ST8201-AG 900612 (3)AGE. NDA REQUEST FORM
CITY COUNCIL MEETING June 12, 1990
ITEM NO.
ITEM CAPTION: Discussion and consideration of approval fo L. H. Lacy Co.'s Application for
Final Payment for the construction of the Denton Tap Road Improvements project from
Belt Line Road ti~y Lake~ad.~
EVALUATION OF ITEM:
STAFF REP.: Ginn, Inc. Consulting Eng.
OT~ER REP.:
DATE: 5/29/90
Staff recommends approval of Final Payment in the amount of $230,989.10. An Executive
Summary is included in the back-up material. If the Council should elect to discuss liquidated
damages we recommend that it be done in executive session prior to consideration of this item.
BUDGET AMT.: $3,369,596.00
CO[~MEMT.R:
ASee attached
AMT. ESTIMATED:
$3,337,038.96 AMT. +/- BUDGET: + $32t557.04
LEGAl, REVIEW BY:
AGENDA REQ FORM.058gDS
REVIEWED BY CM:
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..
GINN, INC.
CONSUl. TING ENGINEERS
May 31, 1990
Mr. Steve Goram, Director of Public Works
City of Coppell
P.O. Box 478
Coppell, TX 75019
Re: Denton Tap Road Improvements from Belt Line Road to
Sandy Lake Road
Dear Mr. Goram:
We are transmitting herewith the Final Application for Payment,
Release of Surety, Waiver of Lien, Executive Summary and
recommendations, and City Council Agenda Request for the project.
At this time, the Contractor has completed all work on the
project. They are in the process of correcting their as-built
drawings as per our review and comments. We recommend that the
request for Final Payment be placed on the June 12, 1990 city
Council Agenda for the City Council's consideration.
We recommend approval of the Final Application for Payment in the
amount of $230,989.10
Please forward the Final Applications for Payment to the Finance
Director with our recommendation.
If you see a need for any revised or additional information,
please call me.
Sincerely,
John C. Karlsruher, P.E.
JCK/dsp
enclosures
cc:
Frank Trando w/enclosures
H. Wayne Ginn, P.E.
Files 378
17103 Prest~m Road · Suite 100 · LB 118 · Dallas, Texas 75248 · Phone 214,248-4900
EXECUTIVE SUMMARY
FINAL REPORT
DENTON TAP ROAD IMPROVEMENTS
FROM BELT LINE ROAD TO SANDY LAKE ROAD
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 $ 3,362,580.00, 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 completion date are listed as
follows:
Time Contract Contract
requested time date
Original Contract 365 6/14/89
1. Change Order No. 2 14 days 379 6/28/89
2. Request dated 6/1/89 3 days 382 7/1/89
3. Request dated 6/13/89 60 days 442 8/30/89
4. Field Change No. 20 75 days 517 11/13/89
Total 152 days
The Contractor claims to have reached substantial completion on
September 20, 1989. Our research indicates that substantial
completion was achieved on or about 10/25/89. In either case the
time extensions requested by the Contractor will put the contract
date beyond the date of substantial completion.
From the date of substantial completion until the date of the
final walk-through inspection, February 19, 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 2
FINANCIAL SUMMARY
This project began with an estimated Contract Price of $3,362,580
based on the contractor's low bid of $3,369,596 minus a rebate of
$26,000 and plus an additional cost of $18,984 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
Final Contract Amount
$3,362,580.00
(213,085.72)
53,439.22
134,105.46
$3,337,038.96
Reimbursement from Dallas County
@ 65% of $2,600,000 from 1985 Bond Program
Net cost to the City of Coppell
(1,690,000.00)
$1,647,038.96
Contract Retainage to Date
$ 163,476.30
SUMMARY
The project construction has been completed at a savings of
approximately $25,541.04, while maintaining the original design
intent and quality. A more detailed budget analysis of this and
its companion project to the north 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.
Should the City Council wish to discuss the matter of liquidated
damages, we request that this be held in an executive session
prior to the City Council meeting open session.
Page 2 of 2
GINN, INC.
CONSULTING ENGINEERS
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 complete.
Enclosed is the final documentation required for the City to
accept the project and make final payments to L. H. Lacy Company.
This package contains three separate items which are: Change
Order No. 5 and Final Payment Request for the north project and
Final Payment Request for the south project.
Attached is a final estimated summary of costs as of this date.
With all things considered at this point in time, the City has
realized an approximate cost savings to date in excess of
$235,000.00 from the original budgeted amount (plus $125,000
transferred to Belt Line Road East/West).
We are proud to have been of service to the City in the
planning, design and project administration of the projects. We
want to thank you, and all of the City Staff for their
cooperation and assistance throughout the duration.
Sincerely,
H. Wayne Ginn, P.E.
HWG/dsp
cc:
Frank Trando
John C. Karlsruher,
Files 378, 379
PoEo
17103 Preston Road · Suite 100 · LB 118 · Dallas, Texas 75248 · Phone 214,248-4900
GINN, INC.
CONSI;I TING ENGINEERS
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, IRC.
(6 LANE W/ STID BRIDGE RAIL)
RAILROAD CROSSING
CONOCO PIPELINE
STREET LIGHTS
LANDSCAPING
TRAFFIC SIGNALS
RIGHT'OF'WAY
ENGINEERING
INSPECTION AND TESTING
TRENCH SAFETY
CONTINGENCIES
ABQ DEV. REIMBURSEMENT
UNIVEST REIMBURSEMENT
OTHER
ORIGINAL REVISED
BUDGETED AMOUNT BUDGETED AMOUNTI AMOUNT TO DATE VARIANCE
CONSTRUCTION $5,161,131.83 S5,161,131.83 S5,240,564.54 79,432.71
0.00
0.00
206,000.00 206,000.00 167,271.97 (38,728.03)
0.00
40,000.00 40,000.00 22,565.92 (17,434.08)
0.00
217,500.00 217,500.00 97,269.00 (120,231.00)
0.00
213,000.00 212,950.00 174,831.20 (38,118.80)
0.00
170,000.00 170,000.00 183,805.21 13,805.21
0.00
100,000.00 100,000.00 93,460.49 (6,539.51)1
0.00
443,402.66 443,402.66 351,383.92 (92,018.74)
0.00
154,833.95 154,833.95 154,833.95 0.00
0.00
26,763.39 26,763.39 23,372.67 (3,390.72)
0.00
367,368.17 242,368.17 0.00 (242,368.17)
0.00
(29,254.21) (29,254.21)I
(9,547.60) (9,547.60)1
250,673.03 250,673.03 I
TOTALS $7,100,000.00 $6,974,950.00 I $6,721,230.09 (S253,719.91)1
Page 1 of 2
17103 Preston Road · Suitel00 · LB 118 · Dallas, Texas 75248 · Phone214 248-4900
OTHER: SOUTH PROJECT NORTH PROJECT BOTH PROJECTS
ITEH/DESCRIPTION I AMOUHT TO DATE IAMOUHT TO DATE
270 ASSESSHENTS
280 CONCRETE RIPRAP HOD[F.
285 C.O. #4 (NORTH PROJECT)
287 TRAFFIC SIGNS
315 ADHIN. BEYOND COMPLETION
330 INSP. BEYOND COMPLETION
601 SURVEYING
602 TRAFFIC ENGINEER
609 OTHER CONSULT.- HYD.
610 ABSTRACT/TITLE
650 PRINTING
650 COURIER
GTE RELOCATION
EVALUATION ASSOCIATES
$10,370.50 $5,820.65
$8,655.75 $15,327.00
S287.50
$460.00 $428.75
$26,999.50 $25,995.60
$35,277.50 $22,288.75
$18,246.64 $11,229.38
$1,329.89 '0'
$8,138.54 $4,325.83
$73.87 $32.39
S258.47 S580.97
S2.94 $1.58
$33,543.03
$21,000.00
TOTAL TO DATE
$16,191.15
$23,982.75
$287.50
$888.75
$52,993.10
$57,566.25
S29,476.02
$1,329.89
$12,464.37
$106.26
$639°44
$4.52
$33,543.03
$21,000.00
TOTAL I S164,356.63 I S86,316.40 I $250,673.03 I
NOTES:
1. Contingency fund in the Revised Budget has been reduced by $125,000 which was transferred to Belt Line Road E-g.
2. An estimated amount of $6,000 wile be required to obtain a Letter of Map Revision from FEMA for the Grapevine
Creek Bridge and Channel improvements.
3. An estimated amount of $11,450.65 in additional adminstration and inspection fees may be
bii(ed to the pro~ects for services during May not yet accounted for or bitLed.
4. In tieu of notes 2 and 3 above, the overall savings on the projects may be reduced from $253,719.91 to $236,269.
Page 2 of 2
Appl icat ior~ fc.~--
PAYMENT REQUEST NO.
FOR WORK COMPLETED THROUGH THE DATE OF :
Payment
d ~l,.,
_ a_pril S:::~ 19_?"S;L_ ........
PROJECT
TITLE: Dentor, TZ!R_Road I~9Fovements From Belt Line P, oad DATE:_t~JS/~5/'9!~i
..~T.¢_~_ ~.'-!n_z]¥_i L a k e R o a d
DESCRIPTION: __P~X!vi_D.~ Di-ainac,.e arid Bridqe ~[.mprovemiprRt.x:. _ ......................................
