Loading...
ST8201-AG 900612 (2)A(.,,:NDA REQUEST FORM CITY COUNCIL MEETING June 12, 1990 ITEM CAPTION: Discussion and consideration of approval of L. H. Lacy Co.'s Application for Final Payment for ~e constr/lction of Denton Tap Road Improvements from Sandy Lake Road to Dentontfl ~¢~ ~-'''Creek'J [I ~X~ SUBMITTED . STAFF R. EP.: Ginn, Inc. Consulting Eng. Irector s Signature) '_ OTHER REP.: EVALUATION OF ITEM: DATE: 5/29/90 Staff recommends approval of Final Payment in the amount of $131,448.49. This recommendation is made ~vith the assumption that Change Order No. 5 is approved. An Executive Summary is included in the back-up material. If the Council should elect to discuss liquidated damages, we recommend that it be held in executive session prior to consideration of this item. A PPR 0 VED BY DATE ,,' I/~l~n, ~ ¥-~ BUDGET AMT.: $1,791,535.83 CO[~MI{NT$: AMT. ESTIMATED: S1,903,525.58 AMT. +/- BUDGET: $(111,989.75) FINANCIAL REVIEW BY: / ~: ;-~ See attached LEGAl. REVIEW BY: AGENDA REQ FORM.058gDS REVIEWED BY CM: _ ~ . the professional services agreement in the amount not to exceed $7,100. Following discussion on this item, Councilman Smothermon moved that the above stated agreement be approved in an amount not to exceed $7,100. Councilman Morton seconded the motion; motion carried 6-0 with Mayor Pro Tem Wilkerson and Councilmen Weaver, Thomas, Morton, Cowman and Robertson voting in favor of the motion. Item 12: Consideration of a variance requested from Coppell I.S.D. regarding parking lot paving at the Coppell Elementary School Mockingbird Lane site. Mr. Larry Davis, representing the Public Works Department, Engineering Division, made the presentation to the Council. This request is the same as a previous request from the School District for the reduction of concrete paving from six inches to five inches in the parking lot and light traffic areas. During discussion on this item, staff was requested to review current ordinances for possible amendments of city requirements as opposed to variance requests appearing on Council agendas. Following further discussion, Councilman Smothermon moved that the variance request from the Coppell I.S.D. for reduction in concrete paving requirements from six inches to five inches in the parking lot and light traffic areas at the Coppell Elementary School, Mockingbird site, be approved. Councilman Robertson seconded the motion; motion carried 6-0 with Mayor Pro Tem Wilkerson and Councilmen Weaver, Thomas, Morton, Cowman and Robertson voting in favor of the motion. Item 13: Discussion and consideration of Change Order No. 5 for the Denton Tap Road Improvements project from Sandy Lake Road to Denton Creek and authorizing the Mayor to sign. city Consulting Engineer Representative John Karlsruher made the presentation to the Council. Mr. Karlsruher was recommending approval of Change Order No. 5 in the amount of additional costs for $36,000 and addition of 75 days to the contract. Following discussion on this item, Councilman Robertson moved that change order No. 5 for an additional $36,000 plus 75 days to this contract be approved. Councilman Cowman seconded the motion; motion carried 4-2 with Mayor Pro Tem Smothermon and Councilmen Weaver, Cowman and Robertson voting in favor of the motion, and Councilmen Thomas and Morton voting against the motion. Item 14: Discussion and consideration of approval of L.H. Lacy Co.'s Application for Final Payment for the construction of Denton Tap Road Improvements from Sandy Lake Road to Denton Creek. Consulting Engineer Representative John Karlsruher of Ginn, Inc. made the presentation to the Council. Staff is recommending final payment to