HomeMy WebLinkAboutContract 61063-FP1Page 1 of 2
City Secretary
Contract No.__________________
Date Received ______________
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 Business Park at Trinity
City Project No.: 104654
Improvement Type(s): Paving Drainage Street Lights Traffic Signals
Original Contract Price: $259,228.76
Amount of Approved Change Order(s): $0.00
Revised Contract Amount:
Total Cost of Work Complete:$259,228.76
Contractor Date
Title
Reliable Paving, Inc.
Company Name
Project Inspector Date
Project Manager Date
CFA Manager Date
______________________________________ __________________________________
TPW Director Date
Asst. City Manager Date
Page 2 of 2
Notice of Project Completion
Project Name: The Business Park at Trinity
City Project No.: 104654
City’s Attachments
Final Pay Estimate
Change Order(s):Yes N/A
Contractor’s Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time 160 WD
Work Start Date: 4/22/2024
Days Charged: 161 WD
Work Complete Date: 1/17/2025
Completed number of Soil Lab Test: 54
Completed number of Water Test: 6
FORTWORTH
CITY OF FORT WORTH
F1NAL PAYMENT REQUEST
Contract Name THE BUSINESS PARK AT TRINITY
Contract Limits
Project Type STORM
City Project Numbers 104654
DOE Number 4654
Estimate Number 1 Payment Number 1
City Secretary Contract Number
Contract Date
For Period Ending 1/17/202�
WD
Project Manager NA
Contractor RELIABLE PAVING, INC.
1903 N PEYCO DRIVE N
ARLINGTON , TX 76001
Inspectors C. HORTON / J. EITEL
Contract Time 16�JD
Days Charged to Date 161
Contract is 100.00 Complete
Wednesday, February 5, 2025 Page 1 of 5
City Project Numbers 104654
Contract Name THE BUSINESS PARK AT TRINITY
Contract Limits
Project Type STORM
Project F+unding
UNIT IV: STORM IMPROVEMENTS
Item
No.
1
2
3
4
5
6
7
8
9
DOE Number 4654
Estimate Number 1
Payment Number 1
For Period Ending 1/17/202�
Unit Cost Estimated Completed Completed
Total Quaniry Total
$426.06 $136,765.26 321 $136,765.26
$7626 $381.30 5 $381.30
$26,195.00 $26,195.00 1 $26,195.00
$3,154.00 $3,154.00 1 $3,154.00
$17,047.00 $0.00 0 $0.00
$1.50 $481.50 321 $481.50
$500.00 $9,500.00 19 $9,500.00
$64.00 $13,632.00 213 $13,632.00
$17,047.00 $17,047.00 1 $17,047.00
Sub-Total of Previous Unit $207,156.06 $207,156.06
Description of Items
60" RCP, CLASS III
18" RCP, CLASS III
JCTBOX(COMPL)(PJB)(8FTX8FT
REMOVING CONC (HEADWALL
HEADWALL (CH - PW - 0) (DIA= 60 IN) (CO#2)
TRENCHSAFETY
IMPORTED EMBEDMENT/BACKFILL, CLSM
CONCRETE RIPRAP
CONNECT 60" STORM DRAIN PIPE TO
PRIVATE RET-WALL (CO#2)
Estimated Unit
Quanity
321 LF
5 LF
1 EA
1 SY
0 EA
321 LF
19 CY
213 SY
1 EA
UNIT V: PAVING IMPROVEMENTS
Item
No.
