Loading...
HomeMy WebLinkAboutContract 52939-FP3 City Secretary 52939 -FP3 Contract No. FORTWORTH., Date Received Jan 21,2021 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: TAVOLO PARK PH II City Project No.: 101565 Improvement Type(s): Water ® Sewer Original Contract Price: $1,474,907.04 Amount of Approved Change Order(s): $124,204.00 Revised Contract Amount: $1,599,111.04 Total Cost of Work Complete: $1,599,111.04 Albert Grantges(J 01 202110:2 r) Jan 20,2021 Contractor Date Vice President Title Burnsco Construction,Inc. Company Name NNGNA2 Neal Kime(Jan 20,202110:58 CST) Jan 20,2021 Project Inspector Date FRED E�lA FRED EHIA(Jan 20,202112:19 CST) Jan 20,2021 P ject Manager Date e 5carlett Morales(Jan 20,202117:12 CST) Jan 20,2021 CFA Mana � er Date AP Dana Burghdoff(J 20,20211 :5105� Jan 2 0f2021 Asst. City Manager Date OFFICIAL RECORD Page 1 of 2 CITY SECRETARY FT.WORTH, TX Notice of Project Completion Project Name:TAVOLO PARK PH II City Project No.: 101565 City's Attachments Final Pay Estimate Change Order(s): ® Yes ❑ N/A Pipe Report: ® Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 312 CD Days Charged: 217 Work Start Date: 11/4/2019 Work Complete Date: 1/8/2021 Page 2 of 2 FORT WORT H CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name TAVOLO PARK PH II Contract Limits Project Type WATER&SEWER City Project Numbers 101565 DOE Number 1565 Estimate Number 1 Payment Number 1 For Period Ending 1/20/2021 W City Secretary Contract Number Contract Time 123' Contract Date Days Charged to Date 217 Project Manager NA Contract is 100.00 Complete Contractor BURNSCO CONSTRUCTION,INC. 6331 SOUTHWEST BLVD FORT WORTH, TX 76132 Inspectors OWEN / KIME Wednesday,January 20,2021 Pagel of 5 City Project Numbers 101565 DOE Number 1565 Contract Name TAVOLO PARK PH II Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 1/20/2021 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 CONNECTION TO EXISTING 4"-12"WATER 2 EA $1,000.00 $2,000.00 2 $2,000.00 MAIN 2 1"WATER SERVICE 126 LF $1,050.00 $132,300.00 126 $132,300.00 3 8"WATERPIPECO#B1 5136 LF $27.00 $138,672.00 5136 $138,672.00 4 TRENCH SAFETY CO#Bl 9390.6 LF $0.20 $1,878.12 9390.6 $1,878.12 5 8"GATE VALVE CO#Bl 15 EA $1,330.00 $19,950.00 15 $19,950.00 6 FIRE HYDRANT 9 EA $4,250.00 $38,250.00 9 $38,250.00 7 8"WATERLINE LOWERING 2 EA $3,320.00 $6,640.00 2 $6,640.00 8 DUCTILE IRON WATER FITTINGS 24.2 TN $5,300.00 $128,260.00 24.2 $128,260.00 W/RESTRAINT CO#Bl 9 REMOVE 16"WATERLINE 80 LF $13.00 $1,040.00 80 $1,040.00 10 SALVAGE 16"WATER VALVE 2 EA $500.00 $1,000.00 2 $1,000.00 11 16"PVC C905 WATER PIPE 93.62 LF $66.00 $6,178.92 93.62 $6,178.92 12 24"WATER PIPE 3832 LF $115.00 $440,680.00 3832 $440,680.00 13 24"WATER PIPE CLSM BACKFILL 40 LF $50.00 $2,000.00 40 $2,000.00 14 24"WATER PIPE CSS BACKFILL 360 LF $34.00 $129240.00 360 $12,240.00 15 4"COMBINATION AIR VALVE ASSEMBLY FOR 1 EA $17,400.00 $17,400.00 1 $17,400.00 WATER 16 16"GATE VALVE W/VAULT 1 EA $14,200.00 $149200.00 1 $14,200.00 17 24"GATE VALVE W/VAULT 6 EA $30,150.00 $180,900.00 6 $180,900.00 18 10"WATER PIPE 135 LF $35.00 $49725.00 135 $4,725.00 19 12"WATER PIPE 204 LF $48.00 $9,792.00 204 $9,792.00 20 10"GATE VALVE 2 EA $1,800.00 $39600.00 