Loading...
HomeMy WebLinkAboutContract 48266-FP1 t . FORTWORTHe Cmr SECRETARY CONTRACT N0. �LkTj TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) eanA ed &1/ City Project Ns: 100425 dywe/821 L Regarding contract 100425 for NEW TTI DISTRIBUTION FACILITY as required by the TRANSPORTATION&PUBLIC WORKS as approved by City Council on N/A through M&C N/A the director of the TRANSPORTATION&PUBLIC WORKS upon the recommendation of the Assistant Director of the Transportation&Public Works Department has accepted the project as complete. Original Contract Price: $117,664.77 Amount of Approved Change Orders: INs N r Revised Contract Amount: Total Cost Work Completed: 5117 664.77 i 4��� , . .� �'�•w�, ru,� .;c...-.�; �.�. s":�, �}.aha .w4;, x 17 Reco mended for Acceptance bate "g , Asst. Director, TPW - Infrastructure Design and Construction = y Accepted Date Director TRANSPOF ATA & PUBLIC WORKS Ass . City Manager Date WIN, Depar ent of TPW Const. Services CPN#.� Data Project Manage r�� *.,,"• (� Comments: Risk Management S. Canady �_ OFFICIAL RECORD D.O.E. Brotherton —l t—�-� CITY SECRETARY Water V. Gutzier 4 "- ,JUN 1 3 2017 CFA Janie Morales/Scanned �" FT.WowrN'TX The Proceeding people have been Contacted concerning the request for Gnat payment&have released this project for such payment. Rev.9/22/16 Clearance Conducted By Etta Bag FORT W0 RT H 1 r i I CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name NEW TTI DISTRIBUTION FACILITY Contract Limits Project Type PAVING City Project Numbers 100425 DOE Number 0425 Estimate Number 1 Payment Number I For Period Ending 5/11/2017 CD City Secretary Contract Number Contract Time 90D Contract Date Days Charged to Date 163 Project Manager NA Contract is 100.00 Complete Contractor BOB MOORE CONSTRUCTION,INC. 1110 N WATSON ROAD ARLINGTON, TX 76011 Inspectors DICKINSON / CHAMBERS I li Thursday,May 11,2017 Page 1 of 4 City Project Numbers 100425 DOE Number 0425 Contract Name NEW TTI DISTRIBUTION FACILITY Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 5/11/2017 Project Funding PAVING Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 REMOVE CONC CURB&GUTTER 752 LF $10.00 $7,520.00 752 $7,520.00 2 UNCLASSIFIED EXCAVATION BY PLAN 218 CY $65.24 $14,222.32 218 $14,222.32 3 SWPPP>1 ACRE 1 LS $3,503.50 $3,503.50 1 $3,503.50 4 8"LIME TREATMENT 1374 SY $9.08 $12,475.92 1374 $12,475.92 5 HYDRATED LIME 25 TN $163.13 $4,078.25 25 $4,078.25 6 9"CONC PVMT 1310 SY $46.08 $60,364.80 1310 $60,364.80 7 REFL RAISED MARKER 13 EA $38.46 $499.98 13 $499.98 8 8"SLD PVMT MARKING HAS 250 LF $8.00 $2,000.00 250 $2,000.00 9 EXPLORATORY EXCAVATION OF EXISTING 1 EA $7,000.00 $7,000.00 1 $7,000.00 UTLITIES 10 TRAFFIC CONTROL 1 MO $6,000.00 $6,000.00 1 $6,000.00 Sub-Total of Previous Unit $117,664.77 $117,664.77 Thursday,May 11,2017 Page 2 of 4 City Project Numbers 100425 DOE Number 0425 Contract Name NEW TTI DISTRIBUTION FACILITY Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 5/11/2017 Project Funding Contract Information Summary Original Contract Amount $117,664.77 Chanve Orders Total Contract Price $117,664.77 Date S I / 0 Total Cost of Work Completed $117,664.77 Contractor Less %Retained $0.00 D e /7— Net Earned $117,664.77 Inspection Supervisor Earned This Period $117,664.77 J / Retainage This Period $0.00 4a�' 'a P� Date t ! Less Liquidated Damages Project Manager / D Days a /Day $0.00 k4lm C kkz-4 Date lD b LessPavement Deficiency $0.00 irector///TP''W-/Infrrastructure Design and ons ruction Less Penalty $0.00 tjIN , Date 4' Less Previous Payment $0.00 Direct /Contracting Depa tent Plus Material on Hand Less 15% $0.00 Balance Due This Payment $117,664.77 Thursday,May 11,2017 Page 3 of 4 City Project Numbers 100425 DOE Number 0425 Contract Name NEW TTI DISTRIBUTION FACILITY Estimate Number I Contract Limits Payment Number I Project Type PAVING For Period Ending 5/11/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / CHAMBERS Contract Date Contractor BOB MOORE CONSTRUCTION,INC. Contract Time 90 CD 1110 N WATSON ROAD Days Charged to Date 163 CD ARLINGTON, TX 76011 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 $117,664.77 Less %Retained $0.00 Net Earned $117,664.77 Earned This Period $117,664.77 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 $117,664.77 Thursday,May 11,2017 Page 4 of 4 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 Ed T. McGuire, President Of Bob Moore Construction, Inc., 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; Meacham Turn Lane Improvements BY Ed T. McGuire, President Subscribed and sworn before me on this date 18th of May, 2017. DEBRA MOORE _ Notary Public ANotary Pub!