Loading...
HomeMy WebLinkAboutContract 62320-FP1FORTWORTH. -FP1 City Secretary 62320 Contract No. Date Received 6/9/2025 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: Stuart's Bailey Addition City Project No.: 105658 Improvement Type(s): Water 0 Sewer 0 Original Contract Price: $33,127.85 Amount of Approved Change Order(s):-$13,550.15 Revised Contract Amount: $19,577.70 Total Cost of Work Complete: $19,577.70 Ekmil CYowel- Brvan CYorner(Jun 9. 202509:43 CDT) Contractor Project Manager Title Wildstone Construction, LLC Company Name Project Inspector Project Manager �' CFA Manager Lauren Prieur (' TPW Director Asst. City Manager 06/09/2025 Date 06/09/2025 Date 06/09/2025 Date 06/09/2025 Date 06/10/2025 Date 06/10/2025 Date OFFICIAL RECORD Page 1 of 2 CITY SECRETARY g FT. WORTH, TX Notice of Project Completion Project Name: Stuart's Bailey Addition City Project No.: 105658 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety Statement of Contract Time Contract Time: 20 WD Work Start Date: 4/2/2025 Completed number of Soil Lab Test: 25 Completed number of Water Test: 4 Days Charged:18 WD Work Complete Date: 5/14/2025 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name STUART BAYLEY ADDITION Contract Limits Project Type WATER & SEWER City Project Numbers 105658 DOE Number 5568 Estimate Number 1 Payment Number I City Secretary Contract Number Contract Date Project Manager NA Contractor 2727 LBJ FREEWAY, STE. 815 Inspectors For Period Ending 5/14/2025 WD Contract Time 2" Days Charged to Date 18 Contract is 100.00 Complete DALLAS , TX 75234 / C. HORTON Wednesday, May 21, 2025 Page 1 of 4 City Project Numbers 105658 DOE Number 5568 Contract Name STUART BAYLEY ADDITION Estimate Number I Contract Limits Payment Number I Project Type WATER & SEWER For Period Ending 5/14/2025 Project Funding UNIT: I WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8" PVC WATER PIPE (CO# 2) 34 LF $52.90 $1,798.60 34 $1,798.60 2 2" SERVICE TO WATER METER WITH BOX 1 EA $809.00 $809.00 1 $809.00 (CO# 2) 3 CONNECT TO EXISTING (CO# 2) 1 EA $3,500.00 $3,500.00 1 $3,500.00 4 -------------------------------------- 1" IRRIGATION WATER SERVICE W/ BFP (CO#1) 1 EA $5,603.00 $5,603.00 1 $5,603.00 Sub-Total of Previous Unit $11,710.60 $11,710.60 UNIT: R SANITARY IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 6" PVC SEWER LINE (CO# 2) 8 LF $53.35 $426.80 8 $426.80 2 EXPDXY LINERS FOR SANITARY SEWER 1 EA $405.30 $405.30 1 $405.30 STRUCTURES (CO# 2) 3 T PRECAST CONCRETE MANHOLE (CO# 2) 1 EA $5,091.00 $5,091.00 1 $5,091.00 4 SANITARY SEWER CONNECTIONS (CO# 2) 1 EA $1,944.00 $1,944.00 1 $1,944.00 Sub -Total of Previous Unit $7,867.10 $7,867.10 Wednesday, May 21, 2025 Page 2 of 4 City Project Numbers 105658 Contract Name STUART BAYLEY ADDITION Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 2 Change Order Number 1 Change Order Number 2 Total Contract Price DOE Number 5568 Estimate Number I Payment Number I For Period Ending 5/14/2025 $33,127.85 ($13,310.05) $5,603.00 ($5,843.10) $19,577.70 Total Cost of Work Completed $19,577.70 Less % Retained $0.00 Net Earned $19,577.70 Earned This Period $19,577.70 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 $19,577.70 Wednesday, May 21, 2025 Page 3 of 4 City Project Numbers 105658 DOE Number 5568 Contract Name STUART BAYLEY ADDITION Estimate Number I Contract Limits Payment Number I Project Type WATER & SEWER For Period Ending 5/14/2025 Project Funding Project Manager NA City Secretary Contract Number Inspectors / C. HORTON Contract Date Contractor 2727 LBJ FREEWAY, STE. 815 Contract Time 20 WD Days Charged to Date 18 WD DALLAS , TX 75234 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 $19,577.70 Less % Retained $0.00 Net Earned $19,577.70 Earned This Period $19,577.70 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 $19,577.70 Wednesday, May 21, 2025 Page 4 of 4 Docusign Envelope ID: E9CF4F10-232C-4A07-A4D8-F92837FE230A PROJECT NAME: CONTRACT: C FA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Stuart's Bailey Addition Water and Sewer 24-0149 105658 62320 30114-0200431-105658-EO7685 28253 W-3057 Cody Horton Izeldeen Ahmed WATER Developer Cost City Cost ORIGINAL CONTRACT $11,960.70 I $0.00 EXTRAS TO DATE $0.00 I $0.00 CREDITS TO DATE $0.00 I $0.00 CONTRACT TO DATE $11,960.70 I $0.00 AMOUNT OF PROP. CHANGE ORDER $6,603.00 I $0.00 REVISED CONTRACT AMOUNT $17,563.70 I $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $17,553.70 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT CITY PARTICIPATION:I NO Phone No: 817-392-8306 Phone No: 817-392-7830 CHANGE ORDER No: 1 REVIEWED By Izeldeen Ahmed at 5:33 pm, Mar 10, 2025 CONTRACT UNIT SEWER I DRAINAGE I PAVING I STREET LIGHTS CONTRACT Developer Developer \Developer DAYS weloper Cost City Cost Cost City Cost Cost City Cost Cost City Cost $21,177.15 $0.00 I $0.00 I $0.00 I $0.00 $0.00 $0.00 $0.00 I 0 $0.00 $0.00 I $0.00 I $0.00 I $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 I $0.00 I $0.00 I $0.00 $0.00 $0.00 $0.00 $21,177.15 $0.00 I $0.00 I $0.00 I $0.00 $0.00 $0.00 $0.00 I 0 $0.00 $0.00 I $0.00 I $0.00 I $0.00 $0.00 $0.00 $0.00 I 0 $21,177.15 $0.00 I $0.00 I $0.00 I $0.00 $0.00 $0.00 $0.00 I 0 $21,177.15 $0.00 $0.00 $0.00 $38,730.85 City Cost: $0.00 $38,730.85 Revised: 12-17-2018 Page 1 Docusign Envelope ID: E9CF4F10-232C-4A07-A4D8-F92837FE230A You are directed to make the following changes in the contract documents UN'T I: WATER IMPROVEMENTS CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION 33 12 10* 3312.2003 1.00 EACH 1" Irrigation Water Service w/ BFP PAY ITEM # I Asterisk (*) indicates New Pay Item REVIEWED By Izeldeen Ahmed at 5:33 pm, Mar 10, 2025 CFW Unit Price TOTAL UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS CITY BID ITEM # QUANTITY UNIT ITEM DESCRIPTION TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS Developer UNIT PRICE Cost City Cost TOTAL $5603.00 $5,603.00 $5,603.00 $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 $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 $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 5 603.00 $0.00 $5,603.00 Developer UNIT PRICE Cost City Cost TOTAL $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 $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 0.00 0 $0.00 Revised: 12-17-2018 Page 2 Docusign Envelope ID: E9CF4F10-232C-4A07-A4D8-F92837FE230A REASONS FOR CHANGE ORDER Change order required to include irrigation water services. Changes correspond to Revision No. 1 as shown on sheet 05 of the construction plans. RECOMMENDED: Signed by: V V APPROVED: Signed by: r APPROVED: Signed by: r — ..�.. , o.,..�.,..+� , . _ � oor i oroyri ❑ww... � r+�racrvr�aoo i 4cs... By: CCM Engineerinq By: Cana Capital Series 2, LLC By: Z Constructors Nationwide LLC Name: Cody Crannell Name: Basem Nimri Name: Chris West Title: President Title: Manaqer Title: Proiect Manaaer APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: By: By: By: Name: Name: Name: Title: Title: Title: RECOMMENDED: ATTEST J;EVIEWED IIdeen Ahmed at 5:50 pm, Mar 10, 2025 Jannette S. Goodall City Secretary Title: M&C Number: M&C Date Approved: * 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. F]There are NO City Funds associated with this Contract LIThere are City Funds associated with this Contract Revised: 12-17-2018 Page 3 Docusign Envelope ID: 