STREET DEPARTMENT (214) 450-2841 FAX (214) 951-6645 March 5, 1992 Mr. Rick Waters Centerline Constructors, Inc. 4021 Benbrook Hwy. Ft. Worth, Texas 76116 􀁒􀁥􀀺􀁾􀁥􀁤􀀠Street Dear Mr. Waters: Addison, 􀁾􀀠) Post Office Box 144, Addison, Texas 75001 16801 Westgrove Pursuant to our telephone conversation of February 27, 1992 the following items need corrected. 1. Complete clean-up of all construction areas in which your crews have made recent repairs. (See attached photos) 2. Repair or replacement of stop bar materials that are damaged and/or not bonded to the street surface. 3. Locate and provide access to the water valve currently under pavement. Following the requirements of Town of Addison, Ordinance No. 085-094. Note: This list may not be all inclusive of items needing corrections and failure to include an item needing repair does not alter the obligation of the contractor to the Town of Addison or the maintenance bond. Should you have any questions, please contact me at (214) 450-2847. 􀁺􀀻􀀺􀀺􀀻􀁬􀀺􀁅􀁾􀁾􀁾􀀠Bruce Ellis Inspector of Public Works cc: Don Preece, Director of Utilities Robin Jones, Director of Streets John Baumgartner, Acting City Manager ( ( CONSENT OF SURETY COMPANY TO FINAL PAYMENT AlA DOCUMENT G707 PROJECT: (name, address) TO (Owner) I Town of Addison OWN(R ARCHITECT CONTRACTOR SURETY OTHER 5300 Belt Line Road Addison, TX 75240 L CONTRACTOR: Centerline Constructors, Inc. 0 0 8 I ARCHITECT'S PROJECT NO: 439 CONTRACT FOR: Mildred Street Improvements _j CONTRACT DATE: 8/29/91 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated 􀁾􀁢􀁯􀁶􀁥􀀬􀀠 the Seaboard Surety Ccrnpany 5750 Pineland Dr., Suite 304 Dallas, Texas 75231-5366 on bond o( lhtrl' 􀁬􀁮􀁾􀁩􀀡􀁲􀀱􀀠 􀁬􀀧􀁬􀁾􀁭􀁥􀀠 .lnd ;;ddreu or Conu.ICIOr) centerline Constructors, Inc. 2525 Ridgmar Blvd, Suite 321 Fort Worth, Texas 7611 6 , SURE1Y COMPANY, , CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to 􀁣􀁾􀁴􀀭􀁲􀁣􀀠 insert n1rne ind 1ddress af ou.·,..!'rJ Town of Addison 5300 Belt Line Road , OWNER. Addison, TX 75240 as set forth in the said Surety Compan1··s bond. IN WITNESS 􀁗􀁈􀂣􀁾􀁅􀁏􀁆􀀬􀀠 the Surety Company has hereunto set its hand this 17th dar of May 19 91 _ Seaboarc!_ Surety_ 􀁾􀀮􀁙􀀠----··---· --· _ Surety Company A nest: (Seal): steven B. Siddons, Attorney-in-Fact Tiile 􀁾􀁏􀁈􀀺􀀠􀁔􀁨􀂷􀁾� � fotm 􀁾􀁾􀀠 to 􀁢􀁾􀀠 l;H·d 􀁡􀀮􀁾􀀠 .1 (cn-;p,anion document IO AI. .. DOCUM[NT C706, CONTRAClOR S MFIDA\IIT OF PAVM[NT OF DUns AND Cl ''"IS. (Uitt'nl [Jit•on ,\lA DOCL'.\1£\:T f.:-o:-• 􀀨􀀨􀀩􀀮􀀢􀁯􀁯􀁾􀀻􀁴􀀮􀂷􀁾􀁲􀀠 i_lr S(.'Rfl'l' (.,).\If'"\ ... 􀁾􀁜􀀠 TO 􀁦􀀱􀁾􀀻􀀮􀀭􀁜􀁩􀀮􀀠 P.A.',.\\(NT • .A.Pfill 1?:"0 f(liTICJ,o,; • 􀀢􀀧􀀧􀀢􀀧􀀭􀁾􀀠 􀁾􀁾􀂷􀀱􀀢􀀮􀀼􀀧􂀢􀀮􀀽􀂷􀀱􀁴􀁈􀀮􀀢􀁜􀁾􀀮􀀱� �􀁉􀀮􀀧􀁊􀁴􀀬􀁜􀀺􀀭􀀮􀁴􀀺􀀭􀁯􀁯􀀮􀀬􀁔􀁉􀁉􀁌􀀧􀁉􀁬􀁾􀂷􀁾􀁲􀀮􀀢􀀢􀁜􀁫􀁲􀀮􀁟􀀯􀁕􀁔􀁬􀁃􀀡􀁓􀀠 􀀱􀀢􀀺􀀭􀀮􀁙􀀺􀀮􀁴􀁾􀁛􀀬􀁜􀀩􀁕􀁊􀁜􀁾􀀠 . .&..\"[ 􀀱􀀧􀁾􀁜􀀧􂀢􀀱􀀠 􀀧􀀭􀀧􀁜􀀢􀁁􀀧􀀻􀁾􀁾􀁴􀁴􂀢􀁯􀁾􀀨􀁬􀁩􀀢􀀩􀀭� �􀀬􀀠 ,-.,.-􀂷􀁾􀀠....... 0:-.!E I' \G£ For verification of the authenticity of this Power of Attorney you may call, collect, 201-658-3500 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney number, the above named individual(s) and details of the bond to which the power is atlached.ln New York, Dial212-627-5444. TRANS-AMERICAN CONTRACTORS, INC. 1666 NORTH HAMPTON ROAD • SUITE 200• DESOTO. TEXAS 75115 • (214) 228-3777 CERTIFIED MAIL RRR p 658 002 749 June 18, 1991 Centerline Construction Company 3519 West Vickery Suite 203 Fort Worth, Texas 76107 Reference: MILDRED STREET Addison, Texas Subject: Topsoil Gentlemen: Via Fax Original by Mail We have received your check in the amount of $1,476.85 and a backcharge of $1,780.02 which totals $3,256.87 and is the final amount owed to our firm.on the above referenced project. The backcharge of $1,780.02 is for topsoil work that was not part of our subcontract. Your subcontract on Attachment A excludes topsoil, except to stockpile any available topsoil. There was not any soil available that would be acceptable for topsoil on this project. We did haul you an amount that you requested at no charge from one of our other projects and dumped on site. We will hold, uncashed, your check in the amount of $1,476.85. If we are not in receipt of another check in the amount of $1,780.02 by June 28, 1991, we have no choice but to turn this over to our company attorney for lawsuit. JWG/lg cc: City of Addison 1 Bonding Co. Scott E. Kurth, Attorney at Law Attachments SUBCONTRACTOR'S APP!,JCATION FOR PmRNT, CRRTlriCATTON OP B!f.I,S PAID AND WAIVER OF !,JRNS AND BONO C!.AfKS Prime Contractor: Centerline Constrnctors, 􀀡􀁾􀁣􀀮􀀠 Applicatlon No. J !final) Subcontractor: Trans-lnerlcan ContrJctors Period Ending: Hay Jl, 1991 Address: lb66 N. 􀁩􀁬􀁡􀁮􀁾􀁴􀁵􀁮􀀠 Road, 􀁾􀁵􀁩􀁴􀁥􀀠 100 0.1llao, TX 71115 Project: Mildred Street, Addison Original Subcontract Amou!1t Net Change hy Approved t:IIM1ge Or;lers Adjusted Subcontract Amoufll Valu;: o[ Work Crmpleted To llentative nr the above eaptloned Subcontractor .rnd have been authorized to 1ake the f,Jl\owing certifications to the 􀁐􀁲􀁩􀁾􀁥􀀠 Contractor ir1 corH1cctiou with thlg Application for Payment. 2. I hereby certify that work covered by this Application for Payment has been complete1l ir1 strict accordar1ce with the Subcor1tract Aqre<·roeut Jnd that the ;rmount of this Apr•lication 􀁩􀁾􀀠 rn10 dil<'· J. ·ro iuduce the 􀁐􀁲􀁩􀁾􀁥􀀠 Centra,:tor to make 􀁴􀁬􀁾􀁥􀀠 paym1t requested in this Application for Payment, I hereby make the followiug cm.ifi<:atirn1s: a] I certify that all materials, labor, equipment, supplies, and 􀁳􀁥􀁲􀁶􀁩􀁣􀁥􀁾􀀠 lncorporated Ly the 􀁾􀁴􀁴􀁢􀁣􀁯􀁮􀁴􀁲􀁡􀁣􀁴􀀰􀁲􀀠 into the Project, 􀁵􀁾􀁾􀁤􀀠 by the SubcofitrJctor 􀁩􀁾􀀠 􀁾􀁯􀁮􀁮􀁥􀁣􀁴􀁩􀁯� �􀀠 with the Project, or delivered to llii Project as M the date of this Certification have been paid for in full, eX<'ept as may be specifically described. below; bl I certify that there are no 1111paid debts, obligations or ,;,lsts in connection with the Subcoutractar's work Lpon th0 Project, excopt JS described 􀁢􀁥􀁬􀁯􀁾􀀻􀀠 cl I hereby certify that the fcdlowing list 􀁩􀁵􀁣􀁬􀁵􀁤􀁾􀀻􀀠 all libor; materiJlS, 􀀻􀂷􀁾􀁵􀁩􀁰􀁭􀁥􀁮􀁴􀀬􀀠 service>, ilnd/or othfl '""sts incurred by or on b, WIIETIIER OR NOT PAYMENT TS CURRENTI,Y IIIIE. 