HomeMy WebLinkAbout061203-FP3 - Construction-Related - Contract - Whiting-Turner Contracting Co.-FP3
City Secretary
Contract No. 61203
FORTWORTHo
�
Date Received 2�25/2026
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 � Drainage ❑x Street Lights ❑ Traffic Signal
Original Contract Price:
Amount of Approved Change Order(s)
Revised Contract Amount:
Total Cost of Work Complete:
�
Charles B Schoolfield (Feb 17, 2026 11 �.18�.35 C5�
Contractor
Vice President
Title
Whiting-Turner Contracting Co.
Company Name
�� ��w
Project Inspector
��c�m Tiwc�ri
1�..., �,��� �, �,,,� ��x,�, �T,
Project Manager
e�!�'-��
CFA Manager
�a.,a.�.�r,:..,,.
Lauren Prieur (Feb 25, 2026 15�.0218 C5T)
TPW Director
$367,464.80
$65,612.75
$433,077.55
$433,077.55
02/17/2026
Date
02/17/2026
Date
02/24/2026
Date
02/25/2026
Date
02/25/2026
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): 0 Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 120 WD
Work Start Date: 5/28/2024
Completed number of Soil Lab Test: 88
Completed number of Water Test: 4
Days Charged: 166 WD
Work Complete Date: 2/11/2025
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 2/11/2025
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 12�JD
Days Charged to Date 166
Contract is 100.00 Complete
Tuesday, February 17, 2026 Page 1 of 5
City Project Numbers 104754
Contract Name THE ARMOUR BUILDING REMODEL
Contract Limits
Project Type DRAINAGE
Project Funding
UNIT III: DRAINAGE IMPROVEMENTS
Item Description of Items Estimated Uni
No. Quanity
1 REMOVE 2" GRATE INLET 1 EA
2 2' GRATE INLET 1 EA
3 REMOVE 2' GRATE INLET (CO#4) 1 EA
4 12" TRENCH DRAIN (CO#4) 20 LF
Sub-Total of Previous Unit
DOE Number 4754
Estimate Number 1
Payment Number 1
For Period Ending 2/11/2025
t Unit Cost Estimated Completed Completed
Total Quanity Total
$6,674.00 $6,674.00 1 $6,674.00
$11,902.00 $11,902.00 1 $11,902.00
$2,500.00 $2,500.00 1 $2,500.00
$463.75 $9,275.00 20 $9,275.00
$30,351.00 $30,351.00
UNTT IV: PAVING IMPROVEMENTS
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity 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 544 SF $2.80 $1,523.20 544 $1,523.20
4 REMOVEADARAMP 1 EA $1,499.90 $1,499.90 1 $1,499.90
5 REMOVE CONCRETE DRIVE 169 SF $5.90 $997.10 169 $99Z10
6 REMOVEBRICKDRNE 554 SF $3.60 $1,994.40 554 $1,994.40
7 REMOVEFENCE 345 LF $5.60 $1,932.00 345 $1,932.00
8 REMOVE GAURDRAIL 41 LF $2430 $99630 41 $996.30
9 REMOVE CONC PVMT (CO#2) 4ll SY $6930 $28,48230 4ll $28,48230
10 REMOVE CONC CURB & GUTTER 459 LF $10.00 $4,590.00 459 $4,590.00
11 CONCPVMTREPAIR, 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" CONCRETEDRIVEWAY, 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 $5,983.10
18 4" SLD PVMT MARKING HAS (� 190 LF $ L53 $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
Tuesday, February 17, 2026 Page 2 of 5
City Project Numbers 104754
Contract Name THE ARMOUR BUILDING REMODEL
Contract Limits
Project Type PAVING I
Project Funding
21 7' CONCRETE SWALE
22 DOWNSPOUT SIDEWALK CROSSING
23 REMOVE CONC PVMNT (CO#2), (CO#4)
24 CONC PVMNT REPAIR, ATERIAUINDUSTRIAL
(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 SF
28 REMOVE BRICK PVMT (CO#4) 15 SY
29 BRICK PVMT REPAIR (CO#4) 15 SY
30 TRAFFIC CONTROL (CO 4) 1 MO
Sub-Total of Previous Unit
UNTT V: STREET LIGHTING IMPROVEMENTS
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
5 GROUND BOX ELEC CONDR
6 FURNISH/INSTALL 10' - 14' PED POLE
ASSMBLY
DOE Number 4754
Estimate Number 1
Payment Number 1
For Period Ending 2/11/2025
1 $1,024.00
5 $2,935.00
0 $0.00
0 $0.00
1 $14,575.00
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 $1,789.95 15 $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
5 EA $587.00 $2,935.00
0 SY $7432 $0.00
0 SY $74.33 $0.00
1 MO $14,575.00 $14,575.00
1 EA $12,633.60 $12,633.60
Estimated Unit Unit Cost Estimated Completed Completed
Quanity Total Quanity 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 IINM 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
Tuesday, February 17, 2026 Page 3 of 5
City Project Numbers 104754
Contract Name THE ARMOUR BUILDING REMODEL
Contract Limits
Project Type STREET LIGHTING
Project Funding
Contract Information Summary
Original Contract Amount
ChangC OY(leYS
Change Order Number 2
Change Order Number 4
Change Order Number 4
Change Order Number 4
Total Contract Price
DOE Number 4754
