HomeMy WebLinkAboutContract 61863-FP2-FP2
City Secretary
Contract No. 61863
FORT WORTH® Date Received
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: Hunter Crossroads East
City Project No.: 105235
Improvement Type(s): Water ❑x Sewer ❑x
Original Contract Price: $650,721.50
Amount of Approved Change Order(s): $14,570.31
Revised Contract Amount: $665,291.81
Total Cost of Work Complete: $665,291.81
Sett De2i;ro
Jett De Riso (M av 30. 2025 10:45 CDT)
Contractor
Project Manager
Title
DDM Construction Corp.
Company Name
9116-,1?—
Project Inspector
Mosadage Mohawwideen, P. U.
Project Manager
J 61t:�
CFA Manager
Lauren Prieur (May 30, 202515:30 CDT)
TPW Director
cv��---)
Asst. City Manager
05/30/2025
Date
05/30/2025
Date
05/30/2025
Date
05/30/2025
Date
05/30/2025
Date
05/30/2025
Date
OFFICIAL RECORD
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: Hunter Crossroads East
City Project No.: 105235
City's Attachments
Final Pay Estimate ❑x
Change Order(s): ❑x Yes ❑ N/A
Pipe Report: ❑x Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
Statement of Contract Time
Contract Time: 145 WD
Work Start Date: 9/23/2024
Completed number of Soil Lab Test: 291
Completed number of Water Test: 25
Days Charged:139 WD Work
Complete Date: 5/1/2025
Page 2 of 2
FORT WORT 11
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name HUNTER CROSSROADS EAST
Contract Limits
Project Type WATER & SEWER
City Project Numbers 105235
DOE Number 5235
Estimate Number 1 Payment Number 1 For Period Ending
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor DDM CONTRUCTION CORPORATION
306 W. OVERLY DRIVE
LAKE DALLAS , TX 75065
Inspectors T. GARDNER / J. ROGERS
Contract Time
Days Charged to Date
Contract is 100.00
5/1/2025
WD
14WD
139
Complete
Thursday, May 29, 2025 Page 1 of 5
City Project Numbers 105235
Contract Name HUNTER CROSSROADS EAST
Contract Limits
Project Type WATER & SEWER
Project Funding
UNIT I: WATER IMPROVEMENTS
Item
Description of Items
Estimated unit
No.
Quanity
1
4"-12" PRESSURE PLUG (CO#1)
8 EA
2
SALVAGE FIRE HYDRANT
1 EA
3
8" WATERLINE LOWERING
1 EA
4
12" WATERLINE LOWERING
3 EA
5
MANHOLE ADJUSTMENT MAJOR
1 EA
6
MISCELLANOUS STRUCTURE ADJUSTMENT
5 EA
7
TRENCH SAFETY
1479 LF
8
VALVE BOX ADJUSTMENTS
14 EA
9
DUCTILE IRON WATER FITTINGS W/
1.6 TN
RESTRAINT
10
6" WATER PIPE
6 LF
11
8" WATER PIPE (CO#1)
117.91 LF
12
12" WATER PIPE
1278 LF
13
FIRE HYDRANT
2 EA
14
CONNECTION TO EXISTING 4"-12" WATER
7 EA
MAIN
15
6" GATE VALVE
1 EA
16
8" GATE VALVE (CO#1)
7 EA
17
12" GATE VALVE
4 EA
18
12" CUT - IN GATE VALVE (CO#1)
6 EA
Sub -Total of Previous
Unit
UNIT II: SANITARY SEWER IMPROVEMENTS
Item Description of Items
No.
