Loading...
HomeMy WebLinkAboutContract 58755-FP1-FP1 FORT WORTH. City Secretary Contract No. 58755 Date Received 04/29/2024 04/29/24 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: Mercantile Beach Industrial Development City Project No.: 104306 Improvement Type(s): Water x❑ Sewer x❑ Original Contract Price: $253,558.00 Amount of Approved Change Order(s) $94,552.40 Revised ContractAmount: Total Cost of Work Complete: 71Xz4,,-6'Zua,WZ Mark Duvall (Apr 24, 202416:57 CDT) Contractor Executive VP Title Bob Moore Construction Company Name Carlos Mom (Apr 24. 2024 22:57 CDT) Project Inspector PPrro�j4Fe/ct Manager Reberra Owan (Anr 99. 9024 08:03 CDT) CFA Manager Lauren Prieur (Apr29, 202408:09 CDT) TPW Director Asst. City Manager $348,110.40 $348,110.40 Apr 24, 2024 Date Apr 24, 2024 Date Apr 28, 2024 Date Apr 29, 2024 Date Apr 29, 2024 Date Apr 29, 2024 Date OFFICIAL RECORD 1 of 2 CITY SECRETARY FT. WORTH, TX Notice of Project Completion Project Name: Mercantile Beach Industrial Development City Project No.: 104306 City's Attachments Final Pay Estimate E Change Order(s): E Yes ❑ N/A Pipe Report: E Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 60 WD Work Start Date: 9/26/2023 Completed number of Soil Lab Test: 36 Completed number of Water Test: 2 Days Charged: 102 Work Complete Date: 3/12/2024 Page 2of2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MERCANTILE BEACH INDUSTRAL DEVELOPMENT Contract Limits Project Type WATER & SEWER City Project Numbers 104306 DOE Number 4306 Estimate Number 1 Payment Number 1 For Period Ending 3/12/2024 WD City Secretary Contract Number Contract Time 6WD Contract Date Days Charged to Date 102 Project Manager NA Contract is 100.00 Complete Contractor BOB MOORE CONSTRUCTION, INC. 1110 N WATSON ROAD ARLINGTON , TX 76011 Inspectors G. DEYON / C.GARCIA Wednesday, March 27, 2024 Page 1 of 5 City Project Numbers 104306 DOE Number 4306 Contract Name MERCANTILE BEACH INDUSTRAL DEVELOPMENT Estimate Number I Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 3/12/2024 Project Funding UNIT I: WATER IMPROVEMNTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6" WATER PIPE 14 LF $60.00 $840.00 14 $840.00 2 8" WATER PIPE 23 LF $105.00 $2,415.00 23 $2,415.00 3 12" WATER PIPE 638 LF $125.00 $79,750.00 638 $79,750.00 4 12" WATER PIPE, SELECT BACKFILL 202 LF $135.00 $27,270.00 202 $27,270.00 5 2" WATER SERVCIE 4 EA $3,456.00 $13,824.00 4 $13,824.00 6 TRENCH SAFETY 877 LF $1.00 $877.00 877 $877.00 7 6" GATE VALVE 1 EA $2,345.00 $2,345.00 1 $2,345.00 8 8" GATE VALVE 3 EA $2,789.00 $8,367.00 3 $8,367.00 9 12" GATE VALVE (CO #2) 2 EA $5,125.00 $10,250.00 2 $10,250.00 10 DUCTILE IRON WATER FITTINGS W/ 1.9 TN $2,800.00 $5,320.00 1.9 $5,320.00 RESTRAINT 11 CONNECTION TO EXISTING 4"-12" WATER I EA $750.00 $750.00 1 $750.00 MAIN 12 4"-12" PRESSURE PLUG I EA $469.00 $469.00 1 $469.00 13 FIRE HYDRANT 1 EA $6,148.00 $6,148.00 1 $6,148.00 14 AUTOMATICE FLUSHING DEVICE I EA $5,569.00 $5,569.00 1 $5,569.00 Sub -Total of Previous Unit $164,194.00 $164,194.00 - - - - - - - - - - - - - - - - - - - UNIT II: SANITARY IMPROVEMNTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 8" SEWER PIPE, SELECT BACKFILL 130 LF $85.00 $11,050.00 130 $11,050.00 2 TRENCH SAFETY 141 LF $1.00 $141.00 141 $141.00 3 4' MANHOLE 4 EA $12,458.00 $49,832.00 4 $49,832.00 4 EPDXY MANHOLE LINER 38 VF $325.00 $12,350.00 38 $12,350.00 5 CONCRETE COLLAR 2 EA $500.00 $1,000.00 2 $1,000.00 6 POST - CCTV INSPECTION 141 EA $1.00 $141.00 141 $141.00 7 MANHOLE VACUUM TESTING 6 EA $150.00 $900.00 6 $900.00 8 