Loading...
HomeMy WebLinkAboutContract 50061-R1FP1 FORTWORTH ? Jt1N 1 1 20i9 VL `..•� e�---- C NTRACT[V0. r CITY SECRETARY y.._.._�._,.._ WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES NOTICE OF PROJECT COMPLETION cs soo& 1-rz 1 DOE.Ns: Regarding contract 50061-R1 for 2018 Lead Water Service Replacement Contract First Renewal as required by the Water Department as approved by City Council on 11/14/18 through M&C C-28499 the Director of the Water Department,upon the recommendation of the Sr.Capital Projects Officer,Capital Projects Delivery,Water Department, has accepted the project as complete. Original Contract Prices: $500,000.00 Amount of Approved Change Orders: Ns 1 Revised Contract Amount: $500,000.00 Total Cost Work Completed: $449,941.05 Less Deductions: Liquidated Damages: Days @$210.00/Day Other Deductions(see comments): Total Deduction Amount: $0.00 Total Cost Work Completed: $449,941.05 Less Previous Payments: $449,941.05 Final Payment Due $0.00 7o.j S 1,(4 6 Recommended for Acceptance Date SR. Capital Projects Officer Capital Projects Delivery Accepted Date jl-y✓Director, Water Department City Man 1 Date 1 SO\d �v OFFICIAL RECORD c� CITY SECRETARY FT. WORTH,TX Project Name: 2018 Lead Water Service Replacement Contract First Rene-wal DOE. Ns: Comments: �. r i ,� t J U N 11 2019 S(o C)®Q -- /0 1100 City Project Numbers 101100 DOE Number 0134 Contract Name 2018 Water Lead Services Replacement Contract First Renewal Estimate Number 12 Contract Limits All Council Districts Payment Number 12 Project Type Water,First Renewal For Period Ending 3/28/2019 Project Funding Project Manager UNKNOWN City Secretary Contract Number 50061-R1 Inspectors Johnson / Oropeza Contract Date 8/21/2018 Contractor TEJAS COMMERCIAL CONSTRUCTION Contract Time 365 CD 1613 LAURA ROAD Days Charged to Date 183 CD RIVER OAKS, TX 76114 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 $449,941.05 Less 0 %Retained $0.00 Net Earned $449,941.05 Earned This Period $0.00 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 $449,941.05 Plus Material on Hand Less 15% $0.00 Balance Due This Payment ',QO Monday,June 10,2019 Page 5 of 5 FLIRT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name 2018 Water Lead Services Replacement Contract First Renewal Contract Limits All Council Districts Project Type Water,First Renewal City Project Numbers 101100 DOE Number 0134 Estimate Number 12 Payment Number 12 For Period Ending 3/28/2019 CD City Secretary Contract Number 50061-R1 Contract Time 366D Contract Date 8/21/2018 Days Charged to Date 183 Project Manager UNKNOWN Contract is 53.000 Complete Contractor TEJAS COMMERCIAL CONSTRUCTION 1613 LAURA ROAD RIVER OAKS, TX 76114 Inspectors Johnson / Oropeza Monday,June 10,2019 Page 1 of 5 City Project Numbers 101100 DOE Number 0134 Contract Name 2018 Water Lead Services Replacement Contract First Renewal Estimate Number 12 Contract Limits All Council Districts Payment Number 12 Project Type Water,First Renewal For Period Ending 3/28/2019 Project Funding Water First Renewal Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 37 2-inch Private Water Service,Reloca 20 LF $50.00 $1,000.00 38 Imported Embedment/Backfill CLSM 10 CY $100.00 $1,000.00 39 5-foot Wide Asphalt Pavement Repair, 300 LF $65.00 $19,500.00 40 5-foot Wide Asphalt Pavement Repair, 150 LF $70.00 $10,500.00 41 Concrete Pavement Repair,Residentia 150 SY $88.00 $13,200.00 42 Concrete Pavement Repair,Arterial/ 75 SY $90.00 $6,750.00 43 3-inch Extra Width Asphalt Pavement 250 SY $30.00 $7,500.00 5.6 $168.00 44 6-inch Concrete Curb&Gutter,Repla 50 LF $45.00 $2,250.00 176.16 $7,927.20 45 4-inch Concrete Sidewalk,Replacemen 75 SF $12.00 $900.00 41 $492.00 46 6-inch Concrete Driveway,Replacemen 75 SF $15.00 $1,125.00 606.59 $9,098.85 47 Traffic Control,Residential 30 EA $600,00 $18,000.00 25 $15,000.00 48 Traffic Control,Arterial/Industri 10 EA $1,000.00 $10,000.00 2 $2,000.00 49 Traffic Control,Major Arterial/In 10 EA $1,200.00 $12,000.00 50 Street Use Permit 50 EA $100.00 $5,000.00 13 $1,300.00 1 1 inch Water Service,0'-10'Lenb 15 EA $3,100.00 $46,500.00 2 1 inch Water Service,0'-10'Lengt 15 EA $3,900.00 $58,500.00 25 $97,500.00 3 1 inch Water Service,0'-10'Lengt 5 EA $3,900.00 $19,500.00 4 1 inch Water Service,10.F-25'Le 15 EA $3,400.00 $51,000.00 5 1 inch Water Service,10.F-25'Le 15 EA $4,800.00 $72,000.00 15 $72,000.00 6 1 inch Water Service,10.1'-25'Le 5 EA $4,800.00 $24,000.00 7 1 inch Water Service,25.1'-40'Le 15 EA $5,800.00 $87,000.00 39 $226,200.00 8 1 inch Water Service,25.1'-40'Le 5 EA $5,800.00 $29,000.00 9 1-1/2 inch Water Service,0'-10'L 5 EA $3,500.00 $17,500.00 10 1-1/2 inch Water Service,0'-10'L 5 EA $4,000.00 $20,000.00 11 1-1/2 inch Water Service,0'-10'L 2 EA $4,000.00 $8,000.00 12 1-1/2 inch Water Service,10.1'-25 5 EA $3,500.00 $17,500.00 13 1-1/2 inch Water Service,10.1'-25 5 EA $4,800.00 $24,000.00 14 1-1/2 inch Water Service,10.1'-25 2 EA $4,800.00 $9,600.00 15 1-1/2 inch Water Service,25.1'-40 5 EA $5,800.00 $29,000.00 16 1-1/2 inch Water Service,25.1'-40 2 EA $5,800.00 $11,600.00 17 2 inch Water Service,0'-10'Lenb 5 EA $4,000.00 $20,000.00 Monday,June 10,2019 Page 2 of 5 City Project Numbers 101100 DOE Number 0134 Contract Name 2018 Water Lead Services Replacement Contract First Renewal Estimate Number 12 Contract Limits All Council Districts Payment Number 12 Project Type Water,First Renewal For Period Ending 3/28/2019 Project Funding 18 2 inch Water Service,0'-10'Lengt 5 EA $4,300.00 $21,500.00 19 2 inch Water Service,0'-10'Lena 2 EA $4,300.00 $8,600.00 20 2 inch Water Service, 10.1'-25'Le 5 EA $4,000.00 $20,000.00 21 2 inch Water Service, 10.V-25'Le 5 EA $5,000.00 $25,000.00 22 2 inch Water Service, 10.1'-25'Le 2 EA $5,000.00 $10,000.00 23 2 inch Water Service,25.1'-40'Le 5 EA $5,800.00 $29,000.00 24 2 inch Water Service,25.1'-40'Le 2 EA $5,800.00 $11,600.00 25 6-inch PVC Water Pipe 100 LF $55.00 $5,500.00 26 6-inch DIP Water 100 LF $70.00 $7,000.00 27 8-inch PVC Water Pipe 100 LF $65.00 $6,500.00 28 8-inch DIP Water 100 LF $85.00 $8,500.00 29 10-inch PVC Pipe 100 LF $70.00 $7,000.00 30 10-inch DIP Water 100 LF $90.00 $9,000.00 31 12-inch PVC Water Pipe 100 LF $90.00 $9,000.00 32 12-inch DIP Water 100 LF $95.00 $9,500.00 33 Bullhead Set-up(Branch,Curb Stop& 10 EA $550.00 $5,500.00 12 $6,600.00 34 3/4-inch Private Water Service,Relo 100 LF $35.00 $3,500.00 53 $1,855.00 35 1-inch Private Water Service,Reloca 100 LF $40.00 $4,000.00 36 1.5-inch Private Water Service,Relo 20 LF $45.00 $900.00 A-5 Water Service Removal&Plug at Main 1"-2" 2 EA $700.00 $1,400.00 14 $9,800.00 Sub-Total of Previous Unit $856,425.00 $449,941.05 ------------------------------------------ Monday,June 10,2019 Page 3 of 5 City Project Numbers 101100 DOE Number 0134 Contract Name 2018 Water Lead Services Replacement Contract First Renewal Estimate Number 12 Contract Limits All Council Districts Payment Number 12 Project Type Water,First Renewal For Period Ending 3/28/2019 Project Funding Contract Information Summary Original Contract Amount $450,000.00 Chance Orders Total Contract Price $856,425.00 Date 1r / .611 Total Cost of Work Completed $449,941.05 Contrac Less 0 %Retained $0.00 Dated%-- 6 / ./`-7 Net Earned $449,941.05 Inspection up rvisor Earned This Period $0.00 Retainage This Period $0.00 Project Manager Date Less Liquidated Damages Days @ /Day $0.00 Date LessPavement Deficiency $0.00 Asst.Director/TPW Less Penalty $0.00 Date Less Previous Payment $449,941.05 Director/Contracting Department Plus Material on Hand Less 15% $0.00 Balance Due This Payment $0.00 Monday,June 10,2019 Page 4 of 5 FORTWORTH rev 03/05/07 WATER ENGINEERING & FISCAL SERVICES FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.: 12 NAME OF PROJECT: 2018 Water Lead Services Replacement Contract Second Renewal PROJECT NO.: 101100 CONTRACTOR: Tejas Construction CITY PROJECT 101100 PERIOD FROM 11/14/18 TO: 03/28/19 FINAL INSPECTION DATE: 3/28/2019 WORK ORDER EFFECTIVE:11/14/2018 CONTRACT TIME: 365 O WD* CD DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH CHARGED CREDITED MONTH CHARGED CREDITED DURING DURING 1. 1 16. 2. 1 17. 3. 1 18. 4. 1 19. 5. 