Loading...
HomeMy WebLinkAboutContract 56229-FP3FORT WORTH. City Secretary -FP3 Contract No. 56229 Date Received 3/14/2025 AT NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: Crescent Cultural District Office City Project No.: 103100 Improvement Type(s): ❑ Paving ❑ Drainage ❑ Street Lights ❑x Intersection Developer Cost City Cost Total Original Contract Price $ 94,220.96 $ 93,736.34 $ 187,957.30 Change Order 1 $ - $ - $ - Change Order 2 $ - $ - $ - Change Order 3 $ - $ - $ - Change Order -$3,396.30 -$11,622.87 -$15,019.17 Revised Contract Amount $ 90,824.66 $ 82,113.47 $ 172,938.13 Total Cost of Work Complete $ 90,824.66 $ 82,113.47 $ 172,938.13 Sam Chambers (Mar 12, 202510:46 CDT) M a r 12 2025 Contractor Date Asst. PM Title Andres Construction Company Name Mar 12, 2025 Curtis Hour 12, 202511:32 CDT) Project Inspector Date -&� Mar 13, 2025 Project Manager Date kall&'Ce Men- ck Mar 14 2025 Kan dice Merrick (Mar 14. 2025 09:20 CDT) 7 CFA Manager Date Luip&lt� PPr� 1 saran Priam iM,r 14 1n", 19 S7rDTI M a r 14 2025 TPW Director Date M a r 17, 2025 Asst. City Manager Date Page 1 of 2 Notice of Project Completion Project Name: Crescent Cultural District Office City Project No.: 103100 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety 0 Statement of Contract Time Contract Time 90 WD Days Charged: 423 WD Work Start Date: 2/28/2022 Work Complete Date: 10/14/2024 Completed number of Soil Lab Test: 183 Completed number of Water Test: 15 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name CRESCENT CULTURAL DISTRICT OFFICE Contract Limits Project Type INTERSECTION City Project Numbers 103100 DOE Number 3100 Estimate Number 1 Payment Number 1 For Period Ending 2/28/2022 WD City Secretary Contract Number Contract Time 29VD Contract Date Days Charged to Date 423 Project Manager NA Contract is 100.00 Complete Contractor ANDRES CONSTRUCTION SERVICES, LLC 3710 RAWLINS STREET, SUITE 1510 DALLAS , TX 75219 Inspectors D. WATSON / C. HOLLINGSW Friday, January 24, 2025 Page 1 of 5 City Project Numbers 103100 DOE Number 3100 Contract Name CRESCENT CULTURAL DISTRICT OFFICE Estimate Number 1 Contract Limits Payment Number I Project Type INTERSECTION For Period Ending 2/28/2022 Project Funding UNIT IV: INTERSECTION IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 REMOVE CONCRTE WATER VAULT 1 EA $2,953.48 $2,953.48 1 $2,953.48 2 WATER LINE GROUTING 0.75 0. $470.72 $353.04 0.75 $353.04 3 4"-12" WATER ABANDONMENT PLUG 1 EA $1,988.73 $1,988.73 1 $1,988.73 4 REMOVE 6" WATER VALVE I EA $2,755.26 $2,755.26 1 $2,755.26 5 SALVAGE FIRE HYDRANT I EA $1,147.64 $1,147.64 1 $1,147.64 6 6" PVC WATER PIPE I I LF $142.64 $1,569.04 11 $1,569.04 7 FIRE HYDRANT 1 EA $8,236.10 $8,236.10 1 $8,236.10 8 CONNECTION TO EXIST 4"-12" WATER MAIN 2 EA $5,613.83 $11,227.66 2 $11,227.66 9 1" WATER SERVICE 1 EA $3,387.66 $3,387.66 1 $3,387.66 10 6" GATE VALVE 1 EA $4,256.88 $4,256.88 1 $4,256.88 11 REMOVE SIFEWALK 680 SF $6.55 $4,454.00 680 $4,454.00 12 REMOVE ADA RAMP 2 EA $1,294.57 $2,589.14 2 $2,589.14 13 REMOVE CONC CURB & GUTTER 59 LF $21.40 $1,262.60 59 $1,262.60 14 HMAC TRANSITION 1 TN $1,767.53 $1,767.53 1 $1,767.53 15 4" CONC SIDEWALK (CO#4) 450 SF $13.66 $6,147.00 450 $6,147.00 16 BARRIER FREE RAMP, TYPE U-1 (CO#4) 0 SF $5,684.00 $0.00 0 $0.00 17 BARRIER FREE RAMP, TYPE M-1 2 EA $3,214.45 $6,428.90 2 $6,428.90 18 6" CONC CURB ABD GUTTER (CO44) 24 EA $75.94 $1,822.56 24 $1,822.56 19 REMOVE BRICK PVMT 10 LF $59.02 $590.20 10 $590.20 20 BRICK PVMT (CO#4) 5.56 SY $285.98 $1,590.05 5.56 $1,590.05 