HomeMy WebLinkAboutContract 61142-A1-FP1Page 1 of 2
City Secretary
Contract No.__________________
Date Received ______________
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: Tavolo Park Phase 5
City Project No.: 104156
Improvement Type(s): Water Sewer
Developer Cost City Cost Total Costs
Original Contract Price: Water $978,651.75 $413,777.49 $1,392,429.24
Original Contract Price: Sewer $1,177,860.06 $0.00 $1,177,860.06
Amount of Approved Change Order(s): W $0.00 $0.00 $0.00
Amount of Approved Change Order(s): S $68,364.69 $0.00 $68,364.69
Revised Contract Amount: Water $978,651.75 $413,777.49 $1,392,429.24
Revised Contract Amount: Sewer $1,246,224.75 $0.00 $1,246,224.75
Total Cost of Work Complete:$2,224,876.50 $413,777.49 $2,638,653.99
Contractor Date
Title
SYB Construction
Company Name
Project Inspector Date
Project Manager Date
CFA Manager Date
Page 2 of 2
_______________________________________ __________________________________
TPW Director Date
Asst. City Manager Date
Notice of Project Completion
Project Name: Tavolo Park Phase 5
City Project No.: 104156
City’s Attachments
Final Pay Estimate
Change Order(s):Yes N/A
Pipe Report:Yes N/A
Contractor’s Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 180 WD
Work Start Date: 5/21/2024
Days Charged: 226 WD
Work Complete Date:7/16/2025
Completed number of Soil Lab Test: 861
Completed number of Water Test: 40
CITY OF FORT WORTH
Contract Name TALVO PARK PHASE 5
Contract Limits
Project Type WATER & SEWER
DOE Number 4156
Estimate Number 1 Payment Number 1 For Period Ending 7/16/2025
FINAL PAYMENT REQUEST
City Secretary Contract Number
226
WD
Contract Date
SYB CONSTRUCTION COMPANY, INC.
NA
421 COMPTON
IRVING TX 75061
M.GLOVER M.PERKINS
180WDContract Time
Days Charged to Date
CompleteContract is 100.00
Contractor
,
/Inspectors
Project Manager
City Project Numbers 104156
Thursday, July 17, 2025 Page 1 of 5
Contract Name TALVO PARK PHASE 5
Contract Limits
Project Type WATER & SEWER
DOE Number 4156
Estimate Number 1
Payment Number 1
For Period Ending 7/16/2025
Project Funding
City Project Numbers 104156
UNIT I: WATER IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 8" WATER PIPE 5995 LF $65.48 $392,552.60 5995 $392,552.60
2 12" WATER PIPE 107 LF $102.39 $10,955.73 107 $10,955.73
3 1" WATER SERVICE 139 EA $1,490.25 $207,144.75 139 $207,144.75
4 2" WATER SERVICE (IRR)3 EA $3,118.42 $9,355.26 3 $9,355.26
5 8" GATE VALVE & BOX 14 EA $2,568.53 $35,959.42 14 $35,959.42
6 12" GATE VALVE & BOX 2 EA $4,996.96 $9,993.92 2 $9,993.92
7 CONNECT TO EXISTING 8" WATER MAIN 5 EA $2,941.86 $14,709.30 5 $14,709.30
8 8" WATERLINE LOWERING 8 EA $5,828.16 $46,625.28 8 $46,625.28
9 4"-12" PRESSURE PLUG 2 EA $1,200.00 $2,400.00 2 $2,400.00
10 FIRE HYDRANT 7 EA $6,356.55 $44,495.85 7 $44,495.85
11 DUCTILE IRON FITTINGS 5 TN $10,190.47 $50,952.35 5 $50,952.35
12 CLEANING WYE 7 EA $1,400.48 $9,803.36 7 $9,803.36
13 TRENCH SAFETY 6102 LF $1.20 $7,322.40 6102 $7,322.40
14 24" WATER PIPE 1170 LF $282.40 $330,408.00 1170 $330,408.00
