LNL Property ServicesSECTION 1210
BID SCHEDULE
PROJECT NO.202M9
DUNE PALMS MOBILE ESTATES POOL ABANDONMENT
City of La Quinta
78-495 Calle Tampico
La Quinta, CA 92253
To Whom R May Concern:
Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the
undersigned hereby proposes and agrees that on award by the City under this Bid, to
execute a Contract, with necessary bonds, to furnish and install any and all labor,
materials, transportation and services for Project No. 2025-09, Dune Palms Mobile
Estate Pool Abandonment, in accordance with the plans and specifications therefore
adopted and on file with the City within the time hereinafter set forth and at the prices
named in this Bid. It is understood that the basis of award shall be the lowest total price
of the Base Bid Area.
Unit prices in each and every case represent the true unit price used in preparing the bid
schedule totals (Bid Form). Unit prices listed herein include material, installation and
appurtenant work as is necessary to have the item complete and in place meeting the full
intent of the plans and specifications. We acknowledge that unbalanced unit prices shall
be sufficient cause for the rejection of our bid.
Bld Schedule 1210-1
BASE BID — DUNE PALMS MOBILE ESTATES POOL ABANDONMENT
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Mobilization
1
LS
$ 4200
$ 4200
2
Site/Traffic Control
1
LS
$ 8200
$ 8200
3
Dust Control
1
LS
$ 2200
$ 2200
4
Demolition, Disposal, Clearing,
1
LS
$ 12500
$ 12500
and Grubbing
5
Furnish and Install Unclassified
315
TON
$ 28.5
$
Fill
9000
6
Furnish and Install 12" Crushed
910
SF
$ 6.8
$ 6200
Miscellaneous Base
Furnish and Install 3/8" Minus
7
w/ 20% Fines "Desert Gold"
3,410
SF
$ 2.5
$ 8500
Stabilized Decomposed Granite
3" Thick
Furnish and Install 6' HT Steel
Fence with Footings per City of
8(F)
La Quinta Std. No. 784.1-784.2.
50
LF
$ 124
$ 6200
Style to match existing steel
fence.
f
9
Furnish and Install 6' HT Steel
1
EA
$ 3500
$ 3500
Sin le Gate with Footings
Total Amount of Bid Items 1 — 9
$ 60,500
Bid Schedule 1210-2
GRAND TOTAL BASE BID (Figures):
$ 60,500
GRAND TOTAL BASE BID (Words):
Sixty thousand five hundred dollars
Bid Amount of each of the above Bid Items must be filled in and completed. It is
understood that the quantities shown hereon are but estimates and the bidder is
responsible to verify quantities prior to submitting a bid. Final payment will be based
upon actual work performed, subject to such adjustments and alterations as elsewhere
provided herein.
lY ✓U"`'
Signature of Bidder (Ink)
LNL Property Services
951-712-8544
dalaffoon@gmail.com
Name of Bidder (Printed or Typed)
Bidder Telephone Number
Bidder Email Address
Bid schedule 121 Q3
SECTION 1200
BID
DATE: January 6, 2026
The undersigned, as bidder, declares it has received and examined the Contract
Document entitled Project No. 2025-09, Dune Palms Mobile Estates
Pool Abandonment, and will contract with the City, on the form of Contract provided
herewith, to do everything required for the fulfillment of the contract for said work at the
prices and on the terms and conditions herein contained.
We have included the following items and agree that they shall form a part of this bid:
1200
Bid
1210
Bid Schedule
1220
Bid Guaranty Bond
1230
Certification of Bidder's Experience and Qualifications
1240
Proposed Subcontractors
1250
Non -Collusion Affidavit
1260
DIR Project Vendor Information
1270
Iran Contracting Act of 2010
1280
Russian Aggression Against Ukraine Sanctions
We acknowledge that the following addenda have been received and have been
examined as part of the Contract Documents. Bidders must be on the Plan Holders List
with the City of La Quinta in order to receive addenda.
Addendum # Date Received Initials
1 2026-01-02 dl (�) L
Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY.
LNL Property Services
Name of Bidder
951-712-8544
Bidder's Telephone Number
Bld 1200-1
If our bid is accepted, we agree to sign the contract without qualifications and to furnish
the performance and payment bonds and the required evidence of insurance within 10
calendar days after receiving written notice of the award of the contract.
We further agree, if our bid is accepted and a Contract for performance of the work is
entered into with the City, to so plan work and to prosecute it with such diligence that the
work shall be completed within the time stipulated.