Estimate Number 1
Payment Number 1
For Period Ending 2/11/2025
$367,464.80
$72,845.80
($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
Tuesday, February 17, 2026 Page 4 of 5
City Project Numbers 104754
Contract Name THE ARMOUR BUILDING REMODEL
Contract Limits
Project Type STREET LIGHTING
Project Funding
Project Manager NA
Inspectors T. GARDNER / E. LOZA
ContraCtor THE WHITING -TURNER CONTRACTING
2301 W. PLANO PKWI' STE 104
PLANO � TX 75075
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
Line Fund Account Center
Amount Gross Retainage Net
Funded
Total Cost of Work Completed
Less % Retained
Net Earned
Earned This Period $433,077.55
Retainage This Period �0.00
Less Liquidated Damages
o Days @ $0.00 / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$433,077.55
$0.00
$433,077.55
$0.00
$0.00
$0.00
$0.00
$0.00
$433,077.55
Tuesday, February 17, 2026 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 8 856.00 0 ($8,856.00)
Asterisk (*) indicates New Pay Item
Revised: 12-17-2018 Page 2
RE4SON5 FOR CHANGE ORDER 36 LF of 3" PVC water line changed to 4" DR14 to reduce pnce. Thus, 10"x3" Cut in tee and 3" gate valves also changed to 10"x4" Cut in tee and 4" gate valves,
RECOMMENDED:
(Consulf' ngineer
B�. �
Name: Nicholas .J—Powell, P.E.
TiUe: 5enior Discipline Lead
APPROVED:
{Devetop r
By.
J .�
/ ` j�
Name: �}� � J/� y,��
TiUe: L� C r12�rG� 1 �Ou✓' �.�'.)
APPROVED�
(Contracl r)
8y: � —
Name: MiChael Kersey
Tiue: Division Vice President
Whiting-Turner
APPROVAL RECOMMENDED:
CFW - Water Depariment
By.
Name:
Title:
N!A
RECOMMENDED:
CFW -'Con(ract Compliance Manager
By:
Name:
Title:
M&C Number:
M&C Date Approved:
APPROVED:
CFW - Assisfant City Manager
ey:
NIA
Name:
Title:
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant Ciry Attorney
By:
N/A
Name:
TiUe:
ATTEST ` Contract Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
N!A forthe monitoring and administration of this contract, Include
ensuring ait performance and reporting requlrements.
Jannette S. Goodall
City Secretary � There are NO Ciry Funds assoclated with ihis Contract
❑There are City Funds associated with this Contract
Revised: 12-17-2018 Page 2
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
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
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:� 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 Cosf, 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
$16,657.25 $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 $30,351.00 $0.00 $233,327.05 $0.00 $169,399.50 $0.00
$89,604.59 $99,011.50 $30,351.00 $233,327.05 $769,399.50
Dev. Cost: $621,693.64 City Cost: $0.00
$621,693.64
CONTRACT
DAYS
120
10
130
REVIEWED
By Ram Tiwari at 10:35 am, Jan 23, 2026
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*
PAY ITEM #
3"
4*
PAY ITEM #
20**
21**
23°
24'
25"
26'
27"
Asterisk (*) indicates New Pay Item
3201.0400
3305.0103
170.0100
3303.0001
3305.0109
241.2203
3339.1201
330.0001
3213.0700
CITY BID ITEM
#
241.4301
9999.0001
CITY BID ITEM
#
241.1000
3201.0616
3471.0001
241.1000
3211.0112
241.1200
3214.0200
1.00
24.00
1.00
1.00
1.00
1.00
1.00
4.00
1.00
QUANTITY
1
20
QUANTITY
(392)
(392)
1
1
1
15
15
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 IMrROVEMENTS
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
$ 5,000.00
Developer
Cost
$ 21,528.00
$ 13,359.00
$ 3,368.00
$ 1,541.50
$ 7,200.00
$ 750.00
$ 4,479.00
$ 2,232.00
$ 2,850.00
$ 1,800.00
$ 882.00
$ 5,000.00
$ 64.989.50
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
UNIT III: STORM DRAIN IMPROVEMENTS
CFW Unit Developer
UNIT ITEM DESCRIPTION Price UNIT PRICE Cost City Cost TOTAL
EA Remove 2' grate inlet." $0.00 $2,500.00 $2,500.00 $0.00 $ 2,500.00
LF 12" Trench Drain $0.00 $463.75 $9,275.00 $0.00 $ 9,275.00
TOTAL UNIT III: STORM DRAIN IM ROVMENTS $ 11.775.00 0.00 $ 11,775.00
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 (529,133.44)
$74.33 (S29,137.36)
$ 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)
Ciry 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)
REVI EWED
By Ram Tiwari at 10:35 am, Jan 23, 2026
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 wordination with the ciiy. 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 Disciofine Lead
ey:
Name:
6y:
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)
v«uR�pn�a Ey.