�c. State of Texas = :ec (vly Comrvs5,or. Expires Tarrant County, Texas November 08, 2017 I Bond 4106421788 CONSENT OF SURETY OWNER ❑ TO FINAL PAYMENT ARCHITECT ❑ CONTRACTOR ❑ AIA Document G707 SURETY ❑ (Instructions on reverse side) OTHER ❑ TO OWNER: ARCHITECT'S PROJECT NO.: 100425 CFA#2016-087 pva,ne and adell-mv) TTI,Inc.and The City of Fort Worth 2441 Northeast Parkway CONTRACT FOR: Paving Improvements Fort Worth,TX 76106 PROJECT: CONTRACT DATED: August 23,2016 (Name and aelihx-W New TTI Distribution Facility Fort Worth,TX In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (h,,wrt name and«ddrew,j.Sure09 Travelers Casualty and Surety Company of America 1301 E Collins Blvd.,Ste 340 Richardson,TX 75081 SURETY, on bond of (b,sert name and rahlrew of Contractor) Bob Moore Construction,Inc. 1110 North Watson Road Arlington,TX 77040 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 thtwH name and aeldrev ojOuvner) TTI,Inc.and The City of Fort Worth 2441 Northeast Parkway Fort Worth,TX 76106 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this(late: May 18,2017 (losen in u•rlting the month jolloinyl!m the numeric date and gear) Travelers Casualty and Surety Company of America Yo V (Signature of amborized,zprc centatire) Attest: (Sea]). Katie Rogers,Attorney-in-Fact (Prhueel mune and title) CAUTION: You should sign an original AIA document that has this caution printed in red. An 1 1 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 G707•CONSENT OF SURMY TO FINAL.PAYMENT•1994 FDITION•`AIA ®1994•THE AMERICAN IN,571TUTF.OF ARCHITECTS,1735 NFW YORK AVENUE,NW,WASH- INGTON,D.C.20006.5292•WARNING:Unlicensed photocopying violates U.S.copy- G707-1994 right laws and wni subject the violator to legal prosecution. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER _ POWER OF ATTORNEY Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 231686 Certificate No. 007094614 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company,St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Gary B.McElroy,Tracy L.Miller,Alicia Grumbles,James R.Reid,William Mitchell Jennings,and Katie Rogers of the City of Fort Worth State of Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 6th day of January 2017 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America i St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company �! St.Paul Guardian Insurance Company ti l I .7 �RtlNA® �� a 3' V O � WCQ9PORATED e� - z, ar ,,, F ,,�•rQPPUR4T�• P� � I 1982 O 1977 "� s f` -o; s HAaTFORD, < (fWiTF6fD, �^ sEAG o�3 4�t -oj CONN o ��CetLV 1896 J +S8AL;3 ;� o �.y o < s�i 4at: c y:-........:'a'r� v.'•.... pi State of Connecticut By: City of Hartford ss. Robert L.Raney,Senior Vice President On this the 6th day of January 2017 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G,Trr In Witness Whereof,I hereunto set my hand and official seal. TAI? My Commission expires the 30th day of June,2021. ,BSL CI Marie C.Tetreault,Notary Public 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney'is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seat by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretory,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the fixture with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company 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 in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of 20 I . Kevin E.Hughes,Assistant SecrKtary RpONq)'njn �6 6' [\ ,)a 6•fCAiPoR4tEEf� x �/ c+ u:co F e � 3 HSNtFOR4 '�` 19,8 2 0 � `"1 ` a` "' d HAfiTFORD1896 z c` ccu- ; O 7951 =a s Y .S>rAL 'o": �;SSALi3' W coNN. o carLY.f `� Sa, as rsS Ec" ay:•.......ya'f1 a ..........,. To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER INSTRUCTION SHEET FOR AIA DOCUMENT G70 , CONSENT OF SLIRE1'Y'1'O FINAL PAYMENT A.GENERAL INFORMATION 1. Purpose This document is intended for use as a companion to AIA Document 6706, Contractor's Affidavit of Payment cif Debts and Claims,on construction projects where the Contractor is required to furnish it hond. By obtaining the Suretv's approval of final payment to the Contractor and its agreement that final payment will not relieve the Surety of any of its obligations, the Owner stay preserve its rights under the hond. 2. Related Documents Phis document may he used with most of the AIA\Owner-Contractor agreements and general Conditions,such as A201 and its related farnil} of documents.As noted above,this is a companion document to ALA Document 6706. 3. Use of Current Documents Prior to using anv AIA document, the user should Ctrrrcult the ALA,an AIA Component Chapter or it Current AIA Documents List to determine the Currcnt edition of each dOCUrnent. 