HomeMy WebLinkAboutContract 61369-FP3FORT WORTH® �--...... _,
-FP3
City Secretary 61369 Contract No. _____ _
Date Received l0/06/2025
10/09/2025
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: Longhorn Estates Phase 1
City Project No.: 105087
Improvement Type(s): Water�
Original Contract Price: Water
Original Contract Price: Sewer
Amount of Approved Change Orders: Water
Amount of Approved Change Orders: Sewer
Revised Contract Amount: Water
Revised Contract Amount: Sewer
Total Cost of Work Complete:
,1!!:.���ct��{l;f:;1;,con
Contractor
Vice President
Title
Wright Construction
Company Name
M�P�
Michael Perkins !Oct 3 202510:01:13 COT}
Project Inspector
���-;;;?-
Project Manager
CFA Manager lt{,u;-e11 'Prieur
Lauren Prieur (Oct 6, 2025 13:20:12 COT)
TPW Director
Asst. City Manager
Sewer�
Developer Costs City Costs Total Cost
$2,289,949.98 $1,249,149.69 $3,539,099.67
$2,739,064.00 $0.00 $2,739,064.00
$61,150.00 $0.00 $61,150.00
$8,553.00 $0.00 $8,553.00
$2,351,099.98 $1,249,149.69 $3,600,249.67
$2,747,617.00 $0.00 $2,747,617.00
$5,098,716.98 $1,249,149.69 $6,347,866.67
10/03/2025
Date
10/03/2025
Date
10/06/2025
Date
10/06/2025
Date
10/06/2025
Date
10/07/2025
Date
Page 1 of 2
Notice of Project Completion
Project Name: Longhorn Estates Phase 1
City Project No.: 105087
City's Attachments
Final Pay Estimate 0
Change Order(s): 0 Yes ❑ N/A
Pipe Report: 0 Yes ❑ N/A
Contractor's Attachments
Affidavit of Bills Paid �
Consent of Surety �
Statement of Contract Time
Contract Time: 275
Days Charged: 281
Work Start Date: 3/23/2024 Work Complete Date: 9/16/2025
Completed number of Soil Lab Test: 1925
Completed number of Water Test: 60
Page 2 of 2
CITY OF FORT WORTH
Contract Name Longhorn Estates Phase 1
Contract Limits
Project Type WATER & SEWER
DOE Number 5087
Estimate Number 1 Payment Number 1 For Period Ending 9/16/2025
FINAL PAYMENT REQUEST
City Secretary Contract Number
281
WD
Contract Date
WRIGHT CONSTRUCTION COMPANY, INC.
NA
601 W. WALL ST.
GRAPEVINE TX 76051-
M.GLOVER M.PERKINS
275WDContract Time
Days Charged to Date
CompleteContract is 100.00
Contractor
,
/Inspectors
Project Manager
City Project Numbers 105087
Thursday, October 2, 2025 Page 1 of 5
Contract Name Longhorn Estates Phase 1
Contract Limits
Project Type WATER & SEWER
DOE Number 5087
Estimate Number 1
Payment Number 1
For Period Ending 9/16/2025
Project Funding
City Project Numbers 105087
UNIT I: WATER IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 REMOVE SIDEWALL 4510 SF $4.00 $18,040.00 4510 $18,040.00
2 REMOVE ASPHALT PVMT (CO#2)1382 SY $24.00 $33,168.00 1382 $33,168.00
3 7' WIDE ASPHALT PVMT REPAIR,