1
2
3
4
�
6
7
8
9
10
11
12
13
14
15
16
Description of Items
REMOVESIDEWALK
REMOVE CONC PVMT
REMOVE CONC CURB & GUTTER
8" LIME TREATMENT
4" ASPHALT PVMT HOT MIX TYPE D
(UNDERLAYMENT)
8"CONCPVMT
BARRIER FREE RAM, TYPE P-1
9" CONCRETE DRNEWAY
REMOVE 8" PVMT MARKING
REMOVE RAISED MARKER
6" SLD PVMT MARKING HAE (W)
18" SLD PVMT MARKING HAE (W)
LANE LEUEN ARROW
LANE LEGEN ONLY
REFL RAISED MARKER TY II- C-R
TOPSOIL
Estimated Unit Unit Cost Estimated Completed Completed
Quanity Total Quanity Total
447 SF $5.10 $2,279.70 447 $2,279.70
40 SY $62.00 $2,480.00 40 $2,480.00
300 LF $5.00 $1,500.00 300 $1,500.00
118 SY $46.00 $5,428.00 118 $5,428.00
118 SY $26.00 $3,068.00 118 $3,068.00
118 SY $75.00 $8,850.00 118 $8,850.00
2 EA $2,000.00 $4,000.00 2 $4,000.00
655 SF $16.00 $10,480.00 655 $10,480.00
137 LF $10.00 $1,370.00 137 $1,370.00
7 EA $20.00 $140.00 7 $140.00
267 LF $3.50 $934.50 267 $934.50
64 LF $10.00 $640.00 64 $640.00
2 EA $240.00 $480.00 2 $480.00
1 EA $260.00 $260.00 1 $260.00
12 EA $7.00 $84.00 12 $84.00
20 CY $85.00 $1,700.00 20 $1,700.00
Wednesday, February 5, 2025 Page 2 of 5
City Project Numbers 104654
Contract Name THE BUSINESS PARK AT TRINITY
Contract Limits
Project Type PAVING
Project F+unding
17 BLOCK SOD PLACEMENT
18 TRAFFIC CONTROL
19 HYDRATED LIME
DOE Number 4654
Estimate Number 1
Payment Number 1
For Period Ending 1/17/202�
115 SY $8.00 $920.00 115 $920.00
1 MO $6,500.00 $6,500.00 1 $6,500.00
2.13 TN $450.00 $958.50 2.13 $958.50
Sub-Total of Previous Unit $52,o7z.7o $sz,o72.70
Wednesday, February 5, 2025 Page 3 of 5
City Project Numbers 104654
Contract Name THE BUSINESS PARK AT TRINITY
Contract Limits
Project Type PAVING
Project F+unding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Total Contract Price
DOE Number 4654
Estimate Number 1
Payment Number 1
For Period Ending 1/17/202�
$259,228.76
�o.00
$259,228.76
Total Cost of Work Completed $259,228.76
Less % Retained $0.00
Net Earned $259,228.76
Earned This Period $259,228.76
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
$259,228.76
Wednesday, February 5, 2025 Page 4 of 5
City Project Numbers 104654
Contract Name THE BUSINESS PARK AT TRINITY
Contract Limits
Project Type PAVING
Project F+unding
Project Manager NA
Inspectors C. HORTON / J. EITEL
Contractor RELIABLE PAVING, INC.
1903 N PEYCO DRIVE N
ARLINGTON , TX 76001
DOE Number 4654
Estimate Number 1
Payment Number 1
For Period Ending 1/17/202�
City Secretary Contract Number
Contract Date
Contract Time 160 WD
Days Charged to Date 161 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 $259,228.76
Retainage This Period $0.00
Less Liquidated Damages
� Days @ $0.00 / Day
LessPavement Deficiency
Less Penalty
Less Previous Payment
Plus Material on Hand Less 15%
Balance Due This Payment
$259,228.76
$0.00
$259,228.76
$0.00
$0.00
$0.00
$0.00
$0.00
$259,228.76
Wednesday, February 5, 2025 Page 5 of 5
DEVELOPER-AWARDED-PROJECT CHANGE ORDER
PROJECT NAME: THE 8t1StiV�S3 PARK AT TRINlTY CHANGE
CONTRACT: WATER, St�NER, PAVING, DRAINAGE IMPROVEMENTS (CS 61063) ORDER No:
CFA# CFA23-0159 CITYPARTICIPATION: NO
CITY PROJECT # 10465a 2
FID # 30114-0200431-104654-E07685
FILE # W-2907; X-27664
INSPECTOR John Eitel Phone No: 817-905-6177 REVIEWED
PROJECT MANAGER: Debbie Willhelm, P.E. Phone No: 817-392-2481 By Debbie J. Willhelm at 1238 pm, Nov os, 2024
CONTRACT UNIT
WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT
ve oper vdaper avoloper veloper ve oper DAYS
Cost C Cwt cost C Cost cost Cat cos[ C Coa/ tost ttry ca�t
ORIGINAL CONTRACT 576,]08.04 W.00 55,850.00 50.00 S5T,07Y.70 f0.00 5207,756,08 f0.00 50.00 50.00 180
EXTRAS TO DATE 542,8�0.42 0
CREDITS TO DATE
CONTRACT TO DATE 5118,836.46 iU,00 55,850.00 f0�00 552,U7i.70 i0.00 {T0T,156,08 {0.00 50.00 {0.00 tfi6
AMOUNT OF PROP. CHANGE ORDER f0.00 0
