HomeMy WebLinkAbout062451-FP4 - Construction-Related - Contract - PCI Construction-FP4
City Secretary 62451
Contract No.
FQRT�VORTH�
Date Received 2�26/2026
AT
NOTICE OF PROJECT COMPLETION
(Developer Projects)
The Transportation and Public Works Department upon the recommendation of the Project
Manager has accepted the following project as complete:
Project Name: Augusta Square Ph.2
City Project No.: 105728
Improvement Type(s): Water � Sewer �
Original Contract Price:
Amount of Approved Change Order(s)
Revised Contract Amount:
Total Cost of Work Complete:
������
Contractor
Vice President of Operation
Title
PCI Construction
Company Name
K� i�"�,�
Project Inspector
��� ���
Project Manager
a���
CFA Manager
La�e�• 2fi2:i 13 '13 44 (;ST i
TPW Director
$476,463.50
$0.00
$476,463.50
$476,463.50
02/20/2026
Date
02/20/2026
Date
02/23/2026
Date
02/26/2026
Date
02/26/2026
Date
OFFICIAL RECORD I
CITY SECRETARY Page 1 of 2
FT. WORTH, TX
Notice of Project Completion
Project Name: Augusta Square Ph.2
City Project No.: 105728
City's Attachments
Final Pay Estimate 0
Change Order(s): ❑ Yes 0 N/A
Pipe Report: 0 Yes ❑ N/A
Contractor's Attachments
f�
Affidavit of Bills Paid �
Consent of Surety '
�� .
Statement of Contract Time
Contract Time: 110 WD
Work Start Date: 4/14/2025
Completed number of Soil Lab Test: 264
Completed number of Water Test: 9
Days Charged: 163 WD
Work Complete Date:1/12/2026
Page 2 of 2
F���r ���Tx
CITY OF FORT WORTH
F1NAL PAYMENT REQUEST
Contract Name AUGUSTA SQUARE PHASE 2
Contract Limits
Project Type WATER & SEWER
City Project Numbers 105728
DOE Number 572g
Estimate Number 1 Payment Number 1
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor PCI CONSTRUCTION, INC.
P.O. BOX 2967
Inspectors
McKI1VNEY� TX 75070
G. DEYON / K. JACKSON
For Period Ending 1/12/2026
WD
Contract Time 3�JD
Days Charged to Date 163
Contract is 100.00 Complete
Friday, February 27, 2026 Page 1 of 5
City Project Numbers 105728
Contract Name AUGUSTA SQUARE PHASE 2
Contract Limits
Project Type WATER & SEWER
Project Funding
DOE Number 5728
Estimate Number 1
Payment Number 1
Far Period Ending 1/12/2026
UNTI' I: WATER IMPROVEMENTS
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
1 8' PVC WATER PIPE 1195 LF $61.00 $72,895.00 ll95 $72,895.00
2 8" GATE VALVE 5 EA $2,666.00 $13,330.00 5 $13,330.00
3 FIRE HYDRANT 1 EA $7,952.00 $7,952.00 1 $7,952.00
4 CONNECTION TO EXISTING 4"-12" WATER 3 EA $4,097.00 $12,291.00 3 $12,291.00
MAIN
5 DUCTILE IRON WATER FITTINGS W/ 1 TN $22,336.00 $22,336.00 1 $22,336.00
RESTRAINT
6 1" WATER SERVICE 32 EA $1,544.00 $49,408.00 32 $49,408.00
7 TRENCH SAFETY 1195 LF $0.50 $597.50 1195 $597.50
8 1" WATER SERVICE (CONNECT TO EXISTING 6 EA $2,460.00 $14,760.00 6 $14,760.00
8" WATER MAIN)
9 CONC PVMT REPAIR, ATERIALIINDUSTRIAL 348 SY $177.00 $61,596.00 348 $61,596.00
(WATER)
10 REMOVE CONC PVMT (WATER) 348 SY $42.00 $14,616.00 348 $14,616.00
Sub-Total of Previous Unit �269,7s1.so
-------------------
UNTI' II: SANTTARY SEWER IMPROVEMENTS
Item Estimated Estimated
Description of Items Unit Unit Cost
No. Quanity Total
1 8" SEWER PIPE 1008 LF $67.00 $67,536.00
2 4' MANHOLE 6 EA $4,635.00 $27,810.00
3 4' EXTRA DEPTH MANHOLE 14 VF $273.00 $3,822.00
4 4" SEWER SERVICE 36 EA $1,400.00 $50,400.00
5 CONNECT TO EXISTING 8" SEWER PIPE 1 EA $1,932.00 $1,932.00
6 CSS ENCASEMENT FOR UTILTTY PII'ES 60 LF $101.00 $6,060.00
7 MANHOLE VACUUM TESTING 6 EA $165.00 $990.00
8 POST-CCTV INSPECTION 2016 LF $2.50 $5,040.00
9 TRENCH SAFETY 1008 LF $0.50 $504.00
10 4" SEWER SERVICE (CONNECT TO EXISTING8" 6 EA $2,499.00 $14,994.00
SANITARY SEWER MAIN)
11 CONC PVMT REPAIR, ARTERIAL/INDUSTRIAL 126 SY $177.00 $22,302.00
(SEWER)
12 REMOVE CONC PVMT (SEWER) 126 SY $42.00 $5,292.00
$z69,7si.so
Completed Completed
Quanity Total
1008 $67,536.00
6 $27,810.00
14 $3,822.00
36 $50,400.00
1 $1,932.00
60 $6,060.00
6 $990.00
2016 $5,040.00
1008 $504.00
6 $14,994.00
126 $22,302.00
126 $5,292.00
Friday, February 27, 2026 Page 2 of 5
City Project Numbers 105728
Contract Name
Contract Limits
AUGUSTA SQUARE PHASE 2
Project Type
Project Funding
WATER & SEWER
DOE Number 5728
Estimate Number 1
Payment Number 1
Far Period Ending 1/12/2026
Sub-Total of Previous Unit �zo5,6sz.00 �zo6,6s2.00
Friday, February 27, 2026 Page 3 of 5
City Project Numbers 105728
Contract Name AUGUSTA SQUARE PHASE 2
Contract Limits
Project Type WATER & SEWER
Project Funding
Contract Information Summary
Original Contract Amount
Chan�e Orders
Total Contract Price
DOE Number 5728
Estimate Number 1
Payment Number 1
Far Period Ending 1/12/2026
$476,463.50
$476,463.50
Total Cost of Work Completed $476,463.50
Less % Retained $0.00
Net Earned $476,463.50
Earned This Period $476,463.50
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
$476,463.50
Friday, February 27, 2026 Page 4 of 5
City Project Numbers 105728
Contract Name AUGUSTA SQUARE PHASE 2
Contract Limits
Project Type WATER & SEWER
Project Funding
Project Manager NA
Inspectors G. DEYON / K. JACKSON
Contractor PCI CONSTRUCTION, INC.