RESIDENTIAL
210 LF $93.00 $19,530.00 210 $19,530.00
4 4" CONC SIDEWALK 4510 SF $13.00 $58,630.00 4510 $58,630.00
5 TRENCH SAFETY 20254 LF $1.00 $20,254.00 20254 $20,254.00
6 24" CASING BY OPEN CUT 50 LF $212.00 $10,600.00 50 $10,600.00
7 42" CASING BY OPEN CUT 60 LF $426.00 $25,560.00 60 $25,560.00
8 DUCTILE IRON WATER FITTINGS
W/RESTRAINT
47.53 TN $11,639.00 $553,201.67 47.53 $553,201.67
9 8" WATER PIPE 13169 LF $46.00 $605,774.00 13169 $605,774.00
10 8" DIP WATER, CLSM BACKFILL 840 LF $127.00 $106,680.00 840 $106,680.00
11 12" WATER PIPE 2656 LF $81.00 $215,136.00 2656 $215,136.00
12 12" DIP WATER, CLSM BACKFILL 61 LF $176.00 $10,736.00 61 $10,736.00
13 24" WATER PIPE 3448 LF $195.00 $672,360.00 3448 $672,360.00
14 24" DIP WATER, CLSM BACKFILL 80 LF $409.00 $32,720.00 80 $32,720.00
15 FIRE HYDRANT 14 EA $9,025.00 $126,350.00 14 $126,350.00
16 CONNECTION TO EXISTING 16" WATER MAIN 1 EA $10,297.00 $10,297.00 1 $10,297.00
17 CONNECTION TO EXISTING 4"-12" WATER
MAIN
2 EA $6,119.00 $12,238.00 2 $12,238.00
18 4" COMBINATION AIR VALVE ASSEMBLY FOR
WATER
2 EA $44,845.00 $89,690.00 2 $89,690.00
19 1" WATER SERVICE (CO#3)298 EA $1,449.00 $431,802.00 298 $431,802.00
20 1 1/2" WATER SERVICE (IRRIGATION) (CO#3)8 EA $2,364.00 $18,912.00 8 $18,912.00
21 2" WATER SERVICE(CO#3)0 EA $3,491.00 $0.00 0 $0.00
22 8" GATE VALVE 63 EA $2,575.00 $162,225.00 63 $162,225.00
23 12" GATE VALVE 6 EA $4,315.00 $25,890.00 6 $25,890.00
24 24" GATE VALVE & VAULT 6 EA $47,164.00 $282,984.00 6 $282,984.00
25 8" BLOW OFF VALVE 1 EA $28,240.00 $28,240.00 1 $28,240.00
26 TEMPORARY ASPHALT PAVEMENT REPAIR
(2" TYPE B)(CO#2)
1044 LF $28.00 $29,232.00 1044 $29,232.00
$3,600,249.67 $3,600,249.67Sub-Total of Previous Unit
Thursday, October 2, 2025 Page 2 of 5
Contract Name Longhorn Estates Phase 1
Contract Limits
Project Type WATER & SEWER
DOE Number 5087
Estimate Number 1
Payment Number 1
For Period Ending 9/16/2025
Project Funding
City Project Numbers 105087
UNIT II: SANITARY SEWER IMPROVEMENTS
Item
No.Description of Items Estimated
Quanity Unit Unit Cost Estimated
Total
Completed
Quanity
Completed
Total
1 POST-CCTV INSPECTION 15395 LF $2.00 $30,790.00 15395 $30,790.00
2 MANHOLE VACUUM TESTING 78 EA $198.00 $15,444.00 78 $15,444.00
3 MANHOLE ADJUSTMENT, MINOR 1 EA $1,395.00 $1,395.00 1 $1,395.00
4 TRENCH SAFETY 15395 LF $1.00 $15,395.00 15395 $15,395.00
5 20" CASING BY OPEN CUT 20 LF $305.00 $6,100.00 20 $6,100.00
6 4" SEWER SERVICE 285 EA $1,854.00 $528,390.00 285 $528,390.00
7 4" DIP SEWER SERVICE 13 EA $8,451.00 $109,863.00 13 $109,863.00
8 8" SEWER PIPE 9137 LF $55.00 $502,535.00 9137 $502,535.00
