HomeMy WebLinkAboutContract 55683-FP2 City Secretary 55683 -FP2
Contract No.
FORTWORTH, Date Received M a r 29,2022
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: Talon Hills Phase III
City Project No.: 102190
Improvement Type(s): Water ® Sewer N
Original Contract Price: $268,833.00
Amount of Approved Change Order(s): $7,710.00
Revised Contract Amount:
Total Cost of Work Complete: $276,543.00
M a r 22,2022
Albert Grantges(MIX2,2022 13:1 T)
Contractor Date
Vice President
Title
Burnsco Construction, Inc.
Company Name
Ja Br dley(Mar22,202213:27CDT) Mar 22,2022
Project Inspector Date
cj"A4.,P�. M a r 23,2022
Project Manager Date
huui-Scarkeff-Ai&w4k
Janie Scarlett Morales(Mar 23,2022 08:04 CDT) M a r 23,2022
CFA Manager Date
Dana auwLdOAC Mar23 2022
Dana Burghdof((War 23,2022 18:42 CDT)
Asst. City Manager Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: Talon Hills Phase III
City Project No.: 102190
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 I
Statement of Contract Time
Contract Time: 105 WD Days Charged: 164
Work Start Date: 6/7/2021 Work Complete Date: 2/16/2022
Completed number of Soil Lab Test: 170
Completed number of Water Test: 4
Page 2 of 2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name TALON HILLS PHASE 3
Contract Limits
Project Type WATER&SEWER
City Project Numbers 102190
DOE Number 2190
Estimate Number 1 Payment Number 1 For Period Ending 3/21/2022
City Secretary Contract Number Contract Time
Contract Date Days Charged to Date 164
Project Manager NA Contract is 100.00 Complete
Contractor BURNSCO CONSTRUCTION,INC.
6331 SOUTHWEST BLVD
FORT WORTH, TX 76132
Inspectors / BRADLEY
Tuesday,March 22,2022 Pagel of 4
City Project Numbers 102190 DOE Number 2190
Contract Name TALON HILLS PHASE 3 Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER&SEWER For Period Ending 3/21/2022
Project Funding
WATER
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
---------------------------------------
1 TRENCH SAFETY 1450 LF $0.10 $145.00 1450 $145.00
2 DUCTILE IRON WATER FITTINGS 0.7 TN $5,000.00 $3,500.00 0.7 $3,500.00
W/RESTRAINT
3 8"PVC WATER PIPE 1450 LF $48.00 $69,600.00 1450 $69,600.00
4 FIRE HYDRANT 1 EA $4,740.00 $4,740.00 1 $4,740.00
5 CONNECTION TO EXISTING 4"-12"WATER 2 EA $1,300.00 $2,600.00 2 $2,660.00
MAIN
6 1"WATER SERVICE 43 EA $1,100.00 $47,300.00 43 $47,300.00
7 8"GATE VALVE(CO 1) 3 EA $1,500.00 $4,500.00 3 $4,500.00
8 1"WATER SERVICE(CO 1) 2 EA $1,305.00 $2,610.00 2 $2,610.00
--------------------------------------
Sub-Total of Previous Unit $134,995.00 $134,995.00
SEWER
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
---------------------------------------
1 8"SEWER PIPE 896 LF $70.00 $62,720.00 896 $62,720.00
2 CONNECT TO EXISTMH/PIPE 1 EA $1,600.00 $1,600.00 1 $1,600.00
3 4"SEWER SERVICE 43 EA $1,060.00 $45,580.00 43 $45,580.00
4 4'MANHOLE 3 EA $3,210.00 $9,630.00 3 $9,630.00
5 EPDXY MANHOLE LINER 22 VF $400.00 $8,800.00 22 $8,800.00
6 TRENCH SAFETY 896 LF $1.50 $1,344.00 896 $1,344.00
7 TRENCH WATER STOPS 3 EA $300.00 $900.00 3 $900.00
8 IMPORTED EMBED/CSS 20 LF $34.00 $680.00 20 $680.00
9 MANHOLE VACUUM TESTING 3 EA $120.00 $360.00 3 $360.00
10 POST CCTV INSPECTION 896 LF $4.00 $3,584.00 896 $3,584.00
11 MANHOLE ADJUSTMENT MINOR 3 EA $916.67 $2,750.00 3 $2,750.00
12 EPDXY MANHOLE LINER(CO 1) 4 LF $400.00 $1,600.00 4 $1,600.00
