Loading...
HomeMy WebLinkAboutContract 55396-FP255396-FP2 City Secretary Contract No._5_53_9_6 ____ _ Date Received 12/27/2023 12/27/23 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): � Paving � Drainage � Street Lights □Traffic Signals Original Contract A-ic e: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: Contractor Executive VP Title Bob Moore Construction, Inc. Company Name Project Inspector D.66a9:w� Project Manager CFA Manager ;r...,,xL Lauren Prieur (Dec 27 202310:25 CST) TPW Director wrnPwr:!:Si?b1•19csn Asst. City Manager $2,097,829.56 -$8, 128.31 $2,089,701.25 $2,089,701.25 Dec 26, 2023 Date Dec 26, 2023 Date Dec 27, 2023 Date Dec 27, 2023 Date Dec 27, 2023 Date Dec 27, 2023 Date Page 1 of 2 Notice of Project Completion Project Name: Burleson Cardinal Blvd, Fort Worth Logistics Hub City Project No.: 102843 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 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 CITY OF FORT WORTH Contract Name BURLESON CARDINAL ROAD Contract Limits FORT WORTH LOGISTICS HUB Project Type STORM DRAIN & PAVING DOE Number 2843 Estimate Number 1 Payment Number 1 For Period Ending 10/17/2023 FINAL PAYMENT REQUEST City Secretary Contract Number 176 WD Contract Date BOB MOORE CONSTRUCTION, INC. NA 1110 N WATSON ROAD ARLINGTON TX 76011 W.MILLER E.TINNER 120WDContract Time Days Charged to Date CompleteContract is 100.00 Contractor , /Inspectors Project Manager City Project Numbers 102843 Tuesday, December 19, 2023 Page 1 of 6 Contract Name BURLESON CARDINAL ROAD Contract Limits FORT WORTH LOGISTICS HUB Project Type STORM DRAIN & PAVING DOE Number 2843 Estimate Number 1 Payment Number 1 For Period Ending 10/17/2023 Project Funding City Project Numbers 102843 STORM DRAIN Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 Remove Rip Rap 200 SF $2.00 $400.00 200 $400.00 2 Remove 48" Storm Line 100 LF $45.00 $4,500.00 100 $4,500.00 3 Remove Headwall/SET 2 EA $2,922.00 $5,844.00 2 $5,844.00 4 Unclassified Excavation by Plan (Channel)2320 CY $2.50 $5,800.00 2320 $5,800.00 5 SWPPP 1 acre 1 LS $750.00 $750.00 1 $750.00 6 Medium Stone Riprap, dry 845 SY $11.00 $9,295.00 845 $9,295.00 7 Concrete Riprap 102 SY $8.00 $816.00 102 $816.00 8 Topsoil 482 CY $15.00 $7,230.00 482 $7,230.00 9 Block Sod Placement 4335 SY $3.50 $15,172.50 4335 $15,172.50 10 Trench Safety 2425 LF $1.00 $2,425.00 2425 $2,425.00 11 21" RCP, Class Ill 131 LF $63.00 $8,253.00 131 $8,253.00 12 24" RCP, Class Ill (CO#1)264 LF $132.00 $34,848.00 264 $34,848.00 13 24" RCP, Class IV 118 LF $140.00 $16,520.00 118 $16,520.00 14 27" RCP, Class Ill 43 LF $76.00 $3,268.00 43 $3,268.00 15 5x3 Box Culvert (CO#1)223 LF $231.00 $51,513.00 223 $51,513.00 16 7x4 Box Culvert 273 LF $412.00 $112,476.00 273 $112,476.00 17 8x4 Box Culvert 462 LF $453.00 $209,286.00 462 $209,286.00 18 9x4 Box Culvert 586 LF $483.00 $283,038.00 586 $283,038.00 19 10x5 Box Culvert 140 LF $642.00 $89,880.00 140 $89,880.00 20 4' Storm Junction Box 1 EA $3,600.00 $3,600.00 1 $3,600.00 21 Storm Junction Structure 2 EA $24,090.00 $48,180.00 2 $48,180.00 22 4' Manhole Riser 2 EA $2,071.00 $4,142.00 2 $4,142.00 23 Headwall, Box Culvert 6 CY $6,390.16 $38,340.96 6 $38,340.96 24 27" Flared Headwall, 1 pipe 1 EA $2,803.00 $2,803.00 1 $2,803.00 25 10' Curb Inlet 7 EA $5,753.00 $40,271.00 7 $40,271.00 26 15' Curb Inlet 4 EA $7,923.00 $31,692.00 4 $31,692.00 27 4' Drop Inlet (CO#1)0 EA $18,313.00 $0.00 0 $0.00 28 Custom 20'x10' Headwall 1 EA $38,341.00 $38,341.00 1 $38,341.00 29 30" RCP, CLASS III (CO#1)13 LF $650.00 $8,450.00 13 $8,450.00 30 48" RCP, CLASS III (CO#1)61 LF $700.00 $42,700.00 61 $42,700.00 Tuesday, December 19, 2023 Page 2 of 6 Contract Name BURLESON CARDINAL ROAD Contract Limits FORT WORTH LOGISTICS HUB Project Type STORM DRAIN & PAVING DOE Number 2843 Estimate Number 1 Payment Number 1 For Period Ending 10/17/2023 Project Funding City Project Numbers 102843 31 13'4" X 4'4" JUNCTION BOX WITH WYE TOP (CO#1) 1 EA $15,000.00 $15,000.00 1 $15,000.00 $1,134,834.46 $1,134,834.46Sub-Total of Previous Unit PAVING Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 Remove Asphalt Pvmt 244 SY $4.00 $976.00 244 $976.00 2 Remove Concrete Drive 922 SF $0.50 $461.00 922 $461.00 3 Borrow by Plan 1812 CY $4.50 $8,154.00 1812 $8,154.00 4 Embankment by Plan 1234 CY $2.00 $2,468.00 1234 $2,468.00 5 Hydrated Lime (CO#1)162 TN $157.00 $25,434.00 162 $25,434.00 6 8" Lime Treatment (CO#1)8990 SY $2.50 $22,475.00 8990 $22,475.00 7 9.5" Cone Pvmt (4,000 psi) (CO#1)8990 SY $58.77 $528,342.30 8990 $528,342.30 8 4" Cone Sidewalk (CO#2)18384 SF $5.79 $106,443.36 18384 $106,443.36 9 Barrier Free Ramp, Type P-1 (CO#1) (CO#2)12 EA $433.00 $5,196.00 12 $5,196.00 10 4" SLD Pvmt Marking HAS (Y)2838 LF $1.50 $4,257.00 2838 $4,257.00 11 4" BRK Pvmt Marking HAS (Y)3216 LF $1.50 $4,824.00 3216 $4,824.00 12 8" SLD Pvmt Marking HAS (Y) (CO#1)0 LF $3.00 $0.00 0 $0.00 13 REFL Raised Marker TY II-A-A 71 EA $7.50 $532.50 71 $532.50 14 Topsoil 904 CY $15.00 $13,560.00 904 $13,560.00 15 Block Sod Placement 5423 SY $3.50 $18,980.50 5423 $18,980.50 16 Seeding, Soil Retention Blanket 315 SY $2.25 $708.75 315 $708.75 17 Furnish/Install Alum Sign Ground Mount City 7 EA $550.00 $3,850.00 7 $3,850.00 18 9.5" CONC DRIVEWAY (CO#1 & #2)17640 SF $1.00 $17,640.00 17640 $17,640.00 19 End of Road Barricade (CO #1)1 EA $10,000.00 $10,000.00 1 $10,000.00 $774,302.41 $774,302.41Sub-Total of Previous Unit ST LIGHT Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 Furnish/Install Elec Serv Pedestal 1 EA $6,570.20 $6,570.20 1 $6,570.20 2 2" CONDT RM (Riser)80 LF $12.00 $960.00 80 $960.00 3 2" CONDT PVC SCH 80 (T) (CO#1)4500 LF $12.00 $54,000.00 4500 $54,000.00 4 NO 8 Insulated Elec Condr(CO#1)15705 LF $1.21 $19,003.05 15705 $19,003.05 Tuesday, December 19, 2023 Page 3 of 6 Contract Name BURLESON CARDINAL ROAD Contract Limits FORT WORTH LOGISTICS HUB Project Type STORM DRAIN & PAVING DOE Number 2843 Estimate Number 1 Payment Number 1 For Period Ending 10/17/2023 Project Funding City Project Numbers 102843 5 Ground Box Type B (CO#1)3 LF $468.71 $1,406.13 3 $1,406.13 6 Furnish/Install Type 33A Arm (CO#1)25 EA $350.00 $8,750.00 25 $8,750.00 7 Rdwy Ilium Assmbly TY 18,18A,19, and D-40 (CO#1) 25 EA $2,195.00 $54,875.00 25 $54,875.00 8 Rdwy Ilium Foundation TY 3,5,6, and 8 (CO#1)25 EA $1,400.00 $35,000.00 25 $35,000.00 $180,564.38 $180,564.38Sub-Total of Previous Unit Tuesday, December 19, 2023 Page 4 of 6 Contract Name BURLESON