BY: BY _L.�..��
` A9�`Ca2AFDF)t!:
Name: �Z.•���„� �-�i�� ����` Name: �• Brent Schoolfield o�;
^ � � �.�' Vice President
Title: �h:« i���.�c.r tic:.�ti Title:
APPROVED:
CFW - Assistant City Manager
By:
Name:
Title:
APPROVED AS TO FORM AND LEGALITY:
CFW - Assistant Ciry Attorney
By:
N/A
Name:
NfA
Title:
AT7EST ' Contraci Compliance Manager (Project Manager):
By signing I acknowledge that I am the person responsible
N/A for the monitoring and administration of this contract, indude
ensuring all pertormance and reporting requirements.
Jannette 5. Goodall
City Secretary �ere are NO City Funds associated with this Contract
�ere are City Funds associated with this Contract
0
REVIEWED
By Ram Tiwari at 10:35 am, Jan 23, 2026
Revised: 12-17-201 B Page 3
�
�
i
,
I
�
REVIEWED
By Ram Tiwari at 9:3fi am, Dec 31, 20251
�
I
I
�
I
I
I
\ I
\ �
I I
/ I
I
I
/
I /
`
ENISPNG 24' VL
SANITARY SEWER
(X-14448)
�EA9S11NC 4'
SEW£F MANHOLE
6" ��6'PVC I
� I
� I
I
I
�
II II
�
c�unM
C
I �0+66
�—_
�
______�_,�I
STA 0+00-\/ v.00 SSVWA-�V -� T I STA Q165.99 ••. SSWR-i
CONNfCT TO EX/SPNC _ INSTALL:
4'DlA SEW£R MANHOLE END UNEUB�E IXEANOUT
INSOTALL� REF. MEP. FOR CONTINURTION
(i) - 6' OROP MANHOLf CONNECTION � fi' OUT = 54263 W
(1) - £PDXY LMER N 69]310].55
EX FL 24' WT = 534.4/ S f 2324054.27
(i) - PRECAST RISER CONE & I
£PDXY COA7/NC
NL697J10�.66 1.64 E '" ,I
£ 2J239d8.29 � J�
v I
?g¢.�s ,,.3�I � h,-w, .. .
.:�� ' I � � �
C
I� D
� f' m
� I
� �1
��I -- UTILITY LEGEND �Hoaa� "o. oo,E �x�EOAOEA. �s�oNOE���o.�oN
�asao=� �
---------- ao,o�x.A= , a,3o„o=, ����EOAOEA=
NorEs " � "
— i_ ueaiFr rHarau ceNNecnon�s ro rr�e sa,virnar ��,,,�ro��R� �
SEWER SYSTEM ARE FOR SANITARY SEWER ONLY
I NOT/FY CITY OF ANY D/SCOUERfO /LLICIT CONNfCTIONS- rauae�r (rcxa5 8r��) oR O�rEa vnurr tOc�a/ pL sc I
2 THE CONlRAClOft SHALL BE UABLE FOR ALL OAMAGES r�rvsr�seo� eK i���rino�n�a�Y�c�s�pnrvi�iva-s �oa I
I - TO PROPERnE$ HOMES. AND BASEMENTS FROM � re s� �cs u�a -----J
BACKUP, WHICH MAY RESULT DURINC THE /NSTALLATION
I OF NEW PIPE AND/OR ABANDONMENT OF EXISTINC P/PE.
THE CONTRACTOR wILL BE ALLOWED TO OPEN LYEAN
I DUIS wHERE A✓AILABLE T E CONTRACIOR wILL BE
RESPONSIBLE FOR ALL CLEAN UP ASSOGAiED WIiH
: OPENING GYEAN OUiS-
__� 3. THE PROPOSED SANITARY SEWER LINfS AT l/MES W/LL
- BE CAID CCOSE TO OTHER EwSTINC UTILITIES AND
V STRUCNRES BOTH ABOVE AND BELOW GROUND. THE
� ��� CONTRACTOR SHALL MAKE NECESSARY PRONSIONS FOR
THE SUPPORI ANO PROIECTION OF ALL UTIUTY POLES.
GAS MAINS, iELEPHONE CABLES. SANITARY SEWER ro�✓���E�� cor�voEreanor� o� oNEa ✓nunEs Mav
MA/N5, WATER MA/N5, ORAINAGE P/PES, UTILIiY ec.ecaui.eco
SERNCES, AND ALL OrHER UT/UT/ES AND STRUCTURES r w,rim wa2a ocer (ar�).ssa-aan
BOTH ABOIiE AND BELOW GROUNO DUR/NG r w�va row �er � esz-erao
CONSTRUCTION CONTRACTOR SHALL SUBMIT SHOP S�a�cqyMvnrcan�5���
(rvuetE) (Bae1a�-1�1�
ORAWINGS AT INE PRE-CONSiRUCTION MEEPNG PER ��omvcA or wesrcsn vwm✓ un ) (eoa) eza-ss�s
SEGTION 01 33 00 FOR SUPPORT�PROTECnON OF (�oaj gz�r-eral
LARCE DIAMETER WA]ER MAINS (>6-INCH AND LARCER) mos eneaer (aoo) s� acso
_- AND SANITARY SEWR MAINS (IS-INCH AND LARGER) oNccrz E�ciac oEuvca✓ (aee� 3 i escz
— FOR RENEw Br dTY MSPECTOR, Wq IER ENGNEERING
� AND WAiER FIELO OPERATIONS PRIOR i0 ^"�� A
-- � CONSTRUC]ION lN iHESE AREAS- lN ADDI]ION, iHE aM�c ,��NH
CONTRACTOR SHALL SUBMIT A CONTINGENCY PLAN ANO TM
EMERGENCY PLAN l0 THE SAME PERSONNEC WH/CH ov nH er.ecrwc v✓r.� eox ano rot eas ov a seuea un��i.
