Loading...
HomeMy WebLinkAboutContract 54147-FP1 NN Coded 09.23.22 Y Invoice No. 54147-FP1 Invoice Date 09/22/2022 CSC No. 54147-FP1 PO# FW060-10661 FORTWORTH Earned $51,213.00 Retainage $334,914.25 FID 56019-2060000-CO1227-CRETAN WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES 56019-CO1227 NOTICE OF PROJECT COMPLETION CS 54147 Regarding contract 54147 for Sanitary Sewer Main 257 Upper&Middle Village Creek Parallel Relief 2B as required by the Water Department as approved by City Council on 6-30-2020 through M&C 20-0461 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: $7,142,003.00 Amount of Approved Change Orders: ($15,400.00) Ne 1 Revised Contract Amount: $7,126,603.00 Total Cost Work Completed: $6,749,498.00 Less Deductions: Liquidated Damages: 0 Days @$210.00/Day Other Deductions(see comments): Total Deduction Amount: $0.00 Total Cost Work Completed: $6,749,498.00 Less Previous Payments: $6,363,370.75 Final Payment Due $386,127.25 o 22 Z 2 Rec mmended for Acceptance Date AsSiistarrt-5ftZLtor, Water Department Christopher Hard (Sep 23,202216:13 CDT) Accepted Date Director, Water Department Dana Burghdoff(S 24,202: City Manager Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Project Name: DOE. Ns: Sanitary Sewer Main 257 Upper&Middle Village Creek Parallel Relief 2B Comments: 56019-CO1227 CS 54147 City Project Numbers 01227 DOE Number 0018 Contract Name Sanitary Sewer Main 257,Upper and Middle Village Creek Parallel Relief M Estimate Number 32 Contract Limits Council Districts 2&7 Payment Number 32 Project Type Sewer For Period Ending 9/9/2022 Project Funding Project Manager Sholola City Secretary Contract Number 54147 Inspectors Johnson / Reed Contract Date 6/23/2020 Contractor Mountain Cascade of Texas Contract Time 540 CD 11729 E FM 917 Days Charged to Date 739 CD Alvarado, TX 76009 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 $6,749,498.00 Less 0 %Retained $0.00 Net Earned $6,749,498.00 Earned This Period $386,127.25 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 $6,363,370.75 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $386,127.25 Wednesday,September 14,2022 Page 6 of 6 FoRTWORTH rev 03/05/07 WATER ENGINEERING&FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:32 NAME OF PROJECT: Sanitary Sewer Main 257 Upper&Middle Village Creek paRALLEL Relief 2B PROJECT NO.: 1227 CONTRACTOR: Mountain Cascade CITY PROJECT 1227 PERIOD FROM:05/16/22 TO: 09/09/22 FINAL INSPECTION DATE: 9/8/2022 WORK ORDER EFFECTIVE:9/8/2020 CONTRACT TIME: 690 Q wD QQ CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH HARR GE CREDITED MONTH HARR GE CREDITED 1. 1 16. 1 2. 1 17. 1 3. 4. 1 19. 1 5. 1 20. 1 6. 1 21. 1 7. 1 22. 1 8. 1 23. 1 9. 1 24. 1 10. 1 25. 1 11. 1 26. 1 12. 1 27. 1 13. 1 28. 1 14. 1 29. 1 15. 1 30. 1 31. 1 SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS 122 122 PERIOD PREVIOUS 617 617 PERIOD TOTALS 739 739 TO DATE *REMARKS: CONTRACTOR DATE 'INSPECTOR DATE Capital Projects Delivery,Water Department The City of Fort Worth•200 Texas Street•Fort Worth,TX 76012-6311 (817)392-4477 •Fax:(817)392-8460 FoRTWORTH REV:02/20/07 Capital Projects Delivery,Water Department PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Mountain Cascade Sanitary Sewer Main 257 Upper&Middle Village Creek 2B i•Yaler Engineering Inspector DOE Number Jesse Reed 54147 Water Engineering Inspector Project Manager ❑Water Q waste Water ❑ Storm Drainage ❑ Pavement John Kasavich Initial Contract Amount Project Difficulty $7,126,603.00 (0)Simple 0 Routine 0 Complex Final Contract Amount Dale $6,749,498.00 9/14/2022 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 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 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 3 60 45 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 1 4 20 20 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 423 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 423 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MSI *100%) 423 / 448 = 94% Performance Category Excellent <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 Signature Contactor ) 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 FoRTWORTHREV:02/22/07 Capital Projects Delivery,Water Department CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 14-Se -22 Nante of Contractor Project Maine Mountain Cascade Sanitary Sewer Main 257 Upper&Middle Village Creek 2A Water Engineering Inspector Project Manager Jesse Reed John Kasavich DOE Number Project Difficulty Type of Contract 54147 O Simple QQ Routine p Complex ❑Water 0 Waste Water ❑Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amortnt $7,126,603.00 $6,749,498.00 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION IPLANS&SPECIFICATIONS I Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector q 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities q 3 Applicability of Specifications 4 Display Of Professionalism y 