REMOVE 4' SEWER MANHOLE (CO# 2) 2 EA $1,250.00 $2,500.00 2 $2,500.00 9 4' SEWER PIPE, SELECT BACKFILL 1 1 If $75.00 $825.00 11 $825.00 10 4' SHALLOW MANHOLE (CO #2) 3 EA $8,500.00 $25,500.00 3 $25,500.00 Wednesday, March 27, 2024 Page 2 of 5 City Project Numbers 104306 DOE Number 4306 Contract Name MERCANTILE BEACH INDUSTRAL DEVELOPMENT Estimate Number I Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 3/12/2024 Project Funding 11 POST - CCTV INSPECTION (EXISTING 21" 1874 EA $12.50 $23,425.00 1874 $23,425.00 SEWER MAIN) (CO#1) 12 PRE -CCTV INSPECTION (CO#1) 1874 EA $15.00 $28,110.00 1874 $28,110.00 13 CONCRETE ENCASEMENT FOR UTILITY PIPE 15 LF $1,876.16 $28,142.40 15 $28,142.40 (CO#1) Sub -Total of Previous Unit $183,916.40 $183,916.40 Wednesday, March 27, 2024 Page 3 of 5 City Project Numbers 104306 Contract Name MERCANTILE BEACH INDUSTRAL DEVELOPMENT Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 2 Change Order Number 2 Total Contract Price DOE Number 4306 Estimate Number 1 Payment Number 1 For Period Ending 3/12/2024 $253,558.00 $79,677.40 $5,125.00 $9,750.00 $348,110.40 Total Cost of Work Completed $348,110.40 Less % Retained $0.00 Net Earned $348,110.40 Earned This Period $348,110.40 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 $348,110.40 Wednesday, March 27, 2024 Page 4 of 5 City Project Numbers 104306 Contract Name MERCANTILE BEACH INDUSTRAL DEVELOPMENT Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors G. DEYON / C.GARCIA Contractor BOB MOORE CONSTRUCTION, INC. 1110 N WATSON ROAD ARLINGTON , TX 76011 DOE Number 4306 Estimate Number I Payment Number 1 For Period Ending 3/12/2024 City Secretary Contract Number Contract Date Contract Time 60 WD Days Charged to Date 102 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 $348,110.40 Less % Retained $0.00 Net Earned $348,110.40 Earned This Period $348,110.40 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 $348,110.40 Wednesday, March 27, 2024 Page 5 of 5 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Mercantile Beach CONTRACT: A - Water, Sewer, & Paving Construction CFA # 22-0149 I CITY PARTICIPATION:I NO CITY PROJECT # 104306 FID # 30114-0200431-102560-EO7685 FILE # K-30027 INSPECTOR: Phone No: PROJECT MANAGER: Sandip Adhikari, P.E. Phone No: 817-392-8424 WATER Developer Cost City Cost ORIGINAL CONTRACT $159,069.00 $0.00 EXTRAS TO DATE $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 CONTRACT TO DATE $159,069.00 $0.00 AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 REVISED CONTRACT AMOUNT $159,069.00 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $159,069.00 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT CONTRACT UNIT SEWER PAVING Developer Developer Cost City Cost Cost City Cost $94,489.00 $0.00 $56,366.37 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $94,489.00 $0.00 $56,366.37 $0.00 $ 79,677.40 $0.00 $0.00 $0.00 $174,166.40 $0.00 $56,366.37 $0.00 $174,166.40 $56,366.37 $389,601.77 City Cost: $389,601.77 CHANGE ORDER No: 1 DRAINAGE Developer Cost City Cost $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 REVIEWED lBy Sandip Adhikari at 10:45 am, Sep 22, 2023 STREET LIGHTS Developer Cost City Cost $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CONTRACT DAYS 60 60 60 Revised: 10-12-2011 Page 1 You are directed to make the following changes in the contract documents CITY BI#D ITEM PAY ITEM # I QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS 11" 3301.0002 1874 EA Post -CCTV Inspection (existing 21" wer main) $ 12.50 $ 23,425.00 12" 3301.0001 1874 EA I Pre -CCTV Inspection � $ 15.00 I $ 28,110.00 13" 3305.0116 15 LF Concrete Encasement for Utility Pipe $ 1,876.16 $ 28,142.40 TOTAL $ 79,677.40 " - New Pay Item Added REASONS FOR CHANGE ORDER Existing sanitary sewer encroaching with proposed storm drain, changes correspond to Revision No. 1, Change Order 1-A1, which include CCTV inspection and concrete encasement to secure existing sewer as shown on revised sheets 7R1, 9A, 9B, 12R1, and 12A of the construction plans. 