"::;, -"0 ' "' 0 ~ 0 ro .:.. = )> )> 0. ) r ~ 0. a: ;;;· "' 0 < ::! rl n 0_ _, ~· ~ ro '"""' i ® a: N 0 0 >-' Memo To: Sherry Hudman From: Mike Robbins CC: Mark Brandenburg Date: 01/25/01 Re: Addison Circle Phase II Public Infrastructure Post Apartment Homes, L.P. 15720 Quorum Dr. Addison, Texas 75001 972.726.0560 972.726.0562 (Fax) Sherry: Attached are Jim Bowman Construction Co. final draws for the above referenced project. There are two (2) draws attached for their Paving and Streetscape Contracts. The attached Final Affidavit of Bills Paid, Consent of Surety to Final Payment, and Power of Attorney are copies only. The originals of these documents must be forwarded to The Town of Addison Public Works Dept. as part of their required contract close out documents. I am forwarding these original documents along with copies of un-executed Change Orders to Addison. The final Change Orders for the "Paving" and "Streetscape" contracts are presently at Huitt Zollars for signature by David Meyers. They must then be signed by Mark and forwarded to Addison (Mr. Mike Murphy). Please forward the fully executed change orders to Addison after Mark signs them. Please forward the attached draws for processing. Thanks, Mike Ao()t~o-1 C.tpc..IF ;I f1/!3Lf(:_ :TA1f:~4c;-r/ZCL77:-J ~~ . JIM BOWMAN CONSTRUCTION COMPANY, INC. ·1 0209 Plano Road, Suite 10 I Dallas, Texas 75238 (214) 349-2884 Project Name: #468 Addison Circle Phase II .,p~ving. Estimate No. 26 Type of Work: Paving Contract Date: Oct. 21, 1997 Estimate Period: April 1, 2000 to December 27, 2000 Contract Amt: $1,062,359.17 Payable To: Jim Bowman Construction Co., Inc. 10209 Plano Road, Suite 101 Dallas, Texas 75238 Unit of Contract Total Work Contract Amount Due This Item Description Measure Quantity Done on Price Month Contract Sch I Paving Improvements 101 Mobilization LS 1 1.00 60,000.00 60,000.00 102 Superintendent LS 1 1.00 70,000.00 70,000.00. 103 Full Depth Sawcut Existing.Concrete LF 1,454 1454 2.20 3,198.80 104 Remove Concrete Pavement SY 280 373.33 6.00 2,239.98 105 Remove Concrete Sidewalk SY 651 656.00 4.50 2,952.00 106 F&Piace 6' Lime Stab. Subgrade SY 19,614 19,614.00 1.62 31,774.68 107 F&Piace Hydrated Lime 281bs/sy Ton 274.6 274.60 104.50 28,695.70 108 8' 650 psi Flex R.C. Pavement SY 10,606 10,514.77 30.20 317,546.05 109 8' 650 psi Flex Drop Slab (Street) SY 1,749 2,082.60 34.00 70,808.40 110 6' 650 psi Flex R.C. Pavement SY 4,997 4,154.00 27.00 112,158.00 111 6'·650 Flex Drop Slab (Street) SY 1,159 1,662.54 30.80 51,206.23 112 6'·650 Flex Integral Curb LF 8,359 8,834.30 1.50 13,251.45 113 6'·650 Flex R.C. Drive w/wo Drop Slab SY 503 398.89 27.00 10,770.03 114 Reinf. Concrete Street Header LF 110 110.00 6.00 660.00 115 Construct Longitudinal Butt Joint LF 1319 1,454.00 6.00 8,724.00 119 Furnish Acme Vehicular Brick Paver SF 23,398 25,456.65 2.86 72,806.02 120 Furn. Glen·Gery Vehic. Brick Paver SF 9,116 8,249.58 2.93 24,171.27 121 F&P Bedding Mtl's Vehicular Pavers SF 32,514 32,809.65 2.65 86,945.57 122 Install B·3 Gloss Blk Steel Bollard EA 51 46.00 300.00 13,800.00 123 4' Thermo Lane Stripe, White LF 210 36.00 2.27 81.72 124 4' Non Refl. Button, CL C, Ty. W EA 102 100.00 3.09 309.00 125 4' Refl. Button CL C Ty. I·C EA 133 118.00 5.36 632.48 126 4' Refl. Button CL C, Ty. lA EA 18 6.40 127 4' Refl. Button CL C, Typ II·A·A EA 247 258.00 7.21 1,860.18 128 24' Wide Thermo Stop Line LF 263 248.00 13.60 3,372.80 129 12' Wide Thermo Yield Line LF 40 39.00 6.80 265.20 130 Thermo Advisory Marker 'Yield' EA 4 4.00 360.00 1,440.00 131 6'x6' CL 'A' Ty. I·C Jiggle Bar Tile EA 294 265.00 16.50 4,372.50 132 F&l Street & Traffic Control Signs EA 147 146.00 152.00 22,192.00 133 Unistrut-Telespar Street Sign Post EA 94 83.00 97.00. 8,051.00 134 F&l 9'X7' Refl. Diagram Sign EA 3 3.00 2,370.00 7,110.00 135 F&l 9'x7' Rell. Diagram Sign Post, Etc Ea 1 1.00 4,550.00 4,550.00 136 F&l 5'x2' Refl. Street Sign (St-1) EA 1 1.00 850.00 850.00 137 F&l 6.75'x1.5' Rell Diagram Sign EA 1 1.00 570.00 570.00 138 F&l Street Barricade LF 125 125.00 25.00 3,125.00 139 Barricading, Signing & Traffic Control MO 20 22.00 1,000.00 22,000.00 140 Remove Existing Street Light Found. EA 1 1.00 540.00 540.00 141 F&l Traffic Signal Pull Boxes EA 6 6.00 222.00 1,332.00 142 Remove & Salvage Brick Pavers SF 397 666.40 2.10 1,399.44 co #1 Rem/Repl Pvng@Round-a-Bout LS 1 1.00 11,900.00 11,900.00 Extra R/R forms on P. Bays@AC (South) Bet. M-2/Spec. on 4/21198 (H·Z Plans) C.P. 491.64 Page 1 of 2 JIM BOWlVtAN CONSTRUCTION COMPANY, INC. · 10209 Plano Road, Suite 101 Dallas, Texas 75238 Item Extra Extra Extra Extra Extra Extra Approved Description North trench alley cut for Post drain pipe Alley approach re-do @Post's trench drain @M-2 North Unit of Measure Contract Total Work Done on Quantity Contract R/R C&G@trash dock@storage bldg. On M-3 est of M-2 South (19LF) R/R 6" pvmt. In M-2 south@low sunken area opp. Drive (sta. !0+72)·12x15 Curb patching for Post R/R C&G @BFR @hike & bike trail Construction Company, Inc. Total Amount of Work Done Less Retainage 0.05 Other Amount Payable on Contract Less Previous Payments Amount Due This Estimate =<~~~Z~/Approved Town of Addison By: _________ _ Page 2 of 2 Contract Price C.P. C.P. C.P. C.P. C.P. C.P. (214) 349-2884 Amount Due This Month 806.54 113.11 221.80 1,098.40 9,846.20 660.00 $1,090,899.19 $54,544.96 $1,036,354.23. $991,590.24 $44,763.99 JIM BOWMAN CONSTRUCTION COMPANY, INC. ·1 0209 Plano Road, Suite 10 I Dallas, Texas 75238 (214) 349-2884 Project Name: #468 Addison Circle Phase II -Paving Estimate No. 27 & Final Type of Work: Paving Contract Date: Oct. 21, 1997 Estimate Period: December 27, 2000 to December 28, 2000 Contract Amt: $1,062,359.17 Payable To: Jim Bowman Construction Co., Inc. 10209 Plano Road, Suite 101 Dallas, Texas 75238 Unit of Contract Total Work Contract Amount Due This Item Description Measure Quantity Done on Price Month Contract Sch I Paving Improvements 101 Mobilization LS l 1.00 60,000.00 60,000.00 102 Superintendent LS l 1.00 70,000.00 70,000.00 103 Full Depth Sawcut Existing Concrete LF 1,454 1454 2.20 3,198.80 104 Remove Concrete Pavement SY 280 373.33 6.00 2,239.98 105 Remove Concrete Sidewalk SY 651 656.00 4.50 2,952.00 106 F&Piace 6" Lime Stab. Subgrade SY 19,614 19,614.00 1.62 31,774.68 107 F&Piace Hydrated Lime 281bs/sy Ton 274.6 274.60 104.50 28,695.70 108 8" 650 psi Flex R.C. Pavement SY !0,606 10,514.77 30.20 317,546.05 109 8" 650 psi Flex Drop Slab (Street) SY 1,749 2,082.60 34.00 70,808.40 110 6" 650 psi Flex R.C. Pavement SY 4,997 4,154.00 27.00 112,158.00 111 6"·650 Flex Drop Slab (Street) SY 1,159 1,662.54 30.80 51,206.23 112 6"-650 Flex Integral Curb LF 8,359 8,834.30 !.50 13,251.45 113 6"-650 Flex R.C. Drive w/wo Drop Slab SY 503 398.89 27.00 10,770.03 114 Reinf. Concrete Street Header LF 110 110.00 6.00 660.00 115 Construct Longitudinal Butt Joint LF 1319 1,454.00 6.00 8,724.00 119 Furnish Acme Vehicular Brick Paver SF 23,398 25,456.65 2.86 72,806.02 120 Furn. Glen-Gery Vehic. Brick Paver SF 9,116 8,249.58 2.93 24,171.27 121 F&P Bedding Mtl's Vehicular Pavers SF 32,514 32,809.65 2.65 86,945.57 122 Install B-3 Gloss Blk Steel Bollard EA 51 46.00 300.00 13,800.00 123 4" Thermo Lane Stripe, White LF 210 36.00 2.27 81.72 124 4" Non Refl. Button, CL C, Ty. W EA 102 100.00 3.09 309.00 125 4" Refl. Button CL C Ty. 1-C EA 133 118.00 5.36 632.48 126 4" Refl. Button CL C, Ty. lA EA 18 6.40 127 4" Refl. Button CL C, Typ II·A·A EA 247 258.00 7.21 1,860.18 128 24" Wide Thermo Stop Line LF 263 248.00 13.60 3,372.80 129 12" Wide Thermo Yield Line LF 40 39.00 6.80 265.20 130 Thermo Advisory Marker "Yield" EA 4 4.00 360.00 1,440.00 131 6"x6" CL "A" Ty. I·C Jiggle Bar Tile EA 294 265.00 16.50 4,372.50 132 F&l Street & Traffic Control Signs EA 147 146.00 152.00 22,192.00 133 Unistrut-Telespar Street Sign Post EA 94 83.00 97.00 8,051.00 134 F&l 9'X7' Refl. Diagram Sign EA 3 3.00 2,370.00 7,110.00 135 F&l 9'x7' Refl. Diagram Sign Post, Etc Ea l 1.00 4,550.00 4,550.00 136 F&l 5'x2' Refl. Street Sign (St·l) EA l 1.00 850.00 850.00 137 F&l 6.75'xl.5" Refl Diagram Sign EA l 1.00 570.00 570.00 138 F&l Street Barricade LF 125 125.00 25.00 3,125.00 139 Barricading, Signing & Traffic Control MO 20 22.00 1,000.00 22,000.00 140 Remove Existing Street Light Found. EA l 1.00 540.00 540.00 141 F&l Traffic Signal Pull Boxes EA 6 6.00 222.00 1,332.00 142 Remove & Salvage Brick Pavers SF 397 666.40 2.10 1,399.44 CO#! Rem/Repl Pvng@Round-a-Bout LS l 1.00 11,900.00 11,900.00 Extra R/R forms on P. Bays@AC (South) Bet. M-2/Spec. on 4/21198 (H·Z Plans). C.P. 491.64 Page l of 2 JIM BOWMAN CONSTRUCTION COMPANY, INC. 10209 Plano Road, Suite 101 Item Description North trench alley cut for Post drain pipe Dallas, Texas 75238 Unit of Measure Total Work Contract Done on Quantity Contract Extra Extra Extra Extra Extra Extra Alley approach re-do@Post's trench drain @M-2 North R/R C&G@trash dock@storage bldg. On M-3 est of M-2 South (19LF) R/R 6" pvmt. In M-2 south@low sunken area opp. Drive (sta. 10+72)·12x15 Curb patching for Post R/R C&G@BFR@hike & bike trail Approved Post Properties, Inc. By: ll[4!ka?tff~ ,lzs/"t Approved Town of Addison By: __________ _ Total Amount of Work Done Less Retainage 0.00 Other Amount Payable on Contract Less Previous Payments Amount Due This Estimate Page 2 of 2 Contract Price C.P. C.P. C.P. C.P. C.P. C.P. (214) 349-2884 Amount Due This Month 806.54 113.11 221.80 1,098.40 9,846.20 660.00 $1,090,899.19 $0.00 $1,090,899.19 $1,036,354.23 $54,544.96 ::-····~ PROJECT' ADDISON CIRCLE PHASE II-PUBLIC INFRASTRUCTURE-BID PACKAGE "A" (PAVING) JOI! NUMBER' 96008 I CHANGE ORDER NO. I OWNER' TOWN OF ADDISON CONTRACTOR, JIM BOWMAN CONSTRUCTION CO. DATE: 01/15101 DESCRIPTION OF CHANGES: TillS CHANGE ORDER INVOLVES TilE FOLLOWING ITEMS' I) Remove & Replace Fomt'l On Parking Bays@AC (South) Between Lewis & Speclrum (WZ Plan 4121198) 2) Trench Alley Cut For Post Private Drain (Private Drive & Mildred @Townhomes) 3) Alley Approach Re-Pour@Private Drain (Private Drive & Mildred@Townhomcs) 4) Remove & Replace Curb/Gutter@Trash Dock At Storage Bldg. On McEntire Place 5) Remove & Replace 6" Pavement@Lewis Pl. (Sta. 10+72) 6) Curb Patching For Damage By Private Building Contractors PAGE10F2 FILE COPY 7) Remove & Replace Curb & Gutter Barrier Free Ramp@Hike & Bike Trail And Spectrum-HIZ Plan Change (Added BFR) 8) Remove & Replace 85.50 S. Y. Of Failed Pvmt. @Addison Circle Roundabout (Phase I) 9) Reconciliation Of All Plan Quantities 10) •Denotes Added Item Number ITEM NO. NO. DESCRIPTION BID PACKAGE "A" (PAVING)-SCHEDULE "T' 104 Remove Concrete Pavement 105 Remove Concrete Sidewalk 108 8" 650 psi Flex R.C. Pavement 109 8" 650 psi Flex Drop Slab (Street) 110 6" 650 psi Flex R.C. Pavement Ill 6" 650 psi Flex Drop Slab (Street) 112 8" 650 psi Flex Intrcgal Curb 113 6" 650 psi Flex R.C. Drive w/wo Drop Slab 115 Construct Longitudinal Butt Joint 119 Fumish Acme Vehicular Brick Paver 120 Furnish Glen Gery Vehicular Paving Materials 121 Fum. & Place Bedding Materials and Place Vehicular Brick Pavers 122 Fum. & Install Fairweather B-3 Gloss Black Steel Bollard 123 Fum. & Place 4" Wide Thermoplastic Lane Stripe, White 124 Fum. & Place 4" Non-Reflective Button, Cl. C, Ty. W 125 Fum. & Place 4" Reflective Button, Cl. C, Ty. 1-C 126 Fwn. & Place 4" Reflective Button, Cl. C, Ty. I-A 127 Fum. & Place 4" Reflective Button, Cl. C, Ty. 11-A-A 128 Fum. & Place 24" Wide Thermoplastic Stop Line 129 Fum. & Place 12" Wide Thermoplastic Yield Line 131 Fum. & 111!1tall6"x6" Cl. A, Ty. 1-c Jiggle Bar Tile 132 Fum. & Install Street & Traffic Control Signs 133 Fum. & Install Unistrut-Tele. Street Sign Post, Found., Hrdwr., App 139 Fum., Place, & Maintain Barricading, Signing, & Traffic Control 142 Remove & Salvage ofExist. Pedestrian Brick Pavers •145 RJR. Forms on P. Bays@AC (SouUt) (H/Z Plan 4121/98) •t46 Trench Alley Cut for Post Private Drain (N Garage Approach) *147 Alley Approach Re-Pour@Private Drain (Mildred} *148 RJR. C&G@Trash Dock @Storage Bldg. On McEntire Pl. •149 R/R6"Pvmt. @Lewis Pl. (Sta. 10+72) •150 Curb Patching for Damage by Private Contrncton~ "'151 RJR. C&G Barrier Free Ramp@Hike & Bike Trail-Plan Change •t52 Rem. & Rep!. 85.5 S.Y. of Failed Pvmt.@Add. Cir. Roundabout BID PACKAGE "A" (P A VINGl -SCHEDULE '1" SUBTOTAL' NET CHANGE BY CHANGE ORDER NO.I ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS REVISED CONTRACT AMOUNT E~CTOFCHANGEONCONTRACTTIME UNIT SY SY SY SY SY SY LF SY LF SF SF SF EA LF EA EA EA EA LF LF EA EA EA MO SF LS LS LS LS LS LS LS LS CONTRACT QUANTITY 280.00 651.00 10,606.00 1,749.00 4,997.00 1,159.00 8,359.00 503.00 1,319.00 23,398.00 9,116.00 32,514.00 51.00 210.00 102.00 133.00 18.00 247.00 263.00 40.00 294.00 147.00 94.00 20.00 397.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 TilE WORK REQUIRED UNDER TillS CHANGE ORDER WILL ADD 0 DAYS TO TillS PROJECT' ORIGINAL CONTRACT TIME 300 C.D. ADDmONAL DAYS FOR THIS CHANGE ORDER 0 C.D. ADDmONAL DAYS FOR PREVIOUS CHANGE ORDER 0 C.D. REVISED CONTRACT TIME 300 C. D. Print Date: 1/16101 REVISED QUANTITY QUANTITY CHANGE 373.33 93.33 656.00 5.00 10,514.77 (91.23) 2,082.60 333.60 4,154.00 (843.00) 1,662.54 503.54 8,834.30 475.30 398.89 (104.11) 1,454.00 135.00 25,456.65 2,058.65 8,249.58 (866.42) 32,809.65 295.65 46.00 (5.00) 36.00 (174.00) 100.00 (2.00) 118.00 (15.00) 0.00 (18.00) 258.00 11.00 248.00 (15.00) 39.00 (1.00) 265.00 (29.00) 146.00 (1.00) 83.00 (11.00) 22.00 2.00 666.40 269.40 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 UNIT PRICE $6.00 $4.50 $30.20 $34.00 $27.00 $30.80 $1.50 $27.00 $6.00 $$2.86 $2.93 $2.65 $300.00 $2.27 $3.09 $5.36 $6.40 $7.21 $13.60 $6.80 $16.50 $152.00 $97.00 SI,OOO.OO $2.10 $491.64 $806.54 $113.11 $221.80 $1,098.40 $9,846.20 $660.00 Sll 900.00 I AMOUNT OF CHANGE $559.98 S22.50 ($2, 755.15) $11,342.40 ($22, 761.00) $15,509.03 $712.95 ($2,810.97) $810.00 $5,887.74 ($2,538.61) $783.47 (SI,500.00) ($394.98) (S6.18) ($80.40) ($115.20) $79.31 ($204.00) ($6.80) ($478.50) ($152.00) ($1,067.00) $2,000.00 $565.14 $491.64 $806.54 Sll3.11 $221.80 $1,098.40 $9,846.20 $660.00 Sll 900.00 $28 540.03 $28,540.03 $1,062,359.17 so.oo SI,090,899.20 I I PRQJECT' ADDISON CIRCLE PHASE II-PUBLIC INFRASTRUCTURE-BID PACKAGE "A" (PAVING) JOB r;uMBER' 96008/CHANGE ORDER NO. I PAGE20F2 OWNER' TOWN OF ADDISON CONTRACTOR' JIM BOWMAN CONSTRUCTION CO. DAT-E: 01115/01 TilE COMPENSATION AGREED UPON IN TillS CHANGE ORDER ARE FOR ALL COSTS TilE CONTRACTOR MAY INCUR AS A RESULT OF, OR RELATING TO TillS CHANGE ORDER WHETilER SAID COSTS ARE KNOWN, UNKNOWN, FORESEEN, UNFORESEEN AT TillS TIME, INCLUDING WIDIOUT LIMITATION, ANY COST FOR DELAY, EXTENDED OVERHEAD, RIPPLE OR IMP ACT COST, OR ANY OTilER EFFECT ON CHANGED OR UNCHANGED WORK AS A RESULT OF TillS CHANGE ORDER. TilESE COMPENSATIONS ARE FOR FULLY COMPLETE AND IN-PLACE CONSTRUCTION. ACTUAL IN PLACE QUANTITIES WILL BE USED FOR FINAL PAYMENT. APPROVED BY TOWN OF ADDISON RON WHITEHEAD, CITY MANAGER APPROVED BY 11M BOWMAN CONSTRUCTION COMPANY 11M BOWMAN, PRESIDENT Print Date: 1/16/01 DATE DATE APPROVED BY POST APARTMENT HOMES, L.P. M APPROVED BY HUITT-ZOLLARS DAVID E. MEYERS, P.E. DATE DATE -CONSENT OF SURETY TO FINAL PAYMENT AlA Document G707. I TO OWNER: (Name and Address) Town of Addison P.O. Box 9010/6350 Beltline Rd Addison, Texas 75001-7090 OWNER ARCHITECf CONTRACfOR SURETY OTIIER ARCHITECI'S PROJECT NO.: CONTRACTFOR: PAVING 0 0 0 0 0 PROJECT: (Name and Address) CONTRACT DATED: OCTOBER 21, 1997 Addison Circle Phase II -Public Infrastruc Pckge A Addison, Texas In accordance with the provisions of the Contract between the Owner and the Contractor as indicated abovi ,_, (Insert name and address of Surety) pf"' Amwest Surety Insurance Company ~p/1? r{'~ ~y} _,.) 3116 Kellway Drive, Ste 110 -jf.. '(I}[{) I ,uJ ; !P (/J~~ . Carrollton, Texas 75006 0 ~\'? ~> t.J'rJ ~ 0< (~;~ ~ J on bond of (Insert name and address Of Contractor) Jim Bowman Construction Company, Inc. 10209 Plano Rd #101 Plano, Texas 75238 ~-V'j --(oYr>-\}. . ~ )(0 ,SURETY, .• CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees the final payment to the Contractor shall not relieve the Surety of any of its obligations to (Insert name and address of Owner) Town of Addison P.O. Box 9010/6350 Beltline Rd Addison, Texas 75001-7090 as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunder set its hand on this date: ...c2::;2:.;;.Ja=n::..::2.:.00=1=------(/nser/in writing the month followed by the numeric date and year.) Insurance Com any (Signature of authorized representative) ,OWNER, ,. . -----··.