P.O. BOX 2967
McKINNEY, TX 75070
Line Fund Account Center
DOE Number 5728
Estimate Number 1
Payment Number 1
Far Period Ending 1/12/2026
City Secretary Contract Number
Contract Date
Contract Time 35 WD
Days Charged to Date 163 WD
Contract is .000000 Complete
CITY OF FORT WORTH
SUMMARY OF CHARGES
Amount Gross Retainage
Funded
Total Cost of Work Completed
Less % Retained
Net Earned
Earned This Period $476,463.50
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
Net
$476,463.50
$0.00
$476,463.50
$0.00
$0.00
$0.00
$0.00
$0.00
$476,463.50
Friday, February 27, 2026 Page 5 of 5
FORTWORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Augusta Square Ph.2
CITY PROJECT NUMBER: 105728
� WATER
PIPE LAID SIZE TYPE OF PIPE
C-900 8" PVC
FIRE HYDRANTS: 1
PIPE ABAi�TDONED
n/a
DENSITIES:
NEW SERVICES:
�
PIPE LAID
SDR-26
PIPE ABANDON�D
N/A
D�NSITI�S:
NEW SERVIC�S:
SIZE
1"
SIZE
8��
f.yYAy
C!Y
LF
1195
VALVES (16" OR LARGER) n/a
TYPE OF PIPE LF
Yes Uploaded To Accela
copper
SEWER
TYPE OF PIPE
PVC
TYP� OF PIPE
Yes Uploaded To Accela
PVC
32 EA
LF
1008
LF
36 EA
TRANSPORTATION t1ND PUBLIC WORKS
The Cit�� of Fort VUorth • 1000 Throckmorton Street • Fort ��/orth, T� 76012-6311
�`o�� ����r��
TRANSPORTATION AND PUBLIC WORKS
February 4, 2026
PCI Construction
405 Interchange Street
McKinney, TX 75071
RE: Acceptance Letter
Project Name: Augusta Square Ph.2
Project Type: water, Sewer, paving, Drainage, Street Lights
City Project No.: 105728
To Whom It May Concern:
On January 20, 2026 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 3, 2026. The final inspection
and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and
is therefore accepted by the City. The warranty period will start on February 3, 2026, which is the date
of the punch list completion and will extend of two (2) years in accordance with the Contract
Documents.
If you have any questions concerning this letter of acceptance, please feel free to contact me at
George Marquez, P. E. Senior Professional Engineer Infrastructure Plan Review Center (IPRC) City of Fort
Worth/ Development Services Department 100 Fort Worth Trail, Fort Worth, TX 76102 (817) 392-6826
Geor�e.Marquez@fortworthtexas.gov .
Sincerely,
�� ���
George Marquez, Project Manager
Cc: Kevin Jackson, Inspector
Gary Deyon, Inspection Supervisor
Lorrie Pitts, Senior Inspector
Andrew Goodman, Program Manager
Westwood, Consultant
PCI Construction, Contractor
DR Horton, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF Texas
COLTNTY OF Collin
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Troy Mitchell,
Controller Of PCI Construction, 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;
Water Sewer & Storm Drain for Augusta Square Phase 2- CPN 105728
C
� i���'�� -,
Troy Mitchell - Contoller
Subscribed and sworn before me on this date 19th of February, 2026.
C,
��
��
Notary Public Bree Mitchell
Collin, Texas
���— - - — BREE MITC.H L€.
�^. ��'. •= My Nofary ID t� 123944675
-' � �.�
••',�,; ��, ;E; Expires September 26, 2027 �
:�,���_��,�:��� ��.�z:�
�x, az aa
unr - nm rno�K�sni.
N;�Kc i arc
SECTION 00 42 43
CJevQloper Awarded Projocts - PROPOSAL FORM
UNIT PRICE BID
Project ltan Informntion
Didlist bcscription Specilicatimi Unit of Aid
Item No. � Scction Nu. � �icasurc � Quautity
-
UNIT.I�WAT�R_I,MPROVEMEN7S
1 3311.0261 8' PVC Water Pipe 3311 12 �F 1135
2 3312.3003 8" Gate Valve 3a � 2 Lp �� 5
3 3312.0001 Fire Hydrant 33 12 40 �A 1
4 3312,0117 Connection to Existing 4" - 12" Water Maln 33 12 25 EA 3
5 3311.0001 DucUle Iron Waler FiRings w/Restraint 33 11 11 TON 1
6 3312.2003 1" Water Service 33 12 10 CA 32
7 3305.0109 Tronch Satety 33 05 10 L,F 1195
II 3312.20Q3 1" Water Service (Connect to Exisling 8" Watar Main) 33 12 10 EA 6
9 3201,0816 Conc Pvmt Repair, Ateriaillndustrtai (Water) 32 41 29 5Y 348
10 0241.9000 Ramove Canc !'vmt (Waterj 02 41 15 SY 34i3
11
A5
ciry or roar woFe�n
STr1NDARD CQNSTRU(.TION SPLCIFIfA'PION DOCU\IC:Nf5 • UF:VCI.OPL"•R A\\"A2UL'tl PfiO1L"C7S
Pnrtn Vcr:ion Af��' 27, :019
Bidder's Application
6iddct's Prn�sal
t)nit Yrica ( 13iA Value
�v61.00 $72,895.00
$2,G66.00 $13,330.00
57,�J62.00 �7,fl52.00
$4,0fl7.00 $12,291.00
522,338.OD $22,336.00
$1,&4A.00 $q9,408.00
50,50 $597.50
$2,46p,00 �tA,760.Q0
$177,00 5�1,59�.00
$42.00 $14,616.00
TOTAL. UNIT I: WATER IMPROVEMENTS $269,781.50
AVgusla 5�uaro PLnsc 1• C'�A (hianlitics - PCI
auza�
onF� • oio rrtorosni,
r,F� z ore
SECTION 00 A2 43
Develaper Awarded ProJects - PROPQSAL F�RM
UNIT PRICE BID
Projcct ilam Ininnn,uinn
DiJlist
itcm No.