13 REMOVE RAVEN COATING FROM EXISTING 2 EA $1,000.00 $2,000.00 2 $2,000.00
(CO 1)
------------------
Sub-Total of Previous Unit $141,548.00 $141,548.00
--------------------------------------
Tuesday,March 22,2022 Page 2 of 4
l
City Project Numbers 102190 DOE Number 2190
Contract Name TALON HILLS PHASE 3 Estimate Number i
Contract Limits Payment Number 1
Project Type WATER&SEWER For Period Ending 3/21/2022
Project Funding
Contract Information Summary
Original Contract Amount $268,833.00
Change Orders
Change Order Number 1 $7,710.00
Total Contract Price $276,543.00
Total Cost of Work Completed $276,543.00
Less %Retained $0.00
Net Earned $276,543.00
Earned This Period $27,6,543.00
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 $276,543.00
Tuesday,March 22,2022 Page 3 of 4
City Project Numbers 102190 DOE Number 2190
Contract Name TALON HILLS PHASE 3 Estimate Number 1
Contract Limits Payment Number I
Project Type WATER&SEWER For Period Ending 3/21/2022
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors / BRADLEY Contract Date
Contractor BURNSCO CONSTRUCTION,INC. Contract Time
6331 SOUTHWEST BLVD Days Charged to Date 164
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 $276,543.00
Less %Retained $0.00
Net Earned $276,543.00
Earned This Period $276,543.00
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 $276,543.00
Tuesday,March 22,2022 Page 4 of 4
REVIEWED
By Andrew Goodman at 11:19 am,Dec 20,2021
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
PROJECT NAME: TALON HILL,PHASE III CHANGE
CONTRACT: Bumsco Construction,Inc. ORDER No:
CFA# CFA19-0096 CITY PARTICIPATION: NO
CITY PROJECT# COFW#102190
FID#
FILE# W-2636
INSPECTOR: Phone No:
PROJECT Drew Goodman,P.E. Phone No: 817-392-6251
MANAGER:
CONTRACT UNIT
WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT
Developer DAYS
Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost Developer Cost City Cost
ORIGINAL CONTRACT $ 130,885.00 $ 137,948.00 $ 279,661.86 $ 21,654.00 $ 35,352.00
EXTRAS TO DATE
CREDITS TO DATE
CONTRACTTODATE $ 130.885.00 $ - $ 137,948.00 $ - $ 279,661.86 $ - $ 21,654.00 $ - $ 35,352.00 $ 105
AMOUNT OF PROP.
CHANGE ORDER $ 4,110.00 $ 3,600.00 $ $ $
REVISED CONTRACT
AMOUNT $ 134,996.00 $ - $ 141,548.00 $ - $ 279.661.86 $ - $ 21,664.00 $ - S 35,352.00 $ 105
TOTAL REVISED
CONTRACTAMOUNT
PER UNIT $ 134,995.00 1$ 141,548.00 $ 279,661.86 $ 21,654.00 $ 35,352.00
REVISED COST SHARE Dev.Cost: $613,210.86 City Cost: $0.00
TOTAL REVISED $613,210.86
CONTRACT
Revised:10-22-2011 Pagel
REVIEWED
-1 1--
at 11:19 am,eac 20,2021
You are directed to make the folloyAng changes in the contract documents:
Unit 1:Water Improvements
PAY ITEM# CITY BID ITEM# QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL
101 331210 2 EA 3312.2003 1"Water Service $ 1,305.0 $ 2,610.00
102 331220 1 EA 13312.3003 8"Gate Valve $ 1 500.00 $ 1 500.00
TOTAL 1$ 4110.00
Unit ll:Sewer Improvements
PAY ITEM# CITY BID ITEM# QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL
101 33 39 60 4 LF 3339.0001 Epoxy Manhole Liner $ 400.0 $ 1,600.00
102 99 99 99 2 EA 9999.0005 Remove Raven coating from Existing Manhole $ 1,000.00 $ 2,000.00
S
$
TOTAL $ 3,600.00
REASONS FOR CHANGE ORDER:
Add 1 Gate valve per city request and add 2--1"Water Service for Irrigations
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER.
