HomeMy WebLinkAbout062293-FP2 - Construction-Related - Contract - Burnsco Construction, Inc.FORT WORTH,
-FP2
City Secretary
Contract No. 62293
Date Received 10/29/2025
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: Palmilla Springs Phase 7
City Project No.: 104232
Improvement Type(s): Water ❑x Sewer ❑x
Original Contract Price: $1,042,304.50
Amount of Approved Change Order(s): $1,800.00
Revised Contract Amount: $1,044,104.50
Total Cost of Work Complete: $1,044,104.50
Albert Grantees 10/28/2025
Albert6ia It— 01123 20251616-48CE)t�
Contractor Date
Vice President
Title
KC@burnsco.net
Company Name
7���yI
10/28/2025
Randall Harp (Oct28, 202516:17:41 CDT)
Project Inspector
Date
�J
10/28/2025
Project Manager
Date
10/29/2025
CFA Manager
Date
de.Fla '
10/29/2025
Lauren Prieur (Oct 29, 202511:17:02 CDT)
TPWD�iire(c�tor
Date
'� '
10/31/2025
Asst. City Manager
Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: Palmilla Springs Phase 7
City Project No.: 104232
City's Attachments
Final Pay Estimate 0
Change Order(s): 0 Yes ❑ N/A
Pipe Report: 0 Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 140 WD Days Charged: 157 WD
Work Start Date: 2/10/2025 Work Complete Date: 10/13/2025
Completed number of Soil Lab Test: 447
Completed number of Water Test: 23
Page 2 of 2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name PALMILLA SPRINGS PHASE -7
Contract Limits
Project Type WATER & SEWER
City Project Numbers 104232
DOE Number 4232
Estimate Number 1 Payment Number 1
City Secretary Contract Number
Contract Date
For Period Ending 10/13/2025
WD
Project Manager NA
Contractor BURNSCO CONSTRUCTION, INC.
6331 SOUTHWEST BLVD
FORT WORTH, TX 76132
Inspectors T. GARDNER / R. HARP
Contract Time 7V'D
Days Charged to Date 157
Contract is 100.00 Complete
Wednesday, October 22, 2025 Page 1 of 4
City Project Numbers 104232
Contract Name PALMILLA SPRINGS PHASE -7
Contract Limits
Project Type WATER & SEWER
Project Funding
UNIT L• WATER IMPROVEMENTS
Item
Description of Items
No.
Quanity
1
8" WATERLINE LOWRING
8 EA
3675 LF
3.1 TN
Estimated Uni
UNIT II: SANITARY SEWER IMPROVEMENTS
Item Estimated
Description of Items Unit
No. Quanity
1 POST -CCTV INSPECTION 3530 LF
2 MANHOLE VACUUM TESTING 20 EA
3 TRENCH SAFETY 3530 LF
4 20" CASING BY OPEN CUT 43 LF
5 4" SEWER SERVICE 92 EA
6 8" SEWER PIPE 3530 LF
7 8" SEWER PIPE, CSS BACKFILL 160 LF
8 4' MANHOLE 20 EA
9 4' EXTRA DEPTH MANHOLE (CO#1) 63 VF
10 EPDXY MANHOLE LINER (CO#1) 48 VF
11 CONNECT TO EXISTING SEWER 1 EA
Sub -Total of Previous Unit
DOE Number 4232
Estimate Number 1
Payment Number I
For Period Ending 10/13/2025
t Unit Cost Estimated
Total
$5,700.00 $45,600.00
$0.10 $367.50
$4,100.00 $12,710.00
$57.00 $209,475.00
$8,170.00 $32,680.00
$1,900.00 $3,800.00
Completed Completed
Quanity Total
8 $45,600.00
3675 $367.50
3.1 $12,710.00
3675 $209,475.00
4 $32,680.00
2 $3,800.00
$1,540.00 $141,680.00 92 $141,680.00
$2,500.00 $22,500.00 9 $22,500.00
$3,140.00 $6,280.00 2 $6,280.00
$475,092.50 $475,092.50
Unit Cost Estimated
Total
$3.00 $10,590.00
$150.00 $3,000.00
$1.00 $3,530.00