1
2
3
�
y
6
7
a
�
10
11
12
13
Ab
Bidder's Applicafiion
Descripli�n � Spcci�cntinn ( Unit of � I3id
5�ciia� No. �Icasurc Quuulily
UNii' H: SAkITARY SEWER INfPftOVEMENTS
3331 A115 8" 5ewer Pipe ` ����' � 33 3t 20 LF 1008
333J.1001 A' Manhole 33 39 20 Ef� 6
333J.1003 A' Exira Depth Manhole 33 3�J 10, 33 VF 14
333i.3101 4" 5ewer Seroice 33 31 GO EA 36
9999.0001 Connect to Exisling II" Sewer Plpe 33 31 ?.0 EA 1
J�J99.00p2 CSS EncAsement for Utility Pipes 00 00 00 LF 60
3301.0101 Manhofe Vacuum Testinp 33 01 30 EA �
3301.0002 Post-CCN Inspection 33 Oi 31 LF 2016
3305.010�3'i'rench Safety 33 05 10 LF 1008
3331.31U1 4" 5ewer Service (Connect to Existing fi" Sanitary Sewef Main) .33 31 50 E/� 6
3201,�61E3 Conc Pvmt Repair, Arterialllnduslrial (Sewer) 32 01 2�3 SY 12fi
02A1.1000 ftemove Conc Pvmt (Sewer) 02 Gi 15 SY 126
70TAL UNIT II: SANITARY S�WEEZ IMPR�VEMEN7S
l3iddci's 1'w�msel
[lnit Pricc I
�67.00
$A,63b.00
�273.00
$1,400.00
$1,�32A0
5101.00
�165.00
�2.50
$0.5�
$2,A99.00
$17%.00
$42.00
liid Vcttuc
$67,636.00
527,810.00
$�,822A0
$50,400.00
51,932.00
�s,oso.00
$990.Op
$5,Q40.00
�u504.00
$'1A,99a.00
522,302.00
55,292.00
�2o�,�aa.oa
C17YOF I�OIITlVOItTtI
STAN6ARD Ci)NSSStIfCl'ION SPECfFIC�1'SIQN IX1C11�11iNSS � UP.\'4iI,0AF11 AD'Ai4{)EU PitOSkiCTti
Porm Vcrsion �tnp 12, 2017 Augustn Sqiurc Phvc 2• Ct�A Quanlllles . PCI
twaz �i
onr • �in ritarcxs,v.
Pa�,c J ofG
SHCTION 00 A2 43
Developer Awarded Projects - PROPQSAL FORM
UNIT PRICE BID
Projcct Itam In)brmation
Ridlisf Spucilicutiou
llem Nu. Dzscription ( �
Section 1�u.
UNIT IIi: DRAIIVAGE IMPROV_EMEtJT3
� 3341.0201 21" ftCf', Cipss 111 33 q1 10
2 334L0205 24" RCP, Cless III 33 41 1U
3 33A1,030J 3Et" RCP, Class III 33 A1 10
4 3349.0001 4' Starm Junction Box 33 49 10
G 33A4.5001 10' Curb Inlei 33 4fl 20
E3 33Afl.5002 15' CutU inlet 33 4D 20
7 J�J99.00OA Connect to Fxistinc� 3�" RCP 00 00 t)Q
8 3305.0109 TrenCh Satety 33 05 10
9 3201.0616 Canc Pvmi Repair, AteriaUlndustrial (Stonti) 32 01 29
1U 02A1.1000 Remove Conc Pvmt (Siorm) 02 41 15
11
45
Bidder's Applicafiion
Unitof 13id
\Icasurc Qunnlity
LF 95
LF 62
LF 346
EA 2
EA 4
EA 1
EA 1
LI� 503
SY A5
SY 45
TOTAL UNIT III: DRAINAGE IMPROVEMENTS
crry oe ronT �vonrn
srnNnntan c•oNsnsiJcriox srrcmicnTio;v nocvnir:�rrs • ar;vEai.orea nw,�anr:n ri�oircTs
['artu Vcrsion t��ac 12. 3QI7
13idc(crs Proposel
Unit Frico ( E3id Value
$9(l.00 $9,310.00
$11�J.00 $7,378A0
$174A0 $60,204.00
�4,Gf32.00 $fl,364.00
$6,713.00 ^�26,852.00
$II,779.00 �E3,77�J.00
$4,57ft.21 y4,578.21
$O.A3 ^�216.29
$177.00 $7,965.00
$d2.00 $1,890.00
513�,536.50
Angusla S��nrc Ple�sy 2• tPA lj .inlilles • PCI
iN).1: �J
DAI' • IIIU t7iOl'OSe\L
pngc d uf l
SECTION 00 42 43
Ueveloper A�varded Projects - PROPOSAL FORM
� . . �
t3idder's Application
Projec[ ltem Inl'onnntion
[3idlist
licm No.
Description � Speeifieatiou ( Unilof � �2id
Section Nn. �lcasurc Quanlily
Bid Summ:�ry,
UNIT I: WATER IMPROVEMENTS
UNIT II: SANITARY SEWGR IMPROVEMENTS
UNIT III: DRAINAGE IMF'ROVEMENTS
UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREE'i LIGHTING IMPROVEMENTS
't'ntnl ConslruMiai 13id�
'Phis 13id is submitled 1��� Ihe cntity nnmed 4elo�v:
f3iddcrs Pmposal (
Uuit Pricc I Oid Vnluc I
5269,781.50
_ _ . _ _ __
$206,G02,00
_ _ _ . _ $136,53�.50
$G13,000.00
I3}': Itr�duc}� lic}�
�� � —�-� —,.__ �- .^—
'1'1'1'I.1'si 1 P� C C�tinm �iip'"'—�
I--.y�
I),19'F.: ?lllfTo�:
I3I1)llI'sR:
NC I C o�nhurlfnn
Ill.i Inlctcltdil�C `Ifcc(
:+tciiiiuie}. Ice,�� 1;0'�1
3S �rorkiug dnys nftcr t6c dnlc �nc�n thc
Contraclor aqrccs la romplelr \VOlt1C for I� INAI.,ICCCI''i'ANCi�, wilhin
COVTRACTcommcnces lo run ns provided in ihe Gencrnl Cnnditions.
END OI� SEC'i'tOY
CITy pF f ORT \5`OItTH
5'I'i1NUARU CONS'PCW CTION SPLCIP IG\t ION t)OCUAIF:M"i S• DliVlilAPLiI :\\5'AkU13D PIlO1PC C"5
PMm Vaaion I��ng 77, XU17
Augun,� Sqinrc Phasc 2- CFA Quanlilics • PCI
ooas iz
DAP PREQUALIPICATION STATEMENT
Pagc 1 of I
SECTION 00 45 12
DAP — PREQUALIFICATION STATEMENT
Each Bidder is required to complete the information below by identifying the prequalified contractors
and/or subcontractors whom they intend to utilize for the major worlc type(s) listed. In the "Maior Work
Tvae" box provide the comnlete maior worl< tvne and actual descrintion as nrovided bv the Water
Department for water and sewer and TPW for pavin�.
