Loading...
HomeMy WebLinkAboutContract 57165-FP2-FP2 City Secretary 57165 Contract No. FORT WORTH. Date Received 05/09/2023 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: Victory at Basswood City Project No: 102865 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: Mc�;Gc�eGs. ��eeene- Michael S. Greene (Marl. 2023 17:27 CDT) Contractor Sr. Project Manager Title Novel Builders Company Name May 1, 2023 Date Kevin Joav 1, 202320:06 CDT) May 1, 2023 Project Inspector Date Project Manager 1� Rebecca Diane Owen (Mav%202316:37 CDT) CFA Manager Lauren Prieur(May 9, 202317:06 CDT)9, 202317:06 CDT) TPW Director William Johnson (MA 9.202318:17 CDT) May 9, 2023 Date May 9, 2023 Date May 9, 2023 Date May 9, 2023 Asst. City Manager Date $83,428.52 $57,279.08 $140, 707.60 $140, 707.60 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 1 of 2 Notice of Project Completion Project Name: Victory at Basswood City Project No.: 102865 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 160 WD Days Charged: 174 Work Start Date: 6/6/2022 Work Complete Date: 4/28/2023 Soil Lab Number of Tests: 92 Water Number of Tests: 30 Page 2of2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name VICTORY AT BASSWOOD INFRASTRUCTURE Contract Limits Project Type WATER & SEWER City Project Numbers 102865 DOE Number 2865 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date 6/9/2021 For Period Ending 4/28/2023 WD Project Manager NA Contractor NOVEL BUILDERS 600 SHERMAN ST, SUITE 124 RICHARDSON , TX 75081 Inspectors CORDOVA, R / JACKSON, K Contract Time 169VD Days Charged to Date 174 Contract is 100.00 Complete Friday, April 28, 2023 Page 1 of 5 City Project Numbers 102865 Contract Name VICTORY AT BASSWOOD INFRASTRUCTURE Contract Limits Project Type WATER & SEWER Project Funding UNIT I: WATER IMPROVEMENTS Item Description of Items No. 1 12" C90 WATER PIPE 2 6" PVC WATER PIPE 3 FIRE HYDRANT 4 VALVE BOX ADJUSTMENT 5 2" WATER SERVICE 6 CONNECTION TO EXISTING 4"-12" WATER 7 TRENCH SAFETY 8 DUCTILE IRON WATER FITTINGS W/ RESTRAINT 9 6" GAS VALVE 10 12" GATE VALVE 11 8" WATELINE LOWERING (CO2) 12 8" GATE VALVE (CO3) 13 6" WATER PIPE (CO3) 14 1" WATER SERVICE (CO3) 15 2" WATER SERVICE (CO3 16 1" PRIVATE WATER SERVICE(PIPE WITHIN ROW) (CO3) 17 2" PRIVATE WATER SERVICE (PIPE WITHIN ROW) (CO3) 18 4"-12" PRESSURE PLUG (CO3) 19 POST CONSTRUCTION TEST BY CONTRACTOR (CO3) 20 CONTRACTOR LAYOUT (CO3) 21 REMOVE SERVICES AT SOURCE (CO3) 22 22(6" WATER CONNECTION) CONNECTION T EXISITING 4"-12" WATER (CO3) DOE Number 2865 Estimate Number 1 Payment Number 1 For Period Ending 4/28/2023 Estimated Unit O Unit Cost Estimated Completed Completed Quanity Total Quanity Total 256 LF $58.00 $14,848.00 256 $14,848.00 31 LF $31.00 $961.00 31 $961.00 2 EA $3,255.00 $6,510.00 2 $6,510.00 2 EA $125.00 $250.00 2 $250.00 3 EA $2,775.00 $8,325.00 3 $8,325.00 1 EA $2,100.00 $2,100.00 1 $2,100.00 387 LF $1.00 $387.00 387 $387.00 1 TN $6,300.00 $6,300.00 1 $6,300.00 2 EA $930.00 $1,860.00 2 $1,860.00 3 EA $2,265.00 $6,795.00 3 $6,795.00 1 EA $9,944.68 $9,944.68 1 $9,944.68 2 EA $3,500.00 $7,000.00 2 $7,000.00 62 LF $54.20 $3,360.40 62 $3,360.40 1 EA $1,700.00 $1,700.00 1 $1,700.00 1 EA $2,377.00 $2,377.00 1 $2,377.00 50 LF $66.00 $3,300.00 50 $3,300.00 12 LF $77.25 $927.00 12 $927.00 2 EA $850.00 $1,700.00 2 $1,700.00 4 EA $625.00 $2,500.00 4 $2,500.00 1 EA $375.00 $375.00 1 $375.00 4 EA $2,200.00 $8,800.00 4 $8,800.00 2 EA $3,900.00 $7,800.00 2 $7,800.00 Sub -Total of Previous Unit $98,120.08 $98,120.08 UNIT H: SANITARY SEWER IMPROVEMENTS Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total --------------------------------------- 1 MANHOLE ADJUSTMENT, MINOR 1 EA $780.00 $780.00 1 $780.00 Friday, April 28, 2023 Page 2 of 5 City Project Numbers 102865 DOE Number 2865 