Loading...
HomeMy WebLinkAboutContract 60503-FP2-FP2 City Secretary 60503 Contract No. FORT WORTH. Date Received 7/28/2025 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: JPI Eastchase Express CFA City Project No.: 104872 Improvement Type(s): Water x❑ Sewer X] Developer Cost City Cost Total Cost Original Contract Price: Water $475,475.00 $99,612.00 $575,087.00 Original Contract Price: Sewer $33,234.73 $0.00 $33,234.73 Amount of Approved Change Order(s): Water $0.00 $0.00 $0.00 Amount of Approved Change Order(s): Sewer $29,683.30 $0.00 $29,683.30 Revised Contract Amount: Water $475,475.00 $99,612.00 $575,087.00 Revised Contract Amount: Sewer $62,918.03 $0.00 $62,918.03 Total Cost of Work Complete: $538,393.03 $99,612.00 $638,005.03 �r'cl�a�ala�e�r 07/28/2025 Hic ha rd D,a—, IJ a 128, 20250835'.31 CDII Contractor Date Sr. Vice President Title JPI Construction Company Name Q 07/2/2025 MicYe kius(Jul 28,202510:50:13CDT) Project Inspector Date �f� '&� 07/28/2025 Project Manager Date 07/28/2025 CFA Manager Date OFFICIAL RECORD Page 1 of 2 CITY SECRETARY FT. WORTH, TX de""'""'7. 07/30/2025 Lauren Prieur (Jul 30, 2025 08:2935 CDT) TPW Director Date 08/04/2025 Asst. City Manager Date Notice of Project Completion Project Name: JPI Eastchase Express CFA City Project No.: 104872 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: 120 Days Charged: 157 Work Start Date: 7/8/2024 Work Complete Date: 6/11 /2025 Completed number of Soil Lab Test: 191 Completed number of Water Test: 19 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name JPI EASTCHASE Contract Limits Project Type WATER & SEWER City Project Numbers 104872 DOE Number 4872 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date For Period Ending 6/11/2025 WD Project Manager NA Contractor JPI CONSTRUCTION, LLC 600 E. LAS COLINAS BLVD., SUITE 1800 IRVING,, TX 75039 Inspectors M.GLOVER / M.PERKINS Contract Time 12WD Days Charged to Date 157 Contract is 100.00 Complete Wednesday, June 25, 2025 Pagel of 5 City Project Numbers 104872 Contract Name JPI EASTCHASE Contract Limits Project Type WATER & SEWER Project Funding UNIT I: WATER IMPROVEMENTS DOE Number 4872 Estimate Number I Payment Number 1 For Period Ending 6/11/2025 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 4"-12" PRESSURE PLUG 2 EA $1,063.00 $2,126.00 2 $2,126.00 2 10' WIDE ASPHALT PVMT REPAIR, 80 LF $420.00 $33,600.00 80 $33,600.00 RESIDENTIAL 3 TRENCH SAFETY 1779 LF $2.00 $3,558.00 1779 $3,558.00 4 24" CASING BY OTHER THAN OPEN CUT 170 LF $827.00 $140,590.00 170 $140,590.00 5 DUCTILE IRON WATER FITTINGS W/ 3.82 TN $4,400.00 $16,808.00 3.82 $16,808.00 RESTRAINT 6 6" PVC WATER PIPE 56 LF $60.00 $3,360.00 56 $3,360.00 7 8" PVC WATER PIPE 183 LF $77.00 $14,091.00 183 $14,091.00 8 12" DIP WATER 188 LF $225.00 $42,300.00 188 $42,300.00 9 12" PVC WATER PIPE 1540 LF $117.00 $180,180.00 1540 $180,180.00 10 FIRE HYDRANT 3 EA $7,169.00 $21,507.00 3 $21,507.00 11 CONNECTION TO EXISTING 4"-12" WATER 3 EA $2,500.00 $7,500.00 3 $7,500.00 MAIN 12 2" COMBINATION AIR VALVE ASSEMBLY FOR 2 EA $5,705.00 $11,410.00 2 $11,410.00 WATER 13 2" WATER SERVICE I EA $2,300.00 $2,300.00 1 $2,300.00 14 4" WATER METER AND VAULT 1 EA $38,952.00 $38,952.00 1 $38,952.00 15 6" GATE VALVE 3 EA $2,500.00 $7,500.00 3 $7,500.00 16 8" GATE VALVE 3 EA $2,655.00 $7,965.00 3 $7,965.00 17 12" GATE VALVE 8 EA $4,730.00 $37,840.00 8 $37,840.00 18 -------------------------------------- TRAFFIC CONTROL 1 MO $3,500.00 $3,500.00 1 $3,500.00 Sub-Total of Previous Unit $575,087.00 $575,087.00 UNIT H. SANITARY SEWER Item Description of Items No. 1 POST -CCTV INSPECTION (CO41) 2 MANHOLE VACUUM TESTING 3 8" SEWER PIPE 4 EPDXY MANHOLE LINER (CO#2) 5 4' MANHOLE 6 4' EXTRA DEPTH MANHOLE Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 671 LF $3.00 $2,013.00 671 $2,013.00 2 EA $250.00 $500.00 2 $500.00 32 LF $235.00 $7,520.00 32 $7,520.00 30 VF $1,334.00 $40,020.00 30 $40,020.00 1 EA $3,500.00 $3,500.00 1 $3,500.00 3.9 VF $1,802.75 $7,030.73 3.9 $7,030.73 Wednesday, June 25, 2025 Page 2 of 5 City Project Numbers 104872 Contract Name JPI EASTCHASE Contract Limits Project Type WATER & SEWER Project Funding 7 TRENCH SAFETY (SEWER) 32 LF 8 PRE -CCTV INSPECTION (CO#1) 639 LF Sub -Total of Previous Unit DOE Number 4872 Estimate Number I Payment Number 1 For Period Ending 6/11/2025 $39.00 $1,248.00 32 $1,248.00 $1.70 $1,086.30 639 $1,086.30 $62,918.03 $62,918.03 Wednesday, June 25, 2025 Page 3 of 5 City Project Numbers 104872 Contract Name JPI EASTCHASE Contract Limits Project Type WATER & SEWER Project Funding Contract information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 2 Total Contract Price DOE Number 4872 Estimate Number I Payment Number 1 For Period Ending 6/11/2025 $608,321.73 $3,003.30 $26,680.00 $638,005.03 Total Cost of Work Completed $638,005.03 Less % Retained $0.00 Net Earned $638,005.03 Earned This Period $638,005.03 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 $638,005.03 Wednesday, June 25, 2025 Page 4 of 5 City Project Numbers 104872 Contract Name JPI EASTCHASE Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors M.GLOVER / M.PERKINS Contractor JPI CONSTRUCTION, LLC 600 E. LAS COLINAS BLVD., SUITE 1800 IRVING, , TX 75039 DOE Number 4872 Estimate Number I Payment Number 1 For Period Ending 6/11/2025 City Secretary Contract Number Contract Date Contract Time 120 WD Days Charged to Date 157 WD 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 $638,005.03 Less % Retained $0.00 Net Earned $638,005.03 Earned This Period $638,005.03 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 $638,005.03 Wednesday, June 25, 2025 Page 5 of 5 IPROJECT NAME: I CONTRACT: I CFA # I CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER JPI Eastchase Water, Sewer, Paving, Storm and Lighting 23-0106 104872 CS-60503 30114-0200431-104872-EO7685 X-27791 W-2939 Michael Perkins Debbie J. Wilhelm WATER Developer Cost City Cost ORIGINAL CONTRACT $475,475.00 $99,612.00 EXTRAS TO DATE $0.00 $0.00 CREDITS TO DATE $0.00 $0.00 CONTRACT TO DATE $475,475.00 $99,612.00 AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 REVISED CONTRACT AMOUNT $475,475.00 $99,612.