21 BRICK PAVEMENT REPAIR 8 SY $371.42 $2,971.36 8 $2,971.36 22 PED SIGNAL HEAD ASSEMBLY 5 EA $430.75 $2,153.75 5 $2,153.75 23 AUDIBLE PEDESTRIAN PUSHBUTTON 4 EA $2,472.50 $9,890.00 4 $9,890.00 STATION 24 4/C 14 AWG MULTI -CONDUCTOR CABLE 90 LF $3.38 $304.20 90 $304.20 25 3/C 14 AWG MULTI -CONDUCTOR CABLE 50 LF $2.85 $142.50 50 $142.50 26 NO 8 INSULATED ELEC CONDR 50 LF $4.00 $200.00 50 $200.00 27 INSTALL S PEDESTRIAN PUSH BUTTON POLE I EA $875.00 $875.00 1 $875.00 28 4" SLD PVMT MARKING HAS (Y) 76 LF $3.42 $259.92 76 $259.92 29 24" SLD PVMT MARKING HAE (W) (CO#4) 274 LF $28.47 $7,800.78 274 $7,800.78 30 REFL RAISED MARKER TY H-A-A 8 EA $12.05 $96.40 8 $96.40 Friday, January 24, 2025 Page 2 of 5 City Project Numbers 103100 Contract Name CRESCENT CULTURAL DISTRICT OFFICE Contract Limits Project Type INTERSECTION Project Funding DOE Number 3100 Estimate Number 1 Payment Number I For Period Ending 2/28/2022 31 REMOVE SIGN PANEL 2 EA $110.00 $220.00 2 $220.00 32 TRAFFICE CONTROL 2 MO $7,500.00 $15,000.00 2 $15,000.00 33 WORK ORDER MOBILIZATION 1 EA $10,000.00 $10,000.00 1 $10,000.00 34 4" CONC SIDEWALK (LOT 8, BLK 1) 1755 SF $18.25 $32,028.75 1755 $32,028.75 35 BARRIER FREE RAMP, TYPE R-1 (SPECIAL) I EA $8,970.00 $8,970.00 1 $8,970.00 36 RICK PAVER SIDEWALK (LOT 8, BLK 1) 75 SY $216.64 $16,248.00 75 $16,248.00 37 REMOVE AND REINSTALL SIGN PANEL/POST 1 EA $1,250.00 $1,250.00 1 $1,250.00 (7TH & VAN CLIBURN Sub -Total of Previous Unit $172,938.13 $172,938.13 Friday, January 24, 2025 Page 3 of 5 City Project Numbers 103100 Contract Name CRESCENT CULTURAL DISTRICT OFFICE Contract Limits Project Type INTERSECTION Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 4 Total Contract Price DOE Number 3100 Estimate Number 1 Payment Number I For Period Ending 2/28/2022 $187,957.30 ($3,396.30) $172,938.13 Total Cost of Work Completed $172,938.13 Less % Retained $0.00 Net Earned $172,938.13 Earned This Period $172,938.13 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 $172,938.13 Friday, January 24, 2025 Page 4 of 5 City Project Numbers 103100 Contract Name CRESCENT CULTURAL DISTRICT OFFICE Contract Limits Project Type INTERSECTION Project Funding Project Manager NA Inspectors D. WATSON / C. HOLLINGSW Contractor ANDRES CONSTRUCTION SERVICES, LLC 3710 RAWLINS STREET, SUITE 1510 DALLAS, TX 75219 DOE Number 3100 Estimate Number 1 Payment Number I For Period Ending 2/28/2022 City Secretary Contract Number Contract Date Contract Time 20 WD Days Charged to Date 423 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 $172,938.13 Less % Retained $0.00 Net Earned $172,938.13 Earned This Period $172,938.13 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 $172,938.13 Friday, January 24, 2025 Page 5 of 5 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Crescent Cultural District Office CHANGE CONTRACT: Intersection Improvements ORDER No: CSC No. 56229-A1CO4 CFA # CFA21-0032 CITY PARTICIPATION: Yes CITY PROJECT # 103100 CITY SECRETARY CONTRACT # CS 56229-A1 4 FID # 30114-0200431-103100-E07685 X # X-26788 FILE # W-2763 INSPECTOR: Curtis Hollingsworth Phone No: 817-584-4535 PROJECT MANAGER: Debbie J. Willhelm Phone No: 817-392-2481 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREETLIGHTS INTERSECTION CONTRACT IMPROVEMENTS DAYS Developer Developer am Developer Developer Cost CityDeveloper Cost City y Cost Cost C Cost CityDeveloper Cost Cost Cost ORIGINAL CONTRACT $ 158,205.00 $ - $ 80,147.00 $ - $ 24,250.00 $ - $ 214,931.43 $ - $ 315,360.49 $ - $ 94,220.96 $ 93,736.34 110 EXTRAS