Loading...
HomeMy WebLinkAboutContract 45131-FP3 (2)1 Departure DOE# Project Manage Risk Management J. Page D.O.E. Brotherton CPA Westerman/ScannedY) The Proceeding people have been C tabled oncemi g the request for final payment & have released this prof t for such payment. Clearance Conducted By Shameka Kennedy 4.1 WORTH r C:i aECRETit CONTRACT NO. /j/5j-Fp3 (e/D.O.E. Ns: 7178 /3 e 613t Regarding contract 217178 for BASSWOOD F L VI) -PAVING, ST LIGHT & ALT BID as required by the TRANSPORTATION & PUBLIC WORKS as approved by City Council on N/A through 1Vt&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: Amount of Approved Change Orders: Revised Contract Amount: Total Cost Work Completed: Less Deductions: Liquidated Damages: Pavement Deficiencies: Total Deduction Amount: Total Cost Work Completed: Less Previous Payments: Final Payment Due 'ATION AND PUBLIC WORKS )F PROJECT COMPLETION (1., SCIOViltd Recommended for Acceptance Asst. Director, TPW - Infrastructure Design and Construction (t2' Accepted in Director, TRANSPORTATION & Asst. Clty Manager Comments: C205-541200-202760221983, C205-541200-202320221983 EMA ILED NOV 062015 tiaL BLIC WORKS $872,943.00 Ne $872,943.00 Days @ $210.00/ Day $872,943.00 $0.00 $872,943.00 //ege/ Date 4/31/4) Date I I- 'HY • Date e OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name BASSWOOD BLVD Contract Limits Project Type PAVING, ST LIGHT, ALT BID City Project Numbers 02219 DOE Number 7178 Estimate Number 1 Payment Number 1 For Period Ending 7/28/2015 CD City Secretary Contract Number 217178 Contract Time 4(ED Contract Date Days Charged to Date 449 Contract is 100.00 Complete Project Manager Buckley Contractor GILCO CONTRACTING, INC. 6331 SOUTHWEST BLVD. BENBROOK , TX 76132-1063 Inspectors LAYER / ODEN Tuesday, July 28, 2015 Page 1 of 5 City Project Numbers 02219 Contract Name Contract Limits Project Type Project Funding PAVING Item No. BASSWOOD BLVD PAVING, ST LIGHT, ALT BID Description of Items 1 10" CONC PVMT 2 6" CONC PVMT 3 8" LIME TREATMENT 4 6" LIME TREATMENT 5 HYDRATED LIME 6 4' WIDE, 4" CONC SIDEWALK 7 5' WIDE, 4" CONC SIDEWALK 8 BARRIER FREE RAMP 9 STREET HEADER 10 S FREE 1 BARRICADE 1 I REMOVE STREET BARRICADE 12 REMOVE RIPRAP 13 4" SLD PVMT MARKING PAINT 14 4" SLD PVMT MARKING PAINT 15 8" SLD PVMT MARKING PAINT 16 24" SLD PVMT MARKING PAINT 17 REFL RAISED MARKER 18 REFL RAISED MARKER 19 VERTICAL PANELS 20 LANE LEGEND ARROW 21 LANE LEGEND ONLY 22 LANE LEGEND BIKE 23 TOPSOIL 24 SEEDING, HYDROMULCH 25 4" PVC WATER PIPE 26 TRAFFIC SIGNS 27 PAYMENT PERFORMANCE & MAINTENANCE Tuesday, July 28, 2015 Estimated Quanity 10731 SY 263 SY 11472 SY 279 SY 234 TN 293 SF 11688 SF 2 EA 97 LF 29 LF 5 EA 280 SF 3584 LF 2284 LF 186 LF 60 LF 27 EA 91 EA 22 EA 7 EA I EA 6 EA 300 CY 2700 SY 240 LF 16EA I LS Unit Sub -Total of Previous Unit DOE Number 7178 Estimate Number Payment Number For Period Ending Unit Cost Estimated Total $39.70 $26.85 $2.25 $2.00 $135.00 $3.85 $3.80 $1,250.00 $8.00 $50.00 $250.00 $2.00 $1.30 $1.30 $3.00 $20.00 $5.00 $5.00 $201.25 $350.00 $350.00 $350.00 $25.00 $1.75 $15.00 $500.00 $I0,800.00 3426,020.70 $7,061.55 $25,812.00 $558.00 $31,590.00 $1,128.05 $44,414.40 $2,500.00 $776.00 $1,450.00 $1,250.00 $560.00 $4,659.20 $2,969.20 $558.00 $1,200.00 $135.00 $455.00 $4,427.50 $2,450.00 $350.00 $2,100.00 $7,500.00 $4,725.00 $3,600.00 $8,000.00 $10,800.00 $597,049.60 1 1 7/28/2015 Completed Completed Quanity Total 10731 $426,020.70 263 $7,061.55 11472 $25,812.00 279 $558.00 234 $31,590.00 293 $1,128.05 11688 $44,414.40 2 $2,500.00 97 $776.00 29 $1,450.00 5 $1,250.00 280 $560.00 3584 $4,659.20 2284 $2,969.20 186 $558.00 60 $1,200.00 27 $135.00 91 $455.00 22 $4,427.50 7 $2,450.00 1 $350 00 6 $2,100.00 300 $7,500.00 2700 $4,725.00 240 $3,600.00 16 $8,000.00 1 $10,800.00 $597,049.60 Page 