HomeMy WebLinkAboutContract 60374-FP2-FP2
FORTWORTHo
City Secretary
Contract No. 60374
Date Received 1�29�2�25
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: Rock Creek Phase 1
City Project No.: 103931
Improvement Type(s): Water � Sewer �
Original Contract Price: $3,379,178.50
Amount of Approved Change Order(s): -$33,280.00
Revised Contract Amount: $3,345,898.50
Total Cost of Work Complete: $3,345,898.50
�� ��
EricDay(Jan28 2509:34CST)
Contractor
VP of Project Management
Title
Wright Construction Company, Inc.
Company Name
�,�Q�,�
Rrcnara waiaen (�an za, zozs ii:so csr�
Project Inspector
fCGc�tG ��.�it�� P. E.
Khal Jaafari P.E (Ja 29, 202512:n CST)
Project Manager
_��
Kandice Merrick (Jan 29.202513:43 CST)
CFA Manager
o1°a,�.,u.�.. ��.:...,,.
Lauren Pricur (Jan 29, 2025 13:44 CST)
TPW Director
�����
Asst. City Manager
J a n 28, 2025
Date
J a n 28, 2025
Date
J a n 29, 2025
Date
J a n 29, 2025
Date
J a n 29, 2025
Date
J a n 31, 2025
Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 1 of 2
Notice of Project Completion
Project Name: Rock Creek Phase 1
City Project No.: 103931
City's Attachments
Final Pay Estimate x❑
Change Order(s): 0 Yes ❑ N/A
Pipe Report: � Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid
Consent of Surety
�
�
Statement of Contract Time
Contract Time: 285 WD
Work Start Date: 11/27/2023
Days Charged: 241 WD
Work Complete Date: 1/8/2025
Completed number of Soil Lab Test: 675
Completed number of Water Test: 72
Page2of2
F���r ���Tx
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name ROCK CREEK PHASE 1
Contract Limits
Project Type WATER & SEWER
City Project Numbers 103931
DOE Number 3931
Estimate Number 1 Payment Number 1 For Period Ending
City Secretary Contract Number
Contract Date
Project Manager NA
Contractor WRIGHT CONSTRUCTION COMPANY, INC.
601 W. WALL ST.
GRAPEVINE � TX 76051-
Inspectors G. DEYON / R. WALDEN
Contract Time
Days Charged to Date
Contract is 100.00
1/8/2025
WD
28bVD
241
Complete
Friday, January 24, 2025 Page 1 of 5
City Project Numbers 103931
Contract Name ROCK CREEK PHASE 1
Contract Limits
Project Type WATER & SEWER
Project Funding
UNTI' I: WATER IMPROVEMENTS
DOE Number 3931
Estimate Number 1
Payment Number 1
For Period Ending 1/8/2025
Item Estimated Estimated Completed Completed
Description of Items Unit Unit Cost
No. Quanity Total Quanity Total
1 8" WATER PIPE 11090 LF $51.00 $565,590.00 11090 $565,590.00
2 8" DIP WATER, CSS BACKFILL 137 LF $167.00 $22,879.00 137 $22,879.00
3 12" WATER PIPE 485 LF $98.00 $47,530.00 485 $47,530.00
4 20" CASTING BY OPEN CUT 137 LF $256.00 $35,072.00 137 $35,072.00
5 24" WATER PIPE 1027 LF $244.00 $250,588.00 1027 $250,588.00
6 24" DII' WATER, CSS BACKFII.L 50 LF $384.00 $19,200.00 50 $19,200.00
7 8" GATE VALVE 30 EA $2,628.00 $78,840.00 30 $78,840.00
8 12" GATE VALVE 1 EA $4,116.00 $4,116.00 1 $4,116.00
9 24" GATE VALVE W/ VAULT 1 EA $60,898.00 $60,898.00 1 $60,898.00
10 4"-12" PRESSURE PLUG 8 EA $2,333.00 $18,664.00 8 $18,664.00
11 24" PRESSURE PLUG L EA $5,813.00 $5,813.00 1 $5,813.00
12 1" WATER SERVICE (CO #1) (CO#2A) 252 EA $2,129.00 $536,508.00 252 $536,508.00
13 1 1/2 WATER SERVICE (CO #1) 0 EA $2,268.00 $0.00 0 $0.00
14 2" WATER SERVICE (CO #1) (CO#2A)(CO#3A) 4 EA $2,761.00 $11,044.00 4 $11,044.00