J = INCLUDES ACCEPlABLE PIPE MATER/ALS ON-SITE FOR E�vanay. .. .. .. ssrae
R£PAIRS- 1H£ LbNTRACTOR /5 LIABLE FOR ALL
DAMAGES TO EXISiING W.4TER ANO SAN/TARY SfN'cR eEyrzz�urya' e�A�� �raRe � siocraa e w��R� voiNY �r�
MAINS AS A RESJLT OF IHE CONIRACiOR'S
OPERATIONS- smarasore s� oF a�irzc H , allo �0'3 N mwrsr cF a
4_ CONTRACTOR SHALL CONDUCi A PRE-CONSTRUCTION EiEVAnory .. s�ass
IELEVISON /NSPEC I/ON (CCTVf OF ALL EX/Sl/NG � - -- � � - - � � � - � - - - �
SAMIARr SEWER UNES, WHiCh' ARE IO BE ABANOONED �
OR REHABILITAiED �/A iRENGYILESS MEiHODS TO
'lERIFY LOGATIONS OF ALL SANITARY SEWER SERNCE
CONNECT/ONS PR/OR TO CONSTRUCT/ON OF THE fNl/RE
PROJECI FORMA I OF THE CCIV NOEO, PLAN
EXHIB/TS. AND REPORT Sh'ALL BE lN ACLbROANCE W/TH
SEGiION 33 01 31 REPORT SHALL GLEARLY IDENTIFY
EXISi1NG SANIiARY SEWER MAIN/LAiERAL NUMBER,
MANHOLES, STA]lON NUMBER (FROM AND TOJ, S]REET
ADDRE55. P/PE SIZE, P/PE MATERIAL, SERu/C£
- LOGTIONS, P/PE MAiER/AL GwANG�S, ETC LbP/ES OF
IHE CCIV NOEO, LAYOUT, MARKED UP PL4N5 SHOWING
UMIiS, AND REPORT SHALL BE PRO�IDED TO THE GiY
INSPECTOR, GIY PROJECT MANAGER. WAIER
ENCINEERING, AND WAiER FlELO OPERATIONS, AS iHE
SCHEDULE SHALL ALLOW FOR A RE✓lEW TIME OF 2
WEEKS
5 CONTRAC lOR SHALL ENSURE Ih'q I ALL ACT/VE
— SERNCES CAN BE RECONNECTEO AND/OR REROUTED IO
THE NEW SANITARY SEWER MAIN�LATERAL PER SECT/ON
33 31 50. CONTACTOR SHALL NOTIFY iHE CITY
INSPECTOR, GTY PROJECT M1IANAGER, WRTER
- ENGINEERING AND AIER FIELD OPERATIONS OF ANY
PoiENnqL CONFUCrs PRioR To CONS�RUCTioN. So �������1��
- MODIFICAiIONS TO n-IE PLANS GAN BE MADE /F � ��1�
NECESSARY NOT A SEPARA]E PAY ITEM, AS THlS � �/
WORK SHALL BE SYlB5l0/ARY TO 1HE i. �`�• � F� .�/
PRE-CONSIRUCl/ON IELENS/ON /NSPECl/ON OF '��"�iio�iu i �v�v.c,���f�
SANI iARY SEWER UNES A
I 6 CONTRACTOR SHALL BYPl+55 PUMP SEWlGE AROUND "//,y�µ,,¢`c// tI
I SEGTION OF P/PE PRIOR TO BEING REPLACED OR 6J���„? �
L REHABILIIATEO PER SECTION 33 03 10. NOT A U'1�5 E
SEPARATE PlY IiEM FOR L/NES 15-INCH DIAME]ER �- �
AND SMALLER_ PAYMENr SHALL BE INCIDENTAL TO 172-IZ-2025
IHE REPLACEMENT OF SEWER
J iHE SEWER L/NE MUST HAVE A✓ERiICAL SEPARATION
OF A LEAST 2 FT BEiWEEN THE OUiSIDE D/AMETER OF
PUBLIC WAiER ANO A HORIZONTAL SEPARAiION OF AT
— iEasr a FT vcr rcfa cNaPrEa 2i� sEcnoN ORTWORT
21153 D.6 A OR BE LNGSEO lN STEfL PLIZ
21].53D.6B
- '�DUNAWAy
I�w.+�+.+..m..rw.nr�am
�..�y
�I
THE ARMOUR BUILDING REMODEL
° SANITARY SEWER PLAN
I. ,.ancuicsc�iewvice. �E«Eo p� 8�:eaa:. o�o�No� NEE8of30
I/
REVIEWED
9y Ram Tiwari at 9:J6 am, Dec 31, i0i5
J
�
J
�
��
m
��
��,
,
�
_ ,� � i
� �
i
i � , �
�I _ , '
c�— �
� BEfiIN l2' IRENCH OFAIN
— — — PROPOSED BRICK — FL = 553.98'
PAVEMENT REPAIR RIM � 555.20�
� APPROX 15 SY� -
� — � i{CONN£CT 72' iRE LYII � � --
/ ORAIN TO 12' �...
