Loading...
HomeMy WebLinkAboutContract 61088-FP1.FORT WORTH, TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION -FP1 City Secretary No: 61088 Date Received: 3/14/2025 City Project N!?: 104177 Regarding contract 61088 2023 Bridge Rehabilitation Contract 2 for as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on 2/13/2024 through M&C 240115 the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation & Public Works Department has accepted the project as complete. Original Contract Amount: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: $ 444,217.00 Days 210 $ 0.00 JV2 0 Days Added by CO 0 $ 444, 217.00 Total Days 210 $ 354,904.70 Days Charged 195 Days @ $ / Day $ 354,904.69 $ 337,159.45 Final Payment Due $ 17,745.24 TaWcla Z. ww(fack M a r 10, 2025 Patricia L. Wadsack (Mar 10, 2025 14:06 CDT) Recommended for Acceptance Date Asst. Director, TPW - Capital Delivery de.71. - Mar 10, 2025 Lauren Prieur (Mar 10, 2025 14:46 CDT) Accepted Date Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT 00�1 Asst. City Manager Comments: M a r 12, 2025 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH:,. TPW Construction Invoice City Secretary Contract Number: Purchase Order: CS61088 FW020-0000011435 Project: Invoice Number: 104177-104177- 2023 Bridge Rehabilitation Contract 2 C561088-07-FINAL+PAYAP-7 Contract Name: Invoicing Period (From —To): 2023 Bridge Rehabilitation Contract 2 11.01.2024 to 12.31.2024 To: MW Panel Tech LLC 5013 Martin Luther King Fwy Fort Worth, TX 76119 Supplier ID: 7000003501 Contract Summary 1. Original Contract Amount $ 444,217.00 2. Net Change by Change Orders $ .00 3. Cu rrent Contract Amount( Line 1+/-Line 11 $444,217.00 4. Total Completed and Stored to Date $ 354,904.70 (Progress Estimate, Construction Allowance, and Change Orders) 5. Amount Retained (5.00%) $ .01 6. Amount Eligible to Date (Line 4—Line 5) $354,904.69� 7. Less Previous Payments (Line 6 from prior Invoice) 5 337,159.45 8. Amount Due this App ication $ 17,745.24 9. Balance to Finish, Plus Retainage $ 89,312.31 (Line 3 — Line 6) 10. Contract Time a. Days Awarded 210 b. Days Added by Change Order 0 c. Total Contract Days Awarded 210 d. Days Charged this Invoice 61 e. Days Charged from Previous Invoice(s) 134 f. Contract Days Remaining 15 Payment Application Date: 01.24.2025 Estimate Number: 7 Project Manager: Otuvelu, Iretomiwa Payment Approvals Roles Date: Inspector: Ady&. if l d4 01.27.2025 Sr. Inspector: 116i;VM 01.29.2025 Project Manager: 02.03.2025 %aetoruua Oru�yePu Contractors Certification: The Contractor certifies with the submittal of this document and associated Payment Request Submittal on the City of Fort Worth eBuilder system that to the best of their knowledge: (1) all previous progress payments received from Owner on account of Work done under the Contract have been applied on account to discharge Contractor's legitimate obligations incurred in connection with Work covered by prior Applications for Payment; (2) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to Owner at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to Owner indemnifying Owner against any such Liens, security interest or encumbrances); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and is not defective. Liquidated Damages @ $ 650.00 x day Makk 1faC( Mark Hall (Mar 6, 202513:54 CST) Page 1 of 3 FORT WORTH:,. TPW Construction Invoice Funding Distribution: Fundin 30100- 02Id4i1fi-c5a7t4n03(FIDs) Amount Earned Retain a (FIDs) Retain a -104177-E03380-9999 -2060000-104177-RETAIN $0.00 Amount$t1o7,P7a45.240 Contract Bid Items: A B C D E F G H I 1 K Bid Item Description Spec. UOM Bid Unit Price I Bid Value Estimated Value