1 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 5 5 PERIOD PREVIOUS PERIOD 178 178 TOTALS TO DATE 183 183 *REMARKS: L6- /0 CONTRACTOR DATE INSPECTOR DATE Capital Projects Delivery,Water Department The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,T176012-6311 (817) 392-4477 • Fax: (817) 392- 8460 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 Charles D. Allen, Vice President Of Tejas Commercial 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; 2018 Water Lead Services Replacement Contract IS`Renewal BY Charles D. Allen Vive President Subscribed and sworn before me on this date 10 of June, 2019. 9Ntary Pu is Tarrant County Texas .)U®Y IUBITCHELL MY COMMISSION EXPIRES a= MAY 29, 2020 °F'�° NOTARY ID:4773329 SURETEC INSURANCE COMPANY 9737 Great Hills Trail, Suite 320, Austin, Tx 78759 OWNER ARCHITECT ❑ CONSENT OF SURETY CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ OTHER ❑ BOND NO.: 4419741 TO OBLIGEE: City of Fort Worth CONTRACT FOR: 200 Texas Street $450,000 Fort Worth,Texas 76012 CONTRACT DATED: 8/7/2018 PROJECT: 2018 Water Lead Services Replacement Contract;City Project No. 101100,First Renewal PRINCIPAL: Tejas Commercial Construction,LLC At the request of the Obligee and the Principal indicated above, SureTec Insurance Company, 9737 Great Hills Trail, Suite 320, Austin, Texas 78759, SURETY, on bond of Tejas Commercial Construction,LLC,PO Box 10395,River Oaks,Texas 76114- 0395,CONTRACTOR, and conditioned on the representation by Obligee that all Contract provisions relating to the payment of final payment under the Contract have been satisfied by Principal as of the date of final payment,and that no claims by Obligee or any third party are known or believed by Obligee or its representatives to exist as of the date of final payment, representations as to the truth and accuracy of the foregoing conditions being deemed to have been made by Obligee in connection with this request for Consent of Surety,hereby approves of the final payment to the Principal,and agrees that final payment in accordance with the terms hereof shall not relieve the Surety of its obligations to City of Fort Worth,200 Texas Street,Fort Worth,Texas 76102, OBLIGEE, as set forth in said Surety's bond. IN WITNESS WHEREOF,the Surety has hereunto set its hand on this date: June 101,2019. SureTec Insurance Company (Surety) 4v Chris Lynn Holt,Attorney-In-Fact SURETEC CONSENT TO FINAL PAYMENT REV. 1.1.2004 r0A#: 4221828 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint Chris Lynn Holt, Mark Mitchell, Natalie R. McCalment, Jim H. Barr, Russell Board, Roger A. Redden, Rhonda Wells its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for,providing the bond penalty does not exceed Five Million and 00/100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO,sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved,that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20'of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to be hereto affixed this 16th day of August A.D.2018 . 5.RANG SURETEC INS PANY ............ o By: w i us D' John Kno ,CE 5 C: :z= State of Texas ss: 1 Y. County of Harris ......•• .MA*� On this 16th day of August ,A-D.2018 before me personally came John Knox Jr.,to me known,who,being by me duly sworn, did depose and say, that he resides in Houston,Texas,that he is CEO of SURETEC INSURANCE COMPANY,the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. JACQUELYN GREENLEAF Pdotary Public,Strata of Texas Convn.Expires 05-18-2021 Notary IC 126s3osoz9 Jacq elyn Greenleaf,Notary Public My commission expires May 18,2021 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this day o4Beaty, � oL �� A.D. BrenA istant Se etary Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:30 am and 5:00 pm CST. E: SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099.You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies,coverage,rights or complaints at 1-800-252- 3439.You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#.512-490-1007 Web:http://www.tdi.state.tx.us Email:ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES:Should you have a dispute