Loading...
HomeMy WebLinkAboutContract 47661-FP3 DepartTP & nager W Const. Services CP4V# � ZI Da Project a Risk Management ana CITY SECRET D.O.E. Brotherton ZT 0 RT H© CONTRACT NO. CFA Morales/Scanned Gutzler/Scanned D- The Proceeding people have been Con}acted concerning the request for final payment& have CATION AND PUBLIC WORKS released this project for such payment. F PROJECT COMPLETION Clearance Conducted B `Developer Projects) /ea nWm y _ j CIA 5 X11111 ed0117 City Project /o 02703 Regarding contract 02703 for PRIMROSE CROSSING PHASE 3B 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: $124,784.56 Amount of Approved Change Orders: X'o Revised Contract Amount: Total Cost Work Completed: $124,784.56 cc Recommended for Acceptance Date Asst. Director, TPW - Infrastructure Design and Construction c�. 47/0 Accepted Date ObDirecto , TRANSPORTATION & PUBLIC WORKS AssT-. City Manager Date Comments: APR 1 1 Z017 ���� ���•��.¢k��sT �� IST.%w"w:"TVns fx Rev.9/22/16 UIJtAf FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name PRIMROSE CROSSING,PHASE 3B Contract Limits Project Type STORM DRAIN City Project Numbers 02703 DOE Number 2703 Estimate Number 1 Payment Number I For Period Ending 3/20/2017 CD City Secretary Contract Number Contract Time 4GD Contract Date Days Charged to Date 234 Project Manager NA Contract is 100.00 Complete Contractor C.W.YOUNG CONSTRUCTION 210 S.SIXTH STREET MANSFIELD, TX 76063 Inspectors DICKINSON / CROWLEY Monday,March 20,2017 Page I of 4 City Project Numbers 02703 DOE Number 2703 Contract Name PRIMROSE CROSSING,PHASE 3B Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN For Period Ending 3/20/2017 Project Funding STORM DRAIN Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No, Quanity Total Quanity Total 1 TRENCH SAFETY 1166 LF $0.25 $291.50 1166 $291.50 2 21"RCP CLASS IFI 267 LF $50.05 $13,363.35 267 $13,363.35 3 24"RCP CLASS III 560 LF $57.50 $32,200.00 560 $32,200.00 4 36"RCP CLASS III 66 LF $92.00 $6,072.00 66 $6,072.00 5 42"RCP CLASS III 273 LF $118.56 $32,366.88 273 $32,366.88 6 5'STORM JUNCTION BOX 1 EA $5,200.00 $5,200.00 1 $5,200.00 7 10'CURB INLET 4 EA $3,355.00 $13,420.00 4 $13,420.00 8 15'CURB INLET 4 EA $4,290.00 $17,160.00 4 $17,160.00 9 4'DROP INLET 1 EA $2,285.00 $2,285.00 1 $2,285.00 10 REMOVE 48"HEADWALL 1 EA $775.83 $775.83 1 $775.83 11 INLET PROTECTION STAGE 1 9 EA $150.00 $1,350.00 9 $1,350.00 12 STORM DRAINA CONCRETE COLLARS 3 EA $100.00 $300.00 3 $300.00 Sub-Total of Previous Unit $124,784.56 $124,784.56 Monday,March 20,2017 Page 2 of 4 City Project Numbers 02703 DOE Number 2703 Contract Name PRIMROSE CROSSING,PHASE 313 Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN For Period Ending 3/20/2017 Project Funding Contract Information Summary Original Contract Amount $124,784.56 Change Orders Total Contract Price $124,784.56 L"_o 0 Date zzr� Total Cost of Work Completed $124,784.56 on ractor Less %Retained $0.00 A.tQ ro, Net Earned $124,784.56 D"anate cJ �CJ Earned This Period $124,784.56 Inspection Supervisor Retainage This Period $0.00 Date 4 � ` Less Liquidated Damages Proj ct Mana r 11Days @ /Day $0.00 `(!�' k(, AA t'(ate c LessPavement Deficiency $0.00 ITUs it ctori/TP`W-Infrastructure Design annd Construction Less Penalty $0.00 �+• Date I Less Previous Payment $0.00 Direct Contracting Departn t Plus Material on Hand Less 15% $0.00 Balance Due This Payment $124,784.56 Monday,March 20,2017 Page 3 of 4 City Project Numbers 02703 DOE Number 2703 Contract Name PRIMROSE CROSSING,PHASE 3B Estimate Number I Contract Limits Payment Number I Project Type STORM DRAIN For Period Ending 3/20/2017 Project Funding Project Manager NA City Secretary Contract Number Inspectors DICKINSON / CROWLEY Contract Date Contractor C.W.YOUNG CONSTRUCTION Contract Time 40 CD 210 S.SIXTH STREET Days Charged to Date 234 CD MANSFIELD, TX 76063 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 $124,784.56 Less %Retained $0.00 Net Earned $124,784.56 Earned This Period $124,784.56 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 $124,784.56 Monday,March 20,2017 Page 4 of 4 FORTWORTHe TRANSPORTATION AND PUBLIC