Loading...
HomeMy WebLinkAboutContract 61002-FP4Page 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 Grove 2 City Project No.: 104228 Improvement Type(s): Water Sewer Original Contract Price: $229,668.23 Amount of Approved Change Order(s): $47,642.61 Revised Contract Amount:$277,310.84 Total Cost of Work Complete:$277,310.84 Contractor Date Title Circle H Contractors 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 Grove 2 City Project No.: 104228 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: 270 WD Work Start Date: 8/19/2024 Days Charged: 93 WD Work Complete Date: 1/29/2025 Completed number of Soil Lab Test: 92 Completed number of Water Test: 0 CITY OF FORT WORTH Contract Name THE VILLAGE GROVE 2 Contract Limits Project Type WATER & SEWER DOE Number 4228 Estimate Number 1 Payment Number 1 For Period Ending 1/29/2025 FINAL PAYMENT REQUEST City Secretary Contract Number 93 WD Contract Date CIRCLE H CONTRACTORS, LP NA P O BOX 939 MIDLOTHIAN TX 76065 G.DEYON K. JACKSON 270WDContract Time Days Charged to Date CompleteContract is 100.00 Contractor , /Inspectors Project Manager City Project Numbers 104228 Tuesday, February 18, 2025 Page 1 of 5 Contract Name THE VILLAGE GROVE 2 Contract Limits Project Type WATER & SEWER DOE Number 4228 Estimate Number 1 Payment Number 1 For Period Ending 1/29/2025 Project Funding City Project Numbers 104228 UNIT I: WATER IMPROVEMENTS Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 TRENCH SAFETY 466 LF $0.25 $116.50 466 $116.50 2 8" PVC WATER PIPE 466 LF $113.90 $53,077.40 466 $53,077.40 3 8" DUCTILE IRON PIPE FOR WATER LOWERING AT STORM DRAIN CROSSING PER DETA 34 LF $96.20 $3,270.80 34 $3,270.80 4 FIRE HYDRANT 1 EA $7,195.00 $7,195.00 1 $7,195.00 5 CONNECTION 4"-12" WATER MAIN 4 EA $5,618.00 $22,472.00 4 $22,472.00 6 1" WATER SERVICE (CO 4)33 EA $1,135.00 $37,455.00 33 $37,455.00 7 8" GATE VALVE 4 EA $2,454.00 $9,816.00 4 $9,816.00 8 DUCTILE IRON WATER FITTINGS w/RESTRAINT 1 TN $3,652.00 $3,652.00 1 $3,652.00 $137,054.70 $137,054.70Sub-Total of Previous Unit UNIT II: SANITARY SEWER Item No.Description of Items Estimated Quanity Unit Unit Cost Estimated Total Completed Quanity Completed Total 1 8" SEWER PIPE 383 LF $98.41 $37,691.03 383 $37,691.03 2 4" SEWER SERVICE 32 EA $855.00 $27,360.00 32 $27,360.00 3 4' MANHOLE 1 EA $8,980.00 $8,980.00 1 $8,980.00 4 4' EXTRA DEPTH MANHOLE 7 VF $630.00 $4,410.00 7 $4,410.00 5 POST CCTV MANHOLE 1 LF $1,291.50 $1,291.50 1 $1,291.50 6 MANHOLE VACUUM TESTING 2 EA $350.00 $700.00 2 $700.00 7 TRENCH SAFETY (CO 1 & 2)687 LF $2.00 $1,374.00 687 $1,374.00 8 CONCRETE COLLAR 1 EA $850.00 $850.00 1 $850.00 9 CONCRETE ENCASEMENT FOR UTILITY PIPES 3 CY $400.00 $1,200.00 3 $1,200.00 10 4' DIA. CAST IN PLACE MANHOLE 1 EA $10,500.00 $10,500.00 1 $10,500.00 11 4" SEWER LINE UNDER PAVEMENT (CO 1)14 EA $1,782.00 $24,948.00 14 $24,948.00 12 POST CCTV INSPECTION UNDER PAVEMENT (CO 1) 273.973 LF $6.57 $1,800.00 273.973 $1,800.00 13 TRAFFIC CONTROL (CO 1)1 MO $5,656.23 $5,656.23 1 $5,656.23 14 ADDITIONAL BOND (CO 2)1 LS $471.03 $471.03 1 $471.03 15 4" SEWER LINE UNDER PAVEMENT (ADDL DUE TO PLACEMENT) (CO 2) 1 EA $3,712.00 $3,712.00 1 $3,712.00 Tuesday, February 18, 2025 Page 2 of 5 Contract Name