~ ;: :-:..:'~ \ ... .~ ts~:;: Rpl~ ~~7.:a~l , 1 ~ Karen Kubica . < .·. ~c ~/~:" J-.'. :;: /-A.t!~~-~ (Printednameandtitle) Attorne.Y:!D_:f!i#.:.·~.-~ .. -_ . ~--: "This document has been reproduced electronically with the permission of The American Institute· of Architects under license number 97020·1013 to Amwest Surety Insurance Company/Far West Insurance Company which expires August 18, 2001. Reproduction of this document after f!Jat date or without project specifi~ Information Is not permitted. • , I AlA DOCUMENT G707 • CONSENTOFSURE1YTOFINALPAYMENr'1994 EDITION• ®AlA 1994 • TIIEAMERICANJNSTITUTEOF ARCHITECTS, 1735 NEWYORKAVENUE.NW, WASH-.. S INGTON, D.C. 20006-5292 • WARNING: Unlicensed photocopying violates U.S. copy· right laws and will subject the violator to legal prosecuUon. G707-1994 LIMITED POWER OF ATTORNEY ' -/I An •. ,est Surety Insurance Comp ... ty Far West Insurance Com an I Bond No.: 134140 POWER NUMBER 0001142864 )mentis printed on white paper containing the artificial watermarked logo ( A ) of Amwest Surety Insurance Company on the front and brown security paper . ack. Only unaltered originals of the Limited Power of Altomey ("POA") are valid. This POA may not be used in conjunction with any other POA. No tations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State of Nebraska and is only valid until the tion date. Amwest Surety Insurance Company and Far West Insurance Company (collectively the "Company'') shall not be liable on any limited POA which is dulently produced, forged or otherwise distributed without the permission of the Company. Any party concerned about the validity of this POA or an accompanying ompany bond should call your local Amwest branch office at (972l 248-3232 KNOW ALL BY THESE PRESENT, that Amwest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company, a Nebraska corporation (collectively the "Company"), do hereby make, constitute and appoint: Gail A. Barraza · Connie Wofford Lannle McClain Beverly Trimble Steven W. Lewis Nancy Ruano As Employees of Amwest Surety Insurance Co Karen Kubica Kevin J. Jackson its true and lawful Attorney-in-fact, with limited power and authority for and on behalf of the Company as surety to execute, deliver and affix the seal of the company thereto if a seal is required on bonds, undertakings, recognizances, reinsurance agreement for a Miller Act or other performance bond or other written obligations as follows: All Bonds up to $25,000,000.00 Consent of Surety To Final Payment and to bind the company thereby. This appointment is made under and by authority of the By-Laws of the Company, which are now in full force and effect. I, the undersigned secretary of :Amwest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company, a Nebraska corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore, that the resolutions of the Board of Directors of both Amwest Surety Insurance Company and Far West Insurance Company set forth on this Power of"Attomey, and that the relevant provisions of the By-Laws of each company, are now infullforceandeffect. ~ P. ~-Karen G. Cohen, Secretary * * * • • • • • • • • • * • • • * RESOLUTIONS OF THE BOARD OF DIRECTORS • * * • * * * * * • * * * * * * * * * * * * * * * * * This POA is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of Amwest Surety Insurance Company at a meeting duly held on December IS, 1975 and Far West Insurance Company at a meeting duly held on July 28, 1983: RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any POA previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recogni7.ance, or suretyship obligation shall be Valid and bind upon the COmpany: (i) when signed by the President or any Vice President and allested and sealed (if a seal be required) by any Secretary or Assistant Secretary; or (ii) when signed by the President or any Vice President or Secretary or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER. that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, Amwest Surety Insurance Company and Far West Insurance Company have caused these present to be signed by its proper officers, and its corporate seals to be hereunto affixed this 17" dao~20~ .P¢" ~ !...L ~ John E. Savage, Presid7 State ofCalifomia County of Los Angeles On January 17, 2000 before me, JoAnne Anderson Notary Public, personally appeared John E. Savage and Karen G. Cohen, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me all that he/she/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and PubliC (Seal) ~ 61! """' E. ""'~" ~ -Comm. I 1192456 IJl U) NOTARY PUILIC·CAliFORNIA _ los Angelu COtinty .. ~ My Comm. bplrts A,. 21,2002 t 5230 Las Virgenes Road Calabasas, CA 91302 TEL 818 871-2000 STATE OF TEXAS COUNTY OF DALLAS SECTION BP CONTRACTOR'S AFFIDAVIT OF BILLS PAID Personally, before me the undersigned authority, on this day appt;ared ~,_, L who, being duly sworn, on oath, says that he is a legal representative of~.... ~ ....... ~ J rCo /, c · . (full name of Contractor as in contraCt) and that the contract for the C9)1Struction of the oject, designated as ~ '.Qo# ~-l'l~:.zr-at>wc.-""~-\Project No.·)t.. 'A" ~ 81/IN(,; has been satisfactorily completed and that all bills for materials, apparatus, fixtures, machinery and labor 'used in connection with the construction of this project have, to the best of my knowledge and belief, been fully paid. Si Title 'Z-""' Sworn to and subscribed before me thisd!:i day ~:· -t!l. . Q .D N\ !.p<> ;-< Q 0 i\,~ Notary Public in and for" G:1PROJ\01182l21\FINAL\BP '""' "~ \ J c0,l2?;Leounty, Texas DENISE REAMES Notary Public, S. late of Texas My Commission Expires . 04·07·2003 JIM BOWlVtAN CONSTRUCTION COMPANY, INC. . I 0209 Plano Road, Suite 101 Dallas, Texas 75238 (214) 349-2884 Project Name: #469-Addison Circle-Phase II-Streetscape Estimate No. 27 Type of Work: Streetscape Contract Date Oct. 21, 1997 Estimate Period: December 28, 2000 to December 28, 2000 Contract Amt. $1,578,970.61 Payable To: Jim Bowman Construction Co., Inc. 10209 Plano Road, Suite 101 Dallas, Texas 75238 Unit of Contract Total Work Item Description Measure Quantity Done on Contract Price Amount Contract SCH II -Streetscape Improvements 201 F&l Irrigation System w/Controllers LS 1.00 1.00 76,600.00 $76,600.00 202 F&l Install Tree Fence LF 4589.00 4589.00 17.00 $78,013.00 203 F&l 5' Square Paver Grate EA 76.00 76.00 900.00 $68,400.00 204 F&l 4" PVC Sch 40 Subdrain System LF 7213.00 7595.00 10.00 $75,950.00 205 F&l Bench A, 5" Dbl. Std Black Bowery EA 13.00 13.00 820.00 $10,660.00 206 F&l Bench B, 5' std Black Bowery EA 18.00 18.00 820.00 $14,760.00 207 Bench C, 6' Expo Bench Robinson Iron EA 8.00 8.00 750.00 750.00 $6,000.00 208 F&l Bench 0,5' std backless bench EA 20.00 20.00 600.00 $12,000.00 209 F&l Bench E, 6' std. Blk Curved Bench EA 6.00 6.00 1,400.00 $8,400.00 210 F&l Bowery Trash Receptacle A W/Lid EA 23.00 23.00 570.00 $13,110.00 211 F&l Trash Receptacle B, Ultrium EA 16.00 16.00 260.00 $4,160.00 212 F&l Bike Rack, Model BR2-3 EA 26.00 26.00 80.00 $2,080.00 213 F&l Garden Planter Style 006, Sandstone EA 37.00 37.00 180.00 $6,660.00 214 F&Piant Red Oak, 200 gal EA 77.00 77.00 1,150.00 $88,550.00 215 F&Piant Live Oak, 200 gal EA 42.00 42.00 1,150.00 $48,300.00 216 F&Piant Elm (Drake,) 200 gal. EA 76.00 76.00 1,056.00 $80,256.00 217 F&Piant Chanticleer Pear, 4" gal EA 92.00 92.00 400.00 $36,800.00 218 F&Piant New Mexico Agave, 1 gal. EA 32.00 32.00 14.00 $448.00 219 F&Piant Red Yucca, 1 gal. EA ·24.00 24.00 8.00 $192.00 220 F&Piant Dwf. Yaupon Holly, I gal EA 3744.00 3744.00 4.12 $15,425.28 221 F&Plant Yucca Filamentosa, 1 gal EA 28.00 2B.OO 10.00 $280.00 222 F&Piant Canna Type "A~, #1 Rhizome EA 114.00 114.00 1.65 $188.10 223 F&Plant Canna Type "Bn #l Rhizome EA 126.00 126.00 1.65 $207.90 224 F&Plant Bowles' Mauve Wallflower 4n cont. EA 60.00 0.00 7.21 225 F&Plant Chysanthemum, 4n cont. EA 168.00 168.00 2.06 $346.08 226 F&P Daylily Blk Eyed Stell, 4" con! EA 152.00 152.00 2.06 $313.12 227 F&P Daylily Siloam Little Gril, 4" cont. EA 176.00 176.00 2.06 $362.56 228 F&P Daylily "Stella de Oro, 4" cont. EA 200.00 200.00 3.60 $720.00 229 F&Piant Candy Tuft 4~ cont. Grown, Ful EA 48.00 0.00 !.55 230 F&Plant Iris Madonna #1 Rhizomes EA 280.00 262.00 2.27 $594.74 231 F& Plant Iris Ambassedeur, #1 Rhizomes EA 136.00 136.00 2.27 $308.72 232 F&Piant Iris Cream Beauty, #l Bulb EA 126.00 126.00 2.27 $286.02 233 F&Piant Iris Sapphire Beauty, #1 Bulb EA 114.00 114.00 2.27 $258.78 234 F&P Bearded Iris Yellow, #l Rhizome EA 128.00 110.00 2.27 $249.70 235 F&P Bearded Iris Purple, #1 Rhizome EA 136.00 118.00 2.27 $267.86 236 F&P Seared Iris Italian, #l Rhizome EA 228.00 228.00 2.27 $517.56 237 F&P Iris Golden Cataract, #!Rhizome EA 96.00 96.00 2.27 $217.92 238 F&P Lantanna, 4" cont. EA 384.00 384.00 1.30 $499.20 239 F&P Big Blue Lirope, 1 gal. EA 312.00 312.00 3.60 $1,123.20 240 F&P White Spider Lily, #I Bulbs EA 210.00 210.00 3.60 $756.00 241 F&P Spider Lily, #I Bulbs EA 104.00 104.00 3.60 $374.40 242 F&P Belladonna Lily, #1 Bulbs EA 190.00 190.00 3.60 $684.00 243 F&P Daffodil Avalanche, #1 Bulb EA 504.00 504.00 2.27 $1,144.08 244 F&P Daffodil 'Feb. Gold, #I Bulb EA 160.00 160.00 2.27 $363.20 245 F&P Daffodii'Grand Primo,#! Bulb EA 368.00 368.00 2.27 $835.36 246 F&P Daffodil 'Peeping Tom,'#l Bulb EA 96.00 96.00 2.27 $217.92 247 F&Piant Daffodii'Sweetness' #1 Bulb EA 176.00 176.00 2.27 $399.52 248 F& P Daffodil Tete-a-Tete, #l Bulb EA 456.00 456.00 2.27 $1,035.12 249 F&Piant Daffodil Trevithian #l Bulb EA 400.00 400.00 2.27 $908.00 250 F&Piant Pennisetum, 1 gal. Full EA 240.00 240.00 5.51 $1,322.40 251 F&Piant Thrift, 4" cont. EA 48.00 48.00 1.70 $81.60 252 F&Piant White Carpet Rose, 1 gal EA 240.00 240.00 12.90 $3,096.00 Page 1 of 3 JIM BOWJ\ttAN CONSTRUCTION COMPANY, INC. 10209 Plano Road, Suite I 0 I Dallas, Texas 75238 (214) 349-2884 Unit of Contract Total Work Item Description Measure Quantity Done on Contract Price Amount Contract 253 F&Piant Greggi Salvia 4" cont. Full EA 70.00 70.00 1.50 $105.00 254 F&Piant Sedum 4" cont. Full EA 274.00 274.00 1.80 $493.20 255 F&Piant Purple Heart, 4" cont. EA 48.00 48.00 1.80 $86.40 256 Remove Existing Trees & Replant EA 10.00 9.00 285.00 $2,565.00 257 F&Piant Bermuda Hydroseed SF 51920.00 0.05 258 F&Piant Bermuda Solid Sod SF 11730.00 11730.00 0.29 $3,401.70 259 Columnar English Oak 2 1/2 -~3" Cal. EA 8.00 8.00 360.00 $2,880.00 260 Mobilization LS 1.00 1.00 42,000.00 $42,000.00 261 Superintendent LS 1.00 1.00 30,000.00 $30,000.00 262 4"· 3000 psi R.C. Sidewalk SF 637.00 2379.00 3.00 $7,137.00 263 4"· 3000 psi R.C. Subbase (SW) SF 85474.00 91054.80 2.30 $209.426.04 264 6"· 3000 psi R.C. Subbase (SW) SF 1834.00 1834.00 2.70 $4,951.80 265 Furnish Glen Gery Pedestrian Pavers SF 93538.00 97555.88 1.49 $145,358.26 266 F/1 Bed. Mtl. & Install Pavers (SW) SF 93538.00 92888.80 1.60 $148,622.08 267 Unclass. Sidewalk Excava. & Disposal CY 2312.00 2312.00 8.00 $18.496.00 c.o. Stone Ret. Wall@H&B Trail LS 1.00 1.00 12,285.00 $12,285.00 c.o. R/R Edge Restrmnt@Round About LS 1.00 1.00 2,734.00 $2,734.00 SCH VIII-Electrical Improvements (Streetscape) 801 F&l Meter Socket Base EA 5.00 5.00 209.00 $1,045.00 802 F&l 100 A Fused Switch EA 5.00 5.00 255.00 $1,275.00 803 F&l Service Ground EA 5.00 5.00 81.00 $405.00 804 Panel board w/Breakers, 120/140 MCB EA 5.00 5.00 620.00 $3,100.00 805 F&l 100 A Main Contactor EA 5.00 5.00 900.00 $4,500.00 806 F&l 7 Day Time Clock & Connections EA 5.00 5.00 155.00 $775.00 807 F&l Photo Celllnclu. Wire & Conduit EA 5.00 5.00 215.00 $1,075.00 808 F&l 2" GRC Elbows EA 220.00 23.85 809 F&l 2" PVC Sch 40&2" GRC Services LF 300.00 300.00 7.00 $2,100.00 810 F&l 2" PVC Sch 40 Street Light Conduit LF 7000.00 8460.00 2.96 $25,041.60 811 1" PVC Sch 40 Tree Lighting Conduit LF 900.00 900.00 2.95 $2,655.00 812 2" PVC Sch 40 Tree Lighting Conduit LF 1600.00 1600.00 3.16 $5,056.00 813 F&l Cast Box, Receptacle, Cover,etc. EA 37.00 37.00 128.00 $4.736.00 814 F&l High Compression Taps EA 130.00 130.00 28.65 $3,724.50 815 F&l Water Proof Fuse Holders EA 12.00 12.00 37.00 $444.00 816 F&l Conductor #12 AWG LF 1500.00 1500.00 0.24 $360.00 817 F&l Conductor #10 AWG LF 11000.00 11000.00 0.30 $3,300.00 818 F&l Conductor #8 AWG LF 24000.00 24000.00 0.35 $8.400.00 819 F&l Conductor #6 AWG LF 5200.00 5200.00 0.44 $2,288.00 820 F&l Conductor #2 AWG LF 1000.00 1000.00 0.86 $860.00 821 F&l Street Light Pull Box EA 14.00 26.00 195.00 $5,070.00 822 F&l Tree Light pull Box EA 4.00 11.00 195.00 $2,145.00 823 Construct Pedes. Street Light Fnd. EA 74.00 85.00 360.00 $30,600.00 824 F&l Vehicular Street Light Foundation EA 1.00 1.00 433.00 $433.00 825 F&l Pedes. Pole Typ "A" & 175w Lamp EA 74.00 74.00 2,237.00 $165,538.00 826 F&l Vehicular Pole, Fix, Lamp ~B" EA 1.00 1,510.00 827 F&l Vehicular Pole, Fixture, LampgC" EA 2.00 1,510.00 828 F&l Signal Interconnect Cable LF 3000.00 3250.00 1.50 $4,875.00 829 F&l Signal Interconnect Pull Box EA 2.00 2.00 225.00 $450.00 830 3" PVC Signal Interconnect Conduit EA 260.00 1030.00 3.00 $3,090.00 831 F/1 Pedestrian Pole,Fix.Ty "C" EA 7.00 7.00 3,810.00 $26,670.00 832 F/1 Pedestrian Pole, Fix.Ty "B" EA 4.00 4.00 3,040.00 $12,160.00 833 F/1 22'·8~ Pole for Hanging Lts. EA 6.00 6.00 2,030.00 $12,180.00 834 Foundation For Hanging Lt. EA 6.00 6.00 840.00 $5,040.00 Extra 4" PVC Bores on M-# LF 99.00 20.00 $1,980.00 Sch IX-Addison Circle Park Streetscape Improvements 901 4" 3000 psi R.C. Sidewalk SF 60.00 4.00 902 4" 3000 psi R.C. Subbase (sidewalk) SF 1863.00 2.40 903 Furnish Glen-Gery Pavers SF 1803.00 1.49 904 F/P Bedding Mtl's. & Paver (SW) SF 1803.00 1.60 Extra Sleeve Exist. Irrigation@S.W. corner "N" LS 1.00 1.00 800.00 $800.00 Extra Add W.M./Split Irrigation System LS 1.00 1.00 1,894.20 $1,894.20 Page 2 of 3 JIM BOWlVIAN CONSTRUCTION COMPANY, INC. 10209 Plano Road, Suite 101 Dallas, Texas 75238 Total Work Item Description Unit of Contract Measure Quantity Done on Contract Price Contract Extra RWC-Weld 3 light base anchor bolts on east side Spectrum south of Addison Circle Extra RWC-Repair Broken conduit with wire at S.E. Corner A.C. & Spectrum Extra Extra @porch on Bldg. "Q" Extra Ramp@Parking Garage Extra Exc./Saw/Pour Cone. Base@CBI/Garage on private property Extra R/R 4" Base & Pavers@S.E. Cor. Bldg. "M" Extra Adjust M.H. for Post Extra Pour 2V2 x 30% strip on southside "0" that Striland did not pour Extra Adjust M.T.S. M.H. Extra Replace Flex-Cell all along Quorum on west side "N" Extra R/R Forms on north side "M" per M.R. (Bldg. Built wrong) Extra Paver Band on Morris Sidewalk LF 334.50 1.00 Extra Rem/Replace 4 Trees that Died from PH. 1 Drainage Error LS n Cons~ction Company, Inc. By:---,,_,_ ___ _L-""JC..::...r'-" Appr Total Amount Of Work Done Less Retainage 0.00% Other Amount Payable on Contract Less Previous Payments Amount Due This Estimate ;~:w~~ f$sjo; Town of~1son By: __________ _ Page 3 of 3 C.P. C.P. C.P. C.P. C.P. C.P. C.P. C.P. C.P. 5.00 4,683.00 (214) 349-2884 Amount $268.00 $546.00 $609.38 $284.84 $549.36 $2,697.17 $208.00 $190.63 $210.42 $300.00 $478.87 $1,672.50 $4,683.00 $1,652,028.29 $0.00 $1,652,028.29 $1,622,886.26 $29,142.03 JIM BOWMAN CONSTRUCTION COMPANY, INC. 10209 Plano Road, Suite 101 Dallas, Texas 75238 (214) 349-2884 Project Name: #469 -Addison Circle · Phase II · Streetscape Estimate No. 28 & Final Type of Work: Streetscape Contract Date Oct. 21, 1997 Estimate Period: December 28, 2000 to December 28, 2000 Contract Amt. $1,578,970.61 Payable To: Jim Bowman Construction Co., Inc. 10209 Plano Road, Suite 101 Dallas, Texas 75238 Unit of Contract Total Work Item Description Measure Quantity Done on Contract Price Amount Contract SCH II -Streetscape Improvements 201 F&l Irrigation System w/Controllers LS 1.00 1.00 76,600.00 $76,600.00 202 F&l Install Tree Fence LF 4589.00 4589.00 17.00 $78,013.00 203 F&l 5' Square Paver Grate EA 76.00 76.00 900.00 $68,400.00 204 F&l 4" PVC Sch 40 Subdrain System LF 7213.00 7595.00 10.00 $75,950.00 205 F&l Bench A, 5' Db!. Std Black Bowery EA 13.00 13.00 820.00 $10,660.00 206 F&l Bench B, 5' std Black Bowery EA 18.00 18.00 820.00 $14,760.00 207 Bench C, 6' Expo Bench Robinson Iron EA 8.00 8.00 750.00 $6,000.00 208 F&l Bench 0,5' std backless bench EA 20.00 20.00 600.00 $12,000.00 209 F&l Bench E, 6' std. Blk Curved Bench EA 6.00 6.00 1,400.00 $8,400.00 210 F&l Bowery Trash Receptacle A W/Lid EA 23.00 23.00 570.00 $13,110.00 211 F&l Trash Receptacle B, Ultrium EA 16.00 16.00 260.00 $4,160.00 212 F&l Bike Rack, Model