HomeMy WebLinkAbout061203-FP1 - Construction-Related - Contract - Whiting-Turner Contracting Co.-FP1
City Secretary 61203
Contrad No.
FORTWORTH�
, � ,
Date Received�2�10/2026
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: The Armour Building Remodel
City Project No.: 104754
Improvement Type(s): � Paving ❑x Drainage � Street Lights ❑ Traffic Signal
Original Contract Price:
Amount of Approved Change Order(s)
Revised Contract Amount:
Total Cost of Work Complete:
$367,464.80
$65,612.95
$433,077.75
$433,077.75
G. 8rett� Suaor 1 ,�
C. Brent Schodfidd (Feb 4, 2 �: 21 CSTJ
Contractor
Vice President
Title
Whiting-Turner Contracting Co.
Company Name
�� ���
Project Inspector
x�,� r'�-�
m r�wa,; �c�n c��F i� n4 rzn
Project Manager
�,%�',
CFA Manager
��
— � 5 c:sn
TPW Director
02/04/2026
Date
02/05/2026
Date
02/09/2026
Date
02/10/2026
`��/10/2026
Date
�FFICIAL RECORD
CITY SECRETARY
FT. WQRTH, TX
Page 1 of 2
Notice of Project Completion
Project Name: The Armour Building Remodel
City Project No.: 104754
City's Attachments
Final Pay Estimate �
Change Order(s): � Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid �
Consent of Surety �
Statement of Contract Time
Contract Time: 120 WD Days Charged: 166 WD
Work Start Date: 5/28/2024 Work Complete Date: 2/11/2025
Completed number of Soil Lab Test: 88
Completed number of Water Test: 4
Comments: The documents have been updated to show contract time of 120.
Page 2 of 2
FORTWORTH
CITY OF FORT WORTH
F1NAL PAYMENT REQUEST
Contract Name THE ARMOUR BUILDING REMODEL
Contract Limits
Project Type DRAINAGE
City Project Numbers 104754
DOE Number 4754
Estimate Number 1 Payment Number 1
City Secretary Contract Number
Contract Date
For Period Ending 2/11/202�
WD
Project Manager NA
Contractor THE WHITING -TURNER CONTRACTING
2301 W. PLANO PKWY STE 104
PLANO , TX 75075
Inspectors T. GARDNER / E. LOZA
Contract Time 120 WD
Days Charged to Date 166
Contract is 100.00 Complete
Thursday, February 5, 2026 Page 1 of 5
City Project Numbers 104754
Contract Name THE ARMOUR BUILDING REMODEL
Contract Limits
Project Type DRAINAGE
Project F+unding
UNIT III: DRAINAGE IMPROVEMENTS
DOE Number 4754
Estimate Number 1
Payment Number 1
For Period Ending 2/11/202�
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 REMOVE 2" GRATE INLET 1 EA $6,674.00 $6,674.00 1 $6,674.00
2 2'GRATEINLET 1 EA $11,902.00 $11,902.00 1 $11,902.00
3 REMOVE 2' GRATE INLET (CO#4) 1 EA $2,500.00 $2,500.00 1 $2,500.00
4 12" TRENCH DRAIN (CO#4) 20 LF $463.7� $9,275.00 20 $9,275.00
Sub-Total of Previous Unit $30,351.00 $30,351.00
iJNTI' I�': PAVING IMPROVEAiENTS
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quaniry Total
1 MOBILIZATION 1 LS $2,000.00 $2,000.00 1 $2,000.00
2 CONSTRUCTION STAKING 1 LS $736.00 $736.00 1 $736.00
3 REMOVE SIDEWALK �44 SF $2.80 $1,523.20 544 $1,523.20
4 REMOVE ADA RAMP 1 EA $1,499.90 $1,499.90 1 $1,499.90
5 REMOVE CONCRETE DRIVE 169 SF $5.90 $997.10 169 $997.10
6 REMOVEBRICK DRIVE �54 SF $3.60 $1,994.40 554 $1,994.40
7 REMOVE FENCE 345 LF $5.60 $1,932.00 345 $1,932.00
8 REMOVE GAURDRAIL 41 LF $24.30 $996.30 41 $996.30
9 REMOVE CONC PVMT (CO#2) 411 SY $69.30 $28,482.30 4ll $28,48230
10 REMOVE CONC CURB & GUTTER 459 LF $10.00 $4,590.00 459 $4,590.00
11 CONC PVMT REPAIR, 10 SY $135.00 $1,350.00 10 $1,350.00
ARTERIAL/INDUSTRIAL (CO#2)
12 6" CONC PVMT 142 SY $76.68 $10,888.56 142 $10,888.56
13 4" CONCRETE DRNEWAY, EXPOSED 4187 SF $10.91 $45,680.17 4187 $45,680.17
AGGREGATE
14 8" CONCRETE DRIVEWAY, EXPOSED 771 SF $14.67 $11,310.57 771 $11,310.57
AGGREGATE
15 BARRIER FREE RAMP, TYPE P-1 1 EA $1,132.00 $1,132.00 1 $1,132.00
16 BRICK PVMT 101 SY $222.00 $22,422.00 101 $22,422.00
17 6" CONC CURB AND GUTTER 190 LF $31.49 $5,983.10 190 $5,98310
18 4" SLD PVMT MARKING HAS (W) 190 LF $1.53 $290.70 190 $290.70
19 TRAFFICE CONTROL (CO#2) 1 EA $20,292.00 $20,292.00 1 $20,292.00
20 8' CONCRETE SWALE W/ DIAMOND PLATE 1 EA $2,574.00 $2,574.00 1 $2,574.00
COVER
Thursday, February 5, 2026 Page 2 of 5
City Project Numbers 104754
Contract Name THE ARMOUR BUILDING REMODEL
Contract Limits
Project Type PAVING I
Project F+unding
21 7' CONCRETE SWALE
22 DOWNSPOUT SIDEWALK CROSSING
23 REMOVE CONC PVMNT (CO#2), (CO#4)
24 CONC PVMNT REPAIR, ATERIAL/INDUSTRIAL
(CO#2),(CO#4)
25 TRAFFIC CONTROL (CO#2)
26 SAW CUT + REMOVE 16x31 SECTION OF
STREET (CO#4)
27 6" FLEX BASE (CO#4) 1 EA
28 REMOVE BRICK PVMT (CO#4) 15 SY
29 BRICK PVMT REPAIR (CO#4) I S SY
30 TRAFFIC CONTROL (CO 4) 1 EA
Sub-Total of Previous Unit
iJNTI' V: SIREET LIGH1'ING IMPRO�'EMENTS
Item Description of Items
No.