5. Jn 􀀼􀀧􀀼􀁾􀁮􀀺􀀺􀁩􀀡􀁬􀀼􀁲􀀮􀁬􀁦􀀮􀁩􀀼􀁈􀀬􀀠 for 􀁴􀁨􀁾􀀠 11ayment reque>ted in this Application for Paymi!nt, the 􀁵􀁮􀁤􀁥􀁲􀁳􀁩􀁱􀁮􀁾􀁤􀀠 Snbeontra•:tor hereby r.e!e.,s;·; · ,. 􀁾􀀠 -, 􀀺􀀮􀁾􀀭􀀺􀀺􀀠> ..,"'" ... -Trans-American Contractors TO THE ORDER OF ··1666. N •. Harrptqn Road,::suite 􀀲􀀰􀀰􀀾􀀺􀁾􀀠., · DeSoto; Texas:':75115.>:;::::···.· ·:·>: :. CENTERLINE CONSTRUCTORS, INC. --· ... ·-, ..... -...:. _-:-·-. -· . 􀀭􀁾􀀢􀀭 ---::-. ·-., 􀁾􀀭 􀁾􀀭􀀭􀀭 -------------.... _-. 􀂷􀀺􀀺􀀺􀀭􀀭􀀺􀀮􀀺􀀮􀀮􀁾􀀭􀀭􀀭􀀭􀂷􀂷􀂷􀂷􀂷􀂭 􀁾􀀭􀁾􀁟􀀬􀀬􀀠... ;:_---:: ........ _ ·-· .-_ ... .. 􀁾􀁖􀁾􀁉􀁄􀀠AFTER 45 .DAYS 􀁾􀂷􀂷􀀠 .---·-􀁾􀀭􀀭 0 :1!; 2 :J,n• n• · · · · ----􀀭􀀭􀁾􀀠􀀭􀀭􀀭􀁾􀀠:-.,... 􀂷􀀮􀀺􀀧􀀻􀁾􀀠;-----:---:"-------:-., .. .,... 􀁾􀀭􀀭 CENTERLINE· CONSTRUCTORS, INC .. _· _ 􀁔􀁈􀀺􀀭􀂷􀀺􀀺􀁔􀁔􀁁􀁣􀀮􀀿􀁅􀁾􀁾􀁓􀁾􀁣􀀮􀁦􀁾􀁄􀀬􀀬􀀮􀀬􀀮􀁒􀀻􀁊􀁴􀀧􀁾􀁾􀁎􀁊􀁾􀁾􀀠􀀮􀁾􀁊􀁴􀁳􀁔􀁾􀁾􀀻􀀺􀁣􀁾􀀱􀁅􀁯􀀠BELOW . ... -_.... ,. 􀁉􀁾􀀠_ NOT_ CORRECT PL..EABS: NOTIFY US PROMPTLY, NO RECEIPT OEGIREO. ···-􀀭􀀽􀀭􀁾􀂷􀀠-... ' ·< · DELUXE FORM WVC·3 V-2 DATE DESCRIPTION .,_ ..... 6/18/91 ·Job .. #187 . -Mildred Street, Addison .... ·· · .. V·2 AMOUNT $1,476.85 ., TO: Item No. 100.1,2,&3 104.2 110.0 Centerline Constructors, Inc. 3519 W. Vickery, Suite 203 Fort Worth, Texas 76107 Trans-American Contractors 1666 N. Hampton Road, Suite 200 DeSoto, TX 75115 Item Desc. Prepare ROW Remove Old Cone or Asph Roadway Exc Dens Cant Previous Quantity 0.50 75 3,250 Backcharges: See Attached $1,780 0 02 $1,780 0 02 Quantity Invoice#: Date: Our Job# Job Name: To Date Unit Unit Price 1.00 75 3,500 L.Sum 3,500.00 Sq. Yds. 10.00 Cu. Yds. 3.35 Amount Completed: Retainage 0.00% Net Amount Due: Less Previous Payment: Less Backcharges: Total Amount Due: 187-3 Final 5-31-91 187 Mildred Street Total Amount Due $3,500.00 $750.00 $11,725.00 $15,975.00 $0.00 $15,975.00 ($12 '718 .13) ($1, 780.02) $1,476.85 Remove and replace unacceptable topsoil Labor 4.0 men @Equipment $8.00 /hr Labor Factor 1.0 Backhoe @$33.13 /hr Materials Topsoil 12.0 hours 12.0 hours $384.00 $192.00 $397.50 $806.52 $1,780.02 GINN & CASE, INC. May 21, 1991 Mr. John Baumgartner, P.E., City Engineer Town of Addison P.O. Box 144 Addison, Texas 75001 Re: Mildred Street Fire Hydrant Relocation Dear Mr. Baumgartner: CONSULTING ENGINEERS Pursuant to your ·request, we have re-examined the facts regarding the above referenced fire hydrant relocation. It remains our opinion that due diligence was followed and this matter could not have been foreseen without significant additional costs to the Town. The placement of fire hydrants to exact tolerances is rarely warranted. On this project, we do not feel this would have been a realistic requirement or a cost justifiable procedure. We do not believe this matter in any way represents on error or omission on the part of Ginn & Case, Inc. (Engineer) or Tri-Con Services, Inc. (Contractor). As for applicable codes, City standards do not specify any set distance behind the curb. A WW A standards recommend a minimum of two feet behind the curb. Most projects within the Town of Addison have the fire hydrant set back 4-5 feet behind the curb. Fire hydrants are rarely relocated in order to to be removed from sidewalks. Many sidewalks within the Town currently have fire hydrants in them. We regret that this particular fire hydrant has caused so much concern, however; the factors previously discussed in our April 12, 1991 letter along with the potential cost to verify placement, in our opinion, justify our methodology used on this project. As we have previously stated, the fire hydrant was relocated at the request of the Town's representatives for aesthetic reasons only. Therefore, we again recomm,;ml th:!t the Town make payment to Tri-Con Services, Inc. in the amount of $1,275.00 for the relocation of the hydrant. Should you have any further questions regarding this matter, please feel free to contact our office. Sincerely, 􀁾􀁩􀀺􀀡􀁦􀀯􀁴􀁟􀀠San.ord W. Case, P.E. cc: Don Preece Gabe Favre File 439 17103 Preston Road • Suite 100 • Dallas, Texas 75248 • Phone 214/248-4900 P.O. Box796577 • Dallas, Texas 75379-6577 • FAX 214/931-1452 GINN & CASE, INC. May 20, 1991 Mr. John Baumgartner, P.E. City Engineer Town of Addison P.O. Box 144 Addison, Texas 75001 CONSULTING ENGINEERS Re: Mildred Street Improvements Dear Mr. Baumgartner: Work for the above referenced project has been completed and inspected by representatives of Ginn & case, Inc. and the Town of Addison. The work was found to be in general conformance with the contract documents. The original contract completion date was January 29, 1991. The project was substantially complete on April 4, 1991. Enclosed are three (3) copies of Application for Payment No. 6 (FINAL) in the amount of $94,396.10 from Centerline Constructors, Inc. representing work performed on the project through completion, including: the final change order reflecting overruns and underruns of the estimated quantities; and, request for previously held retainage. We have reviewed the application and recommend that payment in full be made at this time and that the City Council formally accept the project and begin the one year warranty period. Also enclosed are the project close-out submittals and other items of correspondence and project supporting documents for your information and