2 $3,600.00 21 12"GATE VALVE 2 EA $2,240.00 $49480.00 2 $4,480.00 22 1"BORE WATER SERVICE CO#B2 1 EA $4,300.00 $49300.00 1 $4,300.00 23 2"BORE WATER SERVICE CO#B2 3 EA $3,500.00 $109500.00 3 $10,500.00 -------------------------------------- Sub-Total of Previous Unit $1,180,986.04 $1,180,986.04 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 CONNECTION TO EXISTING 10"SEWER LINE 1 EA $700.00 $700.00 1 $700.00 Wednesday,January 20,2021 Page 2 of 5 City Project Numbers 101565 DOE Number 1565 Contract Name TAVOLO PARK PH II Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 1/20/2021 Project Funding 2 CONNECTION TO EXISTING 8"SEWER LINE 1 EA $700.00 $700.00 1 $700.00 3 4'MANHOLE CO#B1 18 EA $3,900.00 $70,200.00 18 $70,200.00 4 12"SEWER PEPE 501 LF $41.00 $20,541.00 501 $20,541.00 5 10"SEWER PIPE 345 LF $38.00 $13,110.00 345 $13,110.00 6 8"SEWER PIPE CO#B1 3698 LF $33.00 $122,034.00 3698 $122,034.00 7 4"SEWER SERVICE CO#B1 132 EA $1,200.00 $158,400.00 132 $158,400.00 8 TRENCH SAFETY CO#B1 4544 LF $1.00 $4,544.00 4544 $4,544.00 9 8"SEWER PLUG CO#B1 4 EA $50.00 $200.00 4 $200.00 10 4'EXTRA DEPTH MANHOLE CO#B1 42 VF $150.00 $6,300.00 42 $6,300.00 11 TRENCH SAFETY 14 EA $300.00 $4,200.00 14 $4,200.00 12 8"SEWER PIPE CSS BACKFILL 140 LF $40.00 $5,600.00 140 $5,600.00 13 12"SEWER PIPE CSS BACKFILL 70 LF $40.00 $2,800.00 70 $2,800.00 14 POST CCTV INSPECTION CO#B1 4544 LF $1.50 $6,816.00 4544 $6,816.00 15 MANHOLE VACUUM TESTING CO#B1 18 EA $110.00 $1,980.00 18 $1,980.00 -------------------------------------- Sub-Total of Previous Unit $418,125.00 $418,125.00 -------------------------------------- Wednesday,January 20,2021 Page 3 of 5 City Project Numbers 101565 DOE Number 1565 Contract Name TAVOLO PARK PH II Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 1/20/2021 Project Funding Contract Information 5ummary Original Contract Amount $1,474,907.04 Change Orders Change Order Number B 1 $109,404.00 Change Order Number B2 $14,800.00 Total Contract Price $1,599,111.04 Total Cost of Work Completed $1,599,111.04 Less % Retained $0.00 Net Earned $1,599,111.04 Earned This Period $1,599,111.04 Retainage This Period $0.00 Less Liquidated Damages Days @ /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 $1,599,111.04 Wednesday,January 20,2021 Page 4 of 5 City Project Numbers 101565 DOE Number 1565 Contract Name TAVOLO PARK PH II Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 1/20/2021 Project Funding Project Manager NA City Secretary Contract Number Inspectors OWEN / KIME Contract Date Contractor BURNSCO CONSTRUCTION,INC. Contract Time 122 W 6331 SOUTHWEST BLVD Days Charged to Date 217 W FORT WORTH, TX 76132 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 $1,599,111.04 Less % Retained $0.00 Net Earned $1,599,111.04 Earned This Period $1,599,111.04 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 $1,599,111.04 Wednesday,January 20,2021 Page 5 of 5 FORTWORTH - k TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Tavolo Park Phase II PROJECT NUMBER: 101565 DOE NUMBER: N/A WATER PIPE LAID SIZE TYPE OF PIPE LF Open Cut 8" PVC 5,136 Open Cut 10" PVC 135 Open Cut 12" PVC 204 Open Cut 16" PVC 94 Open Cut 24" PVC 3,832 FIRE HYDRANTS: 9 VALVES(16"OR