HomeMy WebLinkAboutContract 60966-FP3FORT WORTH.
-FP3
City Secretary
Contract No. 60966
Date Received 4/28/2025
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 Phase 3
City Project No.: 104657
Improvement Type(s): Water 0 Sewer 0
(Original Contract Price: $758,447.20
Amount of Approved Change Order(s): $1,560.00
Revised Contract Amount: $760,007.20
Total Cost of Work Complete: $760,007.20
A(b,-� Amtt ►ems 04/24/2025
4Ibcrt Grantges (7�pr24, 20`2t 10:36 CDT)
Contractor Date
Vice President
Title
Burnsco Construction, Inc.
Company Name
Matt Cain
04/24/2025
Matt Cain (ADr 24, 2025 10:48 CDT)
Project Inspector
Date
'�J
04/28/2025
Project Manager
Date
-
04/28/2025
e Merrick (Aar 28, 202514:22 CDT)
CFA Manager
Date
�-�
04/28/2025
Lauren Prleur (Apr 28, 2025 14:24 CDT)
TPW Director
Date
C��
04/29/2025
Asst. City Manager
Date OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
Notice of Project Completion
Project Name: Hampton Tract Phase 3
City Project No.: 104657
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
r
Statement of Contract Time
Contract Time: 110 WD
Work Start Date: 5/22/2024
Completed number of Soil Lab Test: 215
Completed number of Water Test: 4
Days Charged: 176 WD
Work Complete Date: 3/21/2025
Page 2 of 2
FORT WORT 11
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name HAMPTON TRACT PHASE 3
Contract Limits
Project Type WATER & SEWER
City Project Numbers 104657
DOE Number 4657
Estimate Number 1 Payment Number 1 For Period Ending 3/21/2025
WD
City Secretary Contract Number Contract Time l lWD
Contract Date Days Charged to Date 176
Project Manager NA Contract is 100.00 Complete
Contractor BURNSCO CONSTRUCTION, INC.
6331 SOUTHWEST BLVD
FORT WORTH, TX 76132
Inspectors G.DEYON / M.CAIN
Thursday, April 24, 2025 Page 1 of 5
City Project Numbers 104657
Contract Name HAMPTON TRACT PHASE 3
Contract Limits
Project Type WATER & SEWER
Project Funding
UNIT I A: WATER IMPROVEMENTS (ONSITE)
Item Description of Items
No.
1 8" WATERLINE LOWRING
2 TRENCH SAFETY
3 20" CASING BY OTHER THAN OPEN CUT
4 DUCTILE IRON WATER FITTINGS W/
RESTRAINT
DOE Number 4657
Estimate Number I
Payment Number 1
For Period Ending 3/21/2025
Estimated Unit
Unit Cost
Estimated
Completed
Completed
Quanity
Total
Quanity
Total
3 EA
$5,450.00
$16,350.00
3
$16,350.00
1616 LF
$0.10
$161.60
1616
$161.60
20 LF
$1,356.00
$27,120.00
20
$27,120.00
1 TN
$6,000.00
$6,000.00
1
$6,000.00
5 8" PVC WATER PIPE
1616 LF
$54.20
$87,587.20
1616
$87,587.20
6 FHtE HYDRANT w/ GATE VALVE
3 EA
$8,120.00
$24,360.00
3
$24,360.00
7 1" WATER SERVICE (DOMESTIC)
43 EA
$1,560.00
$67,080.00
43
$67,080.00
8 1" WATER SERVICE (IRRIGATION) (CO#1)
5 EA
$1,560.00
$7,800.00
5
$7,800.00
9 8" GATE VALVE & BOX
2 EA
$2,550.00
$5,100.00
2
$5,100.00
Sub -Total of Previous Unit $241,558.80 $241,558.80
UNIT I B: WATER IMPROVEMENTS (OFFSITE)
