Loading...
HomeMy WebLinkAboutContract 57949-FP1-FP1 City Secretary Contract No. 57949 FORT WORTH Date Received 11/8/2023 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: Tradition - Central Phase 3A.2 City Project No.:103755 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: $1,642,989.74 Amount of Approved Change Order(s): $11,112.37 Revised Contract Amount: $1,654,102.11 Total Cost of Work Complete: $1,654,102.11 61"A0� Nov 8, 2023 Contractor Date Project Manager Title SYB Construction Company Name Nov V, 2023 Jas Badlev(Nov8, 202313:34 CST) Ml r Project Inspector Date Ara,,h Emaynl SAleh, Ph.D._, P.E. Nov 8 2023 4 rash Emami Saleh, Ph.D., P.E. (Nov 8.202314:27 CST) Project Manager Date Nov 8 2023 Rebecca Diane Owen (Nov R_ 2023 14:28 CST) CFA Manager Date Nov 8, 2023 TPW Director Date �Nov 10 2023 WilliamA�son10. 202307:40 GMT+1) Asst. City Manager Date OFFICIAL RECORD Page 1 of 2 CITY SECRETARY FT. WORTH, TX Notice of Project Completion Project Name: Tradition - Central Phase 3A.2 City Project No.: 103755 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: 175 WD Work Start Date: 11/14/2022 Completed number of Soil Lab Test: 382 Completed number of Water Test: 20 Days Charged: 207 Work Complete Date: 10/4/2023 Page 2of2 FoRTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name Tradition, Phase 3A.2 Contract Limits Project Type WATER & SEWER FACILITIES City Project Numbers 103755 DOE Number 3755 Estimate Number 1 Payment Number I City Secretary Contract Number Contract Date Project Manager NA Contractor SYB CONSTRUCTION COMPANY, INC. 421 COMPTON Inspectors For Period Ending 10/4/2023 WD Contract Time 8VID Days Charged to Date 207 Contract is 100.00 Complete IRVING, TX 75061 O.AGUILLON / J.BRADLEY Friday, November 3, 2023 Page 1 of 5 City Project Numbers 103755 DOE Number 3755 Contract Name Tradition, Phase 3A.2 Estimate Number I Contract Limits Payment Number I Project Type WATER & SEWER FACILITIES For Period Ending 10/4/2023 Project Funding UNIT I: WATER FACILITIES Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 4"-12" PRESSURE PLUG 6 EA $270.52 $1,623.12 6 $1,623.12 2 TRENCH SAFETY 4258 LF $1.30 $5,535.40 4258 $5,535.40 3 DUCTILE IRON WATER FITTINGS 1.3 TN $33,334.76 $43,335.19 1.3 $43,335.19 W/RESTRAINT 4 8" PVC WATER PIPE 3113 LF $96.91 5301,680.83 3113 $301,680.83 5 8" PVC WATER PIPE, CSS BACKFILL 60 LF $109.96 $6,597.60 60 $6,597.60 6 12" PVC WATER PIPE 1033 LF $153.23 $158,286.59 1033 $158,286.59 7 12" WATER PIPE, CSS BACKFILL 52 LF $167.38 $8,703.76 52 $8,703.76 8 STD FIRE HYDRANT ASSEMBLY W/ 6" GATE 4 EA $7,582.92 $30,331.68 4 $30,331.68 VALVE & VALVE BOX 9 CONNECT TO EXISTING 4"-12" W.L. STUB -OUT 3 EA $2,638.59 $7,915.77 3 $7,915.77 10 1" DOMESTIC WATER SERVICES (CO #1) (CO 99 EA $1,878.75 $185,996.25 99 $185,996.25 #2) 11 8" GATE VALVE & VALVE BOX I I EA $2,786.51 $30,651.61 11 $30,651.61 12 12" GATE VALVE 5 EA $4,787.54 $23,937.70 5 $23,937.70 13 3/4" IRRIGATION SERVICE LOT 55X BLOCK 1 EA $1,548.23 $1,548.23 1 $1,548.23 ZZZ (CO #1) 14 RELOCATE PREVIOUSLY INSTALLED FIRE 1 EA $3,927.89 $3,927.89 1 $3,927.89 HYDRANT APPROX. 10' (CO #1) Sub -Total of Previous Unit $810,071.62 $810,071.62 UNIT II: SANITARY SEWER FACILITIES Item Description of Items No. 13 4" - 12" END & PLUG 14 POST -CCTV INSPECTION 15 VACUUM TEST MANHOLES 16 TRENCH SAFETY 17 TRENCH WATER STOPS 18 SDR-26 4" SEWER SERVICES 19 8" SDR-26 PVC SEWER PIPE 20 8" PVC SANITARY SEWER PIPE W/ CSS BACKFILL Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 1 EA $392.85 $392.85 1 $392.85 4296 LF $4.03 $17,312.88 4296 $17,312.88 26 EA $214.50 $5,577.00 26 $5,577.00 4296 LF $1.30 $5,584.80 4296 $5,584.80 7 EA $650.00 $4,550.00 7 $4,550.00 98 EA $1,707.02 $167,287.96 98 $167,287.96 1813 LF $99.57 $180,520.41 1813 $180,520.41 76 LF $111.61 $8,482.36 76 $8,482.36 Friday, November 3, 2023 Page 