use in making the decision to accept the project and make final payment. The submittal includes: 1) Executive Summary; 2) Summary of Change orders; 3) Final recap of construction costs; 4) Contractor's Affidavit of debts and claims; 5) letter of warranty; 6) Consent of Surety Company to final payment; 7) Record Drawings for the project mylar reproducibles and two blue line prints, under separate cover. If appropriate, please place this item on the next Council Consent Agenda to serve as public notice that FINAL PAYMENT, in accordance with the Contract Documents, in the amount of $94,396.10 will be made to centerline Constructors, Inc. for the construction of the Mildred Street Improvements project. The contract requirements have been completed, all documents are in order, and the project is ready for acceptance by the Town of Addison. 17103 Preston Road • Suite 100 • Dallas, Texas 75248 • Phone 214/248-4900 P.O.Box796577 • Dallas, Texas75379-6577 • FAX 214/931-1452 May 20, 1991 Mr. John Baumgartner, P.E. Page 2 Should you require any further information, please contact our office. Sincerely, 􀁾􀁾􀀠.. P.E. SWC/GF/dsp enclosures cc: Ron Whitehead, City Manager Slade Strickland Robin Jones Don Preece Larry McCallum centerline Constructors, Inc. Gabe Favre File 439 EXECUTIVE SUMMARY MILDRED STREET IMPROVEMENTS TOWN OF ADDISON. TEXAS 1. The project was advertised July 26 and August 7, 1990. Bids were opened on August 14, 1990. Seven bids were received and ranged from a low of $590,171.55 to a high of $679,781.00. 2. On August 28, 1990, the city Council awarded a unit price contract to Centerline Constructors, Inc., Ft. Worth, Texas, in the amount of $590,171.55 for all the work as proposed. 3 . A pre-construction conference was held on September 21, 1990. Notice to proceed was given as on or before october 1, 1990. Contract time was 120 calendar days. Contract completion date was January 29, 1991. Liquidated damages were set at $500.00 per day. 4. Some of the initial delays which occurred were obtaining the OPUBCO easement parallel to the railroad. This prevented the contractor from doing work in this area at the beginning of the project. We denied, at the beginning of the project, a request to close down Mildred street from Addison to Julian. The contractor requested this to expedite the completion of the project. It was denied due to the fact that the theater center was having plays at the time and the theater contractor had to utilize Mildred Street for access. 5. A delay occurred early in the project due to the necessary fabrication of the 24 11 waterline material by Gifford-Hill. This work could not be performed until the pipe was uncovered and accurate measurements were taken. 6. Due to either rain or poor working conditions, the contractor was unable to work the following days: Oct. J, Oct. 9, Oct. 31, Nov. 8, Nov. 21, Nov. 26, Nov. 27, Nov. 28, Nov. 29, Dec. 11, Dec. 17. From approximately December 18, 1990 to January 15, 1991, very little work was completed due to the inclement weather. 7. On February 4, 1991, we notified the contractor that the contract completion date of January 29, 1991 had passed. 8. The contractor requested a final walk-through on April 4, 1991. on April 5, 1991, a punch list of items to be completed or corrected was prepared and presented to the contractor. Additionally, a Certificate of substantial Completion as of April 4, 1991 was prepared. 9. As of April 15, 1991, all items of the punch list had been addressed to the satisfaction of the Town of Addison and Ginn & Case, Inc. representatives. 10. When the weather permitted, the contractor prosecuted the work in a timely manner, in our knowledge we have of the project, opinion. Based on the we would not not recommend assessing liquidated damages. We feel that the contractor has done an admirable job on the project. 11. Due to a minimum overrun of quanti ties, combined with thorough inspections and comprehensive contract administration, the total project contract price, before change orders, is approximately $1,294.45 less than was bid. Original contract price was $590,171.55. prior to change orders is $588, 877. 10. contract price The actual final contract price will be $596, 184. 60 which includes change orders and field changes. 12. We hereby recommend that the project be accepted and that final payment in the amount of $94,396.10 be paid in full at this time. SUMMARY OF CHANGE ORDERS M:ILDRED STREET :IMPROVEMENTS CHANGE ORDER NO. 1 Install approximately 1150 LF of 2 11 PVC conduit for future traffic signal interconnect as requested by Mr. Bruce Ellis. ADD: $4,232.50 to contract amount CHANGE ORDER NO. 2 Install additional 2" thick HMACP in alley behind Broadway Street from Julian Street to Addison Road, to repair damaged pavement, as approved by Mr. Robin Jones. Add: $2,500.00 to contract amount CHANGE ORDER NO. 3 Cost overrunsjunderruns for project. (See attached spreadsheet) Deduct: $1,294.45 from original contract price FIELD CHANGE NO. 1: Provide additional 4" diameter PVC sleeve, under walk, for future irrigation; and, relocate water valve as per Mr. Slade strickland. ADD: $575.00 to contract amount FINAL RECAP OF CONSTRUCT:ION COSTS Original Contract Amount $590' 171.55 Change Order No. 1 (Add) 4,232.50 Change Order No. 2 (Add) 2,500.00 Change Order No. 3 (Deduct) 1,294.45 Field Change No. 1 (Add) 575.00 TOTAL CONSTRUCTION COSTS $596,184.60 CENTERLINE CONSTRUCTORS, INC. May 20, 1991 City of Addison c/o Ginn, Inc. -Consulting Engineers 17103 Preston Rd., Ste. 100 Dallas, TX 75248 RE: Mildred Street Improvements Dear Mr. Favre: Pursant to section 01700, "Contract Closeout" paragraph 1. 