LARGER) 7 PIPE ABANDONED SIZE TYPE OF PIPE LF None N/A N/A N/A DENSITIES: YES(Passed) NEW SERVICES: 1"inch Copper 2,639 2"inch Copper 63 SEWER PIPE LAID SIZE TYPE OF PIPE LF Open Cut 8" SDR-26 PVC 3,698 Open Cut 10" SDR-26 PVC 345 Open Cut 12" SDR-26 PVC 501 PIPE ABANDONED SIZE TYPE OF PIPE LF None N/A N/A N/A DENSITIES: YES(Passed) NEW SERVICES: 4" PVC 3,520 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817) 392-7845 Gp ( 0 ) ) ) \ o / w }k \ , m� a ) k z , (n k� � §] } (D 0 {E ) } §o 6 § Q p z § 2 a b *� ) cl j 00 Ci r- § \ ' 2 9 ® 3 § / 9) c u / ± D 6 ° s O / % Q ) V 0 3 - @ g j / A / z G .. G .. � m / j yg Iki § o \ § < § 7 k \ E \cu CD \ G \ \ -4 \ � ( ~ / 2 w � _ - > ~ ® m ] J \ § (D § 6 - z LL m { m / / R � ; 3 i .. 2 \ < / \ a = 0 / \ S / § $ 2 _ " G r m $ G / \ \ \ k k b §E G » 2 (D / # # u f G ` ` 8 2 # \ \ \ ) \ § % E « 7 \ u E { \ u w § § ° 0 U ) z A E / / a 5 2 ? ± ( ~ ) - \ j i ƒ § \ \ / \ / b ( ) / i 2 E e 2 e ± \ z \ } \ w \ \ \ m § z \ \ § ƒ / \ O \ / / / z ƒ 0 § K S 7 z ` a 0 a> N a) m o a tO U 0 rn O ClO O O O CD O O O O O J O O O O O O O 00 O O O Ia- O O M p O V' O O N O O C p M m (O N O m N n o ~ � � W p o 0 o o 0 0 0 0 0 0 0 ° o 0 0 a 0 ^ Cl) N O �rj O p O M N Cl) p� O M N Z Y) FA �rj fA E9 � M M M fA o C — V) a) •U_� a G N O o d c W ° � OV 0 a G E 4; 3 L ° Q m m Z 1 rn oa _> fE p_ `° is ° d @ °' L c LL a) > U) C a) U N J O m m U @ a) LU 3 w @ o0 0o I- w f- co XW U o U G M m O l° 3 m M O C w o v po a) oo d @ Q N O M O Qj V O N N J (V Vi �"� '7 N p O .\ V O M 0 0 1 co Cl) M M M O O O O Q _ M M p O Q ¢Q k @ a M° 3 uEm 2 E U ° a Y a m Z rn m a>i Q co 1' O c co W U @ > N a N 0 a) D 2 N E a) 3 ¢ Q a m z 1 a) a � Q Q Q QQ QQ v m o J Q J Q J Q J W > J W m aLl N ) M r N W M 000 N � W N (oj ' ~ �1 o o w rE h v W a 1k m (Q c- M M p M .9 J z Q 'O m W M o 0 Cl) M N O O M Z @ oF- M N M M M N M M co .0 L ¢ \ C C U 0_ O N 04 o N O M M o �} N O O 7j �\ ,C m M �--. M M p) M co M N m M M O) O <( \ } M M M M M M O M M M '} U Z M M N U co M M Cl) Q ;r Q L N m E o U U Z � w w Y N Y y Y a ov v aG aG a) a) (D aa)) a° o E E m °E E E E E E E E E E E E o m o a ja) a, a) m mmm > a>) > p > > Ei O o> ° O 2 2 2 P 2 2 ._ Q Q cYu �= E E EE E E EEE � � Z EE °ate 3 3 333 3 33 U @ v in cn v) n to cn n a) o o ¢ I ( t -- § ) / # ®ate , # z ) a00 1 t / ( e 2 Q) { § £ \ \ » :�S ! k / \m \ 7 (a+ - > 2 G \ B §\) | 2 & & / 2 r {\f{ \ LL L) 2 / 12 E c ; \m / / \ \ \ LU ) M & b & « r � I \ L k k -k / 3 & } / $ S & m f ( u / ) f } y / m § { \ ) \ / )®{ § � § \ CL G ¥ R ƒ S G ®! > § & b ) / � & } \ / / ) » { / E \ a / \ / § j 0 ( � / u W § §o a -§ 2 § k ! [ \ \ S ` S ® \ 0 \J k ) k k ) k }) j/ ) §° ] e § § o _ \ 2G ; r i \ \ k 2 o0 t E \ § } 0 I ® ® Q a o / 2 Q Q § # o G \ e \o ± ± § ° I e (e @§ . o ± 2 ± k§\ ) ( ui � \ � � 2 £ ƒ m " ca ƒ \ \ } ) ) to ~ \ > \ § 5 2 L) / r ` k » E § § at m oR 2 J { r � ) { e 5 § _ a / m $ ) \ ) / \ k ) E \ G � z \ \ w « # / - / ƒ k G = / / j j \ � 9 § < k w § § 2 / ( § k q } § > # - P 0 3 = a ° P g o e o 3 @ e ) o < « ® § / [ % G W § % 2 of ~ / # i ƒ # / c § % n § / § ( « \ / ± m § ƒ w 3 ; 5 ° m o 0 o x * m E « m o § o u < Q: / / \ CD 0 § F- Q % S § E § § \ \kc - N £ § \' In ƒ ` 0 i S ( 3 ^ \ (L § .. | / } } « 2 ± 2 I3 § kk § } } W cli 0 , 