HomeMy WebLinkAboutContract 60158-FP4-FP4
City Secretary 60158
Contract No.
FORT WORTH.
Date Received 3/5/2025
AT
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: Hampton Tract Ph 2
City Project No.: 104313
Improvement Type(s): Water x❑ Sewer x❑
Original Contract Price:
$2,481,817.60
Amount of Approved Change Order(s): $1,800.00
Revised Contract Amount: $2,483,617.60
Total Cost of Work Complete: $2,483,617.60
Feb 12, 2025
Contractor Date
Vice President
Title
Burnsco Construction, Inc.
Company Name
Mail -Cain
Feb 12 2025
Matt Cain (Feb 12, 2025 13:17 CST)
Project Inspector
Date
Z�4 , a- A
Mar 5, 2025
Project Manager
Date
Mar 5, 2025
JUndi(Mar 4202513:45 CST)
CFA Manager
Date
��
Mar 5, 2025
TPW Director
Date
06)�
Mar 5, 2025
Asst. City Manager
Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: Hampton Tract Ph 2
City Project No.: 104313
City's Attachments
Final Pay Estimate x❑
Change Order(s): ❑x Yes ❑ N/A
Pipe Report: x❑ Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 300 WD Days Charged: 249 WD
Work Start Date: 10/5/2023 Work Complete Date: 12/23/2024
Completed number of Soil Lab Test: 375
Completed number of Water Test: 18
Page 2of2
FoRTWORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name HAMPTON TRACT PHASE 2
Contract Limits
Project Type WATER & SEWER
City Project Numbers 104313
DOE Number 4313
Estimate Number 1 Payment Number 1
City Secretary Contract Number
Contract Date
For Period Ending 12/23/2024
WD
Project Manager NA
Contractor BURNSCO CONSTRUCTION, INC.
6331 SOUTHWEST BLVD
FORT WORTH, TX 76132
Inspectors G. DEYON / M.CAIN
Contract Time 30WD
Days Charged to Date 249
Contract is 100.00 Complete
Tuesday, February 11, 2025 Page 1 of 5
City Project Numbers 104313
Contract Name HAMPTON TRACT PHASE 2
Contract Limits
Project Type WATER & SEWER
Project Funding
UNIT I- A: WATER IMPROVEMENTS
Item
Description of Items
Estimated Unit
No.
Quanity
1
4"-12" PRESSURE PLUG
2 EA
3
4' WIDE ASPHALT PVMT REPAIR, ARTERIAL
15 LF
4
TRENCH SAFETY
9169 LF
5
CONCRETE ENCASEMENT FOR UTILITY PIPES
5 CY
6
20" STEEL CASING BY OPEN CUT
138 LF
7
DUCTILE IRON WATER FITTINGS W/
4 TN
RESTRAINT
9
FIRE HYDRANT W/ GATE VALVE
10 EA
10
CONNECTION TO EXISTING 4"-12" WATER
1 EA
MAIN
11
1" WATER SERVICE (IRRIGATION)
8 EA
12
1" WATER SERVICE (DOMESTIC)
227 EA
13
8" GATE VALVE & BOX
28 EA
14
TRAFFIC CONTROL
1 MO
2
8" WATER LOWERING
20 EA
8
8" PVC WATER PIPE
9169 LF
Sub -Total of Previous Unit
-------------------
UNIT I- B: WATER IMPROVEMENTS
Item Description of Items Estimated Unit
No. Quanity
1 4"-12" PRESSURE PLUG 1 EA
2 TRENCH SAFETY 643 LF
3 DUCTILE IRON WATER FITTINGS W/ 1 TN
RESTRAINT
4 8" DIP WATER
5 8" PVC WATER PIPE
6 FIRE HYDRANT W/ GATE VALVE
7 CONNECTION TO EXISTING 4"-12" WATER
MAIN
8 8" GATE VALVE & BOX
9 TRAFFIC CONTROL
DOE Number 4313
Estimate Number 1
Payment Number 1
For Period Ending 12/23/2024
Unit Cost
Estimated
Completed
Completed
Total
Quanity
Total
$310.00
$620.00
2
$620.00
$173.00
$2,595.00
15
$2,595.00
$0.10
$916.90
9169
$916.90
$400.00
$2,000.00
5
$2,000.00
$160.00
$22,080.00
138
$22,080.00
$6,000.00
$24,000.00
