Loading...
HomeMy WebLinkAboutContract 59423-FP7FORT WORTH, -FP7 City Secretary 59423 Contract No. Date Received 08/13/2025 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: Mid Cities Logistics City Project No.: 104737 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: Amount of Approved Change Order(s) Revised Contract Amount: Total Cost of Work Complete: Contractor VP Title Wright Construction Co. Inc. Company Name Project Inspector Vlctov V. Toi-nv0 ,7v, T U Victor V, T-0, 0 Jr , P. C. (Au, 13, ) 0)S 10.21:17 CDT) Project Manager VO4\ Rebecca Owen (AuR 13, 2025 15:58:39 CDT) CFA Manager TPW Director Asst. City Manager 08/11/2025 Date 08/11/2025 Date 08/13/2025 Date 08/13/2025 Date 08/13/2025 Date 08/18/2025 Date $568,101.40 -$224,467.85 $343,633.55 $343,633.55 OFFICIAL RECORD CITY SECRETARY Page 1 of 2 Comments: Revised copy submitted to reflect the updates to FT. WORTH, Tx the contract time and days charged with the project. Notice of Project Completion Project Name: Mid Cities Logistics City Project No.: 104737 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: 77 WD Work Start Date: 9/12/2023 Completed number of Soil Lab Test: 143 Completed number of Water Test: 11 Days Charged: 219 WD Work Complete Date: 2/4/2025 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name MID CITY LOGISTIC Contract Limits Project Type WATER & SEWER City Project Numbers 104737 DOE Number 4737 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 T. GARDNER / JOSEPH MANRY Contract Time Days Charged to Date Contract is 100.00 2/4/2025 WD 7WD 289 Complete Friday, March 7, 2025 Page 1 of 5 City Project Numbers 104737 Contract Name MID CITY LOGISTIC Contract Limits Project Type WATER & SEWER Project Funding UNIT E WATER IMPROVEMENTS Item Description of Items No. ---------------- 1 REMOVE 12" WATER LINE 2 6" WATER PIPE 3 8" PVP WATER PIPE (CO#1) 4 12" WATER PIPE (CO# 1) 5 16" WATER PIPE (CO# 1) 6 12" DIP WATER 7 1" BORED WATER SERVICE 8 1" WATER SERVICE (CO#1) 9 2" WATER SERVICE (CO#1) 10 12" X 6" TAPPING SLEEVE & VALVE 11 12" X 8" TAPPING SLEEVE & VALVE 12 16" X 8" TAPPING SLEEVE & VALVE (CO#1) 13 16" X 12" TAPPING SLEEVE & VALVE (CO#1) 14 12" GATE VALVE (CO#1) 15 16" GATE VALVE W/ VAULT (CO#1) 16 4"-12" PRESSURE PLUG (CO#1) 17 2" SURFACE MILING (CO#1) 18 ASPHALT PVMT REPAIR BEYOND DEFINED WIDTH (CO#1) 19 2" ASPHALT PVMT TYPE C (CO#1) 20 24" CASING BY OPEN CUT 21 TRENCH SAFETY (CO#1) 22 DUCTILE IRON WATER FITTINGS W/ RESTRAINT 23 16"X12" CUT IN TEE (CO#1) 24 2" IRRIGATION SERVICE ON EXISTINGS MAIN (CO#2) DOE Number 4737 Estimate Number 1 Payment Number 1 For Period Ending 2/4/2025 Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total ----------------------- 380 LF $29.00 $11,020.00 380 $11,020.00 1 LF $84.00 $84.00 1 $84.00 8 LF $95.00 $760.00 8 $760.00 337 LF $106.00 $35,722.00 337 $35,722.00 0 LF $118.00 $0.00 0 $0.00 68 LF $111.00 $7,548.00 68 $7,548.00 1 EA $17,013.00 $17,013.00 1 $17,013.00 0 EA $3,284.00 $0.00 0 $0.00 0 EA $3,871.00 $0.00 0 $0.00 1 EA $9,091.00 $9,091.00 1 $9,091.00 1 EA $10,230.00 $10,230.00 1 $10,230.00 0 EA $10,088.00 $0.00 0 $0.00 0 EA $12,223.00 $0.00 0 $0.00 1 EA $4,047.00 $4,047.00 1 $4,047.00 0 EA $21,879.00 $0.00 0 $0.00 0 EA $2,017.00 $0.00 0 $0.00 138 SY $24.50 $3,381.00 138 $3,381.00 8 SY $70.00 $560.00 8 $560.00 146 SY $37.00 $5,402.00 146 $5,402.00 63 LF $301.00 $18,963.00 63 $18,963.00 403 LF $1.00 $403.00 403 $403.00 0.2 TN $2,017.00 $403.40 0.2 $403.40 