HomeMy WebLinkAboutContract 61786-FP2-FP2City Secretary 61786 Contract No. _____ _
FORT WORTH® 9/18/202� Date Received ____ _
�-.......... _,
NOTICE OF PROJECT COMPLETION
(Developer Projects)
9/24/2025
The Transportation and Public Works Department upon the recommendation of the Project
Manager has accepted the following project as complete:
Project Name: ACN Fossil Creek
City Project No.: 104255
Improvement Type(s): Water�
Original Contract Price:
Sewer □
$367,01).50
Amount of Approved Change Order(s): $9,698.50
Revised Contract Amount: $376,709.00
Total Cost of Work Complete: $376,709.00
Tual(er O'Neal
Tucker O'Neal (Sep 18 2025 13:42:39 CDT)
09/18/2025
Contractor Date
Vice President
Title
Bob Moore Construction
Company Name
Cha�02514:15:12 CDT) 09/18/2025
Project Inspector Date
�� 09/18/2025
Project Manager Date
09/18/2025
CFA Manager Date
Je_,?n.:...._ Lauren Prieur (Sep 18, 202515:00:29 CDT) 09/18/2025
TPW Director Date
09/18/2025
Asst. City Manager Date
Page 1 of 2
Notice of Project Completion
Project Name: ACN Fossil Creek
City Project No.: 104255
City's Attachments
Final Pay Estimate 0
Change Order(s): 0 Yes ❑ N/A
Pipe Report: 0 Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid �
Consent of Surety �
Statement of Contract Time
Contract Time:71 WD
Days Charged:124 WD
Work Start Date: 9/23/2024 Work Complete Date: 5/6/2025
Completed number of Soil Lab Test: 103
Completed number of Water Test: 7
Page 2 of 2
CITY OF FORT WORTH
Contract Name ACN FOSSIL CREEK EXPRESS CFA
Contract Limits
Project Type WATER & SEWER
DOE Number 4255
Estimate Number 1 Payment Number 1 For Period Ending 5/6/2025
FINAL PAYMENT REQUEST
City Secretary Contract Number
124
WD
Contract Date
BOB MOORE CONSTRUCTION, INC.
NA
1110 N WATSON ROAD
ARLINGTON TX 76011
T. GARDNER C. HAYES
60WDContract Time
Days Charged to Date
CompleteContract is 100.00
Contractor
,
/Inspectors
Project Manager
City Project Numbers 104255
Monday, June 9, 2025 Page 1 of 5
Contract Name ACN FOSSIL CREEK EXPRESS CFA
Contract Limits
Project Type WATER & SEWER
DOE Number 4255
Estimate Number 1
Payment Number 1
For Period Ending 5/6/2025
Project Funding
City Project Numbers 104255
UNIT I: WATER IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 6" WATER PIPE (CO#1)0 LF $135.00 $0.00 0 $0.00
2 12" WATER PIPE 416 LF $250.00 $104,000.00 416 $104,000.00
3 12" DIP WATER W/ CLSM 52 LF $300.00 $15,600.00 52 $15,600.00
4 24" STEEL CASING BY OPEN CUT 31 LF $350.00 $10,850.00 31 $10,850.00
5 DUSTILE IRON WATER FITTINGS W/
RESTRAINT (CO#1)
1.29 TN $6,250.00 $8,062.50 1.29 $8,062.50
6 TRENCH SAFETY 515 LF $1.00 $515.00 515 $515.00
7 4" WATER METER AND VAULT 1 EA $35,000.00 $35,000.00 1 $35,000.00
8 FIRE HYDRANT 1 EA $5,000.00 $5,000.00 1 $5,000.00
9 2" WATER SERVICE 1 EA $3,500.00 $3,500.00 1 $3,500.00
10 6" GATE VALVE (CO#1)1 EA $2,000.00 $2,000.00 1 $2,000.00
11 12" GATE VALVE 1 EA $4,000.00 $4,000.00 1 $4,000.00
12 CONNECT TO EXISTING 4"-12" WATER Main 1 EA $5,000.00 $5,000.00 1 $5,000.00
13 AUTOMATICE FLUSHING SYSTEM 1 EA $10,000.00 $10,000.00 1 $10,000.00
