Loading...
HomeMy WebLinkAboutContract 55396-FP1*FP1 FORT WORTH. City Secretary Contract No. 55396 Date Received 12/15/2023 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: Burleson Cardinal Blvd, Fort Worth Logistics Hub City Project No.: 102843 Improvement Type(s): Water x❑ Sewer x❑ Original Contract Price: $173,767.56 Amount of Approved Change Order(s): $7,027.53 Revised Contract Amount: $180,795.09 Total Cost of Work Complete: $180,795.09 K <, ,l o!14� SST, Dec 14, 2023 Contractor Date Executive VP Title Bob Moore Construction, Inc. Company Name r-% Dec 14, 2023 Project Inspector Date 9. U)'Ma"' Dec 1512023 Project Manager Date Dwavne Ho ars on behalf of:(Dec 15. 202310:45 CS CFA Manager Dec 15 2023 7 Date A.."P Lauren Prieur (Dec 15, 2023 10:49 CST) TPW Director Dec 15)2023 Date � William nhu— (DJ, I 7n)� i i Fi C'T) Asst. City Manager Dec 15 2023 Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Burleson Cardinal Blvd, Fort Worth Logistics Hub City Project No.: 102843 City's Attachments Final Pay Estimate I] 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: 120 WD Days Charged: 176 Work Start Date: 6/1/2021 Work Complete Date: 10/17/2023 Completed number of Soil Lab Test: 323 Completed number of Water Test: 9 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BURLESON CARDINAL ROAD Contract Limits FORT WORTH LOGISTICS HUB Project Type WATER & SEWER City Project Numbers 102843 DOE Number 2843 Estimate Number 1 Payment Number 1 For Period Ending 10/17/2023 WD City Secretary Contract Number Contract Time 129VD Contract Date Days Charged to Date 176 Project Manager NA Contract is 100.00 Complete Contractor BOB MOORE CONSTRUCTION, INC. 1110 N WATSON ROAD ARLINGTON , TX 76011 Inspectors W.MILLER / E.TINNER Friday, December 1, 2023 Page 1 of 4 City Project Numbers 102843 DOE Number 2843 Contract Name BURLESON CARDINAL ROAD Estimate Number I Contract Limits FORT WORTH LOGISTICS HUB Payment Number I Project Type WATER & SEWER For Period Ending 10/17/2023 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 TRENCH SAFETY 162 LF $1.00 $162.00 162 $162.00 2 10" PVC WATER PIPE 162 LF $43.00 $6,966.00 162 $6,966.00 3 2" WATER SERVICE 6 EA $1,706.00 $10,236.00 6 $10,236.00 4 12" X 10" TAPPING SLEEVE & VALVE 3 EA $6,199.00 $18,597.00 3 $18,597.00 5 12" WATERLINE LOWERING (CO#1) I EA $4,327.53 $4,327.53 1 $4,327.53 Sub -Total of Previous Unit $40,288.53 $40,288.53 - - - - - - - - - - - - - - - - - - - SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 Post -CCTV Inspection 1579 LF $1.00 $1,579.00 1579 $1,579.00 2 Manhole Vacuum Testing 8 EA $100.00 $800.00 8 $800.00 3 Trench Safely 1579 LF $1.00 $1,579.00 1579 $1,579.00 4 Imported Embadment/BackfiU, CSS (CO#1) 13 CY $90.00 $1,170.00 13 $1,170.00 5 20" Casing By Open Cul 45 LF $239.00 $10,755.00 45 $10,755.00 6 6" Sewer Carrier Pipe 45 LF $43.00 $1,935.00 45 $1,935.00 7 6" Sewer Pipe 15 LF $43.00 $645.00 15 $645.00 8 8" Sewer Pipe 1518 LF $43.00 $65,274.00 1518 $65,274.00 9 Epoxy Manhole Liner 49 VF $385.00 $18,865.00 49 $18,865.00 10 4' Manhole 7 EA $3,541.08 $24,787.56 7 $24,787.56 11 4' Drop Manhole 1 EA $5,154.50 $5,154.50 1 $5,154.50 12 4' Extra Depth Manhole (CO#1) 63.7 VF $125.00 $7,962.50 63.7 $7,962.50 Sub -Total of Previous Unit $140,506.56 $140,506.56 Friday, December 1, 2023 Page 2 of 4 City Project Numbers 102843 Contract Name BURLESON CARDINAL ROAD Contract Limits FORT WORTH LOGISTICS HUB Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 1 Total Contract Price DOE Number 2843 Estimate Number 1 Payment Number I For Period Ending 10/17/2023 $173,767.56 $4,327.53 $2,700.00 $180,795.09 Total Cost of Work Completed $180,795.09 Less % Retained $0.00 Net Earned $180,795.09 Earned This Period $180,795.09 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 $180,795.09 Friday, December 1, 2023 Page 3 of 4 City Project Numbers 102843 Contract Name BURLESON CARDINAL ROAD Contract Limits FORT WORTH LOGISTICS HUB Project Type WATER & SEWER Project Funding Project Manager NA Inspectors W.MILLER / E.TINNER Contractor BOB MOORE CONSTRUCTION, INC. 1110 N WATSON ROAD ARLINGTON , TX 76011 DOE Number 2843 Estimate Number I Payment Number I For Period Ending 10/17/2023 City Secretary Contract Number Contract Date Contract Time 120 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 $180,795.09 Less % Retained $0.00 Net Earned $180,795.09 Earned This Period $180,795.09 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 $180,795.09 Friday, December 1, 2023 Page 4 of 4 DEVELOPER -AWARDED -PROJECT CHANGE ORDER (PROJECT NAME: Burleson Cardinal Road - Fort Worth Logistics Hub CHANGE (CONTRACT: Water. Sewer, Pavinq, Drainage, and Street Liqhts ORDER No: ICFA # 20-0128 I CITY PARTICIPATION:( NO ICITY PROJECT # 102843 IFID # 30114-0200431-102843-EO7685 01 (FILE # X-26607 & K-2797 INSPECTOR: Rodrick Wallace Phone No: 817-350-3321 ( REVIEWED PROJECT MANAGER: Debbie W illhelm Phone No: 817-392-2481 l By Debbie J. Willhelm at 3:53 pm, Nov 09, 2023 J J CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT DAYS Developer Developer Developer Cost City Cost Cost Cost Developer Cost City Cost Developer Cost Cll� Cost (ORIGINAL CONTRACT $35,961.00 $137,806.56 $792,753.43 $1,119,832.46 I $185,243.67 120 I (EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 I $0.00 I (CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 I $0.00 I (CONTRACT TO DATE $35,961.00 $0.00 $137,806.56 $792,753.43 $ $1.119,832.46 $0.00 $185.243.67 120 I (AMOUSNT OFCHANGE ORDER $ 4,327.53 $ 2,700.00 $ (17.350.24) $ 15A02.00 4679.29) I �PPR,,OP. �A $40,288.53 $0.00 $140,506.56 $ $775.403.19 $1.134,834.46 $180.564.38 120 I REVIS%RT.V TRACT AMOUNT PER UNIT $40,288.53 $140,506.56 $775,403.19 $1.134, 134.46 $180.564.38 REVISED COST SHARE Dev. Cost: $2,271,597.12 TOTAL REVISED CONTRACT $2,271,597.12 Revised: 10-12-2011 Page 1 You-tl,od1 d to rrmke Ife WI -inn d,ane- the.01-1 dooe name RY IIEMA 17E I9p REMI OLAlTI1TY I UWJ i I UNITPRILE I TOTAL r4 DESCRIPTION �U1UTI:WAT IMr3PYEMENTS FI�C7f I 3305.0005 1 1 I EA 12' WalOdina Lawenrw I S 4,327.53 S 4.327-93I I LM I: WATER TOTAL IS L327M IUNR It, SANITAp�x IMPROVEM1 TS d ( i 1jI 3305.0202 5 CY I Imoo�Eq�91p�j 50a<MiI1. C53 S yp 00J 6 450"01 12 iSalnr 13339.1W3 I tB I VF j SEr(F�UBELR Man hole IS 1:LS.OdIi 2.250Aa; u 1: sAN nnav TOTAL I s 2.70WOO 1 IUNR IU: OIW �A O EVENTS I ` � 5. � I 3341,1115 -1f10 LF 24' RCP, Gass III S 13100 113.i00 1� 1 15//Or& 33.41.1201 415 LF 5.3 Box Culvert 5 231. i} (19 fn5 2/(Drama 3349.700f -f EA 4•prou Inlet 318.313. } (11.313. ! NEW 3341.0302 13 LF 30'RCP. Gass III S 650,00� SA .00 NEW 3341.0409 61 I LF 4w RCP. Class 111 E 700.00 S 42.700.00 NEW 9999.0002 1 1 EA 13'4"X 4'4' junction BoAwilh Wve Too 1 - 15'000.00I S 15.000,00 U IS: ORAINA.E TOTAL 13 15.002.00 IUNR N: PAVI PI� fyJENT9 I r,varri�ft({ 3211.0400 -13 TN WW�O0ral tlLime S 167A0 / 17 M1.00II I r1 b vamp f) 3211.0502 -712 SY 8"(j:Fa TrWlment S 2.6d { 11,7Bt100, I 7 Pavemenfl 32.13.0104 -712 Sy 9S'C-Pum�Opk, Sit. 1 9 bavemenl,\ 3213,0506 6 EA gamer Free Re, a Tyytt��V.1 S 433.. S 2.698.00 1� pavemenll 3217.0202 -76 LF 8'SLO Pvmt Ma RAS (1'7 E 3.0D S Ij)/f� NEW 3213.0404 15.945 SF I 9.5' Canc aT 1.rS! S 1S I NEW 1 9999.0003. 1 EA I Erbof Road Werkada IS 101,00.00 E 10.000,00� UAY7N: PAVING TOTAL E (1T,J5/.2q IUNITV:STRE f D,IMPRDVEN 5.3075 -70 I LF n C 80 TI S 1200 IM p P-� 3411.19 -300 LF (5 n3N11 8�8 lS1 1 f S6 1.1645 -1 EA FUmI Mhs1811T 3A Arm S 350,07 L' 1.3003 -1 I FA Rd/yy IIIVm AssmDIy TY eAf9eM O.40 2195.0 Lie 3441.3302 -1 1 FA J3d_ S, Fountlatlon lY 3.5.6, antl B S IADo.. I1.400.OP UNTV: ET LIGNRNG IOTA (4.6T1.7!