9 8" SEWER PIPE, CSS BACKFILL 600 LF $83.00 $49,800.00 600 $49,800.00
10 8" DIP SEWER PIPE 180 LF $112.00 $20,160.00 180 $20,160.00
11 10" SEWER PIPE 191 LF $82.00 $15,662.00 191 $15,662.00
12 10" SEWER PIPE, CSS BACKFILL 20 LF $119.00 $2,380.00 20 $2,380.00
13 12" SEWER PIPE 1293 LF $78.00 $100,854.00 1293 $100,854.00
14 12" SEWER PIPE, CSS BACKFILL 818 LF $153.00 $125,154.00 818 $125,154.00
15 15" SEWER PIPE 1382 LF $104.00 $143,728.00 1382 $143,728.00
16 15" SEWER PIPE, CSS BACKFILL 1734 LF $263.00 $456,042.00 1734 $456,042.00
17 8" SEWER PIPE, CLSM BACKFILL 20 LF $100.00 $2,000.00 20 $2,000.00
18 8" DIP PIPE, CLSM BACKFILL 20 LF $100.00 $2,000.00 20 $2,000.00
19 EPOXY MANHOLE LINER 335 VF $418.00 $140,030.00 335 $140,030.00
20 4' MANHOLE 69 EA $4,227.00 $291,663.00 69 $291,663.00
21 4' DROP MANHOLE 9 EA $5,411.00 $48,699.00 9 $48,699.00
22 EXTRA DEPTH MANHOLE 370 VF $354.00 $130,980.00 370 $130,980.00
23 6" SEWER SERVICE (CO#3)1 EA $8,553.00 $8,553.00 1 $8,553.00
$2,747,617.00 $2,747,617.00Sub-Total of Previous Unit
Thursday, October 2, 2025 Page 3 of 5
Contract Name Longhorn Estates Phase 1
Contract Limits
Project Type WATER & SEWER
DOE Number 5087
Estimate Number 1
Payment Number 1
For Period Ending 9/16/2025
Project Funding
City Project Numbers 105087
Contract Information Summary
Change Orders
$6,278,163.67Original Contract Amount
$6,347,866.67Total Contract Price
$6,347,866.67
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $6,347,866.67
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $6,347,866.67
Less Liquidated Damages
Days @ / Day
$0.00
Less Penalty
LessPavement Deficiency $0.00
$0.00
$0.00Less Previous Payment
Earned This Period
Retainage This Period
$6,347,866.67
$0.00
2 $58,464.00Change Order Number
3 $2,686.00Change Order Number
3 $8,553.00Change Order Number
Thursday, October 2, 2025 Page 4 of 5
Contract Name Longhorn Estates Phase 1
Contract Limits
Project Type WATER & SEWER
DOE Number 5087
Estimate Number 1
Payment Number 1
For Period Ending 9/16/2025
Project Funding
City Project Numbers 105087
Line Fund Account Center
Amount
Funded Gross Retainage Net
CITY OF FORT WORTH
SUMMARY OF CHARGES
$6,347,866.67
Less
Total Cost of Work Completed
% Retained $0.00
Net Earned $6,347,866.67
Plus Material on Hand Less 15%$0.00
Balance Due This Payment $6,347,866.67
Less Liquidated Damages
0 Days @ $0.00 / Day $0.00
Less Penalty
LessPavement Deficiency $0.00
$0.00
$0.00Less Previous Payment
Earned This Period
Retainage This Period
$6,347,866.67
$0.00
City Secretary Contract Number
281
WD
Contract Date
WRIGHT CONSTRUCTION COMPANY, INC.