A. �l OUiFALL
� � � __ � �'-� � R = SSJ.63"
� FlM � 555.09"
. � �/� � �Ga�2lri. �— �-_-_
If2' 7R£NCH ORAW O 7.75Rr � INSTALL:
APPROX. 20 LFI
/// 12' 45' BEND
IEXI$TING 12" STORMr
ORAIN (UNKNOKN)I
x sw�F� a�. � �
� t :_- �� �;-
. � — —
N,
--- / � F --— —-�
_ �
,, i
STORM DRAIN LEGEND
nco oxnm
o�..,........� �.���� — _ _ — ai�Nror��s.hoaa.
—__—__—__—
N o�
- ...�..�
o �.o�a
�' •wi 6L_ oxroun
-Y� �'"��� � � � � 602 vaovoseomxonrox.oun
� �� — pa �. �.,,� �: _�«o� � ���� oaooaEo:aE���o��
-�n.� o
c� �
�
�l_ _ �1�um.�a��rsn�re�w �
. . : : .� , . �
� � — .� �°
�
�, , �
��� ' � i� � „�9�, �
_. � � �
;� =x3, ea , a� : �
��k1( sdill�o ���L�d �IAIP 4��a ' � �
be�o ..�o �
�. M. _ _ _ � �� ���
aw oqww
PowerD i 53001( i edged cha �rel sys[ wMh bngitudl I g t(ADA)
���
� I�"" � l 6�,.,,"" I
0
.�
�
�
� „ x
� �MN� .. � � .,
N Ix
•� mr ��x
� �az m.�e� . ,,,n 3.,,
� ,.�. n..�n b.� �.�,.�....� ,.� ��. ��.,.,.��M..�H�
� .,�,.�a�.s.�.� o��. .ssb�
o�, �����, � . ,
c.� .e.� aon ,��.��,��,.�,
� �, � SPEC z
�uu
,. �,�,���„ ++
, a.. .,,.. _,_,.
e � ,w
„ ,� ��. . �
� °� �
. . . �
���e;;�.,��� ��
��°„����a�s��w������.-----J -
a�,�(�aw��sEs��E� ,e;�e9; s;��
M�`,o�,Ea oF��s;ER ��;o�Ga�; s�, s� 96�5
�, �e , 33s sz
o�„ER �e , s�, s
�,os E�E �a , �� s�
�� E���,� oE��R. �es, �3 ses�
� 4�� E��,aa P�� ao. �o �o. E.s. � 4 sE�a �.��� �� �
aE����e��-o a.���Ra�.A�o�of�oR��=.�a .
= �\\\\\11
` '`nrv�rec�!orv!!��
� o•., a60a� � � �
ys ';:t:ENSE�N���
/�1 ��� .
t2— —20�
ORT WORT
�ouNaway
_��....�;M,�en,m
��wiN
THE ARMOUR BUILDING REMODEL
STORM SEWER PLAN
�xE� E� pN,P I OS/=8/Za=< I x;o;o:� No� 1R1 of 31 �
F�3RT��}RTHa
�
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,
Ram Tiwqvi
R�,rT�w�,�,FPhz4 zoz�,s�48�,,�sT,
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�RRANT
Befor� rne, the undersigned auihority, a notary public in the state
and county aforesaid, on this day personaliy appeared C. Brent
Schoolfielci, Vice Presideni Of The Whiting-Tuxner Cont�acting
Company, known to me to be a credible person, who being by me duly
sworn, upon his aath deposed and said;
That all persons, firms, associations, corporatir�ns, ar other
oxganizations furnishing labor anci/or materials have been paid in full;
That the wage scale establi�hed by tt�� City Council in the City of
Fort Worth has been paid in full;
That there are no claims pending for personal injury and/or
property damages;
On Contract c�escribed as;
CPN 104754 Arnzaur Building Remodel Paving, Drai�age, and Street
Light Improvemenfis
BY �' ���
C. Breni Schoolfield
Subscribed and swom before me on this date 4th of February, 2026.
�✓�' �"�� �� ;
Notary Publie
T'�xI'&Ilt COLiII�, TeX15
`,`\\```4`'�l � A�k,<f�f�''`'
���� �.•'�{i.RY pG ��+p�'''�
� %'=O c?r •. t!� 's
�n` ' �l y
i c�` ��� ppF ���� `�
�•i �-'Ip''•.,.1d1B�?.•' � �.
���fi����'�3 fD5 k20�; `��w`��`
��I
.���,, �ii
=��= Dacument G7al —19�4
Consent C�f Surety to Fir�al Payment
PRO,lECT: �:V��n�� ��n�l�taf�lri•�y!