✓II GRANDTOTAL $0,001 REASONS FOR CHANGE ORDER Revise0 corIo.d;on to T Intersection of Budeson Cardinal Road c atwred by adjacenf development to rho north and driveway cornecliona and associated Type P-1 ramps ware added 10 the const-rion plans Changes corespond to Revision No. f as shown on sheets 18-21 of the ctmafn/ofion plans. The water and sanitary sewer lines were lowered to previde properdearance hom the gas line crossings of Technology aotti-d. Changes correspond to Ravi-n No. 2 as shown on sheets 5-84 of the consbucfion plans. The storm drain layout and design along wift, the Tech,0109YBOL4c"rd cul-de-sac paving limits were revised to avoid gas fine crossing connids at Technology BOLd-rd- Changes correspond Io Rewslon No. 2-4 as shown on sheets 22, 35, 520, 58A. 8 508 of Nle conalmOion plans - Removed one light pple Dase et frig north T inlersecdon o/t3udaxan CerdinN Roetl. Changes mwasppnd fo Ravisr'on No. 6 as shown on sneefx fi3fid Of Ina censlNc6an p/ens NO CRY FUNDS 11TVOLVEO INTHIS CONTRACT. DEVELOPER 13 RESPONSIBLE FOR 100%OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CRY WILL BE SOUGHT BY THE DEVELOPER RECOMMENDED: APPROVED: APPROVED: Pachew K00�hhAA�N Company Var,T ttv 1 to /7' Bob Maore Con cNon BY: / /;� � / BY / Name: Preston iev NA T,c/E�Eta� Name: /'ZV�C HAE� j/ 4N: Proiect Manager Ttlo)v SJ 6c Title: Revised: 1R12-2011 Page 2 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Burlenson Cardinal Rd. Fort Worth Logistics Hub CITY PROJECT NUMBER: 102843 WATER PIPE LAID SIZE TYPE OF PIPE 10" PVC FIRE HYDRANTS: VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE DENSITIES: NEW SERVICES: 2"(6) Copper SEWER PIPE LAID SIZE TYPE OF PIPE 6" SDR26 8" SDR26 PIPE ABANDONED SIZE TYPE OF PIPE DENSITIES: NEW SERVICES: 6"(1) SDR26 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 LF 162 LF LF LF 60 1518 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS November 29, 2023 Bob Moore Construction, Inc. 1110 North Watson Road Arlington, TX, 76011 RE: Acceptance Letter Project Name: Burlenson Cardinal Road, Fort Worth Logistics Hub Project Type: 01,02,03.04 & 06 City Project No.: 102843 To Whom It May Concern: On October 17, 2023 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, 2023, 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- 392-2481. Sincerely, Debbie Willhelm, Project Manager Cc: Ariel Duarte, Inspector Wade Miller, Inspection Supervisor Ariel Duarte, Senior Inspector Andrew Goodman, Program Manager Pacheco Koch Inc., Consultant Bob Moore Construction Inc.., Contractor Van Trust, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 08/20/19 0 Document G706 1994 Contractor's Affidavit of Payment of Debts and Claims PROJECT: (Name and address) Fort Worth Logistics Hub Bldg. #2 300 W. Risinger Road Fort Worth TX 76140 TO OWNER: (Name and address) DI Fort Worth Logistics Hub Phase I, LP 4900 Main Street, Ste 400 Kansas City, MO 64112 STATE OF: Texas COUNTY OF: Tarrant ARCHITECT'S PROJECT NUMBER: 2021219 CONTRACT FOR: General Construction CONTRACT DATED: February 17, 2022 OWNER: ❑ ARCHITECT: ❑ CONTRACTOR: ❑ SURETY: ❑ OTHER: ❑ The undersigned hereby certifies that, except as listed below, payment has been made in full and all obligations have otherwise been satisfied for all materials and equipment furnished, for all work, labor, and services performed, and for all known indebtedness and claims against the Contractor for damages arising in any manner in connection with the performance of the Contract referenced above for which the Owner or Owner's property might in any way be held responsible or encumbered. EXCEPTIONS: SUPPORTING DOCUMENTS ATTACHED HERETO: 1. Consent of Surety to Final Payment. Whenever Surety is involved, Consent of Surety is required. AIA Document G707, Consent of Surety, may be used fo this purpose Indicate Attachment Yes ❑ No The following supporting documents should be attached hereto if required by the Owner.