1 FURNISH/INSTALL ELEC SERV PEDESTAL
2 2" CONDT RM (T)
3 NO 6 INSULATED ELCE CONDR
4 NO 8 INSULATED ELCE CONDR
� GROUND BOX ELEC CONDR
6 FURNISH/INSTALL 10' - 14' PED POLE
ASSMBLY
DOE Number 4754
Estimate Number 1
Payment Number 1
For Period Ending 2/11/202�
1 $1,024.00
5 $2,935.00
0 $0.00
0 $0.00
1 $14,57�.00
1 $12,633.60
$23,097.60 $23,097.60 1 $23,097.60
$90.00 $1,350.00 15 $1,350.00
$ll9.33 $1,7899� IS $1,789.95
$9,247.60 $9,247.60 1 $9,247.60
$233,327.05 $233,327.05
1 EA $1,024.00 $1,024.00
� EA $587.00 $2,935.00
0 SY $74.32 $0.00
0 SY $74.33 $0.00
1 MO $14,57�.00 $14,575.00
1 EA $12,633.60 $12,633.60
Estimated Unit Unit Cost Estimated Completed Completed
Quanity Total Quaniry Total
1 EA $9,985.00 $9,985.00 1 $9,985.00
865 LF $42.00 $36,330.00 865 $36,330.00
303 LF $3.00 $909.00 303 $909.00
190 LF $2.75 $522.50 190 $522.50
8 EA $1,576.00 $12,608.00 8 $12,608.00
12 EA $7,321.00 $87,852.00 12 $87,852.00
7 RDWY IINM ASSMBLY TY 1,4 AND 6 3 EA $3,921.00 $11,763.00 3 $11,763.00
8 RDWY IIIUM ASSMBLY TY 1,2,AND 4 2 EA $4,400.00 $8,800.00 2 $8,800.00
9 2" CONDT RM (RISER) (CO#2) 15 LF $42.00 $630.00 15 $630.00
Sub-Total of Previous Unit $169,399.50 $169,399.50
Thursday, February 5, 2026 Page 3 of 5
City Project Numbers 104754
Contract Name THE ARMOUR BUILDING REMODEL
Contract Limits
Project Type STREET LIGHTING
Project F+unding
Contract Information Summary
Original Contract Amount
Chan�e Orders
Change Order Number 2
Change Order Number 2
Change Order Number 4
Change Order Number 4
Total Contract Price
DOE Number 4754
Estimate Number 1
Payment Number 1
For Period Ending 2/11/202�
$367,464.80
$72,846.00
($8,856.00)
$11,775.00
($10,152.05)
$433,077.55
Total Cost of Work Completed $433,077.55
Less % Retained $0.00
Net Earned $433,077.55
Earned This Period $433,077.55
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
$433,077.55
Thursday, February 5, 2026 Page 4 of 5
City Project Numbers 104754
Contract Name THE ARMUUR BUILDING REMODEL
Contract Limits
Project Type STREET LIGHTING
DOE Number 4754
Estimate Number 1
Payment Number 1
For Period Ending 2/11I202�
Project Funding
Project Manager NA
Inspectors T. GARDNER i E. LOZA
Contractor THE WHITING -TURNER CONTRACTING
2301 W. PLANO PKWY STE 104
PLANO , TX 75075
City Secretary Contract Number
Contract Date
Contract Time 120 WD
Days Charged to Date 166 WD
Contract is 000000 Complete
CITY OF FORT WORTH
SUMMARY OF CHARGES
Line Fund Account Center Amount Gross Retainage
Funded _ _ _ _
Total Cost of Work Completed
Less % Retained
Net Earned
Thursday, February 5, 2026
Earned This Period $433,077.55
Retainage This Period $0.00
Less Liquidated Damages
0 Days @ $0.00 / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
Net
$433,077.55
$0.00
$433,077.55
$0.00
$0.00
$0.00
$0.00
$0.00
$433,077.55
Page 5 of 5
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
PROJECT NAME:
CONTRACT:
CFA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
FID #
X#
FILE #
INSPECTOR:
PROJECT MANAGER:
Stockyards Armour Building
Paving, Drainage, Lighting and Landscape
CFA23-0153 I
104754
61203
30114-0200431-104754-E07685
Troy Gardner
Ram Tiwari
CHANGE
ORDER No:
CITY PARTICIPATION:I No
2
Phone No: (682) 215-8720
Phone No: (817) 392-2237
CONTRACT UNIT
WATER SEWER DRAINAGE PAVING
Developer Developer Developer
Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost
ORIGINAL CONTRACT $32,043.00 $0.00 $23,725.00 $0.00 I $18,576.00 $0.00 $170,633.30 $0.00
EXTRAS TO DATE $74,218.84 $0.00 $0.00 $0.00 I $0.00 $0.00 $0.00 $0.00
CREDITS TO DATE $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 $0.00 $0.00
CONTRACT TO DATE $106,261.84 $0.00 $23,725.00 $0.00 I $18,576.00 $0.00 $170,633.30 $0.00
AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 $10,297.00 $0.00 I $0.00 $0.00 $72,845.80 $0.00
REVISEDCONTRACTAMOUNT $106,261.84 $0.00 $34,022.00 $0.00 I $18,576.00 $0.00 $243,479.10 $0.00
TOTAL REVISED CONTRACT AMOUNT PER
UN IT $106,261.84 $34,022.00 $18, 576.00 $243,479.10
REVISED COST SHARE Dev. Cost: $571,738.44 City Cost:
TOTAL REVISED CONTRACT $571,738.44
STREET LIGHTS
Developer
Cost City Cost
$178,255.50 $0.00
$0.00 $0.00
$0.00 $0.00
$178,255.50 $0.00
($8,856.00) $0.00
$169,399.50 $0.00
$169, 399.50
$0.00
CONTRACT
DAYS
120
120
120
Revised: 12-17-2018 Page 1
You are directed to make the following changes in the contract documents:
UNIT II: SANITARY SEWER IMPROVEMENTS
CITY BID ITEM Developer
PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE Cost City Cost TOTAL
5 3331.4109 10.0 LF 6" Sewer Pipe, CSS Backfill $290.00 $2,900.00 $2,900.00
6' 3331.3202 1 EA 6" 2-way Cleanout $1,472.00 $1,472.00 $1,472.00
7� 3339.0002 15 VF Epoxy Manhole Liner $395.00 $5,925.00 $5,925.00
TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS S10 297.00 0 $10,297.00
� � � � � � � � � �
UNI" IV: PAVING IMPROVEMENTS
CITY BID ITEM Developer
PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE Cost City Cost TOTAL
20*' 241.1000 392 SY Remove Conc Pvmnt $74.32 $29,133.44 $29,133.44
21** 3201.0616 392 SY Conc Pvmnt Repair, Aterial/Industrial $74.33 $29,137.36 $29,137.36
22*' 3471.0001 1 MO Traffic Control $14,575.00 $14,575.00 $14,575.00
TOTAL UNIT IV: PAVING IMPROVEMENTS $72,845.80 0 $72,845.80
� � � � � � � � � �
UNIT V: STREET LIGHTING IMPROVEMENTS
CITY BID ITEM Developer
PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE Cost City Cost TOTAL
2 2605.3013 (186) LF 2" CONDT RM (T) $42.00 ($7,812.00) ($7,812.00)
3 3441.1408 (558) LF NO 6 Insulated Elec Condr $3.00 ($1,674.00) ($1,674.00)
9' 2605.3014 15 LF 2" CONDT RM (Riser) $42.00 $630.00 $630.00
TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS f$8.856.00). 0 ($8,856.00)
Asterisk (*) indicates New Pay Item
Revised: 12-17-2018 Page 2
�,SONS �oR GKPJrGE OR�ER
R
,., nR14 tO �educR P��e.
36
BY
Nym�
&� N�mbe�: .