15 DUCTILEIRONWATERFTTTINGSW/ 13 TN $13,922.00 $180,986.00 13 $180,986.00
RESTRAINT
16 FIRE HYDRANT 14 EA $9,302.00 $130,228.00 14 $130,228.00
17 CONNECTION TO EXISTING 4"-12" WATER 1 EA $4,030.00 $4,030.00 1 $4,030.00
MAIN
18 CONNECTION TO EXISTING 24" WATER MAIN 1 EA $16,901.00 $16,901.00 1 $16,901.00
19 TRENCH SAFETY 12876 LF $1.00 $12,876.00 12876 $12,876.00
Sub-Total of Previous Unit $2,001,763.00 $2,001,763.00
UNTI' II: SANTI'ARY IMPROVEMENTS
Item Estimated Estimated Completed Completed
Description of Items Unit Unit Cost
No. Quanity Total Quanity Total
1 8" SEWER PII'E 8629 LF $64.00 $552,256.00 8629 $552,256.00
2 4' MANHOLE 50 EA $4,050.00 $202,500.00 50 $202,500.00
3 4' DROP MANHOLE 1 EA $4,861.00 $4,861.00 1 $4,861.00
4 4 EXTRA DEPTH MANHOLE (CO#2A) 161.5 VF $281.00 $45,38 L50 161.5 $45,381.50
5 EPDXY MANHOLE LINER 14 VF $404.00 $5,656.00 14 $5,656.00
6 CSS ENCASEMENT FOR UTILITY PIPES 615 LF $103.00 $63,345.00 615 $63,345.00
Friday, January 24, 2025 Page 2 of 5
City Project Numbers 103931
Contract Name ROCK CREEK PHASE 1
Contract Limits
Project Type SANITARY
Project Funding
DOE Number 3931
Estimate Number 1
Payment Number 1
For Period Ending 1/8/2025
7 4" SEWER SERVICE (CO#2A) 241 EA $1,697.00 $408,977.00 241 $408,977.00
8 6" SEWER SERViCE 2 EA $2,118.00 $4,236.00 2 $4,236.00
9 CONNECT TO EXISTING SANITARY SEWER 2 EA $2,962.00 $5,924.00 2 $5,924.00
10 TRENCH SAFETY 8629 LF $1.00 $8,629.00 8629 $8,629.00
11 POST- CCTV INSPECTION 17258 LF $2.00 $34,516.00 17258 $34,516.00
12 MANHOLE VACUUM TESTING 51 EA $154.00 $7,854.00 51 $7,854.00
Sub-Total of Previous Unit $1,344,135.50 $1,344,135.50
Friday, January 24, 2025 Page 3 of 5
City Project Numbers 103931
Contract Name ROCK CREEK PHASE 1
Contract Limits
Project Type SANITARY
Project Funding
Contract Information Summary
Original Contract Amount
Change Orders
Change Order Number 1
Change Order Number 2A
Change Order Number 2A
Change Order Number 3A
DOE Number 3931
Estimate Number 1
Payment Number 1
For Period Ending 1/8/2025
$3,379,178.50
�$3,o�i.00�
($13,576.00)
($19,394.00)
$2,761.00
Total Contract Price $3,345,898.50
Total Cost of Work Completed $3,345,898.50
Less % Retained $0.00
Net Earned $3,345,898.50
Earned This Period �3,345,898.50
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
$3,345,898.50
Friday, January 24, 2025 Page 4 of 5
City Project Numbers 103931
Contract Name ROCK CREEK PHASE 1
Contract Limits
Project Type SANITARY
DOE Number 3931
Estimate Number 1
Payment Number 1
For Period Ending 1/8/2025
Project Funding
Project Manager NA
Inspectors G. DEYON / R. WALDEN
Contractor WRIGHT CONSTRUCTION COMPANY, INC.
601 W. WALL ST.
GRAPEVINE � TX 76051-
City Secretary Contract Number
Contract Date
Contract Time 285 WD
Days Charged to Date 241 WD
Contract is .000000 Complete
CITY OF FORT WORTH
SUMMARY OF CHARGES
Line Fund Account Center Amount Gross Retainage Net
Funded
Total Cost of Work Completed
Less % Retained
Net Earned
Earned This Period $3,345,898.50
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
$3,345,898.50
$0.00
$3,345,898.50
$0.00
$0.00
$0.00
$0.00
$0.00
$3,345,898.50
Friday, January 24, 2025 Page 5 of 5
�
�
W
W
OC
�
N
O
N
�
N
L
�
�
�
Q
O
h
�
�
�
'i
�
�
7
t0
Y
�
m
om
M 1�
��
��
�m
� �
C C
Q i1.
m .�
� �
V Y
�
fY
W
{.!