BR2-3 EA 26.00 26.00 80.00 $2,080.00 213 F&l Garden Planter Style 006, Sandstone EA 37.00 37.00 180.00 $6,660.00 214 F&Piant Red Oak, 200 gal EA 77.00 77.00 1,150.00 $88,550.00 215 F&Piant Live Oak, 200 gal EA 42.00 42.00 1,150.00 $48,300.00 216 F&Piant Elm (Drake,) 200 gal. EA 76.00 76.00 1,056.00 $80,256.00 217 F&Piant Chanticleer Pear, 4" gal EA 92.00 92.00 400.00 $36,800.00 218 F&Piant New Mexico Agave, 1 gal. EA 32.00 32.00 14.00 $448.00 219 F&Plant Red Yucca, 1 gal. EA 24.00 24.00 8.00 $192.00 220 F&Piant Dwf. Yaupon Holly, 1 gal EA 3744.00 3744.00 4.12 $15,425.28 221 F&Piant Yucca Filamentosa, 1 gal EA 28.00 28.00 10.00 $280.00 222 F&Piant Canna Type ''A~, #1 Rhizome EA 114.00 114.00 1.65 $188.10 223 F&Piant Canna Type "B" #1 Rhizome EA 126.00 126.00 1.65 $207.90 224 F&Piant Bowles' Mauve Wallflower 4~ cont. EA 60.00 0.00 7.21 225 F&Piant Chysanthemum, 4" cont. EA 168.00 168.00 2.06 $346.08 226 F&P Daylily Blk Eyed Stell, 4" cont EA 152.00 152.00 2.06 $313.12 227 F&P Daylily Siloam Little Gril, 4" cont. EA 176.00 176.00 2.06 $362.56 228 F&P Daylily "Stella de Oro, 4" cont. EA 200.00 200.00 3.60 $720.00 229 F&Piant Candy Tuft 4~ cont. Grown, Ful EA 48.00 0.00 1.55 230 F&Piant Iris Madonna #1 Rhizomes EA 280.00 262.00 2.27 $594.74 231 F& Plant Iris Ambassedeur, #1 Rhizomes EA 136.00 136.00 2.27 $308.72 232 F&Piant Iris Cream Beauty, #1 Bulb EA 126.00 126.00 2.27 $286.02 233 F&Piant Iris Sapphire Beauty, #1 Bulb EA 114.00 114.00 2.27 $258.78 234 F&P Bearded Iris Yellow, #1 Rhizome EA 128.00 110.00 2.27 $249.70 235 F&P Bearded Iris Purple, #1 Rhizome EA 136.00 118.00 2.27 $267.86 236 F&P Seared Iris Italian, #1 Rhizome EA 228.00 228.00 2.27 $517.56 237 F&P Iris Golden Cataract, #1Rhizome EA 96.00 96.00 2.27 $217.92 238 F&P Lantanna, 4" cont. EA 384.00 384.00 1.30 $499.20 239 F&P Big Blue Lirope, 1 gal. EA 312.00 312.00 3.60 $1,123.20 240 F&P White Spider Lily, #1 Bulbs EA 210.00 210.00 3.60 $756.00 241 F&P Spider Lily, #1 Bulbs EA 104.00 104.00 3.60 $374.40 242 F&P Belladonna Lily, #1 Bulbs EA 190.00 190.00 3.60 $684.00 243 F&P Daffodil Avalanche, #1 Bulb EA 504.00 504.00 2.27 $1,144.08 244 F&P Daffodil 'Feb. Gold, #1 Bulb EA 160.00 160.00 2.27 $363.20 245 F&P Daffodii'Grand Primo,#1 Bulb EA 368.00 368.00 2.27 $835.36 246 F&P Daffodil 'Peeping Tom,'#1 Bulb EA 96.00 96.00 2.27 $217.92 247 F&Piant Daffodii'Sweetness' #1 Bulb EA 176.00 176.00 2.27 $399.52 248 F& P Daffodil Tete·a-Tete, #1 Bulb EA 456.00 456.00 2.27 $1,035.12 249 F&Piant Daffodil Trevithian #1 Bulb EA 400.00 400.00 2.27 $908.00 250 F&Piant Pennisetum, 1 gal. Full EA 240.00 240.00 5.51 $1,322.40 251 F&Piant Thrift, 4" cont. EA 48.00 48.00 1.70 $81.60 252 F&Piant White Carpet Rose,1 gal EA 240.00 240.00 12.90 $3,096.00 Page 1 of 3 JIM BOWMAN CONSTRUCTION COMPANY, INC. 10209 Plano Road, Suite 101 Dallas, Texas 75238 (214) 349-2884 Unit of Contract Total Work Item Description Measure Quantity Done on Contract Price Amount Contract 253 F&Piant Greggi Salvia 4" cont. Full EA 70.00 70.00 1.50 $105.00 254 F&Piant Sedum 4" cont. Full EA 274.00 274.00 1.80 $493.20 255 F&Piant Purple Heart, 4" cont. EA 48.00 48.00 1.80 $86.40 256 Remove Existing Trees & Replant EA 10.00 9.00 285.00 $2,565.00 257 F&Piant Bermuda Hydroseed SF 51920.00 0.05 258 F&Piant Bermuda Solid Sod SF 11730.00 11730.00 0.29 $3,401.70 259 Columnar English Oak 2 112 -"3" Cal. EA 8.00 8.00 360.00 $2,880.00 260 Mobilization LS 1.00 1.00 42,000.00 $42,000.00 261 Superintendent LS 1.00 1.00 30,000.00 $30,000.00 262 4"-3000 psi R.C. Sidewalk SF 637.00 2379.00 3.00 $7,137.00 263 4"-3000 psi R.C. Subbase (SW) SF 85474.00 91054.80 2.30 $209,426.04 264 6"-3000 psi R.C. Subbase (SW) SF 1834.00 !834.00 2.70 $4,951.80 265 Furnish Glen Gery Pedestrian Pavers SF 93538.00 97555.88 1.49 $145,358.26 266 F/1 Bed. MtL & Install Pavers (SW) SF 93538.00 92888.80 1.60 $148,622.08 267 Unclass. Sidewalk Excava. & Disposal CY 23!2.00 2312.00 8.00 $18,496.00 c.o. Stone Ret. Wall @H&B Trail LS 1.00 1.00 12,285.00 $12,285.00 c.o. R/R Edge Restrmnt@Round About LS 1.00 1.00 2,734.00 $2,734.00 SCH VIII-Electrical Improvements (Streetscape) 801 F&l Meter Socket Base EA 5.00 5.00 209.00 $1,045.00 802 F&l I 00 A Fused Switch EA 5.00 5.00 255.00 $1,275.00 803 F&l Service Ground EA 5.00 5.00 81.00 $405.00 804 Panelboard w/Breakers, 120/140 MCB EA 5.00 5.00 620.00 $3,100.00 805 F&l 100 A Main Contactor EA 5.00 5.00 900.00 $4,500.00 806 F&l 7 Day Time Clock & Connections EA 5.00 5.00 !55.00 $775.00 807 F&l Photo Cell lnclu. Wire & Conduit EA 5.00 5.00 215.00 $1,075.00 808 F&l 2" GRC Elbows EA 220.00 23.85 809 F&l 2" PVC Sch 40&2" GRC Services LF 300.00 300.00 7.00 $2,100.00 810 F&l 2" PVC Sch 40 Street Light Conduit LF 7000.00 8460.00 2.96 $25,041.60 811 1" PVC Sch 40 Tree Lighting Conduit LF 900.00 900.00 2.95 $2,655.00 812 2n PVC Sch 40 Tree Lighting Conduit LF 1600.00 1600.00 3.16 $5,056.00 813 F&l Cast Box, Receptacle, Cover,etc. EA 37.00 37.00 128.00 $4,736.00 814 F&l High Compression Taps EA 130.00 !30.00 28.65 $3,724.50 815 F&l Water Proof Fuse Holders EA 12.00 12.00 37.00 $444.00 816 F&l Conductor #12 AWG LF 1500.00 1500.00 0.24 $360.00 817 F&l Conductor #10 AWG LF 11000.00 11000.00 0.30 $3,300.00 818 F&l Conductor #8 AWG LF 24000.00 24000.00 0.35 $8,400.00 819 F&l Conductor #6 AWG LF 5200.00 5200.00 0.44 $2,288.00 820 F&l Conductor #2 AWG LF 1000.00 1000.00 0.86 $860.00 821 F&l Street Light Pull Box EA 14.00 26.00 195.00 $5,070.00 822 F&l Tree Light pull Box EA 4.00 11.00 195.00 $2,145.00 823 Construct Pedes. Street Light Fnd. EA 74.00 85.00 360.00 $30,600.00 824 F&l Vehicular Street Light Foundation EA 1.00 1.00 433.00 $433.00 825 F&l Pedes. Pole Typ "A" & !75w Lamp EA 74.00 74.00 2,237.00 $165,538.00 826 F&l Vehicular Pole, Fix, Lamp nB" EA 1.00 1,510.00 827 F&l Vehicular Pole, Fixture, Lamp"C" EA 2.00 1,510.00 828 F&l Signal Interconnect Cable LF 3000.00 3250.00 !.50 $4,875.00 829 F&l Signal Interconnect Pull Box EA 2.00 2.00 225.00 $450.00 830 3n PVC Signal Interconnect Conduit EA 260.00 1030.00 3.00 $3,090.00 831 F/1 Pedestrian Pole,Fix.Ty "C" EA 7.00 7.00 3,810.00 $26,670.00 832 F/1 Pedestrian Pole, Fix.Ty "B" EA 4.00 4.00 3,040.00 $12,160.00 833 F/1 22'-8" Pole for Hanging Lts. EA 6.00 6.00 2,030.00 $12,180.00 834 Foundation For Hanging Lt. EA 6.00 6.00 840.00 $5,040.00 Extra 4" PVC Bores on M-# LF 99.00 20.00 $1,980.00 Sch IX-Addison Circle Park Streetscape Improvements 901 4" 3000 psi R.C. Sidewalk SF 60.00 4.00 902 4" 3000 psi R.C. Subbase (sidewalk) SF 1863.00 2.40 903 Furnish Glen-Gery Pavers SF 1803.00 1.49 904 F/P Bedding Mil's. & Paver (SW) SF 1803.00 1.60 Extra Sleeve Exist. Irrigation@S.W. corner "N• LS 1.00 1.00 800.00 $800.00 Extra Add W.M./Split Irrigation System LS 1.00 1.00 1,894.20 $1,894.20 Page 2 of 3 JIM BOWMAN CONSTRUCTION COMPANY, INC. 10209 Plano Road, Suile I 01 Dallas, Texas 75238 Total Work Item Description Unit of Contract Measure Quantity Done on Contract Price Contract Extra RWC-Weld 3 light base anchor bolts on east side Spectrum south of Addison Circle Extra RWC · Repair Broken conduit with wire at S.E. Corner A. C. & Spectrum Extra Extra @porch on Bldg. nQn Extra Ramp @Parking Garage Extra Exc./Saw/Pour Cone. Base@CBI/Garage on private property Extra R/R 4" Base & Pavers@S.E. Cor. Bldg. "M" Extra Adjust M.H. for Post Extra Pour 2V2 x 30V2 strip on southside ~on that Striland did not pour Extra Adjust M.T.S. M.H. Extra Replace Flex-Cell all along Quorum on west side "Nn Extra R/R Forms on north side nM" per M.R. (Bldg. Built wrong) Extra Paver Band on Morris Sidewalk LF 334.50 Extra Rem/Replace 4 Trees that Died from PH. 1 Drainage Error LS 1.00 '-'""''""""'<"n Construction Company, Inc. "'--By:--=::://::::: ===!!1-~ Approv Post roperties, Inc. ~~~ro?rl/~ d~ (zsjo; Town~on By: ________ _ Total Total Amount Of Work Done Less Retainage 0.00% Other Amount Payable on Contract Less Previous Payments Amount Due This Estimate Page 3 of 3 C.P. C.P. C.P. C.P. C.P. C.P. C.P. C.P. C.P. 5.00 4,683.00 (214) 349-2884 Amount $268.00 $546.00 $609.38 $284.84 $549.36 $2,697.17 $208.00 $190.63 $210.42 $300.00 $478.87 $1,672.50 $4,683.00 $1,652,028.29 $0.00 PROJECT: ADDISON CIRCLE PHASE IT-PUBLIC INFRASTRUCTURE -BID PACK. "B" (STREETS CAPE) JOB NUMBER: 96008 I CHANGE ORDER NO.1 OWNER: TOWN OF ADDISON CONTRACTOR: JIM BOWMAN CONSTRUCTION CO. DATE: Ol!l4/0l QESCRIPTIQN OF CHANGES· TillS CHANGE ORDER INVOLVES TilE FOLLOWING ITEMS: I) Furnish & Place Stone Retaining Wall (a} Hike & Bike Trail 2) Remove Existing Paver Edge Restraint & Tie-In to Phase II 3) Sleeve Existing Irrigation System (a} S. W. Comer Building "N" 4) Install Additional Irrigation Water Supply & Split Irrigation System S) 4" PVC Bores on McEntire for Better Irrigation Alignment (Per Addison) 6) Pour Additional Concrete (a) Porch on Building •p• (Northeast Comer) 7) Pour Additional Concrete (a} Ramp At Parking Garage 8) ExclSawJPour Cone. Base (a} CBYGaragc on Private Property 9) Remove & Replace 4" Base & Pavers (al S.E. Comer Of Building "M" 10) Adjust Manhole~ Addison Circle & Lewis Place (Existing) 11) Pour 2 l/2'x 30 112' Strip (Qj South Side Building "0" 12) Adjust Existing MTS Manhole West Side Building "N" 13) Replace Flexccll Along Quorum-We.st Side "N" Damaged By Bldg. Conlrnctors 14) Remove & Replace Fonns-North Side Bldg. "M" IS) Pour Added Pedestrian Paver Containment Band-Morris Ave. 16) Remove & Replace 4 Trees Resulting From Ph. I Drainage Error 17) Pedestrian Pole, Ty "A", w/2 Ty. "A" Fixtures 18) Pedestrian Pole, Ty. "D" 19'8" Pole, Ty. "A" Fixture 19) Ty. "D", 22'8" Pole w/o Fixture; with CoMections for Hanging Lights 20) Revised Foundation for Hanging Light Poles 21) Weld 3 Light Base Anchor Bolts-East Side Spectrum (Qj Addison Cirde 22) Repair Broken Conduit w/Wire~ Southeast Comer Addison Circle & Spectrum 23) Deletion of Allllcms in Schedule "IX" (Added to Esplanade Park Contmct) 24) Reconciliation of All Plan Quantities 25) • Denotes Added Item & Item Number ITEM NO. DESCRIPTION BID PACKAGE "B" (STREETSCAPE) ·SCHEDULE "II" 204 Furnish & Install 4" PVC Sch 40 Subdrain System 212 Furnish & Install Bike Rack, Model LB3-E 214 Furnish & Plant Red Oak, 200 Gallon 215 Furnish & Plant Plant Live Oak, 200 Gallon 224 Furnish & Plant Bowles Mauve Wallnow.:r, 4" Container Grown, Full 229 FurniSh & Plant Candy Tuft, Container Grown, Full 230 Fwnish & Plant Iris MadoMa No. 1 Rhizomes 234 Furnish & Plant Bearded Iris Yellow, No. I Rhizomes 235 Furnish & Plant Bearded Iris Pun>le, No. 1 Rhizomes 256 Remove Existing Trees, Maintain, Hold & Replant 257 Furnish & Plant Bennuda Hydroseed 262 Furnish & Place 4" Thick 3000 PSI Reinforced Concrete Sidewalk 263 Furnish & Place 4" Thick 3000 PSI Reinforced Concrete Subbase (SideWlllk) 265 Furnish Glen-Gery Pedestrian Brick Paver Materials Delivered To Site 266 Furnish & Place Bedding Materials & Place Pedestrinn Brick Pavm (Sid.:walk) •268 Furnish & Place Stone Retaining Walt@) Hike & Bike Tmil '269 Remove Existing Paver Edge Reslrnint & Tie-In to Phase II '270 Sleeve Existing Irrigation System~ S.W. Comer Building "N" '271 Install Additional Irrigation Water Supply & Split Irrigation System •212 4" PVC Bores on McEntir.: for Better Irrigation Alignment ((Per Addison) •273 Pour Additional Concrete~ Porch on Building •p• (North~t Comer) •274 Pour Additional Concrete~ Ran1p At Parking Garage •2:75 Exc./SawJPour Cone. Base (Ql CBYGamge on PriYBte Property •276 Remove & Replace 4" Base & Pavers (c4 S.E. Comer Of Building "M" '277 Adjust Manhole@} Addison Circle & Lewis Place (Existing) •278 Pour2 1/2' x 30 1/2' Strip~ South Side Building "0" "'279 Adjust Existing MTS Manhole We.st Side Building "N" •280 Replace Flexcell Along Quorun1-West Side "N" Damaged By Bldg. Contractors •281 Remove & Replace Fonns-North Side Bldg. "M" '282 Pour Added Pedestrian Paver Containment Band-Morris Ave. '283 Remove & Replace 4 Trees Resulting From Ph. I Drainage Error BID PACKAGE "B" (STREETSCAPID-SCHEDULE "ll" SUBTOTAL: ITEM NO. DESCRIPTION BDJ PACKAGE "B" (STREETSCAPE)-SCHEDULE "VIII" 808 Furnish & Install 2" GRC Elbows 810 Furnish & lnstull 2" PVC SCH 40 Street Light Conduit 821 Furnish & Install Street Light Pull Box 823 Furnish & Construct Pedestrian Street Light Foundation 824 Furnish & Construct Vehicular Street Light Foundation 825 Furnish & Install Pedestrian Pole Tv. • A" & 175 W Lamp Print Date: 1124/01 CONTRACT REVISED UNIT QUANTifY QUANTifY LF 7,213.00 7,595.00 EA 25.00 26.00 EA 64.00 77.00 EA 55.00 42.00 EA 60.00 0.00 EA 48.00 0.00 EA 280.00 262.00 EA 128.00 110.00 EA 136.00 118.00 EA 10.00 9.00 SF 51,920.00 0.00 SF 637.00 2,379.00 SF 85,474.00 91,054.80 SF 93,538.00 97,555.88 SF 93,538.00 92,888.80 LS 0.00 1.00 LS 0.00 1.00 LS 0.00 1.00 LS 0.00 1.00 LF 0.00 99.00 LS 0.00 1.00 LS 0.00 1.00 LS 0.00 1.00 LS 0.00 1.00 LS 0.00 1.00 LS 0.00 1.00 LS 0.00 1.00 LS 0.00 1.00 LS 0.00 1.00 LF 0.00 334.50 EA 0.00 4.00 CONTRACT REVISED UNIT QUANliTY I QUANTITY EA 220.00 0.00 LF 7,000.00 8,460.00 EA 14.00 26.00 EA 86.00 85.00 EA 3.00 1.00 EA 86.00 74.00 PAGE10F3 FILE COPY QUANTifY UNIT AMOUNT CHANGE PRICE OF CHANGE 382.00 $10.00 $3,820.00 1.00 $80.00 $80.00 13.00 $1,150.00 $14,950.00 (13.00) $1,150.00 ($14,950.00) (60.00) $7.21 (S432.60) (48.00) Sl.SS (S74.40) (18.00) $2.27 (S40.86) S40.86) (18.00) $2.27 (S40.86) (18.00) $2.27 ($40.86) (1.00) $285.00 ($285.00) (51,920.00) $0.05 ($2.596.00) 1,742.00 $3.00 $5,226.00 5,580.80 $2.30 $12,835.84 4,017.88 $1.49 $5,986.64 (649.20) $1.60 ($1,038.72) 1.00 $12,285.00 $12,285.00 1.00 $2,734.00 $2,734.00 1.00 $800.00 $800.00 1.00 $1,894.20 $1,894.20 99.00 $20.00 $1,980.00 1.00 $609.38 $609.38 1.00 $284.84 $284.84 1.00 SS49.36 $549.36 1.00 $2,697.17 $2,697.17 1.00 $208.00 $208.00 l.OO $190.63 $190.63 1.00 $2\0.42 $210.42 1.00 $300.00 $300.00 1.00 $478.87 $478.87 334.50 $5.00 $1,672.50 4.00 SI 170.75 $4 683.00 $54 976.55 QUANTifY UNIT AMOUNT CHANGE PRICE OF CHANGE (220.00) S23.8S ($5,247.00) 1,460.00 $2.96 $4,321.60 12.00 $195.00 $2,340.00 (1.00) $360.00 (S360.00) (2.00) $433.00 (S866.00) (12.00 $2.237.00 ($20 844.00 (cont.mued) /PROJECT: ADDISON CIRCLE PHASE TI-PUBLIC iNFRASTRUCTURE-BID PACKAGE "8" (STREETSCAPE) JOB NUMBER: 96008/CHANGE ORDER NO. 1 OWNER: TOWN OF ADDISON CONTRACTOR: JIM BOWMAN CONSTRUCTION CO. DATE: Olll4/0l ITEM NO. DESCRIPTION BID PACKAGE "B" (STREETSCAPE)-SCHEDULE "VITI" 826 Furnish & Install Vehicular Pole, Fixture & 25Dw High Pressure Sodium Lamp, Ty."B" 827 Furnish & Install Vehicular Pole, Fixture & 250w M~tol Halide Lamp, TyPe ·c• 828 Furnish & Install Signal lnlerconnect Cable 830 3" PVC SignallntercoMect Conduit •831 Pedestrian Pole, Ty "N, w/2 Ty. "A" Fixtures •832 Pedestrian Pole, Ty. "D" 19'8" Pole, Ty. "A" Fixture •833 Ty. "D", 22'8" Pole w/o Fixture; wilh Connections for Hanging Lights •834 Revised Foundation for Hanging Light Poles •835 Weld 3 Light Base Anchor Bolts-East Side Specttum (iii Addison Circle •836 Repair Broken Conduit w/Wire @I Soulheast Comer Addison Circle & Spectrum BID PACKAGE "B~TREETSCAPE)-SCHEDU LE "VIll" SUBTOTAL: ITEM NO. DESCRIPTION BID PACKAGE "B" (STREETSCAPE)-SCHEDULE "IX" IX" 901 Furnish & Place 4" 3000 PSI Reinforced Concrete Sidemlk 902 Furnish & Place 4" 3000 PSI Reinforced Concrete Subbase (Sidewalk) 903 Furnish Glen-Gery Paver Materials, Delivered To Site 9{)4 Furnish & Place Bedding Materials And Place Pedestrian Brick Pavers BID PACKAGE "B" (STREETSCAPE)-SCHEDULE "IX" SUBTOTAL: NET CHANGE.BY CHANGE ORDER N0.1 ORlGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS REVISED CONTRACT AMOUNT EFFECT OF CHANGE ON CONTRACT TfMR ·coNTRACT UNIT _QUANTITY EA 1.00 EA 2.00 LF 3,000.00 EA 260.00 EA 0.00 EA 0.00 EA 0.00 EA 0.00 LS noo LS 0.00 CONfRACT UNIT QUANTITY EA 60.00 EA 1,863.00 LF 1,803.00 EA I 803.00 THE WORK REQUIRED UNDER TinS CHANGE ORDER Wll.L ADD 25 DAYS TO TillS PROJECT: ORlGINAL CONTRACT TIME 300 C.D. ADDillONAL DAYS FOR TinS CHANGE ORDER 0 C.D. ADDillONAL DAYS FOR PREVIOUS CHANGE ORDER (PAVING) 0 C.D. REVISED CONTRACT TIME 300 C.D. Print Date: 1124/01 , .:VISED UANTITY 0.00 0.00 3,250.00 1,030.00 7.00 4.00 6.00 6.00 1.00 1.00 REVISED I QUANTITY 0.00 0.00 0.00 0.00 QUANTITY QUANTITY CHANGE (1.00) (2.00) 250.00 770.00 7.00 4.00 6.00 6.00 1.00 1.00 QUANTITY CHANGE (60.00) (1,863.00) (1,803.00) i1 803.00 PAGE20F3 UNIT PRICE $1,510.00 S\,510.00 $1.50 SJ.OO $3,810.00 $3,040.00 $2,030.00 $840.00 $268.00 $546.00 I UNIT PRICE $4.00 $2.40 $1.49 $1.60 _l_ AMOUNT OF CHANGE ($1,510.00) (S3,020.00) $375.00 $2,310.00 $26,670.00 $12,160.00 $12,180.00 $5,040.00 $268.00 $546.00 $28 363.60 AMOUNT OF CHANGE (S240.00) ($4,471.20) ($2,686.47) ($2.884.80 _ruo 282.4 $73,057.68 $1,578,970.61 so.oo $1,652,028.29 /PROJECT: ADDISON CffiCLE PHASED-PUBLIC INFRASTRUCTURE-BID PACKAGE "B" (STREETSCAPE) JOB NUMBER: 96008 I CHANGE ORDER NO. 1 OWNER: TOWN OF ADDISON CONTRACTOR: JIM BOWMAN CONSTRUCTION CO. DATE: Olll4/0l 1HE COMPENSATION AGREED UPON ThJ TinS CHANGE ORDER ARE FOR ALL COSTS THE CONTRACTOR MAY INCUR AS A RESULT OF, OR RELATll\IG TO THIS CHANGE ORDER WHETHER SAID COSTS ARE KNOWN, UNKNOWN, FORESEEN, UNFORESEEN AT TillS TIME, IN'CLUDO\IG WITHOliT LllvflTATION, ANY COST FOR DELAY, EXTENDED OVERHEAD, RIPPLE OR IMPACT COST, OR ANY OTHER EFFECT ON CHANGED OR UNCHANGED WORK AS A RESULT OF TillS CHANGE ORDER. THESE COMPENSATIONS ARE FOR FULLY COMPLE'ffi AND ll'J-PLACE CONSTRUCTION. ACTUAL IN' PLACE QUANTITIES Wll..L BE USED FOR FINAL PAYMENT. APPROVED BY TOWN OF ADDISON RON WlllTEHEAD, CITY MANAGER APPROVED BY JIM: BOWMAN CONSTRUCTION CO!vtPANY JIM BOWMAN, PRESIDENT Print Date: 1124101 DATE DATE APPROVED BY APPROVED BY HUJIT-ZOLLAR.S DAVID E. MEYERS, P.E. PAGEJ OFJ DATE DATE CONSENT OF SURET'r TO FINAL PAYMENT AlA Document G707 TO OWNER: (Name and Address) Town of Addison P.O. Box 9010/6350 Beltline Rd Addison, Texas 75001-7090 PROffiCT: (Name and Address) Addison Circle Phase II -Public lnfrastruc Pckge B Addison, Texas OWNER ARCIITTECf CONTRACfOR SURETY OTHER ARCIDTECI'S PROffiCTNO.: CONTRACT FOR: Streetscape CONTRACT DATED: October 21, 1977 In accordance with the provisions of the Contract between the Owner and the Contractor)lS indic~d ab (Insert name and address of Surety) ~ .._...Y ;:> · Amwest Surety Insurance Company 3116 Kellway Drive, Ste 110 Carrollton, Texas 75006 on bond of (Insert name and address of Contractor) Jim Bowman Construction Company, Inc. 10209 Plano Rd #101 Plano, Texas 75238 tJ~ I" ~ ~~ cf' ~~t 1/0~tl(p v . ,tv,/? ~ . tf.l Q (f ~WI) ~ tr t/' ~ ./' ~-q. J_o t-' QVJ D D D D D ,SURETY, , CONTRACfOR, hereby approves of the final payment to the Contractor, and agrees the final payment to the Contractor shall not relieve the Surety of any of its obligations obligations to (Insert name and address of Owner) Town of Addison P.O. Box 9010/6350 Beltline Rd Addison, Texas 75001-7090 as set forth in said Surety's bond. IN Wl1NESS WHEREOF, the Surety has hereunder set its hand on this date: ..c2:.:2=-J=-a:.:n::..