BELMONT PARK SITE IMPROVEMENTSKEYSTONE EXCAVATORS, INC.
371 Scarlet Blvd
Oldsmar, FL 34677
Phone 813-854-2342
CUC 056698
FPSCV 725207000196
Fax 813-854-2993
June 28, 2021
To: Mr. Leroy Chin, Park Planning & Project Manager
City of Clearwater — Parks and Recreation Department
100 S. Myrtle Ave.
Suite 120
Clearwater, FL 33756
RE: BELMONT PARK SITE IMPROVEMENTS
City of Clearwater Parks and Recreation Department
As requested, enclosed is the proposal for construction of Belmont Park Site Improvements in
accordance with provided plans and attached line item pricing, for a Guaranteed Maximum Price
of $395,875.98.
Scope of Work:
Site improvements of an existing park to include: New sidewalks, a basketball court, and site
improvements/updates.
Cost Detail: Cost Detail:
Description
Amount
Cost of Work
$359,887.25
Subtotal
$359,887.25
Contingency 10%
$ 35,988.73
Guaranteed Maximum Price
$395,875.98
Project Duration shall be 100 calendar days from the date of the Notice to Proceed.
KEYSTONE EXCAVATORS, INC.
371 Scarlet Blvd
Oldsmar, FL 34677
Phone 813-854-2342
CUC 056698
FPSCV 725207000196
Fax 813-854-2993
Existing Contract: This proposal is submitted in conjunction with the existing Construction Manager
at Risk Services Continuing Contract entered into with the City of Clearwater on September 23, 2020,
based on RFQ #40-20.
If GMP Exceeds $150,000: Per Section III, Article 5.1 of the Contract Specifications, the contractor
shall provide to the public entity a certified copy of the recorded bond. Once the City receives a certified
copy of the recorded bond, a Notice to Proceed may be issued. Include the attached bond form as well as
the Power of Attorney.
For work performed, invoices shall be submitted to the City of Clearwater, Engineering Dept., Attn:
Veronica Josef, Senior Staff Assistant, P.O. Box 4748, Clearwater, Florida, 33758-4748. Contingency
services may be billed only after written authorization is provided by the City to proceed with those
services.
CITY OF CLEARWATER, FLORIDA
Approved as to fo
By:
Owen ohler
Assistant City Attorney
Date:
-77i0/
Counrsigned:
Frank V. Hibbard
Mayor
KEYS ONE EXCAVATORS, INC.
By: , -tf14 I p&5.
Robert C. Fornwalt
President
Date
Attest:
Rosemarie Call
City Clerk
Date: Oi �� 1
.h4 -n
William B. Horne II
City Manager
Date: 8/(10t)t)-1 Date: g k we/
A
B
C J
D
E [
F
Request for Proposal Belmont Park Site Improvements
1
1535 S. Dr. Martin Luther King Ave. Clearwater, FL 33756
CMAR name: Keystone Excavators, Inc. Contact Person: Marcus Epling
2
3
Address of CMAR: 371 Scarlet Blvd. City: Oldsmar State: FL Zip Code: 34677
4
Contact: Tel: 813 854 2342 Mobile: 813 854 2342 Fax: 813 854 2993
5
E-mail: marcus@keystoneexcavators.com Date: 6/8/21 Signature:
Send Proposal To: Clearwater — Parks & Recreation Dept.
Contact: Leroy Chin email leroy.chin@myclearwater.com
6
Tel: 727-224-7101
Scope of Work: The Belmont Park Project (see attached scope of work)
Project Schedule: 100 Consecutive Calendar Days from Notice to Proceed.
Questions or Additional Information Contact:
Leroy Chin by email: leroy.chin@myclearwater.com and answers will be provide in an addendum.