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
8" WATERLINE LOWERING
1 EA
$5,450.00
$5,450.00
1
$5,450.00
2
TRENCH SAFETY
904 LF
$0.10
$90.40
904
$90.40
3
20" CASING BY OTHER THAN OPEN CUT
20 LF
$1,356.00
$27,120.00
20
$27,120.00
4
DUCTILE IRON WATER FITTINGS w/
0.5 IN
$6,000.00
$3,000.00
0.5
$3,000.00
RESTRAINT
5
8" PVC WATER PIPE
904 LF
$105.00
$94,920.00
904
$94,920.00
6
CONNECTION TO EXISTING 4"-12" WATER
2 EA
$1,900.00
$3,800.00
2
$3,800.00
MAIN
7
8" GATE VALVE & BOX
1 EA
$2,540.00
$2,540.00
1
$2,540.00
8
TRAFFIC CONTROL
1 MO
$4,800.00
$4,800.00
1
$4,800.00
9
REMOVE & REPLACE CONCRETE PAVEMENT
25 SY
$200.00
$5,000.00
25
$5,000.00
- -
Sub -Total of Previous Unit
- - - - - - - - - - - - - - - - -
$146,720.40
$146,720.40
UNIT
H: SANITARY SEWER IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
LARGE STONE RIPRAP, DRY
229 SY
$96.00
$21,984.00
229
$21,984.00
Thursday, April 24, 2025
Page 2
of 5
City Project Numbers 104657 DOE Number 4657
Contract Name HAMPTON TRACT PHASE 3 Estimate Number I
Contract Limits Payment Number 1
Project Type WATER & SEWER For Period Ending 3/21/2025
Project Funding
2
POST -CCTV INSPECTION
1697 LF
$3.00
$5,091.00
1697
$5,091.00
3
MANHOLE VACUUM TESTING
8 EA
$145.00
$1,160.00
8
$1,160.00
4
TRENCH SAFETY
1697 LF
$1.00
$1,697.00
1697
$1,697.00
5
TRENCH WATER STOPS
4 EA
$400.00
$1,600.00
4
$1,600.00
6
IMPORTED EMBEDMENT/BACKFILL, CSS
140 LF
$54.00
$7,560.00
140
$7,560.00
7
20" STEEL CASING BY OPEN CUT
150 LF
$200.00
$30,000.00
150
$30,000.00
8
20" CASING BY OTHER THAN OPEN CUT
35 LF
$1,359.00
$47,565.00
35
$47,565.00
9
4" SEWER SERVICE
43 EA
$1,520.00
$65,360.00
43
$65,360.00
10
8" SEWER MAIN
1319 LF
$64.00
$84,416.00
1319
$84,416.00
11
8" DIP SEWER MAIN
378 LF
$122.00
$46,116.00
378
$46,116.00
12
EPDXY MANHOLE LINER
29 VF
$420.00
$12,180.00
29
$12,180.00
13
4' MANHOLE
8 EA
$4,600.00
$36,800.00
8
$36,800.00
14
EXTRA DEPTH MANHOLE(>6.0')
47 VF
$217.00
$10,199.00
47
$10,199.00
--------------------------------------
Sub -Total of Previous Unit
$371,728.00
$371,728.00
Thursday, April 24, 2025 Page 3 of 5
City Project Numbers 104657
Contract Name HAMPTON TRACT PHASE 3
Contract Limits
Project Type WATER & SEWER
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Total Contract Price
DOE Number 4657
Estimate Number 1
Payment Number 1
For Period Ending 3/21/2025
$758,447.20
$1,560.00
$760,007.20
Total Cost of Work Completed $760,007.20
Less % Retained $0.00
Net Earned $760,007.20
Earned This Period $760,007.20
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
$760,007.20
Thursday, April 24, 2025 Page 4 of 5
City Project Numbers 104657
Contract Name HAMPTON TRACT PHASE 3
Contract Limits
Project Type WATER & SEWER
Project Funding
Project Manager NA
Inspectors G.DEYON / M.CAIN
Contractor BURNSCO CONSTRUCTION, INC.
