Loading...
HomeMy WebLinkAboutContract 60966-FP2FORT WORTH, -FP2 City Secretary Contract No. 60966 Date Received 4/28/2025 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: Hampton Tract Ph.3 City Project No.: 104657 Improvement Type(s): ❑ Paving ❑ Drainage ❑x Street Lights ❑ Traffic Signals Original Contract Price: $117,164.12 Amount of Approved Change Order(s):-$11,054.00 Revised Contract Amount: $106,110.12 Total Cost of Work Complete: $106,110.12 04/24/2025 Contractor Date President Title Independent Utility Construction, Inc. Company Name 04/24/2025 Matt Cain (Apr 24. 20251525 CDT) Project Inspector Date 04/28/2025 Project Manager Date 04/28/2025 K,1nAnr)A. ?0)51419CDT1 CFA Manager Date de.7^� 04/28/2025 Lauren Prieur (Apr 28, 202514:21 CDT) TPW Director Date (�P� 04/29/2025 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Hampton Tract Ph.3 City Project No.: 104657 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time 110 WD Days Charged: 176 WD Work Start Date: 5/22/2024 Work Complete Date: 3/21/2025 Completed number of Soil Lab Test: 215 Completed number of Water Test: 4 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name HAMPTON TRACT PHASE 3 Contract Limits Project Type STREETLIGHTS City Project Numbers 104657 DOE Number 4657 Estimate Number 1 Payment Number 1 For Period Ending 3/21/2025 WD City Secretary Contract Number Contract Time l lWD Contract Date Days Charged to Date 176 Project Manager NA Contract is 100.00 Complete Contractor INDEPENDENT UTILITY CONSTRUCTION 5109 SUN VALLEY DRIVE FORT WORTH, TX 76119 Inspectors G.DEYON / M.CAIN Thursday, April 24, 2025 Page 1 of 5 City Project Numbers 104657 Contract Name HAMPTON TRACT PHASE 3 Contract Limits Project Type STREETLIGHTS Project Funding UNIT V-A:STREETLIGHTING IMPROVEMENTS (ONSIT DOE Number 4657 Estimate Number I Payment Number 1 For Period Ending 3/21/2025 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 2" CONDT PVC SCH (T) 419 LF $21.52 $9,016.88 419 $9,016.88 2 NO 10 INSULATED ELEC CONDR 1146 LF $1.86 $2,131.56 1146 $2,131.56 3 FURNISH/INSTALL TYPE 33B ARM 8 EA $398.00 $3,184.00 8 $3,184.00 4 FURNISH/INSTALL LED LIGHTING FIXTURE 8 EA $371.00 $2,968.00 8 $2,968.00 (70 WATT ATBO COBRA HEAD) 5 RDWY ILLUM FOUNDATION TY 1,2, AND 4 8 EA $1,959.00 $15,672.00 8 $15,672.00 6 FURNISH/INSTALL RDWAY ILLUM TY 11 POLE 8 EA $2,251.00 $18,008.00 8 $18,008.00 ------------------- Sub -Total of Previous Unit $50,980.44 $50,980.44 UNIT V-B:STREETLIGHTING IMPROVEMENTS(OFFSPI' Item Description of Items No. 1 2" CONDT PVC SCH 80 (T) 2 NO 10 INSULATED ELEC CONDR 3 FURNISH/INSTALL TYPE 33B ARM 4 FURNISH/INSTALL LED LIGHTING FIXTURE (70 WATT ATBO) 5 RDWY ILLUM ASSMBLY TY 18 6 RDWY ILLUM FOUNDATION TY 18,18A,19, AND D-40 Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 524 LF $21.52 $11,276.48 524 $11,276.48 2096 LF $4.70 $9,851.20 2096 $9,851.20 4 EA $398.00 $1,592.00 4 $1,592.00 4 EA $563.00 $2,252.00 4 $2,252.00 4 EA $3,102.00 $12,408.00 4 $12,408.00 4 EA $2,327.00 $9,308.00 4 $9,308.00 Sub -Total of Previous Unit $46,687.68 $46,687.68 UNITV-C:STREETLIGHTING IMPROVEMENTS(OFFSIT Item Description of Items No. 1 2" CONDT PVC SCH 80 (T) (CO#2) 2 NO 10 INSULATED ELEC CONDR (CO#2) 3 FURNISH/INSTALL TYPE 33B ARM (CO#2) 4 FURNISHANSTALL LED LIGHTING FIXTURE (70 WATT ATBO)(CO#2) 5 RDWY ILLUM ASSMBLY TY 18 (CO#2) 6 RDWY ILLUM FOUNDATION TY 18,18A,19, AND D-40(CO#2) Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 0 LF $21.52 $0.00 0 $0.00 0 LF $6.03 $0.00 0 $0.00 0 EA $398.00 $0.00 0 $0.00 4 EA $563.00 $2,252.00 4 $2,252.00 0 EA $3,102.00 $0.00 0 $0.00 0 EA $2,327.00 $0.00 0 $0.00 Thursday, April 24, 2025 Page 2 of 5 City Project Numbers 104657 Contract Name HAMPTON TRACT PHASE 3 Contract Limits Project Type STREETLIGHTS Project Funding DOE Number 4657 Estimate Number I Payment Number 1 