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: Pacheco Koch, a Westwood C mpa By: Name: Preston Bartley Title: Proiect Manager APPROVED: Velocis Mercantile JV, LP By: Name: Paul Smith Title: Vice President APPROVED: Bob Moore Construction By. ";,1/ Name: Mark Duvall Title: Executive Vice President REVIEWED lBy Sandip Adhikari at 10:45 am, Sep 22, 2023 Revised: 10-12-2011 Page 2 IPROJECT NAME: CONTRACT: CFA # ICITY PROJECT # FID # FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Mercantile Beach CHANGE A - Pavina Construction; C - Water & Sewer Construction ORDER No: 22-0149 CITY PARTICIPATION: NO 104306 2 30114-0200431-102560-E07685 K-30027 Carlos Garcia Phone No: 817-925-4381 Sandip Adhikari, P.E. Phone No: 817-392-8424 WATER Developer Cost City Cost ORIGINAL CONTRACT $159,069.00 $0.00 EXTRAS TO DATE $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 CONTRACT TO DATE $159,069.00 $0.00 AMOUNT OF PROP. CHANGE ORDER $ 5,125.00 $0.00 REVISED CONTRACT AMOUNT $164,194.00 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $164,194.00 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT SEWER Developer Cost City Cost $94,489.00 $0.00 $79,677.40 $0.00 $0.00 $0.00 $174,166.40 $0.00 $ 9,750.00 $0.00 $183,916.40 1 $0.00 $183,916.40 $348,110.40 CONTRACT UNIT PAVING Developer Cost City Cost $56,366.37 $0.00 $0.00 $0.00 $0.00 50.00 $56,366.37 $0.00 (56,366.37) $0.00 $0.00 $0.00 DRAINAGE Developer Cost City Cost $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 $0.00 $0.00 $0.00 50.00 I $0.00 City Cost: $348,110.40 REVIEWED By Sandip Adhikari at 6:49 pm, Feb 06, 2024 STREET LIGHTS Developer Cost City Cost $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 $0.00 1 $0,00 $0.00 I CONTRACT DAYS 60 60 60 Revised: 10-12-2011 Page 1 You are directed to make the followinq chanqes in the contract documents: I CITY BID ITEM I I I I PAY ITEM # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 1 UNIT 1: WATER IMPROVEMENTS 9 1 3312.3005 1 1 I EA I 12" Gate Valve 1 $ 5,125.00 $ 5,125.00 1 Water Total $ 5,125.00 I UNIT 11: SANITARY SEWER IMPROVEMENTS 1 8 0241.2201 1 EA Remove 4' Sewer Manhole $ 1,250.00 $ 1,250,00 1 10 339.1004 I 1 I EA 4' Shallow Manhole $ 8,500.00 $ 8,500,00 Sewer Total 1 $ 9.750.00 UNIT IV: PAVING IMPROVEMENTS I 1 9999.0001 -24 SY Remove Gravel Driveway $ 16.13 $ (387.12)1 2 0241.1300 -180 LF Remove Cone Curb & Gutter $ 10.00 $ (1.800.00)1 3 3213.0301 -5267 SF 4" Cone Sidewalk $ 5.25 $ (27.651.75)1 4 3471.0001 -1 MO Traffic Control $ 1,500.00 $ (1.500.00)1 5 3213.0403 -1492 SF 8" Concrete Driveway S 5.75 $ (8.579.00)1 6 3291.0100 -10 CY TO $ 6.30 $ (63.00)1 I 7 3292.0100 -85 SY Block Sod Placement $ 3.30 $ (280.50)1 1 8 3211.0501 -250 SY 6" Lime Treatment $ 60.00 $ (15,000.00)1 1 9 3211.0400 -3.4 TN Hydrated Lime $ 325.00 $ (1,105.00)1 Paving Total $ (56,366.37)1 1 TOTAL $ (41,491.37)1 New Pay Item Added REASONS FOR CHANGE ORDER Plan Revision 2 - Added a 12" Gate Valve just after the connection Plan Revision 3 - Removed all paving improvements in the Beach right-of-way. This pavement is being installed