Loading...
HomeMy WebLinkAbout061203-FP2 - Construction-Related - Contract - Whiting-Turner Contracting Co.-FP2 City Secretary 61203 Contract No. FQRTWORTH� 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): Water 0 Sewer 0 Original Contract Price: Amount of Approved Change Order(s): Revised Contract Amount: Total Cost of Work Complete: G. 8v�e-r�i- Sc�� �r��;�` C.BrentSchoolfield(Feb4.202G1��0 S Ti Contractor Vice President Title Whiting-Turner Contracting Co Company Name �� ��w Project Inspector Ram Tiwqri f2am Tiwari (Feb 9. �0�61655 30 GST) Project Manager a���i CFA Manager ���� Lauren Prieur (Feb 1Q 2026 0927�.04 CSTI TPW Director $55,768.00 $132,848.09 $188,616.09 $188,616.09 02/04/2026 Date 02/05/2026 Date 02/09/2026 Date 02/10/2026 Date 02/10/2026 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, 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): ❑x Yes ❑ N/A Pipe Report: � 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 Comment: The documents have been updated to show contract time of 120 days. Page 2 of 2 F���r ���Tx CITY OF FORT WORTH F1NAL PAYMENT REQUEST Contract Name THE ARMOUR BUILDING REMODEL Contract Limits Project Type WATER& SEWER City Project Numbers 104754 DOE Number 4754 Estimate Number 1 Payment Number 1 City Secretary Contract Number Contract Date For Period Ending 2/11/2025 WD Project Manager NA Contractor THE WHITING -TURNER CONTRACTING 2301 W. PLANO PKWI' 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 WATER& SEWER Project Funding UNIT L• WATER IMPROVEMENTS DOE Number 4754 Estimate Number 1 Payment Number 1 For Period Ending 2/11/2025 Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 CONNECTION TO EXISTING 4"-12" WATER 1 EA $1,333.00 $1,333.00 1 $1,333.00 MAIN 2 6" GATE VALVE 1 EA $2,200.00 $2,200.00 1 $2,200.00 3 10"X6" TAPPING SLEEVE & VALVE 1 EA $12,075.00 $12,075.00 1 $12,075.00 4 4"-12" PRESSURE PLUG 1 EA $400.00 $400.00 1 $400.00 5 REMOVE 6" WATER VALVE 1 EA $628.00 $628.00 1 $628.00 6 SALVAGE 10" WATER METER 1 EA $12,545.00 $12,545.00 1 $12,545.00 7 6" PVC WATER PiPE 6 LF $477.00 $2,862.00 6 $2,862.00 8 10" x 3" Cut in Tee (CO#1), (CO#3) 0 EA $13,175.27 $0.00 0 $0.00 9 3° rvc �co#i�, �co#s� o �F �i6o.z6 �o.00 o �o.00 10 3" GATE VALVE (CO#3) 0 EA $1,530.01 $0.00 0 $0.00 11 FITTING (CO#1) 1 EA $1,937.74 $1,937.74 1 $1,937.74 12 REMOVE EXISTING METERS AND PLUGS 0 EA $8,49030 $0.00 0 $0.00 (CO#1), (CO#3) 13 3" ETER VAULT (CO#1) 1 EA $31,931.52 $31,931.52 1 $31,931.52 14 LAYOUT (CO#1) 1 EA $491.38 $491.38 1 $491.38 15 TRENCH SAFETY (CO#1) 1 EA $360.89 $360.89 1 $360.89 16 TESTING (CO#1) 1 EA $512.06 $512.06 1 $512.06 17 REMOVE EXISTING 3/4" METER (CO#3) 1 EA $852.00 $852.00 1 $852.00 18 INSTALL 1.5" IRRIGATION METER (CO#3) 1 EA $3,403.00 $3,403.00 1 $3,403.00 19 10" x 4" CUT IN TEE (CO#3) 1 EA $13,175.00 $13,175.00 1 $13,175.00 20 4" DR14 (CO#3) 36 LF $46.00 $1,656.00 36 $1,656.00 21 4" GATE VALVE (CO#3) 2 EA $1,621.00 $3,242.00 2 $3,242.00 Sub-Total of Previous Unit $89,604.59 $89,604.59 UNIT II: SANTI'ARY SEWER IMPROVEMENTS Item Estimated Estimated Completed Completed Description of Items Unit Unit Cost No. Quanity Total Quanity Total 1 PRE-CCTV INSPECTION 65 LF $14.00 $910.00 65 $910.00 2 PRE-CCTV INSPECTION 65 LF $14.00 $910.00 65 $910.00 3 TRENCH SAFETY 65 LF $10.00 $650.00 65 $650.00 4 6" SEWER PIPE 65 LF $37.00 $2,405.00 65 $2,405.00 Thursday, February 5, 2026 Page 2 of 5 City Project Numbers 104754 Contract Name THE ARMOUR BUILDING REMODEL Contract Limits Project Type WATER& SEWER Project Funding DOE Number 4754 Estimate Number 1 Payment Number 1 For Period Ending 2/11/2025 5 6" SEWER PIPE, CSS BACKFILL (CO#2) 75 LF $290.00 $21,750.00 75 $21,750.00 6 6" 2-WAY CLEANOUT (CO#2) 1 EA $1,472.00 $1,472.00 1 $1,472.00 7 EPDXY MANHOLE LINER (CO#2), (CO#4) 15 VF $395.00 $5,925.00 15 $5,925.00 8 