Loading...
HomeMy WebLinkAboutContract 46847-FP1 Departmept of TPW Const. Services DOE# Da CRY����'�, Pr Project Manager E � ) �� " '� Risk Management S.Candav � � ►T WORTH, D.O.E. Brotherton CFA Westerman/Scanned RZ .3TION AND PUBLIC WORKS The Proceeding people have been Contacted concerning the request for final payment&have released this project for such payment. PROJECT COMPLETION Clearance Conducted By Etta Bacy D.O.E.Ns: 7407 �S-#4f�s4�7 Regarding contract 117407 for RIDGEVIEW FARMS PHASE 4-WATER&SEWER as required by the WATER DEPARTMENT as approved by City Council on N/A through M&C N/A the director of the WATER DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $245,945.25 Amount of Approved Change Orders: $22,212.00 Ns 1,2 i Revised Contract Amount: $268,157.25 Total Cost Work Completed: $268,157.25 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $268,157.25 Less Previous Payments: Final Payment Due $268,157.25 '3. ZS• Zoc( ' Recomrfiendej for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction Z�k (�7'- 3 Z 911(1 Accepted Date Asst. Director, WATER DEPARTMENT 0" Asst. City Manager V Date Comments: FUND ACCT:WATER P265-602150252400/SEWER P275-70 30252400 EM��L COFFICIALRECORP -lr"S MAR 916 H9 TX q WWI Q �� 59 City Project Numbers 02524 DOE Number 7407 Contract Name RIDGEVIEW FARMS PHASE 4 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 3/15/2016 Project Funding Project Manager Ehia City Secretary Contract Number 117407 Inspectors LAYER / MEDELLIN Contract Date Contractor CONATSER CONSTRUCTION TxLP Contract Time 90 CD 5327 WICHITA ST Days Charged to Date CD FORT WORTH, TX 76119 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 $268,157.25 Less %Retained $0.00 Net Earned $268,157.25 Earned This Period $268,157.25 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 $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $268,157.25 Monday,March 14,2016 Page 4 of 4 0 aY-1 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name RIDGEVIEW FARMS PHASE 4 Contract Limits Project Type WATER&SEWER City Project Numbers 02524 DOE Number 7407 Estimate Number I Payment Number I For Period Ending 3/15/2016 CD City Secretary Contract Number 117407 Contract Time 9CD Contract Date Days Charged to Date Project Manager Ehia Contract is 100.00 Complete Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors LAYER I MEDELLIN i I Monday,March 14,2016 Page 1 of 4 �I I City Project Numbers 02524 DOE Number 7407 Contract Name RIDGEVIEW FARMS PHASE 4 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 3/15/2016 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ----- ---- ---———————————————— ------- ------------------ 1 8"PVC WATER PIPE 1396 LF $32.00 $44,672.00 1396 $44,672.00 2 I2"WATER PIPE 5 LF $52.00 $260.00 5 $260.00 3 8"GATE VALVE 4 EA $1,100.00 $4,400.00 4 $4,400.00 4 FIRE HYDRANT 2 EA $3,600.00 $7,200.00 2 $7,200.00 5 DUCTILE IRON WATER FITTINGS 1 TN $4,000.00 $4,000.00 1 $4,000.00 W/RESTRAINT 6 1"WATER SERVICE 34 EA $850.00 $28,900.00 34 $28,900.00 7 CONNECTION TO EXISTING 4"-12"WATER 1 EA $1,000.00 $1,000.00 1 $1,000.00 MAIN 8 TRENCH SAFETY 1401 LF $0.25 $350.25 1401 $350.25 Sub-Total of Previous Unit $90,782.25 $90,782.25 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"SEWER PIPE(CO ill CO#2) 2001 LF $40.00 $80,040.00 2001 $80,040.00 2 8"SEWER PIPE CSS BACKFILL(CO#1) 230 LF $48.00 $11,040.00 230 $11,040.00 3 15"SEWER PIPE(CO#1) 119 LF $65.00 $7,735.00 119 $7,735.00 4 15"SEWER PIPE CSS BACKFILL 50 LF $75.00 $3,750.00 50 $3,750.00 5 4'MANHOLE(CO#1) 