Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 61326-FP3
-FP3 FORT WORTH, City Secretary 61326 Contract No. Date Received 8/7/2025 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: South Oak Grove Estates Section 4 & 5 City Project No.: 104283 Improvement Type(s): Water ❑x Sewer ❑x Original Contract Price: $2,330,178.60 Amount of Approved Change Order(s): $387,923.04 Revised Contract Amount: $2,718,101.64 Total Cost of Work Complete: $2,718,101.64 Kyi�e' MArpk 08/06/2025 Kv e07—h'A- 6 2022021/IS CDT': Contractor Date President Title Wright Construction Co, Inc. Company Name 08/06/2025 Project Inspector Date z `i- n�� L�.,�' f KA J-fa'i PI A-, �.- J516'.04 DT 08/07/2025 Project Manager Date 08/07/2025 CFA Manager Date X.Fll 08/07/2025 Lauren Pi ieur (Aug 7, 202517:09:28 CDT) TPW Director Date �� 08/08/2025 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: South Oak Grove Estates Section 4 & 5 City Project No.: 104283 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: 130 Days Charged: 222 Work Start Date: 6/20/2024 Work Complete Date: 7/24/2025 Completed number of Soil Lab Test: 1469 Completed number of Water Test: 20 Page 2 of 2 FORT WORT 11 CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SOUTH OAK GROVE ESTATES SECTIONS 4 & 5 Contract Limits Project Type WATER & SEWER City Project Numbers 104283 DOE Number 4283 Estimate Number 1 Payment Number 1 For Period Ending 7/24/2025 WD City Secretary Contract Number Contract Time 13WD Contract Date Days Charged to Date 222 Project Manager NA Contract is 100.00 Complete Contractor WRIGHT CONSTRUCTION COMPANY, INC. 601 W. WALL ST. GRAPEVINE, TX 76051- Inspectors M.GLOVER / C.FUENTES Monday, July 28, 2025 Page 1 of 5 City Project Numbers 104283 Contract Name SOUTH OAK GROVE ESTATES SECTIONS 4 & 5 Contract Limits Project Type WATER & SEWER Project Funding UNIT I: WATER IMPROVEMENTS Item Description of Items No. 1 TRENCH SAFTEY 2 DUCTILE IRON WATER FITTINGS w/RESTRAINT 3 8" WATER PIPE 4 FIRE HYDRANT 5 CONNECTION TO EXISTING 16" WATER MAIN 6 CONNECTION TO EXISTING 4"-12" WATER MAIN 7 1" WATER SERVICE 8 1.5" WATER SERVICE (IRRIGATION) 9 8" GATE VALVE 10 CUT -IN GATE VALVE 11 EXISTING 8" WATER LINE ADJUSTMENT (CO#2) DOE Number 4283 Estimate Number I Payment Number 1 For Period Ending 7/24/2025 Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 7812 LF $1.00 $7,812.00 7812 $7,812.00 14.1 TN $16,754.00 W6,231.40 14.1 $236,231.40 7812 LF $48.00 074,976.00 7812 $374,976.00 8 EA $8,863.00 $70,904.00 8 $70,904.00 1 EA $11,221.00 $11,221.00 1 $11,221.00 5 EA $3,561.00 $17,805.00 5 $17,805.00 180 EA $1,687.00 003,660.00 180 $303,660.00 3 EA $2,475.00 $7,425.00 3 $7,425.00 30 EA $2,878.00 $86,340.00 30 $86,340.00 1 EA $21,004.00 $21,004.00 1 $21,004.00 1 EA $15,544.00 $15,544.00 1 $15,544.00 Sub -Total of Previous Unit $1,152,922.40 $1,152,922.40 UNIT II: SANITARY SEWER IMPROVEMENTS Item Description of Items No. 1 UTILITY TRENCH REPAIR FOR ASPHALT PAVEMENT (CO#1) 2 POST -CCTV INSPECTION 3 MANHOLE VACUUM TESTING (CO#1) 4 TRENCH SAFETY 5 4" SEWER SERVICE 6 4" DI SEWER SERVICE 7 CONNECT TO EXISTING 8" SEWER 8 8" SEWER PIPE (CO#1) 9 8" SEWER PIPE, CSS BACKFILL 10 12" SEWER PIPE (CO#1) (CO#2) 1 1 12" SEWER