Loading...
HomeMy WebLinkAboutContract 50061-R3FP1 FORTWORTH CSC No. 50061-R3FP1 WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES NOTICE OF PROJECT COMPLETION 00 Cs 5-0 d (V DOE. Ns: N/A S"'O 0(c) Regarding contract 5091-R3 for 2018 Water Lead Services Replacement Contract Third Renewal as required bar the Water Department as approved bar City Council on 9/9/19 through M&C C-28499 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: No 0 Revised Contract Amount: $450,000.00 Total Cost Work Completed: $449,778.00 Less Deductions: Liquidated Damages: Days @$210.00/Day Other Deductions(see comments): Total Deduction Amount: $0.00 Total Cost Work Completed: $449,778.00 Less Previous Payments: $449,778.00 Final Payment Due $0.00 Recommended for Acceptance Date Assistant Director, Water Department Christopher harder �f Christopher Harder(Feb 8,202111:46 CST) Feb 9, 2021 Accepted Date Director, Water Department � b2021Daur Fe 02 City Manager Date OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Project Name: 2018 eater Lead Sen ices Replacement Contract Third Renewal DOE. Ns:N/t� Comments: City Project Numbers 101100 DOE Number 1111 Contract Name 2018 Water Lead Scn iccs Replacanent Contract 'third Renewal Estimate Number 27 Contract Limits All Council Districts Payment Number 27 Project Type water For Period Ending 11/30/2020 Project Funding STOW Project Manager Anderson City Secretary Contract Number -56004 R3 Lispectors Johnson / Giegcr Contract Date 9/9/2019 Contractor 'FEJAS COMMERCIAL CONS1'RUC1'ION Contract Time 355 CD 1613 LAURA ROAD Days Charged to Date 410 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 ---- ---------------------- -- -- ----- --------- Total Cost of Work Completed $449,778.00 Less 0 %Retained $0.00 Net Earned $449,778.00 Earned This Period $0.00 Retainage This Period $0.00 Less Liquidated Damages 0 Days Gv $0.00 i Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $449,778.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $0.00 Friday,January 22,2021 Pagc 5 of 5 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name 2018 Water Lead Services Replacement Contract Third Renewal Contract Limits All Council Districts Project Type Water City Project Numbers 101100 DOE Number ]III Estimate Number 27 payment Number 27 For Period Ending 1 113 0/2 02 0 CD City Secretary Contract Number 56001 R3 Contract Time 356D Contract Date 9/9/2019 Days Charged to Date 410 Project Manager Anderson Contract is 51.000 Complete Contractor TEJAS COMMERCIAL CONSTRUCTION 1613 LAURA ROAD RIVER OAKS, TX 76114 Inspectors Johnson / Gieger Friday,January 22.2021 Page 1 of 5 City Project Numbers 101100 DOE Ntunber 1111 Contract Name 2018 Water Lead Services Replacement Contract Third Renewal Estimate Number 27 Contract Limits All Council Districts Payment Number 27 Project Type Water For Period Ending 11/30/2020 Project Funding Water Item Description of Items Estimated Unit Unit Cost Eslintnted Completed Completed No. Quanity Total Qttanin' Total -------------------------------------- ------ 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'-IO'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-I/2 inch Water Service,10.V-25 5 EA $4,800.00 $24,000.00 14 1-1/2 inch Water Service, 10.V-25 2 EA $4,800.00 $9,600.00 15 1-l/2 inch Water Service,25.V-40 5 EA $5,800.00 $29,000.00 1 $5,300.00 16 1-1/2 inch Water Service,25.V-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 13 2 inch Water Service,0'-10'Lengt 5 EA $4,300.00 $21,500.00 19 2 inch Water Service,0'-IO'Lent 2 EA $4,300.00 $8,600.00 20 2 inch Water Service,10.P-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 Servicc,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 3-inch PVC Water Pipe 100 LF $65.00 $6,500.00 28 8-inch DIP Water 100 LF $85.00 $3,500.00 