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 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Tiineframe 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 FORT WORTH CITY OF FORT WORTH PARTIAL PAYMENT REQUEST Contract Name Sanitary Sewer Main 257,Upper and Middle Village Creek Parallel Relief Main Contract Limits Council Districts 2&7 Project Type Sewer City Project Numbers 01227 DOE Number 0018 Estimate Number 32 Payment Number 32 For Period Ending 9/9/2022 Project Funding CD City Secretary Contract Number 54147 Contract Time 540 CD Contract Date 6/23/2020 Days Charged to Date 739 Project Manager Sholola Contract is 95.000 Complete Contractor Mountain Cascade of Texas 11729 E FM 917 Alvarado, TX 76009 Inspectors Johnson / Reed Wednesday,September 14,2022 Page 1 of 6 City Project Numbers 01227 DOE Number 0018 Contract Name Sanitary Sewer Main 257,Upper and Middle Village Creek Parallel Relief M Estimate Number 32 Contract Limits Council Districts 2&7 Payment Number 32 Project Type Sewer For Period Ending 9/9/2022 Project Funding Sewer Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 3 9999.0001 42"Sewer(Class SN-72) 310 LF $350.00 $108,500.00 310 $108,500.00 4 3331.4414 36"Sewer Pipe(Class S 560 LF $537.00 $300,720.00 560 $300,720.00 5 3331.4401 30"Sewer Pipe(Class S 560 LF $510.00 $285,600.00 560 $285,600.00 6 3331.4401 30"Sewer Pipe(Class S 26 LF $250.00 $6,500.00 26 $6,500.00 7 3305.0109 Trench Safety 13156 LF $1.00 $13,156.00 13156 $13,156.00 8 3231.0211 Barbed Wire Fence,Meta 3550 LF $6.00 $21,300.00 3550 $21,300.00 9 0241.0500 Remove Fence 3550 LF $1.00 $3,550.00 3550 $3,550.00 10 3305.1112 72"OD(70.25"ID)Casi 120 LF $1,300.00 $156,000.00 120 $156,000.00 3305.1112 72"OD(70.25"ID)Casi 190 LF 3305.1307 70"ID(Min)Tunnel Lin 190 LF $1,200.00 $228,000.00 190 $228,000.00 12 3301.0001 Pre-CCTV Inspection 12600 LF $2.00 $25,200.00 12600 $25,200.00 13 3301.0002 Post-CCTV Inspection 12800 LF $1.00 $12,800.00 12800 $12,800.00 14 3305.0115 Vacuum Excavation 17 EA $600.00 $10,200.00 17 $10,200.00 15 9999.0002 Connect Proposed 48"SS 1 EA $3,600.00 $3,600.00 1 $3,600.00 16 9999.0003 7'Diameter Exterior Dr 2 EA $22,000.00 $44,000.00 2 $44,000.00 17 3339.1105 5'Type A Manhole(Inc] 14 EA $15,300.00 $214,200.00 14 $214,200.00 18 3339.11102 5'Exterior Drop Manhol 1 EA $18,300.00 $18,300.00 1 $18,300.00 19 3339.1103 5'Extra Depth Manhole 97 VF $328.00 $31,816.00 97 $31,816.00 20 3339.1001 4'Manhole (Incliding 1 EA $13,000.00 $13,000.00 1 $13,000.00 21 3305.0112 Concrete Collar(4'Dia I EA $350.00 $350.00 1 $350.00 22 3305.0112 Concrete Collar(5'Dia 15 EA $350.00 $5,250.00 15 $5,250.00 23 9999.0004 Concrete Collar(7'Dia 2 EA $350.00 $700.00 2 $700.00 24 9999.0005 Odor Control Unit(Wage 6 EA $15,000.00 $90,000.00 6 $90,000.00 25 9999.0006 Sewer Tie-In Reconstruc 1 LS $1,200.00 $1,200.00 1 $1,200.00 26 9999.0007 Cut and Plug Existing P 2 EA $1,000.00 $2,000.00 2 $2,000.00 27 9999.0008 Remove Existing Pipe In I EA $1,000.00 $1,000.00 1 $1,000.00 28 9999.0009 Abandon 8"Sanitary Sew 1 EA $200.00 $200.00 1 $200.00 29 9999.0010 Install 8"Pipe Stubout 2 EA $90.00 $180.00 2 $180.00 30 3305.0110 Utility Markers 1 LS $2,000.00 $2,000.00 1 $2,000.00 31 3231.0306 16'Gate,Steel 14 EA $1,300.00 $18,200.00 14 $18,200.00 32 3301.0101 Manhole Vacuum Testing IS EA $200.00 $3,600.00 18 $3,600.00 Wednesday,September 14,2022 Page 2 of 6 City Project Numbers 01227 DOE Number 0018 Contract Name Sanitary Sewer Main 257,Upper and Middle Village Creek Parallel Relief M Estimate Number 32 Contract Limits Council Districts 2&7 Payment Number 32 Project Type Sewer For Period Ending 9/9/2022 Project Funding 33 9999.0011 Junction and Siphon Box 7 EA $900.00 $6,300.00 7 $6,300.00 34 3339.2001 Sanitary Sewer Junction 1 LS $165,000.00 $165,000.00 1 $165,000.00 35 3339.2001 Sanitary Sewer Junction I LS $40,000.00 $40,000.00 1 $40,000.00 36 3339.2001 Sanitary Sewer Junction 1 LS $115,000.00 $115,000.00 1 $115,000.00 37 3339.2001 Sanitary Sewer Siphon 1 LS $132,000.00 $132,000.00 1 $132,000.00 38 3339.2001 Sanitary Sewer Siphon I LS $145,000.00 $145,000,00 1 $145,000.00 39 3339.2001 Sanitary Sewer Siphon 1 LS $158,391.00 $158,391.00 1 $158,391.00 40 3339.2001 Sanitary Sewer Siphon B 1 LS $145,000.00 $145,000.00 1 $145,000.00 41 3137.0102 Large Stone Riprap,dry 4200 CY $115.00 $483,000.00 4200 $483,000.00 42 3110.0102 6"-12"Diameter Tree Re 165 EA $10.00 $1,650.00 165 $1,650.00 43 3110.0103 12"-18"Diameter Tree R 55 EA $10.00 $550.00 55 $550.00 44 3110.0104 18"-24"Diameter Tree R 35 EA $10.00 $350.00 35 $350.00 45 3110.0105 24"and Larger Tree Rem 15 EA $10.00 $150.00 15 $150.00 46 0330.0001 Concrete Encase Mainlin 260 CY $125.00 $32,500.00 343 $42,875.00 47 3136.0102 Twisted Gabion Baskets Inc(CO#1) 0 CY $255.00 $0.00 48 9999.0012 Gravel Road Repair 1440 SY $13.00 $18,720.00 1440 $18,720.00 49 3292.0400 Seeding,Hydromulch(Be 90000 SY $1.00 $90,000.00 21500 $21,500.00 50 3305.0104 Ground Water Control 1 LS $7,000.00 $7,000.00 