PIPE, CSS BACKFILL (CO#2) 12 EPDXY MANHOLE LINER 13 4' MANHOLE (CO#1) Estimated Unit Unit Cost Estimated Completed Completed Quanity Total Quanity Total 1339 SY $258.00 045,462.00 1339 $345,462.00 7944 LF $2.00 $15,888.00 7944 $15,888.00 42 EA $165.00 $6,930.00 42 $6,930.00 7944 LF $1.00 $7,944.00 7944 $7,944.00 179 EA $1,407.00 W1,853.00 179 $251,853.00 1 EA $7,129.00 $7,129.00 1 $7,129.00 1 EA $6,484.00 $6,484.00 1 $6,484.00 6652 LF $57.00 079,164.00 6652 $379,164.00 640 LF $165.00 $105,600.00 640 $105,600.00 656 LF $88.00 $57,728.00 656 $57,728.00 0 LF $241.00 $0.00 0 $0.00 10 VF $475.00 $4,750.00 10 $4,750.00 42 EA $5,423.00 $227,766.00 42 $227,766.00 Monday, July 28, 2025 Page 2 of 5 City Project Numbers 104283 Contract Name SOUTH OAK GROVE ESTATES SECTIONS 4 & 5 Contract Limits Project Type WATER & SEWER Project Funding 14 EXTRA DEPTH MANHOLE (CO#1) 15 TRAFFIC CONTROL (CO#2) 16 CORE INTO EXISTING 4' MANHOLE (CO#1) 17 IMPORTED EMBEDMENT/BACKFILL, CLSM (CO#2) 18 EXCAVATE & REPLACE 8" EXISTING ROAD BASE 19 DISPOSAL OF EXISTING BASE MATERIAL (CO#2) DOE Number 4283 Estimate Number I Payment Number 1 For Period Ending 7/24/2025 157.4 VF $298.00 $46,905.20 157.4 $46,905.20 2 MO $14,473.00 $28,946.00 2 $28,946.00 1 EA $1,045.00 $1,045.00 1 $1,045.00 12 CY $668.50 $8,022.00 12 $8,022.00 717 SY $75.12 $53,861.04 717 $53,861.04 11 LD $882.00 $9,702.00 11 $9,702.00 Sub -Total of Previous Unit $1,565,179.24 $1,565,179.24 Monday, July 28, 2025 Page 3 of 5 City Project Numbers 104283 Contract Name SOUTH OAK GROVE ESTATES SECTIONS 4 & 5 Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 2 Change Order Number 2 DOE Number 4283 Estimate Number I Payment Number 1 For Period Ending 7/24/2025 $2,330,178.60 $289,381.00 $15,544.00 $82,998.04 Total Contract Price $2,718,101.64 Total Cost of Work Completed $2,718,101.64 Less % Retained $0.00 Net Earned $2,718,101.64 Earned This Period $2,718,101.64 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 $2,718,101.64 Monday, July 28, 2025 Page 4 of 5 City Project Numbers 104283 Contract Name SOUTH OAK GROVE ESTATES SECTIONS 4 & 5 Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors M.GLOVER / C.FUENTES Contractor WRIGHT CONSTRUCTION COMPANY, INC. 601 W. WALL ST. GRAPEVINE, TX 76051- DOE Number 4283 Estimate Number I Payment Number 1 For Period Ending 7/24/2025 City Secretary Contract Number Contract Date Contract Time 130 WD Days Charged to Date 222 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 $2,718,101.64 Less % Retained $0.00 Net Earned $2,718,101.64 Earned This Period $2,718,101.64 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 $2,718,101.64 Monday, July 28, 2025 Page 5 of 5 (PROJECT NAME CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # SEWER PROJECT # FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER South Oak Grove Estates Sections 4 & 5 Water, Sewer, & Drainage Improvements - CFA24-0025 CITY PARTICIPATION: 104283 IPRC22-0152 30114-0200431-104283-EO7685 X-27466 W-2863 CHANGE ORDER No: 1 N Cristobal Fuentes Phone No: 682-213-0475 RECEIVED Khal Jaafari Phone No: 817-392-6251 By Khal Jaafari at 5:32 pm, Sep 16, 2024 i WA eveBT— Cost (ORIGINAL CONTRACT $1,137.378.40 (EXTRAS TO DATE (CREDITS TO DATE ICONTRACT TO DATE $1,137,378.40 (AMOUNT OF PROP. CHANGE ORDER (REVISED CONTRACT AMOUNT $1,137.378-40 REVISED CONTRACT AMOUNT PER (TOTAL UNIT $1,137 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT CONTRACT UNIT 'ER SEWER DRAINAGE PAVING STREET LIGHTS City Cost Developer Cost $1,192,800.20 $289.381.00SQ00 $1,192,SOD.20 $1.482.181.20 I $1,482,181.20 Cny C9st Developer Developer Developer Cost C1ty,Coat Cost City CDat I Cost Odq� $1,345,520.00 � I f I I NEI- $1,345,520.00 I $0 00 $0.00 $0 00 i $0.00 $50,160.00 _.w. $1,395,680.00 3000 $0.00 S0 00 1 $0.00 -to.OD' I $1,395,680.00 $0.00 1 $0.00 $am 378AO $4,015,239.60 City Cost 90.00 $4,015,239.60 CONTRACT DAYS 55 55 55 Revised: 12-17-2018 Page 1 You are directed to make the following changes in the contract documents CITY BID ITEM PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION 1 1 3201.0201 1086 SY Utility Trench Repair for Asphalt Pavement 3 3301.0101 1 EA_ _ Manhole Vacuum Testing _ 1 8 _ _- 3331.4115 _ -52 _ LF _ - _ _ _ 8" Sewer Pipe _ _ 10 3331.4208 56 LF _ 12" Sewer Pipe 13 1 3339.1001 1 EA 4' Manhole 1 14 3339.1003 2 VF - - Extra Depth Manhole - - - -- 16` 9999.9999 1 EA Core into Existing 4' Manhole 3EWERTOTAL 4 1 3137.0105 - j_ _ 304 _ j SY __ _L___ _ - _ _ _ Medium Stone Rlprap, grouted_(181_ DRAINAGE TOTAL _ Asterisk (") indicates New Pay Item UNIT PRICE TOTAL $ 258.00 $280,188.001 $ 165,00 $ 165.001 $ 57.00 $ (2,964.00)1 1 $ 88.00 $ 4,928.001 $ _ 5,423.001 $ 5,423.001 $ 298.00 $ 596.001 $ 1,045.00 $ 1,045.001 $289,381.001 1 $ 165.001 _$ 50,160.00 J $50.160.001 REASONS FOR CHANGE ORDER 1 Proposed SS-1 relocated into the existing McPherson Road and existing Forest Hill-Everman Road, at the typical wastewater main location. 2. Additional Rip Rap added at Pond Spillway, per COFW SWFMA comments. RECEIVED By Khal Jaafad at 5:32 pm, Sep 16, 2024 NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. Revised: 12-17-2018 Page 2 RECEIVED By Khal Jaafari at 5:32 pm, Sep 16, 2024 RECOMMENDED: APPROVED: APPROVED: sr BY; '149e Name: Samuel Knight Name: Justin Bosworth Name: Kyle Marsh Title: Managing Vice President, Pape -Dawson Engineers Title: Assistant Secretary. D.R. Horton - Texas, Ltd. Title: President. Wright Construction Co., Inc. APPROVAL RECOMMENDED: By: Name: NIA Title: N/A RECOMMENDED: By: Name: Title: M&C Number: N/A M&C Date Approved: N/A APPROVED: APPROVED AS TO FORM AND LEGALITY: By: By: Name: N/A Name: N/A Title: N/A Title: N/A ATTEST ' Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Jannette S. Goodall City Secretary El There are NO City Funds associated with this Contract 0 There are City Funds associated with this Contract Revised: 12-17-2018 Page 3 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # SEWER PROJECT # FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER South Oak Grove Estates Sections 4 & 5 Water, Sewer, & Drainage Improvements CFA24-0025 I CITY PARTICIPATION 104283 I PRC22-0152 30114-0200431-104283-EO7685 X-27466 W-2863 NO CHANGE ORDER No: 2 Cristobal Fuentes Phone No: 682-213-0475 RECEIVED Khal Jaafari Phone No: 817-392-6251 By Khal Jaafari at 10:50 pm, Sep 29, 2024 WATER Developer Cost City Cost ORIGINAL CONTRACT $1,137,378.40 (EXTRAS TO DATE CREDITS TO DATE ICONTRACT TODATE $1,137,378.40 $0.00 (AMOUNT OF PROP. CHANGE ORDER $15,544.00 IREVISED CONTRACT AMOUNT $1,152,922.40 $0.00 TOTAL REVISED CONTRACT AMOUNT PER UNIT $1,152,922.40 REVISED COST SHARE Dev. Cost: TOTAL REVISED CONTRACT CONTRACT UNIT SEWER DRAINAGE Developer Cost City Cost Developer Cost City Cost $1,192,800.20 $1,345,520.00 $289,381.00 $50,160.00 $1,482,181.20 $0.0 $1,395,680.00 $0.00 $82.998.04 $1,565,179.24 $0.0 $1,395,680.00 $0.00 $1,565,179.24 $1,395,680.D0 $4,113,781.64 City Cost: $4,113,781.64 PAVING Developer Cost I City Cost $0.00 $0.00 $0.00 $0.00 $0.00 STREET LIGHTS Developer Cost City Cost $0.00 $0.00 $0.00 $0.00 $0.00 CONTRACT DAYS 55 55 55 Revised: 12-17-2018 Page 1 You are directed to make the following cha iges in the con ract documents CITY BID ITEM PAY ITEM # # QUANTITY UNIT 10 3331.4208 20 LF 11 3331.4209 -20 LF 15 3471.0001 1 MO 17* 3305.0203 12 CY 18* 9999.0003 717 SY 19* 9999.0004 11 LD 11* Asterisk (*) indicates New Pay Item REASONS FOR CHANGE ORDER SEWER TOTAL 9999.0001 I 1 I EA I WATER TOTAL ITEM DESCRIPTION 12" Sewer Piee 12" Sewer Pipe, CSS Backfill Traffic Control Imported Embed ment/Backfi11, CLSM Excavate & Replace 8" Existing Road Base Disposal of Existing Base Material Existing 8" Water Line Adjustment UNIT PRICE TOTAL $ 88.00 $ 1,760.001 $ 241.00 $ (4,820.00)I $ 14,473.00 $ 14,473.001 $ 668.50 $ 8,022.001 $ 75.12 $ 53,861.041 $ 882.00 $ 9,702.001 $82,998.041 I $ 15,544.001 $ 15,544.00 I $15,544.00 1. Adjust existing 8" water line in conflict with proposed sewer line at the intersection of McPherson Road and Forest Hill-Everman to be vertically 1' above proposed sewer. 2. Costs associated with sewer installation under existing asphalt McPherson Road included in change order. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECEIVED By Khal Jaafari at 10:50 pm, Sep 29, 2024 Revised: 12-17-2018 Page 2 RECOMMENDED: APPROVED: APPROVED: By. Bu _ ter-- By. Nam • Samuel Kniqht Name: Justin Bosworth Name: Title: Managing Vice President, Pape -Dawson Engineers Title: Assistant Secretary. D.R. Horton - Texas. Ltd. Title: APPROVAL RECOMMENDED: APPROVED: Eric Days-, w Eric Day Vice President- Project Management, Wright Construction Co.. Inc. APPROVED AS TO FORM AND LEGALITY: By. By. By. Name: N/A Name: NIA Name: N/A Title: N/A Title: NIA Title: N/A RECOMMENDED: ATTEST ` Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible By for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Name: N / A Jannette S. Goodall City Secretary QThere are NO City Funds associated with this Contract Title: ❑There are City Funds associated with this Contract M&C Number. N/A M&C Date Approved: N/A RECEIVED By Khal Jaafari at 10:52 pm, Sep 29, 2024 Revised: 12-17-2018 Page 3 PROJECT NAME: CONTRACT: CFA # CITY PROJECT # CITY SECRETARY CONTRACT # FID # X# FILE # INSPECTOR: PROJECT MANAGER: DEVELOPER -AWARDED -PROJECT CHANGE ORDER South Oak Grove Estates Sections 4 & 5 Water, Sewer, & Drainage Imgprovements CFA24-0025 1 104283 IPRC 22-0152 30114-0200431-104283-EO7685 X-27466 W-2863 Cristobal Fuentes Khal Jaafari WATER Developer Cost ORIGINAL CONTRACT $1,137,378.40 EXTRAS TO DATE $15,544.00 CREDITS TO DATE $0.00 CONTRACT TO DATE $1,152,922.40 (AMOUNT OF PROP. CHANGE ORDER $0.00 REVISED CONTRACT AMOUNT $1,152,922.40 REVISED CONTRACT AMOUNT PER (TOTAL UNIT $1,152,922.40 REVISED COST SHARE II` Dev. Cost: TOTAL REVISED CONTRACT CITY PARTICIPATION: NO CHANGE ORDER No: �3 Phone No: 682-213-0475 RECEIVED Phone No: 817-392-7872 By Khal Jaafari at 6:13 pm, Oct 28, 2024 $4,080,024.64 CONTRACT UNIT STREET LIGHTS Developer Cost . City Cost $0.00 $00 $0.00 90.00 $0.00 $000 $0.00 90.00 $0.00 $0.00 $0.00 50.00 $4,080,024.64 CONTRACT DAYS 55 55 5 60 Revised: 12-17-2018 Page 1 RECEIVED By Khal Jaafari at 6:13 pm, Oct 28, 2024 You are directed to make the following changes in the contract documents UNIT III: DRAINAGE IMPROVEMENTS CITY BID ITEM CFW Unit Developer PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION Price UNIT PRICE Cost City Cost TOTAL 3137.0101 2 (,E5 G! SY Concrete R prap $124.00 (347.740.00) i$47,740.00 3137.0105 4 (93.00) SY Medium Stone Rlprap, grouted (18") $165.00 (S15.345.00) Isis,,i5.00) 3305.0109 5 215.00 LF Trench Safety $1.00 $215.00 $215.00 3341.0205 7 213.00 LF 24" RCP, Class 111 $91.00 $19,383.00 $19,383.00 ( 3341.0409 11 62.00 LF 48" RCP, Class 111 $242.00 $15.004.00 $15.004.00 3341.1102 12 (60.00) LF 4'x3' Box Culvert $275.00 ($16.500.00) ($16.500.00) 3349.0002 14 1.00 EA 5' Storm Junction Box $9.564.00 $9.564.00 1 $9,564.00 9999.0001 20 2.00) EA Sloped End Headwall (4x3' RCB,1 Pipe) $14,766.00 (S29,532.00) I ($29,532.00) 3349.4305 22" 2.00 EA I 24" SET, 3 pipes $15,597.00 $31.194.00 + $31.194.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS ($33.757.00) S0.00 $33,757.00)1 Asterisk {') indicates New Pay Item REASONS FOR CHANGE ORDER Detention pond revised, new pond outfall incorporated, and removal of the concrete flume. Nearby affected storm drain systems were also reconciled as a result of the pond revisions. NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100% OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. Revised: 12-17-2018 Page 2 RECOMMENDED: % By: Name: Samuel Knl4hl Title: Managing Vice President. Pape -Dawson Engineers APPROVAL RECOMMENDED RECEIVED By Khal Jaafari at 6:14 pm, Oct 28, 2024 APPROVED: APPROVED: _ By: !� el By: Name: Justin Bosworth Name: KYIe Marsh Title: Assistant Secretary. D.R. Horton - Texas. Ltd. Title: President. Wright QQ➢St01G110tLQ0.�lac. APPROVED: APPROVED AS TO FORM AND LEGALITY: By: By. By: Name: N/A Name: NIA Name: N/A Title: N/A Title: NSA Title: N/A RECOMMENDED: ATTEST " Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible By: for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Name: Jannette S. Goodall City Secretary F There are NO City Funds associated with this Contract Title: ❑ There are City Funds associated with this Contract M&C Number: N/A M&C Date Approved: NIA Revised: 12-17-2018 Page 3 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: South Oak Grove Estates Section 4 & 5 CITY PROJECT NUMBER: 104283 WATER PIPE LAID SIZE TYPE OF PIPE PVC 8" C900 PVC- DR-14 FIRE HYDRANTS: 8 EA VALVES (16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE DENSITIES: All Passed NEW SERVICES: 1" Copper 1.5" Copper SEWER PIPE LAID SIZE TYPE OF PIPE PVC 8" SDR-26 PVC 12" SDR-26 