$226.00 $9,718.00
$1,530.00 $140,760.00
$73.80 $260,514.00
$55.00 $8,800.00
$4,780.00 $95,600.00
$220.00 $13,860.00
$430.00 $20,640.00
$2,000.00 $2,000.00
$569,012.00
Completed Completed
Quanity Total
3530 $10,590.00
20 $3,000.00
3530 $3,530.00
43 $9,718.00
92 $140,760.00
3530 $260,514.00
160 $8,800.00
20 $95,600.00
63 $13,860.00
48 $20,640.00
1 $2,000.00
$569,012.00
Wednesday, October 22, 2025 Page 2 of 4
DOE Number 4232
Estimate Number 1
Payment Number I
For Period Ending 10/13/2025
t Unit Cost Estimated
Total
$5,700.00 $45,600.00
$0.10 $367.50
$4,100.00 $12,710.00
$57.00 $209,475.00
$8,170.00 $32,680.00
$1,900.00 $3,800.00
Completed Completed
Quanity Total
8 $45,600.00
3675 $367.50
3.1 $12,710.00
3675 $209,475.00
4 $32,680.00
2 $3,800.00
$1,540.00 $141,680.00 92 $141,680.00
$2,500.00 $22,500.00 9 $22,500.00
$3,140.00 $6,280.00 2 $6,280.00
$475,092.50 $475,092.50
Unit Cost Estimated
Total
$3.00 $10,590.00
$150.00 $3,000.00
$1.00 $3,530.00
$226.00 $9,718.00
$1,530.00 $140,760.00
$73.80 $260,514.00
$55.00 $8,800.00
$4,780.00 $95,600.00
$220.00 $13,860.00
$430.00 $20,640.00
$2,000.00 $2,000.00
$569,012.00
Completed Completed
Quanity Total
3530 $10,590.00
20 $3,000.00
3530 $3,530.00
43 $9,718.00
92 $140,760.00
3530 $260,514.00
160 $8,800.00
20 $95,600.00
63 $13,860.00
48 $20,640.00
1 $2,000.00
$569,012.00
Wednesday, October 22, 2025 Page 2 of 4
$57.00 $209,475.00
$8,170.00 $32,680.00
$1,900.00 $3,800.00
Completed Completed
Quanity Total
8 $45,600.00
3675 $367.50
3.1 $12,710.00
3675 $209,475.00
4 $32,680.00
2 $3,800.00
$1,540.00 $141,680.00 92 $141,680.00
$2,500.00 $22,500.00 9 $22,500.00
$3,140.00 $6,280.00 2 $6,280.00
$475,092.50 $475,092.50
Unit Cost Estimated
Total
$3.00 $10,590.00
$150.00 $3,000.00
$1.00 $3,530.00
$226.00 $9,718.00
$1,530.00 $140,760.00
$73.80 $260,514.00
$55.00 $8,800.00
$4,780.00 $95,600.00
$220.00 $13,860.00
$430.00 $20,640.00
$2,000.00 $2,000.00
$569,012.00
Completed Completed
Quanity Total
3530 $10,590.00
20 $3,000.00
3530 $3,530.00
43 $9,718.00
92 $140,760.00
3530 $260,514.00
160 $8,800.00
20 $95,600.00
63 $13,860.00
48 $20,640.00
1 $2,000.00
$569,012.00
Wednesday, October 22, 2025 Page 2 of 4
3675 $209,475.00
4 $32,680.00
2 $3,800.00
$1,540.00 $141,680.00 92 $141,680.00
$2,500.00 $22,500.00 9 $22,500.00
$3,140.00 $6,280.00 2 $6,280.00
$475,092.50 $475,092.50
Unit Cost Estimated
Total
$3.00 $10,590.00
$150.00 $3,000.00
$1.00 $3,530.00
$226.00 $9,718.00
$1,530.00 $140,760.00
$73.80 $260,514.00
$55.00 $8,800.00
$4,780.00 $95,600.00
$220.00 $13,860.00
$430.00 $20,640.00
$2,000.00 $2,000.00
$569,012.00
Completed Completed
Quanity Total
3530 $10,590.00
20 $3,000.00
3530 $3,530.00
43 $9,718.00
92 $140,760.00
3530 $260,514.00
160 $8,800.00
20 $95,600.00
63 $13,860.00
48 $20,640.00
1 $2,000.00
$569,012.00
Wednesday, October 22, 2025 Page 2 of 4
Unit Cost Estimated
Total
$3.00 $10,590.00
$150.00 $3,000.00
$1.00 $3,530.00
$226.00 $9,718.00
$1,530.00 $140,760.00
$73.80 $260,514.00
$55.00 $8,800.00
$4,780.00 $95,600.00
$220.00 $13,860.00
$430.00 $20,640.00
$2,000.00 $2,000.00
$569,012.00
Completed Completed