Q
Z
Q
� �
� �
~U
U w
w '
a d
N �
� 0.
ro
z
E
3 -
roN
Bi � = �
z � � H
n�
-__a;`na_
� � ai"na
� E `o
J � n c a
3� a�" E �'
��p---
a3a`��a'aa'
0
a
O
l�
4
2
U
�
Q
z
0
a
�'
f�
� �
`o V
� '�
L w
3 m 4
z
Y 1
S q
rc �
d m
�
$ o�
� �
3 `�
� m
�
� �
�
a
m' �
�
�
�I
Ei�
�
c
�
�
O�
a`
a
>
�
�
i
�
�
W �
Z
Z�
W a
_ � N
U �
O
Q
Z
Z
�
Q
�
U
�
�
Q
�
i
�
U
�
�
� �
� O
N w
C �
(6 M
� M
O
N �
� � �
L _ �
a a� `n o
�
� � � 0
N � p N� N �
U - ch � v
N M � N
O @ LL M � N N
� � U � � X �
�
F
Q
�
F
Z
O
U
� }
�
Z F
w
U W �
V � � W
� Z �* � � � �*
� O � � �t J
a U U U U LL X�
0
�
W
W
�
�
N
O
N
�
�
�1.+
V
�
�
�
N
cV
�
�
'i
�
�
�
—
�
Y
M�
W
� ti
� �
M I�
O) N
N M
N I�
� �
� W
0 �
Z z
N N
C C
L L
a a
C
� .�
�
��
(SS
� �
� �
L
c�� Y
�
�
W
a
Z
a
�
F
U
w
�
�
a
�
U
F Q � o � o �
Z p
O
v
0 0 0 0 0 0 0
N V o 0 0 0 0 0
� �' w � �» �» w �»
� U
J p
w �
w
� y o 0 0 0 0 0
� o 0 0 0 0 0
0 0 0 0 0 0 0
m.-� �f ef� ui e� w ef�
do
❑ U O
O
� �
0 0 0 0 0 0 0
V o 0 0 0 0 0
�' w � w � w �»
U
Z o
0
a o �
a �
0 0 0 0 0 0
d o 0 0 0 0 0
Q- o 0 0 0 0 0
O tH M tA M tA M
d
d
�
m
�j o 0 0 0 0 o O
H �' w�» w�» w�» o U
Z � V � r p
F Z r� U �
Q � O O O O M �
� p U ti
� O
Z Q M O O M O M � n
O O �
� � � b � � �
(_J N M M M
� M M M
d � � �
0
N
O O O O O O O
V o 0 0 0 0 0
T �K � �W � �W � O N
� U � cp
W � �
W� n
fn M 1�
O N N p N � �
U o �j �
m� o o � � �
n o o n �
� h � � N � V
?
y M M M M
� _ _ � _
� � � �
O O O o o O O
V o 0 0 0 0 0
�' w � w �» w �» o
� V �i
w �
r �
a o o � o �'
� ? o 0 0 o m
^ O � � N . .
d a O rmi V o iR N
C h � � 0
o � o °D `°'- °f U
N !9 � � Of
� � N � N � � �
0 U 'R 's 's O
�
a
�
� Z F
� U
� �
o � a a �
w � U u=i O
� O Q � U
2 Q � ~ O w
V W U H 0� U N
w Q a ¢ U w w
r�� o o� o �n �
O � � � a Z N w ¢
�� O V � O W � O
Q � F ¢ r o � �
Z Q � Z W J
C7
�
O x U �U Q � �
�
N
O
N
�w
0
�
V
O
w
�
�
�
N
cV
v�
�
'i
0 �
W �
, 7
W �
V Y
� m
�
�
Z
W
�
W
>
0
�
a
�
�
w
�
¢
3
�
�
� U V V
� Z '� .