THE VILLAGE GROVE 2 Contract Limits Project Type WATER & SEWER DOE Number 4228 Estimate Number 1 Payment Number 1 For Period Ending 1/29/2025 Project Funding City Project Numbers 104228 16 POST CCTV INSPECTION UNDER PAVEMENT (CO 2) 30 LF $60.00 $1,800.00 30 $1,800.00 17 TRAFFIC CONTROL (ADDL TRAFFIC CON. MEASURES) (CO 2) 1 MO $3,278.00 $3,278.00 1 $3,278.00 18 CONCRETE/ASPH REMOVAL (CO 2)15 SY $282.29 $4,234.35 15 $4,234.35 $140,256.14 $140,256.14Sub-Total of Previous Unit Tuesday, February 18, 2025 Page 3 of 5 Contract Name THE VILLAGE GROVE 2 Contract Limits Project Type WATER & SEWER DOE Number 4228 Estimate Number 1 Payment Number 1 For Period Ending 1/29/2025 Project Funding City Project Numbers 104228 Contract Information Summary Change Orders $229,668.23Original Contract Amount $277,310.84Total Contract Price $277,310.84 Less Total Cost of Work Completed % Retained $0.00 Net Earned $277,310.84 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $277,310.84 Less Liquidated Damages Days @ / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $277,310.84 $0.00 1 $32,952.23Change Order Number 2 $13,555.38Change Order Number 4 $1,135.00Change Order Number Tuesday, February 18, 2025 Page 4 of 5 Contract Name THE VILLAGE GROVE 2 Contract Limits Project Type WATER & SEWER DOE Number 4228 Estimate Number 1 Payment Number 1 For Period Ending 1/29/2025 Project Funding City Project Numbers 104228 Line Fund Account Center Amount Funded Gross Retainage Net CITY OF FORT WORTH SUMMARY OF CHARGES $277,310.84 Less Total Cost of Work Completed % Retained $0.00 Net Earned $277,310.84 Plus Material on Hand Less 15%$0.00 Balance Due This Payment $277,310.84 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 Less Penalty LessPavement Deficiency $0.00 $0.00 $0.00Less Previous Payment Earned This Period Retainage This Period $277,310.84 $0.00 City Secretary Contract Number 93 WD Contract Date CIRCLE H CONTRACTORS, LP NA P O BOX 939 MIDLOTHIAN TX 76065 G.DEYON K. JACKSON 270 WD Contract Time Days Charged to Date CompleteContract is 100.000000 Contractor , /Inspectors Project Manager Tuesday, February 18, 2025 Page 5 of 5 a N O N � � 3 Q E � 0 ro R e � E 0 0 W � � 3 ► a � Q CWC m tL') N � N rn M ti � H V � } i- Q Z � O U I N f„`. O 8 O p � <'+ I I i � �' "�' S�' � ^ � �o ��' � � �- `_ � 0 � W � ..� .. � � W ao �o m � � N O O � O � h O � ,`, � np $p S g �' ' � y� Yi N M C7 � I C I ? - - � n: O I ^I ? p o o a w� � o �oop�s� > rH � Yl M W �N N m O OU — . —. ..-.-. _ _� I �. � g � '�d � $ �: . z � : ` � � � N� o �' a 7� f] � m - I M U =,.�-• � o � ? � Q � m � zi a l� � � �I T� .A � e�'° e v w v O O ' �� I i � Z Z t�j �$ v� a � O O I �' � a .�S ,4. � �.�. � a � L t W U o 01 a a A M ��� � ol o� a 4 w w C f0 � � 0 '0^ V 3 � � c Q � W Q Z 0 � ~U U w W � n- O N � za _ ap F�+ g $p� � $I ._I W �# N M M �I � � � �; af � � a 3 ti � � °' � o � � g � o $ m s�°� s M c� z w � � � � �Z a � � W V � � � � N O _ ¢ Z � N O � F- O O w rW- � o��F� a y�j W � p O d Z y N K O N� p o� � F � F- � � W -� F 4Q p F� v_, a X � O � w � � rn d O N O �o � � a N O N � � 3 Q E � N O M N C W � 0 O W � � 3 ► a � e W Q �C m a W � O w c� z �i v � � LL Z O �Q W � � Z O Z Q N O v a � � O W O ZQ 2 V w � k O aa 0 � � O LL W .J m N q� Z �u ao N J u�w wo �w a� oy �m � o� �'o �� m Jq V q �v z u� w� o& �� z F N Z a� ZW � �, LL} a. i- m �� OW 2K �� W z a o J � n W Y � t� y E �' z a � I E m Z `,`.,� C �� I �1 I� K U 3 � V m m E z ci � � w c y � a � � 2 Wi 0 � W d' a W U > ui F�-- M rn m d 0 N N O v ami .