Loading...
HomeMy WebLinkAboutContract 47568-FP1 Department of TPW Const. Services C PN " � '• Date Project anager RT WO RT H o Risk Management S. at D.O.E. Brotherton 7 CITY SECRETARY Water V. Gutzier J - CONTRACT NO, C�,�J nie o ales/Scanned ❑ CV5 STATION AND PUBLIC WORKS 59 (0 0) -� The P ocee a people have been Contacted concerning the request OF PROJECT COMPLE'T'ION C5 -14 '7 for final payment&have released this project for such payment. City Project NO: 02446 Clearance Conducted By Etta Bacy 0 `1 S Regarding contract 47568 for W&SS REPLACEMENT CONTRACT 2015-WSM-E PART 2 as required by the WATER DEPARTMENT as approved by City Council on 01/12/2016 through M&C C-27602 the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as c M. yt((�`s+Eyttx�s}T, t y Original Contract Prices: £ $547,635.00 Amount of Approved Change Orders: i � .+y $27,730.00 Ns 1 Revised Contract Amount: $575,365.00 Total Cost Work Completed: $575,365.00 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $575,365.00 Less Previous Payments: $549,60350 Final Payment Due $25,761.50 Recommended for Acceptance Date - Infrastructure Design and onstruction Cc.,p l}-;o►a nt:.l��tvr y P rp.�r-t�ur,.s Ley-. Accepted i• Date Asst. Director, WATER DEPARTMENT 45 Asst. City Manager 4VDate Oy a r`� OFFICIAL RECORD JPO ' CITY SECRETARY FT.WORTH,TX �Al ��oevQ� ti �� DI68 6�+ a�f ` sj' a 7 n m 7 y C� �. Xa d wNy O O 0 N = 0 z cr y .. �nOcr Oo o s�•�� (� n oo o n A W N - _ o •-� yy o z n sop o f4- ° a o y y o T c ^c A o R J ~! .d..O pq V2 yo y o o o "CDc o=r 'U^ n 7 O s Gn p7 w C y m y tryDo GwC N h"„ w fD CD N n G"n co o CL � __aH � Bmczo w = 2. n.a n S.� w O= w m w m o °t ro 0 SD - n o CL N a w o b rn EF 0 < N Ocy C 0 0 � � ad � cr m CD o vQ CL "°�" OCL O N o .�". C7 al CD o s y ti ro . Rm � St k y CD C7 CD w n y a a + x y o a n y o' a O a o o � a d O CD Er F3 CD I z NO .� � Y �• �; d n � y Cs a NIS � � � ,?; W E\ U v W n A U 000000000CDco o00000000cncn o00000000cnv � � 00 00 0) 0 o 000 00 OO two A A n 0 0 0 0 0 V v J V C71 01 OO OO O O O O 00 00 0 0 0 0 0 0 C7 n 0 n 000.NA NON 70 ' N N A A d A O) W O W W O m m NN d 7 v 0 0 0CD 7 O 00 CII O0 A N O O co wN` CL ' Fr r CD fA N ^, W 03to 00 cn O O W A O• /~J O O O 0 y O ',. 0.. C p C3 cn N N ITIm OD O Lo N V n 0 d � CD d _._. ....,_...._. ___....__.. N d1 Z N (0 CD �o'00000000cnin 000000000�nv rn rnCD co m rn 0) (3)0 o O o V -� V � Oo V C] O O -• J W OV � OV K O O O O O / A OA0 CD A A WW W co O O O O W W w (T cl oO v V J O O AO AO 0 0 O_ o 'ill O o OO OO C tn'j 00 oC') i 000 O N S N C) 0 7 a G A A fl7 A A fl7 A m O ❑ m O O O CL o (D NO 7 m 0 0 - CD CD CD ' w n. �I ti'' C1 v DD r 1 Cpl 7n O 11 °' o y O 0 3 CD rL cD O a -- --- - — -- — - - o cn 3 CD 43 � by z� a ro n o � o � � N Z O CD s z CD d a 00 (D: O o00o00000CD co 00000000ov, <(0 o0000000ocnin —' 0) rn rn rn m o 00 00 0) 0) D � o o n 0 0 C)-.4 rn A A O O O O W Ca A A OO w w OW W <° O OO a� Ol CT CT CP C31 CT A A C:, O AO AO 0 0 _ O O O O O O O 00O C 000 0 0 O o � Z A .NA ? 