PIPE ABANDONED SIZE TYPE OF PIPE DENSITIES: All Passed. NEW SERVICES: 4" PVC 4" DI TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throclunorton Street • Fort Worth, TX 76012-6311 LF 7,812.LF LF 180 EA 3 EA LF 6,704. LF 580.LF LF 179 EA 1 EA FORTWORTH. TRANSPORTATION AND PUBLIC WORKS July 22, 2025 Wright Construction Co, Inc 600 W. Wall Street Grapevine, Texas 75015 RE: Acceptance Letter Project Name: South Oak Grove Estates Section 4 & 5 Project Type: Water & Sanitary Sewer City Project No.: 104283 To Whom It May Concern: On July 9, 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 July 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 July 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 817- 392-7872. Sincerely, APT) A� KhJaa alfan P. E. �Aus]. 0 516'.04_ T� Khal Jaafari, Project Manager Cc: Cristobal Fuentes, Inspector Mike Glover, Inspection Supervisor Randy Horton, Senior Inspector Andrew Goodman, Program Manager Pape- Dawson Engineers, Consultant Wright Construction Co, Inc, Contractor D.R Horton. LTD, 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 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; South Oak Grove Estates Sections 4 & 5. IPRC 22-0152. City Project No 104283. BY Ke Subscribed and sworn before me on this date 5th of August, 2025. oC�6yZ��a I i° �1'''�� Public Tarrant County, TX x-� '� ,fESSICA M. SORIA Notary ID # 134745800 My Commission Expires February 05, 2028 MERCHANT BONDING COMPANY,. MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 PROJECT: South Oak Grove Estates Section 4 & 5 / Water & Sewer OWNER ARCHITECT CONTRACTOR SURETY OTHER Bond No. 100340734 ARCHITECT'S PROJECT NO.: CONTRACT FOR: Section 4 & 5 / Water & Sewer 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, 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: August 6, 2025 (Insert in writing the month followed by the numeric date and year.) Merchants Bonding Company (Mutual) (Surety) Attest: (Seal): Adam Syswerda, Witness Kim Bracamonte Attornev-ln�F t (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. M]ERC 7%k HANT 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; Crystal Langhorn; Jennifer R Garcia; Kim Bracamonte; Michelle Milstead; Robert Gaudette; 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, 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 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 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 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 22nd day of April 2025 •••.. "'•• ....... MERCHANTS BONDING COMPANY (MUTUAL) P•,,PD A� e .��©�N P '' MERCHANTS NATIONAL BONDING, INC. �Ft l�,q . p Ql �T f, -f d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY Z v 2003 o 1933 C .• By .4 .......�� �b� �\a�. President STATE OF IOWA • '• * ` COUNTY OF DALLAS ss. " ..... On this 22nd day of April 2025 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. -~~ R'A<Perini Miller ' 040, Commission Number 787952 • My Commission Expires 10M, January 20, 2027 �-�C.• '°'�----"'� 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 6th day of August 2025 .......... PQ Z;'2 _p_ o_ 2003 y - 1933 , 4 : Secretary .��•'•...�...••`•�� POA 0018 (6/24) , t..