Loading...
HomeMy WebLinkAboutContract 47591-FP4 cepa of TP&W Const.Services - DOE Da ' Prof onager -- �:iN aECRETA�If Risk Management J.P � tT NORTH® CONTRACT N0. D.O.E. Brotherton CFA Westerman/Scanned The Proceeding people have been Cy acted Concerning the request for Anal paymS-1 ( C®a 5errt b have released this project for such payment kTION AND PUBLIC WORKS Clearance Conducted By Shameka Kennedy F PROJECT COMPLETION d4e�j+</D 253.5 D.O.E.N4: 7420 cs#y759 Regarding contract 117420 for SEVENTEEN LAKES PHASE 3-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. �w. r= Original Contract Prices: D �w $1,557,471.99 Amount of Approved Change Orders: APR U 4 2'016 N41 Revised Contract Amount: Total Cost Work Completed: $1,557,471.99 Less Deductions: Liquidated Damages: Days(e3$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: $1,557,471.99 Less Previous Payments: $0.00 Final Payment Due $1,557,471.99 J.0 waw&z7-- 414/-49/ zo 40 Rec omme ded for AccePtance Date Asst. Director,TPW - Infrastructure Design and Construction 4-11-16 Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date Comments: FUND ACCT.P265-607140253583/P275-707130253583 RMAAA1I-eE.► APR 0 16 t l uo MJ Fro59 (001 - C� a53S APR 0 4 2016 City Project Numbers 02535 p., DOE Number 7420 Contract Name SEVENTEEN LAKES PHASE 3 "�...-.� - . ._ Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 3/15/2016 Project Funding Project Manager Loug City Secretary Contract Number 117420 Inspectors LAYER/ TAEZAZ Contract Date Contractor KODIAK TRENCH NG 7 BORING,LLC Contract Time 75 CD P O BOX 93929 Days Charged to Date 3.24 CD SoUnU AKE, TX 76092 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 $1,557,471.99 Less %Retained $0.00 Net Earned $1,557,471.99 Earned This Period $1,557,471.99 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 $1,557,471.99 Wednesday,March 16,2016 Page 5 of 5 FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name SEVENTEEN LAKES PHASE 3 Contract Limits Project Type WATER&SEWER City Project Numbers 02535 DOE Number 7420 Estimate Number 1 Payment Number 1 For Period Ending 3/15/2016 CD City Secretary Contract Number 117420 Contract Time 7ED Contract Date Days Charged to Date 3.24 Project Manager L-9 Contract is 100.00 Complete Contractor KODIAK TRENCHING 7 BORING,LLC P O BOX 93929 SOUTHL AKE, TX 76092 Inspectors LAYER/ TAEZAZ Wednesday,March 16,2016 Page 1 of 5 City Project Numbers 02535 DOE Number 7420 Contract Name SEVENTEEN LAKES PHASE 3 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 16"DIP WATER 402 LF $78.22 $31,444.44 402 $31,444.44 2 8"PVC WATER PIPE 12691 LF $22.75 $288,720.25 12691 $288,720.25 3 6"PVC WATER PIPE 48 LF $19.45 $933.60 48 $933.60 4 8"WATER CARRIER PIPE 30 LF $16.50 $495.00 30 $495.00 5 20"CASING BY OPEN CUT 30 LF $90.00 $2,700.00 30 $2,700.00 6 DUCTILE IRON WATER FITITNGS 6 TN $5,730.00 $34,380.00 6 $34,380.00 W/RESTRAINT 7 16"GATE VALVE,WNAULT 1 EA $18,145.00 $18,145.00 l $18,145.00 8 8"GATE VALVE 36 EA $1,100.00 $39,600.00 36 $39,600.00 9 6"GATE VALVE 12 EA $790.00 $9,480.00 12 $9,480.00 10 FIRE HYDRANT 12 EA $3,000.00 $36,000.00 12 $36,000.00 11 2"WATER SERVICE 1 EA $1,730.00 $1,730.00 1 $1,730.00 12 1 1/2"WATER SERVICE 1 EA $1,705.00 $1,705.00 1 $1,705.00 13 1"WATER SERVICE 241 EA $670.00 3161,470.00 241 $161,470.00 14 CONNECTION TO EXISTING 16"WATER MAIN 3 EA $1,825.00 $5,475.00 3 $5,475.00 