1 $7,000.00 51 3339.0002 Epoxy Structure Liner( 7100 SF $17.00 $120,700.00 7100 $120,700.00 52 3339.0001 Epoxy Manhole Liner(4' 11 VF $270.00 $2,970.00 11 $2,970.00 53 3339.0001 Epoxy Manhole Liner(5' 195 VF $290.00 $56,550.00 195 $56,550.00 54 9999,0013 Epoxy Manhole Liner(T 30 VF $340.00 $10,200.00 30 $10,200.00 55 9999.0014 Tree Protection Tempora I LS $70,000.00 $70,000.00 1 $70,000.00 56 9999.0015 Temporary(2000 to 3000 2900 LF $3.20 $9,280.00 57 9999.0016 Temporary(2000 or 3000 6000 LF $3.20 $19,200.00 58 9999.0017 Temporary Barbed-WireF 4000 LF $3.50 $14,000.00 4000 $14,000.00 59 3125.0101 SWPPP >1 acre 1 LS $63,000.00 $63,000.00 1 $63,000.00 60 3471.0001 Traffic Control 1 LS $7,000.00 $7,000.00 1 $7,000.00 61 9999.0018 Parcel 46 Property Site 1 LS $5,000.00 $5,000.00 1 $5,000.00 62 9999.0019 Tree Planting on Parcel 60 Ca $275.00 $16,500.00 63 9999.0020 Parcel 58 Property Site I LS $5,000.00 $5,000.00 1 $5,000.00 64 9999.0021 Parcel 59 Property Site 1 LS $5,000.00 $5,000.00 1 $5,000.00 65 9999.0022 Parcel 60 Property Site 1 LS $25,000.00 $25,000.00 1 $25,000.00 66 9999.0023 Pre-Construction Topogr I LS $10,000.00 $10,000.00 1 $10,000.00 67 9999.0024 Post-ConstructionTopog 1 LS $10,000.00 $10,000.00 1 $10,000.00 Wednesday,September 14,2022 Page 3 of 6 City Project Numbers 01227 DOE Number 0018 Contract Name Sanitary Sewer Main 257,Upper and Middle Village Creek Parallel Relief M Estimate Number 32 Contract Limits Council Districts 2&7 Payment Number 32 Project Type Sewer For Period Ending 9/9/2022 Project Funding 68 9999.0025 Construction Staking 1 LS $42,000.00 $42,000.00 1 $42,000.00 69 9999.0026 Construction Survey(As 1 LS $1,000.00 $1,000.00 1 $1,000.00 70 3110.0101 Site Clearing 1 LS $38,000.00 $38,000.00 1 $38,000.00 71 3110.0102 6"-12"Diameter Tree Re 24 EA $10.00 $240.00 24 $240.00 72 3110.0103 12"-18"Diameter Tree R 6 EA $10.00 $60.00 6 $60.00 73 3110.0104 18"-24"Diameter Tree R 2 EA $10.00 $20.00 2 $20.00 74 3110.0105 24"and Larger Tree Rem 2 EA $10.00 $20.00 2 $20.00 75 3110.0102 6"-12"Diameter Tree Re 45 EA $10.00 $450.00 45 $450.00 76 3110.0103 12"-18"Diameter Tree R 7 EA $10.00 $70.00 7 $70.00 77 3110.0104 18"-24"Diameter Tree R 3 EA $10.00 $30.00 3 $30.00 78 9999.0027 Chain Link Fence(6'He 3480 LF $9.00 $31,320.00 3480 $31,320.00 79 9999.0028 Irrigation Repairs at S 1 LS $26,000.00 $26,000.00 1 $26,000.00 80 9999.0029 Golf Course Cart Path T 600 SY $65.00 $39,000.00 600 $39,000.00 81 9999.0030 Temporary SafetyFencin 1 LS $1,300.00 $1,300.00 1 $1,300.00 82 9999.0031 Cart Path Repair on Sou 60 SY $60.00 $3,600.00 60 $3,600.00 83 9999.0032 Grade Restoration on So 1 LS $18,000.00 $18,000.00 1 $18,000.00 84 9999.0033 Tree Mitigation per Cit 740 Ca $100.00 $74,000.00 85 9999.0034 Install Temporary Drain 1 LS $2,600.00 $2,600.00 1 $2,600.00 86 9999.0035 Construction Allowance 1 LS $200,000.00 $200,000.00 87 9999.0036 Parcel 36 Property S 1 LS $14,000.00 $14,000.00 1 $14,000.00 88 9999.0037 Parcel 37 Property S 1 LS $14,000.00 $14,000.00 1 $14,000.00 89 3303.0001 Bypass Pumping at 7 loc 1 LS $120,000.00 $120,000.00 1 $120,000.00 1 3331.4514 48"Sewer Pipe(Class S 2270 LF $258.00 $585,660.00 2270 $585,660.00 2 3331.4501 42"Sewer Pipe(Class S 9740 LF $235.00 !,288,900.00 9740 ,2,288,900.00 90 Concrete Footer @ Creek Crossing 226+98 19 CY $800.00 $15,200.00 19 $15,200.00 299+08.49(CO#1) Sub-Total of Previous Unit $7,126,603.00 $6,749,498.00 Wednesday,September 14,2022 Page 4 of 6 City Project Numbers 01227 DOE Number 0018 Contract Name Sanitary Sewer Main 257,Upper and Middle Village Creek Parallel Relief M Estimate Number 32 Contract Limits Council Districts 2&7 Payment Number 32 Project Type Sewer For Period Ending 9/9/2022 Project Funding Contract Information Summary Original Contract Amount $7,142,003.00 Change Orders Change Order Number 1 ($15,400.00) Total Contract Price $7,126,603.00 Date l�-/%—�.L Total Cost of Work Completed $6,749,498.00 Inspection 3. i*or Less 0 %Retained $0.00 ~ Si/�r a �'�II Net Earned $6,749,498.00 b /1 �S A V 6 11 Date 13lZ7-f�Z 2- Earned This Period $386,127.25 Project Manager , Retainage This Period $0.00 2Z4 �� ' / Christopher H and (Sep 23,202216:136:13 CDT) Date Less Liquidated Damages Director/Contracting Department Days @ /Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $6,363,370.75 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $386,127.25 Wednesday,September 14,2022 Page 5 of 6 -r 'Wo x:,r ni City of Fora Worth CSC No. 54147-001 Change Order Request Project Name: Sanitary Sewer M-257 Upper and Middle Village Creek Parallel Part 2B I City Sec No.: 1 54147 Project No.