Loading...
HomeMy WebLinkAboutContract 46786-FP4 Department of TPW Const. Services DOE# r Date /,, Project Manager -Ekt,:, ' ' �g��moSTA-� j Risk Management S. Cand ,T o CONTRACT M. D.O.E. Brotherton WO RTH CFA Wester n/Scanned The Pr eee ing peo a have been Contacted concerning the request 1TION AND PUBLIC WORKS for final paymeat&have released this project for such payment. F PROJECT COMPLETION Clearance Conducted By Etta BacyAJoalwe- dSAz'q6 7,16 ll D.O.E.Ns: 7437 Regarding contract 217437 for STEADMAN FARMS PHASE 2- STORM DRAIN as required by the CAV 0 zssq TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on N/A through hI&C N/A the director of the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Prices: $453,058.45 Amount of Approved Change Orders: N'o I Revised Contract Amount: $453,058.45 Total Cost Work Completed: $453,058.45 Less Deductions: Liquidated Damages: Days @$210.00/Day Pavement Deficiencies: Total Deduction Amount: $0.00 Total Cost Work Completed: $453,058.45 Less Previous Payments: $0.00 Final Payment Due $453,058.45 Recom ended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction 114, Accepted Date _ Direc r, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Asst. City Manager Date Comments: FUND ACCT: C205-2077602559 E�MAlLE.D APR 2 2016 OFF'CIA,L RECORD Inwi �,rr 3 tial: C� t; �'�` �Y,���EZARY B , jr FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name STEADMAN FARMS,PHASE 2 Contract Limits Project Type STORM DRAIN City Project Numbers 02559 DOG Number 7437 Estimate Number I Payment Number 1 For Period Ending 4/15/2016 CD City Secretary Contract Number 117437 Contract Time 60;D Contract Date Days Charged to Date 60 Project Manager Ehia Contract is 100.00 Complete Contractor KODIAK TRENCHING 7 BORING,LLC P O BOX 93929 SOUTHLAKE, TX 76092 Inspectors LAYER / TAEZAZ Friday,April 15,2016 Page I of 5 City Project Numbers 02559 DOE Number 7437 Contract Name STEADMAN FARMS,PHASE 2 Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAW For Period Ending 4/15/2016 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -- ------- - - - - _ - ----- --------- - 1 SPECIAL RIPRAP 8"-12"ROCK RIPRAP 6" 106 SY $92.00 $9,752.00 106 $9,752.00 BEDDING 18"DEEP 2 SPECIAL RIPRAP 18"-24"ROCK RIPRAP 9" 120 SY $105.00 $12,600.00 120 $12,600.00 BEDDING 30"DEEP 3 4'X4'RCB 32 LF $178.80 $5,721.60 32 $5,721.60 4 60"RCP III LF $228.35 $25,346.85 111 $25,346.85 5 42"RCP 586 LF $118.50 $69,441.00 586 $69,441.00 6 36"RCP 727 LF $87.75 $63,794.25 727 $63,794.25 7 33"RCP 138 LF $78.65 $10,853.70 138 $10,853.70 8 27"RCP 484 LF $60.40 $29,233.60 484 $29,233.60 9 24"RCP 1191 LF $54.05 $64,373.55 1191 $64,373.55 10 21"RCP 225 LF $44.90 $10,102.50 225 $10,102.50 11 27"X 42"CONCRETE COLLAR I EA $650.00 $650.00 1 $650.00 12 27"X 36"CONCRETE COLLAR I EA $650.00 $650.00 1 $650.00 13 42"X 60"CONCRETE COLLAR 1 EA $650.00 $650.00 1 $650.00 14 24"X 33"CONCRETE COLLAR I EA $650.00 $650.00 1 $650.00 15 24"X 27"CONCRETE COLLAR 1 EA $650.00 $650.00 1 $650.00 16 15'STANDARD CURB INLET 6 EA $4,681.00 $28,086.00 6 $28,086.00 17 10'STANDARD CURB INLET 11 EA $3,725.00 $40,975.00 11 $40,975.00 18 5'X Y STORM MANHOLE 1 EA $4,981.00 $4,981.00 1 $4,981.00 19 4'X 4'STORM MANHOLE 6 EA $3,453.00 $20,718.00 6 $20,718.00 20 SET-CD HEADWALL AT 60"RCP 1 EA $6,283.00 $6,283.00 1 $6,283.00 21 TX DOT CH-PW-O HEADWALL,36"RCP I EA $4,025.00 $4,025.00 1 $4,025.00 22 OUTLET STRUCTURE AT 4'X4'RCB I EA $4,868.00 $4,868.00 1 $4,868.00 23 INLET EROSION PROTECTION 17 EA $108.00 $1,836.00 17 $1,836.00 24 CONNECT TO EXISTING STORM LINE 1 EA $566.00 $566.00 1 $566.00 25 EXCAVATION SAFETY&SUPPORT SYSTEM 3494 LF $0.10 $349.40 3494 $349.40 INCLD EXCAVATION SAFETY PLANS 26 TRAFFIC CONTROL SIGNAGE AND l LS $850.00 $850.00 1 $850.00 BARRICADING DURING DRAINAGE IMPROV 1 27 DEWATERING DEVICE&OUTFALL BASIN 2 EA $13,078.00 $26,156.00 2 $26,156.00 W/REMOVAL r I Friday,April 15,2016 Page 2 of 5 E E f City Project Numbers 02559 DOE Number 7437 Contract Name STEADMAN FARMS,PHASE 2 Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN For Period Ending 4/15/2016 Project Funding 28 MAINTENANCE BOND FOR DRAINAGE. 