OWNER ENGINEER INFORMATION
OWNER: City Of ~o_Ip_pell
Address: P ~l ~l[i){ ~?~
Contact Person:
~..an Ratliff
PHONE NO: ~814)
CONTRACTOR INFORMATION
CONTRACTOR: L=i~-!_~ [.~.i~cy
ADDRESS: P 0 El[l): 54129?
CITY/STATE: Cai. las Texas 753o,~-1~95
CONTACT PERSON:
PHONE NO: (£!lA) 357-;:146
ENGINEER: GINN, INC.,
CONSULTING ENGINEERS
INSURANCE CO.:
ADDRESS: !87] Ma~den Lane
ADDRESS: 17103 PRESTON ROAD, CITY/STATE: NEW ~] ~; , -,, ~ .l . NY Jl!:;!:;3LJ:
SUITE 1¢¢ LB-118
CITY/STATE: DALLAS, TEXAS ?5248
BONDING AGENT: CCI] '!.ie~- Cobb Assoc.
CONTACT PERSON: .]£,h'l] Ka~-]sFuher~ F'.E, ADDRESS: P
PHONE NO.: (814) 248-490D CITY/STATE:
CONTRACT NO.: NI'IA CONTRACT DATE: ?lay ~4, t988_PROJECT NO.:
378
TOTAL ORIGINAL CONTRACT AMOUNT:
TOTAL CHANGE ORDERS: 2 AMOUNT:
TOTAL CONTRACT AMOUNT TO DATE:
164.4¢
NOTICE TO PROCEED DATE: June1~ 1988 COMPLETION TIME: 382 CALENDER DAYS
CONTRACT COMPLETION DATE: July 2~ ~989
PERCENT TIME ELAPSED: 155.5b ~ PERCENT WORK COMPLETED:
L~ R. LAC~ COMPANY
MONTHLY EBTi~ATE
APRIL~ 19~
'TY OF CDPPELL
0. BOX 47S
5 PARKWAY BOULEVARD
~PPELL, TEXAS 75819
ORIGINAL CONTRACT: 3~36~,588.88
TOTAL CHANGE ORDERS: (S~415.681
TOTAL: 3,368~i64.~8
PEROENT COMPLETE: 9~.S1~
:B NAME: BENTON TAP ROAD IMPROVEMENTS FRON BELT LiNE ROAD TO SANDY LAKE ROAD
~B NUMBER: 318 1 ESTIMATE ~: B1
ITEM PROJECT ~DNTHLY WORK TOTAL WORK CONTRACT ~DNTHLY TOTAL
~ DESCRIPTION UNIT EST. ODANTiTY DN CONTRACT DN CONTRACT UNiT PRICE AMOUNT AMOUNT
~SE BID 6 LANE PAVING
t88.~8 P~EP ROW
16~.08 REMOVE OL~ CDNC/ASPH
118.88 BENCHED EX
!18.18 ROADWAY EX
i31.8~ SORROW
~31,18 SELECT BORROW
133.8~ RMV RPL UNSTABLE MATL
168.~8 TOPSOIL
164.8~ BROADCAST SEE~iNO
0~9.88 FLEX BASE
86~.~8 LIME TREAT
E64.88 LIME SLURRY, TYPE A
348.!6 HMAC~ TYB~ CLA
348.88 HMAC~ TYD CLA
368.1~ 8' CONS PAVE
3~8.88 6" CURB
96~.3~ READER
36~.48 B" CONS PAVE
368.58 RAILROAB READER
~4.88 FIELD OFFICE
5!S.16 PORT CONS TRAFF BARR
~i0o08 BARRIER (MDVE~RESET)
51E.3~ BARRIER (REMOVE)
538.1~ 6' DRIVE & MEG NOSE
~38.11 6" DRIVE BEYONO ROW
538.86 PAVERS (UNI-DESDR)
538.38 PAVERB (HOLLAND I)
548,88 MBBF
5~D.18 TERMINAL ANCHOR
666.8~ RR X-INBS PAVE MARK
~66.18 18' STOP BAR
67~.88 6'I6' )IBBLE BAR
676.18 A' OUTTDN~ WHITE
676,~8 4' BUTTON, WHITE
~BTOTAL 6 LANE PAVING
STA 74.91 6.68 74.9I BE69.86' 8.88
LF l,BS~.8~ (117.888 1!177.56 8.88' (387.668
CY !9,185.88 8.88 1%159.48 4.48' 8.88 8%381.3~
SY 61,611.88 (179.388 33,885.58 8.99' (177.598 38,75q.78
TON 693.i8 (1.938 328.27 61,88' (117.238
TON 984.88 ¢.88 568.14 42.88 ~.88 26,788.58
SY 57,985.88 788.88 58,88~.88 IB.B~' 18,~4~.4~ 888,731.88
LF 8E,523.88 (235.88) ES~191.88 1.88' (235.888 88,191.88
SY 1,647.88 liB.B8 I,?IB.BB 14.6~ 1!635.28 84,995.26
LF 191.88 8.8~ 171.88 5.~8' 8.88 955.88
LF 3~5~.~8 ~.~8 B!238.~8 15.98' 8.~
LF 1!388.8~ 8.88 8.8~ 5.38' 8.B~ 8.88
LF 3,~56.8~ 6.~8 8~738.88 5.38' 8,~8
SY S,4~9.8~ 8.6~ 8,%%3? 85.88' 8.~ 73,684.85
EA 158.88 Oq.~g 175.88 ID.B8 ' 84~.~8 1,758.88
~6,539.33
DRAINAGE BIO
~38.18 RIP RAP CY 1B,B8 8.8~ 6.~8 839,88' 8.88 I ¢94.~8
L. Ho LACY COMPANY
M~NTHL~ ESTIMATE
APRIL~
,TY OF COPPELL ORIGINAL CONTRACT: 3~3bE,538.68
,0, BOX A?B TOTAL CHANGE ORDERS: (2~qI5.b8)
55 PARKWAY BOULEVARD TOTAL: 3,368,184,48
]PPELL~ TEXAS 75819 PERCENT COMPLETE: 99.91%
]B NAME: DENTON TAP ROAD IMPROVEMENTS FROM BELT LINE ROAD TO SANDY LANE ROAD
}R NUMBER: 318 1 ESTINATE l: 31
]STONER NUMBER: D1889 FROM FED I~ 1998 TO APRIL 38~ 1998
iTEM PROGECT MONTHLY WORN TDTAL NDRK CONTRACT MONTHLY TOTAL
) DESCRIPTION UNIT EST. 8UANTITY ON CONTRACT ON CONTRACT UNIT PRICE AMOUNT AMOUNT
46S,10 6X6 RCBC LF
468.E8 6XI8 RCBC LF
~6E,38 TRANSITION LS
464.18 ID" RCP LF
464.28 Bl" RCP LF 7~.6~ 8.88 657.5~
464.48 E?' RCP LF 497.6~ 0.88 440.~8
~64.58 S8' RCP LF
~64.68 36" RCP LF 1~E~3.~8 8.~8 1!033,88
466.7~ 48' RCP LF 598.~8 ~.8~ 598,88
~64.88 qB" RCP LF 484.98 8.98 398.40
464.9~ 54" RCP LF
464.16 66" RCP LF 118.08 8.99 118.89
A64.]l 70' RCP LF
464.1S RMV DROP INLET LS
~75.18 5' RCSSD INLET EA
475.11 5' CURE INLET EA 2,08 6.88 2.08
475.18 5' CURB INLET MOD EA 2.88 8.8~ E.88
~75.~ 1~' RCSSD INLET EA 35.98 8.88 39,88
475.BI 16' RC3SD INLET MOD EA 4.88 8.98 2,88
475.BB 18' CURB INLET EA
475.B3 18' CURE INLET ~O8 EA i.8~ 8.88 2.88
A75.3~ IS~ RCSSD INLET EA 5,08 ~,~8 5.88
475,48 i4' RCSSD INLET EA
475.58 4' DROP INLET TY X EA S.88 8.89 2.96
475,51 4' DROP INLET TY Y EA 1.88 ~.~8 138
4?5.68 TY B SS MN EA
475.61TY B SS MN EA 1.88 ~.86 1.99
~75.78 JUNCTION BOX EA
475.71 MOD EXIST 3UNCT BOX EA
~75,B~ SS MH EA ~.86 8.BE ~.~8
475,9~ GA" NEADWALL EA
479.~ AD3 SS MH EA 5.0~ ~,~0 6.~
479.1~ ~D3UST STRUCTURES EA
5R0.18 ADJUST WATER VALVE EA
5SS.R~ EEL AD2 HOD METER EA 5.~8 E.~ 3.8~
ESR.S6 EEL AD~ FIRE HYDRANT EA 8.~8 8.88 4.~
5GS.48 6" 3TUBOUT/VALVE EA iE.8~ 8.~8 13.88
5GS.58 LONER B' HOD LINE LF 265.~8 ~.68 RSE.§B
58D.6~ LONER IR" HED LINE LF B8.88 ~.8~ 18.59
53E.78 FH ASOY EA 4.8~ 8.88 5.~
136.88
26.58
51.88
79.58
1643.88
!855.8~.
1998.88-
15~.~,
689.~-
31B.~D
~77.88.
