HomeMy WebLinkAboutContract 60443-FP1FORT WORTH®
-FPlCity Secretary
Contract No. 60443 ------
Date Received 9/17/2025
9/24/2025
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: Westpoint Blvd and N Indigo Dr
City Project No.: 104118
Improvement Type(s): � Paving □Drainage □Street Lights □Traffic Signals
Original Contract Price:
Amount of Approved Change Order(s):
Revised Contract Amount:
Total Cost of Work Complete:
uiaMcQuie11
I eia Mc9uieo /Seo u zozs M·nos CPD
Contractor
VP Operations
Title
Gilco Contracting, Inc
Company Name
Adrian A@n1a /Ser 17 2025 14-44·2§ cpJ)
Project Inspector
Project Manager
CFA Manager
121'-?n...... I aureo Prieur {See 17 202515?5W CPil
TPW Director
Asst. City Manager
09/17/2025
Date
09/17/2025
Date
09/17/2025
Date
09/17/2025
Date
09/17/2025
Date
09/17/2025
Date
$3,477,671.95
$1,800.84
$3,479,472.79
$3,479,472.79
Page 1 of 2
Notice of Project Completion
Project Name: Westpoint Blvd and N Indigo Dr
City Project No.: 104118
City's Attachments
Final Pay Estimate 0
Change Order(s): 0 Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid �
Consent of Surety ��
Statement of Contract Time
Contract Time: 180 WD Days Charged: 242 WD
Work Start Date: 1/11/2024 Work Complete Date: 2/25/2025
Completed number of Soil Lab Test: 1083
Completed number of Water Test: 31
Page 2 of 2
FORTWORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name MORNINGSTAR-WESTPOINT BLUD. & NORTHINDIGO SKY DRIVE
Contract Limits
Project Type PAVING
City Project Numbers 104118
DOE Number 4118
Estimate Number 1 Payment Number 1 For Period Ending 2/25/2025
WD
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor GILCO CONTRACTING, INC.
6331 SOUTHWEST BLVD.
BENBROOK � TX 76132-1063
Inspectors D. WATSON / A. ARANDA
Contract 15me g��
Days Charged to Date �4�
Contract is 100.00 Complete
Monday, March 24, 2025 Page 1 of 5
City Project Numbers 104118 DOE Number 4118
Contract Name MORNINGSTAR-WESTPOINT BLVD. & NORTHINDIGO SKY DRIVE Estimate Number 1
Contract Limits Payment Number 1
Project Type PAVING For Period Ending 2/25/2025
Project Funding
UNTI' IV: PAVING IMPROVEMENTS
Item Description of Items
No.
1 7.5" CONC. PVMT (INDIGO SKY DRIVE) - 4,000
PSI
2 8" LIME TREATMENT
3 HYDRATED LIME (CO#1)
4 7.5" "STAMPED" CONC. PVMT (11-FT. WIDTH-
DIAMETER) CENTRAL ISLAND, (WESTP
5 8" LIME TREATMENT
6 HYDRATED LIME
7 7" CONCRETE CURB (CENTRAL ISLAND CURB)
8 9.0" CONC. PVMT (WESTPOIN1� -4,000 PSI
(#4@ 18)
9 8" LIME TREATMENT
10 HYDRATED LIME
11 4" OR 6" SPLITTER ISLAND (ROUND -ABOUT)
12 10" STAMPED COLORED CONCRETE CROSS-
WALK
13 5-FOOT, 4" CONCRETE SIDEWALK
14 6-FOOT, 4° CONCRETE SIDEWALK
15 TRANSITION AREA 6' CONCRETE SIDEWALK
16 10-FOOT, 4" CONCRETE SIDEWALK
17 BARRIER FREE RAMP-TYPE P-1 (MODIFIED)
18 BARRIER FREE RAMP-TYPE M-2
19 BARRIER FREE RAMP-TYPE C-2
20 WHITE STOP BAR
21 6" YELLOW SOLID (DOUBLE)
22 6" WHITE SOLID
23 6" WHITE DASH W/ TYPE II CR 4" RPM'S
24 8" WHITE SOLID - ROUND -ABOUT
25 8" WHITE SOLID - 2" DASH --ROLTND-ABOUT
26 8" WHITE SOLID - 3" DASH - ROUND-ABOUT
27 12" WHITE SOLID CROSSWALK STRIP
28 18" WHITE SOLID
29 18" YELLOW SOLID
Estimated Unit Unit Cost Estimated Completed Completed
Quanity Total Quanity Total
3968 SY $61.95 $245,817.60 3968 $245,817.60
4226 SY $4.50 $19,017.00 4226 $19,017.00