TRAFFICCONTROL(CO#4) 1 DY $13,359.00 $13,359.00 1 $13,359.00 9 OUTSIDE DROP CONNECTION W/ 24" CTS 1 LS $3,368.00 $3,368.00 1 $3,368.00 BACKFILL (CO#4) 10 TEMPORARY ASPHALT PAVING ACROSS 1 LS $1,541.50 $1,541.50 1 $1,541.50 STREET (CO#4) ll HYDROVAC FOR EXISTING UTILITIES (CO#4) 24 HR $300.00 $7,200.00 24 $7,200.00 12 REMOBILIZE PC200 AND MINI ELEVATOR 1 EA $750.00 $750.00 1 $750.00 (CO#4) 13 BYPASS WASTEWATER FLOW (CO#4) 1 LS $4,479.00 $4,479.00 1 $4,479.00 14 TRENCH SAFETY SHORING (CO#4) 1 LS $2,232.00 $2,232.00 1 $2,232.00 15 REMOE EXISTING MANHOLE (CO#4) 1 LS $2,850.00 $2,850.00 1 $2,850.00 REMOVE EXISTiNG MANHOLE 16 6'MANHOLE(CO#4) 1 EA $1,800.00 $1,800.00 1 $1,800.00 17 CONCRETE FOR MANHOLE RISER AND CONE 4 YD $220.50 $882.00 4 $882.00 (CO#4) 18 JOINT SEALANT (CO#4) 1 EA $5,000.00 $5,000.00 1 $5,000.00 19 EPDXY MANHOLE LINER (CO#4) 18 VF $1,196.00 $21,528.00 18 $21,528.00 Sub-Total of Previous Unit �99,o>>.so �99,o>>.so Thursday, February 5, 2026 Page 3 of 5 City Project Numbers 104754 Contract Name THE ARMOUR BUILDING REMODEL Contract Limits Project Type WATER& SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 2 Change Order Number 3 Change Order Number 4 Total Contract Price DOE Number 4754 Estimate Number 1 Payment Number 1 For Period Ending 2/11/2025 $55,768.00 $74,218.84 $10,297.00 ($16,657.25) $64,989.50 $188,616.09 Total Cost of Work Completed $188,616.09 Less % Retained $0.00 Net Earned �188,616.09 Earned This Period $188,616.09 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 $188,616.09 Thursday, February 5, 2026 Page 4 of 5 City Project Numbers 104754 Contract Name THE ARMOUR BUILDING REMODEL Contract Limits Project Type WATER& SEWER Project Funding Project Manager NA InspeCtors T. GARDNER / E. LOZA Contractor THE WffiTING -TURNER CONTRACTING 2301 W. PLANO PKWY STE 104 PLANO , TX 75075 Line Fund Account Center Total Cost of Work Completed Less % Retained Net Earned Earned This Period $188,616.09 Retainage This Period �0.00 DOE Number 4754 Estimate Number 1 Payment Number 1 For Period Ending 2/11/2025 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 Amount Gross Retainage Funded Less Liquidated Damages � Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment Net $188,616.09 $0.00 $188,616.09 $0.00 $0.00 $0.00 $0.00 $0.00 $188,616.09 Thursday, February 5, 2026 Page 5 of 5 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER-AWARDED-PROJECT CHANGE ORDER Stockyards Armour Building Paving, Drainage, Lighting and Landscape CFA23-0153 I CITY PARTICIPATION: I No 104754 61203 30114-0200431-104754-E07685 WATER Developer Cost C $32,043.00 $0.00 $0.00 $32,043.00 $74,218.84 $106,261.84 $106,261.8 Dev. Cost: Troy Gardner Phone No: (682) 215-8720 Ram Tiwari Phone No: (817) 392-2237 CHANGE ORDER No: 1 CONTRACT UNIT SEWER DRAINAGE PAVING STREET LIGHTS Developer Developer Developer Developer ity Cost Cost City Cost Cost City Cost Cost City Cost Cost City Cost $0.00 I $23,725.00 $0.00 $18,576.00 $0.00 $170,633.30 $0.00 $178,255.50 $0.00 $0.00 I $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 I $23,725.00 $0.00 $18,576.00 $0.00 $170,633.30 $0.00 $178,255.50 $0.00 $0.00 I $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 I $23,725.00 $0.00 $18,576.00 $0.00 $170,633.30 $0.00 $178,255.50 $0.00 4 $23,725.00 $18,576.00 $170,633.30 $178,255.50 $497,451.64 City Cost: $0.00 $497,457.64 I REVIEWED By TIWARIR at 9:04 am, Aug 15, 2024 I CONTRACT DAYS 120 120 120 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents: CITY BID ITEM PAY ITEM # # QUANTITY 8` 1078.0000 1.00 9* 1404.0000 36.00 10' 1504.0000 2 11* 1620.0000 1 12" 1725.0000 2.0 13* 1740.0000 1 14` 1932.0000 1 15* 1936.0000 1 16* 1940.0000 1 PAY ITEM # I I CITY BID ITEM # QUANTITY I Asterisk (') indicates New Pay Item UN T I: WATER IMPROVEMENTS CFW Unit UNIT ITEM DESCRIPTION