636.88
E1E.~8
8.00
6.D8 15,788.08
8.80 11,338.98
8.6D 1,643,08
4,66A,~8
8.88
II,668.88
i~484.~8
~,~
6,368.98
1)431.8~
3~BI6.8~
4,BBA,1B
3~941,~B
~.~ ~ RAGE
L, N. LACY COMPANY
MONTHLY ESTIMATE
APRIL, 1998
~TY DF CDPPELL
O. ROX 478
PARKWAY BOULEVARD
iPPELL, TEXAS 75619
ORIGINAL CONTRACT: 3,368,588.66
TOTAL CHANGE ORDERS: (0,415.688
TDTAL:
PERCENT COMPLETE:
)B NAME: DENTON TAP ROAD IMPROVEMENTE FROM BELT LINE ROAD TO SANDY LAKE ROAD
lB NUMBER: 318 ~ ESTIMATE I: 01
]STOMER NUMBER: 81889 FROM FEB 1~ I998 TO APRIL 38, 1998
ITEM PSOJECT MONTHLY WORK TOTAL WORK CONTRACT MONTHLY IDTAL
# DESCRIPTION UNIT EST. QUANTITY ON CONTRACT ON CONTRACT UNiT PRICE AMOUNT A~DUNT
58S.86 RELOCATE O" HBO LINE LS 1.66 6.68 1.~6 6366.~8 ~ B.~8 6,360.88
58~,98 REL 16' H~D LINE LS 1.~8 ~.66 1,86 IIEGB.~8' B.8~ 1i~£96.88
588,16 iRRIGATION CONNECT EA 18,86 8.66 7,66 63~.86 ' ~.06 %458.66
58£.I1 B" SS LF 35.~ 8.86 35.68 E).~6 ~ 8.86 ?35.68
580.13 CONC ENCASEMENT CY 43.6~ 3.86 ?.BO 48.08' 144.86 336.88
5BE.lq EXTEND I0" SS AERIAL LS
618.16 B' PVC LF 14,616.06 454.56 14~840.06 8.44- 1,188.98 94,745.66
618.88 3" PVC LF 1,861.66 g. BB 1,928.68 3.88- 8.88 5,768.68
68¢,~8 PULL BOXES EA
I88.88 CHANNEL EXCAVATION CY 13,777.~8 B.8~ 13,777.88 S,18' 8.88 4~,818.86
4SG.B8 RIP RAP CHAN LINING CY
438.36 12" STONE RIP RAP CY
16~.~8 BROADCAST SEEDING SY 7!9~5.66 ?,9~5.D6 ?~965.66 8.56' 2!95S.58 3,952.58
~GTOTAL DRAINAGE
8~7~B.88 837,860.8R
~ENCR & SLOPE EXCAVATION
1588.18 SIMPLE SLOPE CLAY H:5-18
~5~8,B~ SIMPLE SLOPE CLAY H=lB-15
~588.36 SIMPLE SLOPE CLAY H=15-S8
5~1.I~ SIMPLE SLOPE iN SAND & CLAY H=5-18
1561.88 SIMPLE SLOPE IN SAND & CLAY H=1~-15
~5~1.06 SIMPLE SLOPE IN SAN~ G CLAY H=!5-88
~58E.1~ COMP PROTEC SLOPE CLAY CDND H=5-18
1588.28 COMP PBOTEC SLOPE CLAY CDND H=1~-!5
568.98 COMP PROTEC SLOPE CLAY COND N=15-86
~503.18 COMP PROT SLOPE SAND/CLAY H=5-18
:5~4.18
~584.38
:585,8~
1585.38
.566.38
COMP PROT SLOPE SAND/CLAY H=18-15
COMP PRDT SLOPE SAND/CLAY H=15-48
SLOPE & BENCH CLAY H=5-18
SLOPE ~ BENCH CLAY H=1~-15
SLOPE & BENCH CLAY H=15-OB
TIMBER SHORING
TIMBER SHORING H=I~-I5
TIMBER SHORING H=15-~6
TRENCH BOX
TRENCH BOX H=18-15
TBENCN BD~ H=15-88
}BTDTAL TRENCH & SLOPE EXCAVATION
LF 4,818.88 6.88 47.88 1.18'
LF ~5.~6 8.48 8.~6 2.0~ '
LF 0.~ ~.~ 6.8~
LF 7~5,08 ~.~8 48.88
LF 816.~8 6.8~ 8.86 8,88.
LF e.66 6.~6 6.~6 3.88-
LF B.~8 ~.88 ~.~8 4.e~ -
LF 8.88 e. BB 2~738,~8 1.58 -
LF 857.~8 B.68 8.~8 O.~-
LF 8.88 B.B8 8.~8 5.88-
LF 8.86 8.~0 456.~8
L, H. LACY COMPANY
MONTHLY ESTIMATE
APRIL, 1R98
~TY OF DOPPELL ORIGINAL CO~TRACT:
.C. BOX 478 TOTAL CHANGE ORDERS:
55 PARKWAY BOULEVARD TOTAL:
?PELL, TEXAS 75819 PERCENT CO~BLETE:
]B NAME: DENTON TAP ROAD IMPROVEMENTS FRDM BELT LINE ROAD TO BANDY LAKE ROAD
38 NUMBEN: 318 I ESTIMATE ~: 81
JSTOMER NUMBE~: 8]689 FROM FEB 1, 1S98 TO APRIL 38, 1998
ITEM PRO)ECl MONTHLY WORK TOTAL WORK CONTRACT MONTHLY TOTAL
8 DESCRIPTION UNIT EST. QUANTITY ON CONTRACT ON CONTRACT UNIT PRICE AKOUNT AMOUNT
ilOGE
~88.88 STRUCTURAL EX CY ]52.88 8.88 15E.88 16.88' 6.BB G,4BG.88
q16.68 IR" B/S LF G3B.A8 8.AD EBB.B3 AB.SS- 19.?B 16,986.18
~16.88 38" D/S LF S4G.E8 6.66 55G.G6 ?E.68- ~.86 GG,D38.48
481.88 ABUT CONC CY I~6.88 B.BO 186.88 ~97.88- 6.8~ 31~48E.66
4G1.88 SLAB CONC CY 56%68 6.86 567.66 G76.88- 6.86 156,657.66
481.88 APP SLAB CDNG CY 8B8.BB 8.8~ 838.38 BIB.BE- 8.86 58,51~.66
~85.88 TY C PRSTRSSD BEAMS LF 8,436.88 6.f8 2!436.68 61.50 8.68 14~,B14.~8
4GB.B8 CDNC SURF TREAT SY 1~948.86 8.88 1,946.86 6.4~' 8.86 IG,ABi.IG
ADS.8) RIP RAP CY 886.98 I3.66 331.63 B33.~6' 3,~G9.0~ 77,869,7V
435.8~ BEARING RADS EA ?G.08 8.66 78,88 5.8~' 8.86 368.~8
A4B.86 ARMOR ~OlNT~ GYC LF 9,864.86 8.68 9~864,88 1.66' 6.88 15,78G.48
456.~B C-BSI RAILING LF 9~4.88 C.B~ 6.88 48.86' 8.88 ~.~B
458.18 RIPRAP HANDRAIL LF i8i.68 8.88 i81.88 D8.88. 8.88 2,388,88
496.88 RMV OLD STRUCTURE EA I.~8 ~.86 i.68 I59~d.86' 6.88 15786.88
595.86 TEMP RET WALL LF 5G5.68 8.8~ 5Gl.SS IG7.66- 8.88 66,167.86
6ii.18 BRIDGE LIGHTING LS 1.88 8,65 1.86 75S68.88' 3,?63.88 75,846.06
548.28 ALT DECORATIVE BBDB RAIL LF 964.68 98.48 984.86 69.88- 6,827.66 62,2?6.88
JBTOTAL BRIDGE 13,8~9.9G 983,862.83
~ANGE ORDER NO. 1
I CEMENT TREAT SY
8 CEMENT SLURRY TN
6.86 88,338.24
qAN~E ORDER NO. ~
1 CEMENT SLURRY TN ~.68 8.68 180.36 II.68'
1,125.96
1,185.96
iELD CHANGES
B. 18' VCP SANITARY SEWER LB 8.88 8.86 1.66 4734.~8 896.68 4,736.88
L. H. LACY COMPANY
MONTHLY
APRIL~ l~
:!Y OF COPPELL
,0. ROi ~?B
55 PARKWAY BOULEVARD
)PPELL, TEXAS 75619
ORIGINAL CONTRACT: 3,360,588.08
TOIAL CHANGE ORDERS:
TOTAL: 3~366,164.A6
PERCENT COMPLETE:
:~ NAME: DENTON TAP ROAD IMPROVEMENTS FROM BELT LINE ROAD TO SANOY LAKE RCAD
]B NUMBER: 316 I ESTIMATE ): B1
~STDMER NUMBER: 21669 FROM FEB 1~ ~g6 TO APRIL 36, 1996
iTEM PROJECT MONTHLY WORK TOTAL WORK CONTRACT MDNINLY TOTAL
) DESCRIFTION UNIT EST. OUANTiTY ON CONTRACT ON CONTRACT UNIT PRICE AMOUNT AMOUNT
4. A~JUST WATER SERVICE EA 6.66 6.68 5.66 806.6~
5. R' HATER VALVE EA ~.B~ 6.BB 2.B~ 775.66
8. BARAELL GUARD RAIL LF 8.68 6,66 I~347.86 ~.66 8.88 12,183.86
9. 6' WATER VALVE EA 6.66 6.66 1.68 715,68 6.86 715,66
7. O~ WATER LINE LF ~.6~ B.~6 OOS.B~ SS.6~
12. BOUBLE O' PVC LF D.66 lBS.60 35g.56 ~.36
tS. 4' PUC iRRiGATION LF 6.B~ 6,6~ i~ABS.B~ 3.73 ~.~
11. iR' RECESSSEB INLET EA 6.66 ~.66 1.6~ Bi26.~6
14, 6' BRAIN LS ~,~ 6.6B 1.66 ~q~.~B
15. RAILROAD BARRICADES L6 ~,6~ 0,66 1.66 1656.~6 ~.~
16. IRRIGATION RERAIRS LS 6.66 ~.BR 1.6~ 4~3~7.34 14A.05 4~3B7.34
17. INTERSECTION IMPRDUERENTS LS 6.~6 I.~ 1.DB 1,3AB.56 I!34B.OB
IB. MISC LS B.O~ 1,BO ~,~6 7~36G.~B
