORT WORTH, TX 76106 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 $460,983.50 Less % Retained $0.00 Net Earned $460,983.50 Earned This Period $460,983.50 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 $460,983.50 Tuesday, December 10, 2024 Page 5 of 5 DocuSign Envelope ID: 44B94627-8B99-4DFF-9BF7-204A9BCA18DA DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: WATERSIDE TOWNHOMES PHASE 1 CONTRACT: WATER, SEWER, AND PAVING ICFA# CFA21-0074 I CITY PARTICIPATION: NO ICITY PROJECT # 102794 IFID # 30114-0200431-102794-EO7685 FILE # W-2728; X-26678 INSPECTOR: Riley Robertson Phone No: 682-213-1837 PROJECT MANAGER: Debbie WiIlhelm Phone No: 817-392-2481 CONTRACT UNIT WATER SEWER PAVING I I Cost City Cost Icost City Cost Icost City cos IORIGINAL CONTRACT $214,649.50 I $321,854.00 I $62,999.50 I EXTRAS TO DATE $0.00 I $0.00 I $0.00 ICREDITS TO DATE $0.00 I $0.00 I $0.00 ICONTRACT TO DATE $214,649.50 $0.00 I $321,854.00 $0.00 I $62,999.50 $0.00 (AMOUNT OF PROP. CHANGE ORDER $ 5,128.00 I $ 2,032.00 I $ 10,823.00 I�� I}� C99nnT A TT AMOUNT $219,777.50 $0.00 I $323,886.00 $0.00 I $73,822.60 $0.00 0 REVISX&TRACT AMOUNT I PER UNIT $219,777.50 $323,886.00 I $73,822.50 REVISED COST SHARE Dev. Cost: $617,486.00 City Cost: TOTAL REVISED CONTRACT $617,486.00 CHANGE ORDER No: 1 REVIEWED By Debbie J. WiIlhelm at 8:44 am, Aug 19, 2022 DRAINAGE STREET LIGHTS CONTRACT r Developer DAYS Cost City Cost Cost city cost $0.00 I $0.00 I I 68 $0.00 I $0.00 I I $0.00 I $0.00 I $0.00 $0.00 I $0.00 I $0.00 68 I 68 $0.00 $0.00 I $0.00 I $0.00 136 $0.00 I $0.00 $0.00 Revised: 10-12-2011 Page 1 DocuSign Envelope ID: 44B94627-8B99-4DFF-9BF7-204A9BCA18DA IYou are directed to make the following c CInqes in the TY BID ITEM contractdocuments: I I I UNIT PRICE I TOTAL PAY ITEM # # I UNIT ITEM DESCRIPTION (UNIT I: WATER IMP OVEMENTS I I 3312.3005 1 2 I EA I 12" Gate Valve I$ 2,564.00 I$ 5\\128.00 1 UNIT I: WATER IMPROVEMENTS SUBTOTAL $ 8,128.00 I 1UNIT II: SEWER IMOVEMENTS PR I 0241.2013 41 LF I Remove 8" Sewer Line $ 16.001 $ 656.00 I 6 3305.0109 32 LF Trench Safety $ 1.00 $ 32.00 I 10 3331.4201 32 LF 10" Sewer Pipe $ 42.00 $ 1 \\344.00 1 UNIT rr�: SEWER IMPROVEMENTS SUBTOTAL $ 2,032.00 I 1UNIT IV: PAVING IMPROVEMENTS I 11 I 3471.001 I 1 I Mo I Traffic Control $ 2,850.001 $ 2,850.00 I NEW 3201.0616 67 SY Cone Pvmt Repair, Arterial/ Industrial $ 119.00 $ 7,973.00 1 UNIT IV: PAVING IMPROVEMENTS $ 10,823.00 I 1 TOTAL 1 $ 17,983.00 REASONS FOR CHANGE ORDER Existing sewer line found at elevation inconsistant with as -built plans. Existing sewer lateral to be removed and new lateral installed at correct elevation. Additionally, 2 - 12" gate valves to be installed at connections to existing 12" water line for isolocation and testing purposes. Changes correspond to Revision No. 1 as shown on sheets 7, 9-11, 15, 19, and 23 of the construction plans. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. Ij�Cs1A�rAENDW APPROVED: APPROVED: �� m((e I om and Associates, Inc. Hines Waterside LLC Dennett Construction LC BY By see attached By: Name: C dya Brewer, P.E. Name: Robert W. Witte Name Edward Serna Tile: Associate Tile: Senior Managing Director Title Superintendent Revised: 10-12-2011 Page 2 DocuSign Envelope ID: 44B94627-8B99-4DFF-9BF7-204A9BCA18DA HINES WATERSIDE LLC, a Delaware limited liability company By: Hines Waterside Associates LP, a Texas limited partnership, its sole member By: Hines Interests Limited Partnership, a Delaware limited partners�i�.9tsgeneral partner CEO By: R44tit W;zt� Na : atte Title: Senior Managing Director DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: WATERSIDE TOWNHOMES PHASE 1 CHANGE CONTRACT: WATER, SEWER, AND PAVING ORDER No: ICFA # CFA21-0074 CITY PARTICIPATION:( NO CITY PROJECT # 102794 IFID # 30114-0200431-102794-EO7685 2 FILE # W-2728;X-26678 REVIEWED