L.H. Lacy Company in the amount of $131,448.49. Following discussion by the Council, councilman Robertson moved that final payment in the above stated amount be made to L.H. Lacy Company for the construction of Denton Tap Road improvements from Sandy Lake Road to Denton Creek. councilman Cowman seconded the motion; motion carried 4-2 with Mayor Pro Tem Smothermon and Councilmen Weaver, Cowman and Robertson voting in favor of the motion and Councilmen Thomas and Morton voting against the motion. Item 15: Discussion and consideration of approval for L.H. Lacy Co.'s Application for Final Payment for the construction of the Denton Tap Road Improvements project from Beltline Road to Sandy Lake Road. Consulting Engineer Representative Jo~n Karlsruhe~ also resentation to the Council. Staff is recommending approva~ ~inal payment in the amount of $230,989.10. Following disc~ssion, Councilman Robertson moved that final payment in the above st~ta~ amount to L.H. Lacy Company for construction of the Denton Page 4 of 10 Date: June 5, 1990 TO: Frank Trando FROM: Misty Roper RE: Denton Tap Improvements AMOUNT ISSUED: OTHER REVENUES: TOTAL REVENUES PAID TO DATE BALANCE 6/5/90 4,500,000.00 2,299,769.81 6,799,769.81 6,112,196.31 687,573.50 A total of $362,437.59 has been requested for final payment on the Denton Tap Road Improvements project from Beltline Road to Sandy Lake Road and from Sandy Lake Road to Denton Creek. The $36,000.00 change order is included in the above amount. After making the final payment of $362,437.59 to L.H. Lacy, we will have a balance of $325,135.91 remaining in Denton Tap of which most is already encumbered for lighting, irrigation, landscape, etc.. G1NN, INC. CON [ L i lNG I..NGINLk, t., May 31, 1990 Mr. Steve Goram City of Coppell P.O. Box 478 Coppell, TX 75019 Re: Denton Tap Road Improvement Projects Dear Steve: The Denton Tap Road Improvement projects are now ~'on~'~ ~z ~ Enclosed is the final ~[¢~cumentation req~i~ed fo~: t~e (~:it~ .~ accept the project and make final payments to L A. Lacy C'~;pany. This package contains three separate items whict~ are: Ch~e Order No. 5 and Final Payment Request fcr the Do?th U~oje~t ~ ~' Final Payment Request for the south project. Attached is a final estimated summary of costs With all things considered at this point ir, time. tha Ci%~ realized an approwi~ate cost saving~ ~o d~t~ $235,000.00 from the original budgeted a~ou!~t (pills q' 2,0~i,, transferred to Belt Line Road East/West). We are proud to have been of service %o the cit. w [~ planning, design and project administratiou of the projects. want to thank you, and all of the City S'uaff for cooperation and assistance throughout the duration. Sincerely, HWG/dsp cc: Frank Trando John C. Karlsruher, Files 378, 379 PoE0 17103 Preston Road * Suite 100 ~' LB 118 * Dallas, Texas 75248 ~ Phoebe 21.i ~248-,P'1C~0 GINN, INC. CONSUL l lNG (,INEER ESTIMATED COST SUMMARY DENTON TAP ROAD FROM BELT LINE TO SANDY LAKE ROAD AND FROM SANDY LAKE ROAD TO DENTON CREEK MAY 31, 1990 PREPARED BY GINN~ INC. OPIGINAL REVISED BUDGETED AMOUNT [BUDGETED AMOUNT AMOUNT TO DATE CORSTRUCTION (6 LANE W/ ST'D BRIDGE RAIL) RAILROAD CROBSING CONOCO PIPELINE STREET LIGNTS LANDSCAPING TRAFFIC SIGNALS RIGHT-OF-WAY ENGINEERING INSPECTION ARD TESTING TRENCH SAFETY CONTINGENCIES ABQ DEV. REIMBURSEMENT UNIVEST REIMBURSEMENT OTBER TOTALS $5,161,131.83 $5,161,131.83 206,000.00 206,000.00 40,000.00 40,000.00 B17,500.00 217,50D.0(I 213,000.00 212,950.00 170,000.00 170,000.00 100~000.00 100,000.00 443,402.66 443,402.66 154~§33.95 154,833.9S 26~763.39 26,763.39 357,35~. v 242,368.17 $7,100,000.00 $6,974,950.00 $5,240,564.54 79,432.7', 3,JO O.OO (3~,7ES.03) (38 t18.