Quanity Total
3530 $10,590.00
20 $3,000.00
3530 $3,530.00
43 $9,718.00
92 $140,760.00
3530 $260,514.00
160 $8,800.00
20 $95,600.00
63 $13,860.00
48 $20,640.00
1 $2,000.00
$569,012.00
Wednesday, October 22, 2025 Page 2 of 4
City Project Numbers 104232
Contract Name PALMILLA SPRINGS PHASE -7
Contract Limits
Project Type WATER & SEWER
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number
Change Order Number 1
DOE Number 4232
Estimate Number 1
Payment Number I
For Period Ending 10/13/2025
$1,042,304.50
$1,800.00
Total Contract Price $1,044,104.50
Total Cost of Work Completed $1,044,104.50
Less % Retained $0.00
Net Earned $1,044,104.50
Earned This Period $1,044,104.50
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
$1,044,104.50
Wednesday, October 22, 2025 Page 3 of 4
City Project Numbers 104232
Contract Name PALMILLA SPRINGS PHASE -7
Contract Limits
Project Type WATER & SEWER
Project Funding
Project Manager NA
Inspectors T. GARDNER / R. HARP
Contractor BURNSCO CONSTRUCTION, INC.
6331 SOUTHWEST BLVD
FORT WORTH, TX 76132
DOE Number 4232
Estimate Number 1
Payment Number I
For Period Ending 10/13/2025
City Secretary Contract Number
Contract Date
Contract Time 75 WD
Days Charged to Date 157 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 $1,044,104.50
Less % Retained
$0.00
Net Earned
$1,044,104.50
Earned This Period $1,044,104.50
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
$1,044,104.50
Wednesday, October 22, 2025 Page 4 of 4
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
FID #
X#
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
Water, Sewer, Paving, Drainage, and Street Light Improvements to Serve Palmilla Springs Phase 7 CHANGE
(A)Water, Sewer, and Drainage, (B)Pavinq, and (C)Street Lights ORDER No:
CFA24-0111 CITY PARTICIPATION:I NO
104232
62293
1
30114-0200431-104232-EO7685
X-27420
W-2842
Randall Harp Phone No:
George Marquez Phone No:
WATER
I SEWER
Developer
Cost
City Cost
Developer Cost
City Cost
$475,092.50
$0.00
I $567,212.00
$0.00
$0.00
$0.00
I $0.00
$0.00
$0.00
$0.00
I $0.00
$0.00
$475,092.50
$0.00
I $567,212.00
$0.00
$0.00
$0.00
I $1,800.00
$0.00
$475,092.50
$0.00
I $569,012.00
$0.00
$475,092.50
I $569,012.00
Dev. Cost:
$2,327,264.25
682-213-0359
817-392-6286
CONTRACT UNIT
DRAINAGE
I PAVING
STREET LIGHTS
Leveloper
ieveloper
:ost
City Cost
Developer Cost
City
Cost
Cost
City Cost
$384,618.50
$0.00
I $788,839.35
$0.00
I $109,701.90 I
$0.00
$0.00
$0.00
I $0.00
$0.00
I $0.00 I
$0.00
$0.00
$0.00
I $0.00
$0.00
I $0.00 I
$0.00
$384,618.50
$0.00
I $788,839.35
$0.00
I $109,701.90 I
$0.00
$0.00
$0.00
I $0.00
$0.00
I $0.00 I
$0.00
$384,618.50
$0.00
I $788,839.35
$0.00
I $109,701.90 I
$0.00
$384,618.50
I $788,839.35
$109,701.90
City Cost:
$0.00
$2,327,264.25
CONTRACT
DAYS
140
140
0
140
REVIEWED
By TiwariR at 11:33 am, Mar 05, 2025
Revised: 12-17-2018 Page 1
You are directed to make the following changes in the contract documents:
CITY BID ITEM
PAY ITEM # # QUANTITY
9 3339.1003 (27.00)
10 3339.0001 18.00
Asterisk (*) indicates New Pay Item
SANITARY SEWER IMPROVEMENTS
