HomeMy WebLinkAboutContract 61061-FP2FORT WORTH.
-FP2
City Secretary
Contract No. 61061
Date Received 4/22/2025
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: Parchaus Tavalo
City Project No.: 103958
Improvement Type(s): Water ❑x Sewer
Original Contract Price: $478,733.16
Amount of Approved Change Order(s): $15,681.45
Revised Contract Amount: $0.00
Total Cost of Work Complete: $494,414.61
�Z Apr 22, 2025
Ju n Castor (Apr 22, 202509:25 CDT)
Contractor Date
Vice President of Estimating
Title
SYB Construction
Company Name
A&iii AYaivYa
Apr 22 2025
Adrian Ara nda(Apr 22, 202509:27 CDT)
Project Inspector
Date
MOS MfageMohawwdem,,TE
Apr 22, 2025
Project Manager
Date
Kandic22,202514:59CDT)
Apr 22, 2025
(Apr
CFA Mana er
Date
deq""'"'�"`_"-
Apr 22, 2025
Lauren Prieur (Apr 22, 202515:32 CDT)
TPW Director
Date
�v
Apr 22, 2025
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Asst. City Manager Date
Notice of Project Completion
Project Name: Parchaus Tavalo
City Project No.: 103958
City's Attachments
Final Pay Estimate
Change Order(s): ❑x Yes ❑ N/A
Pipe Report: ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid '
Consent of Surety 0
Statement of Contract Time
Contract Time: 60 WD Days Charged: 174 WD
Work Start Date: 5/20/2024 Work Complete Date: 10/1/2025
Completed number of Soil Lab Test: 37
Completed number of Water Test: 0
Page 2 of 2
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name PARCHAUS TAVOLO
Contract Limits
Project Type WATER & SEWER
City Project Numbers 103958
DOE Number 3958
Estimate Number 1 Payment Number 1
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor SYB CONSTRUCTION COMPANY, INC.
421 COMPTON
Inspectors
For Period Ending 3/10/2025
WD
Contract Time 6VVD
Days Charged to Date 174
Contract is 100.00 Complete
IRVING, TX 75061
A. YBARRA / A. ARANDA
Wednesday, March 19, 2025 Pagel of 5
City Project Numbers 103958 DOE Number 3958
Contract Name PARCHAUS TAVOLO Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER & SEWER For Period Ending 3/10/2025
Project Funding
UNIT I: WATER IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
---------------------------------------
1
TRENCH SAFETY (CO#C1)
120 LF
$6.00
$720.00
120
$720.00
2
UTILITY SERVICES SURFACE RESTORATION
76 SY
$60.00
$4,560.00
76
$4,560.00
SODDING
3
DUCTILE IRON WATER FITTINGS
0.491 TN
$5,015.35
$2,462.54
0.491
$2,462.54
W/RESTRAINT (CO#C1)
4
6" WATER METER PIPE
54 LF
$78.36
$4,231.44
54
$4,231.44
5
6" WATER METER AND VAULT
2 EA
$47,931.49
$95,862.98
2
$95,862.98
6
6" GATE VALVE
A
$1,873.97
$3,747.94
2
$3,747.94
7
24" X 8" TAPPING SLEEVE & VALVE
A
$18,917.36
$18,917.36
1
$18,917.36
8
8" PVC WATER PIPE (CO#C1)
60 LF
$91.50
$5,490.00
60
$5,490.00
9
2" WATER SERVICE
A
$3,980.87
$3,980.87
1
$3,980.87
10
8" WATER SERVICE (CO#C1)
0 LF
$69.32
$0.00
0
$0.00
11
20" CASING BY OTHER THAN OPEN CUT
120 LF
$574.63
$68,955.60
120
$68,955.60
(CO#C 1)
12
RELOCATE CORROSION MARKER
1 EA
$5,000.00
$5,000.00
1
$5,000.00
13
CONNECTION TO EXISTING 24" WATER MAIN
1 EA
$15,060.00
$15,060.00
1
$15,060.00
14
8" DIP WATER (CO#Cl)
20 LF
$152.95
$3,059.00
20
$3,059.00
15
--------------------------------------
8" WATER CARRIER PIPE (DIP) (CO#C1)
120 LF
$200.00
$24,000.00
120
$24,000.00
Sub-Total of Previous Unit
$256,047.73
$256,047.73
UNIT H: SANITARY SEWER IMPROVEMENTS
Item
Description of Items
Estimated Unit
Unit Cost
Estimated
Completed
Completed
No.