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $575,087.00 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT CITY PARTICIPATION:I YES CHANGE ORDER No: 1 CSC No. 60503-COI Phone No: 682-715-7010 REVIEWED Phone No: 817-392-2481 By Debbie J. Willhelm at 12:25 pm, Jan 16, 2025 SEWER Developer Cost City Cost $33,234.73 $0.00 $o.00 $0.00 $0.00 $0.00 $33,234.73 S0.00 $3,003.30 $0.00 $36,238.03 $0.00 $36,238.03 $677,040.76 CONTRACT UNIT DRAINAGE PAVING Developer Developer Cost City Cost Cost City Cost $43,866.00 $0.00 $13,420.48 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $43,866.00 $0.00 $13,420.48 $0.00 $0.00 $0.00 $0.00 $0.00 $43,866.00 $0.00 $13,420.48 $0.00 $43,866.00 $13,420.48 STREET LIGHTS Developer Cost City Cost $108,041.25 $0.00 $0.00 $0.00 $0.00 $0.00 $108,041.25 S0.00 $0.00 $0.00 $108,041.25 1 . $0._00 $108,041.25 Icity C $99,612.00 $776,652.76 jCONTRACT DAYS 120 0 1 0 I 120 0 120 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents: UNIT II: SANITARY SEWER IMPROVEMENTS PAY ITEM # CITY BID ITEM QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE Developer City Cost TOTAL # Cost 1 3301.0002 639 LF Post -CCTV Inspection $3.00 $ 1,917.00 $ $ 1,917.00 NEW 3301.0001 639 LF Pre -CCTV Inspection $1.70 $ 1,086.30 $ $ 1,086.30 TOTAL UNIT It: SANITARY SEWER IMPROVEMENTS $ 3.003.30 $ $ 3,003.30 UNIT IV: PAVING IMPROVEMENTS PAY ITEM # CITY BIID ITEM QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE DeCoster City Cost TOTAL 3213.0402 -632 LF 7" Concrete Driveway $9.69 2 S (6,124.08) $ S (6,124.08)I NEW 3213.0403 632 LF 8" Concrete Driveway $9.69 $ 6.124.08 $ $ 6,124.081 TOTAL UNIT IV: PAVING IMPROVEMENTS $ $ $ Asterisk (*) indicates New Pay Item Revised: 12-17-2018 Page 2 REASONS FOR CHANGE ORDER Due to private storm flume crossing, pre and post CCTV required for existing 24"sanitary sewer. Sanitary sewer changes correspond to Revision 1 as shown on sheets C-301, C-309, and C-310 of the construction plans. Paving changes correspond to an increase in concrete driveway thickness and reflects Plan Revision 2 as shown on Sheet C-6.00 of the construction plans. RECOMMENDED: Kimley-Hom By: 0r mm u,".mvi till Name: Jared Earnev Title: Associate APPROVAL RECOMMENDED CFW - Water Department Sub By: Name: Suby Varuqhese, PE Title: Engineering Manager RECOMMENDED: CFW- "Contract Compliance Manager Dr66a ullLG6,,. By: Name: Debbie J. Wilhelm, PE Title: Project Manager M&C Number: N/A M&C Date Approved: N/A APPROVED: Jefferson Ederville Road, LLC BLw T. G. By: ✓✓ Name: Blake Taylor Title: Senior Vice President APPROVED: CFW - Assistant City Manager Dnrra. Srrrn/u1e{F By: Name: Dana Burghdoff Title: Assistant City Manager APPROVED: JPI Construction, LLC �lGGlGU'Gi ,lk�G{YJBN By. Name: Richard Deapen Title: Vice President - Construction APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney �. Name: Richard McCracken Title: Senior Assistant City Attorney ATTEST ' Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible Q for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Jannette S. Goodall City Secretary F-There are NO City Funds associated with this Contract CThere are City Funds associated with this Contract Revised: 12-17-2018 Page 3 Docusign Envelope ID: AOAOFECF-614F-44DF-A3A6-27356864BE6F CSC No. 60503-CO2 DEVELOPER -AWARDED -PROJECT CHANGE ORDER (PROJECT NAME: JPI Eastchase CHANGE (CONTRACT: Water, Sewer, Paving,Storm and Lighting ORDER No: ICFA# 23-0106 I CITY PARTICIPATION:( YES (CITY PROJECT # 104872 I (CITY SECRETARY CONTRACT # 60503 I IFID # 30114-0200431-104872-EO7685 2 IX # X-27791 I I FILE # W-2939 