4, subparagraph 3 of the general requirements of the above referenced contract, Centerline Constructors, Inc. hereby warrants all work to be free of defects for a period of one year. Sincerely, 􀁾􀁬􀀧􀁅􀀠CON'T'OCTO''· I,C, Richard Waters President P. 0. B o x 11721 • F o r t W o r t h T e x a s,-7 6 I I 0 • 8 I 7 . 7 3 2 . 0 8 8 2 CHANGE ORDER (Instructions on reverse side) PROJECT: Mildred Street Improvements OWNER: (Name, Address) Town of Addison P.O. Box 144 Addison, TX 7.5001 CONTRACTOR: Centerline Constructors, Inc. 2525 Ridgmar Blvd. Fort Worth, TX 76116 ,.0 , Three (3) FINAL DATE OF ISSUANCE: May 20, 1991 OWNER's Project No.-------------ENGINEER: . Ginn & Case, Inc. CONTRACT FOR: Construction of Mildred Street from Addison Road to Quorum Ilrive ENGINEER's Project No. _ 􀁟􀀮􀀺􀀴􀁾􀀳􀀺􀀺􀀹􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭 You arc directed to make the rollowing changes in the Contract Documents. Description: Quantity overruns/underruns Purpose or Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: Original Contract Price 590,171.55 􀀤􀀮􀁟􀁾􀁾􀁾􀁾􀀭􀀭􀀭􀀭􀀭 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭Previous Change Orders Nu. _ _ol,____ to No. _!=_2 __ 􀀤􀀬􀁾􀀶􀁾􀀬􀁾􀀷􀀳􀀽􀀲􀁾􀀭􀁾􀀵􀀰􀁾􀁰􀁾􀁬􀁵􀀽􀁳􀁾􀁆􀁾􀀮􀁣􀁾􀀮􀁾􀀣􀁾􀁬􀁾􀀨􀀤􀁾􀀵􀁾􀀷􀁾􀀵􀁾􀀮􀀰􀁾􀀰􀁾􀀩􀀠__ ___ Contract Price prior to this Clmngc Order $ 597 479.05 Net011 Net011 6 4Siii§Mf (decrease) of this Change Order $ 1 ?OA A 0 Conlracll'rice with all approved Change Orders $ 596,184.60 RECOMMENDED: APPROVED: CHANGE IN CONTRACT TIME: Original Contract Time 120 Net change from previous Change Orders -0-Contract Time Prior to this Change Order 120 􀁤􀁩􀀡􀁹􀁾􀀠or dille Net Increase (decrease) of this Change Order _n Contract Time with all approved 􀁃􀁨􀁡􀁾􀁧􀁣􀀠Orders 120 􀀬􀁾􀁦􀁯􀀠 􀁁􀁗􀁍􀁅􀁄􀁾􀀠 by 􀀭􀁾􀁏􀁷􀁟􀀢􀀧􀁟􀀧􀀠_________ C\0:£ Coot"''"' G' & Case Inc. EJCDC No. 1910-8-iJ (1983 Edition) Town of Addison Centerline Constructors, Inc. Prep:ued hy the 􀁅􀁮􀁧􀁩􀁮􀁥􀁥􀁲􀁾􀂷􀀠Joint 􀁃􀁯􀁮􀁬􀁲􀀻􀁾􀁣􀁬􀀠Documenlc; Ct•mnlillce 􀀻􀁾􀁭􀁬􀀠􀁃􀁬􀁵􀁬� �􀁲􀁾􀁣􀁣􀁬􀀠hy The 􀁁􀁾􀁳􀁯􀁣􀁩􀀼􀁾􀁬􀁣􀁤􀀠􀀨􀁩􀁣􀁮􀁥􀁲􀀻􀁾􀁬􀀠􀁃􀁯􀁮􀁬􀁲􀀻􀁾􀁣􀁬􀁯􀁲􀁾􀀠of 􀁁􀁭􀁥􀁲􀁩􀁣􀀻􀁾􀀮􀀠 . ..;· GINN & CASE, INC. May 17, 1991 Mr. Rick waters Centerline Constructors, Inc. P.O. Box 11721 Ft. Worth, TX 76110 CONSULTING ENGINEERS 􀁽􀀮􀂷􀁾􀀠 Re: Mildred Street Improvements Dear Mr. Waters: This is to notify you that the "stop bars" on the Mildred street project are beginning to peel off already in places. Please have this corrected immediately. Sincerely, Gabe Favre GFjdsp cc: John Baumgartner, P.E. Slade Strickland Robin Jones Don Preece File 439 17103 Preston Road • Suite 100 • Dallas, Texas 75248 • Phone 214/248-4900 P.O. Box 796577 • Dallas, Texas 75379-6577 • FAX 214/931-1452 1 L..l-1 ..1,.,;. ..1'..1. lo..JL.. ..I.U•..I.""''I i&.>ollrii'\P..i..J'-'11 '-" -...'IL..'·-·1'\ I C.L IiLio OJ. 1 -oc•J. -..;""IL':J THI STATE OF TEXAS • • COUNTY OF Tarrant • . ·-,., FINAL BELIASI AND WAifiB or LJIN BIGHTS BEFORE ME, the und.erliancd authority, a Notary Public In and for the State of Texas, OD this day personally appeared Richard Waters , who, bcina by me fint duly ,worn, upon oath dcpoaca and aaya: I. "I am an owner or duly authorized officer of the undcrsisncd Contractor, subcontractor, or material supplier In connection with the conatr\ICtlon of the Mildred Street and Sanitary Sewer Improvements in Addison Dallas 􀁃􀁯􀁾􀀦􀁮􀁴􀁹􀀬􀀠 Tcxaa, for Town of Addlson (hereinafter referred to 11 •owner"), and I am a11thorlzcd In such capacity to make thia affidavit. 2. I hereby certify that all debts and obllsatlona Incurred by tho undonlancd In tho erection, construction, and completion or tho horclnabovo described project (lncludlna, but not limited to, those for labor, material, equipment, uuppllcs, services, insurance, taxes, and orher costa), have been paid and discharaed in full. 3. To induce Owner to make final payment in the amount of S 94 396.10 and upon receipt of auch pay mont, the undersigned hereby releases and dlacharaca tho Owner, the contractor or subcontractor and any financial institution which hae or hae had any liens asainst the hereinabove deacrlbc(l project, from any and all lions, claims, rights, and/Or equities whatsoever aaainll the hereinabove described project and hereby waives and surrenders any and all riahta of the underaianed to make such a claim for lien resulting from labor, materials, equipment, s\lpplies. services, Insurance, and/or other costs incurred by the undcniancd. 4. The underslaned further agree• to Indemnify and hold harmless the Owner or the financial institution which has or has had any Ilona aaalnlt the hereinabove described project, from and aaainat any and all licna, claime, exponaes, losses or damaaos, of whatever kind and nature, by reaaon of any any debts or obligations Incurred, or allcsed to have been incurred, by the undersisned, ita aaenta, employees, and/Or aubcontnoton in connection with the erection, construction, and/or lmprovomcnu of n.id property.• FINAL RELEASE AND WAIVER OF LIEN RIGHTS-Paae 1 .. ' SIGNED thla the _ _,.;:;.17.:..__ d&y of--..:;.:&.'----------' 19.2L._. CONTllACTOil, SU"ICONTilACTOR Oil 􀁾􀁐􀁐􀁕􀁩􀁡􀁯􀀠 NJneOf Arfl&Dt Rjchard Waters President Title of Afri&nt SWORN AND SUBSCRIBED TO BEFORE ME thla the 17 day of May • 19 􀀹􀁾􀀠 by Affiant, to certlry which wllncaa my hand and official seal. 􀁎􀁾􀁾􀁾􀀬􀁾􀁾􀀠 My commiulon oxplroe: 7/:t.?