0 EA $12,223.00 $0.00 0 $0.00 1 EA $11,672.15 $11,672.15 1 $11,672.15 Sub -Total of Previous Unit $136,299.55 $136,299.55 UNIT II: SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- Friday, March 7, 2025 Page 2 of 5 City Project Numbers 104737 DOE Number 4737 Contract Name MID CITY LOGISTIC Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER & SEWER For Period Ending 2/4/2025 Project Funding 1 4" BORED SEWER SERVICE (CO#2) 0 EA $26,588.00 $0.00 0 $0.00 2 4" SEWER SERVICE I EA $4,481.00 $4,481.00 1 $4,481.00 3 4" 2- WAY CLEANOUT I EA $1,912.00 $1,912.00 1 $1,912.00 4 POST - CCTV INSPECTION 553 LF $2.00 $1,106.00 553 $1,106.00 5 MANHOLE VACUUM TESTING 9 EA $178.00 $1,602.00 9 $1,602.00 6 CONCRETE COLLAR 5 EA $1,081.00 $5,405.00 5 $5,405.00 7 TRENCH WATER STOPS 3 EA $2,836.00 $8,508.00 3 $8,508.00 8 4' MANHOLE 4 EA $5,704.00 $22,816.00 4 $22,816.00 9 T DROP MANHOLE 4 EA $6,979.00 $27,916.00 4 $27,916.00 10 T MANHOLE ON EX SS I EA $11,034.00 $11,034.00 1 $11,034.00 11 T EXTRA DEPTH MANHOLE (CO#1) 34 VF $215.00 $7,310.00 34 $7,310.00 12 8" SEWER PIPE (CO#1) 346 LF $81.00 $28,026.00 346 $28,026.00 13 8" SEWER PIPE, CSS BACKFILL (CO#1) 91 LF $145.00 $13,195.00 91 $13,195.00 14 8" DIP SEWER PIPE 116 LF $82.00 $9,512.00 116 $9,512.00 15 8" DIP SEWER PIPE, CLSM BACKFILL 42 LF $152.00 $6,384.00 42 $6,384.00 16 20" CASING BY OPEN CUT 42 LF $262.00 $11,004.00 42 $11,004.00 17 EPDXY MANHOLE LINER 37 VF $550.00 $20,350.00 37 $20,350.00 18 END & PLUG 8" SS 4 EA $112.00 $448.00 4 $448.00 19 TRENCH SAFETY 553 LF $1.00 $553.00 553 $553.00 20 4" SEWER SERVICE, CLSM BACKFILL (CO#2) -------------------------------------- 1 EA $25,772.00 $25,772.00 1 $25,772.00 Sub-Total of Previous Unit $207,334.00 $207,334.00 Friday, March 7, 2025 Page 3 of 5 City Project Numbers 104737 Contract Name MID CITY LOGISTIC Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 1 Change Order Number 2 Change Order Number 2 Total Contract Price DOE Number 4737 Estimate Number 1 Payment Number 1 For Period Ending 2/4/2025 $568,101.40 ($237,994.00) $2,670.00 $11,672.15 ($816.00) $343,633.55 Total Cost of Work Completed $343,633.55 Less % Retained $0.00 Net Earned $343,633.55 Earned This Period $343,633.55 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 $343,633.55 Friday, March 7, 2025 Page 4 of 5 City Project Numbers 104737 Contract Name MID CITY LOGISTIC Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors T. GARDNER / JOSEPH MANRY Contractor WRIGHT CONSTRUCTION COMPANY, INC. 601 W. WALL ST. GRAPEVINE, TX 76051- DOE Number 4737 Estimate Number 1 Payment Number 1 For Period Ending 2/4/2025 City Secretary Contract Number Contract Date Contract Time 72 WD Days Charged to Date 289 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 $343,633.55 Less % Retained $0.00 Net Earned $343,633.55 Earned This Period $343,633.55 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 $343,633.55 Friday, March 7, 2025 Page 5 of 5 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Mid Cities Logistics CHANGE CONTRACT: (A) Water/Sewer (Ell Pavin ORDER No: ICFA # CFA23-0050 ) CITY PARTICIPATION: 0% ICITYPROJECT# 104737 IFID# 30114-0200431-104737-EO7685 lX# X-27709 1 l I PRC# IPRC23-0016 FILE # W-2935 INSPECTOR: Joshua Manry Phone No: 817-647-2564 PROJECT MANAGER: SandipAdhikari Phone No: 817-392-8424 I CONTRACT UNIT , WATER SEWER PAVING DRAINAGE STREET LIGHTS &SIGNS I CONTRACT Develo r - Develo er Developer Developer Developer DAYS Da P coat Cove ��eyyvDl test tout cjjAy( tout .