Developer
UNIT ITEM DESCRIPTION CFW Unit Price I UNIT PRICE Cost
VF 4' Extra Depth Manhole $220.00 ($5,940.00)
VF I Epoxy Manhole Liner 1 $430.00 $7,740.00
TOTAL UNIT Ik SANITARY SEWER IMPROVEMENTS $1,800.00
City Cost TOTAL
($5,940.00)
$7,740.00
$0.00 $1,800.00
REVIEWED
By TiwariR at 11:33 am, Mar 05, 2025
Revised: 12-17-2018 Page 2
REASONS FOR CHANGE ORDER This change order to add epoxy to several sewer manholes per comments made from City of Fort Worth inspectors during the pre -construction meeting. This
change order also adjusts the extra depth manhole quantity to match the original plans.
RECOMMENDED:
Consultant
Teague Nall & Perkins, Inc.
By: 7wzq r -,,k
Name: Gunner Chi. P.E.
Title: Senior Project Manager
By:
Name:
Title:
By:
Name:
Title:
M&C Number:
M&C Date Approved:
APPROVAL RECOMMENDED:
CFW - Water Department
RECOMMENDED:
CFW - `Contract Compliance Manager
APPROVED:
Develop
hlMH Pa Sprl v ment, Inc
By:
Name:`B. Nelson Mitchell
Title: CEO
APPROVED:
CFW - Assistant City Manager
By:
Name:
Title:
APPROVED:
Contractor
Burnsco Construction, INC
By. --;
Name: Albert "Ab" Grantges
Title: Vice President
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Attorney
By:
Name:
Title:
ATTEST ' Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, include
ensuring all performance and reporting requirements.
Jannette S. Goodall
City Secretary OThere are NO City Funds associated with this Contract
❑There are City Funds associated with this Contract
REVIEWED
By TiwariR at 11:34 am, Mar 05, 2025
Revised: 12-17-2018
Page 3
FORT WORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Palmilla Springs Phase 7
CITY PROJECT NUMBER: 104232
1 WATER
PIPE LAID SIZE TYPE OF PIPE
OPEN CUT 8" PVC
LF
3,675 LF
FIRE HYDRANTS: 4
VALVES (16" OR LARGER)
N/A
PIPE ABANDONED
SIZE
TYPE OF PIPE
LF
N/A
N/A
N/A
N/A
DENSITIES:
YES ALL PASSED
NEW SERVICES:
1"
COPPER - DOM
92 EA
2"
COPPER - IRR
2 EA
SEWER
PIPE LAID
SIZE
TYPE OF PIPE
LF
OPEN CUT
8"
PVC
3,690 LF
PIPE ABANDONED SIZE TYPE OF PIPE LF
N/A N/A N/A N/A
DENSITIES: YES ALL PASSED
NEW SERVICES: 4" PVC 92 EA
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
October 17, 2025
Burnsco Construction, Inc
6331 Southwest Blvd
Benbrook, Texas 76132
RE: Acceptance Letter
Project Name: Palmilla Springs Phase 7
Project Type: Water, Sanitary Sewer, Drainage, Paving, and Street Lights
City Project No.: 104232
To Whom It May Concern:
On October 17, 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 October 17, 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: Randall Harp, Inspector
Troy Gardner, Inspection Supervisor
Ariel Duarte, Senior Inspector
Andrew Goodman, Program Manager
Teague Nall &Perkins, Consultant
Burnsco Construction, Inc, Contractor
HMH Palmilla Springs Development, Developer
File
E-Mail: TPW_Acceptance@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 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;
Palmilla Phase 7 - Water, Sanitary Sewer and Storm Drain
BY
ktv�--
A Grantges, ract Manager
Subscribed and sworn before me on this date 22nd of October, 2025.