RECOMMENDED: APPROVED: APPROVED:
(Developer) (Contractor)
By: By, By. ICY
�on — (1/ V
Name: Osama Nashed,P.E. Name: Douglas Skomer Name: Ab Grantges
Title:Pro*ect Manager Title: Division President Title: Vice President
Revised:10-22-2011 Page 2
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Talon Hills Phase 3
PROJECT NUMBER: 102190
DOE NUMBER: 2190
WATER
PIPE LAID SIZE TYPE OF PIPE LF
Water 8" PVC 1450 LF
FIRE HYDRANTS: 1 VALVES(16" OR LARGER)
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES: All Passed
NEW SERVICES: 1"Domestic 43 1,350 LF
V Irrigation 2 40 LF
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
Sewer 8" PVC 1,100LF
{
PIPE ABANDONED SIZE TYPE OF PIPE LF
DENSITIES: All Passed
NEW SERVICES: 4" 43 1,075
TRANSPORTATION AND PUBLIC WORKS
�' The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax: (817)392-7845
FORTWORTH.
TRANSPORTATION AND PUBLIC WORKS
March 21, 2022
Burnsco Construction Inc.
6331 Southwest Blvd.
Benbrook,TX 76132
RE: Acceptance Letter
Project Name:Talon Hills Phase III
Project Type: Developer Water,Sewer,Storm
City Project No.: 102190
To Whom It May Concern:
On March 4, 2022 a final inspection was made on the subject project. There were punch list items
identified at that time. The punch list items were completed on March 21, 2022. The final inspection
and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and
is therefore accepted by the City. The warranty period will start on March 21, 2022,which is the date of
the punch list completion 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-
392-6251.
Sincerely,
C,J,
Andrew Goodman, Project Manager
Cc:Jason Bradley, Inspector
Mark Owens, Inspection Supervisor
Jo Rogers,Senior Inspector
Victor Tornero, Program Manager
A.N.A Consultant L.L.C. , Consultant
Burnsco Construction Inc, Contractor
BYD Talon Hills Development, LLC, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev.8/20/19
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 Burnsco 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;
Talon I fill Phase 3 - Water, Sanitary Sewer&Drainage
BY _ ,
Ab Grantges,Contract Manager
Subscribed and sword before me on this date 22nd of March,2022.
YP��' MARY PANNELL
nSNotary Public,State of Texas
ary Public ••:.;�,�� Comm.Expires 10-19-2022
�4r�ipN` Notary ID 5144239
Tarrant County,Texas
I
i
CONSENT OF OWNER ❑
SURETY COMPANY ARCHITECT ❑
CONTRACTOR ❑
TO FINAL PAYMENT SURETY ❑
Conforms with the American Institute of OTHER
Architects,AIA Document G707
Bond No 022230561
PROJECT:
(name, address)Talon Hill Phase III-Water, Sanitary Sewer, and Drainage Improvements
Fort Worth TX
TO (Owner)
BYD TALON HILL DEVELOPMENT,LLC AND CITY OF I ARCHITECT'S PROJECT NO:
FORT WORTH CONTRACT FOR:
1105 Glade Road,Suite 100 Talon Hill Phase III-Water,Sanitary Sewer,and Drainage
Improvements
Colleyville TX 76034 --] CONTRACT DATE: 4/21/2021
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)
BYD TALON HILL DEVELOPMENT, LLC AND CITY OF FORT WORTH
1105 Glade Road, Suite 100
Colleyville TX 76034 , OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS,WHEREOF,
the Surety Company has hereunto set its hand this 1st day of February,2022
LIBERTY MUTUAL INSURANCE COMPANY
Surety Company
Attest: C � a r /CUT
(Seal); Signature of Authorized Representative
Sophinie Hunter Attorney-in-Fact
Title
NOTE: This form is to be used as a companion document to AIA DOCUMENT 6706, 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,
Liberty Liberty Mutual Insurance Company
Mutual. The Ohio Casualty Insurance Company Certificate No: 8205467-022020
SURETY 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"Companiesl,pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Don E.