M
M&G pw�e PPp�Oved'•
Rev\sed� 12 ��'zp1�
'(h�s,
ed to
10 x4" G�t �� t� a^a 4 9ate va�yes,
� tee and 3 9ate va\ves also �han9
10 x3 Cui� �PRpVEO:
��ontraC! r� _<r �,-
pa9e 3
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
PROJECT NAME:
CONTRACT:
C FA #
CITY PROJECT #
CITY SECRETARY CONTRACT #
FID #
X#
FILE #
INSPECTOR:
PROJECT MANAGER:
Stockyards Armour Building
Paving, Drainage, Lighting and Landscape
CFA23-0153 I
104754
61203
30114-0200431-104754-E07685
28547
K-3092
Troy Gardner
Ram Tiwari
CHANGE
ORDER No:
CITY PARTICIPATION:I No
4
Phone No: (682) 215-8720
Phone No: (817) 392-2237
CONTRACT UNIT
WATER SEWER DRAINAGE PAVING STREET LIGHTS
Developer Developer Developer Developer
Cost City Cost Developer Cost City Cost Cost City Cost Cost City Cost Cost City Cost
ORIGINAL CONTRACT $32,043.00 $0.00 $23,725.00 $0.00 $18,576.00 $0.00 $170,633.30 $0.00 $178,255.50 $0.00
EXTRAS TO DATE $74,218.84 $0.00 $10,297.00 $0.00 $0.00 $0.00 $72,845.80 $0.00 $0.00 $0.00
CREDITS TO DATE $16,657.25 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $8,856.00 $0.00
CONTRACT TO DATE $89,604.59 $0.00 $34,022.00 $0.00 $18,576.00 $0.00 $243,479.10 $0.00 $169,399.50 $0.00
AMOUNT OF PROP. CHANGE ORDER $0.00 $0.00 $ 64,989.50 $0.00 $ 11,775.00 $0.00 ($10,152.05) $0.00 $0.00 $0.00
REVISED CONTRACT AMOUNT $89,604.59 $0.00 $99,011.50 $0.00 $30,351.00 $0.00 $233,327.05 $0.00 $169,399.50 $0.00
TOTAL REVISED CONTRACT AMOUNT PER
UNIT $89,604.59 $99,011.50 $30,351.00 $233,327.05 $169,399.50
REVISED COST SHARE Dev. Cost: $621,693.64 City Cost: $0.00
TOTAL REVISED CONTRACT $621,693.64
CONTRACT
DAYS
120
10
130
Revised: 12-17-2018 Page 1
You are directed to make the following changes in the contract documents
PAY ITEM #
7'
8°
CITY BID ITEM
#
3339.0001
3471.0001
3331.4319
QUANTITY
18.00
1.00
1.00
9'
10'
11*
12'
13*
14'
15*
16'
17*
18'
3201.0400
3305.0103
170.0100
3303.0001
3305.0109
241.2203
3339.1201
330.0001
3213.0700
1.00
24.00
1.00
1.00
1.00
1.00
1.00
4.00
1.00
UNIT II: SANITARY SEWER IMPROVFMENTS
CFW Unit
UNIT ITEM DESCRIPTION Price
VF Epoxy Manho e Liner $0.00
EA Traffic Control $0.00
LS Outside Drop Connection w/ 24" CTS
Backfill $0.00
LS Temporary Asphalt Paving Across Street $0.00
HRS Hydrovac for Existing Utilities $0.00
EA Remobilize PC200 and Mini Exevator $0.00
LS Bypass Wastewater Flow $0.00
LS Trench Safety Shoring $0.00
LS Remove Existing Manhole $0.00
EA 6' Manhole $0.00
YD Concrete for Manhole Riser and Cone $0.00
EA Joint Sealant $o.00
TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS
UNIT PRICE
$ 1,196.00
$ 13,359.00
$ 3,368.00
$ 1,541.50
$ 300.00
$ 750.00
$ 4,479.00
$ 2,232.00
$ 2,850.00
$ 1,800.00
$ 220.50
$ s,000.00
Developer
Cost
$ 21,528.00
$ 13,359.00
$ 3,368.00
City Cost TOTAL
$0.00 $ 21,528.00
$0.00 $ 13,359.00
$ 3,368.00
$0.00
$0.00 $ 1,541.50
$0.00 $ 7,200.00
$0.00 $ 750.00
$0.00 $ 4,479.00
$0.00 $ 2,232.00
$0.00 $ 2,850.00
$0.00 $ 1,800.00
$0.00 $ 882.00
$0.00 $ s,000.00
0.00 $ 64,989.50
$ 1,541.50
$ 7,200.00
$ 750.00
$ 4,479.00
$ 2,232.00
$ 2,850.00
$ 1,800.00
$ 882.00
$ s,000.00
$ 64.989.50
UNIT III: TORM DRAIN IMPROVEMENTS
CITY BID ITEM CFW Unit Developer
PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION Price UNIT PRICE Cost City Cost TOTAL
3" 241.4301 1 EA Remove 2' grate inlet." $0.00 $2,500.00 $2,500.00 $0.00 $ 2,500.00
4' 9999.0001 20 LF 12" Trench Drain $0.00 $46375 $9,275.00 $0.00 $ 9,275.00
TOTAL UNIT III: STORM DRAIN IM ROVMENTS $ 11.775.00 0.00 $ 11,775.00
PAY ITEM #
20"
21'*
23*
24'
25*
26'
27*
Asterisk (*) indicates New Pay Item
CITY BID ITEM
# QUANTITY
241.1000 (392)
3201.0616 (392)
3471.0001 1
241.1000 1
3211.0112 1
241.1200 15
3214.0200 15
UNIT IV: PAVING IMPROVFMENTS
CFW Unit
UNIT ITEM DESCRIPTION Price
SY Remove Conc Pvmnt*` $0.00
SY Conc Pvmnt Repair, Aterial/Industrial" $0.00
EA Traffic Control $0.00
EA Saw Cut + Remove 16x31 Section of Street $0.00
EA 6" Flex Base $0.00
SY Remove Brick Pvmt $0.00
SY Brick Pvmt Repair $0.00
TOTAL UNIT IV: PAVING IMPROVEMENTS
Developer
UNIT PRICE Cost
$74.32 ($29,133.44)
$74.33 ($29,137.36)
$ 9,247.60 $ 9,247.60
$ 12,633.60 $ 12,633.60
$ 23,097.60 $ 23,097.60
$90.00 $1,350.00
$119.33 $1,789.95
($10,152.05)
City Cost TOTAL
$0.00 ($29,133.44)
$0.00 ($29,137.36)
$0.00 $ 9,247.60
$0.00 $ 12,633.60
$0.00 $ 23,097.60
$0.00 $1,350.00
$0.00 $1,789.95
0.00 ($10,152.05)
Revised: 12-17-2018 Page 2
Docusign Envelope ID: AOAC8EC4-BOBF-4866-A093-EA1 DB496D64D
REASONS FOR CHANGE ORDER Proposed adjustments to the existing Manhole to the west. Determined after the existing condition of the manhole identified by the inspectors. Paving limits
adjusted per coordination with the city. South improvments to the existing Storm Drain, to bring it up to the COFW standard. Items marked by " are the same
previous bid item but with new unit price. The original bid was pertormed over a year and a half ago. Past costs are no longer accurate to the currently proposed
improvments for the south Storm Drain improvments.
