Loading...
HomeMy WebLinkAboutContract 48057-FP3 Depart nt W Con Services CPN# Project a er 1 (�� 'LT WO RT H. Risk Management Canad D.O.E. Brotherton •�-,� CITY SECRETARY CFA Morales/Scanned Gutzier/Scanned CONTRACT NO. The Proceeding people have been Contacted concerning the request for final payment&have ATION AND PUBLIC WORKS 59 GQ l _ C U q 01 released this project for such payment. F PROJECT COMPLETION ,r,l 3� )eveloper Projects) 'DO Clearance Conducted By O/urn6 City Project Ns: 02427 -- - -- c5{ t fSv�7 Regarding contract 02427 for THE BRIDGES PHASE 2 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 Transp z + ub M .rp��17 artment has accepted the project as complete. 1 JUL 12 2017 Pit Original Contract Price: $961,738.20 Amount of Approved Change Orders: (514,611.78) Ns 1,2&3 Revised Contract Amount: $947,126.42 Total Cost Work Completed: $947,126.42 Recommended for Accepts a Date i Asst. Director, TPW - Infrastructure Design and Construction Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager IV Date 0 FICIAI.RECORD Comments: CITY SECRETARY FT.WORTH,TX Rev.9/22/16 '4"l M" ° } JU L 12 2017 11, S q. (P o l -- C 6 C) E ri 3v7C City Project Numbers 02427 ?�/ DOE Number 2427 Contract Name THE BRIDGES,PHASE 2 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 3/28/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / BENNETT Contract Date Contractor JACKSON CONSTRUCTION LTD Contract Time 215 CD 5112 SUN VALLEY DRIVE Days Charged to Date 215 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 $947,126.42 Less %Retained $0.00 Net Earned $947,126.42 Earned This Period S947,126.42 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 $947,126.42 Monday,May 1,2017 Page 4 of 4 '��c�S — au ac7 FORT ORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name THE BRIDGES,PHASE 2 Contract Limits Project Type WATER&SEWER City Project Numbers 02427 DOE Number 2427 Estimate Number I Payment Number 1 For Period Ending 3/23/2017 CD City Secretary Contract Number Contract Time 21CD Contract Date Days Charged to Date 215 Project Manager NA Contract is 100.00 Complete Contractor JACKSON CONSTRUCTION LTD 5112 SUN VALLEY DRIVE FORT WORTH, TX 76119 Inspectors DICKINSON / BENNETT Monday,May 1,2017 Page 1 of 4 City Project Numbers 02427 DOE Number 2427 Contract Name THE BRIDGES,PHASE 2 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 3/28/2017 Project Funding WATER Item Description of Items Estimated Estimated Completed Completed No. P Unit Unit Cost P P Quanity Total Quanity Total 1 DUCTILE IRON WATER FITTINGS 3.8 TN $6,200.00 $23,560.00 3.8 $23,560.00 W/RESTRAINT 2 8"PVC WATER PIPE 4039 LF $20.70 $81607.30 4039 $83,607.30 3 FIRE HYDRANT 8 EA $3,400.00 $27,200.00 8 $27,200.00 4 CONNECTION TO EXISTING 8"WATER MAIN 2 EA $2,000.00 $4,000.00 2 $4,000.00 6 8"GATE VALVE 12 EA $1,150.00 $13,800.00 12 $13,800.00 7 36"X8"TAPPING SLEEVE&VALVE 1 EA $14,300.00 $14,300.00 1 $14,300.00 8 TRENCH SAFETY 4039 EA $0.10 $403.90 4039 $403.90 9 1"WATER SERVICE CO#3 122 EA $570.00 $69,540.00 122 $69,540.00 Sub-Total of Previous Unit $236,411.20 $236,411.20 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total POST CCTV INSPECTION 5028 LF $2.00 $10,056.00 5028 $10,056.00 2 MANHOLE VACUUM TESTING 51 EA $175.00 $8,925.00 51 $8,925.00 3 TRENCH SAFETY 5028 LF $1.00 $5,028.00 5028 $5,028.00 4 TRENCH WATER STOPS 19 EA $150.00 $2,850.00 19 $2,850.00 5 4"SEWER SERVICE 121 EA $645.00 $781,045.00 121 $78,045.00 6 8"PVC SEWER PIPE 3937 LF $55.00 $216,535.00 3937 $216,535.00 7 8"SEWER PIPE CSS BACKFILL 588 LF $110.00 $64,680.00 588 $64,680.00 12 15"PVC SEWER PIPE