Loading...
HomeMy WebLinkAboutContract 48969-FP2 FORTWORTH. CITY SECRETARY CONTRACT NO. - TRANSPORTATION AND PUBLIC WORKS NOTICE OF PROJECT COMPLETION (Developer Projects) City Project Ns: 100832 CIS# y8 96F Regarding contract for ALLIANCE TOWN CENTER NORTH-STREET LIGHTS as required by the TRANSPORTATION AND PUBLIC WORKS DEPARTMENT as approved by City Council on N/A through M&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 Price: $293,220.00 g Amount of Approved Change Orders: $33,109.00 NO 1,2 Revised Contract Amount: $326,329.00 Total Cost Work Completed: $326,329.00 Recommen or Acceptance Date Asst. Dirac , TPW - Development Services r�4 k), Accepted Date 4M Director, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT 3 Asst. 'ty anager _� Date Department of;VPConst. Services CPN#lyd-Bz, Date Project Manager 6f 02- f/� Comm�> (��p Risk Management S. Gatewood D.O.E. Brotherton - -�/ IFFICIAL RECORD BAR 2018 Water V. Gutzier crrro FORT CF Janie orales/Scanned ITY SECRETARY woRrH _ FT.WORTH,TX cE c �ra�Y _ The Proceeding people have been Contacted concerning the requ for final payment&have released this project for such payment. fl �l- Rev.9122/16 FORT BYO RT H CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name ALLIANCE TOWN CENTER NORTH PAVING,DRAINAGE,STREET LIGH Contract Limits Project Type STREET LIGHTS City Project Numbers 100832 DOE Number 8320 Estimate Number I Payment Number I For Period Ending 2/28/2018 CD City Secretary Contract Number 2100832 Contract Time 21(ED Contract Date 5/28/2017 Days Charged to Date 257 Contract is 100.00 Complete Project Manager NA Contractor CONATSER CONSTRUCTION TxLP 5327 WICHITA ST FORT WORTH, TX 76119 Inspectors RODGERS / MOORE,R Wednesday,February 28,2018 Page 1 of 4 City Project Numbers 100832 DOE Number 8320 Contract Name ALLIANCE TOWN CENTER NORTH PAVING,DRAINAGE,STREET LI Estimate Number I Contract Limits Payment Number I Project Type STREET LIGHTS For Period Ending 2/28/2018 Project Funding STREET LIGHT IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total ------------------------------------ ----- 1 RELOCATE STREET LIGHT POLE 1 EA $4,500.00 $4,500.00 1 $4,500.00 2 2"CONDT PVC SCH 80(T)(CO#1&CO#2) 3107 LF $12.00 $37,284.00 3107 $37,284.00 3 2"CONDT PVC SCH 80(B) 100 LF $28.00 $2,800.00 100 $2,800.00 4 GROUND BOX LARGE W/LID APRON(CO#1) 10 EA $850.00 $8,500.00 10 $8,500.00 5 LED LIGHTING FIXTURE(CO#1) 39 EA $700.00 $27,300.00 39 $27,300.00 6 RDWY ILLUM ASASMBLY TY 8,11,D-25 AND D- 1 EA $2,250.00 $2,250.00 1 $2,250.00 30(CO#1) 7 RDWY ILLUM ASASEMBLY BEACON 32 EA $3,500.00 $112,000.00 32 $112,000.00 PRODUCT(CO#1) 8 RDWY ILLUM FOUNDATION TY 7(CO#1) 32 EA $1,200.00 $38,400.00 32 $38,400.00 9 RDWY ILLUM FOUNDATION(HILLWOOD)(CO 2 EA $3,500.00 $7,000.00 2 $7,000.00 #1) 10 RDWY ILLUM TY 18 POLE POWDER COAT 3 EA $3,250.00 $9,750.00 3 $9,750.00 BLACK(CO#1) 1 I RDWY ILLUM FOUNDATION TY 3,4,6,AND 8 3 EA $1,500.00 $4,500.00 3 $4,500.00 (CO#1) 12 1 1/4"CONDT PVC SCH 80(T)(CO 42) 3945 LF $11.00 $43,395.00 3945 $43,395.00 13 GROUND BOX TYPE B W/APRON(CO#2) 12 EA $850.00 $10,200.00 12 $10,200.00 14 6-6-6 TRIPLEX ALUM ELEC CONDUCTO(CO#2) 60 LF $3.50 $210.00 60 $210.00 15 FURNISH/INSTALL#6ALUMINUM 3860 LF $4.00 $15,440.00 3860 $15,440.00 CONDUCTOR QUAD 6-6-6(CO#2) 16 RE-DRILL LIGHT POLE PIERS(CO#2) 8 LF $350.00 $2,800.00 8 $2,800.00 Sub-Total of Previous Unit $326,329.00 $326,329.00 Wednesday,February 28,2018 Page 2 of 4 City Project Numbers 100832 DOE Number 8320 Contract Name ALLIANCE TOWN CENTER NORTH PAVING,DRAINAGE,STREET LI Estimate Number I Contract Limits Payment Number i Project Type STREET LIGHTS For Period Ending 2/28/2018 Project Funding Contract Information Summary Original Contract Amount $293,220.00 Change Orders Change Order Number 1 $6,220.00 Change Order Number 2 $26,889.00 Total Contract Price $326,329.00 Date 3-42 -16 Total Cost of Work Completed $326,329.00 ontr or Less %Retained $0.00 Net Earned $326,329.00 �lili Date Earned This Period $326,329.00 Inspection Supervisor Retainage This Period $0.00 Less Liquidated Damages roje t anager Days @ /Day $0.00 Date 1 LessPavement Deficiency $0.00 o -Infrastructure Design and Construction Less Penalty $0.00 Less Previous Payment $0.00 Date / Direc r/Contracting Depart t Plus Material on Hand Less 15% $0.00 Balance Due This Payment $326,329.00 Wednesday,February 28,2018 Page 3 of 4 City Project Numbers 100832 DOE Number 8320 Contract Name ALLIANCE TOWN CENTER NORTH PAVING,DRAINAGE,STREET LI Estimate Number i Contract Limits Payment Number 1 Project Type STREET LIGHTS For Period Ending 2/28/2018 Project Funding Project Manager NA City Secretary Contract Number 2100832 Inspectors RODGERS / MOORE,R Contract Date 5/28/2017 Contractor CONATSER CONSTRUCTION TsLP Contract Time 210 CD 5327 WICHITA ST Days Charged to Date 257 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 $326,329.00 Less %Retained $0.00 Net Earned $326,329.00 Earned This Period $326,329.00 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 $326,329.00 Wednesday,February 28,2018 Page 4 of 4 ro a Z❑ r U LU m U W o a O a m 0 m � m m m m Z , a �® Z No W m°r-' a ' fl° N M - '� - a �uj `. (7 ti ffi O H m % L? U a w F- - ® z CD my �a Wim` g m IL N o c °A Lt! 4; ca om O �co ui °d >a w m�r w o o15 LL mom o $ o c z c a 11 d 1 a v4r U U 'S Q d F- W ❑ O V W B ui w (1l () C3 Q c~] W (3 F O O w r z w d U U w U S N < W Q a Z. W a y [tom! a' o a z m nom. O 0 00 o c0LU i (J F u r �uj o[if 0cti-i (n LL Za o W ° a � { � w � CL C*, 6% rip r ee,6"w C6 vi 0 10 2 co CQ C6 MMM6 0- 0 20 0 IT 'L, C11 to rw--w milz U) LO V) C)0 ol ID ` � ID � m @ � � « m C�3Q{p�j�G pto?Q�O�CQr aa t Z spy 111 u.` AE �� t . O d; iti s W "# m Jt r y � to 3c3 M(C 3 8W N irks {�y}mg RE 1� Wiv N p � © ID lR�T3 g 0 tro . 16 a. 13 LL 14 rc ' a G Y w � z m L n. ` Q U) O 0 CP o (!7 G G J L M W O O O O N a O O O M t w Ci O p Qi N fA W ~ O. N N m N m E Ld d N cp O1 N M � W f a. Z Z 'o .a �\ WN }J'" W Jam.' QW O ly O �'. Z `\ O p O O N N CL W N N N r OO N ti a> O ❑U O t�' - M N F a N 67 Z N ChZCO Z LLIN < Qw4i `t o Z O z a U M n V N Q d W r vs U �¢ 3 N v v y o `; C 0 U n F < o o g, O Q¢. Z Z C1 a n p M C m _ O o c co E V d W U co LU Y > cn m O N N' Q d E n. 0 0 o ca OO o N N ER � OM O L 2� a> o WCL _ ❑ O � 0 r- N O (V m :E U) V W 3: CO > m ON w U o c c Q n vt OL 'mQ 00 3 v o o N LL' v o o O ,. Cl) N LO a o 0 o U C? t— Z c - a > N > 0 U 7 o O Q d N ❑ z Z w 0 Q W H Z O c� O kk W < F �= F- U x Qzz rn ❑ LU 6i U U Q Q to ~ a v o w OU N N U —Wi Q C W F o 0 W(L W w c5 Z F- W O O z o 0 o a z j C9 oa000aa oaoaoop 'D�0 0 0 p < uli CD @ Iq oc� 0 CO 0 NN�o to N -EIE5 lU C) LO ck a D . 60 co 6a tu w Gs SdJ uj ujM 2 cY at C170 1 < m EL 0 U) z 0 C2 cc 03 x E w z .2 0 o 0 d) :3 cc in gi z w C4 to tap lu 400 OFS-6 L9 t WO ta w 0: uts ra —0 10 0 0 At C: o IL It uj o 0 uj w 0 C.4 (L 0 m U ZO p Ul O O p _ � O f/. 1/ O W O O O O M CI pj OI to cn o H O M M (D O Ni cy N N r � d o 1 w o U a Z U O a =Q Mart S Y{ W . o U � 'Vi•�l+ j Q N 9 CL d O NO cl V O N N N { N ami �U O N rnLo CD pp W c'7 N N CY) N N C? O V I� z ! rn.._V ; N W N 00 Q > N n o N m c C7 Z 0� a° c ti m N Z O ~ M ° Q z v w a r- m = Q o r 0 U IL j N U W o o O d Z Z a o U 3 0 0 O (n Q `j 0 0 0 d o 0 0 o o Q o WL7 O W g O c O > U V O W c w LU N o a o ooo 0 0 0 M N to o. Z o0 0 o U o r o v3 u, yr c r, 00 N N v > U 7 O d 0 N F- N U U k k W ¢ o z= W z o t- C� = o U U Q U U V U LU LU U) U W U -Wj Wj QFW- O � W°' O W N Q W O O � � z Q o o as zz o F- aaw0E o g��o m aU O U o � C) 9 � o z m �WwaLLI w w W QX � o OLL � IL � o ° o -� z ozo N L O Cl t`�Q O O tV ��imd tD�0�0 iN4Q i7N tV Oi o7h� CL cj [5 Op QOC] d K�NON N to F � ?C � £} E � c m terry 0 ai gg o > m s h- K U to Z Es,F o a 0 �_ e 0 !t} h J (f3 �iQ 6 UA K WOQz cs c1" .'o 0 0 �. Sb J � O D 'yt �7kl 4. S%. gZ tL x faZ M 10 0 S• cq Cj ra". a;vr?ramco y oto 40 aIVz p �w 0. c °4 x m w J ` 9 0m Q d w K d 0 C 0 va m �b � CONSENT OF OWNER ❑ ARCHITECT ❑ SURETY COMPANY CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects, AIA