~0) 3,B05.21 (6,539.51 0.:0 o.o~ (z9,25~.21) (29,$54.21) i (9,547.60~ 25(,673.93 250,673.03 167,271.97 22,565.92 97.269.00 174,831.?0 93,460.49 351,383.92 :54 833.95 Page 1 of 2 17103 Preston R.,oad · Suite 10O · LB IIg · Dallas. Texas 75248 e l)hcm'?,.)I/,.-,', 4 ~1 ' OTHER: SOUTH PROJECT NORTH PROJECT BOtH PROJECTS ITEM/DESCRIPTION r AMOUNT TO DATE IAMOUNT TO DATE ) TOTAL TO DATE 270 ASSESSMENTS 280 CONCRETE RIPRAP MODIF. 285 C.O. #4 (NORTR PROJECT) 287 TRAFFIC SIGNS 315 AONIN, BEYOND COMPLETION 1NSP. BEYOND COMPLETION 601 SURVEYING 602 TRAFFIC ENGINEER 609 UTHER CONSULT.' HYD. 610 ABSTRACT/TITLE $10,370.50 $8,655.75 $460.00 $26,999.50 $35,277.50 $18,246.64 $1~329.89 $8,138.54 $73.87 $258.47 $2.94 $33,543.03 $5,880.65 $15,327.00 $287.50 $428.75 $25,993.60 $22~288.75 $11,229.38 $4,325.83 $580.97 $1.58 $16,'191.15 $23,982.75 $287,50 $888.75 $52,993.10 $57,566.25 $29,476.02 $1,329.89 $12,464.37 $106.26 $339.44 $33,543.0Z $21,00D.00 $21,00~.00 1 TOTAL I $164,356.63 I $86,316.40 I $250,67~.03 I NOTES: 1. Contingency fund in the Revised Budget has been reduced by $125,000 which was transferred to D¢[t Linc Road E-U 2. An estimated amount of $6,000 will be required to obtain a Letter of Map Revision f-om FE'4A ,'ct the Gl'~p~)~ine Creek Bridge and Channel Improvements. 3. An estimated amount of $11,450.65 in additional adminstration a~d inspecti~)n f~es may ~k billed to the projects for services during May not yet accounted for or bitl~d. Page 2 of 2 EXECUTIVE SUMMARY FINAL REPORT DENTON TAP ROAD IMPROVEMENTS FROM SANDY LAKE ROAD TO DENTON CREEK May 31, 1990 PROJECT CHRONOLOGy The project was advertised for bidding during January and February, 1988 and bids were received on March 3, 1988. After a contract was awarded on April 26, 1988 to L. H. Lacy Company, in the estimated amount of $1,791,535.83 a Notice-To-Proceed for the 365 calendar day contract was issued effective June 15, 1988. During the course of construction of the project both weather and changes in the scope of work of the project brought about requests for extensions in contract time. The original contract completion date was June 14, 1989. The requested time extensions and their impact on the contract follows: completion date are listed as Time Contract Contract reauested time date Original Contract 365 6/14/89 1. Change Order No. 2 10 days 375 6/24/89 2. Change Order No. 3 14 days 389 7/8/89 3. Request dated 6/1/89 3 days 392 7/11/89 4. Change Order No. 4 7 days 399 7/18/89 5. Request dated 6/13/89 60 days 459 9/16/89 6. Change Order No. 5 75 days 534 11/30/89 Total 169 days Substantial completion was when the project was opened to six lane traffic. The Contractor claims to have reached substantial completion on September 20, 1989. Our research indicates that this is correct. In consideration of the time extensions requested, the Contractor substantially completed the project within the adjusted contract time. From the date of substantial completion until the date of the final walk-through inspection, February 21, 1990, the Contractor completed his work on miscellaneous small work items and repair/replacement of defective work. Since the date of the final inspection the Contractor has been working on the punch list of items noted by ourselves and the City during the inspection. At this time the contractor is preparing "as-built" drawings and submitting contract closeout items including his application for final payment. Page 1 of 3 FINANCIAL SUMMARY This project began with an estimated Contract Price of $1,789,363.03 based on the contractor's low bid of $1,791,535.83 minus a rebate of $14,000 and plus an additional cost of $11,827.20 