Proposal is due no later than Tuesday June 8, 2021 at 1:30 PM by email to: leroy.chin@myclearwater.com
7
LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE CMAR, IT SHALL BE CHANGED AS ONLY
THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. THE CITY RESERVES THE RIGHT TO ELIMINATE
ANY LINE ITEM AND May NOT ACCEPT PROPOSAL PROVIDED. CMAR SHALL HOLD HIS PRICES FOR PERIOD
OF 90 DAYS FROM DATE OF SUBMISSION OF HIS PROPOSAL OR UNTIL CONTRACT AS BEEN AWARDED BY
CITY COUNCIL
THE CONTRACTOR SHALL PROVIDE COPIES OF A CURRENT CONTRACTOR LICENSE/REGISTRATION WITH
THE STATE OF FLORIDA AND PINELLAS COUNTY IN THE BID RESPONSE.
8
9
Item
No.
Description
Units
QTY
Unit Cost
Total Cost
Mobilization & Demobilization includes video recording of existing site
1
conditions and a flash drive provided to the Owner of existing conditions prior
LS
1
$ 24,540.00
$ 24,540.00
10
to beginning construction in ',ries E3, . v) >. ,- , -in J I a', _ ::
Provide and install one Project Sign and employee bulletin board wage
2
requirement for Davis Bacon Act, provide paper hard copy of signage
EA
1
$ 1,950.00
$ 1,950.00
11
for approval by Owner prior to manufacturing sign
Provide 4 aerials photo graphs of site from 4 different angles once a
3
month for a total of 6 fly overs - first set of aerials prior to mobilization
to the site
EA
6
$ 125.00
$ 750.00
12
13Inst
4
of paojectll e barricades per city standards and maintain during duration
LF
815
$ 7.50
$ 6,112.50
Install silt fencing, Geotech fabric in catch basin lids, and PVC
14
5
wrapped sock in curb inlets and maintain during duration of project
LF
1,200
$ 2.25
$ 2,700.00
Install temporary construction fencing to secure site with two sets of
6
construction gates one on S. Howard St., one at parking lot driveway
LF
1,200
$ 12.00
$ 14,400.00
15
on MLK Ave. included in LF and maintain during duration of project
A
13
c
1)
r
}.
16
7
Call for underground locate 811 and retain third party company to
GPR of existing underground lunderground utilities 48 hour prior to
any excavation of the site, perform soft dig to locate utilities as
required and provide Owner copy of GPR utility location for his files
EA
1
$ 10,500.00
$ 10,500.00
17
8
Maintenance of Traffic & Right of Way permit (no fee for permit) per
drawings and prior to any work peformed in the right of ways
LS
1
$ 2,650.00
$ 2,650.00
18
9
Construct truck entrance driveway 60'x20'x12" depth, FDOT standard
minimum 2.5 to 3-inch diameter rubble and dispose at end of project
LS
1
$ 3,500.00
$ 3,500.00
19
10submersible
Existing irrigation well to be abandoned, CMAR to remove
well and coordination with Southwest Florida Water
Management District for well abandonment requirements and provide
report to Owner
EA
1
$ 6,800.00
$ 6,800.00
20
11
Concrete Slab Removals Around Existing Abandoned Well
EA
1
$ 1,875.00
$ 1,875.00
21
12
Remove existing stumps and dispose off site
EA
2
$ 500.00
$ 1,000.00
22
13
Remove existing 27.5 laurel oak tree and dispose off site
EA
1
$ 5,500.00
$ 5,500.00
23
14
Remove existing wooden bollards and fill in holes and dispose off site
EA
48
$ 95.00
a
$ 4,560.00
24
15
Coordinate with Duke Energy to relocate existing light pole
EA
1
$ 500.00
$ 500.00
25
16
Demolition existing sidewalks and dispose off site
SF.