I INSPECTOR: Michael Perkins Phone No: 682-715-7010 PROJECT MANAGER: Andrew Goodman Phone No: 817-392-6251 CONTRACT UNIT I WATER SEWER DRAINAGE PAVING STREETLIGHTS I CONTRACT Developer Developer Developer Developer Developer DAYS Cost City Cost cost City Cost cost City Cost Cost City Cost Cost City Cost (ORIGINAL CONTRACT $475.475.00 $99,612.00 $33,234.73 $0.00 $43,866.00 $0.00 $13,420.48 $0.00 $108,041.25 $0.00 120 I EXTRAS TO DATE $0.00 $0.00 $3,003.30 $0.00 $0.00 $0.00 $0.00 $0.00 `1 $0.00 III!S $0.00 0 I CREDITS TO DATE $0.00 $0.00 $0.00 . $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 IIIIIIS $0.00 0 I (CONTRACT TO DATE $475.475.00 $99,612.00 $36,238.03 OF $0.00 $43,866.00 $0.00 $13,420.48 $0.00 $108.041.25 III $0.00 120 I IAMOUNT OF PROP. PROP. CHANGE ORDER $0.00 $0.00 $26,680.00 $0.00 $2,760.00 $0.00 $0.00 $0.00 S0.00 $0.00 0 I 5475,475.00 §99,812.00 562,918.03 $0.00 546,628.00 $0.00 f13,420.48 $0.00 $708,041.25 $0.00 120 I DOTS EVIS��ONTRACT AMOUNT PER UNIT $575,087.00 $62,918.03 $46,626.00 $13,420.48 $108,041.25 REVISED COST SHARE Dev. Cost: $706,460.76 City Cost: $99.612.00 TOTAL REVISED CONTRACT $806,092.76 Revised: 12-17.2018 Page 1 Docusign Envelope ID: AOAOFECF-614F-44DF-A3A6-27356864BE6F You are directed to make the following changes In the contract documents: PAY ITEM # I CITY BIDITEM QUANTITY I 4 3339.0001 20 I I I I PAY ITEM # NEW 1 NEW I Asterisk (•) Indicates New Pay Item REASONS FOR CHANGE ORDER CITY SID ITEM I QUANTITY 3341.0208 15 3349.1004 1 UNIT II: SANITARY SEWER IMPROVEMENTS UNIT ITEM DESCRIPTION UNIT PRICE Developer City Cosl TOTAL Cost VF Epoxy Manhole Liner $1334.00 $ 26,680.00 $ $ 26.680.001 TOTAL UNIT 11: SANITARY SEWER_IMPROVEMENTS I $ 26,680.00 $ 26,680.00 I UNIT III: DRAINAGE IMPROVEMENTS UNIT ITEM DESCRIPTION UNIT PRICE D...10per Cost City Cost TOTAL LF 2T' RCP. Class III $84.00 $ 1.26OX $ 1,260.00I EA 27" Flared Headwall, 1 Ripe $15W.00 $ 1,500.00 $ 1,500.001 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $ 2,760.00 $ $ 2,780,00 Adjustment of Epoxy Manhole liner quantity to reflect the amount done in the field. Replacement of existing public storm line that was removed during construction. New Sheet C-8.04 added for the storm line replacement. RECOMMENDED: Kimley-Nom ,r - By Name: Jared Earnev Title: Associate APP --Docusigned by: By - I�'i 749D73E28D7649C... Name: Blake Taylor Title: Senior Vice President APFjr 13ocu Signed by: - JPI�2ie�AAt'd Yta, w By, 940694A2DE8941 D... Name: Richard Deepen Title: Vice President - Construction APPROVAL RECOMMENDED: APPROVED: APPROVED AS TO FORM AND LEGALITY: CFW - Funding Department By Su6�✓o.<...P�' 05/15/2025 CFW - Assistant yid Manager CFW - Ass' t City Attorney By cwl:t"1 05/18/2025 By. ��^,�,,,,,,.r���.r� 05/16/2025 Name: Suby Varughese Name: Jesica McEachern Name: Richard McCracken Title: Engineering Manager Title: Assistant City Manager Title: Senior Assistant City Attorney RECOMMENDED: CFW -'Contract Compliance Manager y� / 05/15/2025 By ATTEST �-°"""" A _d> . • 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. Name: Andrew Goodman Title: Engineering Manager Jannette S. Goodall City Secretary ❑There are NO City Funds associated with this Contract OThere are City Funds associated with this Contract