Loading...
HomeMy WebLinkAboutContract 47575-FP1 Department of TP &W Const.Services C?N# . Data Project anager l / ' Risk Management C adv L — ,)T Wo RT jamLT® cry SECmJ� D.O.E. Brotherton T/ 1 '- CFA Westerman/Scanned It-"7— (o i CONTRACT NO. Esteban Perez/Scanned /6./� The Proceeding people have been Contacted concerning the request for final payment& have ATION AND PUBLIC WORKS1 released this project for such payment. F PROJECT COMPLETION S- )) ---CUo�517 Developer Projects) DOE 739 Clearance Conducted By 0"' M m City Project Ns: 02517 Regarding contract 117396 for SEVEN OAKS ADDITION,PHASE ONE as required by the WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. p � C� CDMC Original Contract Price: SAN 2017 $847,040.00 Amount of Approved Change Orders: $32,577.30 Ns 1 Revised Contract Amount: $879,617.30 Total Cost Work Completed: $879,617.30 ecommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date Comments: s JAN 4, 2017 'k Rev.9/22/16 L2A C C 5 2017City Project Numbers 02517 BDOE Number 7396 Contract Name SEVEN OAKS ADDITION,PHASE ONE Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 11/28/2016 Project Funding Project Manager Jaafazi City Secretary Contract Number 117396 Inspectors DICKINSON / DUARTE Contract Date Contractor JACKSON CONSTRUCTION LTD Contract Time 240 CD 5112 SUN VALLEY DRIVE Days Charged to Date 240 CD FORT WORTH, TX 76119 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 $879,617.30 Less %Retained $0.00 Net Earned $879,617.30 Earned This Period $879,617.30 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 $879,617.30 Monday,November 28,2016 Page 5 of 5 a (D5- a -25T7 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SEVEN OAKS ADDITION,PHASE ONE Contract Limits Project Type WATER&SEWER City Project Numbers 02517 DOE Number 7396 Estimate Number 1 Payment Number 1 For Period Ending 11/28/2016 CD City Secretary Contract Number 117396 Contract Time 24GD Contract Date Days Charged to Date 240 Project Manager Jaafari Contract is 100.00 Complete Contractor JACKSON CONSTRUCTION LTD 5112 SUN VALLEY DRIVE FORT WORTH, TX 76119 Inspectors DICKINSON / DUARTE Monday,November 28,2016 Page 1 of 5 � >I City Project Numbers 02517 DOE Number 7396 Contract Name SEVEN OAKS ADDITION,PHASE ONE Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 11/28/2016 Project Funding WATER Item Description of Items Estimated Estimated Completed Completed Quanity No. Unit Unit Cost Total Quanity Total P P ———————————————— — 1 DUCTILE IRON WATER FITTINGS 5 TN $5,000.00 $25,000.00 5 $25,000.00 W/RESTRAINT 2 6"PVC WATER PIPE 80 LF $18.00 $1,440.00 80 $1,440.00 3 8"PVC WATER PIPE 4175 LF $19.00 $79,325.00 4175 $79,325.00 4 16"PVC C905 WATER PIPE 3130 EA $71.00 $222,230.00 3130 $222,230.00 5 FIRE HYDRANT 4 EA $2,600.00 $10,400.00 4 $10,400.00 6 CONNECTION TO EXISTING 16"WATER LINE 1 EA $1,750.00 $1,750.00 1 $1,750.00 7 1"WATER SERVICE co#1 67 EA $590.00 $39,530.00 67 $39,530.00 8 COMBINATION AIR VALVE ASSEMBLY FOR 1 EA $10,000.00 $10,000.00 1 $10,000.00 WATER 9 6"GATE VALVE 4 EA $680.00 $2,720.00 4 $2,720.00 10 8"GATE VALVE 18 EA $1,100.00 $19,800.00 18 $19,800.00 11 16"GATE VALVE WITH VAULT 4 EA $14,500.00 $58,000.00 4 $58,000.00 12 BLOW-OFF 2 EA $8,500.00 $17,000.00 2 $17,000.00 13 4'WIDE ASPHALT PAVEMENT REPAIR co#1 1135 SY $78.00 $88,530.00 1135 $88,530.00 14 AUTOMATIC FLUSH VALVE 1 EA $4,400.00 $4,400.00 1 $4,400.00 15 UTILITY TRENCH EXCAVATION, 