14 12" PRESSURE PLUG 1 EA $1,000.00 $1,000.00 1 $1,000.00
15 IMPORTED EMBEDMENT/BACKFILL, CSS 5.5 CY $215.00 $1,182.50 5.5 $1,182.50
16 TOPSOIL 19 CY $100.00 $1,900.00 19 $1,900.00
17 HYDROMULCH SEEDING 111 SY $5.00 $555.00 111 $555.00
18 8" WATER PIPE (CO#1)31 LF $147.00 $4,557.00 31 $4,557.00
19 8" GATE VALVE (CO#1)1 EA $2,000.00 $2,000.00 1 $2,000.00
20 12" CUT - GATE VALVE (COMPLETE)1 EA $7,514.00 $7,514.00 1 $7,514.00
$222,236.00 $222,236.00Sub-Total of Previous Unit
UNIT II: SANITARY SEWER IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 POST-CCTV INSPECYION 458 LF $2.00 $916.00 458 $916.00
2 TRENCH SAFETY 458 LF $1.00 $458.00 458 $458.00
3 6" SEWER PIPE 18 LF $125.00 $2,250.00 18 $2,250.00
4 8" SEWER PIPE (SDR-26)8 LF $108.00 $864.00 8 $864.00
5 8" SEWER PIPE(DR14 C900 GREEN PIPE)388 LF $150.00 $58,200.00 388 $58,200.00
Monday, June 9, 2025 Page 2 of 5
Contract Name ACN FOSSIL CREEK EXPRESS CFA
Contract Limits
Project Type WATER & SEWER
DOE Number 4255
Estimate Number 1
Payment Number 1
For Period Ending 5/6/2025
Project Funding
City Project Numbers 104255
6 8" DIP SEWER PIPE 44 LF $505.00 $22,220.00 44 $22,220.00
7 20" CASING BY OPEN CUT 44 LF $325.00 $14,300.00 44 $14,300.00
8 8" SEWER PIPE, CSS BACKFILL 18 LF $215.00 $3,870.00 18 $3,870.00
9 MANHOLE VACUUM TESTING 4 EA $200.00 $800.00 4 $800.00
10 EPOXY MANHOLE LINER 24 VF $500.00 $12,000.00 24 $12,000.00
11 4' MANHOLE 4 EA $6,500.00 $26,000.00 4 $26,000.00
12 4' EXTRA DEPTH MANHOLE 6 VF $500.00 $3,000.00 6 $3,000.00
13 TOPSOIL 20 CY $100.00 $2,000.00 20 $2,000.00
14 Hydromulch SEEDING 119 SY $5.00 $595.00 119 $595.00
15 TRENCH WATER STOPS 2 EA $1,000.00 $2,000.00 2 $2,000.00
16 TREE PROTECTION 1 LS $5,000.00 $5,000.00 1 $5,000.00
$154,473.00 $154,473.00Sub-Total of Previous Unit
Monday, June 9, 2025 Page 3 of 5
Contract Name ACN FOSSIL CREEK EXPRESS CFA
Contract Limits
Project Type WATER & SEWER
DOE Number 4255
Estimate Number 1
Payment Number 1
For Period Ending 5/6/2025
Project Funding
City Project Numbers 104255
Contract Information Summary
Change Orders
$367,010.50Original Contract Amount
$376,709.00Total Contract Price
$376,709.00
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $376,709.00
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $376,709.00
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
$376,709.00
$0.00
1 $2,184.50Change Order Number
2 $7,514.00Change Order Number
Monday, June 9, 2025 Page 4 of 5
Contract Name ACN FOSSIL CREEK EXPRESS CFA
Contract Limits
Project Type WATER & SEWER
DOE Number 4255
Estimate Number 1
Payment Number 1
For Period Ending 5/6/2025
Project Funding
City Project Numbers 104255
Line Fund Account Center
Amount
Funded Gross Retainage Net
CITY OF FORT WORTH
SUMMARY OF CHARGES
$376,709.00
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $376,709.00
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $376,709.00
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
$376,709.00
$0.00
City Secretary Contract Number
124
WD
Contract Date
BOB MOORE CONSTRUCTION, INC.