15 CONNECTION TO EXISTING 4"-12"WATER 2 EA $490.00 $980.00 2 $980.00 MAIN 16 TRENCH SAFETY 13171 LF $0.20 $2,634.20 13171 $2,63420 Sub-Total of Previous Unit $635,892.49 $635,892.49 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 12"DIP SEWER 60 LF $84.55 $5,073.00 60 $5,073.00 2 12"DIP SEWER,CLSM BACKFILL 440 LF $110.75 $48,730.00 440 $48,730.00 3 10"SEWER PIPE 1504 LF $29.95 $45,044.80 1504 $45,044.80 4 10"SEWER PIPE CSS BACKFILL 20 LF $185.00 $3,700.00 20 $3,700.00 5 10"SEWER PIPE CLSM BACKFILL 416 LF $29.95 $12,459.20 416 $12,459.20 6 8"SEWER PEPE 10373 LF $25.05 3259,843.65 10373 $259,843.65 7 8"SEWER PIPE CSS BACKFILL 465 LF $25.05 $11,64825 465 $11,648.25 8 IMPORTED EMBEDMENT BACKFILL CSS 1110 CY $57.35 $63,658.50 1110 $63,658.50 9 8"SEWER CARRIER PIPE 266 LF $64.25 $17,090.50 266 $17,090.50 Wednesday,March 16,2016 Page 2 of 5 City Project Numbers 02535 DOE Number 7420 Contract Name SEVENTEEN LAKES PHASE 3 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 3/15/2016 Project Funding 10 20"CASING BY OPEN CUT 266 LF $90.00 $23,940.00 266 $23,940.00 11 4'MANHOLE 60 EA $2,660.00 5159,600.00 60 $159,600.00 12 4'DROP MANHOLE 3 EA $3,800.00 $11,400.00 3 $11,400.00 13 4'EXTRA DEPTH MANHOLE 202.9 VF $235.00 $47,681.50 202.9 $47,681.50 14 EPDXY MANHOLE LINER 62 VF $220.00 $13,640.00 62 $13,640.00 15 4"SEWER SERVICE 239 EA $564.00 5134,796.00 239 $134,796.00 16 6"SEWER SERVICE I EA $650.00 $650.00 1 $650.00 17 POST CCTV INSPECTION 13544 LF $1.20 $16,252.80 13544 $16,252.80 18 MANHOLE VACUUM TESTING 63 EA $150.00 $9,450.00 63 $9,450.00 19 TRENCH SAFETY 13544 LF $0.20 $2,708.80 13544 $2,708.80 20 REMOVE FENCE 80 LF $6.00 $480.00 80 $480.00 21 5'STEEL TUBE FENCE 80 LF $10.00 $800.00 80 $800.00 22 CONCRETE COLLAR 5 EA $200.00 $1,000.00 5 $1,000.00 23 CONCRETE ENCASEMENT FOR UTILITY PIPES 2.5 CY $125.00 $312.50 2.5 $312.50 24 MEDIUM STONE RIP-RAP DRY 23 SY $80.00 $1,840.00 23 $1,840.00 25 TRA MANHOLE I EA $10,000.00 $10,000.00 1 $10,000.00 26 24"DIA CONCRETE PEIR 4 EA $4,200.00 $16,800.00 4 $16,800.00 27 CONCRETE BLOCKING 2 EA $180.00 $360.00 2 $360.00 28 FLANGED JOINT 2 EA $1,310.00 $2,620.00 2 $2,620.00 Sub-Total of Previous Unit $921,579.50 $921,579.50 Wednesday,March 16,2016 Page 3 of 5 1 City Project Numbers 02535 DOE Number 7420 Contract Name SEVENTEEN LAKES PHASE 3 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER dt SEWER For Period Ending 3/1516 Project Funding Contract Information Summary Original Contract Amount $1,557,471.99 Chanee Orders Total Contract Price 51,557,471.99 Q1 LX(Ales Total Coat of Work Completed 51,557,471.99/ Contractor Less %Retained 50.00 Date Net Earned (1,557,471.99 Earned This Period 51,557,471.99 Retainage This Thin Period 50.00 Date Less Liquidated Damages Project Manager Days® /Day 50.00 /It LessPavement Deficiency 50.00 Asst&=weiFw-whstructure Design ao construction Less Penalty SO.00 Less Previous Payment 50.00 Director/Contracting Department Plus Material on Hand Less 15% 50.00 8X16 Balance Due This Payment 51,557,471.99 s Wednesday,March 16,2016 Page 4 of 5 I FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: i PROJECT NAME: Seventeen Lakes Phase III PROJECT NUMBER: 2535 DOE NUMBER: 7420 WATER PIPE LAID SIZE TYPE OF PIPE LF 16" DIP 402 g 8" PVC 12,691 i 6" PVC 48 FIRE HYDRANTS: 12 VALVES(16"OR LARGER) I PIPE ABANDONED SIZE TYPE OF PIPE LF NONE DENSI TIES: NEW SERVICES: 2" Copper 1 EA 1-1/2" Copper 1 EA I" Copper 24lea SEWER PIPE LAID SIZE TYPE OF PIPE LF 12" DIP 60 12" DIP(CLSM)Backfill 440 10" PVC 1504 10" PVC(CSS Backfill) 20 10" PVC(CLSM Backfill) 416 8" PVC 10373 8" PVC(CSS Backfill) 465 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: NEW SERVICES: 6" PVC 1 EA 4" PVC 239 EA A01N, TRANSPORTATION AND PUBLIC WORKS FORTWORTH REV:0 2/2 0 /07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Kodiak Trenching&Boring,LLC. Seventeen Lakes Phase[i[ DOE Inspector DOE Number Tommy McKinnon 7420 CPN#02535 DOE Inspector Project Manager 21 Water O Waste Water ❑Storm Drainage O Pavement Aaron Long Initial Contract Amount Project Difficulty $1,557,471.99 0 Simple O Routine ® Complex Final Contract Amount Date ,$1,557,471.99 13/16/2016 II)PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT WEIGHT(x) APPLICABLE(Y/N) RATING(0-4) MAX SCORE SCORE 1 Submission of Documents 2 Y 3 8 6 2 Public Notifications 5 Y 4 20 20 3 Plans on Site 5 Y 3 20 15 4 Field Supervision 15 Y 4 60 60 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 3 60 45 7 Job Site Safety 15 Y 4 60 60 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 3 20 15 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 396 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 396 111)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(QTS/MSI*100%) 396 / 448 — 88% Performance Category Excellent <20%—Inadequate 20.16 to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_8090=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) 1 t (Col Signature DOE[nspectar L%v. S'gnatureCantractar � <tL, l Signature DOE Inspector' upervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth-1000 Thxockmorton Street-Fort Worth,TX 76012-6311 (817)392-7941 -Fax:(817)392-7845 CONSENT OF SURETY OWNER TO FINAL PAYMENT ARCHITECT ° CONTRACTOR AIA/arxuntertt G707 St SRM (Instructions on reverse side) Bond#1038049 O MEN TO OWNER: ARCHITFC7"S PROJECT NO.: rYi»ra•nrrAaddn�vi 17FW Limited Partnership 218 West Wall Strut CONTRACT'FOR: Construction Grapevine,TX 76051 PROJECT: CONTRACT DAT[iD: April 13,2015 t:�il»arrror rrrldna�l Seventeen Lakes,Phase 3,City Project Number 02535 Fort Worth,TX In accurtlarue with the linw sions of the Contract between the Own(Y anti the 0miratlor as indicated alw mwl IIle dim-a Nmwand addrem 4%Pnmi The Hanover Insurance Company 5910 N Central Expy,Suite 300 Dallas,TX 75206 til'NF:11'. on btmd of rrAwn"amerarrrr,dra o'ry 0-ann'rurl Kodiak Trenching&Boring,LLC P.O.Box 93929 Southlake,TX 76092 CONTRACTOR. here)•al"wes 11f the final(taptutnit to the Contrwior..ind agrees that final lxn'ment to the Contractor shall not rclww the Sueety of am•(if its ohligatftms to dn*"r8mw atjd atkbkw of oetwr,t 17FW Limited Partnership 218 west wall street Grapevine,TX 76051 „ OVU'NTiK. as set forth in saki Surety's Fond. IN%%nl NFSS 1r11F.RF.OF.the Sunni.hx%hereunto set its hand on this date March 15,2016 t hvwP1 in a,,*AW A,»rtrrabfiAmt-.vl In-the rnmied,ika,•and f cw,r The Hanover Insurance Company _ &GZor Attes -ill-Fact Ltada K 'Attoy t1rima/rn'»».