NA
601 W. WALL ST.
GRAPEVINE TX 76051-
M.GLOVER M.PERKINS
275
WD
Contract Time
Days Charged to Date
CompleteContract is 100.000000
Contractor
,
/Inspectors
Project Manager
Thursday, October 2, 2025 Page 5 of 5
N
�
1
�
�
M
�
�
�
z
U�/'�
V /
U
o �
o ao
� �
� N
T �
N I�
�
� �
O O
Z Z
N N
O O
a a
Y �
N "'
� �
� �
N fII
� Y
�
�
W
Q
Q
�
H
U
W
O
�
�
�
U
h
} N N � N
Z ❑
O
U
N
O O O O O O O
N U o 0 0 0 0 0
= Z' N V� V� V� N N 10
U' U �
J N
1�-
Ko �' ~ n 'o
F, `m m � o N o N w
� o � � � � � �
> � � v � � w � �
� o �u w m �o oi
0 U w w vr �
oi
y N
Uo 0 0 0 0 0 _
0 0 0 0 0 0
�
�' w h w w w w o
� U �
2 �
Q O � n n N
a' U N N N �
d C7 O O M O M N
n '�'
� N 11� � N N N
y M M t7
� N In tA
°1 v� w w
�
N
N
F �j o 0 0 0 0 0 0
Z �' w w w w w � o a iy
� � V q •' �
F, Z � U o
th
�� U � o o w �t'
Z� d� o o� o M N m
O o oao a�i w aw w w �
U N M M M
� � 7 7
� Vf W W
0
N
O O O O O O o
V o 0 0 0 0 0
�� w w� M w o v
W U � O
N
0
W O O O M �
y R �f 7 1� �
4+ o 0 0 0 0 0 1Nq �
°' oi o 0 oi o oi �
� � w v� r� w �
> m n i. �
y p N N N
� U TA M W
m rn m
�o � �
o � o o � o �
U o 0 0
�' a w w a w v r�
N N N �O
a, U �
w �n in w �
� ro ao co m
O! OI p QI In
Of Of O �.j M .•
a rn o o m m �7 w O
p m o 0 oi v oo U
w .A �n w W a
� M
W O N N w N ry
O U � � � ❑
K
W
a
�
z �
U
O F- Q Q F�-
W � U v=i O
O Q�
F- = a Z 2 0 W
V W U F 0� U (n
Q W W Q a Q U w w
Z Q Q��� W tn �
0 o a o a z �n w a
>
Q � � ¢ � o � � o
Z ¢ ❑ � � � J
� �X � o � w o
O W U U Q � F-�
�
�
�
N
C
E
O
�
c
s
m
C
N
m
OI
t
V
�
0
3
.�
Y
E
0
v
m
V
`o
�
m
}
C
O
2
c
u
�
O
O
n
U
�
E
m
�
`3
E
u
�
m
t
N
�
O
�a
�
�
,
m
.`
�
N
a
m
0
�
n
0
�
m
>
U
m •
U
a Q
m
U y
3�
O�
aa
�'¢+ O
O �
4
m�
m �
m E
ao
:y
ry W
�l
O �
E Q
m
� O
z
w
0
�
0
W
i:1
Q
x
U
�
0
LL
Z
O
Q
W
�
�
U
W
3
E
� u
�-Q
C "
9 O
� O
� a�
W 5 ci
m
E m
Z �
r I� m
E m
N� Z F
C
w
�
0
a'
� � �
;� J o
m
m a
� �
� fn
m m
m � �
z
�
a�
C
L
O
C Q
I �
� U
I �
�
O �
�
_ m
� E m
m Z ►=
�
0 0
o � -o
� '
S Q �
�o d
Qm'
o m
5, m �
[fl 2 j=
�
�
�
�
�
� �
� .N
N
�
�� w
� 0
m � �
z
�
�s
m
��
� U
^ y C U
p p l Vi N
C d S m o m
� p U � H p
u L' �' v r U
mp n� m ,C N
G d O Ql �
v� C C � L
� � � � � •�
1� v
� � N O d
C R'C L N 10
�LE� '° o
� v� � c m
C N � l0 � N
� o N E T �
c
E�`c �t (> ti
Ut°oa O �
��p10 m m
�°cEc �o �a
C o1 m'C m p�
.� O N t N d ,mC
m ° m FL- 1-
❑ a
�
�
�
�
Q
o �
� �
� �
� m
� U �
u�
u �,
o V
v
� � �L
_ y�
0 � ^ (a
w � �
C
Z �
W J
� h � �'
� . �
� � Y
m
m �
z
L
�
N
�
�
W
�
C
O
.�
�
•F�-
Q
�
1"'
'� N
N Q
a N
� �'
N m
m �
a �
E e
'
z a
a
� �
� O
U
eo
�
N
01
a
m
0
N
N
ti
a
m
�
�'J
O
U
1
�
�
�
�
�
�
Z
U
�
U
�
W..