[ qd_ (f:\forlni\COIIII\A•b ,doc:) FINAL RELEASE AND WAIVER OF LIEN RIGHTS-P11t 2 CENTERLINE CONSTRUCTORS, INC. May 16, 1991 Mr. Gabe Favre Ginn & Case, Inc. 17103 Preston Road Suite 100 Dallas, TX 75248 RE: Mildred Street lirproverrents Dear Mr. Favre: 􀁾􀁄􀁾􀁩􀁅􀂩􀁭􀀠􀁯􀁾􀀦􀀠fhl l 􀁾􀀠 . lim lillY I 61991 !@! I Pursant to Division I, Section 01300, Paragraph 1.3 of the General requirements, notice is hereby given of completion of the above referenced project. Sincerely, Richard Waters President 'I P, 0. B o x 11721 • F o r t W o r t h T e x a s, 7 6 l I 0 • 8 I 7 . 7 3 2 -0 8 8 2 APPLICATION FOR PAYMENT 􀁒􀁅􀁖􀁾􀀠 .J) 'PAYMENT REQUEST NO. _S:::;lX=· =-->-(-=-6-'-) ______ .;;.F=:INAL=:.....=.B=ILL=I"-'N-=G __ .SHEET 1 OF 4 FOR·WORK COMPELTED THROUGH THE DATE 􀁏􀁆􀀺􀁟􀂷􀀭􀀭􀀭􀀭 􀀭􀀭􀀭􀁾􀁁􀁰􀁾􀁲􀁾􀁩􀁾􀁬􀁾􀀳􀀰􀁾􀀬􀀭􀀭􀀭􀁟􀀱􀀹􀀠91 PROJECT TITLE: MILDRED STREET IMPROVEMENTS -SANITARY SEWER IMPROVEMENTS ; LOCATION: TOWN OF ADDISON, TEXAS DESCRIPTION: CONSTRUCTION OF MILDRED STREET FROM ADDISON ROAD TO QUOURM DR ALONG WITH STORM SEWER AND SANITARY SEWER INSTALLATION OWNER/ENGINEER INFORMATION: OWNER: TOWN OF ADDISON ADDRESS: P.O. BOX 144 CITY/STATE: ADDISON, TX. 75001 CONTACT PERSON: SLADE STRICKLAND PHONE NO.: ENGINEER: ADDRESS: 214-450-2869 GINN, INC. -ENGINEERS 17103 PRESTON RD., #100 CITY/STATE: DALLAS, TX. 75248 CONTACT PERSON: GABE FAVRE PHONE NO.: 214-248-4900 CONTRACTOR INFORMATION: CONTRACTOR: CENTERLINE CONSTRUCTORS ADDRESS: P.O. BOX 11721 CITY/STATE: FT. WORTH, TEXAS 76110 CONTACT PERSON: BARNEY BOYDSTON PHONE NO.: 817-732-0882 INSURANCE CO: ADDRESS: CITY/STATE: SEABOARD SURETY · 5750 PINELAND DALLAS, TEXAS co. BONDING AGENT: STEVEN B. SIDDONS ADDRESS: CITY/STATE: 3519 WEST VICKERY BLVD FT. WORTH, TX 76107 CONTRACT NO.: ________ CONTRACT DATE: AUGUST 29, 1990 PROJECT NO. 439-443 TOTAL ORIGINAL CONTRACT AMOUNT: $ 590,171.55 TOTAL CHANGE ORDERS NOS ._3_-__ AMOUNT $:__73:...:0...:.7.:. ..·...:.50:__ ________________________ _ TOTAL CONTRACT AMOUNT TO DATE: $ 590,171.55 +Change Order #1($4232.50) +Change Order #: ($2500.00) +Field Change Order #1($575.00)-$597,479.05 NOTICE TO PROCEED DATE: OCTOBER 1, 1990 COMPLETION DATE:l20 CALENDAR DAYS CONTRACT COMPLETION DATE: JANUARY 29, 1991 .. PERCENT TIME ELAPSED: _________ 1_00_% PERCENT WORK COMPLETED: ____________ l_O_O% 􀂷􀂷􀂷􀀭􀀭􀀭􀀭􀁾􀀭􀀭 r, I . Centerline Constructors, Inc. 2525 Ridgmar, Suite 321 Fort Worth, Texas 70116 10: !OWM ol Addi!OM P.O. Box 144 Addison, TX 75001 Item APProx, No. Quantity Unit Item Desc. 100.1 100' 2 100.3 104.1 104. 2 11 0' 0 160.0 248.0 260.0 262' 0 264. 0 340 360. 1 360.2 360.3 400 464. 1 464.2 464.3 470.1 470.2 4 79. 1 500 530.1 530.2 530.3 530.4 582' 1 582.2 582.3 618. 1 618.2 666.0 670.1 670.2 676.3 Street ImProvements 6.55 Stations Preoare ROW 65' 5.50 Stations Preoare ROW 80' 0.65 Stations Prepare ROW 60' 240 Lin. Ft. Saw-Cut Full Deoth Asphalt or Concrete 75 Sa. Yds. Remove Old Concrete or Asohalt Concrete 3,500 cu. Yds. RoadwaY Excavation Density Control 2,800 Sa. Yds. Furnish & Place ToPsoil inc! Rye Grass 25 Cu. Yds. Flex. Base, Type A, Grade I, Class 3, Como! 4,500 Sa. Yds. Lime Treatment for Materials in Place 2,650 Sa. Yds. Lime Treatment for Base Course 100 Tons HYdrated Lime (6% by weight) 150 Sa. Yds. 6' Thick Type D HMACP 6,000 Sa. Yds. 8' Thick Reinf. Cone. Class C 835 Sa. Yds. 6' Thick Reinf. Cone. Class C 37 Lin. Ft. Concrete Street Header I L.Sum Trench SafetY for Storm Drainage Lines 320 Lin. Ft. 18' Reinf. Cone. PiPe C-76 385 Lin, Ft. 24' Reinf. Cone. PiPe C-76 530 Lin. Ft. 30' Reinf. Cone. Pipe C-70 5 Each 10' Standard Curb Inlet 5 Each 10' Modified Curb !net 2 Each AdJust Existing Manhole L.Sum Mobilization 2,100 Lin. Ft. Concrete Curb and Gutter 730 sa. Yds. Concrete Sidewalk 4' THick 140 Sa. Yds, Concrete Driveways 6' Thick 840 Sa. Yds. Brick Pavers 1 Eech AdJust Existing Weier Velve I Each 80 Lin. Ft. 425 Lin. Ft. 40 Lin. Ft. I L. Sum 108 Each 108 Each 152 Each Relocate Existing Water Meter Lower 24' PCCP Water Line 2'/4' Electrical Conduit 2' Irrigation Conduit Pvmt Markings -24' Stop Bars Etc. Traffic Buttons P-7W Single Ref!. White Traffic Buttons P-15 W Double Ref! White Traffic Buttons P-117Y Double Ref! Yellow Total Amount Bid: (Street Improvements) Unit QuantitY Price To Dele 11,300.00 11,300.00 11,300.00 14.50 111. 00 13.75 11. 50 190.00 12.30 12. 30 181.00 122.00 117.95 118. 00 14.75 1550.00 137.00 155.00 166.00 13,800.00 14,000.00 1450.00 130,000,00 11. 35 121.15 120.50 135.00 175.00 1350.00 1265.00 15.50 17. 00 13,700.00 13.00 14. 70 16.10 6.55 5. 50 0.65 240.00 75.00 3500.00 2800.00 21.50 4500.00 2755.00 100.00 130.00 6102.00 760.00 37.00 1. 00 339.00 385.00 548.00 5.00 5.00 2.00 100.00% 2097.00 688.00 142.00 760.00 1. 00 1. 00 80.00 433.00 40.00 1. 00 108.00 108.00 152. 00 117-6 Fine! MaY 14, 1991 187 Mildred Avenue Tote! Amount Due 18,515.00 17,150.00 1845.00 11,080.00 1825.00 113,125.00 14,200.00 11,935.00 110,350.00 16,336.50 18,100.00 12,860.00 1109,530.90 113,680.00 1175.75 1550.00 112,543.00 121,175.00 136,168.00 119,000.00 120,000.00 1900.00 130,000.00 12,830.95 114,551.20 12,911.00 126,600.00 175.00 1350.00 121,200.00 12,381.50 1280.00 13,700.00 1324.00 1507.60 1927.20 $405,682.60 􀀴􀀶􀁾􀀮􀀠1 465.2 465.3 465.4 465 0 5 465.6 465. 7 470.3 470.4 4 70. 5 472 0 0 400.1 co 11 co 12 570 Lin. Ft. 1,240 1' 070 485 Lin. Ft. Lin. Ft. Lin. Ft. 