� � . � N O N �i N G � Q Q u�i � � R � R � a O � O � 3 �:I i ,a c W Q �C m f w c� a U � I N i � N I � ` � I=- I' xk � � �k � O� LL � 0 � a_U1U U u._� � � N � N � � � Z Z C C O aa � � � C Q � W � �OC O� UV W W a� � � �a � � i I `� T j - ----- �s� i ' S �I' � � �I � m I "� I 1 � — . , T�� ' � _ O 3i O _ 1� . �. � I ? r. . � _ ~ � I �a �j � � � e � � � o� g �� o� � w � U o' M M m� -" O "' '" a I -- - • M �� ' ; � � �i �, �, IW _ �!i .��f n N. "li =�. I � � ' I I �` � i �;$�S�a$ o � ' o ��$��� ' � � � �� � __ � � �_.. � � G 4I F . -i - a o� o a � z = � � : � - �' u 0 � � ,a � �' y4 � U Z -t � r� o I � �p a � � . . i �gl ��' °� a � N Z,p 6�� � o o� rd� '� � N �' e o 0 0� Y► V' � $ N� � � I� �, � b � i N _. ._..._. _..�. _- I E` _ a! - . � � � '' p7 .� O = O� I ,� N� M� wl N M' � � O a' � 0., �.} �: � € g � �, m + � ! � � � � � � $ � � N N n S p �j N � N � �� ' O j � N y M � v; 1 -, . � - o � � ,� �� �• �� �r t� � n W 1j� � '� II n A I��, A V' ' � O � � � N � � �� � �,� �. � � IIGtI. N �_�~ � �L — a � LL 0 z O �¢ H Z � � � � � � t�i 6' ��� ° O� U � o� y � O �� � f/1 O � � t7 Zo t�1 � . O� � r � a N 0 }� � 14*15*16*17*18* 0 � W � W � a N O N n O V � � G h � c R v 0 c� m a ¢ m � N (O (V � M h � O O Z Z N N s � �a C (0 � a O O � N � C a � W Q Z � a � � H ~ U U W W � � � O Z � � H U � Q � o o � o � O U � �j g S o g � o���. _ � � v�i w � w�i� ��i+ n � N J � F N W aO a0 � oD W co wa � N ao f d N � � N N � fq a N � � N 0 N 0 0 o a > N O VY Y} N� V pp � p 0 V w w w� Op N i�ri � � $ $o o 0 0 W �'. H ��is v� � �Qis w C9 V o 2 0 � � O O O N Q � 0 O O p O � W O p p O p O O N C G y�j G � j y N � w N � N w w w C�] U F- v o"d a o 0 0 � z M W H �� N N O � ` � '��j o �. U Z � V e�n �> � m a o 0 o N � Z y 'e o o�e �o w v � o � o 0 0 0 � d � � � N N n ci w w w w V o a o 0 0 0 �' w w w w w w � � � U � W 1�q M 3 N Q� N � � � � W Itl �O � m W 1� � � Q N � fA fl, a o � � v' "' a 'n � co �p > N � Q Q U � � w � N p p � O O O O O O U � w a�► w w u4► M � U 1�. W � Q � N 3 � � n � � O O � � w y Q � O O � � Q � � W N � � V O `.i K H W Vl Q H � Z W Q F ❑ o � a � � w �� v a a � � F ai o H U F Z j f~/1 G U F- V U K V N W W p 0 � W O 0 O O a Z N a VW�! WLL' U O� F���j W Q S�� �� o a' rc �O Z�H� Z W J F 0 F � (n Q � �- W Z O j � O W U �U Q � ~ N � m a a N O N n O � � G h N m c R W ° � � W � � ¢ � m N C N � � U O � U m c d .0 � L N Y f0 � O v � � 'O N c0 � 0 Y � w 0 a 0 llA � Z Q _ U � � LL N Z 0 a w � Z � Z w a o � O N � LL V O � � o a o � � � � �p U � _ Q � O - = F- W � V Z Z 1p .a � O S O � d W ? Q a m z � F U � z 0 � � x � Z 0 W � J O > Z G 2 7 LL � V O 2 � W O � a a a C W ❑ W � � O V � w Y � 0. J J W Q vi S � ' U o � 2 a� y m E > m z � Z � W W Z � Z W � W ' N � � U � } } g I � ui m E m z ui � r Z W � N W 2' a w U � ui � � �V N � � a O N N O N > d � Q N O N R N `u O E a 0 N O N C N � 0 O W ° � 3 W � 'a c W ¢ CC m O O Z Z N N O O d � d' W t� Q Z � H U W � a � v �a � o a � o 0 zo O U N V S $ � gp g $ y � N M N N N M 2 U N =� tV J .