this Previously Previously Materials Total Completed Retainage % Balance to NO. Section Quantity Quantity Period Installed Installed Presently and Stored to this Period (H/B) Finish No. Installed this Quantity Value Stored Date (D+F+G) (B-H) Period (not in F) Unit 1.001 REMOBILIZATION EA 1 $ 500.00 $ 500.00 0.0000 $ .00 0.0000 $ .00 $ .00 $ .00 $ .00 0.00% $ 50000 Unit 1.002 REMOVE CONCRETE (PAV) SV 70 $ 72.00 $ 5,040.00 0.0000 $ .00 52.3000 $ 3,765.60 $ .00 $ 3,765.60 $ .00 74.71% $ 1,274.40 Unit 1.003 REMOVE CONCRETE (RIPRAP) SV 165 $ 63.00 $ 10,395.00 0.0000 $ .00 158.1000 $ 9,960.30 $ .00 $ 9,960.30 $ .00 95.82% $ 434.70 Unit 1.004 REMOVE CONCRETE SV 5 $ 120.00 $ 600.00 00000 $ .00 101000 $ 1,212.00 $ .00 $ 1,21200 $ .00 202.00% $- 61200 D Unit 1.005 REMOVE CONCRETE SV 60 $ 9000 $ 5,400.00 0.0000 $ .00 482700 $ 4,344.30 $ .00 $ 4,34430 $ .00 8045% $ 1,055.70 (APPROACH SLAB) Unit 1.006 RE MOVE CONCRETE SV 50 $ 72.00 $ 3,600.00 0.0000 $ .00 1 0.0000 $ .00 $ .00 $ .00 $ .00 000% $ 3,600.00 MISCELLANEOUS 00000 $ .00 0.0000 $ .00 $ 14,670.00 $ 14,67000 $- 3,260.00 $ 564.00 Unit 1.007 EXCAVATION (ROADWAY) CY 70 $ 163.00 $ 11,41000 900000 $ .Do $ .00 12857% Unit 1.008 EMBANKMENT (FINAL) (ORD CY 15 $ 188.00 $ 2,820.00 12.0000 $ 2,256.00 $ .00 $ 2,256.00 $ .00 80.00% COMP TV B 13.5000 $ 3,280.50 $ .00 $ 3,280.50 $ .00 22.50% $ 11,299.50 Unit 1.009 CONCRETE PAVEMENT (CONC SV 60 $ 243.00 $ 14,580.00 0.0000 $ .00 REINF-CRCP 7" Unit 1.010 CEMENTSTABILIZED BACKFILL CY 70 $ 184.00 $ 12,880.00 0.0000 $ .00 308.0000 $ 19,872.00 $ .00 $ 19,872.00 $ .00 154.29% $- 6,992.00 Unit 1.011 FLOWABLE BACKFILL CY 5 $ 670.00 $ 3,350.00 0.0000 $ .00 0.8000 $ 536.00 $ .00 $ 536.00 $ .00 16.00% $ 2,814.00 Unit 1.012 CLCCONCRETE CY 2 $ 800.00 $ 1,600.00 00000 $ .00 2.0000 $ 1,600.00 $ .Do $ 1,60000 $ .00 100D0% $ .00 (MISCELLANEOUS) Unit 1.013 APPROACH SLAB CONCRETE STR REPAIR CY 30 $ 1,058.00 $ 31,740.00 00000 $ .00 420000 214.7000 $ 44,436.00 $ 92,535.70 $ .Do $ 00 $ 44,43600 $ .00 $ 92,535 70 $ .00 140.00% $- 12,696.00 Unit 1.014 SF 360 $ 431.00 $ 155,160.00 0 0000 $ .00 59 64% $ 12,624 30 VERTICAL & OVERHEAD Unit I.O15 RIPRAP (CONC)(CL B) CV 25 $ 870.00 $ 21,75000 0.0000 $ .00 290000 $ 25,23000 $ .00 $ 25,23000 $ .00 116..0. $- 3,480.00 Page 2 of 3 Bid Item I Description No. Unit 1.016 RIPRAP (STONE COMMON( (DRY) (121N) Unit 1.017 CLEANING AND SEALING EXISTING JOINTS Unit 1.018 MULTI -LAYER POLYMER OVERLAY Unit 1.019 CLEAN EXISTING CULVERTS Unit 1.020 CONCRETE SIDEWALKS IS") Unit 1.021 MTL W-BEAM GUARD FENCE (TIMBER POST) Unit 1.022 TERMINAL ANCHOR SECTION Unit 1.023 REMOVE METAL BEAM GUARD _ FENCE Unit 1.024 REPLACE STEEL IL Unit 1.025 CONCRETE CRACK REPAIR DISCRETE ROUTE & SEAL) Unit 1.026 REPLACE STEEL BRIDGE MEMBER (RAIL POST) _ Unit 1.027 REPLACE NUTS, WASHERS & OTHER HARDWARE Unit 1.028 CONSTRUCTION ALLOWANCE A Spec. Section No. LF EA LF LF LF EA EA FORTWORTH. TPW Construction Invoice B C D E F Bid Value Estimated Value this Previously Previ( Quantity 10 1,000 80 $ 800.00 $ 1600 $ 267.00 $ 8,000.00 $ 16,000 00 $ 21,36000 3 $ 600.00 $ 1,800.00 4 170 2 170 200 100 5 15 0 $ 543.00 $ 158.00 $ 500.00 $ 3000 $ 158.00 $ 128.00 $ 1,100.00 $ 8000 $ 2,172.00 $ 26,860.0E $ 1,000.00 $ 5,100.00 $ 31,60000 $ 12,80000 $ 5,500.00 $ 1,200.0E $ 30,000.00 $ 444,217.00 Quantity Period Installed Installed Installed this Quantity Value Period 0.0000 $ .Do 4.6000 $ 3,680.00 0.0000 $ .00 8540000 $ 13,664.00 0.000E $ .00 1136000 $ 30,33120 o.D000 $ .00 4.0000 $ 2,400.65 0.000E $ .00 10.100E $ 5,484.3E $ 21,725.00 0.0000 $ .00 137.500E 0.0000 $ .00 0.0000 $ .Do 00000 $ .00 137.5000 $ 4,125.00 00000 $ .00 1640000 416000 $ 25,912 00 $ 5,324.80 0.000E $ .00 