29 10-inch PVC Pipe 100 LF $70.00 $7,000.00 30 104rich 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 9 $4,950.00 34 3/4-inch Private Water Service,Relo 100 LF S35.00 $3,500.00 103 $3,605.00 35 I-inch Private Water Service,Rcloca 100 LF $40.00 $4,000.00 20 $300.00 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 A53 Additional Footage over 40'1-inch s 40 LF $145.00 $5,800.00 A54 Basic Mob when WO cannot be complete 10 EA $350.00 $3,500.00 37 2-inch Private Water Service,Reloca 20 LF $50.00 $1,000.00 Friday,January 22,2021 Pagc 2 of 5 City Project Numbers 101100 DOE Number 1111 Contract Name 2018 Water Lead Services Replacement Contract Third Renewal Estimate Number 27 Contract Limits All Council Districts Payment Number 27 Project Type Water For Period Ending 11/30/2020 Project Funding 38 Imported Embedment/Backfill CLSM 10 CY $100.00 $1,000.00 39 5-foot Wide Asphalt Pavement Repair, 300 LF $65.00 $19,500.00 85.8 $5,577.00 40 5-foot Wide Asphalt Pavement Repair, 150 LF $70.00 $10,500.00 41 Concrete Pavement Repair,Residentia 150 SY S88.00 S13,200.00 42 Concrete Pavement Repair,Arterial/ 75 SY S90.00 $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 S2,250.00 12 S540.00 45 4-inch Concrete Sidewalk,Replacemen 75 SF $12.00 $900.00 123 S1,476.00 46 6-inch Concrete Driveway,Replacemen 75 SF $15.00 S1,125.00 662 S9,930.00 47 Traffic Control,Residential 30 EA $600.00 $18,000.00 38 $22,800.00 48 Traffic Control,Arterial/Industri 10 EA $1,000.00 $10,000.00 6 $6,000.00 49 Traffic Control,Major Arterial/In 10 EA $1,200.00 $12,000.00 1 $1,200.00 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 5 $15,500.00 2 1 inch Water Service,0'-10'Lengt 15 EA $3,900.00 $58,500.00 17 $66,300.00 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 5 1 inch Water Service, 10.V-25'Le 15 EA $4,800.00 $72,000.00 21 S 100,800.00 6 1 inch Water Service,10.V-25'Le 5 EA $4,800.00 $24,000.00 7 1 inch Water Service,25.F-40'Le 15 EA $5,800.00 $87,000.00 31 $179,800.00 8 I inch Water Service,25.F-40'Lc 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 A52 Water Service Removal&:Plug at Main 2 EA $700.00 $1,400.00 12 $8,400.00 A53 Additional Footage over 40'1-inch Service in asphalt 40 LF $145.00 $5,800.00 Pavement A54 Basic Mob when WO cannot be completed 10 EA $350.00 $3,500.00 3 $1,050.00 A55 Exploratory Excavation 0-5'deep 6 EA $1,200.00 $7,200.00 8 $9,600.00 A56 Remove/Replace Stamped Conc TXDOT Median 1 LS $1,050.00 $1,050.00 1 $1,050.00 ---------------- --------- ------ --- ------- Sub-Total of Previous Unit $884,675.00 $449,778.00 --------------------------------------- Friday,January 22,2021 Page 3 of 5 City Project Numbers 101100 DOE Number 1111 Contract Name 2013 Water Lead Services Replacement Contract Third Rcnc%val Estimate Number 27 Contract Limits All Council Districts Payment Number 27 Project Type Water For Period Ending 11/30/2020 Project Funding Contract Information Summa►-y Original Contract Amount S450,000.00 Change Orders Total Contract Price $884,675.00 i ,�—� ✓��Lf Date �/' /F i Total Cost of M'orlt Completed g449,778.00 Contract r Less 0 %Retained $0.00 Date �l Net Earned $449,778.00 ills ection Supervisor Earned This Period $0.00 Retninage This Period $0.00 Date Less Liquidated Damages roject Manager {{�� Days a /Day $0.00 �` r `� / A Date LessPavement Deficiency $0.00 Asst.DirectorrfPW Less Penalty $0.00 Christonherffarder Feb 9,2021 Less Previous Payment $449,778.00 Chdstapher arder(F.b8,202111:46CST) Date Director/Contracting Department Plus Material oil Hand Less 15% $0.00 Balance Due This Payment $0.00 Friday,January 22,2021 Page 4 of 5 j®RTWO T rev 03105/07 WATER ENGINEERING &FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:27 NAME OF PROJECT: 2018 Water Lead Services Replacement Contract:Third Renewal PROJECT NO.: 101100 CONTRACTOR: Tejas Commercial Cont.LLC CITY PROJECT 101100 PERIOD FROM 11/15/20 TO: 11/30/20 FINAL INSPECTION DATE: 11/24/2020 WORT{ORDER EFFECTIVE:9/23/2019 CONTRACT TIME: 365 O WD OQ 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. I l. 