N � � (n
N
� � >� � U
U � > � N
N C y (7
� � N O
O � � �6 3
� � � �l N
' - O = �
o .-. N N �
� (h. N � �
O O 0 p O
� � O O �
O O w, t, O
� � � � �
N N 'p '6 N
2'd'QQ�
N d'
W
� 0
a �
O
y W
Z �
N Z
N a
R
v U
''p d'
C O
�
�
Y Z
N �
_ N
r a
� w
¢ �
' � \
N
O
N
�
O
�,`
V
O
�
Q
d'
N
N
�1.,
�
Q 'i
�
W �
� �
W �
V Y
� m
J
�
�
c�
G
a
° o � o
� U
� U ' a
L `J
� w � "
U
r a
� � 4i
�i m Z F
�
�
� �
�
vi '
�
X �y
� � V
O �`
O
� ry
qY E ai
. � -
C3 [0 Z F
�
N
Q
N
3 � N
m �
� J� � �
C � � Q� [l]
Q �
� �
� � U
a � n
� � O
J a a
�
0
D
��
a
` m v
� � �
Z
i �
� d
m Z 1-
4
Z
� �
E i�
a �
C9 Z H
� ai
m � �
Z
v
��
� U
.. Vy C �
� p - In �6
� y��j l�tq � C V
� � C E O N
U
� o � �`� �`" o
�'� an P y U
d °� y.ri � t �'
a �
° m o m 3
aN�� � �
� � ° o °1 3
m �
b 10 � � o m
C l� 'C Z3 N �V
b � � m �
w
d a � c � �
G m a m � v�
1° 3 w E �- -o
�- C rn `o � '
C Y .� � (] �
�1°�� z �
�+ � o �0 m m
w �� �' m cc
o .m � �� �, v
� a c � �
. m � v � �
�i ❑
Q
Z
�9
�
d �,
6 �
� W
�
� � U
� � �
Ll!
.. i!j
H C �
a � C�
�
ci.
w
0
Z
w
�
�
0
w
r�
Z `z
A � � � �.
m � � � �
Z � �
� �
Z n
C� �
� �
� m
d
U
oG
�
�
�
a
a�a
4
N
�
N
�
m
c9
y
a�
�
W �
Z
�
Q p M
_�
U �
�
Z
Z
O
Q
a
c.i
H
�'
Q
a
�
U
W
N I�
m w
C
R M
� �
M
a� -6 0
� �
m m '
L M
a � � �
Y 3 � o
N� � N
� � N �
U N M 7 N �p
(Yj R Q (v�j � N N
� � U � M X �
�
H
U
K
H
Z
O
U
W � �'
�
Z H
U � �
W � � W
� � xt a � �
Z } } �
�' O LL F F ��k J
d U U U U� X�
�
�
W
W
�
�
N
O
N
�O
N
w
C�
�
�
�
u�i
�
�
�
w/�y
�V
'i
�
�
�
—
�
Y
�
m
� �
O 00
M I�
� N
N M
� �
c0 W
Z Z
� c
L r
a a
� .�
a �
m> �
> N
� �
� �
t
v Y
�
�
W
C�
Q
Z
�
F
U
w
�
O
�
a
�
a �n
�} o 0 0
�a � o � o �
o�
U
N
� O O O O O O
f.1
� �' w � � w w w
= U
�= o
J p
f O
W �
�
y a o 0 0 0 0 0
° w w w w w w
m..
m o
❑ U o
0
�000000
�
U
�������
U
� o
Z o
>
ae "'
V o 0 0 0 0 0
d o 0 0 0 0 0
a o 0 0 0 0 0
o w v> us w us w
m
d
O
N
�j o 0 0 0 0 o p
0 0 0 0 0 0
F �' u' w w v> w ea o U
W V o �
� U' °� N
a � U
F Z �
Q� o 0 0 � N
� ❑ o; o; o; Ni �
Z Q M o o M o n w' �
O o � � w � w � �
(� ; y M M M
m o w « «
❑ U
0 0 0 0 0 0 0
V o 0 0 0 0 0
2' w w w w w w o�
K V � n
W � N
W y O
v
� o u�i, o u�i u�i us �
U o ,� ,�
d� o � c o �
n o � o
o � o� � a o a
,.� a w a
y� t") M M
> fA
d � � �
❑
0 0 0 0 0 0 0
V o 0 0 0 0 0
T N �W N �W N �W O
O
� U �
� n
Q O O O �
� � � � o � o
r p N 0 M N ..
� tD o uj o to y� N
C � � t0 � �D ^ G
o N o� a a+ n U
N m o
> N N � m � N GI
OU � � � 0
K
a
�
� Z �
� U
0 0
� � � �
O H a
Q �
w 7 U y O
Z O Q r U
= a � ~ O w
U W U H Z j U V)
H U �
H a Q � � �❑ N R'
O � � � a Z N w ¢
��� U� O W � O
a w a � ❑ � �
a ~
c� �
Z � w z o > �
O W U O Q w� O
N
N
�
�
a
. �
N
O
N
�
N
r..