(s): ssols-07o0n3o 227-001780 DOE No. N/A City Proj.No.: C01227 001 3 Project Description: Installation of M-257 Parallel Relief Main Contractor: Mountain Cascade of Texas,LLC Change Order fI F Date 1 8/25/2022 City Project Mgr. John R.Kasavich City Inspector: I Jesse Reed Phone Nurnber: 817-392-8480 Phone Number:1817-392-8455 Dept. Sewer Water Totals Contract Time (Calendar(lays) Original Contract Amount $7,142,003.00 $7.142,003.00 540 Extras to Date Credits to Date Pending Change Orders(in M&C Process) Contract Cost to Date $7,142,003.00 $7,142,003,00 540 Amount of Proposed Change Order -$15,400.00 -$15,400.00 150 Revised Contract Amount $7,123,359.14 $7,123,359.14 690 Original Funds Available for Change Orders $214,260.00 $214,260.00 Remaining Funds Available for this CO $214,260.00 $214,260.00 Additional Funding(if necessary) CHANGE ORDERS to DATE(INCLUDING THIS ONE)AS%OF ORIGINAL CONTRACT -0.22% MAXALLOWABLE CONTRACT AMOUNT(ORIGINAL CONTRACT COST-}25%) $8,927,503.75 JUSTIFICATION(REASONS)FOR CHANGE ORDER Change Order No.1 will provide for the following: -The Installation of a 6 foot concrete footer in lieu ofgabion baskets due to existence of hard rock at a project siphon location.The concrete header is a better fit for the site. oThe deletion of pay itern quantities that are no longer needed on the project. The change order will also provide 150 Calendar days on the project for delays resulting from frequent work stoppage as requested by Southern Oaks Golf Course to accomodate busy golfing days,the reconstruction of sections of the golf course pathway to satisfy the property owner and the reseeding on several properties to satisfy the owners. It is understood and agreed that[lie acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full(both time and money)for all costs arising out of,or incidental to,the above Change Order. Corilraotor s Company Name Conlrasfor Name i � cantradto -signal Date, Mountain Cascade of Texaas,LLC Jason Williford 3� Inspector Date Pro ectMaha er Date Director .WalerDe t Date 6ons1rL1GIi0nSUpervisor Water Dept) 'Date hri oharN4r9r Sep 1,2022 istant CIty Attorney Dale Assistant City Manager Date ep 2, 202 % �m ii sa cnn �.,o��naou s�. scon Sep 4,2022 Council Action If Required) M&C Number NIA M&C Dale Approved N/A FQ RT `PVC_- la 7C'lHE City of Fort Worth Change Order Additions Project Name 1. Sanitary Sewer M-257 Upper and Middle Village Creek Parallel Part 2B City Sec No,: KI Project No.(s): 56019 0700430-001227-001780 DOE No.1I City Proj.No,; I C01227-3 Project Description Installation of M-257 Parallel Relief Main Contractor [ Mountain Cascade of Texas,LLC 'Change Order:= Date: 8/25/2022 City Project Mgr, John R.I<asayich —� City Inspector Eiesse Reed ADDITIONS .'DEPT I Unit Unit Cost*:`, `Totai =. 90 Concrete Footer at Creek Crossing Stations 226+98,299+08.49 Sewer 19.00 CY $800.00 $15,200.00 Sewer $15,200.00 Water Page 2 of 4Additions Sub Total $15,200.00 City of Fort Worth Change Order Deletions Project Name Sanitary Sewer M-257 Upper and Middle Village Creek Parallel Part 28 I City Sec No.: _54147 Project No.(s): 56019 0700430-001227-001780 DOE No. N/A City Proj.No.: C0122/ 3 Project Description Installation of M-257 Parallel Relief Main Contractor Mountain Cascade of Texas,LLC Change Order: Date F 8/25/2022 City Project Mgr. John R.Kasavich City Inspector: Jesse Reed DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total 47 Twisted Gabion Baskets Including epoxy coated wire,gabion rock Sewer 120.00 CY $255.00 $30,600.00 Sewer $30,600.00 Water Pape 3 of 4 Deletions Sub Total $30,600.00 M/WBE Breakdown for this Change Order MWBE.-Sub ;Type of Service. Amouht.for.this CO Total $0 00 Previous Change Orders co# DATE AMOUNT; Total Page 4 of 4 8/25/2022 CPN C01227-3 Sanitary Sewer M-257 Upper and Middle Village Creek Parallel, Part 2B Change Order 1 Notes Staff has reviewed the allowance request prices and considers them to be fair and reasonable. Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. 0 S'b ature Name of Employee ,312 E4(21tilEER1AL IYtJ4 Title ATTEST: Tgnno&r,S. Goodall Jannette S.Goodall(Sep 6,2022 09:33 CDT) Jannette Goodall City Secretary OWNER CONSENT OF SURETY COMPANY ARCHITECT I_i CONTRACTOR U TO FINAL PAYMENT SURETY OTHER (� AIA DOCUMENT G707 Bond No. 070212140 PROJECT: Sanitary Sewer Main 257,Upper and Middle (name,address)Village Creek Parallel Relief Main Part 2B City Project Number TO(Owner) 01227 ARCHITECT'S PROJECT NO: City of Fort Worth,TX CONTRACT FOR:Sanitary Sewer Main 257, Upper and Middle 1000 Throckmorton Street Vjflage Creek Parallel Relief Main Part 2B City Project Number O Fort Worth,TX 76102 22277 CONTRACT DATE:June 23, 2020 L CONTRACTOR: Mountain Cascade of Texas, LLC 11729 East FM 917 Alvarado,TX 76009 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (here insert name and address of Surety Company) Liberty Mutual Insurance Company 175 Berkeley Street, Boston,MA 02116 SURETY COMPANY, on bond Of(here Insert name and address of Contractor) Mountain Cascade of Texas, LLC 11729 East FM 917 Alvarado,TX 76009 CONTRACTOR, hereby approvos of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to(here Insert name and address of owner) City of Fort Worth,TX 1000 Throckmorton Street Fort Worth,TX 76102 OWNERS, as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this 19th day of September, 2022 Liberty Mutual Insurance Company Surety Company Attest; ��� , Signature ofAuthoriz d Representative "� (Seal): ephanie Harvey, Witness Gentry Stewart,Attorney-in-Fact _ Title _ NOTE: This form is to be used as a companion document to AIA DOCUMENT G706,CONTRACTOR'S AFFIDAVIT OF PAYMENT OF JESTS ANP CLAIMS,Current Edition AIA DOCUMENT 0707•CONSENT OF SURETY COMPANY TO FINAL PAYMENT•APRIL 1970 EDITION•AIA® ONE PACE - ®1970�THE AMERICAN INSTITUTE OF ARCHITECTS 1735 NEW YORK AVE-NW,WASHINGTON,D.0 20006 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty. Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8207373-985949 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Aimee R. Pcrondiac Alexis Apostolidis:Amanda Picrina D'Angclo;Bcthany Stevenson;Brendan Fletcher;Bryan M.Caneschi;Cassandra Bacz;Donna M.PtancM Eric Strba; Gentry Stewart;Jacqueline Susco;Jennifer Gail Godcre;Joshua Sanford;Kathryn Pryor,Kyle Williams;Michelle Anne McMahon;Nicholas Turccamo;Rebecca M. Josephson all of the city of Hartford state of CT each individually if there be more than one named,its true and lawful attomey-in-fad to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 22nd day of February , 2022 Liberty Mutual Insurance Company tNSu"I BSI tNsu d%NSu� The Ohio Casualty Insurance Company oiJ1oo�°°�,."�y oP�o4Po't yr, West American Insurance Company CJ �O m 1912 n o 0 1919 1991 r YV L� ice' Z i^h. �2�3� 4 O vs •���////�N 8 N d9 rcH05 da O Hgm as ds, M°ua� da3 28 _oz David M.Carey,Assistant SecretaryFA o State of PENNSYLVANIA ss ro rn County of MONTGOMERY (D On this 22nd day of February 2022 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes — m therein contained by signing on behalf of the corporations by himself as a duly authorized officer. y 0 = IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. C:'w Co p s; 28 ` ti�1 .;�.'� Commonweallh of Pennsylvania-Notary Seal ' ' Teresa Paslell Notary Public By: '4 Q� Montgomery County Or: My commission expires March 28,2025 t` `r•r /) Commission number 1126044 �l O �... fr'•�C•f Member,Pennsylvania Association al'Notaries Teresa PaStella,Notary Public tD W 0m N r m This Power of Attomey is made and executed pursuantto and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance oQ o Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: N E o`m 01 ARTICLE IV—OFFICERS:Section 12.Power ofAttomey. a Any officer or other official of the Corporation authorized forthat purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President�CD v, may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deriver as surety any and all co= Ca>` undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall Z0 be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the provisions of this . article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. IQ ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- fad as may be necessary to ad on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company Consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in Connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force a2d effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 191h day ofSeptemberr, 2022 P�INSup_ P�tY INgV�D a tNSUR4 �J °�°O�r"9y0 yJ c° `4+qy VP°°- n rr 3 o to f ca t° ur 1912 a 1919 n 1991 0 IL�d ctf as ry'o+Mp6�a' �s "or•"' as By: Renee C.Llewellyn,Assistant Secretar y r LMS-12873 LMIC OCIC WAIC Multi Co 02121 AFFIDAVIT STATE OF TEXAS COUNTY OF JOHNSON Before me,the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared Andrew L. McCulloch,Vice President Of Mountain Cascade of Texas, LLC,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; Sanitary Sewer Main 257, Upper and Middle Village Creek Parallel Relief Main-Part 2B BY Andre cCulloch, Vice President Subscribed and sworn before me on this date 16th of September, 2022. STORMI KAY HANNA Notary Public,State of Texas 111 iii tli �9jOF�, +` Comm.Expires 11-30-2024 Notary 1rC ��n I0, Notary ID 1312735780 Johnson County, Texas FORTWORTH WATER ENGINEERING &FISCAL SERVICES PIPE REPORT FOR: PROJECT NAME: Sanitary Sewer Main 257 Upper&Middle Village Creek Parallel Relief 2B PROJECT NUMBER: 1227 DOE NUMBER: 54147 WATER PIPE LAID SIZE TYPE OF PIPE LF FIRE HYDRANTS: VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer 42" Class SN-72 310 Sewer 36" Class SN-72 560 Sewer 30" Class SN-72 560 Sewer 30" Class SN-72 26 Sewer 48" Class SN-72 2270 Sewer 42" Class SN-72 9740 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: WATER ENGINEERING&FISCAL SERVICES The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-4477•Fax: (817)392-8460 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 01227 Contract Name Sanitary Sewer Main 257,Upper and Middle Village C DOE Number 0018 Contract Limits: Council Districts 2&7 Estimate Number 32 Project Type Sewer Payment Number 32 Control Number 001802 For Period Ending Contract: 54147 Contract