2,590
$ 2.25
$ 5,827.50
26
15
Clear & Grub, provide additional soil to bring to proper grade and
rough grade for installation of new sidewalks, other hardscaping and
irrigation system
AC
2.50
$ 9,000.00
$ 22,500.00
27
18
Install new retention pond by modifying existing retention pond per
drawings and perform any remedial repairs to existing storm sewer
structure in are near retention pond
LS
1.00
$ 15,950.00
$ 15,950.00
28
19
Install new tree preservation concrete sidewalk 6" thick 3,000 PSI/28
days are sidewalk being placed in or within 10' of existing tree canopy
drip line and shall be reinforced with # 4 rebar, set on 2.5 inch PVC
chairs approximately 36 inches on center see tree preservation
installation details expansion joints space 42 ft on center and saw cut
2 inch depth contraction joints set 6 ft on center
SF
3,765
$ 17.50
$ 65,887.50
29
20
Install new reinforced concrete sidewalk 6" thick 3,000 PSI/28 days
are sidewalk with 6" x 6" x 3/16" diameter weld wire mesh flat sheets
set on 2.5: chairs space 24" on center see standard sidewalk details
expansion joints 42 feet on center, saw cut 2 inch depth contraction
joints 6 feet on center
SF
6,225
$ 13.75
$ 85,593.75
30
21
Perform
drawings Geotech lavatory testing as are required per contract
LS
1
$ 3,500.00
$ 3,500.00
31
22
Construct 6" x 12" basketball concrete boarder with 2 # 4 rebar
header curb per detail of basketball court
LF
158
$ 45.00
$ 7,110.00
32
23
Compact sub-grade 4,160 sq. ft. 100% and install 8 inches of crush
concrete 100% compaction
CY
124
$ 103.50
$ 12,834.00
33
24
Install basketball goal footer and Owner provided basketball goal &
hardware according to detail on contract drawings
EA
1
$ 2,500.00
$ 2,500.00
34
25
Install 2 layers of Type S-III finish surface asphalt 1.5 inches thick
each layer total thickness 3 inches per asphalt paving detail
specification
SF
4,160
$ 3.95
$ 16,432.00
35
26
Remove and relocate park rule sign
EA
1
$ 1,200.00
$ 1,200.00
36
27
Remove and install new ADA parking stall signs
EA
2
$ 275.00
$ 550.00
37
28
Remove and replace stop sign and typical thermo plastic stop bar
EA
1
$ 600.00
$ 600.00
38
29
Remove and relocate street sign
EA
2
$ 250.00
$ 500.00
B
(
1)
E
1,
39
30
install truncated ADA panels at all cross walks
EA
5
$ 520.00
$ 2,600.00
40
31
Fine lazer grading of site after installation of irrigation system by a
sport surfacing grading contractor to peform this work
AC
2
$ 8,250.00
$ 16,500.00
41
32
Owner stainless steel park Benches to be installed by CMAR, bench
and hardware provided by Owner
EA
4
$ 325.00
$ 1,300.00
42
33
Owner stainless steel picnic tables to be installed by CMAR, table
hardware provided by Owner
EA
2
$ 625.00
$ 1,250.00
43
34
Owner provided trash recepticals and liner to be installed by CMAR
hardware provided by the Owner
EA
6
$ 215.00
$ 1,290.00
44
35
OOwwner AR to provide barbeque grills and hardware and to be installed by
EA
2
$ 325.00
$ 650.00
45
36
Irrigation Sleeving
LF
275
$ 29.00
$ 7,975.00
37
Sub Total of Items 1 - 35
$ 359,887.25
46
10% Contingency of Line 36 Contingency funds shall only be
utilized for items not included in the scope of work (lines 1-35),
additional scope of work shall be provided in writing by the
38
CMAR for approval by the Owner. Owner must approve
additional scope of work in writing for utilization of contingency
funds. Any contingency funds remaining shall be returned to the
0.1
$ 35,988.73
47
Owner by dosing out purchase order short.
48
39
Grand total of lines 37 & 38 includes contingency.
$ 395,875.98
49
50
Project Notes / Exclusions:
51
1) Included is 10 ea Soft Dig Excavations of Existing Utilities.
52
2) Project is priced under one mobilization.
53
3) Project is figured for normal weekday working hours.