=20.:.0:.:1:.._ ____ _ (Insert in writing the month followed by the numeric date and yenr.) Amwest Surety Insurance Com any (Signature of authorized representative) ,OWNER, .. -· "' Attest: Rosslyn Weatherall K K b" · . . ~ · (Seal): D 1 __ n-: _ /) /1 aren u Jca · . · . 1:{) IJIJ 0 N'\1\/uJ~ (Printed name and title) AttornP';I~·!I!_tt·"' "This docu~/,~; been reproduced electronically with the permission of The American lnsUtute· of 'Architects under license number 97020-1013 to Amwest Surety Insurance Company/Far West Insurance Company which expires August 18, 2001. Reproduction of this document after that date or without project specific information is not permitted." I AlA DOCUMENT G707 •coNSENTOFSURETYTOFINALPAYMENTI994 EDITION• ®AlA 1994 • THEAMERICANJNSTITI JTEOF ARCHITECTS, 173SNEWYORK AVENUE, NW, WASH· -:. 'i INGTON. D.C. 20006-5292 • WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecuUon. G707-1994 LIMITF.D POWER OF ATTORNEY · o,;;,~i,\ i(9o'O:P"oi;~,R~\Signature Ig ~ -~\~\!co/:cV ~\0% §CfJ-OEC.14J0 (")~~w\-DEC.14.-0 )0~ \"' ... +""~'' ... "f . · \ ) Xl,NI 9 eQ ~ __Q.,g;!, /Y'N-9 1 ® DENISE REAMES Notary Public, Stale of Texas My Commission Expires 04·07·2003 G:IPROMillllll\FI:NAL\BP Public in and for ~:\ X \C%1,-County, Texas January 3, 2001 Town of Addison Dept. of Public Works P.O. Box 9010 Addison, Texas 75001-9010 Attn.: Michael E. Murphy, P.E. I ® PosT PROPERTIES Re.: Addison Circle Phase II-B Public Infrastructure Dear Sir: North Texas Contracting and Gibson & Associates, Inc. have completed all contract obligations for the Paving, Streetscape, and Utilities contracts for the above referenced project. Attached are the following required contract close out documents: Consent of Surety to Final Payment for all Infrastructure Contracts (3) Affidavit of Bills Paid for all Contracts (3) Maintenance Bond for all Contracts (3) Also attached are letters of guarantee for the restoration of Addison property, and for the replacement of damaged bollards when we receive them from the manufacturer. I have attached copies of final change orders. The originals are presently at Huitt Zollars for signatures and will be forwarded to you this week. Huitt Zollars indicates they have completed as built plans and forwarded them to your office. This should complete all contract obligations. Please review the attached documentation, and if satisfied, please issue a letter of final acceptance to Post Properties, Inc., Gibson & Associates, Inc., and North Texas Contracting. It has been a pleasure working with The Town of Addison for the successful completion of this project. If you have any questions concerning this matter or should require any additional information, please call. Sincerely, ;:;;@~ ~{;ael F. Robbins Superintendent-Public Infrastructure cc: Mark Brandenburg-Post Properties, Inc. David E. Meyers, P.E.-Huitt Zollars Robert Farkaw-North Texas Contracting Jeff Gibson-Gibson & Associates, Inc. file: 143901 Pos I Properties, Inc. 5040 Addison Circle I Suite 300 I Addison, Texas 75001 Phone 972.851.3200 I Fax 972.774.3300 www.postproperties.com January 2, 2001 Town of Addison Dept. of Public Works P.O. Box 9010 Addison, Texas 75001-9010 Attn.: Michael E. Murphy, P.E. ® PosT PROPERTIES Re.: Addison Circle Phase II-B Public Infrastructure Dear Sir: Please let this letter serve as guarantee that Post Properties, Inc. will restore Town of Addison property located between the West End of Morris Ave. and Addison Rd. as per our written agreement dated September 4, 1999. I have attached a copy of our agreement for your use. Post Properties, Inc. will perform this work as soon as the weather permits. If you have any questions regarding this matter, please call. Sincerely, Post Properties, Inc. ~~~ Superintendent-Public Infrastructure cc: Mark Brandenburg-V.P. Construction file: 143901 Encl. Post Prop crt ics, Inc. 5040 Addison Circle I Suite 300 I Addison, Texas 75001 Phone 972.851.3200 I Fax 972.774.3300 w>vw.postpropertics.com /September 4, 1999 Town ofAddison Dept. of Public Works P.O. Box 9010 Addison, Texas 75238 Attn.: John Baumgartner Re.: Addison Circle Phase m Dear Sir: ® PosT PROPERTIES Post Properties, Inc. had recently contacted the Town of Addison concerning access to our Addison CirCle Phase m development project from Addison Rd. The Town of Addison asked that several requirements be met prior to giving permission to access the · site from Addison Rd. They are as follows: I) Immediately following construction the access site will be restored to "as good or better" than the original condition. 2) Post must receive Town approval prior to stockpiling of any materials on Town of Addison property. . 3) Proper drainage must be maintained at all times. 4) Access to the site from Addison Rd. should be used as a back up only. Whenever possible, Post should try to access the site from Quorum Dr. 5) All dirt and debris tracked from the site and onto Addison Rd. is to be cleaned by Post. 6) An all weather road is to be built at Post expense from Addison Rd. to the site to minimize any tracking of dirt and mud onto Addison Rd. This road is to be removed after construction activities are complete. Post Properties, Inc. agrees to these requirements as stipulated by The Town of Addison. Please indicate in writing your approval of this agreement. If you have any questions regarding this matter, please call. Sincerely, Post Properties, Inc. ~randenburg-v· ce President Construction Cc: file: 14390 I -----------Pu .. l Prnpt'rlit•:"',_ hit'. . . ... ······-_ 15851 Dallas Parkway I Suite 855 I Dallas, Texas 752-18 Phone 972.770.5151 I Fa< 972.770.5192 www.postproperries.com -· January 2, 2001 Town of Addison Dept. of Public Works P.O. Box 9010 Addison, Texas 75001-9010 Attn.: Michael E. Murphy, P.E. n® rOST PROPERTIES Re.: Addison Circle Phase II-B Public Infrastructure Dear Sir: Please let this letter serve as guarantee that Post Properties, Inc. will replace the bollards on the West Side of Paschall Place between Morris Ave. and Goodman Ave. that were damaged during the construction of our building. The replacement bollards have been ordered from Leader Health & Manufacturing, Inc. and are scheduled to arrive on or about February 2, 2001. I have attached copies of our quotation, purchase agreement, and a copy of our check to Leader for your use. If you have any questions regarding this matter, please call. Sincerely, Post Properties, Inc. '!JidJ~ ~;_____ ;,.;i~ae~ F. Robbins Superintendent-Public Infrastructure cc: Mark Brandenburg-V.P. Construction file: 143901 attachment Post Properties, Inc. 5040 Addison Circle I Suite 300 I Addison, Texas 75001 Phone 972.851.3200 I Fax 972.774.3300 w ww. p os tpro perties. com o----, LEADER HEALTH & MANUFACTUP'''G, INC. LEADER INTr"''JATIONAL CORP. 12300 SW SIDNEY ROAD PORT ORCHARD, WA 98367-7049 1-360-895-1184 TEL 1-360-895-1284 FAX LEANDER HEALTH TEC~ ... OLOGIES, Health Care Division NORTHWEST ORTHOPAEDIC PRODUCTS, HeaHh Care Division CREATIVE CONCEPTS GROUP (CCG-Seatlle, Inc.) PURCHASE AGREEMENT Order Date: Terms: FAIR WEATHER SITE FURNISHUU-.5: NET IN 30 f~t79B ""~erson: ·-AIIMSIONOF LEADER HrAI.nt & IIAMJFAClliRINB.INC. AlEADEII ......... noNAlcoRPORAilONCO!!f'JWX_ SOLD TO: POST PROPERTIES 5040 ADDISON CIRCLE ADDISON, TX 75001 DESCRIPTION ::;HI!" TO: QTY SHPD 4 EA., B-3, 5; 5&" X 24" PERMANENT EM.BED. BOLLARDS WITH 24" BELOW GRADE. FREIGHT C-190024 ACKNOWLEDGED AND AGREED: AUTHORIZED SIGNATURE: INCLUDING A.,...,LL.L,'T~ S & CONDITIONS ON REVERSE Cancellation Fee of Yo May Be Assessed. WHITE -OFACE BLUE -CUSTOMER COPY 11/22/00 ZRS lnvoic!l, #: 02~ 332 P.O.!#: 5550310 POST PROPERTIES, INC. 15720 QUORUM DRIVE ADDISON, TX ATTN: MIKE ROBBINS 75001 B/0 PRICE EXTENSION SUBTOTAL TAX 113&.00 133.00 .'.-12&~. 00 0.00 TOTAL INVOICE 12&~.00 I \1 20-cJ':ol: 1 :'_,.,:.~1.·1; division ofleader International Corporation (800)-323-1798 (360) 895-2626 (360) 895-1284 fax www.falrweathersf.com e-mail: jana@theleader.com 12300 SW Sidney Road, Port Orchard, WA 98367-7049 To: Company Name: From: Phone: Fax: Date: Reference: Quote#: Number of pages: Quotati Q~/Mike Robbins ---;..;{ .rf' Post Properties ~· _loU/.-....A(\~ )ana Gosser for Resource Consulting Servlc ~r#_ ~~() -.:;;_\ · 214-704-5427 (l ... !\)V /.r o; ~ 972-726-0562 \IY . .N' \'"" p 20 November 2000 1/: ~ 9y;o· ,.ft ~,I' • Addison Orcle () , /,J, tfP ,f"' . 1 120001G V.."'._JP"' ,j/r----' 1 ~-~ ,. .. NOTE: RCS IS A MINORITY-OWNED BUSINESS, CERTIFIED BY NCTR OTY 4 ea. 1 lot DESCRIPTION B-3, 5.56" O.D. x 24" pennanent embed bollards, with 24" below grade), powder-coated a standard FairWeather color. Freight FOB Pon Orchard to Addison, IX 7500 I EACH T_OTAL $284.00 $1' 136.00 $ 133.00 TOTAL: $ 1,269.00 •u FOR CALL BEFORE DELIVERY, PlEASE ADD $35 TO FREIGHT CHARGES •" Please Note Terms: 1) AU prices quoted are in U.S. Dollars and valid herein for 90 days from this date. 2) Approximately 16 weeks. 3) 50% depo.slt, balance Net 30 Days OAC 4) AU freiibt is FOB Factory. Unless otherwise noted freight charges do not Include unloading and placement. If you require lift gate service or other special handling please call for pricing. CC: PAT CALHOUN, RESOURCE CONSULTING SERVICES To: mrobbins@postproperties.com cc: Subject: Re: Invoice # 029332 11/27/00 Hi Mike! I hope you had a nice Thanksgiving. Anyway, the above-referenced invoice should be made out to FairWeather Site Furnishings (FairWeather) is just fine. Our mailing address is 12300 SW Sidney Road, Port Orchard, WA 98367. We have estimated shipping on this as approximately 02/02/01. I'm not sure if you are aware though or not that we have implemented our night shift, and expect to see some improvements to our lead times very shortly. So if we can do better than this date, we sure will. I also wanted to ask you, are you now Post Apartment Homes, or are you still Post Properties??? (I want to make sure I have the billing name right). Thanks for your help. n•oooo lo so 2111 ·= lo lo 1.000!; ..... : SEE ENDORSEMENT AA,EA ON BACK FOR U.S. PATENT 5538290;5575508:5641183 f:.-, .. ,,.,,,.,T,.,., ... J, .. 313444FAIR WEATilER SITE FURNISH Check No. 1502 ~EORDER FT 903 • U.S. PATENT NO. 55.1&:!90;5575508;5641183;57135353 Bond No. 8155-93-89 ~~ CONSENT OF SURET't TO FINAL PAYMENT ALA Document G707 (lnsuucrions on reverse side) TO OWNER: Town of Addison and Gaylord rNamemrdmtdres.sJ Properties, Inc. and Post Properties, Inc. OWNER ARCHITECT CONTRACTOR SURElY OTHER ARCHITECT'S PROJECT NO., D D D D D P. 0. Box 9010 Addison, TX 75001 CONTRACT FOR Public Infrastructure Paving PROJECT Addison Circle Phase II-B CONTRACT DATED, (Namemtdaddre .. ;.s) Addison, TX In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the {11/seriiWII/£' and tuldress (!(Sure~rJ Federal Insurance Company 1445 Ross Ave., #4200 Dallas, TX 75202 on bond of Gibson & Associates, Inc. Unsel'lllmlleandtuldre.~·q(Cummctur) 11210 Ryliecrest, Balch Springs, TX 75180 , SURElY, , CONTRACTOR, hereby approves of the final payment to the Comracror, and agrees thm final payment w the Conrranor shall not relieve the Surety of any of its obligations w Town of Addison and Gaylord Properties, Inc. and Post Properties, Inc. P. 0. Box 9010 (/nset11wmeand addres.sqfDu'ller) Addison, TX 75001 as set fonh in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto ser irs hand on this dare: December 14, 2000 (IllS!.'/'{ ill 1/'lifillg tbe 11/0IIIb.{(J/IO//'I!d 1~\'lbe 1//111/f!l'iC date mu/year.) Federal Insurance Company rS(r.:na/ure of mlfborized represematil'l!) , OWNER, Anest: (Seal)o Robbi Morales, Attorney-in-fact a-(Primed llt/1/~t' mul titk•J CAUTION: You should sign an original AlA document that has this caution printed in red. An original assures that changes will not be obscured as may occur when documents are reproduced. See Instruction Sheet for Limited License for Reproduction of this document. AlA DOCUMENT G707 • CONSENT OF SlJIU;:"IY TO FINAl. PAYMENT • 199-i EDITION • 'AlA ©I99·i • THE AMERICAN INS11'117IF. OF AH.CHI'J'ECI'S, 17.~'> NEW' YORK AVENl;E. N\'\', WASHINGTON, D.C. 20006-'>292 • WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. G707-1 994 INSTRUCTION SHEET. • FOR AlA DOCUMENT G707, CONSENT OF SURETY TO FINAL PAYMENT A. GENERAL INFORMATION 1. Purpose This documenr is imendcd for use 3S a companion w AlA Documem G706, ComraClor's AtTadavir of Paymcnr of Debts and Claims, on consrrucrion projects where rhe ComrJ.nor is required to furni;-;h a bond. By obtaining rhe Surety's approval of final payment to the Comracror and it:-; agreement that llneument ~,~~~~.~~~-~~l~~~~E~~~------------------------------------~ ., . GIBSON & ASSOCIATES, INC. 11210 Ryliecreat P.O. Box 800579 Balch Springs, Texas 75180-0579 972/557-1199 FAX 972/557-1552 December 14, 2000 Mr. Mike Robbins Engineers and Contractors COPY SKI L ~ DEC 1 4 2000 BY: .. IHtiGIITT c/o Post Properties 15720 Quorum Dr. Addison, Texas 75001 ---------~--.. _______ _ RE: Addison Circle Phase II B -Paving Dear Sir: Enclosed please find our monthly pay request number eleven and final for the above referenced project. We have also included a final affidavit of bills paid and our Consent of Surety to Final Payment. If there are any questions regarding this matter, please call me. Very truly yours, GIBSON & ASSOCIATES, INC. c;?