� Z M
O
�
}
Z
0
Q
a
U
H
Q
�
�
U
N
N
� �
O �
r
E W
� r
m °O
w c �
N � �
L p �
N C �
v m o
� . o
N � o
E c°n' � � cn
o .,} n o r� o
t Y N o � M n �
C 1p LL � (h 0 N M
� � U � co � X �
�
U
�
Z
O
U
� }
�
I- V p �
V � W
� � Q � � � W
0�. �U U U U� X li
O �
O a0
�A N
h M
o�o ~
� �
ZZ
C C
O O
L L
n. a
c ,_
a�i 'ro
a m
N '
(0 N
c'�i y
�
�
W
(.�
Q
Q
�
U
w
O
�
0.
U
�
} N N � N
2 O
O
U
N
(p (j o 0 0 0 0 0
� �, o 0 0 0 0 0 �
N In V� ln In V1 n
U' U �
-� N
� o n h h h
N M 01 �
�.�„ C p� ' �p � �p � V1
O �
t� � y N� w o N a �
a'� o � v�i e1On �
O U �
�
� �
O o O o 0 0 o N
(J o O O o o R
�' u�i � v�i � � u�i ^ w
� U N
Z M
Q N h h N
Q, 1A N IA �y
n M O O M O M �
� N N i�A N N N
> N M M M
N O � Vi u1
� U N I N 1A
�000000 0
� 1�1� 1�// ll� N V1 h p i.�
W U o
Z Z M V �
� a �
V� p o 0 o ra0i �
� O
V a o o nV o a w Wi
M O O M O M n
F- a�! o o v o v
Z W M � � M N M r'
� w w N vai �
0
N
0000000
V o 0 0 0 0 0
�, o 0 0 0 0 0 �
� � � � � �
U o pj
0_' n �
W �
� �
„ r: u�i
y� o 0 0 `1 V
0
n
O o 0 o N
V � o o � o � �<
m`
0 0 0 o M �n �
O n 1�9 N ^ � �
> N N � N
o'� '., 'A
� � �
in rn m m
U � o o � o �
0 0 0
��V N v�i V v�i m 1�
V N N � b
� v, in w a
FW- �'!
¢ o
� m o m o m m
m � M O � M a3
y m � o � �p' o W fA
p �, `t o � U
00 0o w � v�
1(� M M
� U � w �� w 0
�
w
a
t-
z F
�
w
O F- a Q
W � U N O
Z O � F. U
F. t ❑
U W U F- Z j U tW/_1
� H ~ a � U � N K
w
U� O O LL O j K Fa-
� � F- U O U W O
a � � � z w � ~
z
� w z o � �
O U �U Q K O
�
rn
a
N
N
m
l6
a
u
b
a
m
h
a�
U
.�
W
N
t
N
3
v
h
a
c
m
�
m
3
'm
c
0
b
Q
Q.'
W
❑
�
O
W
C9
Z
Q
2
U
�
O
LL
�
Z
O
Na
W
�
�
C
u
C
0
a
c
K
I
c
0
.�
c
L
m 3
� `
� a� -
` Y n
\
u;
� � ui
� z �
m
C
0
�
O
m
a
a
�
T°
m �
E ui
Z �
�
m
c
'v
C
W
� C
0
�
a
� �
a
rn
c
S � �
� J �
v
d �
� a
L `o_
V c
m � �
ui °1
E �.
m
Z
I �
N
O
N
M
N
�
� T
N
U1 Q
U U
U C
(U
�� N
' �� N
.c Q
� in
�
E ui
m z �_
�
N
O
N
M
0
�
0
1
C�
E
N
u
m
w
U
��p
U
.N
�
� �
E ai
m Z ►=
�
N
N
�
�
O
N
� �
� c
y y t0
� � �
L �
C
i N
' c
�e 7 C
h cn w
T y ui
m E �.