Ig. AODITIDNAL LEFT TURN LANE LS 6.66 1.66 i.0~ i6,105.A4 16~i05.4~
OB. CONCRETE RIPRAP MODIFICATION LO ~.66 1.66 1.B6 25~6~,~6
~5~O01.B1 86~5~9.66
~TERIAL ON HAND
1. DECORATIVE RAIL STEEL LD
O. PULL BOXES EA ~.~
TOTAL AMOUNT OF WORK PERFORMED
LERS 6~ RETAIHAOE
NET AMOUNT PAYABLE ON CONTRACT
LEah. SPECIAL DEDUCTIONS
PLUS: EXTRA WORK
NET AMOUNT DUE ON PROJECT
LESS PAYMENTS RECEIVED TO DATE
CURRENT AMOUNT DUE ON PROSECT
~3,516.88 3,363,838.95
~-~ ~'~ PAGE 6
L. H. LACY COMPANY
MONTHLY EST]MATE
APRIL, 1998
ilY OF COPPELL
,O. BOX
55 PARKWAY BOULEVARD
]PPELL, TEXAS 75819
ORtQiNAL CONTRACT: ~,368,588.~8
TOTAL CHANGE ORDERS: (E,gi5.68)
PERCENT COMPLETE: 99.31~
~B NAME: DENTON TAP RDAO IMPROVEMENTS FROM BELT LINE ROAD TO SANDY LAKE ROAD
)B NUMBER: 318 1 ESTIMATE
JSTDMER NUNBEB: E1889 FROM FEB 1, 199B TD APRIL 3B~ 1998
iTEM PROJECT MONTHLY WDBK TGTAL WORK CDHTBACT MONTHLY TOTAL
) DESCRIPTION UNiT ~,. QUANTITY ON CON,RAuT ON ~DNT~ACT UN;i ~I~E AMOUNT AMOUNT
AMOUNTS UNPAID FROM PRIOR ESTIMATES 169,631,55
A~OUNTS DUE FROM CURRENT ESTIMATE
CURRENT AMOUNT DUE L. H. LACY COMPANY B3~,98%1~
PLEASE REFEREHCE OUR OOB HUMBER AND ESTIMATE NUMBER ON YOUR BEMITTANCE
iECIAL OEDOCTIDNS
FINAL DEDUCTION LS 8.~8 8.88 1.88 -B68~8.OB 8.~8 (86!88~.~6)
F'R 0 J E C T: _~.Lc:: r ~_2t c_t n T~! p__~i,.c_, a__d__~.~_~p r o v e m e n t: s SHEET ?' OF_.
.................................................................................... PAYMENT
Accc, mpan¥'ing Documentat~c,l~:
GROSS AMOUNT DUE $
LESS ~Z~ ~ RETAINAGE ...... $
AMOUNT DUE TO DATE .....
LESS PREVIOUS PAYMENTS ..... $_.~.~
AMOUNT DUE THIS APPLICATIONS
REVIEWED BY: ~
CHECKED BY:
DATE
DATE
CONTRACTOR'S CERTIFICATION:
The undersigned CONTRACTOFi: certi'fie~ that: (i) all pr'ev)ous progress payments
!'-eceived from OWNER on account of Work dc, ne under the Contract referred ....~.u~ above
~a've been app].~ed to discharqe i'n full all ob!igatic, ns of CUNT, r-~l~F incurced in
2Oi]~]E, ctio~] ~,~ith Wc, rk covered by prior Applications 'fc:,~- F'ayment numbered I
'th/'oL~gh ,~Zi__ il']ClLtsi',.'e; and (~) t:~tie to ali materia;]s and eqL;ipmE'i]t
imcorporeted in said Work or other~s~a listed in c,r' covered~y this App].icatic~n
· for F'ayment wil] pass to OUNEP at time c,f payment free a'nd clear u'f ali liens.,
claims, security in'te~-ests and encumbrances (except suc:h as covered by Bond
acceptable to Owner).
Dated rta~L_~______ , 19].~?.~_ L.. H. Lacy C.o__mpanv
ENGINEER'S RECOMENDATION: . ',
li~ r.~n~., of the abo/-e AMOUNT DUE THIS APPLICATION
OWNER'S APPROVAL:
Pay request - ' - -~ b,/
~ecieveu ....................................................... .
Appl-oved for payment om ........ day of .................................... , 19
OWNER TITLE
STATE OF TEXA~]
AFFIDAVIT AND FINAL WAIVER OF LIEN
COUNTY OF DALLAS
first duly s~orn, says that he is the _~O~_~ri_.~E~i~S~_~O~E ....
of _ .~!_ _ ~± __ ½~ '~_ ~=~ ~]?Z .... (hereinafter referred to as the
"Company") and is familia~ with the facts herein stated.
That said Company' perfor-med work and labor and/or furnished
material for use, in ~he c~nstruction of certalm bu~tdi~gs,
improvements and equipment on premises owned by _~h_e__C~i_t_z__o_L
That said Company has fully paid For all work, labor,
material, machinery mhd eOuipment furnished by it o~ by its
subcontractors or mater ialmen upon said D~-em~se~, or fu~mished
therefore.
That the balance remaining due from _~_~%_~_~!!_and
unpaidto said Company is the sum of __Z~_~D~_Zb!!-~Z_Zb~D~D~
~iD~_~D~5~_~!~D~XZ~!~_~!!DSD~_~D_~D~ ($83~,989. l~)and that
upon payment to it of said sum, it hereby waives al 1 liens and
claims against the said owner _~__~!~%_E~_~QQQ~!~__ and its
premises and property, and further, he rep;'esents that no other
performed or material furnished to said Company. Further ~ffiant
salth not.
Scott Balch
SWOSN TO before me and subecr ibedin my presence
or __,
this ___~5_tL~_ day
Notary Public
LETTER OF TRANSMITTAL
L M LaCy tr.~ompany
0888 Shady. Trail
Dallas: TX 7§354-1297
rmeneral oc,,qtr aclors
P.O. Box 541297
(2i4) 367-014G
1 7103 Preston Road~ SuJt~., 100
Loc~ Box 118
Dallas, TX 752,38
DATE: April 9. 1 .~..~.0
JOg NUMBER: 310
ATTENTION: M~ JohnC. Karlsurher P.~
~E' Dentm~ T~p Road i ~[~roven~ents
Beitiine Boa_d to Sandy Lake Road
Sm:d)' L3. t:e Road to Dentm~ G~eel-:
WE ARE SENDING YOU:
X Attached
Under Separate Covet- via ....... The Fcllowin~ Items:
S,pecifications
Order
Copy et Letter
Plans
Other
[COPIES
N D DATE
DESCRIPTION
4/5/90 !Consent of Surety Release-North Pro?ct :
iC;ot~s_e~2t~of Surer), Release-South P~ojec~
4/5/90
THESE ARE I'I:~NSMI1]'EO ,,ITS CHECKED BELOW:
..... For Approval .... Approved as Subm;Oed
Resubmit__Copies for Approval
X For Your Use
..... Approved as Noted
Submit, ___ Copies for Distrib,~,ion
X As Feouested
Returner_{ for Corrections
_-- Return __
Oo('rected Prints
Other For Review & Comment
For Bids Due .19
Prints Returned To Us After Loan
r-{EMARKS:
.bm~ eJ n ~uuo .ia ce with SECT!ON 1700-CONTRACT CLOSEOUT.
Senior Project Manager
CONSENT OF OWNER []
ARCHITECT []
SURETY COMPANY CONTRACTOR []
SURETY []
TO FINAL PAYMENT OTHER
AIA DOCUMENT G707
BND1 12 76 78
PROJECT: Denton Tap Road Improvements from Belt Line Road to Sandy Lake Road
(name, address)
TO (Owner)
~ CITY OF COPPELL, TEXAS
P. 0. Box 478
Coupe!l, Texas 75019
L
CONTRACTOR:
L. H. LACY COMPANY
F. O. Box 541297
Dallas, Texas 75352-1297
ARCHITECT'S PROJECT NO:
CONTRACT FOR: Construction
CONTRACT DATE: May, 1988
In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the
FIREMEN'S INSURANCE COMPANY OF ~EWARK, N.J.