•and rnbvr CAUTION: You should sign an original AIA document that has this caution printed in red. An ' I original easures that changes will not be-obscured as may occur when documents are reproduced. See Instruction Sheet for Umited Llraense for Reprodu02fi o1 this ctocpin1'nj. AIA DOCUMENT(3707•(1tN4N-1 DFM WIN 1'0 MAI PAN NFNT•IW4 F7 H11t lit• Ake •191k-n IE AMMAN MSTITt It(W Aw..Hn1d:rs.Iii NUM YORK AWN1 I:.Nu'.Nk MA I t"KTON.n 2wrin-5192•WARPaNG:Unlicensed photocopying violates U.S.copy G7d7-199A right laws and will=Moet the violator to Wo prosecution. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,both being corporations organized and existing under the laws of the State of New Hampshire,and CITIZENS INSURANCE COMPANY OF AMERICA,a corporation organized and existing under the laws of the State of Michigan,do hereby constitute and appoint Steven B.Siddons,Shirong Chen,Holly A.Gravenor,Lorrie Scott and/or Linda K.Edwards of Frank Siddons Insurance Agency of Fort Worth,TX and each is a true and lawful Attomey(s)win-fad to sign,execute,seal,knowledge and deliver for,and on its behalf,and as its act and deed any place within the United States,or,if the following fine be filled in,only within the area therein designated any and all bonds,recognizonoes,undertakings,contracts of indemnity or other writings obligatory in the nature thereof,as follows: Arty such obligations in the United Stages,not to exceed Ten Million and Noll 00($10,000,000)in any single instance and said companies hereby ratify and confirm all and whatsoever said Attomey(s)-in-fad may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED,That the President or arry Vice President in conjunction with any Vice President be and they are hereby authorized and empowered to appoint Aftomays-in4act of the Company,in its name and as its acts,to execute and acknowledge for and on Its behalf as Surety any and all bonds.recognizanoes. contracts of indemnity,waivers oi citation and all other writings obligatory M the nature thereof,with power to attach thereto the seal of the Company.Any such writings so executed by such Attomey*-in-fact shat be as binding upon the Company as it they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons (Adopted October 7,1981-The Hanover insurance Company,Adopted Ape 14,1982- Massachusetts Bay Insurance Company;Adopted September 7,2001-Citizens Insurance Company of America) IN WITNESS WHEREOF,THE HANOVER INSURANCE COMPANY,MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vloe Presidents, this 4th day of December 2014. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY s e PANY OF AINPRICA �r� Qa,kfq CITIZENS URANCE OM t > t 1974 J aj Robed Thomas.Vice President THE COMMONWEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss. Joe�rsrel rIL Presidentv On this 4th day of December 2014 before me came the above named Vice Presidents of The Hanover insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personalty known to be the individuals and officers described herein,and acknowledged thatthe seals affixed to the preceding instrument are the corporate-seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to sold instrument by the authority and direction of said Corporations. BARBARA A.GARLICKNotary Public wjdlgoma ye 7ht"ss'd°"�' �. dy cort+axr Ex7ti'gM.7t.2^ke Barbara A.Garlick,Notary Public My Commission Expires September 21,2018 I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens insurance Companyof America, hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Companies,and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. 