Loading...
HomeMy WebLinkAboutContract 46270-FP1 De t TP&VV Const.Services CITY SECTARY , DOE# / ' Date CONTRACT N0. I Project Hager 1� � '� T Wo R 1 R. Risk iwanagemen PayP,205 —6 a3 r7 bv D.O.E. Brotherton CFAWestermen/Scanamhk Th&Pi a r dig p q*hm bea 00 &e �� STI ON AND PUBLIC WORKS��i haw���� �smn P �PROJECT COMPLETION eS :��D Clearance Conducted By Shameka Kennedy D.O.E.7Ya: 7306 Regarding contract 117306 for BLUFFVIEW PH 2-WATER&SEWER 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 %of the Assistant Director of the Transportation&Public Works Department has accepted the project as elp-It* e _ ; Original ContractPrices: 1UN 11 2 015 pj 5205,290.60 Amount of Approved Change Orders: JYIe 9 Revised Contract Amount: -'- Total Cost Work Completed: 5205,290.60 Less Deductions: Liquidated Damages: Days Q$210.00/Day Pavement Deficiencies: Total Deduction Amount: Total Cost Work Computed: 5205,290.60 Less Previous Payments: 50.00 Final Payment Dne $285,290.60 M :— n � m Recommended for Acceptance Date "-- Asst. Director, TPW-Infrastructure Design and Construction m v 5�/-a Accepted Date N Asst. Director, WATER DEPAR NT 0 c.r+ Asst. City Manager Date 06 Comments: P265-541200-607150237883,P275-541200-707130237883 &W I OFFICIAL RECORD CITY SECRETARY FT. INORTNI TX FORTWORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BLUFFVIEW PHASE 2 Contract Limits Project Type WATER&SEWER City Project Numbers 02378 DOE Number 7306 Estimate Number 1 Payment Number 1 For Period Ending 5/15/2015 CD City Secretary Contract Number 117306 Contract Time 39D Contract Date 9/15/2014 Days Charged to Date 211 Project Manager Ehia Contract is 100.00 Complete Contractor BURNSCO CONSTRUCTION,INC. 6331 SOUTHWEST BLVD FORT WORTH, TX 76132 Inspectors LAYER / HOUSTON Friday,May 15,2015 Page 1 of 4 City Project Numbers 02378 DOE Number 7306 Contract Name BLUFFVIEW PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 5/15/2015 Project Funding WATER FACIL=S Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"PVD WATER PIPE 1748 LF $20.50 $35,834.00 1748 $35,834.00 2 8"GATE VALVE&VALVE BOX 2 EA $1,200.00 $2,400.00 2 $2,400.00 3 STD FIRE HYDRANT ASSEMBLY W/6"GATE 2 EA $3,200.00 $6,400.00 2 $6,400.00 VALVE&BOX 4 1"DOMESTIC WATER SERVICE 59 EA $750.00 $44,250.00 59 $44,250.00 5 1"IRRIGATION SERVICE 1 EA $750.00 $750.00 1 $750.00 6 DUCTILE IRON WATER FrMGS I TN $4,500.00 $4,500.00 1 $4,500.00 7 CONNECT TO EXISTING 8"WL STUB-OUT 2 EA $500.00 $1,000.00 2 $1,000.00 8 TRENCH SAFETY 1748 LF $0.50 $874.00 1748 $874.00 Sub-Total of Previous Unit $96,008.00 $96,008.00 SEWER FACILITIES Item Description of Items Estimated Unit Knit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 8"SDR-26 PVC 1664 LF $27.50 $45,760.00 1664 $45,760.00 2 CEMENT STABILIZED BACKFILL 60 LF $18.00 $1,080.00 60 $1,080.00 3 STD 4'DIA SSMH 11 EA $2,220.00 $24,420.00 11 $24,420.00 4 EXTRA DEPTH FOR T DIA MANHOLE 9 VF $100.00 $900.00 9 $900.00 5 CLAY DAM 3 EA $250.00 $750.00 3 $750.00 6 4'SEWER SERVICE PER DETAIL ON SHEET 11 30 EA $520.00 $15,600.00 30 $15,600.00 7 T SEWER SERVICF.(SDR-26)PER DETAIL ON 28 EA $540.00 $15,120.00 28 $15,120.00 SHEET 11 8 TRENCH SAFETY 1684 LF $1.00 $1,684.00 1684 $1,684.00 9 TV SANITARY SEWER LINE 1684 LF $1.40 $2,357.60 1684 $2,357.60 10 MANHOLE VACUUM TESTING 11 EA $101.00 $1,111.00 11 $1,111.00 11 CONNECT TO EXISTING SSMII I EA $500.00 $500.00 1 $500.00 Sub-Total of Previous Unit $109,282.60 $109,282.60 Friday,May 15,2015 Page 2 of 4 City Project Numbers 02378 DOE Number 7306 Contract Name BLUFFVIEW PHASE 2 Estimate Number I Contract Limits Payment Number I Project Type WATER&SEWER