Loading...
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