LNL Property Services
Name of Bidder
PO Box 9183 Pahrump, NV 89060
Bidder's Address
567826
Contractor's License No.
California Sole Proprietor
State of Incorporation
`=' ,tk�
Signature of Bidder
Dennis Laffoon
951-712-8544
Bidder's Telephone Number
dalaffoon@gmall,com
Bidder's Email Address
May 31, 2027
Contractor's Expiration Date
Lanette Laffoon
Witness
Office Manager
Printed Name of Signatory Title of Witness
Owner
Title of Signatory
Bid 1200-2
SECTION 1220
BID GUARANTY BOND
PRINCIPAL, and , as SURETY, are held and firmly bound unto the
City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF THE
BID of the Principal above named, submitted by said Principal to the City for the
work described below, for the payment of which sum in lawful money of the United
States, well and truly to be made to the City to which said bid was submitted, we bind
ourselves, our heirs, executors, administrators, and successors, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal
has submitted the above -mentioned bid to the City, for certain construction specifically
described as follows, for which bids are to be opened at La Quinta, California.
PROJECT NO. 2025-09
DUNE PALMS MOBILE ESTATES POOL ABANDONMENT
NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the
time and manner required under the specifications, after the prescribed forms are
presented to him/her for signature enters into a written contract in the prescribed form, in
accordance with the bid, and files two bonds with the City, one to guarantee faithful
performance, and the other to guarantee payment for labor and materials as required by
law, and provide certificate of insurance coverage required by the Contract Documents,
then this obligation shall be null and void; otherwise, it shall be and remain in full force
and virtue.
IN WITNESS WHEREOF, we have hereunto set our hands on this day of
, 2026.
Title of Signatory
Signature of Principal
Address
Title of Signatory
Signature of Surety
Address
Note: Signatures of those executing for the surety must be properly acknowledged.
Bld Guaranty Bond 1220-1
SECTION 1230
CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS
The undersigned Bidder certifies that he is, at the time of bidding, and shall be,
throughout the period of the contract, licensed under the provisions of Chapter 9, Division
3, of the Business and Professions Code of the State of California, to do the type of work
contemplated in the Contract Documents. Bidder shall further certify that it is skilled and
regularly engaged in the general class and type of work called for in the Contract
Documents.
The Bidder represents that it is competent, knowledgeable, and has special skills on the
nature, extent, and inherent conditions of the work to be performed. Bidder further
acknowledges that there are certain peculiar and inherent conditions existent in the
construction of the particular facilities, which may create, during the construction program,
unusual or peculiar unsafe conditions hazardous to persons and property. Bidder
expressly acknowledges that it is aware of such peculiar risks and that it has the skill and
experience to foresee and to adopt protective measures to adequately and safely perform
the construction work with respect to such hazards.
The Bidder shall list below four (4) projects completed in the last seven (7) years of
similar size and complexity that indicate the Bidder's experience as a General Contractor.
1. Project Name: Multi Site Storefront Installation
Owner: Hemet Unified School District
Construction Cost: $ $694,000
Construction Time: 167 days Calendar Days
Owner's Representative: Jose Loza Gonzalez
Owner's Telephone No.: 951-765-5100 ext. 5415 jlozagonzalez@hemetusd.org
Date of Substantial Completion:
8/31 /2023
2. Project Name: Multi Site Video Hailing Installation
Owner: San Jacinto Unified School District
Construction Cost: $ $259,700
Construction Time: 180 days Calendar Days
Owner's Representative: Mary Elder
Owner's Telephone No.: 951-929-7700 ext. 4696 mary.elder@sanjacinto.k12.ca.us
Date of Substantial Completion:
11 /14/2024
Bidders Experience & Qualifications 1230-1
3. Project Name: Hemet High School Sports Medicine Remodel
Owner: Hemet Unified School District
Construction Cost: $ $183,000
Construction Time: 56 days Calendar Days
Owner's Representative: Jose Loza Gonzalez
Owner's Telephone No.: 951-765-5100 ext. 5415 jlozagonzalez@hemetusd.org
Date of Substantial Completion: 7/31/2024
4. Project Name: Last Chance Performance Marine Bait & Tackle Boat Shop
Owner: Mike Peterson
Construction Cost: $ $1,670,000
Construction Time: 273 days Calendar Days
Owner's Representative: Mike Peterson
Owner's Telephone No.: 760-801-4281
Date of Substantial Completion: 7/15/2022
Signed this 6th day of January , 2026.