-~A Trey Meador Contracts Administrator "· Job Description: Addison Circle-Paving 99-675 Gibson & Associates Inc. Estimate No.: 11 & Final Client Town of Addison Contract Amount: $339,055.63 Estimate Period: October 26, 2000 To November 30, 2000 Payable To: Gibson & Associates, Inc. 11210 Ryliecrest Drive Balch Springs, Texas 75180 Ill Item Ill Description -II Ill Schedule I Paving Ill 101 Ill Mobilization 102 IIISupt 103 Ill Full Depth Sawcut Existing Concrete Ill Ill Ill Unit Ill 111--11 Ill Ill Ill Ill I IlLS Ill IIILS Ill IIILF Ill 104 IIIRem & Disp Exist. Cone Pave lncl Curb IIISY Ill 105 Ill Compact 8" Flex Base Ty A Grade 2 IIICY Ill 106 IIIFum & Place Grasscrete Pave Ill SF Ill 107 IIICompact 6" Lime Stab IIISY Ill 108 IIIHydrated Lime IIITONIII 109 1116" 650# Flex Cone Paving IIISY Ill 110 1116" 650# Flex Cone Drop Slab IIISY Ill 111 1116" 650# Flex lnt Cone Curb IIILF Ill 112 1116"650#Fiex Cone Dr. Pave w/wo Drop SlalllSY Ill 113 IIIReinf Cone St Header IIILF Ill 114 IIIConst Longitudinal Butt Joint IIILF Ill 115 IIIAcme Vehicular Brick Brick Paver Mall Ill SF Ill 116 IIIBedding Mall and Installation of Pavers IIISF Ill 117 11124" Wide Thenmoplastic Stop Line IIILF Ill 118 IllS I & Trail Ctrl Signs IIIEA Ill 119111Sl Name Sign & Mount Hdwr IIIEA Ill 120 IIIUnistrut Telespar St Sign Post IIIEA Ill 121 IllS! Barricades IIILF Ill 122 IIIRem Existing St Barricades & Posts IIILF Ill 123 Ill Barricades, Signs & Trail Ctrl IIILS Ill 124 IIIUnclass St Excavation IIICY Ill Ill Ill Ill Add 1113" Black Sign Posts IIIEA Ill Add IIISteps IIIEA Ill Add Ill Labor for Subgrade at Firelane IIIHR Ill Add IIITractor and Operator for Subgrade at IIIHR Ill IIIFirelane Ill Ill Ill Ill Contract Ill Quantity Ill Quantity Ill This Month Ill 111----lll-Ill Ill Ill Ill 1 Ill Ill 1 Ill Ill 84111 Ill 459111 Ill 56111 Ill 2248 Ill Ill 4250 Ill Ill 58.3111 Ill 3842111 Ill 566111 Ill 1787 Ill Ill 40 Ill Ill 74111 Ill 67111 Ill 4493111 Ill 4493111 Ill 24111 Ill 25 Ill Ill 4111 Ill 15 Ill Ill 40 Ill Ill 65111 Ill 1 Ill Ill 3313 Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Page 1 of 1 Quantity Ill Unit Ill To Date Ill Price Ill Total II IIIll Ill Ill Ill 1 Ill $25,475.00 Ill $25,475.00 1 Ill $23,10o.oo Ill $23,100.00 84111 $2.50 Ill $210.00 459111 $16.50 Ill $7,573.50 54111 $40.00 Ill $2,160.00 2036111 $2.74111 $5,578.64 4160 Ill $5.20 Ill $21,632.00 67.87111 $126.50 Ill $8,585.56 3574.5 Ill $28.80 Ill $102,945.60 587.46 Ill $33.30 Ill $19,562.42 1926 Ill $3.75111 $7,222.50 108.6 Ill $35.00 Ill $3,801.00 72.5111 $6.00 Ill $435.00 128.5111 $5.00 Ill $842.50 5543111 $3.70 Ill $20,509.10 5379.6 Ill $2.86111 $15,385.66 24111 $27.50 Ill $660.00 25111 $423.50 Ill $10,587.50 4111 $390.50 Ill $1,562.00 13 Ill $434.50 Ill $5,648.50 40 Ill $22.00 Ill $880.00 65111 $11.00111 $715.00 1 Ill $7,ooo.oo Ill $7,000.00 3435111 $13.09 Ill $44,984.15 Ill Ill 2111 $520.00 Ill $1,040.00 2111 $100.00 Ill $200.00 20 Ill $25.00 Ill $500.00 8 Ill $60.00 Ill $480.00 Ill Ill Ill Ill Ill ============================================================================================================= JOB: 99-675 APPROVED: GIBSON & ASSOCIATES,INC. BY c;J?L!PA DATE: December 14, 2000 TOTAL WORK DONE RETAINED AMOUNT PAYABLE PREVIOUS PAYMENTS AMOUNT DUE THIS ESTIMATE $339,055.63 $339,055.63 $316,066.23 $22,989.40 PROJECT, ADDISON CIRCLE PHASE 11-B-PUBLIC INFRASTRUCTURE-BID PACKAGE "A" (PAVING) JOB /lUMBER' 143901/CHANGE ORDER NO. I OWNE~ TOWN OF ADDISON CONTRACTOR' GIBSON & ASSOCIATES, INC. DATE: 12/05/00 DESCRIPTION OF CHANGES' TillS CHANGE ORDER JNVOL VES THE FOLLOWING ITEMS' 1) Addition of3" Steel Stop Sign Polel! w/Breakaway Mount 2) Addition of Steps at the Fire Lane 3) Additional Grading at Fire Lane-Equipment & Operator 4) Additional Grading at Fire Lane-Labor 5) Reconciliation of Actual Inst.alled Quantities ~ 125 Addition of3" Steel Stop Si; P~~;;~/Breakaway Mount lOS Compact 8" Flex Base Ty "A"-Grade ''2" !06 Furnish & Place Grasscretc Pavers 107 Compact 6" Lime Stabilization 108 Hydrated Lime 109 6" 650# Flex Concrete Pavement 110 6" 650# Flex Concrete Drop Slab Ill 6" 65011 Flex Intregal Concrete Curb 112 6" 650# Flex Concrete Drive Pvml w/wo Drop Slab 113 Reinforced Concrete Street Header 114 Constr. Longitudinal Butt Joint liS Acme Vehicular Brick Paver Material 116 Bedding Material&. Installation ofPavers 120 Unistrut Telespar Street Sign Post 124 Unclassified Street Excavation 126 Addition of Steps at the Fire Lane 127 Additional Grading at Fire Lane·Equipment & Operator 128 Additional Grading at Fire Lane· Labor .. SCHEDULE ''I" NET CHANGE BY CHANGE ORDER NO.I ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS . REVISED CONTRACT AMOUNT EFFECT OF CHANGE ON CONTRACT 'IllvfE 'T' UNIT EA 0.00 CY 56.00 SF 2248.00 SY 4250.00 TON 58.30 SY 3842.00 SY 566.00 LF 1787.00 SY 40.00 LF 74.00 ·LF 67.00 SF 4493.00 SF 4493.00 EA 15.00 CY 3313.00 EA 0.00 HR 0.00 HR 0.00 THE WORK REQUIRED UNDER TillS CHANGE ORDER WILL ADD 0 DAYS TO TillS PROJECT' ORIGINAL CONTRACT TIME 360 C.D. ADDmONAL DAYS FOR TillS CHANGE ORDER 0 C.D. ADDmONAL DAYS FOR PREVIOUS CHANGE ORDER 0 C.D. REVISED CONTRACT TIME 360 C.D. GibPaving·C0#1 2.00 54.00 2036.00 4160.00 67.87 3574.50 587.46 1926.00 108.60 72.50 128.50 5543.00 5379.60 13.00 3435.00 2.00 8.00 20.00 PAGE I OF2 COPY 200 (2;;:~~~ (9~:~~) (2~~:!~) 139.00 68.60 ~:::~) 1,050.00 886.60 li;:~~J 2.00 8.00 20.00 ~ $520.00 $40.00 $2.74 $5.20 $126.50 $28.80 $33.30 $3.75 $35.00 $6.00 ss.oo $3.70 $2.86 $434.50 $13.09 $100.00 $60.00 $25.00 L $1,040.00 ,~~8~-~~~ ""•.nm .; ,,-,., '" nn\ $714.62 $521.25 $2,401.00 si~~:~~) $3,885.00 $2,535.68 $1,596.98 $200.00 $480.00 $500.00 ~681.7~ SS,681.7S $333,373.87 $0.00 $339,055.62 Print Date: 1218/00 PROJECT, ADDISON CIRCLE PHASE II-PUBLIC INFRASTRUCTURE-BID PACKAGE "A" (PAVING) JOB NUMBER' 143901/CHANGE ORDER NO. 1 PAGE20F2 OWJmR, TOWN OF ADDISON ·CONTRACTOR' GIBSON & ASSOCIATES, INC. DATE: 12105100 THE COMPENSATION AGREED UPON IN TillS CHANGE ORDER ARE FOR ALL COSTS THE CONTRACTOR MAY INCUR AS A RESULT OF, OR RELATING TO TillS CHANGE ORDER WHETHER SAID COSTS ARE KNOWN, UNKNOWN, FORESEEN, UNFORESEEN AT TillS TIME, INCLUDING WITHOUT LIMITATION, ANY COST FOR DELAY, EXTENDED OVERHEAD, RIPPLE OR IMP ACT COST, OR ANY OTHER EFFECT ON CHANGED OR UNCHANGED WORK AS A RESULT OF TillS CHANGE ORDER. THESE COMPENSATIONS ARE FOR FULLY COMPLETE AND IN-PLACE CONSTRUCTION. ACTUAL IN PLACE QUANTITIES WILL BE USED FOR FINAL PAYMENT. APPROVED BY TOWN OF ADDISON RON WIDTEHEAD, CITY MANAGER APPROVED BY GffiSON & ASSOCIATES, INC. JEFFGffi~NicJE£d:-DATE /1_-11-o() DATE APPROVED BY HUITT-ZOLLARS DAVID E. MEYERS, P.E. DATE DATE GlbPavlng-C0#1 Print Date: 12/8/00 Bond No. 8155-93-90 ~;I~ OWNER -1{; I CONSENT OF SURET't' TO FINAL PAYMENT ARCHITECT 0 NA Document G707 (InstruCtions on reverse side) TO OWNER Town of Addison and Gaylord rNamemuladdressJ Properties, Inc. and Post Properties, Inc. CONTRACTOR SURElY OTHER ARCHITECT'S PROJECT NO.o Public D D D P. 0. Box 9010 CONTRACT FOR Infrastructure Streetscape Addison, TX 75001 PROJECT, Addison Circle Phase II-B CONTRACT DATED, (Name and mldress) Addison, TX In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (fuseriiUimeaud addn•.,(ofSun.!~l') Federal Insurance Company 1445 Ross Ave., #4200 Dallas, TX 75202 on bond of Gibson & Associates, Inc. 11210 Ryliecrest, (lusenumnf!alld addre.'-(ufCumraclor) Balch Springs, TX 75180 , SURP1Y, , CONTRACTOR, hereby approves of the final payment m the Conrranor, and agrees rhar ftnal payment m the ConmKwr shall not relieve the Surety of any of its obligmions to Town of Addison and Gaylord Properties, Inc. and Post Properties, Properties, Inc. P. 0. Box 9010 (btSel'lllcmw am/address ofOrt'IW!') Addison, TX 75001 as set fonh in said Surety's bond. IN \xr:ITNESS WHEREOF, the Surety has hereunt! c:orporation, VIGILANT INSURANCE COMPANY, a New Yor1< corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Carla J, Ball, Jim Baughman, Kelly A. Knisel, Jerry P. Rose, Don E. Cornell, Robbi Morales, Sheila M. Young, Kathleen Day and Lisa M. Bonnot of Dallas, Texas----------------each as their true and lawful Attomey~in-Fact to execute under such designation in their names and to affiX their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration alteration of any instrument referred to in said bonds or obligations. Kenneth C. Wendel, Assistant Secretary ~ F kfR~bertson, ICe resident STATE OF NEW JERSEY } ss. County of Somerset . On this 18thdayof August, 2000 , before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary Of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel being by me duly sworn, did depose and s;q that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knoY.rs the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto afl"aed by authority of the By-Laws of said Companies; and that he signed said Power of Attorney as Assistant SecretaJY of said Companies by like authority; and that he is acquainted with Frank E. Robertson, and knows him to be VICe President of said Companies; and that the signature of Frank E. Robertson, subscribed to said Power of Attorney is in the genuine handwriting of Frank E. Robertson, and was thereto subscribed by authority of said By-Laws and in deponent's presence. Notarial Seal HEATHER MANCO Notary Pub lit, State or New Jersey No.2229695 CommiSSIOn Expires Sept. 2,, 2004 CERTIFICATION da.k~CU;th) C Notary Public Extract from the INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers ol attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chainnan or the President or a V100 President or an Assistant Vice President, joinUy with the Secretary or an Assistant Secretary, under their respective designations. The signature of such olfiCOIS may be engraved, printed or lithographed. The signature of each of the following officers: Chainnan, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be alfoced by facsimile to any power of attorney or to any oertifiOale relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which H is attached." I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing exlract of the By-Laws of the Companies is true and correct, Q~ the Companies are duly licensed and authorized to transact surety business in aD 50 of the United States of America and the District of Columbia and are authorized by the U.S. T""""Y Depalbneut; further, F-and VIQilanl are licensed in Puerto Rico and the U.S. Vagin 1-. and F-is licensed in American Samoa, Guam, and each of the Prollinces of canada except Prince Edwald Island; and ~i~ the foregoing Power of Attorney Is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 14th day of December, 2000 IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICilY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: surety@chubb.com 15-10-0225 (Ed. 4-99) CONSENT STATE OF TEXAS COUNTY OF DALLAS FINAL AFFIDAVIT OF BILLS PAID A.J. Johnston of Gibson & Associates, Inc., being duly sworn, says that he is the Executive Vice President of Gibson & Associates, Inc., (herein referred to as the "Contractor") and is familiar with the facts herein stated. That said Contractor performed work and labor and/or furnished material for use in the construction of: Addison Circle Phase II B -Streetscape And owned by: Post Properties, Inc. I Town of Addison That said Contractor hereby certified that he had paid or had otherwise satisfied all obligations for all materials and equipment furnished for all work, labor, and services performed and for all indebtedness and claims against the Contractor for damages arising in any manner in connection with the performance of the Contract referenced above. CONTRACTOR: GIBSON & ASSOCIATES, INC. BY: Executive Vice President SWORN TO ME BEFORE and subscribed in my presence this 14th day of December, 2000. ~[;"'""~ PATRICIA BLACKBURN 1 ~·~•) NOTARY PUBLIC • STATE OF TEXAS ~\ ., <.~ My Comm. Exp. 10·21·2003 " Notary Public in and for Dallas County, Texas My Commission Expires: ( 0-.2,(-03 ' . ~ . ,-.·· .:·-; I. I I • I· .. ~~' I I Bond No. 8155-93-90 Addison Circle Phase II-B Public Infrastructure Streetscape SECI'ION :MB MAINTENANCE BONP STATE OF TEXAS COUNTY OF DALLAS That _G_J._"b_s_o_n_&_A_s_so_c_J._· a_t_e_s...;,_I_n_c_. ___ as prillcipal and Federal Insurance Company _____ _, a corporation organized under the laws of Indiana and ***************** ___ as sureties, said suxeties being authorized to do business in the State of Texas, do bcrd!y expressly acknowledge themselves to be held and bound to pay unto the Town of Addison, Texas, a duly· incorporated home rule municipal corporation under the laws of the State of Texas, the sum of _ Six Hundred Twenty Seven Thousand Eight Hundred Ninety Three and 54/100 ___________________ ($ 627,893.54 >for die payment of which sum will and truly to be made \liilO said Town of Addison and its successors, said principal and· suxeti~ do hereby bind themselves, their assigns and successors, jointly ~ severally. This obligation is conditioned, however, that whereas said Gibson & Associates Inc. has this day entered into a written contract with the said Town of Addison to build and construCt the Addison Circle Phase II-B Public Infrastructure Streetscape \\HZDALI.A52\D~~ll~.doc l-I I , 1-:'. . ' ', 1-I I I , which contract and the Plans and Specifications therein mentioned adopted by the Town of Addison, an: hereby expressly made a part hereof as though the same were written and embodied herein. WHEREAS, under the Plans, Specifications and Contract it is provided that the Conttactor will maintain and keep in good repair the work herein conttaeted to be done and performed for a period of two (2) years from the date of acceptance, and to do all necessary backfilling that may arise on accoun1 of sunken conditions in ditches, or otherwise, and to do and perform all necessary work and repair anydefective condition growing out of or arising from the improper joining of the same, or on account of any breaking of the same caused by the said Conttaetor in laying or building the same, or on account of any defect arising in any of said part of said work laid or collSIIUCted by the said Conttactor, or on account of improper excavation or backfilling; it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor performed by the said Contractor; and in case the said Conttaetor shall fail to do, it is agreed that the City may do said work and supply such materials, and charge the same against the said Conttaetor and sureties on this obligation, and the said Conttactor and sureties hereon shall be subject to the liquidated damages mentioned in said conttact for each day's failure on its part to comply with the terms of the said provisions of said contract; planting materials (trees, shrubs, ground cover, grasses and pcrcmtials) and the completed irrigation system will be warranted for one (l) year from the time of final completion and acceptance by the Town of Addison. NOW THEREFORE, if the said Contractor shall keep and perform its said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presentS shall be null and void and have no further effect; but if default shall be made by the said Contractor in the performance of its contract to so maiorain and repair said work, then these presentS shall have full force and effect, and said Town of Addison shall have and recover from the Conttactor and its sureties damages in the premises, as provided, and it is further understood and agreed that this obligation shall be a coorinuing one against the principal and sureties hereon and that successive recoveries may be had hereon for successive breaches until the full amount shall have been exhausted; and it is further understood that the 'obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. H:\praj\011~ i I '-'-' ,_ • •• I i I I I I I· I, I· I I I I I IN WITNESS WHEREOF, the said Gibson & Associates, Inc has caused these piCSCIIIs to be executed by--------and the said---------has hcmmto set his h.aiJd this the30thday of June , 19_19 SURETY Federal Insurance Company By: ~~ Aoo Attomey in act Carla J. Ball By: Aon Risk Sgryices of Texas, Inc. PRINCIPAL Gibson & Associates, Inc. A TrEST 2711 N. Haskell Avenue U800, Dallas, TX 75204 Agency and Address NOTE: Date of Mainte= Bond must not be prior to date of CoottacL I I I l I r_:_._:<.---·,·; ;.'· I I· I I I ·-I •• • • . . ·. I I I I .. '<'· • , . :-\'.~; .· =:·. ,_ .. ' ' r ~-~ I RIPER To be attached to and fonn a pan of Bond No. 8155-93-90 ruurung_·_.· ____________ __ __:G:..:i:..:b:..:s:..:o..::n:....:.&..:A:..:s:.s:.o:.c;_i_a_t_e_s_:, __ I_n_c_. ------as Principal, and federal Insurance Company, Town of Addison as Surety, in favor of _____________________________________ _ as Obligee, in the amount of$,__::6;.;:2:..:.7~,.::.89;.;3;.;·;.:5;...;4c._ ___________ effectivc June 30, 1999 for the constrtJction of Addison Circle Phase II-B Public Infrastructure Streetscape Whereas, when this bond was executed _______ T_o_wn_o_f_A_d_d_i_s_o_n ________ _ named as Obligee, and Whereas, it is now desirt:d that certain other parties be lidded as Obligees. Town of Addison Now, therefore, Subject to the COllSent of _____________________________ __, it is (Original Obligee) hereby understood and agreed that the follov..ing shall be considered as additional Obligee(s) under this bond: Gaylord Properties, Inc. and Post Properties, Inc • The foregoing, how~-ver, is subject to the following further pro~-isions; 1) The Surety shall not be liable under this bond to the Obligees, or any of them, unless the said Obligees, or any of them, shall ~payment to the Principal Strictly in accordance wilh the tem of said contract as to payments, and shall perform all the other obligations to be performed under said coiitract at the time and in the manner therdn set forth. 