�
N
N �
7
� U
.. N C �
i. �
G/ p V Y
10 N � � C �j
� E
� p U � N �
v n � � L N
,� N O � �3 ''�'
6. ,_�, C � �p L
yE•a°o � ��
°� �0 � � ��i w
ro `0 � c � u
� m m
� v � � c N
e a�'a m � v
1°ac�aE �
,a �o � _
E Y ��t v LL
ci�Op- o �'
Z U
u m o � � �
�� E �' m m
,� L '- W W
U �, " ai Fw `N
i m� N F- �--'
0 0
�
N
O
N
�
0
�
0
� a
o Z,
0
� ro
� � m
� � a�i
W � � _
Q � � U K
m
�
�
N
O
�
�
O
��
,, o
� w
S`
m
❑
W
G
2
W
�
�
O
U
W
�
�.
N
�
c
LL1 c
p: W
� C
0
N N
-� �
m `
Y ¢.
ui �
m �'
Z
� �
N p
O N
N �
z: -o
m �
n
� o
�
Z on.
U a
oG Q;
� �
U
otS
�
M
m
t0
a
O
N
ri
N
'O
N
N
.j
N
�
F�ORT WORTH
TRANSPORTATION AND PUBLIC WORKS
PIPE REPORT FOR:
PROJECT NAME: Longhorn Estates Phase 1
CITY PROJECT NUMB�R: 105087
WAT�R
PIPE LAID SIZ� TYPE OF PIP� LF
C900 8" PVC 13,169
American Fastite Pipe (Bell Spigot) 8" Ductile Iron 840
C900 12" PVC 2656
American Fastite Pipe (Bell Spigot) 12" Ductile Iron 61
C900 24" PVC 3,448
Amecican Fastite Pipe (Bell Spigot) 24" Ductile Ii•on 80
FIRE HYDRANTS: 14
PIPE ABANDONED
DENSITI�S:
NEW S�RVICES:
SIZ�
1"
1 1/2"
VALVES (16" OR LARGER)
TYPE OF PIPE
Yes
Copper
Copper
LF
6
297
6
S�W�R
PIPE LAID SIZE TYPE OF PIPE LF
SDR-26 8" PVC 9,137
American Fastite Pipe (Bell Spigot) 8" Ductile Iron 180
SDR-26 10" PVC 191
SDR-26 12" PVC 1,293
SDR-26 15" PVC 1,382
PIPE ABANDONED
DENSITIES:
NGW SERVIC�S:
SIZE
���
���
TYPE OF PIPE
YES
PVC
Ductile Iron
LF
285
13
TRANSPORTr1TION r1ND PUBLIC \\/ORKS
The Cih� of Fort �`Vorth • 1000 Throckmorton Street • Fort \�/ordi, T:17G012-6311
F�4RT VVORTH�
TRANSPORTATION AND PUBLIC WORKS
September 16, 2025
Wright Construction Co. Inc.
600 W. Wall St.
Grapevine TX 76051
RE: Acceptance Letter
Project Name: Longhorn Estates Phase 1
Project Type: Water, Sanitary Sewer
City Project No.: 105087
To Whom It May Concern:
On August 29, 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 September 16, 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 September 16,
2025, which is the date of the punch list completion and will extend of two (2) years in accordance with
the Contract Documents.
If you have any questions concerning this letter of acceptance, please feel free to contact me at 817-
392-7830.
Sincerely,
�'`i�� l li,�� l,^.,i' � �
Kh:ilJ:i:if�rif'.E.;0�:16,�)'. i1�J_06_4�C T��
Khal Jaafari, Project Manager
Cc: Michael Perkins, Inspector
Mike Glover, Inspection Supervisor
Randy Horton, Senior Inspector
Andrew Goodman, Program Manager
Pape-Dawson, Consultant
Wright Construction, Contractor
DR Horton, Developer
File
E-Mail: TPW_Acceptance@fortworthtexas.gov
Rev. 8/20/19
AFFIDAVIT
STATE OF TEXAS
COUNTY OF TARRANT
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 rne duly sworn, upon his oath rleposed and sa�d;
That all persons, firms, associatior.s, carporations, or other
organizations furnishing labor an�i/or materzals have beeii paid in 1iz11;
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;
Ciry Project #1O50S7, IPRC #23-0129 Longhorn Estates Phase 1, at or
near W. Cleburne Rd & Longhorn Trai�,, Crowley, T�
BY � ' ' y� � � �-�.i '
; Kevin Littl� lci / Controller
Subscribed and sworn before me on this date 29th of September, 2025.
