HomeMy WebLinkAboutContract 46245-FP1 Department of TP&W Const.Services
DOE# Date (�
Project anager �0 YCITY SE
Risk Management Canad j ►T AVO RT H o CONTRA O• Z
D.O.E. Brotherton
CFA Westerman/Scannedi
The Proceeding people have been C ed ce Ing threquest for final
payment 8 have released this proied for such payment TION AND PUBLIC WORKS
Clearance Conducted By Shameka Kennedy PROJECT COMPLETION/ est elo 24/5
e1 ,�gtq'YMAell,?111e D.O.E.Ns: 7285
Regarding contract 117285 for NAVEL JOINT AIR STATION COMMERCIAL DRIVEWAY as requiireedbytthhe
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 Prices: $196,111.00
Amount of Approved Change Orders: NQ
Revised Contract Amount:
Total Cost Work Completed: $196,111.00
Less Deductions:
Liquidated Damages: Days®$210.00/Day
Pavement Deficiencies:
Total Deduction Amount:
Total Cost Work Completed: $196,111.00
Less Previous Payments: $0.00
Final Payment Due $196,111.00
RecomnAnded for Acceptance Date
Asst. Director, TPW - Infrastructure Design and Construction
— Z 4 Gi C..J 1�22L-04(
Acceptedl Date
Direc n ,TRANSPORTATION PUBLIC WORKS Y/�h
Asst. City Anager Date
Comments: C205-541200-203760234783
-EMAMMD EOFFICIALJ
MAY U 16 lwtwl (
FORT WORTH
CITY OF FORT WORTH
FINAL PAYMENT REQUEST
Contract Name NAVEL JOIN'AIR STATION COMMERCIAL DRIVEWAY
Contract Limits
Project Type STREETLIGHT
City Project Numbers 02347
DOE Number 7285
Estimate Number 1 Payment Number 1 For Period Ending InI2016
CD
City Secretary Contract Number 117285 Contract Time 60;D
Contract Date Days Charged to Date 348
Project Manager Loag Contract is 100.00 Complete
Contractor DURABLE SPECIALTIES
P O BOX 535969
GRAND PRAIRIE, TX 75053
Inspectors LAYER / ODEN
•4
Thursday,January 07,2016 Page 1 of 5
City Project Numbers 02347 DOE Number 7285
Contract Name NAVEL JOINT AIR STATION COMMERCIAL DRIVEWAY Estimate Number I
Contract Limits Payment Number 1
Project Type STREET LIGHT For Period Ending 1/7/2016
Project Funding
STREET LIGHT
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
I 2"CONDT PVC SCH 40 566 LF $9.00 $5,094.00 566 $5,094.00
2 1 112"CONDT PVC SCH 80 188 LF $18.00 $3,384.00 188 $3,384.00
3 NO 6 BARE ELEC CONDR 18 LF $1.00 $18.00 18 $18.00
4 NO 6 INSULATED ELEC CONDR 36 LF $1.00 $36.00 36 $36.00
5 NO 8 BARE ELEC CONDR 736 LF $1.00 $736.00 736 $736.00
6 NO 8 INSULATED ELEC CONDR 1472 LF $1.00 $1,472.00 1472 $1,472.00
7 INSTALL ELEC SERV PEDESTAL I EA $4,000.00 $4,000.00 1 $4,000.00
8 RDWY ILLUM ASSMBLY SPECIAL, 4 EA $500.00 $2,000.00 4 $2,000.00
9 SALVAGE STREET LIGIIT POLE 2 EA $910.00 $1,820.00 2 $1,820.00
10 RECONNECT CONDUCTOR I EA $1,500.00 $1,500.00 1 $1,500.00
11 GROUND BOX TYPE B W/APRON I EA $730.00 $730.00 1 $730.00
12 GROUND BOX TYPE D W/APRON I EA $750.00 $750.00 1 $750.00
13 RDWY ILLUM FOUNDATION 3 EA $1,440.00 $4,320.00 3 $4,320.00
14 RDWY ILLUM ASSMBLY 3 EA $4,200.00 $12,600.00 3 $12,600.00
Sub-Total of Previous Unit $38,460.00 $38,460.00
TRAFFIC SIGNAL
Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed
No. Quanity Total Quanity Total
I INSTALL ELEC SERV PEDESTAL 1 EA $4,000.00 $4,000.00 1 $4,000.00
2 2"CONDT PVC SCH 80 16 LF $9.00 $144.00 t6 $L44.00
3 2"CONDT PVC SCH 80 121 LF $18.00 $2,178.00 121 $2,178.00
4 3"CONDT PVC SCH 80 56 LF $10.00 $560.00 56 $560.00