Major Worlc Type
Contractor/Subcontractor Company Name
Prequalification
Expiration Date
Water and Wastewater New
Development, Rehabilitation
and Redevelopment Open Cut
PCI Construction, Inc.
10/31 /2025
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above
are currently prequalified for the work types listed.
BIDDER:
PCI Construction
405 Interchange Street
McKenney, Texas 75071
gy; Ke in Gerstenkor
� _
�� -
(Signature)
TITLE: Executive V.P. of Operations
DATE: 02/14/2025
END OF S�CTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS
00 45 12_Prequalification S[atemen[ 2015_DAP (1).docx
Form Version September 1, 2015
004526-1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
SECTION 00 45 26
2
CONTRACTOR COMPLIANCE WITH WORI<ER'S COMPENSATION LAW
3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides
i 4 worker's compensation insurance coverage for all of its employees employed on City Project No.
5 105728 Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as
6 amended, it will provide to City its subcontractor's certificates of compliance with worker's
7 compensation coverage.
8 CONTRACTOR:
�
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
K�7
PCI Construction
Company
405 Interchange Street
Address
Mcl<�nnev. Texas 75071
City/State/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
By: !`�EV � N C E���—lv �1���'
(Please Print
�
Signature: � _ 7 _
Title: l�'���-tii� � �1�L V,� V� d ����i.ONS
(Please Print)
�
�
BEFORE ME, the undersigned author'ty, on this day personally appeared
�V �� C'-'E�����, I<nown to me to be the person whose name is subscribed to
the foregoing instrument, and acknowledged to me that he/she executed the same as the act and
deed of �� C�Si�UC�t IOI�J1 I NG,for the purposes and consideration therein expressed
and in the capacitytherein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this � t day of ��t�\V�' V�J 20�
_. _..� .,..� W� �� ���
i-_. � . - — --
' : •"`�v ""�;.,, BREE MITCHELL ;
•��.��• .<�:
, :2,•
�"' My f�otary ID # 123944II75 R
, : �• .
�
' 'vr� ••~��"�� Expires September 26, 2027 '
' �F� I
a ' . �.•" ,
'sz--as+cc=.t tn�+�+umvt�.s.�m.�:...U....._....� 'mt^ -
Notary Public in and for the State of Texas
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 2, 2014
Augusta Square Phase 2
City Project No. 105728
005243-1
Developer Awarded Project Agreement
Page 1 of 6
1
7
SECTION 00 52 43
AGREEMENT
3 THIS AGREEMENT, authorized on 02/13/2025 is made by and between the
4 Developer, D.R, Horton-Texas, LTD authorized to do business in Texas ("Developer"), and
5 PCI Constructionr� authorized to do business in Texas, acting by and through its duly
6 authorized representative, ("Contractor").
7
S
9
10
11
12
13
14
15
16
17
18
19
20
Developer and Contractor, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents
for the Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only
a part is generally described as follows:
Au�usta Square Phase 2
Citv Proiect No. 105728
Article 3. CONTRACT TIME
3.1 Time is of the essence.
All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
Documents are of the essence to this Contract.
21 3.2 Final Acceptance.
22 The Work will be complete for Final Acceptance within {35 } worl<ing days after the
23 date when the Contract Time commences to run as provided in Paragraph 12.04 of
24 the Standard City Conditions of the Construciion Contract for Developer Awarded
25 Projects.
CITY OF FORT WORTH Augusta Square Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105728
Revised June 16, 2016
005243-2
Developer Awarded Project Agreement
Page 2 of 6
26 3.3 Liquidated damages
27
28
29
30
31
32
33
34
35
36
37
Contractor recognizes that time is of the essence of this Agreement and that
Developer will suffer financial loss if the Work is not completed within the times
specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance
with Article 10 of the Standard City Conditions of the Construction Contract for
Developer Awarded Projects. The Contractor also recognizes the delays, expense
and difFiculties involved in proving in a legal proceeding the actual loss suffered by
the Developer if the Work is not compfeted on time. Accordingly, instead of
requiring any such proof, Contractor agrees that as liquidated damages for delay
(but not as a penalty), Contractor shall pay Deveioper One Thousand Dollars
($ 1,000 ) for each day that expires after the time specified in Paragraph 3.2 for
Final Acceptance until the City issues the Final Letter of Acceptance.
38 Arficle 4. CONTRACT PRICE
39 Developer agrees to pay Contractor for performance of the Work in accordance with the
40 Contract Documents an amount in current funds of Six Hundred Thirteen Thousand and
41 Zero Cents ($ 613,000.00).
42
43
44
45
46
47
48
49
50
51
52
Arficle 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between
Developer and Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form (As provided by Developer)
1) Proposal Form (DAP Version)
2) Prequalification Statement
3) State and Federal documents (projectspecific)
b. Insurance ACORD Form(s)
53 c. Payment Bond (DAP Version)
CITY OF FORT WORTH Augusta Square Phase 2
STANDARD CONSTRUCTION SPECI�ICATION DOCUMENTS — DEVEIOPER AWARDED PROIECTS City Project No. 105728
Revised 7une 16, 2016
005243-3
Developer Awarded Project Agreement
Page 3 of 6
54 d. Performance Bond (DAP Version)
55 e. Maintenance Bond (DAP Version)
56 f. Power of Attorney for the Bonds
57 g, Worl<er's Compensation Affidavit
58 h. MBE and/or SBE Commitment Form (If required)
59 3. Standard City General Conditions of the Construction Contract for Developer
60 Awarded Projects.
61 4. Supplementary Conditions.
62 5. Specifications specifically made a part of the Contract Documents by
63 attachment or, if not attached, as incorporated by reference and described in
64 the Table of Contents of the Project's Contract Documents.
65 6. Drawings.
66 7. Addenda.
67 8. Documentation submitted by Contractor prior to Notice of Award.
68 9. The following which may be delivered or issued after the Effective Date of the
69 Agreement and, if issued, become an incorporated part of the Contract
70 Documents:
71 a. Notice to Proceed.
72 b. Field Orders.
73 c. Change Orders.
74 d. Letter of Final Acceptance,
75 Article 6. INDEMNIFICATION
76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its
77 own expense, the city, its officers, servants and employees, from and against any
78 and all claims arising out of, or alleged to arise out of, the work and services to be
79 performed by the contractor, its officers, agents, employees, subcontractors,
CITY OF FORT WORTH Augusta Square Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105728
Revised June 16, 2016
005243-4
Developer Awarded Project Agreement
Page 4 of 6
:�
:
.
.
.�
.