15 24" GATE VALVE w VAULT 2 EA $37,852.15 $75,704.30 2 $75,704.30
16 CONNECT TO EXISTING 24" WATER MAIN 1 EA $5,516.00 $5,516.00 1 $5,516.00
17 24" PRESSURE PLUG 1 EA $2,439.48 $2,439.48 1 $2,439.48
18 DUCTILE IRON FITTINGS (24" ONLY)2 EA $19,519.65 $39,039.30 2 $39,039.30
19 TRENCH SAFETY (24" ONLY)1200 TN $1.20 $1,440.00 1200 $1,440.00
20 24" CARRIER (DIP) WATER PIPE 30 LF $493.98 $14,819.40 30 $14,819.40
21 24" WL BACKFILL, CLSM 30 LF $643.98 $19,319.40 30 $19,319.40
22 42 CASING BY OPEN CUT 20 LF $775.98 $15,519.60 20 $15,519.60
23 8" BLOWOFF VALVE 1 EA $45,953.44 $45,953.44 1 $45,953.44
$1,392,429.14 $1,392,429.14Sub-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 8" SEWER PIPE 7016 LF $56.91 $399,280.56 7016 $399,280.56
2 20" SEWER STEEL CASING PIPE (PER PLAN
DETAIL)
400 LF $578.82 $231,528.00 400 $231,528.00
Thursday, July 17, 2025 Page 2 of 5
Contract Name TALVO PARK PHASE 5
Contract Limits
Project Type WATER & SEWER
DOE Number 4156
Estimate Number 1
Payment Number 1
For Period Ending 7/16/2025
Project Funding
City Project Numbers 104156
3 8" SEWER PIPE, CSS BACKFILL 510 LF $81.44 $41,534.40 510 $41,534.40
4 4' MANHOLE 18 EA $4,246.20 $76,431.60 18 $76,431.60
5 4' DROP MANHOLE (CO#1)4 EA $7,171.20 $28,684.80 4 $28,684.80
6 5' MANHOLE (CO#1)15 EA $9,637.20 $144,558.00 15 $144,558.00
7 5' DROP MANHOLE (CO#1)3 EA $12,157.20 $36,471.60 3 $36,471.60
8 EPOXY MANHOLE LINER (CO#1)15 EA $4,939.83 $74,097.45 15 $74,097.45
9 TRENCH WATER STOPS (CO#1)18 EA $600.00 $10,800.00 18 $10,800.00
10 4" SEWER SERVICE 139 EA $1,136.46 $157,967.94 139 $157,967.94
11 CONNECT TO EX 6' SSMH 1 EA $4,230.00 $4,230.00 1 $4,230.00
12 TRENCH SAFETY 7526 LF $2.40 $18,062.40 7526 $18,062.40
13 POST-CCTV INSPECTION 7526 LF $3.00 $22,578.00 7526 $22,578.00
$1,246,224.75 $1,246,224.75Sub-Total of Previous Unit
Thursday, July 17, 2025 Page 3 of 5
Contract Name TALVO PARK PHASE 5
Contract Limits
Project Type WATER & SEWER
DOE Number 4156
Estimate Number 1
Payment Number 1
For Period Ending 7/16/2025
Project Funding
City Project Numbers 104156
Contract Information Summary
Change Orders
$2,570,289.30Original Contract Amount
$2,638,653.89Total Contract Price
$2,638,653.89
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $2,638,653.99
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $2,638,653.99
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
$2,638,653.99
$0.00
1 $68,364.69Change Order Number
Thursday, July 17, 2025 Page 4 of 5
Contract Name TALVO PARK PHASE 5
Contract Limits
Project Type WATER & SEWER
DOE Number 4156
Estimate Number 1
Payment Number 1
For Period Ending 7/16/2025
Project Funding
City Project Numbers 104156
Line Fund Account Center
Amount
Funded Gross Retainage Net
CITY OF FORT WORTH
SUMMARY OF CHARGES
$2,638,653.89
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $2,638,653.99
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $2,638,653.99
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
$2,638,653.99
$0.00
City Secretary Contract Number
226
WD
Contract Date
SYB CONSTRUCTION COMPANY, INC.