003 003 CD CpO 7 O p 0' I CD 0041. v O) 3''. a J U �' CT O C I � o CN fD p = 0 CL > --I � N � � 0 Q O cn Al CD �' n d CD s' z d 0 a C Z N CD O W 000000000&n n 0 0 m rn 4 n 0 0 �. 0 0 cn A ", W Cl) O O p OT CPI 1G O O o O_ O_ G O O : n 0 0 Z 00 7 D G A A A A O W CD O 7 0 Oa N O CA nl G1 CD h C) C r"F• O T�1 O n O �- A SAw O ON j N w m c O co N : \ n --% o (n CD � 3 N N � f11 CT N }L 0c C. D y rn 00o cm' zT O o � � O A N J W J b b N d' z G CD d ., 0 ca .p a cc Z N ffl N 00 m A W co Contractor Final Estimate Approval Final-3-Estimate Page 1 of 3 Routing Assigned To: Rakesh Chaubey Due Date: 3/13/2018 Assigned By: Teri Skelly Due Time: 4:10 PM Links 1 fortworthgov/Infrastructure Proiects/02446 - WSSR Contract 2015 WSM-E - Part 2/Contractor/Submitted Invoices/WSM-E Part 2 Estimate Number 10 (Final).xlsm Attachments(0) No Attachments have been added to this form. https://projeetpoint.buzzsaw.com/ bz web/Forms/FomiPrint.aspx?Siteld=51500&Processld... 3/8/2018 Contractor Final Estimate Approval Final-3-Estimate Page 3 of 3 https://projectpoint.buzzsaw.com/ bz_web/Forms/FonnPrint.aspx?SiteId=51500&Processld... 3/8/2018 Contractor Final Estimate Approval Final-3-Estimate Page 2 of 3 FORTContractor Final Estimate Approval Date Started: 2/8/2018 Date Due: 2/22/2018 Invoiced Amount: (Amount from $ 25,761.50 Request No.: Final-3-Estimate Line 8 of C-620) Project Name: WSSR Contract 2015 WSM-E - Part 2 Project Number: 02446 Invoice No.: Reference: Contractor: Teri Skelly Discussion: (Limit 5000) Approval Status: Approved: Yes Comments: User: Edward Davila Date: 2018-02-12 8:11 AM Approved: Yes Comments: User: Etta Bacy Date: 2018-02-12 8:14 AM Approved: Yes Comments: User: Edward Davila Date: 2018-03-08 1:57 PM Approved: Yes Comments: User: Etta Bacy Date: 2018-03-08 3:01 PM Approved: Yes Comments: User: Ron Cordova Date: 2018-03-08 3:10 PM https://projectpoint.buzzsaw.com/ bz web/Forms/FormPrint.aspx?Siteld=51500&ProcessId... 3/8/2018 CONSENT OF SURETY OWNER TO FINAL PAYMENT ARCHITECT AIA Document G707 El CONTRACTOR F� SURETY ❑ Bond No.TXC606812 OTHER El TO OWNER: ARCHITECT'S PROJECT NO.: City Project No.02446; City of Fort Worth D.O.E.#7457 1000 Throckmorton Street CONTRACT FOR: Utilities Fort Worth,TX CONTRACT DATED: January 12,2016 PROJECT: (name, address) Water and Sanitary Sewer Replacement Contract 2015 WSM-E Part 2 in the City of Fort Worth,TX In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (Insert name and address of Surety) Merchants Bonding Company(Mutual) 6700 Westown Parkway West Des Moines,IA 50266 SURETY on bond of (Insert name and address of Contractor) William J.Schultz,Inc.,dba Circle C Construction Company P.O.Box 40328 Fort Worth,TX 76140 CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) City of Fort Worth 1000 Throckmorton Street Fort Worth,TX 76102 OWNER, as set forth in the said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand this date: March 14,2018 (Insert in writing the month followed by the numeric date and year.) Merchants Bonding Company(Mutual) (Surely) 31 (Signature of authori d representative) Witness as to Surety. Sheryl A.IGutts,Attorney-in-Fact 