11 EA $3,000.00 $33,000.00 11 $33,000.00 6 4'EXTRA DEPTH MANHOLE(CO#1) 36 VF $175.00 $6,300.00 36 $6,300.00 7 MANHOLE VACUUM TESTING(CO#1) 11 EA $100.00 $1,100.00 11 $1,100.00 8 4"SEWER SERVICE(CO#1) 42 EA $650.00 $27,300.00 42 $27,300.00 9 POST CCTV INSPECTION(CO#1) 2370 LF $2.00 $4,740.00 2370 $4,740.00 10 TRENCH SAFETY(CO#1) 2370 LF $1.00 $2,370.00 2370 $2,370.00 Sub-Total of Previous Unit $177,375.00 $177,375.00 ------------------------------ ------------- Monday, --------------------------- -------Monday,March 14,2016 Page 2 of 4 i i City Project Numbers 02524 DOE Number 7407 Contract Name RIDGEVIEW FARMS PHASE 4 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 3/15/2016 Project Funding Contract Information Summary Original Contract Amount $245,945.25 Change Orders Change Order Number 1 $21,012.00 Change Order Number 2 $1,200.00 Total Contract Price $268,157.25 dc��4 Date 3- 9- Total Cost of Work Completed $268,157.25 Contractor Less %Retained $0.00 Date Net Earned $268,157.25 Inspection Sup ery Earned This Period $268,1 .25 $0 Retainage This Period $0.00 Datey Less Liquidated Damages Project Manager Days @ /Day $0.00 Date 3 <<P LessPavement Deficiency $0.00 Asst.rxr fraswctur esign and Co truction Less Penalty $0.00 Date 3 Z , Less Previous Payment $0.00 -Director/Contracting Departme Plus Material on Hand Less 15% $0.00 Balance Due This Payment $268,157.25 Monday,March 14,2016 Page 3 of 4 } ) j § \ ) ƒ® a % » 0000 e ) § _ o j / \ \ \\ m \ / \ } < G , ® J o a® o a } 2/k 0 \ j ) > § § \ > ) e `E ® ° ` > § § / m § ( / / { m / 25g ( 2 -4 M M / I §§ § / / / § 2 $ m 2 » CL / / CL / } Q [ 2k fK o \ § ƒ m > 2 � \ = e® �n \ / ) { m \ \ k 2 2 s \ rn B e { } 2 ) / ! \ f/ ƒ ~ o \ \ -0 ) / > nt ) Q \\ m Q � 2 } � c c') 2 § § § \ 2 § , 2 § ! m ; ) k\ 2 / } ( § § \ § � m n k ■ § ( 10 2 � c§ 8 ( 2 x [ A 3 / k ;\\) \{ Z ) k rD a { f § ( ` 7 § q§ 7/ ] \ ° aj @f om ` ( 2 En 2 c )° \ J @ 2A � s . $ �° CD ° +} cr )) \ \ \ ~ Z5� — /k k \ QP9\Q§%gQQ\ §( w / co \ G m2$ $ 0 ) C ` § < g§ /} } § w � C) � \ / F, �\ o Pm /( i P� m2 � } ¥k� 0 )0 .\2f(2 m �2 Pr 7q- % R` : . "TI \f\ ) 2} (® /a Ey z k !} [ -0k Q3 \ 7 2 2 ka < £ JZ � aCD . § . m } j n �\ § / ) / Ch `®[*\\§� o [ j} /§8387 \ / § m®§O§ON \0 Por 0 /%k�eS§k§# ` � + q £ g 2 ` g z « k o 0 0 0 ) < o z § M a =e e m > o Q m o § a c a £ 2 m G w m > z o d » n 3 7 q 7 m§ ® q 2 ^ ® gy m ( § j § 2 § / / K Z ~� § k « 2 G 2 * / r q > k ) 2 8 S 0 M 3 i § q / § ` Z a» x @ ¥ a \ \ §\ k # # n § \ \ ` / ©o in 0 FJ, w % ) 0 w - § ca — .. k k } \ to ?131 03 0 « \ E k ) m . /D / \ CL m \\ * \ _ /o in s ° m \ \ � ± > CD cn oq ? q 00 $ ) $ G $ {/ k � / / q h3 � ƒ ) ca co \ \ k\ i n. \k § \ § G . qo w $§ Em y _ _ kk ) 2 �� \ _ • 2 > � � G . » §} � � f m « z U) - k °°f \ n _ z \\) 2 KCD z k § k # \ / m m0 ; » ° £ S §7 a. ) ) ; § / \ 7 o z L-4 �) \j \\ c =r 2§ -:co E & /F _ \ �� 7 $%i o %\ ¥A �ƒ ƒ - \ t /} k\ } 7 \) ( / / oo �9 # ! 9 32 / ED <0 /§ \� �\o� mm (ƒ CD � 3 ® {< &s/2; a - m& 6 E\ jdq e(( a : }a q % - aeeg § CD CD3 �` ( m \ g \ � 2 j § g z __\o - § \§} / °°& r9 69 61)fA ra CD 6 CO CDi ® \§) FORT WO 1 TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Ridgeview Farms Phase 4 PROJECT NUMBER: 2524 DOE NUMBER: 7407 WATER PIPE LAID SIZE TYPE OF PIPE LF Water 8" PVC 1396 Water 12" PVC 5 FIRE HYDRANTS: 2 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 1" Copper 34 SEWER PIPE LAID SIZE TYPE OF PIPE LF Sewer 8" PVC 2001 15" PVC 119 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 4" PVC 42 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 CONSENT OF OWNER SURETY COMPANY ARCHITECT E' CONTRACTOR Q TO, FINAL PAYMENT SURETY 0 Conforms with the American Institute of OTHER Architects,AIA Document G707 Bone;No 0191907 PROJECT: (name, aMressiRi tgevirew Farms Phase 4 Fort Worth, TX TO (Owner) City Project )2n if56 PARTNERS,L.P.AND THE CITY OF FORT � ARCHITECT'$ PROJECT NO: No. 02524 WORTH CONTRACT FOR: Fort Worth, TX Paving,Water 8 Sanitary Sewer Improvements to Serle Ridgeview Paras Phase 4 L —J CONTRACT DATE: CONTRACTOR* CONATSER CONSTRUCTION TX, L.P. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the thara.Insart mama and address at Surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich Cl 05830 , SURETY COMPANY on bond of there insert name and address of Contractor) CONATSER CONSTRUCTION TX,L.P. 5327 Wichita St. Fort Worth TX 76119-6035 CONTRACTOR, hereby approves of the sinal.payment to the Contraator; and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (iiere insert name and addressor owner) 2871156 PARTNERS, L.P.AND THE CITY OF FORT WORTH Fort Worth,TX OWNER, as forth in the said.Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this t 0th day of February:201 6 BERKLEY INSURANCE COMPANY Surety Company _ Attest: ' i, (Seal): ;\ t'{}L l 1 � L =,,, Signature of Authorized Representative �z Robbi Morales Attorney-in Tact Title NOTE: This form is to Bs used as a companion document to AIA DOCUMENT G706, CONTRACTOR'5 AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, current Edi-tion ONE PAGE No. 01-7280f POWER OF ATTOR-NEY BERKLEY INSURANCE COMPANY WILIMI-IINGTON. DELAWARE NOTICE: The warnmg-found elsewhere in this Poiverol'Artomey affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY DN'SU'RANCE COMPANY (the "Colnpally"), a corporation duk organized and existing under the laws of the State of DelaWaTe.havinLy ifS prinCiDal office in Greenwich,CT, has made, constituted and -appointed, and does by these presents make, constitute and appoint: Ricardo 1 R�ern,',' Do,, E. Cornell; Vena DeLene ,Worshull,-Soplrinie Hunter; RobbiAlortiles; or Kelly A. Westbrook of,lon RiskFervices South;vest,,Inc. of Liallasi its true y only acknowledge and deliver y .3to sign as name as surety is delineated below?and to, execute.s;nal.ack and lawful Attornc-, in-Fact r_1 and all bonds and undertakings, with the exception-of Financial Guaranty Insuranct., providing that no single obligation -shall f, lie same extent as if such bonds had peen dilly executed exceed Fifty Million and 00/100 U.S. Dollars(U,S.S-_)0,000,000-0() .to t principal office in their okyn proper persons. -ly ele officers t t 0 ed by the regulaj cled offic Ethe_) Company pany at its p! and acknowled6 - his Power of Attorney shall be construed and enforcednfbrccd in accordance with. and governed by,the laws of the State ol'Dela,,vare, j F This Power of Attornoy is granted pursuant to the following -E7 without giving effect to the principles of conflicts of laws dieteof, I 0 resolutions which Nircre duly and validly adopted at a meeting of the Board of Directors of the Comp, held on january 25.'010: uslness written by Berkley Surety Ciro-up.. the Chairrilan of the Board, Chief RESOLVED, that, with respect (c) the Surety b Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant --i Yii the attorney in-fact named therein I A n Secretary are herel y authorized to execute powers of a(lorneyat-11horizing J qUal to -execute bonds, undertakings, recognizar-rces, or rather'suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company 10 powers of