2) The Principal and the Surety hereunder shall not b1:: liable: to any ont: or to all of the Obligees in the aggNgate in excess of the penal sum stated above. 30th June 99 Signed, sealed and elated this-----day of _______ _, 19 Gibson & Associates, Inc • /-J (Principal) ' B'r~~:J7~ Conscnl:Cd To: Town of Addison . FEDERAL INSURANCE COMPANY (Original Obligee(s)) BY: __________________ _ BY: r2ru q e f_kl..fn e.< Carla J. BaJo Attorney-in-Fact POWER OF AlTORLf Federal Insurance Company VIgilant Insurance Company Pacific Indemnity Company Attn.: Surety Department 15 Mountain VIew Road Warren, NJ 07059 I Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana capoiatkxo, VIGILANT INSURANCE COMPANY a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Carla J. Bail, ~1 .. 'Kelly A. Knisel, Jerry P. Rose, Don E. Cornell, Robbi Morales, Janice G. Correy and 1: {'Kathleen Day of Dallas, Texas----------------------------------------------- --------~.. each as their true and lawful Attomey~n-Fact to execute under such designation in their names and to affiX their corporate seals to and deliver for and on lhelr behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than baR bonds) given or executed In the course or business, and any Instruments amending or a~ering the same, and consents to the modification or a~eration .of any Instrument refemed to In said bonds or obligations, · 1· . -In Witness Whereof, said FEDERAl. INSURANCE COMPANY, VIGILANT INSURANCE COMPANY Mand PACji~~NDEMNITY COMPANY· have f,.,. . each executed and attested these presents and affiXed their corporate seals on this 4th da~or ay • ···:' ~ .. ~~d,# IV(< ; '!tenne!hC. Wendel, Assistant Secreta~ il't.:TsTATE OF NEW JERSEY } ss, p ·County of Somerset ' On this 4th day or May, 19 9 9 . . beforo me, • Notary Public of Now Jersey, pe1$0naiy camo Kenneth c. Wondol. 'II to me known to be Assistant Secretary or FEDERAL INSURANCE COMPPNf, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing P()Wier of Attorney, and the said. Kenneth C. Wendel being by me duly a'M)m, did depose and aay that he ta Assistant Secretary of FEDERAL INSURANCE COfw1PANY, VIGILANT INSURANCE COMP/IN'f, and PACIFlC INDEMNITY COMPANY and kna.vs the corporate seals thereof. I hat the seatsaft"IX8d to thel'oregolng Power of Attorney are such ccxporate seals and were thereto aft"IX8CI by authorilrr' of the By-Laws of said CompanSes; and that he signed saJd Power of Attorney as Assistant Secretary of &aid Companies by like 11uthority; 11nd lhat he Ia 11cqualnled wtth Gerardo G. Mauriz. and knows him to be , ... Vtee President ot aid Comp;~nles; and that the signature of Gerardo G. M:auriz. sub6clibed to said Power of AH.omey Ia ln the genuine handwriting Or Gerardo G. .. , Maurlz, and was thereto subscribed by authority of said ByoLows and In deponent' a prosenee • . Notary PutiiJo. State ar N1wJen~81 -,... JOANNEK.RUSSAK ~~~ ·~· • c.....-..::~~~'!,, 7, 2003 Notaoy Public ~~ . Extract from the By·Laws of FEDERAL INSURANCE COMPANY,C~~:~::~~RANCE COMPANY, and PACIFIC INDEMNITY COMPANY: .. 'All powers of attorney for and on behalf or the Company may and shall be executed In the name and on behalf or the Company, eHher by the Chairman or the President or a Vice President or an Assistant Vice President, jointty with the Secretary or an Assistant Secretary, under their II .. · respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affiXed by facsimile to any power or attorney or to any certificate relating thereto appointing Assistant Secretaries or Attom~n-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, and -any such power or attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company end any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with .. respect to any bond or undertaking to which H is attached." "· I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY -·. . . COMPANY (the "Companies") do hereby ce~that . (1) the foregoing extract of the By-Laws of the Companies Is true and correct. OQ the Ccmpanies are duty licensed and authorized ta transact su.tt business In an 50 or the United States ol America and the District or Cdumbla and are authorized by the U. S. Treasury Deplrtment; further, Federal and Vigilant are licensed In Puerto Rico and the U. S. Vagin Islands, and Federal is licensed 1n American Samoa, Guam, and each or the PrtMnces or carooa eo:ept Prince EctNarcl Island; and OIQ the foregoing Power or Attomey Is true, correct and In full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 30th dayor ___ J_u_n_e..:;,_l_9_9_9 ______ _ IJ; ~~ IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY II ~~~T~e~le=p~ho~n~e~~~o-~_9_o_~_34 _ss ________ F_~ __ <_so_s_>_so_~_3_s_ss _______ ~_m_a_i_l:_s_u_re_~_@_ch_u_b_b._~_m ______ ~ 1S.1~(Ed ...... ) CONSa/1' <· ·' GIBSON & ASSOCIATES, INC. 11210 Ryliecrest P.O. Box 800579 Balch Springs, Texas 75180-()579 9721557-1199 FAA 9721557-1552 December 14, 2000 Mr. Mike Robbins c/o Post Properties 15720 Quorum Dr. Addison, Texas 75001 Engineers and Contractors RE: Addison Circle Phase II B -Streetscape Dear Sir: RECEIVED DEC ;; 4 ZOOO BY: . DEC i 4 ZOOO BY:---~=--Enclosed please find our monthly pay request number fourteen and final for the above referenced project. We have also included a final affidavit of bills paid and our Consent of Surety to Final Payment. If there are any questions regarding this matter, please call me. Very truly yours, GIBSON &ASSOCIATES, INC. c;;;;;?-~A Trey Meador Contracts Administrator : Gibson & Associates Inc. Job Description: Addison Circle-Streetscape Estimate No.: 14 & Final 99-676 Client: Town of Addison Contract Amount: $61 8,421. 19 Estimate Period: October 23, 2000 To: Page 1 of 2 Payable To: Gibson & Associates, Inc. 11210 Ryliecrest Drive Balch Springs, Texas 75180 Ill Ill Ill Contract Ill Quantity Ill Quantity Ill Unit Ill Item Ill Description Ill Unit Ill Quantity l[[fhis Monthlll To Date Ill Price Ill .Total II 11--11 I I I II Ill Schedule I Streetscape Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill 201 Ill Irrigation System HILS Ill 1 Ill Ill 1 Ill $27,500.00 Ill $27,500.00 202 IIITree Fence IIILF Ill 1684111 Ill 1260 Ill $20.00 Ill $25,200.00 203 1114" PVC Sch 40 Subdrain System IIILF Ill 1715111 Ill 1640 Ill $18.70 Ill $30,668.00 2041[1Bench B 5' Std Black Bowery Bench IIIEA Ill 21 Ill Ill 21 Ill $970.00 Ill $20,370.00 205 II[ Bench C 6' Glossy Black Expo Bench IIIEA Ill 3111 Ill 3111 $1,500.00 Ill $4,500.00 206 II[Trash Receptacle B IIIEA Ill 15111 Ill 15111 $1,100.00 Ill $16,500.00 207 Ill Bike Rack IIIEA Ill 13111 Ill 13111 $130.00 Ill $1,690.00 208 Ill Bald Cypress 200 Gal IIIEA Ill 26111 Ill 26111 $1,540.00 Ill $40,040.00 209 II[ live Oak 100 Gal IIIEA Ill 38 Ill Ill 27111 $1,135.00 Ill $30,645.00 210 IIIHoutuynia Cordata 4" IIIEA Ill 204111 Ill 144111 $2.20 Ill $316.80 211 II[ Palmers 5 Gal IIIEA Ill 36111 Ill 32111 $22.00 Ill $704.00 212 II[Dwf Yaupon Holly 1 Gal IIIEA Ill 1224111 Ill 1224111 $4.40 Ill $5,385.60 213II[Biue Plumbago 4" IIIEA Ill 232111 Ill 216111 $1.65111 $356.40 21411[Dallas Rosemary 3 Gal IIIEA Ill 34111 Ill 24111 $18.70 Ill $448.80 215 IIIYarrow Coronation Gold 1 Gal IIIEA Ill 18 Ill Ill 16111 $5.50 Ill $88.00 216 IIITurk's Cap 1 Gal II[EA Ill 18 Ill Ill 12111 $5.50 Ill $66.00 217 II[ Rose Marie Pavie 2 Gal IIIEA Ill 36111 Ill 32111 $17.60 Ill $563.20 218 II[ Iris Madonna 1 Gal IIIEA Ill 204111 Ill 120 Ill $5.50 Ill $660.00 219 II[Bearded Iris Italian 1 Gal IIIEA Ill 222111 Ill 146111 $5.50 Ill $803.00 220 Ill Iris Golden Cataract 1 Gal IIIEA Ill . 324111 Ill 210 Ill $5.50 Ill $1,155.00 221 II[Daffodil Feb Gold 1 Gal IIIEA Ill 432111 Ill 352111 $6.60 Ill $2,323.20 222 II[Daffodil Grand Primo 1 Gal IIIEA Ill 204111 Ill 144111 $6.60 Ill $950.40 2231[1Daffodil Trevithian 1 Gal IIIEA Ill 240 Ill Ill 114111 $6.60 Ill $752.40 224 II[Hypericum Pagulum Hentyi IIIEA Ill 44111 Ill 44111 $18.70 Ill $822.80 225 Ill Bleeding Heart 1 Gal IIIEA Ill 72111 Ill 64111 $6.60 Ill $422.40 226 II[Hyperion Daylilly 1 Gal IIIEA Ill 18 Ill Ill 12111 $6.60 Ill $79.20 227 Ill Bermuda Hydroseed II[ SF Ill 15200 Ill Ill 8500 Ill $0.11 Ill $935.00 228 Ill Mobilization I IlLS Ill 1 Ill Ill 1 Ill $33,100.00 Ill $33,100.00 229111Supt HILS Ill 1 Ill Ill 1 Ill $38,15o.oo Ill $38,150.00 230 1114" 3000# Compressive Cone SW Ill SF Ill 420 Ill Ill 420 Ill $3.30 Ill $1,386.00 231 1114" 3000# Compressive Cone Subbase S~I[SF Ill 25693111 Ill 27848 Ill $3.30 Ill $91,898.40 232 1116" 3000# Cone Subbase SW Ill SF Ill 192111 Ill 222111 $4.30 Ill $954.60 233 II[Gien Gary Ped Brick Paver Matl. II[ SF Ill 25214111 Ill 27905.3111 $2.11 Ill $58,880.18 2341[1Bedding Matl & Place Ped Brick Pavers II[ SF Ill 25214 Ill Ill 23405.3111 $0.951[1 $22,235.04 235111Bedding Matl & Reset Ped Brick Pavers ~I[ SF Ill 2221 Ill Ill Ill $1.20 Ill 236 II[Unclass SW Excavation IIICY Ill 548 Ill Ill 718 Ill $35.00 Ill $25,130.00 237 II[ Rem & Salv Exist Ped Brick Pavers Ill SF Ill 2221 Ill Ill 3149111 $1.09111 $3,432.41 238 1114-6" Van 3000# Reinf Cone SW Ill SF Ill 1550 Ill Ill 471 Ill $4.00 Ill $1,884.00 2391[1Berrnuda Solid Sod Ill SF Ill 2248 Ill Ill 2036111 $0.31 Ill $631.16 240 Ill Barricades, Signs, & Traffic Control HILS Ill 1 Ill Ill 1 Ill $1,560.00 Ill $1,560.00 Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill ======================================================================================================= Gibson & Associates Inc. Job Description: Addison Circle-Streetscape Estimate No.: 14 & Final 99-676 Client: Town of Addison Contract Amount: $618,421.19 Estimate Period: October 23, 2000 To: Page2 of2 Payable To: Gibson & Associates, Inc. 1121 0 Ryliecrest Drive Balch Springs, Texas 75180 Ill Ill Ill Contract Ill Quantity Ill Quantity Ill Unit Ill Item Ill Description Ill Unit Ill Quantity llfThis MonthJII To Date Ill Price Ill Total --II 11-----jl I I II---II 601 JIIMeter Socket Base IIIEA Ill 1 Ill Ill 1 Ill $93.50 Ill $93.50 602 lf[Unistrut Frm For Meter llfEA Ill 1 Ill Ill 1 Ill $474.65[11 $474.65 603 JIIServ Ground IIIEA Ill 1 Ill Ill 1 Ill $82.50 Ill $82.50 6041f[Panelbrd W/Breakers li[EA Ill 1 Ill Ill 1 Ill $1,804.00 Ill $1,804.00 605 If[ Enclose & Contractors IIIEA Ill 1 Ill Ill 1 Ill $375.10 Ill $375.10 606 1117 Day Time Clock & Connects JIIEA Ill 1 Ill Ill 1 Ill $164.45111 $164.45 607 If[ Photo Cell & Connects llfEA Ill 1 Ill Ill 1 Ill $57.20 Ill $57.20 608 J112" GRC Elbows [flEA Ill 60 Ill Ill 61 Ill $37.40 Ill $2,281.40 609 1112" PVC Sch 40 St Light Conduit IIILF Ill 2350 Ill Ill 2330 Ill $2.18111 $5,079.40 610 [If High Compressive Taps IIIEA Ill 81 Ill Ill 60 Ill $20.13111 $1,207.80 611 Iff Conductor #1 0 AWG IIILF Ill 900 Ill Ill 20 Ill $0.34111 $6.80 6121f[Conductor#08 AWG IIILF Ill 13500 Ill Ill 13900 Ill $0.42111 $5,838.00 613[f1Conductor#06AWG IIILF Ill 80 Ill Ill Ill $0.72111 614ii[Conductor#02 AWG IIILF Ill 12o Ill Ill 80 Ill $1.08111 $86.40 615 [liSt Light Pull Box IIIEA Ill 3111 Ill 5JII $191.40 Ill $957.00 616[f1Ped Street Light Foundation IIIEA Ill 24111 Ill 24111 $602.80 Ill $14,467.20 617 JIIBega Pole W/SGL Luminaire JIIEA Ill 20 Ill Ill 16111 $2,729.10 Ill $43,665.60 618 llfBega Pole W/DBL Luminaire llfEA Ill 4111 Ill 4JII $3,897.30 Ill $15,589.20 Ill Ill Ill Ill Ill Ill Ill Add If[ Concrete Sidewalk Removals JIISF Ill 1759111 Ill 1759111 $3.90 Ill $6,860.10 Ill Ill Ill Ill Ill Ill Ill Add [lfAdditional Irrigation Modifications I ilLS Ill 1 Ill Ill 1 Ill $2,140.00 Ill $2,140.00 Add Jlllrrigation Sleeve Modifications IIILS Ill 1 Ill Ill 1 Ill $175.00 Ill $175.00 Add ill Paver & Concrete Removal & Repl on HiLS Ill 1 Ill Ill 1 Ill $550.00 Ill $550.00 If[ North Side of Bldg A for Private lrrigation[lf Ill Ill Ill Ill Ill If[ Repair Ill Ill Ill Ill Ill Ill Add lf[ADA Pavers @Barrier Free Ramps IIISF Ill Ill Ill 350 Ill $9.25111 $3,237.50 Ill Ill Ill Ill Ill Ill Ill Deduct II[ Irrigation for Tree Wells HILS Ill Ill 1 Ill 1 Ill ($4,000.00)111 ($4,000.00) Ill Ill Ill Ill Ill Ill Ill Add [II Furnish and Delivery of Live Oak Trees lf[LS Ill Ill 10 Ill 10 Ill $802.50 Ill $8,025.00 Ill Ill Ill Ill Ill Ill Ill Add [If Furnish and Deliver 4 Light Poles w/Lum IIILS Ill Ill 1 Ill 1 Ill $9,482.40 Ill $9,482.40 Ill Ill Ill Ill Ill Ill Ill Add If[ Delivery of 11 Tree Fences JIILS Ill Ill 1 Ill 1 Ill $5,544.00 Ill $5,544.00 Ill Ill Ill Ill Ill Ill Ill Add Iff Delivery of 4500 SF of Pavers I ilLS Ill Ill 1 Ill 1 Ill $990.00 Ill $990.00 Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill =============================================== ======================================================== JOB: 99-676 APPROVED: GIBSON & ASSOCIATES, INC. BY 1947Lt ~" ~~·:~· ~oo TOTAL WORK DONE RETAINED AMOUNT PAYABLE PREVIOUS PAYMENTS AMOUNT DUE THIS ESTIMATE $618,421.19 $618,421.19 $573,862.60 $44,558.59 \ PROJECT' ADDISON CffiCLE PHASE JI-B-PUBLIC INFRASTRUCTURE-BID PACKAGE "B" (STREETSCAPE) JOB NUMI)ER.o 143901/CHANGE ORDER NO. I & FINAL OWNER, TOWN OF ADDISON CONTRACTOR, GIBSON & ASSOCIATES, INC. DATE' 12/19/00 DESCRIPTION OF CHANGES' PAGEIOF2 TillS CHANGE ORDER INVOLVES TilE FOLLOWING ITEMS' 1) Deletion ofltcm 209-Live Oak-200 Gal. 2) Addition ofltem 209A-Live Oak-100 Gallon COPY 3) Additional Concrete SidewalkRemavals West Side Paschall 4) Irrigation Modifications at Conference Center 5) Irr. Sleeve Modifications at T~e Removal Area West Side Paschall 6) Rem. & Rep!. Conc./Pavcrs North Side "A" 7) Install ADA Pavers@Barrier Free Ramps 8) Delete Tree Well Irrigation South Side Morris Ave. 9) Furnish & Delivery of Live Oak Trees (10 Ea.) 10} Furnish & DclivCrFour (4) Bega Poles w/Single Lumina ire It) Delivery ofEleven (II) Tree Fences 12) Delivery of 4500 SF of Glen Gary Pedestrian Pavers 13) Reconciliation of Actual Installed Quantities ITEM NO. DESCRIPTION BID PACKAGE "B" (STREETSCAPE) -SCHEDULE "ll" 202 Tree Fence' 203 4" PVC Sch. 40 Subdrnin System 209 Live Oak 200 Gallon 209A Live Oak 100 Gallon 210 Houtuynia Cordata 4" 211 Palmcra 5 Gallon 213 Blue Plumbago 4" 214 Dallas Rosemary 3 Gallon 215 Yarrow Coronation Gold t"Gallon 216 Turk's Cap l Gallon 217 Rose Marie Pavie 2 Gallon 218 Iris Madonna 1 Gallon 219 Bearded Iris Italian 1 Gallon 220 Iris Golden Cataract I Gallon 221 Daffodil Feb Gold l Gallon 222 Daffodil Grand Primo I Gallon 223 Daffodil Trevithian 1 Gallon 225 Bleeding Heart 1 Gallon 226 Hypcrion Daylilly l Gallon 227 Bermuda Hydrosccd 231 4" 300011 Compressive Cone. SubBase Sidewalk 232 6" 300011 Cone. SubBase Sidewalk 233 Glen Gary Pedestrian Brick Paver Material 234 Bedding Material &. Place Pedeslrian Brick PaveJB 235 Bedding Material &. Reset Pedestrian Brick Pavers 236 Unclassified Sidewalk Excavation 237 Remove &. Salvage Existing Pedestrian Brick PaveiB 238 4"-6" Variable 300011 Reinforced Concrete Sidewalk 239 Bennuda Solid Sod 241 Additional Concrete Sidewalk Removals 242 Irrigation Modifications 243 Irrigation Sie~e Modifications 244 Rem. &. Rep!. Conc./PaveJB North Side "A" 245 Install ADA Pavers @Barrier Free Ramps 246 Delete Tree Well Irrigation South Side Morris Ave. 247 Furnish&. Delivery of Live Oak Trees 248 Furnish & Deliver Four (4) Bega Poles w/Single Luminaire 249 Delivery of Eleven (II) Tree Fences 250 Delivery of 4500 SF of Glen Gary Pedestrian Pavers BID PACKAGE "B" (STREETSCAPE)-SCHEDULE "ll" SUBTOTAL, GibStreetscape-C0#1 CONTRACT UNIT QUANTITY LF 1,684.00 LF 1,715.00 EA 38.00 EA 0.00 EA 204.00 EA 36.00 EA 232.00 EA 34.00 llA 18.00 EA 18.00 EA 36.00 EA 204.00 EA 222.00 EA 324.00 EA 432.00 EA 204.00 EA 240.00 EA 12.00 EA 18.00 SF 15,200.00 SF 25,693.00 SF 192.00 SF 25,214.00 SF 25,214.00 SF 2,221.00 CY 548.00 SF 2,221.00 SF 1,550.00 SF 2,248.00 SF 0.00 LS 0.00 LS 0.00 LS 0.00 SF 0.00 LS 0.00 LS 0.00 LS 0,00 LS 0.00 LS 0.00 REVISED QUANTITY UNIT AMOUNT I QUANTITY CHANGE PRICE OF CHANGE 1,260.00 (424.00) S20.00 (S8,480.00) 1,640.00 (75.00) Sl8.70 ($1,402.50) 0.00 (38.00) Sl,540.00 (S58,520.00) 27.00 27.00 S!,l35.00 $30,645.00 144.00 (60.00) S2.20 (SI32.00) 32.00 (4.00) S22.00 (S88.00) 216.00 (16.00) S!.65 (S26.40) 24.00 (10.00) Sl8.70 ($187.00) 16.00 (2.00) S5.50 (S11.00) 12.00 (6.00) S5.50 (S33.00) 32.00 (4.00) Sl7.60 (S70.40) 120.00 (84.00) S5.50 (S462.00) 146.00 (76.00) S5.50 (S418.00) 210.00 (114.00) $5.50 (S627.00) 352.00 (80.00) S6.60 (S528.00) 144.00 (60.00) S6.60 (S396.00) 114.00 (126.00) S6.60 (S831.60) 64.00 (8.00) S6.60 (SS2.80) 12.00 (6.00) $6.60 (S39.60) 8,500.00 (6,700.00) SO. I! (S737.00) 27,848.00 2,155.00 S3.30 $7, lll.50 222.00 30.00 S4.30 S!29.00 27,905.30 2,691.30 S2.1! S5,678.64 23,405.30 (1,808.70) S0.95 (Sl,718.27) 0.00 (2,221.00) Sl.20 (S2,665.20) 718.00 170.00 S35.00 S5,950.00 3,149.00 928.00 Sl.09 SI,011.52 47!.00 (1,079.00) S4.00 (S4,3!6.00) 2,036.00 (212.00) S0.3! (S65.72) 1,759.00 1,759.00 S3.90 S6,860.10 1.00 1.00 S2,!40.00 $2.140.00 1.00 1.00 Sl75.00 S!75.00 1.00 1.00 S550.00 S550.00 350.00 350.00 S9.25 S3,237.50 1.00 1.00 ($4,000.00) (S4,000.00) 10.00 10.00 $802.50 S8,025.00 1.00 1.00 S9,482.40 S9,482.40 1.00 1.00 S5,544.00 S5,544.00 1.00 1.00 S990.00 S990.00 I Sl,722.18 Print Date: 12119/00 PROJECT,,ADDISON CIRCLE PHASE 11-B-PUBLIC INFRASTRUCTURE-BID PACKAGE "B" (STREETSCAPE) JOB NUMBER' 143901/CHANGE ORDER NO. I & FINAL PAGE20F2 OWNER' TOWN OF ADDISON CONTRACTOR' GIBSON & ASSOCIATES, INC, DATE: 12119/00 ITEM NO. DESCRll'TION BID PACKAGE "B" (STREETSCAPE) -SCHEDULE "VI" 608 2" GRC Elbows 609 2" ~VC SCH 40 Street Light Conduit 610 High Compression Taps 611 Conductor#IO AWG 612 Conduclor #08 AWG 613 Conductor #06 A WG 614 Conductor #02 AWG 615 Street Light Pull Box 617 Bega Pole w/Single Luminaire BID PACKAGE'~" (STREETSCAPE\ ·SCHEDULE "VI" SUBTOTAL, NET CHANGE BY CHANGE ORDER NO.I ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS REVISED CONTRACT AMOUNT -EFFECT OF CHANGE ON CONTRACT TIME CONTRACT UNIT QUANTITY EA 60.00 LF 2,350.00 _EA 8L00 EA 900.00 EA 13,500.00 EA 80.00 EA 120.00 EA 3.00 EA 20.00 TilE WORK REQUIRED UNDER TIDS CHANGE ORDER WILL ADD 0 DAYS TO TIDS PROJECT' ORIGINAL CONTRACT TIME 360 C.D. ADDffiONAL DAYS FOR T!DS CHANGE ORDER 0 C.D. ADDffiONAL DAYS FOR PREVIOUS CHANGE ORDER 0 C.D. REVISED CONTRACT TIME 360 C.D. REVISED QUANTITY UNIT 'ouANTITY CHANGE PRICE 6LOO LOO S37AO 2,330,00 (20,00) $2.18 60,00 (2LOO) $20.13 20.00 (880,00) $0.34 13,900.00 400.00 S0.42 0.00 (80,00) $0.72 80.00 (40.00) SL08 5.00 2.00 $191.40 16.00 (4,00) $2,729.10 TilE COMPENSATION AGREED UPON IN TIDS CHANGE ORDER ARE FOR ALL COSTS TilE CONTRACTOR MAY INCUR AS A RESULT I OF, OR RELATING TO TIDS CHANGE ORDER WHETIIER SAID COSTS ARE KNOWN, UNKNOWN, FORESEEN, UNFORESEEN AT TIDS TIME, INCLUDING WITIIOUT LIMITATION, ANY COST FOR DELAY, EXTENDED OVERHEAD, Rll'PLE OR IMP ACT COST, OR ANY OTIIER EFFECT ON CHANGED OR UNCHANGED WORK AS A RESULT OF TIDS CHANGE ORDER. TIIESE COMPENSATIONS ARE FOR FULLY COMPLETE AND IN-PLACE CONSTRUCTION. ACTUAL IN PLACE QUANTITIES WILL BE USED FOR FINAL PAYMENT. APPROVED BY TOWN OF ADDISON RON WHITEHEAD, CITY MANAGER APPROVED BY GIBSON & ASSOCIATES, INC. IEFF~Rti6R DATE /1DATE APPROVED BY HUITT-ZOLLARS DAVIDE MEYERS, P.E. AMOUNT OF CHANGE S37AO ($43.60) ($422.73) ($299.20) Sl68.00 ($57.60) ($43.20) $38280 ($10,916.40) ($11,19453)1 ($9,472.35) $627,893.54 so.oo $618,421.19 DATE GibStreetscape-C0#1 Print Date: 12119/00 /' oENT" BY'Xerox Telecopier 7021 :11-e-oo :10'37AM Gibson & Associates~ GIBSON & ASSOCIATES, INC. 11210 Rytteo,.ot :P.O. Box 800S71 Balch Springa, T•1:11 75180-0!!178 0721557-1188 FAX 8721557·1552 November 6, 2000 Mr. Mike Robbins Post Properties 15720 Quorum Dr. Addison, Texas 7500 I Englnttro ond Contraotora RECEIVED NOV 0 8 2000 BY: RE: Addison Circle Phase ll-B -Streetscape Dear Sir: This correspondence shall serve as our guarantee that the planting of the Daffodil Bulbs will occur most likely around December I, 2000, depending on availability and temperature. Bulbs will be planted instead of the one gallon containers called for in Items 221 , 222, and 223. If there arc any questions regarding this matter, please call me. Very truly yours, GIBSON & ASSOCIATES, INC. ~¥1-dk Jeff Gibson Project Engineer . Cc Mr. Ron Lee Town of Addison II ·m·• 7'9 'Ff.·¢ ""MIY'""'''•:t• 'O#"w •a I 7 .~ .. I~IM_.;.,..,,"" .. ,..".,;r::-:-r.:•,;.,. 1 •·· -" '" 1 "· 1 ··~~ ; I l I i ~ .. i ~~ f; ~r ·~-. ·----SENl tlY'Xerox lelecop1er 'lOll ;11-U-00 ; IU:JoAM IJlOSOn ~ ~" GIBSON & ASSOCIATES, INC. 11210 Rytii>Crlll P.O. Box 1100579 hkl.h Spring•, T•••• 101~a7a ~21557-1199 Pr"X 9721557-1552 i ' November 6, 2000 Mr. Mike Robbins Post Properties 15720 Quorum Dr. Addison, Texas 75001 En1lnHr1 and Contrulora RECEIVED NOV 0 8 ZDOO BY: 'f!Mt'-:: RE: Addison Circle Phase ll-B -Streetscapc Dear Sir: · Per your request, following please find our proposed schedule of compensation for materials not used on the above referenced project due to the deletion of work on the South sjde of Morris: · · Item 20 I Irrigation Contract Price: I less inStallation ~ .,.., .500.00/LS .000.00/LS> 500.00/LS 20.00/LF S 8,827 .SOILS f i 1 ! ieleCOPler ~011 ;11-U-UU ; 1U·JDKM • UIOSOn • KSOU~Id,oo• Item 617 Bega Pole w/Single Lwninaire Contract Price: Deduct Installation: New price per pole: Add Delivery: Proposed Price for delivery of4 poles w/luminaries less installation: $ 2,729.10/EA <$ 386.00/EA> $ 2,343.10/EA $ 110.00/LS s 9,482.40/LS I apologize for the delay in getting you this information. The brick pavers will be billed at the contract price for Item 233 Glen-Gezy Pedestrian Brick Paver Material and are already in the Post job site yard. Should you wish to have these delivered to another location please notify me and I will submit a price. If there are any questions regarding this matter, please call me. Very truly yours, GIBSON & ASSOCIATES, INC. Jeff Gibson Project Engineer , . , oENT BY :xerox Te 1 ecopier 7021 :11-B-OO :10'37AM Gibson & Associates~ /IIZIO Rytttoroal :p .0. Box 800578 Balch Spring&, T•x•a 751110.Q078 87v.I57-118B FAX 8721557-1552 November 6, 2000 Mr. Mike Robbins Post Properties 15720 Quorum Dr. Addison, Texas 7500 I EnglnMro ond Contraoloro RECEIVED NOV 0 8 2000 BY: RE: Addison Circle Phase ll-B-Streetscape DefU" Sir: This correspondence shall serve as our guarantee that the planting of the Daffodil Bulbs will occur most likely fU"ound December I, 2000, depending on availability and temperature. Bulbs will be planted instead of the one gallon containers called for in Items 221, 222, and 223. If there are any questions regfU"ding this· matter, please caH me. Very truly yolq"S, GIBSON & ASSOCIATES, INC. /¥1-dk Jeff Gibson Project Engineer . Cc Mr. Ron Lee Town of Addison GIBSON & ASSOCIATES, INC. 11210 Ryliecrest P.O. Box 800579 Balch Springs, Texas 75180-0579 9721557-1199 FAX 972/557-1552 December 14, 2000 Mr. Mike Robbins c/o Post Properties 15720 Quorum Dr. Addison, Texas 75001 Engineers and Contractors RE: Addison Circle Phase II B -Streetscape Dear Sir: t I( ILL IN11GIIf'l' RECEIVED DEC ;; 4 ZODD BY: RECEiVED ·DEC :i. 4 ZODO l£B~Y.::::: == ----Enclosed please find our monthly pay request number fourteen and final for the above referenced project. We have also included a final affidavit of bills paid and our Consent of Surety to Final Payment. If there are any questions regarding this matter, please call me. Very truly yours, GIBSON & ASSOCIATES, INC. c: _,;;;;?-~..A Trey Meador Contracts Administrator !~~-.. ·~·--· 99-676 Gibson & Associates Inc. Client: Town of Addison Estimate Period: October 23, 2000 Payable To: Gibson & Associates,lnc. 11210 Ryliecrest Drive Balch Springs, Texas 75180 To: 111· Ill Ill Contract Ill Quantity Ill Item Ill Description Ill Unit Ill Quantity II[This Monthlll II 1~1 m----11 Ill Schedule I Streetscape Ill Ill Ill Ill Ill Ill Ill Ill Ill 201 Ill Irrigation System I IlLS Ill 1 Ill Ill 202 IIITree Fence IIILF Ill 1684 Ill Ill 203 1114" PVC Sch 40 Subdrain System IIILF Ill 1715111 Ill 204 Ill Bench B 5' Std Black Bowery Bench IIIEA Ill 21 Ill Ill 205 Ill Bench C 6' Glossy Black Expo Bench IIIEA Ill 3111 Ill 206 IIITrash Receptacle B IIIEA Ill 15111 Ill _207 IIIBike Rack IIIEA Ill 13111 Ill 208111Bald Cypress 200 Gal IIIEA Ill 26111 Ill 209 Ill Live Oak 100 Gal IIIEA Ill 38 Ill Ill . 210 IIIHoutuynia Cordata 4" IIIEA Ill 204111 Ill 211 Ill Palmers 5 Gal IIIEA Ill 36111 Ill 212111Dwf Yaupon Holly 1 Gal IIIEA Ill 1224111 Ill 213111Biue Plumbago 4" IIIEA Ill 232111 Ill 214 Ill Dallas Rosemary 3 Gal IIIEA Ill 34111 Ill 215 lilY arrow Coronation Gold 1 Gal IIIEA Ill 18111 Ill 216111Turk's Cap 1 Gal IIIEA Ill 18111 Ill 217111Rose Marie Pavie 2 Gal IIIEA Ill 36111 Ill 2181111ris Madonna 1 Gal IIIEA Ill 204111 Ill 219 IIIBearded Iris Italian 1 Gal IIIEA Ill 222111 Ill 220 Ill Iris Golden Cataract 1 Gal IIIEA Ill 324111 Ill 221 Ill Daffodil Feb Gold 1 Gal IIIEA Ill 432111 Ill 222 Ill Daffodil Grand Primo 1 Gal IIIEA Ill 204111 Ill 223111Daffodil Trevithian 1 Gal IIIEA Ill 240 Ill Ill 224 Ill Hypericum Pagulum Hentyi IIIEA Ill 44111 Ill 225111Bieeding Heart 1Gal IIIEA Ill 72111 Ill 226 Ill Hyperion Daylilly 1 Gal IIIEA Ill 18111 Ill 227 Ill Bermuda Hydroseed IIISF Ill 15200 Ill Ill 228 Ill Mobilization IIILS Ill 1 Ill Ill 229111Supt I IlLS Ill 1 Ill Ill 230 1114" 3000# Compressive Cone SW Ill SF Ill 420 Ill Ill 231 1114" 3000# Compressive Cone Subbase S~IISF Ill 25693111 Ill 232 1116" 3000# Cone Subbase SW Ill SF Ill 192111 Ill 233 Ill Glen Gary Ped Brick Paver Matl. Ill SF Ill 25214 Ill Ill 234111Bedding Mall & Place Ped Brick Pavers Ill SF Ill 25214111 Ill 235 Ill Bedding Mall & Reset Ped Brick Pavers ~II SF Ill 2221 Ill Ill 236 IIIUnclass SW Excavation lUCY Ill 548111 Ill 237111Rem & Salv Exist Ped Brick Pavers Ill SF Ill 2221 Ill Ill 238 1114-6" vari 3000# Reinf Cone SW Ill SF Ill 1550 Ill Ill 239111Bermuda Solid Sod Ill SF Ill 2248111 Ill 240 Ill Barricades, Signs, & Traffic Control I IlLS Ill 1 Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Estimate No.: 14 & Final Contract Amount: $618,421.19 Page 1 of 2 Quantity Ill Unit Ill To Date Ill Price Ill Total I II Ill Ill Ill Ill 1 Ill $27,500.00 Ill $27,500.00 1260 Ill $20.00 Ill $25,200.00 1640 Ill $18.70 Ill $30,668.00 21 Ill $970.00 Ill $20,370.00 3111 $1 ,5oo.oo Ill $4,500.00 15111 $1,100.00 Ill $16,500.00 13111 $130.00 Ill $1,690.00 26111 $1,540.00 Ill $40,040.00 27111 $1,135.00 Ill $30,645.00 144111 $2.20 Ill $316.80 32111 $22.00 Ill $704.00 1224111 $4.40 Ill $5,385.60 216111 $1.65111 $356.40 24111 $18.70 Ill $448.80 16111 $5.50 Ill $88.00 12111 $5.50 Ill $66.00 32111 $17.60 Ill $563.20 120 Ill $5.50 Ill $660.00 146 Ill $5.50 Ill $803.00 210 Ill $5.50 Ill $1 '155.00 352111 $6.60 Ill $2,323.20 144111 $6.60 Ill $950.40 114 Ill $6.60 Ill $752.40 44111 $18.70 Ill $822.80 64111 $6.60 Ill $422.40 12111 $6.60 Ill $79.20 8500 Ill $0.11 Ill $935.00 1 Ill $33,100.00 Ill $33,100.00 1 Ill $38,150.00 Ill $38,150.00 420 Ill $3.30 Ill $1,386.00 27848111 $3.30 Ill $91,898.40 222111 $4.30 Ill $954.60 27905.3111 $2.11 Ill $58,880.18 23405.3111 $0.95111 $22,235.04 Ill $1.20 Ill 718111 $35.od Ill $25,130.00 3149111 $1.09111 $3,432.41 471 Ill $4.00 Ill $1,884.00 2036111 $0.31 Ill $631.16 1 Ill $1 ,56o.oo Ill $1,560.00 Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill ======================================================= ================================================ Gibson & Associates Inc. Estimate No.: 14 & Final 99-676 ~ OM-00' MO~o Odracl of the By-Laws of the Companies is true and correct, OQ the Companies ""' duly licensed and iMhorized 1D 1rwisac1 santy business in all 50 of the Uni!ed S1ales of America and the Dislricl of Columbia and are aulhor1zed by the U.S. Tl&ISIJY DepatbnerA; Mlher, Fedetal and VIQilanl are icensed in Puerto Rico and the U.S. Vll!lin Islands, and Fedetal is icensed in American Samoa, Guam, and each of the Prooincesol canada e>a:ept Prince Edward Island; and Oii) the foregoing Power of Attorney is true, conect and in lull force and effect. GivenundermyhandandsealsolsaidCornpanlesaiWanren,NJ this 14th dayol December, 2000 IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: surety@chubb.com 15-10-0225 (Eel. 4-99) CONSENT CONTRACTOR'S AFF10AVIT OF PAYMENT OF DEBTS AND CLAIMS NA Document G706 (lns[rucrions <>n reverse side) OWNER ARCHITECT CONTRACTOR SURElY OTHER ARCHITECT'S PROJECT NO.: 0 0 0 0 0 CONTRACT FOR 2\,\;: '-J::~,_. _s;:~_,-&:-..,._..~ ~ "\" .( :'\ "'""' PROJECT: CONTRACT DATED: tNamemuladdre.•;s) A J.~ \.!:., b~ b STATE OF: COUN1YOF: The undersigned hereby certifies thm, except as listed below, paymem has been made in full and all obligations have mherwise been satisfied for all mr f<>r (\amages arising in any manner in nmnectirmance <>f the Cfor the payment of which sum will and truly to be made unto said Town of Addison and its successors, said principal and sureties do hereby bind themselves, their assigns and successors, jointly and seVerally. This obligation is conditioned, however, that whereas said North Texas Contracting., Inc. has this day entered into a written contract with the said Town of Addison to build and construct the Addison Circle Phase II-B ~ Public Iri~rast~ucture Ut~l~t~es • which contract and the Plans and Specifications therein mentioned adopted by the Town of Addison, are hereby expressly made a part hereof as though the same were written and embodied herein. WHEREAS, under the Plans, Specifications and Contract it is provided that the Contractor will maintain and keep in good repair the work herein contracted to be done and performed for a period of two (2) years from the date of acceptance, and to do all necessary backfilling that may arise on account of sunken conditions in ditches, or otherwise, and to do and perform all necessary work and repair any defective condition growing out of or arising from the improper joining of the same, or on account of any breaking of the same caused by the said Contractor in laying or building the same, or on account of any defect arising in any of said part of said work laid or constructed by the said Contractor, or on account of improper excavation or backfilling; it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor performed by the said Contractor; and in case the said Contractor shall fail to do, it is agreed that the City may do said work and supply such materials, and charge the same against the said Contractor and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidated damages mentioned in said contract for each day's failure on its part to comply with the terms of the said provisions of said contract; planting materials (trees, shrubs, ground cover, grasses and perennials) and the completed irrigation system will be warranted for one (1) year from the .time of final completion and acceptance by the Town of Addison. NOW THEREFORE, if the said Contractor shall keep and perform its said agreement to maintain said work and keep the saine in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void and have no further effect; but if default shall be made by the said Contractor in the performance of its contract to so maintain and repair said work, then these presents shall have full force and effect, and said Town of Addison shall have and recover from the Contractor and its sureties damages in the premises, as provided, and it is further understood and agreed that this obligation shall be a continuing one against the principal and sureties hereon and that successive recoveries may be had hereon for successive breaches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. H:\proM II Sll$0\Finai\MB.doc ---IN WITNESS WHEREOF, the said North Contracting, Inc. bas caused these presents to be executed by and the said bas hereunto set his hand this the~ day of December , ¥§20_DO SURETY Colonial American Casualty and By: By: Surety Company Attorney in Fact Elnora Cruthis Surety Dodson-Bateman & Company 8350 Meadow Rd, Dallas, TX 75231 Agency and Address i PRINCIPAL ATIEST Secretary NOTE: Date of Maintenance Bond must not be prior to date of Contract. \UfZDA~~Kl\proj\DIIIZ2.50'tPinii\M.doc Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: P.O. BOX 1227, BALTIMORE, MD 21203-1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by M. J. ANDERSON, Vice President, and T. E. SMI1H, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Companies, which are set forth side are hereby certified to be in full force and effect on the date hereof, does hereby nominate, C. Dodson, Sam J. Mullis, Jr., Elnora Crutbis, Dee Stone, R. Don Hurst, Darrin J. Weber, Bartlett, all of Dallas, Texas, EACH its true and lawful agent and Attorney-in-Fact, to for, and on its behalf as surety, and as its act and deed: any and all bonds and behalf of Independent Executors, Community Survivors and Community Guardians and the or undertakings in pursuance of these presents, shall be as binding upon said Companies, as and purposes, as if they had been duly executed and acknowledged by the regularly elected at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes C. Dodson, Sam J. Mullis, Jr., Elnora Cruthis, Dee Stone, R. Don Hurst, Jowana Bryant, and July 10,2000. The said Assistant Secretary does that~ set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Com~, is n~rce. IN WITNESS WHEREOF, the~~ice-Pres~ and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of th~d F~ AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY ANY, this 28th day of September, A.D. 2000. iff ~';:):Jl EPOSITCO:ANYOFMA~ T. E. Smith Assistant Secretary M J. Anderson Vice President COLONIAL AMERICAN CASUAL TV AND SURETY COMPANY ~V_dh By: ~ T. E. Smith Assistant Secretary M J. Anderson Vice President State of Maryland County ofBaltimore ss: On this 28th day of September, A.D. 2000, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came M. J. ANDERSON, Vice President, and T. E. SMI1H, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year frrst above written. Carol J. Fader Notary Public My Commission Expires: August I, 2004 POA-F 168-0184 • • EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature ofmortgages, ... and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, . policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the natore of mortgages, ... and to affix the seal of the Company thereto." CERTIFICATE ,_·. I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially • authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the lOth day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signatore of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 4th day of DEcember 2000 Ass;stanl Secretary \ I :IV I I I I \.' _ ,.. '-\. .. 