LNL Property Services 567826
2000013524
Name of Bidder Contractor's License No. DIR Reg No.
01A,,�,— May 31, 2027
Signature of Bidder Expiration Date
Dennis Laffoon
Printed Name of Bidder
Owner
Title of Signatory
Bidders Experience & Qualifications 1230-2
SECTION 1240
PROPOSED SUBCONTRACTORS
Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list
gives the name, business address, and portion of work (description of work to be done)
for each subcontractor that will be used in the work if the bidder is awarded the Contract.
(Additional supporting data may be attached to this page. Each page shall be sequentially
numbered and headed "Proposed Subcontractors" and shall be signed.)
The Contractor shall perform, with its own organization, Contract work amounting to at
least 50 percent of the Contract Price except that any designated "Specialty Items" may
be performed by subcontract and the amount of any such "Specialty Items" so
performed will be deducted from the Contract Price before computing the amount
required to be performed by the Contractor with its own organization. "Specialty Items"
will be identified by the Agency in the Bid or in the Special Provisions. Where an entire
item is subcontracted, the value of work subcontracted will be based on the Contract
Unit Price.
Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No.
None
4,0,
���
Sign ture of Bidder
LNL Property Services
Name of Bidder
Proposed Subcontractors 1240-1
SECTION 1250
NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED
WITH BID
State of California )
ss.
County of )
Dennis Laffoon
being first duly sworn, deposes and say that he
or she is Owner of LNL Property Services the
party making the foregoing bid that the bid is not made in the interest of, or on behalf of,
any undisclosed person, partnership, company, association, organization, or corporation;
that the bid is genuine and not collusive or sham; that the bidder has not directly or
indirectly induced or solicited any other bidder to put in a false or sham bid, and has not
directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone
else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not
in any manner, directly or indirectly sought by contract, agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder, or to
secure any advantage against the public body awarding the contract of anyone interested
in the proposed contract; that all statements contained in the bid are true; and, further,
that the bidder has not, directly or indirectly, submitted his or her bid price or any
breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate
a collusive or sham bid.
Signature
Dennis Laffoon, DBA LNL Property Services
Name of Bidder
Owner
Title
January 6, 2026
Date
Non -Collusion Affidavit
1250-1
SECTION 1260
DIR Protect Vendor Information
Vendor Information:
Name: LNL Propertv Services
Address: PO Box 9183 City: Pahrump ST: NV Zip: 89060
Project Manager: Dennis Laffoon Email: dalaffoon@gmail.com
Phone: 951-712-8544 CSLB/Certification Number: 567826
Public Works Registration No.: 2000013524
Classification:
Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum
Cement Masons Drywall Finisher Drywall/Lathers Electricians
Elevator Mechanic Glaziers Iron Workers Laborers `S Millwrights
Operating Eng ✓ Painters ✓ Pile Drivers Pipe Trades Plasterers
Roofer ®SheetMetal®Sound/Com Surveyor Teamster Tile Worker
Prevalllna Wa-qes and Pavr
The project is subject to prevailing wage rates and enforcement by the Department of
Industrial Relations (DIR). Prevailing wage rates can be obtained at:
httr)://www.dir.ca.gov/Public-Works/Prevailing-Wage.htmi.
Contractors and subcontractors on most public Works projects are required to submit
certified payroll records to the Labor Commissioner using DIR's electronic certified
payroll reporting system. For your convenience, the link for reporting certified payroll is:
http://www.dir.ca.aov/Public-Works/Certified-Pavroll-Reaortina.html.
A copy of certifled payroll, Including the names and addresses of employees
and/or subcontractors working on the Job must be Included with Invoices
submitted to the City of La Quinta.
DIR Project Vendor Information 1260-1
SECTIONi
COMPLI_► :_► •► ► • i
Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.),
(a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One
Million Dollars ($1,000,000) or more if Contractor engages in investment activities
in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is
identified on the list of persons engaging in investment activities in Iran prepared
by the State of California pursuant to Public Contract Code Section 2203
subdivision (b).
(b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that
it is not on the list of ineligible vendors prohibited from doing business with the State
of California and shall complete the Iran Contracting Act Certification and submit
with their proposal at the time of bid. Contractor shall obtain the Iran Contracting
Act Certification in the form approved by the State of California, or upon written
request to the City Clerk's Office, a copy of the form will be provided to
Contractor. Failure by Contractor to provide the certification required by this
Section may deem Contractor's bid non -responsive.