Document G707 Bond No 0207182 PROJECT: (name, addresS)Alliance Town Center North Founders Way& Hillwood Parkway TO (Owner) Fort worth,TX HILLWOOD ALLIANCE SERVICES,LLC AND THE -I ARCHITECT'S PROJECT NO: CFA No.2017-037 CITY OF FORT WORTH CONTRACT FOR: pp Fort Worth,TX Water F Sunders Way Sewer Improvements mproHillwoe Parkway sNore Alliance Town Center 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 (here insert name and address of surety Company) BERKLEY INSURANCE COMPANY 475 Steamboat Road Greenwich CT 06830 , SURETY COMPANY on bond of (here insert name and address of Contractor) CONATSER CONSTRUCTION TX, L.P. 5327 Wichita St. Fort Worth TX 76119-6035 , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to (here Insert name and address of Owner) HILLWOOD ALLIANCE SERVICES, LLC AND THE CITY OF FORT WORTH Fort Worth,TX , OWNER, as set forth in the said Surety Company's bond, IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 26th day of January,2018 BERKLEY INSURANCE COMPANY Surety Company (Seal): UJ TC� Signature of Authorized Representative Robbi Morales Attorney-in-Fact Title NOTE: This form is to be used as a companion document to AIA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition ONE PAGE POWER OF ATTORNEY No. 131-7280g a J BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. o KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly CZ organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted .s� and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Vena DeLene •Cd o .E Marshall; Sophinie Hunter; Robbi Morales; Kelly A. Westbrook; or Tina McEwan of Aon Risk Services Southwest, Inc. of Cd Dallas, TX its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, a acknowledge and deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance,providin FiGg that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own E proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, Z H without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following o resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: oc ' RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief u Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant o Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to c execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the o .o corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such R attorney-in-fact and revoke any power of attorney previously granted;and further E RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings,recognizances,or other suretyship obligations specifically named therein,and they have no authority to bind the Company except in the manner and to the extent therein stated;and further r- RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and 0 to further Q ' RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any 3 power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or E other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any b E person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have b ceased to be such at the time when such instruments shall be issued. o IN WITNESS WHEREOF, the Comp ny has caused these presents to be signed and attested by its appropriate officers and its o � corporate seal hereunto affixed thisday of 2016. Attest: Berkley Insurance Compairy F, o 6 (Seal) BY B Je after Ira S.Lederman Executive Vice President&Secretary S iioi V President E WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. o STATE OF CONNECTICUT) N ) ss: V COUNTY OF FAIRFIELD ) Z 2016 b Ira S.Lederman and Swom,to before me, a Notary Public in the State of Connecticut,this 2 day o Y :Z Jeffrey M. Hafter who are sworn to me to be the.Executive Vice President and Secretary, and a Senior Vice President, respectively,of Berkley Insurance Company MARIA C.RUNDBAI<EN o NOTARY PUBLIC f V MY COMMISSION EXPIRES Notary Public,State dConnecticut APRIL 30,2019 CERTIFICATE I, the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true, correct 