􀁓􀁾􀁮􀁩􀁴􀁾􀁲􀁹􀀠 Sewer ImProvements 8' Diameter PVC 􀁄􀁲􀁾􀁾􀀠 (8'·10' Deep) San Sewer 13!.00 8' 􀁄􀁩􀁾􀀮􀀠 PVC Dr 35 (10'·12' Deep) San Sewer 138.00 12' Diam. PVC DR 35 (6'·8' Deep) San Sewer 128.00 12' 􀁏􀁩􀁾􀁭􀀮􀀠 PVC DR 35 (8'·10' Deep) 􀁓􀁾􀁮􀀠 Sewer 131.00 650 Lin. 100 Lin. 60 Lin. Ft. 12' Diam. PVC DR 35 (10'·12' Deep) San Sewer 142.30 2 Each 4 Each 9 Each Ft. 4' Diameter PVC DR 35 (8'·10' Deep) San Sewer 131.50 Ft. 6' Diam. PVC DR 35 (8'·1D' Deep) San Sewer 153.00 Sanitary Sewer Manhole (6'·8' Deep) ComPlete 12,000.00 Sanitary Sewer Manhole (8'·10' Deep) Complete 12,200.00 San. Sewer Manhole (10'·12' Deep) ComPlete 12,400.00 160 Lin. Ft. Relaying Culvert Pipe 119. DO 1550.00 L.Sum Trench Safety for SanitarY Sewer Lines L. Sum L.Sum L.Sum Total Amount Bid (Sanitary Sewer): Change Orders & Field Extras Change Order 11 Ad 2' Conduit Pull Boxes Change Order 12 · HMAC Pavement Patch Field Change 11 · Sdwlk Sleeve & Reloc W.M. Total Amount of Change Orders etc: 14,232.50 12,500.00 1575.00 5!0.00 1280.00 1051.00 394.00 760.00 97. DO 60.00 3.00 4.00 8.00 131.00 1. DO 1. DO 1. 00 1. DO Amount Completed: Retainage 0.00% Net Amount Due: Less Previous Payment: Total Amount Due: 117,490.00 148,640.00 129,428.00 112,214.00 132,148. DO 13,055.50 13,180.00 16,000.00 18,800.00 119,200.00 12,489.00 1550.00 1183,194.50 14,232.50 12,500.00 1575.00 17,307.50 1596,184.60 10.00 1596,184.60 1501,788.50 194,396.10 - PROJECT: MILDRED STREET' }IPROVEMENTS CONTRACTOR: CENTERLINE LuNSTRUCTORS, INC. _OWNER: TOWN OF ADDISON, TEXAS SHEET NO. 4 OF 4 APPLICATION FOR PAYMENT N0. _6_ DATE: April 30 19.1.!_ ENGINEER: GINN, INC. CONSULTING ENGINEERS ACCOMPANYING DOCUMENTATION: GROSS AMOUNT DUE •...... $ 596,184.60 LESS 5 % RETAINAGE ... $ ____ -_0_-__________ __ AMOUNT DUE TO DATE ..... $ 596, 184.60 LESS PREVIOUS PAYMENTS.$ 501,788.50 TOTAL AMOUNT DUE THIS APPLICATION ....... $ __ 􀀹􀁟􀀴􀁾􀀬􀀳􀁟􀀹􀁟􀀶􀁟􀀮􀁟􀀱􀀰􀀠________ _ REVIEWED BY: DATE: CHECKED BY: 􀁄􀁁􀁔􀁅􀀺􀁳􀁴􀁾􀁾􀁾􀀠 ---------------------􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀁾􀀭􀀭􀀭 CONTRACTOR'S CERTIFICATION: The undersigned CONTRACTOR certifies that (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through 6 inclusive; and (2) title to all materials and all equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interests and encumbrances (except such as covered by Bond acceptable to OWNER). Dated May 17, 19 91 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭Subs=ibed Before Me This Date, May 17, 1991 Jan 􀁾􀀷􀁲􀁯􀁾􀁯􀁴􀁾􀁾􀁣􀁸􀁲􀁲􀁮􀀠􀁾􀀽􀀠7/27/92 􀁔􀁩􀁴􀁬􀁥􀀺􀁾􀁒􀁩􀁾􀂷􀁣􀁾􀁨􀁡􀁲􀀽􀀽􀁾􀁤􀁾􀁗􀀽􀁡􀁴􀁾􀁥􀁲􀁾􀁳􀁾􀂷􀁾􀁐 􀁲􀁾􀁥􀁾􀁳􀁾􀁩􀁤􀁾􀁥􀁮􀁾􀁴􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭 ENGINEER'S RECOMMENDATION: This Application for Payment (with accompanying documentation) meets the requirements of the Contract Documents and payment of the above TOTAL AMOUNT DUE THIS APPLICATION is recommended. 􀁄􀁡􀁴􀁥􀁤􀂷􀀭􀀭􀀭􀀭􀀭􀁾􀁾􀁾􀀭􀀢􀀧􀁾􀀢􀀢􀁾􀀭􀀭􀀭􀀭􀀢􀀢􀁾􀁣􀀺􀀺􀁟􀀠__ 19 q /Ginn, Inc. Consulting 􀁂􀁹􀀺􀁟􀁟􀁟􀁟􀁦􀀮􀀦􀁡􀁾􀂷� �􀁾􀁲􀁬􀁾􀁾􀀻􀁩􀁩􀁩􀁾􀁾􀁣􀀮􀀮􀁾􀀭􀀽􀀭􀀭􀀭􀀭􀀭􀀭Engineers Title: Project Manager OWNER'S APPROVAL: Application for Payment received on _______________ 19 __ by ____________________ __ Approved for payment on _____ day of _______________ 19 Town of Addison, Texas By: ____________________________ _ Title: ______________________________ __ > > TO GINN, INC. Consulting Engineers 17103 Preston Road Suite 100, LB-118 DALLAS, TEXAS 75248 (214) 248-4900 7owN <'E /lt?l::>lfOA/WE ARE SENDING YOU rkttached D Under separate cover via __________ the following items: COPIES c, D Shop drawings D Copy of letter DATE S{IAift NO. 􀁾􀀠 o. 􀁐􀁾􀁳􀀠 􀁾􀁨􀁡􀁮􀁧􀁥􀀠order D Plans D Samples D Specifications o _____________________________ _____ __ DESCRIPTION Ch-'· •rl 􀁾􀁾􀀠L /h. 3 􀁲􀁾􀁤􀀮􀀦􀁶􀀮􀀬􀀮􀀠 • -•r 􀀯􀁵􀀮􀁮􀁾􀀻􀀭􀁶􀀻􀁷􀀠 􀁾􀀠 THESE ARE TRANSMITIED as checked below: 􀁾􀁡􀁰􀁰􀁲􀁯􀁶􀁡􀁬􀀠 D Approved as submitted D Resubmit ___ copies for approval D For your use D Approved as noted D Submit __ copies for distribution D As requested D Returned for corrections D Return ___ corrected prints D For review and comment D D FOR BIDS DUE 19 D PRINTS RETURNED AFTER LOAN TO US REMARKS 􀁾􀀠 􀁾􀁾􀀠 COPY TO _________________ _ SIGNED: PRODIICT 240.3 /Nl:ifS) 􀁉􀁾􀀠GrUl, Ill=. 0141! If enclosures are not as noted, kindly notify us at once. CHANGE OIUJJm (Instructions on reverse side) PROJECT: Mildred Street Improvements OWNER: (No.mc, Address) Town of Addison P.O. Box 144 Addison, TX 7.5001 CONTRACTOR: Centerline Constructors, Inc. 2525 Ridgmar Blvd. Fort Worth, TX 76116 N 'Three (3) FINAL DATE 01' ISSUANCE: May 20, 1991 OWNER'' Project No. ____________ _ ENGINEER: . Ginn & Case, Inc. CONTRACT roR: Construction of Mildred Street from Addison Road to Quorum Drive ENGINEER'' Project No. _ _4c..3::.9.::_ _______ You arc directed to make the following chomgcs in the Contract Documents. [)c,cription: Quantity overnms/undernrns Purpose of Change Order: Allilchmcnts: (Li::ot. documents supporting chrmgc) CllANGE IN CONTRACT PRICE: CllANGE IN CONTRACT TIME: Origimtl Contract Price Origin01l Contract Time 590,171.55 $ _ 􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀂷􀀭􀀭􀀭􀀭􀀭􀀭􀀭 120 d!!.y.• or cl:•le Previous Change Orders No._.=l'--_lo No. _ _,2 _ Net clmngc fmm previous Change Orders $ 6,732.50 plus F.C. Ill ($575.00) 􀀭􀀭􀀭􀁾􀀭􀀭􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀭􀀭􀀭􀀭 -0-􀁤􀁮􀁹􀁾􀀠 􀀠 Contract Price prior to this Clmngc Order Conlr11cl Time Prior to this Change Order $ 597 479.05 120 Ncti:i1Jiijgj11Qrg. (decrease) of this Change Onlcr Net lncrcflsc (decrease) of this Ch > TO GINN, INC. Consulting Engineers 17103 Preston Road Suite 100, LB-118 DALLAS, TEXAS 75248 (214) 248-4900 􀁾􀁾􀁎􀀠oF:-􀁁􀁴􀀲􀀰􀁾􀁯􀁎􀀠 WE ARE SENDING YOU 􀁾􀁨􀁥􀁤􀀠D Under separate cover via ________ the following items: D Shop drawings D Copy of letter D Prints 􀁾􀁡􀁮􀁧􀁥􀀠order D Plans D Samples D Specifications o ___________________ ___ THESE ARE TRANSMITIED as checked below: 􀁾􀁲􀀠approval D Approved as submitted D Resubmit __ copies for approval c:; S';):lmit __ copies for distribution VReturn 4': cor!4fd;ed prin+s D For your use D As requested 0 For review and comment D Approved as noted 0 Returned for corrections o _____________________ _ ___ D PRINTS RETURNED AFTER LOAN TO US 􀁒􀁅􀁍􀁁􀁒􀁋􀁓􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾 􀁾􀀮􀀨􀁾􀁟􀁛􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀠CC! COPY TO 􀁾􀀠􀀦􀁾􀁾􀀠 􀁬􀀮􀀯􀀮􀀱􀀱􀀯􀁾􀁾􀀠 .c'h L · SIGNED: 􀁾􀁾􀁾􀂷􀀠 PRODUCT 240-3 􀀯􀁎􀁩􀁦􀁩􀁩􀁓􀀯􀁲􀁾􀀠&WI!. 111.m. 01411 If enclosures are not as noted, kindly notify us at once. 