Plaza of the Americas, 14th Floor , SURETY COMPANY,
600 North Pearl Street
on bond of
L. H. LACY COMPANY
P. O. Box 521297
Dallas, Texas 75354-1297 , CONTRACTOR,
hereby approves of the final payment to the Contractor, and a~'ees that final payment to the Contractor shall not
relieve the Surety Company of any of its obligations to [here ,nserl T~Z--e and address ol Owner~
CITY OF COPPELL, TEXAS
P. 0. BOX 478 , OWNER,
Co~el!, Texas 75019
as set forth in the said Surety Company's bond.
IN WITNESS WHER£OF,
the Surety Company has hereunto set ds hand this
5th da~. of A~ril '19 90
Attest:
(Seal):
FIREMEN'S INSURANCE COMPANY OF NEWARK, N.J.
Surely/~pam,
S~natur~, el.Authorized Representative
Lind~ 0 ' Nale
Attorney-in-Fact
Title
.' '". Firemen's Instance Company of New. k. New Jersey
80 Ma,den Lane, New York, New York 10038
GENERAL POWER OF ATTORNEY
Know all men by these Presents,That the FIREMEN'S INSURANCE COMPANY OF NEWARK. NEW
JERSEY has made. constituted and appointed, and by these presents does make. constitute and appoint
Jerry P. Rose or Linde 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 surety, 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.
"RESOLVED. that the Chairman of the Board. the Vice Chairman of the Board. the President. an Executive Vice President or a Senior Vice Pres-
ident or I Vice President of the Company. be. and that each or any of them hereby is. authorized to execute Powers of Attorney qu&lifying the error-
Iley nlmed in the given Power of Attorney to execute in behalf of FIREMEN S INSURANCE COMPANY OF NEWARK. NEW JERSEY. bonds, under-
takings end all contracts of suretyship; and that an Assistant Vice President. a Secretary or an Assistant Secretary be. and that each or any cf them here-
by is, authorized to at,est the execution of any such Power of Attorney. and to attach thereto the sea~ of the Company.
FURTHER RESOLVED. that the signatures Of such officera and the seat Of the Company may be affixed to any such Power of Afforney or to any
certificate relating thereto by facsimile, and any such Power of Attorney Or certificate bearirlg such facsimile signatures or facsimile seal shah be valid
and binding upon the Company when so affixed and in the future with respect to anv bond. undertaking or contract of suretyship to which it is attach-
ed."
In Witness Whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY has caused its official seal
to 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 INSURANCE COMPANY OF NEWARK, NEW JERSEY
Attest:
By
T H Stlphe,s. Assislant Vice President
STATE OF NEW YORK,
COUNTY OF NEW YORK,
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, Bt 768 Springfield Avenue; that
he is a 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 Directors of said corporation and that he
signed his name thereto by like order.
CERTIFICATE
ETHEL TARANTO
NOTARY PUBLI~, State of New york
NO. 24.4~t 17 Oual in Ki~$ Coun~
Comm~sslO~ EXp#es M~rch 30. 1981S,,.
I, the undersigned, an Assistant Secretary of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW 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 tn force.
Signed and sealed at the City of New York. Dated the 51;h
AGENDA REQUEST FOFIM
CITY COUNCIL MEETING June' 12, 1990
I'I'EM CAPTION: Discussion and consideration of approval fo L. II. Lacy Co.'s Applicat;',~
Final Payment for the construction or the Denton Tap Road Improvements proje('t £ro,~:
Belt Line Road to/?y Lake/~ad.~/~
EVALUATION OF ITEM:
S'I'AF¥ REP.: Ginn, Inc. ConsLllth,~/
OTHER REP.:
DATE: 5/ Z9/
Staff recommends approval of Final Payment in the amount of S230,9rS9:10. 7~n
Summary is included in the back-up material. If the Council should elect ro discuss ii( tit
damages we recommend that it be done in executive session prior to consideration or
BUDGET AMT.: $3,369,596.00
COBMENT,q:
AMT. ESTLMATED:
$3,337,038.96 AMT. ~'- BUDGET:
FINANCIAL REWtEW BY:
- S321557.04
REV'IE%IED BY CM:
LEGAl. REVIEW
-AGENDA REQ FORM.OSSSD~
GINN, INC.
May 31, 1990
Mr. Steve Goram, Director of Public Works
City of Coppell
P.O. Box 478
Coppell, TX 75019
Re: Denton Tap Road Improvements from Belt Lille Road
Sandy Lake Road
Dear Mr. Goram:
We are transmitting herewith the Final Application
Release of Surety, Waiver of Lien~ Executive
recommendations, and City Co~nc[] Age~]d~ Request for
At this time, the Contractor ha~ completed
project. They are in the p'~oce:~,s of cor~ecEinr tl~ir
request for Final Payment be placedl on the June
Council Agenda for the City Council's consideration.
We recommend approval of the Finial A':op]ication four Payment
amount of $230,989.10
Please forward tile Final Applications for Pa,.yme~t. ~o th~ "~ _]]~,.~'z :
Director with our recommendation.
If you see a need for any revised or ad.'3itional infc:~m-.-'t. ;;,,
please call me.
Sincerely,
John C. Karlsruher, P.E.
JCK/dsp
enclosures
cc:
Frank Trando w/enclosures
H. Wayne Ginn, P.E.
Files 378
17103 Preston P, oad ~ Suite
EXECUTIVE SU~4MARY
FINAL REPORT
DENTON [!?AP ROAD IMPROVEMLNTS
FROM BELT LINE ROAD TO SANDY I~AYE
May 31, 1990
PROJECT CHRONOLOGY
The project was advertised for bi,iding
February, 1988 and bids were received on ~r.~ ~ l'~8S, i ~l.er
contract was awarded on April 26, 1~8 to
the estimated amount of $ 3,362,580.00, a Notice-To-~zocecd for
the 365 calendar day contract was issued effective June ].5, 1988.
During the course of construction of the project both weatne~ an~.
changes in the scope of work of the project brought
requests for extensions in contract time. The original contrac[i
completion date was June 14, 1989. The ~equested ti. me exte~lsi~ns
and their impact on the contract completion date are listed as
follows:
Time Contract C~ntr~ c~
~Dquested time d~]~2~
Original Contract 365 6/!~/8[:
1. Change Order No. 2 14 days 379 6/28/S?
2. Request dated 6/1/89 3 days 382 7/1/8%)
3. Request dated 6/13/89 60 days 442 8/30/89
4. Field Change No. 20 75 days 5].7 11/13/99
Total 152 days
The Contractor claims to have reached substantial compl{~ii~n
September 20, 1989. Our research indicat~'.c that ~
completion was achieved on or about 10/25/89. In either ~se the
time extensions requested by the Contractor wii] put the
date beyond the date of substantial completion.
From the date of substantial completion until t~e date ~)f
final walk-through inspection, February 19, ] c~90, thc C~>lit~:~.c i
completed his work on miscellaneous small work items
repair/replacement of defective work. Since the date of the
final inspection the Contractor has been working on t~e Lui~ch
list of items noted by ourselves an~ ~'.ke C'.~_uf du~inc~ ~ he
inspection. At this time the contr~c'~cr iz: p';~parinq ".'l,_-'-~.~J'lt
drawings and submitting contract c].oseo~t it. ems in~;7~u<lir.~3
application for final payment.
Page ]. cf 2
FINANCIAL SUMMARY
This project began with an estimated Contract Price of $3, ~£2,
based on the contractor's iow bid of $3,369,596 minus a rebate of
$26,000 and plus an additional cost of $18,984 for the adctJt~on
of the Decorative Concrete Bridge Railing selec'ted by the
Council in award of the contract. The rebate in the total amc~r~
of $40,000 was proposed by the contractor in the event h~a w~~
awarded both projects and could work on the~ simulr, aneously.
contractor was low bidder on both projects snd was a~ardc-d
Contracts and the rebate has been prorated to both prcjects~
follows:
Denton Tap Road Improvements
from Belt Line Road to Sandy Lake Road @ 65% = $26~000
Denton Tap Road Improve]nents
from Sandy Lake Road to Denton Creek @ 35%
= $14,000
$40,0C0
These amounts will be deducted from the Final Contr~cm AL~ou~t cf
the respective Contracts.
The final analysis of the construction contract fol].o%:s:
Original Estimated Contract Amount
Final Quantity Underruns
Final Quantity overruns
Change Orders and Field Changes
Final Contract Amount
(213,085.72)
[;3 439,22
Reimbursement from Dallas County
@ 65% of $2,600,000 from 1985 Bond Program
Net cost to the city of Coppell
(:L,'390,000.<10)
~.L,617,03&.gc
Contract Retainage to Date
$ 163,476.30
SUMMARY
The project construction has been completed ~tt a savzng's
approximately $25,541.0~, while maint~:in~ng t{~e origin; .... cJe~
in'tent and quality. A more detailed budg,~2t analysis o1[ th..~ ar~L
its companion project to the north reflect;.~ a substantial ccsh
savings to the City for the entire Denton C.][.P. pfc ]ra~..
Despite delays due to weather and other causes, we feel that
is a successful project and recommend the city's acceptance.
Should the city Council wish to discuss the ma'tter of
damages, we request that this be held in an executive
prior to the City Council meeting open session.
Page 2 of 2
(;INN, INC.
