Loading...
HomeMy WebLinkAboutContract 50061-R2FP1 r y*• � FORTWORTH CITY SECRETARY N° coNTRAcT No. 50M I-Ra Lr r' �r: � WATER DEPARTMENT �id �� y W E ENGINEERING AND FISCAL SERVICES _ I NOTICE OF PROJECT COMPLETION ���0� I v„U C S 5'00(o I— 12� DOE.Ns: Regarding contract 50061-R2 for 2018 Water Lead Services Replacement Contract Second Renewal as required by the Water Department as approved by City Council on 3/19/19 through M&C 50061-R2 the Director of the Water Department,upon the recommendation of the Sr.Capital Projects Officer,Capital Projects Delivery,Water Department, has accepted the project as complete. Original Contract Prices: $450,000.00 Amount of Approved Change Orders: $0.00 Ns 0 Revised Contract Amount: $450,000.00 Total Cost Work Completed: $447,414.00 Less Deductions: Liquidated Damages: Days @$210.00/Day Other Deductions(see comments): Total Deduction Amount: $0.00 Total Cost Work Completed: $447,414.00 Less Previous Payments: $418,259.00 Final Payment Due $29,155.00 Recommende for Acceptance Date SR. Capital Projects Officer Capital Projects Delivery 4( Ac T T Accepted Date Director, Water Department V-(,I I A - A I ZI p City Manager bate OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX Project Name: DOE.Ns: 2018 Water Lead Services Replacement Contract Second Renewal Comments: - =11 al 111 da _ Ib110 OCT 182019 j �U O City Project Numbers 101100 DOE Number 1011 Contract Name 2018 Water Lead Services Replacement Contract Second Renewal Estimate Number 8 Contract Limits All Council Districts Payment Number 8 Project Type Water Second Renewal For Period Ending 9/15/2019 FPU 35 3 Project Funding Project Manager Fu City Secretary Contract Number 50061-R2 Inspectors Johnson / Gieger Contract Date 3/19/2019 Contractor TEJAS COMMERCIAL CONSTRUCTION Contract Time 365 CD 1613 LAURA ROAD Days Charged to Date 196 CD RIVER OAKS, TX 76114 Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded - - Slucx�2-lrJLIt,U -- �l�,�cvo 2g/S�Lvu Q-oo Total Cost of Work Completed $447,414.00 Less 0 %Retained $0.00 Net Earned $447,414.00 Earned This Period $29,155.00 Retaina(ye 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 $418,259.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $29,155.00 Monday,October 14,2019 Page 5 of 5 11 lei U�- �,� Al ) 0WA�O FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name 2018 Water Lead Services Replacement Contract Second Renewal Contract Limits All Council Districts Project Type Water Second Renewal City Project Numbers 101100 DOE Number 1011 Estimate Number 8 Payment Number 8 For Period Ending 9/15/2019 CD City Secretary Contract Number 50061-R2 Contract Time 366D Contract Date 3/19/2019 Days Charged to Date 196 Project Manager Fu Contract is 52.000 Complete Contractor TEJAS COMMERCIAL CONSTRUCTION 1613 LAURA ROAD RIVER OAKS, TX 76114 Inspectors Johnson / Gieger Monday,October 14,2019 Patre I of 5 City Project Numbers 101100 DOE Number 1011 Contract Name 2018 Water Lead Services Replacement Contract Second Renewal Estimate Number 8 Contract Limits All Council Districts Payment Number 8 Project Type Water Second Renewal For Period Ending 9/15/2019 Project Funding Water Second Renewal Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 37 2-inch Private Water Service,Reloca 20 LF $50.00 $1,000.00 38 Imported Embedment/BackfilI CLSM 10 CY $100.00 $1,000.00 39 5-foot Wide Asphalt Pavement Repair, 300 LF $65.00 $19,500.00 10 $650.00 40 5-foot Wide Asphalt Pavement Repair, 150 LF $70.00 $10,500.00 41 Concrete Pavement Repair,Residentia 150 SY $88.00 $13,200.00 42 Concrete Pavement Repair,Arterial/ 75 SY $90.00 $6,750.00 43 3-inch Extra Width Asphalt Pavement 250 SY $30.00 $7,500.00 44 6-inch Concrete Curb&Gutter,Repla 50 LF $45.00 $2,250.00 4 $180.00 45 4-inch Concrete Sidewalk,Replacement 75 SF $12.00 $900.00 341 $4,092.00 46 6-inch Concrete Driveway,Replacemen 75 SF $15.00 $1,125.00 903.8 $13,557.00 47 Traffic Control,Residential 30 EA $600.00 $18,000.00 41 $24,600.00 48 Traffic Control,Arterial/Industri 10 EA $1,000.00 $10,000.00 2 $2,000.00 49 Traffic Control,Major Arterial/In 10 EA $1,200.00 $12,000.00 2 $2,400.00 50 Street Use Permit 50 EA $100.00 $5,000.00 46 $4,600.00 1 1 inch Water Service,0'-10'Lengt 15 EA $3,100.00 $46,500.00 4 $12,400.00 2 1 inch Water Service,0'-10'Lenb 15 EA $3,900.00 $58,500.00 22 $85,800.00 3 1 inch Water Service,0'-10'Lengt 5 EA $3,900.00 $19,500.00 4 1 inch Water Service,10.F-25'Le 15 EA $3,400.00 $51,000.00 1 $3,400.00 5 1 inch Water Service,10.1'-25'Le 15 EA $4,800.00 $72,000.00 26 $124,800.00 6 1 inch Water Service, 10.1'-25'Le 5 EA $4,800.00 $24,000.00 7 1 inch Water Service,25.1'-40'Le 15 EA $5,800.00 $87,000.00 26 $150,800.00 8 1 inch Water Service,25.1'-40'Le 5 EA $5,800.00 $29,000.00 9 1-1/2 inch Water Service,0'-10'L 5 EA $3,500.00 $17,500.00 10 1-1/2 inch Water Service,0'-10'L 5 EA $4,000.00 $20,000.00 11 1-1/2 inch Water Service,0'-10'L 2 EA $4,000.00 $8,000.00 12 1-1/2 inch Water Service,10.F-25 5 EA $3,500.00 $17,500.00 13 1-1/2 inch Water Service,10.F-25 5 EA $4,800.00 $24,000.00 14 1-1/2 inch Water Service,10.F-25 2 EA $4,800.00 $9,600.00 15 1-1/2 inch Water Service,25.V-40 5 EA $5,800.00 $29,000.00 16 1-1/2 inch Water Service,25.1'-40 2 EA $5,800.00 $11,600.00 17 2 inch Water Service,0'-10'Lengt 5 EA $4,000.00 $20,000.00 Monday,October 14,2019 Page 2 of 5 City Project Numbers 101100 DOE Number 1011 Contract Name 2018 Water Lead Services Replacement Contract Second Renewal Estimate Number 8 Contract Limits All Council Districts Payment Number 8 Project Type Water Second Renewal For Period Ending 9/15/2019 Project Funding 18 2 inch Water Service,0'-10'Lengt 5 EA $4,300.00 $21,500.00 19 2 inch Water Service,0'-10'Lengt 2 EA $4,300.00 $8,600.00 20 2 inch Water Service, 10.1'-25'Le 5 EA $4,000.00 $20,000.00 21 2 inch Water Service,10.1'-25'Le 5 EA $5,000.00 $25,000.00 22 2 inch Water Service,10.1'-25'Le 2 EA $5,000.00 $10,000.00 23 2 inch Water Service,25.1'-40'Le 5 EA $5,800.00 $29,000.00 24 2 inch Water Service,25.1'-40'Le 2 EA $5,800.00 $11,600.00 25 6-inch PVC Water Pipe 100 LF $55.00 $5,500.00 26 6-inch DIP Water 100 LF $70.00 $7,000.00 27 8-inch PVC Water Pipe 100 LF $65.00 $6,500.00 28 8-inch DIP Water 100 LF $85.00 $8,500.00 29 10-inch PVC Pipe 100 LF $70.00 $7,000.00 30 10-inch DIP Water 100 LF $90.00 $9,000.00 31 12-inch PVC Water Pipe 100 LF $90.00 $9,000.00 32 12-inch DIP Water 100 LF $95.00 $9,500.00 33 Bullhead Set-up(Branch,Curb Stop& 10 EA $550.00 $5,500.00 10 $5,500.00 34 3/4-inch Private Water Service,Relo 100 LF $35.00 $3,500.00 45 $1,575.00 35 1-inch Private Water Service,Reloca 100 LF $40.00 $4,000.00 17 $680.00 36 1.5-inch Private Water Service,Relo 20 LF $45.00 $900.00 A52 Water Service Removal&Plug at Main 2 EA $700.00 $1,400.00 14 $9,800.00 A53 Additional Footage over 40' 1-inch service in asphalt 40 LF $145.00 $5,800.00 4 $580.00 pavement A54 Basic Mob when WO cannot be completed 10 EA $350.00 $3,500.00 Sub-Total of Previous Unit $865,725.00 $447,414.00 ------------------------------------------ Monday,October 14,2019 Page 3 of 5 City Project Numbers 101100 DOE Number 1011 Contract Name 2018 Water Lead Services Replacement Contract Second Renewal Estimate Number 8 Contract Limits All Council Districts Payment Number 8 Project Type Water Second Renewal For Period Ending 9/15/2019 Project Funding Contract Information Summary Original Contract Amount $450,000.00 Chance Orders Total Contract Price $865,725.00 r' Date 9 d �'�� Total Cost of Work Completed $447,414.00 Contr for Less 0 %Retained $0.00 ti__ Date Net Earned $447,414.00 tnspectio pervisor Earned This Period $29,155.00 Retainage This Period $0.00 Date �� Less Liquidated Damages Project Manager Days @ /Day $0.00 Date LessPavement Deficiency $0.00 Asst.Director/TP/W( Less Penalty $0.00 �� L J"` Date I f 1 Less Previous Payment $418,259.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $29,155.00 Monday,October 14,2019 Pa.-e 4 of 5 FORTWORTH rev 03/05/07 WATER ENGINEERING & FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:8 NAME OF PROJECT: 2018 Water Lead Services Replacement Contract Second Renewal PROJECT NO.: 101100 CONTRACTOR: Tejas Construction CITY PROJECT 101100 PERIOD FROM.08/16/19 TO: 09/30/19 FINAL INSPECTION DATE: 10/7/2019 WORK ORDER EFFECTIVE:3/19/2019 CONTRACT TIME: 365 O WD* CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23. 9. 24. 10. 25. 11. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS CHARGED DAYS THIS PERIOD 46 46 PREVIOUS PERIOD 150 150 TOTALS TO DATE 196 196 *REMARKS: CONTRACTO DATE INSPECTOR DATE Capital Projects Delivery,Water Department The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-4477 •Fax: (817)392-8460 FORTWORTHREV:02/22/07 y. Capital Projects Delivery,Water Department CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 7-Oct-19 Name of Contractor Project Name Tejas Construction 2018 Water Lead Services Replacement Contract 2nd Ren. Water Engineering Inspector Project Manager Paul L. Gieger Chris Underwood DOE Number Project Difficulty Type of Contract 101100 * Simple Q Routine O Complex [2] water ❑ waste water ❑ Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $823,850.00 1$447,414.00 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 44 1 Accuracy of Plans to Existing Conditions q 2 Knowledge of Inspector Li 2 Clarity& Sufficiency of Details 3 Accuracy of Measured Quantities '-i 3 Applicability of Specifications 4 Display Of Professionalism q 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time y 3 Communication Li 2 Timliness of Contractor Payments 4 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature Inspector , Signature Inspector's Supervisor INSPECTOR'S COMMENTS Capital Projects Delivery,Water Department The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-4477 •Fax: (817) 392-8460 FORTWORTHREV:02/20/07 Capital Projects Delivery,Water Department PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Teas Construction 2018 Water Lead Services Replacement Contract 2nd Ren. Water Engineering Inspector DOE Number Paul L.Gie er 101100 Water Engineering Inspector Project Manager 0 Water ❑Waste Water ❑ Storm Drainage ❑ Pavement Chris Underwood Initial Contract Amount Project Difficulty $823,850.00 OQ Simple 0 Routine 0 Complex Final Contract Amount Date $447,414.00 10/7/2019 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 3 8 6 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 3 60 45 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 3 60 45 8 Traffic Control Maintenance 15 Y 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 3 20 15 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 341 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 341 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] *100%) 341 / 448 = 76% Performance Category Good <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature Inspector yr S?� Signature Contractor , Signature Inspector's Supervisor , CONTRACTOR'S COMMENTS Capital Projects Delivery,Water Department The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-4477•Fax: (817)392-8460 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 Charles Allen, Vice President Of Tejas Commercial Construction, 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; 2018 Water Lead Service Replacement Contract City Project No. 101100, 2nd Renewal BY�t/i%✓� Charles Allen, Vice President Subscribed and sworn before me on this date 2nd of October, 2019. Notary Public Tarrant County, Texas Is RHONDAWELLS NOTARY PUBLIC STATE OF TEXASMY COMM.EXP.10/17/2020 NOTARY ID 572431-7 SURETEC INSURANCE COMPANY 9737 Great Hills Trail, Suite 320, Austin, Tx 78759 OWNER ❑ CONSENT OF SURETY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ BOND NO.: 4422877 OTHER ❑ TO OBLIGEE: (Name and Address) CONTRACT FOR: City of Fort Worth $450,000 200 Texas Street Fort Worth Texas 76012 PROJECT: CONTRACT DATED: (Name and Address) March 19,2019 2018 Water Lead Services Replacement Contract City Project No. 101100, Second Renewal PRINCIPAL: Tejas Commercial Construction, LLC, PO Box 10395, River Oaks,TX 76114 At the request of the Obligee and the Principal indicated above,(Insert name and address of Surety) SureTec Insurance Company, 9737 Great Hills Trail, Suite 320, Austin, Tx 78759 on bond of SURETY, (Insertname andaddress ofContractor) Tejas Commercial Construction, LLC, PO Box 10395, River Oaks,TX 76114 ,CONTRACTOR, and conditioned on the representation by Obligee that all Contract provisions relating to the payment of final payment under the Contract have been satisfied by Principal as of the date of final payment,and that no claims by Obligee or any third party are known or believed by Obligee or its representatives