Pa�ing, Drainage, Lighting and Landscape Improvements to
Serve The Arrr�our Building Remodel City Project #� Q475a
TO OWNER: 1,'�`�.�nr �t�iJ «�i�ir�.>> �
US Energy Development Corporation and
City of Forth Worth, Texas
BOND NO. 9442797
avVr:r:� €
AF2CHIIECT
��OhdTI�CTO�
SURETY
OTHE�
�
a,RCHi��cr'S PRO.EECT NUAI9ER:
CONTRACT F4R;
COHTRACT DATED:
En :u'�i3ti±:lflll' 141II1 (Iti' �j1u1'1�1��11� ni Ih�' !'�:nli:�,.'R hi It.'.'rn tl�r f hrnie �u�J d�� f'��F�I�:u�,n a� in�li�alrcl ,tl>i4c. llli
II!i« r'! nwur u�11 �+Elflr�.ss,�� 5i�+e'�11
Fidality and Deposit Company of Maryland
1299 Zurich Way, 5chaurr�burg, 1L 60196-1056
nn h„ir�! ��f
{lJr.«v! rr��inc• urr 1 vaLfre.ss r�/'('a��ri��+i'irir 1
The Whiiing-Turner Contracting Company
300 East Joppa Road, Baltimore, MD 21286
. SI�Etf5I1'.
. c'c �n��[t��[� t �:��:.
hrirl��� ,i]��n,vr� ��C ih� �isi.J �3;i1 nrrnl [n Slic ('nlil3.i�li��, au�f a_'I'ii� l!i.il t�n.tl y�.ir�nt n[ t�s Ific• C';�n�� e: Inr �h:=11 nW rrli�cr llic 5tuct}� .if
:;t14' nl i!1 �r152i�<<ti•tt1� k�
��e�fi'!": ri�;f�li'i;�7: :Fli7��'.15'Ni�f14tltrl)
US Energy De�elopment Corporation and
City of For�h Worth, Texas
;,� �cl fn�tli [;t �.it 5u�.14'�s lr�mJ.
f111��iLl;.
l�i 1YI'i�tiliSti 14�Ht:l{1:1;)1=. tltc ;�Er�•�r I,.�•I�;:r:uni�,•�•� <<� i�.��o�l <�n �I,�. �a�t•: February 4, 2�2$.
(hlser! 1�r infliui� }��r �n,�rrtli rri!!uu•rrl fr.� thr rrrrnrrrr �J�rtr rEnef +r•ur. J
Fidelity and Deposit Company of Maryland
r.lrrr,��rr
G�"1�./��
f5i�»ciitur� ciurlr�+r-rrr�lrr �r,�nr�iriit�}
;�i��•,i: Craig Bancroft, Attorney-In-Fact
�
t$z ��l i' �.i.. f i'r r��ir��? �ar�inr r��i: i r�!�rJ �. i � i i l l rlr��i,
�:��. .
� `: . �� - ..l''; ���J /�ifi
� i� l �"� E`' . �;�
_ . 1.,..J � , � ' .
" (� a � . -
— . ti-� _ . � _
-, ., �
� '' `
.� , . `
.. �•-
AIA aacumcnE G707'" - 149a Copyrrlyh! �r� 15F2 nr�:l '99: ny ihr Amencan -r�slil�la ol llachi'e�is. All riphts reaerv►A. '.f: ;1��NP���, TI� �. A;�:'' : �.� ,
., . ,. . � �. �. , , lf �� F .i �.I�� . , .,,11�. � ��,�U , .,�i 1�� . I,... li; ..i�tli �.i. - 1 � . _. �. i �� , I: .'�r.�i i3f ,..j'. AI:. I'n, nl i�: 1i1. �� ..�i�y 1
� 1� . , �� ' - , � .. �i•i � . . . �,il .,i•�.I �wr,'r .rl �:a+R�dil �S.3�r,1 �tkhl �.. F.iGSn�...?�J Sc l � rii. . � � . , . � , �.il��r .i dLl II i- I,l':�. �hl;; ��,7�..sr16YtI
wu;: �: �,:fui:ed s�f i.lf� saHwsr� at ta:�;5;16 an 9ir13,274�1 urtdcr Order Nv.t�OQp9t361 E wh,cli ax�tV�cs c�Fi ut�' S,:'UU=, and �s nalla-oesalo
User Notes; tia�`� � G i 77D)
ZtIRICH ANC�RIC:�N 1NSURANCE CO\�IPANY
COLONFAi, ANiF`RIC�N CASUALTY AND SL'RETY COMP.�IIVY
FLDELITI' �1ND DEPOSiT C01�LPA1�'�' OF 11�iARYLAND
PO�V�R QF ATT012�TF.,�'
KNOW tILL MEN BY 'TFTES� PR.T-:SENI'S: 'Cl�at d�e ZURICF� AMERICAN INSURANCE COtviPtlNY, a cm•poration of dle State of Netiv Yorlc,
the CqLONTAL ATvlERICAN CASUAL�Y A1VD SiJR�TY COTviPANY, a coryoration of the State of TI[inois, and the �II]ELITY AND
DEPOSIT COMI'ANY OF MARYLAN➢ a carporalion of ti�e 5tate of Illinois (herein collecti��ely cal€ed the "Companies"), hy Robert D.