4
$24,000.00
$7,360.00
$73,600.00
10
$73,600.00
$2,600.00
$2,600.00
1
$2,600.00
$1,510.00
$12,080.00
8
$12,080.00
$1,500.00
$340,500.00
227
$340,500.00
$2,500.00
$70,000.00
28
$70,000.00
$2,500.00
$2,500.00
1
$2,500.00
$5,250.00
$105,000.00
20
$105,000.00
$54.20
$496,959.80
9169
$496,959.80
$1,155,451.70 $1,155,451.70
Unit Cost
Estimated
Completed
Completed
Total
Quanity
Total
$310.00
$310.00
1
$310.00
$0.10
$64.30
643
$64.30
$6,000.00
$6,000.00
1
$6,000.00
260 LF $68.00 $17,680.00 260 $17,680.00
383 LF $54.20 $20,758.60 383 $20,758.60
1 EA $7,360.00 $7,360.00 1 $7,360.00
1 EA $1,300.00 $1,300.00 1 $1,300.00
2 EA $2,500.00 $5,000.00 2 $5,000.00
1 MO $1,500.00 $1,500.00 1 $1,500.00
Tuesday, February 11, 2025 Page 2 of 5
City Project Numbers 104313
Contract Name HAMPTON TRACT PHASE 2
Contract Limits
Project Type WATER & SEWER
Project Funding
DOE Number 4313
Estimate Number 1
Payment Number 1
For Period Ending 12/23/2024
Sub -Total of Previous Unit $59,972.90 $59,972.90
-------------
UNIT H: SANITARY IMPROVEMENTS
Item
Description of Items
Estimated Unit
No.
Quanity
1
CONCRETE ENCASE SEWER PIPE (CO 2)
4 CY
2
LARGE STONE RIPRAP, DRY
160 SY
3
POST -CCTV INSPECTION
9509 LF
4
MANHOLE VACUUM TESTING
38 EA
5
MANHOLE ADJUSTMENT, MINOR
1 EA
6
TRENCH SAFETY
9509 LF
7
TRENCH WATER STOPS
24 EA
8
IMPORTED EMBEDMENT/ BACKFILL, CSS
640 LF
9
20" STEEL CASING BY OPEN CUT
160 LF
10
4" SEWER SERVICE
227 EA
11
8" SEWER MAIN
9268 LF
12
8" DIP SEWER MAIN
241 LF
13
EPDXY MANHOLE LINER
34 VF
14
4' MANHOLE
39 EA
15
EXTRA DEPTH MANHOLE (>6.0)
138 V F
16
TRAFFIC CONTROL
1 MO
Sub -Total of
Previous Unit
Unit Cost
Estimated
Completed Completed
Total
Quanity
Total
$450.00
$1,800.00
4
$1,800.00
$96.00
$15,360.00
160
$15,360.00
$3.00
$28,527.00
9509
$28,527.00
$145.00
$5,510.00
38
$5,510.00
$1,100.00
$1,100.00
1
$1,100.00
$1.00
$9,509.00
9509
$9,509.00
$350.00
$8,400.00
24
$8,400.00
$52.00
$33,280.00
640
$33,280.00
$160.00
$25,600.00
160
$25,600.00
$1,440.00
$326,880.00
227
$326,880.00
$62.00
$574,616.00
9268
$574,616.00
$121.00
$29,161.00
241
$29,161.00
$400.00
$13,600.00
34
$13,600.00
$4,250.00
$165,750.00
39
$165,750.00
$200.00
$27,600.00
138
$27,600.00
$1,500.00
$1,500.00
1
$1,500.00
$1,268,193.00
$1,268,193.00
Tuesday, February 11, 2025 Page 3 of 5
City Project Numbers 104313
Contract Name HAMPTON TRACT PHASE 2
Contract Limits
Project Type SANITARY
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 2
DOE Number 4313
Estimate Number 1
Payment Number 1
For Period Ending 12/23/2024
$2,481,817.60
$1,800.00
Total Contract Price $2,483,617.60
Total Cost of Work Completed $2,483,617.60
Less % Retained $0.00
Net Earned $2,483,617.60
Earned This Period $2,483,617.60
Retainage This Period $0.00
Less Liquidated Damages
Days @ / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$0.00
$0.00
$0.00
$0.00
$0.00
$2,483,617.60
Tuesday, February 11, 2025 Page 4 of 5
City Project Numbers 104313
Contract Name HAMPTON TRACT PHASE 2
Contract Limits
Project Type SANITARY
Project Funding
Project Manager NA
Inspectors G. DEYON / M.CAIN
Contractor BURNSCO CONSTRUCTION, INC.