:.
licenses or invitees under this contract. This indemnification provision is
specificallv intended to operate and be effective even if it is alleQed or proven that
all or some of the damages bein� sou,�ht were caused, in whote or in aart, b�� anv,
act, omission or negligence of the cit�. ihis indemnity provi5ion is intended to
include, without limitation, indemnity for costs, expenses and legal fees incurred
by the city in defending against such claims and causes of actions.
87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own
88 expense, the city, its officers, servants and employees, from and against any and
89 all toss, damage or destruction of property of the city, arising out of, or alleged to
90 arise out of, the work and services to be performed by the contractor, its officers,
91 agents, employees, subcontractors, licensees or invitees under this contract. This
92 indemnificafion provision is specificallv intended to operate and be effective even
93 if it is alle�ed or proven that all or some of the damaaes bein� sau�ht were caused,
94 in who{e or in qart, by anv act, omission or ne�ligence of the cit�.
95
96 Article 7. MISCELLANEOUS
97 7.1 Terms.
98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions
99 of the Construction Contract for Developer Awarded Projects.
100 7.2 Assignment of Contract.
101 This Agreement, including all of the Contract Documents may not be assigned by the
102 Contractor without the advanced express written consent of the Developer.
103 7.3 Successors and Assigns.
104 Developer and Contractor each binds itself, its partners, successors, assigns and legal
105 representatives to the other party hereto, in respect to all covenants, agreements
106 and obligations contained in the Contract Documents.
CITY OF FOR7 WORTH Augusta Square Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105728
Revised lune 16, 2016
005243-5
Developer Awarded Project Agreement
Page 5 of 6
107 7.4 Severability.
108 Any provision or part of the Contract Documents held to be unconstitutional, void
109 or unenforceable by a court of competentjurisdiction shall be deemed stricken, and
110 all remaining provisions shall continue to be valid and binding upon DEVELOPER and
111 CONTRACTOR.
112 7.5 Governing Law and Venue.
113 This Agreement, including all of the Contract Documents is performable in the State
114 of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for
115 the Northern District of Texas, Fort Worth Division.
116
117 7.6 Authority to Sign.
118 Contractor shall attach evidence of authority to sign Agreement, if other than duly
119 authorized signatory of the Contractor.
120
121 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in
122 multiple counterparts.
123
124 This Agreement is effective as of the last date signed by the Parties ("Effective Date")
125
126
127
128
129
130
131
CITY OF FORT WORTH Augusta Square Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105728
Revised June 16, 2016
005243-6
Developer Awarded Project Agreement
Page 6 of 6
132
Contractor:
Developer:
PCI Construction � Ir1G . D.R. Horton-Texas, LTD
BY� r By:
� �.".." � �( ,
� (Signature) (Signature)
��EV� N ���.�G�Kp�� Quadri Akamo
(Printed Name) (Printed Name)
Title: EjcCC�jvL �%.� 1�C=- �t'C�'Title s
Assistant Vice President
Company Name: PCI Constructioni �n�,
Company name: D.R. Horton-Texas. LTD
Address:
405 Interchange Street
McKenney, Texas 75071
2� � �- I z�s_
Date
Address;
2600 N Central Expressway #250
Richardson, TX 75080
Date
02/13/2025
CITY OF FORT WORTH Augusta Square Phase 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105728
Revised June 16, 2016
� � � DA7E (MM/DDlYYYY)
ACORO CERTIFICATE OF LIABILITY INSURANCE
��. 2l19I2025
THIS CERTtFICATE IS tSSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AU7HORIZED
REPRESENTATIVE OR PRODUCER, AtdD THE CERTIFICATE F{OLDER.
lMPORTANT: If the certificate holder ts an ADD1710NA� INSURED, the policy(ies) must have ADDITtONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
NAME: Sharon Peoples
Acrisure Texas Risk Advisors & Insurance Services, LLC � PHONE (ac, No): 972-201-0123
5057 Keller Springs Road �a��,�o. ex��: 9�2-201-0133 �
Suite 200 � nooR�ss: speoples(a�acrisure.com
Addison TX 75001 ( INSURER(SIAFFORDINGCOVERAGE NAICtf
INSURED
PCI Construction, inc.
P.O. Box 2967
McKinney TX 75070
I wsuReR n: Amerisure Mutual Insurance Compam,r 23396
PCICONS-03 �NSURER B: ACTI@fISUI'8 If1SUf8f1C@ COIllOa(ly 19488
I INSURER C :
I INSURER � :
I INSURER E :
' INSURER F :
COVERAGES CERTIFICATE NUMBER:1151813418 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITNSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTlFICATE MAY SE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY TNE POLICIES DESCRtBED HEREIN IS SUBJEC7 TO AL� THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH PO�ICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADD�'SUBti' POLICY EFF POLICY EXP �IMIT5
LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYYi (MM/DD/YYYY�
A X COMMERCIALGENERALIIABILITY CPP20111442102 7/1/2024 7/1/2025 EACHOCCURRENCE $1,000,000
� CLAIMS-MADE � OCCUR
GEN'L AGGREGATE LIMIT APPIIES PER:
�POLICY � jE � � LOC
OTHER:
A AUTOMOBILE LIABIIiTY
X ANY AUTO
OWNED SCHEDULED
AUTOS ONIY AUTOS
X HIREO X NON-OWNED
_ AUTOS ONLY AUTOS ONLY
B X UMBRELLA LIAB { X I OCCUR
EXCESS lIA6 t�-1
I � CIAIMS-MADE
DED I X I RETENTION $ n
q WORKERSCOMPENSATION
AND EMPLOYERS' LIABILITY y� N
ANYPROPRIETOR/PARTNER/EXECUTIVE � N / A
OFFIGERlMEMBEREXCIUDED7
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
AGGREGA7E $ 5,000,000
$
7/1/2024 7/1/2025 IX I STATUTE ( I E�RH
� E.�. EACH ACCIDENT $1,000,000
I E.L. DISEASE - EA EMPLOYEE $ 1,000,000
E.L. DISEASE - POLICY LIMIT $ 1,000,000
DAMAGETp RENTED
PREMISES (Ea occurrence� $ 1,000,000
MED EXP (Any one person) $ 10,000
PERSONAL & ADV INJURY $1,000,000
GENERA� AGGREGATE $ 2,OOQ,000
PpODUCTS - COMP/OP AGG $ 2,000,000
$
CA 20551441802
CU 20111482101
7/1/2024
7/1 /2024
7/1l2025 � COMBINED SINGLE LIMIT g 1,000,000
(Ea accidenU
I BODI�Y INJURY (Per person) $
I BODILY INJURY (Per accident) $
IPROPERTY DAMAGE $
(Per accidentl
$
7!1(2025 EACH OCCURRENCE $ 5,�OQ,000
WC 20111452102
DESCRIPTION OF OPERATIONS! LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Applies only if applicabie coverage is evidenced on Acord 25 — CERl'IFICATE OF LIABILiTY INSURANCE
The General Liability, Auto, and Umbrella policies include a bianket additionai insured endorsement that provides additional insured status to the certificate
holder o�ly when there is a written contract between the named insured and the certificate holder that requires such status.