2900 LF $0.10 $290.00 2900 $290.00 EMBEDMENT AND BACKFILL 16 CONCRETE ENCASEMENT FOR UTILITY PIPES 22 CY $243.00 $5,346.00 22 $5,346.00 17 12"ROCK RUBBLE RIP-RAP PER DETAIL 190 SY $55.00 $10,450.00 190 $10,450.00 18 PRESSURE/STERILIZATION TESTING 7385 LF $0.50 $3,692.50 7385 $3,692.50 19 EXPLORATORY EXCAVATION 6 EA $900.00 $5,400.00 6 $5,400.00 Sub-Total of Previous Unit $605,303.50 $605,303.50 SEWER Item Completed Description of Items Estimated Estimated Com leted Com No. p Unit Unit Cost P p Quanity Total Quanity Total 1 POST CCTV INSPECTION 4225 LF $1.50 $6,337.50 4225 $6,337.50 2 MANHOLE VACCUM TESTING 17 EA $200.00 $3,400.00 17 $3,400.00 3 UTILITY TRENCH EXCAVATION, 4225 LF $1.00 $4,225.00 4225 $4,225.00 EMBEDMENT&BACKFILL 4 4"SEWER PIPE 66 LF $525.00 $34,650.00 66 $34,650.00 5 8"SEWER PIPE co#1 3737 LF $25.00 $93,425.00 3737 $93,425.00 Monday,November 28,2016 Page 2 of 5 City Project Numbers 02517 DOE Number 7396 Contract Name SEVEN OAKS ADDITION,PHASE ONE Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 11/28/2016 Project Funding 6 8"SEWER PIPE CSS BACKFILL 80 LF $46.00 $3,680.00 80 $3,680.00 7 10"SEWER PIPE 904 LF $31.00 $28,024.00 904 $28,024.00 8 10"SEWER PIPE CSS BACKFILL 20 LF $52.00 $1,040.00 20 $1,040.00 9 4'MANHOLE 14 EA $3,000.00 $42,000.00 14 $42,000.00 10 4'EXTRA DEPTH MANHOLE 50 VF $230.00 $11,500.00 50 $11,500.00 11 5'MANHOLE 2 EA $6,300.00 $12,600.00 2 $12,600.00 12 EXTRA DEPTH MANHOLE 20 VF $300.00 $6,000.00 20 $6,000.00 13 4'DIA DROP MANHOLE 1 EA $4,315.00 $4,315.00 1 $4,315.00 14 EPDXY MANHOLE LINER co#1 95.9 VF $197.00 $18,892.30 95.9 $18,892.30 15 TRENCH SAFETY 4225 $1.00 $4,225.00 4225 $4,225.00 Sub-Total of Previous Unit $274,313.80 $274,313.80 --------------------------------------- Monday,November 28,2016 Page 3 of 5 City Project Numbers 02517 DOE Number 7396 Contract Name SEVEN OAKS ADDITION,PHASE ONE Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 11/28/2016 Project Funding Contract Information Summary Original Contract Amount $847,040.00 Chance Orders Change Order Number 1 $32,577.30 Total Contract Price $879,617.30 i ��2m✓ti'��Hate �1 ��[ Total Cost of Work Completed $879,617.30 Contrac r , Less %Retained $0.00 Net Earned $879,617.30 Date Inspection Supervisor Earned This Period $879,617.30 // Retainage This Period $0.00 k414U Date 1 2?i /I'1 Less Liquidated Damages Project Mandg Days @ /Day $0.00 Date 2`f '7 LessPavement Deficiency $0.00 Asst. iirrector/TPW-Infrastructure Design and Constructions Less Penalty $0.00 rtIC( - Date 0- Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $879,617.30 Monday,November 28,2016 Page 4 of 5 D 0 () o rn 0 T 0--i M 0� m 0 ;c X z -f 0 o Z M i ;o cn F M o�::1 -n o ;o > C: M 0 -0 m * >I Z m > --i MI-< > z 0 (- m m m :;t0 ;t- --q (-- CD m-4 cn > m 0 M m m L;I--i 0 0 --1 > G t3 Q 0 -0 -0 0 C) m � cn 0 cn r) 0 X M — -4 Z 0 m > z > 00 Im >! 0 in L- C- m R' ;u z -4 0 > M I� > > m 0 0 (1)= 0 71 0 z z m > m ;o o m > C.) a W LM o to Q 0 C4 Ln CD as en C, CD N ca in 44 &1 6 ae L. p Q CD CD c, 0 cn 0 CD m C3 0 r1a Pli -4 cm c"i CD -1 -4 CD co co S C3 cm B7, D .w W CD 0 I CD 00 m rj j m < < m 4r04 J^ F, M CL A lcn X z _0 z _0 C) cz 2 �SCD b Z5 CD > ca 0 a; w j " in 1 = 40 S � I t 'Ia < �V;y -" P Pi-,,, o > CD ci < 0 C— m cr) 0 w ci IQ co CD 00 N) CZ z G) I o �� o � Qa3y� � �� j .0 <1 m > to 0 C2 Go z > 0 io 0 ou co o C7 G7 0 z > < cn T { m ° En rm 0 f- O m Z D C to { m n mmm CT0Mw tTM W W N