Mw�ray, Vice Pr�siclen[, lll pIiCSLI'd11CC L1I��llLII{JPFCL' granled by Article V, 5ectim� S, c7ftlie By-T a�vs of'said Coiupa�eies, �vhicli are set tort6 on [E3e
reverse side hereof at�d are here6y certified to be ui iul] foree and cffect on tE�e date he:�eof, do herehy nontinatc, constitute, and appoint Stephen NL
�4ILIT5CIlEi.LER, Fmiiy RR�:NIV.1i\', Robert F. WifITE, Gary i„ $F.,IZGER, R. Nelson OSTER, Craig R.-1�CROFT, Joshua B.
F[AL�SF.R;1�fAN,1'Villiam P'R-�NC1K, Jcinathen Ki$I,EI2, 1bla�y GOSICA, Jamie LAWRENCF, JenniPer SCIII.AZZA all of IIunt Valley,
ildarylxnd, F..ACH its true and la�aful agcnt and A[tarney-in-�aci, to roake, execate, sea] and deliver, far, aud on its bel�alf as svrery, and as
its act and deed: any and all hunds and unde�•talcings, aud the execution of suck5 6onds or E�«dertakings i�� }��n'suance of these }�resents,
shall 6e as hindiiig upon said Cas�}paiiies, as fully and amply, to a!I infents and purpases, as if they had been duly executed attd ackttou�ledged by
the regu}ar15� clected officers of tl�e "LURICH AIVIERICAN Tt18URANCE COMf'ANY at its ofrce i« Ne�v York, Ne�v York., tlie regula��ly
elected officers of tlie COLONIAL A,VCERICAN CASUALTY AND SURET'Y Cpiv�PANY at its office in O�vings Mills, IVIa��yla«d., and
the regularly elected nff€cers af the TIDELITY AhID DEP05dT CQMPANY Q�' MARYLAND at its of'fice in Owi�,gs Milts, Maiyland., in tESeir
own proper persons.
The said Vice President does hereby certify Uiat tlie extract set forth on the reveE•se side hereof is a t�-ue copy of Article V; Section 8, of the
By-Laws af said Compan ies, and is now in force.
TN WI'CNES5 WI-�REOF, d�e said Vice-Pi�esident has E�ereuiito subscribed E�isfher nan�es and affixe�i t��e CurpotaYe 5eals uT t�ie sai�l
ZCIRICII A1iERICA�1 IR'SLfR�10E Cf3i1�II'r1N1', CdLONTAL A1bLERICA�T C��SLfALTY A1!'T} SLIR�;T1' COAIPAi�il', and
FiDEi.iT1' �tiD DEPOSIT COAII'Al`iY OF A�iARS'I,AND, this 25d� day uf Oetobcr, A.D. 2023.
`,ti`��_���„�_V, ,,,_��;,�,`:�,��:'•�, ..,,�a�;;c,;iA•-.,.
= _;.,��v,�4; ti;�' :�;"�Qoi���''�"' ,-''Oj" pOq���i�'
9r � O� as . O� y} •. �"
-'��SERLmi��_ ��c.SEAL��='--` :,i'SEAZ"��''-"
'__�� �fi ; ,•� ��� �_ �Ak.4 i�='
� ai�k..._...r=�`�� '~'-...5: ... ��V� _
ti'hY YV�r'
i�ill� ���iS1iN��l,'` r�ililii�i4������.
����
By.• Ro6ert D. rYlarrrcty
J�ice Pr•eside�al
i_�Ld!t.iL �J i.�(__ll.b�leJ� _
By.• Dcnvn E, Bi�o�vt7
Secreim y
State ofi�Iaryland
Caunty of Baltimore
ATTF.S"I':
ZLIRTCH AA9ERiCA:V fIY5URANCC CONIYANY
COLONI.�L AhiCRICAN CASUALTY AND SUfZE7'7' CpNIPANY
FIDF..LiTY.�ND DEYOSIT COMPA!�Y QF i�1,aRYI„qNp
On this 25th day of Octo6er A.b. 2Q23, befelre the subscrfber, a Notary Public of tl�c 5tate of Maryland, du3y commissioned and
qualified, Lial�eri B, A7urray, Vice Presid�ul aud Uxtivn E. Bruwo, Secretar,y of lhc Campanies, to me persona]]y kti6tVh io be the uidividuals acid o�cers
c3escnt�ed in and c��ho executed tfie preceding snsirument, and acknowledged tl�e execution of same, snd beinn by n3e duly swnrn, deposeth ai�d saith, that
helstie is the said ufficcr of t�e Company aforesaid, and tliat the seals aftiked [o the preceding insri�wuent are the Corppratc 5ea[s of said Con�ganies, and
that the said Corporate 5eals and the signature as such offtcer were duly afFxed and suhscri6ed lo ihe said instnunent 6y the authoriiy and dircciion of the said
Corporations.
[N TESTIM�IdY WHEREOF, i have hercuniQ set n�y hand and afYI.*ced my diticiai Sea! the day and year first above vvriC{en.
Ge�tevieve l�1. Ibfaiso�t
_ ,��,'�.h' ?�- ,
=zw'; �T�.
-u,r —•— -•.o_��.