MBC Number. N/A M&C Dale Approved: N/A Revised: 12-17.2018 Page 2 m W m 17'9nE SHEET C760,07 4! HIM 1 HUM STORM LINE JPI - ACT KimlejH or n EASTCHASE EXTENSION PLAN Cl- OF 1.11T -11TH. T-. FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: JPI EASTCHASE EXPRESS CFA CITY PROJECT NUMBER: 104872 WATER PIPE LAID SIZE TYPE OF PIPE LF C900 6" PVC 56' C900 8" PVC 183' American Fastite Pipe (Bell Spigot) 12" DIP 188' C900 12" PVC 1540' FIRE HYDRANTS: 3 VALVES (16" OR LARGER) 0 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: 2" Copper 1 4" PVC 1 8" PVC 2 SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR-26 8" PVC 32' PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: YES NEW SERVICES: 8" PVC 1 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS June 11, 2025 JPI Construction LLC 600 E Las Colinas Blvd Suite 1800 Irving TX 75039 RE: Acceptance Letter Project Name: JPI Eastchase Project Type: Water & Sanitary Sewer City Project No.: 104872 To Whom It May Concern: On May 30, 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 11, 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 11, 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, C��LJGI.v- �tv,a Andrew Goodman, Project Manager Cc: Michael Perkins, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Andrew Goodman, Program Manager Kimley Horn, Consultant JPI Construction,LLC, Contractor Jefferson Ederville Road, LLC, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 Docusign Envelope ID: AOB6CEB3-5D3E-4CD8-87F8-5B467F8D7EF9 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 Haitham Altaq, Project Director Of JPI Construction, LLC, 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; Greensheet CPN 104872 JPI Eastch s, ,Vater & Sewer BY '""" Au V 7/24/2025 Haitham Altaq, Project Director Subscribed and sworn before me on this date 24th of July, 2025. DRocuSigned by: ✓tv�aovt, Co�i4,u. CA7FAnF1dC9483 Notary Public County, State 5/9/2027 ------------------------- ?a P�a�;.. BRANDON COMEAU *: *; Notary ID :• 134349383 sT••. F" i .gaFri+.. My Commission Expires 5/9/2027 CONSENT OF SURETY TO FINAL PAYMENT AIA Doc=ennt G707 i e�.T.r. ■ � rs ��T�ti r:� �.� tT� TO OWNEL rName said uddresr•) City of Fort Worth, Texas 200 Texas Street Fort Worth, TX 76102 PROJECT`: (1lltsrrr arrriadrdruc�} 0VJNFR AM-Z-11TECT C1 CONTRACTOR SURD )1 OTHER ARCHITECT'S PROJECT NO.: CONTRACf FOR: Construct Water, Sewer, Paving, Drainage and Street Lights at Eastchase CONTRACT 1)ATEi3: Construct Water, Sewer, Paving, Drainage and Street Lights at Eastchase In accotriance with the provisican5 of tl c Contract bemn--en the Owner and the Contractor as indicated above, the flnsr�t rxanr aird udd+t� of.S��+-rh J Atlantic Specialty Insurance Company 605 Highway 169 North, Suite 800 Plymouth, MN 55441 on bond of flnwrl narrre and addma [(Cmztraa,,r) SURRT1', Jefferson Edervlle Road, LLC 600 East Las Colinas Blvd, Ste 1800 Irving, TX 75039 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 Crr�.cart nernreurrdudrlr+��rafOrrncr) City of Fort Worth, Texas 200 Texas Street Fort Worth, TX 76102 as set forth in said Surety's bona. IN WITNESS WIERROR, the Surety has hereunto set its hand on this date: J u ly 18, 2025 flrtst+rt {rr dc� ftfrrK rbe nawrtb