7 0/:K- (Printed name and title) ohn A.Miller Note: This form is to be used as a companion document to AIA DOCUMENT G706,CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENT G707•CONSENT OF SURETY COMPANY TO FINAL PAYMENT*April 1970 Edition•AIA@ One Page ©1970•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 New York Ave.,NW,Washington,D.C.20006 MERCHANT BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, John A Miller;John R Stockton;Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary,Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 .P 10 NA •• �I G Cp •• . LP Op e0 •���APU '�A,�•• MERCHANTS BONDING COMPANY(MUTUAL) 4>'':2: • �':c,0 .A*. y,�; MERCHANTS NATIONAL BONDING,INC. -o- o':p: :Q:• •►ci:_�' -o_ 2003 :p 1933 c: By / .s . !! ,� L•.......... President STATE OF IOWA ��'"�•••••''�� •'••••' COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. EOIN� ALICIA K.GRAM Commission Number 767430 My Commission Expires Apri11,2020 �— Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 14th day of March, 2018 ��.�Pt10Nq� :•O�NG CQ�•'• OR?0%iq.0�• �0o�0(iPOgq�9y�• �f'` v• 2003 ;:� ;y - 1933 �'C: Secretary v•• .ate.- :''.���, ,;ate:: •:6d`y � ',••. POA 0018 (3/17) "' ""•�� 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 TERESA S SKELLY, PRESIDENT of CIRCLE C CONSTRUCTION, known to me to be a credible person, who being by me duly sworn, upon his oath deposed and said; That all person, 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 damage; On Contract described as; Water and Sanitary Sewer Replacement Contract 2015 WSM-E Part 2 City Project No. 02446 °PRMrI7 NKFORD * blicEXAS5946 6ober 7,2019 Subscribed and sworn before me on this Day of (Y706,'c1-1 , 201Q. 01 Ld�lf�t). LOA.-, Notary Public in Tarrant County TX FORTWORTHREV:02'22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 3/10/2018 Name of Contractor Project Name Circle C Construction Co. Contract 2015 WSM-E Part 2 DOE Inspector Project Manager Edward Davila Rakesh Chaubey DOE Number Project Dpi u1h Type of Contract CPN 02446 0 Simple OQ Routine 0 Complex 0 water[2] Waste water Storm Drainage Pavement Initial Contract Amount Final Contract Amount $547,635.00 $575,365.00 In 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 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 13 Applicability of Specifications 41 4 Display Of Professionalism 14 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 y 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS s The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817) 392-7845 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR&PROJECT DATA Name of Contractor Project Name Circle C Construction Co. Contract 2015 WSM-E Part 2 Inspector City Project Number Edward D'avila 02446 Constnxtjon Components Project Manager E water Q waste water[:] Storm Drainage[] Pavement Rakesh Chaubey Initial ContractAmount -Project Difficulty $547,635.00 Q Simple Routine O Complex Final Contract Amount Date $575,365.00 3/10/2018 In PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 