(c) Nothing in this Section is intended to prevent the City from exercising its rights
pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on
a case -by -case basis.
Iran Contracting Act Certification 1270-1
IRAN CONTRACTING ACT CERTIFICATION
Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208),
Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with
a public entity for goods or services of one million dollars ($1,000,000) or more
If the Vendor/Bidder engages In Investment activities In Iran.
MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS
$1,000,000 OR MORE
Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public
entity contract for goods or services of $1,000,000 or more, a vendor must either: a)
certify it is not on the current list of persons engaged in investment activities in Iran
created by the California Department of General Services ("DGS") pursuant to Public
Contract Code section 2203(b) and is not a financial institution extending $20,000,000
or more in credit to another person, for 45 days or more, if that other person will use the
credit to provide goods or services in the energy sector in Iran and is identified on the
current list of persons engaged in investment activities in Iran created by DGS; or b)
demonstrate it has been exempted from the certification requirement for that
solicitation or contract pursuant to Public Contract Code section 2203(c) or (d).
To comply with this requirement, please insert your vendor or financial institution name
and Federal ID Number (if available) and complete one of the options below. Please
note: California law establishes penalties for providing false certifications, including civil
penalties equal to the greater of $250,000 or twice the amount of the contract for which
the false certification was made, contract termination, and three-year ineligibility to bid
on contracts. (Pub. Cont. Code § 2205.)
OPTION #1 - CERTIFICATION
I, the official named below, certify I am duly authorized to execute this certification on
behalf of the vendor/financial institution identified below, and the vendor/financial
institution identified below is not on the current list of persons engaged in investment
activities in Iran created by DGS and is not a financial institution extending twenty million
dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if
that other person/vendor will use the credit to provide goods or services in the energy
sector in Iran and is identified on the current list of persons engaged in investment
activities in Iran created by DGS.
I certify (or declare) under penalty of perjury under the laws of the State of California
that the foregoing is true and correct.
Vendor Name/Financial Institution (Printed)
LNL Property Services
By mkthorized Si ture)
Federal ID Number (or n/a)
81-1440256
Printed Name and Title of Person Signing Date Executed
Dennis Laffoon 01/06/2026 f
Iran Contracting Act Certfflcatlon 1270-2
OPTION #2 ® EXEMPTION
Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may
permit a vendor/financial institution engaged in investment activities in Iran, on a case -
by -case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or
renews, a contract for goods and services.
If you have obtained an exemption from the certification requirement under the
Iran Contracting Act, please fill out the information below, and attach documentation
demonstrating the exemption approval.
_
Vendor Name/Financial Institution (Panted) TFederal ID Number (or Na)
By (Authorized Signature)
Printed Name and Title of Person Signing Date Executed
Iran Contracting Act Certification 1270-3
SECTION 1280
(a) Contractor shall comply with California Governor Executive Order N-6-22 regarding
sanctions in response to Russian aggression in the Country of Ukraine, and any
implementing guidelines and/or economic sanctions imposed by the United States
government in response to Russian actions in Ukraine, as well as any sanctions
imposed under California law (collectively "economic sanctions"). Contractor shall
comply with all such economic sanctions. By submitting a bid to the City, Contractor
agrees to take any and all actions to support the Ukrainian government and people
as required by law, including by refraining from new investments in, and financial
transactions with, Russian institutions or companies that are headquartered or have
their principal place of business in Russia (Russian entities), not transferring
technology to Russia or Russian entities, and directly providing support to the
government and people of Ukraine.
(b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall
submit a written report to the City on Contractor's compliance with the economic
sanctions, and the steps Contractor has taken in response to Russia's actions in
Ukraine, including, but not limited to, desisting from making new investments in, or
engaging in financial transactions with, Russian entities, not transferring technology
to Russia or Russian entities, and directly providing support to the government and
people of Ukraine as required by law. Failure to submit the report required by this
Section may deem Contractor's bid non -responsive.
Please Include a written report to the City If this section is applicable.
Russian Aggression Against Ukraine Compliance 1280-1
Bond No. CSBA-33262
SECTION 1220
BID GUARANTY BOND
PRINCIPAL, and as SURETY, are held and firmly bound unto the
City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF THE
BID of the Principal above named, submitted by said Principal to the City for the
work described below, for the payment of which sum in lawful money of the United
States, well and truly to be made to the City to which said bid was submitted, we bind
ourselves, our heirs, executors, administrators, and successors, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal
has submitted the above -mentioned bid to the City, for certain construction specifically
described as follows, for which bids are to be opened at La Quinta, California.