2 of 5 City Project Numbers 02219 Contract Name BASSWOOD BLVD Contract Limits Project Type PAVING, ST LIGHT, ALT BID Project Funding STREET LIGHTING Item No. Description of Items 1 RDWY ILLUM ASSMBLY 2 RDWY ILLUM FOUNDATION 3 2" SCH 80 PVC 4 2-2-2-4 QUADPLEX ALUM ELEC CONDUCTOR 5 GROUND BOX LARGE W/LID APRON ALT BID Item No. Estimated Quanity Unit Unit Cost 12 EA 12EA 2535 LF 2440 LF 6 EA Sub -Total of Previous Unit Description of Items 1 10" CONC PVMT 2 4.5" ASPHALT TYPE D 3 7" ASPHALT BASE TYPE B 4 6" CONC CURB & GUTTER Tuesday, July 28, 2015 Estimated Quanity $2,241.00 $938.00 $4.28 $2.28 $800.00 DOE Number 7178 Estimate Number 1 Payment Number 1 For Period Ending 7/28/2015 Estimated Completed Completed Total Quanity Total $26,892.00 $11,256.00 $10,849.80 $5,563.20 $4,800.00 $59,361.00 12 $26,892.00 12 $11,256.00 2535 $10,849.80 2440 $5,563.20 6 $4,800.00 $59,361.00 Unit Unit Cost 1892 SY 1892 SY 1892 SY 1116 LF Sub -Total of Previous Unit $39.70 $25.00 $35.00 $25.00 Estimated Total $75,112 40 $47,300.00 $66,220.00 $27,900.00 $216,532.40 Completed Completed Quanity Total 1892 $75,112.40 1892 $47,300.00 1892 $66,220.00 1116 $27,900.00 $216,532.40 Page 3 of 5 City Project Numbers 02219 Contract Name Contract Limits Project Type Project Funding kontr Ij t Date /a 27 % Ins BASSWOOD RLVD PAVING, ST LIGHT, ALT BID Contract Information Summary Original Contract Amount Change Orders Project Mana Ass73h ctor/TPW - Infrastructure LLJ. Director J ontracting Departm Date /0" ?0 DOE Number 7178 Estimate Number Payment Number For Period Ending $872,943.00 Total Contract Price $872,943.00 Date 1O/30k� Date .%/ sir/ I Design and Construction Date ///3/7<, (. 4 f c" Total Cost of Work Completed Less % Retained Net Earned Earned This Period Retainage This Period $872,943.00 $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment 1 1 7/28/2015 $ 872,943.00 $0.00 $872,943.00 $0.00 $0.00 $0.00 $0.00 $0.00 $872,943.00 Tuesday, July 28, 2015 Page 4 of 5 City Project Numbers 02219 Contract Name Contract Limits Project Type Project Funding BASSWOOD BLVD PAVING, ST LIGHT, ALT BID Project Manager Buckley Inspectors LAYER / ODEN Contractor GILCO CONTRACTING, INC. 6331 SOUTHWEST BLVD. BENBROOK, TX 76132-1063 Line Fund Account Center Tuesday, July 28, 2015 DOE Number Estimate Number Payment Number For Period Ending 7178 1 1 7/28/2015 City Secretary Contract Number 217178 Contract Date Contract Time 40 CD Days Charged to Date 449 CD Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Amount Funded Gross Retainage Total Cost of Work Completed Net $872,943.00 Less % Retained $0.00 Net Earned $872,943.00 Earned This Period $872,943.00 Retamage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $0.00 $0.00 $0.00 $0.00 $0.00 $872,943.00 Page 5 of 5 DAYS CHARGED DURING REASON FOR DAYS CREDITED 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. DAY OF MONTH SAT, SUN, RAIN, TOO WET, UTILITIES & HOLIDAYS & TOO COLD RELOCATIONS 0 0 0 0 0 FORT WORTH DEPARTMENT OF ENGINEERING FINAL STATEMENT OF CONTRACT TIME FINAL STATEMENT NO.:1 NAME OF PROJECT: Paving And Street Lights To Serve Basswood Boulevard PROJECT NO.: 02219 CONTRACTOR: Gilco Contractors DOE NO.: 7178 PERIOD FROM:04/14/14 TO: 07/06/15 FINAL INSPECTION DATE: 6-Jul WORK ORDER EFFECTIVE:4/14/2014 CONTRACT TIME: 40 0 DAY OF MONTH 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. THIS PERIOD PREVIOUS PERIOD TOTALS TO DATE MARKS: 0 0 0 DAYS CHARGED DURING OTHERS * 0 0 0 0 / /0 4710 Inv DATE 1NSPECTOR ENGINEERING DEPARTMENT The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311(817) 392 - 7941 • Fax: (817) 392 - 7845 OFFICIAL RECORD CITY SECRETARY Ft WORTH. TX rev 03/05/07 W REASON FOR DAYS CREDITED DAYS CHARGED 449 0 449 TOTAL DAYS 449 0 449 CD • i 14 DATE FORT WORTH TRANSPORTATION AND PUBLIC WORKS