NA
1110 N WATSON ROAD
ARLINGTON TX 76011
T. GARDNER C. HAYES
60
WD
Contract Time
Days Charged to Date
CompleteContract is 100.000000
Contractor
,
/Inspectors
Project Manager
Monday, June 9, 2025 Page 5 of 5
�
�
��
W
C�
Z
Q
_
U
�
U
L1�
�
O
�
d
�
�
W
W �
� Z
zW �
S �
U O
O
z
Z
�
�-
Q
�
U
H
� �
� Q
� �
� i-
a� �
>
O U
a
�
N
m �
C �
� �
0 �
a W
C �
� �
C N
V
Y � �
N � r M
�, a � m
V
M �
U � � N
u� � � X
p � N � O
ch �
Z � O � � �
N N
U >� � >
Q > N � � >
�i; �
� ~
U
Z � w
C� �
UQ
� �
w f-- �k � �k
k
� O ti � 0 J
� U U U � �
�
�
W
�
W
�.
N
O
N
N
�
�
O
Z
�
�
�
r
�
�
10
�
�
�
�
7
Qi
�
d
�
m
� �
C'') �
� N
N N
� �
Ch C�
� �
��
0 0
zz
Ql Ql
��
0 0
L L
� �
L
� �
T �
_ �j
N�
� �
L �
U �
❑
�
W
i�
Q
Z
� a
O �
� ~
U U
W w
�- O
� �
Z a
�
a �n
� Q o 0 0 0
Z p
O
U
N
O O O O O O O
� (J O O O O O O
�..., T O O O O O O
_ �+ M f� tfi f� AY tfl
� U
J p
F" O
W �
�y o 0 0 0 0 0
� a o 0 0 0 0 0
O o 0 0 0 0 0
W a. � 69 tA kA tA eA
G1 O
O U o
0
r�i
N
0 0 0 0 0 0 0
(� o 0 0 0 0 0
�, o 0 0 0 0 0
W ,- in e» r» r,v w »
(� U o
a a
z �
� o 0 0 �
0 0 0 0 �
y � o o � o �
Q m o o m o m
o � o o � o �
m �, m rn sv � w m
) N m m w
w O eA e9 rA
� U
y ..
o a o 0 0 0 o jq
� U a o 0 0 0 o Q
z �, o 0 0 0 0 o V
� � Ven V� 49 �i1 w Vf N
� T �
U Z M V N
Q a �+ v
� a rn m rn � r
Z v ti o o ti o � b9 �
� a M o o M o M e»
U � � � � � � �
—„ � e�, w � a, �
a', o en e» w
� U
�
o a o 0 0 0 0
�7 0 0 0 0 0 0
�' c�n e�s� w � � w o N
U � �
a' M �p
W
3 a V
fW/7 0 0 0 `� �
y ri o o c'� o <`+ d9 ay
a 1� p O h o I�
v v a
� � � � N � �
W O � � tt3
❑ U
N
O o 0 0 0 0 0
(� o 0 0 0 0 0
�, o 0 0 0 0 0
1A 69 tA tn b9 t9
� U o
W N
� N
r
0
v
� o o �n o
�(1 if1 � o N ..