CO#1 463 LF $74.34 $34,419.42 463 $34,419.42 13 15"PVC SEWER PIPE CSS BACKFILL CO#1 40 LF $185.42 $7,416.80 40 $7,416.80 14 4'MANHOLE CO#2 52 EA $4,300.00 $223,600.00 52 $223,600.00 15 4'EXTRA DEEP MANHOLE CO#2 246.5 VF $240.00 $59,160.00 246.5 $59,160.00 Sub-Total of Previous Unit $710,715.22 $710,715.22 Monday,May 1,2017 Page 2 of 4 City Project Numbers 02427 DOE Number 2427 Contract Name THE BRIDGES,PHASE 2 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 3/28/2017 Project Funding Contract Information Summary Original Contract Amount $961,738.20 Chan6e Orders Change Order Number Change Order Number 1 ($20,825.78) Change Order Number Change Order Number Change Order Number 2 $5,644.00 Change Order Number 3 $570.00 Change Order Number Total Contract Price $947,126.42 �1 a 5 7 7 Total Cost of Work Completed $947,126.42 Contract r ` Less %Retained $0.00 ate'������ Net Earned $947,126.42 Inspection Supervisor Earned This Period $947,126.42 Retainage This Period $0.00 L/ Date h 7 Less Liquidated Damages P oject Manage 4 ���� /��, „� � It Days @ /Day $0.00 '"� ;'�� �l�/ Date / Lessravement Deficiency $0.00 Asst..D,irreector//TPW-Infrastructure Design and/C nstruction Less Penalty $0.00 L%' e R Date 7M/(7 Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $947,126.42 Monday,May 1,2017 Page 3 of 4 5 CONSTRUCTION LTD. 5112 SUN VALLEY DRIVE FORT WORTH,TX 76119 TEL:817-572-3303 FAX: 817-478-0443 Affidavit of All Bills Paid STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT I, Troy L. Jackson, of the undersigned principal hereby certify that all obligations, claims and debts due laborers, materialmen, subcontractors, suppliers, and others incurred in or contingent to the performance of the work on the project known as The Bridges, Ph 2 in the City of Fort Worth, Texas have been fully paid. This affidavit is made for the purpose of obtaining payment from the City of Fort Worth on above construction work. Subscribed and sworn to before me this Jackson Construction Ltd. Principal 23rd ay of March, 2017 By: Notary Signature Troy L. Jac son, VicPresident Commission Expires: 04/06/2020 """'�., CARMEN L. ESTEP Notary Public,State at Texas comm.Expires 04-06-2020 %'F }` Notary ID 2910611 CON-SENT OF SURETY OWIUFR TO FINAL PAYMENT ARCHITECT ❑ AIADoccuanent G707 CONTRACTOR ❑ SURETY Bond No. BCD1032158 OTHF,R ❑ TO OWN M—R: ARCHITECT'S PRO,jECT NO.: (Name yard addrE=) LGI Homes, LLC COINI AC-r FOR:Water,Sanitary Sewer, Paving and Drainage PROJECT: CONFRAC i DATED: (tYarne and addr6.�) The Brdiges Phase II In accordarxe WiTh The prowsiors of the Contract between die Owner and the Contractor as indicated above,The 0nxetz2mnrandaddnms grsurc4) The Hanover Insurance Company 440 Lincoln Street Worcester MA 01653 SURF.Ty' on band of {IrsCen name and addmz o{Contractar) Jackson Construction, Ltd. 5112 Sun Valley Drive Fort Worth TX 76119 CONTRACTOR, hereby approves of The final payment to the Contractor,and agrees that final payment to rhe Contractor shall not relieve the Surety of any of its obligations to (Lnswrr=waandaddm ofOrrnen) LGI Homes, LLC OVNEI, as set x`orth in said Surety's bond— LN VIMNESS W iERE-OF,the S=.rrety has hereunto set its hand on this date: March 16, 2017 (inswtl in uvitin g tine)nontb fatkened?rt:zixe niane-ric dareand jwar,) The Hanover Insurance Company ($rcrr7Y) By: (5jq"aWr&qr4t zrpn ntutii r) Amest- Jack M. Crowle Attorney-in-Fact (Seal): Y Y- (Arrntr.