5 3"CONDT PVC SCH 80 353 LF $20.00 $7,060.00 353 $7,060.00
6 3-SECT SIGNAL HEAD ASSMBLY 10 EA $900.00 $9,000.00 10 $9,000,00
7 5-SECT SIGNAL HEAD ASSMBLY I EA $1,400.00 $1,400.00 1 $1,400.00
8 FURNISH/INSTALL MODEL 711 PREEMPTION 3 EA $785.00 $2,355.00 3 $2,355.00
DETECTOR
9 FURNISHANSTALL MODEL 764 PHASE 1 EA $3,800.00 $3,800.00 1 $3,800.00
SELECTOR
10 FURNISH/INSTALL PREEMPTION CABLE 602 LF $2.00 $1,204.00 602 $1,204.00
Thursday,January 07,2016 Page 2 of 5
City Project Numbers 02347 DOE Number 7285
Contract Name NAVEL JOINT AIR STATION COMMERCIAL DRIVEWAY Estimate Number I
Contract Limits Payment Number l
Project Type STREETLIGHT For Period Ending 1/7/2016
Project Funding
11 FURNISHIINSTALL RADAR PRESENCE 4 EA $9,000.00 $36,000.00 4 $36,000.00
DETECTION DEVICE
12 FURNISIMNSTALL RADAR ADVANCE 2 EA $9,000.00 $18,000.00 2 $18,000.00
DETECTION DEVICE
13 FURNISH/INSTALL RADAR CABLE 1231 LF $2.00 $2,462.00 1231 $2,462.00
14 20/C 14 AWG MULTI CONDUCTOR CABLE 593 LF $6.00 $3,558.00 593 $3,558.00
15 6/C 14 AWG MULTI CONDUCTOR CABLE 454 LF $2.00 $908.00 454 $908.00
16 8/C 14 AWG NfULTi CONDUCTOR CABLE 187 LF $2.00 $374.00 187 $374.00
17 NO 6 INSULATED ELEC CONDR 310 LF $1.00 $310.00 310 $310.00
18 NO 8 BARE ELEC CONDR 606 LF $1.00 $606.00 606 $606.00
19 NO 8 INSULATED ELEC CONDR 1312 LF $1.00 $1,312.00 1312 $1,312.00
20 GROUND BOX TYPE D W/APRON 4 EA $750.00 $3,000.00 4 $3,000.00
21 FURNISHIINSTALL TYPE 41 SIGNAL POLE l EA $3,300.00 $3,300.00 l $3,300.00
22 FURNISH/INSTALL TYPE 43 SIGNAL POLE 1 EA $3,800.00 $3,800.00 l $3,800.00
23 FURNISHANSTALL TYPE 45 SIGNAL POLE 2 EA $5,500.00 $11,000.00 2 $11,000.00
24 INSTALL MAST ARM 16'-36' 1 EA $1,455.00 $1,455.00 1 $1,455.00
25 INSTALL MAST ARM 40'-48' 1 EA $1,900.00 $1,900.00 l $1,900.00
26 INSTALL MAST ARM 52'-60' 2 EA $2,685.00 $5,370.00 2 $5,370.00
27 TY 3 SIGNAL FOUNDATION 1 EA $2,200.00 $2,200.00 1 $2,200.00
28 TY 4 SIGNAL FOUNDATION 1 EA $2,700.00 $2,700.00 1 $2,700.00
29 TY 5 SIGNAL FOUNDATION 2 EA $2,800.00 $5,600.00 2 $5,600.00
30 SIGNAL CONTROLLER FOUNDATION I EA $2,495.00 $2,495.00 1 $2,495.00
31 FURNISHANSTALL CONTROLLER&CABINET 1 EA $13,450.00 $13,450.00 1 $13,450.00
GROUND
32 SALVAGE TRAFFIC SIGNAL I EA $3,000.00 $3,000.00 1 $3,000.00
33 FURNISH/INSTALL ALUM SIGN MAST ARM 3 EA $250.00 $750.00 3 $750.00
MOUNT
34 METRO SIGN 4 EA $600.00 $2,400.00 4 $2,400.00
Sub-Total of Previous Unit $157,651.00 $157,651.00
Thursday,January 07,2016 Page 3 of 5
City Project Numbers 02347 DOE Number 7285
Contract Name NAVEL JOINT AIR STATION COMMERCIAL DRIVEWAY Estimate Number I
Contract Limits, Payment Number 1
Project Type STREET LIGHT For Period Ending 1/78016
Project Funding
Contract Information Summary
Original Contract Amount $196,111.00
Chance Orders
Total Contract Price $196,111.00
Date �1� Total Cost of Work Completed $196,111.00
Contract Less %Retained $0.00
Net Earned $196,111.00 f
Date
Inspection SuEarned This Period $196,111.00
p rv' r
Retainage This Period $0.00
Date a7 Less Liquidated Damages
Project Manage
Days Q /Day $0.00
Date 'Z�' LessPavement Deficiency $0.00
Ir=red— /W-I,nfrrastru)cture Design and Construction Less Penalty $0.00
w• w Date Less Previous Payment $0.00
Director ontracting Department Plus Material on Hand Less IS'/o $0.00
