Loading...
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