700 04 $ \ \ ) ) \ E E 2cL _ « 0 / / $ § E \ .. § } / @ @ 2 2 ) p \ ± ± f ( .0 ( 0-4 co \ w §® � \ / / $ a § ƒ o § ) ° ( � j\m .0) 0 M (kA ƒ S k G \ . E U R 2 | / \ 2 / [ ) kk § ) f / § / $ { Cl ) I 2 + ) ) k2 V) af ) \ § « / ƒ FORT WORTH,.,-. TRANSPORTATION AND PUBLIC WORKS January 8,2021 Burnsco Construction, Inc. 6331 Southwest Boulevard Fort Worth,TX 76132 RE: Acceptance Letter Project Name:Tavolo Park Phase II Project Type:Water and Sanitary Sewer City Project No.: 101565 To Whom It May Concern: On January 8, 2021 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 January 8, 2021, 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- 392-8424. Sincerely, EKED EWA FRED EHIA(Jan 20,202112:19 CST) Fred Ehia, P.E., Project Manager Cc: Neal Kime, Inspector Mark Owen, Inspection Supervisor Edwin Rodriguez,Senior Inspector Victor V.Tornero,Jr., P.E., Program Manager Dunaway Associates, L.P.,Consultant Burnsco Construction, Inc.,Contractor Pate Ranch Commercial, LP, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.08/20/19 i i 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 Ab Grantges, Contract Mgr, Of Bumsco Construction, 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; Tavol❑ Park Phase 2 - Water, Sanitary Sewer and Storm Drain BY Ab Grantges, n ract Manager Subscribed and sworn before me on this date 7th of January, 2021. CE5ILIA CANALES Notary ID#131652996 V � � My Commission Exp. es Notary Public .a= July 24, 2022 Tarrant County, Texas CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 022224700 PROJECT: (name, addrBSS)Tavolo Park- Phase li Fort Worth TX TO (Owner) PATE RANCH SINGLE FAMILY,LP AND CITY OF ARCHITECT'S PROJECT NO: FORT WORTH CONTRACT FOR: 10210 N Central Expwy#300 Water,Sanitary Sewer, Drainage, Paving,Street Lighting&Traf c Signal Improvements for Tavolo Park-Phase II Dallas Tx 75231 CONTRACT DATE: 8/22/2019 CONTRACTOR:BURNSCO CONSTRUCTION, INC. 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) LIBERTY MUTUAL INSURANCE COMPANY 175 Berkeley Street Boston MA 02116 , SURETY COMPANY on bond of (here insert name and address of Contractor) BURNSCO CONSTRUCTION, INC. 6331 Southwest Boulevard Benbrook TX 76132 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here insert name and address of Owner) PATE RANCH SINGLE FAMILY, LP AND CITY OF FORT WORTH 10210 N Central Expwy#300 Dallas TX 75231 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 6th day of January, 2021 LIBERTY MUTUAL INSURANCE COMPANY Surety Company J >. Attest: (Seal): Sign tune of Authorized Representative Sophinie_Hunter Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE 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. L " . _ � Liberty Mutual Insurance Company Miflud The Ohio Casualty Insurance Company Certificate No: 8200743 -- SURE7Y 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 Mutuat 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, Robbi Morales,Don E.Cornell,Sophinie Hunter,Tina McEwan,Tonie Petrari Ricardo J.Reyna, Joshua Saunders, Kelly A.Westbrook: all of the city of Dallas state of TX each individually if there be more than one named,its he and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and afested by the