REVISEO CONTRACT AMOUNT {118.BJ6.46 f0.00 f5,860,00 f0,00 552,072.70 f0.00 f207,156,08 {0.00 50,00 {0.00 i6D
TOTAL REVISEU CONTRACT AMOUNT
PER UNIT 5118,836.46 55,850.00 f52,07270 5�07,156.06 50.00
REVISED COST SHARE Dev. COSt: 5383,915.22 Clly Co�t: SQ.00
TOTAL REVISED C6NTRACT 5383,915.22
ReviS6tl- ta-t2-2011 Pege 1
You are directed to make the tollowing changes in the contract documents
BID ITEM
Unit IV: Storm I
Asterisk (') indicates New Pay Item
REASONS FOR CHANGE ORDER HEADWALL REMOVED FROM CONTRACT. CONTRACTOR WILL BE CONNECTING TO PRIVATE RET-WALL INSTEAD. THERE IS NO NET CHANGE IN
CHANGE ORDER COST. CHANGES CORRESOND TO REVISION 2 AS SHOWN ON SHEET C-20 & C-32 OF THE CONSTRUCTION PLANS
NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO
REIMBURSEMENT FROM THE CITY WILL BE SOUGHT 8Y THE DEVELOPER.
RECOMMENDED: APPROVED: APPROVED:
Winkelmann & Associates, Ina The Busmess P rl � t Tnnity, LLC RaliaWe Paving, I�.
gY �Gr/,! '/.�.�•�w-- By �., By, �'�
Name Wil Winkelmann, P.E. Name. Farooq Wazirali Name: Mike �ong
Title VP Title' Manener Title: CEO
Revised_ 10.72-2011 Pa9e 2
��������x�
TRANSPORTATION AND PUBLIC WORKS
January 27, 2025
Reliable Paving Inc
1903 Peyco Dr North
Arlington, TX 76001
RE: Acceptance Letter
Project Name: The Business Park at Trinity
Project Type: Water, Sewer, Drainage, Paving
City Project No.: 104654
To Whom It May Concern:
On January 23, 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 28, 2025. 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 28, 2025, 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-
392-6251.
Sincerely,
�U�o�,ct�' �ro�
Andrew Goodman, Project Manager
Cc: John Eitel, Inspector
Troy Gardner, Inspection Supervisor
Manny Nieto, Senior Inspector
Andrew Goodman, Program Manager
Winkelman & Associates Inc, Consultant
Reliable Paving Inc., Contractor
The Business Park at Trinity, LLC, 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 public in the state
and county aforesaid, on this day personally appeared Pam Donaldson,
Vice President Of Reliable Paving Inc., known to me to be a credible
person, who being by me duly sworn, upon his oath deposed and said;
That all persons, firms, associations, corporations, or other
organizations furnishing labor and/or materials have been 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 and/or
property damages;
On Contract described as;
CFA Work at Trinity Business Park - Concrete Driveway Approach,
Sidewalk and Turn Lane Improvement and Storm Drain.
B Y � ��- : �
Pam Donaldson, Vice President
Subscribed and sworn before me on this date I 1 of February, 2025.
N otary Yu G
Tarrant C ty, Texas
•:�Y��°'v�;•. WILLIAM PADMORE, JR.
'a?"� � °.
:.: •: My Notary ID # 11730754
:a'.�: y=
;;;f oF ��+�'� Expl(e$ SBjlteRlb@( %, 2Q2%
Bond No. 300137606
00 6213 -1
PERFORMANCE BOND
Page 1 of 3
1
2
3
4
5
6
7
8
9
10
11
12
THE STATE OF TEXAS
SECTION 00 6213
PERFORMANCE BOND
§
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT
§
That we, Reliable Paving,, tnc. , known as
"Principai" herein and Merchants Bonding Company (Mutual) , a corporate
surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as
"Surety" herein {whether one or more), are heid and firmly bound unta the Developer, 7he
Business Park at Trinity, LLC, authorized to do business in Texas ("Developer") and the City of
13 Fort Worth, a Texas municipaf corporation ("Cit�'), in the penal sum of,
Three Hundred Forty-One Thousand Twa Hund�ed
14 ��jlty-Two and '(,Q/100 Dol�ars ($ 341,282.10 _ ),
15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the
16 payment of which sum well and trufy to be made jointly unto the Developer and the City as dual
17 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
18 and severally, firmly by these presents.