for the addition of the Decorative Concrete Bridge Railing selected by the City Council in award of the contract. The rebate in the total amount of $40,000 was proposed by the contractor in the event he was awarded both projects and could work on them simultaneously. The contractor was low bidder on both projects and was awarded both Contracts and the rebate has been prorated to both projects as follows: Denton Tap Road Improvements from Belt Line Road to Sandy Lake Road @ 65% = $26,000 Denton Tap Road Improvements from Sandy Lake Road to Denton Creek @ 35% = $14,000 $40,000 These amounts will be deducted from the Final Contract Amount of the respective Contracts. The final analysis of the construction contract follows: Original Estimated Contract Amount Final Quantity Underruns Final Quantity overruns Change Orders and Field Changes (incl. Final Contract Amount c.o. #5) $1,789,363.03 (54,126.93) 42,841.20 125,448.28 $1,903,525.58 Reimbursement from ABQ Dev. and Univest Dev. Reimbursement from Dallas County @ 35% of $2,600,000 from 1985 Bond Program Net cost to the City of Coppell (38,801.81) (910,000.00) $ 954,723.77 Contract Retainage to Date $ 93,267.22 SUMMARY The project construction cost has increased $114,162.55 (6.38%) through Change Orders and Field Changes of which $38,801.81 was reimbursed by ABQ and Univest for additional left turn lanes and median openings bringing the net cost to $75,360.73 or 4.2% over the original contract amount. A more detailed budget analysis of this and its companion project to the south reflects a substantial cost savings to the City for the entire Denton C.I.P. program. Despite delays due to weather and other causes, we feel that this is a successful project and recommend the City's acceptance. Page 2 of 3 Should the City Council wish to discuss the matter of liquidated damages, we request that this discussion be held in an executive session prior to the City Council meeting open session. Page 3 of 3 Application for PAYMENT REQUEST NO. 8~ FOR WORK COMPLETED THROUGH THE DATE OF : PROJECT TITLE: D~ntc, n Tap Road I~provements From Sandy Lake Road To Denton Creek SHEET 1 OF 6 April 3~1, 199~1 LOCATION: Coppell~ _Texas (From Sand~ Lake Road To Denton Creek) DESCRIPTION: Pavinq, Drainaqe and Bri_dqe I~p_Erovements DATE: ~5/25/9D OWNER ENGINEER INFORMATION OWNER: City Of Coppell Address: P 0 Box 498 CITY/STATE: Coppeil~ Texas 75~:19 Contact Person: Alan Ratliff PHONE NO: (214) 462-~82 CONTRACTOR INFORMATION CONTRACTOR: L. H. Lacy Company ADDRESS: P 0 Box 541297 CITY/STATE: Dallas Texas 7535A-1297 CONTACT PERSON: Curt Oerter PHONE NO: (21~) 357-~1146 ENGINEER: GINN~ INC.~ CONSULTING ENGINEERS ADDRESS: l?lg3 PRESTON ROAD~ SUITE 10B LB-118 CITY/STATE: DALLAS~ TEXAS 75R48 INSURANCE CO.: Fireman's Insurance Co. ADDRESS: 180 Maiden Lane CITY/STATE: NEW YORK~ NY 1~11~38 BONDING AGENT: Collier Cobb Assoc. CONTACT PERSON: John Karlsruher~ P.E. ADDRESS: P 0 Box 821129 PHONE NO.: (214) ~48-49~0 CITY/STATE: Dallas~ TX ?5382 CONTRACT NO.: N/A CONTRACT DATE: May 24~ 1988 PROJECT NO.: TOTAL ORIGINAL CONTRACT AMOUNT: TOTAL CHANSE ORDERS: 5 AMOUNT: TOTAL CONTRACT AMOUNT TO DATE: $ 1~789,363.D3 $ 91~761.27 $ 1~881,124.3~ NOTICE TO PROCEED DATE: June 15, 1988 COMPLETION TIME: 392 CALENDER DAYS CONTRACT COMPLETION DATE: July 18~ 1989 PERCENT TIME ELAPSED: 151.53 ~ PERCENT WORK COMPLETED: 1D1.94 L. H, LACY COMPANY NONTHLY EDTINATE APRIL, 1998 TTY OF COPPELL .O. BOX 4?8 55 P~KWAY BOULEVARD 3PPELL, TEXAB 75R19 3B NAME: DENTON TAP ROAD IMPROVEMENTS FROM SANDY LAKE ROAD TO DENTON CREEK OB NUNBER: 31~ E ORIGINAL CONTRACT: 1,7B9,363.83 TOTAL CHANGE ORDERS: 91~7~1,R7 TOTAL: l~BBI,IBA.3~ PERCENT COMPLETE: ESTIMATE dSTOMER NUMBER: ~1~89 FROM FED l, 199D TO APRIL GO, 199D ITEN PROGECT NDNTHLY WORK TOTAL WORK CONTRACT MONTHLY TOTAL ! DESCRIPTION UNIT EST. QUANTITY ON CONTRACT ON CONTRACT UNIT PRICE AMOUNT ANOUNT LANE PAVING IDB.