" LNL Property Services PROJECT NO. 2025-09
"* The Ohio Casualty Insurance Company
DUNE PALMS MOBILE ESTATES POOL ABANDONMENT
NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the
time and manner required under the specifications, after the prescribed forms are
presented to him/her for signature enters into a written contract in the prescribed form, in
accordance with the bid, and files two bonds with the City, one to guarantee faithful
performance, and the other to guarantee payment for labor and materials as required by
law, and provide certificate of insurance coverage required by the Contract Documents,
then this obligation shall be null and void; otherwise, it shall be and remain in full force
and virtue.
IN WITNESS WHEREOF, we have hereunto set our hands on this 6th day of
January , 2026.
LNL Property Services
Title of Signatory
Q �✓ 'V
Signature of Principal
RO. Box 9183, Pahrump, NV 89060
Address
The Ohlo Casualty Insurance Company
Attorney -in -Fact
Title of . Ignatory
� 11
71
Sign e o rety Adrian Langrell
790 The City Drive South, Ste. 200, Orange, CA 92868
Address
Note: Signatures of those executing for the surety must be properly acknowledged.
Bid Guaranty Bond 1220-1
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Orange )
On January 6th, 2026 before me, Melissa Ann Vaccaro, Notary Public
(insert name and title of the officer)
personally appeared Adrian Langrell
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
MELISSA ANN VACCARO
WITNESS my hand and official seal. M S COMM. fr2+01942
Notary Public California y
D.-RANGE COUNTY u
My Cer;11n. Expires May 12. 2026
Signature 2, j (Seal)
Melissa Ann Vaccaro
=,,
POWER OF ATTORNEY
Liberty Mutual Insurance Company
SURETY The Ohio Casualty Insurance Company
West American Insurance Company
Bond No. CSBA-33262
Certificate No: 8214600-969561
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casually 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 Slate 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, Arturo
Ayala; Daniel Huckabay; Adrian Langrell; Chelsea Liberatore; Frank Morones; R. Nappi; Dwight Reilly; Shaunna Rozelle Ostrom; Ben Stong; Michael D. Stong;
Benjamin Wolfe; Magdalena R. Wolfe; Robert Wood
all of the city of Orange state of CA 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 surely 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 awn proper
persons.
IN WITNESS WHEREOF, this 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 12th day of August , 2025 .
Liberty Mutual Insurance Company
tNSti xtv INS& tt4sURQ The Ohio Casualty Insurance Company
�JP4opPo+rgrR,t� yJP`DP.PD,tyr �9y \P `ORooR9r y° West American Insurance Company
J3 `"oR+ c3 Fo n a3 Fo1�
1912yo 0 1919 1991 0 ✓���/�
rdJ19y,SACa�S�i -0a ° "AMPS�aL� Ys �NDI� W
Nathan .I 7annprlp Accictanl SPrrptary
of PENNSYLVANIA
v of MONTGOMERY
this 12th day of August , 2025 before me personally appeared Nathan J. Zangerie, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
npany, 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
'ein 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.
9� PAg
Q� 1�Dtr:vp rFf Commortweallh of Pennsylvania - Notary Seal
Teresa Pastella, Notary Public
Or Montgomery County
My commission expires March 28. 2029 By
Pc�C Commission number 1
S0 'C' Member, PennsylvaniaA6seCw1 orNolanes Teresa Pastella, Notary Public
4Ry P
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,
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
Liberty Mutual
ARTICLE IV— OFFICERS: Section 12. Power of Attorney.
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 attorneys -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 attorney -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 surely any and all undertakings,
bonds, recognizances and other surety obligations. Such atlomeys-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 Nathan J. Zangerle, 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 undertakings, bonds, recognizances 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 attorney 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 Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney 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 6th day of Janu4g , 2026
INSUR 'SY INS& 1NSUR
J r4DpPOq,1P. C, Q 3°DaPD�r`" yc+ \4P2 DpPD��ay�
f
� m
1912 00 1 1919 0 4 1991 c
rdJ'ejSAOHdSE�da3 y°� g�` as Ys"Dr^"" aa� By Renee C. Llewellyn, Assistant Secretary
A 1, yl • �� d't1 • )•a
LMS-12873 LMIC OCIC WAIC Multi Co 02/24
O
O
N
CV
cl)
0
cc
m
U
a)
rn
m
a)