1 CONC PVMT REPAIR, ARTERIAL,
2 POST -CCTV INSPECTION
3 MANHOLE VACUUM TESTING
4 TRENCH SAFETY
5 20" CASING BY OPEN CUT
6 8" SEWER PIPE
7 8" DIP SEWER PIPE
DOE Number 5235
Estimate Number I
Payment Number 1
For Period Ending 5/1/2025
Unit Cost
Estimated
Completed
Completed
Total
Quanity
Total
$1,250.00
$10,000.00
8
$10,000.00
$990.00
$990.00
1
$990.00
$9,000.00
$9,000.00
1
$9,000.00
$17,500.00
$52,500.00
3
$52,500.00
$7,300.00
$7,300.00
1
$7,300.00
$2,200.00
$11,000.00
5
$11,000.00
$1.50
$2,218.50
1479
$2,218.50
$600.00
$8,400.00
14
$8,400.00
$15,500.00
$24,800.00
1.6
$24,800.00
$370.00
$2,220.00
6
$2,220.00
$141.00
$16,625.31
117.91
$16,625.31
$150.00
$191,700.00
1278
$191,700.00
$9,700.00
$19,400.00
2
$19,400.00
$4,450.00
$31,150.00
7
$31,150.00
$2,750.00
$2,750.00
1
$2,750.00
$3,700.00
$25,900.00
7
$25,900.00
$6,700.00
$26,800.00
4
$26,800.00
$7,800.00
$46,800.00
6
$46,800.00
$489,553.81
$489,553.81
Estimated Unit
Quanity
27 SY
512 LF
8 EA
512 LF
81 LF
431 LF
81 LF
fnit Cost
Estimated
Completed
Completed
Total
Quanity
Total
$300.00
$8,100.00
27
$8,100.00
$1.25
$640.00
512
$640.00
$370.00
$2,960.00
8
$2,960.00
$3.00
$1,536.00
512
$1,536.00
$280.00
$22,680.00
81
$22,680.00
$112.00
$48,272.00
431
$48,272.00
$150.00
$12,150.00
81
$12,150.00
Thursday, May 29, 2025 Page 2 of 5
City Project Numbers 105235
Contract Name HUNTER CROSSROADS EAST
Contract Limits
Project Type WATER & SEWER
Project Funding
DOE Number 5235
Estimate Number 1
Payment Number 1
For Period Ending 5/1/2025
8 4' MANHOLE 8 EA $8,500.00 $68,000.00 8 $68,000.00
9 4' EXTRA DEPTH MANHOLE 9.5 VF $1,200.00 $11,400.00 9.5 $11,400.00
Sub -Total of Previous Unit $175,738.00 $175,738.00
Thursday, May 29, 2025 Page 3 of 5
City Project Numbers 105235
Contract Name HUNTER CROSSROADS EAST
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 5235
Estimate Number 1
Payment Number 1
For Period Ending 5/1/2025
$650,721.50
$14,570.31
$665,291.81
Total Cost of Work Completed $665,291.81
Less % Retained $0.00
Net Earned $665,291.81
Earned This Period $665,291.81
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
$665,291.81
Thursday, May 29, 2025 Page 4 of 5
City Project Numbers 105235
Contract Name HUNTER CROSSROADS EAST
Contract Limits
Project Type WATER & SEWER
Project Funding
Project Manager NA
Inspectors T. GARDNER / J. ROGERS
Contractor DDM CONTRUCTION CORPORATION
306 W. OVERLY DRIVE
LAKE DALLAS , TX 75065
DOE Number 5235
Estimate Number I
Payment Number 1
For Period Ending 5/1/2025
City Secretary Contract Number
Contract Date
Contract Time 145 WD
Days Charged to Date 139 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 $665,291.81
Less % Retained $0.00
Net Earned $665,291.81
Earned This Period $665,291.81
Retainage This Period $0.00
Less Liquidated Damages