For Period Ending 5/152015 Project Funding Contract Information Summary Original Contract Amount S205,290.60 Change Orders Total Contract Price $205,290.60 X1, Date '71�''�r Total Cost of Work Completed $205,290.60 Con / Las q.Retained 50.00 l / Net Earned $205,290.60 Date �/2 S Earned This Period $205,290.60 invection_ /�- Retainage This Period $0.00 Date Less Liquidated Damages Project M er Days® /Day 50.00 c Date LessPavement Deficiency $0.00 Asst Director/IPW-In$estructlue Design and Construction Less Penalty $0.00 Date Less Previous Payment 50.00 Director/Contracting Dqwhnw Plus Material on Hand Less 15% 50.00 6. fs Balance Due This Payment S205,290.60 Friday,May 15,2015 Page 3 of 4 ? 2(o y 6 Q3 '7? City Project Numbers 02378 DOE Number 7306 Contract Name BLUFFVIEW PHASE 2 Estimate Number 1 Contract Limits Payment Number 1 Project Type WATER do SEWER For Period Ending 5/1 512015 Project Funding Project Manager Ehia City Secretary Contract Number 117306 Inspectors LAYER / HOUSTON Contract Date 9/15/2014 Contractor BURNSCO CONSTRUCTION,INC. Contract Time 30 CD 6331 SOUTHWEST BLVD Days Charged to Date 211 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 $205,290.60 Less %Retained $0.00 Net Earned $205,290.60 Earned This Period $205,290.60 Retainage This Period 50.00 Less Liquidated Damages 0 Days(@ 50.00 /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 $205,290.60 Friday,May 15,2015 Page 4 of 4 FORTWORTH rev 03/05/07 TRANSPORTATION&PUBLIC WORKS FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Bkdfview Phase 11 PROJECT NO.: 2378 CONTRACTOR: Bumsco Coon,Inc DOE NO.. 7306 PERIOD FROM:10/15/14 TO: 05/13/15 FINAL INSPECTION DATE: 22-May-15 WORK ORDER EFFECTIVE:Oct. 15,2014 CONTRACT TIME: 30 WD t DAY OF DAYS REASON FOR DAYS DAY OF DAYS REASON FOR DAYS MONTH HARRIIGED CREDITED MONTH HARRIGE NGD CREDITED 1. 16. 2. 17. 3. 18. 4. 19. S. 20. 6. 21. 7. 22. -. 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 0 211 211 PERIOD PREVIOUS 0 0 0 0 0 0 PERIOD TOTALS 0 0 0 0 211 211 TO DATE *REMARKS: -ammuil "claw CONTRACTOR DATE INS TORCITY SECRETARY ENGINEERING DEPARTMENT P The City of Fort Worth•1000 Throckmorton Street•Fort Worth, (817)392-7941 1 Fax:(817)392-7845 r FORTWORTHREV_02/22/07 TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY I)PROJECT INFORMATION Date: 15=015 Name of Contactor Project Nance Burnsco Cons tuction,Inc. Bhtffview Phase II DOE Inspector Project Mmmger Garey Houston Fred Ehia DOENumber ProjectDfffcuJty 7ypeofContract 7306 O simple O Routine Op Complex p wader p waste wader ❑Seam Drainage ❑Faverrmit Initial Contact Amount Fbxd Contract Amount $205,290.60 $205,290.60 11)PERFORMANCE EVALUATION 0-Inadequate 1 -Deficient 2-Standard 3-Good 4-Excellent ELEMENT RATING aEMENT RATING (0-4) (0-4) INSPECTION EVALUATION PLANS&SPECIFICATIONS 1 Avaih►bili of Inspector Gi 1 Accuracy of Plans to Existing Conditions 2 Knowledge of Inspector 12 Clarity&Sufficiency of Details Ct 3 Accuracy of Measured Quantities 3 Applicability of 4oecifications 4 Display Of Professionalism 4 Accuracy of Plan Quantities 5 Citizen Complaint Resolution PROJECT MANAGER EVALUATION 6 Performance-Setting 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 14 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 n / The City of Fort Worth•1000 Throckmorton Stmt•Fort Worth,TX 6012-6311 (817)392-7941 •Far(817)392-7845 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX FORTWORTH REV:001 07 TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR CONTRACTOR&PROJECT DATA ame of Contractor Project Name Burnsco Construction,Inc Bluffview Phase 11 DOE Inspector