attorney executed pursuant hereto; and said officers rnay remove any such -e - attorney-in-fact and revoke any power of attorney,previously granted;and further n gr es, RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, reco,,nizance -rid they have no authority to bind the Company in the or other suretyship obligations specifically named therein, a rnarmer,and to the extent therein stated,and ftirdler RESOLVED, that such power of attorney revoj,:,ts all previous powers issued on behalf of die attorney-in-fact named- and fmrther RESOLVED. that the signature of any authorized officer and the seal of the Company may be affixed by facsirnfle to any Lower of attorney or certification thereof authorizi-no the execution and delivery of any bond, undertaking, recognizance, or other sureivship obligation of the Company:and such signature and seal when so used shall have the same force and eff6ct as e though manually affixed. TIh corrjparly may continue to use for the purposes herein stated the facsimile si-naWre Of any person or persons who shall have been such officer or officers of the Company, notvrithstanding the fact that they r-ay have ceased to be such at the time when such instruments shall be issued. IN WITNESS VMEREOF, the Company has causetl these presents to be signed and attested by its appropriate officer-S and its CO k— -20A-5. corporate seal hereunto affixed this�4) day of Attest: Berkley Insurance Company (Seal) ByB 4z Ira S,, e,erman after 1 Senior Vice President Secretary ,2 1T PRINTED ON BLUE"BERKLEY"SECURITY PAPER.. WARNING- T141S POWER INVALID IF IN0 SC TATE OF ONNECTICUT COUNTY OF FAIRFIELD Sworn to before me, a Notary Public in the State of Connecticut, this day of 201-5, bvira S. Lederman and �Jent.respectiveh SW V J Jeffrey M.Hatter who are sworn to me to be the Senior Vice President and Secretarv,and the Senior of �7 Berkley Insurance Company. MARIA C.RUNDBAKEN NOTARY PUBLIC MY COMMISSION EXPIRE$ � Iublic,State of Connecticut APRIL X 2019 CERTIFICATE 4 1. the undersigned; Assi.qant Secretary of BERKI,F I-ITSURANCE COMPA' ,NY,DO HEREBY CERTIFY'that the foregoing is a N true,con-ect and complete copy of the original PoAver of Artor-ney,that said Power of Attorney has not beenrevoked or rescinded of f y­in-F-1ct s forth 1 therein, red the bond or- uridwakJn2 to which this Power of and that the authority n, Aripme a et fo who execut Attorney is attached.is in full force and effect as of this daic. Given tinder rny hand and seal of tile Company,this !Oth._da),ofF,�-bruai.y--,./,I 2016 (seal) A A Fi1)AV171_ `'I'All OF TI.-XAS Before me, the undersigned authority, a Notary 11tiblic in the state and cuunty albresaid. on this day, personally-appeared .Brock flugg,iws,Vice-fr•Esiderzt of Conatser lattag)ement Group, Inc., genera-1 partner of Conatser COTIStr�tretr0r1 J'X�1-1-1. knovol to me to l e a crediblk' PCI-S011, Who being b,- me duly sworn, upon his oath deposed and said: That all persot-is, tarns associations. corporations or other organizations furnishing labor and/or materials have leen paid in 'full, 1-liat the mage scale established by the City C'otllrcil in [tie City of bort Worth, has beers paid in lull- and That there are no claims pending fir personal :inJury and!or pronerty'darnage-s; On Contract dewril)ed as- RIDGEVIEW FARMS, PH 4 WAITER ANIS SANITARY SEWER AND PXVING IMPROVEMENTS DOFA N/A City Proj t;t#: 02524 CITY OF FORT WORTH STATE GF TEKAS �.F r ._�✓rte °W t_Irock 1-luggiris Subscribed and sworn to before me this 22"r clary ofel ruaLv-210,1 