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES OTHERS* DAYS TOTAL & HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 0 0 PERIOD PREVIOUS PERIOD 410 410 TOTALS 410 410 TO DATE *REMARKS: CONTRACTOR DATE INSPECTOR DATE Capital Projects Delivery,\eater Department The City of Dort Wordi• 1000 Tlirockmorton Street •Fort\Forth,T176012-6311 (817)392-4477•Fax:(817)392-8460 FORTWORTHREV:02/20/07 Capital Projects Deliver=,Water Department PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTORS PROJECT DATA Nance of Contractor Project Name Teas Commercial Construction, LLC 2018 Water Lead Services Replacement Contract:3rd Ren. Malec Engineering Inspector DOE Number Paul L.Gieger 101100 !Pater Engineering Inspector Project,lfauager ❑� Water ❑Waste Water ❑Storm Drainage Pavement J.Chris Underwood Initial Com•act Amount Project Difficulty $450,000.00 Q Simple Q Routine Q Complex Final Contract Amount Date $449,778.00 1/21/2021 11)PERFORMANCE EVALUATION 0-Inadequate I-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAN SCORE SCORE 1 Submission of Documents 2 Y 4 8 8 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 4 20 20 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 1 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) 348 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 348 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MSj *100%) 348 / 448 = 78% Performance Category Good <20%=Inadequate 20%10<40%=Deficient 40%to<60%=Standard 60%to<SO%=Good >_S0%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature Inspector V f tr, G/ I Signature Contractor Signature Inspector's Supervisor CONTRACTOR'S COMMENTS Capital Projects Deliver}',Water Department The City of Fort North• 1000 Throckmorton Street•Fort North,TX 76012-6311 (817)392-4477•Fax:(817)392-8460 ORT VWO RT H REV:02/22/07 Capital Projects Delivery,Water Department CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 21-Jan-21 Name of Contractor Projecl Nance Tejas Commercial Construction,LLC 2018 Water Lead Services Replacement Contract:3rd Ren. I Paler Engineering Inspector Project Manager Paul L.Gieger J.Chris Underwooed DOENumber Project Difficulty Type of Contract 101 100 *Simple Q Routine Q Complex ❑J Water ❑Waste Water ❑Storm Drainage ❑� Pavement Initial Contract 11mou nt Final Contract Amount $450,000.00 $449,778.00 I1)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) 1 (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS l Availability of Inspector (/ 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity R Sufficiency of Details y' 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism = 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 I Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 14 Resolution of Utility Conflicts ` 3 Bid Opening to Pre-Con Meeting Timefi•ame t f I1I)COMMENTS&SIGNATURES COI`IM ENTS Signature Contractor Signauure Inspector Signature Inspector's Supervisor 0 INSPECTOR'S COMMENTS Capital Projects Delivery,stater Department The City of Fort Worth- 1000 Throckmorton Street•Fort Worth,T176012-6311 (817)392-4477•Far:(817)392-8460 i AFFIDAVIT STATE OF Texas COUNTY OF Parker Before me. the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Charles D. 