NA
421 COMPTON
IRVING TX 75061
M.GLOVER M.PERKINS
180
WD
Contract Time
Days Charged to Date
CompleteContract is 100.000000
Contractor
,
/Inspectors
Project Manager
Thursday, July 17, 2025 Page 5 of 5
r�
O
U
�
N
�
�
�
�
•
'
U
— /
U
�
Q
O O
c- M
ti ti
� �
� m
��
c0 W
0 0
Z Z
N N
c c
O O
L L
d d
v, v
c a�
Y �
� L
Q. Q
N N
� N
U �
� N
�
W
U`
Q
Z
� ¢
O �
F U
U W
W �
a p
� �
? a
�
U
� o
�a �
z p
O
U
N
O O O O O O O
V o 0 0 0 0 0
F �` w a�i w u�i w v�i
� V o
oi
{'��11 M
W p O O O �
V o 0 o N
F � � � m �
y 01 M O O � O M
a
� M N � M 1�/� M
d
� w vNi w V
o r
�
� "
�j 'o 0 0 0 0 0 �
Z' w w w�� v�i
U o�
(g ri
2 ti
a � m m �w �
o ri oi vi
V n o o n o t� �
N N O C Yl O Vl
O � N � � N W
j V/ N il�
❑
OO o o Oo O o y
� (� O O O O O O
z �' w v�i v�i w» v�i V �
� W u � � M
U a � V �
0
� Z `�''-
N N
Z� U b �p V � � �
Q N O O N N M w {/�
U � a N M � N �
d �
d VI fn fA
0
�
0 0 0 0 0 0 0
V o 0 0 0 0 0
�, o 0 0 0 0 o t�
� w rn �n w rn co
U ti o0
� � N
M
N
t0 �
N p p m � O
N � o o � at N �
V �c o 0o m a� w � v+
� W O W �p N
n n 19 W h � t0
a+ w �
� � � �
0
N s� a a
o � o r o r
U � a o� o �
�` M v�i w ri w r+
V `* w w �
� N
F�
a N
3 o n n n M
U .,
N p p IA p N V! �
a� v�i w n'� n U
0
� w w w >
d v
❑ �
K
W
a
t-
U
W Q
o � ¢ '� �
W Z� = Z
(7 � UQ N O
S Q� F- N p
�' W U F- Z Z OU N
�U w Q a a c�i' o >
H a � � � G IW/�7 WR'
p o 0 o a z a>i �u a
�� O U� O w � O
Q N F Q F- � K F-
Z W
� s
Z " W Z O � �
�� V O Q� O
�
a
W
0
ti
N
N
�
J
2
�t
c
u
U
fj
n
V
h
b
L
�
4 ❑
W
� }
� �
� �
S �
� r,
+n r
C A
N �
c'v -
N �
Q �
n j
V��
C-
G' � 11
y e, .,\
L L, .
V
� �. �
m r ��,�
e�= �
� �� w
F'64`
Lt �
1
U �� -
� �� �
Oc r
� } S_ �
t^ ,,S �
v ��aa
� � 54
, � �
� � b
� �o
ls �}
4: ;� 7 �
R � Ei .5
� u �
_- i M
� � ok�:
" I
iL. � .E,.
RI
�� ��,
wy2
,,,'� �a
j E, �
Ch L �' �il
�� ��
L.. �. � �
m ro �uJ
� c�3 1 K
�
�
O
W
l7
2
4
S
C]
�
O
LL
N
2
O
�
�
ui
C [l,
c �y
� c
4i @ �
n �
q c �
�
J m a
m �
� k: F
t
il
�
�
\�
� �.
.�
( ' \\�
`. �
m
`_.
U
�
S N
, o
� ?
�
� C�,
0
m'
rn�
y� 4
c
� tj
L �y
= a
n
! �,
� JJ
G
ti �
I t-
��
�
� %!
n }
� U
� �
n t9
G �
IA
� �
�
F �
L F-
�
�'
� ., I� S �
._� I o tt
` r.