� F N W � aD A n ao �. V m � � p � � r � Q N fV � fV y 6� O O N p N � � y � o�D � m O � y N H H � � O N (j p p G O o 0 W M N M N q' N O (� V O a o z � � � � � � O O O O p � � � N N � N � N >N O M N M G U � U � `�'8 � o $ � � Z U � h N N��ir .�► K o � F C� V � �' d V = o V o � a o o e N � � O 1O o o� o� y n V � o 0 0 0 0 d � H M N N N m O H N N O U m �j � op! o p� Op Qu � N� M M N M �' V �p W N f�D 3 0+ o�p y ^'� � � v O� eNp 1p �p 6 V Ap O � o Np y� O n N ~ N ~ Q Q N O H N �y p O U v o o g� o� � .�v w .�i� .tln r4i � M o � �j r W iFi F. o 0 3 � �,� � M oi o o a �� "i w p �' o o °' U d �+ M ~ � e�l e�l i oc°� N y'" " o i � � w � U ❑ � W 4 °�d ¢ w � Q � O �, 2 U U W V a O� O W r ot�s U N W� o O Qd o W c > � o o O a z(A a eWii z J O � U �� W W � a N � � z w � � � Z � O I- � N � � O � O W U �U � � ~ a' N O N V N V 0 � Q v N V m c m E W o �; � v �Q GC m s' ' 18 0l � e� � �� N N N S •. �J � F r O m M �(%% W � 0 3 f w r � � = e � � � E � 0 �> — — [ ~ O E � � _ _ � m � S O �C N m � � _ � �- � W $ �LL' o O 5 w Y � � � LL Hg o_ 5 n � s � F � u $� ' � N o �y � _ Q Q f w 0 u � W C C O W O 2 Q S u W � � x 0 0 � a 0 LL W J m � d Z W go' � W Y! O � W W S a� oy W m � S C C9 u� � W m u°� N Y F � U 2 = C N � � 2 H y W O .� � W LL � � �u z� C W � Q W O W � � 0 w � � 1 Y O J W Q _ � E ' m m Z i � r ¢ � U C a I" 0 m � Z � 2 a H i F Z O N w � a � F N a i a 0 N H O n m r � O � _ E 0 ° �� 3 W : �� W Q CC m O O Z Z N N C C O O � t aa � W (� Q Z Q � F U W � � a H U N r Q � o o� o� Z O O U h 0 0 0 0 0 0 0 V o 0 0 0 0 0 N i' w w w w w w = U (7 J � H N W m ' � (j � �O N N � O ' O ' O O f/% O. N O N O N o w a m � m ; o � w o 0 0 0 � � 0 0 0 0 0 0 0 V o 0 0 0 0 0 W i' w w w w w w (7 V o z a � o 0 0 o�o 0 0 0 0 0 a o 0 0 0 0 0 o N o o N o � N � � N � N � O eA eA eA ❑ U ~ U o 0 0 0 0 0 � Z � � i' w w w w w V o, U� U m « te Z � CC � r'- U �" a � � o o � N � � d U o 0 0 0 o r" > w a m v o �» 0 U 0 0 0 0 0 0 0 U o 0 0 0 0 0 � o 0 0 0 0 0 w w w w w.n � m � U � � w � a N �y V V V N N tD � y O � O � tA �q 6 � O N O N O 1� � N 0 N t") � � � j ul T V G� O � � 0 U O o 0 0 0 0 0 U o 0 0 0 0 0 T O O O O O O H t9 t9 eR eR H 0 � U r W a Q o 3 g � N � y °' 'h o N o N 'A vi a m '� o � o 0 o - � � � � U v .. ' i a�i o d 0 U � � H � Z W � p O H O F a Wa' aa' w � v a � o a x z a ��� � � V w U� O� O W Q w Q a Q U K U Vl � w Q 0 � K 0 W 0 > 0 0 o O a z N a vWi � J O O U � p� � � Z Q H � Z W J � 0 H � fn Q �= � W Z O > 0 O W U �U a � ~ _ E E 0 � �� ; � Q � m � � � � _ � _ �.i � yLL Z � h � W C O 2 Z Q O U � O �Q 2 u � � O � 8 � LL WJ m � �W 1 go �� h� KW d � O� �m W = 00 F� F y W m ZJ J V � N � U 2 W �O z" z � W Z � � W LLy � F � U � OW z¢ •� \ �� `��` � � �m � 1 � � m v "� � I T m � U O U � _ W O y W K a F 2 W O � � a m 11' f m � a � N d 0 � S 0 K FURT W�RTH ea_.,�;=•ti., - "`�::� . _ � .� . TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: The Grove 2 CITY PROJECT NUMBER: CPN 104228 WATER PIP� LAID SIZE TYPE OF PIPE LF C-900 8" PVC 466 LF FIRE HYDRANTS: 1 PIPE ABANDONED N/A DENSITIES: NEW SERVICES: SIZE f� VALVES (16" OR LARG�R) TYPE OF PIP� UPLOADED TO ACCELA COPPER LF N/A 33 EA SEW�R PIPE LAID SIZE TYP� OF PIPE LF SDR-26 8" PVC 383 LF PIPE ABANDONED N/A SIZE TYPE OF PIPE LF DENSITI�S: UPLOADED TO ACCELA N�W SERVICES: 4" PVC TItANSPORTATION r1ND PUBLIC WORKS The City of Fort \�lorth • 1000 Throcl�norton Street • Fort \�/ordi, T�i 76012-6311 32 EA Rev. 8/20/19 TRANSPORTATION AND PUBLIC WORKS February 13, 2025 Circle H Contractors 1550 W FM 875/ P.O. BOX 220 Midlothain TX 76065 RE: Acceptance Letter Project Name: The Grove 2 Project Type: Water,Sewer,Drainage City Project No.: 104228 To Whom It May Concern: On February 13, 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 February 13, 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 February 13, 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 Senior Professional Engineer, Office: 817-392-7830 Izeldeen.Ahmed@fortworthtexas.gov . Sincerely, Izeldeen Ahmed, Project Manager Cc: Kevin Jackson, Inspector Gary Deyon, Inspection Supervisor Lorrie Pitts, Senior Inspector Andrew Goodman, Program Manager Clay Moore Engineering,, Consultant Circle H Contractors, Contractor Village Homes, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov i • � i 2105 Greenwood Dr � � �� � � . Southlake, TX 76092 � 817-416-8881 (voice) 817-416-8886 (fax) Date: _�/�/ � ,� mm dd yy Anticipated Annual Purchases: $_ Tax Exeinpt? � Yes [] No, If yes, please include Tax Exemption Certificate (Certificate # Are Purchase Orders used to place orders? [] Yes �[ No, If no, how are orders placed? Is Electronic Invoicing Available/Required? [] Yes �No If yes, website � Any special requirements for invoicing (ie. signature � quired/approval stamp/coding/etc.)? Business Information Company Legal Name: c— �/C, ��J � � Trade Name - d/b/a: �� � _ Ph #: ( � 72 ) ��-� Fax #: { - Billing Address: REQUIRED � n%�j�� . f� > ,� `� � i%l 1 �� Type of Ownership []"C" Corporation �artnership I�L-� L l� []"S" Corporation [ ] Private [ } Publicly Held [ ] Non-Profit [ ] Sole Proprietor �7 r / Incorporation: State: Year: Tax Payer ID# 1`� ��' � 3 L� � Contact Information Field Contact: l2 a�1� 13�n.- �J Phone: t � - `t `tG - � Z 7 _ Email Address: Supervisor: rx� tc€ �aaes� Phone: � _ - 3s''S-'7 Email Address: Wt �iC� � Gr•� es' �f��F�•�r ra�►s . t� --------------------------------------------------------------------------------------- Purchasing: Phone: Email Address: Accounts Payable: �.,.� L.,, Phone: �. _ � �Q Z Email address: � ^! 1 � � ��'rs, �"� �E n„" 01-339(Back) sl'�" �;,, IRev.6-04/5) TEXAS SALES AND USE TAX EXEMPTION CERTIFICATION Name of purchaser, firm or agency CIRCLE H CONTRACTORS, LP Address (Street & number, P.O. Box or Route number) PO BOX 220 City, State, ZIP code MIDLOTHIAN, TX 76065 Phone (Area code and number) 972-723-0802 I, the purchaser named above, claim an exemptian from paymen# of sales and use taxes (for the purchase of taxable items described below or on the attached order ar invoice) from: Kimark Seller: Street address: 2105 Greenwood Drive Description of items to be purchased or on the attached order or invoice: Scada System for Lift Station Purchaser claims this exemption for the following reasan: PROJECT: EI Dorado LOCATION: Granbury City, State, ZIP code: Southlake,Tx 76092 UPON COMPLETION OF THIS PROJECT ALL fNFRASTRUCTURE WILL BE TURNED OVER TO THE CITY FOR OWNERSHIP I understand that I will be liable for payment