6331 SOUTHWEST BLVD
FORT WORTH, TX 76132
DOE Number 4313
Estimate Number 1
Payment Number 1
For Period Ending 12/23/2024
City Secretary Contract Number
Contract Date
Contract Time 300 WD
Days Charged to Date 249 WD
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 $2,483,617.60
Less % Retained $0.00
Net Earned $2,483,617.60
Earned This Period $2,483,617.60
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
$2,483,617.60
Tuesday, February 11, 2025 Page 5 of 5
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
IFID#
ISEWER PROJECT #
IFILE #
INSPECTOR:
PROJECT MANAGER:
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
Hampton Tract Ph 2
Utilities
22-0253
104313
30114-0200431-104313-EO7685
X-27600
George Marquez
WATER
Developer
CITY PARTICIPATION:( NO
Phone No:
Phone No: 817-392-6826
CONTRACT UNIT
SEWER DRAINAGE
Cost City Cost
Developer Cost City Cost
Developer Cost ROM
ORIGINAL CONTRACT
$1,215,424.60
$1,266,393.00 $0.00
$2,439,733.00
EXTRAS TO DATE
$0.00
$0.00
$0.00
CREDITS TO DATE
$0.00
$0.00
$0.00
CONTRACT TO DATE
$1,215,424.60
$1,266,393.00
$2,439,733.00
(AMOUNT OF PROP. CHANGE ORDER
$0.00
$1,800.00 411
REVISED CONTRACT AMOUNT
$1,215,424.60
$1,268,193.00
$2.439,733.00
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
$1,215,424.60
$1,268,193.00
$2,439,733.00
REVISED COST SHARE
Dev. Cost:
$7,965,973.79
City (
TOTAL REVISED CONTRACT
$7,965,973.79
REVIEWED
By Andrew Goodman at 4:11 pm, Feb 03, 2025
CHANGE
ORDER No:
2
PAVING
STREET LIGHTS
Developer
Developer Cost MIJEliffdkilift
Cost City Cost
$2,730,853.15 $364,501.64 $0.00
$0.00
_ $0.00
$0.00
$52,731.60
$2,730,853.15
$311,770.04
$2,730,853.15
$311,770.04
$2,730,853.15
$311,770.04
CONTRACT
DAYS
300 W D
300 W D
300 WD
Revised: 12-17-2018 Page 1
REVIEWED
By Andrew Goodman of 4:11 pm, Feb 03, 2025
You are directed to make the followinq changes in the contract documents:
CITY BID ITEM
PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION I UNIT PRICE TOTAL
1 0330.0001 4 CY Concrete Encase Sewer Pipe $450.00 $1,800.00
$1,800.00
Asterisk (*) indicates New Pay Item
REASONS FOR CHANGE ORDER Change order required to reconcile total contract amount for Sanitary Sewer Section.
PM Note: CFA was executed without cost of Line Item #1 in Unit II: Sewer Improvements. Change Order includes missing cost to rectify missing cost on
Line Item #1.