secretary of the Companies in their own 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 t 9th day of March 2019 . Liberty Mutual Insurance Company P�I SO _ �11 INS4 � +Ks Wit11 The Ohio Casualty Insurance Company aG°R�O1¢ar'6R�'m Q`�2�°RPO��`9y GP°ORPOR?T�,�n West American Insurance Company T o n U r o m 1912 n e 1919 n 1991 O h'HaMP`���aL �S �NOIAHP dL C c David M.Carey,Assistant Secretary State of PENNSYLVANIA ss County of MONTGOMERY m 17— L) a) On this 19th day of March 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o 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 himseif as a duly authorized officer. LLl 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. :2 y ,a. `o 0 L ' ,� n'�y„� � COMMONWEALTH_ ... of PEN------AN_l_A Q (4ll 3` PENN----- ---.. .. .,.olelln.Seal 1 O .d+ o a; i Ter6-6 Pa reila.Notary Public [ v h{' Q Uppar pier=on Twp.,Montgomery County 13, � CU (p "y �' My Commis., Expires Mardi 28,2021 E Teresa Pastella,Notary Public O m h`:smbof,Pennsylvania Aes bl=.on al NF iaries N GO L w This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 5 O Insurance Company,and West American Insurance Company which resolutions are now in fuli force and effect reading as follows: o m aS ARTICLE IV—OFFICERS:Section 12.Power oiAttomey. o 6 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 m W -a 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 del-rver as surety a o ra c 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 N > a) 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 "oO Z � 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 M DO provisions of ibis arfide may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. o ARTICLE Xlll—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, H 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 all undertakings, bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attomey,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 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 January , 2021 P� SNSURq �ZY INS& �xusuRa L'Pu°pPOR, �yCi 1912 o p21919� 0 1991 0 d 9SSACHV`'��D SO HAMYS`7�aD Y, �NDfAKP .sa y.Renee C.Llewellyn,Assistant �M * y Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062013 0, �M.U.tum.'..L SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call toll-free for information or to Usted puede Ilamar at numero de telefono gratis make a complaint at para informacion o para someter una queja at 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 King of Prussia, PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas at 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection (11.1-1A) de Texas Consumer Protection (I 11-1A) P. O. Box 149091 P. O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512)490-1007 FAX# (512) 490-1007 Web: http://www.tdi.texas_gov Web: http://www.tdi.texas.gov E-mail: Con sumerProtection(,tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTES SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento(TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de informacion become a part or condition of the attached y no se convierte en parte o condicion del document. documento adjunto. NP 70 68 09 01 LMS-1529210115