~D PREP ROW ~TA 39.91 8.88 39.91 ~P5I.~8' 8.88 I61,675.ql 184.1P SAWCUT LF e94.88 8.8D Ie4.74 4.8~' 8.e8 498.96 118.88 ROADWAY EX CY 6~EqO.8~ ~.8~ 6,EAB.88 6.6~ ' 8.88 131.88 BORROW CY 16~G88.88 1~3~8.~D 18~68.88 8.18' IG6.g~ 133.88 RMV/RPL UNSTABLE HATL CY 68~.8) 8.)8 I75.8~ 5.88 . D.P~ 16~.~8 TOPSOIL SY 7,~8.88 8.88 6~1~8.~8 g,58 ' 8.88 16A.~8 BROADCAST SEEDING SY I9,DBE.88 8.)8 11~4~4.88 ~.~. 8.88 eAG.8) FLEX BASE CY 441.88 8.~8 ~41.89 ~9.88 ' g.~ e68.~8 LIME TREAT 5Y 32,?a4.8~ 6BO.G? lB,A76,73 1.85 · ?~e.?9 ~64.88 LIME SLURRY~ TYA TON IDB.P8 1.79 18D.88 67.89 . 119.93 B64.18 LIME SLURRY, TYA (9") TON 3)~.8P 1~.~3 161.B8 63.88' 644.49 3A8.18 HNAC, TYBf CLA TON 53B.88 8.88 5~1.47 45.88 8.88 ~G~66.15 GAB.B8 NMAC, TYD, CLA TON 541.88 BA.~ ?~9.SB 47.D8 - 1~188.94 94,888.86 368.18 B" CUNC PAVE BY ~B~BBD.88 138.36 ~B,65~.88 19.6B. l~Og~.?6 968.B8 6" CURD LF le,A?B.88 (AAe.BB) 11~358.P8 1.88 (AAB.80) 11,358.88 368.38 HEADER LF 9~.88 8.88 91.89 9.~8 . O.g~ 368.~8 8' CDNC PAVE(GTREETG) SY ~56.88 8.)8 583.~ 16.~. 8.88 g1337.6~ 5~4,88 FIELD OFFICE LS 1.88 8.88 1.~88 688.88 ' 8.P8 51~.1D PORT CONC TRAFF BARR LF 1~315.88 8.8~ 1,35~.8D 26.58- 8.88 51e.3~ CUNC BABR (REMOVE) LF I~315.88 8.~8 1~358.8~ 5.38. 8.88 538.1) 6' DRIVE/MEDIAN NOSE SY ?~6.88 ~.88 695.9e ~.8~- D.88 5GO.R8 PAVERS (UNIOECOR) SY 358.88 ~.88 A?~.q6 el.Bg- P.P~ 53D.38 PAVERS (HDLLANO I) SY 7D.8~ 8.88 65.~5 01.88. 8.88 1,37~.~5 548.P8 MBDF LF 3gB.e~ e.88 633.~ 13.88- 8.88 5A8.18 TERMINAL ANCHOR EA 4.88 8.88 4.8~ ~g~.~8. 8.~8 666.18 lB" STOP BAR LF l~G.Be (~.~) lel.Pg 5.8~. (18.88) 67D.~8 6X6 )IGBLE BAR EA ~D.88 6.8~ 55.88 5.~ - 38.88 676.18 4" TRAFFBUTTONI WHITE EA BB~.~P 18g. Bg 61~.~) ~.))- 36~,~ 6?6.DO A" TRAFFBUTTON, WHITE EA BB~.P~ 1DO.88 678.8~ 6.88' 1,~9e,88 6?6.38 B" TRAFFBUTTON, YELL EA 58.88 8.~8 58.88 e3.88 · 8.88 LtBTDTAL 6 LANE PAVING RAINAGE 43E.18 FLUME 46~.R8 5X4 RCRC ~-. ~.~ PAGE L. H. LACY COMPANY MONTHLY ESTIMATE APRIL~ 199~ iTY OF CDPPELL ORIOINAL CONTRACT: 1,78%363.~3 .O. OOX 4?8 TOTAL CHANGE ORDERS: 91~761.27 PARKWAY BOULEVARD TOTAL: 1~8B1,124.3~ 3PPELL~ TEXAS 75~19 PERCENT COMPLETE: 1~I.1g% NAME: DENTON TAP ROAD IMPROVEMENTS FROM SANDY LAKE ROAD TO DENTON CREEK NUMBER: 31~ 2 ESTIMATE dSTONER NUMBER: 2~9 FROM FEB 1, 199~ TO APRIL 3~, lg9~ ITEM PRD~ECT MONTHLY WORK TOTAL WORK CONTRACT MONTHLY TOTAL # ~ESCRIPTION UNIT EST. QUANTITY ON CONTRACT ON CONTRACT UNIT PRICE AMOUNT ANGUNT 462.5~ R-OX4 RCBC LF 55~.~ ~.~ 55~.~ SS6.~B ' ~.~B q6~.l~ 24" RCP LF 46~.8B ~7" RCP LF ~6~.3) 9~" RCP LF 3B8.~ ~70.2~ 1~' RCSS~ INLET EA 11.~ ~75.~1 1~' RCSS~ INLET MOD EA 475.22 lB' RCSSD W/FLUNE EA 2.~ q75.3~ IS' RCSSD INLET EA 5.~ ~75.SI 12' BCSSD INLET NOD EA A?5.SS 12' RCSSD INLET MOO EA Q?5.Q~ ~' RCSSO INLET EA q?5.~l 14' RCOSD INLET MOD EA ~75.?~ TRANSITION SPLITTER EA 1.~ ~75.71 TRANSITION SPLITTER EA l.~ q?5.?S TRANSITION SPLITTER EA 5BS.l~ ADJUST WATER VALVE EA S.~ 5B2.0~ RELOCATE H28 METER EA §82.S~ AD) FH EA 5SS.~B IRRIGATION CONNECT EA 58E.5~ 12" HSD EXTENSION EA I.~ 610.1~ 8' PVC LF 61B.~ 3" PVC LF 62q.~ PULL BOXES EA ]BTOTAL DRAINAGE ~.~0 B64,SB 27.~- ~.~ 23~341.5~ ~.B~ 369.5~ 31.~ - ~.~ 11,~54.5~ ~.~ 11.~ E,12~.~- ~.~ ~.~ i.~ ~,~5~.~ - B.~ ~,65~.~ ~.B8 1.~ 75~,~ - 0.~ g.~ 1.~ 1~7.~ - ~.~ 1,~7.~ 1,3B4.Q~ 68%753.B(~ BENCH SAFETY i5~.I~ OPEN CUT SIMPLE SLOPE IN CLAY H=5-1~ LF 15~).RB OPEN CUT SIMPLE SLOPE IN CLAY H:I)-15 LF tSB~.S~ OPEN CUT SIMPLE SLOPE IN CLAY H=15-2~ LF i5~1,1~ O.C,S.S. IN SAND & CLAY N=5-i~ LF 15~1.2~ O.C,S.S. IN SAND & CLAY H=l~-15 LF 5~.B~ iSOi.S~ O.S.S.S. IN SAND & CLAY N=lS-2~ LF 1582.I~ COMP PROTEC SLOPE IN CLAY COND A 15B~.