PERFORMANCE EVALUATION OF CONTRACTOR I) CONTRACTOR & PROJECT DATA Name of Contract or Gilco Contracting DOE Inspector Weyman Oden DOE Inspector ❑ Water ❑ Waste Water ❑ Storm Drainag Initial Contract Amount $720,469.60 Final Contract Amount $720,469.60 II) PERFORMANCE EVALUATION 0 - Inadequate 1 - Deficient 2 - Standard 3 - Good 4 - Excellent ELEMENT 1 Submission of Documents 2 Public Notifications 3 Plans on Site 4 Field Supervision 5 Work Performed 6 Finished Product 7 Job Site Safety 8 Traffic Control Maintenance 9 Daily Clean Up 10 Citizen's Complaint Resolution 11 Property Restoration 12 After Hours Response 13 Project Completion WEIGHT ( x ) 2 5 5 15 15 15 15 15 5 5 5 5 5 1 APPLICABLE (Y / N) Y Y Y Y Y Y Y Y Y Y Y Y Y Project Name Water and Drainage To Serve Baswood Blvd DOE Number 7178 Project Manager Pavement Pat Buckley Project Difficulty 0 Simple O Routine Dale 7/21/2015 RATING (0 - 4) 4 4 4 3 3 4 4 4 3 4 3 2 3 REV: 02/20/07 0 Complex MAX SCORE 8 20 20 60 60 60 60 60 20 20 20 20 20 1 1 SCORE 8 20 20 45 45 60 60 60 15 20 15 10 15 TOTAL ELEMENT SCORE (A) 393 BONUS POINTS (25 Maximum) (B) TOTAL SCORE (TS) 393 III) CONTRACTOR'S RATING Maximum Score (MS) = 448 or sum of applicable element score maximums which = 448 Rating ( [TS / MS] * 100%) 393 / 448 = 88% 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 DOE Inspector's Supervisor CONTRACTOR'S COMMENTS 0 g Signature Contractor , A1A0 v�- • TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 CONSENT OF SURETY COMPANY TO FINAL PAYMENT Conforms with the American Institute of Architects, AMA Document G707 OWNER n ARCHITECT ❑ CONTRACTOR ❑ SURETY ❑ OTHER Bond No 022046703 PROJECT: (name, address} Basswood Blvd (Cloudcroft Lane to Sierra Pelada Drive) - Paving and Street Lighting Improvements Fort Worth, TX TO (Owner) D.R HORTON -TEXAS, LTD AND CITY OF FORT WORTH 6751 North Freeway Fort Worth TX 76131 CONTRACTOR: GILCO CONTRACTING, INC. 7 ARCHITECT'S PROJECT NO: CONTRACT FOR: Basswood Blvd (Cloudcroft Lane to Sierra Pelada Drive) - Paving and Street Lighting Improvements J CONTRACT DATE: 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 on bond of (hero insert name and address of Contractor) GILCO CONTRACTING, INC. 6331 Southwest Boulevard Benbrook TX 76132 , SURETY COMPANY , 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 as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this fr Att'es . . eLene Marsha (Seal): 9th day of July, 2015 LIBERTY MUTUAL INSURANCE COMPANY Surety Company 2 M./in Signature of Authorized Representative Soohinie Hunter Title , OWNER, Attorney -in -Fact 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 aa) a) c vimin L o 1 > (13 i C! 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. Certificate No. 6901047 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West Amencan 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 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, Don E Cornell; Kelly A. Westbrook; Lisa M. Bonnot; Ricardo J. Revna; Robbi Morales; Sophinie Hunter; V. DeLene Marshall 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 1Oth day of March 2015 American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West4merican Insurance Company .Q STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY C On this lath day of March 2015 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and v H 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, W execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer, 42) By ,fidY4 David M. Carey Assistant Secretary 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. COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastella, Notary Public Plymouth Twp., Montgomery County My Commission Expires March 2812017 O ? rSYt.