6331 SOUTHWEST BLVD
FORT WORTH, TX 76132
DOE Number 4657
Estimate Number I
Payment Number 1
For Period Ending 3/21/2025
City Secretary Contract Number
Contract Date
Contract Time 110 WD
Days Charged to Date 176 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 $760,007.20
Less % Retained $0.00
Net Earned $760,007.20
Earned This Period $760,007.20
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
$760,007.20
Thursday, April 24, 2025 Page 5 of 5
r �
REVIEWED
By George Marqeuez, P.E. at 11:51 am, Mar 31, 2025
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
PROJECT NAME.
Hampton Tract Phase 3
CHANGE
CONTRACT
A -Water Improvements ORDER No:
CFA #
23-0047 CITY PARTICIPATION No
CITY PROJECT #
104657
DOE #
1A
WATER PROJECT #
30114.0200431.104657-EO7685
SEWER PROJECT#
30114.0200431.104657.EO7685
FILE #
X•27756
INSPECTOR:
Phone No:
PROJECT MANAGER:
George Marquez Phone No: 817 392 8826
I CONTRACT UNIT
WATER
aEWER
I PAVING DRAINAGE
STREETUGHTS I
CONTRACT
Devclopor
j
Developer Developer
Develop.,
DAYS
oeveloperCost
C COat
cost
I City.CGft ..
Cost Coll? Cost
Ooet _
Coat
G 'Cott
ORIGINAL CONTRACT
$386,719.20
SJ71,726.00
5869,Sb8.66 6187,J11.b0
$117.16d.12
EXTRAS TO DATE
1
CREDITSTODATE
CONTRACT TO DATE
5356,7t9.20
60.00
S31L728AO
50100
$1149,658.1{6 5187, 311.60
".0
$117.1(1 50.00
110
Afd}O�IINDT`O(F PROP. CHANGE ORDER
RfOTAL A/2W..XA�� AMOUNT
SJO71,27410
SO."
S371,12E.00
70.00
$849,666.4 6107,311.60
p:00
S117.164.12 - 50.4
110
PER UNIT
5388,279.20
I..,.
5371.724,00
S8496668.46 614T.2t1.60
t117.1M.12
REVISED COST SHARE
C.$1,914,041.47
TOTAL REVISED CONTRACT
I $1,914,041A7
You are directed to make the followlnp changes in the controcl documents
CITY a D STEM
PAY ITEM
8
OUANTDY
UNIT
�rSCJt
UNMPRICE
TOTAL
8
331210
t
E4
1" er rnca� q n1
$1.560.00
$1.560.00
TOTAL
St.560 00
REASONS FOR CHANGE ORDER
I7rlpellon service added for open space area
NO CITY FUNDS INVOLVED IN IRIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100%OF THE CHANGE OR DER COST AND NO
REIMBURSEMENT FROM THE CITY WILL DE SOUGHT BY THE DEVELOPER.
Revised: 10-12-2011
Pepe 1
RECOMMENDED:
APPROVED
APPROVED:
near)
(On�obpnr
(Contractor)
`(///y�Ifr1Y
BY: IV411—- �By.
Name: c.+4� �aP`>
Name: =���-b
—.
By-
Nae: AlbertPGr/an"tMgaLs I
Tole: Prv,cal- /•IA.I(A r
Vice President
Tllle: �G,i/Dw.�b.�,��
We:
APPROVAL RECOMMENDED:
APPROVED:
APPROVED AS TO FORM AND LEGALITY:
CFW - Sponsoring Deparfmm;t
CFW- Asstster4 CNy Manager
CFW - AssistarN City Attorney
By: N/A
By: N/A
BY: N/A
Name:
Name:
Name.
Title:
We:
Title
RECOMMENDED:
Cr-✓ 'CordractC Ran Manager ATTEST
By:: Q 8 �J — � N/A
Name//G Gorge Marau Z Jannelle S. Goodell
nue:-CFW Project Manager Clly Secretary
M&C Number: `NJ,Q
MBC[)at,,Approved: N/A
Contract Compliance Manager (Project Manages):
By signlnp I acknowledge Anal A am the person responsible
for the monlloring and adminlstratlon of this contract, Include
enswing all performance and reporting requirements.