~ COMP PAOTEC SLOPE IN CLAY COND A H=IB-15LF 13B.~B ~5~2.3~ COMP PROTEC SLOPE IN CLAY COND A H=IS-R~LF ~.)~ ~5~3.1B C.P.S. IN SAND & CLAY COND A H=5-1~ LF 5~3.2~ C,P.S. IN SAND & CLAY COND A H=IN-I5 LF :5~S.SB C.P.S. IN SAND & CLAY COND A H=15-~8 LF 5)4.1B SLOPE & BENCH CLAY H=5-1~ LF 8.~ B.~ B)2.)~ 1.5~ · 1,2~3.BB L. H. LACY COMPANY MONTHLY ESTIMATE APRIL, ]99D iTY OF COPPELL .0, GOX 4?8 35 PARKWAY ODULEVARO ]PPELL, TEXAS ]O NAME: DENTON TAP ROAD IMPROVEMENTS FROM SANDY LAkE ROAD TO DENTON gREEK ~D NUMBER: 31~ 2 ORIGINAL CONTRACT: TOTAL CHANGE ORDERS: TOTAL: 1~881~124.3~ PERCENT COHPLETE: 161.194 ESTIMATE JSTOMER NUMBER: 21669 FROM FEB 1, 1996 TO APRIL 36, I99B ITEM PRDBECT MONTHLY WORK TOTAL WORk CONTRACT MONTHLY TOTAL 8 DESCRIPTION UNIT EST. QUANTITY ON CONTRACT ON CONTRACT UNIT PRICE AMOUNT AMOUNT !56A.G6 SLOPE & BENCH CLAY H=IB-I5 LF 6.60 ~.BB 6~.B6 2.06- 6.66 180.66 SLOPE & BENCH CLAY R:lS-G8 LF TIMBER SHORING SYSTEH H:5-1B LF TIMBER SHORING SYGTEM H=16-15 LF TIMBER SHORIN6 SYSTEM H:I5-2B LF TRENCH BOX N:5-IB LF TRENCH BOX H=1G-15 LF TRENCH BOX M=IS-~B LF dBTOTAL TRENCH SAFETY B.66 ~.BB B.~8 3.B8- B.BG 6.66 RIDGE 4B).86 STRUCTURAL EX CY ~16.~ GA" D/G LF 4BI.BO ABUT CONC CY 4DI.BB BENT CONC CY 4RI.66 GLAD CONC CY 4Gl.BO APP GLAB CONC CY 4~G.OB CONC SURFACE TREAT SY ABO.G~ EXTEND OLD STRUCT EA 43~.BB RIPRAP CY 446.66 RE-STEEL LB 611.16 BRIDGE LIGHTING LS 5A8.~6 ALT DECORATIVE BRIOGE RAIL LF dBTOTAL BRIDGE HANBE ORDER NO. 1 1. CEMENT TREAT SY ~. CEMENT SLURRY 6" TN 3. CEMENT SLURRY 9' TN ~ANGE ORDER NO. E 1. LIME TREAT SY B. LIME SLURRY 6" TN B. LIME SLURRY 9' TN A, PREP RIGHT DF WAY STA 5. ROADWAY EXCAVATION CY 51.7B 8.66 51.78 D.BB" G.B6 MB.fig B?1.36 ~.BB 894.53 SE.GO- B.GB A6~515.56 33.66 ~.~6 33.6B 3R9.66 ' B,Q6 11~654.A6 65.68 ~.66 65.8) Sg?.GG - g.~Q 13,GRG.GG 6B.96 ~.GB B6.£1 EIZ.BB - B.GB 1B~076.5~ 184.G~ IB.48 184.66 116.B6 ' Z~143.68 R1~436.OB 3~%B.68 277,EA%76 1,781.26 1.65 ' 8.6B 1,B?B.4B 3.39 67.G6 ' g.G6 ERT.IB RB.~G 63.66 - 6.B~ 1,5B7.6~ 6,35 4851.6~ - ~.66 1,417.85 66.61 PAGE L, H, LACY COMPANY MONTHLY ESTIMATE APRIL, lg90 ITY OF COPPELL ,O. BOX 4?8 PARKWAY BOULEVARD ]PPELL~ TEXAS ?5DIS ORIGINAL CONTRACT: l,?eg,S&S.B3 TOTAL CHANGE ORDERS: 91,%1.27 TOTAL: l~BBl,IBq.38 PERCENT COMPLETE: 181.19% 3B NAME: DENTON TAP ROAD IMPROVEMENTS FROM SANDY LAKE ROAD TO DENTON CREEK OD NUHDER: 3I~ 0 ESTIMATE 8:B8 dBTDMER NUMBER: 2IDB9 FROM FEB 1~ 1998 TO APRIL SD, 199B ITEM PROSECT MONTHLY WORK TOTAL WORK CONTRACT MONTHLY TOTAL ! DESCRIPTION UNIT EST. DUANTITY ON CONTRACT ON CONTRACT UNIT PRICE AMOUNT AMOUNT 6. B" CONCRETE SLIPFORM SY 7. 6' MONO CURB LF 8.DB ~.~B 57.B~ 1,8~ - 8.~ 5?.DB 8. 8" CONCRETE NON-DLIPFORM SY ~.~8 ~.DB 6~.9B 16.6B - O.~B 1D~91.87 9, 6" x 6" 3IGBLE BARS EA B.8~ 9,B8 61,~8 5.~8- ~5.BB 3~5.BB 1~, 6" MEDIAN NOSE CONCRETE SY 11, PULL BOXES EA 12. 3' PVO LF ~.~B ~,B~ 3~9.B8 S.B~- 8,D~ I~B~?,~ 13. ~" PVC LF 8.BO B.~8 II1.BD 3,72 - ~.B~ qlq,D3 ~5.B~ 35,571.59 HANBE ORDER NO. 3 1. CEMENT SLURRY 6' TN B.)~ ~.i~ ~6.BI I?.BB G, CEMENT SLURRY g' TN P.~P O.DB 1AB.8P 1S.BB ~ANSE ORDER NO, q 1. BRIDGE COLUMNS PROTECTION SYSTEM HANGE ORDER NO. 5 1, WATER LINE MOBILIZATION LS 8.~ 8.B8 1.B~ 368B.~B 2,978.57 ~ELD CHANGES B, CAST IN PLACE O-B X A BOX CULVERT LS 3, OVER BEPT~ UA" DRILL SHAFT LF D,~B B.B8 ~A,iI 59.8B ~.B~ l~l.TB ~. OVER DEPTH ~" DRILL SHAFT LF 5. DOUBLE 3' PVC LF 5. ~' PVC LF P,~) 6A 3B' RCP LF 6B ~RDP INLET EA 8.DB ~,BB i,D~ 19BO.BB B,BB I~9BB,PB 6C INLET MODIFICATION LR 60 GRADE TO DRAIN LS B.B~ ~.BB I.~B DB~.SB BBB.SD BBE.SB 6E RIPRAP LO B.GP I.)~ 1.