�xrazzze u»d.':tk) Surety Phone No. 508-853-7200 x-4476 G707-1994 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 R.Foster,.lack M.Crowley,Patricia A.Smith and/or Marie Perryman of Dallas,TX and each is a true and lawful Attorneys)-in-fact to sign,execute,seal,acknowledge 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 Five Million and Noll 00($35,000,000)in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact 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 any Vice President,in conjunction with any Vice President,be and they are hereby authorized and empowered to appoint Attorneys-in-fact 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,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 as 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."(Adopted October 7, 1981 -The Hanover Insurance Company;Adopted April 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 Vice Presidents, this 5th day of December 2011. THE HANOVER INSURANCE COMPANY ,.sNiIIVUI N MASSACHUSETTS BAY INSURANCE COMPANY rF i CITIZENSSURANCEFOIJIPANY OF AMERICA o' Robvrt Thoma.,,.Vicr Pnr. idenl THE COMMONWEALTH OF MASSACHUSETTS COUNTY OF WORCESTER )ss. Jot 1�rertstTDM,Vice Presideart On this 5th day of December 2011 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. BARBARA A.GARLICK �( notary Public CommonwealShey2ssaciruseris th'Umm,-sior.E%;Ags SW.21.2M8 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 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 any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed by the President or any Vice President in conjunction with any Vice President of the Company,shall be binding on the Company to the same extent as if all signatures therein were manually affixed,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 September 7,2001-Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this 16th day of March 2017. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA f � n Margosian,Vice President FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: The Bridges Phase 2 PROJECT NUMBER: 2427 DOE NUMBER: 7370 WATER PIPE LAID SIZE TYPE OF PIPE LF New Main 8" PVC 4039 FIRE HYDRANTS: 8 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: yes NEW SERVICES: 1" copper (!2Z E4) 1952 SEWER PIPE LAID SIZE TYPE OF PIPE LF New Main 8" PVC 3937 New Main 15" PVC 463 PIPE ABANDONED SIZE TYPE OF PIPE LF DENSITIES: Yes NEW SERVICES: 4" PVC c121 , 1938 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-7941 •Fax: (817) 392-7845 m + m K o n m A vZ Mco Oc700 -0 n � o o ci ern mmDO � DO � 4 r < o , , o 0 0 -1 o O (Dj a 5 mp� o o D m >D ' O O m u n A A v D m q Z 2 C) ZZ x i 1 0 m y D N D r 6Z c 7 3# �t m A m O 0 O O � m N N CJ .A O D 0> V N m m U Ot Ca V 0 . o N N O O N fJ 01 W N y 1�t1 T.;rs N N '� Q d�. N N N m < V V G N 1m"' v N CD y C O v m o� N N m n @ m v 7J 0 8 0 $ z ZDj 3 O m CD O D C n en m w m 1 Z N Z m < w 0 z y p fit n co w N u o o A O N A v m W A iv m m m N N O 0 1 co w 4 W ^0 C a o 0 0 fa m m n It: T;-- ® mA�0 c m w a o w u o d° 9 u o 0 o y a Z � A m 0 0 o o A K N N v+ O W 0 4 Q O +ry w m 0 0 o m m y o r A N c A b 2 W D n 1 m m } ( 2 | § \ o ` / J � g 7 9 � ` `( \ - \ } § { 2 ; % / §¥%%\ $ ( f § - \ ; q / n } , GSA, 2m�om \ \J (on (co o Cl) k ƒ ID \ \ :Z S ~ §§§ ( n2 ( / ou n a oy< O z m A cZif r m > (� -O'1 p o 7 AN c o a l p m O b hi m O o i ti r O n .Z7 .Zl �7 O r 5 c 0 'n -i d Ao -i-i -p "D O p N m to N Z u O o D Z O .� L 5 p m o mp o -i i .� 0 m --i z m n M n a m �" n p.. 2 2 n p n w Z 8 = m D n n m o y z m z x ~ O A # # �z m n m 3 do o m a z ti tl Ao << N N w A p 0 fT (n O V LT W ° O 41 :e o o N A S N N N N Om (/� Q N N £ N C C « W W C m m wCD o O m N N 0 < ZI 4 ? o' m D 0 c N O .