Date: 6/23/2020 Contract Time 540 CD Inspectors Johnson / Reed Days Charged to Date CD Date Prepared b Inspector p y p / / Z2 Contract is %Complete Construction ID: 13398 Item Description of Items Estimated Uni Unit Cost Previous Quanity Completed Total Cost No. Quanity Quanity for Month Quanity —— Sewer 3 9999.0001 42"Sewer(Class SN- 310 LF $350.00 310 72) 4 3331.4414 36"Sewer Pipe 560 LF $537.00 560 (Class S 5 3331.4401 30"Sewer Pipe 560 LF $510.00 560 (Class S 6 3331.4401 30"Sewer Pipe 26 LF $250.00 26 (Class S 7 3305.0109 Trench Safety 13156 LF $1.00 13156 8 3231.0211 Barbed Wire Fence, 3550 LF $6.00 3550 Meta 9 0241.0500 Remove Fence 3550 LF $1.00 3550 10 3305.1112 72"OD(70.25"ID) 120 LF $1,300.00 120 Casi 3305.1112 72"OD(70.25"ID) 190 LF Casi 3305.1307 70"ID(Min)Tunnel 190 LF $1,200.00 190 Lin 12 3301.0001 Pre-CCTV Inspection 12600 LF $2.00 �bQ dJ �S� Ada 13 3301.0002 Post-CCTV Inspection 12800 LF $1.00 12287 06® 14 3305.0115 Vacuum Excavation 17 EA $600.00 17 15 9999.0002 Connect Proposed 1 EA $3,600.00 1 48"SS Tuesday,September 13,2022 Page 1 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 01227 Contract Name Sanitary Sewer Main 257, Upper and Middle Village C DOE Number 0018 Contract Limits: Council Districts 2&7 Estimate Number 32 Project Type Sewer Payment Number 32 16 9999.0003 7'Diameter Exterior 2 EA $22,000.00 2 Dr 17 3339.1105 5'Type A Manhole 14 EA $15,300.00 14 (Incl 18 3339.11102 5'Exterior Drop 1 EA $18,300.00 1 Manhol 19 3339.1103 5'Extra Depth 97 VF $328.00 97 Manhole 20 3339.1001 4'Manhole (Incliding 1 EA $13,000.00 1 21 3305.0112 Concrete Collar(4' 1 EA $350.00 1 Dia 22 3305.0112 Concrete Collar(5' 15 EA $350.00 15 Dia 23 9999.0004 Concrete Collar(T 2 EA $350.00 2 Dia 24 9999.0005 Odor Control Unit 6 EA $15,000.00 6 (Wage 25 9999.0006 Sewer Tie-In 1 LS $1,200.00 1 Reconstruc 26 9999.0007 Cut and Plug Existing 2 EA $1,000.00 2 P 27 9999.0008 Remove Existing 1 EA $1,000.00 1 Pipe In 28 9999.0009 Abandon 8"Sanitary 1 EA $200.00 1 Sew 29 9999.0010 Install 8"Pipe Stubout 2 EA $90.00 2 30 3305.0110 Utility Markers 1 LS $2,000.00 1 31 3231.0306 16'Gate,Steel 14 EA $1,300.00 12 32 3301.0101 Manhole Vacuum 18 EA $200.00 18 Testing 33 9999.0011 Junction and Siphon 7 EA $900.00 7 Box 34 3339.2001 Sanitary Sewer 1 LS 165,000.00 1 Junction 35 3339.2001 Sanitary Sewer 1 LS $40,000.00 1 Junction Tuesday,September 13,2022 Page 2 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 01227 Contract Name Sanitary Sewer Main 257, Upper and Middle Village C DOE Number 0018 Contract Limits: Council Districts 2&7 Estimate Number 32 Project Type Sewer Payment Number 32 36 3339.2001 Sanitary Sewer 1 LS 115,000.00 1 Junction 37 3339.2001 Sanitary Sewer 1 LS 132,000.00 1 Siphon B 38 3339.2001 Sanitary Sewer 1 LS 145,000.00 1 Siphon B 39 3339.2001 Sanitary Sewer 1 LS 158,391.00 1 Siphon B 40 3339.2001 Sanitary Sewer 1 LS 145,000.00 1 Siphon B 41 3137.0102 Large Stone Riprap, 4200 CY $115.00 4200 dry 42 3110.0102 6"-12"Diameter Tree 165 EA $10.00 165 Re 43 3110.0103 12"-18"Diameter 55 EA $10.00 55 Tree R 44 3110.0104 18"-24"Diameter 35 EA $10.00 35 Tree R 45 3110.0105 24"and Larger Tree 15 EA $10.00 15 Rem 46 0330.0001 Concrete Encase 260 CY $125.00 343 Mainlin 47 3136.0102 Twisted Gabion 0 CY $255.00 Baskets Inc(CO#1) 48 9999.0012 Gravel Road Repair 1440 SY $13.00 1440 49 3292.0400 Seeding, Hydromulch 90000 SY $1.00 21500 (Be 50 3305.0104 Ground Water Control 1 LS $7,000.00 1 51 3339.0002 Epoxy Structure Liner 7100 SF $17.00 7100 ( 52 3339.0001 Epoxy Manhole Liner 11 VF $270.00 11 (4' 53 3339.0001 Epoxy Manhole Liner 195 VF $290.00 195 (5' 54 9999.0013 Epoxy Manhole Liner 30 VF $340.00 30 (7' Tuesday,September 13,2022 Page 3 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 01227 Contract Name Sanitary Sewer Main 257,Upper and Middle Village C DOE Number 0018 Contract Limits: Council Districts 2&7 Estimate Number 32 Project Type Sewer Payment Number 32 55 9999.0014 Tree Protection 1 LS $70,000.00 1 Tempora 56 9999.0015 Temporary(2000 to 2900 LF $3.20 3000 57 9999.0016 Temporary(2000 or 6000 LF $3.20 3000 58 9999.0017 Temporary Barbed- 4000 LF $3.50 1800 Wire F Dd O 0 %U oO �700 59 3125.0101 SWPPP >_1 acre 1 LS $63,000.00 1 60 3471.0001 Traffic Control 1 LS $7,000.00 1 61 9999.0018 Parcel 46 Property 1 LS $5,000.00 1 Site 62 9999.0019 Tree Planting on 60 Ca $275.00 Parcel 63 9999.0020 Parcel 58 Property 1 LS $5,000.00 1 Site 64 9999.0021 Parcel 59 Property 1 LS $5,000.00 1 Site 65 9999.0022 Parcel 60 Property 1 LS $25,000.00 1 S ite 66 9999.0023 Pre-Construction 1 LS $10,000.00 1 Topogr 67 9999.0024 Post-Construction 1 LS $10,000.00 1 Topog 68 9999.0025 Construction Staking 1 LS $42,000.00 1 69 9999.0026 Construction Survey 1 LS $1,000.00 1 (As 70 3110.0101 Site Clearing 1 LS $38,000.00 1 71 3110.0102 6"-12"Diameter Tree 24 EA $10.00 24 Re 72 3110.0103 12"-18"Diameter 6 EA $10.00 6 Tree R 73 3110.0104 18"-24"Diameter 2 EA $10.00 2 Tree R 74 3110.0105 24"and Larger Tree 