INSPECTOR: Brandon Phillips Phone No: 682-715-7010 PROJECT MANAGER: Debbie Willhelm Phone No: 817-392-2481 By Debbie J. Willhelm at 11:47 am, Jun 01, 2023 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT Developer Developer Developer Developer Developer DAYS Cost City Cost Cost City Cost Cost City Cost Cost City Cost Cost City Cost IORIGINAL CONTRACT $214,649.50 I I $321,854.00 I I $62,999.50 I $0.00 I $0.00 I 68 I EXTRAS TO DATE $5,128.00 I I $2,032.00 I I $10,823.00 I $0.00 I $0.00 I 68 ICREDITS TO DATE $0.00 I I $0.00 I I $0.00 I $0.00 I $0.00 ICONTRACT TO DATE $219,777.50 I $0.00 I $323,886.00 I $0.00 I $73,822.50 $0.00 I $0.00 $0.00 I $0.00 $0.00 136 (AMOUNTOFF PROP. ORDER $0.00 I $ (82,680.00)I $0.00 I I 0 TCHANGE $219,777.50 I $0.00 $241,206.00 I $0.00 $73,822.50 $0.00 I $0.00 $0.00 I $0.00 I $0.00 136 TOTIREVI ED CONTRACT AMOUNT S PER UNIT $219,777.50 $241,206.00 I $73,822.50 I $0.00 I $0.00 REVISED COST SHARE Dev. Cost: $534,806.00 City Cost: $0.00 TOTAL REVISED CONTRACT $534,806.00 Revised: 10-12-2011 Page 1 You are directed to make the followinq chances in the contract documents: I CITY BID ITEM I I I I I PAY ITEM # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL I IUNIT II: SEWER IMOVEMENTS PR I 3331.3101 -40 EA 4" Sewer Service $ 4,648.00 $(185,920.00) I 15(NE 3331.3101 40 EA 4" Sewer Service $ 1,105.00 $ 44\\200.00 I 16 NEW 3305.0116 26.24 CY Concrete Encasement for Utility Pi es $ 2,250.00 $ 59,040.00 I UNIT II: SEWER IMPROVEMENTS SUBTOTAL $ (82,680.00) I I TOTAL I $ (82,680.00) REASONS FOR CHANGE ORDER Changes correspond to Revision No. 2 as shown on sheet 10 of the construction plans. Due to low cover, concrete encasement is needed for the sewer laterals. Additionally, there was a reduction of $3, 5431EA unit cost for the 4" sewer services. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: Kimley-Horn and Associates, Inc. Hines Waterside LLC Dennett Construction LC (.'am�U,a'a By By'n'¢P By: Name Co rewer, P.E. Name Jose Campos Name: Edward Same Title Associate Title Senior Construction Manager Tile: Superintendent Revised: 10-12-2011 Page 2 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Waterside Townhomes CITY PROJECT NUMBER: 102794 WATER PIPE LAID SIZE TYPE OF PIPE LF Open Trench 6" C 900 PVC 82 If Open Trench 12" C 900 PVC 1025 If FIRE HYDRANTS: 4 6" VALVES (16" OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF N/A N/A N/A DENSITIES: yes NEW SERVICES: 1" DOM COPPER 430 LF SEWER PIPE LAID SIZE TYPE OF PIPE LF OPEN TRENCH 10" DIP 207 LF PIPE ABANDONED SIZE TYPE OF PIPE LF N/A N/A N/A DENSITIES: yes NEW SERVICES: 4" DIP 605 LF TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORTWORTH. M" TRANSPORTATION AND PUBLIC WORKS August 2, 2024 Dennett Construction LC 2313 Cullen Street Fort Worth TX 76106 RE: Acceptance Letter Project Name: Waterside Townhomes Phase 1 Project Type: Water, Sewer and Paving City Project No.: 102794 To Whom It May Concern: On August 2, 2024 a final inspection was made on the subject project. There were no punch list items identified at that time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on August 2, 2024, which is the date of the final inspection 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 682- 213-1612. Sincerely, TJ¢66ie �. U).aa z Debbie J. Willhelm, Project Manager Cc: William Fauver, Inspector Donald Watson, Inspection Supervisor Aaron Ybarra, Senior Inspector Andrew Goodman P.E, Program Manager Kimley Horn, Consultant Dennett Construction LC, Contractor Hines, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 08/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Fln Neve, Vice President Of Scott Dennett Construction LLC, 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; Waterside Townhomes Phase 1 BY f Fln Neve, Vice President Subscribed and sworn before me on this