0 Days @ $0.00 / Day
$0.00
LessPavement Deficiency
$0.00
Less Penalty
$0.00
Less Previous Payment
$0.00
Plus Material on Hand Less 15%
$0.00
Balance Due This Payment
$665,291.81
Thursday, May 29, 2025 Page 5 of 5
REVIEWED
DEVELOPER -AWARDED -PROJECT CHANGE ORDER
By Mosadage Mohammdeen at 3:55 pm, Nov 12, 2024
(PROJECT NAME:
Hunter Crossroads East
I
(CONTRACT:
Wate,Sewer, Drainage, Paving and Sreet Lighting Improvements
CHANGE
ORDER No:
ICFA#
23-0170 I
CITY PARTICIPATION:(
N/A
(CITY PROJECT #
105235
I
I CITY SECRETARY CONTRACT #
61863
I
IFID #
30114-0200431-105235-EO7685
I
1
IX #
28013
I
I FI LE #
K3218
I
INSPECTOR:
John Rogers
Phone No: 682-210-8044
PROJECT MANAGER:
Mosadage Mohammdeen,
PE, PMP Phone No: 817-392-2443
CONTRACT UNIT
WATER
SEWER DRAINAGE
PAVING
STREET
LIGHTS
CONTRACT
Developer
beveioper
I
eveloper
(Cost
DAYS
Cost
City Cost Developer
Cost I City Cost Cost
City Cost
Developer Cost
I
City Cost
City Cost
(ORIGINAL CONTRACT
$474,983.50
$0.00
$175,738.00 I $0.00 I $678,517.50
$0.00
$2,156,346.60 I
$0.00
I $604,886.70
$0.00
145 I
I EXTRAS TO DATE
$0.00
$0.00
$0.00 I $o.00 I $0.00
$0.00
$0.00 I
$0.00
$0.00
$0.00
I
(CREDITS TO DATE
$0.00
$0.00
$0.00 I $0.00 I $0.00
$0.00
$0.00 I
$0.00
I $0.00
$0.00
I
ICONTRACT TODATE
$474,983.50
$0.00
$175,738.00 I $0.00 I $678,517.50
$0.00
$2,156,346.60 I
$0.00
I $604,886.70
$0.00
145 I
(AMOUNT OF PROP. CHANGE ORDER
$14,570.31
$0.00
$0.00 I $0.00 I $0.00
$0.00
$0.00 I
$0.00
I $0.00
$0.00
0 I
I REVISED CONTRACT AMOUNT
$489,553.81
$0.00
$175,738.00 I $0.00 I $0.00
$0.00 I
$0.00
I $0.00
$0.00
145 I
TOTAL REVISED CONTRACT AMOUNT PER
UNIT
$489,553.81
$175,738.00
$678,517.50
$2,156,346.60
$604,886.70
REVISED COST SHARE
Dev. Cost:
$4,105,042.61 City Cost:
$0.00
TOTAL REVISED CONTRACT
$4,105,042.61
You are directed to make the following changes
in the contract documents:
UNIT I: WATER IMPROVEMENTS
CITY BID ITEM
Developer
per
PAY ITEM #
QUANTITY
UNIT ITEMrn JR rR��PT14
CFW Unit Price
UNIT PRICE
City Cost
TOTAL
11
3311 10, 3311 12 12.91
LF 3311.021 8Water P pe
$141.00
$1,820.31
$1,820.31
16
33 1220 1.00
EA 3312.3003 8" Gate Valve
$3,700.00
$3,700.00
$3,700.00
18
33 1220 1
EA 3312.3105 12" Cut -in Gate Valve
$7,800.00
$7,800.00
$7,800.00
1
024114 1
EA 0241.11184"-12" Presssure Plug
$1,250.00
$1,250.00
$1,250.00
TOTAL UNIT I: WATER IMPROVEMENTS
$14,570.31
$0.00
$14,570.31
UNIT II: SANITARY SEWER IMPROVEMENTS
CITY BID ITEM
DeCost Pef
PAY ITEM #
QUANTITY
UNIT
ITEM DESCRIPTION
UNIT PRICE
City Cost
TOTAL
$0.00
$0.00
TOTAL UNIT II:
SANITARY SEWER IMPROVEMENTS
$0.00
0
$0.00
Revised: 12-17-2018 Page 1
Asterisk (') Indicates New Pay Item
REASONS FOR CHANGE ORDER Additional water shrhout added at Sta. 0+37.55 Wafer Line 1. Changes correspond to Revision No. 1 as shown on sheet C-02.02 of the construction plans.