214 TN $288.60 $61,760.40 214 $61,760.40
323 SY $255.55 $82,542.65 323 $82,542.65
344 SY
5 TN
230 LF
25650 SY
$4.50 $1,548.00 344 $1,548.00
$288.60 $1,443.00 5 $1,443.00
$35.95 $8,268.50 230 $8,268.50
$73.05 �,873,732.50 25650 1,873,732.50
27317 SY $4.50 $122,926.50 27317 $122,926.50
547 TN $288.60 $157,864.20 547 $157,864.20
1189 SF $3030 $36,026.70 ll89 $36,026.70
1761 SF $30.30 $53,35830 1761 $53,358.30
250 SF
4828 SF
1780 SF
79004 SF
14 EA
8 EA
4 EA
22 LF
430 LF
2958 LF
6590 LF
770 LF
220 LF
41 LF
324 LF
1514 LF
31 LF
$6.00 $1,500.00
$6.00 $28,968.00
$6.00 $10,680.00
$6.00 $474,024.00
$2,950.00 $41,300.00
$3,060.00 $24,480.00
$1,300.00 $5,200.00
$16.80 $369.60
$4.35 $1,870.50
$2.20 $6,507.60
$2.90 $19,111.00
$2.70 $2,079.00
$2J0 $594.00
$2.70 $110.70
$8.55 $2,770.20
$12.05 $18,243.70
$12.05 $373.55
250 $1,500.00
4828 $28,968.00
1780 $10,680.00
79004 $474,024.00
14 $41,300.00
8 $24,480.00
4 $5,200.00
22 $369.60
430 $1,870.50
2958 $6,507.60
6590 $19,111.00
770 $2,079.00
220 $594.00
41 $110.70
324 $2,770.20
1514 $18,243.70
31 $373.55
Monday, March 24, 2025 Page 2 of 5
City Project Numbers 104118 DOE Number 4118
Contract Name MORNINGSTAR-WESTPOINT BLVD. & NORTHINDIGO SKY DRIVE Estimate Number 1
Contract Limits Payment Number 1
Project Type PAVING For Period Ending 2/25/2025
Project Funding
30 WORDS AND ARROW 28 EA $788.25 $22,071.00 28 $22,071.00
31 24" WHITE CONTRAST CROSSWALK 89 LF $26.75 $2,380.75 89 $2,380.75
32 STREET BARRICADE TYPE III (STREET DEAD 176 LF $50.00 $8,800.00 176 $8,800.00
ENDS)
33 EMBANK PLAN (PARKWAY/MEDIAN 0 CY $52.00 $0.00 0 $0.00
ACCEPTABLE BACKFILL) (CO#1)
34 BLOCK SOD PLACEMENT (CENTRAL ISLAND 0 SY $5.92 $0.00 0 $0.00
IN ROUND-ABOU'1� (CO#1)
35 SEED HYDROMULCH (PARKWAYS AND 0 SY $1.53 $0.00 0 $0.00
MEDIANS) (CO#1)
36 FURNISH/INSTALL GROLTND MOLTNT POST, 0 EA $350.00 $0.00 0 $0.00
i.JNLESS AT THE INTERSETION, MOUNT TO
37 STREET NAME PLATE FOR STREET 0 EA $695.00 $0.00 0 $0.00
INTERSECTION (D3-1) (CO#1)
38 MISCELL SIGN WTTH STEEL POST (SEE SHEET 0 EA $415.00 $0.00 0 $0.00
86) (CO#1)
39 BRANDON INDUSTRIS SIGHNS AND POST 53 EA $2,410.00 $127,730.00 53 $127,730.00
(CO# 1)
40 HAUL DIRT ON STTE FOR BACKFILL (CO#1) 2 DY $2,900.00 $5,800.00 2 $5,800.00
41 8° LIME TREATMENT (CO#1) 31887 SY $0.32 $10,203.84 31887 $10,203.84
Sub-Total of Previous Unit �3,479,472.79 $3,479,472.79
Monday, March 24, 2025 Page 3 of 5
City Project Numbers 104118 DOE Number 4118
Contract Name MORNINGSTAR-WESTPOINT BLVD. & NORTHINDIGO SKY DRIVE Estimate Number 1
Contract Limits Payment Number 1
Project Type PAVING For Period Ending 2/25/2025
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
$3,477,671.95
$1,800.84
Total Contract Price $3,479,472.79
Total Cost of Work Completed $3,479,472.79
Less % Retained $0.00
Net Earned $3,479,472.79
Earned This Period $3,479,472.79
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
$3,479,472.79
Monday, March 24, 2025 Page 4 of 5
City Project Numbers 104118 DOE Number 4118
Contract Name MORNINGSTAR-WESTPOINT BLVD. & NORTHINDIGO SKY DRIVE Estimate Number 1
Contract Limits Payment Number 1
Project Type PAVING For Period Ending 2/25/2025
Project Funding
Project Manager NA
Inspectors D. WATSON / A. ARANDA
Contractor GILCO CONTRACTING, INC.