2 of 5 City Project Numbers 103755 DOE Number 3755 Contract Name Tradition, Phase 3A.2 Estimate Number I Contract Limits Payment Number I Project Type WATER & SEWER FACILITIES For Period Ending 10/4/2023 Project Funding 21 10" SEWER PIPE 2307 LF $120.40 $277,762.80 2307 $277,762.80 22 10" PVC SANITARY SEWER PIPE W/ CSS 100 LF $133.81 $13,381.00 100 $13,381.00 BACKFILL 23 4' STD DIA. MANHOLE 26 EA $4,885.76 $127,029.76 26 $127,029.76 24 4' EXTRA DEPTH MANHOLE 75 VF $392.60 $29,445.00 75 $29,445.00 25 CONNECT TO EXISTING 8" SEWER 1 EA $1,971.67 $1,971.67 1 $1,971.67 26 CONNECT TO EXISTING 10" SEWER 2 EA $2,366.00 $4,732.00 2 $4,732.00 Sub -Total of Previous Unit $844,030.49 $844,030.49 Friday, November 3, 2023 Page 3 of 5 City Project Numbers 103755 Contract Name Tradition, Phase 3A.2 Contract Limits Project Type WATER & SEWER FACILITIES Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 2 DOE Number 3755 Estimate Number I Payment Number I For Period Ending 10/4/2023 $1,642,989.74 $7,354.87 $3,757.50 Total Contract Price $1,654,102.11 Total Cost of Work Completed $1,654,102.11 Less % Retained $0.00 Net Earned $1,654,102.11 Earned This Period $1,654,102.11 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 $1,654,102.11 Friday, November 3, 2023 Page 4 of 5 City Project Numbers 103755 DOE Number 3755 Contract Name Tradition, Phase 3A.2 Estimate Number I Contract Limits Payment Number I Project Type WATER & SEWER FACILITIES For Period Ending 10/4/2023 Project Funding Project Manager NA City Secretary Contract Number Inspectors O.AGUILLON / J.BRADLEY Contract Date Contractor SYB CONSTRUCTION COMPANY, INC. Contract Time 80 WD 421 COMPTON Days Charged to Date 207 WD IRVING, TX 75061 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 $1,654,102.11 Less % Retained $0.00 Net Earned $1,654,102.11 Earned This Period $1,654,102.11 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 $1,654,102.11 Friday, November 3, 2023 Page 5 of 5 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Tradition - Phase 3A.2 CONTRACT: (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights CFA# 22-0085 CITY PARTICIPATION:1 0% CITY PROJECT # 103755 FID # 30114-0200431-103755-EO7685 FILE # W-2809, X-27123 INSPECTOR: Jason Bradley Phone No: 214-883-5921 PROJECT MANAGER: Yogesh Patel Phone No: 817-392-2373 REVIEWED CHANGE ORDER No: By AraSh Emami Saleh at 10:38 am, Oct 20, 2023 1 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS GRADING Developer Developer Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost IORIGINAL CONTRACT $798,959.25 $0.00 $844,030.49 $0.00 $262,672.96 $0.00 $973,868.05 $0.00 $134,578.98 $0.00 $0.00 $0.00 EXTRAS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CONTRACT TO DATE $798,959.25 $0.00 $844,030.49 F' $0.00 $262,672.96 $0.00 $973,868.05 $0.00 $134,578.98 $0.00 $0.00 $0.00 (AMOUNT OF PROP. CHANGE ORDER $7,354.87 $0.00 L $0.00 $0.00 $0.00 ' $0.00 ' I REVISED CONTRACT AMOUNT $806,314.12 $0.00 $844,030.49 $262,672.96 $0.00 $973,868.05 $0.00 $134,578.98 $0.00 $0.00 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $806,314.12 $844,030.49 $262,672.96 $973,868.05 $134,578.98 $0.00 REVISED COST SHARE Dev. Cost: $3,021,464.60 City Cost: $0.00 TOTAL REVISED CONTRACT $3,021,464.60 You are directed to make the following changes in the contract documents: CITY PAY ITEM CITY BID ITEM # # QUANTITY UNIT ITEM DESCRIPTION 3312.2003 10 1 EA 1" Domestic Water Service 9999.0020 61 * 1 EA 3/4" Irrigation Service 9999.0021 62* 1 EA Relocated Previously Installed Fire Hydrant REASONS FOR CHANGE ORDER 1. Added a domestic service, added an irrigation service, and relocated a previoulsy installed hydrant NO CITY FUND3INVOLVEDINTHIS CONTRACT- DEVI REIMBURSEMENT FROM THE CITY WILL BESOUGHT RECOMMENDED: APPROVED Goodwin and Marshall, Inc. Toll %Ufh By: A. 13y. Name: Matt Baacke, P.E. Name: Title: Project Engineer TUa. _CZER I RESI'ONStBLE FOR 100% OF THE CHANGE ORDER COST AND No XTHEDEVELOPER. APPROVED: For) SY8 Cons[rin� 1 BY. gosh Gardner Name: j±JUslin Castor �j Land bovalownenI Managor Tnle_ I ir'%' c c,� i1V c!v C UNIT PRICE $1,878.75 $1,548.23 $3,927.89 CONTRACT DAYS firm 175 0 175 TOTAL 1 $1,878.751 $1,548.231 $3,927.89 1 $7,354.87 1 Revised: 10-12-2011 Page 1 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Tradition - Phase 3A.2 CHANGE (CONTRACT: (A) Water/Sewer/Storm Drain, (B) Paving, (C) Street Lights ORDER No: ICFA# 22-0085 CITY PARTICIPATION:1 0% CITY PROJECT # 103755 IFID # 30114-0200431-103755-EO7685 2 (FILE # W-2809, X-27123 INSPECTOR: Jason Bradley Phone No: 214-883-5921 PROJECT MANAGER: Arash Emami Saleh Phone No: 817-392-2373 CONTRACT UNIT WATER SEWER DRAINAGE PAVING STREET LIGHTS GRADING CONTRACT Developer Developer Developer DAYS Cost City Cost Developer Cost City Cost Developer Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost IORIGINAL CONTRACT $798,959.25 $0.00 $844,030.49 $0.00 $262,672.96 $0.00 $973,868.05 $0.00 $134,578.98 $0.00 $0.00 S0.00 175 EXTRAS TO DATE $7,354.87 $0.00 $0.00 $0.00 $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 CONTRACT TO DATE $806,314.12 $0.00 $844,030.49 $0.00 $262,672.96 $0.00 $973,868.05 $0.00 $134,578.98 kL $0.00 $0.00 $0.00 175 (AMOUNT OF PROP. CHANGE ORDER $3,757.50 $0.00 $0.00 $0.00 $0.00 , $0.00 0 REVISED CONTRACT AMOUNT $810,071.62 $0.00 $844,030.49 $262,672.96 $0.00 $973,868.05 $0.00 $134,578.98 Pill$0.00 $0.00 $0.00 175 TOTAL REVISED CONTRACT AMOUNT PER UNIT $810,071.62 $844 , 010.49 $262,672.96 $973,868.05 $134,578.98 $0.00 REVISED COST SHARE Dev. Cost: $3,025,222.10 City Cost: $0.00 TOTAL REVISED CONTRACT $3,025,222.10 You are directed to make the following changes in the contract documents CITY PAY ITEM CITY BID ITEM # # QUANTITY UNIT 3312.2003 10 2 EA REASONS FOR CHANGE ORDER 1. Updating contract quantities to match approved construction plans. NO CITY FUNDS INVOLVED IN T141S CONTRACT. DEV REIMBURSEMENT FROM THE CITY WILL BE SOVGt1T RECOMMENDED: APPROVEC G000ddlwin and Marshall, Ino. By: / frr Toll Sooh Br, Name: Matt Baacke, P.E. Name: Title: Project Engineer Idle- r ITEM DESCRIPTION 1" Domestic Water Service .CjZr2R M RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND No T IE DEVELOPER. APPROVED: F, P-C 3 Y8 ConSfru ion Co. In� '/J h Gardner Name: 7 Amlin Castor �j Land Development Manager Trtte_ I }�i} V l{r"C'GJ C r- � 4^t C REVIEWED By Arash Emami Saleh at 8:50 am, Sep 29, 2023 UNIT PRICE TOTAL $1,878.75 $3,757.501 $3,757.50 1 Revised: 10-12-2011 Page 1 PROJECT NAME: PROJECT NUMBER: DOE NUMBER: PIPE LAID 8" PVC Water Pipe 12" PVC Water Pipe FIRE HYDRANTS: 4 PIPE ABANDONED DENSITIES: NEW SERVICES: PIPE LAID 8" PVC Sewer Pipe 10" PVC Sewer Pipe PIPE ABANDONED DENSITIES: NEW SERVICES: FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: Tradition Ph.3A.2 103755 WATER SIZE TYPE OF PIPE 8" PVC 12" PVC VALVES (16" OR LARGER) SIZE TYPE OF PIPE l " Domestic Water Service 0.75" Irrigation Service SEWER SIZE TYPE OF PIPE 8" PVC 10" PVC SIZE TYPE OF PIPE 4" PVC Sewer Service TRANSPORTATION AND PUBLIC WORKS (D The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 LF 3,173 1,085 LF 99 Services 1 Service LF 1,889 2,407 LF 99 Services FORTWORTH. TRANSPORTATION AND PUBLIC WORKS October 17, 2023 SYB Construction Co., INC 421 Compton Avenue Irving Texas, 75061 RE: Acceptance Letter Project Name: Tradition Phase 3A.2 Project Type: Water,Sewer City Project No.: 103755 To Whom It May Concern: On October 17, 2023 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 17, 2023, 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- 392-2372. Sincerely, Arash Emami Saleh Ph D., P. E. Arash Emami Saieh, Ph.D., P.E. (Nov 8, 202314:27 CST) Arash Emami Saleh, Project Manager Cc: Jason