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 no;; comp[ke~e
Enclosed is the final documentation required for the City
accept the project and make final payments to L. H. Lacy
This package contains three separate items which ~re:
Order No. 5 and Final Payment Request for the north proj,'~ct
Final Payment Request for the south project.
Attached is a final estimated summary of costs as o35 this
With all things considered at this point in t.Lmr~, the C[[y
realized an approximate cost sav]nqs to ~] at (': ~f~ ~ ~(3e~ s
$235,000.00 from the original budgeted amount (plus $125,000
transferred to Belt Line Road East/West).
We are proud to have been of service to the City
planning, design and project administration of the projects.
want to thank you, and all of the City Staff
cooperation and assistance throughout the duration.
Sincerely,
H. Wayne'Ginn, P.E.
HWG/dsp
cc: Frank Trando
John C. Karlsruher,
Files 378, 379
17103 Prestor, P, oad ,o Suhe 100 '~ LB l 18 · l)~tll:~s, Texas 7524'
GI.NN, INC.
MAY 31, 1990
PREPARED BY BIRN,
CORSTRUCTIOB
(6 LANE ~/ ST'D BRIDGE RAIL)
RAILROAD CROSSING
CONOCO PIPELINE
STHEEf LIGBTS
LANDSCAPING
TRAFFIC SIGNALS
RIGHT'OF'WAY
ENGINEERING
INSPECTION AND TESTING
TRENCH SAFETY
CONTINGENCIES
ABQ DEV. REIMBURSEMENT
UNIVEST REIMDURSEMENT
OTHER
ORIGINAL
SUDGETED AMOUNT
$5,161,131.83
206,0DO.O0
40,000.00
217,500.00
213,000.00
170,000.00
100,000.00
443,402.66
154,833.95
26,763.39
367,368.17
REVISED
BUDGETED AMOUNT
AMOL;NF TI) DAFE
206,000.00 167,271.97
40,000.00 22,565.92
217,500.00 97,269.00
212,950.00 174,831.20
170,000.00 183,805.21
10%000.00 93,460.49
443,402.66 351,383.92
154,833.95 154,833.95
26,763.39 23,372.67
242o368.17 0.00
~.oo
(17,434.08)]
c.oo
13,805.21
0.00
(9,547.601
250,,$7~.05 2~0,673.C, j
TOTALS $7,100,000.00 $6,974,950.00 $6,721,230.09 ($253,719.gl ~ '
Page 1 of 2
17103 Pre.itOh Road * Suite 100 · LB 118 · Dallas, l'e:~as 75248 ~;, tqlonc ,.14/248-
OTHER: SOUTH PROJECT NORTH PROJECT BOTH PROJECTS
ITEM/DESCRIPTiON I AMOUNT TO DAiE IAMOUNT TO DATE J TOTAL TO DATE
270 ASSESSMENTS
280 CONCRETE RIPRAP MODIF.
285 C.O, #4 (NORTH PROJECT)
287 TRAFFIC SIGNS
315 ADMIN. BEYOND BOMPLEIION
INSP. BEYOND COMPLETION
601 SURVEYING
602 TRAFFIC ENGINEER
OTHER CONSULT.' HYD.
610 ABSTRACT/TITLE
650 PRINTING
650 COURIER
GTE RELOCATION
EVALUATION ASSOCIATES
$8,655.75
$460.00
$26,999.50
$35,277.50
$18,246.64
$1,329.89
$8o138.54
$73.87
$258.47
$2.94
$21,000.00
$5,820.65
$15,327.00
$287.50
$25,993.60
$22~288.75
$11,229.38
$32.39
$580.97
$16,191.1!;
$23,982.75
$52,993.10
$57,566.25
$29,476.02
$1,329.89
$12~464.37
$106.26
$839.44
$4.52
$2!,01}0.10
TOTAL I $164,356.63 ] $86,316.43 I $250,673.03 I
NOTES:
1. Contingency fund in the Revised Budget has been reduced by $~,25,000 which ~as ~ran.'.rerr~d t) E'~lc
2. An estimated amount of $6,000 wiLL be required to obtain ,~ Letter o( Hap Revi~;[on ~:'om F;~HA for ~he
Creek Bridge and Channel Improvements.
3. An estimated amount of $11,450.65 ~n additfona[ edminstrat~on ~nd ~nsr'ect[on ~s ~a/ ~
billed to the projects for services during May not /~t accoun:ed for ~
Page 2 of 2
~pp 1 i cat A_ c-, ~'-'~, fc,'~-- F:" ~,/,i~"~',"~"~ .... :'~ / '
PAYMENT REQUEST NO. t::. . ..... SH[~-F-. ,...~,,.~.,,2~..--,,.,~ 0'-'
FOR MORK-. COMPLETED THROUGH TNE DATE OF : ............ !':;t[;'..!T_]:.~ .',. ........... ] ........
F'ROJECT
TITLE' I",~' - tom I ap I:.¢c,~,d ] m:~¥'ovemoml;::; F, (.,n },r=: .{?__~=J U'~._:¢,/.~? ...... O ~, E._..{ =,L_h.:
LOCATION:
DESCRIPTION: _2~L~J3.gL~.~Le]2}52?~?--J1*t}~[. ~)ZL[LA%Of:L_%.f~TI]L%:~E.~Z}.:~lYs .........................................................
OWNER ENGINEER INFORMATICIN
OWNER: _C.,~{t_%¥'_ Of .,,C.,.¢2S_Lp_!~%l_.], ........................
Address: ?_ ~]_ _~j.~.2 2,'_~/.:j ]~].[~_ ...............................
2ITY/STATE: !-...;]~ ~ ~:,..~'._!. !~_~__. ]] ?.~;_~ ~ ~! _._]'_~ ).!-'._d?_ .........
PHONE NO: .'[~.[_/:L_)...._¢!~;~.U.!!5~!~]_'F.'-_' .............................
EONTRACTOR tNFDRMA'F] ON
CONTRACTOR: _L=:. FI,, L. acv " -
ADDRESS: EL_..[.! FJ~;E;,'.'_~-~'L,L
CONTACT PERSON:
PHONE ND: ':~ '" '-"~':'-: * '
ENGINEER: GINN, INC.,
CONSULTING ENGINEERS
ADDRESS: 171¢3 PRESTON ROAD~
SUITE 10¢ LB-118
CITY/STATE: DALLAS, TEXAS 75R48
INSURANCE CO.: F:!l~'~m,an's Ir,eL "a;,ce. Ci.o.,,. ...........
ADDRESS: ~.f?_?]_~. ~'.]_a]. ck-:._n _ ~ =~LL-'!.f& ....................................
CITY/STATE: N[Et.J '¥[)RK, ~i',' ,~ .-~
BONDING AGEN]-: [':o 5,,- f: ~-~ .
CONTACT PERSON: .J..~.!]].]._?:],$¢Z,'.i_]:.~_Z'=LC~.2_'~__[:j.,_~._ ADDRESS: _:-__'...!' 'L "' ." ~ ] ;'~
PHONE NO.: (F"_14) ~48-49~1¢ CITY/SI'ATE: .......
CONTRACT NO.: Iq/'A CONTRACT DATE: '1--, . c,,:'~ i'-:c:' PROJECT NO : .............. · ,.~. ......
TOTAL OF:IGINAL CONTRACF AM~_UN'I':
TOTAL CHANGE ORDERS- ":) AMOUN-F:
TOTAL CONTRACT At`1OUNT TO DATE:
NOTICE TO PROCEED DATE:___,~.Xtr~Lr.'Z._'L.,';~_~__J.~.~[F~___.COI'II:'LETION TIME:
CONTRACT COMPLETION DATE:. .&&_l__.~__~:.~__~_,_-,~.
:'= ~';' *
PERCENT TIME ELAPSED: _.!_~_,=:,_,._,2_LL_% F'EP, CENT WORK COPlPLE'FED':
L. H L~C¥ COMPANY
hDN! HLY EBTI~,ATE
APRIL, ~99['
~TY OF CDPPELL
,0. BOX
55 PAR~WA¥ BOULEVARD
~PFELL~ TEXGO 75~1~
NAME: BENTON TAP ROAD IHPROVENEWTS FRDH ltELT LINE LOAD ID DA~D¥ LAKE ROAD
ITEH PROJECT NBNT~tLY WORK lOl~L WOFK CDNTR6CT ~O~l~L',' 1DI~L
~ DESCRIPTION U~}IT EOT. OUANTITY DH CORTRACT PM S[rCRT~;T U~IT PRICE A~iOoI;l F:~cJ~ff
BID 6 LANE PRVING
IB~,~B PREP ROW BTA %.~1 ~.~, ?:l,~l
~4,1~ BAWCUT LF 1,~2~.~0 Ill?.~) i~U?.56 B.B~'
1B~.PB REMOVE OLD CONC/ASPR SY SI?.BB 5S~.B~ i~6B.~2 E,~'
IIO.~G BENCHED EX CY 5~20~.~6 6.~ 5~2~.~ 1.6B'
118,1~ ROADWAY E~ CV 19,~5.~ ~.B6 19d59.~
131.~ BORROW CY i,e&%B~ S~B4,3~ ~ "~,~,~,~ 1,~B'
1Si,IO SELECT BORROW CY I~,USP,A~ 2~58LD6 12~IBI,B~ 3.4!1'
123,~ RHV RPL UNSTABLE MATL CY ~DB.~ B.~ ~3.B~
16B.~6 TOPSOIL S¥ lq,OE~.B~ ~.g~ 13~BB~.~
164.88 BROADCAST SEEDING SY 33,TS~.Dg ~'.~ 15~R79.5~
849.88 FLEX BASE CY 1,288,8B O.BB 979,2~ 28,66'
B68,BD LIME TREAT SY 6!,OIl.BO (i79,38) 23~BS.OD
2M.OB LIME BLURRY~ TYPE A TON 593,I8 (1,93) 372.2?
