Loading...
HomeMy WebLinkAboutContract 46800-FP1 C art ent of TP &W Const. Services CN# Dat _ AAi"f S�CR�TARY Project Manager Gam. Risk Management Cana V' AVO RT HO uuNTRACT NO D.O.E. Brotherton t CFA Westerman/Scanned 114 Esteban Perez/Scanned The Proceeding people have been Contacted concerning the request for final payment& have 'ATION AND PUBLIC WORKS released this project for such payment. F PROJECT COMPLETION Developer Projects) D6�7,27 ' Clearance Conducted By WAW&& /!r!,/L s� /�1/ City Project Ns: 02333 j ds-fr 541e8x Regarding contract 117275 for LIVE OAK CREEK PHASE 2, SECTION 1&2 as requited 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. �10- Original Contract Price: $299,173.00 Amount of Approved Change Orders: Ne Revised Contract Amount: Total Cost Work Completed: $299,173.00 Recommene for Acceptance Date Asst. Direct r, PW - Infrastructure Design and Construction (J" �� /l�Z i//,6 Accepted ✓ Date Direct r, TRANSPORTATIO LUBLIC WORKS Asst. City anager Date Comments: OFFICUAL RECORD DEC 01 2©1 CITYL�F��SECRE(TAR�Y i'I m r. ORT;G� TA's Rev.9/22/16 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name LIVE OAK CREEK PHASE 2,SECTION 1&2 Contract Limits Project Type STORM DRAIN,PAVING&ST LIGHT City Project Numbers 02333 DOL Number 7275 Estimate Number l Payment Number 1 For Period Ending 11/18/2016 CD City Secretary Contract Number 117275 Contract Time 120D Contract Date Days Charged to Date 358 Project Manager Ehia Contract is 100.00 Complete Contractor THB CONSTRUCTION,LLC 8105 ROYAL LANE STE 107 DALLAS, TX 75229 Inspectors LAYER / SCHARFENBERG I I . r Friday,November 18,2016 Page 1 of 4 i �I City Project Numbers 02333 DOE Number 7275 Contract Name LIVE OAK CREEK PHASE 2,SECTION I&2 Estimate Number I Contract Limits Payment Number 1 Project Type STORM DRAIN,PAVING&ST LIGHT For Period Ending 11/18/2016 Project Funding I STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total -------------- --------------------------- I ---- ------- --------- -------------- I 15'CURB INLET 1 EA $3,500.00 $3,500.00 1 $3,500.00 2 10'CURB INLET 2 EA $3,000.00 $6,000.00 2 $6,000.00 3 4'STORM JUNCTION BOX 1 EA $3,750.00 $3,750.00 1 $3,750.00 4 5'STORM JUNCTION BOX 1 EA $4,750.00 $4,750.00 1 $4,750.00 t 5 Y DROP INLET 1 EA $4,750.00 $4,750.00 1 $4,750.00 ` s 6 REMOVE DROP INLET 2 EA $750.00 $1,500.00 2 $1,500.00 7 42"RCP 305 LF $115.00 $35,075.00 305 $35,075.00 i 8 24"RCP 130 LF $65.00 $8,450.00 130 $8,450.00 9 21"RCP 20 LF $55.00 $1,100.00 20 $1,100.00 10 STONE RIP RAP,DRY 95 SY $85.00 $8,075.00 95 $8,075.00 k 11 TRENCH SAFETY 455 LF $1.00 $455.00 455 $455.00 i E ---- ---------------------------------- Sub-Total --- ------------ -------------------Sub-Total of Previous Unit $77,405.00 $77,405.00 k a PAVING t Item Estimated Estimated Completed Completed e Description of Items Unit Unit Cost p P No. Quanity= Total Quanity Total s ------------------------------ ----------- 1 ----- --- -- -----------1 6"CONC PVMT 6165 SY $37.50 $231,187.50 6165 $231,187.50 2 611 LIME TREATMENT 6591 SY $2.50 $16,477.50 6591 $16,477.50 3 LIME 98.9 TN $175.00 $17,307.50 98.9 $17,307.50 4 4"CONC SIDEWALK 510 SF $4.00 $2,040.00 510 $2,040.00 jj 5 4'BARRIER FREE RAMP 8 EA $1,450.00 $11,600.00 8 $11,600.00 r 6 REMOVE EXISTING CONCRETE SIDEWALK 99 SY $10.00 $990.00 99 $990.00 PAVEMENT 7 SWPPP 1 LS $3,500.00 $3,500.00 1 $3,500.00 k 8 TYPE III BARRICADE 58 LF $35.00 $2,030.00 58 $2,030.00 9 REMOVE STREET BARRICADE 116 LF $10.00 $1,160.00 116 $1,160.00 I 10 CONNECT TO EXISTING CONCRETE STREET 116 LF $10.00 $1,160.00 116 $1,160.00 PAVEMENT ------------ ---------------------- - Sub-Total -------- ---Sub-Total of Previous Unit $287,452.50 $287,452.50 Friday,November 18,2016 Page 2 of 4 i e City Project Numbers 02333 DOL Number 7275 Contract Name LIVE OAK CREEK PHASE 2,SECTION I&2 Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 11/18/2016 Project Funding Contract Information Summary Original ContractAmomrt $299,173.00 Change Orders Total Contract Price $299,173.00 1 �{ Total Cost of Work Completed Date P $299,173.00 Contractor Less %Retained $0.00 Date 11•I&A0 Net Earned $299,173.00 �4hspection S rvisorEarned This Period $299,173.00 G��� �JI� Retainage This Period $0.00 Date Less Liquidated Damages Project Manager / '` Days n /Day $0.00 F' Date .1t.1k LessPavement Deficiency $0.00 s. ect r PW-Infrastructure Design and Construction Less Penalty $0.00 d S v._ i Less Previous Payment $0.00 Directod Contracting Departmer Plus Material on Hand Less 15% $0.00 Balance Due This Payment $299,173.00 Friday,November 18,2016 Page 3 of 4 City Project Numbers 02333 DOE Number 7275 Contract Name LIVE OAK CREEK PHASE 2,SECTION 1&2 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 11/18/2016 Project Funding I Project Manager Ehia City Secretary Contract Number 117275 Inspectors LAYER / SCHARFENBERG Contract Date Contractor THB CONSTRUCTION,LLC Contract Time 120 CD 8105 ROYAL LANE STE 107 Days Charged to Date 358 CD f DALLAS, TX 75229 Conti-actis .000000 Complete s E t CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded —— ———————---— —— ——- - i 1 s 1 — - 1 a Z Total Cost of Work Completed $299,173.00 Less %Retained $0.00 Net Earned $299,173.00 k N Earned This Period $299,173.00 Retainage This Period $0.00 - Less Liquidated Damages 0 Days @ $0.00 /Day $0.00 'h LessPavement Deficiency $0.00 Less Penalty $0.00 4 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 1 Balance Due This Payment $299,173.00 3 Friday,November 18,2016 Page 4 of 4 e 1 FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.: 1 NAME OF PROJECT: Live Oak Creek Phase 2 Sec 1 &2 PROJECT NO.: CPN 2333 CONTRACTOR: THB Construction DOE 7275 DOE NO.: 7275 PERIOD FROM:10105115 TO: 09/262016 FINAL INSPECTION DATE: 26-Sep-16 WORK ORDER EFFECTIVE: 10/5/2015 CONTRACT TIME: 120 o WD a 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 358 PERIOD PREVIOUS PERIOD TOTALS 358 TO DATE *REMARKS: CONTRACTOR DATE lt'(SftCTA DATE ENGINEERING DEPARTMENT � ! The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax:(817)392-7845 DEVELOPER-AWARDED-PROJECT CHANGE ORDER FP,OJ_CT NAME: J,UVE OAKCREEK-PHASE 2.SECTIONS 1 AND 2 CHANGE jCONTRACT: 1UNITV:STREETUGHTINMG IMPROVEMENTS ORDER No: ICPA# 2015-021 CITY PARTICIPATION: NO CIT YPROJECT m' 2333 DOE* 727; bVkTER PROJECT m P255-6001502333-00 V1 SEINER PROJECT# P275-7001302333-00 FILE# (W-2333 INSPECTOR: Phone No: PROJECT MANAGER: JASON M.KAISER,P.E. Phone No: (214)402-8146 CONTRACT UNIT WATER SEWER PAVING DRAINAGE STREETLIGHTS CONTRACT Developer �Dovelopor Dost Developer Developer DAYS Cost Cky Coat Cost CI Cost (Cost CItY Cost Cost Cott Cost _Cky Cost ORIGINAL CONTRACT $132.600.00 I $166,573.00 $287,452.50 577.406.00 11 566.260.00 EXTRAS TO DATE _ 1 CREOITS TO DATE 1 CON7R.