1 LS $1,300.00 $1,300.00 1 $1,300.00 IMPROV 29 PAYMENT&PERFORMANCE BONDS PER 1 LS $7,596.00 $7,596.00 1 $7,596.00 COFW Sub-Total of Previous Unit $453,058.45 $453,058.45 Friday,April 15,2016 Page 3 of 5 City Project Numbers 02559 DOE Number 7437 Contract Name STEADMAN FARMS,PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN For Period Ending 4/15/2016 Project Funding Contract Information Summary Original Contract Amount $453,058.45 Chanl!e Orders Total Contract Price $453,058.45 Date /h' G Total Cost of Work Completed $453,058.45 ContrIVY /1 Less %Retained $0.00 Date Net Earned $453,058.45 / /v Inspection Su erv' r � j Earned This Period $453,058.45 etainage This Period $0.00 Less Liquidated Damages Project Manager Days @ /Day $0.00 AW Date •l.�•l(j LessPavement Deficiency $0.00 Ass. ectal r/TP/WI-In /fra 1structure Design and Construction Less Penalty $0.00 T� • U L Date zZ Less Previous Payment $0.00 Director ontracting Departmen Plus Material on Hand Less 15% $0.00 Balance Due This Payment $453,058.45 Friday,April 15,2016 Page 4 of 5 City Project Numbers 02559 DOE Number 7437 Contract Name STEADMAN FARMS,PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN For Period Ending 4/15/2016 Project Funding Project Manager Ehia City Secretary Contract Number 117437 Inspectors LAYER / TAEZAZ Contract Date Contractor KODIAK TRENCHING 7 BORING,LLC Contract Time 60 CD P O BOX 93929 Days Charged to Date 60 CD SOUTHLAKE, 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 Worts Completed $453,058.45 Less %Retained $0.00 Net Earned $453,058.45 Earned This Period $453,058.45 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 $453,058.45 Friday,April 15,2016 Page 5 of 5 1 STEADMAN FARMS, LLC 3001 Knox Street, Suite 207 Dallas, Texas 75205 214/445-2200 April 19, 2016 To Whom It May Concern: We do not intend to charge liquidated damages against Mel's Electric, Kodiak Trenching and Boring or Jackson Construction due to extended construction time beyond what was contemplated in these contracts. i STEADMAN FARMS, LLC By: Hanover�S ices P.ropp, Inc. a Texas corpor � , it er By: �- Ben Luedtke, Exec. V. Pr s" t BL:srp r I CONSENT OF SURETY t VNER TO FINAL PAYMENT AI CHITE(A' r I AGI D(icunic'1/t G707 C()NTRACTOR I 1 (Instructions OnreverseSide) Bond#1038052 0*11[I?R C I'O t)\VXFR; A10C111I-EC I"5 I'ROIEC•I' NO.: r�,r�„• ,r,r,rrr,r,r,r.., ' Steadman Farms,LLC and City of Fort Worth 3001 Knox Street,Suite 297 CONTRACT Pl)R: Construction Dallas,TX 75505 I,]\t II I{( L Steadman Farms Phase 2 Community Facilities CUivTMC I'I)ATEI): \,rrrlr•vr,rada, City No.02559,DOE 7437 City of Fort Worth,Tarrant County,TX ht:u,ordance with life provi,i'"n,of the Conu:lrl heneeeu the l W110rand the Ctmirarwras indi\.olud ill)(we.the !dl•ro/u.•rnlr tar/rrr/drl,.r!/1111:11) The Hanover Insurance Company 5910 N Central Expy.,Suite 300 Dallas,TX 75206 SI'RlAY, on hi nid of !Ntu'r/!1!001 1111!/r tr/dn•..a/l.iurL'in lnr/ Kodiak Trenching&Boring,LLC P.O.Box 93929 Southlake,TX 76092 hereby nppruves of the 1111111 paynleni to the c:onu'aru n',;mel agrees that Ibrd payment u l the i:onu:u a mshad/1101 relie\e the"LlIVIV 1 d' amt•of its 1lhligm ion;to !leer,!11.011!!111!1!,eller„•d r r;r 11,11, Steadman Farms,LLC and City of Fort Worth 3001 Knox Street,Suite 297 Dallas,TX 75505 (VNER, as,ei li,rth in s:lid luretv's Ixnul. INNVIT\t-SSMIEItPUf.tlie Surely ha hereuntosetifs hnniIIll lIhi,11;n tMarch31,2016 rl!!�r•It in rr•!I/illg 1/4•1111 rl!llr/r Jlral I'd/,I-th'.lllim"'n rl 111.111 rel l.'.Il I The Hanover Insurance Company (Nrrrlr, <Z��&PAA I C l�nvurnur ,!r rnN/v nLeel n(ui•u wldlllrr � ` �L'�r•'i�'�"��V'�/lam l Holly4A.Gravy or� L Linda K.Edwards I/'lilM•r/it,urrr'run Il/de; CAUTION: You should bigo an original AIA document that has this caution printed in red. An I original assures that changes will not be obscured as may occur when documents are reproduced, See Instruction Sheet for Limited License for Reproduction of this document. AIA DOCUMENT 0707•m\.,]I\,I'\1 1 q'\t la-1)'I1 r(1\A1 P:N\II-\1 • Prr l(1111 V 1\•'AtA —'�— /g Prl1. 1111::\\II10CAN IN"I I II I li r,l'Mi'11111.1.1 S.1-1i\li\\)u1(K,"T'Nl I:'.NW.