concerning your premium or about a claim,you should contact the Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance. ------------------------------------------------------------------------------------------------------------------------- Texas Rider 06042014 1 FORTWORTHREV:02/20/07 Capital Projects Delivery,Water Department PERFORMANCE EVALUATION OF CONTRACTOR n CONTRACTOR&PROJECT DATA Name of Contractor Project Name Teas Construction 2018 Water Lead Services Replacement Contract 2nd Renew. Water Engineering Inspector DOE Number Paul L. Gieger 101100 Water Engineering Inspector Project Manager Water ❑Waste Water ❑ Storm Drainage ❑ Pavement Chris Underwood Initial Contract Amount Project Difficulty $500,000.00 DQ Simple 0 Routine 0 Complex Final Contract Amount Date $449,941.05 6/10/2019 I1)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 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 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 1 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) 371 BONUS POINTS(25 Maximum)(B) TOTAL SCORE(TS) 371 IM CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating([TS/MS] x 100%) 371 / 448 = 83% 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 Inspector UR , @ Signature Contractor Signature Inspector's Supervisor CONTRACTOR'S COMMENTS Capital Projects Delivery,Water Department The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817)392-4477•Fax: (817) 392-8460 FORTWORTHREV:02/22/07 Capital Projects Delivery,Water Department CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 10-Jun-19 Name of Contractor Project Name Tejas Construction 2018 Water Lead Services Replacement Contract 2nd Renew. Water Engineering Inspector Project Manager Paul L. Gieger Chris Underwood DOE Number Project Difficulty Type of Contract 101 100 0 simple * Routine 0 Complex ❑� water ❑ Waste water ❑ storm Drainage ❑ Pavement Initial Contract Amount Final Contract Amount $500,000.00 $449,941.05 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 2 Clarity& Sufficiency of Details 3 Accuracy of Measured Quantities 3 Applicability of Specifications 4 Display Of Professionalism N 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution -;4 PROJECT MANAGER EVALUATION 6 Performance-Setting up Valve Crews, Labs 1 Knowledge And/Or Problem Resolution ADMINISTRATION 2 Availability of Project Manager 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 r Signature Inspector Signature Inspector's Supervisor INSPECTOR'S COMMENTS Capital Projects Delivery,Water Department The City of Fort Worth• 1000 Throckmorton Street•Fort Worth,TX 76012-6311 (817) 392-4477 •Fat: (817) 392-8460 FORT WORTH a. June 10,2019 Tejas Commercial Construction PO Box 10395 River Oaks,TX 76114-0395 Re:Acceptance Letter Project Name: 2018 Water Lead Services Replacement Contract First Renewal Project Type: Water Project Ns: 101100 D.O.E. Ns: Contract Ns: 50061-R1 Dated: 11/14/2018 Gentleman: On March 29,2019 a final inspection was made on the subject project. There were no punch list items identified at the time. The final inspection indicates that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on March 29,2019,which is the date of final inspection and will extend for(2)years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance,please feel free to contact me at(817) 392-6054 Yours Truly, Tony Sholola,P.E.,Sr. Capital Projects Officer Capital Projects Delivery MP / cc: Chris Harder,P.E.,Director,Water Department Kara Shuror,Deputy Director,Water Department Captain Michael Strains,Fire Department Roger Hauser,Field Operations Superintendent,Water Department Bill Lundvall,Field Operations Superintendent,Waste Water Department Chris Underwood,Project Manager Chris Underwood, Consultant Tejas Commercial Construction, Contractor David Johnson,Supervisor,Water Engineering and Fiscal Services Paul Gieger,Inspector,Water Engineering and Fiscal Services File WATER DEPARTMENT ENGINEERING AND FISCAL SERVICES THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 817-392-8240 * FAX 817-392-8195 Co Printed on recycled paper