RECOMMENDED: APPROVED ,I
W`ui'nk—elm�ann laynnd Associate, Inc. Hunter Cross LP
By: FLU .I, ro 3 By: D
II
Name: Maria C. Bonilla, PE, CFM Na Scott Rohrmariv / JW q1 rz
Title: Vice -President Title: Manager of the General Partner
APPROVAL RECOMMENDED: APPROVED:
CFW - Water Department CFW - Assistant City Manager
By: By:
Name: Name:
Title: Title:
RECOMMENDED:
CFW - 'Contract Compliance Manager ATTEST
By:
Name S. Goodall
REVIEWED �crelary
Till
By Mosadage Mohammdeen at 3:55 pm, Nov 12, 2024
M&C Number:
MSC Dale Approved:
' Contract Compliance Manager (Project Manager):
By signing I acknowledge that 1 am the person responsible
for the monitoring and administration of this contract, include
ensuring all performance and reporting requirements.
17 There are NO City Funds associated with this Contract
There are City Funds associated with this Contract
APPROVED:
DOMConsfructlon rp��
ld /Zackery Markwardl
Title: President
APPROVED AS TO FORM AND LEGALITY:
CFW -Assistant City Attorney
By:
Name:
Title:
Revised: 12-17-2018 Page 2
FORT WORTH,
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Hunter Crossroads East
CITY PROJECT NUMBER: 105235
WATER
PIPE LAID SIZE TYPE OF PIPE
OPEN CUT 6" PVC
OPEN CUT 8" PVC
OPEN CUT 12" PVC
FIRE HYDRANTS: EA
PIPE ABANDONED
N/A
DENSITIES:
NEW SERVICES:
PIPE LAID
OPEN CUT
OPEN CUT
PIPE ABANDONED
N/A
DENSITIES:
NEW SERVICES:
LF
6 LF
117.91 LF
1278 LF
VALVES (16" OR LARGER) N/A
SIZE TYPE OF PIPE LF
YES - ALL PASSED
N/A
SEWER
SIZE TYPE OF PIPE
8" PVC
8" DIP
SIZE
N/A
TYPE OF PIPE
YES ALL PASSED
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
LF
431 LF
81 LF
LF
FORTWORTH.
M,
TRANSPORTATION AND PUBLIC WORKS
May 22, 2025
DDM Construction Corp
306 W.Overly Dr.
Lake Dallas TX,75065
RE: Acceptance Letter
Project Name: Hunter Crossroads East
Project Type: Paving,Water,Sewer,Drainage and Street Light
City Project No.: 105235
To Whom It May Concern:
On May 7, 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 May 22, 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 May 22, 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-
392-2443.
Sincerely,
Moradage Mohawdem,,T.U.
Mosadage Mohammdeen, Project Manager
Cc: John Rogers, Inspector
Troy Gardner, Inspection Supervisor
Cody Horton, Senior Inspector
Andrew Goodman, Program Manager
Winkelmann & Associates,lnc, Consultant
DDM Construction, Corp, Contractor
Hunter Crossroads,LP, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF TEXAS
COUNTY OF DENTON
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Michelle Ruez,
Controller Of DDM Construction Corp, 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;
CPN# 105235 - Avondale Farms Drive Extensio
BY .
ichelle�2uez
Subscribed and sworn before me on this date 29th of May, 2025.