❑+ There are NO city Funds associated wllh this Contract
El There are Cly Funds assoclated with Ants Contract
i
REVIEWED I"
By George Marqeuez, P.E. at 11:51 am, Mar 31, 2025
Revlsed: 10-12.2011
Page 2
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
FID #
SEWER PROJECT #
FILE #
INSPECTOR:
PROJECT MANAGER:
ORIGINAL CONTRACT
EXTRAS TO DATE
CREDITS TO DATE
CONTRACT TO DATE
AMOUNT OF PROP. CHANGE ORDER
REVISED CONTRACT AMOUNT
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
REVISED COST SHARE
TOTAL REVISED CONTRACT
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
Hampton Tract Phase 3
Street Light Revision
23-0047
104657
30114-0200431-104657-EO7685
X-27756
W-2928
George Marquez
WATER
Developer
Cost
$386,719.20
$1,560.00
$0.00
$388,279.20
$0.00
$388,279.20
CHANGE
ORDER No:
CITY PARTICIPATION:( NO
Phone No:
Phone No: 817-392-6826
CONTRACT
UNIT X: OFFSITE
STREETLIGHTS
CLEBURNE
CROWLEY
ROAD
SEWER
DRAINAGE
PAVING
Developer
Developer
Developer
City Cost
Cost
City Cost
Cost
City Cost
Cost
City Cost
$0.00
$371,728.00
$0.00
$187,311.50
$0.00
$849,558.65
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$371,728.00
$0.00
$187,311.50
$0.00
$849,558.65
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$371,728.00
$0.00
$187,311.50
$0.00
$849,558.65
$0.00
STREET
Developer
Cost
$117,164.12
$0.00
$0.00
$117,164.12
($11,054.00)
$106,110.12
$388,279.20 $371,728.00 $187,311.50 $849,558.65 1
Dev. Cost: $1,902,987.47 City Cost: 0000.00
$1,902,987.47
LIGHTS
City Cost
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$106,110.12
(CONTRACT
i DAYS
110
0
0
110
0
110
Revised: 12-17-2018 Page 1
Unit V - C: Streetlight Improvements (Offsite - Old Cleburne Crowley)
You are directed to make the following changes in the con+ract documents
CITY BID ITEM
PAY ITEM #
#
QUANTITY
UNIT
ITEM DESCRIPTION
UNIT PRICE
TOTAL
1
2605.3015
(200.00)
LF
2" CONDT PVC SCH 80(T)
$
21.52
(4,304.00)
2
3441.141
(400.00)
LF
NO 10 Insulated Elec Condr
$
6.03
(2,412.00)
3
3441.1646
(2.00
EA
Furnish/Install Type 33B arm
$
398.00
(796.00)
4
3441.305
2.00
EA
Furnish/Install LED Lighting Fixture (70W ATBO)
$
563.00
1,126.00
5
3441.3301
(2.00)
EA
Rdwy Illum Assmbly TY 18
$
3,102.00
(6,204.00)
6
3441.3003
(2.00)
EA
Rdwy Illum assmbly TY 18, 18A, 19, AND D-40
$
2,327.00
(4,654.00)
7*
3441.3302
3.00
EA
Type 33B Arm Wood Pole Arm
$
1,200.00
3,600.00
8'
3441.1401
370.00
LF
NO 6 Triplex OH Insulated Elec Condr
$
7.00
2,590.00
SUBTOTAL
11,054.00)
TOTAL
�11,054.00)
Asterisk (") indicates New Pay Item
REASONS FOR CHANGE ORDER
Oncor overhead lines in conflict with light pole foundations on North side of Cleburne -Crowley Rd. Lights must be moved onto Oncor poles.
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.