19
20
21
WHEREAS, Developer and City have entered into an Agreement for the construction of
community facilities in the City of Fort Worth by and through a Community Facilities Agreement,
CFA Number ;and
22 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded
23 the 22nd day of September , 20 z3 , which Contract is hereby referred to and made a
24 part hereof for all purposes as if fully set forth herein, to furnish ali materials, equipment labor
25
26
and other accessories defined by law, in the prosecution of the Work, including any Change
Orders, as provided for in said Contract designa#ed as The Business Park at Trinity.
27 NOW, THEREFORE, the conditinn of this o6ligation is such that if the said Principal shall
28 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
29 perform the Work, including Change Qrders, under the C�ntract, according to the plans,
30 specifications, and contract documents therein referred to, and as well during any period of
31 extension of the Contract that may be granted on the part of the Developer and/or City, then
32 this obli�ation shall be and become null and void, otherwise to remain in full force and effect.
GITY OF FORT WORTH The Business Park ot Trinity
STANDARD CITY CONDITIONS — DEVELOPER AWAROED PROfEGTS City Project No. 104654
Revised January 31, 2012
1
2
006213-2
PERfORMANCE BOND
Page 2 of 3
PROVIDED FURTHER, that if any lega! action be fi4ed on this Bond, venue sha41 lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
3 Worth Division.
4 This bond is made and executed in compliance with the provisions of Chapter 2253 of
5
6
7
S
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
2$
29
30
3�
32
33
34
35
36
the Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisians of said statue.
fN WiTNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 1st day of December
, 20 23 .
PRIiVCIPAL:
Reliabie Paving, Inc.
BY: �/���
Signature
ATTEST:
---�G�V
(Principal) Sec ary
C%iqr�e� /� �tYr+� . � �.��eh
Name and Title
Address: �90� N P yco Dr.
Arlin�ton, TX 76001
� j�Q,r�Lec��
Witness as to Principa)
C1TY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWAROED PRDlECTS
Revised January 31, 2012
SURETY:
Merchants Bonding Company (Mutual)
BY: .r_L�w�.-
Signature
Mikaela Peppers, Attornev-in-Fact
Name and Title
Addt'ess: 67n(l WPstnwn Ra�y�y
West Des Moines, IA 50266
The Bus(ness Pork at Trin/ty
City ProJect No. 104654
�6213-3
PERFORMANCE BOND
Page 3 of 3
1 -�,ti,vtw �'�t�
2 Witness as to Surety
Telephone Plumbe�: 800-678-8171
4
6 *Note: If signed by an officer of the 5urety Company, there must be on file a certified extract
7 from the by-laws shawing that this person has authority to sign such obligation. If
8 Surety's physical address is different from its mailing address, both must be provided.
9
10 The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD C1TY CONDITIONS— DEVELOPER AWARDED PROJECTS
Revised lanuary 31, 2012
The Business Park at Trinity
Cfty Pro�ect No. 104654
Bontl N0.100137606
006214-1
PAYMENT BOND
Page 1 of 3
1
2
3
4
5
6
�
SECTtOM OQ b2 14
PAYMENT BOND
THE STATE Of TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
8 That we, Reliable Paving, Inc. , known as
9 "Pcincipal" herein, and Merchants Bondin� Company (Mutual� , a
10 corporate surety ( or sureties if more than one), duly authorized to do business in the State of
11 Texas, known as "Surety' herein (whether one or more), are held and firmly bound unto the
12 Developer, The Business Park at irinity, autt�orized to do business in Texas "(Develaper"), and
13 the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum
Three Hundred Forty-One Thousand Two Hundred
14 of Eig�-Two and 10/100 Dollars ($ 341,282.10 ),
15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the
16 payment of which sum well and truly be made jointly unto the Developer and the City as dual
17 obiigees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
18 and severally, firmly by these presents:
19 WHEREAS, Developer and City have entered inCo an Agreement for the construction of
20 community facilities in the City of Fort Worth, by and through a Community Facilities
21 Agreement, CFA Number ;and
22 WHEREAS, Principa) has entered into a certain written Contract with Developer,
23 awacded the 22nd day of September , 20 23 , which Contract is hereby
24 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all
25 materials, equipment, labor and other accessories as defined by law, in the prosecution of the
26 Work as provided fflr in said Contract and designated as The 8usiness Park at Trinity.
27 NOW, THEREFORE, THE CONDI710N OF THIS �BLIGATfON is such that if Principal shall
28 pay atl monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of
29 the Texas Government Code, as amended} in the prosecution of the Work under the Contract,
30 then this obligation shall be and become nu14 and void; otherwise to remain in fu1{ force and
31 effect.