��������
ot�ry Public
Tarrant, TX
.�Q�YpVBG JESSICA M. SORIA
� �Notary ID # 134745800
y My Commission Expires
�"�"�foF�+` February 05, 2028
�ERCHANTS �
BONDING COMPAI�iY��
MERCHAN"1'S E30NDING COMPANY (MUTUAL) P.O. BoX 1449$, D�S MO�NEs, [oWA 50306-3498
PHOivE: (800) 678-$171 FAX: (515) 243-3854
CONSENT �F SURETY
TO FINAL PAYMENT
OWNER
ARCk�1TECT
CONTRACTOR
SURETY
OTHER
Bond No. 100340731
TO OWNER:
City of Fvrt Warth
204 Texas S#reet
Fort Worth, TX 761�2
PROJECT:
Longhorn Estatas Phase 1 1 Site Utilities
ARCHITECT'S PR�J�Ci NO.:
COEVTRACT FQR: Site Utilities
GONTRACT �ATED:
�
�
�
�
�
kn accordance with the pra�isions of the Contract between the Owner and the Contractor as indicated above, the
(insert name and adtlress of Sureiy}
Merchants Bonding Company (Mutual}
P.O. Box 14498
i]es Moin�s, towa 50306-349$
on band af
{Insert name and address of Contractor)
Wright Construction Ca., Inc.
600 W. Wal] Street
Grapevine, TK 76051
, SURETY,
, COiJTRACTOR,
hereby approves of the final payrr�ent to the Contractor, and agrees that final payment to tf�e Contractor shall not
relie�e the S�rety a€ any o€ its obligations to
(Insert naine and address of Owner)
city of Fort worth
2QQ Texas Street
Fort Worth, TX 7$102
as set forth in said Surety's bond.
�al�►►i�l���
!N WITNE55 WHEREOF, the Surety has hereunto set its hand on this date: September 23, 2025
(Inseri in wrifing ihe monlh Followed by the numeric date and year.}
Merchants Boncfing Company (Mutual)
(surety)
Attest: �- �-d,t'�.vyLl�
(Seap: Adam 5yswerda, Wifness
Kim Bracamonte Attornev-In-Fact
(Prmted name and title)
CON 0405 (4/15)
Printed in caoperation with American Institute af Architects (AIA). The
language in this document conforms exactly to the language used in
AIA Qocument G707-1994 Consent Of Surety to Final Payment.
MERCHANT`5�
BONDING COMPANYn
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BOHDING, INC.,
bafh betng oorporations of the State of lowa, d/b!a Merchants National Indemnity Campany (fn Califorrda ortly) (herein coilective{y called the
"Companies'� do hereby make, cons�tute and appoint, fndivldualiy,
Adam Syswerda; Crystal Langhom; Jennifer R Garcia; Kim Bracamonte; Michelle Milstead; Robert Gaudette; Steven W Lewis
their true and lawful ABomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any artd all bonds, undertakings,
contracts and other written instnimer�ts in the nature thereof, on behalf of ihe Companies in their business of guaranteeing the fideliip of
persons, guararrteeing the perfortnance of contrads and executing or guaranteeing bonds and undertakings requtred or permitted in any adions
or prooeedings aAowed by law.
This Power-0f-Attomey is granted artd is signed and sealed by facsimile under and by authority of the toltowing By-Laws adopted by the Boatd of
Directors of Merchartts Bonding Cornpany (Mutual) on April 23, 2011 and amertded August 14, 2015 and Apri127, 2024 and adopted by the Board of
Directors of Merchants National Banding, �nc., on odober 16, 2015 and amended on Ap�il 27, 2024.
