Loading...
HomeMy WebLinkAboutContract (2)City Secretary Contract No. 61063 -FP2 ------ Date Received 2/14/2025 02/20/2025 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): Water� Sewer� Original Contract Price: $82,056.04 Amount of Approved Change Order(s) $42,630.42 Revised Contract Amount: 124,686.46 Total Cost of Work Complete: $124,686.46 Jose Corea (Feb 141 2025 14:23 CST) Feb 14, 2025 Contractor Date President of Construction Title Reliable Paving, Inc. Company Name Feb 14, 2025 Project Inspector Date �� Feb 14, 2025 Project Manager Date Kand&!;Feb 141 202516:26 CST) Feb 14, 2025 CFAManager Date Je__,7~:-_ Lauren Prieur (Feb 141 202516:30 CST) Feb 14, 2025 TPW Director Date Feb 15, 2025 Asst. City Manager Date Page 1 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 Pipe Report: � 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 Page 2 of 2 FORTWORTH � � CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name THE BUSINESS PARK AT TRINITY Contract Limits Project Type WATER & SEWER City Project Numbers 104654 DOE Number 4654 Estimate Number � Payment Number � City Secretary Contract Number Contract Date For Period Ending 1/17/2025 WD Project Manager NA Contractor RELIABLE PAVING, INC. 1903 N PEYCO DRIVE N ARLINGTON , TX 76001 Inspectors C. HORTON / J. EITEL Contract Time 16�D Days Charged to Date 161 Contract is 100.00 Complete Tuesday, January 28, 2025 Page 1 of 4 City Project Numbers 104654 Contract Name THE BUSINESS PARK AT TRINITY Contract Limits Project Type WATER & SEWER Project Funding UNTI' I: WATER IMPROVEMENTS Item Description of Items No. 1 6" PVC WATER PIPE (CO# 1) 2 FIRE HYDRANT 3 1" WATER SERVICE (CO#1) 4 SALVAGE FIRE HYDRANT 5 CONNECTION TO EXISTING 4"-12" WATER MAIN (CO# 1) 6 2" WATER SERVICE (CO#1) 7 DUCTILE IRON WATER FITTINGS W/RESTRAINT (CO#f 1) 3 EA $3,628.14 $10,884.42 3 $10,884.42 0.95 TN $10,761.00 $10,222.95 0.95 $10,222.95 8 6" GATE VALVE (CO�1) 6 EA $2,911.00 $17,466.00 6 $17,466.00 9 12" CUT-IN GATE VALVE (CO#1) 5 EA $7,028.00 $35,140.00 5 $35,140.00 10 4"-12" PRESSURE PLUG 4 EA $89.55 $358.20 4 $358.20 11 TRENCH SAFETY 40 LF $1.75 $70.00 40 $70.00 — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — Sub-Total of Previous Unit $118,836.46 $118,836.46 UNTI' II: SANITARY IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 6" SEWER ABANDONMENT PLUG 1 EA $75.00 $75.00 1 $75.00 3 ABANDON MANHOLE 1 EA $5,025.00 $5,025.00 1 $5,025.00 4 SANITARY LINE GROUTING 0.6 CY $750.00 $450.00 0.6 $450.00 6 MANHOLE VACUUM TESTING 1 EA $300.00 $300.00 1 $300.00 Sub-Total of Previous Unit $5,850.00 $5,850.00 — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — DOE Number 4654 Estimate Number 1 Payment Number 1 For Period Ending 1/17/2025 Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 45 LF $4434 $1,995.30 45 $1,995.30 3 EA $6,603.61 $19,810.83 3 $19,810.83 3 EA $3,140.00 $9,420.00 3 $9,420.00 2 EA $1,63334 $3,266.68 2 $3,266.68 8 EA $1,275.26 $10,202.08 8 $10,202.08 Tuesday, January 28, 2025 Page 2 of 4 City Project Numbers 104654 Contract Name THE BUSINESS PARK AT TRINITY Contract Limits Project Type WATER & SEWER Project Funding 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 1/17/2025 $82,056.04 $42,630.42 $124,686.46 Total Cost of Work Completed $124,686.46 Less % Retained $0.00 Net Earned $124,686.46 Earned This