6331 SOUTHWEST BLVD.
BENBROOK � TX 76132-1063
City Secretary Contract Number
Contract Date
Contract Time 85 WD
Days Charged to Date 242 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
Less % Retained
Net Earned
Earned This Period $3,479,472.79
Retainage This Period $0.00
Less Liquidated Damages
� Days @ $0.00 / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$3,479,472.79
$0.00
$3,479,472.79
$0.00
$0.00
$0.00
$0.00
$0.00
$3,479,472J9
Monday, March 24, 2025 Page 5 of 5
v
N
O
N
N
w Z W,^ �,
� v W T
Ll.� 0
2 � _ � Z
Uo VO
0
Z
W
�
Q'
0
v� O
� a
0 �
Z U
H
� Q
� �
Z }
C ~
m U
0
J
m
� Lf� L[7
Z � �
a Ll.� ll.�
� a0 00
w
� � �
V V
� � O O
� Z � �
� > r� c�-�
� a o 0
Z � N N
Z w N � V � �
O Q' O
Q' � Q � � O
�(n N� Z r�i M Y
� �
H H
�t
� H W W
� �
Z �
� Q � d �
w� a�*ww�
O Z Q � w ~ �
� Q w
d �U U U � � � �
>
O
> N
O �
. �
N �
(Q �
X
� O
O �
3 0
.. �
`o
w �
� �
�
C @
f6 �
C �
� o
¢ c�
� N
� N
M M
ti ti
� �
Z Z
� �
C C
L �
aa
w
�
N
W
�
Z �
Q �
W
Q �
Q O
�
W
�
Q
Z
� �
H ~
U U
W w
a�
� O
Z �
d
�
U
N
� Q � o o �
zo
0
U
po 0
� V o 0
� T o 0
_ .. v� v�
� U
J p
W w
W
�
� a o 0
o � �
m ..
a�i o 0
� U o
0
N �
� O O
U
� � �
w V
a �
Z �
� �
o � o 0
Q o 0
° � �
d..
do
❑ U
0 0 0 �
F U � � p
Z � � � � U rn
n
= t7 V w «
N
(~j Z v V �
rn
� a � O1• v�`• v ti
Z `y °D N M �
a � o o � o � w r�
� o r- o o � � rn '�
> H v w w�� a
m o rS ai ai
p U t» ta ta
O o 0
V o 0
T � � �
d. U N
W o a
W � ;'
y �
d o o �
a
0 0 0
N a+ � �
N O
� U
N
0 0 0
V o 0
T � �
a, U
w o
F o
Q o
3 �
a o o �
o � � U
v� v�
� U O
�
� Z
W �
�
H
o � a � �
j U
Z �� F v=i O
2 Q ~ Z ~ V
U W U� O� O W
�Q H U U K U N
� Q � � � W a W W
Z o o O a Z m m �
O� O V� O K � H
Z � H � Z W J O
�� o � � �n a �
� w z o > o
O W U � Q � ~
W
�
�
,
W
�
u'�
N
O
N
�C!