ti o o ti � N tH y
a uMi � � vMi ti �
0 N t9 eH N N V' U
a�i O aN9 w w N
❑ U �
H
�, Z
W =
� � U
O E- a � K
W z V Q H
�
oa
�
x
~ W U ¢ O � O �w
U E- U U� U f/1
w o p�❑ a o >
z � pa O d ~ uW_l tWi� �
z
OO O U � O 2' � Fa-
Z � � � z � "-� 0
�
� o � � � �
F w z o� �
O W U �U Q � ~
�
�
d
0
0
�
�
o p O p p O •-
O u� O O O �+7 C
Q o0 N O t[% � CI •y
� �ma�no� S
O�p e- nj � N N IY
� �-
G
m
'a
w o 0 0 0 0 °
(� O O o O O U
� ui O O I� O p �
a�� O� O 4 Z
N O � O v1
�- cD N N � Z
Z
� U Q
� r
�
c o
r U
U �
Ql Q
� O
v �
io Z
C O Q
.N � U
a� �, w
� c x
r
i-�- 3 � LL
z a� m a� a� a� m p
w a > > a
Wza.� ma m o 0
� p � > > � o
��� u. a� � a� c �
��� �C��C7 � O
U � m IL
� � � � m �
� W �
C N �"� �� �==
� � V O � N O K W
Q� O- M O M N�
�F.- �NrN Z' 2 W
- ' m
� �'-, � o`�-, r�'i r�'i N a O
Z � c�i (q J
� W
�
� Z o N O
W
C'� {� a��i Q'' W
m � o a F=-
� � O }
a a m
w
� � w=
w ; � �
�
� 3 U �
.. U � W
N. � m
Z � vi Z J
� D c O -
J u; �° U �
o F � N �
t4 ? J~ W J w O N U
F U
C c � Z W
a>
� �o WH
o � aV � �
� F m m � O
zc%�N� �� OQ'
U Q i p � M� b � LL
m � m ° 'Z r
C7 3 � Z
� N
V C t � �
N � � (n Z W
L~ N.�- N N N i0 O LL Q,'
c o � � � � 3 � � �
w m� �.- r oi3 (n
� M Ch C� M M •C t U�
C�% M M M M c`"7 y fn
t U W m Z R
�
o w
o �
L O
W
Y # (�
Z
O W � LL7 � Z Z
Y V
� a �
U O
N N
� Z
N O
� w
} �
�
W
�
�
a
a
Q
a
W
�
O
a
a
a
Q
�
W
�
2
W
�
�
O
U
W
�
0
U
�
S - -'
�
ci
U
o� �
� �
�
m Q
C
m a�
� �
O �
� a`
N
� U
ui �
E ai
z H
0
N
c � a>
a�
m = m
� � a
� E ai
(� U] Z H
0
._
O
�
c
c � a�i
� E c
L �
N c
O � W
O � -
� N >
0.. oo U
ai °�
m E F
Z
M
N
W
a
N
N
O
O
m
N
.,
�
W �
� Z
Q w N
2 �
U �
O
Z
Z
�
H
Q
�
U
H
N �
� a
a�i �>
o U
C
�
m �
c �
N �
0 h
"a W
c �
N �
C �
Y N � M
� a ' �
M
U � o N
3 O
N
O � N � � 00
Z � O � � °O
O N
U � N
¢ > (h O O j
> N � M >
W �
� �
U
Z � w
U �
�
� � � a �
� O � � o J
� U U U � �
�
�
W
�
W
�
N
N
N'
N
�
O
z
�
�
h
�
w
�9
�
d
_
�
7
d
�Q
N
O
�
m
� �
O 00
M �
N N
M M
� �
W �
O O
Z Z
a� a�
� c
0 0
� �
�a
�
N �
>+ �
_ �
N �
N
L �
� �
L �
U �
0
�
W
�
Q
Z
� a
� �
H ~
U U
W w
� �
�O
Z �
a
r
U
y
r o 0 0
F Q co � r r
Z O
O
U
N
O O O O O O O
� (� O O O O O O
~ T V3 u�9 V3 N � E/T
= U
(�
J p
H O
W �
� y O O O O O O
� a, o 0 0 0 0 0
N O O O O O O O
N�+ V3 u�T V3 u�T V3 u�T
C�i O
� U O
O
v►
N
Uo 0 0 0 0 0
0 0 0 0 0 0
w
« � w � w � �
� U o
a v
Z �
� o 0 0 �
� o 0 0 �
0 0 0
Q � o o � o �
� � w � � �» �
> N �M u�9 u�9
� U
y ..
