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