-C7 TO DATE $132,600.00 0.011 S166.573.00SO.00 S287A5250 $0.00 577.605.00 50.00 S66.264.00 I $0.00 0 AMOUNT OF PROP.CHANGE ORDER I REVISE:CON-FAC-AMOUNT 5132.600.00 $0.00 $166,573.00 $0.00 SwA62.60 50.00 577.405.00 SO.00 50-00 $0.00 D IOTA L REVISED CONTRACT AMOUNT PER UNR 5132.600.00 5166.573.00 $287.452.60 577.405.00 50.00 REVISED COST SHARE Dev.Cost: S664,030.S0 City Coat S0.00 TOTAL REVISED CONTRACT $664,030.50 Revised:10-12-2011 Page 1 You are duet:ed:c rna�e Ma'cl!esino changes,n the contract"__cun_n s: CITY BID ITEM PAY REM# # QUANTITY UNIT ITEM DESCRIPTION UNIT PRICE TOTAL 34 41 20 3441.3101 7 I EA I 100W HPS PC Lighting Fixture S 2.500.00 S 17 500.00 35 41 20 t'3" 7 EA I R Illum Foundation TY 1.2 S 2500.00 S 17.500.37 35 41 20 3441.3002 1 7 EA Rdwy Ilium Assembty TY 8.11,D-25,and 0-30 1 S 2.5CO.00 S 17.500.00 26 05 33 3441.3011 222 I LF 2"CONDT PVC SCH 40 M S 15.50 S 3.441.00 34 41 10 1 3441.1408 566 LF NO 6 Insulated Alum Condr I S 15.501 S 10.323.00 REASONS FOR CHANGE ORDER Wrth the project being in the County,streetlights Add be insitalled according to ONCOR standards&specifications;and therefore will be delated from this contract. RECOMMENDED: APPROVED: APPROVED: JBI/PAR ==--'RS INC_ LIVE OAKDEVELO?p9ENT4D,LLC THBCO AAV,,v. By 31 f'�• v ���,1 By: Name: JASON M KAISER.P.E. Name: TERRY SANDLIN Name Title: PROJECT MANAGER Title: 11ANAGING MEMBER, Title: OWNER 2.* l b Revised:10-12-2011 Page 2 CONDITIONAL WAVER AND RELEASE ON FINAL PAYMENT Project_Live Oak Creek Phase 2 Section I &2 Job No.SAN 003 On receipt by the signer of this document of a check from(Live Oal:Development 40,LL)in the sum of $(99,098.21)payable to(TI1B Construction,LLC)and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute,any common law payment bond right, any claim for payment,and any rights under any similar ordinance,rule,or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of(Live Oak Development LLC)located at (Ft Worth,TX)to the following extent:(Grading,Retaining Walls Wa(er,Sewer,Drainnge,Paving). This release covers the final payment to the signer for all labor,services,equipment,or materials furnished to the property or to(Live Oak Development 40 LLC and Irl Worth Municipal District No.21. Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers,subcontractors,materialmen,and suppliers for all work,materials, equipment,or services provided for or to the above referenced project up to the date of this waiver and release. TFIB Construction,LLC Date 10.18.2016 By: Printed a►ne:(Travis Boney) Title:(Sole Member) STATE OF TEXAS § COUNTY OF Dallas § This instrument was acknowledged before me on the 1811 day of_October__, 2016_, by (Travis Bonet'),(Sole Member)of(TH B Construction,LLC),for the consideration herein expressed,on behalf of .............. � ir tyrt'4otai'y *Pin nd for the t� STATE OF TEXAS �0.l 1646673.1/000001.000001 OKLAHOMA SURETY COMPANY Affidavit With respect to Bond No. 1012794 ,we hereby request the following: ❑ Release of Retainage ❑ Final Payment in the sum of$ 0.00 We hereby make the following declarations and agreements: 1.The amount owed by us to the subcontractors, suppliers, etc., for this project is $ 0.00 (Please attach a separate list of names and amounts.) 2. If complete,the date of completion was 10.07.2016 3. If not complete, the anticipated completion date is -- 4. The final contract price, including change orders, etc. is $ 990,982.09 The money received by us, in accordance with your consent,will be used exclusively to pay outstanding bills on this contract and for no other purpose until all bills are paid on this contract. i 10.18.2016 THB CojtstNuction,4C (Date) ont tor} i I LT' ontraet r s Signature} �— f Witnessed this 7th day of October personally appeared Travis Boneyand made oath fat the above statements are true. f {Commission} {Notary ublic} Misty Moreno (Commission No.) {Typed rtt }w P�B o �n T�jc of : TXO-1 012794 OZVNER (� CONSENT OF SURETY ARCMTECT ❑ TO FINAL PAYMENT CONTRACTOR Conforms with the American