54
4) Site shall be spray killed and tilled as prep for sod. Al! grades on plans shall be met by Keystone prior to sod (by Owner).
55
5) Pond impermeable liner shall be 30 MIL PVC Liner.
56
Resources for Compliance — Section 3 and MBE/WBE
Section 3
"Understanding Section 3" Training Curriculum
Understanding Section 3 Training Curriculum - HUD Exchange
Section 3 Business Registry
What is the Section 3 Business Registry?
Search for a HUD Section 3 Business (Self -Certified)
Minority -Owned Business
Woman -Owned Business
MBE/WBE
Search the DMS Vendor Directory (State -Certified)
OSD (myflorida.com)
(Continued on next page)
Resources for Compliance — Section 3 and MBE/WBE Page 1 of 2
24 CFR § 135.38 - Section 3 clause
§ 135.38 Section 3 clause.
All section 3 covered contracts shall include the following clause (referred to as the section 3 clause):
A. The work to be performed under this contract is subject to the requirements of section 3 of the
Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of
section 3 is to ensure that employment and other economic opportunities generated by HUD assistance
or HUD -assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low -
and very low-income persons, particularly persons who are recipients of HUD assistance for housing.
B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which
implement section 3. As evidenced by their execution of this contract, the parties to this contract certify
that they are under no contractual or other impediment that would prevent them from complying with
the part 135 regulations.
C. The contractor agrees to send to each labor organization or representative of workers with which the
contractor has a collective bargaining agreement or other understanding, if any, a notice advising the
labor organization or workers' representative of the contractor's commitments under this section 3
clause, and will post copies of the notice in conspicuous places at the work site where both employees
and applicants for training and employment positions can see the notice. The notice shall describe the
section 3 preference, shall set forth minimum number and job titles subject to hire, availability of
apprenticeship and training positions, the qualifications for each; and the name and location of the
person(s) taking applications for each of the positions; and the anticipated date the work shall begin.
D. The contractor agrees to include this section 3 clause in every subcontract subject to compliance with
regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable
provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in
violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any
subcontractor where the contractor has notice or knowledge that the subcontractor has been found in
violation of the regulations in 24 CFR part 135.
E. The contractor will certify that any vacant employment positions, including training positions, that are
filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other
than those to whom the regulations of 24 CFR part 135 require employment opportunities to be
directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135.
F. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this
contract for default, and debarment or suspension from future HUD assisted contracts.
G. With respect to work performed in connection with section 3 covered Indian housing assistance,
section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies
to the work to be performed under this contract. Section 7(b) requires that to the greatest extent
feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii)
preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -
owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and
section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of
compliance with section 7(b).
Resources for Compliance — Section 3 and MBE/WBE Page 2 of 2
Bond No.: 41K235235
PUBLIC CONSTRUCTION BOND
(1)
This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for
payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10).
Pursuant to § 255.05(1)(b), Florida Statutes, "Before commencing the work or before recommencing the work after a
default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond.
Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public
entity may not make a payment to the contractor until the contractor has complied with this paragraph."
CONTRACTOR
Keystone Excavators, Inc.
371 Scarlet Blvd.
Oldsmar, FL 34677
(813) 854-2342
SURETY
The Ohio Casualty Insurance Company
1771 Cowan Ave., Suite 200
Irvine, CA 92614
(727) 781-9797
OWNER
City of Clearwater
Parks & Recreation Department
100 S. Myrtle Avenue, Ste 120
Clearwater, FL 33756
(727) 562-4750
PROJECT NAME: Belmont Park Site Improvements
PROJECT NO.: TBD
PROJECT DESCRIPTION: Site improvements of an existing park to include: New sidewalks, a basketball court,
irrigation, and associated parking lot improvements/updates.
BY THIS BOND, We, Keystone Excavators, Inc. , as Contractor, and The Ohio Casualty Insurance Company, a
corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $395,875.98, for
payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally.