�" (ORIGINAL CONTRACT $362,621.40 $205,480.00 $0.00 _ $103.204.00 r $0.00 $0.00 42 (EXTRAS TO DATE 1 — (CREDITS TO DATE - CONTRACTTODATE $362.621.40 - 3A,00 $205,480.00 1p.0q $103.204.00 V,00 $0.00 1kQ pp $0.00 S0.00.. AMOUNT OF PROP. CHANGE ORDER 237 9114A0 jj1 $2,670.00 $0.00 l $0.00 $0.00 0 I�� REVISED C�r UNT $124,827.40 f0� I $208,150.00 $0.00 $103,204.00 I $0.00 $0.00 S0 00 $0.00 S0.00 T Iy bFffRACT AMOUNT PER UNIT I $124,621.40 I $208,150.00 I $103,204.00 f0,00 I $0.00 REVISED COST SHARE IDev. Cost: $435,981.40 City Cost: $0.00 TOTAL REVISED CONTRACT I $435,981.40 REVIEWED l By Sandlp Adhikarl at 11:32 am, Oct 13, 2023 J Revised: 10-12-2011 Page 1 You are directed to make the foil ow(nq Gpanges in the yOntrad docurggris CITY BID ITEM11Ir PAY ITEM # C QUANTITY UNIT l ITEM DESCRIPTION I UNIT PRICE I TOTAL NIT I: WATER IMPROVEMENTS 3311.0261 1 3 1�36))1 LF B" PVC Water Pipe $95.00 I j`53.420B16,00j1 3311.0541 I 5 11611 LF: LF 2" Water I 6.00 I 3312,2003 I B 151 FA 16" Water PJpe 1"Water Service $'1 18.00 (312985), I S3.2114.00'`S16.420.0011 3312.2203 9 151 EA 2° Water Service $3,871.00 519.355,00) I 3312A - I 12 (5) FA 16" x B" Taopiy Sleeve & Vavle $10,088.00 + (550.440.00) I 3312,4114 3312.3005 13 1 14 ((31 il) FA FA _ IS' x 12" Ta�J%p�lgyy Sleeve & Vavle 12'r Ga(e Valve $12,223.00 1J36..669.....Oo) 1 54,G47.00 I 4.0470) 1 3312.3006 0241.1118 15 16 (2) yl FA FA 16" Gate Valve wl Vault 4"-12" Pressure Pluq 1 $21,879.00 I3.75B0 1I $2.017.00 I BJ5300)024115D6 1761 SY 2"SurfaceYYMillii 1 $24.50 I0682001I 1 �4.01 SY AsohaltP�mtRpepalt 980 320120201 19 SY Pvm1 TvpDeCedWidth 5307.00 1155 650�0013305.0109 I 21 31 LF Trench Safety $1.00 I {$83.001 I 9999.0001 1 23 t 1) FA 16' x 12" Cut In Tee $12,223.00 {$12.223 0011 SUBTOTAL UNIT I: WATER IMPROVEMENTS I($237,994.00)1 ?IT 1I: SANITARY SEWER IMPROVEI�EFfTSa M 1 3339.1003 I 11 ( 2 tII ,j Depth Manhole $215.00 $430.00 3331.4116 3331.4116 I 12 13 1 135) 35 I LF LF B" Sewer Pipe I 6" Sewer P! e. CS9 Backliill I S81.00 $145.00 I `52.835.001 I 35 075.00 1 SUBTOT� UNIT 2: SANITARY SEWER IMPROVEMENTSI $2.670.001 TOy7AL UNIT 1: WATER IMPROVEMENTSI 1$237,994.00) TOTAL UNI}Z: SXh7TAR)rSEW) R)MAOtlr#rr P $2,670,00 TOT1iL L'HAhGE ORO�RI ($255,324, 001 REASONS FOR CHANGE ORDER 1. Connections to existing 16' waler line no longer applicable as new 16"water line is proposed under the Buttercup lane & Boswell Ddve 16-Inch Water Main Rehabilitation plan set. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER 18 RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BESOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: GMcivil Mid-Crues Lo isfics er, LLC Wright Construction Co. Jac. By: /! S✓ BY: By: (ter ' Name: Ryan Spears Name: owles Name: Title: Project Engineer Title: Authorized Signatory Title: UP D F �� �� .H.d N.4 (>(P+G,v t REVIEWED 1 l By Sandip Adhikar! at 11:32 am, Oct 13, 2023 J Revised: 10-12-2011 Page 2 DEVELOPER -AWARDED -PROJECT CHANGE ORDER PROJECT NAME: Mid Cities Loolstics CONTRACT: (A) Water/Sewer (B) Paviq CHANGE ORDER No: ICFA# CFA23-0050 I CITY PARTICIPATION: 0/ CITY PROJECT # 1D4737 IFID# 30114.0200431-104737-EO7685 IX# X-27709 2 I IPRC# IPRC23-0016 FILE # W-2935 INSPECTOR: Joshua Manry Phone No: 817-647-2564 PROJECT MANAGER: Sandip Adhiked Phone No: 817-392-8424 CONTRACT UNIT WATER SEWER PAVING I DRAINAGE STREET LIGHTS&SIGNS j CONTRACT( Developer (Developer Developer Developer Developar DAYS ORIGINAL CONTRACT Cost SA , :?v Cost Cost Cit7 Qoq Cost t:A(T qp"v Cost $362,621.40 S 00 I $205,480.00 SO-00;-: $103.204,00 S000 $0.00 $000 $0.00 42 EXTRAS TO DATE IE23T994 DO) { $2,670.0D I CREDITS TO DATE I� 11 lCONTRACTTODATE $124,627.40 t I f6$0 $203,150.00 $0.00 1 $103.204.00 s000 $0.00 000 $0,00 IAMOO1UNQpT.