3 Y and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein,who executed the bond or undertaking to which this Power of Attorney is attached,is in full force and effect as of this date. Given under my hand and seal of the Company,this 26th day of January (Seal) Vincent P:Forte 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 Brock Huggins, President of Conatser Management Group, Inc., general partner of Conatser Construction TX, LP, 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; and That there are no claims pending for personal injury and/or property damages; On Contract described as: ALLIANCE TOWN CENTER NORTH (Founders Way&Hillwood Parkway) WATER and SANITARY SEWER IMPROVEMENTS DOE#: N/A CFA PRJ#: 2016-077 CITY PROJCT #: 100832 CITY OF FORT WORTH STATE OF TEXAS BERTHA C-IANULIS CONATSER CONSTR CTION TX,LP a iotocy Public,state of Texas My Commission Expires t ceptember 18, 2114 .94 Brock Huggins Subscribed and sworn to before me this 20h day of Janu . Notary Pu m Tarrant County, Texas FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Conaster Construction TX,LP. Alliance Town Center North At Founders Way DOE Inspector DOE Number Tommy McKinnon CPN# 100832 DOE Inspector Project Manager ❑Water ❑ Waste Water ❑ Storm Drainage ❑ Pavement Go al Sahu Initial Contract Annount Project Difjtculty $293,220.00 O Simple Routine Q Complex Final Contract Amount Date $326,329.00 2/21/2018 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 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 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 N 11 Property Restoration 5 N 12 After Hours Response 5 N 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 341 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 341 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 368 Rating([TS/MS] * 100%) 341 / 368 = 93% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >M%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector Signature Contractor Signature DOE Inspector' upervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS (D The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817) 392-7845 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date: 2/21/2018 Name of Contractor Project Name Conaster Construction TX,LP. Alliance Town Center North at Founders Way DO Inspector Project Manager Tommy McKinnon Go al Sahu DOE Number Project Difficulty Type of Contract CPN# 100832 0 Simple Routine 0 Complex ❑water ❑Waste Water ❑Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $293,220.00 $326,329.00 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 I Availability of Inspector y 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector y 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities3 Applicability of S ecifications 4 Display Of Professionalism y 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution y PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews,Labs y 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 1 Change Order Processing Time y 3 Communication 2 Timliness of Contractor Payments '� 4 Resolution of Utility Conflicts 3 Bid Opening to Pre-Con Meeting Timeframe II1)COMMENTS&SIGNATURES COMMENTS Signature Contractor c Signature DOE Inspector a�` Signature DOE Inspector's Supervisor INSPECTOR'S COMMENTS ' TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 1 Fax:(817)392-7845 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Alliance Town Center North at Founders Way PROJECT NO.: 100832 CONTRACTOR: Conaster Construction TX,Ll DOE NO.: N/A PERIOD FROM:05/29/18 TO: 02/09/18 FINAL INSPECTION DATE: 9-Feb-18 WORK ORDER EFFECTIVE: CONTRACT TIME: O WD*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 257 257 PERIOD PREVIOUS 257 257 PERIOD TOTALS 257 257 TO DATE *REMARKS: 54 CONTRACTOR DATE NSPECTOR DATE ENGINEERIN EP ART,\IENT ID The City of Fort Worth•1000 Throckmorton Street•Fort Worth,Thi 76012-6311 (817)392-7941 •Fax: (817)392-7845