RECOMMENDED:
(Consulting Engineer)
By: DunawayAssociates. L.P
Name: Nicholas J. Powell, P.E.
Title: Senior Discioline Lead
By:
Name:
By:
Name:
Title:
M&C Number:
M&C Date Approved:
APPROVAL RECOMMENDED:
CFW - Water Department
N/A
Title:
RECOMMENDED:
CFW - "Contract Compliance Manager
APPROVED: APPROVED:
(Developer)�� � (Contractor)
oxuepnw ey:
By: By: �
Zra«cnt� aFa�+;
Name: �ft-��� �r � ��7�� �� ��` Name: �• �rent Schaolfield p�
Title: ��es t���1�c -� ����� Titie: Vice President
APPROVED:
CFW - Assistant City Manager
By:
N/A
Name:
Title:
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant City Attorney
By:
NIA
Name:
Title:
Al�'EST ' Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
NIA for the monitoring and administration of this contract, include
ensuring all performance and reporting requirements.
Jannette S. Goodall
City Secretary [here are NO City Funds associated with this Contract
�ere are City Funds associated with this Contract
Revised: 12-17-201 B Page 3
��������x�
TRANSPORTATION AND PUBLIC WORKS
January 5, 2026
Whiting-Turner Contracting Co
301 S Henderson St
Fort Worth, TX 76104
RE: Acceptance Letter
Project Name: The Armour Building Remodel
Project Type: Drainage, Paving, Lighting
City Project No.: 104754
To Whom It May Concern:
On February 24, 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 January 5, 2026. 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 January 5, 2026, 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-
392-2237.
Sincerely,
� r��
Ram Tn^.rz3ii (Feb 9. 2025 �] 0� 09 CST)
Ram Tiwari, Project Manager
Cc: Erik Loza, Inspector
Troy Gardner, Inspection Supervisor
Charles Hayes, Senior Inspector
Andrew Goodman, Program Manager
Dunaway Associates L.P , Consultant
Whiting-Turner Contracting Co, Contractor
US Energy Development Corporation, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF TEXAS
COUNTY OF T�RR�INT
Befor� rne, the undersigned auihority, a notary public in the state
and county aforesaid, on this day personally appeared C. Brent
Schoolfield, Vice President Of The Whiting-Turner Contracting
Company, known to me to be a credible person, who being by me du3y
sworn, upon his aath deposed and said;
That all persons, firms, associations, corporatirans, ar other
oxganizations furnishing labor anci/or materials have been paid in full;
That the wagz scale establi�hed by tt�� City Council in the City of
Fort Worth has been paid in full;
That there are no clairns pending for personal injury and/or
property damages;
On Conixact c�escribed as;
CPN 10�754 Armour Building Remadel Paving, Drainage, and Street
Light Improvemenfis
BY �' �+��`��-�
C. Breni Schoolfield
Subscribed and sworn before me on this date 4th of February, 2026.
�
� �� �����
No�ary Publie
T'�xI'&X3t COLiII�, TeX15
,,``\```4`'�l�p�k,<<�f��'`'
`��� �.•'�{f.RYp f�,Q��'�i
� �'_� Ga�•. �' 's
.� � V y -
i t�` ���3 pF i�3� `�
��� �-A''•.�I41B5.•� � �.
���'`i����a3r05 k20�'�\������`
.��}�i , '� rN
-��� Dacument G7al —19�4
Consent C�f Surety to Fir�al Payment
PRO,lECT: c:V�m�r un�1 �ca��ll�e'�•!
Pa�ing, Drainage, Lighting and Landscape Improver3-�ents to
Serve The Arrr�our Building Remodel City Project #� 0475a
TO OWNER: 1,'�`�.�r�r �t�i�f «�i�ir..� y!