WORKS STATEMENT OF CONTRACT TIME STATEMENT# FINAL STATEMENT# 1 Pro# 2703 NAME OF PROJECT: Primrose Crossing,Phase 3-B Contractor C.W.Young YEAR: 2016 PROJECT NO.: FINAL INSPECTION DATE 7/18/2016 2703 SVD CD CONTRACT TIME 160 x PERIOD FROM: 1 3/1/2017 TO: 1 3/15/2017 BEG - Month I IMEN7 (Y/N)IN WORK ORDER EFFECTIVE: 4/25/2016 y I MID /n n 146.3% DAY OF MONTH DAYS REASON FOR DAY OF MONTH DAYS REASON FOR CHARGED DAYS CREDITED CHARGED DAYS CREDITED 1 Wed 1 N/A 16 N/A 2 Thu 1 NIA 17 N/A 3 Fri 1 N/A 18 N/A 4 Sat 1 N/A 19 N/A 5 Sun 1 N/A 20 NIA 6 Mon 1 N/A 21 N/A 7 Tue 1 N/A 22 NIA 8 Wed 1 N/A 23 N/A 9 Thu 1 N/A 24 N/A 10 Fri 1 N/A 25 N/A 11 Sat 1 N/A 26 N/A 12 Sun 1 N/A 27 N/A 13 Moi: 1 N/A 28 N/A 14 Tue 1 N/A 29 N/A P:5: Wed 1 N/A 30 N/A 31 N/A NA Wkn&Hol Wea utl Oth Not Applicable SAT,SUN,and WEATHER UTILITIES OTHERS DAYS TOTAL DAYS HOLIDAYS RELOCATE CHARGED THIS PERIOD 0 0 0 0 0 PREVIOUS PERIOD 0 234 234 TOTAL TO DATE 0 0 0 0 234 234 REMARKS: Time Was Stopped 12/14/2016 Signature: I..J Signatur (Print Na ) x c� tci (Print Name) John Crowley CONTRACTO DATE ` ZZ �� INSPECTOR DATE ^IL 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 Joe Winchester, Proj. Manager Of CW Young Construction, 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; Primrose Crossing, Ph. 3B - K#2442 - City Project# 02703 BY Joe Winchester-Project Manager Subscribed and sworn before m on t 's date 27th of January, 2017. ll� Notary Public Tarrant, TX fVERETT W STEWART III My Commission Expires March 12,2019 210 South Sixth Ave. (817)477-1414 Mansfield, TX 76063 fax(817)473-6077 as a.r January 27, 2017 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth, TX 76102 RE: Primrose Crossing, Ph. 3B K# 2442 City Project# 02703 The purpose of this letter is to acknowledge that we have been paid in full by First Texas Homes, Inc for the public improvements constructed to serve Primrose Crossing, Ph. 3B in Fort Worth, Texas. As a result, we hereby waive, release and relinquish all rights to assert any claim or demand for lien in connection with this project. Please feel free to contact me with any questions you may have. Sin rely, c e inchester Projec Manager C.W. oung Construction 477.1414 BOND NUMBER 022053749 A� C t OWNER F] CONSENT F SURETY ARCHITECT El Y 1 FINAL PAYMENT CONTRACTOR Conforms with the American Institute of SURETY Architects,AIA Document G707 OTHER ❑ TO OWNER: First Texas Homes,Inc.and City of Fort Worth ARCHITECT'S PROJECT NO.: (Name and address) 500 Crescent Court#350 Dallas,Texas 75201 CONTRACT FOR: Water Sewer&Storm Improvement PROJECT: Primrose Crossing,Ph.3B CONTRACT DATED: �� t 97-0 (Name and address) In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the (Insert name and address of Suret)) Liberty Mutual Insurance Company 175 Berkeley Street,Boston,Massachusetts 02116 SURETY, on bond of (Insert nanve and address of Contractor) C.W.Young Construction,LP 210 S 6th Ave Mansfield,Texas 76063 ,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 (Insert name and address of Owner) First Texas Homes,Inc.and City of Fort Worth 500 Crescent Court Suite 350,Dallas,Texas 75201 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: January 24,2017 (Insert in writing the month followed by the numeric date and)ear.) Liberty Mutual Insurance Company (Surety) 4� Attest: (Sig)ahtre f zed reP esentatireauthori Sonia Lara,Attorney-in-Fact (Printed name and title) Libertx mutuil0 SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call toll-free for information or to Usted puede hamar al numero de telefono gratis make a complaint at para informacion o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 King of Prussia,PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages,rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection(111-1 A) de Texas Consumer Protection(111-1 A) P. O. Box 149091 P. O. Box 149091 Austin,TX 78714-9091 Austin,TX 78714-9091 FAX: (512) 490-1007 FAX#(512) 490-1007 Web: http://www.tdi.texas.gov Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento (TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de informacion become a part or condition