\l,�\I I ?' i"r "r!1\.I).t'. NO ;11/1•WARNING:Unlicensed photocopying violates U.S.copy- richt laws and will subject the violator to legal prosecution. G707—199A 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 Attorney(s)-in-fact 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 line be filled in,only within the area therein designated any and all bonds,recognizances,undertakings,contracts of indemnity or other writings obligatory in the nature thereof,as follows: Any such obligations in the United States,not to exceed Thirty Million and No/100($30,000,000)in any single instance WHEREAS,the Board of Directors of the Company duly adopted a resolution on October 7,1981 authorizing and empowering certain officers of the Company to appoint attorneys-in-fact of the Company to execute on the Company's behalf certain surety obligations and other writings and obligations related thereto(the"Original Surety Resolution"); WHEREAS,the Company's Board of Directors wishes to affirm the continued authority of all of the attorneys-in-fact that were issued pursuant to the Original Surety Resolution prior to the date hereof and that remain issued and outstanding;and WHEREAS,the Company's Board of Directors wishes to restate the Original Resolution and adopt certain related resolutions. NOW THEREFORE,be it hereby: RESOLVED: That the authority of all attorneys-in-fact of the Company validly issued pursuant to the Original Surety Resolution prior to the date hereof and that remain issued and outstanding as of the date hereof are hereby ratified,confirmed and approved in all respects. RESOLVED: That the President or any Vice President,in conjunction with any Vice President,be and they hereby are authorized and empowered to appoint Attorneys-in-fact of the Company,in its name and as it acts,to execute and acknowledge for and on Its behalf as surety,any and all bonds,recognizances,contracts of Indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal of the Company.Any such writings so executed by such Attorneys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. 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 Vice Presidents, this 16th day of April 2015, THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS7,SU�RANC�OMPANY AMERICA Robert nionins,vice President THE COMMONWEALTH OF MASSACHUSETTS `—j Joc renstrom. is Presidcm COUNTY OF WORCESTER )sS. On this 16th day of April 2015 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 personally known to be the individuals and officers described herein,and acknowledged that the 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 said instrument by the authority and direction of said Corporations. KATHLEEN M. SIRARD t Notary Public i )1 fD BCommonwealth of MatsarhuseHs My Commission Expires September 4,2020 K:a deco\r.Shard.\ntary die Jty'ommlA,i n Explu,Septcndnr 01,:020 I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of 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 all such surety Attorneys-in-facts issued by the Company from and including the date hereof shall be authorized pursuant to the foregoing resolution(the'Surety Resolution'). RESOLVED: That the President or any Vice President of the Company,in conjunction with any Vice President,be and hereby are authorized and empowered to establish,and from time to time review and amend,written security measures,protocols and safeguards for all Attomeys-in-fact issued by the Company pursuant to the Surety Resolution,including without limitation,security features on the actual certificates issued by the Company and evidencing such Attorneys-in-fact. GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this 311' day of March 2016, THE HANOVER INSURANCE COMPANY MA St1H1,QSEJTTBAY I RA CE COMPANY CIT OF AMERICA - Texas Complaint Notice Commercial Lines IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call The Hanover Insurance Company/ Usted puede Ilamar al numero de telefono gratis de Citizens Insurance Company of America's toll-free The Hanover Insurance Company/Citizens Insurance telephone numberfor information orto make a Company of America's para informacion o para complaint at: someter una queja al: 1-800-343-6044 1-800-343-6044 You may also write to The Hanover Insurance Company/ Usted tambien puede escribir a The Hanover Insurance Citizens Insurance Company of America at: Company/Citizens Insurance Company of America al: 440 Lincoln Street 440 Lincoln Street Worcester,MA 01653 Worcester,MA 01653 You may contact the Texas Department of Insurance Puede comunicarse con el Departamento de Seguros to obtain information on companies,coverages, de Texas para obtener informacion acerca de rights or complaints at: companias,coberturas,derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance: Puede escribir al Departamento de Seguros de Texas: P.O.Box 149104 P.O. Box 1.49104 Austin,TX 78714-9104 Austin,TX 78714-9104 Fax:(512)475-1771 Fax:(512)475-1771 Web:http://www.tdi.texas.gov Web:http://www.tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should contactthe agent or the reclamo,debe comunicarse con el agente o la com- company first,If the dispute is not resolved,you may pania primero.Si no se resuelve la disputa,puede contact the Texas Department of Insurance. entonces comunicarse con el departamento(TDI). ATTACH THIS NOTICE TO YOUR POLICY: This UNA ESTE AVISO A SU POLIZA: Este aviso es solo notice is for information only and does not become para proposito de informacion y no se convierte en a part or condition of the attached document, parte o condicion del documento adjunto. i i ( i i i i i The Hanover Insurance Company 1440 Lincoln Street,Worcester,MA 01653 181.1457(1L13)page 7 d I Citizens Insurance Company of America 1 808 North Highlander Way,Howell,M148843 hanover.com I L AFFIDAVIT STATE OF COUNTY OF �C2 i ►PCZ i'1 Before me, the undersigned authority,a notary public in the state and county aforesaid, on this day personally appeared Name, Title Of Companv, 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 ftirnishing labor and/or materials have been paid in ftill; 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: Contract Description 6.1-e 61mco Win 61"w e.-W, G o0 Name or Title Subscribed and sworn before me on this date Day of Month, Year. I_ �� ►�I 1 aft �dr �p Notary Public Jami Cushman County' State `otar.Public, '�_ Suttc of I'mis " ` Expires:01/owoi9 FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA A'ante ofContractar Project Name Kodiak Trenching and Boring,LLC. Steadman Farms Phase II DOE Inspector DOE Number Tommy McKinnon 7437 DOEInspector Project Manager ❑ Water ❑Waste Water Rl Storm Drainage ❑ Pavement Fred Ehia Initial Contract Annount Project Diffnctrlty $453,058.45 O Simple O Routine O Complex Final Contract Amount Date $453,058.45 14/15/2106 11)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 N 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 4 60 60 8 Traffic Control Maintenance 15 N 9 Daily Clean Up 5 Y 4 20 1 20 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 N 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 348 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 348 II1)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 348 Rating([TS/MS1* 100%) 348 / 348 = 100% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Goad >BO%=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 The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TL 76012-6311 (817)392-7941 •Fax:(817)392-7845 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date_ 4/15/2016__ , Maine of Contractor Project Marne Kodiak Trenching and Boring,LLC. Steadman Farms Phase II DOE Inspector _ Project Manager Tommy McKinnon Fred Ehia DOE Number Project Difjiculty Type of Contract 7437 O Simple OO Routine O Complex ❑ Water ❑ Waste Water Rl Storm Drainage ❑ Pavement initial Contract Amount w� Final Contract AM0107t $453,058.45 $453,058.45 II)PERFORMANCE EVALUATION 0-Inadequate I -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING ELEMENT RATING (0-4) _ INSPECTION EVALUATION PLANS—&SPECIFICATIONS (0-4) I _Availability of Inspector _ I Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities v 3 Applicability of Specifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution '—, PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 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 tt The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TL 76012-6311 (817)392-7941 -Fax: (817)392-7845 FORT WORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.: I NAME OF PROJECT: Steadman Farms Phase 11 PROJECT NO.: 2559 CONTRACTOR: Kodiak Trenching and Borim DOE NO.: 7437 PERIOD FROM 08/03/15 TO: 04/05/16 FINAL INSPECTION DATE: 6-Apr-16 WORK ORDER EFFECTIVE:8/3/2015 CONTRACT TIME: 60 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 PERIOD 248 PREVIOUS PERIOD TOTALS TO DATE 1248 *REMARKS: /r��'NT&&OR AT SPECTOR DATE EI`GINEERI\ EP-ART.IEIENT The Circ-of Fort Worth• 1000 Throckmorton Street•Fort Worth, r,,76012-6311 zll(D (817)392-'9-41 •Fax: (817)392-784