Price EA 10" x 3" Cut in Tee LF 3" PVC EA 3" Gate Valve LS Fittings ES Remove Existing Meters and Plugs EA 3" Meter Vault LS Layout LS Trench Safety LS Testing TOTAL UNIT I: WATER IMPROVEMENTS I I UNIT II: SANITARY SEWER IMPROVEMENTS UNIT ITEM DESCRIPTION TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS Developer UNIT PRICE Cost $13175.27 $13,175.27 $160.26 $5,769.36 $1,530.01 $3,060.02 $1937.74 $1,937.74 $8,490.30 $16,980.60 $31931.52 $31,931.52 $491.38 $491.38 $360.89 $360.89 $512.06 $512.06 $74,218.84 I I UNIT PRICE City Cost TOTAL $13,17527 $5,769.36 $3,060.02 $1,937.74 $16,980.60 $31,931.52 $491.38 $360.89 $512.06 $0.00 $74,278.84 I I Developer Cost City Cost $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 . � REVIEWED By TIWAR/R at 9:04 am, Aug 15, 2024 . , 0 I TOTAL $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 I Revised: 12-17-2018 Page 2 �EASONS FOR CHANGE ORDER A 3" service is required. COFW records showed an existing 4" service. The contractor found an existing 2" service. The tap wili �eed to 6e upsized with this change order. RECOMMENDED: (Cansulting En ineer) �Y� 6%�/` //Gj� U Name: Nicholas J. Powell, P.E. Title: Senior Discipline Lead By: Name: Title_ 6y: Name: TitEe: M&C Number. M&C date Approved: Revised: i2-17-2a18 APPROVAi. RECOMMENUED: CFW - Wafer Department PElA RECOMMENDED: CFW - 'Gontract Compliance Manager APPROVED: {Develog� r - r� 1 By: j' .. �vame: Brandon Standifird r�c�e: Chief Financial Officer APPiZOVE�: CFW - Assistant Grty Manager By: N!A Name: Titie: APRROVED: (Contracto�The Whiting-Turner Contracting Campany � By: Ja� '_��- `-�-- --r Name: Michael Kersey 7itle: Qivision Vice President APPROVEd AS TU FORM AN� I.ECrALITY: CFW - Assistant Ciiy Attorney By: NIA Name: TiBe: ATTEST " Contract Compliance Manager (PrajecY Manager}: 8y signing I acknowledge that I arrE the person responsihle N!A for the manitoring and administration of this contract, include ensuring al! perFormance and reportirsg requirements. Jannette S. Goodall City Secretary p There are NO City Funds associated with this Cqntract ❑ There are Ciiy Funds associated with this Contract i � REVIEWED By TIWARIR at 9:04 am, Aug 15, 2024 Page 3 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER-AWARDED-PROJECT CHANGE ORDER Stockyards Armour Building Paving, Drainage, Lighting and Landscape CFA23-0153 I 104754 61203 30114-0200431-104754-E07685 Troy Gardner Ram Tiwari CITY PARTICIPATION:I No Phone No: (682) 215-8720 Phone No: (817) 392-2237 CONTRACT UNIT WATER I SEWER I DRAINAGE I PAVING � � Developer Developer Developer Cost City Cost Developer Cost City Cost Cost City Cost Cost C $32,043.00 $0.00 $23,725.00 $0.00 I $18,576.00 $0.00 I $170,633.30 $74,218.84 $0.00 $0.00 $0.00 I $0.00 $0.00 I $0.00 $0.00 $0.00 $0.00 $0.00 I $0.00 $0.00 I $0.00 $106,261.84 $0.00 $23,725.00 $0.00 I $18,576.00 $0.00 I $170,633.30 $0.00 $0.00 $10,297.00 $0.00 I $0.00 $0.00 I $72,845.80 $106,261.84 $0.00 $34,022.00 $0.00 I $18,576.00 $0.00 I $243,479.10 $106,261.84 $34,022.00 $18,576.00 $243,479.1 Dev. Cost: $571,738.44 City Cost: CHANGE ORDER No: 2 I STREET LIGHTS � Developer ity Cost Cost City Cost $0.00 $178,255.50 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $178,255.50 $0.00 $0.00 ($8,856.00) $0.00 $0.00 $169,399.50 $0.00 $169,399.50 $0.00 $571,738.44 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 $10,297.00 0 $10,297.00 � � � � � � � � L� N UNIT 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 Tra�c 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 ($8,856.00) 0 ($8,856.00) Asterisk (*) indicates New Pay Item Revised: 12-17-2018 Page 2 �x4 G�<ln t� ��d 4 9ate va�ves, . ate �a�ves a\so chan9ed tO �� Sh�s, �� X3 C��in tge a�a 3 9 ApPR�VE�: ed to � OR�A to tedu�e P��' t�o�ttaL< <� S� e�� Ker e esia` �pRflvEo� gy. �ael e Q z C,�tss Ung chan9 Mi � n� i C 35�F°f3p� r �� Nam�� i�ysio ��e� ,,..,,�lat� � I' �i'% �-- U .Tv �4K� F4R CN�G� �R��R R�` �EG��� n9j°Q ��any�t f BY oWei� P E' �ame' �Y�c�°�as \in�t¢�a SiUe: S�ntatDisdP � CFW pPK� � pePa��'en� BY -����. �riting �.