34f.!B HMAC, TYB, CL~ TON BS~.~O ~.~O ~,~
348.B8 HMAC, TYB CLA TO~ ~84,B~ B,8~ 56B.14
368.18 B" CONC PAVE SY 57~925.~ 788.~ 5R~GP4.8~
S~8,BB 6' CURB LF 2~523,8~ (BP5.~l BB,I°i.~
3&8,3~ HEADER LF 164.~ 8~,0~ ~3.1, B
36~.~ B' OORO PAVE ST I~647.~ 1i2,0~I ~ .
36~,5~ RAILROAD HEAREB LF !~I.~ ~,~ !¥i.B~
5~4.B~ FIELD OFFICE kS I.BB ~.~ 1,65~
5lO.lB PORT CDND TRAFF BARB LF 3~5B,88 ~I.6~ B?O~,B~
5IB.B~ BARRIER INOVE&REOET) LF 1,3g~.8~ ~.~B F.OF
51B.3~ BARRIER IREMDS~E) LF 3 050.~ fi,~ B,?SO.~6
538,18 6' DRIVE & NED NOSE SY 2,449,86 ~.8~ B,~?,3?
52~.11 6" DRIVE BEYOND ROW SY B95,Bf ~.~f T~2.!i
~a8,28 PAVERS (~hIiDECDR) ST 1,585.~8 79,33 ~, ', l ~ Z[,~ .
538.3~ PAVERS INDLLA~B I) SY 15?.~B 1B.83 ~m,~;5
54B.i~ TERMINAL ANCHOR EA B.O~ 0.~ l D~~
666.B8 RR X-INGS PAVE MARK EA ~,6~ f,B6 q.~,~
a66,i~ lB' STOP BAR LF ~?q.~ (!,~) 27].~ ~,~
672.~B 6'~6' ~IGBLE BAS EA 152.~ D~.~B l]5.f~ 10,~[ '
&76,1~ 4" BUTTON, WHITE EA 1,~5D.~ l~,~ t,g~.~
$%.B8 4' BUTTON, WHITE EA l,AA~.88 ~6.~ 1,BBP.~!
]BTOT~L 6 LANE PAVING
ORAIBAGE BID
RIB BiiP C¥ '~.~9 (,~U, ~.,~.) '~??.i!i~- il~iiJ ! ):~ ,~
L, N, LACY COMPANY
MONTHLY £BTINATE
APB]L~ 1998
~TY DF COPPELL
,0, BOX 478
S5 PARKWAY BOULEVARD
]PPELL, TEXAS 75019
FURCEUT CO~PL£Tr:: ;., ~,
}B NAME: DENTON TON> ROAD IMPROVEMEKTS FROM BELT LINE ROAD TO SANOY LAKE FOOD
JB NUMBER: 318 I ESTIMATE i: 2~
USTDhER NUMBER: 218Bg FROM FEB 1~ 1998 IQ APRIL 38, 1~
ITEM PROJECI MONIHLY WORK TOIAL WORK CONIF, ACT MO~,IRLY i']l,iL
~ DESCRIPTION UKIT EST, QUANTITY OW CDNTROCT ON CONTRACT UNIT P~ICE ANUONF ~¢;O'Wi
468.BB ~XI~ RSBC LF
468,38 TRANSITION LS
464.18 18' RCP LF 5.B~
464.8~ 2]" REP LF ?~R.8~
464.38 24" RCP LF
464.48 87" BOP LF 497.E~ g.08 448.g8
464.68 3~" RCP LF
464.98 BP" RCP LF
464.88 48" PCP LF
A6%.11 7? RCP LF 7B,EB
f164.18 RMV DROP INLET LO
475.18 5' RCSSD INLET EA
675.11 5' CURB INLET EA
475.1B 5' CUBB INLET MOO EA
475.8g 1~' RCSSD INLET EA 35.6B
495,~1 18' RCSSB INLET MOD EA 4.O¢ ¢.E~i E.~D
475,RB lB' CURE INLET SA O.6B
~75,23 lB' CURB INLET NOD EA
475.30 I2' 8COSO INLET EA 5.06
q75.48 14' RDSSO INLET EA 1.68 ~,68 !,CZ
!i75,51 q' OROP iNLET TY Y EA I,~ ~,~ I,~0
4?5.68 T9 D SS HN EA
475,61TY D SS MN EA
475,7¢ JUNCTION BOX EA
q75,7! MOD EXIST JUNCT BOX EA 1.DO
475,BB SS MN EA B.~¢ B.¢¢ 2.~¢
475,98 28" HEADWALL EA
479,0~ RD~ SS MH EA
479,I~ ADJUST STRUCTURES EA
58E,1~ ADOUST WATER VALVE EA
588.8~ REL AB~ HBO METER EA 5,¢~ B.BB 3.~¢
588.38 REL ADJ FIRE HYDRANT EA
582.q~ 6" STUDOUT/VALUE EA
588,58 LOUER 8' NOD LINE i.F E£5.¢¢ 8.8¢ 238.5~
582.6~ LOWER 12' HUD LiNE LF
5~E.TE FH ASSY SA ~,~ ~.~E 5.B~
L. H. LACf COH?ANY
~ONTPLv ESTIMATE
APRil, 1%B
HY OF COPPELL ORIGINAL CONTD~OI:
.O. BOX AY8 TOTAL CHANGE ORDERS:
PARKWAY BOULEVARD TOIAL:
IPPELL~ TEXAS ?SBl~ PERCENT COHPLETE:
]D NAHE: DENTON TOP ROAD IMPRDVEMERTB FRDH BELT LINE ROAD TD SANDY LAKE ROAD
DB NUMBER: 31~ I ESTIMATE ~: 2~
JSTOMER NUMBER: ~IO~9 FROH FEB ], !79~ 0 ~?RlL ~, ]~q:
ITEM PROJECT MONTHLY ~DRK TOTAL UCRK COOTRADT NO~i ~!Y i[UL
# DESCRIPTION DIgiT ESI, OUANTITY ON CONTRACT OR CONTRACT UNiT PRICE AMCUNl A{~OC~t
50R.88 RELOCATE 8" HSD LINE LS I.O~ 0.8~ I.OD 6SoO.~ [;.J~ 2,S~.~i[
580.9~ REL 16' HSD LINE LS ].DC
502.10 IRRIGATION CONNECT EA
5~ , B~
582.13 CONS ENCASEMENT CY 42.B~
6lA.lB 2~ PVC LF
624,¢~ PULL BOXES EA ~ ~ B~.~J .... ~' , .........
128.8~ CHANNEL EXCAVATION CY
A32.B~ RIP RAP CHAR LINING CY iSS.D~
62E,~ I~" STONE RIP RAP CY
164.~ BROADCAST SEEDING SY
UBTOTAL DRAINAGE ...... ~'3 iA' c:
2ENCH & SLOPE EXCAVATION
15ID,lB SIMPLE SLOPE CLAY H:S-1B LE A,21~.~B
15~0.28 SIMPLE SLOPE CLAY H:i~-I5 LF ~5,08 ~,P~ 0.6F ~,8~' ii,ii f,~B
~5~,3~ SIMPLE SLOPE CLAY H=15-20 LF 0.~
i5~1.16 SIMPLE SLOPE iN SAND G CLAY H=3-1~ LF ?~5,0~
15DI.08 SIMPLE SLOPE IN SAND & CLAY il:lC-IS LF 210,8~
15~1.30 SIHPLE SLOPE IN SAND ~ CLAY H=15-2~ LF 6.60
15~0.I~ COMP PROTEC SLOPE CLAY CORD H=5-IB LF B.~
15OR,D8 COMP PRDTEC SLOPE CLAY CORD H=10-!5 LF D,8~
~502,30 COMP PRDTEC SLOPE CLAY COND H=IO-SB LF B.BO
150G.18 COMP PROT SLOPE SAND/CLAY H:5-10 LF O.00 ~,B~
15D3oR6 COMP PROT SLOPE SANOICLAY H=IB-15 LF 8.88 O.gB ~.D~ 3,0&, ~.~ ~,k~
!5~3.3~ COMP PROT SLOPE SA!;D/CLAY H=15-R~ LF 6,6~ ~.~ ~.~ ~.~f.