of the attached y no se convierte en parte o condicion del document. documento adjunto. NP 70 68 09 01 LMS-15292 10/15 THIS GOWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No:7114583 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the°Companies�J,:pursuant to.and by-authority.herein set forth,does hereby name,constitute and appoint, Tomi J Pope Paul. -Bower Bill Ballrricfer,Richard-SIyi e .Candace Reynolds 13 -A Smith;Andrew P Clark,Kevin Claborn,Hilaria Tijerina Rachel Duncan,MelissaAlfaire,David WtVt9rgarf,Diand-Rd ez,Cotin-E Conly,=Mark Rozewiez,tAC-d a Grimes,Sonia Lara,Bryant Ahmed, Zia Reeves,Teresa Skertchly,Tod d:Tschantz;:alisha.Wes all of the city of Dallas state of-T- - each individually if there be more thap_vne named,Its true'arid:lawful attorney u1 fact-to make,execute,seal,acknowledge and deliver,for and on its behalf as surety andas its act ariddeed any_and all undertakings,bonds recognizances and other surety obligations in_porsuance of these presents and shall be as binding upon the Companies as if they have:been duly signed bythe president and attested byahe secretary of the C:pmpanies in their own proper persons. IN WITNESS WHEREOF,this Power ofm Attoeyties been subscribed byan.authorized officer or,official of he Companiesand the co�orate seals of the Companies have been affixed thereto this 16th day of September PNo Cast tiw P�1NsuRq �hlNsuyl American Fire and Casualty Company INsli a The Ohio Casualty Insurance Company N a V 190fi o 0 1919 n z o Liberty Mutual Insurance Company m v 191z �� y 1991 D West merican In Company N *' David M.Carey'-'Assistant Secretary C STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY G dOn this 16th day of September 2015 before me personally appeared David M. Carey,who acknowledged himself to be the Assistant Secretary of American Fire and v 11-- 0 ai Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being.authorized so to do, AW. 0.2 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. C ct > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. O 0. jp SP PAs, COMMONWEALTH OF PENNSYLVANIA +-'O Q:M �or+we, �� Notarial Seal �: ti < v Teresa Pastella,Notary Public By; .P_ LO O a) of Plymouth Twp.,Montgomery County Teresa Pastella,Notary Public y _ 3 My Commission Expires March 28;2017 �. aj 0-" YOB �� ���' Member,Pennsylvania Association of Notaries 0-E 0 AW P� 11. t4- Ceti This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance .(n c y Company,Liberty Mutual Insurance Company,and West American.Insurance Company which resolutions are now in full force and effect reading as follows: cy ARTICLE IV—OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the president,and subject O r_ to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, - y O•E acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective "a3 E powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so F. 0 q. executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >.0 the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. V c ARTICLE XIII-Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by,the chairman the president, , .> L and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, M D seal,acknowledge and deliver as surety any and all undertakings,bonds;recognizances and other surety obligations. Such attorneys-in-fact subject to-the limitations set forth in their 00 Z respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such Instruments and to attach thereto the seal of the Company.When so 0 C- executed such instruments shall be as-binding as if signed by the president and attested bobe secretary. 