O (AA W comaM 0 c A wa W V m D a n o = 3 Z D IN m Z CD m a m N Q 3m mm (T1 tTAA AaA W N N < ° 3 D7r n mpV awtl�t CD wow{ . +y F 9 m 0 00 0000000 N O O W M g z m� m tt0 m _ m mN O M a M00W-4 N rr rn 3 mO � mmm mrrI.In to fD r <r- wm c ° :q C a (���m a ^I m mR t3o m o Iw`P O C= 5 0 w �dj m S =n D y mc. c '� m ws ` �m a m_ c m n nm n m Dc 3 a m a o mm n c y cn rn Q O T w m " '°a Oa�'S D mD= D�I�Tt m w 0 r = m 3 -i m° 3 o:m r x o fa p m M „z a -i �m� a c a KR mm r Z �, a m m m 00 a r 3 m m m c c a ? m cn r m � no 4 m a O� A �EL m�ulm n n D D c f * m Nn -i m3 � < < mm < mv -�-� A to o -F mm = m m m m m O m0 = 2 m -D C x m m Z m o o X r o m tS m C A 0 -- 3 Al n 0 c @ m m � m a IM fA r m Q NN49 4AwNN W(}IH h 4A d1 H49.D O tTtD O 000 O�AtTfSltlf V vvt mom 000 ooc`"i,i"i,000 0 00 00 4°6,44 w u u a 4o 4n'A M4AN N Fn &v (a O w N c, In+ w wo 0o m 0 a pinto m Ow mN�A to t- tD -w m p Poo V o w w m N to t0 Ct wN N w tDr w ON N ctn GJ 01 cA V N(n O 00 co O O O o a O O V V 0 0 0 O C W i4 0 G 66 O O O O C n L n 0 0 0 O O Q co O O O CD FORTWORTH, N TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT# FINAL STATEMENT# 1 DOE 7396 NAME OF PROJECT: Seven Oaks Addition Phase One Contractor Jackson YEAR:j 2016 PROJECT NO.: FINAL INSPECTION DATE _f0_1_1 812-016 2517 WD CD CONTRACT TIME 240 1 g PERIOD FROM: 11/16/2016TO: 11/30/2016 MID - Month DEVELOPMENT (Y/N) Y WORK ORDER EFFECTIVE: 1/25/2016BEG( /n MI--(y—/—n—)-I— Y DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 Wed 16 Wed 0 OTH 2 Thu 17 Thu 0 OTH 3 Fri 18 Fri 0 OTH 4 Sat 19 1 Sat 0 OTH 5 Sun 20 Sun 0 OTH 6 Mon 21 Mon 0 OTH 7 Tue 22 Tue 0 OTH 8 Wed 23 Wed 0 OTH 9 Thu 24 Thu 0 OTH 10 Fri 25 Fri 0 OTH 11 Sat 26 Sat 0 OTH 12 Sun 27 Sun 0 OTH 13 Mon 28 Mon 0 OTH 14 Tue 29 Tue 0 OTH 15 Wed 30 Wed 0 OTH 31 Thu NA Wkn&Hol Wea Utl Oth Not Applicable SAT,SUN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 15 0 15 PREVIOUS PERIOD 9 240 249 TOTAL TO DATE 0 0 0 24 240 264 REMARKS: 6TH:Job Completed Signature: /y � ''�2G Signature: (Print Name) - ��'� , c?4i= �)/� Ariel Dua e/ CONTRACTOR / , j` A ` DATE r/' ,�� `, SPECTOR DATE 11/28/2016 FORTWORTHREV:02'22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 11/29/2016 Nanze of Contractor Project Name Jackson Construction Seven Oaks Addition,Phase One DOE Inspector Project Manager Ariel Duarte Khal Jaafari DOE NumberPoject LDcu11j Tz pe of Contract 7396 CPN 02517 JO' Simple OO Routine O Complex El Water[Z Waste Water❑ Storm Drainage❑ Pavement Initial Contract Amount Final Contract Amount $847,040.00 $879,617.30 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2- Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING INSPECTION EVALUATION (0-4) (0-4) PLANS&SPECIFICATIONS 1 Availability of Inspector 91 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 4711 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe �S III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector / Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 10 (817)392-7941 •Fax: (817)392-7845 FORTWORTH REV.8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Jackson Construction Seven Oaks Addition,Phase One Inspector City Project Number Ariel Duarte 2517 Construction Components Project Manager 21 water[Z Waste Water❑ Storm Drainage EJ Pavement Khal Jaafari Initial Contract Amount Project Difficulty $847,040.00 O Simple (0) Routine O Complex Final Contract Amount Date $879,617.30 11/29/2016 