H �j o 0 0 0 0 o N
O
Z «� w�» w� w V
� � U m �' �
U Z rni V a
Q > u� o?
�
�
F a m m m a�o
Z y i: o o � o � � �
� a, M o o iy o iy w
U � � � � � � �
> N fR W W
� U
N
�o 0 0 0 0 0
0 0 0 0 0 0
r � � � � � � o 0
� V o
W n v
� v_ a�
� �
W O O O � �
M O O M O M fA
Q ^ O O ^ O n �
o � o o a o�
� � � � � �
> N
� U fn en e»
N
Uo 0 0 0 0 0
0 0 0 0 o O
« � u�9 � �W � �
� U o
W �
F M
N
O
N
� N N O � O N y
N M � O N N M � N
C �n � � 1� ^ N O
� N y3 � N V
> N � � �w � Gf
� U G
F
� Z
W =
� � U
o � a � �
z �
z � a u=i O
Q � � � F U
� w U� O� O W
� W ~ U U� U tq
W o p � w
z � ap O a Z N a tWil K
o � � Q � o � � �
z Q H� Z W J O
� � O F � � F
w z o > �
�
O W U �U Q � ~
a�
d
O
�
d
m
t
�
c
0
c
3
t
y
N
C
O
.y
.,
m
�
c
�
Q
a
0
h
m
U
m
m
t
U
c
�o
C
c
0
U
0
C
C
O
U
N
�'
W
h
N
N
c�
N
C
�
m
m
�
m
m
rn
c
�
N
m
¢
a
v
m
c
E
0
U
j
t
h
O
G
N
m
O
a
m h
� C
N �
� �
� G
� U
O 2
r �
Oi G
G O
'y U
�x m
W�
�
W
O
Q.'
O
w
c7
Z
a
x
U
�
0
LL
y
Z
O
�
Q
W
�
O
Z ,`
� \1
Z
Q
�--
�
�
U �
� o
W
❑ ` — C
O t�'q > al
W U � d'
z w m � al
� V
:..) � � N �
W 0. O T � �
= Q al m Z F'-
� a �
� W N
a � m
� >' o
m �
O �7 j o,
� � N
U � � O
a �
� m Q � m
E
N
c
O
.7
O
�
�
N
J
C
O
O
m
a
T
07
0
L
N
= I
ui
E
z
�
L
N
J
m
m`
ui
�
N
Z
N
N
01
N
a
0
N
N
O
v
a�
a
.�
�
Rev. 8/20/19
TRANSPORTATION AND PUBLIC WORKS
June 5, 2025
Bob Moore Construction
3611 William D. Tate Ave.
Grapevine, TX 76051
RE: Acceptance Letter
Project Name: ACN Fossil Creek
Project Type: Water, Sewer, Paving, and Drainage
City Project No.: 104255
To Whom It May Concern:
On May 27, 2025 a final inspection was made on the subject project. There were punch list items
identified at that time. The punch list items were completed on June 4, 2025. The final inspection and
the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is
therefore accepted by the City. The warranty period will start on June 4, 2025, which is the date of the
punch list completion 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,
Andrew Goodman, Project Manager
Cc: Charles Hayes, Inspector
Troy Gardner, Inspection Supervisor
Cody Horton, Senior Inspector
Andrew Goodman , Program Manager
Westwood, Consultant
Bob Moore Construction, Contractor
Star Dragon Properties, LLC, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
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 Tucker O'Neal,
Vice Presdient 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, iirms, 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;
Public Improvements consisting of Water
BY �,,�
-� Tucker O'Neal, Vice President
Subscribed and sworn before me on this date 17th of September, 2025.
����%�-�-
Notary Public
Tarrant County, Texas
..�,�
{ 2o,�pYpU�Gc DEBRA KAY MOORE
* � Notary Public, State o# Texas
1 � My Comm. Exp.1110812025 .
�9j��r'`�P� NOtary ID 574100-3
,.—�--.�,. .. _ ._.