'C �'� 'y �
_ � n i�
�
• �n u
,� u
m � 4=
7
�}
I
O
G ni
�� � S}
� p ' /5 �P
`� a � �
c s�
��cE U u�
� (o' � � °� o
o n � � c m
° G v rn F '
o.� c� � 5
E a o � `s
tr� � � n � �
r. o
C L '� [) ^I
d — � � m �
O CL �tj v �
%` T/� �' n C
R x � i LL �
O k C
E r .� C � li
V � � ' 2 t�
�L°c�? � 5
c � C
C G L - GI
9 N t 7 � �
U :`� 2c � C C
f� L � {-
-Q
1
�
d
�
i Ci
� �
��
J
�
1 �
'• �n
i :.,
� i_7
�
�
�;
u
o r�
� ��. 'O i
Q ` il
n
W � +��' �
� �
�, � �.
� u �
u� T.-� �O ��
R' ` ' �� C�
°� n �
2
Q
Z
� �
nC �
3 �
'L �
U
�1 4
m
6
U
�•
a
�i
N
c
�y
0
�i
r�
iJ
n
�
0
�
F4RTWORTH
:::�� _
}�
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: TAVOLO PARK PHASE 5
CITY PROJGCT NUMB�R: 104156
WAT�R
PIP� LAID SIZE TYPE OF PIPE LF
C900 8" PVC 5995
C900 12" PVC 107
C900 24" PVC 1238
FIRE HYDRANTS: 7
PIPE ABANDONED
DENSITIES:
NEW SERVICES:
SIZE
�
�
VALV�S (16" OR LARGER)
TYP� OF PIPE
Yes
COPPER
COPPER
LF
2
139 EA
3 EA
SEWER
PIPE LAID SIZE TYPE OF PIP� LF
SDR-26 8" PVC 7016
PIPE ABANDONED
DENSITIES:
N�W SERVICES:
�yr�a
��
TYPE OF PIPE
PVC
LF
139 EA
TRr1NS1'ORTATION AND PUBLIC �!UORI�S
The Cit}� of Fort ��/ordi • 1000 Throcicmorton Street • Fort \�/orth, T17G012-6311
F�0 RT WO RT H��
TRANSPORTATION AND PUBLIC WORKS
July 16, 2025
SYB Construction Company Inc.
421 Compton Ave
Irving, TX 75061
RE: Acceptance Letter
Project Name: Tavolo Pari< Phase 5
Project Type: Water, Sanitary Sewer
City Project No.: 104156
To Whom It May Concern:
On June 18, 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 July 16, 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 July 16, 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-
392-7830.
Sincerely,
Izeldeen Ahmed, Project Manager
Cc: Michael Perl<ins, Inspector
Mil<e Glover, Inspection Supervisor
Randy Horton, Senior Inspector
Andrew Goodman, Program Manager
Land Design, Consultant
SYB Construction, Contractor
CND-Tavolo, LLC, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE 4F Texas
C�UNTY OF Johz�son
Before rr�e, the undersi�ned authority, a notary public in the state
and county atoresaid, on this day personally appeared �ustin Castor, Vice
President of Estimating Of SYB Construction Co., Inc., known ta me to be
a credible person, wl�o being by me duiy sworn, upon his oath deposed
and said;
That aIl persons, firn�s, associations, corporatioals, or other
organizations fi�rnishing labor and/or materials have been paid in fi�ll;
That the wage scalE established by the City Council in the City of
Fort Worth has been paid in full;
TlZat tllere are r�o ciaims pending for personal injury at�d/or
property damages;
On Contract described as;
Tavolo Park Phase 5 CPN# 104156, Fort Wort}�, Tariraz�t County, Texas
BY
Just Castor, Vice President of Estimating
Subscribed and sworn before me on this date l st of July, 2025.