OENEVIEVE M. MAISON = ry ���a�iu :z_
MffTMYPI1B11C t z��2��"�,; '��
EL4llIMORECouIJ1Y.NP s.;� i'cC9'��t• '
I.MGommwicnEpm33hW1hHY2I,26i5 ����
Authenticity af this bond can be eonfit•med at bondvalir�atot'.zurichz�a.cam or 41�-559-8790
EXTRACT FROM BY-LAWS OF THE GOMPANEES
"A�#icle V, 5ectio�3 8, AEtorneys-in-rdct. TI�e Cliief Exzcuii��e Of�icer, tE�e Peesident, or aiiy Executive Vice Freside�it or Vice Yresident
asay, by t��itten inst�Ztment uuder t3�e a[tested coiporate scai, appoi«[ attameys-irti-{act witli autltority to execute Uoa�ds, policies,
recognizanecs, stipulations, undertakings. or other l'sice instruments on behalf ot t[5e Com��any. and may auU�orir.e any officer or airy sucE�
attarney-sn-fact to affi.� the corporate seal tl�ereto; and n3ay wilh or without cause modify of revoke any svcl� appaiE�€ment or autl�ariry at any
time."
C�R7IFICATE
I, tl�e undersigned, Vice Preside�it of tlse ZURICII ANfERICAN 1N5iTRANCI; COMPANY, the COLONit1L AMEItICAI�3
CASUALTY ANU ST.TRETY COIvTFANY, and tlte FIllELI'1Y FlNU ll�;l'U511' L:UMYANY Ut' MARYLANll, do herehy cer[i{_v tkiat the
foregoing Power of Ai#orney is still 'ui fiill torce aad effec€ on the date af tliis certificate: and 1 do fiu-ther certify that Ai�ticle V, Sectirni 8, of
tl�e By-Laws nftlie Cw»panies is still n� force.
This Pott�r of Attomey a��d Certificate n�ay be sigr�ed by facsiniile under and by authm•ii}� of tl�e follo�i�ing resolutio� of the �3oard af
D'u�cctors of the ZiIRICII AMERICAN INSURANC� COMl'ANY at a meeting duly ca11e�[ and lscld �u the 15th day of De�emUer 1998.
RE50LVED: "That t[}e signal��re of the 1'resident or a Vice President and the sttestiug signature af a Secretary nr an Ass'sstant Secrefary
and tLte Seal of ihe Compa�iy may be aFfixed by facsimile on a�y Poi�er of Attorney...Any sucli Pn�ver m� any cerli�cate Uierenf hearing such
facsintile signature and seal shall be v�lid and binding on tl�e Company."
This Pn«er ofAttorney and Certificale n�ay be signed by facsunilz under and 6y authpriry af the fo]lowing resolu€ion oi Ehe Board of
Birectnrs of tlie COLONfAL AIvTCRTCAN CASUALIY AIdB SUl2ETY COMPANY at a meecing du[y called and he]d on die �th day oi
May, 1994, and Uie follatving reso[utian of the Roard of Directo��s of tlie FIDELITY AND DEPpS1T' C�A�CPANY OF MARYLAI�lD at a
meeting duly called and held on ihe l Oth day oY May, 1990.
RESQLVED: °That the lacsimile oa- mecl�a�ucalky repraduced seai of tE3e compairy and fassi�nile ar mecfzanically reproduced signa[t�re
of any Vice-President, Secretary, or Assist�i�t Secretary of the Company, whe[her rnade lieretofore or l�ereafter, rvl�zrever appearnig upon a
certitied copy ot`aiiy pawer of attQr��ey issa�ed 6y tEze Compa��y, shal] be valid and bindiue upan the Can�paiiy u�itl� Ehe sune force attd ef�ect
as ihough manually �xed.
]N TESTIMQNI' WIIEREOF, T have hereunto suUscri6ed u�y ua�ne a�3d affixed tl�e corporate seaE-s qf tk�c said Compan�es,
cl�is 4th day of February 2026 .
11,,\`�,,�, r. �' , . '
� , ,-. C:'�� . . _
- :�, ����� � :,,r
- ; ,h .., _ -- : �� _
= .� �� - -�:
-` ,j` t��
:,f �;,- _.... , _ ,
., � �
,,,,,,, ,,,,,,,,,, ,,,..,,.,,,,,,,,.,,., ,,,,.,,,.,�,,,+,,,,
, . , ,. �,. 7'.�;-
- - � ❑r�1,`; lcto�`,ti;�`:_ - �,anR <
=.��v s = _ e qi`�'; c% ���� _
` `'SFALm`� = ' SEAL��` - F SEAL r=
_'� ���' =-.'� f=' ,� _` _
�, $: f4 :
.,��.w��� ��::.� �..':;:-��,
,.,, r.�=° ,,,,, � ;' ,.,,
� 1'v�� P �-G�.��,�
B}�: Mary .Tean Peth'sek
Vice Yreside3�t
TO REP'ORT 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
Scf�aumburg, IL 60195-1Q56
reuortsfciaiuts'�c�z�ri�lina.com
8UU-626-4577
Authenticity of this bond can be conii�•med at bandvalidator.zurichna.eom nr 410-559-8790