Revised: 12-17-2018 Page 2
RECOMMENDED:
Shietdlbeering
By: /I {'�
Name: eftle6 ✓LfA^
Title: Proiec+ IVIC-O er-
APPROVAL RECOMMENDED:
CFW - Sponsoring Department
By: N/A
Name:
Title:
RECOMMENDED:
CFW - *Contract Compliance Manager
//
Name: Andrew Goodman, PE
Title: IPRC Engineering Manager
M&C Number: N/A
N/A
M&C Date Approved:
APPROVED: APPROVED:
DR Norton Independen lity Construction
By � � e- By:
Narr��-r-' Name: Richard Wolfe
Title: I/. le l ��� _ Title: President
APPROVED:
CFW - Assistant City Manager
N/A
By:
Name:
Title:
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Attorney
N
By: /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 [] There are NO City Funds associated with this Contract
❑ 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.3
CITY PROJECT NUMBER: 104657
WATER
PIPE LAID SIZE TYPE OF PIPE LF
C900 8" PVC 1616
C900 (Offsite) 8" PVC 904
FIRE HYDRANTS 3 VALVES (16" OR LARGER; N/A
PIPE ABANDONED SIZE TYPE OF PIPE LF
N/A
DENSITIES;
Yes
NEW SERVICES:
1"
Copper (Irrigation)
5
1"
Copper (Domestic)
43
SEWER
PIPE LAID
SIZE
TYPE OF PIPE
LF
SDR26
8"
PVC
1319
SDR26
8"
DIP
378
PIPE ABANDONED SIZE TYPE OF PIPE LF
N/A
DENSITIES; Yes
NEW SERVICES: 4" PVC 43
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
April 7, 2025
Burnsco Construction, Inc.
6331 Southwest Blvd.
Benbrook, TX. 76132
RE: Acceptance Letter
Project Name: Hampton Tract Ph.3
Project Type: water, sewer, paving, drainage, street lights
City Project No.: 104657
To Whom It May Concern:
On March 31, 2025 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 March 31, 2025,
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)-
392-6826.
Sincerely,
George Marquez, Project Manager
Cc: Matt Cain, Inspector
Gary Deyon, Inspection Supervisor
Edward D'Avila, Senior Inspector
Andrew Goodman, Program Manager
Shield Engineering Group, Consultant
Burnsco Construction, Inc., Contractor
D.R Horton, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 08/20/19
AFFIDAVIT
STATE OF TEXAS
COUNTY OFTARRANT
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 3 - Water, Sanitary Sewer and Storm Drain
BY 0 )
Ab Grantges�act Manager
Subscribed and sworn before me on this date 24th of April, 2025.
Notary Public
Tarrant County, Texas
z ►aY A�$� CESILIA CANALES
Notary 10 #131652996
�a F My Commission Expires
yTEpF t�} July 24, 2026
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
Bond No 022238142
PROJECT:
(name, addresS)Hampton Tract Phase 3 -Water, Sanitary Sewer, Drainage Improvements
Fort Worth TX
TO (Owner)
ID.R. HORTON -TEXAS, LTD AND CITY OF FORT ARCHITECT'S PROJECT N0:
WORTH CONTRACT FOR:
6751 North Freeway Hampton Tract Phase 3 - Water, Sanitary Sewer, Drainage
y Improvements
Fort Worth TX 76131 �f CONTRACT DATE:
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 FIRE 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 there insert name and address of owner)
D.R. HORTON - TEXAS, LTD AND CITY OF FORT WORTH
6751 North Freeway
Fort Worth TX 76131 , OWNER,
as set forth in the said Surety Company's bond,
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this 25th day of March, 2025
LIBERTY MUTUAL FIRE INSURANCE COMPANY
Surety Company
Attest: ,°J I,,,,a � r f1�.r TI
(Seal): Signa e of Authorized Representative
SnnhiniP Hunter Attornev-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.