_ �
Notary Public
Johnson County, Texas
'`"���iv' G�ANA BRANN
�� *pr r �y
�° ���; Notary Public, State of texas
; �f ,,., �,Pw Gomm. Expires 03-p7-202g
�'� i°;�i+`' �Jotary Ib 129337163
G�NSENT G�F SURETY
TD FiNAL PAYMENT
AIADvctcm�rat C',7��
Bond No. 1108235
T� �i�NER:
rldass� rutdad�r,r��
City of Fort Worth
100 Fort Worth Way
Fort Worth, TX 76102
�'R�J�CT:
(�Virrrrc urrdudt]ru.c�j
Tavolo Park Phase 5, project 23-0108
avrnvra
�,r,c�-���rcr
ca:v�c��a�
�UR�T3'
�"I1i�R
ARCHI'�'�C'�'8 T'R4��?�x �t�.:
CQ3�T�lCfi �pR:
CON'I'R�,�T13A'i"ED: June 30, 2024
In acc.�arcia€zc� w'srh €��e prpvlsians nf tl�e Cwatract Uet�seen �ze Owner anc3 the Ctar�tractcsr as inciicd'trti ai3nv�, the
{l1ta�-! r,�tr��:r a�rd aridrens of €r�mr� J
The Hanover Insurance Company
440 Lincoln Street
Worcester, MA 01653
The Hanover Insurance Com
, S13RF7'Y,
on ]�nd of
(Ire.aen rrarnra19e7mr.fdr�asQ(Ca�zfracrur�
SYB Construction Co., Inc.
421 Compton Ave.
Irving, TX 75061
, CO�.C7'OR,
i�ereby apprt�ves of rhe firial paymenr ta the Contraetar, and agrees thac �r�al payrn�nt tio r�,e G�ntratt�r shal! nc�t re3teve clie 5w�ery nf
arty of ics al�ti�a¢ions io
(It�.rrrr nunreurxlucklress af0►rncrf
City of Fort Worth
100 Fort Worth Way
Fort Worth, TX 76102
as set fnr�l� ic� saic3 5urery's ix�nr�.
IN W1TN�55 W�i�FFtED�`, th� Sut'C[}T 1�&ti F7�1�t1F�tt) 5�i it5 I'3�nL# f}f1 til3� tE�T�: � U Iy 22, 2025
�IrxiurY f�r x� f�fi� fbe rtrontb fallvur•rf h�� ti�r nrwsrerrc rlarrarrr� ie�ar.1
.���: �,�„� �,
(���= -- '
.
■
■
■
i
, o�xm;�R,
(stnxK}1
By:
(S�q,rr�i�rofuri�lwr�zrrlirprxsNr utii�ri
Holly Clevenger Attorney-in-Fact
tPer�lrrr! rra�fre runf rfile�J
�`.Y��%^^�i ���Q
THE HANOVERINSURANCE COMPANY
MASSACHUSETTS BAYINSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
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:
That THE 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, Holly Clevenger and/or Christine Clinger
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 power to attach thereto the seal ofthe
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 ofthe 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 28�^ day of June, 2024
w"�.. ��>;._�; � f....,,li��
}+'°,;; �
� � ■� �. ��
,� � o�.
I hc ilaaurxr 1os�rancr S:umpaa�
!I�t�syachrsetts Bay Ins�raacc Cwnp�ay
Cuiaeos [nsurancei'o:ap�nypf,lmerica
J �I. iCawiacki, Vka Praeld�nt
STATE OF CONNECTICUT
COUNTY OF HARTFORD
) ss.
lhc tlwpover IpauraAee Cumpany
chuuetsa 8qy I��sarance Camp:ny
rs insuraaee Ca�npaKy aFAmerka
Il�n IM. M�ndazai. Vico Prosidenc
On this 28�" day of June, 2024 before me came the above named Executive Vice President and Vice President ofThe 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.
� INendy Lstoumes
�� wotary Pub�c, state al Con+�ec�icut
�Y Cannrssk�n Expires Jui� 31. 2�25
r
a F� l �
� I � �` j ' j, �4,�� _ � ` �
W�r� y Latou _ es. ot�ry -ub�i�c'��~.
IYIy 6Dmmfisi0� ex ir�s July 31, Z0�3
4 •
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 Worcester, Massachusetts, this 22nd day of July 2025.
CERTIFIED COPY
71rc ■n e lasurance ompa
3l c h 8�7 En� ny
C' n sura rc n Am '
f�� R�wod/er, Vice PreaMkn