~P 1535.25 1~535,~§ I~535.Z5 PAGE 5 L. H, LACY COMPANY MONTHLY ESTIMATE APRIL, 199~ ITY DF CDPPELL .0. BOX ~TB 55 PARKWAY BOULEVARD 9PPELL~ TEXAS ?Sdlq NAME: DENTON TAP ROAB IMPROVEMENTS FROM GANBY LAKE RDAO TO DENTON CREEK NUMBER: 3lO S ORIGINAL CONTRACT: 1,7B9,363.~3 TOTAL CHANGE ORDERS: 91,761.~? TOTAL: I,BGI,1SA.3~ PERCENT COMPLETE: 1~1.19% ESTIMATE UGTOMEN NUMBER: Bi~9 FROM FEB 1, 197~ TO APRIL 3~ 199) ITEM PRD)ECT MONTHLY WORK TOTAL WORK CONTRACT MONTHLY TO)AL ~ DESCRIPTION UNIT EaT. QUANIlTY ON CONTRACT ON CONTRACT UNIT PRICE AMOUNT AMOUNT ?A ~" WHITE PAINT MARKING LF ~.~ ~.~ l~?73.gO ).5~ ~.~ 7B ALUMINUN SIGN EA ?C RIGHT TURN ARROW EA ~.P~ I.~P 1.PP IAS.PP IqS.P~ 145.~ B, LOWER B" WATER LINE LS ~.~ ~.~ 9. REMOVE OLD CONCRETE SY ~.DB ~.~ G~.~8 S.~P ~.OP 5~.16 I). MIGC La ~.~D I.B~ I.~ 1833.9q 1~B33.% 1,B33.% ~TERIAL ON HAND I. DECORATIVE RAIL STEEL LB ~.~ ~.~B ~.)~ P.RI5 P,)~ ~.~ TOTAL AHOUNT OF WORK PERFORMED LEaS ~ RETAINASE NET AMOUNT PAYABLE ON CONTRACT LESS: SPECIAL DEOUCTIONO PLUS: EXTRA WORK NET AMOUNT DUE ON PRO)ECT LESS PAYMENTS RECEIVEO TO DATE CURRENT AMOUNT DUE ON PRO)ECT ANOUNTS UNPAID FROM PRIOR ESTIMATES AMOUNTS OUR FROM CURRENT ESTIMATE CURRENT AHOUNT DUE L. H. LACY COMPANY PLEASE REFERENCE OUR ~DB NUMBER AND ESTIMATE NUMBER ON YOUR REHITTANCE 65,3)6.76 ~ECIAL DEDUCTIONS I. FINAL SEDUCTION LS ~.PP 8.)~ i,)B (I4~P~.PP~) ~.PP (i4 PP~.P~) PROJECT: FFom Sa~d_~ Lake Road To Accompanying Documentation: Denton Tap Road Im_6!_r.~_L, vements Denton Creek SHEET 6 OF 6 PAYMENT NO.__.~__ GROSS AMOUNT DUE ......... LESS ~ ~ RETAINAGE ...... $ ~.~ AMOUNT DUE TO DATE ......... $1,9D3~5~5.58 LESS PREVIOUS PAYMENTS ..... AMOUNT DUE THIS APPLICATIONS 131,~48.49 REVIEWED BY: CHECKED BY: ............ ~ ................. DATE CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that (1) ali previous progress payments Feceived from OWNER on account of Work Oone under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for F'ayment numbered 1 through 19 inclusive; and (2) tit].e to all materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to Owner). Dated May 25 ~ 199~D L. H. Lacy Company ContFactor ~* . A,Iot~r ,.~ ,~TE OF TEX This Application (with accomp;nying 'do;L'~.i~9~s- th~ - e requirements of the Contract Documents and payment of the above AMOUNT DUE THIS AF'PLICATION is recommended · ~ted .... _~__Z__? ..................... , ~ ~ ~_,_k~/~- _ ....... ...... E~7~ ...... _ ............. T i t 1 e __~J~_~_~_/~_C_~_,~_~_~-__~3- OWNER'S APPROVAL: Pay request recieved ................ ~ .............. , 19___.App~-c,v~d payment on /...~ day of for .......... ~,~2~ ........................ -~i'--~T~TLE ................. STATE OF TEXAS COUNTY OF DALLAS AFFIDAVIT AND FINAL WAIVER OF LIEN Scott Balch of ---~-~I-~EE~_~E~EEO~ ...... , being of L. H. Lacy Company (hereinafter referred to as the "Company") and is familiar with the facts herein stated. That said Company performed work and labor and/or furnished material for use~ in the construction of certain buildings, improvements and equipment on premises owned by The Cit~ or Coeeeil at Denton Tap Road Imerovements From Sand~-~-~a~-~ Dento~-~reek.- ............ That said Company has fully paid for all work, labor, material, machinery and equipment furnished by it or by its subcontractors or materialmen upon said premises, or furnished therefor. That the balance remaining due from .... and unpaid to said Company is the sum of Thousand Four Hundred Fort~-Ei~ht Dollars & Fort~-Nine Cents ($131,448.49) and that upon payment to it of said sum, it hereby waives all liens and claims against the said owner __~_~ of ~R~!!