Balance Due This Payment $196,111.00
Thursday,Jararary 07,2016 Page 4 of 5
City Project Numbers 02347 DOE Number 7285
Contract Name NAVEL JOINT AIR STATION COMMERCIAL DRIVEWAY Estimate Number I
Contract Limits Payment Number I
Project Type STREET LIGHT For Period Ending 1/7/2016
Project Funding
Project Manager Long City Secretary Contract Number 117285
Inspectors LAYER / ODEN Contract Date
Contractor DURABLE SPECIALTIES Contract Time 60 CD
P O BOX 535969 Days Charged to Date 348 CD
GRAND PRAIRIE, TX 75053 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 $196,111.00
Less %Retained $0.00
Net Earned $196,111.00
Earned This Period $196,111.00
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 $196,111.00
Thursday,January 07,2016 Page 5 of 5
FORTWORTH rev 03105107
DEPARTMENT OF ENGINEERING
FINAL STATEMENT OF CONTRACT TIME
FINAL STATEMENT NO.:1
NAME OF PROJECT: Naval Joint Air Statim Drive
PROJECT NO.: 02347 CONTRACTOR:Komab LLC
DOE NO.: 7285
PERIOD FROM:01/12/15 TO: 12/31/15 FINAL INSPECTION DATE: 31-Dae
WORK ORDER EFFECTIVE:1/12/2015 CONTRACT TIME: 60 0 • to
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.
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 0 0 0 0 348 348
PERIOD
PREVIOUS 0 0 0 0 0 0
PERIOD
TOTALS 0 0 0 0 348 348
TO DATE _
*REMARKS:
C NTRACTOR DATE INSPECYTM DATE
ENGINEERING DEPARTMENT
�- ! The City of Fort Worth•1000 Thtockmorton Street•Fort Worth,TX 76012-6311
(817)392-7941 •Fax:(817)392-7845
FORTWORTHREV:0=0/07
TRANSPORTATION AND PUBLIC WORKS
PERFORMANCE EVALUATION OF CONTRACTOR
I CONTRACTOR&PROJECT DATA
Name ojContractor Project Name
Komada IRB Commercial Driveway
DOE Inspector DOE Number
Weyman Oden 7285
I)OEhLipector Project Manager
❑ Water❑ Waste Water[_ Storm Drainage❑ Pavement Aaron Lon
Initial Contract Amount Project DiNculty
$196,111.00 0 Simple OQ Routine 0 Complex
Final Contract Amount Date
1$196,111.00 1/4/2016
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
I Submission of Documents 2 Y 4 8 8
2 Public Notifications 5 Y 4 20 20
3 Plans on Site 5 Y 3 20 15
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 3 20 15
11 Property Restoration 5 Y 4 20 20
12 After Hours Response 5 Y 4 20 20
13 Project Completion 5 N
TOTAL ELEMENT SCORE(A) 418
BONUS POINTS(25 Maximum)(B)
TOTAL SCORE(TS) 418
III)CONTRACTOR'S RATING
Maximum Score(MS)=448 21 sum of applicable element score maximums which= 423
Rating(ITS/MS]* 100%) 418 / 428 - 98%
Performance Category Excellent
<20%—Inadequate 20%to<40%—Deficient 40%to<60%—Standard 6000 to<80%=Good >_80%=Excellent
Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED)
Signature DOE Inspector L)&6, ►J ci Signature Contractor
ZN�t---
Signature DOE Inspector's Supervisor
CONTRACTORS 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
0
Komada, LLC 1!aOlq The Way To I'amonvn,
AFFIDAVIT
STATE OF Texas
COUNTY OF Bexar
Before me,the undersigned authority,a notary public in the state
and county aforesaid,on this day personally appeared Troy Blackmon,
Area Manager Of Komada,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;
N69450-13-D-1767 Commercial Vehicle In tion Site,NAVFAC SE
BY
roy Blackmon,Area Manager
Subscribed and sworn before me on this date 5th of February,2016.