Revised: 12-17-2018 Page 2
RECOMMENDED:
Shield Engineering
ring
(�1�y1/,1l r
Name: 174 k b qc,,"
Title: PC03rJ , AA14V—
APPROVAL RECOMMENDED:
CFW - Sponsoring Department
N/A
By:
Name:
Title:
RECOMMENDED:
CFW - "Contract Comoliance Manager
By: L�
_'yy
Andrew Goodman
Name:
Title: Engineering Manager
M&C Number:
M&C Date Approved:
REVIEWED
By Andrew Goodman at 4:11 pm, Feb 03, 2025
APPROVED: APPROVED:
DR Horton Burnsco Cors(ru ion lnc.
l/(.I�j�
By: � � � By:
Name: `�/ �/t7s �' {��+' Name: Albert Grantges
Title: `r ` C �ar\� 1/Q VelOA-111kTitie: Vice President
APPROVED:
CFW - Assistant City Manager
N/A
By:
Name:
Title:
APPROVED AS TO FORM AND LEGALITY:
CFW -Assistant City Attorney
By: N/A
Name:
Title:
ATTEST * Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
N/A for the monitoring and administration of this contract, include
ensuring all performance and reporting requirements.
Jannette S. Goodall
City Secretary Fvl There are NO City Funds associated with this Contract
IJ There are City Funds associated with this Contract
Revised: 12-17-2018 Page 3
FORT WORTH,
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Hampton Tract Ph.2
CITY PROJECT NUMBER: 104313
WATER
PIPE LAID SIZE TYPE OF PIPE LF
C900 8" PVC 9552
C900 8" DIP 260
FIRE HYDRANTS 11 VALVES (16" OR LARGER N/A
PIPE ABANDONED SIZE TYPE OF PIPE LF
N/A
DENSITIES;
Yes
NEW SERVICES:
1"
Copper (Irrigation)
8
1"
Copper (Domestic)
227
SEWER
PIPE LAID
SIZE
TYPE OF PIPE
LF
SDR26
8"
PVC
9268
SDR26
8"
DIP
241
PIPE ABANDONED SIZE TYPE OF PIPE LF
N/A
DENSITIES; Yes
NEW SERVICES: 4" PVC 227
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.
M,
TRANSPORTATION AND PUBLIC WORKS
January 27, 2025
Burnsco Construction, Inc.
6331 Southwest Blvd.
Benbrook, TX. 76132
RE: Acceptance Letter
Project Name: Hampton Tract Ph.2
Project Type: water, sewer, paving, storm drain, street lights
City Project No.: 104313
To Whom It May Concern:
On December 23, 2024 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 January 27, 2025. 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 January 27, 2025, 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)
392-6826.
Sincerely,
George Marquez, Project Manager
Cc: Matt Cain, Inspector
Gary Deyon, Inspection Supervisor
Edward D'Avila, Senior Inspector
Andrew Goodman, Program Manager
Shield Engineering, Consultant
Gilco Contracting, Inc., Contractor
D.R. Horton, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF TEXAS
CAI! J]i��sT�ll : ; :: ►�1
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;
Hampton Tract Phase 2 - Water, Sanitary Sewer and Storm Drain
BY f
Ab rantges, Cont t Manager
Subscribed and sworn before me on this date 12th of February, 2025.
Notary Public
Tarrant County, Texas
KASSANi7RA CANALB
- D P{zY P�jAI.
2; n: Notary public, State of Texas
Comm. Expires 41 23 2427
.,T..... +�
Notary la 134158873 S
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
Bond No 022236960
PROJECT:
(name, address)Sunnycreek Phase 2 (Hampton Tract 2) - Water, Sanitary Sewer, Storm Drain Improvements
TO (Owner)
ID.R. HORTON - TEXAS, LTD AND CITY OF FORT
WORTH
6751 North Freeway
Fort Worth TX 76131
CONTRACTOR: BURNSCO CONSTRUCTION, INC.
Fort Worth
TX
7 ARCHITECT'S PROJECT NO:
CONTRACT FOR:
Sunnycreek Phase 2 (Hampton Tract 2) - Water, Sanitary Sewer,
Storm Drain Improvements
--J CONTRACT DATE:
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)
D.R. HORTON - TEXAS, LTD AND CITY OF FORT WORTH
6751 North Freeway
Fort Worth TX 76131
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest:
(Seal):
29th day of January, 2025
IMERTY MUTUAL INSURANCE COMPANY
Surety Company
Signs re of Authorized Representative
aSo`phinie, H ntar
Title
, OWNER,
Attornev-in-Fact
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.