�. � tiEGA� AS So FQR�d► A� �pRO�� A�o�neY GF`N _ pssista�t �ity N1P / � �y: �- � tant Ci�"i Ma�a9e� Na�e•. . pssis N{A // Q�Myna9 o�ns�b�e Ma�a9a� lPhe petsnn ua�t, ��6�ude ComP��an�$ e�at � am of �r`�su\ emB^�. ` GO�� n9 � a�kn� a�dm`nd c P°�n9 �e4 Con«a� 0`l s�9 oci�co�n9 a�� an th�s �ens�6� 9 a0 perfO�m as ass�ated �Lh , Shete ate Np GitY Fas ass�`ated ��h �h�s ��ntract Qjhere ate �i�Y Fun GFqy _ Wa Nacne� ZitA 9'f i �tle. �a�e. / 1it�e'. �EC�M�EN4���ComR#ia��Q �a�ager GF`N" � Go�ira�t 0Y� �am�� 1��� M&� Numbet �&G Da,e A�Pto�ea. RevtsB�'� 12,i't-2fl�8 A.�ESS �11A a�� Ja��e $e �e � C�tY S��e�• pa9e 3 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER-AWARDED-PROJECT CHANGE ORDER Stockyards Armour Building Paving, Drainage, Lighting and Landscape CFA23-0153 I CITY PARTICIPATION:I No 104754 61203 30114-0200431-104754-E07685 Troy Gardner Phone No: (682) 215-8720 Ram Tiwari Phone No: (817) 392-2237 CHANGE ORDER No: 3 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 $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 $74,218.84 $0.00 $10,297.00 $0.00 $0.00 $0.00 $72,845.80 $0.00 ($8,856.00) $0.00 $o.00 $o.00 $o.00 $o.00 $o.00 $o.00 $o.00 $o.oa $o.00 $o.00 $706,261.84 $0.00 $34,022.00 $0.00 $18,576.00 $0.00 $243,479.10 $0.00 $169,399.50 $0.00 ($16,657.25) $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $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 $89,604.59 $34,022.00 $18,576.00 $243,479.10 $169,399.50 Dev. Cost: $555,081.19 City Cost: $0.00 $555,081.19 CONTRACT DAYS 120 120 120 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents PAY ITEM # 8 9 10 12 17' 18* 19' 20* 21* CITY BID ITEM # QUANTITY (1.00) (36.00) �2) �2) 1 1 1.00 36.00 2 � Asterisk (') indicates New Pay Item UN T I: WATER IMPROVEMENTS CFW Unit UNIT ITEM DESCRIPTION Price EA 10"x3"CutinTee LF 3" PVC EA 3" Gate Valve EA Remove Existing Meters and Plugs EA Remove Existing 3l4" Meter EA Install 1.5" Irrigation Meter EA 10" x 4" Cut in Tee LF 4" DR14 EA 4" Gate Valve TOTAL UNIT I: WATER IMPROVEMENTS UNIT PRICE $13175.27 $160.26 $1,530.01 $8,490.30 $852.00 $3,403.00 $13175.00 $46.00 $1,621.00 Developer Cost City Cost ($13,17527) ($5,769.36) ($3,060.02) ($16,980.60) $852.00 $3,403.00 $13,175.00 $1, 656.00 $3,242.00 ($16,657.25) 0.00 � TOTAL ($13,175 27 ) ($5,769.36) ($3,060.02) ($16,980.60) $852.00 $3,403.00 $13,175.00 $1,656.00 $3,242.00 ($16,657.25) � Revised: 12-17-2018 Page 2 �x4 G�<ln t� ��d 4 9ate va�ves, . ate �a�ves a\so chan9ed tO �� Sh�s, �� X3 C��in tge a�a 3 9 ApPR�VE�: ed to � OR�A to tedu�e P��' t�o�ttaL< <� S� e�� Ker e esia` �pRflvEo� gy. �ael e Q z C,�tss Ung chan9 Mi � n� i C 35�F°f3p� r �� Nam�� i�ysio ��e� ,,..,,�lat� � I' �i'% �-- U .Tv �4K� F4R CN�G� �R��R R�` �EG��� n9j°Q ��any�t f BY oWei� P E' �ame' �Y�c�°�as \in�t¢�a SiUe: S�ntatDisdP � CFW pPK� � pePa��'en� BY -����. �riting �.�. � tiEGA� AS So FQR�d► A� �pRO�� A�o�neY GF`N _ pssista�t �ity N1P / � �y: �- � tant Ci�"i Ma�a9e� Na�e•. . pssis N{A // Q�Myna9 o�ns�b�e Ma�a9a� lPhe petsnn ua�t, ��6�ude ComP��an�$ e�at � am of �r`�su\ emB^�. ` GO�� n9 � a�kn� a�dm`nd c P°�n9 �e4 Con«a� 0`l s�9 oci�co�n9 a�� an th�s �ens�6� 9 a0 perfO�m as ass�ated �Lh , Shete ate Np GitY Fas ass�`ated ��h �h�s ��ntract Qjhere ate �i�Y Fun GFqy _ Wa Nacne� ZitA 9'f i �tle. �a�e. / 1it�e'. �EC�M�EN4���ComR#ia��Q �a�ager GF`N" � Go�ira�t 0Y� �am�� 1��� M&� Numbet �&G Da,e A�Pto�ea. RevtsB�'� 12,i't-2fl�8 A.