��YA':"•.,4 JODEE SANFORD
f4oio CPub5c.state of as
Colon Expbes
N tary Pub i %�;„o FNxuary 16,2019
'4Bex
County,T s
12025 Starcnest Drive San Antonio,TX 78247 210.798.4120
www.komadalicrom
CONSENT OF SURETY OWIM ❑
TO FINAL PAYMENT ARCHITRCT ❑
.ALS Lkxw?wg G707 CONTRACTOR ❑
SURSIY ❑
Bond No. 105997821 i TfMR Q
TO OWNER: ARCHITHCTS PROJECT NO.:
pam"aweata mo
NAVFAC Southeast
IPT South Central Bldg 135,PO Box 30 CONTRACT FOR:N69450-13-D-1767 D.O40001
Jacksonville, FL 52212-0030
PROJECT CONTRACT DAT®:September 12,2013
rAkun -W-h-o
IGF Commercial Vehicle Inspection Site
Joint Reserve Base,Fort Worth,Texas
In accordance wfrb the provisions of the Contract between the Owner and the Contnwtor as Indkarted atxtve,the
r�+awaMariaev9►a►+�V!
Travelers Casualty and Surety Company of America
One Tower Square
Hartford CT 08183
SURHIY,
on bond of
rawern0001Mw,AA —QfCamnWk0
Komada,LLC
12025 Starcrest Drive
San Antonio TX 78232
CONTRACTOR,
hereby opprova of the Anal payment to the Contimor,and agrees that Anal payment to the Contractor shall not relieve the Sunny of
AM of ka obligattona to
(herr»AMM&Ww.II fGAV )
NAVFAC Southeast
IPT South Central Bldg 135, PO Box 30
Jacksonville FL 52212-0030
OWNIM
as set f*Th In laid Surety's bund.
IN WITNFSS WHEBROF,the Smety lras hereunto set Its hand on this date: February 8,2016
(hMMI p7lpah�16rN1oarl��Erb�rrf�Y�rNwwrrfc�MAt�IriarJ
Travelers Casualty and Surety C n fAmerica
(s►�i
By:
ts�p �T gr. adea,�p.mw,�wrna�
Attest
� Philip J.Monasch Attomey4n-Fad
«` Nicholas ro 7
Surety Witness rhAwMdw�nrdpVi1
0707---1994
GREAT AMERICAN INSURANCE COMPANY®
Administrative Office: 301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740
The nuhnber of persons authorized by
this power of attomey is not more than TWP
No.0 14972
POWER OFATTORNEY
KNOW ALi.MEN BY THESE PRESENTS:That the GRFATAMERICAN iNSURANCE COMPANY,a corporation organized and existing under
and by virtue of the laws ofthe State of0hio,does hereby nominate,constitute and appoint the person or persons named below,each individunlly ifmore than
one is named,its true and lawHd attorney-in-fad,for it and in its name,place and stood to execute on behalfof the said Company,as surety,any and all bonds,
undertakings and contracts of suretyship,or other written obligations in the nature thereof,provided that the liability ofthe said Company on arty such bond,
undertaking or contract of surclysl*executed muter this authority shall not exceed the limit staled below.
Name Address Limit of Power
PHILIP J.MONASCH RIKKI LYN BERTAGNOLLI BOTH OF BOTH
DENVER,COLORADO $100,WD.000
This Power ofAttomey revokes all previous powers issued on behalfofthe attorneys}in-fit named above.
IN WITNESS W Ill:REOF the GREATAMERiCAN iNSURANCF.COMPANY has caused these presents to be signed and attested by its appropriate
officers and its corporate seal hereunto affixed this 1ST day of DECEMBER 2015
Attest GREAT AMERICAN iNSURANCE COMPANY
Ankow gym. Dirt+loird Scalar Har P eaidm
SIXI E OF OHiO,COUNTY OF HAMILTON-ss: D,wo C MCtant t77-M-2405l
On tris 18T day of DECEMBER 2015 ,before me personally appeared DAVID C.KiTCHiN,to me
known,being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great
American Insurance Company,the Company described in aid which executed the above instrument;that he knows the seal ofthe said Company;tial the seal
affixed to the said instrument is such corporate scat;that it was so affixed by authority of his office under the By-Lows of said Company,and that he signed his
mune thereto by like authority.