✓ m Q N CD m ;u p 0 p Q 0 0 L m h o A < n o p 3 CD o n c y O H D A < aro Z � c ao o n is nNi c oo � A N A o c W m .. w< c u u w ro C u o Z a y m C w z MA O o o $ z 6Zi o m w N o � Aap s n AAp m Z D m m � 8 $ no m e can m 'o N N m m w ro ti O O Ci O C m C S O S, A O N R H a N § � ) E B ( @ ® { 4;m;\ 7 ) \ # « / § ! ) R _ \ k \{%{\ ( § o e = s �¥={3 \/\aR \§)§4 Oy O0< o z m X z z _TT Vi O n O C) a m - �m i p z Oq m S -DIm � Dz0 O y D L m L P n m m 0 O 1 -i O n n n � '"0 '"� � A � 'i7 m o A mnnZr xk y ° zy m o 3DA Om -n#t C) o 0m m � rnZw m 0 0 mmCD Nz > Gm i Z m z a A o m m Z7 XC v m A - a x a m a + o m c m D a N N N N N a N N w .Np O D N �0n1 V N m A N p U1 (11 Q V V1ca D O N v r O O o O SU it O N m m o w O 2 A N �- N N fD y A $ -o' N 3 W W N r m m w n »D o {D w ED > o O ,ta w ip A CD CD v z g �' $ Z Z D a U 00 a N O D P O a o 0 o v O w D A m C W N Z Z `KV O A V A (ji ry No A win Zort 00 w ' N co Emil m C 0 0 W m is O o O A m Tn m z O � Y 0 wo m N N O C w ^C A o A O° 2 a n m o c m e c A N N N A O O O O O rte+m A � y u y m m a A_ O 0 0 O O O 2 0 0 <;Z0 /+a A v 1 m m ( $ � } ) } ) z \ x [ } ƒ % cl ) � ! \ �\ m } oma\ Aj ! . } T>TN ■ < { / } \ \ \\\ § ■ I% (; 2 / E m ® ` \ \ Mgm 44 , 2 , � } . / # _ \\ FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 4/3/2017 Name of Contractor Project Name Jackson Construction The Bridges Phase II DOE Inspector Project Manager Karl Bennett Khal Jaafari DOE Number Project Difficulty Type of Contract 7370 O Simple * Routine O Complex 0 Water E] Waste Water ❑ Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $961,738.20 $963,830.20 II)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3 -Good 4-Excellent ELEMENT RATING ELEMENT --70-4) ATING (0 4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 4 12 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 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 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 TRANSPORTATION AND PUBLIC WORKS a � The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 a (817) 392-7941 •Fax: (817) 392-7845 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Jackson Construction The Bridges Phase II Inspector City Project Number Karl Bennett 2427 Construction Components Project Manager Water 0 Waste Water ❑ Storm Drainage ❑ Pavement Khal Jaafari Initial Contract Amount Project Difficulty $961,738.20 O Simple Routine O Complex Final Contract Amount Date $963,830.20 4/3/2017 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 I 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 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 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 4 20 20 TOTAL ELEMENT SCORE(A) 448 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 448 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] x 100%) 448 / 448 = 100% 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 Contractor Signature xx Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth• 8851 Camp Bowie West Blvd. •FortWorth,TX 76116 • (817) 392-8306 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: The Bridges Phase II PROJECT NO.: 2427 CONTRACTOR: Jackson Construction DOE NO.: PERIOD FROM:08/22/16 TO: 03/23/17 FINAL INSPECTION DATE: 23-Mar-17 WORK ORDER EFFECTIVE:8/22/2016 CONTRACT TIME: 215 O WD* CD DAY OF DAYSREASON 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. S. 23. 9. 24. 10. 25. 11. 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 PERIOD 0 0 PREVIOUS I S 15 PERIOD TOTALS TO DATE 215 215 *REMARKS: CONTRACTOR DATL INSPECTOR DATE ENGINEERING DEPARTMENT y The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TY 76012-6311 (817)392-7941 •Fax: (817) 392-7845 �� 1