Contract Name VICTORY AT BASSWOOD INFRASTRUCTURE Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 4/28/2023 Project Funding 2 8" SEWER PIPE 219 LF $35.00 $7,665.00 219 $7,665.00 3 4" SEWER SERVICE 5 EA $350.00 $1,750.00 5 $1,750.00 4 4" SEWER PIPE, CSS BACKFILL 99 LF $99.00 $9,801.00 99 $9,801.00 5 CONCRETE COLLOR 1 EA $550.00 $550.00 1 $550.00 6 POST -CCTV INSPECTION 318 LF $3.14 $998.52 318 $998.52 7 MANHOLE VACUUM TESTING 1 EA $800.00 $800.00 1 $800.00 8 4' EXTRA DEPTH MANHOLE 3 EA $3,670.00 $11,010.00 3 $11,010.00 9 TRENCH SAFETY 318 LF $1.00 $318.00 318 $318.00 10 SEWER CONNCECTION TO EXISTING 1 EA $1,420.00 $1,420.00 1 $1,420.00 MANHOLE 11 6" SEWER PIPE (CO3) 12 LF $60.00 $720.00 12 $720.00 12 6"2-WAY CLEANOUT (CO3) I EA $1,150.00 $1,150.00 1 $1,150.00 13 CONTRACTOR LAYOUT (CO3) 1 EA $375.00 $375.00 1 $375.00 14 STUB OUT POST -CCTV INSPECTION (CO3) 40 EA $25.00 $1,000.00 40 $1,000.00 15 STUB OUT SEWER CONNECTION TO 1 EA $4,250.00 $4,250.00 1 $4,250.00 EXISTTING MANHOLE (CO3) Sub -Total of Previous Unit $42,587.52 $42,587.52 Friday, April 28, 2023 Page 3 of 5 City Project Numbers 102865 Contract Name VICTORY AT BASSWOOD INFRASTRUCTURE Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 3 Change Order Number 2 Change Order Number 3 Change Order Number Total Contract Price DOE Number 2865 Estimate Number 1 Payment Number 1 For Period Ending 4/28/2023 $83,428.52 $7,495.00 $9,944.68 $39,839.40 $140,707.60 Total Cost of Work Completed $140,707.60 Less % Retained $0.00 Net Earned $140,707.60 Earned This Period $140,707.60 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 $140,707.60 Friday, April 28, 2023 Page 4 of 5 City Project Numbers 102865 Contract Name VICTORY AT BASSWOOD INFRASTRUCTURE Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors CORDOVA, R / JACKSON, K Contractor NOVEL BUILDERS 600 SHERMAN ST, SUITE 124 RICHARDSON, TX 75081 DOE Number 2865 Estimate Number 1 Payment Number 1 For Period Ending 4/28/2023 City Secretary Contract Number Contract Date 6/9/2021 Contract Time 160 WD Days Charged to Date 174 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 $140,707.60 Less % Retained $0.00 Net Earned $140,707.60 Earned This Period $140,707.60 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 $140,707.60 Friday, April 28, 2023 Page 5 of 5 W O (Dz Q w 2 ❑ U � O N O Z z O 2 E F- O a � m U O C 06 W C N O W a)a LO 3 U O N W O N OS _ LO c @ O M 0 N a 0 m o X O w N _ N c O Zn mCN 00 U o Y W U z F W 0 U Q 3 Z � O U- 0 0 U U LL LL M r- N cM 00 N N m N !- 00 (0 GD L W Q Z O� F- F- U U W W a. 0 U Z _ W U } o 0 0 0 Z ❑ 0 U 0 U o 0 0 0 0 0 H �'wwwwww 2 C7 J U o o O F W ap LLI U) o o 0 0 (1) o o ❑ U o a � N U o 0 0 0 0 0 W U U w w w w w w o o a o Z M ❑ O I� O O O O n O O h r W 0 M M F- (j o 0 0 0 0 o N O w w w w U to O Z m X> a a t- M F- CL m m m ^ o Z O CL m O O n O m fa o ti o W o W ti o W is > 0 a U N Uo 0 0 0 0 0 0 0 0 0 0 0 � W Vw 409 w (04 w N a) t" d W N N a N N a)O O O CDM N N O O N N M In M la O Lo N O O iry" to O W OO W O t!j w O O N w ❑ U 0 U 0 o w 0 0 0 0 0 0 OW 0 0 0 0 OW U w w w °o ~ a N 3 CD c co co Lo .. y a O t0 M M O O O O O O 0 M M O 00 N O U W W pp" aj In D U W W W W F w D ❑ 0 U 0 r a < W j U a 2 O F i- U F x U a U _ 0U OU ❑ w o a K a N Z 0 O d Z 07 (WA � O 0¢ O O U 0 K w O Z (D � w z Z O W c_n J a F �uS OU ¢ > O O 0 w O Z 0 W Z W O U LU F-I E ro m Z cr N C C W C ro E Y Y cP c`o C L 0 ai m E ro Z N v d 0 N N 0 a N N N O 0 W N0 LL W 0 U, Z z O Q W = 0 U � O M O Z Z O E F O Q u U od co M C_ > O m a W LO U N (0 00 O w LO 4 C O M CD N 0 00 N (n O 9 N X N LO O 0 U) to M N Q CO p 00 U rpi Y W U Z 1- w 0 U � � O LL F- 0 a I U I U C)l LLI LLI N M 00 N 00 N M co 0 r w O O zz O N O O � d U F- Q N coM (O o� U N O O O O O O O N U o 0 0 0 0 0 _` w w w U J U O o N D w w W O O O O O O I_ N C O � O o o O 0 o O � O 0 o O W) co w o O U w w � 0 0 0 a U0 0 0 0 0 0 0 0 0 0 0 0 613 w U .