Loading...
HomeMy WebLinkAboutContract 49552-FP1 Department T W Const.Service GPN# Date Frok men an ger Risk RT WORTH Risk Managet, a y CRY SECETAW D.O.E. Brotherton C01A�1� 5 -' CFA Morales!Scanned 4 GutzlerlScanned The Proceeding people ave been Contacted concerning the request for final payment&have 'ATION AND PUBLIC WORKS released this project for such payment. ►F PROJECT COMPLETION aBS-3 Developer Projects) Clearance Conducted By City Project Ns: 100853 -- -- -- — cS'#4�9f.S.Z. Regarding contract 100853 for HAWTHRONE MEADOWS 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 Transportation&Public Works Department has accepted the projq-sig . MAY 17 2018 1 Original Contract Price: � $432,921.80 Amount of Approved Change Ordkk. - N9 Revised Contract Amount: �\ Total Cost Work Completed: $432,921.80 1-7 Y Recomm cceptance Date Asst. Dire r, PW - Development Services Accepted Date Asst. Director, WATER DEPARTMENT Asst. City Manager Date e ;4 j? Comments: OFFICIAL RECORD � �Ar CITY seCRr" �,e w Rev.9/22/16 MAY 17 2018 � �(� p 0$ - ) 0 6 �J�3 City Project Numbers 100853 61� DOE Number 0853 Contract Name HAWTHORNE MEADOWS PHASE 2 Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/9/2018 Project Funding Project Manager NA City Secretary Contract Number Inspectors OWEN / MABRY Contract Date Contractor BURNSCO CONSTRUCTION,INC. Contract Time 180 CD 6331 SOUTHWEST BLVD Days Charged to Date 190 CD FORT WORTH, TX 76132 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 $432,921.80 Less %Retained $0.00 Net Earned $432,921.80 Earned This Period $432,921.80 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 $432,921.80 Friday,April 13,2018 Page 4 of 4 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name HAWTHORNE MEADOWS PHASE 2 Contract Limits Project Type WATER&SEWER City Project Numbers 100853 DOE Number 0853 Estimate Number 1 Payment Number 1 For Period Ending 4/9/2018 CD City Secretary Contract Number Contract Time 18CD Contract Date Days Charged to Date 190 Project Manager NA Contract is 100.00 Complete Contractor BURNSCO CONSTRUCTION,INC. 6331 SOUTHWEST BLVD FORT WORTH, TX 76132 Inspectors OWEN / MABRY Friday,April 13,2018 Page 1 of 4 City Project Numbers 100853 DOE Number 0853 Contract Name HAWTHORNE MEADOWS PHASE 2 Estimate Number I Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/9/2018 Project Funding WATER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --—————--—————————————--———— ---------- 1 8"PVC WATER PIPE 4655 LF $21.70 $101,013.50 4655 $101,013.50 2 1"WATER SERVICE 76 EA $780.00 $59,280.00 76 $59,280.00 3 1 1/2"WATER SERVICE 7 EA $1,300.00 $9,100.00 7 $9,100.00 4 8"GATE VALVE 19 EA $1,200.00 $22,800.00 19 $22,800.00 5 FIRE HYDRANT 5 EA $3,550.00 $17,750.00 5 $17,750.00 6 DUCTILE IRON WATER FITTINGS 5.8 TN $3,600.00 $20,880.00 5.8 $20,880.00 W/RESTRAINT 7 8"WATERLINE LOWERING 7 EA $4,600.00 $32,200.00 7 $32,200.00 8 CONNECTION TO EXISTING 4"-12"WATER 2 EA $800.00 $1,600.00 2 $1,600.00 MAIN 9 TRENCH SAFETY 4655 LF $0.10 $465.50 4655 $465.50 -------------------------------- ------- -- Sub-Total of Previous Unit $265,089.00 $265,089.00 SEWER Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Tota[ -------------------------------------- ---- 1 ------- -------- -------------- 1 8"SEWER PIPE 2248 LF $28.60 $64,292.80 2248 $64,292.80 2 4'MANHOLE 15 EA $2,670.00 $40,050.00 15 $40,050.00 3 CSS ENCASEMENT FOR UTILITY PIPES 240 LF $22.00 $5,280.00 240 $5,280.00 4 CONCRETE ENCASEMENT FOR UTILITY PIPES 204 VF $60.00 $12,240.00 204 $12,240.00 5 4'EXTRA DEPTH MANHOLE 40 EA $130.00 $5,200.00 40 $5,200.00 6 MANHOLE VACUUM TESTING 15 EA $110.00 $1,650.00 15 $1,650.00 7 4"SEWER SERVICE 47 EA $650.00 $30,550.00 47 $30,550.00 8 CONNECT TO EX 10"SS TO 8"SS 5 LF $590.00 $2,950.00 5 $2,950.00 9 TRENCH SAFETY 2248 LF $1.00 $2,248.00 2248 $2,248.00 10 POST CCTV INSPECTION 2248 LF $1.50 $3,372.00 2248 $3,372.00 Sub-Total of Previous Unit $167,832.80 $167,832.80 Friday,April 13,2018 Page 2 of 4 City Project Numbers 100853 DOE Number 0853 Contract Name HAWTHORNE MEADOWS PHASE 2 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER&SEWER For Period Ending 4/9/2018 Project Funding Contract Information Summary Original Contract Amount $432,921.80 ChanIze Orders Total Contract Price $432,921.80 9A, Date '49 Total Cost of Work Completed $432.921.80 Contracto / Less %Retained $0.00 Date Net Net Earned $432,921.80 Ins ction Supervisor Earned This Period $432,921.80 Retainage This Period $0.00 Date I Less Liquidated Damages P;kI Days @ /Day $0.00 Date V7 LessPavement Deficiency $0.00 Asst. ec r/TPW // Less Penalty $0.00 `d C Date .ria-/9 Less Previous Payment $0.00 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $432,921.80 Friday,April 13,2018 Page 3 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION & PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.: NAME OF PROJECT: Hawthorne Meadows Phase II PROJECT NO.: 100853 CONTRACTOR: Burnsco DOE NO.: PERIOD FROM:10/03/17 TO: 04/10/18 FINAL INSPECTION DATE: 10-Apr-18 WORK ORDER EFFECTIVE: CONTRACT TIME: 180 a WD o 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 DAYS TOTAL &HOLIDAYS &TOO COLD RELOCATIONS OTHERS* CHARGED DAYS THIS PERIOD PREVIOUS PERIOD TOTALS TO DATE 190 190 *REMARKS: CONTRACTOR DATE INSPECTOR DATE ENGINEERING DEPARTMENT s The City of Fort Worth•1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-7941 •Fax: (817)392-7845 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Hawthorne Meadows Phase II PROJECT NUMBER: 100853 DOE NUMBER: WATER PIPE LAID SIZE TYPE OF PIPE LF Yes 8" PVC 4655 FIRE HYDRANTS: 5 VALVES(16" OR LARGER) PIPE ABANDONED SIZE TYPE OF PIPE LF NA DENSITIES: NEW SERVICES: 1" Copper 1216 1.5" Copper 112 SEWER PIPE LAID SIZE TYPE OF PIPE LF Yes 8" PVC 2248 PIPE ABANDONED SIZE TYPE OF PIPE LF NA DENSITIES: NEW SERVICES: 4" PVC 1222 TRANSPORTATION AND PUBLIC WORKS , Fk The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 FORTWORTHREV:8/20/16 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR 1) CONTRACTOR&PROJECT DATA Name of Contractor Project Name Burnsco Hawthorne Meadows Phase II Inspector City Project Number Matthew Mabry 100853 Construction Components Project Manager - 10 Water 0 Waste Water ❑ Storm Drainage ❑ Pavement Gopal Sahu Initial Contract Amount Project Diff culty $432,921.80 D Simple o Routine o Complex Final Contract Amount Date $432,921.80 4/10/2018 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 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 3 60 45 8 Traffic Control Maintenance 15 Y 4 60 60 9 Daily Clean Up 5 Y 2 20 10 10 Citizen's Complaint Resolution 5 N 11 Property Restoration 5 N 12 After Hours Response 5 N 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 363 BONUS POINTS(25 Maximum)(B) III)CONTRACTOR'S RATING TOTAL SCORE(TS) 363 Maximum Score(MS)=448 or sum of applicable element score maximums which= 388 Rating([TS/MS] x 100%) 363 / 388 = 94% 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 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 FORTWORTHREV:02'22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 4/10/2018 Name of Contractor Project Name Burnsco Hawthorne Meadows Phase II DOE Inspector Project Manager Matthew Mabry Gopal Sahu DOE Number Project Dffculty Type of Contract Simple 0 Routine o Complex o water o waste water ❑ Storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $432,921.80 1$432,921.80 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 1 Availability of Inspector 1 Accuracy of Plans to Existing Conditions (. 2 Knowledge of Inspector Ll 2 Clarity&Sufficiency of Details 3 Accuracy of Measured Quantities 13 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 L 1 Change Order Processing Time 3 Communication 2 Timliness of Contractor Payments 4 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,TZ 76012-6311 (817)392-7941 •Fax: (817)392-7845 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 022056872 PROJECT: (name, address)Hawthorne Meadows Phase 2-Water, Sanitary Sewer and Storm Drainage Improvements Fort Worth TX TO (Owner) ID.R. HORTON-TEXAS,LTD AND CITY OF FORT ARCHITECT'S PROJECT NO: WORTH CONTRACT FOR: 6751 North Freeway Hawthorne Meadows Phase 2-Water,Sanitary Sewer and Storm Drain Improvements Fort worth TX 76131 CONTRACT DATE: CONTRACTOR: BURNSCO CONSTRUCTION, INC. 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) LIBERTY MUTUAL INSURANCE COMPANY 175 Berkeley Street Boston MA 02116 , SURETY COMPANY on bond of (here insert name and address of Contractor) BURNSCO CONSTRUCTION, INC. 6331 Southwest Boulevard Benbrook TX 76132 , 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) D.R. HORTON -TEXAS, LTD AND CITY OF FORT WORTH 6751 North Freeway Fort Worth TX 76131 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 11th day of April, 2018 LIBERTY MUTUAL INSURANCE COMPANY I � �AWte Surety Company Att st:K lly stbrook (Seal): Signa re of Authorized Representative Soohinie Hunter 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 THIS POWER 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. Liberty Mutual Insurance Company Certificate