For Period Ending 3/21/2025 7 TYPE 33B ARM WOOD POLE ARM (CO#2) 3 EA $1,200.00 $3,600.00 3 $3,600.00 8 NO 6 TRIPLEX OH INSULATED ELEC CONDR 370 LF $7.00 $2,590.00 370 $2,590.00 (CO#2) Sub -Total of Previous Unit $8,442.00 $8,442.00 Thursday, April 24, 2025 Page 3 of 5 City Project Numbers 104657 Contract Name HAMPTON TRACT PHASE 3 Contract Limits Project Type STREETLIGHTS Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 2 Total Contract Price DOE Number 4657 Estimate Number I Payment Number 1 For Period Ending 3/21/2025 $117,164.12 ($11,054.00) $106,110.12 Total Cost of Work Completed $106,110.12 Less % Retained $0.00 Net Earned $106,110.12 Earned This Period $106,110.12 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 $106,110.12 Thursday, April 24, 2025 Page 4 of 5 City Project Numbers 104657 Contract Name HAMPTON TRACT PHASE 3 Contract Limits Project Type STREETLIGHTS Project Funding Project Manager NA Inspectors G.DEYON / M.CAIN Contractor INDEPENDENT UTILITY CONSTRUCTION 5109 SUN VALLEY DRIVE FORT WORTH, TX 76119 DOE Number 4657 Estimate Number I Payment Number 1 For Period Ending 3/21/2025 City Secretary Contract Number Contract Date Contract Time 110 AID Days Charged to Date 176 WD 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 $106,110.12 Less % Retained $0.00 Net Earned $106,110.12 Earned This Period $106,110.12 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 $106,110.12 Thursday, April 24, 2025 Page 5 of 5 r � REVIEWED By George Marqeuez, P.E. at 11:51 am, Mar 31, 2025 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME. Hampton Tract Phase 3 CHANGE CONTRACT A -Water Improvements ORDER No: CFA # 23-0047 CITY PARTICIPATION No CITY PROJECT # 104657 DOE # 1A WATER PROJECT # 30114.0200431.104657-EO7685 SEWER PROJECT# 30114.0200431.104657.EO7685 FILE # X•27756 INSPECTOR: Phone No: PROJECT MANAGER: George Marquez Phone No: 817 392 8826 I CONTRACT UNIT WATER aEWER I PAVING DRAINAGE STREETUGHTS I CONTRACT Devclopor j Developer Developer Develop., DAYS oeveloperCost C COat cost I City.CGft .. Cost Coll? Cost Ooet _ Coat G 'Cott ORIGINAL CONTRACT $386,719.20 SJ71,726.00 5869,Sb8.66 6187,J11.b0 $117.16d.12 EXTRAS TO DATE 1 CREDITSTODATE CONTRACT TO DATE 5356,7t9.20 60.00 S31L728AO 50100 $1149,658.1{6 5187, 311.60 ".0 $117.1(1 50.00 110 Afd}O�IINDT`O(F PROP. CHANGE ORDER RfOTAL A/2W..XA�� AMOUNT SJO71,27410 SO." S371,12E.00 70.00 $849,666.4 6107,311.60 p:00 S117.164.12 - 50.4 110 PER UNIT 5388,279.20 I..,. 5371.724,00 S8496668.46 614T.2t1.60 t117.1M.12 REVISED COST SHARE C.$1,914,041.47 TOTAL REVISED CONTRACT I $1,914,041A7 You are directed to make the followlnp changes in the controcl documents CITY a D STEM PAY ITEM 8 OUANTDY UNIT �rSCJt UNMPRICE TOTAL 8 331210 t E4 1" er rnca� q n1 $1.560.00 $1.560.00 TOTAL St.560 00 REASONS FOR CHANGE ORDER I7rlpellon service added for open space area NO CITY FUNDS INVOLVED IN IRIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE OR DER COST AND NO REIMBURSEMENT FROM THE CITY WILL DE SOUGHT BY THE DEVELOPER. Revised: 10-12-2011 Pepe 1 RECOMMENDED: APPROVED APPROVED: near) (On�obpnr (Contractor) `(///y�Ifr1Y BY: IV411—- �By. Name: c.+4� �aP`> Name: =���-b —. By- Nae: AlbertPGr/an"tMgaLs I Tole: Prv,cal- /•IA.I(A r Vice President Tllle: �G,i/Dw.�b.