KASSANDRA CANALES
�`� Notary Public, State of Texas
Notary Public �'•, /1. I Comm. Expires 01-23-2027
Tarrant County, Texas %/ Notary ID 134158873
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
Conforms with the American Institute of
Architects, AIA Document G707
OWNER
❑
ARCHITECT
❑
CONTRACTOR
❑
SURETY
❑
OTHER
Bond No 022240000
PROJECT:
(name, address) Palm ilia Phase 7 - Water, Sewer and Drainage Improvements
TO (Owner)
Fort Worth TX
IHMH PALMILLA SPRINGS DEVELOPMENT, LLC AND I ARCHITECT'S PROJECT NO:
CITY OF FORT WORTH CONTRACT FOR:
1038 Texan Trail Palmilla Phase 7 - Water, Sewer and Drainage Improvements
Grapevine TX 76051 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
onbond 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)
HMH PALMILLA SPRINGS DEVELOPMENT, LLC AND CITY OF FORT WORTH
1038 Texan Trail
Grapevine TX 76051 OWNER,
as set forth in the said Surety Company's bond.
IN WITNESS, WHEREOF,
the Surety Company has hereunto set its hand this
Attest: y
(Seal):
17th day of October, 2025
LIBERTY MUTUAL FIRE INSURANCE COMPANY
Suret Company
SignaMre of Authorized Representative
JSQnhiniP HiintPr
Title
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
Liberty POWER OF ATTORNEY
Certificate No: 8213588-022020
Mutualr,
Liberty Mutual Fire Insurance Company
SURETY Wausau, Wisconsin
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. Sophinie Hunter; Tina McEwan: Robbi Morales, Mikaela Peppers; Tonic Petranek; 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 true and lawful attorneys) -in -fact, with full
power and authority hereby conferred in their/its name, place and stead, to sign, execute, acknowledge and deliver in their/its behalf, and as theirfits 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
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 ,6 �
aa) execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances, and other surety obligations. (1) o
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, U =
@ this 2nd day of April 2025
o E
Liberty Mutual Fire Insurance Company
- 3 *\ILE INS(, U
t# >
1908 r,
r h. By:
d�,e' c*as��da Nathan J. Zangerle, Assistant Secretary a O
0�
60 EE
0Q l Q1L $. �YYI < °'
� m Attest: �"a — - Q o
(D Heather B. Magee o v
N
cm a`) State of PENNSYLVANIA 3: �
o .� County of MONTGOMERY ss
r
E d M
O N
`o m The foregoing instrument was acknowledged before me this 2nd day of April 2025 by Nathan J. Zangerle, an authorized representative of Liberty Mutual Fire Insurance o
Insurance Company. co
o > m—
M C- U
�7•;�rgyF <'� Commonwealth of Pennsylvania - Notary Seal O N
p O W� i Teresa Pastella, Notary Public ij -O @
Z U j 1 Montgomery County ✓ J/'//I 4
My commission expires March 28. 2029 By: LL a
Commission number 1126044
Member. Pennsylvania Association of Noted- Teresa Pastella, Notary Public
�^rtFey�Y
CERTIFICATE
I, 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 l7th day of October , 2025
��9T
'Q.``ppPORy
1908�
By: V
y'
0
o
rd� h�scor+sd
Renee C. Llewellyn, Assistant Secretary
da3
LMS-22023 02/24
Liberty
Mutual.,
SURETY
TEXAS
IMPORTANT NOTICE
To obtain information or make a complaint
You may call toll -free for infonnation 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 1-IA)
P. O. Box 149091
Austin, TX 78714-9091
FAX: (512) 490-1007
Web: htto://www.tdi.texas.gov
E-mail: ConsumerProtection(g,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 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 (I I 1-1 A)
P. O. Box 149091
Austin, TX 78714-9091
FAX # (512) 490-1007
Web: http://www.tdi.texas.eov
E-mail: ConsumerProtection cnj,tdi.texas.sov
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.
NP 70 68 09 01
LMS-1529210/15