Institute of SURETY ❑ Architects,AIA Document G707 OTHER ❑ TO OWNER: City of Fort Worth,City Hall ARCHITECTS PROJECTNO.: 1000 Throckmorton St. Fort Worth,Texas 76102 13 (Namemhdaddreg) and Live Oak 40 Development,LLC CONTRACTFOR: Live Oak Creek,Phase 2,Sects 1&2 Water,Sanitery Sewer,Storm Drain,Paving,Street&Light Improvements PROJECT: Live Oak Creek,Phase 2,Sects 1 &2 CONTRACT DATED: (Nome aid address) Fort Worth,Texas 76102 February 25,2015 In accordance with the provisions ofthe Contract between the Owner and the Contractor as indicated above,the (fluerl name oad address ofsarety) Oklahoma Surety Company i t 1437 S. Boulder Avenue,Ste.200 Tulsa,OK 74119 ,SURETY, on bond of t i (Lueri name and address ofCmnradar) E THB Construction,LLC 3 1544 Vaiwood Pkwy., a Carrollton,Texas 75006 ,CONTRACTOR, t hereby approves of the final payment to the Contractor,and agrees that fnn[payment to the Contractor shall not relieve the Surety of any E of its obligations to (Insert naujo aryl address ofamer) City of Fort Worth,City Hall and Live Oak 40 Development,LLC OWNER, ii as set forth In said Surety's bond. - i IN IMNESS AVEIEREOF,the Surety has hereunto set its hand on this date: November 1,2016 (Luert In rrrithhg the month followed by rhe nunheric dare and year.) i Okiahom Surety Company , 1i�lUttq 1/r (Surely) _ gt Attest: ': 1 j , P. _ (Slg Ince ofaut torized rlp'resWtaffiler o Linda S.Nichols Attorney-in-Fact a (Printed nate and title) ''111rl,Titltri�}�� ' t f LMS-12J34 10101 OKLAHOMA SURETY COMPANY 1437 SOUTH BOULDER,SUITE 200 •TULSA, OKLAHOMA 74119 -918-587.7221 -FAX 918-588-1253 POWER OF ATTORNEY. KNOW ALL MEN BY THESE PRESENTS, That the OKLAHOMA SURETY COMPANY a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below,each Individually If more.than one Is named-,Its true and lawful attorney-in-fact,for It and In Its name,place and stood to execute on behalf of the said Company,as surety, any and all bonds,undertakings and contracts of suretyship,or other written obligations In the nature thereof, James W. Leeker, Linda S. Nichols and Linda J.Peeples,allot ROCKWALL,TX IN WITNESS WHEREOF,the.OKLAHOMA SURETY COMPANY has caused these presents to be signed and attested by Its appropriate officers and ll?,gQrporate seal hereunto affixed this 09- day of March 2015 4il, .qN, SEAL OKLAHOMA SURETY COMPANY ATTEST: Secretary TODD BA7ATA VICE PRESIDENT On this 09-day of March 2015 before me personally appeared- TODD BAZATA to me known,being I duty sworn,deposes and says that s/he resides In Broken Arrow,Oklahoma,that s/he is a Vice President of Oklahoma Surety Company,the company described In and which executed the above Instrument;that s/he knows the seal of the said Company;that the seal affixed to the sold Instrument Is such corporate seal;that it was so affixed by authority of herihis office under the By-Laws of sold Company,and that s/he signed his name thereto by like authority- Commisslontl 11008253 STATE-OF OKLAHOMA -,zn*5 My C(LM"ll"Ton expiritw COUNTY OF TULSA JULIE AL HAN Notary Public This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Oklahoma Surety Company by unanimous written consent dated September 25,2009. RESOLVED: That the President,the Executive Vice President,the several Senior Vice Presidents and Vice Presidents or any one of(hem, be and hereby Is authorized,from time to time,to appoint one or more Altomeys-In-Fact to execute on behalf of the Company,as surety,any and all bonds,undertakings and contracts of suretyship,or otherwritten oibilgallons In the nature thereof;to proscribe their respective duties and the respective