TO DATE $ - $ $ - $ $ - $ - $ 47,125.19 $ $ $ $ - $ CREDITS TO DATE $ - $ $ - $ - $ - $ - $ 50,725.80 $ - $ 228.153.45 $ $ - $ CONTRACT TO DATE $ 158,205.00 $ - $ 80,147.00 $ - $ 24,250.00 $ - $ 211,330.82 $ - $ 87,207.04 $ $ 94,220.96 $ 93,736.34 110 AMOUNT OF PROP.CHANGE ORDER $ - $ - $ - $ - $ - $ - $ - $ - $ - ($3,396.30) ($11,622.87) 0 T $ 158,205.00 $ - $ 80,147.00 $ - $ 24,250.00 $ - $ 211,330.82 $ _- $ 87,207.04 $ $ 90,824.66 2,113.47 110 TAL REEDCONTRACTAMOUNT PER UNIT $158,205.00 $80,147.00 $24,250.00 $211,330.82 $ 87,207.04 $172,938.13 REVISED COST SHARE Dev. Cost: 651,964.52 City Cost: 82,11 TOTAL REVISED CONTRACT 734,077.99 Revised. 12-17-2018 Page 1 of 3 You are directed to make the following changes in the contract documents: • TERSECTION IMP PAY ITEM # CITY BID ITEM QUANTITY UNIT ITEM DESCRIPTION CFW Unit UNIT PRICE Developer CRY Cost TOTAL # Price Cost 15 3213.0301 -382.00 SF 4"Conc Sidewalk I $13.66 $13.66 $0.00 ($5,218.12) ($5,218.12)I 16 3213.0502 -1.00 EA Barrier Free Ramp, Type U-1 I $3,710.00 $5,684.00 ($1,974.00) ($3,710.00) ($5,684.00)I 18 3216.0101 -15.00 LF 6" Conic Curb and Ginter I $45.00 $75.94 ($464.10) ($675.00) (($1,139.10 I 20 3214.0200 -4.44 SY Brick Pvmt I $285.98 $285.98 $0.00 ($1,269.75) t$1,269.76iI 29 3217.0501 -60.00 LF 24" SLD Pvmnt Marking HAE (W) I $12.50 $28.47 ($958.20) ($750.00) ($1,708.20)I TOTAL UNIT VI: INTERSECTION IMPROVEMENTS 112a96,301 22.871 !$15.019.1711 Asterisk (*) indicates New Pay hem REASONS FOR CHANGE ORDER Crosswalk striping, ADA ramp and associated sidewalk, curb, and brick pavement for the northeast comer of Camp Bowie Blvd and Van Clibum Way were removed from the contract. Those improvements will be constructed by others under separate developer project. Changes correspond to Plan Revision 5 as shown on Sheet C1.10 & C1.12 of the construction plans. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Revised. 12-17-2018 Page 2 of 3 RECOMMENDED: Dunaway Associates, LP Nickolar,7 �owelG By N--1- aow.0 (xa. e, xouuvcsn Name: Nicholas J. Powell, PE Title Discipline Lead II APPROVAL RECOMMENDED: CFW- Funding Department By A rF Name: Lauren Prieur, PE Title Director, Transportation and Public Works Dept RECOMMENDED: CFW-'Contract Compliance Manager By. we Name: Debbie J. Willhelm, PE Title Project Manaqer M&C Number: M&C 23-0878 M&C Date Approved: 101172023 APPROVED: GPIF CD Office LLC By: Name Kevin Crum Title: Senior Vice President, Development APPROVED: CFW - Assistant City Manager By: D �;gA�1rflll, Name: Dana Burghdaff Title: Assistant City Manaqer APPROVED: Andres Construction Services David O10ainn By: D..do•Q�—(No.5, 2024—CST) Name: David O'Quinn Title Sr. Project Manaqer APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney By Name: Richard McCracken Title Senior Assistant Citv Attorney ATTEST . Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible % for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Jannette S. Goodall City Secretary CThere are NO City Funds associated with this Contract CThere are City Funds associated with this Contract Revised: 12-17-2018 Page 3 of 3 FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Crescent Cultural District Office CITY PROJECT NUMBER: 103100 WATER PIPE LAID SIZE TYPE OF PIPE Open cut 6" PVC FIRE HYDRANTS: 1 VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE DENSITIES: Taken and passed NEW SERVICES: 1" Dom copper I SEWER PIPE LAID SIZE TYPE OF PIPE PIPE ABANDONED SIZE TYPE OF PIPE DENSITIES: 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 