CARDINAL ROAD Contract Limits FORT WORTH LOGISTICS HUB Project Type STORM DRAIN & PAVING DOE Number 2843 Estimate Number 1 Payment Number 1 For Period Ending 10/17/2023 Project Funding City Project Numbers 102843 Contract Information Summary Change Orders $2,097,829.56Original Contract Amount $2,089,701.25Total Contract Price $2,089,701.25 Less Total Cost of Work Completed % Retained $0.00 Net Earned $2,089,701.25 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $2,089,701.25 Less Liquidated Damages Days @ / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $2,089,701.25 $0.00 1 $15,002.00Change Order Number 1 ($17,350.24)Change Order Number 2 ($1,100.78)Change Order Number 1 ($4,679.29)Change Order Number Tuesday, December 19, 2023 Page 5 of 6 Contract Name BURLESON CARDINAL ROAD Contract Limits FORT WORTH LOGISTICS HUB Project Type STORM DRAIN & PAVING DOE Number 2843 Estimate Number 1 Payment Number 1 For Period Ending 10/17/2023 Project Funding City Project Numbers 102843 Line Fund Account Center Amount Funded Gross Retainage Net CITY OF FORT WORTH SUMMARY OF CHARGES $2,089,701.25 Less Total Cost of Work Completed % Retained $0.00 Net Earned $2,089,701.25 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $2,089,701.25 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $2,089,701.25 $0.00 City Secretary Contract Number 176 WD Contract Date BOB MOORE CONSTRUCTION, INC. NA 1110 N WATSON ROAD ARLINGTON TX 76011 W.MILLER E.TINNER 120 WD Contract Time Days Charged to Date CompleteContract is 100.000000 Contractor , /Inspectors Project Manager Tuesday, December 19, 2023 Page 6 of 6 DEVELOPER-AWARDED-PROJECT CHANGE ORDER INSPECTOR: Rodrick Wallace Phone No: 817-350-3321 REVIEWED PROJECT MANAGER: Debbie Willhelm Phone No: 817-392-2481 gy Debbie J. Willhelm at 3:53 pm, Nov 09, 2023 CONTRACT UMT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACTDAYS Developer Oeveloper Developer Cost Cit Cost Cost Cit Cost Developer Cost Cit Cost Developer Cost City Cost Cost Cit Cost ORIGINALCONTRACT $35,961.00 $137,806.56 $792,753.43 $1,779,832.46 $185,243.67 120 EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 CONTRACTTODATE $35,961.00 $0.00 $137,806.56 $0.00 $792,753.43 $0.00 $1,779,832.46 $0.00 $185,243.67 $0.00 i20 AMOUNT OF PROP. CHANGE ORDER $ 4,327.53 $ 2,700.00 $ (17,350.24) $ 15,002.00 $ (4,679.29) REVISEDCONTRACTAMOUNT $40,288.53 $0.00 $140,506.56 $0.00 $775,403.19 $0.00 $1,734,834.46 $0.00 $180,564.38 $0.00 120 TOTAL REVISED CONTRACT AMOUNT PER UNIT $40,288.53 $140,506.56 $775,403.19 $1,734,834.46 $180,564.38 REVISED COST SHARE DeV. CoSt: $2,271,597.12 City Cost: $0.00 TOTAL REVISED CONTRACT $2,271,597.12 Revised: 10-12-2011 Page 1 The wafer antl sanilery sewarlines were IowereJ fo pravide pioperdea2nre hom Iha gas line cossings al Techndogy BOVloverd. Ghanges correspond lo Re�.ision No, 2 es shown on sheels 5-BA o/ lhe conslrucfian plans. The sfortn drain layout and devgn elong wilh Ihe TechnWogy6oulevaN aFde-Sac paWng limils were revised lo avad gasline crossirrg conAicls af Technology Boulovard. Chenges carespond lo fteWion Na 1J as shown on sheels �P. J5. 