Quanity
Total
Quanity
Total
1
8" SEWER PIPE, CSS BACKFILL
13 LF
$80.80
$1,050.40
13
$1,050.40
2
8" DIP SEWER PIPE, CSS BACKFILL
24 LF
$145.32
$3,487.68
24
$3,487.68
3
8" SEWER CARRIER PIPE
181 LF
$150.42
$27,226.02
181
$27,226.02
4
EPDXY MANHOLE LINER
39 VF
$586.15
$22,859.85
39
$22,859.85
5
5' MANHOLE
A
$17,150.40
$17,150.40
1
$17,150.40
6
POST -CCTV INSPECTION
194 LF
$3.60
$698.40
194
$698.40
7
MANHOLE VACUUM TESTING
1 EA
$180.00
$180.00
1
$180.00
8
20" CASING BY OTHER THAN OPEN CUT
181 LF
$860.35
$155,723.35
181
$155,723.35
9
Y EXTRA DEPTH MANHOLE
17.4 VF
$539.70
$9,390.78
17.4
$9,390.78
Wednesday, March 19, 2025
Page 2
of 5
City Project Numbers 103958 DOE Number 3958
Contract Name PARCHAUS TAVOLO Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER & SEWER For Period Ending 3/10/2025
Project Funding
10 CONCRETE COLLAR 1 EA $600.00 $600.00 1 $600.00
--------------------------------------
Sub-Total of Previous Unit $238,366.88 $238,366.88
--------------------------------------
Wednesday, March 19, 2025 Page 3 of 5
City Project Numbers 103958
Contract Name PARCHAUS TAVOLO
Contract Limits
Project Type WATER & SEWER
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number Cl
Total Contract Price
DOE Number 3958
Estimate Number 1
Payment Number 1
For Period Ending 3/10/2025
$478,733.16
$15,681.45
$494,414.61
Total Cost of Work Completed $494,414.61
Less % Retained $0.00
Net Earned $494,414.61
Earned This Period $494,414.61
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
$494,414.61
Wednesday, March 19, 2025 Page 4 of 5
City Project Numbers 103958 DOE Number 3958
Contract Name PARCHAUS TAVOLO Estimate Number 1
Contract Limits Payment Number 1
Project Type WATER & SEWER For Period Ending 3/10/2025
Project Funding
Project Manager NA City Secretary Contract Number
Inspectors A. YBARRA / A. ARANDA Contract Date
Contractor SYB CONSTRUCTION COMPANY, INC. Contract Time 60 WD
421 COMPTON Days Charged to Date 174 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 $494,414.61
Less % Retained
$0.00
Net Earned
$494,414.61
Earned This Period $494,414.61
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
$494,414.61
Wednesday, March 19, 2025 Page 5 of 5
REVIEWED
By Mosadage Mohammdeen at 9:48 am, Aug 16, 2024
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
IPROJECT NAME:
PARCHAUS TAVOLO
I
CHANGE
ICONTRACT:
(C) WATER
ORDER No:
ICFA#
22-0159 I
CITY PARTICIPATION: I
NO
(CITY PROJECT #
103958
I
(CITY SECRETARY CONTRACT #
IPRC22-0110
IFID #
30114-0200431-103958-EO7685
I
C1
IX #
X-27372
I
IFILE #
K-2985
I
INSPECTOR:
Adrian Aranda
Phone No:
(682) 329-6655
PROJECT MANAGER:
Mosadage (Mo) Mohammdeen
Phone No:
(682) 402-7050
CONTRACT UNIT
WATER
SEWER
DRAINAGE
PAVING
STREET LIGHTS
CONTRACT
Developer
Developer
Developer
DAYS
Cost I City Cost
Developer Cost
City Cost
Developer Cost City Cost
I Cost
City Cost
Cost
City Cost
(ORIGINAL CONTRACT
$240,366.28 I $0.00 I $238,366.88
I $0.00
I $0.00 I $0.00
I $106,139.50 I
$0.00
$28,924.00 I
$0.00
I 60 I
I EXTRAS TO DATE
$0.00 I $0.00 I $0.00
I $0.00
I $0.00 $0.00
$0.00 I
$0.00
I $0.00 I
$0.00
0 I
ICREDITS TO DATE