,"Nofary Publ c
Denton, Texas
`
DAVONNAMCARTHUR
Notary ID #134557344
My Commission Expires
'101 y
15, 2027
a
September
30189779
OWNER
❑X
CONSENT OF SURETY
ARCHITECT
❑
CONTRACTOR
❑
Conforms with the American Institute of
SURETY
❑
Architects, AIA Document G707
OTHER
❑
TO OWNER: Hunter Crossroads LP
ARCHITECT'S PROJECT NO.:
(Name and address) 2030 Main St. Suite 342
CONTRACT FOR:
Dallas, Tx 75201
Avondale Farms Drive Extension
PROJECT: City of Fort Worth, Texas
CONTRACT DATED:
(Name and address) Hunter Crossroads East
US 287 & Saginaw Blvd
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(Insert name and address of Surety)
Continental Casualty Company
151 N Franklin St.
Chicago, IL 60606-1821 SURETY,
on bond of
(Insert name and address of Contractor)
DDM Construction Corporation
306 W. Overly Drive
Lake Dallas, Tx 75065 CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any
of its obligations to
(Insert name and address of Owner)
Hunter Crossroads LP
2030 Main St. Suite 342
Dallas, Tx 75201 OWNER,
as set forth in said Surety's bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: April 30, 2025
(Insert in writing the month
i
Continental Casualtv Companv
(Surety)
(Si nature of authori ed representative
Cindy Rodriguez Attorney -in -Fact
(Printed name and title)
LMS-12134 10/01
U SEAL Y
\�/
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an
Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are
duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures
and seals herein affixed hereby make, constitute and appoint
James W Leeker, Linda S Nichols, Reginald Ray Allen, Cindy Rodriguez, Russell Jones, Individually
of Rockwall, TX, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds,
undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of
said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed below, duly adopted, as indicated, by the
Boards of Directors of the insurance companies.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this
1 st day of February, 2024.
P� GASUq�ry 1NSUR4tc AN Olt,
os
Z� CORPORArF O O , `000RPORgr� C
z o T
IULY 31, y
oU SEAL i� Jaa Isoz a�
OF 11AR�FOPO ky � �d
1897
State of South Dakota, County of Minnehaha, ss:
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Readin Pennsylvania
a7Larry Kasten Vice President
On this 1 st day of February, 2024, before me personally came Larry Kasten to me known, who, being by me duly swom, did depose and say: that he resides in the
City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance
Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and
which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that
they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,
and acknowledges same to be the act and deed of said insurance companies.
My commission expires M. BENT
NOrARY PUBLIC r
.r SEAL SOUTH DAKOTA SEAL g
March 2, 2026 ....,.,., 5 ,y, 5 ,,, ,,: M. Bent Notary Public
CERTIFICATE
I, D. Johnson, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois
insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney
herein above set forth is still in force, and further certify that the By -Laws and Resolutions of the Board of Directors of the insurance companies printed below are still
in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 30th day of April, 2025. cASUg4T
GAsuq�r tMSURq �PANvpA Continental Casualty Company ���
� *, yy°° PF9o� National Fire Insurance Company of Hartford F� r,ORPORATE °�
CORPORArp Q + G w `NCORPORprFO c:. American Casualty Company of Reading, Pennsylvania o • >
Z ' D O �� L IULY 31, y U
SEAL
�U SEAL
0A Ao ky • sa 1897
1897 HARZF�
D. Johnson 0 Assistant Secretary
Authorizing By -Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF EACH OF CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF
HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA (as defined above, the "CNA Companies"):
This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of each of the above CNA
Companies at a meeting held on May 12, 1995:
"RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the
Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be
provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective."
This Power of Attorney is signed by Larry Kasten, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on
behalf of each of the CNA Companies.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of each of the above
Companies by unanimous written consent dated the 25' day of April, 2012:
"Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute
various policies, bonds, undertakings and other obligatory instruments of like nature; and
Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or
otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer
shall be valid and binding on the Company."
This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority of the
following Resolution adopted by the Board of Directors of each of the above CNA Companies by unanimous written consent dated the 27th day of April, 2022:
"RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify
and confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered the act and deed of the Company."
Go to www.cnasuretv.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity.
Form F6853-6/2023