O
i
m
�
�
�
N
�1'i
�
�
7
O
L
�
i
�
�
L
0
�
�
�
m
�
�
�
a
U
? � a>
0 �
ci �
z •'-
U � �
� � � �
T N
F � C
W 0 O �
o � � a
� U �
a
J � Y
Q f7 Oo Z F
N
C
N
E
�
U
O
�
U
N
C
0
U
N
.t-�
C
a�
L
N
Y
N
�
O
�
a>
�
'6
�
m
O
}
�
N
w
N
r
C
N
N
01
C
R
L
� V
W i
0.' u�i
O y
l!A c�
� L
Z C
a O
_ �
U �
0.' ur
O �
LL
N N
Z E
O °1
y •—
W c
� lL
U
J
J
� �
Z �
W
� �
a
O ��
w
w = c
G V` �
G O E 'w
� W Y �
O J d
� a N
a
a � >. m �
Q LL 0� Z H
U
z
i�
Z w
W �) V d
W W U
Z
W Z /
� W � � C
V W � � a��i
� � F d
N �
m � �
(E
Z
�������T��
TRANSPORTATION AND PUBLIC WORKS
February 27, 2025
Gilco Contracting Inc
6331 Southwest Blvd
Benbrook TX 76132
RE: Acceptance Letter
Project Name: Westpoint Blvd and N Indigo Dr
Project Type: Paving
City Project No.: 104118
To Whom It May Concern:
On February 27, 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 February 27,
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 P.E , Project Manager
Cc: Adrian Aranda , Inspector
Donald Watson , Inspection Supervisor
Aaron Ybarra , Senior Inspector
Andrew Goodman , Program Manager
Welch Engineering INC, Consultant
Gilco Contracting, Contractor
FG Aledo Development LLC, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Signature: ��k!�
Donald Watson (Sep ll, 202515:0035 CDT)
Email: Donald.Watson@fortworthtexas.gov
Rev. 08/20/19
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 Rob Taylor,
Accounts Receivable of Gilco Contracting, Inc., 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, Texas has been paid in full;
That there are no claims pending for personal injury and/or
property damages;
On Contract described as Paving Improvements to serve:
Morningstar — Westpoint Parkway
. ,�°
�
�
�'.� .�/�
.� . _
`�
�
,�
BY: Rob �'avlor
Subscribed and sworn before me on this 17th of February , 2025.
� ,,,��„--_y""'
OpP�P�6(�i KASSANDRA CANALES
���a:.�y� o_ Notary Public, State of Texas
; ;.'•.' `..+P; Comm. Expires 01-23-2027
� �'�; ;���``� Notary ID 134158873
,�_
Notary Public
Tarrant County, TX
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
OWNER ❑
ARCHITECT ❑
CONTRACTOR ❑
SURETY ❑
OTHER
Bond No Q22236956
PROJECT:
(name, 8ddf2SS)Westpoint Boulevard and North Indigo Sky Drive - Paving Improvements
TO (Owner)
FM 3325 & Gladstone Dr
IFG ALEDO DEVELOPMENT, LLC OBO
MORNINGSTAR MUNICIPAL UTILITY DISTRICT
1308 Norwood Drive, Suite 200
Bedford TX 76022
CONTRACTOR: GILCO CONTRACTING, INC.
TX
� ARCHITECT'S PROJECT NO:
CONTRACT FOR:
Westpoint Boulevard and North Indigo Sky Drive - Paving
Improvements
.� CONTRACT DATE:
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated abave, tha
(here insert nama and address of Surety Companyl
LIBERTY MUTUAL INSURANCE COMPANY
175 Berkeley Street
Boston MA 02116 , SUFi�T"Y i;OMPANY
on bond of (here insert neme and address of Contractor)
GILCO CONTRACTING, INC.
6331 Southwest Boulevard
Benbrook TX 76132 , ���"�i�ACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor s1;;z11 not relieve
the SureTy Company of any of its obligations to (here insert name and address of Owner)
FG ALEDO DEVELOPMENT, LLC OBO MORNINGSTAR MUNICIPAL UTILITY DISTRICT
1308 Norwood Drive, Suite 200
Bedford TX 76022
as set forth in the said Surety Company's bond.
IN WIT'NESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest: .a-t�m.�.. i'`yrx,,t';.���_re.....,__.
(Seal):
17th day of February, 2025
, OWNER,
LIBERTY MUTUAL INSURANCE COMPANY
Sure Company
Signa e of Authorized Representative
�Qphinie H�mter Attornev-in-Fact
Title
NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAYIT OF PAYMENT OF DESTS AND CLAIMS,
Current Edition __
ONE PAGE
�
r�!s
#����'�i i ` I
/�`�, 1
l �
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 Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
Certifcate No: 82Q5467-022020
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organizetl under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organizetl 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 collecfively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Don E.
Comell; Joshua Saunders; Kelly A. Westbrook; Mikaela Peppers; Ricardo J. Reyna; Robbi Morales; Sophinie Hunter; Tina McEwan; Tonie Petranel<
all of the city of Dallas state of TX each individually if there be more than one named, its true antl lawful attorney-in-fact to make,
execute, seal, acknowletlge and deliver, for and on its behalf as surety antl as its act and tleed, any and all undertakings, bonds, recognizances antl other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signetl by the presitlent antl 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
N
�
�
c
c�
� State of PENNSYLVANIA
a, County of MONTGOMERY
Liberty Mutual Insurance Company
P� 1NSU,pq P�,�{Y WSU� � �Nsu,pq The Ohio Casualty Insurance Company
,�J �pRPORqp �� yJ GORp�RqT 9y \G��ORP�R9r y� WestAme�an InsuranceCompany
J 3 Fo m Q' 3 `�o c� p r �o �
� 1912 0 0 1919 � � 1991 0 // �'� ,,,,�- >
���sS 4 C H U5�IC. daS' y0a� h• A M 45��� a�O �! � H D I A NP D (�,. r"�'js X� r r�'r/,.