Cornell;Joshua Saunders;Kelly A.Westbrook;Mikacla Peppers;Ricardo J.Reyna;Robbi Morales;Sophinie 11unter;Tina McEwan,Tonie Petranek
all of the city of Dallas state of TX 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(hey have been duly signed by the president and attested 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 23rd day of April , 2021 .
Liberty Mutual Insurance Company
INSUR �ZV INBU \NSUR The Ohio Casualty Insurance Company
�opPOR9ray�F QJRPOLaT�y �GPb00.oR9TFy0 West American Insurance Company
1912 0 G m W 3 a m
m
y O Z1919 � o Q 1991 0
N Ya�~Ss�ceus�`as S���haeee�aa� YS �NOIANy' .dLy .vr ae'i oO
David M.Carey,Assistant Secretary a
co State of PENNSYLVANIA e_
01 County of MONTGOMERY ss c
o-�,
o S On this 23rd day of April 2021 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance m
i� 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, a)Ud
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'� p 0
commonv.vatth of Pennsylvania-Notary Seal
T—
ej O •v .r '�1`--,`: Teresa Pastella,Notary Public ///��� (1)•—
Montgomery county ,/J c E
I r My commission expires March 28,2025 By:
v y: Commission numher 1126044 O
Merrier.Pennsylvana Assccabw of Nctanes Teresa Pastella,Notary Public Q p
CD
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 oNro
•� Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o N
ARTICLE IV—OFFICERS:Section 12.Power of Attorney. d 00
o @ 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 v o
President may prescribe,shall appoint such attome s 1n fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety cco m
Y P PP � Y- - Y rY rP
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-
o -_ 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 cc ar
Z 0 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�0 c`"o
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. n
ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. ILL
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 attomeys-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 attorneys-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 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.
1,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 1st day of February 2022 .
1NSUR \-jV INSVq X14
/.Jp•pofkp aTQy� �'al xPoRgT`9y GP�'p"Wit 14,
�`r = Fo IQ
3° o F
r ; 1912y o o y1919� n Q 1991
r�jl9,'s•4 CNU`'�A y��ryhi P a�G Y NDI P, a3 By:
*�-4 s�M * hid Renee C.Llewellyn,Assistant Secretary
LIAS-12873 LMIC OCIC WAIC Multi Co 02J21
0�Mutual.
SURETY
TEXAS TEXAS
IMPORTANT NOTICE AVISO IMPORTANTE
To obtain information or make a complaint: Para obtener informacion o para sometcr una
queja:
You may call toll-free for information or to Usted puede llamar al numero de telefono gratis
make a complaint at para information o para someter una queja al
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 al
1-800-252-3439
You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros
Consumer Protection (1 I 1-IA) de Texas Consumer Protection (I I I-IA)
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: httl2://www.tdi.texas.gov Web: http://wxvw.tdi.texas.gov
E-mail: Con sum erProtection cbtdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov
PREMIUM OR CLAIM DISPUTES: DISPUTAS 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 Lin reclamo, debe comunicarse con el agente o
contact the agent or call l-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 condition del
document. documento adjunto.
NP70680901
LMS-15292 10116