$0.90 I $0.00 $0.00
I $0.00
I $0.00 $0.00
$0.00 I
$0.00
I $0.00 I
$0.00
0
I CONTRACT TO DATE
$240,366.28 I $0.00 I $238,366.88
I $0.00
I $0.00 $0.00
$106,139.50 I
$0.00
I $28,924.00 I
$0.00
60
IAMOUNTlO;FFC1PPr R\RROP. CHANGE ORDER
$75,681.45 I $0.00 I $0.00
I $0.00
I $0.00 $0.00
$0.00 I
$0.00
I $0.00 I
$0.00
0
IV ILDREVISED�CONAMOUNT TRACT AMOUNT
$256,047.73 I $0.00 I $238,366.88
I $0.00
I $0.00 $0.00
$106,139.50 I
$0.00
I $28,924.00 I
$0.00
60
PER UNIT
$256,047.73 $238,366.88
$0.00
$106,139.50
I $28,924.00
REVISED COST SHARE
Dev. Cost: $629,478.11
City Cost:
$0.00
TOTAL REVISED CONTRACT
$629,478.11
Revised: 12-17-2018 Page 1
You are directed to make the following changes in the contract documents
CITY BID ITEM
PAY ITEM #
#
QUANTITY
UNIT
1
3305.0109
52
LF
3
3311.0001
0.176
TON
8
3311.0261
45
LF
10
3305.2002
(133)
LF
11
3305.1103
(13)
LF
14*
3311.0251
20
LF
15*
3305.2002
120
LF
REVIEWED
By Mosadage Mohammdeen at 9:48 am, Aug 16, 2024
JNIT I: WATER IMPROVEMENTS
ITEM DESCRIPTION
Trench Safety
Ductile Iron Water Fittings w/ Restraint
8" PVC Water Pipe
8" Water Carrier Pipe
20" Casing By Other Than Open Cut
8" DIP Water
8" Water Carrier Pipe (DIP)
CFW Unit
Price
TOTAL UNIT I: WATER IMPROVEMENTS
I I I I I I
UNIT II: SANITARY SEWER IMPROVEMENTS
CITY BID ITEM
PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION
TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS
I
Asterisk (*) indicates New Pay Item
Developer
UNIT PRICE
..at
City Cost TOTAL
$6.00
$312.00
$312.00 I
$5,015.35
$882.70
$882.70 I
$91.50
$4,117.50
$4,117.50 I
$69.32
($9,219.56)
($9,219.56)
$574.63
($7,470.19)
($7,470.19) I
$152.95
$3,059.00
$3,059.00 I
$200.00
$24,000.00
$24,000.00 I
$0.00
$0.00
$0.00
$0.00 I
$0.00
$0.00 I
$0.00
$0.00 I
$0.00
$0.00
$0.00
$0.00 I
$0.00
$0.00 I
$0.00
$0.00 I
$0.00
$0.00
$0.00
$0.00 I
$0.00
$0.00 I
$0.00
$0.00 I
$0.00
$0.00 I
I
15 681.45
$0.00 $15.681.45
I I
I
Developer
UNIT PRICE Cost City Cost
$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
I
TOTAL
$0.00 I
$0.00 I
$0.00 I
$0.00 I
$0.00
$0.00 I
$0.00 I
$0.00 I
$0.00
$0.00 I
$0.00 I
$0.00 I
$0.00
$0.00 I
$0.00
I
Revised: 12-17-2018 Page 2
REASONS FOR CHANGE ORDER Scope of water improvements has changed from original contract. Due to field verified conflicts, location of water bore across Altamesa has shifted and is now 8" DIP
w/ 20" steel encasement instead of 8" PVC w/ 20"steel encasement.
Changes correspond with Revision No. 1 as shown on revised Sheets 5, 6, & 7 of the construction plans (IPRC22-0110).
RECOMMENDED: APPROVED:
(Consulting Engineer)Spiars Engineering (Developer) Pate Ranch Commercial, LP
By. By. J�L6 7C.CuT.�
Name: Mike Martinie Name: Kyle Kruppa
Title: Project Manager Title: Development Manager
APPROVAL RECOMMENDED: APPROVED:
CFW - Water Department CFW-Assistant City Manager
By: By: N/A
Name: Name: N/A
Title: Title: NIA
RECOMMENDED: MOSa(iage Mohan mideen
CFW - *Contract Compliance Manager ATTEST
By:
Name: Mosadaqe Mohammdeen Jannette S. Goodall
City Secretary
Title: Sr.Professional Engineer
M&C Number:
M&C Date Approved:
APPROVED:
(Contractor) SYB Construction Co., Inc.