�ESS �11A a�� Ja��e $e �e � C�tY S��e�• pa9e 3 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: ORIGINAL CONTRACT EXTRAS TO DATE CREDITS TO DATE CONTRACT TO DATE AMOUNT OF PROP. CHANGE ORDER REVISED CONTRACT AMOUNT TOTAL REVISED CONTRACT AMOUNT PER UNIT REVISED COST SHARE TOTAL REVISED CONTRACT DEVELOPER-AWARDED-PROJECT CHANGE ORDER 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 $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 $74,218.84 $0.00 $10,297.00 $0.00 $0.00 $0.00 $72,845.80 $0.00 $0.00 $0.00 $76,657.25 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $8,856.00 $0.00 $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 $0.00 $0.00 $ 64,989.50 $0.00 $ 11,775.00 $0.00 ($10,152.05) $0.00 $0.00 $0.00 $89,604.59 $0.00 $99,011.50 $0.00 $30,357.00 $0.00 $233,327.05 $0.00 $169,399.50 $0.00 $89,604.59 $99,011.50 $30,351.00 $233,327.05 $169,399.50 Dev. Cost: $627,693.64 City Cost: $0.00 $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' 9` 10* 11' 12* 13' 14* 15' 16* 17' 18* CITY BID ITEM # 3339.0001 3471.0001 3331.4319 3201.0400 3305.0103 170.0100 3303.0001 3305.0109 241.2203 3339.1201 330.0001 3213.0700 QUANTITY 18.00 1.00 1.00 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 Manhole 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 $0.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: STORM DRAIN IMPROVEMENTS CITY BID ITEM CFW Unit PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION Price 3" 241.4301 1 EA Remove 2' grate inlet." $0.00 4` 9999.0001 20 LF 12" Trench Drain $0.00 TOTAL UNIT III: STORM DRAIN IMPROVMENTS UNIT IV: PAVING IMPROVFMENTS 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 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 $ 1,196.00 $ 21,528.00 $ 13,359.00 $ 13,359.00 $ 3,368.00 $ 3,368.00 $ 1,541.50 $ 1,541.50 $ 300.00 $ 7,200.00 $ 750.00 $ 750.00 $ 4,479.00 $ 4,479.00 $ 2,232.00 $ 2,232.00 $ 2,850.00 $ 2,850.00 $ 1,800.00 $ 1,800.00 $ 220.50 $ 882.00 $ 5,000.00 $ 5,000.00 $ 64.989.50 Developer UNIT PRICE Cost $2,500.00 $2,500.00 $463.75 $9,275.00 $ 11.775.00 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 $ 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 $ 5,000.00 0.00 $ 64,989.50 City Cost TOTAL $0.00 $ 2,500.00 $0.00 $ 9,275.00 0.00 $ 11,775.00 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: DunawavAssociates. L.P Name: Nicholas J. Powell. P.E. Title: Senior Discioline Lead By: Name: Title: By: Name: Title: M&C Number: M&C Date Approved: APPROVAL RECOMMENDED: CFW - Water Department N/A RECOMMENDED: CFW - "Contract Compliance Manager APPR�VED: APPROVED: (Developer)�� � (Contrector) oeeu6�pn�e sy: By: By: � ,1 - saFtcnMFaFx�: Name: �Ct.��r4:,�, �-�J����-I Name: �• BrentSchoalfield Ai' Title: �,es t�"���..�c.�.� 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: ATTEST ' 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 pertormance and reporting requirements. Jannette S. Goodall City Secretary �ere are NO City Funds associated with this Contract �ere are City Funds associated with this Contract Revised: 12-17-2018 Page 3 FURTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: The Armour Building CITY PROJECT NUMBER: 104754 � WATER PIPE LAID SIZE TYPE OF PIPE Open Cut 6" PVC FIRE HYDRANTS: N/A PIPE ABANDONED N/A SIZE VALVES (16" OR LARGER) TYPE OF PIPE DENSITIES: NEW SERVICES: � PIPE LAID Open Cut PIPE ABANDONED N/A DENSITIES: NEW SERVICES: 4" 1.5" SIZE 6" SIZE 6" YES ALL PASS PVC (DOM) COP (IRR) SEWER TYPE OF PIPE PVC TYPE OF PIPE YES ALL PASS PVC LF 6 LF N/A LF 36 LF 10 LF LF 65 LF LF 10 LF TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 F�RT�VORTH� `--� 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: Water & Sewer 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 S, 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, Rc�m Tiwc�vi rzy�, r�wa�� �rec e, zozs � s ssso csr� 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 TARRANT Before me, the undersigned authority, a notary gublic in the staie and couniy