DOE Number Garey Houston 7306 DOE Inspector Project Manager 0 water p waste water ❑Storm Drainage ❑pavement Fred Ehia Initial Contract Amount Project Difficulty $205,290.60 0 Simple Q Routine Q Complex Final Contract Amount Date $205,290.60 5/22/2015 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 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 S Y 4 20 1 20 11 Property Restoration 5 Y 4 20 20 12 After Hours Response 5 Y 4 20 20 13 Project Completion 5 Y 4 20 20 TOTAL ELEMENT SCORE(A) 448 BONUS POINTS(25 Maximum)(B) TOTAL SCORE('IS) 448 III)CONTRACTOR'S RATING Maximum Score(MS)=448 or sum of applicable element score maximums which= 448 Rating((TS/MS1*100%) 448 / 448 = 100% Performance Category Excellent <20%=Inadequate 20%to<40%-Deft ent 40%to<60%=Standard 60%to<80%=Good 2!80%=Excellent Inspector's Comments(INCLUDING EXPLANATION OF BONUS POINTS AWARDED) Signature DOE Inspector ��� Signature Contractor Signature DOE Inspector's Supervisor A/4"o CONTRACTOR'S CO&04ENTS TRANSPORTATION AND PUBLIC WORKS (9) The City of Fort Worth-1000 Thnock orton Street-Fort Words,TX 76012-6311 (817)392-7941-Fax:(817)392-7845 FORT WORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: BhdMew Phase II PROJECT NUMBER: 2378 DOE NUMBER: 73" WATER PIPE LAID SIZE TYPE OF PIPE LF 8"inch PVC 1748 LF FIRE HYDRANTS:.2 VALVES(16"OR LARGER) PEPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: yes NEW SERVICES: V inch copper Eos LY SEWER PIPE LAID SIZE TYPE OF PIPE LF 8"inch SDR-26 PVC 1664 LF PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: yes NEW SERVICES: 4"h3& SDR-26 PVC 920 LF TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth•1000 TIrockmorton Street•Fort Words,TX 76012-6311 s (817)392-7941 •Fay(817)392-7845 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 John Bums, President Of Burnsco construction, Inc., 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 famishing 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; Bluffview Phase II- Water, Sanitary Sewer and Storm Drain BY John Bums,President Subscribed and sworn before me on this date 28rd of May, 2015. C Notary Public Tarrant County, Texas OFFICIAL RECORD 'O'w per LEIA MCOWEN CITY SECRETARY My commission EWW" FT.WORTH TX June 26.2018 1 CONSENT OF OWNER ❑ SURETY COMPANY ARCHITECT ❑ CONTRACTOR ❑ TO FINAL PAYMENT SURETY ❑ Conforms with the American Institute of OTHER Architects,AIA Document G707 Bond No 022048379 PROJECT: (name, address)Bluffview Phase II Utilities Facility Fort Worth TX TO (Owner) ASHTON DALLAS RESIDENTIAL,LLC AND CITY OFARCHITECT'S PROJECT NO: FORT WORTH CONTRACT FOR: 1221 N.Interstate 35E Suite 170 Bluffview Phase 2 Utilities Facility Carrollton TX 75006 —J CONTRACT DATE: CONTRACTOR:BURNSCO CONSTRUCTION,INC. In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above,the than Insert name and address of Surety Company) LIBERTY MUTUAL INSURANCE COMPANY 175 Berkeley Street Boston MA 02116 , SURETY COMPANY on bond of (two Yuen name and address of comnctor) 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) ASHTON DALLAS RESIDENTIAL,LLC AND CITY OF FORT WORTH 1221 N.Interstate 35E Suite 170 Carrollton TX 75006 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS,WHEREOF, the Surety Company has hereunto set its hand this 28th day of May,2015 LIBERTY MUTUAL INSURANCE COMPANY Sure Company Attest:Lisa M.B not (Seal): Signa re Of Authorized Representative Soohinle Hurder Attorney-In-Fad Title NOTE; TNs form Is to be used as a companion document to ALA DOCUMENT G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, taafaM�clNon ONE PAGE THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of Mose named Main,and tiny have no authority to bind the Company except in do manner and to the extent herein stated. Certificate No.6WW4 American Fre 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 d Casualty Comparry and The Ohio Casualty Insurance Company are corporations duty organized under the haws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized udder 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'Campanies j,pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Don E.Cornell,Kelly A.Westbrook;Lisa M.Bonnot;Ricardo J.Reyna;Robb!Morales;Sophinie Hunter,V.DeLene Marshall d of Itro city of Dallas sWe of TX each Individually If there be more then one named,its true and lawful adomey-in-tad to main,exeark,seal,admowledge and deliver,for and on its behalf as suety and as its ad and deed,any and all undeirtaidngs,bonds,recognizanoes and other surely obligations,In pursuance of time presents and shall be as biding upon the Corparres is If they have been duly signed by the president and arrested by the aoanfary of the Companies io 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 Comperiies have been alfoced then el0 ft–!W—day of_ March 2015 *N0 GtyG �Y INSC, `1NSUq INS American Fre and Casualty Company v 'tib �. ' The Ohio Casualty Insurance Company 0 `� 1919 o 1912 1991 ; Liberty Mutual insurance Company c < 1906 0 n West rican Insurance Company * 1 ,► * * * By: c STATE OF PENNSYLVANIA as David M.Carey'-Assistant, Secretary ig *f Lo COUNTY OF MONTGOMERY c t2m Online 101h dayof Manta 2015before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of American Fre and of-- w f. w m Casually Compar%Liberty Mutual Insurance Company,The Ohio Casually Insurance Company,and West American Insurance Company,and that he,as such,being aeulfarized so to do, ca p 3 execute the knigoilg instnlxrent for the purposes therein contained by signing on behalf of the corporations by hinself as a duly authorized officer. N a > IN WITNESS WHEREOF,I have hereunto subscribedname and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. O C. ell a PearFlf COMMONWEALTH OF PENNSYLVANIA ///q��J) *:o �Q� �iNoferfslsew oW �•'+"^�" O C:2 Nr r. 's s Term"P�YY,NdrY ABy O ` or PynnWn lhrp.,aaonbanwry Ca+kY These tom,Notary Pubic C et,TL My Corrrnismw EVirss Makin 28.2017IN 0 m fib,, W M W 6W,�F«nry1vm18 AUOCWM d Notoria �O E e This Power ofAttomey Is made and executed pursuarx to�Ry by authority of the following By-laws and Authorizations of American Fre and Casualty Company,The Ohio Casualty Insurance M o ori z Company,Liberty Mutual Insurance Company,and West American Insurance Company which resdutions are now In full face and effed reading as follows: ,t,,o ai to ARTICLE N–OFFICERS–Section 12.Power of Attorney.Any Wier a and other ofifdal of the Corporation authorized for that purpose!n writing by the Chairman or the President,avJ*d 16 e rm, to such limitation as the Chairman or the President may prescribe,shall appoint such aftaneys-In-fad,as may be necessary to act in behalf of the Corporation to mate,exeaule,aeal, �%m O sdemhwWp and deliver as surety any and all u dertel Ings,bards,recognaaaces and other surety obligations.Such attorneys-In-fad,salt d to the limitations set forth in their respective •p I E ei powers of attorney,shall have full power to bind the Corporation by their signature and execution of arty such Instruments and to attach thereto the seal of dee Corporation. When so m 16. p exeated,such instruments shall be as binding as I signed by the President end attested to by the Secretary.Any power or a livrity granted