By: l cajoh,
Name: Justin Castor
Title: Project Manager
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Attorney
By: NIA
Name: N/A
Title: N/A
* 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.
0 There are NO City Funds associated with this Contract
❑ There are City Funds associated with this Contract
Revised: 12-17-2018 Page 3
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: parcHAUS Tavolo
CITY PROJECT NUMBER: 103958
WATER
PIPE LAID SIZE TYPE OF PIPE
Open -Trench 6" PVC
Open -Trench 8" PVC
FIRE HYDRANTS: N/A
PIPE ABANDONED
DENSITIES:
NEW SERVICES:
PIPE LAID
Open -Trench
Open -Trench
PIPE ABANDONED
DENSITIES:
NEW SERVICES:
VALVES (16" OR LARGER)
SIZE TYPE OF PIPE
Taken -Pass
2" IRR
6" DOM
SEWER
SIZE TYPE OF PIPE
811 PVC
8" DIP
SIZE TYPE OF PIPE
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
54 LF
147 LF
5 LF
40 LF
LF
194 LF
24 LF
LF
FORTWORTH.
M"
TRANSPORTATION AND PUBLIC WORKS
March 17, 2025
SYB Construction Co., Inc
421 Compton Ave
Irving TX, 75061
RE: Acceptance Letter
Project Name: parcHAUS Tavolo
Project Type: Water, Sewer, Paving and Streetlights
City Project No.: 103958
To Whom It May Concern:
On March 17, 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 March 17, 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-
392-2443.
Sincerely,
"Osadage "Ohawo(eeil,�'.E.
Mosadage Mohammdeen P.E, Project Manager
Cc: Adrian Aranda , Inspector
Donald Watson , Inspection Supervisor
Aaron Ybarra , Senior Inspector
Andrew Goodman , Program Manager
Michael T Martinie , Consultant
SYB Construction , Contractor
Pate Ranch Comm LP, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 08/20/19
AFFIDAVIT
STATE OF TEXAS
COUNTY OF JOHNSON
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Justin Castor, Vice
President of Estimating 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;
ParcHaus Tavolo CPN# 103958, Fort Worth, Tarrant County, Texas
BY &467�
Justi astor, Vice President of Estimating
Subscribed and sworn before me on this date 22nd of April, 2025.
�1� ( 5&�
Notary Public
Venus, Texas
Z5trpYi GEANA BRANN
Via° ' �? Notary Public, State of Texas
%"N% v ` Comm. Expires 03-07-2029
y, • ...• p
��`%�°i,r"�+ Notary IQ 129337163
CONSENT OF SURETY
TO FINAL PAYMENT
AIA Doc=ennt G707
Bond No. 1108223 /SYB Job No. 1203
TO OWNER:
rNarne surd uddresr•1
City of Fort Worth
100 Fort Worth Trail
Fort Worth, TX 76102
PROJEC1%.
(M-e andadrdrac1}
OWNFR
CONTRACTOR
SURLTY
OTHER
ARCHITECT'S PROJECT -'40.:
CONTRACC FOR:
CONTRACT DATED:
Construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement,
CFA Number 22-0159
In accordance with the provisican5 of the Comma bemn--en the Owner and the Contractor as indicated above, the
flnsr�t rra�nr aird additsx of.S�a�h J
The Hanover Insurance Company
440 Lincoln Street
Worcester, MA 01653
SURRTI',
on bcod of
flnwrl none and addrrsc [(Contraa,,r)
SYB Construction Co., Inc.
1017 S FM 157
Venus, TX 70684
, CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Sure of
any of its obligations to
Crn.wn nanreand addMtrafOuner!
City of Fort Worth
100 Fort Worth Trail
Fort Worth, TX 76102
as set forth in said Surety's bona.