� �G Member, Pennsylvania Association of Notaries c cu This Power ofAttorney is made and executed pursuant to an by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance i is Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: m ` 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 to such limitation as the Chairman or the President mayprescribe, shall appoint such attome s in -fact, as maybe necessaryto act in behalf of the Corporation to make, execute, seal, ��P PP Y P ,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 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 `p L 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 '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. na 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 or 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, Z vseal, 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 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 executed such instruments shall be as binding as if signed by the president and attested by the secretary. 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, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, 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. By: Teresa Pastella, Notary Public IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this ," day of : ) l i it By. j ,20 i. Gregory W. Davenport, Assistant Secretary � Q M 4-os .. L. iso cu c o CL E o O�•ZI a)) LMS_12873_122013 194 of 500 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 Leia Hubbard, Operations Director Of Gilco Contracting, Inc., known to me to be a credible person, who being by me duly sworn, upon her 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; Paving and Street Light Improvements to serve: Bassyvood Blvd \.- ick\ BY Leia Hubbard Subscribed and sworn before me on this 10 of July , 2015. • mMP 10 MARY PANNELL Notary Public, State of Texas My Commission Expires October 19, 2018 • LJ 1 \ Notar Public Tarrant County, TX • i 0•11.-HOITION lq 1_)1 if NYSE July 7, 2015 City of Fort Worth Weyman Oden CFW Inspector 8851 Camp Bowie West Fort Worth, TX 76116 RE: Basswood Boulevard (Cloudcroft Lane to Sierra Pelada Drive), DOE 7178 Mr. Oden: This letter is to serve notice that D.R. Horton, Inc. will not charge any liquidated damages to Gilco Contracting, Inc. or RKM Utility Services, Inc. on the above referenced project. Mark P. Allen, P.E. Land Development Manager D.R. Horton, Inc. — DFW West Division 6751 North Freeway • Fort Worth, IX 16131 (817) 230-080(1 FORT WORTH I) PROJECT INFORMATION Name of Contractor Gilco Contracting DOE Inspector Weyman Oden DOE Number 7178 Initial Contract amount $720,469.60 II) PERFORMANCE EVALUATION 0 - Inadequate 1 - Deficient 2 - Standard ELEMENT INSPECTION EVALUATION 1 Availability of Inspector 12 Knowledge of Inspector 3 Accuracy of Measured Quantities 4 Display Of Professionalism 5 Citizen Complaint Resolution 6 Performance - Setting up Valve Crews, Labs TRANSPORTATION AND PUBLIC WORKS CONTRACTOR'S EVALUATION OF CITY Date: 17/21/2015 Project Difficully Q Simple C Routine 'ADMINISTRATION 1 Change Order Processing Time 2 Timliness of Contractor Payments 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 Project Name Water And Drainage To Serve Basswood Blvd Project Manager Pat Buckley Type of Contract 0 Complex I0 Water ❑ Waste Water ❑ Storm Drainag= Pavement Final Contract Amount $720,469.60 REV: 02/22/07 3 - Good 4 - Excellent RATING ELEMENT (0 - 4) PLANS & SPECIFICATIONS 1 Accuracy of Plans to Existing Conditions 2 Clarity & Sufficiency of Details 3 Applicability of Specifications 4 Accuracy of Plan Quantities PROJECT MANAGER EVALUATION 1 I{nowledge And/Or Problem Resolution 2 Availability of Project Manager 3 Communication 4 Resolution of Utility Conflicts LEI TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 RATING (0 - 4)