Liberty
Liberty Mutual Fire Insurance Company
Mutu L Wausau, Wisconsin Certificate No; 8205468-022020
SURETY POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: Liberty Mutual Fire Insurance Company, being a Wisconsin Corporation having its principal office in the City of Wausau, State of
Wisconsin does hereby make, constitute and appoint Don E. Cornell; Joshua Saunders; Kelly A. Westbrook; Mikaela Peppers; Ricardo J. Reyna; Robbi Morales; Sophinie
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 attorneys) -in -fact, with full
power and authority hereby conferred in theirlits name, place and stead, to sign, execute, acknowledge and deliver in their/its behalf, and as their/its act and deed, without power of
redelegation, as follows:
Bonds, undertakings, recognizances, contracts of indemnity, and all other surety obligations, as required, unlimited as to Dollar amount
and to bind the Company(ies) making this appointment thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the
Company(ies), and all the acts of said attorney(s), pursuant to the authority herein given, are hereby ratified and confirmed.
AUTHORITY FOR MAKING APPOINTMENT OF ATTORNEYS -IN -FACT
Appointment of Attorneys -in -Fact by Liberty Mutual Fire Insurance Company are made pursuant to Article V, Section 10 of Liberty Mutual Fire Insurance Company's By -Laws, as
amended and by Unanimous Consent of the Board of Directors dated May 21st, 2013. Further, the President of Liberty Mutual Fire Insurance Company, executed a Delegation of
I di (Authority and authorized the assistant secretary signing below to appoint attorneys -in -fact as may be necessary to act on behalf of Liberty Mutual Fire Insurance Company to make
(D execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances, and other surety obligations.
cc IN WITNESS WHEREOF, Liberty Mutual Fire Insurance Company has caused these presents to be signed by its authorized representatives, and its Corporate Seal to be hereto affixed,
to this 23rd day of April 2021
Z3
V
0;
7
_ •U)
o a)
— L
�o
0.2
c�
N
CCo al
a5 State of PENNSYLVANIA
County of MONTGOMERY
Ni
c E
Liberty Mutual Fire Insurance Company m tr
,%RE 1NSG U
20
g 1908
Ca �_
rd COS a By: pCO
d�y7 * d David M. Carey, Assistant Secretary 0-0
S
� •is
cE
' ,� I, n lr p p
`a�
Attest: �--�. o
Heather B. Magee o 0
o N The foregoing instrument was acknowledged before me this 23rd day of April 2021 by David M. Carey
"— L insurance Company.
13
T
> a)
Commonwealth of Pennsylvania Notary Seal
... i=�oww;
��,
-
Teresa Pastella, Notary Public
Z U
p,,r`t U@'
Montgomery
OF
County
My commission expires March 21, 2021
'1 °y0i PCs
Commission number 1126044
Member, Pennsylvania Association of Notaries
Ctry
CERTIFICATE
L 04
O N
3 °O
O N
rlM,
an authorized representative of Liberty Mutual Fire Insurance o 0
c0'
Ca
a f6
U
9 0 dJ
By: L10or /lLd LC.r<�ar> IL n
O �
Teresa Pastella, Notary Public
1, the undersigned, an Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct
copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney was one of the officers or officials
specially authorized by the Board of Directors to appoint attorneys -in -fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance
Company dated May 21, 2013.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire
Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was
VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such
power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to
any surety undertakings, bonds, recognizances and other surety obligations to which it is attached.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, affixed, this 25th day of March 2025
FARE INSG
JQ�'400.PORgrRgy
Fo m B
1908 n y'
o Renee C. Llewellyn, Assistant Secretary
~d �scoNs`� a3
LMS-22023 03P21
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 I I-1A)
P. O. Box 149091
Austin, TX 78714-9091
FAX: (512) 490-1007
Web: httn://www.tdi.texas.izov.
E-mail: ConsumerProtectionntdi.texas.aov
PREMIUM 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 companias, coberturas, derechos o
quejas al
1-800-252-3439
Puede escribir al Departamento de Seguros
de Texas Consumer Protection (111-1A)
P. O. Box 149091
Austin, TX 78714-9091
FAX # (512) 490-1007
Web: http://www.tdi.texas.gov.
E-mail: ConsumerProtectionVtdi.texas.eov,
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.