2 EA $10.00 2 Rem Tuesday,September 13,2022 Page 4 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 01227 Contract Name Sanitary Sewer Main 257, Upper and Middle Village C DOE Number 0018 Contract Limits: Council Districts 2&7 Estimate Number 32 Project Type Sewer Payment Number 32 75 3110.0102 6"-12"Diameter Tree 45 EA $10.00 45 Re 76 3110.0103 12"-18"Diameter 7 EA $10.00 7 Tree R 77 3110.0104 18"-24"Diameter 3 EA $10.00 3 Tree R 78 9999.0027 Chain Link Fence(6' 3480 LF $9.00 3480 He 79 9999.0028 Irrigation Repairs at S 1 LS $26,000.00 1 80 9999.0029 Golf Course Cart 600 SY $65.00 600 Path T 81 9999.0030 Temporary Safety 1 LS $1,300.00 1 Fencin 82 9999.0031 Cart Path Repair on 60 SY $60.00 60 Sou 83 9999.0032 Grade Restoration on 1 LS $18,000.00 1 So 84 9999.0033 Tree Mitigation per Cit 740 Ca $100.00 85 9999.0034 Install Temporary 1 LS $2,600.00 1 Drain 86 9999.0035 Construction 1 LS 200,000.00 Allowance 87 9999.0036 Parcel 36 Property 1 LS $14,000.00 1 S 88 9999.0037 Parcel 37 Property 1 LS $14,000.00 1 S 89 3303.0001 Bypass Pumping at 7 1 LS 120,000.00 1 loc 1 3331.4514 48"Sewer Pipe 2270 LF $258.00 2270 (Class S 2 3331.4501 42"Sewer Pipe 9740 LF $235.00 9740 (Class S 90 Concrete Footer @ Creek 19 CY $800.00 Crossing 226+98 299+08.49 (CO#1) Zy Tuesday,September 13,2022 Page 5 City of Fort Worth Inspector's Estimate Worksheet City Project Numbers 01227 Contract Name Sanitary Sewer Main 257,Upper and Middle Village C DOE Number 0018 Contract Limits: Council Districts 2&7 Estimate Number 32 Project Type Sewer Payment Number 32 ;stimated Total This Unit $7,126,603.00 Completed Total This Unit $6,698,285.00 n ?/3 Total Itemized Amount(Including Change Order $7,126,603.00 DATE Total Cost of Work Completed G ��/9,4M Inspector Less O %Retained ._ A Net Earned �. 7y9, V9,9 Previous Payment $6,363,370.75 Material on Hand 15% Balance Due This Payment Tuesday,September 13,2022 Page 6 4. w 0 0 0 0 0 C. 0 o O o Cl O o O o 0 o O o 0 0 c o 0 0 0 o O o O o o O o 0 0 0 0 0 0 o O 0 o c o �o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o[ m� O N CD CD O 11) O CD O O CD O O CD O � O �n to 0 'n h 10 I .-- M n O O NCD 10 00 N \0 O N M W O M N A) O CD00 69 ,Mr Cl) 1p 00 Vi ! O '7 4 Of .--i 69 N �"'� cia cMq aNa 64 b9 '•"' N 09 ffi 69 69 6�9 N 69 bM9 69 69 csa cs ya O O O l0 �0 O O O O O C. N h �0 �0 N V'1 v] .Ni CD O ~ (71 M v1 �n Vl V'I �0 00 M Cl) M N N a � o O' U o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 o O o 0 0 o O o O o O V O [� O O ': �o — O O N -: O O O O O N 00 CD O to M,�•,� h 69 69 69 O O 69 69 CD O O Cl O M In V1 N M N 10 10 CD M M Cl) O M Cl) 69 os 69 (f? 69 6M N 5q 69 619 9 fH 69 69 69 U b � CR p CD 0 0 � � CD 0 0 0 0 G M v�i h N �n vl D\ 41 W .h-i .—i N ti ,--, ,__, •ti .�-+ Cl) M w a a 0 U O i.n v7 C ,Z R [6 cNC U U a O 00 Q `^ cC.0 c_3 ccf � O 4-4 � U a c n, a w n n F a a� o r. c v o W Q o U U > > a a 0 l) v1 V c b a o O O ai y o G q E^ W W 0 ❑ oM F P} 0.� J U 4 U VJ .N .-. O� -• O .N-. .N. [- N N M �n "It �O O N O _ O O O .--i O O O Cl)O .Ni N r O •U O 7 7 7 O O O --. .-. O O O O O O O N V1 D1 W) Q1 D1 01 01 01 01 V7 �n O M 7 O O O O O O 01 01 Cl) M M M O O 01 M M fn M N N M M M M M M 01 01 M M M M M M A 01 M M Cl) M Cl) O M M M M M M D\ 01 M M M M M M QJ Y W N M v W O N VD M 7 �n �D h o0 0\ N N N O O O O O O O .--i .N.r .M-� _h 1D � 00 01 Cl — N M 01 U D1 01 01 D\ 01 D1 01 01 Oi 01 D\ 01 01 01 01 01 01 Q\ D1 N N N N N N N N N N N N N N N N N N N N N 0 0 O o O O O O O O O O o O C. O O O O O O o O O O O N O O O O O O O O O O O O O O O O O O O O O NU C O O O CD CD O O O CDCDO O CD O O O CD O O CD O h [� O O CD CD CD O 00 CD CD O CD CD CD Cl CD O O\ CDO hE/j O N O O N — IDN �O M O O O O O M O O �O vl M --� DD a" N � 69 � 69 69 0', N 00 m �O v) O V) N to o0 v'1 M 69 69 69 N Gq ~ csa 69 u4 ua ua Fn c.4 69 N N M M a ca oa v O O o o O o O o o O O O O o O O O o O o Cl O o 0 O o 0 o O o o O O O O o Cl O Cl O O o O O O O o O o U o 6 6 6 0 6 0 6 0 6 6 6 6 0 6 0 o ; o 6 6 6 v� o O o o O rn o o O O o 0 o Cl O rn o V) C N C O N 69 O M N U O O O O O C1 O 69 — .--i 6 N 0', 6" N 69 69 v'� oo vi --� fA 69 Goa69 69 I 6�9 .may 69 Fra un F,c cn �n c� d d cn d d d d cn d d d cn cn uo V) cn d d d W W a W W W W a W W W a a a a a a a U W W W W U A �^ N 10 h ,-. .-. ,-. .-. .-. — .-. VON' � 'n M ^ N � a w o ❑ ❑ W W W W c� E Q ; a o o 0 0 0 0 0 0 a�i a°7i S o UCG d ° m ca o e a a a ca cq Oo N U w.� 7 kn �O h 00 01 O O 1p �-r .r .-i ,--� .--� N N M 7 V"> N Cl O O O O O _ CD CD cn, CDO N CD CD O •�"' CD O CD o CDO 00 O cn CDO ON N ON N CD N N N O O O O O O N U N CD 01 O1 0, O\ h O O O O CD07 ON ON ON O\ 01 C, C, O\O .� .