V
O
�
�
�
�
�
�
�1.n
�
Q 'i
�
W �
> >
W
�E
V Y
� m
u
�
�
LL
�
7
C
0
�
0
u
C
'S
a�
U
.?
4
�
CiD
�
C
0
�
N
`a
0
a
Q
E
d �
w
a. ❑
a �
3 O
� w
z �7
� �
m =
ia U
V
C Q
_ y
2
N O
_ �
m
�n W
Q R
c
a�
�
a�
a �
C
zy� �
�'�e, �
m�a� �
�oos
� fl � O
a � � d
�p � �
U V �
N • •L ^
v w W �
L 4]
� � N
� m z �
� ' � �
� �
H
0
O
T aj
� E �
>. l0
O 0] Z I—
a � ^
N �
�
� � � ^�
� � � �
� o � W
6 � �
_ � �
[/�] (y' V
c � .n
\ �
o � w
�{ \`
� �
m ro �
z
�
�
a
ra
i �
� N
m z r
� �.
E ui
m z �
d �
m E �
Z
a
��
��
� � ._ �
� � � Y, �
�am c � Fi
c � c � (� �
� 9 O N �n O
� ur � � U
m a� w r �+
.o � o � � y
a � � � � r
o �C m �
m� ' � �
�p m o_ -o
C71 _ ... � V �
= j� C � N N
A � � � � �
� � � u � N
u � C C Ri
C N C �, � N
q� �i N rC LL 'O
c.� o,Q � �
E Y � 't U LL
{.% � � � � T
�m�� � �
�.=E� � ,�
p � s '� m m
u a � t t
m ° w � �--
n�
4
Z
m
0
o �
C� .-
v
M- vi c�
� � d
W � �j
� m �,
¢ cU
m
0
W
❑
Z
�
�
O
U
W
�
� Z
>� ai � v �
ro E � fl °7'
�6 E o
z �
z Q
¢
� m
� o
c�
w
� m
N
r
N
m
�
�
FoRTWoRTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Rock Creek Phase 1
CITY PROJECT NUMBER: 103931
PIPE LAID
c900
c900
c900
FIRE HYDRANTS: 14
PIPE ABANDONED
N/A
DENSITIES:
NEW SERVICES:
WATER
SIZE TYPE OF PIPE LF
8" pvc 11090
12" pvc 485
24" pvc 1027
VALVES (16" OR LARGER)
SIZE TYPE OF PIPE LF
N/A N/A
Performed & Passed
1 " Copper
2° Copper
N/A
237
4
SEWER
PIPE LAID SIZE TYPE OF PIPE LF
sdr26 8" pvc 8629
PIPE ABANDONED
N/A
DENSITIES:
NEW SERVICES:
SIZE
N/A
4"
6"
TYPE OF PIPE
N/A
Performed & Passed
pvc
LF
249
2
TRANSPORTATION AND PUBLIC WORKS
The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311
(817) 392 - 7941 • Fax: (817) 392 - 7845
����������
TRANSPORTATION AND PUBLIC WORKS
January 23, 2025
Wright Construction Company, Inc.
601WWaIISt,
Grapevine, TX 76051
RE: Acceptance Letter
Project Name: Rock Creek Phase 1
Project Type: Water, Sewer
City Project No.: 103931
To Whom It May Concern:
On January 8, 2025 a final inspection was made on the subject project. There were punch list items
identified at that time. The punch list items were completed on January 24, 2025. The final inspection
and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and
is therefore accepted by the City. The warranty period will start on January 24, 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
khal.jaafari@FortWorthTexas.Gov.
Sincerely,
KGcaG,��� P. �,
Khal Jaafari RE (Ja�i� 29, 202512:ll CST)
Khal Jaafari, Project Manager
Cc: Richard Walden, Inspector
Gary Deyon, Inspection Supervisor
Edward Davila, Senior Inspector
Andrew Goodman, Program Manager
Peloton Land Solutions , Consultant
Wright Construction Company, Inc., Contractor
D.R Horton, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARR�INT
Before me, the undersigned authority, a notary public in the state
and county aforesaid, on this day personally appeared Kevin Littlefield,
Controller Of Wright Construction Co, Inc., known to me to be a credible
person, who being 6y 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 Che wage scale established t�y the City Council in the City of
Fort Worth has been paid in full;
That there are no claims pending for personal injur}� and/or
property damages;
On Contract described as;
Rock Creek Phase I, City Project No 103931, at or near Old Granbury Rd
& Brewer Blvd. Crowley, TX 76(
:•
Subscribed and sworn before me on this date 28th of Januaty, 2025.