US Energy De�elo�ment Corporatian and
City of Forth Worth, Texas
ARCHITEC7'S PRO.EECT NUk19ER:
CONTRACT F4R;
CONTRACT �ATED:
BOND NO. 9442797
o4vr:r:� '
AF2CHIIECT
��OhdTI�CTO�
SURETY
OTHE� .
En acc+��ii:lflll' 141II1 (I!L' �11��1'ly1��111 n! Ihi• !'� nli:s,.'4 h, tu: rn tlu• f hrni e�u�J ti>> ['usu�:i�[�jr a� incli�alrcl ,dr i�[�. 1h:
II�i,��r: ntuue� u+11 �+E(flr�'.ss,�/ 5i�+e'�1J
Fidality and Deposit Company of Maryland
1299 Zurich Way, 5chaurr�burg, 1L 60196-1056
nn h„ir�! ��f
[lfr.�r�rt �<<�inc• urr! val�Frc'.+.s ti/'('anrt��+�'1ur 1
ihe Whiting-Turner Cor�tracting Company
300 East Joppa Road, Baltimore, MD 21286
, 5I1Etfi I 1'.
. t'c )t� i [z;t(' I �:lf:.
hr;ri��' �aj�j�rn�rs ��F Ih� ;i�is! ��;il irrrnl [sa tli. ���qIl3JCIUt.:iu�_f .i��t�i, l!�.il i�i�.�4 ��.ivtti.'n[ f�s liii [.'��n��.irli,r �Ir.sll nu� irli�sc [lic StucE}' .�1�
:itt4' nl iE� ��I>Zi���l�•,[iti !u
{!e� rrr: rt�; nir �ur 1'iEl'1, r.ti ti es�' f 14t irrr 1
U5 Energy De�eloprnent Corporation and
City of Forth Worth, Texas
;�� v�[ frntlt i.i y.l� �u��14''s lh�nJ.
l�I 1YI'i11i55 14'H!i!{i:1,11=, th� �lEfCIY Il:« h:r:un�n.rt �l� li.�ita <<n lhi. �3:,�.: February 4, 2{325.
(h�+:'rf 1�� ii +ili���' fii�' fPi��Ffili �r�!l�ru•rrl f� � il�,• rrr�rirrrr ���rtr rF�iel rr•r�r. J
U14�'I:I;.
Fidelity and Deposit Company of Maryland
r.�rrr��n•r �
G�'1�"%�i
f5i�,�cucur � uurlr�+r-cr�l rr �r,�nr,iti,t l
;�i��•,i: Craig Bancroft, Attorney-In-Fact
�
t$z��li' �.i.. fi'rr��ir��?�ar�inrr��i:f r�!�rJ �.i�iillrlr��i,
�:��. .
� `: . �� - ..l''; ���J /�ifi
� i� � 1��4, � � •
.��) • � _
— ,• ('` .i � ' . _
— . �'' _ ' • � 1
. l `~
i . '
�� ..... , ~`
AIA Dowmcn! G'O7'" - 149A. Cnpyrlghl �_� 14F2 3r,:1 '49: n1 ihe 15meiican nslifute cf llichi!ec4�. All riphfs resanMA. ', J:1���It�,i: 77, •; n;�.'' :,.,
. . �. � i : �, � .i ��. ; ll •, .., � ��i,.l�i ' . . �,.11 � i�.�li., ..i li,�. I,. .. G: iitli.�:i;�-, 1 i• .. _.. �. i � .� I�.. �•.i nf '� i-- AI:. f'��. ilt i�. ii1. �� ..�.iiy 1
�'� ...� �� �. � - � .. ;�i •,r•v�<n� [ r�il ,�i}J i i n:�, .•I �:�sE• �il.eS. �nJ ,�.t'.�� ... � ri _�.�:ed iU '. � rn! . �,i �� . � : I : . . � .i Jel C r I,iw, TIII;; r�:3�..rr1C�11
w��:: �: t�:iuced b! kll. soHwury at 15:i�:1G an 9r'r13,2J4�1 unticr Ordur hi�.l;lpfip9t 361,.1 wts,tih a.;�iY�c; ori o1�' I«UU_, �nd �s no11a• oesala
User NoYes; ti���y � G 172if}
ZtIRICH A]1�RIC:�N INSURANCE CO\IPANY
COLONTAi, ,aMF,RICAN CASUALTI' �ND STTRETY COIZPAiVY
F[DELITY ��NQ DEPOSiT CONIPANI' OF 1bIAR1'LAND
PO�V�R QF ATT012�TF.,�'
KNOW tILL MEN BY 'TFTES� PR.T-:SEN1�S: �fl�at d�e ZURiCF� AMERICAN INSURANCE COtviPtlNY, a cm•poration of dle State of Netiv York,
the CQLflNTAL ATvlERICAN CASUAL�Y A1VD SiJR�TY COTviPANY, a corporation of the State of TI[inois, and the �II]ELITY AND
DEP4SIT COMI'ANY OF MARYLA%TD a carporalion of ti�e 5tate of Illinois (herein collecti��ely called the "Companies"), hy Robert D.