�OF PROP. ORDER $11,672.15 I J Is%.7 G.o:r, I $17,405.50 I_ $0.00 MooLINT 0 jCCHANGE i0i1 �H ✓(5�D C�NTRALI AMOUNT $136,299.55 Ij $0 00 I $207.334.00 EOM $120.609.50 50 00 $0.00 LSD $0,00 PERUNIT $136,Y99.55 $207,334.00 $120,609.50 $0.00 $0.00 REVISED COST SHARE Dev. Cost• $464,243.05 C"y Coel:' TOTAL REVISED CONTRACT $464,243.05 REVIEWED By Sandip Adhikari at 10:47 am, Aug 26, 2024 Revised: 10-12-2011 Page 1 You are directed to make the followin changes in the contract documents CITY 81, REM PAY ITEM # # QUANTITY 9999.0005 I NEW I 1 I 9999.0008 I NEW I 11 0241.1506 19 193 3201.0203 20 36 3212.0201 21 221 9999.0007 NEW 1 36 I INIT ITEM DESCRIPTION I UNIT PRICE I TOTAL EA UNIT I: WATER IMmgaUPROVEMENTS\ I on Service on ExisUr)p Main I SUBTOTAL At 1: WATER IMPROVEMENTS 1 I $11.672.15 I $11,672.15 $11,67215 UNIT II: SANITARY SEWER IMPROVEhjE[J EA EA riff BB ored Sewer Service I 4' Sewer Service, CLSM Backfill I §26 588,00 §26,588.001 $2552.00 ",25.772.00 SUBTOTAL UNIT 2:_ SANITARY SEWER IMPROVEMENTSi I 1S816.00 UNIT III: PAVING IMPROVEMENTS SY SY SY 2' Surface Milling Asphalt Pvmt Rgait Be and Defined Width, Industrial I 2f Asohait Pvml Type C $24.50 S70.00 $37.00 $4.728.50 I $2\520.00 I $8/ 177.00 SY Temp Asgtt Pavement I 3U9TOTALUNIT3: PAVING IMPROVEMENTS $55.00 $1 980.00 i $17,405.50� TOTAL UNIT7: WJE�R IkRROVEMRNTS TOTALUNIT2: SANRARY$FWERI&'' OVE�M��HI S11 \\672.11 i IS8t6.001 TMIL U)IIT 3: PAVIRIG IMP11i 6 ENTS $17A05.50 TOTAL f,HANGE,nROE_ $28,261.65 1+Iji REASONS FOR CHANGE ORDER 1. Installing 2' irrigation Service on Existing Main on a TdM Basis 2. Sewer service design revised to open cut. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COSTAND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: APPROVED: APPROVED: _ GMGIVN ///n/// Mid -Cities Logistics Owner, LL/C Weigh, Cons, Name: Ryan Sneers Name: Jeff K wles Name: Title: Project Engineer Title: Authorized Signatory Title: REVIEWED By Sandip Adhikari at 10:47 am, Aug 26, 2024 Revised: 10-12-2011 Page 2 FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Mid Cities Logistics CITY PROJECT NUMBER: 104737 WATER PIPE LAID SIZE TYPE OF PIPE LF Main 6" PVC 1 Main 8" PVC 8 Main 12" PVC 337 Main 16" PVC 0 Main 12" DIP 68 FIRE HYDRANTS: N/A VALVES (16" OR LARGER) 2 PIPE ABANDONED SIZE TYPE OF PIPE LF Main 12" PVC 380 DENSITIES: All Passed NEW SERVICES: 1" Copper (DOM) 45 LF 2" Copper (IRR) 24 LF SEWER PIPE LAID SIZE TYPE OF PIPE LF Main 8" PVC 437 Main 8" DIP 158 PIPE ABANDONED SIZE TYPE OF PIPE LF N/A N/A N/A N/A DENSITIES: All Passed NEW SERVICES: 4" PVC 22 LF TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORTWORTH. M, TRANSPORTATION AND PUBLIC WORKS March 6, 2025 Wright Construction Co. Inc 601WWall St Grapevine, TX 76051 RE: Acceptance Letter Project Name: Mid Cities Logistics Project Type: Water, Sewer, Paving City Project No.: 104737 To Whom It May Concern: On March 4, 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 March 6, 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 March 6, 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 Sandip.adhikari@fortworthtexas.gov. Sincerely, KcG ok V. T i-hei-o ,7Y, T E. Victor V. To mero Jr., V. F (A,lg 13, 202510: 211](Ill j Sandip Adhikari P.E., Project Manager Cc: Charles Hayes, Inspector Troy Gardner, Inspection Supervisor Emanuel Nieto, Senior Inspector Andrew Goodman P.E., Program Manager GM Civil Engineering & Surveying, Consultant Wright Construction Co. Inc., Contractor Transwestern Real Estate, Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF TARR-ANT 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 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; Mid Cities Logistics, at or near Sandy Lane & Bosewell Drive, Fort Worth, TX 76112 BY 1 Kevin Litt'lefiel controller Subscribed and sworn before me on this date 9th of April, 025. taryPublic Tarrant County, TX �� - - —:.+. 6 4 JESSICA M. SORIA Notary ID # 134745800 � My Commission Expires yTe��+ 1= 05, 2028 = riJ'' it iu gill II n. 11.l� I it it 1 i. . � MERCHANTS BONDING COMPANY MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 OWNER CONSENT OF SURETY _ CO TIRACTOR TO FINAL PAYMENT SURETY _ OTHER _ Bond No. TXC616882 TO OWNER: ARCHITECT'S PROJECT NO.: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 CONTRACT FOR: Water, Sewer and Storm PROJECT: CONTRACT DATED: April 12, 2023 Mid Cities Logistics 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, Iowa 50306-3498 , SURETY, on bond of (Insert name and address of Contractor) Wright Construction Co., Inc. 600 W. Wall Street Grapevine, TX 76051 ,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) City of Fort Worth 200 Texas Street Fort Worth, TX 76102 , OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: April 9, 2025 (Insert in writing the month followed by the numeric date and year.) Merchants Bonding Cofnpa (Mutual) j� (Surety) I I 1 + I, /` Attest: 1�/+� ) ✓ lr'�!"1� 1 Lr (Seal): Kim Bracamonte (Signature of authorized repr418 nre) - y. Steven W. Lewis �` Attornev-In-Fact (Printed name and title) Printed in cooperation with American Institute of Architects (AIA). The language in this document conforms exactly to the language used in CON 0405 (4/15) AIA Document G707-1994 Consent Of Surety to Final Payment. J ,.ER-CHANT'S"k, 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 Iowa, 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 Langhom; Kim Bracamonte; Steven W Lewis their true and lawful Attomey(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-Attomey 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, 2015 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 Attomey-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 consenting 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 Attomey-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 29th day of July 2024 - •`""""'+. ........ MERCHANTS BONDING COMPANY (MUTUAL) .••'110Nq •. .•G. L ' • Q�N • �QJjJ •• MERCHANTS NATIONAL BONDING, INC. y�'pKpOR,q �O'©RAOR A�•; d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY 2003 y'•r 1933 c; By :,�ly'.'•• :iJ�:� ,•d��.•4As'. KN President STATE OF IOWA q+ ••.• • • • • • • • , 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. /QP "4 , Penni Miller Z'[�aFID` Commission Number 787952 % - ' • • My Commission Expires j" towA 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 certify 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 the Companies on this 9th day of April 2025 ..°pl10NA(''.., •'.o� kG Cod""� CIS v`. 2003 pry; 1933 ` �'�` Secretary ��•, 4-i. POA 0018 (6124) ... ' • • , .. ,.. ,