-. y O1 41 D\ O\ 0� M 1 O\ O1 ON 01 C O M O 0 M M M M Cl) M M _M M C, N M 01 M M M m M M Mcn Ate+ O\ Cl 0� O\ O1 ON C1 In Cl) m O\ m m Cl) Cl) Cl) M M M Cl) M M M O N �i E w ICI V' Vt V h o0 N O ,--� N M `� m m h M m O N M 7 cq N N N N N N N m M M M M M M m M M .Q cC RS 'ci h 00 O, o M `S v'1 l0 h W 01 O N M 7 to lO h N N N N N N M M M cn m M M M m M � 'ch t "� -�' " -� 'ct' h h h h h h h h h h h [h h lh h h h h h [� h h h h 01 D\ D1 D\ 01 D\ Oh 01 0\ 01 � 01 O\ 01 O> C, ON ON D\ O� O� V- D\ N N N N N N N N N N N N N N N N N N N N N N N N 4. w 0 �Q O O O O O O O O O O O O O O O O O O O O M O O O O O O O O O O O O O O O O O O O O O a)O O O Cl O O O O O O O Cl O O O O O O O O91 F N O O O [-- V) O O o O O O O O O O O O O O all rl N O t- C1 Vi N O O O (= O O O O O O O O O I� O N �O O O r Vj Vn h V'i O CD 69 69 69 N rq 69 .M0 . 11 69 64 Glj 69 V) 69 69 V) 69 69 69 69 FA O O - O V O .--i - .--i �--i .--� .-i .--� - O O --� D\ M O w Cl ..i N � "" .-� .-. -r c CL c6 :3 o d U w o 0 0 o O o O Cl 0 0 0 o O o O O O o o O o O o 0 O O O Cl O O O O O O N N h O O Cl O O O O O O O O O U M O h O O O O c+1 M M O O O h O O O O O O O O 'n ^ 69 O "" n O\ 7 CD69 69 69 CD CD CDl- CD O CD CD CD CD CD CDN 69 0 69 N N M O O O O N O CDO O O O O O �+ 69 n 69 69 69 M [l h 69 v� W V1 O O N - W 69 l- to 609 69 69 69 N 7 69 M 69 69 69 69 EA 69 69 cn w w w on Ln V � Cl) V)67 cn 6n c� 6 A �` > > a a a a a a a U a a a a a a a a w'' o O o O o o o o 0 0 ,-. — O .-. — .-. ,-, .-, — O y N o ° wn a ° w U O O O S .�.. Cc, O CD CD _ to bq v. H t� 4 o U a�ai 2 E' o o b i 2 0 o 0 0 0 cl� cn ° x jt v� o m ca c�a j c a a ti o o c > o k x K K a c a n a _' a7B v 6 U U ti U o 0 0 0 0 8 E 8 L L C6 L C6 tC RS ti0.. ° O O cn� F. w E- a a a a a U U cis E- 1.+ CD O O O O O .M-� ��i 01 CD .� N O O O O O O O O O O O O O O O O O O O O O •r"' O O O O O O O O O O O O O O O O O O O O o O O O N U V1 O\ N In O; O\ O; ON O\ ON c; ON h O, O\ O, C, O\ O1 C, O, O, CD O_ 7 y M D O\ M M M O1 C1 O\ O\ N I� O\ 01 0) O1 ON ON ON ON O1 A ON N M M M M D Q D O, O\ 7 51 O\ D ON O\ ON O\ ~ M O\ M M M M M O\ D\ O\ Cl O\ Cl ON C1 m O\ M N � N FBI [- 00 C, Cl M d' Vl [- h h V) N � � b b � � l0 � l0 b � kn .ti cC b N V'1 �O [- 00 C, O t In V'I C� C� N C� 1, C) l� l� l� t` [� O a O o Clo O o a O O O 3 N N N "I. N N N N N N N N N N N N N N N N N N N N 0 0 O O O Cl O Cl O o O O o O O o O O o O O O O O o O O O O O o O o O O o O O O O O O c o 0 0 0 0 o O Cl 0 0 o O o 0 o O o o O o E' 7 �o N N n h m N O O O O O O O Cl O \D O O N 69 69 69 7� G9 69 M O O M V' C V O O O �O N y M N M 69 69 6N9 .�. CD W -0 py 69 69 69 69 69 69 N N 69 ctr F.a h M Cl O O O O00 CD r- D1 w M �o N h CL CC o O' U w O O O O o O o O O O O O O o O o O O o Cl O O O o O O O O o O O o O O O O O O O O O o O O o U o o _o _o _o _o 6 0: o vi o 6 6 0 o O o 0 6 00 vi o --� 69 O �o O �o O O O O O O O vl M O 69 E!3 69 69 69 69 69 O 69 M 69 O �o O O O O N N 00 69 N 64 m 6N9 O 4 .fir O 69 69 69 69 69 N 69 64 N uc F,�a d Q d d w y } ro cn cn rn c) cn U a a a a a a a U v o o •--� ,--i .-. .-r ,--� N j M h N 01 � a w 0 U_ rn v 00 O rn rn N 00 a1 + � o N aoi 04 � � � x � � c - `n `� � c rn Go � ti �Cl) cn `� is c° Fi, ❑ O C° >. h R cNa C a'Gi .Q N °° N ❑ - oo � a o a .�� c°Ji ti 3 3 U r. 'm 0q `�' �- R c`a ca a. U5 � -C14 �o .Nr oo •c O y cC vi d+ lzr O N N C:1 C) C. N M 'ch h W O .-I N Cl) C. O O C. O O O N N N M M M M M M Cl M O O y }� O O O O O CD O CD CD CD CD O vl v) N V O O O O O O O O O O O O O O O O O O O �• i M O O O O O O O D1 D\ C, D\ - a\ 01 � O\ a\ 01 01 m O ,a.^ 0� a) C, a1 O1 a) C7, a1 O1 a\ O Cl) M A m 01 a\ 01 ON 01 ON 01 ON 01 ON a, CM Cl) M o M M M M M M m m 0\ O\ 01 ON O1 0\ 01 a� m M M M U N � N w Q h n n n W 00 W 0000 W 00 W oho W o�0 r. U) N D\ .0 w C3 'o y y N M t tA �O t- 00 n. O� O --� N D\ O N 00 et 00 to 00 o0 C h 00 00 00 DO 00 W W Op 00 00 D\ O1 O1 M •b h h h h h Ch h h h h h h h h h h h h h h h 00 a a D D, � a, a, v N N N N fV N N N N N N N N N N N N N N N N N 0 _c7c o rn " O � O N O 00 O l— O [- O N O M O 0 O 10 cd 69 69 G7 � � •ri f3. CC oa y o a v a� w H 0 w a N z. o U N A ~ �+ C � 3 FORT WORTH September 14,2022 Mountain Cascade 11729 E. FM 917 Alvarado,TX 76009 Re:Acceptance Letter Project Name: Sanitary Sewer Main 257 Upper&Middle Village Creek 2B Project Type: Sewer Project Ns: 01227 DOE. Ns: N/A Contract Ns: 54147 Dated: 9/14/2022 Gentleman: On September 08,2022 a final inspection was made on the subject project. There were punch list items identified at the time. The punch list items were completed on September 09,2022. 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 09,2024,which is the date of punch list completion 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, l C t4 J 4 Tony Sholola,P.E.,Assistant Director,Water Department TS / cc: Chris Harder,P.E.,Director,Water Department Laura Wilson,P.E.,Deputy Director,Water Department Captain Michael Skains,Fire Department Luke Coffman,Sanitary Sewer Systems Superintendent,Water Department Cesar Zavala, Water Systems Superintendent,Water Department John Kasavich PE,Project Manager,Water Department Capital Projects Delivery David R Johnson,Inspection Supervisor,Water Department Capital Projects Delivery Jesse Reed,Inspector,Water Department Capital Projects Delivery George Farah, Consultant Jamie Voris,Contractor 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