2 8 4 2 Public Notifications 5 Y 3 20 15 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 4 60 60 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 3 60 45 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 3 20 15 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 2 20 10 TOTAL ELEMENT SCORE(A) 394 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 394 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] * 100%) 394 / 448 = 88% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Inspector Signature "7a)Z�4 Contractor Signature Inspector's Supervisor Signature ) / .H G CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 8851 Camp Bowie West Blvd.•Fort Worth,TX 76116 • (817)392-8306 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Contract 2015 WSM-E Part 2 PROJECT NUMBER: CPN 02446 DOE NUMBER: 7457 WATER PIPE LAID SIZE TYPE OF PIPE LF C900 12" PVC 1268 C900 8" PVC 1584 C900 6" PVC 201 FIRE HYDRANTS: 8 VALVES(16" OR LARGER) n/a PIPE ABANDONED SIZE TYPE OF PIPE LF Removed 10" Removed 8" 1268 1584 6" REmoved 201 DENSITIES: yes NEW SERVICES: SEWER PIPE LAID SIZE TYPE OF PIPE LF SDR 26 8" PVC 633 PIPE ABANDONED SIZE TYPE OF PIPE LF Removal-Concrete pipe 6" Concrete 633 DENSITIES: YES NEW SERVICES: NONE TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 Or (817) 392-7941 •Fax: (817) 392-7845 I I I II 3 2 _ o O22 m$ IN �o i +ma mm + mISm�IS'IS o 81 ++,8 m 8'.mIN+,� m wlg 8I8 S 8 8 m+g m,m a + +E �n5m5� IN"gym rl .vlv-iA ly mc+ti, e ^: iy,n Ln y m'Ic c-�..n zAA o Im (��, CD 2'I � 333N <G9.g b <<I<I-I- y3ylg�z " calizD �" ����� r S2 Qja gl •841a � I �"�' %ez�A. f^ 81 Wg Alam m vv�g o h za Ix 13 v.3 8iyl ass 3 14 -x �gaRl ms �31� g A �e 8=1311, �:� I�A.�,3 <<v,� s 0 1'. S alb o 11 A A 10 ml Z 1E, g cc ww8w> - - mw ,�o++,- - wwBWommm_os=sow=smaNHaoWc�;.,sa>as=ANN '- b z" > y T 9 T (A y N ttnn, mm mm fftt11 ff�� tton mm mm mm((n}I f�niI tmo Imn Imn fmtt O a 0�,�,D D.D.�D�TD D,D'..DDDD'i,.D.y yN<,T KT ri1D DD'D,,➢ZTT+ri g� e' <a ago a$o� 0000aalo��� l000000000mol �S8''o V 5; w 8',H o 8S� 0 8 o m 8 $ n>H ao mBSS.88 o8800SommS1$ oS'.So88888'8800-mm'8S.S8.oe$o888$SBSSo$mm8$ A. s e 8888'S8 $8$SS$88$'$S 858888SSo88$SS'$8S8$$$So$8$58888$0�88 g v do �E 3 gc $$$� a V11$ssss$'� �'s� $ s �mssms $m ss$s $� $sows s msg sosss$ $.81 ms e d H. 8 8 o oBSS'8 N S�oB$ 8 8 0 0,88'8 S oomlm88SSom'8 0-:9g mo 88 mm88So18 mmmmmlSB000a88m8$' 5. 5 roam 'muom $$$g $asses SE tz. s A SOBS88889888888 n, x 0.1 lo y G w o �03 O 8m88 S x8888$ImmmSS S8m188mSm .1 .00 oSSom$BSSBm',om0SB'' s = a'. x ealaa �laaol, Sm 880oo8S�81SI$ $ m'888$ - � • -n I^i y-C In > Ja M n o n � m r � orrbr _ O lb $sa'sossasss$sss'a, ss's'o �3 ag _ J ti J O �R 2�• 5 - _ as °c - n 0 -1 ^J n b 3 . ..gym,. h my 3 g o - e �Y I� 3 n _ S n C1 a y � m p Oa H m 3w d s 3 < z 8 x$5.8888.8$8'888,$8$ 3 n g € E� 2 z� ^3 z = s C m R �i �S C Q a s 2� � 3 ?� n 0 2 ti ,y z n c m � o A 0 R : } C5 \ \ . R \ , \ @ k \ - / \ lj H Eo Ef Q _ \ [/ \ \) # {\ \[ ~/ )\ : ) � o : , / FORT WORTH, TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT# FINAL STATEMENT# 10 CPN# 02446 NAME OF PROJECT: 2015 WSM-E Part 2 (Donnelly Av.,Driskell Blvd,Lisbon Av., Contractor CONTRACTOR YEAR: 2016 Henderson St.,Galveston Av.