"The Presiderrt, Secretary, Tressurer, or any Assistant Treasurer cr any Assistertt Secretary or sny Vioe President shall have pawer and
authorify to appoint ABomeys-io-Fad, and to authorize them to execute an behalf of the Company, and attach the seal of the Company thereto,
bonds and andertakings, �cognizanoes, coMracts of indemnityi and otherwritings obtigatory fn ihe natare thereof.°
`The signahtre of any authorized officer and the seal of the Company may be aifixed by Tacsimle or eledronic transmission to any Power af Attcmey
or CeRiftcation thereof authorizing the executian and detivery of any bor�d, underlaking, recagnizance, or other s�retyship obligations of the
Company, and such signature and seal when so used shall have ihe same force and eRect as though martuaUy faed "
in conr�ection with obfigetions in favor of the Florida Department of TrenspoRation oniy, it is agreed fhat the power and aut hortty hereby given to the
Attomey-in-Fad irtdudes any and all consents for the release of retained percerttages and/or flnal estimates on engineering and oonstrudion
contracls required by the State of Florida Department of Transportation. It is taliy understood that conserrting to the State ofFlorida Department
of Transportation making payment of the fuial estimate to the Contractor andJor its assignee, sha0 not relieve this surety corrtpany of any of
its obGgatians under its bond.
In conrtection with ob�igations in tavor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attomey-io-Fact cannot be modi�ed or revoked unless prior written personal na�ce of such intertt has been given to the Commissioner-
Deparbnertt of Highways of the Commornvealth of Kenludry at least fhirty (30) days prior to the modificaticn or revocaUon.
In Witness Whereof, the Companies have caused this instrument to be s(gned and seaied this 22nd day of April • 2025 -
���...........
:'�q? �i�p R t •e••�%
Z�24 -o-��oO�•'s
�: 2003 ;;o;
'.d�•. :��:
.,.. �., .:� ,.,.
.•""••.
•' O�N� C��1',0 •
0�?ORp�9 �,�•
. •
• 'G �J►:ZiG:
� �: _ -O- 0'.-.i
• z:' : 3•
'a� 1933 ; c•
•y .
• ; •Cb•
• d •
. .�w.. ••��a:
.
•. {'t �•
•....•
MERCHANTS BONDING COMPANY {MUTUAL)
MERCHANTS NATIONAL BOPIDING, INC.
dltrla MERCHANTS ATIONAL INDEMNITY COMPANY
By �
��Z��
President
STATE OF IOWA '•. �f .•'
COUNTY OF DALLAS SS. ��������s���•
On this 22�d day of qpri� 2025 before me appeared Larry Taylar, to me personally known, who being by me duiy swcm
did say lhat he Is Prestdent of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BOP[DING, INC.; and that the
seals affixed to the foregoing instrument are the Corporete Seals of the Comparties; and that the satd instniment was signed and sealed in behalf
of the Comparties by authority af thetr respective Boards of Directors.
r
„P-R�A�s Penni Miiler �
Z �� Corr�missian Namber 787952 -
• • My Commission Expires
�IVA January 20, 2027 Notary Public
(Expiration of notary's commissicn does not invalidate this insbvment)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) artd MERCHANTS NATIONAL BONDIHG, INC., do
hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by satd Companies,which is stin
in tuli foroe and etfect and has not been arrtended or revoked.
M Witness Whereof, I have hereunto set my harsd arsd affooed the seai of tfie Canpanies on this 23rd day af September , 2025 .
•�������If�� . ���.[����. , ".
���.••P�10Nq� ••.,�� , � ���N,G„�p�., .
. t� ''i�i pOq'' .��• �Q,:�ppOq• ,q �y
�h:40 4�; :y; -: Zc, _ '�fiy,c. �+Y
:Q;Z -o- v:�: ��;_ -o- o;.�:
' a : ' � Secreta
; j: 2Q03 ::�: :y 193� :•y�� ►v
;.�d�, :��'; . �id. .�c.*.
•. �i'" "�:�J .• •�a>�y..� .••�1 :
�'•., � .••' � • • .... • •'�
POA 0018 (6/24) ••'•••••••