CONSENT OF
SURETY COMPANY
TO FINAL PAYMENT
GU'��Z�I�l/l��L�i����Z�I1
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER
■
■
■
Bond #107603699
PROJECT: ACN Fossii Creek
(name, address) 4300 Fossil Creek Blvd. Fort Worth, TX 76137
TO (Contractor)
�
Bob Moore Construction, Inc.
3611 William D. Tate Avenue
Grapevine, TX 76051
f�
�
�
OBLIGEE: Land Dragon Properties Holdings, Inc.
PROJECT NUMBER: 104255
CONTRACT FOR: Paving & Drainage
CONTRACT DATE: May 13, 2024
In accordance with the provisions of the Contract between the Contractor and the obligee as indicated above �ner�
insert name and address of Surety Company)
Travelers Casualty and Surety Company of America
One Tower Square
Hartford, CT 06183
on bond of (here insert name and address of Obligee)
Land Dragon Properties Holdings, Inc.
1163 Fairvvay Drive
City of Industry, CA 91789
OBLIGEE,
hereby approves of the final payment to the Obligee, and agrees that final payment to the Obligee shall not relieve
the SU�O�I COmpBny Of 8ny Of ItS Oblig8ti0nS t0 (here insert name and address of Contractor)
Bob Moore Construction, Inc.
3611 William D. Tate Avenue
Grapevine, TX 76051
SURETY COMPANY,
CONTRACTOR,
as set forth in the said Surety Company's bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 18�' day of September, 2025.
Travelers Casualtv and Suretv Companv of America
S ty Company
� Sign e of Aut rized Representative
Attes4: , r ,��, �/ ._
(�eaq: / � ��(�— `� r — Pavton Blanchard, Attornev-in-Fact
Title
NOTE: This fon;. is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND
CLAIMS, i.crrent Edition
AIA DOCUIIAENT GT07 • CONSENT OF SURETY COMPANY TO FINAL PAYMENT • APRIL 1970 EDITION • AIA� ONE PAGE
m 1970 • THE AMERICAN INSTITUTE OF ARGHITECTS. 1735 NEW YORK AVE., NW, WAShiINGTON, D.C. 20006
TRAVELERS�
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualry and Surety Company of America, Travelers Casualty and Surety Company, and St.
Paui Fire and Marine �nsurance 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 Bianchard of FORT WORTH ,
Texas , their true and iawful Attomey-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.
�,�yY=�ffi� +J�,,Sr �ao �E
a �� � * �
� $ : � Q 1�' C�R
� �Oli- � �
f � � �
� 1 F� � �
State of Connecticut
City of Hartford ss.
ey:
Robert L. Rane , enior �ce President
On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior �ce President
of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paui 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 6ehalf 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
�f � � i��a.�C
uot�try /�� � �
* �t+ *
°"�0 Anna P. Nowik, Notary Pubiic
This Power of Attomey is granted under and by the authority of the foilowing resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casuaity and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in fuli
force and effect, reading as foilows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive �ce 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 Attomeys-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 seai 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 RESOI.VED, that the Chairman, the President, any �ce Chairman, any Executive �ce 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 vatid and binding upon the Company when (a) signed by the President, any Vice Chairman, any F�cecutive Vce 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 foilowing officers: President, any Executive Vice President, any Senior �ce President, any Vice
President, any Assistant �ce 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 �ce Presidents, Resident Assistant Secretaries or Attomeys-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 shail 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 Casuaity and Surety
Company, and St. �aul Fire and Marine Insurance Company, do hereby ceRify that the above and foregoing is a true and conect copy of the Power of
Attorney sxacuteci hy said �ompanies, which remains in full force and effect.
Dated tFis SBth �ay of September , 2025
C�;,,.,�; 'J'�..,,es �{[
�a � `� � * �
lWI;tM4�� �"
��+ � � � o ��l
• � �'e * �
� � �' �" �
�� ! .
Kevin E. Hughes, Assi tant Secretary
To verify the authenticity of this Powe� ofAttorney, p/ease ca// us at 1-800-411-3880.
P/ease rete� to the above-named Attnrney-in-Fact and the detai/s of the bond to which this Power ofAttorney is attached.