Murray, Vice President, iii pursuaiice uf autlusri[y granled by Article V, Sectio�t S, nf the By-T a�vs of sa'sd Coiupa�eies, �vhicli are set tort6 on [E3e
reverse side hereof as�d are here6y certitied to be in ful] foree and effect nn tE�e date he:�eof, do herehy nontinatc, constitute, a��d appoint Stephen 1VL
�4ILIT5CIlEi.LER, Fmiiy RR�;NIV.Li\', Robert F. WifITE, Gary I„ $F.,IZGER, R. Nelson OSTER, Craig R.a�CROFT, Joshua B.
F[AL�SF.R;1�fAN,1'Villiam P'R-�NC1K, Jcinathen Ki$I,EI2, 1bla�y GOSICA, Jamie LAWRENCF, Jennifer SCIII.AZZA all of I�Iunt Valley,
il�[arylxnd, F..ACH its true and la�aful agcnt and A[torney-in-Faci, to roake, cxecate, sea] and deliver, far, aud on its bel�alf as svrery, and as
its act and deed: any and all hunds and undertalcings, aud dte execution flf suck� 6onds or �u�dertalcings i�� }�3n'suance of these }�€�esents,
shall 6c as binding upon said CaE�paiiies, as fully and a�s�ply, to a!I intents and purpases, as if they had been du[y executed aud acluiou�ledged by
the rzgularly elected officers of ti�e "LUILICH AIVIER�CAN ]�ISURANCE COME'r1NY at its off:ce in Ne�v York, Ne�v York., tL�e regularly
elecied of'I`scers of tlie COLONIAL AMERICAN CASUALTY AND SURET'Y CpIvfPANY at its office in Owings Mills, Ivla��yland., and
the regularly elected nff€cers of the TIDELITY AND DEP05IT CQMPANY O� MAltYLAND at its office in Owi»gs Mills, Maiyland., in tE�eir
own proper persons.
The said Vice President does hereby certify that tlie extract set farth on the reve�•se sid4 hereof is a true copy of tlrticle V, Section 8, of the
By-Laws af said Compan ies, aiid is iiolv in force.
TN WITNESS Wk�EFLEOF, t��c said Vice-P��esident has E�ereuiito suhscribcd l�islher nan�es ��id affixed t1�e Corporate 5ca15 oT the said
ZCIRICII AIiERICA�1 IIVS�fR�10E Cf3A�LPAN1', COLONTAL A1bLERICA;V C�1SLfALTY �1!'Tf SLI[i�;T1' C011EPA�11', and
FiDEi.iT1' �LYD DEP05IT COAII'Al`iY OF A�fAR�'LAND, tl�is 25d� day of Oetober, A.D. 2023.
`,li,��_���',�"' . _`>�+'������;:,,, ..,,�e�,,c;;;,;A•�•,.
_ _-;.���.r�oy" ti:�'- s�,"�Qoi���''�"� ;°'Of" pUq���i�'
-�.��' 9mj�'�"�„� oSEAL� �'�_ ; o't' yi:•.o'"s
- - 5EAL _ ';'S�AZ��'-
's�`br y �1is: '_i : i' �'�ii 1't =
.'3�"'�...... 'F' '�'•ai:.:-l`, '�o,y' sP� _�
''�°" niu � �Lrnn���"��', r,qi�n.,��a°`•
����
By.• RoGer•t D, rYf:rrrc�y
J�ice Pr•esident
C i
'' 1-.�Ld(!�>1- .�� �d_S1.fIL(7v_
Bv.• Dcnvn E, BroavlT
�ecreiajy
State ofi�Iaryland
Caunty of Baltitnore
a.T�rFsx:
ZURTCH AA-IERiCA:V fIV5URANCC COIIIPANI'
COLONIAL AhIERICAN CASUALTY A[rTD STIRETY CONIPANY
FIDEF,ITY �ND DEYOSIT COMPA!�TY QF i�iARYI„ANi)l
On this 25th day of Octo6er A.b. ?Q23, befelre the subscriber, a Noiary Public of tl�c 5tate of Maryland, du3y comuiissioned and
qualified, Liaheri B. Alurray, Vice Presidcnt aod Ua�vn E. BroNn, Seeretar,y oF the Campanies, to me persostally knotvh to be the uidividuals acid o�cers
descn�ed in and c��ho executed tfie preceding insirument, and acknowledged tl�e execution of same, and beinn by me duly swnrn, deposeth ai�d saith, that
helstie is the said ufficcr of t�c Company aforesaid, and tliat the seals aftiked [o the preceding inshwuent are the Corporatc 5ea[s of said Con�ganies, and
that the said Corporate 5eals and the signature as such offtcer were duly afFxed and suhscr�6ed lo ihe said instnunent 6y the authoriiy and dircciion of the said
Corporations.
[N TESTIM�AIY WHEREOF, i have hercuniQ set n�y hand and a€tI.*ced my diticiai Seal the day and year first above vvriCten.
Ge�tevieve t�l. Ibfaiso�t
, ��e;�.�`h(�..,, '
-- . _.__ . ,:�.-•��oT j���r=
�=wr '--- .o_��.
OENEVIEVE M. MAI501V -`�� F�a�i�,,; z�
narnm rueuc s � 4
- R..z,��:;'�';
F34L11M�HECOUWIY.NP ,",?ycc�'�`,.` .