Bradley, Inspector Don Watson, Inspection Supervisor Oscar Aguillon, Senior Inspector Victor Tornero, Program Manager GM Civil Matt BAacke, Consultant SYB Construction, Contractor Toll Brothers, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 08/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF DALLAS Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Brian Wood, Vice President Of SYB Construction Co., 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; Tradition Phase 3A.2 CPN# 103755, Fort Worth, Tarrant Cou Rent BYBrian Wood, Vic Subscribed and sworn before me on this date 5th of October, 2023. ���1AY COLBI CARLENE BENNETT izP Notary Public, State of Texas Comm. Expires08-16-2027 1i %: p!c+ary in vw;i 0R52 l Nat 6A.. Jw.. Dallas, Texas CONSENT OF OWNER I_I SURETY COMPANY ARCHITECT ri ConiTRACTOR a TO FINAL PAYMENT SURETY 0 OTHER I AIA DOCUMENT G707 Bond No. 1086245 PROJECT: Tradition, Central Phase 3A.2 (name, address) TO (Owner) ARCHITECT'S PROJECT NOS Toll Southwest, LLC CONTRACT FOR: Construction 2555 SW Grapevine Pwky #100 Grapevine, TX 76051 CONTRACT DATE: September 15, 2022 L CONTRACTOR: SYB Construction Co., Inc. 421 Compton Ave. Irving, TX 75061 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) The Hanover Insurance Company 440 Lincoln Street, Worcester, MA 01653 SURETY COMPANY, On bond Of (here insert name and address of Contractor) SYB Construction Co., Inc. 421 Compton Ave. Irving, TX 75061 CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its Obligations to (here insertname and address of Owner) Toll Southwest, LLC 2555 SW Grapevine Pwky #100 Grapevine, TX 76051 OWNERS, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 5th day of October, 2023 TXe Ha ro er 1psorance Companv urety Cam Sig tur of Aut rize pre ntative Attest; (Seal): aerie Pflug, Attorney -in -Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, COt, TRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT G707 • CONSENT OF SURETY GOMPANY TO FINAL. PAYMENT • APRI , 1970 EDITION • AIAO ONE PACE 91970 • THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE., NW, Wi SHINGTON, D.C. 20006 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE C()MPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: ThatTHE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing underthe laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Jack M. Crowley, Laurie Pflug, andlor Holly Clevenger Of Willis Towers Watson Insurance Services West, Inc of Dallas, TX each individually, if there be more than one named, as its true and lawful attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Fifty Million and No/100 ($50,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with powerto attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981 — The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 — Citizens Insurance Company of America and affirmed by each Company on March 24, 2014) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 12th day of September, 2023 RrIU 5V � f A� The Hanover lawrance Company Mamchusetts Say Insurance Company Citizens tttsur*nce Companyof Amerind J s M�0-1..11.1 STATE OF CONNECTICUT ) COUNTY OF HARTFORD I he }Hanover Insurance Company A ttchusetu Ray tnspeanct Company t :s insurance Company of America lien M. Mendoza, Vice President On this 121h day of September, 2023 before me came the above named Executive Vice President and Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. Wendy Latoumn Notary Public, State of Ctmtt�ticut MY Ctlrrursis aotl Expires July 31.1, 5 V"nd 03tou w 0t4ry C My conwrissiip4sn expires July 31, 2025 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at V,/__tor, Massachusetts, this Sth day of October 2023. CERTIFIED COPY The nn a lasurnnce ompan 1!a sat �5 N3ity Ins + DanY C' n surarlee imspns----.� Yahn Rowedder, Vice President