to exist as of the date of final payment,representations as to the truth and accuracy of the foregoing conditions being deemed to have been made by Obligee in connection with this request for Consent of Surety,hereby approves of the final payment to the Principal,and agrees that final payment in accordance with the terms hereof shall not relieve the Surety of its obligations to (Insert name and address of Obligee) City of Fort Worth, 200 Texas Street, Fort Worth,Texas 76012 , as set forth in said Surety's bond. OBLIGEE, IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: (Insert in ipriting the month followed by the numeric date and year.) SureTec Insurance Company (Surety) � 49 (Signature of authorized representative) Attest: Chris Lynn Holt,Attorney-In-Fact (Seal): (Printed name and title) SURETEC CONSENT TO FINAL PAYMENT REV. 1.1.2004 POA a: 4221828 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Chris Lynn Holt, Mark Mitchell, Natalie R. McCalment, Jim H. Barr, Russell Board, Roger A. Redden, Rhonda Wells its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for,providing the bond penalty does not exceed Five Million and 00/100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President,any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-.Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20'of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to be hereto affixed this 16th day of August A.D.2018 . „�,enuunniHwa SURETEC INS PANY SVRA.... ��'•` X q �1 By: w w D= John Kno ,CE State of Texas ss: 7'•.- y; Y County of Harris s 1 . On this 16th day of August ,A.D.2018 before me personally came John Knox Jr.,to me known,who,being by me duly sworn, did depose and say, that he resides in Houston,Texas,that he is CEO of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. -urns JACQUEL1'N GSEENLEAF 1__AMN7_ - V:•� '- =P,lotarv•Puh;ic,Stara of Texas 'r Comm.Expires 05-18-202 1 Notary IC 12890302g Jacq elyn Greenleaf,Notary Public My commission expires May 18,2021 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and corret copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attomey are in full force and effect. Given�m r.rny hard1.and the seal of said Company at Houston, Texas this—I PhD day of �TAWisti"n-t ret.,r _ A.D. gBred Be Any insrrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:30 am and 5:00 pm CST. eecsrace Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099.You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies,coverage,rights or complaints at 1-800-252- 3439.You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#:512-490-1007 Web:http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES:Should you have a dispute concerning your premium or about a claim,you should contact the Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance. --------------------------------------------------------------------------- Texas Rider 06042014 1 FORT WORTH October 02,2019 Tejas Commercial Construction 1613 Laura Road River Oaks,TX 76114 Re:Acceptance Letter Project Name: 2018 Water Lead Services Replacement Contract Second Renewal Project Type: Water Project Ns: 101100 D.O.E. Ns: Contract Ns: 50061-R2 Dated: 3/19/2019 Gentleman: On September 24,2019 a final inspection was made on the subject project. There were no punch list items identified at the time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on September 24,2019,which is the date of final inspection and will extend for(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) 392-6054 Yours Truly, `OR v y Tony Sholola,P.E.,Sr. Capital Projects Officer Capital Projects Delivery MP / cc: Chris Harder,P.E.,Director,Water Department Laura Wilson,P.E.,Deputy Director,Water Department Captain Michael Skains,Fire Department Roger Hauser,Field Operations Superintendent,Water Department Bill Lundvall,Field Operations Superintendent,Waste Water Department Chris Underwood,Project Manager , Consultant Tejas Commercial Construction,Contractor David Johnson,Supervisor,Water Engineering and Fiscal Services Paul Gieger,Inspector,Water Engineering and Fiscal Services File WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 817-392-8240 * FAx 817-392-8195 Q. Printed on recycled paper