15~A,10 SLOPE & BENCH CLAY H=5-IO LF ~.~0 0.OD S,73C.~ ;,5~ - ~ R~: ~iD~
15~.B~ SLOPE & BENCH CLAY H=1~-15 LF 057.8~
~564.GB SLOPE & BENCH CLAY N=15-20 LF 6.0~ tX.OB 8.6~ 5,88. f,~ g.~
1505,18 TIMBER SHORING H=5-1~ LF O.O~ B,~ ~,O~ 5.~J- ~.~li ~,~
1565,20 TIMBER SHORING H=1~-15 LF ~.D~ ~.~
1505.30 TIMBER SHORING H=iO-O0 LF 6.~
1586.18 TRENCH BOX H:5-18 LE 0.86
1586.08 TRENCH BOX H=I~-15 LF 8.DO
~50a.$~ TRENCH BOX H=15-BB LF ~.~ ~.~D ~.~ ~.~i~:
]BTDTAL TRENCH & ~LOPE EXCAVATION
L. H. LACY COMPANY
MONTH.Y ESTIMATE
APRIL. !~V6
)TY DF CDPPELL ORIGINAL CONTRACT:
.0. ~DX A?8 TOTAL CHANGE
55 PARKWAY SDULEVARD TOTAL:
~PPELL, TEXAS 756]9 PERCENT CD~F'LE~E~
]D NAME: DENTON TAP ROAD ]MPRDVE)iERTS FBDM SELT LINE ROAD TS SANDY LAKE F'OAD
3B NUMP. Ek: 3I~ I ESTIHAT
UGTO~ER NUMBED: ~1~t~9 FROM
]TEM PRO]ECl NDNTHLY ~OPK TOTAL 'JORK JS~TFA~T
( DESCRIPTION UI~IT EST, DUANTITY OR CONTRACT ON CON'RACT ~Si[
:HDGE
~kt((.ttB STRUCTURAL EX CY 1DB.BO
fi16.~ 1~" g/S LF B3B.~ ~.~3 ~B.~3 4~.B?.- ~%'~ ~ ~:~.~
qEl.~ BENT CDNC CY 1~8.6~t
6~1.~ APP SLAB CONC CT ~3B.~
4BB.~B CDNC SURF TREAT
43~.~ SiP RAP CY
fl46.~ RE STEEL LB 181,16B.~
458.88 C-BO1 RAILING LF
496.~ RHV OLD STRUCTURE EA
5~.1~ TERflINAL ANCHGR EA
595.~ TE~P RET ~A[L
611.!~ BRIDGE LIGHTING
5~6.E2 ALT DECORATIVE BBDG BaIL LF
JBTDTAL BRIDGE 13.~4~.33
dANGE ORDER ND. 1
I BEMENT TREAT SY ~,~ ~.~ EO~618.it~ D,9~
E CEMENT SLURRY TN
ORDER NO, B
i CEMENT SLURRY T~ 6.DB ~.Dkt 1~.~.36 I1.~'
:ELD CHARGES
0. 10' VCP SANITARY SEWER LD ~.~ ~.D6 i,~ li')~S,~O ~ ,~,~ ~ ~"
L, Il, L.;~CY COMPANY
MOEF~LI ESTIMATE
APR}L~ 199~t
]TY OF EOPPELL
,0. BO~
S5 PARKWAY ROULEVARD
JPPELL~ TEXAS 75~19
ORIGINAL
TOTAL CHARGE OF[D[RR:
TOTAL:
PEACERT COMPLETE:
3~ NAME: DENTON TAP ROAD INPROYEMENTS FROM GELT LINE READ TO RANGY LANE R~AD
38 NUMBER: 316 1 EGTiI"ATE ~: FI
~STOMER RUMBER: ~]~? FRO~t FER ], Is ~ TD ~RTL i~
~ DESC~iPTIDR UIqIT 15i, PUqRTHY OX ~ONT~ACT OH CORTRACT U~UT P~ICE ~i?.m~T ~,~SL
4. AGJUST WATER SERVICE EA ~.~l
5, B~ WATER VALVE EA ~,~
B, BfiRRELL GUARD RAiL LF
~. ~' ~ATER VALVE EA ~.~
IL 2' NATER TAP EA
7. 8' WATE~ LIRE LF ~,~
12. DOUBLE 2' PVC LF ~.~
]2. ~' PVC IRRIGATION LF
I1. 1~' ~ECESSSED INLET EA
I4, 6" DRAIR LS
15. RAILROAD BARRICADES LS ~,~ ~.BB
]6. IRRIGATION REPAIRS LS ~.~
I?, INTERSECTIOR IMPROVEMENTS LS ~,~t~
I9. ADDITIONAL LEFT TURN LARE LS
26, CDRCRETE RIPRAP KODIFICATIO~ LS ~,~
~TERIAL ON
1, DE:ORATIVE RAIL STEEL LB ~.~ i~.~
2. PULL BOXES E~ kt,~ ~.~ ~.6~ ~.~ ['.~ ~,.~:~
................................
TOTAL AMOUNT OF ~'ORY. PERFORMEi~
LES? ~',: RETAINAGE
NET ANOURT PAYABLE ON ESD!i'RACT
LESS: SPECIAL DEDUCT]OIi?
PLUS: EXTRA WORK
NET ANDUNT DUE DR PnLJE~)
LESS PAYMENTS RECEIVED TO DATE
CURRERT ANDUNT DUE O)J PROJECT
L, I~, LACY COHPANY
[T¥ OF COPPELL
35 PARKYAY BOULEVARD
3PPELL~ TEXAS 75~19 US~CEN7 QQMPLETE:
3~ NAME: OENION TAP ROAD I~IPROVFMENTS FROM SELl LINE ROAD TO SANDY LAI,'E ROAD
i)B NUNSER: 311~ 1 EST!E/iTE ~: Ri
iJSTO,~ER NUMSER: ~I~9 iRUM FiD l,
ITEM PP, OJECT MONTHLY WORt( TOf~L ~gRK CONTRACT
~ DESCRIPTION UNIT EST. QUANTITY ON CONTRACT ON CONTRACF UNiT PRICE
A~IBUI~TS UNPAID FROI4 PRIO0 ESTIMATE~
A~IOUQIS DUE FRDH CURRENT ESTIMATE
CURRENT A~OUNT DUE L. H. LACY COMPANY
PLEASE REFERENCE OUR JOB NU)~BER AND ESTIMATE NUMBER ON YOLR ScKl"' 'IAN,.,~.~r
~'ECiAL DEDUCTIONS
, FINAL DEDUCTION LS ~.6~ 6,0~ i.~8 -R,S~B~,6E, J.~J; (RJ,~Q~i~ii~)
GROSS P~MC;UNT 1}~[ ,
LESS I,] ~; RF-TAIN~ f-~E
AMOUNT DUE TO DATE ,,~
LESS PREVIOUS PAfMENTfi ......
AMOUNT DUE ~IS APPLICA]'iCJN~
REVIEWED BY: .~_~_/~.~--
.............................. ~..~ ................................ DATE
CHECKED BY: ......... ' ,; )' ' DATE
CONTRACTOR'S CERTIFICATION:
incorpo~-a'b<~d in said Work or c, thPr'~ see ) ~.~::e.d J~n or co,,'erf:~,d ]:)v th~ :s ,:4pF ] ~ :;~.'::. :,
'for F'aym~,nt will F.a .... to OWNER a~ -~'' ~ of payment .....
~.ccep~ablE' ~:c Owr~E*r') .
Dated
ENGINEER'S RECOMENDATION: 5'?'F; .]i:'~]'".: ~ 2. i' /:, ,{.-
,%y u~ .....' , //.' /~.. ,
OWNER'S APPROVAL:
F'ay reclu~:~st rec:Lev,:ad ~,¥.
OWIqER '~ i '"
,.L
STATE OF TEXAS
xAt' 2 U 15'!~0 ,,
AFFIDAVIT AND FINAL WATVER OF L:I'EN
COUNTY OF DALLAS
Scott Balch of L. H. Lacy Company
first duly sworn, says that he is the _Ef:{E-!~_.o_E_F?_EEj_,.EE&_~!]~! /!~_i
o'F --- ~-~.---~J=--- ~ Y.- ~ ~ ~)~ ~)~]X ..... (hereinafter referred
"Company" ) and is fami i [al with the Facts herei n statl?d
That sa~d Company performed work and labor' and/or fur ~::d~od
material for use: in the constF~ction o¢ c:eFtait] bti~ lrJi~
That said Company has fully paid For al ] work ~
therefore.
unpaiclto said Company is the sum of Two Huf~dred Thirty ]'[K,.t,,:l~:~
upon payment to it o-¢ said sum, it I-~reL~y ~.;aives all liens
claims against the said o~ner _!~i~_,_r~!.:~%_~.~__~E~!:..~... a,-,d
sai bh not.
Sco ~ t ~a](:ln
SWORN TO before me ar,d subscribedir, my
o r __EI~X___, _i_9~_ ·
' N.) t ar y I:~
LE'I'TER OF TRANSMITTAL.
D~llas, T;( 7.63t';4-t 297
F'O. Box 54t2,97
(2~ 4) 3.), -0i46
'17 ,, 0~, F'restLWl F~acl, Guite '10O '
Ii
Dallas, 'TX 7524B
_.X_ AttaChed
................................................
___ Under Separate Cover via ............ ThL~ F:~]Jlovzh~.(_:~ lie~: s:
Speci£icatiom;
-- Copy of Letter
-- Cb,ange Order
.OPIES i NO. DATE
._× ,. For Your Us~:,
_X.~ As Requested
___ Other
For Bids Due
FIEMARKS:
THESE/',RE 'TFIANSF¢~I'I-I'ED AS CHECKED BELOVV:
..... For Approval __. Approved ~ Submitted
..... Approved as Nmed
_~Returned for Corrections
For Re,view & Comment