4. Limited License for Reproduction AIA Document G707 is a Copyrighted work and may not he reproduced Or excerpted from in substantial part without the express written permission of the AIA.'file 6707 document is intended to he used as a Consumable—that is, the original document pur- chased by the user is intended to he consumed in the course of heing used. 11tere is no implied permission to reproduce this doCtunent,nor does membership in The American Institute of Architects confer any further rights to reproduce Cf707. A cautionary= notice is printed in red on the original of this document. ''his notice distinguishes all original AIA document fi•om Copies and Counterfeits.TO ensure accuI-.IQ-and 1.111iformity Of language. purchasers should use 0111\1 an original AI:A document or one that has been reproduced from an original under:t special limited license from the AIA. A limited license is herehy granted to retail puri haser:s to r reproduce a nrixinurm Of ten copies of a completed or executed 6707,hitt only For use in connection With a particular project.Further reproductions arc prohibited without the express permission of the AIA. B. CHANGES FROM THE PREVIOUS EDITION Changes in the location of various items of information were made,vothout revision to the substance of the document. C. COMPLETING THE G707 FORM GENFRAL:'i-he bond f6rm is the usual source of required infornrttinn such as the contract date and the n:unes and addresses of the Surety,Owner.Contractor and Project. ARCHITF,C I"S PROJECT NO.:1'his information is typiCall}'supplied by the Architect and entered On the form by the Contractor. CONTRAC''F(.)R:"Phis refers to the scope of the contra Ct,such as"General Construction"or"Mechanical Work". D. EXECUTION OF THE DOCUMENT The G7C loom requires both the Surety's seal and the signature of the SUrety's authorized representntive. 4/94 INSTRUCTION SHEET FOR AIA DOCUMENT G707•CONst 7'of tit RI,IV to FINAL.PAYMENT• Ig9I FI)ITI N •AlA, • DIF A,\tr:Ru:.a\ INti ITI T@ of ARCtn-rRAS, t-;;NEW YORK AVFNt F.N G707-1994 REV:8/20/16 Yo Ir.�i TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Bob Moore Construction TTI Distribution Facility Inspector City Project Number Kevin Chambers 100425 Construction Components Project Manager ❑ Water ❑ Waste Water ❑ Storm Drainage F21 Pavement Khal Jaafari Initial Contract Amount Project Difficulty $117,664.77 O Simple O Routine O Complex Final Contract Amount Date Zo $117,664.77 I 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 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 3 60 45 5 Work Performed 15 Y 3 60 45 6 Finished Product 15 Y 4 60 60 7 Job Site Safety 15 Y 4 60 60 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 4 20 20 10 Citizen's Complaint Resolution 5 Y 4 20 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 413 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 413 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MS] *100%) 413 / 448 = 92% 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 V �1. a�� Contractor Signature Inspector's Supervisor Signature CONTRACTOR'S COMMENTS i TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd. •Fort Worth,TX 76116•(817)392-8306 I �(�rL� WIt ��sll��! I REV:02/22/07 TRANSPORTATION ANIS PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 5/15/2017 _ Name of Contractor Project Name Bob Moore Construction TTI Distribution Facility DOE Inspector Project Manager Kevin Chambers Khal Jaafari__ DOE Number Project Difficulty Type of Conn act 100425 1 O Simple O Routine O Complex ❑ Water ❑ Waste Water ❑ Storm Drainage O Pavement Initial Contract Amount Fina/Conuract Amount $117,664.77 $117,664.77 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 y 1 Accuracy of Plans to Existing Conditions zc 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details o'Z 3 Accuracy of Measured Quantities 1-t 13 Applicability of Specifications 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 _ 1 Change Order Processing Time — 3 Communication 2 Timliness of Contractor Payments 4 Resolution of Utility Confl1.icts 3 Bid Opening to Pre-Con Meeting Timeframe "COMMENTS&SIGNATURES COMMENTS Signature Contractor Signature DOE Inspector Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS i i I TRANSPORTATION AND PUBLIC WORKS I The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 7 (817)392-7941 •Fax: (817)392-7845 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO, NAME OF PROJECT:TTI Distribution Facility PROJECT NO.: 100425 CONTRACTOR: Bob Moore Construction DOE NO. PERIOD FROM 11/28/17 TO: 05/09/17 FINAL INSPECTION DATE: WORK ORDER EFFECTIVE 11/28/2017 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. it. 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 163 PERIOD PREVIOUS PERIOD TOTALS 163 TO DATE *REMARKS `1 1 CONTRACTOR U DATE INS kCTOR DAT ENGTNEERING DEPARTl1ENT The City of Fort Worth • 1000"I'hrockmorton Street•Fort Forth,TL 76012-6311 (817) 392-7941 •Fax: (817) 392-7845