date 14th of October, 2024. Notary Ptexas lie Tarrant, KASEY DENNETT Notary Public, State of Texas ':,�""�•� Comm. Expires 09-02-2026 Notary ID 133944634 CONSENT OF SURETY COMPANY TO FINAL PAYMENT AIA DOCUMENT G707 OWNER x ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER ❑ Bond # 178866C PROJECT: WATER, SEWER, & PAVING IMPROVEMENTS TO SERVE WATERSIDE TOWNHOMES PHASE I (name, address) TO (Owner)Hines Waterside LLC 2200 Ross Ave, Ste 4200W Dallas, TX 75201 CONTRACTOR: Scott Dennett Construction, L.C. ARCHITECT'S PROJECT NO: 20164 CONTRACT FOR: WATER, SEWER, & PAVING IMPROVEMENTS CONTRACT DATE: February 15, 2021 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above. the (here insert name and address of Surety Company) Westfield Insurance Company P O Box 5001 Westfield Center, OH 44251-5001 on bond of (here insert name and address of Contractor) Scott Dennett Construction, L.C. 2313 Cullen Street Fort Worth, TX 76107 SURETY COMPANY, 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 (here insert name and address of Owner) Hines Waterside LLC 2200 Ross Ave, Ste 420OW Dallas, TX 75201 OWNER, as set forth in the said Surety Company's bond IN WITNESS WHEROF, The Surety Company has hereunto set its hand this 22nd day of October, 2024 Attest W- cva'o w. (seal): Brooke Gordon, Client Service Specialist Westfield Insurance Company Surety Company Signature of Authorized Representative Brennan Williamson, Attorney -in -Fact Title -- r — NOTE. This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBT AND CI;AIMS, CwTent Edition AIA DOCUMENT C707 * CONSENT OF SURETY COMPANY TO FINAL PAYMENT *APRIL 1970 EDITION *AIA 1970 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE. NW WASHINGTON, D.C. 2006 ` WARNING: Unlicensed photocopying violates U.S, copyright laws and is subject to legal prosecution. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER ## AND ISSUED PRIOR TO 10/10/24, FOR ANY PERSON OR PERSONS NAMED BELOW, General POWER NO. 4220012 14 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company' and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint TONY FIERRO, JOHNNY MOSS, JAY JORDAN, JEREMY BARNETT, JADE PORTER, ROBERT G. KANUTH, JARRETT WILLSON, JACK NOTTINGHAM, BRADY WILSON, BRENNAN WILLIAMSON, JAROD JAGGERS, CALEB HALE, RYAN COX, JOINTLY OR SEVERALLY of ROCKWALL and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit, and to bind any of the Companies thereby as fully and to the same extent as if such bonds were sighed by the President. sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-i n -Fact may do in the premises. Said appointment is rnade under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8. 2000). in Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 10th clay of OCTOBER A.D., 2024 . Corporate ,NN+++++'N+ ,,a+++ ...,,, WESTFIELD INSURANCE COMPANY Seals , `�gUR�tk�,% •`t�t?t�:"`' rrf'' Ili5U1Q� ANY WESTFIELD NATIONAL INSURANCE COMP Affixed ' ;'�'• s�4: ., '''yl'�r = OHIO FARMERS INSURANCE COMPANY _►-= SE ; SEAT.101 State of Ohio` ww•+�N"'" *r,,,,.••+ a rf . By. { County of Medina ss.: Gary W. Stumper, National Surety Leader and Senior Executive On this 10th day of OCTOBER A,D., 2024 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies: that the seals affixed to said instrument are such corporate seals: that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial `•„N• ++++u+W , f, Seal ,•" Al A L y Affixed V State of Ohio Epp David A. Kotnik, Attorney at Law, Notary Public County of Medina ss.: %.• y -1 t. My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) r,- OF _.. I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 22nd day of October A.D., 2024 N,Nf.N++41f1r •,, „,,,rr r, r, fi,, SEAT. sgi"""c �'C14ARiEIPf ' �' a �/i'a'"'� / � Secretary Frank A. Carrino, Secretary 184a t i - BPOAC2 (combined) (05-24)