CITY OF FORT WORTW
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PR01ECT5
Revised lanuary 31, 2012
The Business Park at Trinity
CIry Pro%ect No. 104654
006214-2
PAYMENT BOND
Page 2 of 3
1 This bond is made and executed in compliance with the provisions af Chapter 2253 of
2 the Texas Government Code, as amended, and aU liabilities on this bond shali be determined in
3
4
accordance with the provisions of said statute.
IN WITNESS WHEREOF, the Principa) and Surety have each SIGNED and SEALED this
5 instrument by duly authorized agents and officers on this the 1st day of
6 December , 20 23 .
7
PRINCIPAL:
Reliable Paving, Inc.
ATTEST:
� � y
(Principaij 5ecretary
� i(�1�nu.���,
Witness as to Principal
ATTEST:
�,
. � �� ���.
(Surety)Secretary
����c f��t,�
Witness as to Surety
8
CITY OF FORT WORTH
SfANDARD CITY CONOITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
BY: �y '
5ignature �
��t'� r'ti �
�'l, ��r��3 j� �(9� �� ��
Name and Titie
Address: 1903 N Peyco Dr.
Artin�ton. TX 760d1
SURETY:
Merchants Bonding Cnmpanv i utuaE
BY: /,VI�.-l.� U��.�c
Signature
Mikaela Peppers, Attorney-in-Fact
Name and Title
Address: 6700 Westown Parkyvay
West Des Moines, IA 50266
Yelephone Number: 800-678-8171
ihe Busfness Aork ot Trinity
Clty Project No. 20465a
OQ6214-3
PAYMENTBOND
Page 3 of 3
1 Note: if signed by an officer of the Surety, there must be on file a certified extract from the
2 bylaws showing that this person has authority to sign such obligation. if Surety's physical
3 address is different from its mailing address, both must be provided.
4
5 The date of the bond shall not be prior ta the date the Contract is awarded.
6 END OF SEC'fION
7
CI1Y OF FORT WORTH The Business Pa�k at T�inity
STANDARD CtTY CONDITIONS— DEVELOPER AWAROED PROlECTS City Project No. I0465a
Revised January 31, 2012
Bond No. 100137606
006219-1
MAINTENANCE BOND
Page 1 of 3
1
2
3
4
5
6
7
SECTlOM 00 62 14
MAINTENANCE BOND
THE STATE OF TEXAS
§
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT
�j
8 That we Reliable Pavin�, tnc. known as
9 "Principal" herein and _ Mer�hants Bondins Comoar�yS,Mutuall , a corporate surety
10 (sureties, if more than one) duly autharized to do business in the State of Texas, known as
11 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, The
12 Business Park at Trinity, authorized ta do business in Texas ("Developer") and the City of Fort
13 Worth, a Texas municipal corparation ("City"), in the sum
Three Hundred Forty-One Thousand Two Hundred
14 of _ Eigj�.y-Two and 10J100 Dollars ($ 341,282.10 ),
15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment
16 of which sum well and truly be made jointly unto the Developer and the City as dual obligees
17 and their successors, we bind ourselves, our heirs, executors, administrators, successors and
18
19
20
21
assigns, jointly and severally, firmly by these presents.
WHEREAS, Developer and City have entered into an Agreement for the construction of
community facilities in the City of Fart Worth by and through a Community Facilities Agreement,
CFA Number ; and
22 WHEREAS, the Principal has entered into a certain written contract with the Developer
23 awarded the 22nd day of 5entember , 20 23 , which Contract is
24 hereby referred to and a made part hereaf for all purposes as if fully set forth herein, to furnish
25 all materials, equipment labor and other accessories as defined by taw, in the prosecution of the
26 Work, including any Work resulting from a duly authorized Change Order (collectively herein,
27 the "Work"j as provided for in said Contract and designated as The Business Park at Trinity; and
28
Z9
30
31
WHEREAS, Principal binds itself to use such materials and to so construct the Work in
accordance with the plans, specificatians and Contrad Documents that the Work is and will
remain free fram defects in materials or workmanship for and during the period of two (2) years
after the date of Fina{ Acceptance of the Work by the City ("Maintenance Period"); and
CITY OF fDRT WORTN
STANDARD CITY CONOITIONS—OEVELOPER AWARDED PROJECTS
Revised January 31, 2012
The Business Park at Trinity
City Project No. 104654
006219-2
MAINTENANCE BOND
Page 2 of 3
1 WHEREAS, Principal binds itseif to repair or reconstruct the Work in whole or in part upon
2 receiving notice from the Developer and/or City of the need thereof at any time within the