jdlarc�ed hY riot rrrurreric darearur)¢serrl FQ4iG`GOPPOR4;�-. �- _�f SEAL1986 2 • HP P�':'s c '••sbii� *° *�a°� Attest:-1-r,�,�_..,1.,� (Seal: Atlantic Specialty Insurance COMDanv {Suns L Q,� `1t 0-I/a iil (A ratunr ofaulbarixed rrpir�rnaatit r! Laura Kovarik, Attorney -in -Fact (Prirrrrd rrarrre awl tale&) VN&Allag G707---1994 intact M INSURANCE I Power of Attorney Principal: Jefferson Edervlle Road, LLC Surety Bond No: 800168590 Obligee: City of Fort Worth, Texas KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY INSURANCE COMPANY, a New York corporation with its principal office in Plymouth, Minnesota, does hereby constitute and appoint: Laura Kovarik . each individually if there be more than one named, its true and lawful Attorney -in - Fact, to make, execute, seal and deliver, for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof; provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: unlimited and the execution of such bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof in putsuance of these presents, shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the President, any Senior Vice President or Vice -President (each an "Authorized Officer") may execute for and in behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and affix the seal of the Company thereto; and that the Authorized Officer may appoint and authorize an Attorney -in -Fact to execute on behalf of the Company any and all such instruments and to affix the Company seal thereto; and that the Authorized Officer may at any time remove any such Attomey-in-Fact and revoke all power and authority given to any such Attorney - Fact_ Resolved: That the Attorney -in -Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and, further, the Attomey-in-Fact is hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adapted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney -in -Fact for purposes only of executing and sealing any bond, undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to he signed by an Authorized Officer and the seal of the Company to be affixed this first day of January, 2023. +p�114 INS s r�vsP. €=� GGR40�11�•' C�3e _q. SEAL 'my t r'. 1986 0 By STATE OF MINNESOTA Oi'1ZW Y°w as HENNEPIN COUNTY Sarah A. Kolar, Vice President and General Counsel �'�n; fr >�{a On this fist day of January, 2023, before me personally came Sarah A. Kolar, Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY, to me personally known to be the individual and officer described in and who executed the preceding instrument, and she acknowledged the execution of the same, and being by me duly sworn, that she is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. ALISON D. NASH-TROUT q # ° NOTARY PUBLIC - MINNESOTA I l a $ My Commission Expires January 31, 2030 Notary Pubtic I, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporation, do hereby certify that the foregoing power of attorney is in full force and has not been revoked, and the resolutions set forth above are now in force_ Signed and sealed. Dated 18th day of July This Power of Attomey expires January 31, 2030 1 2025 ry GS4�LF nna °C) 1986 0' k�d'yEW voQ`'!'aa�` Kara L.B. Barrow, Secretary Please direct bond verifications to suretv0intactinsurance.com