of sales or use taxes which may become due for failure to comply with the provisions of the Tax Code: Limited Sales, Excise, and Use Tax Act; Municipal Sales and Use Tax Act; Sales and Use Taxes for Special Purpose Taxing Authorities; County Sales and Use Tax Act; Counry Health Services Sales and Use Tax; The Texas Health and Safety Code; Special Provisions Relating to Hospital Districts, Emergency Services Districts, and Emergency Services Districts in counties with a population of 125,000 or less. I understand that it is a criminal offense to give an exemptian cerfificafe to fhe selfer for taxable items thaf 1 know, at the time of purchase, will be used in a mannerother fhan that expressed in this cerfificafe and, depending on the amount of tax evaded, the offense may range from a C/ass C misdemeanor to a felony of the second degree. sign here ` Purchaser PROJECT MANAGER 2/17/2025 NOTE: This certificate cannot be issued far the purchase, lease, or rental of a motor vehicle. THIS CERTlFlCATE DOES NOT REQUtRE A NUMBER TO BE VAtlD. Sales and Use Tax "Exemption Numbers" or "Tax Exempt" Numbers do not exist. This certificate should be furnished to the supplier. Do not send the completed certificate to the Comptroller of Public Accounts. 006219-1 Bond#S-342462 M�NTENANCEBOND Page 1 of 3 1 2 3 4 5 6 7 8 9 SECTION 00 62 l9 MAINTENANCE B�ND THE STATE OF TEXAS § § KNOW ALL BY TAESE PRESENTS: COUNTY OF TARRANT § That we _ �jr���j_��act�rs._LP _, known as "Principal" herein and NGM Insurance Company , a corporate surety (sureties, if more than ane) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Village 11 Homes, LP, authorized to do business in Texas ("Developer") and the City of Fort Worth, a 12 Texas municipal corporation ("City"), in the sum of Two Hundred Thirty Two Thousand One 13 hundred Sixty Eight Dollars and Twenty Three Cents ($232a168.231 lawful money of the United 14 States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly 15 be made jointly unto the Developer and the City as dual obligees and their successors, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fart Worth by and through a Community Facilities 21 Agreement, CFA Number CPN 104228; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the day of _ , 20 , which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 the "Work") as provided for in said Contract and designated as The Grove 2; and 2$ 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans, specifications and Contract Documents that the Work is and will 3 j remain free from defects in materials or workmanship for and during the period of two (2) years 32 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 33 CCTI' OF FdRT VvOR1'H The Grove 2 STANDARU CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CPN 104218 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defec;tive Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired ancUor reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 C1TY OF FORT WORTH The Gruve 2 STANDARD CrI'Y CONDiTIONS — DEVELOPER AWARDED PR07EC'CS CPN ]04228 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 3 4 5 6 7 8 9 10 11 12 13 14 15 15 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3S 