�,�� We: APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: CFW - Sponsoring Deparfmm;t CFW- Asstster4 CNy Manager CFW - AssistarN City Attorney By: N/A By: N/A BY: N/A Name: Name: Name. Title: We: Title RECOMMENDED: Cr-✓ 'CordractC Ran Manager ATTEST By:: Q 8 �J — � N/A Name//G Gorge Marau Z Jannelle S. Goodell nue:-CFW Project Manager Clly Secretary M&C Number: `NJ,Q MBC[)at,,Approved: N/A Contract Compliance Manager (Project Manages): By signlnp I acknowledge Anal A am the person responsible for the monlloring and adminlstratlon of this contract, Include enswing all performance and reporting requirements. ❑+ There are NO city Funds associated wllh this Contract El There are Cly Funds assoclated with Ants Contract i REVIEWED I" By George Marqeuez, P.E. at 11:51 am, Mar 31, 2025 Revlsed: 10-12.2011 Page 2 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # FID # SEWER PROJECT # FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER -AWARDED -PROJECT CHANGE ORDER Hampton Tract Phase 3 Street Light Revision 23-0047 104657 30114-0200431-104657-EO7685 X-27756 W-2928 George Marquez WATER Developer Cost $386,719.20 $1,560.00 $0.00 $388,279.20 $0.00 $388,279.20 CHANGE ORDER No: CITY PARTICIPATION:( NO Phone No: Phone No: 817-392-6826 CONTRACT UNIT X: OFFSITE STREETLIGHTS CLEBURNE CROWLEY ROAD SEWER DRAINAGE PAVING Developer Developer Developer City Cost Cost City Cost Cost City Cost Cost City Cost $0.00 $371,728.00 $0.00 $187,311.50 $0.00 $849,558.65 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $371,728.00 $0.00 $187,311.50 $0.00 $849,558.65 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $371,728.00 $0.00 $187,311.50 $0.00 $849,558.65 $0.00 STREET Developer Cost $117,164.12 $0.00 $0.00 $117,164.12 ($11,054.00) $106,110.12 $388,279.20 $371,728.00 $187,311.50 $849,558.65 1 Dev. Cost: $1,902,987.47 City Cost: 0000.00 $1,902,987.47 LIGHTS City Cost $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $106,110.12 (CONTRACT i DAYS 110 0 0 110 0 110 Revised: 12-17-2018 Page 1 Unit V - C: Streetlight Improvements (Offsite - Old Cleburne Crowley) You are directed to make the following changes in the con+ract documents CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 1 2605.3015 (200.00) LF 2" CONDT PVC SCH 80(T) $ 21.52 (4,304.00) 2 3441.141 (400.00) LF NO 10 Insulated Elec Condr $ 6.03 (2,412.00) 3 3441.1646 (2.00 EA Furnish/Install Type 33B arm $ 398.00 (796.00) 4 3441.305 2.00 EA Furnish/Install LED Lighting Fixture (70W ATBO) $ 563.00 1,126.00 5 3441.3301 (2.00) EA Rdwy Illum Assmbly TY 18 $ 3,102.00 (6,204.00) 6 3441.3003 (2.00) EA Rdwy Illum assmbly TY 18, 18A, 19, AND D-40 $ 2,327.00 (4,654.00) 7* 3441.3302 3.00 EA Type 33B Arm Wood Pole Arm $ 1,200.00 3,600.00 8' 3441.1401 370.00 LF NO 6 Triplex OH Insulated Elec Condr $ 7.00 2,590.00 SUBTOTAL 11,054.00) TOTAL �11,054.00) Asterisk (") indicates New Pay Item REASONS FOR CHANGE ORDER Oncor overhead lines in conflict with light pole foundations on North side of Cleburne -Crowley Rd. Lights must be moved onto Oncor poles. 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. Revised: 12-17-2018 Page 2 RECOMMENDED: Shietdlbeering By: /I {'� Name: eftle6 ✓LfA^ Title: Proiec+ IVIC-O er- APPROVAL RECOMMENDED: CFW - Sponsoring Department By: N/A Name: Title: RECOMMENDED: CFW - *Contract Compliance Manager // Name: Andrew Goodman, PE Title: IPRC Engineering Manager M&C Number: N/A N/A M&C Date Approved: APPROVED: APPROVED: DR Norton Independen lity Construction By � � e- By: Narr��-r-' Name: Richard Wolfe Title: I/. le l ��� _ Title: President APPROVED: CFW - Assistant City Manager N/A By: Name: Title: APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney N By: /A Name: Title: ATTEST ' Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible N/A for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Jannette S. Goodall City Secretary [] There are NO City Funds associated with this Contract ❑ There are City Funds associated with this Contract Revised: 12-17-2018 Page 3 FORTWORTH. M, TRANSPORTATION AND PUBLIC WORKS April 7, 2025 Independent Utility Construction, Inc. 5109 Sun Valley Dr. Fort Worth, TX. 76119 RE: Acceptance Letter Project Name: Hampton Tract Ph.3 Project Type: water, sewer, paving, drainage, street lights City Project No.: 104657 To Whom It May Concern: On March 31, 2025 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 