Y"y ,rr��---- -- -- Notary-- Public in 'l'amml C'ountyF,Texas THA GIANULIS �S ¢ "rptary Public,state at re a, 1€ �t..Y hey C on;mission ExPirs __ September t 8.20 1 �'„,,, „ 'dgeview Farms Ph. 4 February 12,2016 The City of Fort Worth c/o: Rudy Medellin 1000 Throckmorton St. Fort Worth, TX 76102 RE:Ridgeview Farms Ph.4—Paving,Water and Sewer Contract—City Project No. P265- 6021502524-00 and Sanitary Sewer Project No. P275-70213302524-00 and DOE No. 7407 Dear Mr.Rudy Medellin: The purpose of this letter is to substantiate the fact that 287/156 Partners,L.P. does not intend at this point to act on the liquidated damages that are an option of the developer within the Project Manual for the Construction of the above mentioned project. Please let me know if there are further questions with regards to this contract or the completion of this project. P.E. The Cambridge Companies, Inc. Vice President of Construction 972-762-2627 cell randy@cambridgecos.com 14755 Preston Road]Suite 7101 Dallas,TX 75254/T 972.702.8699/F 972.702.83721 www.forestargroup.com 1 ORT WORTH REV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conatser Construction,TX L.P. Ridgeview Farms Phase 4 DOE Inspector DOE Number Rudy Medellin 7407 DOE Inspector Project Manager R1 Water R1 Waste Water ❑Storm Drainage El Pavement Fred Ehia Initial Contract Amount Project Difficulty $245,945.25 O Simple OO Routine O Complex Final Contract Amount Date $268,157.25 3/14/2016 I1)PERFORMANCE EVALUATION 0-Inadequate I -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 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 I I Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 1 20 20 TOTAL ELEMENT SCORE(A) 421 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 421 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS]* 100%) 421 / 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 DOE Inspector — Signature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS (a The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORT VSO RT H REV:02'22'07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 3/14/2016 Name of Contractor Project Name Conatser Construction,TX L.P. Ridgeview Farms Phase 4 DOE hispector Project Manager Rudy Medellin Fred Ehia DOE Number Project Difficulty Type of Contract 7407 O Simple OO Routine O Complex P1 Water l]Waste Water ❑Storm Drainage 21 Pavement hiiiial Contract Amount Final Contract Amount $245,945.25 $268,157.25 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 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector °/ 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities `)' 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 I Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 14 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 TRAiINSPORTATION AND PUBLIC WORKS _ g The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,-fX 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO. 1 NAME OF PROJECT: Ridgeview Farms Phase 4 PROJECT NO.: 2524 CONTRACTOR: Conatser Construction DOE NO. 7407 PERIOD FROM 08/31/15 TO: 03/03/16 FINAL INSPECTION DATE: 3-Mar-16 WORK ORDER EFFECTIVE 8/31/2015 CONTRACT TIME 90 O WD O 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 OTHERS* DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS CHARGED DAYS THIS 186 PERIOD PREVIOUS PERIOD TOTALS TO DATE 186 *REMARKS: CONTRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT C) The Cit},of Fort Worth•1000 Throckmorton Street•Fort Worth,TS 76012-6311 (817)392-7941 •Fax:(817)392-7845