0-1 Certificate of Designation—The President"of the Company;=acting pursuant to he Bylaws gf the:Gompany_authonzes David M.Carey;Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behal#ofthe Company fo make execute,seal,acknowledge Grid deliver as-surety any:and all undertaki*,j_bonds,recognizances and other surety obligations. - - — — I Authorization-By unanimous consent of the Company s Board of Directors;the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy o6ryyj ower of attorney issued by the Company in connection wlttlsurety bonds,shall be valid"and binding upon the Company with . the same force and effect as though manually affixed - - _ I,Gregory W.Davenport,the undersigned Assistant Secretary,ofAmedc riFire and CasualtyCompany;The Ohio Casualty Insurance Company Liberty Mutual Insurance Company,and West American Insurance Company do hereby eeitify that the original:poweFof attorney ofn!hich the foregoing is a full #rtie and correetcopy:©f the Power of Attorney executed by said Companies,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 thiay f _- 20\ �,r1D CA.rU y(V IN.St, iNSUR -�P% tWSU.? - L3 m r'1 , 1906 o 0 1919 1912 s 1991 3 BY: Gregory W.Davenport,Assistant Secretary 149 of 500 LMS 12873 122013 - FORTWORTHREV:02/20/07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR&PROJECT DATA Name of Contractor Project Name C. W.Young Construction,LP Primrose Crossing Phase 3-13 DOE Inspector DOE Number John Crowley CPN#02703 DOE Inspector Project Manager ❑✓ Water❑� Waste WaterO Storm Drainage[] Pavement Khal Jaafari Initial Contract Amount Project Difftulty $366,129.10 0 Simple @) Routine 0 Complex Final Contract Amount Date $366,129.10 3/22/2017 II)PERFORMANCE EVALUATION 0-Inadequate I -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 3 20 15 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 3 60 45 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 4 20 20 I I Property Restoration 5 Y 3 20 15 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 3 20 15 TOTAL ELEMENT SCORE(A) 368 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 368 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating(ITS/MS] * 100%) 368 / 448 = 82% 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) Signature DOE Inspector Signature Contractor Signature DOE Inspector's Supervisor CONTRACTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS The Cit,of Fort Worth• 1000 Throckmorton Street•Fort Worth,TZ 76012-6311 ^v 91 (817) 392-7941 •Fax: (817)392-7845 FORTWORTHREV:02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: Name of Contractor Project Name C. W. Young Construction, LP Prunrose Crossing Phase 3-13 DOE Inspector Project Manager John Crowley Khal Jaafari DOE Number Project DcuJh T)pe of Contract CPN#2703 Q Simple Routine O Complex F] Water 21 Waste WaterO Storm Drainage❑ Pavement Initial Contract Amount Final Contract Amount $124,784.56 $124,784.56 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 3 1 Accurac of Plans to Existing Conditions 2 Knowledge of Inspector2 2 Clarity&Sufficiency of Details I/ 3 Accuracy of Measured Quantities 1-t 3 Applicability of Specifications t-/ 4 Display Of Professionalism 4 Accuracy of Plan Quantities C-/ 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting a Valve Crews,Labs t- 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager I Change Order Processing Time tj 3 Coimnunication (_ -T 2 Timliness of Contractor Pa netts 4 Resolution of Utility Conflicts 3 Bid O ening to Pre-Con MeetingTimeframe III)COMMENTS&SIGNATURES COMMENTS Signature Contractor I.J Signature DOE Inspector Signature DOE Inspector's Supervisor `� ✓c�� INSPECTOR'S COMMENTS TRANSPORTATION AND PUBLIC WORKS r The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817) 392-7845 T L • G 4. �,., „�..v�. SSR► FIRST TEXAS 0 HOMES March 27, 2017 Mr.Trey Stewart C.W.Young Construction, L.P. 210 S.Sixth Street Mansfield,Texas 76063 Re: Contract for Primrose Crossing, Phase 3B City Project No.47662 Dear Trey: This letter will document that First Texas Homes confirms that C.W.Young Construction, L.P. has completed the Work associated with the above-referenced contract in an appropriate time frame, subject to completion of any warranty or maintenance work as identified and required by the City of Fort Worth, and that no liquidated damages will be assessed by First Texas Homes in connection with the Work. First Texas Homes, Inc. L, \—, L,---_ Keith Hardesty Cc: John Crowley, City of Fort Worth Pete Werner 500 Crescent Court,Suite 350 • Dallas,Teaas 75201 • 214-613-3400 • Fax 214-432-0350 alk �v�v�v.l'ic5t'1'cxaSllcsiucg.com