No.7988828 The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation 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 West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Robbi Morales;Don E.Cornell;Sophinie Hunter;V. DeLene Marshall;Tina McEwan; Ricardo.J. Reyna Kelly A Westbrook all of the city of Dallas —,state of TX each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 24th day of January 2018 It I �SJP�oercNSU'yg2� 2 SAroe s^�q1 Fn M1wQ,�`�,v.Nc rni,v�^ W The Ohio Casualty Insurance Company to o 1919 0 1912 �° 1991 T Liberty Mutual Insurance Company m s a West merican Insurance Company (A /1 1`N J ncNus -F n'o1nNM ///J rn Q� By STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary '- COUNTY OF MONTGOMERY On this 24th da of January 2018 � Y ,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance L) = Company,The Ohio Casualty Company,and West American Insurance Company, and that he,as such, being authorized so to do, execute the foregoing instrument for the purposes y,� p_ therein contained by signing on behalf of the corporations by himself as a duly authorized officer. d Wto a > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. `00, O 9t' PAsp COMMONWEALTH OF PENNSYLVANIA Q M ON W F Notarial Seal 4. N = v Teresa Pastella,NotaPublic By: 04 i OF O Upper Marion Twp.,Montgomery County Teresa Pastella,Notary Public y i ��P My Commission Expires March 28,2021 N O Z 'ISYLNP' tiG S� tl .,.. QTq�, gV Member,Pennsylvania Association of Notaries d R C CZ This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 0)p 6" Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: :�o c 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 C cto 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,_ 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 'a E rpowers 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 d p c 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 >-O 'a 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. m CD 04 = 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 or the president, d 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 o 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 o? 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 00 executed such instruments shall be as binding as if signed by president and attested by the secretary. O m Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- ~ fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. 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 of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of 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 this l day of D&I 201 . � -1 NS( �,tNSUn, �lNSuq �J�pNYr.R.9i�"92C� J�J�'J�f��'F��F i�\t'�pNCONnie�'C(n 0 1919 n 1912 ° 1991 } By: O o Q i Renee C.Llew ssistant Secretary 125 of 400 LMS 12873 022017 Liberty Mutual. SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener information 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 information 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 1.9406-2755 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 information 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 (111-1A) de Texas Consumer Protection (111-1A) 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: hnp•//www.tdi.texas.gov E-mail: ConsumerProtectiongtdi.texas.gov E-mail: ConsumerProtectiongtdi.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 information become a part or condition of the attached y no se convierte en parte o condition del document. documento adjunto. NP 70 68 09 Ol LMS-15292 10/15 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 Ab Grantges, Contract Manager of Burnsco Construction, Inc., known to me to be a credible person, who being 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; Hawthorne Meadows Phase 2—Water, Sanitary Sewer and Storm Drain BY � . Ab Grantges, Contract Manager Subscribed and sworn before me on this date 12' of April, 2018. Not Public Tarrant County, Texas MARY PANWL.L t YP i Notary Public,Stc? caf 16Wc comm,Expires i O-1 9-2(�1 Notary ID 5144221 April 12, 2018 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth, TX 76102 RE: Final Waiver of Lien; Water, Sanitary Sewer&Drainage Improvements to serve Hawthorne Meadows Phase 2: City Project#100853 The purpose of this letter is to acknowledge that we have been paid in full by D.R. Horton-Texas for the public improvements constructed to serve Hawthorne Meadows Phase 2, 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. Sincerely, � )O�� Ab Grantges Contract Manager