518, SHA. B SBB o(fhe consl�uc4'on plans. Femoved one li9hf pole base al l/�e noM Tinlersection o/Burleson Cardinal RoaC. Ghanga5 rolraspMd fa ReWsion No. 6 as shawn on sheefs fi3�64 NNB tansNuclian p�ans NO CRY FVNOS INVOLVED 1N TN1! CONI7UGT. DEVEIOPEX IS REePONlIBLE FOR 700%OF TIE CMANOE ORDER CO3T ANO NO AEIMBURSEMEM FRON Tf1E CT' WILL 6ElOUAXT BY 1ME DEVELOPER 2ECOMMENDED: APPftOVED: APPROVEO: Pacheco Koch. A� Rv d Company VaniNSf e� a�^ Bob Moore Con- ction By: 8Y' /� Nam� Preston B tley r+��f Na^� �- L ,���,,, Project Manager T�:��? � � T���e: ��'�G ` U Page Z Revised: 10.12-2011 REASONSFORCHANGEORDER ReWretlr.onnetYionfoTinfersediono/6uAesanCerdirtalRoedmnsfn�tt¢dbyedjatenfdevalopmentfothenarihan04nvewayconneclionaendaswciatediypaP-i 2mps were aC�ed lo fhe conslrucfion plans ChangBS conespond lo Revison No i es Shown on sheals 1&210l fhe conslr�ciion plBns DEVELOPER-AWARDED-PROJECT CHANGE ORDER INSPECTOR: Rodrick Wallace Phone No: 817-350-3321 REVIEWED PROJECT MANAGER: Debbie Willhelm Phone No: 817-392-2481 gy Debbie J. Willhelm at 5:04 pm, Nov 28, 2023 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT DAYS Oeveloper Oeveloper Developer Cost City Cost Cost City Cost �eveloper Cost City Cost Developer Cos[ Ci[y Cost Cos[ City Cost ORIGINAL CONTRACT $35,961.00 $137,806.56 $792,753.43 $1,719,832.46 $185,243.67 120 EXTRASTODATE $4,327.53 $2,700.00 $0.00 $75,002.00 $0.00 CREDITSTODATE $0.00 $0.00 ($17,350.24) $0.00 ($4,679.29) CONTRACTTODATE $40,288.53 $0.00 $740,506.56 $0.00 $775,403.19 $0.00 $1,734,834.46 $0.00 $180,564.38 $0.00 120 AMOUNT OF PROP. CHANGE ORDER $ $ $ (1,100.78) $ $ REVISEDCONTRACTAMOUNT $40,288.53 $0.00 $740,506.56 $0.00 $774,302.47 $0.00 $1,734,834.46 $0.00 $180,564.38 $0.00 120 TOTAL REVISED CONTRACT AMOUNT PER UNIT $40,288.SJ $740,506.56 $774,302.47 $1,134,534.46 $180,564.38 REVISED COST SHARE Dev. Cost: $2,270,496.34 City Cost: $0.00 TOTAL REVISED CONTRACT $2,270,496.34 Revised: 10.12-20'I'I Page 'I 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. RECOMMENDED: APPROVED: APPROVED: Westwood Professional e� ces VanTrust Rea/ E§, e Bob Moore Consfruc[ion BY_ BY: / ey: r�/ Name: Preston Bartle Name: IG� Clla an Name: �✓ � �'� T;tie: Project Manaqer Ta�e: Director Title: CX�G • vj� Page 2 Revised: '10.12-201'I REASONS FOR CHANGE ORDER Added driveway connections and associated ramps to Burleson Gardinal Road to serve the proposed development located at the NW corner of Risinger Road and Burelson Cardinal Road Changes correspond to Revision No. 7 as shown on sheets 16 & 18 of the construction plans. ��������x� 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, T a66ce Cl GrJ�%e�r� � 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 �R'�iJw � � ='�v� Document G706 -1994 � Confractor's Affidavit of Payment of Debts and Claims PROJECT: (Nmne and addi�e,ss) Fort Worth Logistics Hub Bldg. #2 300 W. Risinger Road Fort Worth TX 76140 TO OWNER: (Nnme a�td nddress) DI Fort Worth Logistics Hub Phase I, LP 4900 Main Street, Ste 400 Kansas City, MO 64112 ARCHITECT'S PROJECT NUMBER: 2021219 CONTRACT FOR; General Const�uction CONTRACT DATED: Feb�uary 17, 2022 owNER: u ARCHITECT: ❑ CONTRACTOR: ❑ SURETY: ❑ OTHER: ❑ STATE OF: Texas COUNTY OF: Tarrant The undersigned hereby certifies that, except as listed below, payment has been made in fiill and all