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