_ and its premises and property, and further,he represents that no other person or party has any right to a lien on account of any work performed or material furnished to said Company. Further affiant saith not. SWORN TO before me of __~___, _!~_. Scott Balch and subscribedin my presence this ___~_ day CONSENT OF OWNER [] ARCHITEC~'T [] SURETY COMPANY CONTRACTOR [] SURETY [] TO FINAL PAYMENT OTHER AIA DOCUMENT G707 BND1 12 76 79 PROJECT: Denton Tap Road Improvements from Sandy Lake Road to Denton Creek (name, address) TO (Owner) CITY OF COPPELL, TEXAS P. O. Box 478 Coppell, Texas 75019 ARCHITECT'S PROJECT NO: CONTRACT FOR: Construction L_ ._j CONTRACT DATE: May, 1988 CONTRACTOR: L. H. I~CY COMPANY P. O. Box 541297 Dallas, Texas 75354-1297 In accordance with the provisions o[ the Contract between the Owner and the Contraclor as indicated above, the FIREMAN'S INSURANCE COMPANY OF NEWARK, N.J. Plaza of the Americas, 14th Floor SURETY COMPANY, 600 North Pearl Street ' L. H. LACY COMPANY P. O. Box 541297 Dallas, Texas 75354-1297 , CONTRACTOR, hereby approves of the final payment to the Conlractor, and a~,ees Ihat final payment Io the Contractor shall not relieve the Surety Company of any of its obligalions to Ihe~e ,nse~t na-e and add~e~! ol Owner) CITY OF COPPELL, TEXAS P. O. BOX 478 , OWNER, Coppell, Texas 75019 as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto sel its hand lhis 5th da'~ of April 19 90 ^lies! (Seal): FIREMEN'S INSURANCE COMPANY OF NEWARK, N.J. Attorney-in-Fact Title This form i~ to be used as a ¢omp,lnion documenl Io~AIA DOCUF.~ENT C'06, CONTRACTOR'S AFFIDAVIT Or PAYMENT OF DEBTS AND Firemen's Insqr ance Company of Newark, New Jersey 80 Ma,. Jn Lane, New York, New York 3038 GENERAL POWER OF AI'FORNEY Know all men by these Presents,That the FIREMENS INSURANCE COMPANY OF NEWARK. NEW JERSEY has made. constituted and appointed, and by these presents does make. constitute and appoint Jerry P. Rose or Linda O'Nale or Juanda J. Holmes or Richard D. Hansen, Jr. or Barry L. Crow all of Dallas, Texas, EACH its true and lawful attorney for it and in its name, place, and stead to execute on behalf of the said Company, as surely, bonds, undertakings and contracts of suretyship to be given to all obligees on behalf of L. H. Lacy Company provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of Unlimited Dollars. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Reso- lution adopted by the Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY at a meet- ing duly called and held on the 20th day of February, 1975. In Witness Whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has caused its official seal fo be hereunto affixed and these presents to be signed by one of its Vice Presidents and attested by one of its Asistant Vice Presidents this 3rd day of January, 1979 FIREMENS OF NEWARK, NEW JERSEY Attest: STATE OF NEW YORK, COUNTY OF NEW YORK, INSURANCE COMPANY By On this 3rd day of January, 1979, before me personally came M.L. Ford, to me known, who being by me duly sworn, did depose and say that he resides in Summit, in the County of Essex, State of New Jersey, at 768 Springfield Avenue; that he is s Vice-President of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directom of said corporation and that he signed his name thereto by like order. CERTIFICATE ETHEL TARANTO NOTARY PUBLIC, State ol Ne~ York No 24-4663117 Ouel, m Kings Count~ Commisskm Expires March 30, 199~l~, I, the undersigned, an Assistant Secretary of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NE'W JERSEY, a New Jersey corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of At- torney, is now 'in force. Signed and sealed at the City of New York. Dated the