+''t ` g
IN WITNESS WRERROF, the Surety Iw hereunto set its hand on this date: April 15,2025
(Ifl,wrl hz kvVing (be nwntb fallauwd ht� rlar munerk dare anrl ivar,)
AMR-
(Se��r
The Hanover Insurance Company
(Smtq'),)
By:
(A ratumOfaalbaize4i�rprasrnra w)
Holly Clevenger Attorney -in -Fact
(Pliolled game awl tare)
G707---1994
THE HANOVER INSURANCE COMPANY
MASSACHUSETTSBAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
POWER OF A TTORNEY
THIS Power of Attorney limits the ads attlmm mmu" heireln, 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:
That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing underew
laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA. a oorporabon organized and existing under the laws of Cie State of
Michigan. (hereinafter individually and collectively Ihe'Cormpany') does hereby oon%Wu% and appoint.
Jack M. Crowley
Of Dallas, TX individuaty, if there be more than one named, as its true and lawful attomey(s}m-fad 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, reeognizances, undertakings, or other surety
obligations. The execution of such surety bonds, rrcognizances, undertakings or surety obligations. in pursuance of these presents, shall be as binding upon the
Company as dthey had been duty signed by the president and attested by the secretary of t w Company, in their own proper persons. Provided however, that tit is
power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in th a manner stated and to the extent of any
limitabon stated below:
Any such obligations in the United States, not to exceed Forty Million and No1100 (940,000,000) in any single instance
That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Ouvelors of said Company, and said Resolutions
remain in full force and effect
Surety Bond Number: 1108223
Principal: SYB Construction Co., Inc.
Obligee: City of Fort Worth
RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorised and empowered to
appoint Attomeys•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 bor.ds.
teeogncenoes. Contracts of indemnity, waivers of citation and all other writings obligatory in the nature lhereol, with power to ar-%c h thereto the xal of lie
Company. Arry such wnbngs so executed by such Attonteys-in-fact shall be binding upon the Company as d they had been duly executed and
acknowledged by the regularly ekcted officers of the Comparry in their own proper persons.
RESOLVED: Thai any and all Powers of Aifomey and Certified Copies of such Powers of Attorney and certifiaboo in respect thereto. granted and
executed by the President a trice President in conjunction with any Vice President of the Company, stall be binding on the Company to the same extent
as d all signatures thefein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted Oc6ober 7,1081 -
The Hanover lnsufance Company; Adopted April 14, 1082 - Massachusetts Bay Insurance Company; Adopted September 7, 2001-Clemens Insurance
Company of America and atfemed by each Company on March 24. 2914)
IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHU SETTS BAY INSURANCE COMPANY and CfTtZENS INSURANCE COMPANY
OF AMERICA have caused these presents to be sealed with then respective corporate seals, duty attested by two Vice Presidents, this 0 day of April, 2023
1 be I laaevp tarawrsace Conwa my
lfareNartm Ilay lawraap Company
Cithees libunste Compasy of Arserkra
3,W4 � JHb., VkePre♦ident
STATE OF CONNECTICUT )
COUNTY OF HARTFORD
Q30rt4.ttt 1.
) ss.
Tlu ltaaosrr lasarsan Caapaay
;I,..
aetts Say lowraatecompny
aro Compeat of Ars-4
M. Mendota. Vice President
On this 6e' day of April 2027 before me Came the above named Executive Vice President and Vase President of The Hanover Insurance Company, Massachusetts
Bay Insurance Company and Citizens Insurance Company of America. to mew personally known to be the indmdwis and offioers described herein. and
acknowiedged 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, respectivey, and that the said corporate seals and their signatures as off4oers were duty affixed and
subscnbV tq _ in m ority and direcbon 4 said Corporabons.
Wendy Lataumes
No m Pudic, Sete of Cornwkut `
My
CWWiNW EV+es Jth 31. = Myoommisoi sir rssJdy 31, 20Z6
I, the undersigrhed Vice President of The Hanover Insurance CWnpany, Massachusetts Bay Insurance Company and Citizens Insurance Company of America.
hereby owtify that the above and foregoing is a full. true and cofrect copy of the Original Power of Attorney issued by said Companies. and do hereby fuRMr ct"
that die said Powers of Attorney are still in force and effect
GIVEN undermy hand and the seals of said Companies, at Worcester. Massachusetts, this 15th day of Ar)ril 2025
Tbt a lamraatf at""
it ut d Hai* Is pq
CERTIFIED COPY
oka R�aNer, Vice Presideal