3 Maintenance Period.
4 NOW THEREFORE, the condition af this obligation is such that if Principai shail remedy
5 any defective Work, for which timely notice was provided by Developer or City, to a completion
6 satisfactory to the City, then this obfigation shafi become null and void; otherwise to remain in
7 full force and effect.
8 PROVIDED, HOWEVER, if Principal shal( fail so to repair or reconstruct any timely
9 noticed defective Work, it is agreed that the Developer or City may cause any and all such
10 defective Work to be repaired and/or reconstructed with all associated costs thereof being
11 borne by the Principal and the Surety under this Maintenance Bond; and
12 PROVIDED FURTHER, that if any legal action be filed on �his Bond, venue shall lie in
13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
14 Worth Division; and
15 PROVIDED FURTHEIi, that this obligation shall be continuous in nature and successive
16 recoveries may be had hereon for successive breaches.
17
18
19
20
21
22
23
24
25
26
CITY OF FORT WQRTH
STANDARD ClTY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised lanuary 31, 2012
The 8usiness Pork at Trinity
City Project No. 104654
006219-3
MAINTENANCE BOND
Page 3 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
IN WITNESS WHEREOF, the Principa) and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 1st day of December
. 20 23
PRINCIPAL:
Reliabie Paving, Inc.
BY: �
Signature
ATTEST:
�_
(Principal) Secreta
C� t �d m ''�°�Z
Name and Title
Address: 1903 N Peyco Dr.
Ariington, TX 76001
� k9U►,,,,e,�
Witness as to Principal
ATTEST:
_ � .� '' !� �y���..
(Surety) 5ecretary
,
•i �
Witness as to Surety
SURETY:
Merchants Bondin� Company (Mutual)
BY:
Signature
Mikaela Peppers, AttorneV-�n-Fact .
Name and Title
Address: 6700 Westown ParkwaX
West Des Moines, IA 50266
Teiephone Number: 800-678-8171
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such abligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CtTY OF FORT WORTH 7he eustness Pork at Trinity
STANDARD CITY CONOITIONS — DEVELOPER AWARQED PROJECTS C![y Project No. 104654
Revised January 31, 2012
,iVI ERC HANTS�`��
BONDING COMPANY-�
POWER C�F ATTORNEY
Know Ali Persons By These Presents, that MERCHANTS BONDING C01ulPANY {MUTUAL) and MERCHANTS NATIONAL BONDING, tNC.,
both being c:orporatior►s of the State of lowa, d�bla Merchants Na6onaf Indemnity Company (in Califomia only) (herein collectively called the
"Companies") do hereby make, constitute and appoint, individually,
Don E Comeil; Josh Saunders; Kelly A Westbrook; Mikaela Peppers; F2icardo J Reyna; Robbi Morales; Sophinie Hunter, Tina McEwan; Tonie
Pettanek
their true and lawful Attorney(s}in-Fact, to stgn tts name as surety{ies} and to execute, seal and acknowledge any and ali bonds, undertakings,
Contracts and other written instrumenla in the nature thereof, on behalf of the Companiss in their business of guaranteeing the fldelity of
persons, guaranteeing the pertormance of conVacts and executing or guaranteeing bonds and undertakings required or permitted in any acKfons
or proceedings allowed by law.
This Power-of-Attomey is granted and is signed and sealed 6y facsimiie urtder and by authoriry of the foliowing By-Laws adopted by the Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of
MerchantsNational Bonding, Inc., on October 16, 2015.
'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shail have power and
authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seai of the Company thereto.
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.'
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attomey
o� Certification thereof authorizing the execution and delivery af any bond, undertaking, recognizance, or other sureryship obligations of the
Company, and such signature and seai when so used shall have the same force and effect as though manualiy fixed."