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 2 8 4 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 4 20 20 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 1 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 399 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 399 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] * 100%) 399 / 448 = 89% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Inspector Signature P � k;, Contractor Signa Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd. •Fort Worth,TY 76116 • (817) 392-8306 FoRTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Seven Oaks Addition,Phase One PROJECT NUMBER: 2517 DOE NUMBER: 7396 WATER PIPE LAID SIZE TYPE OF PIPE LF 6"' PVC 80 8" PVC 4175 16" PVC 3130 FIRE HYDRANTS: 4 VALVES(16" OR LARGER) 4 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 67(1") COOPER SEWER PIPE LAID SIZE TYPE OF PIPE LF 4" PVC 66 8" PVC 3817 10" PVC 924 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 67(4") PVC TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817)392-7845 CONSTRUCTION LTD. 51 12 SUN VALLEY DRIVE FORT WORTH,TX 76119 TEL:817-572-3303 FAX:817-478-0443 November 16, 2016 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth, TX 76102 RE: Seven Oaks Addition, PH 1 DOE# 7396 City Project#02517 The purpose of this letter is to acknowledge that we have been paid in full by Seven Oaks —FW Ltd for the public improvements constructed to serve Seven Oaks Addition, PH 1 in Fort Worth, Texas. As a result, we hereby waive, release and relinquish all rights to assert any claim or demand for lien in connection with this project. Please feel free to contact me with any questions you may have. Sincerely, Troy L. Jackson Vice President CONSTRUCTION LTD. 5112 SUN VALLEY DRIVE FORT WORTH,TX 76119 TEL: 817-572-3303 FAX:817-478-0443 Affidavit of All Bills Paid STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT I, Troy L. Jackson, of the undersigned principal hereby certify that all obligations, claims and debts due laborers, materialmen, subcontractors, suppliers, and others incurred in or contingent to the performance of the work on the project known as Seven Oaks Addition, PH 1 in the City of Fort Worth, Texas have been fully paid. This affidavit is made for the purpose of obtaining payment from the City of Fort Worth on above construction work. Subscribed and sworn to before me this Jackson Construction Ltd Principal 16th y of November, 2016 By: Notary Signature Troy L. Jackson, Vic�7resident Commission Expires: 04/06/2020 CARMEN L. ESTEP .�as=Notary Public,state of Texas N„ .ez Comm.Expires 04-06-2020 Y Notar ID 2910611 "/uun�r CONSTRUCTION LTD. 5112 SUN VALLEY DRIVE FORT WORTH,TX 76119 TEL:817-572-3303 FAX:817-478-0443 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 Troy L. Jackson, Vice President Of Jackson Construction, Ltd, 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 fall; 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; Seven Oaks Addition, Ph 1 BY Troy L. .ackson, Vice President Subscribed and sworn before me on this date 16th of November, 2016. Notary lic Tarrant, Texas �atrRYPoe�.� CARMEN L. ESTEP ?; Notary Public,state of Texas •.:4 Comm.Expires 04-06-2020 Notary ID 2910611 CONSENT OF SURETY OWNER p -TO FINAL PAYMENT tRCIIrFCr .AIApoC "G707 CONTRACTOR SURFly Bond No. BCD1032155 OTHF..R D TO OBER: ARCI-II:f` CT'S PROJECT N0.: Na.nernrdu&MM) Seven Oaks-FW, Ltd 6031 W 1-20, Suite 226 CONTRACT FOR.