N"PAMOOfft ,,�ae, a 4440Y
* EONSI&M
This Power ofAttormy is granted by authority ofthe following resolutions adopted by the Board of Directors of Great American insurance Company
by unanimous written consent dated Jute 9.2009.
RESOLVAD. 77&71 rhe Divisianal Pnrskdent,the several DWrional Senior VMe Presidents,Divisi inial Y e Presidrnis and Div/sora!Assistant Mee
Pmsidents,or any one of them,be and hereby is authm*eah front thne to Nine to appoint one or inore Attormyr-hr Facar to execute an behaf/of the C:oxrpaCt
as stavrX on),and all bathe,wdertaldngs and caninacts ofstintyshil,or other written ablWoam in the nature thereof,loprescribe their resppeaNve d iaks and
the respective hinits oftheir authority,and to revoke any each appabth rennt at ally/law.
RESOLVED FURTHER: That the CongwW seal and the sign atiov of ary ofthe q/rejaid gjicers and any Secretary or Assistant Srartay ofthe
Company nnmy be elved by facsimile to sty power of atarntey or eer•Idkale of either given for//At execution of aq,board,inidertakhrg,contract of vio"whig
or other w hien obltgratlar In/he nature thereof,such sigruttar and nal when so used behtg hereby adapted by the Coapay as the original sigrmlmr of mch
officer and the original seal ofthe Comparq,to be valid mid badhng iWi the Con paay with the sante fake and effect as though nnmuialh,a iived.
CERTUPICATiON
1,STEPHFN C.BERAHA,Assistant Secretary of Greal Ahuorican insurance Company,do herby certify that the foregoing Power efAttomcy and
the Raaohrtiow ofthe Board of Directors ofJune 9,2008 have not been revoked and are now in full Ibrce and efli:cl.
Signed and sealed this day of F E 8 O 8 20 16
44. e
As+adrouSKtean,•
0 Komada, LLC Leading The Way To Tomorrow
April 5,2016
Weyman Oden
Construction Inspector 1
Transportation and Public Works
8851 Camp Bowie West
Fort Worth,Texas 76116
RE: Commercial Vehicle Inspection Station
NAS Fort Worth,TX JRB
Dear Mr. Oden,
Please be informed that Liquidated Damages are being assessed by NAVFAC SE against
Komada,LLC for the Commercial Vehicle Inspection Station at Naval Air Station Fort Worth
Joint Reserve Base.
Komada, LLC will not be seeking recompense from the City of Fort Worth for any Liquidated
Damages assessed due to the project completing after the contracted Period of Performance.
Please contact me if you have questions or require additional information.
Respectfully,
Rick Kincaid
Area Construction Manager
Komada,LLC
CC: Troy Blackmon
File
12025 Starcrest Drive San Antonio,Texas 78247 210-498-4120
www.komadallc.com
FORTWORTHREV:02/22/07
TRANSPORTATION AND PUBLIC WORKS
CONTRACTOR'S EVALUATION OF CITY
PROJECT INFORMATION Date: 1/4/2016
Name of Contractor Project Name
Komada JRB Commercial Drive Way
DOE Inspector Project Manager
Woman Oden Aaron Lon
DOE Number Project Do'tculty Type of Contract
7285 0 Simple Q Routine 0 Complex E] Water❑ Waste Water❑ Storm Dralnag� Pavement
Initial Contract Amount Final Contract Amount
$196,111.00 $196,111.00
11)PERFORMANCE EVALUATION
0-Inadequate I -Deficient 2-Standard 3-Good 4-Excellent
ELEMENT RATING ELEMENT RATING
(0-4) (0-4)
INSPECTION EVALUATION PLANS&SPECIFICATIONS
1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions
2 Knowledge of Inspector d4 2 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 I Knowledge And/Or Problem Resolution
ADMINISTRATION 2 Availability of Project Manager
1 Chane Order Processing Time 3 Communication
2 Timliness of Contractor Payments 14 4 Resolution of Utility Conflicts
3 Bid Opening to Pre-Con Meeting Timeframe
III)COMMENTS&SIGNATURES
COMMENTSft!&= Gv�
Signature Contractor �►.,�
r
Signature DOE Inspector W e A M A", Dot ,-
Signature
ot ,-+Signature DOE Inspectors Supervisor �,sL
INSPECTOR'S COMMENTS ,
TRANSPORTATION AND PUBLIC WORKS
I ! The City of Fort Worth-1000 Throckmorton Street-Fort Worth,TX 76012-6311
(817)392-7941 -F2x:(817)392-7845