�..' U w w w w w w 0 Z o M O O O O r ❑ W N O O h O h (R 0 W O Fq M t0 O Fp {7 O O U I- (j o 0 0 0 0 o ON w w w w U U rn U Z m U a X > Q m ti m Z O 61 C M 00 O O O O �y pp O O pp to U 0 ti 0 0 13+ ti o w m h" > N m 6q hN � U N U o 0 0 0 0 0 w U w w w w w w N u� GO hco v Iq G1 N O O C14 CV O Ih W M N LO 69 CL O a,O O O 'A O O to O N V 50 N O M Vi M to �` � N t9 U 0 o 0 w 0 0 w 0 0 w 0 0 0 0 0 0 � U w w w o0 o w N Q a, o w a o w .. y C to o ? GoO m o ON .2M p to Cli c0Cq U NO wwwN � U � w z o 0 U O F Q K z = z o F F- U U Z 0 N O O w tw-- o 0 O ¢w a w Z o o O a z N w OJ LL uwi O U O O K w FQ- a< z a� j w a o w O x� W U O U � Q w �~ O r J 0 0 O V 0 0 O O 0 O O 0 0 O O 0 O O 0 0 O V O8 0 0 O 0 O M 0 O Cl M r M M r (n m w f- M CO 69 69 69 69 69 69 69 M) c7 � V O p OO O p O 0 0 0 0 0 2 CDN p N 0 ry 0 0 0 O O I h (fin o n N oN m W M M N M (� N CO 69 69 M 69 (o (A (A (Nn (Mn- W > O C a w � r (0 Q 00 Z F o m m o 0 U = o o x W a. m d n j ja (Da. o U clLu O N m U U tNil I- p U U cl (D m m a2 a2 n n n. o m n o co V o.o cU o E Z m a ~]0 U a w w N c c W O U m K W h H z LL Lti J ISJ W J J LL1 W W w W F N d LLI Cl) M M V V M N M V h `- O N N N" N N N N O � 0 O O 0 0 0 o N N N N m m m N � M M (o co coM (oM coM M M V m N m m O m m M M U at z w ¢ IL J 0 0 O O 0 D O 0 O F- O 00 O BOO (O w O o o o 0 p p p N d O Z Mo'o(0 F N N O w D�(�»E»if) 69 W O K CL w W r Fa- w z o L c q (n N c 2 h O Ol Z U = � N � W J h O > > F- O a C: U wo W ' C N } Q cN h w 0 a U n N a W H 0 U 2 m o � W > O (n Q O D U W W a I- z a z 0-u_QLL.Q� L� �J -j W - ¢ O w (O w N W H Q O O �-- O O Om O O N V M O O O Cl) O m co m M m M cM M Cl) M M m m m U at z w . a F u E: 5 Eo �V E� 5ry �sEre�- oouOCr�o' C N m c� U ID w m E w Z 0 O w C7 z a U O W N z a (n a w a FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Victory at Basswood CITY PROJECT NUMBER: 102865 WATER PIPE LAID SIZE TYPE OF PIPE LF C90 Water Pipe 12" PVC 256 C90 Water Pipe 6" PVC 93 FIRE HYDRANTS: 2 VALVES (16" OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: YES NEW SERVICES: 2" 2 EA 1" 1 EA 6" 3 EA SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR-26 Sewer Pipe 8" Pvc 219 SDR-26 Sewer Pipe 6" Pvc 12 PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: Yes NEW SERVICES: 4" 5 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. M" TRANSPORTATION AND PUBLIC WORKS April 18, 2023 Novel Builders 600 Sherman St, Suite 124 Richardson, TX 75081 RE: Acceptance Letter Project Name: Victory at Basswood Project Type: Water/Sewer/Drainage/Paving/Street lights City Project No.: 102865 To Whom It May Concern: On April 17, 2023 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 April 28, 2023. 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 April 28, 2023, 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 Kiran Konduru,P.E., CFM Office Phone: 817.392.7388. Sincerely, A"La", Kafue, u Kiran Konduru, Project Manager Cc: Kevin Jackson, Inspector Gary Deyon, Inspection Supervisor Troy Gardner, Senior Inspector Victor Tornero, Program Manager Kirkman Engineering, Consultant Novel Builders, Contractor Victory Real Estate Group, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 NOTICE: This document waives rights unconditionally and states that you have been paid for giving up those rights. It is prohibited for a person to require you to sign this document if you have not been paid the payment amount set forth below. If you have not been paid, use a conditional release form. UNCONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project: Basswood 6 Job No. 20210216 The signer of this document has been paid in full for all labor, services, equipment, or materials furnished to the property or to Victory Shops at Basswood 6, LLC (person with whom signer contracted) on the property of Victory Shops at Basswood 6 LLC (owner) located at Lots, Block 1, Victory at Basswood Addition, Fort Worth, TX (location) to the following extent: General Contracting Services (job description). The signer therefore waives and releases any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment, or services provided for or to the above referenced project up to the date of this waiver and release. Date 511/2023 Novel Builders. LLC (Company Name) By: — ,,...