-Water, Sewer,Paving and Drainage Arlington, TX 76017 PROJECT: C0NTRAME'DATED: (Akwwandacddn+V Seven Oaks Addition/Phase One Fort Worth, TX In accordance wah The proxqsiorz of the Contract between the Owner and the Contractor as indicated above,the {�nsc�t>zainr acrd crddr�cfSurr!t} The Hanover Insurance Company 440 Lincoln Street Worcester, MA 01653 SURFTTr, on bond of flnsen nwne and addrm5j"Contractor) Jackson Construction, Ltd. 5112 Sun Valley Drive Fort Worth, TX 76119 CONTPAC70R, hereby approves of the final payment to the Contractor,and agrees that final payment to the Contractor shall nc-n relieve rhe Surety of any of its obligations to fLars�rt numeundadclren ofCltlner) Seven Oaks-FW, Ltd 6031 W 1-20, Suite 226 Arlington, TX 76017 2s set:fbrih in said Surety's bond OWNER, IN WTNESS`3lrtiER OF,the Surety has hereunto set its hand on this date. October 21, 2016 f147,at0 ttr u r irk the r ronYk fotlou ecf r{t rix srrrxztc�ic dateand}�ar,) The Hanov r Insurance Company By: €sig, ajurrt)wr�zrr rani ) Attest: {5e:23> _ Jack M. Crowley Attorney-in-Fact {PlInfe«d name andY:P'l Surety Phone No. 508-853-7200 x-4476 G707-1994 THE HANOVER INSURANCE COMPANY : MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,both being corporations organized and existing under the 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,do hereby constitute and appoint Steven R.Foster,.lack M.Crowley,Patricia A.Smith and/or Marie Perryman of Dallas,TX and each is a 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,or,if the following line be filled in,only within the area therein designated any and all bonds,recognizances,undertakings, contracts of indemnity or other writings obligatory in the nature thereof,as follows: Any such obligations in the United States,not to exceed Thirty Five Million and No/100($35,000,000)in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED,That the President or any Vice President,in conjunction with any Vice President,be and they are hereby authorized and empowered to appoint Attomeys-in-fact of the Company,in its name and as its 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 of the Company.Any such writings so executed by such Attomeys-in-fact shall be as 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."(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) 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 5th day of December 2011. THE HANOVER INSURANCE COMPANY MASSACHUSMs BAY INSURANCE COMPANY CITIZENS StIRAI+3CE QCaMPAI�Y OF AMERICA SEAL 41+ Ffi - 1674 '-,' Robert Thomas,Vice Pre-sident THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER )ss. Joy Srenstro . Vige!1s.�s�c1 1t On this 5th day of December 2011 before me came the above named Vice Presidents 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. J5"�"'+r,� dAR3ARA A,6ARLECK Hory Public�Ccmmaaweaitfi of llzssadtuselts LhfomrvssiCr„�itgs5ep;.27,2�48 Barbara A.Garlick, Notary Public My Commission Expires September 21,2018 1,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. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "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 any 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) GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this 21 st day of October 2016. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA ! fin Margosian,Vice President