39 40 ar �FF instrument by duly authorized agents and officers on this the 25th day of _ March, ._—� 2a 24 PRINCIPAL: Circle H Contractors, LP ATTEST: (Principal) Secretary Witness as to Principal ATTEST: S ec ss as Surety � BY Signature Name and Title Address: P(� R�x22Q — Mi thian: TX 760b5-- SURETY: NGM. ___ _nce Compan� BY: Signature Sheri.RAllen, Att4rn��-i�F��t_ Name and Title Address: 55 West Street Keene, I�II��?3�3-1_ — Telephane Number: _6II3_3��_5281 *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 obligation. 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. C1TY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELt)PER AWARDED PROJECTS Revised January 31, 2012 The Grnve 2 CFN 104228 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your surety underwriter at 1-904-380-7378 You may also write to Main Street America Group and NGM lnsurance Company at: 4601 Touchton Road East Suite 330 Jacksonville, Fl 32246 Attn: Bond Underwriting You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or copnplaints at: 1-800-252-3439 You may write the Texas Departmea�t of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the cEispute is not resolved, you may contact the Texas Department of Insurance. This notice is for information onlv and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obte�er informacion o para someter una queja: Puede comunicarse con su surety underwriter al 1-904-380-7482 Usted tambien puede escribir a Main Street America Group a�d NGM insurance Company at: 46o1 Touchton Road East Suite 330 Jacksonville, Fl 32246 Attn: Bond Ua►derwriting Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de cornpanies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Bax 149104 Austin, TX 78714-9104 Fax:(512)475-1771 E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclaano, debe cotnunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDl) Este aviso es solo para �onosito de informacion v no se convierte en parte o condicion del documento adiunto. 68-TX-N001 �� � =� AMERICA u,' �' � �N��E � PowER oF aT�� 12 5 9 9 3 KNOW }�LL MEN BY THESE PRESENTS: That NGM Insurance Company, a Florida corporation having its principa[ office in the City of Jacksonville, State of Florida, pursuant to Article IV, Section 2 of the By-Laws of said Company, to wit: "Article IV, Sec#ion 2. The board af directors, the president, any vice president, secretary, ar the txeasurer shall hav� the power and autharity to appoint attorneys-in-�act and to authorize them to execute on behalf of the company and affix the seal of the company thereto, bonds, recognizances, contracts of indemnity or writings obligatory in the nature of a bond, recognizance or conditional undertaking and to remove any such attorneys-it�-faet at any time and revoke tha pawer and aui%ority given tQ ihem. " daes herehy rnake, constilute and appoint Bret Tamlinson, Sl�eri R Allen, David Q�fard, Steven Lott, �herrel Breazeale, PeggyHogan ----------------------------------------------------------------------------------------------------------------------------------- its true and lawful Attorneys�in-fact, ta make, execute, seal and deliv�r for and on its behalf, and as its act and