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)