0.000E $ .00 160000 $ 17,600.0E 00000 $ .00 120000 $ 960.0E 0.0000 $ .Do 0.0000 $ .Do I $ 0.00 $ 354,904.70 G H I J K Materials Total Completed Retainage % Balance to Presently and Stored to this Period (H/B) Finish Stored Date(D+F+G) (B-H) (not in F) $ .00 $ 3,69000 $ .00 46.00% $ 4,320.00 $ .00 $ 13,66400 $ .00 85.40% $ 2,336.00 $ .00 $ 30,33120 $ .00 142.00% $- 8,97120 $ .Do $ 2,40000 $ .Do 133.33% $- 60000 $ .00 $ 5,494.30 $ .00 252.50% $- 3,312.30 21,725.00 $ .00 80.88% $ 5,135.00 $ .00 $ .00 $ .00 0.00% $ 1,000.00 $ .00 $ 4,12500 $ .00 80.88% $ 97500 $ .Do $ 25,91200 $ .00 8200% $ 5,688.00 $ .Do $ 5,32480 $ .00 41.60% $ 7,47520 $ .00 $ 17,600.00 $ .00 32000% $- 12,100.00 $ .00 $ 96000 $ .00 80.00% $ 24000 $ .00 $ .00 $ .00 0.00% $ 30,000.00 $ 0.00 $ 354,904.70 111 79.89%1 $ 89,312.30 Page 3 of 3 FORTWORTH. M" TRANSPORTATION AND PUBLIC WORKS December 23, 2024 MW Panel Tech 5013 Martin Luther King Fwy Building 12 Fort Worth TX, 76119 RE: Acceptance Letter Project Name: Bridge Rehabilitaion Contract 2 Project Type: Paving City Project No.: 104177 To Whom It May Concern: On November 25, 2024 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 December 19, 2024. 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 December 19, 2024, 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- 392-6747. Sincerely, Iretomiwa Otuyelu (Mar7, 202510:32 CST) Iretomiwa Otuyelu P.E, Project Manager Cc: Adrian Aranda , Inspector Donald Watson , Inspection Supervisor Aaron Ybarra , Senior Inspector Zelalem Arega , Program Manager Thomas G. Ashcraft, Consultant MW Panel Tech, Contractor CP&Y an STV Company, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 Print Form Final Bills Paid Affidavit by Contractor BEFORE ME. the undersigned authority, personally appearedMW Panel Tech (hereinafter referred to as "Contractor"), knoNvii to me to be a credible person, and after being by me duly sworn, upon oath stated and affirmed that: -'MN- name is Jonathan White and I am the Operations Direct© of Mw Panel Tech hereafter sometimes referred to in this affidavit as "Contractor". Contractor's business address is 5013 HLK Fwy, Fort woridThe undersigned Contractor has personal knowledge of the facts stated herein and has full authority to make the agreements in this affidavit on behalf of Contractor. Pursuant to and in accordance with a written construction contract between XK Panel Tech I Contractor, and City of Fort woxA- Owner/Administrator, Contractor furnished materials and labor for the construction, renovation, or repair of improvements located on or relating to project known as Bridge 2023 -02 located at Various Locations ICity of Fort Worth 'Twoo,11- &.01 County, Texas, legally described in Exhibit "A" attached hereto and made a part hereof for all purposes (the "Property"). All work provided for under said written construction contract, together with all changes and supplements thereto, has been fully completed in accordance with the terms and provisions thereof. Contractor has paid each of its subcontractors, laborers, suppliers and materialmen in full for all labor and materials provided to Contractor for or in connection with the construction, renovation, or repair of improvements on or relating to the subject Property, or any portion thereof, excepting only the amounts owed for the following specified bills to the persons identified below. Contractor warrants and represents that the following specified bills will be paid to Contractor by Owner/Administrator in reliance on this Final Bills Paid Affidavit: Other than the above specified bills owed to the above referenced persons, Contractor is not aware of any unpaid