92306BBD-OF63-4DB3-81CD-8667814F3DE1 PROJECT NAME: CONTRACT: C FA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER Stuart's Bailey Addition Water and Sewer 24-0149 105658 62320 30114-0200431-105658-EO7685 28253 W-3057 Cody Horton Izeldeen Ahmed WATER Developer Cost C ORIGINAL CONTRACT $11,950.70 EXTRAS TO DATE $5,603.00 CREDITS TO DATE $0.00 CONTRACT TO DATE $17,663.70 AMOUNT OF PROP. CHANGE ORDER ($5,843.10) REVISED CONTRACT AMOUNT $11,710.60 TOTAL REVISED CONTRACT AMOUNT PER UNIT $11,710.60 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT CHANGE ORDER No: CITY PARTICIPATION: NO 2 Phone No: 817-392-8306 Phone No: 817-392-7830 REVIEWED By Izeldeen Ahmed at 3:34 pm, Apr 02, 2025 ity SEWER CONTRACT UNIT DRAINAGE PAVING STREET LIGHTS Developer Developer Developer Cost Developer Cost City Cost Cost City Cost Cost City Cost Cost City Cost $0.00 I $21,177.15 $0.00 $0.00 I $0.00 I $0.00 $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 $0.00 I $0.00 I $0.00 $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 $0.00 I $0.00 I $0.00 $0.00 $0.00 $0.00 $0,00 I $21,177.15 $0.00 $0.00 I $0.00 I $0.00 $0.00 $0.00 $0.00 $0.00 I ($13,310.05) $0.00 $0.00 I $0.00 I $0.00 $0.00 $0.00 $0.00 I $7,867.10 $0.00 $0.00 1 $0.00 I $0.00 $0.00 $0.00 $7,867.10 $0.00 $0.00 $0.00 $19,677.70 City Cost: $0.00 $19,577.70 CONTRACT DAYS 0 0 0 0 Revised: 12-17-2018 Page 1 Docusign Envelope ID: 92306BBD-OF63-4DB3-81CD-8667814F3DE1 REVIEWED lBy Izeldeen Ahmed at 3:34 pm, Apr 02, 2025 J J You are directed to make the following changes in the contract documents UN T I: WATER IMPROVEMENTS CITY BID ITEM CFW Unit Developer PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION Price UNIT PRICE Cost City Cost TOTAL 33 11 12 (29.00) L.F 8" PVC water pipe $52.90 ($1,534.10) ($1,534.10) 33 12 10 (1) EACH 2" Service Meter with Box $809.00 ($809.00) ($809.00) 331225 (1) EACH Connect to Existing $3500.00 ($3,500.00) ($3,500.00) $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 $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 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL UNIT I: WATER IMPROVEMENTS 5 843.10 0.00 ($5,843.10) UNIT II: SANITARY SEWER IMPROVEMENTS CITY BID ITEM Developer PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE Cost City Cost TOTAL 33 31 20 (7) L.F 6" PVC Sewer Line $53.35 ($373.45) ($373.45) 33 39 40 (2) EACH Epoxy Liner for Sanitary Sewer Structures $405.30 ($810.60) ($810.60) 33 3920 (2) EACH 4' Precast Concrete Manhole $5091.00 ($10,182.00) ($10,182.00) 3331 50 (1) EACH Sanitary Sewer Connections $1,944.00 ($1,944.00) ($1,944.00) $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 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS ($13.310.05) 0 ($13,310.05) Asterisk (') indicates New Pay Item Revised: 12-17-2018 Page 2 Docusign Envelope ID: 92306BBD-OF63-4DB3-81CD-8667814F3DE1 REASONS FOR CHANGE ORDER Change order required to remove Water and Sewer connections to serve lot 8R1. Changes correspond to Revision No. 3 as shown on sheet 05 and 06 of the construction plans. RECOMMENDED: CCM Engin yned by: By. �F�IA���dR7 Name: Cody Crannell Title: President APPROVAL RECOMMENDED APPROVED: Cana Capital Ser �i�h€3i nv��i By: 65F13F59A1 E0404... Name: Basem Nimri Title: Manaqer APPROVED: APPROVED: Z Constructors Nati r 4"b/y: LC,W I V tS LSTL By: A2B8 BF4A96574B3... Name: Chris West Title: Proiect Manaaer APPROVED AS TO FORM AND LEGALITY: By: By: By: Name: Name: Name: Title: Title: Title: RECOMMENDED: ATTEST By: REVIEWED Jannette S. Goodall By Izeldeen Ahmed at 3:34 pm, Apr 02, 2025 City Secretary M&C Number: M&C Date Approved: * 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. OThere are NO