LF LF LF LF 6LF FORT WORTH. TRANSPORTATION AND PUBLIC WORKS October 22, 2024 Andres Construction 3710 Rawlins St., Suite 150 Dallas TX, 75219 RE: Acceptance Letter Project Name: Crescent Cultural District Office Project Type: Water, Sewer, Paving, Drainage and Street Lights City Project No.: 103100 To Whom It May Concern: On October 28, 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 October 28, 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- 392-6251. Sincerely, C Andrew Goodman P.E., Project Manager Cc: Curtis Hollingsworth, Inspector Donald Watson, Inspection Supervisor Aaron Ybarra, Senior Inspector Andrew Goodmann P.E., Program Manager Dunaway, Consultant Andres Construction, Contractor Crescent Real Estate Developers, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev.08/20/19 M �i 1A Document G706°A --1994 Contractor's Affidavit of Release of Liens PROJECT: (Name and address) CFA21-0032 - Intersection Improvements: Hotel -Office ADA Corners and PED Buttons TO OWNER: (Name and address) City of Fort Worth 200 Texas St. Fort Worth, TX 76102 STATE OF: Texas COUNTY OF: Dallas ARCHITECT'S PROJECT NUMBER: OWNER: ❑ ARCHITECT; ❑ CONTRACTOR: ❑ CONTRACT FOR: CFA21-0032 - SURETY: ❑ Intersection Improvements: Hotel - Office ADA Corners and PED OTHER: ❑ Buttons CONTRACT DATED: November 22, 2021 The undersigned hereby certifies that to the best of the undersigned's knowledge, information and belief, except as listed below, the Releases or Waivers of Lien attached hereto include the Contractor, all Subcontractors, all suppliers of materials and equipment, and all performers of Work, labor or services who have or may have liens or encumbrances or the right to assert liens or encumbrances against any property of the Owner arising in any manner out of the performance of the Contract referenced above. EXCEPTIONS: SUPPORTING DOCUMENTS ATTACHED HERETO 1. Contractor's Release or Waiver of Liens, conditional upon receipt of final payment. CONTRACTOR: (Name and address) ANDRES CONSTRUCTION SERVICES LLC 3710 Rawlins Street Suite 1510 Dallas, Texas 75219 2. Separate Releases or Waivers of Liens from BY: Subcontractors and material and equipment (Signature of authori suppliers, to the extent required by the Owner, representative) accompanied by a list thereof. Warren L Andres, President , (Printed name and title) Subscribed and sworn to before me on this date: Notary Public: My Commission Expires: A Document G706A-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 10:06:09 ET an 08114/2024 under Order N().4104245414 which expires on 0911912024. 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: (3B9ADA55) ill Document G7060-1994 Contractor's Affidavit of Payment of Debts and Claims PROJECT: (Name and address) CFA2 i -0032 - Intersection Improvements: Hotel -Office ADA Corners and PED Buttons TO OWNER: (Name and address) City of Fort Worth 200 Texas St. Fort Worth, TX 76102 STATE OF: Texas COUNTY OF: Dallas ARCHITECT'S PROJECT NUMBER: CONTRACT FOR: CFA21-0032 - Intersection Improvements: Hotel -Office ADA Corners and PED Buttons CONTRACT DATED: November 22, 2021 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 for 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 fiom 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 (ALA Document G706A). CONTRACTOR: (Name and address) ANDRES CONSTRUCTION SERVICES LLC 3710 Rawlins Street Suite 1510 Dallas, Texas 75219 BY: X gnature of authorized re esentative) Warren L Andres, President (Printed name and title) Subscribed