bills, claims, demands, or causes of action by any of its subcontractors, laborers, suppliers, or materialmen for or in connection with the furnishing of labor or materials, or both, for the construction, renovation, or repair of improvements located on or related to the subject Property. In consideration of the funds paid to Contractor by Owner/Administrator and by Lender on behalf of Owner/Administrator in reliance on this affidavit, Contractor waives and releases all of Contractor's statutory and constitutional mechanic's lien rights connected with the construction of the Project, conditioned on the actual payment or collection if payment is made by check or draft. Contractor further understand that this Final Bills Paid Affidavit is being given pursuant to and in accordance with Sections 53.085 and 53.259 of the Texas Property Code and that the intentional, knowing, or reckless making of a false or misleading statement in this Affidavit constitutes an offense under said Section and is a Class A misdemeanor. Contractor hereby indemnifies and holds harmless Owner/Administrator from any and all claims, demands or causes of action, and any costs, expenses, and attorney's fees incurred in connection therewith, arising from or connected with, the statements and representations contained herein." Form 16 — Final Bills Paid Affidavit Page 1 of 3 May 1, 2009 EJT- CUTED this ® day of January 2025 MW Panel Tech [Name of Contractor Company] By: 9�-+ Printed Name:Tonathan White Title: Operations Director Notary's Acknowledgement Before me, the undersigned authority, on this day personally appeared who first being duly sworn by me to be the person whose name is subscribed to the foregoing Final Bills Paid Affidavit, acknowledged that he/she has the authority to make this Final Bills Paid Affidavit, and further acknowledged to me that he/ she executed the same for the purpose and consideration therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE on this the % i day of 31%wtry 20 (Se ) r� MARK HALL G // !/ �— a✓^ ` r Notary ID #134861069 My Commission Expires Notary Pu lie, State of Texas or April 19, 2028 My commission expires Form 16 — Final Bills Paid Affidavit Page 2 of 3 May 1, 2009 IffRIT N Foul, 16 Filial Bdld Paid Nll►davil Page 3 of 3 May 1, 2009 CONSENT OF SURETY TO FINAL PAYMENT AIA llocuinenl G707 Band No. 022237097 TO OWNI?R: (:Vrunr r(rrel artd-1) City of Fort Worth 200 Texas St. Fort Worth, TX 76102-6314 PRQIECT: fNuurr• girl adrlrecrJ 2023 Bridge Rehabilitation Contract 2 City Project No. 104177 OWNER ARCHITECT CONTRACTOR SURE N OTHrR 0 ARCHITECT'S PRQJECT NO.: CONTRACT FOR: 2023 Bridge Rehabilitation Contract 2 CONTRACT I]ATED: February 13, 2024 In accordance with the provisions of the Contract between the Ownerand the CtntlActoras indicated above, the l 117sol i(rrneaid udr(n s1 gf.Surt•!ly Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 SURETY, on bond of tlnsa•)r rurire aid wldwCs uJ'Gimlrrrcfw'J MW Panel Tech 5013 Martin Luther King Frwy Fort Worth, TX 76119 . CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any (if its obligations to flnrc•rt liurle Tarr!«r!rlrca': �jUu'l+caY City of Fort Worth 200 Texas St. Fort Worth, TX 76102-6314 OWNFR. as sift Firth in said Surety':; bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this bate: January 24, 2025 (1)i o in uwitol{ 1he•nrrnlrhfolloutal hI• the lrrunoicdalmarid!1 a r.) Liberty Mutual Insurance Company (tierrth'J r (.i%((nrdlrlt• of NIf7tMRZLY1li'rll CN'riR17rY'J (Seal): Debra Robinson,?VVn��ss Neira Hernandez, Attorney -in -Fact - - (Pruned lulu• and rifle) - CAUTION: You should sign an original AIA document that has this caution prinfed in red. Jan-„ original assures that changes will not be obscured as may occur when documents are *produced. See instruction Sheet for Limited License for reproduction of this document. A!A D OCUAAF_Kr G707 • C01`SF.