deed, bonds, undertakings, rec�gnizanc�s, contracts of indemniiy, or ather writings abligatory in nature of a bond subject ta the following limitation: 1. No one bond to exceed Five Million Dollars ($5,000,000) and to bind NGM Insuranc� �ompany ther�by as fully ar�d to the same extent as ifsuch instruments were signed by the dnly authorize� afficers of NGM Insurance Cornpany; the acts af said Attorney are hereby ratifred and confirmed. This power of attorney is signed and sealed by facsimile under and by the authority of the follawing resolution adopted by the Direciors of NGM InsuranG� Co�pany at a�tteeting duly called and held on the 2nd day c�f Llecember 1977. Voted: That the signafure of any offcer authorized by the By-Laws and the company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance ar other written obligation in the nature thereof; such signature and seal, when so used being hereby a€iopted by the company as the arigina� signature of such ofiice anri the origina{ seal of the company, to be valid and binding upon the camparzy with the same force and effect as thaugh manuallq affixed. IN WITNESS WHEREOF, NGM Insurance Company has caused these presents to be signed by its Assistant Secretary and its corporate seal to be hereto affixed this 24th day of August, 2023. NGM [NSURANCE C�MPANY By: �� `�� O� � �1."� _ � z 19xi � Lauren K. Powell s Vice President, Corparate Secretary� �� State of Wisconsin, County of Dane. On this 24th day of August, 2023, before the subscriber a Notary Public of State of Wisconsin in and for the County of Dane duly comntzssioned and qualifterl, came Lauren K. Aowell nf NGM Insurance Eompany, to me persortalty known to be the officer described herein, and who execu#ed the prece�ti�g insirument, and skte a�cknawiedged the execution of same, and being by me fully sworn, deposed and said that she is an o�cer of said Company, aforesaid: that the seai affrxed to the preceding instrument is the corporate seai of said Company, and the said corporate seal and her signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company; that Article IV, Section 2 of the By-Laws of said Company is now in force. IN 1MTNESS WHEREOF, I have h�reunto s�t my hand and affixed rt�y official seal at Madison, Wiseonsin this 24th day Qf Augu�, 2023. � � � ���r6et � My C mmissi4n Expires May 21, �Q27 `g,�""�'''�� �"—� -- I, Andrew Rose, Vice President of NGM Insurance Cnmpany, do hereby certtty tnat tne above and fnregomg is a true and correct copy of a Power of Attorney executed by said Company which is still in full force and effect. IN_WIT�FS�S WHE , I h e hereu o s t hand and af�xed the seal of said Company at Madison, Wisconsin this � y of ' ,� �c�. Andrew Rose, Vice President �� WARt+IING. Any unauthonzed reproduct�on or aktezatian of tliis document is prohib�ted. TO CONFIRM VALIDI3'Y of the attached bond please call 1-603-354-5281 TO SUBM[T A CLAIM. 5end all correspondence to 55 West Street, Keene, NH 03431 °"°f �v� Attn: Bond Claim Dept or call our Bond Claim Dept. at 1-603-358-1437 6 . ��_ �ncuGardL�04546oflnt�tnsasecuri"rypar�iograph,trit�eAacKgtr�und,hear-seasi�iverrrkcor�3-reac�rev�4kaieraarark;arr�'rrarerdte�2pnn[ingonb�r�er �""'���E�*�a`