The General Liability policy includes a blanket additional insured endorsement that provides additiona{ insured status to the certificate hoider for ongoing and
completed operations only when there is written contract between the named insured and the certificate holder that requires such status.
See Attached...
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPtRATIQN DATE THEREOF, NOTICE WILI BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
CITY OF FORT WORTH
200 Texas Street
Fort Worth TX 76102
ACORD 25 (2016/03)
AUiNOflIZED REPFESENTA7IVE
•�—��
O 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
AGENCY CUSTOMER ID: PCICONS-03
LOC #:
A��R�� ADDITIONAL REMARKS SCHEDULE
AGENCY
Acrisure Texas Risk Advisors & Insurance Services, LLC
POLICY NUMBER
CARRIER
ADDITIONAL REMARKS
NAIC CODE
NAMEDINSURED
PCI Construction. Inc.
P.O. Box 2967
McKinney TX 75070
EFFECTIVE DATE:
Page 1 of 1
THIS ADDITIONA� REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITL.E: CERTIFICATE OF LIABI�ITY INSURANCE
The General Liability, Auto, and Umbrella policies contain an endorsement with primary and noncontributory wording that may apply only when there is a written
contract between the named insured and the certificate holder that may require such status.
The General Liability, Auto, Umbrella, and Workers Compensation policies include a blanket waiver of subrogation endorsement that provides this feature only
when there is a written contract between the named insured and the certificate holder that requires this.
The Contractors Equipment policy includes a blanket Loss Payee endorsement that provides loss payee status to the certificate holder as their interest may
appear.
Deductibles:
$1,000 Except
$5,000 Items $250,000 and greater
$5,000 Theft, Vandalism or Malicious Mischief
The Automobile policy includes a Loss Payee endorsement that provides loss payee status to the certificate holder as their interest may appear.
The Property policy includes a Loss Payee endorsement that provides loss payee status to the certificate holder as their interest may appear.
Excess Liability follows form as respect to Additional Insured subject to policy forms, terms, conditions and exclusions.
RE: Augusta Square Phase 2— CFA 24-0154
Certificate Holder includes The City of Fort Worth, its officers, employees and servants.
ACORD 101 (2008/01)
O 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
00 62 13 - 1
PERFORMANCE BOND
Pagc 1 of 3
SECTION 00 62 13
PERFORMANCE BOND
BOND #z364$$9
THE STATE OF TEXAS
§
§
§
PCI Construction
KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT
That we,
known as "Principal" herein
and Swiss Re Corporate Solutions America Insurance Corporation, 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 held and firmly bound unto the Developer, D.R. Horton-Texas, LTD, authorized to do business
in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal
sum of, Six Hundred Thirteen Thousand Dollars and Zero Cents ($ 613,000.00 ), lawful money of the
United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and
truly to be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Developer and City have entered into an Agreement forthe construction of community
facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number
24-0154 ; and
WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the
day of
, 20_, which Contract is hereby referred to and made a part hereof
for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for
in said Contract designated as AUGUSTA SQUARE PHASE 2.
NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully
perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work,
including Change Orders, under the Contract, according to the plans, specifications, and contract
documents therein referred to, and as well during any period of extension of the Contract that may be
granted on the part of the Developer and/or City, then this obligation shall be and become null and void,
otherwise to remain in full force and effect.
CITY OF FORT WORTH AUGUSTA SQUARE PHASE 2
STANDARD CITY CONDITIONS-DEVELOPER AWARDED PROIECTS City Project No. 105728
Revised lanuary 31, 2012
006213-2
PERFORMANCE BOND
Page 2 of 3
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant
County, Texas or the United 5tates District Court for the Northern District of Texas, Fort Worth Division.
This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas
Government Code, as amended, and all liabilities on this bond shall be determined in accordance with
the provisions of said statue.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by
duly authorized agents and officers on this the
ATTEST: .
4,./ �
(Principal)�'set-reta�y—
EKl G M. y, ND��
�.� t�F � ��
v �
tness as to Principal
�R.� iVl t �Cc,l.�
��5� M�Nf�GU`�-
��`> �.1
Witness as to Sure�i _��
�..
day of
PRINCIPAL•
20
PCI onstruction
( �,
BY: �„�. �
i - ,i —
Signature
Ktvl N C�cI����oP.�t� �p
Name and Title �(�+�(�[r� �/E �. �•� � V 1FiTn��
Address: 405 Interchanae Street
McKem-►ev, Texas 75071
S U R ETY:
Swiss Re Corporate Solutions America Insurance Corporation
� -� �
c: � f�
BY:� - _. j ��, � \ �--� �°��__: `' � � _,� J
Signature ��,
Debra Lee Moon, Attorney-in-Fact
Name and Title
Address: �Zoo Main St. Suite 800
Kansas City, MO 64to5
Telephone Number
(8�6) z35-3700
CITY OF FORT WORTH AUGUSTA SQUARE PHASE 2
STANDARD CITY CONDITIONS-DEVELOPER AWARDED PROJECTS City Project No. 105728
Revised January 31, 2012
006213-1
PER�ORMANCE 80ND
Page 3 of 3
*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.
CITY OF FORT WORTH AUGUSTA SQUARE PHASE 2
STANDARD CITY CONDITIONS-DEVELOPER AWARDEq PROIECTS City Project No. 105728
Revised lanuary 31, 2012
006214-1
PAYMENT BOND
Page 1 of 3
1
2
3
4
5
6
SECTION 00 62 14
PAYMENT BOND
BOND # x364889
THE STATE OF TEXAS
COUNTY OF TARRANT
�
� KNOW ALL BY THESE PRESENTS:
g
7 That we, PCI Construction , known as "Principal"
8 hereln, and Swiss Re Corporate Solutions America Insurance Corporation a corporate
�
9 surety ( or sureties if more than one), duly authorized to do business in the State of Texas,
10 known as "Surety" herein (whether one or more), are held and firmly bound unto the
11 Devetoper, D.R. Horton-Texas. LTD, authorized to do business in Texas "(Developer"), and
12 the City of Fort Worth, a Texas municipat corporation ("City"), in the penal sum of Six
13 Hundred Thirteen Thousand Dotlars and Zero Cents ($ 613.000.00 ), lawful money of the
14 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum
15 well and truly be made jointly unto the Developer and the City as dual obligees, we bind
16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and
17 severally, firmly by these presents:
18 WHEREAS, Developer and City have entered into an Agreement for the construction
19 of community facilities in the City of Fort Worth, by and through a Community Facilities
20 Agreement, CFA Number 24-0154: and
21
22
23
24
25
WHEREAS, Principal has entered into a certain written Contract with Developer,
awarded the day of , 20 , which Contract is hereby
referred to and made a part hereof for alt purposes as if futly set forth herein, to furnish all
materiats, equipment, labor and other accessories as defined by law, in the prosecution of
the Work as provided for in said Contract and designated as Augusta Square Phase 2.