�^"" Signature) Principal (Title) STATE OF Texas COUNTY OF Dallas This Unconditional Waiver and Release on Final Payment was acknowledged before me on this 1st day of May, 2023, by J. Lloyd Osborn, on behalf of Novel Builders, Li.0 a General Contractor. " l'!"i R5 u Notary Public— State of SAHAH ROSE rY Notary Public, State of Texas My Commission Expires: Comm, Expires 06-28-2023 iI ��;.�•�.•t� PJotary IQ 132070765 J CONSENT OF SURETY COMPANY TO FINAL PAYMENT AIA DOCUMENT G707 OWNER X ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER ❑ Bond # 107431889 PROJECT: Victory at Basswood Infrastructure - Public Water, Sanitary Sewer, Drainage, Paving, and Street Lighting Improvements TO (Owner): City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 CONTRACTOR: Novel Builders, LLC CONTRACT FOR: Construction CONTRACT DATE: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 , SURETY COMPANY, on bond of Novel Builders, LLC 1214 Exchange Drive Richardson, TX 75081 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shaII not relieve the Surety Company of any of its obligations to City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 OWNER, As set forth in the said Surety Company's bond IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 28th day of April, 2023. Attest: (Seal) Eric Lesch, Witness Travelers Casualty and Suretv Comnanv of America Surety 7;� Signature of thorize sentative Felix Nz ' r Name Attorney -In -Fact e r'Q C , t� AIA DOCUMENT G707 CONSENT OF SURETY COMPANY TO FINAL PAYMENT APRIL 1970 EDITION • ALL Wa � ® 1970 - THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., NW, WASHINGTON, D.C. 2000fi z a roject: Victory at Basswood Infrastructure - Public Water, Sanitary Sewer, Drainage, Paving, and Street Lighting Improvements Obligee: City of Fort Worth Principal: Novel Builders, LLC Bond #: 107431889 Aftk Travelers Casualty and Surety Company of America TRAYFLFRS J Travelers Casualty and Surety Company St. Paul fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint of Grapevine, Texas their true and lawful Attorney-in-Fact(s) to sign, execute, seal an acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. UZ16 -State of ConnecticutCity of Hartford ss. 001 By: Robert L. Raney, Senior Ace President On this 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of by himself as a duly authorized officer. P IN WITNESS WHEREOF, I hereunto set my hand and official seal. rn aw�- my Commission ex ires the 30th da of June, 2026 p y Anna P. Nowik This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President; any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary, and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity; or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power proscribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary. any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding an the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 28th day of April, 2023 4v*Lmg q ri0. ►� O% '1 * Kevin E. Hughes, Assista t secretary f- f, s r To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is, attached. Bond(s) produced by: PCL Contract Bonding Agency PO Box 1306, Colleyville, Tx 76034 972A59-4749 www.pclbonds.com bondrequest@pclbonds.com