, .�,
<�`yA�a` JESSICA M. S�RIA
.,' ��` Notary ID # 134745800
� �> 'e �P My Commission Expires
tary Public ''�oF�'' February 05, 2028
Tarrant, TX
MERCHA[vTS�
BONDING COMPANYTM
MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES, Iown 50306-3498
PHONE: (800) 67S-8171 Frix: (515) 243-3854
CONSENT OF SURETY
TO FINAL PAYMENT
OWNER
ARCHITECT
CONTRACTOR
SURETY
OTHER
�
■
�
�
�
Bond No. 100096772
TO OWNER:
c�ry of Fort wortn
200 Texas Street
Fo�t wortn, rx �si o2
PROJECT:
Rock Creek Phase I/ City Project No. 103931
ARCHITECT'S PROJECT NO.:
CONTRACT FOR: Water and Sewer and Drainage Improvements
CONTRACT DATED:
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
(Insert name and address of Surety)
Merchants Bonding Company (Mutual)
P.O. Box 14498
Des Moines, lowa 50306-3498
on bond of
(Insert name and address of Contractor)
Wright Construction Co., Inc.
600 W. Wall Street
Grapevine, TX 76051
, SURETY,
,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)
c�ty of Fort wortn
200 Texas Street
Fort Worth, TX 76102
as set forth in said Surety's bond.
, �WNER,
IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: January 24, 2025
(Insert in writing the month followed by the numeric date and year.)
Merchants Bonding Company {RRutu�l
(Surety)
Attest: � �IJ" f�(.t. �bl%'LL�i �Lo� �� r1 _
(Seal): Crystal Langhorn (Signature of authorized representative)
CON 0405 (4/15)
Kim Bracamonte ,A�torrtev-In-F2ct
(Printed name and title) r �
Printed in cooperation with American Institute of Ar�:hitiects (A2a). The
language in this document conforms exactly to the language used in
AIA Document G707-1994 Consent Of Surety to Final Payment.
MERCHANTS�
BONDING COMPANY�
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of lowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the
"Companies") do hereby make, constitute and appoint, individually,
Adam Syswerda; Andrea Nix; Brad Johnson; Crystal Langhorn; Kim Bracamonte; Steven W Lewis
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of
persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions
or proceedings allowed by law.
This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of
Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of
Directors of Merchants National Bonding, Inc., on October 16, 2D15 and amended on April 27, 2024.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenti ng to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner-
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 2gth day of July • 2024 �
••��q10 Nq ��'•. . • � � G � � •. MERCHANTS BONDING COMPANY (MUTUAL)
� � � �Q��...C�iJ�A.� MERCHANTS NATIONAL BONDING, INC.
� y �FtPOi�q :�p :� ;�O,.o�Poq�•.9 � d/bla MERCHANTS NATIONAL INDEMNITY COMPANY
Z;2� �c�:o: :y:'= ��,y�:
:a:_ -o- O. .►..._ -o- o. • ��
, j': 2003 ;;,�= y 1933 ,�c; By �G��
:.d� •`. •� 'c+:'
•.,� �••.. ..•�;t1�.. .�6,��... .••;1'�, President
STATEOFIOWA '•..�����'���.••' '•,����.•
COUNTY OF DALLAS ss.
On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors. _-- —
,�pRlA�s Penni Milier �� ' �~ �
Z� � Commission Number 787952 '�, �
• • My Commission Expires � � J
iowA January 20, 2027 �"`� -�
Notary Public
(Expiration of notary's commission does not invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do
hereby certiTy that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still
in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed •the seal of 7he Companies on this 24th day of January , 2025
���........,,� ,.•---•..�
.••PZ1 O Nq '•. . • �N� Ca •.
.• . � •. .Q.��; ' P 0 � �l'° :
�'oRP OR� �oy P • �� �04 A9�9�'�• 1Y
:Zr2 _p_ �:p: 'aa;� i,.; :
.f--. -4- p. .
:_' ' Z" �d�' 1933 : c; Secretary
;�. 2003 :��: �y6j• � �.
��.d3j�'. � .'`'��; `«�6,�� • � • . `�.A�''
POA 0018 (6/24) ""'