􀁃􀁉􀁉􀁁􀁎􀁇􀁉􀁾􀀠onmm {Instructions on reverse :;;ide) PROJECT: Mildred Street Improvements OWNER: (Name, Add reS>) Town of Addison P.O. Box 144 Addison, TX 75001 CONTRACTOR: Centerline Constructors, Inc. 2525 Ridgmar Blvd. Ft. Worth, TX 76116 CONTRACT FOR: Construction of Mildred Street from Addison Rd. to Quorum Dr. o. _T_w_o__,_(2...:.) ____ _ DATE OF ISSUANCE: February 11, 1991 OWNER's l'rojccl No.-------------ENGINEER: Ginn & Case, Inc. 439 ENGINEER's Pr11icct 􀁎􀁯􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀮􀀠 You arc directed to make the following changes in the Contract Docurnent::o. Description: Place additional square yardage of 2" thick HMACP in alley behind Broadway Street from Julian Street west to Addison Road. Purpose or Change Order: To repair damaged pavement (damaged prior to this construction) to blend and match proposed pavement replacement due to construction by this contract. Allaclunenls: (List docmncnts supporting change) Field investigation/agreement by Robin Jones. Verbal okay to proceed based upon field observation. CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIME: Original Contract Price Original Contract Time $ 590,171.55 120 Previou!; Change Orders No._-=.l __ to No. ___ _ Net clmngc rn.1111 previous Change Order!; $ 4 232.50 -0-Contract Price prior to this Change Order Contraci Time Prior to this Change Order $ 594,404.05 120 􀁾􀁬􀁮􀁹􀁾􀀠nr 􀁬􀁬􀁾􀁬􀁥􀀠 Net Increase (dccrcrtsc) of tl1is Cha11ge Order Net Increase (dccrea:;;c) of thi!; Change Order $ 2,500.00 -0-Contract Price with 􀀼􀁾􀁉􀁉􀀠 i!pprovcd Change Orders Contract Time with all rtpproved Cha1_1ge Orders $ 596,904.05 120 RECOMMENDED: EJCDC No. 1910-R·ll (198J Edition) rrrrnrc:l;l hy I he: 􀁅􀁮􀁾􀁴􀁩􀁮􀁣􀁣􀁴􀀮􀁯􀀻􀀧􀀠Juinl {"nnlt:ICI 􀁉􀁊􀁵􀁣􀁵􀁭􀁣􀁮􀁬􀁾􀀠􀁻􀀢􀁾􀁬􀀡􀁬􀁬􀁬􀁬􀁬􀁩􀁬􀁬􀁣􀁬􀀧􀀺􀀠 :-tml C!lllut:trrl hy The 􀁁􀁾􀀮􀁾􀁯􀁤􀀺􀁾􀁬􀁣􀁲􀁬􀀠{iC:IICI:!I Cnnlr:.clnr!'i. nf Amcric:.. GINN, INC. October 1, 1990 Mr. Greg Pynes Town of Addison P.O. Box 144 Addison, TX 75001 Re: Mildred street Improvements Change Order No. 1 Dear Mr. Pynes: CONSULTING ENGINEERS Enclosed are six copies of Proposed Change Order No. 1 for the above referenced project. Please have all six executed and return four copies to us for further processing. Please keep two copies for your files. Should you have any questions, please contact us. Sincerely, 􀀶􀁾􀀠 Gabe Favre GFjdsp cc: Ron Whitehead, City Manager Robin Jones Don Preece Slade 􀁳􀁴􀁲􀁾􀁫􀁬􀁡􀁮􀁤􀀠 Randy 􀁍􀀧􀀿􀁲􀁾􀁶􀁾􀁣􀀠 Centerl1ne Constructors, Inc. H. Wayne Ginn, P.E. J.R. Richardson File 439 17103 Preston Road • Suite 100 • LB l18 • Dallas, Texas 75248 • Phone 214/248-4900 MILDRED STREET IMPROVEMENTS PRECONSTRUCTION MEETING September 21, 1990 Gabe Favre 􀁾􀀠... RJ'i'D Cp.5C 􀁾􀁾􀁾􀁾􀂷􀁾􀂷􀀠􀁔􀂷􀁾􀁾􀀠 􀁦􀀧􀁵􀂧􀁾􀁯􀀧􀁌􀀮􀀮􀁬􀀮􀀠 􀁒􀀻􀀧􀁊􀁣􀁾􀁾􀀠 􀁾􀁴􀂷􀁾􀀠 G ?iYvl CN N N I !{ q l1 flv-., REPRESENTING PHONE NUMBER Ginn, Inc. 248-4900 􀁾􀁷􀀠of: t4DI?r"sar.J JiSt!) -Z&' fo 9 :CP..,," d o/11 <;"€J1v,(:_e_ l.../7)-􀀩􀁾􀀰􀀷􀀠 -􀀸􀀱􀀱􀀭􀁉􀁾􀀧􀁚􀀮􀁯􀁂􀁓􀁌􀀠672 -2!2?9 ' •I 􀁃􀁾􀁣􀀮􀀮􀀭􀁊􀀨􀁌􀀠 􀁃􀁜􀀧􀀿􀁣􀁾􀀠 '717-􀁾􀁲􀁧􀀠 j,.,,. w· o£ OJJI.:Jo-.1' 46 o-743.5 /) /) ys. 0-7 CJ'0 S (is $"'S'" 􀁾􀀠'l.-, '1.. /' ,/' ' :. Gabe Favre TB!J r7oss /3 c.-/c. £t.n A A= I 􀁊􀀩􀁵􀁾􀀠(u-v--y_ MILDRED STREET IMPROVEMENTS PRECONSTRUCTION MEETING September 21, 1990 REPRESENTING Ginn, Inc. b«f> yl/1.Qtfi &vt'r c#s· tf. b /.J JO 􀀧􀀢􀀢􀀧􀁾􀀵􀀠 PHONE NUMBER 248-4900 '&'8/-95L/L( <£?8/-7£ '-/LJ. 􀀻􀀺􀁻􀁾􀁦􀀩􀀠 3777 7 I 7 :Sf{. ,:,-!J 􀁾􀀼􀀯􀀧􀀡􀀭􀀯􀀧􀀲􀀧􀀿􀀲􀀠 l ; ···Centerline Constructors, Inc. 3519 W. VIckery, Suite 203 Fort Worth, Texas 76107 (B17l 732-0BB2 September 14, 1990 Town of Addison c/o Ginn, Inc. 17103 Preston Road, Suite 100 Dallas, TX 7524B Attn• Mr. Gabe 􀁆􀁡􀁶􀁲􀁥􀀬􀁾􀀠 Re1 Mildred Street Improvements, Addison Gentlemen. As requestedin your letter dated September 10, we are furnishing you with unit prices for added work on the referenced project. We propose the following• I Approx. 1,150 Lin. Ft.-2" PYC Conduit, 24" Deep, Including Sweeps, 􀁾􀀠 2 Approx. 2 Each Ells 􀁾􀀠 $3.35 per L.F. = $3,B52.50 -Pull Boxes, Addison Standard 􀁾􀀠 $190.00 per Ea. = Total Amount Added; $3BO.OO $4,232.50 Please sign, date, and return one copy of this letter to indicate your acceptance or provide some written record so that we can plan our work. If there are questions, or if I can be of assistance, please call me. Sincerely, 􀁾􀁣􀁟􀀧􀁾􀁾􀀠 BarneyCJ. Boydston BCB/mc Town of Addison by• Ginn, Inc. Signed: ________________ Date: APPLICATIOii FOR PAYMENT 810 􀁄􀁁􀁔􀁅􀁾􀀠 AUGUST U, 1990 NOTICE TO PROCEED DATE: OCTOBER I, 199G CONTRACT .liiOUNT: $ m,111.55 OWNER: TOWN OF ADOISOH, TEXAS ENGINEER: GINN, INt. Cf.INSULTING ENGINEERS 􀁃􀁏􀁎􀁔􀁒􀁁􀁃􀁔􀁏􀁒􀀺􀁾􀀠 MILDRED STREET IHPROYEMENTS APPLICATION FOR PAYIIEHT NO. 6 (FINAL) FINAL PAY QUANTITIES FINAL QUANTITIES THIS PAY APPLICATION OYERRUNS/UNOERRUNS ITEM I DESCRIPTION I BID I 810 I 810 TOTAL IIQTY TO I AMOUNT II QTY I DYER{UNOER) II NO. I I QTY jUNITI UNIT PRICE I AMOUNT IIDATE I TO DATE 􀁉􀁉􀁾􀀨􀀭􀀩􀀠 I TOTAL AMOUNT! I ntrt:tluntUUtUtnntuuununu uuttt l******jttttlntutututl:ruuuuuu ntUUjUUtHUtttt tnutt ttuuuuutll 100.1 !PREPARE RIGHT·OF-IfAY {65') I 5.55 ISlA I $1,300.00 I $8,515.00 6.551 $8,515.00 0 $0.00 II IOU !PREPARE RIGHT-OF-IIAY (80') I 5.5 jSTA I $1,300.00 I $1,150.00 5.5 I $1,15!1.00 !I $0.00 II 100,3 !PREPARE RIGHT-OF-IIAY (60') I 0.65 ISTA I $1,300.00 I $845.00 G.65 I $U5.00 $0.00 II IOU jSAII-CUT FULL DEPTH ASPHAlT/COliC PAVEMENT! 