obligations have otlieitivise 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 Conh�act 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. AlA Document G707, Consent of Surety, may be used for this purpose Indicate Attachment � Yes ❑ No `' � The fo(lowing strppa�ting documents sho«/d be attached 1�ereto if re�uired by tl:e O�vner: 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: (Nnme and address) Bob Moore Constniction, Inc. 3611 William D. Tate Avenue Grapevine, TX 76051 , , BY: (Signatcrre orntrtha�izet! ��epresentati �e) Kyle Whitesell, President (Printed nrrnte n��d title) Subscribed and sworn to before me on this date: Notary Public: �� �P VA�ERI C GEWAY My Commission Ex r��°�°�—j_�b�R UC STA�E OF T XAS NT9�,Of`�.�P� MY COMM. EXP.. 10/17/26 A _ _ NOTARY ID 664420-5 AIA Document G706 — 1994. Copyright OO 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 12I04/2023 under Order No.4104245587 which expires on 09/26l2024, 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: (369ADA5F) Bond No. 106952574 0 ����/�e =��'�= Document G707� -1994 :...: � Consent Of Surety to Final Payment PROJECT: (Ncrhze arad addvess) ARCHITECT'S PROJECT NUMBER: 2021219 Fort Wortli 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 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name nnd address of Surery) Travelers Casualty & Surety Company of America One Tower Square Hartford, CT 06183 on bond of (Insert nanie and address of Conb�actor) Bob Moore Construction, Inc. 3611 William D. Tate Avenue Grapevine, TX 76051 hereby approves of the final payment to the Conh�actor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Ownerj DI Fort Worth Logistics Hub Phase I, LP 4900 Main Street, Ste 400 Kansas City, MO 64112 as set forth in said Surety's bond. IN WI"INESS WHEREOF, the Surety has hereunto set its hand on this date: D2C2fTlb@I' 14, 2�23 (I�sert in writing the month followed by the na�meric date and year.) Attest: ����`�1/ �� (Seal?: owNER: u ARCHITECT: ❑ CONTRACTOR: ❑ SURETY; ❑ OTHER: ❑ ,SURETY, ,CONTRACTOR, , OWNER, Travelers Casualty & Surety Company of America ( �'e�') (Si ii�re of aut or•izecl representative) Payton Blanchard, Attorney-in-Fact (Printed name and title) AIA Document G707 — 1994. Copyright OO 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: (3B9ADA60) Travelers Casualty and Surety Company of America � Travelers Casualty and Surety Company TRAVELERS � 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. �. ,`ytla'W9F)p� p�[r ak� �� °�V y�G % � � * � �• � �. m liAATFORd' � , � ���.� y� COt7h' aeo � �. ♦ 6'1 ��,� .. � � .. 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 p''F�pg k4 ��`'� J� � NOiAti1' •: ir���fJ� V /f��a�",r+,'u �* � �� � � p�}�I�G, �t,,� � Anna P. Nowik, Notary Public �4aq�Mkr �1v"�,aiJs 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 ��t✓' day of �e��rnb�i �D�� �� �f q Att i A4'p T\ �4�`�" � �9 *' � � �- ����' �� � /' �� � �,._!�>r� ���'P`� G�^'� i . + � � �1 ' �f �� � Kevin E. Hughes, Assistant Secretary To vFrify t�`�e authenticity of this Powe� ofAttomey, p/ease ca// us at 1-800-421-3880, P/ease ref�r tm the ah�ve-nan�ed Attorney-in-Fact and the detai/s of the bond to which this Power ofAttorney is attached.