and sworn to before me on this date: Notary Public: My Commission Expires: AIA Document G706 —1994. Copyright o 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 10:M50 ET on 08/14/2024 under Order No.4104245414 which expires on 09119/2024, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documentse Terms of Service. To report copyright violations, e-mail docinfo@aiacantracts.com. User Notes: (3B9ADA50) CONSENT OF SURETY TO FINAL PAYMENT AIA Document G707 Bond No. 46BCSJA5409 TO OWNER (!dame and addren) City of Fort Worth 200 Texas St. Fort Worth, TX 76102 PROJECT: (Name and vddrwo OWNER El ARCI-11TECT D CONTRACTOR El SURD FY )� OTHFR ARCHITECT'S PROJECT NO.: CONTRACT FOR: CFA21-0032 - Intersection Improvements: Hotel - Office ADA Corners and PED Buttons CONTRACT DATED: November 22, 2021 CFA21-0032 - Intersection Improvements: Hotel -Office ADA Corners and PIED Buttons In accordance with she provisions of the Contract between [he Owner and the Contractor as indk:awd above, the !Insert rmw0. an addix-V of.574rrrl J Hartford Accident and Indemnity Company One Hartford Plaza Hartford, CT 06155-0001 on bond of ryrraan rrarar anc8 exddre�.� R jCorrrraGYur) Andres Construction Services LLC 3710 Rawlins Street, Suite 1510 Dallas, TX 75219 CO'-V'l.'RlMCTOR, herebyapproves of the final payment to the Contractor, and agrees that teal payment to the Contractor shall not relieve the Surety of any of its obligations to (itW" natnraanduddress afouner) City of Fort Worth 200 Texas St. Fort Worth, TX 76102 , OWNER, as set forth In said Surety's bond. IN WITNESS WREREOF, the Surety ims hereunto set its hand on this date: June 19, 2024 flfmah19911ing(&-mmnthfdiburxlht:tlarruwrrerkdate and wr.) Hartford Accident and Indemnity Company (.srr qw n (� By: (Apalurr ofenflu'dzrrl trprxarr tnrl Attest, Holly Clevenger Attorney -in -Fact (Sea)). (Ptrrrred rrarrre uln(tYk) G707--1994 Direct Inquiries/Claims to: THE HARTFORD BOND, T-11 POWER OF ATTORNEY Hartford, Conne tcuut06155 Bond. Claims0thehartford.com call. 888-266-3488 orfax. 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: WILLIS TOWERS WATSON INS SVCS WEST Agency Code: 4 6-4 60120 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unlimited : Luke J. Nolan of Addison TX, Bryan M. Caneschi, Saykham Chanthasone, Michelle Anne McMahon, Mercedes Phothirath, Joshua Sanford, Jynell Marie Whitehead of Hartford CT, Jennifer Godere, Kathryn Pryor, Gentry Stewart of Mount Laurel NJ, Richard Hackner, Sarah Murtha of New York NY, Vincent Ansiaux, Holly Clevenger, Christine Clinger, Jack M. Crowley, Deborah English, Sean Heidrick, Daphne Massey, Laurie Pflug, Rebecca Sanford, Rebecca S. Thacker of DALLAS, Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. a rxJw r■�rrar+� Ip70 1pTsi- `� Igg9 • * `�vR.c n�'�'�tr•a �r F*ai ■ � hLrrnlS �'r+olu�'� Shelby Wiggins, Assistant Secretary Joelle L. LaPierre, Assistant Vice President STATE OF FLORIDA SS. Lake Mary COUNTY OF SEMINOLE On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. �•.� Jessica Ciccone My Commission HH 122280 Expires June 20, 2025 I, the undersigned, Assistant Vice President 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 is still in full force effective as of June 19, 2 0 2 4 Signed and sealed in Lake Mary, Florida. TY1 � M }y,yirf' � � �10Myy q �►wrr � :' �e.+.rerrr; : a ti0 �'l �M°W� 'sia�°"'°'"+� %�. � tiu�► - :; g: �'ta..�,no-o�� r�ar�A4� ss I9T9 �c ��74 .� � 19T9 • '�:r�.,:-s� �''e■wreu rq ; f* • clrro�s +7rlu�• '44 Keith D. Dozois, Assistant Vice President