Period $124,686.46 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Defciency 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 $124,686.46 Tuesday, Januazy 28, 2025 Page 3 of 4 City Project Numbers 104654 Contract Name THE BUSINESS PARK AT TRINITY Contract Limits Project Type WATER & SEWER Project Funding 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 1/17/2025 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 $124,686.46 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 $124,686.46 $0.00 $124,686.46 $0.00 $0.00 $0.00 $0.00 $0.00 $124,686.46 Tuesday, January 28, 2025 Page 4 of 4 DEVELOPER-AWARDED-PROJECT CHANGE ORDER PROJECT NAME: THE BUSINESS PARK AT TRINITY CHANGE CONTRACT: WATER, SEWER, PAVING, DRAINAGE IMPROVEMENTS (CS 61063) ORDER No: CFA # CFA2&0159 CITY PARTICIPATION: NO CITYPROJECT# 104654 7 FID # 301140200431-104654E07685 FILE # W-2907; X-27664 INSPECTOR: Erik Loza Phone No: 682-201-6850 REVIEWED PROJECT MANAGER: Debbie Willhelm, P.E. Phone No: 817-392-2481 By Debbie J, Willhelm at 4:42 pm, Apr 11, 2024 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREET LIGHTS CONTRACT ue oper e oper be oper oeveloper oeveloper DAYS Cost City Cost Cost City Cost Cost City Cost Cost City Cost Cost City Cost ORIGINALCONTRACT 576,206.04 E0.00 55,850.00 50.00 552,072.70 50.00 EZ07,156.06 50.00 50.00 E0.00 160 EXTR4S TO DATE 0 CREDITS TO DATE CONTRACT TO DATE 576,206.04 E0.00 55,850.00 50.00 552,072.70 50.00 E207,156.06 50.00 50.00 E0.00 160 AMOUNT OF PROP. CHANGE ORDER $42,630.d2 0 REVISED CONTRACT AMOUNT 5118,83&46 Z0.00 E5,850.00 50.00 552,072.70 50.00 E207,156.06 50.00 50.00 E0.00 160 TOTAL REVISED CONTRACT AMOUNT PER UNIT E118 836.46 ES 850.00 $52 072.70 $207 156.06 E0.00 REVISED COST SHARE Dev. Cost: 5383,916.22 City COSt: 50.00 TOTAL REVISED CONTRACT $383,915.22 Revised: 10.12-2011 Page 1 vou are direcled to make Ihe (ollowing changes m the conlract documents ITEM M 1 7 5 6 CITY BID ITEM Y OUAN 3317 72 2( 33 12 10 2 33 12 25 4 33 12 10 2 EP. En EA Unit I: Water 3311_0167 6" Waler 33t2 2003 1" Water: Waler Service 140.00 I Efi.280 00 REASONS FOR CHANGE OROER Addilional serv�ces reyuired tor lots 3R•1 and 2R�1 Changes cor�espond lo Revision 7 as shown on sheets C-6 R7 & C•7 R1 of Ihe construction plans NO CITY FUHD3 INVOWED IN TH13 CONTRACT, D[YCLOPCR 13 RC�f`ON31DL[ fOR 100% OF THE CHANCE ORDER COST AND KO REIMBURSEMENT FROM THE CITV WiLL BE SOUGHT 8V THE OEVELOPER. RECOMMENDED: APPROVED: APPROVEO: Winkelmann 8 ASSOG3le5. Ina The Buslties5 PFrk at Trinily, lLC Reliable Paving, Ina � �yy ����� � By By' /Z/ Name: Will Wiokelmann, P E Name: Faroo� Wazirali- Name� JOse COffea Tiae VP Tille: Maoager T;ue: President Revised 10-12-2011 Page 2 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: The Business Park at Trinity CITY PROJECT NUMBER: 104654 WATER PIPE LAID SIZE TYPE OF PIPE LF PVC 6" PVC 45 FIRE HYDRANTS: 3 PIPE ABANDONED SIZE N/A DENSITIES: NEW SERVICES: 1" 2�� VALVES (16" OR LARGER) N/A TYPE OF PIPE LF Yes Copper 3 Ea Copper 3 Ea SEWER PIPE LAID SIZE TYPE OF PIPE LF N/A PIPE ABANDONED Service SIZE 6" TYPE OF PIPE PVC LF N/A DENSITIES: N/A NEW SERVICES: N/A TRI,NSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 ��������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�' ��� 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)