240 ILF I $4.5111 $1,080.0!1 240 $1,080.00 IO.IO.OIJjj IOU !REMOVE OLD CONCRETE/ASPHALT PAVE/lENT I 15 ISY I $11.00 I 1825.00 15 $825.00 $0.00 II 110.11 IRDAOMAY excAVATION (DENSITY COHTROLJ 1 35oo tcY 1 Sl.75 1 t13,12s.oo 35oo m.m.oo so.oo 11 ISIJ.O 􀁪􀁆􀁕􀁒􀁈􀁉􀁾􀁉􀁎􀁇􀀠& PlACING TOPSOil/RYE GRASS I 2800 ISY I 11.50 I ,.,200.00 2800 $(,200.00 so.oo II m.o !FLEXIBLE BASE, TY A, GRADE 1, CLASs 3 1 2s ICY 1 19o.oo 1 $2,25o.oo 21.5 11.m.oo -3.5 (tm.oo)ll 260.!1 jliME TREATMENT FOR MATERIALS IN PLACE I '500 jSY I $2.30 I $10,350.00 (500 $10,350.00 0 $0.00 If m.o jUME TREATMENT FOR'BASE cooRSe 1 2650 ISY 1 suo 1 S6.095.0!I 21ss $6,336.50 105 suuo 11 m.o !HYDRATED tiME, TY A, s\ BY HGr.-m;sY 1 1110 ITDNSI IBT.Oo 1 sa.1oo.no 1110 $B,Ioo.oo a so.oo 11 340.0 16' THICK TYPE 'D' HMACP PAVEMENT I ISO jSY I $22.00 1 I3,30UO 130 $2,860.00 ·20 {$440.00)11 3511.1 IB' THICK RHNF COHC PAVEMENT, cuss c I 6000 ISY I 117.95 I $107,100.00 6102 $109,530.90 102 $1,830.90 II 360.2 16' THICK REINF CONC PAVEMENT, CLASS C I 835 jSY j $18.00 I $15,030.00 160 $13,680.00 -75 (11,350.00)11 360.3 jCOHCRETE STREET HEADER I 37 jtF $U5 1 $175.75 37 1175.75 0 $0.00 II 40!1.0 jTRENCH SAFETY FOR STORH ORAINAGE LINES I 1 ILS $550.00 I $550.00 I $550.00 0 10.00 II 464.1 JIB' RCP,C-16,CLASS Ill, STORM SEHER PIPE I 320 jlF $31.00 I $11,840.00 339 S12,W.IIO 19 U03.00 II a&l.2j24' RCP,C-16,Cl.ASS Ill, STORMSEIIERPIPEJ 385jLF SS5.00 I $21,175.110 385 $21,115.00 0 SO.OO II !6U IJO' RCP.C-76,CtASS Ill, STORM SEHER PIPE! 530 ILF $66.00 I $34,980.00 548 $35,168.00 18 $1,188.00 II U0.1 110' STAKOARD CURS INLET I 5 lEA $3,800.00 I $19,000.00 5 $19,000.00 $0.00 II 470.2 po• MODIFIED CURB INlET I 5 lEA 14.000.00 I $20,000.00 5 $20,000.00 o $0.00 II m.1 JAOJusr EXISTING wmoLE 2 lEA l45o.oo 1 uoo.oo 2 I9DO.oo o so.oo 11 500.0 jHOBiliZATION I ILS $30,000.00 I $30,000.00 I I 130,000.00 0 $0.00 II 530.1 jCONCRETE CURB AND GUTTER 2100 jLF IUS I $2,135.00 2097 I $2,830.95 -3 ($U5JII 530.2 !CONCRETE SIOEIIALK, 4' THICK 730 jSY $21.15 I $15,439.50 688 I $14,551.20 􀁾􀀧􀀲􀀠 ($888.311111 530.3 jCOHCRHE ORIVEIIAYS, 6' THICK 140 ISY $20.50 I $2,810.00 142 1 12.911.00 2 UI.OO II 530.4 !BRICK PAVERS uo Jsl' m.oo 1 l29.4oo.oo 760 1 $26,6oo.oo 􀁾􀀸􀁯􀀠 (l2,8oo.oo) 582.1 jAOJUST EXIST HATER VALVE 1 lEA $15.00 $15.00 I I $75.00 0 $0.00 582.2 jRELOCATE EKIST MATER METER I lEA HSD.OO $35!1.00 I I $350.1!0 $0.110 58?.3 jLOIIER 24' PCCP IIATER LINE 80 ILF $285.00 $21,200.00 80 I $21,200.00 $0.00 618.1 j2'1" ELECTRICAl CONDUIT m ILF $5.50 $2,337.50 m I $2,3&1.50 SU.OO 618.2 12' IRRIGATION COHDUH 40 ILF $1.00 $280.00 40 I $280.00 $0.00 666.11 I PAVEMENT MARKINGS, 24' STOP BAR, TURN l 1 ILS $3.700.00 $3,100.00 1 I $3,700.00 S!I.OO 675.1 !TRAFFIC BUTTONS P-111, tftHTE, NON-REFLECT I 1!18 lEA $3.00 H2UO 108 I $324,00 $0.1!0 676.2 jTRAFFIC BUTTONS P-1511, HIIITE SINGLE·REFLI 108 lEA $4.70 $5!17.60 108 I $507.60 $0.00 516.3 I TRAFFIC SUTIOIIS P-117Y. YELtOM, OBLE REFj 152 lEA $6.10 1921.20 152 j $921.20 I 10.00 US. I 18' OIAJC PVC, DR35 SANITARY SEllER 8'·10' I 570 jtf $33.00 $18,810.00 530 I 111,U!I.OO ·40 ($1,320.110)11 455.2 j8' OIAH PVC, 01!35 SANITARY SEH€R 10'-12'1 1240 llF $38.00 $47,120.00 1280 I $48,640.00 40 $1,520.00 II 465.3 jl2' OIAM PVC, DRl5 SANITARY SEHER 6'·8' I 1070 jLF $28.00 S29,960.00 1051 I $29,428.00 ·19 ($532.00)11 455.4 112' DIA.M PVC, DRl5 SANITARY SEllER 8'-10'1 &85 ILF SJI.OO $15,035.00 394 I $12,214.00 -91 ($2,821.00)11 m.5 112' OIAM PVC, ORJS SANITARY SEHER IIJ'-121 550 ILF $42.30 $27,m.oo 760 1 $32,148.00 110 $4,653.00 II '65.6 j4' DIAH PVC, OR35 SANITARY SEllER B'-10' I 100 ILF $31.5!1 $3,150.00 g1 I $1,055.50 -3 ($9UO)Jj m.J 16' ou.M Pvc, DRlS SANITARY SEllER 8'-1!1' 1 60 ILF $53.00 $3,18o.oo 60 1 Sl,I8D.oo so.oo II H0.3 !SANITARY SEllER MANHOLE 6'-8' DEEP I 2 lEA $2,000.00 $(,000.00 3 I $6,1100.00 I $2,!100.00 II m.• !SANITARY SEWER KAHHOLE s'-IO' om 1 4 lEA $2,2oo.oo S8,eoa.oo ' 1 $8,aoo.no o $o.oo 11 170.5 jSAHITARY SEllER MANHOLE 10'-12' DEfP I 9 lEA $2,,00.00 $21,600.00 8 I $19,200.00 -1 {12,400.00JII m.o I RELAYING CULVERT PIPE I 160 ILF $19.00 $3,0411.00 131 $2,U9.00 -29 ($551.00)11 400.1 jTREHCII SAfETY FOR SANITARY SEllER liNES I I jlS $550.00 $550.00 1 $550.00 0 10.00 II I SUBTOTAl 1590, 111.55 II $588,811.10 {S1,29U5JII I jCHANGE ORDERS AND FIELD CHANGES I I II II JCHANGE ORDER NO. I -ADO 2' CONDUIT/PULl j 1 ILS $4,232.50 s•.m.so II $1,232.50 so.oo II jCHANGE ORDER NO. 2 -ADDITIONAL ASPHALT I 1 ILS $2,500.00 $2,5oo.oo 11 $2,500,00 so.oo jCHANGE ORDER NO. I I llS 10.00 II 10.00 -I $0.00 jCHANGE ORDER NO. I 1 ILS 1o.oo II $!1.00 -I sa.oo JFIElO CHANGE NO. 1 -SLEEVE & RElOC. H.ltj 1 ILS $575.00 $575.00 $575.00 0 10.00 I FIELD CHANGE NO. I 1 llS $0.00 $0.CO -I $0.00 jFIELD CHANGE NO. I I ILS $0.011 $0.00 -1 I $!1.00 JFIElD CHANGE NO. I 1 [LS $0.!10 so.oo _, I so.oo jFIElO CHANGE NO. I 1 ILS $0.00 10.00 -1 I $0.110 I FIELD CHANGE NO. I I ILS so.oo suo -1 I $0.00 JFIELD CHANGE NO. I I ILS $0.00 $0.00 -1 I $0.00 JFIElO CHANGE NO. I I jLS $0.00 $0.00 _, I $0.00 SUII·TOUL 'CHANGES' $1,307.50 $7,307.50 so.oo jTOTAL CONTRACT AMOUNT $597,179.05 $596,184.60 ($1,294.15)11 GROSS AMOUNT DUE THIS APPLICAT!Oif $596,184.60 l.m OVER COHTRACT AMOUNT FOR LESS 0\ RETAJNAGE so.oo THIS PROJECT INCLUDING AHOUNT DUE TO DATE $596, !SUO CHANGE ORDERS LESS PREVIOUS PAYMENTS $5!11,188.50 NET AMOUNT DUE THIS APPtiCAriOH UU96.10