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 3)'d Renewal CPN: 101100 BY Charles D. Allen Vive President Subscribed and sworn before me on this date of February,2021. ti►� ?Ly !ETICIA ANN FioJO ==6' ._Notary Public. State of Texas Notary Public = ' F Comm Expire; 11.12.2023 Tarrant County Texas °;,r` Notary ID 1247p2839 a r i I SURETEC INSURANCE COMPANY 9737 Great Hills Trail, Suite 320, Austin, Tx 78759 OWNER ❑ CONSENT OF SURETY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ ❑ BOND NO.: OTHER 4422884 TO OBLIGEE:City of Fort Worth (Name and Address) CONTRACT FOR:$450,000 j PROJECT: CONTRACT DATED:August 20,2019 2018 Water Lead Services Replacement Contract Project No. 101100—Third and Final Renewal PRINCIPAL:Tejas Commercial Construction,LLC At the request of the Obligee and the Principal indicated above, SureTec Insurance Company, 9737 Great Hills Trail, Suite 320,Austin,Texas 78759 , SURETY, on bond of (Insert name and address of Conhactor) Tejas Commercial Construction,LLC,PO Box 10395,River Oaks, Texas 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 lmown 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 mmne and address of Obltgee) City of Fort Worth, 200 Texas Street,Fort Worth, Texas 76102, OBLIGEE,as set forth in said Surety's bond. i IN WITNESS WBEREOF,the Surety has hereunto set its hand on this date: i (Insert in writing the month followed by the nzmieric date and year.) SureTec Insurance Company (Surety) (Signature of authorized representative) Attest Chris Holt,Attorney-in-Fact (Seal): (Printed name and title) SURETEC CONSENT TO FINAL PAYMENT REV. 1.1.2004 i POA fi: 4221828 i SureTec Insurance Company ]LIAHTED 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 Attorney-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 Attorneys)-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 Attorney-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 201 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 . S�Oft"Aw SURETEC INS + ANY RAN ¢xwvue �G�.. '9�ooae By. w w ;a John Kno ,CE State of Texas ss: s�:.•h 6:' County of Harris ......•"' '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 q Board of Directors of said Company;and that he signed his name thereto by like order. C i o"""'it, JACOUELYN GREENLEAF i 1:�,_I,lolary Pul)lic,State of Texas t I "'• `e Comm.Expires05-18-2021 r! ''•,;,�;,;��` Notary ID 126903029 Jacq eIyn 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 correct 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 Attorney are in full force and effect. �/ Given under my hand and the seal of said Company at Houston,Texas this� --day oMi — ���A.D. t Bre'nary • j Any instrument 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(743)812-0800 any business day between 8:30 am and 5:00 pm CST. j I s i s SureTec Insurance Company IMPORTANT NOTICE 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.texas.,qov Email:ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS 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. ---------------------------------------------------------------------------------------------------------- i Texas Rider8/2019 1 FORTWORTH January 22,2021 Tejas Commercial Construction 1613 Laura Road River Oaks,TX 76114 Re:Acceptance Letter Project Name: 2018 Water Lead Services Replacement Contract Third Renewal Project Type: Water Project Ns: 101100 D.O.E. Ns: N/A Contract Ns: 569"R3 Dated: 9/9/2019 S00(a� Gentleman: On November 24,2020 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 November 24,2020,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, /an Ct Tony Sholola,P.E.,Assistant Director Water Department NIP / cc: Chris Harder,P.E.,Director,Water Department Laura Wilson,P.E.,Deputy Director,Water Department Captain Michael Skains,Fuse Department Cesar Zavala,Field Operations Superintendent,Water Department Bill Lundvall,Field Operations Superintendent,Waste Water Department Chris Underwood,Project Manager Chris Undet%vood, Consultant Tejas Commercial Construction, Contractor David Johnson,Inspection 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