&Oak Grove St.) PROJECT NO.: FINAL INSPECTION DATE WTR-P253-609170244687 WD CD SWR-P258-709170244687 CONTRACT TIME 187 g PERIOD FROM: 10/16/2016 TO 10/31/2016 MID - Month DEVELOPMENT (V/N) N WORK ORDER EFFECTIVE: 6/16/2016 BEG /n n MID /n 100.0% LIP YR /n) DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 16 Sun 1 2 17 Mon 1 3 18 Tue 1 4 19 Wed 1 5 20 Thu 1 6 21 Fri 0 na 7 22 Sat 0 na 8 23 Sun 0 na 9 24 Mon 0 na 10 25 Tue 0 na 11 26 Wed 0 na 12 27 Thu 0 na 13 28 Fri 0 na 14 29 Sat 0 na 15 30 Sun 0 na 31 Mon 0 na NA Wkn&Hol Wea utl Oth Not Applicable SAT,SUN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 5 5 PREVIOUS PERIOD 0 182 182 TOTAL TO DATE 0 0 1 0 1 0 1 187 187 REMARKS: Donnelly Ave-WTR Complete. Driskell Blvd-WTR Complete. Lisbon Ave-WTR&S SWR Complete. Henderson St-WTR Complete. Galveston Ave-S SWR&WTR Complete.Oak Grove St-S SWR&WTR Complete. Stop Time 10/21/16 Project Substantially Complete Stop time. 187 CD. Final Inspection 11/18/16. Punch List completed 11/18/16 q o Signature: Signature: (Print Name) (Print a) Edward D'avila CONTRACTORDATE .� t5 INSPECTOR DATE , f FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Contract 2015 WSM-E Part 2 PROJECT NUMBER: CPN 02446 DOE NUMBER: 7457 WATER PIPE LAID SIZE TYPE OF PIPE LF C900 12" PVC 1268 C900 8" PVC 1584 C900 6" PVC 201 i FIRE HYDRANTS: 8 VALVES(16"OR LARGER) n/a PIPE ABANDONED SIZE TYPE OF PIPE LF Removed IO" 1268 Removed 8" 1584 REmoved 6" 201 DENSITIES: yes NEW SERVICES: SEWER I PIPE LAID SIZE TYPE OF PIPE LF SDR 26 8" PVC 633 PIPE ABANDONED SIZE TYPE OF PIPE LF Removal-Concrete pipe 6" Concrete 633 DENSITIES: YES NEW SERVICES: NONE I TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS March 19, 2018 Circle C Construction Co. P. 0. Box 40328 Fort Worth,TX 76140 RE: Acceptance Letter Project Name: Contract 2015 WSM-E Part 2 Project Type: Water&Sanitary Sewer City Project No.: 02446 To Whom It May Concern: On November 18, 2016 a final inspection was made on the subject project. There were no punch list items identified at that 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 18, 2018,which is the date of the final inspection and will extend of two (2)years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 392-6051. "rel Ra�, sh Chau ,,,J cit ahager J '_ Cc: Edward D'avila, Inspector Ron Cordova, Inspection Supervisor Edward D'avila,Senior Inspector Tony Sholola, Program Manager CRIADO Civil Engineering & Land Surveying, Consultant Circle C Construction Co, Contractor N/A, Developer File E-Mail: Douglas W. Wiersig, P.E., PhD., Director,TPW Chris Harder, P.E.,Assistant Director, Water Richard Martinez, Assistant Director,TPW Wendy Chi-Babulal, P.E., Water Marisa Conlin,Traffic Engineering Tony Sholola, P.E.,Water Allen Hall, Superintendent,TPW Richard Zavala, Director, PARD John Robert Carman, P.E., Director,Water David Creek, Assistant Director, PARD Rev.9/15/16