Loading...
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