ej� * F� �H1 * ��a s�M * ��d gy. � ,%'" _
David M. Carey, Assistant Secretary
� �
��
�� On this 23rd tlay of April , 2021 before me personally appeared David M. Carey, who acknowledgetl himself to be the F�ssistant Secretary of l.iberty Mutual Insurance ��
�� Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrwnent for the purposes �=
�� therein contained bv sianina on behalf of the corporations bv himself as a dulv authorized officer. �' �
i�
�
�'�
C6
O �
�
dj O
O ,�
c�
aS �
��
cv �
��
� �-
o .�
E.:
IN WITNESS WHEREOF, I have hereunto subscribed my name antl affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. ��
�� � y� a Q
Y�, �y��;`�- e� Commonwealth of Pennsylvania - Notary Seal . >,_
�, �? � �^� t
Teresa Pastella, Notary Public � N'�
� �°�� �,� � �� Niontgomery County � /� � �
� My Commission expires Maroh.28, 2025 BY� ,f:� ���,.{� p d
� �r � Commission number 1126044 � ---- --- �--
�5°��.�� 1�:�?;� a��� Member,PennsylvaniaAssociationofNotaries eresa Pastella, Notary Public _ �. Q o0
�, �a�� ;��; y,<<' � �r
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 ��
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: o�
a
ARTICLE IV— OFFICERS; Section 12. Power of Attorney. `o 0
Any offcer 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 -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 antl deliver as surety � C°
any and all undertakings, bontls, 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 antl to attach thereto the seal of the Corporation. When so executed, such o a�
instruments shall be as binding as if signetl by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the ��
provisions of this article may be revoked at any time by the Board, the Chairman, the Presitlent or by the officer or officers granting such power or authority. � Q
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any o�cer 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 antl other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have fuli power to bind the
Company by their signature antl execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as bintling 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 antl all untlertakings, bonds, recognir.ances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproducetl 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 bontls, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersignetl, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutua! Insurance Company, antl 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 Aftorney executetl by saitl Companies, is in full force antl effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 17th day of February , 2025 .
y 1NSUR �,ZY INSU � iNSU,q
�JQ'�oaPORqr'9'L� yJP'4�RPOq,qr�2 \VPGp�tPORqTA�'C�
�� Fo rn Q= Fo c� � r `o cn ���_
1912 � 0 1919 � � 1991 �
Y 95, ,l`" S� y 26' Q-� O Q . y� B�/ • - .
dd SA�H�S� aa °``"AMes� aa �s '"o,ANP aa Renee C. Llewellyn, Assistant Secretary
�i> * �� �y1 * }�� d,H * 1�P
LMS-12873 LMIC OCIC WAIC Multi Co 02/21
"�
s" `� ��
.�
M�� �
TEXAS
IMPORTANT NOTICE
To obtain information or nzake 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 Departinent of Insurance
Consumer Protection (ll 1-lA)
P. O. Box 149091
Austin, TX 78714-9091
FAX: (512) 490-1007
Web: httb://www.tdi.texas.gov
E-mail: ConsumerProtection(a�tdi.texas.gov
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.
TEXAS
AVISO IMPORTANTF,
Para obtener infornlacion o para soi��eter una
queja:
Usted puede llamar al numero de telefono gratis
para informacion o para solneter u��a 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 obtenei- informacion
acerca de companias, coberturas, d�rechos o
quejas al
1-800-252-3439
Puede escribir al Departamento de Se�;ui•os
de TeXas Consumer Protection (1 l l�1 A)
P. O. Box 149091
Austin, TX 78714-9091
FAX # (512) 490-1007
Web: htt�://www.tdi.texas.gov
E-mail: ConsuinerProtection(a�tdi.teYas_�ov
DISPUTAS SOBRE PRIMAS O RE?CI.�f1MOS:
Si tiena una disputa concerniente �a su �p�•in�a o a
un reclamo, debe co�inunicarse con el a�eiite o
primero. Si no se resuelve �la disp�.�ta, puede
entonces comuiiicarse 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 condic�ion del
documento adjunto.
NP70680901
LMS-15292 10/15