'RESOLVED,That cry and all Powers of Attorney and Certified Copies of such Powers of Attorney and aertifleation in respect thereto,granted and executed by the President or any Vice President in conjunction with any Vice President of the Company,shall be bung on the Company to the same extent as if all signatures therein were manually atlbied,even though one or more of any such signatures thereon may be facsimile." (Adopted October 7,1981-The Hanover Insurance Company;Adopted April 14,1982-Massachusetts Bay Insurance Company;Adopted Septernber7,2001-Citizens Insurance Comparyof America) , , (�,,_� GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this day of-�`t 20A�.—. THE HANOVER INSURANCE COMPANY MA SA NUS BAY CECOMPANY CIT EN I SU CE OF AMERICA Vice es eni 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 Tim Crawford, COO Of Kodiak Trenching and Boring,LLC,known to me to be a credible person, who being by me duly sworn,upon his oath deposed and said; That all persons, fn-ms,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; Installation of Water,Storm and Sewer. Tim Crawford,COO Subscribed and sworn before me on this date 25th of February,2016. 1 am /ami C7rPUtM:1]r1C' Notary Public - %*tanCounty, State � ,(al(1 - "'SExpires: FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 3!16/2016 Name of Contractor Project Name Kodiak Trenching&Boring,LLC. Seventeen Lakes Phase III DOE inspector Project Manager Tommy McKinnon Aaron Long DOE Number Project Diffilcu4 Type Of Contract 7420 10 Simple O Routine O complex 121 Water O Waste Water ❑ Storm Drainage ❑ Pavement Initial Contract Amount Final Comma Amount S 1,557,471.99 $1,557,471.99 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 4 1 Accuracy of Plans to Existing Conditions 4 2 Knowledge of Inspector 4 2 Clarity&Sufficiency of Details 4 3 Accuracy of Measured Quantities 4 3 Applicability of Specifications 4 4 Display Of Professionalism 4 4 Accuracy of Plan Quantities 4 5 Citizen Complaint Resolution 4 PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 4 1 Knowledge And/Or Problem Resolution 4 ADMINISTRATION 2 Availability of Project Manager 4 1 Change Order Processing Time 4 3 Communication 4 2 Timliness of Contractor Payments 4 4 Resolution of Utility Conflicts 4 3 Bid Opening to Pre-Con Meeting Timeframe 4 III)COMMENTS&SIGNATURES COMMENTS Signature Contractor (k GVXC,\1,.0 /,6 L Signature DOE Inspector Signature DOE Inspector's Superviso /4 INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311 (817)392-7941-F2x:(817)392-7945 FORTWORTH rev 03/05/07 TRANSPORTATION& PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: SEVENTEEN LAKES PHASE III PROJECT NO.: 2535 CONTRACTOR: Kocruh Trenching&Boring DOE NO.: 7420 PERIOD FROM:04/27/15 TO: 03/15/16 FINAL INSPECTION DATE: 15-Mer;16 WORK ORDER EFFECTIVE:4/27/2015 CONTRACT TIME: 75 O WD 0 CD DAY OF DAYS CHARGED REASON FOR DAYS DAY OF DAYS CHARGED REASON FOR DAYS MONTH DURING CREDITED MONTH DURING CREDITED I. 16. 2. 17. 3. 18. 4. 19. 5. 20. 6. 21. 7. 22. 8. 23. 9. 24. 10. 25. IL 26. 12. 27. 13. 28. 14. 29. 15. 30. 31. SAT,SUN, RAIN,TOO WET, UTILITIES DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS' CHARGED DAYS THIS 324 PERIOD PREVIOUS PERIOD TOTALS 324 TO DATE *REMARKS: CONTRACTOR DATE INSPECTOR DATE ENGINEERINGIDEPARTMENT The City of Fort Worth•1000 Thmckmorton Street�Fort Worth,TX 76012-6311 (817)392-7941•F=(817)392-7845