26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal
27 shall pay all monies owing to any (and alt) payment bond beneficiary (as defined in Chapter
28 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the
CITY OF FORT WORTH Augusta Square Phase 2
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105728
Revised January 31, 2012
006214-2
PAYMENT BOND
Page 2 of 3
1 Contract, then this obligation shall be and become null and void; otherwise to remain in full
2 force and effect.
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
2�
28
29
30
31
32
33
34
35
36
37
38
39
��
This bond is made and executed in compliance with the provisions of Chapter 2253
of the Texas Government Code, as amended, and all liabilities on this bond shall be
determined in accordance with the provisions of said statute.
IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
this instrument by duly authorized agents and officers on this the day of
, 20
ATTEST: �
��
(Principal}&e�
�t.�- I�l • l.l P�
U 1�• Q F �l CE
�
Witness as to Principal
�3R = M ��z�1.C—�-�
��� ►�/1 r�1v� E�
-- � 1
Witness as to Se rety
,-�
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
PRINCIPAL:
PCI Constr �o � - "
� '
BY: ;.,.,..,�
Signature
tC�V�tv C��1��qJko�.tJ
Name and Title�S�(�(�'�j,v� r'D6 ��` I�
Address 405 Interchan�e Street
McKennev. Texas 75071
SU RETY:
Swiss Re Corporate Solutions America Insurance Corporation
_ \ ���
BY: `� � ) � ;���� : , �__�� - - _ �
Signature
Debra Lee Moon, Attorney-in-Fact
Name and Title
Address: �zoo Main St. Suite 800
Kansas City, MO 64�05
Telephone Number: �8t6) z35-3700
Augusta Square Phase 2
City Project No. 105728
006214-3
1
PAYMENTBOND
Page 3 of 3
2 Note: If signed by an officer of the Surety, there must be on fite a certified extract
3 from the bylaws showing that this person has authority to sign such obligation. If
4 Surety's physical address is different from its mailing address, both must be
5 provided.
0
7 The date of the bond shall not be priorto the date the Contract is awarded.
E:3
�
END OF SECTION
CITYOF FORTWORTH Augusta Square Phase 2
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No. 105728
Revised January 31, 2012
Op 6219 -'1
MAINTENANCE BOND
Page 1 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
:
SECTION 00 62 19
MAINTENANCE BOND
BOND #z364889
THE STATE OF TEXAS §
� KNOW ALL BYTHESE PRESENTS:
COUNTY OF TARRANT �
That we PCI Construct�on , known as "Principal"
hereln and 5wiss Re Corparate Solutions America Insurance Corporatia cot'porate surety (sui'eties, If
more than one) duly authorized to do business in the State of 7exas, known as "Surety"
herein (whether ane or more), are held and firmly bound unto the Devetoper, D.R. Horton-
Texas. LTD, authorized to do business in Texas ("Developer") and the City of Fort Worth, a
Texas municipal corporation ("City"), in the sum of Six Hundred Thirteen Thousand Dollars
and Zero Cents ($ 6 3 000.00 ), lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas, far payment of which sum well and truly be made jointly unto the
Developer and the City as dual obligees and their successors, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmty by these
presents.
19 WHEREAS, Developer and City have entered into an Agreement for the construction of
20 community facilities in the City af Fort Worth by and through a Community Facilities
21 Agreement, CFA Number 24-0154 : and
22
23
24
25
26
27
28
WHEREAS, the Principal has entered into a certain written contract with the
Developer awarded the day of , 20,, which
Contract is hereby referred to and a made part hereof for all purposes as if fulty set forth
herein, to furnish all materials, equipment tabor and other accessories as defined by law, in
the prosecution of the Work, including any Work resulting from a duly authorized Change
Order (collectively herein, the "Worl<") as provided for in said Contract and designated as
AUGUSTA SOUARE PNASE 2; and
29
CIN OF FORT WORTH AUGUSTA SQUARE PHASE 2
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Prajeci No. 105728
Revised lanuary 31, 2012
606219-2
MAINTENANCE BOND
Page 2 of 3
1 WHEREAS, Principal binds itself to use such materials and to so construct the Work
2 in accordance with the plans, specifications and Contract Documents that the Work is and
3 will remain free from defects in materials or workmanship for and during the period of two
4 (2) years after the date of Final Acceptance of the Work bythe City ("Maintenance Period");
5 and
0
7 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
8 upon receiving notice from the Developer and/or City of the need thereof at any time within
9 the Maintenance Period.
10
11 NOW THEREFORE, the condition of this obligation is such that if Principal shall
12 remedy any defective Work, for which timely notice was provided by Developer or City, to a
13 completion satisfactory to the City, then this obligation shall become nult and void;
14 otherwise to remain in full force and effect.
15
16 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
17 noticed defective Work, it is agreed that the Developer or City may cause any and all such
18 defective Work to be repaired and/or reconstructed with alt associated costs thereof being
19 borne by the Principal and the Surety under this Maintenance Bond; and
20
21 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in �
22 Tarrant County, Texas or the United States District Court for the Northern District of Texas,
23 Fort Worth Division; and
�
25 PROVIDED FURTHER, that this obtigation shall be continuous in nature and
26 successive recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH AUGUSTA SQUARE PHASE 2
STANDARD CITY CONDIT{ONS — DEVELOPER AWARDED PROJECTS City Project No. 105728
Revised January31, 2�12
0062/9-3
MAINTENANCE BOND
Page 3 of 3
�
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
Zo
21
22
23
24
25
26
2%
28
29
30
31
32
33
34
35
�c�:
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the.day of , 20__
PRINCIPAL:
ATTEST: .
