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