by an issued parkway permit instead of this Plan Revision 4 - Removed and replaced an existing manhole due to change in finished grade over the manhole 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 Services Velocis Mercanti! J//�^""(. //��," J Bob Moore Contor By: � By: �"'l By: Name: Preston Bartley Name: Paul Smith Name: Mark Duvall Title: Project Manaqer Title: Vice President Title: Executive Vice President REVIEWED By Sandip Adhikari at 6:49 pm, Feb 06, 2024 Revised: 10-12-2011 Page 2 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Mercantile Beach Industrial Development CITY PROJECT NUMBER: 104306 WATER PIPE LAID SIZE TYPE OF PIPE LF C900 6" PVC 14 C900 8" PVC 23 C900 12" PVC 638 FIRE HYDRANTS: 1 VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES UPLOADED TO ACCELA NEW SERVICES: 2" COPPER 4 I SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR26 8" PVC 130 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES DOWNLOAD TO ACCELA NEW SERVICES: 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 March 20, 2024 Bob Moore 1110 N Watson RD Arlington, TX 76011 RE: Acceptance Letter Project Name: Mercantile Beach Industrial Development Project Type: Water, Sewer City Project No.: 104306 To Whom It May Concern: On March 20, 2024 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 March 20, 2024, 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- 925-4381. Sincerely, _e Sandip Adhikari, Project Manager Cc: Carlos Garcia, Inspector Gary Deyon, Inspection Supervisor Edward D'Avila, Senior Inspector Victor Tornero, Program Manager Pacheco Koch Consulting Engineers, INC, Consultant Venus Construction, Contractor Bob Moore, 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 Mark Duvall, Executive Vice President Of Bob Moore Construction, Inc., known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; Project Name: Mercantile Beach Industrial Development City Project No.: 104306 BY Name or Title Subscribed and sworn before me on this date 24th of April, 2024. Notary Public Tarrant County, Texas �l�yp�gGc VALERIE C RIDGEWAY NOTARY PUBLIC " STATE OF TEXAS �q,F F,pS MY COMM. EXP. 10/17/26 NOTARY ID 604420.5 Bond No. 107603647 °=A I A Document G707ry -1994 Consent Of Surety to Final Payment PROJECT: (Name and address) ARCHITECT'S PROJECT NUMBER: 70271-05 OWNER: ❑ Mercantile Logistics Station Public Improvements CONTRACT FOR: General Construction ARCHITECT: ❑ 4107 N. Beach Street CONTRACTOR: ❑ Fort Worth, TX 76137 TO OWNER: (Name and address) CONTRACT DATED: March 1, 2023 SURETY: ❑ Velocis Mercantile JV, LP OTHER: ❑ 300 Cresent Court, Suite 850 Dallas, TX 76051 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) Velocis Mercantile JV, LP 300 Cresent Court, Suite 850 Dallas, TX 76051 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: April 10, 2024 (Insert in writing the month followed by the numeric date and year) Travelers Casualty & Surety Company of America ( ety) `' ( (Signat r of authorized representative) Attest: I " 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 AOW Travelers Casualty and Surety Company TRAVELERSJ 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. .k, 41��Ap Y a,y0@ F 69 Got" � iIM 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 /711'y�P't7. $��4 �i 4,ria UBLIe "] 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 10th day of April , 2024 CONK . tt COliei. O 'ar Kevin E. Hughes�Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney -in -Fact and the details of the bond to which this Power of Attorney is attached.