City Funds associated with this Contract ❑There are City Funds associated with this Contract Revised: 12-17-2018 Page 3 FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Stuart's Bailey Addition CITY PROJECT NUMBER: 105658 1 WATER PIPE LAID SIZE TYPE OF PIPE OPEN CUT 8" PVC LF 34 LF FIRE HYDRANTS: N/A VALVES (16" OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: YES - ALL PASSED NEW SERVICES: 2" COPPER 1 EA 1" COPPER 1 EA SEWER PIPE LAID SIZE TYPE OF PIPE LF OPEN CUT 6" PVC 8 LF PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: YES - ALL PASSED NEW SERVICES: N/A 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 May 20, 2025 Wildstone Construction, LLC 12850 US-287 Fort Worth, TX 76052 RE: Acceptance Letter Project Name: Stuart's Bailey Addition Project Type: Water and Sanitary Sewer City Project No.: 105658 To Whom It May Concern: On May 20, 2025 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 May 20, 2025, 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- 392-7830. Sincerely, 4� .4 /0C_ Izeldeen Ahmed, Project Manager Cc: Cody Horton, Inspector Troy Gardner, Inspection Supervisor Ariel Duarte, Senior Inspector Andrew Goodman, Program Manager CCM Engineering, Consultant Wildstone Construction, LLC, Contractor Cana Capital Series 7 LLC, 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 John Kolb, President Of Wildstone Construction, LLC, 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; CPN 105658 Stuarts Bailey Addition 1:3`I Kolb/President Subscribed and sworn before me on this date 15th jof klay, 2025. _M114.1 � I L otary Public Tarrant County, Texas +�+J�,, AMANDA LEIGH PATREDIS `,ftY Pr, �ii Notary Public. State of Texas p Comm, Expues 05-06-2027 Notary ID 134346448 CONSENT OF SURETY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 TO OWNER: (Name and address) City of Fort Worth 311 W. 10th Street, Fort Worth, TX 76102 Bond No: 108190949 OWNER ARCHITECT CONTRACTOR SURETY OTHER ARCHITECT'S PROJECT NO.: CONTRACTFOR: OCP: $33,127.85 FCP: $19,577.70 PROJECT: CONTRACT DATED: (Name and address) Stuart's Bayley Addition - IPRC Record No. 24-0145 - City Project No. 105658 Public Portion of Water and Wastewater - Fort Worth, Texas 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 and Surety Company of America One Tower Square, Hartford, CT 06183 ,SURETY, on bond of (Insert name and address of Contractor) Wildstone Construction, LLC 12850 US-287, Fort Worth, TX 76052 ,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) City of Fort Worth 311 W. 10th Street, Fort Worth, TX 76102 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: June 6, 2025 (Insert in writing the month followed by the numeric date and year.) Attest: Cade Allie Travelers Casualty and Surety Company of America (Surety) Si nature o authofized re resentaf (% f n ,Attorney -in -Fact Sean J McCauley Jr. (Printed name and title) S-2134/GE 10/01 XDP Travelers Casualty and Surety Company of America 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 SEAN J MCCAULEY JR of DALLAS , Texas , their true and lawful Attorney(s)-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 21st day of April, 2021. SIR �JQ,TY A,}rd F State of Connecticut City of Hartford ss. By: Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of 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, 2026 f70iARY 4Anna�� '�M10wik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power 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 each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 6th day of June , 2025 ��r gJa�tY AHps caay. N MM, o Val, Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Powerof Attorney is attached,