� �7
(Principal) �eeretary—
�R� NM- N�P��
P� oF�N
\/�'
Witness as to Principal
� 'v 1� �(�D't.(.�1��
J � MW�1�'�t�--
PCI Constr � , ion
�-- —
T
BY: -
Signat�
��V► N G �5���;v��J
�=��FCt�CT-1 UC 1/.�. OC= l���R� l(:�JS
Name and Title
Address: 405 Interchan�e Street
McKenney_ Texas 75071
SURETY:
Swiss Re Corporate Solutions America Insurance Corporation
�
BY: �. � ) < �� �,\� � �� � -- � _ _ � �
Signature �
Debra Lee Moon, Attorney-in-Fact
Name and Title
---- _! �
/
Witness as to urety ,�
Address: 1zoo Main St. Suite 8o0
Kansas City, MO 64to5
Telephone Number: �8t6) z35-3700
37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from
38 the by-laws showing that this person has authority to sign such obligation. If Surety's
39 physical address is different from its mailing address, both must be provided.
40
41 The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH AUGUSTA SQUARE PHASE 2
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105728
Revised January 31, 2012
SWISS RE CORPORATE SOLUTIONS
SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC")
SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC")
WESTPORT INSURANCE CORPORATION ("WIC")
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and
having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of
Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its
principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint:
JOHN R. WARD, THOMAS DOUGLAS MOORE, EMILY ALLISON MIKESKA, ALLYSON W. DEAN, MONICA RUBY VEAZEY, JOHN WILLIAM NEWBY,
TROY RUSSEIL KEY, DEBRA lEE MOON ANDREA ROSE CRAWFORD, SANDRA lEE RONEY, FAITH ANN HILTY, ANDREW GARETH ADDISON, PATRICK THOMAS COYLE,
BRYAN KELIY MOORE, E�IZABETH ORTIZ, ANA OWENS, BETTY J. REEH, ANDREW PATRICK CLARK AND KIMBERLY ROCNELLE GONZALEZ JOINTLY OR SEVERALLY
Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of:
lW0 HUNDRED MILLION ($200,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its
Executive Committee dated July 18, 201 l.
"RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant
Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of
Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to
attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to
any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
bindine upon the Corporation
,,,.,�������,�,,,,
affixed and in the future with reeard to anv bond. undertaking or contract of surety to which it is attached."
``J��ONSAMFq�c'�.,, �.";��pNSPRf,Aqj"'�•.
�`yo�;.��yPOR,p'f:��yJ;%,, ;:�p�.J•�1'O�RqF'�i�"S
`�4i:�G �.G�^_ _� �U /'F.;,C
��� S E A L��° =��� S E A L
�. ,y1973 � :ba' ,��, \ :i
,s �.!sso�a:�,. :ds.���Sso��`\.sa°
�"%S�'i1S N��1�'� ` �'•.,`S'�.hs •} 'Npti,.
'.������.*u��a� . �
( � �—,�' l�� `�i'\` - ,�
By �_ t i
Davtd Satory, Seoior Vice President of SRCSAIC & Senior V(ce President
of SRCSPIC & Senior Vice Presideut of \YIC
BV ����
Gerald Jagrowski, Vice President ofSRCSAIC & Vice President otSRCSPIC
,�;!�""�f c
��=�tja �r�t.�$�,
� � ....�
S ���� =�
.,"'��; �
.. � . .��
& Vice President of �VIC
IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their
authorized officers
th1S 6TH day of DECEMBER ZD_ 24
State of Illinois
County of Cook ss
Swiss Re Corporate Solutions America Insurance Corporation
Swiss Re Corporate Solutions Premier Insurance Corporation
Westport Insurance Corporation
On tliis srH day of DECEM6ER , 20 24 , before me, a Notary Public personally appeared David Satory , Senior Vice President of SRCSAIC
and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald JaQrowski , Vice President of SRCSAIC and Vice President of
SPCSPIC and Vice President of WIC, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney
as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies.
IU�H M SM40A
U /j 1 �f
Nox. suw d ��.e« � //��,i �// � 4s�1 /� ��!
ua9r{5M �4 `-' /�% /'-[`�-�—_..__.
F�Se6��M b1r
.� .. . _ _ _ ... .. _ .. Karen h1Xii�eda, Notaiy
I, Jeffrey Goldbera, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the ahove and
foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day nf . 20
Jeffrey Goldberg, Senior Vice President &
Assistant Secretary of SRCSAIC and
SRCSPIC and WIC
►/'�C :\ ►�
In order to obtain information or make a complaint:
You may contact the Surety Claims Department
at 1-816-235-3702
You may call Swiss Re Corporate Solutions
America Insurance Corporation or Swiss Re
Corporate Solutions Premier Insurance
Corporation for information or to make a complaint
at:
1-816-235-3702
You may also ven-ite to Swiss Re Corporate Solutions
America Insurance Corporation or Swiss Re
Corporate Solutions Premier Insurance
Corporation at the following address:
1200 Main Street, Suite 800
Kansas City, MO 64105
You may contact the Texas Department of Insurance
to obtain information on companies, coverages, rights
or complaints at:
1- 800-252-3439
You may write the Texas Department of Insurance:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: httn://www.tdi.sta ..tx. �s
E-mail:Consi�merProtection(a�tdi.state.tx.Ls
PREMIUM OR CLAIM DISPUTES:
Shouid you have a dispute concerning yow• premium or
about a claim you should first contact the Swiss Re
Corporate Solutions America Insurance
Corporation or Swiss Re Corporate Solutions
Premier Insurance Corporation. If the dispute is not
resolved, you may contact 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.
� � \/'� � i\
Para obtener informacion o para someter un queja:
Puede comunicarse con Surety Claims Department
al 1-816-235-3702.
Usted puede llamar Swiss Re Corporate Solutions
America Insurance Corporation o Swiss Re
Corporate Solutions Premier Insurance
Corporation para informacion o para someter una
queja al:
1-816-235-3702
Usted tambien puede escribir a Swiss Re Corporate
Solutions America Insurance Corporation o Swiss
Re Corporate Solutions Premier Insurance
Corporation al:
1200 Main Street, Suite 800
Kansas City, MO 64105
Puede escribir al Departmento de Seguros de Texas
para obtener informacion acerca de companias,
coberturas, derechos o quejas al:
1- 800-252-3439
Puede escribir al Departmento de Seguros de Texas:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: h�t n://www.tdi.state.tx.us
E-mail: onsum rPro tionntdi.state.tx.Ls
DISPUTAS SOBRE PRIMAS O RECLAMOS: Si
tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el Swiss Re Corporate
Solutions America Insurance Corporation o Swiss
Re Corporate Solutions Premier Insurance
Corporation primero. Si no se resuelve la disputa,
puede entonces comunicarse con el Departmento de
Seguros de Texas.
UNA ES'I'E AVISO A SU POLIZA:
Este aviso es solo para proposito de infi•omacion y no se
converte en parte o condicion del documento adjunto.