aforesaid, on this day personally appeared C. Bren� School�eld, Vice President Of The Whiting-Turner Contracting Company, known to me to be a credible person, who being by me du3y swarn, upon his oath depased and said; That all persons, firms, associations, corporations, or other organizations fuirnishing labar andlor materials have b�en 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 andlor property damages; On Contz�act described as; CPN 104'754 Armour Buiiding Remodel Water and Sewer Improvem.ents BY �i. %��+���-4 C. Brent Schoolfield Subscribed and sworn before me on this date 4th of February, 2026. � d; ��� `������� � Notary Public �� Tarrant County, Texas ,111y41Slllifll/1/ ,�,,,.o�P P +� �c �;Q�,,. .` v • P�IY pV8•. c3' ��� .� � � •. � � �� � ��'' = ' qr ,�-l-� . � � ��' :!O E O F '� g = � ���, � ••��Otalby,.•� ``.,� �����i��' Q3' 45iZa� �`��\ .� �Pr, �a� =��::= Dacument G7al'r, ����4 BOND NO. 9442797 Cansent (�f Surety to Fir�al Payment G4VhER A�iCHIiECT ��OPJ7RAC70� SURETY OTNE� PRO.lECT: �:5���n�c �uu1 �Ea��lrr.«1 ARCHITECT'S PRO.E�tCT NUl419ER: Pa�ing, Drainage, Lighting and Landscape Improvernents to Serve The Arrr�our Building Remodel City Project #� Q475a CONTRACT F4R; t0 OWNER: r.'�`�.+�:�• �.�irJ �a�i�Jr� ssi COHTRACT DATED: US Energy De�elo�ment Corporation and City of Forth Worth, Texas [n :i�'�;3niaii��• R�itli lE�i �u�n�i,s��n. ��I lh�' f'�;nli.»•4 b�•I��rrrn ti�r f hti�n.•E :inJ ti�c• ('�m��a.ctjr �i4 ii}flicalrJ .thn[�. Ih: I!!i �rr7 riian�� �r�rl �+cfaht s s,+� �'i�ri'�t 1 Fidelity and Deposit Company of Maryland 1299 Zurich Way, 5chaurr�burg, 1L 60196-1056 nn h„n�i ��1 rr,�.,f�,�< <<<����:• ��r�r �,��,,,��.,, �,rc�„��t,�,� r���, The Whiting-Turner Cor�tracting Company 300 East Joppa Road, Baltimore, MD 2128fi . ti[�Etlill'. . c'( )Itii R;\C'1 �:11:. hrirl��� :�����rnsr} uF Ih� �ir�:sl �?;i) irirnl tc3 tli. ('nnt3ecluc.:iuE4 .i���r, l!i.il t�u:i4 ,�.iti Eti.•n[ [�s lit: C's�rtlr.��lnr sh:�ll n��i irli���c llic Suicty .�I' att4' nl i�, ��l}3i���li•ttEc lu {l�rir•r: �:�;nir�ur! :�lu,r.tis��l'[14utcrl US Energy De�eloprnent Corporation and City of Forth Worth, Texas u..ct fn�th [a,.i� Su�.l4'�slh�n:l. U1ti��'I:li. 1� 1YI3�tiL•'.55 �4'Nl:Itl-:lll=, lI1C �lEf�'lY Il:l� Ilif'U111�t ti�'1 ll� II.Ut�I �HI llt�� �:,i.: February 4, 2�2�. (h�+t'rf 1�� u+ilir��� }ii�' fPi��Ffili �r�lhru•rrl f� � il�,• rrrmrrrr �Lrtr rFnel rrr�r. J Fidelity and Deposit Company of Maryland f�rrr,•�rr ',., � :/,� r .���/i f5i�;,urrrurr uurlrr�r�r.-���lrr• �r.ti��nr��tiirJ ;�i��,i: ��` Craig Bancrofk, Attorney-In-Fact f tiCil� i: � f�'r ; nfr'r? 1lr�lAr• rlll:� FiliP I ,��-, I 1 I I I i Il7rI1. . � ,k'�yl, i�� � �? , •� �,, ..`', � ` . � i � . � )�� � ' ' - _ ' �ry .5 I ' . _ — . 4' � . _ _ . � � ' � , � '� , .... ♦ AIA Documen! G707'" - 1994 Copyrlghl F� 15F? ::�,rl ' 99: py ihr. Arr�encan nslifute ct Archite�Ec. AH riflhls resarv�d. ':; n:�tn�.i'. T!�'�: A!'r.'' :,.� ., . ,. � i , � .i ; ll �� .-.- { ii �.I�I' . . . . .11 � r,�li � ..-i l�� .I,. . L,�.,iitli.�:i:�-,.1 i• �.. ... �. i �� . I�..'�n�i nf'� i�. �91,: f'n. Fn�i;�ii1. �i :i��y � � � . , �� �. i - . i .. , i �. .��:i•. [ i•,�I .iitJ i in:i�� .•I �.•.�r�.i4i �..:.. lriJ ,�.N.! �... k.ivSCLJ:�� tc'.' • rii.� . .i � . , . I � . ��il��r• .i drl I: i- Ii:r, TIII:ir�J�..rT1C11� 11'ii': �:-t):Illff.•A C3! hll. soHwura at 15:i�:1G an pr'�13�21JOa ur�cl�r Ordur hi�.l7pQpqt�$1 _t wl:�,�:h a.