%I' OF SURMY TO FINAI.I'AYNIF.\ I' • 19c}t FnrRON • ALA C.1994 • THE AMFRICAN INSIM-1F. OF ARCtirIF.Ctl. 1"A; NI•:l% YORK AVFNt'F., ;VW. W-A.;- INGTON. t).C. 2IXA)6-5292 • WARNING: Unlicensed photocopying violates U.& copy- G707-1994 right laws and will subject tha violator to legal prosecution. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual The Ohio Casualty Insurance Company Certificate No: 8212969 - 022006 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the Sli till Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Brady K, Cox, Brent Baldwin, Brock Baldwin, Cynthia Alford, John A. Ahoulnrad, Kristi Dale, Michael B. Hill, Neira Hernandez, Russ Frenzel, William D. Baldwin, Yamillee Ramos all of the city of Plano state of ]'X each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of those presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons, IN WITNESS WHEREOF, i Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 14th day of January 2024 Liberty Mutual Insurance Company P` 1l1suy. P�1Y INS& %Nsu,p4 The Ohio Casualty Insurance Company :`opPoryjay0m �J=c°RPorfrgn P=coVo.L,roym West American Insurance Company 4' iS12 0 1919 0 7 1991 /% �0 rn r S °j s ZF Q� Q Q d jjfl? rn 0 rd�gsSAcnus dL h&AMP`' D� YS *D At+P da U c� Nathan J. Zangede, Assistant Secretary or D State of PENNSYLVANIA County of MONTGOMERY ss o T .L) C On his 14th day of January 2024 before me personally appeared Nathan J, Zangerie, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance ai m Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for he purposes herein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. O c o �� e�s> _.O k ;y , F� Commonwealth of Pennsylvania - Notary Seal L' w zfr eta < Tefesa Pastella, Notary Pubiic W -- r, " '� Monlggmgry county ` p tt3 C w OF My commission expires March 28, 2025 6y. �( (D commission number 1126044 Member. Penas"r,a Assoc,abor of Notaries 2&"s, Pastella, Notary Public ¢ 4 Nr C This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 C? O Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: 0 M ARTICLE IV — OFFICERS: Section 12. Power of Attorney. _ 0o o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President :'a � may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge end deliver as surety any and all C: co m undertakings, fronds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full c � on by heir ure and on of any such d to attach o the al f the Z U be as binding power to bind as if signedtlby hetPresidentfa d attested to by the Secretary. instruments Any powerlor authority grantted o any orepresen representative for attorney -in -fact rney-n fact under the provisions instruments of his -2 Co article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. 2 ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of he Company, authorizes Nathan J. Zangede, Assistant Secretary to appoint such attorneys -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all underfakings, bonds, fecognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of alfomey issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of allDmey of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 24th day of January 2025 1TlsURq pvvf INS& a 1NSU,? aGpSxPor� oyCin PJ��Dt+Poip�f'egy� `VP24RPDRyT�ym _ - - ? � 1912 � o x 1919 � o a 1991 BY:Nu`'kfiaa �p NAM49�� a ( �NDIANP• A .4O- _ �z? * �y1 * Renee C. Llewellyn, Assistant Secfatrg LMS-12873 LMIC 9CIC WAIC Multi CD 02124 - - -