��kGamma�onEprca:AN�hAY2T,2035 ���� '
Authenticity of this bond can be eonfir•med at bondvalidatar.zurich�a.cam or 410-559-8790
EXTRACT FROM BY-LAWS OF THE GOMPANEES
"A�ficle V, 5ectioc3 8, AEYorneys-in-rdct. TI�e Cl�ief Execuii��e Of�icer, tE�e P€esident, or aiiy Executive Vice Presideiit or Vice Yresident
asay, by t��itten insttZtment uuder t��e a[tested coiporate seai, appoi�i[ attarneys-irti-{act witli autltority to execute Uoa�ds, policies,
recognizanecs, stipula[ions, undertakings, or other liice instruments on hehalf of t[5e Company, and may auUiorir.e any officer or airy sucE�
attorney-'sn-fact to afti.� the eorporate stal d�ereto; and n3ay wilh or tvithout cause modify of revoke any svcl� appoiE�€ment or autl�oriry at any
time."
CER7IFICATE
I, tlle undersigned, Vice Preside�it of tlse ZURICI� ANfERICAN 1N5iTRANCr COMPANY, the COLONit1L AMEItICAI�3
CASUALTY AND SLTREI'Y COiVfPANY, and tlt� Ff.DEl.1 CY AND DEPOSiT COMPAI�FY OF IvEARYLAND, do herehy certify that tlie
foregoing Po�ver af Aicorney is stili ui fiill farce and effect on [he date af tliis certifieate; and 1 do fiu-ther certify that Article V, Sectinn 8, nf
tl�e By-La�vs ofthe Companies is still in force.
This Patter of Attnmey and Certificale n�ay be signed by facsimi3e under and by aLitliqrii}� of the follo�i�ing resolutian oi the $oard of
D'u�ectars of the Z[IRICII AMERICAN INST.JRANCE COMPANY at a meeting duly called and lseld on the 15th day of December 1998.
RE50LVED: "That the signat��re of the President or a Vice President and the attesting signahtre of a Secretary nr an Assistant Secrelaty
and tLte Seal of the Compa�iy ntay be affixed by facsu�lile on any Power of Attorney...Any sucli Potiver or any cerlificate iliereof bearing such
facsintile signature and seal shall be v�lid and binding os� tliz Company."
This Pn«er ofAttorney and Certificale n�ay be signed by facsunilz under and 6y authprity af the fo]lowing resolu€ion oi Ehe Board of
Birectors of tlie COLONfAL AIvTCRTCAN CASUALIY AIdB SUIZETY COMPANY at a meecing du[y called and lie]d on die �tl� day of
May, 1994, and llie follatving reso[utian of the Roard of Directo��s of tlie FLDELITY AND DEPpS1T' C�A�CPANY OF MARYLAI�lD at a
meeting duly called and held on ihe l Oth day oY May, 1990.
RESOLVED: "Tl�at the lacsimile or mecliaiucalky repraduced seal of the con��a�ry a��d facsi3rtile ar mec€zanically seproduced signah�re
of any Vice-President, Secretary, or Assistant Secretary of the Company, whetk�er made lieretofore or l�ereafter, rvl}ere�er appearnig upon a
certified copy af a�iy pawer of attor�ey iss�ied 6y tE�e Compa��y, shall be valid and bindiue upon the Company witla ihe same force and cfTect
as though manually affixed.
IN TESTIMONI' WI-IEREOF, I have hgreunLo suUscri6ed u�y ua�ne and aft�:ed tl�e cmporatc sca[s qY thc said Companies,
d,is 4th day of February 2p26 .
i 1 �: � � . �.n�l'L','+i..i
�11'�' �. �....1�"'i'.."'��•,.., ..•"��.,,i:!'..i.l'�,•. �.��"��..�f't�'•'..
.�''' L'r - ;s,u?'{�.`- _ j�r�a`''y`; ;�o`�f�nnq,,;'�F ;
'. "u�� � . , �J 4r,,,1'-'' = v/c;`� v%,�"�,`_ aj".^�EAL"'� �c
`, '`` ' _._`'j"SEAL ��_ -- SEAL ?`'__ _ _�_
� �_ � ;:_� '_' = �-� :� `
� �_�.,° : �.�; . .� tr fz=:
. ��w . ,.. ...�::�: q_.
' � f:7 , •- ��r��c
_— : � �r� �-�y -� � `� l im �i�i�i� u��
5l
_ �' ��~-.;1 . , � n�� P �-��,�
. �,,-.-. _...:....
�f',; � � B}�: Mary .Tean Peth'sek
Vice Yreside��t
TO REPORT A CLAIM WITH REGARU TO A SURETY BOND, PLEASE SUBMiT A COMPLETE DESCRIP"1'[ON
OF THE CLAIM INCLUDING THE PR1NCrPAL ON'I'HE BOND, THE SOND NUMBER, AND YOUR CONTACT
IN�'OEtMATION 'I'O:
ZiEiich Surety Claims
1299 Zurich Way
Scl�aumburg, IL 6019b-1456
rep���7sfclaim� a'zi�riclina.cc���7
500-626-4577
Authenticity of this bond can be confirmed ai bondvalidator.zurichna.com or 410-559-8790