March 31, 2025, 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 (817)- 392-6826. Sincerely, George Marquez, Project Manager Cc: Matt Cain, Inspector Gary Deyon, Inspection Supervisor Edward D'Avila, Senior Inspector Andrew Goodman, Program Manager Shield Engineering Group, Consultant Independent Utility Construction, Inc., Contractor D.R Horton, 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 RICHARD WOLFE, PRESIDENT Of INDEPENDENT UTILITY CONSTRUCTION, INC., 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; Hampton Tract Phase 3 - City Project . 1 657 BY ; 6ard Wolfe, President Subscribed and sworn before me on this date 14th of February, 2025. 'i �Jvl Notary Public Tarrant County, State of CHRISTINA GARCIA Texas ocNotary Public, State of Texas Comm. Expires 12-20-2028 Notary ID 130940785 CONSENT OF SURETY COMPANY OWNER ❑ CONTRACTOR O TO FINAL PAYMENT SURETY OTHER ❑ (SIMILAR TO AIA DOCUMENT G707) Bond No. 339738P PROJECT: Street Lighting Improvements to serve Hampton Tract Phase 3 (name, address) Fort Worth, TX TO (Owner) ARCHITECT'S PROJECT NO: I City of Fort Worth CONTRACT FOR: 100 Fort Worth Trail Fort Worth, TX 76102 I CONTRACTOR: Independent Utility Construction, Inc. ICONTRACT DATE: 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 955 Garden Park Drive, Suite 230 , SURETY COMPANY, Allen, TX 75013 on bond Of (here insert name and address of Contractor) Independent Utility Construction, Inc. 5109 Sun Valley Drive Fort Worth, TX 76119 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that the final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) City of Fort Worth 100 Fort Worth Trail , OWNER, Fort Worth, TX 76102 as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, The Surety Company has hereunto set its hand this Attest: (Seal): 14th day of February , 2025 WESTFIELD INSURANCE COMPANY Surety Company By Signature e{-uthorizedkwpresentativ� Kyle W. Sweeney Attorney -in -Fact Title Note: This form is intended to be used as a companion document to the Contractor's Affidavit of Payment of Debts and Claims, Current Edition THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 09128123, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220052 06 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. 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 CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, DAVID W. SWEENEY, JOINTLY OR SEVERALLY of FORT WORTH 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. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, seated with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made 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 Attorney(s)-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 seats to be hereto affixed this 28th day of SEPTEMBER A.D., 2023 . Corporate .,y" ,,,•,,,,,,..., •, . WESTFIELD INSURANCE COMPANY Affixed Q`�gYf1 kC ,. ��a���Nf,� !VSG; IASUI WESTFIELD NATIONAL INSURANCE COMPANY Affixed] `v=�1rm. LQ O;• ,9'. 4.j�+ •' 4 ''e^ OHIO FARMERS INSURANCE COMPANY rD'�GiAU ro ' SEAL �= =�+�NaATEIP�p?3 y 7. ••..q•/•Y�+ff N` . •.�: iSii2 +9 i�q®4ww pp•,As j .,,34-...:...._.. •. pYtumper, State of OhioBy:County of Medina ss.: Gary W. Nationa�Surety Leader and Senior Executive On this 28th day of SEPTEMBER A.D., 2023 , 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 Seal •` �1 A L Affixed t] State of Ohio �o David A. Kotnik, Attorney at Law, Notary Public County of Medina ss.: q �V - My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) AC O F, . 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 c=.eals of said Companies at Westfield Center, Ohio, this 14th day of February A.D.,2025 . ee �„. Sal Ts :�u,• •'.p - �` -r SEAL m=14 �cNAA�FIp�r r A,� i:, '1rB4 s / I Secretary i% o 8 . Frank A. Carrino, Secretary BPOAC2 (combined) (03.22)