THE CONDITION OF THIS BOND is that if Contractor:
1. Performs the proposal dated 06/08/2021, between Contractor and Owner for construction of Belmont Park Site
Improvements, the contract documents being made a part of this bond by reference (which include the Advertisement for
Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and
Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and
in the manner prescribed in the contract; and
2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor
with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in
the contract; and
3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner
sustains because of a default by Contractor under the contract; and
Bond No.: 41K235235
PUBLIC CONSTRUCTION BOND
(2)
4. To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and
employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent
caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized
by Contractor in the performance of the construction contract; and
5. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract,
then this bond is void; otherwise it remains in full force.
6. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time
limitation provisions in Section 255.05(2), Florida Statutes.
7. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected
with the contract or the changes does not affect Surety's obligation under this bond, and Surety does hereby waive notice
of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications.
IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this 25 day of June. 2021.
(If sole Ownership or Partnership, two (2) Witnesses required).
(If Corporation, Secretary only will attest and affix seal).
WITNESS:
A.ClailL4010f., „zi 111
C./orate Secretary or Witness
P t Name: 3AsG K . Tenu Wrli.T
(affix corporate seal)
KEYSTONE EXCAVATORS, INC.
By:
Title: President
Print Name: Robert C. Fornwalt
WITNESS:
Print Name:
The Ohio Casualty Insurance Company
Print Name: Kelly M. Hall
.C` ,,, 111 /
.•�kY IN3
(affix corporate seal) ( vh •.. • • • • .. R
(Power of Attorney must be at*" ie). `00 0 j, , 0
O•
- 1919 • O
v_ ; • -y a
4. . ,• yAMPS' " j
t, 7V3
Liberty
Mutual.
SURETY
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 Mutual Insurance Company
The Ohio Casualty Insurance Company
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 State of 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, Angelica
Roman; Jacqueline M. Torres; Jazmarie Sanchez; Kelly M. Hall; Nancy P. Gaitan; Peder J. Fjare; Stephen A. Murray; Tammy Wheeler; Tina M. Haase; Todd Buetcher
Certificate No: 8205565-988653
all of the city of Saint Petersburg state of FL each individually if there be more than one named, its true and lawful attomey-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 these 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
IN WITNEtS$ WHEREOF, Mk Paver of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
j`
ther,etOtAibkned of, May , 2021 .
•
4= • •
-�s1912 c c 1919„ `�99�e
W • �" &9 Yds ad�ceo D ZDhAYPs� Ya QDIAM� Ja
• C ei� _ ► �Hi .t� .. _ .� By:
_tut 'Staf6141.13ENNSYLTAN
CO COunty cl<bPtij
w On tI s --1dtii ' day of May , 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
co 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 the purposes
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
To
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
c -N
o15�
ori O
ep
C By:
N q v
0)• )
jv
w This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
c Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
2
✓ c>.;
TO c
—
Ot
Z�i
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
David M. Carey, Assistant Secretary
Commonwealth of Pennsylvania - Nobly Seal
Teresa Pastelia, Notary Public
Montgomery County
My commission expires March 28, 2025
Commission number 1126044
Member, Pennsylvania Association of Notaries
ipz.i.d Ltd&
rmreu. Notary Public
eresa Pastella, Public
ARTICLE N — OFFICERS: Section 12. Power of Attomey.
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 may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the
provisions of this 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.
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 attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and al undertakings,
bonds, recognizances and other surety obligations. Such attomeys-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 the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in-
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and al undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Corrpanys 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 attomey 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.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The OhicCesualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attomey of which the foregoing is a full, true and cared 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 affift 1 ' s o itl anies this 25th day of June , 2021 .
'
Ty \j • # #
"gip tr yN� rr
cri
-003 0
CT
c•-•
CE
O
ou CO
QD
=
>—
cm
EO
QO
13- C4.
ant
OD
Oc
c�
cam
T3 U
w
�ro
OW
LL Q
LMS -12873 LMIC OCIC WAIC Multi Co 02/21
Renee C. Llewellyn, Assistant Secretary