=:�sl���:; ori f71�' I«UU�_, �nd �5 ClU1 �G' [BiJI4 User Nvtea; ti��f 61 T7[}j ZCIRiCH A1VC�RICAiV 1NSURANCE COviPANY COLONTAi. AMF,RICAN CASUALTY �1ND STTRETY COIZPANY F[DELITY ��NQ DEPOSiT COA�LPAN1' OF 1bIriR1'LAND PO�V�R OF ATTORI�TFY KNOW AI,L IVIEN BY 'T�TES� PR.F'SENI'S: -I'l�at the ZURiCFI AMERICAN INSURANCE COMPANY, a corporation of lhe 5tate oFNew York, the COLONIAL AMF,RICAN CA3UALTY A1VB SiJR�TY COiviPANY, a corporation of the State of TI[inois, and the FII�ELITY AND DEPOSiT COMPANY OF MARYLA�T➢ a corporation af the 5tate of Illi�iois (lierein collecti��ely called the "Con�patlies"), by Robert D. Murray, Vice President, itt pursuattce of autht�ri[y granled by Article V, Section R, of tlie By-T a�vs of sa'sd Coiupa�eies, �v�iicli are set forth on tE�e reverse side ]iereof and are here6y certified to be in ful] force aiid effcct on tE�e date he��eof, do herehy nontinate, constitute, and appoint Stephen M. 14IUT5CIlELLEit, Emily RR�:NIVAiV, Robert F. WIIITE, Gary L, BF„1ZG�:R, R. IVelson OSTER, Craig RAi�CI20FT, Joshua B. HAL�SF.R�4TAN, William FR-�IYCIK, Jvnathan Ki$I.,ER, Ma�y GOSI[A, Jamie L���VRE�ICF, denniPer SCIII.AZZA all of IIunt Valiey, il�iaryland, FACH its true and la�eful agcnt and Altorney-in-Fact, to roake, execute, sea] and deliver, for, aud on its bel�aEf as surery, and as its act and deed: any and all hunds and undertakings, aud tlie execution af such 6onds or o�5dertakings in ���n�suance of these �resents, shall 6e as binding upon said Campanies, as fully and a�npJy, to all intents and purpases, as if they had been du[y executed uid acluioti�ledged by tl�e reguiarly elected ot'ficers of tl�e "LURICH AMERICAN ]�ISLTRANCE COME'ANY at its office in Netv York, Ne��+York., tl�e regulai•ly elecied of'ficers of tlie COLONIAL AMERICAN CASUALTY AN� SUREI'Y CpAAPANY at its office in Owings Mills, Ivlai�yland., and the regularly elected nff€cers of the TIDEIIITY AND DEPflSIT CQMPANY QT' MARYLt�ND at its offlce ii7 04vi»gs Mills, Maiyland., in tl�eu• own proper persons. The said Vice President does hereby certify that the extrac€ set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By-Laws af said Companies, and is now in force. TN WITNESS Wl-�REOF, the said Vice-President lias hereunto subseribed l�islher names and affixed t�ie Coi�porate Scals of t�e said ZIIRICII A1iERiCA�1 In'SL�ILLi10E C0�1�ll'AN1', COLONTAL ri11�1H;RICAiV C�ISLTALTY AIlTD SLr[�;T�Y COAIPr1N7', and FTDEi,TT1' ��1D DEPOSIT CDl1�IPA1V1' OF 14tARVLAYD, this 25th day of Oeto6cr, A.D. 2023. "`�;�I�Iliil���h� i tl�liiii� ii teiia,�'�.., a•`�;r,�;`-'!,4��''.. ,..F'aS���Go,n�'�. c���''`'�PUfl` ,�:' `�,.•".PnNry`''" . �,Q"..pO.Li1': _C':'�P .q`rt,l�: ; !O\ yT'`^ i ti�'a {Oq. Hyi: ` ,a r�SEALm�'.� _ �r� U5E,4L���'' :,i" mij,`s_ _ '1 " ,. _ •-SEAL 'e: _ � y �1i'y � l • • 1 '�A,\-... 1. t _ ��J��...... fF' •'�••�:.1'.:�.�, . �V ...• �P� +` iiii�i � 3trr iu�aV.`�a .,:.• aw n,.a�a°'• ���� By: Ro6er•t D, hfarrrcty J�ice Pt•esidenl �', �-)L{!!�./1- �� i.�_��.{fC[ Sv - By.• Dcnvn E, Bi�otii�1T Secreiafy State oiA�Iaiyland Cau�b' of Baliitnore a,TTFsx: ZLIRiCH AA�IERICAI' fIY5URANCC COl11PANY COLONIAL Ah[ERICAN CASUAL"I"Y A.iYD 5URETY COl1�IPANY FIDEI,iTY AND DEYOSII' COMPAI�TY OF i4iAR1'I.,A,Np On this 2Sth day of Octo6er A.b. 2Q23, 6efczre the subscrSber, a Notary P�blic qf tl�e SGzie of Maryiand, du3y commissioned and qualified, LZohert B, nlurray, Vice President aod Da�vn E. Bro�vn, Secrelaiy of lhe Companies, to me perso�ta]]y kno�vn io be tl�e individuals and o�cers deserft�ed in and wtio executed d�e preceding insirument, and acluiowledged tl�e executian of same, and be€na 6y me duly swnrn, deposeth and saith, that helshe is ihe said officcr of i�e Company aforesaid, and that the seals affixed to the precedfng instrument are the Corporatc 5ea[s of said Companies, and that the said Corporate Seals and the signaWre as such offtcer wue duly afFxed and subscri6ed lo ihe said instnunent 6y the acethority and direciion of the said Corporations. 6V TESTIMOhIY WHEREOF, i havc hcreunio set n�y hand and af�i.red nay Ofriciai Seai the day and year first a6o��e written. Gerievieve 1�1. Ibfaison __ �°w���;�.�`h�, �t�,'-�,r,_' �;,T j _ � =w:' '--- 'o`. 6ENEVIEVE M. MAI50N -`�' F:;a�i� �iz' �rnm ruetic �'• 4 - .Rf•z,!