to any representative or atbmey-1-W under >o •o the provisions of this article may be revoked at any time by the Board,the Chaiman,the President or by the officer or officers gran"such power or authority. $N CARTICLE y01–Execution of Contracts–SECTION 5.Surety Bonds and Undertakigs.Any officer of the Company authorized for that purpose in witting by the chairman or the president, e� and su*d to such kn b dm as the chairman or the president may proscribe,shal appoint such aQanneys-irfact,as may be necessary to ad in behalf of the Company to make,examle, �M O O seal,acbawledge and deliver as surety any and all undertakings,tends,rotegrrzances and other surety obligations. Such attomnys•inaact subject to the limitations set forth in Iheir a? Z O respective powers of attorney,shall have kA power to bind the Company by their signature and exeatbn of any such Instruments and to attach thereto the seal of the Company.When so 0 Q execs such instruments shed be as biding as lf signed by tiro president and adeated by to secretary. O rQ Certificate of Detlgndlon–The President of the Company,acting pursuard to the Bftm of the Company,authorizes David M.Carey,Assistant Secretary to appoint am h adbmeysmin- ~� fad as may be necessary to ad on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertekigs,bonds,reoogrrzan ces and other unity obligations. Authorization-By irharilmous consent of the Carpanya Board of Diredors,the Company consents that facsiMle or mechanically reproduced signature of any assisted secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company In connection with surety bores,shall be valid and biding upon fire Company with the same brae and vied as though marxualy affixed. I,Gregory W.Davenport,the undersigned,Assistard Secretary,of American Fire and Casualty Company,The Olio Casually Insurance Company,Liberty Mutual Inuuance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing a a full,true and cored copy of the Power of Attorney executed by said Companies,Is In full brae and elect and has not been revoked. y IN TESTWONY WHEREOF,I thaw hereunto sat my had and affaed the seals of said Ccimpsrts do day d / aLt ,20 Q�'rNDC�G�! J�tYtfV$V %HSU1� �""AIMSIIZ' 1906 0 _O 1919 n o < ° B a' io i y 1912 1991 Gregory W.Davenport,Assistant Secretary * * * * 121 of 500 LMS 12673 122013 May 28, 2015 City of Fort Worth CFA Administration 1000 Throckmorton St. Fort Worth, TX 76102 RE:Bluffview Phase II DOE# 7306 City Project#02378 The purpose of this letter is to acknowledge that we have been paid in full by Ashton Woods Homes for the public improvements constructed to serve Bluffview Phase H 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, Jo Burns President OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX 6331 Southwest Blvd Benbrook,Texas 76132 Office: 817-738-3200 Fax: 817-738-3435 ASHTON WOODS,. April 28, 2015 Mr.Jim Diestel City of Fort Worth 1000 Throckmorton Street Fort Worth,Texas 76102 Re: Bluffview Phase 2 DOE 6949 Dear Mr.Diestel: This letter will document that Ashton Dallas Residential LLC (dba Ashton Woods Homes) confirms that Gilco Contracting, Inc., Burnsco Construction, Inc. and Mission Site Services has completed the site development work per the Construction Plans approved by the City of Fort Worth and therefore no liquidated damages will be assessed by Ashton Dallas Residential LLC in connection with said site development work. If you should have any questions, please advise. Regards, Robert J. Romo Vice President ashtonwoods.corn 1£300 Valley View Lane,Suite 100.Farmers E3ranch,TX 75234 ,972,128 5404 F 972 42P 1,426