- 1 Contractor's Release or Waiver of Liens, conditional upon receipt of final payment. 2. Separate Releases or Waivers of Liens from Subcontractors and material and equipment suppliers, to the extent required by the Owner, accompanied by a list thereof. 3. Contractor's Affidavit of Release of Liens (AIA Document G706A). CONTRACTOR: (Name and address) Bob Moore Construction, Inc. 3611 William D. Tate Avenue Grapevine, TX 76051 BY: g< (Signature of authorized representati e) Kyle Whitesell, President (Printed name and title) Subscribed and sworn to before me on this date: Notary Public: 7/ VAS R Ev�EW My Commission Ex r GXLIC SSTA E OFT OF 'y MY COMM, EXP.. 10/17/26 _ NOTARY ID 664420-5 AIA Document G706 —1994. Copyright ©1970 and 1994. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 17:25:25 ET on 12/04/2023 under Order No.4104245587 which expires on 09/26/2024, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. (3B9ADA5F) User Notes: A I A Document G 7 0 7 -1994 Consent Of Surety to Final Payment PROJECT: (Name and address) ARCHITECT'S PROJECT NUMBER: 2021219 Fort Worth Logistics Hub Bldg. #2 300 W. Risinger Road CONTRACT FOR: General Construction Fort Worth TX 76140 TO OWNER: (Name and address) MCW Capital LLC 4934 Collinwood, Suite 113 Fort Worth, TX 76107 CONTRACT DATED: February 17, 2022 Bond No.106952574 OWNER: ❑ ARCHITECT: ❑ CONTRACTOR: ❑ SURETY: ❑ OTHER: ❑ In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name and address of Surety) Travelers Casualty & Surety Company of America One Tower Square Hartford, CT 06183 SURETY, on bond of (Insert name and address of Contractor) Bob Moore Construction, Inc. 3611 William D. Tate Avenue Grapevine, TX 76051 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) DI Fort Worth Logistics Hub Phase I, LP 4900 Main Street, Ste 400 Kansas City, MO 64112 , OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: December 14, 2023 (Insert in writing the month followed by the numeric date and year) Travelers Casualty & Surety Company of America ( rety) (Si tuTe of aut tarized representative) Attest: Payton Blanchard, Attorney -in -Fact (Seal): (Printed name and title) AIA Document G707 — 1994. Copyright© 1982 and 1994. All rights reserved. 'The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 17:25:07 ET on 12/04/2023 under Order No.4104245587 which expires on 09/26/2024, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (3139ADA60) Travelers Casualty and Surety Company of America .A► Travelers Casualty and Surety Company TRAVELERS J 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 Payton Blanchard of FORT WORTH Texas , their true and lawful Attorney -in -Fact to sign, execute, seal and 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 17th day of January, 2019. �y►E7y urgJP�tY 4.y0s49 WA i S corm. ? m H o sm State of Connecticut City of Hartford ss. By: Robert L. Rane ,Senior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 �pP 0,�WARY Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, 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 prescribed 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 on 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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, 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 1 i t� day of 016(4T r 4, 2D2? �� 9� e q�w f �a,, JCL, t~ ( hes, ��e I ! sm ( Kevin E. HugAssistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the ahcve-pained Attorney -in -Fact and the details of the bond to which this Power of Attorney is attached.