�,:,� -` Et4L11MORECOUiJIY.NP .;�J�EC6`S`�}.•:• . ��MGomm6aWnEdrea„AN�hAY27,2P35 ���� � Authenticity af this bond can he eonfir•med at bondvalidatar.zurichna.com or 410-559-8790 EXTRACT FROM BY-LRWS OF iHE GOMPANfES "A�licle V, 5ection 8, AtYoriieys-iei-rdcE. TE�e Chief Execuii��e Officer, tE�e President, m• any Executive Vice Presitlent or Vice P��esident may, by Ft��itte[i insG�u�nent under t�ye a[tested corporate seai, appoint attarneys-ir�-iact lV1tI1 autltority to execute Uovds, policies, recognizances, stipulations, undertakings, or other like insttumenfs on hehalf of d5e Com}�any, and may authorire an�� officer or any such attorney-in-fact to affs the corporate seal d�ereta; and tnay with or tviYhout cause tuodify of re�oke any sucl� appn�nEtnent or authoriry at an}+ time." C�R7IFICATE I, the undersigned, Vice Presideut of ti�e ZURICI�� AMEi2ICAN INSURANCL; COMPANY, the COLONiAI. AMERICAI�3 CASUALTY AND SURE1'Y COIVfPANY, and tlle FI.DEI.I'CY AND DEPOSiT COMPANY OF MARYLANB, do herehy certify that tlie foregoing Potiver of Attorney is still ui hill force and effect o�l the date af tliis certificate; and 1 do fiirther ceriify that Article V, Sectinn 8, nf d�e By-La�vs ofthe Companies is still in force. Tifis Par4er af Attomey a��d Certific�le may he signed by facsiniile under ai�d by aLit(ioriL}� of the follo�i�ing resolutian of the &oard of D'uectars of the ZiIRICI� AMERICAN TNSi.IRANCE COMPANY at a meefrng duly called and held an the 15th day of Decerrcber 1998. RE50LVED: "That the signat�Ere of the President or a Vice President and the attestiug signahu•e uf a Secretary nr an Assistant Secretafy and tLte Scal of the Compa�iy may be affixed by facsll�tiile on an}� Pawer of Attorney...Any sucli Po�ver ur any ce��lificate thereof bearing such facsintil� signature and seal shali 1oe valid and binding on tliz Company." This Po�t�r ofAttomey and Certi�cale R�ay be signed by facsimile under and 6y authprity af the fo]lora�ing tesoluEion oi the Board of Bi�•ectnrs of tlie COLONTAL AM�RTCAN CASUALTY AI�D SURETY COMPAI�Y at a meeting duly called and 11e1d on tlie �Eli day of May, 1994, and tlie follotving reso[utian of the Board of D'uectors of the FIDELITY AND DEPOSIT' CdNFPANY OF MARYLAMD at a meeting duly called a��d held on the l Oth day of May, 199(1. RESOLVED: "Tl�at tlie lacsimile o3- mecl�aiucalky repraduced seal of the coii��any a��d facsi3nile ar mec4zanically s�eproduced signah�re of any Vice-President, Secreta�y, or Assistai�t Secretaiy of the Compai�y, tivhetk�er made lieretofare or l�ereafter, wl}erever appearing upon a certified copy of any power of attorney issued by t�se Company, sha[1 be valid and b€nding upQn the Coaspany witk� the same farce and cfTec[ as lhough manually affixed. IN TESTIMONI' WI-IEREOF, T have hereunLo suUscri6ed my name ae�d aftured tl�e cm-poi•ate seaEs qf tfse said Companies, d,is 4th day of February 2p26 . ,, � , : , , . .,,,,,. .,. �-�-.,. .,,.,.,,, „�,,,,,.,,, .,".,�,t���,,r ,,, , , , • c , .''•., :.: Y,. '••, F:^- �.�t��,>>�r .. , ��{�rr�?s�t`,_s- _ ��p�raer�`'';,; c%o�Pnqs���"- \: .`,� . �� ir��SEALmJ�a = ! SEAI.�� ' - �i SEAL�i� _ � _'`-� J�' - -� �ti, f����= o1y , fc : ••• ^ � ,:�..,.-.1t• e .»r ti..�::...' 9' l� �.'! . "�5":4:'�;ad� �- •� l.+' �� • i 1 r �u� �n�� u i��� � cC� a�1 _ �_� l.' , — cl l� ,.' iT: _ -���~-.�� - _ -n��P�-��� . .��.,, ��. --....... ��;, � ' � By: Mary .Tean Pethick Vice President TO REPORT A CLAIM WITH REGAR� TO A SURETY BOND, PLEASE SUBMiT A CQMPLE"I'� DESCIiIP"1'[ON OF THE CLAIM INCLUDING THE PRINCrPAL ON'I'NE BOND, THE SOND NUIVIBER, AND YOUR CONTACT IN�'OEtMATI4N 'I'O: Zi�rich Surety Claims 1299 ZuricE� Way Schaumburg, IL 60195-1Q56 rep��€75feiaims'[['ziariclina.cc�nt 800-626-4577 Authenticity of this band can be confi�•med at bandvalidatnr.zurichna.com or 410-559-8790