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,