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 "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Don E.
Cornell; Joshua Saunders. Kelp A. Westbrook; Mikaela I r , P. ' Reyna; Robbi Morales; . -: • inie Hunter- 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 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 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
p _ Liberty Mutual Insurance Company
The Ohio
lty
SU
JP oa °Ra�ti `�P�°aPO�&� 4PaoaN°"La��' WesttAmericanaInsuran Insurance ce
Company
�'Fo c+
Q 3° map �c
ui;1912y 0 0 1919 2 1991
m �o a o on
MPS�`•aD `!s �NDIANO' •da3 B U
y:
David M. Carey, Assistant Secretary a
m State of PENNSYLVANIA '-
N B County of MONTGOMERY ss o E
o: On this 23rd day of >,pril 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 26)
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
Nm therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
7 _0= 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. O
r.� PA& a O
` r(�— ONCommonwealth. of Pa�nspvania - 40tary seal
Br pot` Teresa Pastella, Notary Public N •—
O F' r, OF Montgomery County O E
My commission expires March 28, 2025 O
O tt\\ �'a- Commission number 1126044 By•
++ °1rSY� ��@ ®C+ Member, Pennsylvania Association of Notaries Teresa Pastella, Notary Public Q O
r,Zy ?' A O
C a; 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 .00
•� Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: a M
ARTICLE IV— OFFICERS: Section 12. Power of Atto =,y 00
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 -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 o a)
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-ir fact under the f m
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. LL 2
ARTICLE All — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
- shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and 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 ful 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 29th day of January , 2025
P� 1NSu� P�ZX INS& \NSUp
3°opror�roy�c� �pr°opro�T�Pgy� �P?oav0 '10cn
1912 oy1919�o a 1991 0
dj��iSgcxuS`�aa yob hamvs� da Ys, vNDtANP da By. Renee C. Llewellyn, Assistant Secretary
� * t, Hl * 1,� dM * >•�
LMS-12873 LMIC CCIC WAIC Multi Co 02/21
0 . Liberty
Mutual.
SURETY
TEXAS
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call toll -free for information or to
make a complaint at
1-877-751-2640
You may also write to-.
2200 Renaissance Blvd.. Ste. 400
King of Prussia, PA 19406-2755
You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at
1-800-252-3439
You may write the Texas Department of Insurance
Consumer Protection (I 114 A)
P. O. Box 149091
Austin, TX 78714-9091
FAX: (512) 490-1007
Web: httn://www.tdi.texas.aov
E-mail: ConsumerProtection4..tdi.texas.eov
PREMII M OR CLAIM DISPUTES:
Should you have a dispute concerning your
premium or about a claim you should first
contact the agent or call 1-800-843-6446.
If the dispute is not resolved, you may contact the
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR
POLICY:
This notice is for information only and does not
become a part or condition of the attached
document.
NP70680901
LMS-15292 10/15
TEXAS
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja:
Usted puede llamar al numero de telefono gratis
para informacion o para someter una queja al
1-877-751-2640
Usted tambien puede escribir a:
2200 Renaissance Blvd., Ste. 400
King of Prussia, PA 19406-2755
Puede comunicarse con el Departamento de
Seguros de Texas para obtener informacion
acerca de companies, coberturas, derechos o
quejas al
1-800-252-3439
Puede escribir al Departamento de Seguros
de Texas Consumer Protection (1 11-1 A)
P. O. Box 149091
Austin. TX 78714-9091
FAX # (512) 490-1007
Web: http://www.tdi.texas.gov
E-mail: ConsumerProtectionntdi.texas.aov
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiena una disputa concerniente a su prima o a
un reclamo, debe comunicarse con el agente o
primero. Si no se resuelve la disputa, puede
entonces comunicarse con el departamento (TDI)
UNA ESTE AVISO A SU POLIZA:
Este aviso es solo para proposito de informacion
y no se convierte en parte o condicion del
documento adjunto.