limits of their authority;and to revoke any such-appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,undertaking,contract of §urelyship,or other written obligation In the nature thereof,such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Qompany,to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION SHARON HACKL- Secretary of Oklahoma*Surety Company,do hereby ce ify chat the foregoing Power of Attorney and the Resolutions of the Board of Directors of September 25,2009 have not been revoked and are now i force and feet, /O� I Signed and sealed this day of SHARON HACKL Secretary VOID IF BOX 15 EMPTY FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name THB Construction Live Oak Creek Phase 2 Sec 1&2 Inspector City Project Number Roy Scharfenberg 2333 Construction Components Project Manager E) Water o Waste Water ❑ Storm Drainage ❑ Pavement Fred Ehia Initial Contract Amount Project Dculty $299,173.00 Simple o Routine O Complex Final Contract Amount Date $299,173.00 10/26.16 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 3 8 6 2 Public Notifications 5 Y 3 20 15 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 3 60 45 9 Daily Clean Up 5 Y 3 20 15 10 Citizen's Complaint Resolution 5 Y 3 20 15 11 Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 3 20 15 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 366 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 366 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MS] *100%) 366 / 448 = 82% Performance Category Excellent <20%=Inadequate 20%to<40%=Deficient 40%to<60%=Standard 60%to<80%=Good >_80%=Fxcellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Inspector Signature Contractor Signature Inspector's Supervisor Signature CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•8851 Camp Bowie West Blvd.•Fort Worth,TX 76116•(817)392-8306 AFFIDAVIT STATE OF Texas COUNTY OF Dallas Before me,the undersigned authority,a notary public in the state and county aforesaid,on this day personally appeared Travis Boney, Sole Member Of THB Construction,LLC,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; Grading,Ret Wall,Water,Sewer,Draina e, Paving-Proj 2333/DOE 7275 BY *TravisBo ey/Sole Member Subscribed and sworn before me on this date 28th of October, 2016. Not y Public - a''•.o , P `,° n:�• County State 6 !R s ��,11,//pl20i 711'`"\\\\\.` i FORTWORTH RPV:02`22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY 1)PROJECT INFORMATION Date:� 101'Z$ / Nnme nj arb•ncln�Ca L�/Yl�( Project A'uo• P'4 2 �: -44� DOEInspector Project Manager DOENumber ProjectDffilculq, 7}p ofConmrct Q Simple Routine Q Complex [Water [.Waste Water [+Storm Drainage 19 Pavement Initial Contract Amount Final Contract Amount -1 Z ��.�_ - 990 - --�- In PERFORMANCE EVALUATION 0-Inadequate 1-Deficient 2-Standard 3-Good 4-Excellent ELEMENT //'' RATING ELEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS A_ 1 Availability of Inspector I Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Dispigy DisplayOf Professionalism 4 Accuracy ofPlm Quantities 5 Citizen Complaint Resolution _ PROJECT MANAGER EVALUATION 6 Performance-Sqt!!!!S up Valve Crews,Labs I Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability ofPro'ectManager I Change Order Processing Time 3 Communication 2 Timliness of Contractor Pa eats 4 Resolution ofUtiUty Conflicts 3 Bid 2pening Openingto Pre-Con Mwft Timeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor I Signature DOE Inspector Signature DOE Inspector's Supervisor o� INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941•Fax:(817)392-7845