In connection with obligations in favor of the Florida Department of 7ransportation only, it is agreed that the power and aut hority hereby given to the
Attomey-in-Fact includes any and all consents for the release of reta3ned percentages and/or final estimates vn engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State ofFlorida Department
of Transportation making payment of the final estimate to the ConUactor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
in connecti� with obfigations in favor of ihe Kentucky Department of Highways oniy, it is agreed that the power and authority hereby given
to the Attomey-in-Fact qnnoi be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner-
Department of Highways of the Commonwealth of Kentucky at least thirfy {30} days prior to ihe modification or revocation.
In Witness Whereof, the Compa�ies have caused this instrument to be signed and sealed this 8th day of December , 2022 •
�.��....
.'��� 1 O Nq ��' � • � � Gj � � � MERCHANT5 BONDINl3 COMPANY (MUTUAL)
•`� � • �O�N• • • CD�IJ�p � MERCHAPlTS NATIONAL BONDING, INC.
j?�EiPOi¢q•ep•� 00,•�pPQq'•.9 � dlb18MERCHANTSNATIONALINDEMNITYCOMPANY
••� 'G �'�:Z % � y C� '�l� :�',c•
�Zr? -O- di�: .�-:Z' -o_ tr: '
t�C�: 2003 ;��A? %a�' 1933 �'c` ay
;� • . , . s�. � ,,.
: d'�•. . • .: • - c.
STATE OF IQWA •���� �` :7?••' ••b��li''''��' � �1�;•� Presidenr
COUNTY OF DALLAS ss. ��""•"'`�� � � � � � �
On this 8th day of December 2Q22 , before me appeared tarry Taylor, [o me personally known, who being by me duly swom
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAI BONDING, INC.; and that the
seals affixed to the foregoing instnrment are the Corporate Seals of the Companies; and that ihe satd instrument was signed and sealed in behalf
of the Companies by authority of their respedive Boards of Directors.
r.R"� ,� IGm Lse �
�`� �. Commissa+ Nurt� 742737 '
Z�r<', M1
L.���. � ����
Notary Pub►ic
(E�cpiratlon of notary's commisslon dces not invaltdate this instrument)
1, Wi�liam Warner, Jr., Secretary of MERCHANTS BOPID1t3G COMPANY (A+tUTUAt} and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregofng is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still In full
force and effect and has not been amended or revoked.
In Witness Whereof, l have hereunto set my hand and affixed tfie seat afthe Companies on this 1st day o4 December , 2023 .
�.....,..,, .• - - - •.
�.••'t10Nq ••.� � •'�N�_Cp •.
y��aPO/pq.6'p•; �O�QRPOq�'°4y �/ ��
;Z.zc, ��:ya ; :c� '��..�: �`r � � t'/��l-�r
.o, .�_a o_ o. , .lJy'�
... -o- O. � :3
� s�� 2003 : z: • s; 1933 •�: Secretary
:v • ,r'.�� . �.. =C�r.
:,a�i • . � ��: '•,6,��. ... . .. �`:�a .
.,ki''�•;�•-'�9,. .,. �; �
POA0018 (10/22) •''•'•••�•••••••' ••••�,
M�RC HANT�5 �,
BQNDING COMPANY«<
MERCHAN"fS BONDING COMPANY (MUTUAU P.O. BOx 14498. DES Mo�NFS, IowA 50306-3498
('HOtv�: t800) 678-8t71 Fnx: (S15) 243-3854
IMPORTANT NaTICE
To obtain information or make a complaint:
Yau may contact your insurance agent at the telephone number pravided by your insurance agent.
You may calt Merchants Bonding Company (Mutua!) toll-free telephone number for information or to make a
compfaint at:
1-8Q0-678-8171
You may contact the iexas Department of tnsurance to obtain information on companies, coverages, rights or
complaints at:
1-8Q0-252-3439
You may write the Texas Department of Insurance at:
P. O. Box 149104
Austin, TX 78714-9104
�ax: (512) 490-1007
Web: www.tdi.texas.qov
E-mail: ConsumerProtection@tdi.texas.gov
PREMIUM AND CLAlM DISPUTES: Shoutd you have a disputs concerning your premium or about a claim
you should contact the agent first. If the dispute is not resolved, you may cantact the Texas Department of
Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part
or condition of the attached document.
StlP 0032 TX (2/15)