'i ' liloltll T-Coiib&llng, Inc. FILE COPY TOWN OF ADDISON CIO POST PRoPERTIES . 15851 NORTH DALlAS PAA.KINAY, sum; 8S5 DAllAS, 1X '75248 PH. (117217505e0 II FAA (11721 ~ ATlM MIKE ROBBINS IIIIDiilhttl"aJ~ NOIII;IIBER. 20110 CONTRACT AMOUNT $ 435,583.00 CHANGE ORDERS S TOTAL CON11IACT . S 435.583.00 PERCENTAGE COMPLETE 97% . JOB NAME: ADDISON CIRCLE PHASE 11-&PUBUC INFRASTI\UCTURE PAY REQUEST I .A FINAL JOB NUMBER: 111114 FROM: NCN 1 -NCN 30, 2liOO liil.S -~~~l\'ii.\.~~~·5£&\l!l\ibll\\i!!lilfl;!~~i!lii ES'TMt.lED MONlHl.YWCIRIII; TDTALVtQUI: CONTRACTUMT WCI'IInt.Y JOTAL m:.w ~ ...,-OIMNmY CWCOM~ ONCONTitACT PRJ% .wc:ucT AMQUHT i~imi1!HH1!Hm!HHl1!!:!W~l!l!i!~11Hl!il!:ll\Hi!~Hli\n;j;g~;~:il~;i;f~~~fi!iiWiij;i:~ Ji:il:iiiiif;[i;i!~ii!iH;iii!i!f!l;iHh:i!:~i:ilf~ili!i!ii;!tUiii;i£:;it!ii!iiiiiilii;~i'W:tziiltiliiii!;il~l!!iiii!li:i!J.iB.t.iJiiWI:Ji!!H!i~i!li!lW:m:t:j~~=l;:;~ ao PN;~~ RECESSED CUR811'«£T EA 311 I' RECESSED CUA811'«£T (XTRA DEPn4) EA 312 111 1o10D RECESSED CUA8111£T EA 313 10' 1o10D RECESS IN.ET (El(1liA DEP1li) EA 314 5' X 5' TYPE 'V" 11'«£1' WlN'AON EA 3151YPI1.'A"STCIAMWATERNNHllE EA 3t8 TYPE"8'STCIAMWATER-IOLE EA 317 AOJEXISTSTORMIWiiOLE EA 311 RCP80DEGFACTDRYWYECO NN EA 319 24" RCP 45 DEG FACTORY B£N0 EA 320 PIPE TOPIPECCNECTION EA 321 PRECAST CONe PLUG FOR RCP EA 322 NETPAOTECllON EA 323 SILT FENCE LF 324 STABI!IlBJOCJNSTI!:HfRAIICI: SY ~ tReNQISAFETY DESIGN LS 328 TRENCH SAFETY LF m r PIIC SltC-40 SLEE1IE IF 321 T PVC SCK-10 SLEE1/E IF 3211 .-PIIC SCH-40 SU!E\IE LF 330 ft' PIIC SCK-10 SLEEVE LF SCIEDULEIV 401 8" SDR-35 P11C IF 402ft' SDR-35PIICLATWI2.WAYCIO EA 403 5' DIA WHICll.£ EA 400 Pa.AI'OAM T.V. INSPECTION LF 405 COINCTTO EXtSnNG MAN10LE EA 40& '!ReNCH SAFETY IF soe:u.ev 501 CONCREil: lll.OCIONG CY ~ 0.1. FITllNGS (CI.·2li0) TON 503 4" Oft-tO CL-150WA'reR PIPE IF !104 ft'Dfi.18CI.-150WATI:R PIPE IF 505 ft'DR-18CI.-150WATERPIPE LF 506 4" GATE VN..Vflf!IJX EA 5111 ft' GATE VN..\1£190X EA 5011 ft' GATE VN..III:IIID!l EA 509 FIRE HYDRANT EA 510 CONNECT TO exiSTING OWN EA 5U 'Z' TYPE 'K" COPPER SERVICE EA 512 4" DR-18 Cl.-150 SERIIICE UNE EA 1 1 254 m 265 31111 70 2 114 1 3 1 1 2 , 1 8 1 1 5 a 1520 22 1107 308 3106 512 1 .. 533 5 2 533 , 703 2.8 1.1 18 .., 1008 3 8 5 4 2 3 2 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a 0 0 0 0· 0 1 $./7,000.00 s 1 I...-3,000.00 S IS) $V" 54.00 S 242 S v 57.00 I 2116 · S v 1!2.00 I :IIIII s ., 67.00 s 70 s v 101.00 s 2 s v 550.00 s 114 s.... 15.00 s 1 s . v 2,000.00 s 3 s .... 2.200.00 s 1 I .... 3,000.0l S 1 s~ :~.moo s , s ~ 3.000.00 ' 2 '.... 3,500.00 s , s .... 6,000.00 s 1 s-700.00 s 9 ,.... 300.00 s 1 ,.... 245.00 s 1 s ~ 400.00 s 5 s... 100.00 s 8 ,..,. zso.oo s os...-2.00 s D ,_... 18.00 $ 1 s ~ 500.00 ' 1197 s v 1.00 s 340 s.... 4.00 s t:zeo s .... 4.:10 s 415 s"' 5.00 s Z48 s~ a.oo s 533 S"' 37.00 s 5 s -1,500.00 s 2 $ -4,100.00 s 533 s· 1.00 s 1 s -, ,000.00 s 703 s' 1.00 s 2.8 , ..... 250.00 I 1,1 s .. 3,000.00 s 16 , ..... 18.00 $ .., , ... 18.00 ' 1008 s .... 21.(11 s 3 s-550.00 s 6 ,, 860.00 s 5 ,_ 7!10.00 ' • s ./1,400.00 s 2 s• eoo.oo s 3 S .,. 1,2IJO.OO s 2 s ~ 750.00 s· s 7,000.00 s 3.000.00 s 1,100.00 s 13,N4.00 S 17,1!11l.OO S N.522.00 $ 7.280.00 s 1,100.00 s 1,710.00 s 2.000.00 s 6,600.00 s 3.000.00 s 3,300.00 s 3,000.00 s 7.000.00 $ 6,000.00 s 700.00 $ 2,700.00 s 24500 s 400.00 s !500.00 $ 2.000.00 $ s ·s s s s $ s s s s s s s s $ I s s s s s s s s s 500.00 1.197.00 1,310.00 5,870.00 2.075.00 1,411.00 18.721.00 7,50D.OO 8.200.00 533.00 1,000.00 703.00 700.00 3,300.00 288.00 1,620.00 21,1:!8.00 1.850.00 3,900.00 3,7!10.00 5,600.00 1,600.00 3,600.00 1,500.00 ,A North lexas Contract tng I TOWN OF ADDISON · CIO POST PROPERTIES 15851 NORTH DALLAS PARI'JNAY, SUITE 855 DALLAS, TX 752<10 PH. (972)7~//FAX(9n)T28-G582 A TTN MIKE ROOBINS Nortll Texu Contnetlng, Inc. Monthly Pav R*!IINI NOY£118ER. aooo CONTRACT AMOUNT S 435,583.00 CH.\HGI: ORDERS S TOTAl. CON1RACT S 435,583.00 PERCENTAGE COMPLETE 97% JOB NAME: ADDISON CIRCLE PHASE li-B-PUBLIC INFRASTRUCTURE II'EM OESCRAJQN UNIT 0\WmTY ON CoCJIIIlMACT ON CONTRACT PRICI: AMOuNt' IWOUNT HHJ~HHi!~1~1H!HH:H!11~~~~!li!f!H;[:~l~;~l~ililW~il~i;j;j:jH:j\jil:~;;n;~~~;li~ij~·1:::u:!:H::~ :t~ilH:f:)~;f;;;j:in:lCl,j:i:li;~;:~H!im;::!~:[i;~~:!f!Hl!li!%~!:f;~:j;[;j;H;U~}if:fifiii~ii~t~iiWilHiifii!!!{!~!;i:i;ii!i1W111t!:l;W;iml 513 6'01M8CL-1!!0FIRESS'MCEUIIE EA 2 0 2 $J 850.00 S S 1,700.00 514 1 •rz-tERSEY -100 IIEThR EA 3 o 3 s ~ eoo.oo s s t.aoo.oo 515 4'HERSI;YMCI'IICOM'CJUNHdETER EA 2 0 2 $..-5,500.00 S S 11.000.00 5186"HERSEYIJOC.IIOETECTORCHECK EA 2 0 2 S..-5,DOO.OO S S 10,000.00 517 1.5" FEIICO 805Y CUL CHECK EA 3 0 3 s ~ 280.00 s S 840.00 518185-H1TX28'CONCIIOX EA 6 0 6 S. 255.00 $ S 1.530.00 519 MV-1-Sf;ONC.BOXWIBILCOUO EA 4 0 4 $-4.400.00 S S 17,600.00 !120 T1I£NCH SAFeTY LF 732 o 732 S ~ 1.00 s S 732.0<1 521 PERFORM WATER TEST LS 1 0 1 S ~ 750.00 S S 750.00 522 2000 PSI ODNC ENCASSENT LF 20 0 20 S ~ 40.00 S $ 800.00 SCHEDULE VII 701 6EB & 4E2 C0NC ENCASE DUCT BANK 702 4E2 COHC ENCASE DUCT MNK 703 4E6 & 4E2 core ~:NeASE DUCT IW4.00 LF 222.00 LF 1,520.00 SY 22.00 LF 306.00 LF 3,108.00 LF 512.00 LF 194.00 coN"JRAcr UNIT QUANllTY LS 0.00 coN"JRAcr UNIT QUANllTY LS 0.00 CONTRACf UNIT QUANTITY LS 0.00 REVISED QUANilTY (){}ANTI IT CHANGE 1.00 1.00 ISO.OO (104.00) 24200 20.00 0.00 (1,520JXl) 0.00 (22.00) 340.00 34.00 1,260.00 (1,848.00) 415.00 (97.00) 248.00 54.00 REVISED QUANilTY QUANllTY CHANGE 1.00 1.00 REVISED QUAN11'Ii' QUANllTY CHANGE 1.00 1.00 REVISED QUANllTY OUANllTY CHANGE 1.00 1.00 UNIT PRICE 0625.00 Ss-1.00 SS7.00 S2.00 S18.00 04.00 S4.50 $5.00 $6.00 UNIT PRICE SS65.00 UNIT PRICE $920.00 I UNIT PRICE $926.00 AMOUNT OF' CHANGE 0625.00 ($5,616.00) S1,140.00 ($3,040.00) (S396.00) S136.00 ($8,316.00) (S48S.OO) $324.00 SU628.00 AMOUNT OF CHANGE SS65.00 $565.00 AMOUNT OF CHANGE $920.00 $920.00 AMOUNT OF CHANGE S926.00 $9'.26.00 ($13,217.00) S43S,Sta.OO o;o.oo $422,366.00 Print Date: 1211/00 10:15 AM PROJECT: ADDISON CIRCLE PHASE li-B· PUBLIC INFRASTRUCTURE-BID PACKAGE "C" (UTILffiES) JOB NUMBER: 143901/CHANGE ORDER NO. 1 OWNER: TOWN OF ADDISON CONTRACTOR: NORTH TEXAS CONTRACTING, INC. DATE: 1 l/l2100 EfFECrOF CHANGE ON CONJRACTTIME 'IliEWORK.REQUIREDUNDER. TillS CHANGE ORDER WILLADDODAYS lOlHIS PROJEC'r. ORIGINALCONIRACTTIME 360C.D. ADDI110NALDAYS FOR lHISCHANGEORDER ADDI110NAL DAYS FOR PREVIOUS CHANGE ORDER REVISED CONIR.ACTTIME OC.D. OC.D. 360C.D. 1HE COMPENSATION AGREED UPON IN TillS CHANGEORDERAREFORALL COSlS lHE CONIRACTOR MAY INCUR ASA RESULT OF, OR RELATING 10 TillS CHANGE ORDER WHETHER SAID COS13 ARE KNOWN, UNKNOWN, FORESEEN, UNFORESEEN AT1HIS TIME, INCLUDING WllHOliTLIMITATION, ANY COST FOR DELAY, EXTENDED OVERHEAD, RIPPLE OR IMPACT COST, OR ANY 01HER EFFECT ON CHANGED OR UNCHANGEDWORKAS A RESUL TOFTIIIS CHANGE ORDER. rnESE COMPEN'SATIONS ARE FOR RJLLYCOMPLElEAND IN-PLACE CONSlRUCllON. ACTUAL IN PLACEQUAN1111ES WILL BE USED FOR FlNAL PAYMENT. APPROVED BY lOWN OF ADDISON· RON WHITEHEAD, C('JYMANAG lnt L8 N; PFIEGIBDIT ~ ...... .x ...-....... ~ ,J:Sl-DAlE APPROVED BY HUIIT-ZOLLARS DAVID E. MEYER.S, P.F. PAGEl OFl DAlE NTCUtilitiesC0#1 Print Date: 12/1/00 10:15 AM fs-ADDISON CIRCLE -PHASE II INFRASTRUCTURE PARTICIPATION SCHEDULE RECONCILED AGAINST HUITI-ZOLLARS INC. ESTIMATE DATED 06/4/97 JUNE 11,1997 LENGTH TOWN OF PARTNERSHIP GAYLORD TOTAL NOTES PHASE II STREET SEGMENTS (LF) (6) ADDISON (7) QUORUM DRIVE (EAST HALF ONLY) 765 $168,000 ADDISON CIRCLE WEST OF SPECTRUM 460 $306,000 ADDISON CIRCLE EAST OF SPECTRUM 590 $131,000 ADDISON CIRCLE OPEN SPACE (1.13 AC PARK) NA ~~ MEWS M-2 640 $274,500 RESIDENTIAL STREET R-4 (MORRIS AVE.) 500 $224,000 SPECTRUM FROM SOUTH ROW ON MILDRED TO R-4 450 $129,000 SPECTRUM SOUTH OF MILDRED 380 $0 MEWS M-3 600 $0 TOTAL PARTICIPATION $1,872,500 PHASE II DOLLARS PREVIOUSLY SPENT WITH PHASE I (8) ($132,900) TOTAL ADJUSTED PARTICIPATION $1,739,600 1. INCLUDES MAJOR STORM OUTFALL FOR MUCH OF THE DISTRICT. I !c.4 .... .c $291,600 $347,800 $0 $0 $340,100 $512,100 $233,400 $243,750 $417,100 $2,385,850 + 't.Jt:>,_"'-'-'1 ~ ?.. ..,."'I.. o7 't'·, · I I ) ~ 2. INCLUDES ELECTRICAL DUCT BANK WHICH WAS NOT PART OF MASTER FACILITIES AGREEMENT COSTS. 3. NOT PART OF MASTER FACILITIES AGREEMENT. 4. GAYLORD SHARES: 1/2 OF SPECTRUM AFTER CITY CAP, ALL OF ADDISON CIRCLE EAST OF SPECTRUM AFTER CITY CAP. 5. PARK COST CAN RANGE FROM $580,000 TO $640,000 PER THE MASTER FACILITIES AGREEMENT. (4) $0 $0 $1.002,000 $0 $0 $0 $233,400 $243,750 $0 $1,479,150 2 >,SJgoD {)?{'f,~SD $459,600 6 $653,800 6 $1,133,000 1,6 $640,000 5,6 $614,600 6 $736,100 2,6 $595,800 2,6 $487,500 2,3,6 $417,100 2,6 $5,737,500 6. LENGTHS REPRESENT THE LATEST MEASUREMENT BY HZI AND MAY NOT PRECISELY MATCH LENGTHS IN MASTER FACILITIES AGREEMENT. 7. PRO-RATED AMOUNT BASED ON CURRENT SEGMENTS VS. TOTAL LENGTH & COST IN MASTER FACILITIES AGREEMENT. 8. REDUCED BY $86,900 IN 3/18/97 BECAUSE SCHEDULE VIII WAS DELETED FROM PHASE I CONTRACT. 9. ADJUSTED 6/4/97 TO EXCLUDE QUANTITIES INCLUDED WITH THE MASS GRADING PACKAGE 10. ADJUSTED TOWN PARTICIPATION BASED ON TOTAL PHASE II COMMITMENT OF 4.2 MILLION INSTEAD OF 4.5 MILLION. G:\PROJ\01182221\ESTIMATE\PARTSCH.XLS h o:ke. -r;P-) ("/1; _± 3 5;ooo olf:~e. $t.<-/ltJt'Yrf jc./Z." -1'1'--<> ..r 35 z;;o 0 ~ ;;3 /I z ~1 {)06 G fh. l-k /)f'"(J...I~ 5 pt.e.lrJ<.-/1'7 sir~ PROJECT, ADDISON CIRCLE PHASE II CLIENT, COLUMBUS REALTY TRUST RESIDE~IIAL SUPDISIRI!d (~I:IME Ill SCHEDULE I· PAVING IMPROVEMENTS SCHEDULE II· STREETSCAPE IMPROVEMENTS SCHEDULE Ill· DRAINAGE IMPROVEMENTS SCHEDULE IV· WASTEWATER IMPROVEMENTS SCHEDULE V ·WATER IMPROVEMENTS SCHEDULE VI· ELECTRICAL IMPROVEMENTS RESIDENTIAL SUBDISTRICT SUBTOTAL CONTINGENCIES (15%) PROFESSIONAL FEES (20%} RESIDENTIAL SUBDISTRICT TOTAL ADDISON CIRCLE PARK ALLOWANCE RESIDENTIAL SUBDISTRICT PHASE II TOTAL INCLUDING PARK) COMMERCIAL S!IBDISIRICI {~l:IASE Ill SCHEDULE I· PAVING IMPROVEMENTS SCHEDULE II • STREETSCAPE IMPROVEMENTS SCHEDULE Ill· DRAINAGE IMPROVEMENTS SCHEDULE IV· WASTEWATER IMPROVEMENTS SCHEDULE V. WATER IMPROVEMENTS SCHEDULE VI· ELECTRICAL IMPROVEMENTS COMMERCIAL SUBDISTRICT SUBTOTAL CONTINGENCIES (IS%) PROFESSIONAL FEES (20%) COMMERCIAL SUBDISTRICT PHASE II TOTAL CQMMfKQAL S!lfUUHEICI (8EM61~1r:ro fl::fASESI SCHEDULE I· PAVING IMPROVEMENTS SCHEDULE II • STREETSCAPE IMPROVEMENTS SCHEDULE Ill • DRAINAGE IMPROVEMENTS SCHEDULE IV ·WASTEWATER IMPROVEMENTS SCHEDULE V ·WATER IMPROVEMENTS SCHEDULE VI • ELECTRICAL IMPROVEMENTS SUBTOTAL CONTJNGENCIES (15%} PROFESSIONAL FEES {20%} COMMERCIAL SUBDISTRICT REMAINING PHASES TOTAL !J:\PA!J.J\011 !2221\£Sl1MA. TE\o\1 DPIIELXLS $976,386 $923,251 $1-16,519 $10,838 $201,113 S2D9,6D5 $2,49B,D72 $371,711 $574 557 SJ,H7,339 $610000 $4,087,339 $197,337 S193,25D $51,779 $6,412 $52,827 $91,165 $1,195,799 $179,370 $275,03'1 s 1,650,203 $301,766 $396,712 $93,891 $12,229 $88,563 $61,990 $985,151 $117,773 $226 585 $1,359,509 OPINION OF PROBABLE COST-ESTIM. BY: HUITT·ZOLIJo.RS, INC. SUMMARY JOB NO. D 1·1 822·21 DATE: II·Jun-97 ' l'!lAruJ RESIDENTIAL SUBDISTRICT PHASE 11 TOTAL $1,087,33'9 COMMERCIAL SUBDISTRICT PHASE II TOTAL Sl !!SQ&Ql PHASE II TOTAL I $5,737,542 COMMERCIAL SUBDirrRICT REMAINING PHASES TOT $1,359,509 TOTAL INCLUDING REMAINING PHASES I $7,097,051 UliMA.H: :1141'35 AEVISED: '1251'35 REVISED: 5/l0/115 REVISED: 5/281'35 REVISED: 81151116 REVISED 21281!!7 REVISED 6/4/D7 PROJECT: ADDISON CIRCLE PHASE II CLIENT: COLUMBUS REALTY TRUST O~llm:IRnNA~ rrEH DESCRIPTION UNrr UNIT PRICE PloG~ J OPINION OF PROBABLE COST· RESIDENTIAL SUBDISTRICT {PHASE II) c/~/v ,/v HUITT·IOLLARS, INC. OS·Jun·97 TOTAL AMOUNT !Sl'J4o\TE::W"" MV!Sto:oOJ:I""" lm/I:I!CI:!J:I>'M llt\'IS~Oov.II.'IOI I![VISW:Illomi!!~D 2n .... f RE"m!a., • .,, rROJECT: ADDISON CIRCLE PHASE II CLIENT: COLUMBUS REALTY TRUST 0~11112:22~~ ITEM DESCRIPTION UNIT t/,/p ..... ~~ OPINION OF PROBABLE COST· RESIDENTIAL SUBDISTRICT (PHASE II) ./v ES'TlM. BY1 HUITT·ZOLI.AkS, INC. I!S"""''I!::It ...... l:-~Rf'I'SUI:tllllil IIEVIS[I>:IIIiWOI M\lti"~D Vl&/111 RtviSfD''~! DDIS~~IRI..U QUORUM • n 160 so ,/' ,/ESTIM. !'1'1 HUm-"ZOLLARS, INC JOBNO.OI·I822.-21 DATE: 05·ltJr1·97 TOTAL AMOUNT I ' '"'' S2l,J20 " sa 6-40 3.5 S6 440 '"'' Sl 696 1060 S742 S40 838 · TOTAL AMOUNT (sn.!Al'f:lo'~llfVI!mSili:>W REVIS!O:IIIIo'lf REVISED: Ill"""' R~~D VIL" REVI'I~II' ... I PROJECT: ADDISON CIRCLE PHASE II CLIENT: COlUMBUS REALTY TRUST 0.~111:1221\f:sfNA.TI\lDQPR[I..>U ITEM DESCRIPTION UNIT UNIT PRICE ././P/Q~I OPINION OF PROBABLE COST· RESIDENTIAL SUBDISTRICT (PHASE II) v' ../././HUITT-ZOtLAilS, INC. OS·Iun-V7 AMOUNT ur....~n:,31 .... REW!.D;~~R(VC~D-"""'" R!VISI:D;tll ..... RtviSED 111~ ... I!{VIS•o :m .... , Rfi/IS.D&"..,I PROJECT, ADDISON CIRCLE PHASE II CLIENT, COLUMBUS REALTY TRUST ITEM DESCRIPTION UNIT UNIT PRICE OPINION OF PROBABLE COST· COMMERCIAL SUBDISTRICT (PHASE II) BY: HUITI·ZOllARS, INC. NO. 01·1822·21 II·Jun·97 TOTAl 1 AMOUNT * ~it 'f\$SU~..l ll-(leo-~ pof2 . .'110IIJ of-{)t4oip1t6'Nr \ tJ-f'-t>D\~..J Ct~ 10 C\hq~·o~ ;t '2.'2.$ t..F :~1o1 S') o -0:\PROJ\01 1 8222 1\ESliMATEVt>l ~rJ c,\Zec..e e~,. S"~C.~ jt) c:..-\,~·o..J . :l:-"Z. "2.S LF ::.SlzoS, (o 10 O:II'ROJ\01 I 82U I\ESTI..V.T£\A.I)OPREt.Xl9 ESTIMATE: 3/4/98 IIEVISED: ~f.Z51DG FIEVIS£0: Sr.IOJIIG REVISED: G/28/98 REVISED: B/IS/DG REVISEO 2128191 REVISED e/4t87 PAGE B PROJECT' ADDISON CIRCLE PHASE II CLIENT, COLUMBUS REALTY TRUST ITE.H UNIT UNIT DESCRIPTION PRICE SCHEDULE Ill· DRAINAGE IMPROVEMENTS 18~ CL.III RCP INCLUDING EMBEDMENT lF 28.00 21~ CL Ill RCP, INCLUDING EMBEDM NT lF JI.OO H" Cl. Ill RCP, INCLUDING EMBEOM NT LF 35.00 27" CL. Ill RCP, INCLUDING EMBEDMENT lF 39.00 JO" CL Ill RCP INCLUDING EMBEDMENT LF 42.00 ]6" Cl. Ill RCP, INCLUDING EHBEDM NT lF 53.00 4r Cl.lll RCP, INCLUDING EMBEDM NT lF 68.00 18" CL Ill RCP, INCLUDING EMBEDMENT LF 90.00 72" CL. Ill RCP, INCLUDING EMBEDMENT LF 173.00 78" CL Ill RCP, INClUDING EMBEDM NT LF 200.00 90" Cl. Ill RCP, INCLUDING EMBEDMENT LF 250.00 7' 7' RCBC, INCLUDING E BEDHENT lf 264.00 9' X 7' RCBC, INCLUDING EMBEDME T LF 350.00 12' X 8' RCBC,INCLUDING EMBEDMENT LF 500.00 REMOVE & DISPOSE OF EXIST. CURB INLET EA 760.00 6' REC. CURB INLET W/REC. TOP FOR BRICK EA 1,950.00 10' REC. CURB INLET WI REC. TOP FOR BRICK EA $2,290.00 10' REC. C RB INLET EA 2,290.00 14' REC. CURB INLET WI REC. TOP FOR BRICK EA 2,760.00 GRATE INLET EA 2,000.00 INLET PROTECTION EA 50.00 TYPE "8" STORMWATER MANHOLE EA i,700.00 VACUUM EST FOR MANHOLE EA $200.00 RCP 60 DE REE FACTORY WYE CONNECTION EA 220.00 RO' 45 DEGREE FACTORY BEND CONNECTION EA 220.00 PIPE TO PIPE CONNECTION EA 220.00 PRECAST CONCRETE PLUG EA 80.00 CHANNEL MODIFICATIONS LS 21,000.00 REMOVE & DISPOSE OF EX. HOWL'S. AND CONCRETE RIP·RAP LS 2,160.00 )UNCTION BOX LS 0,000.00 BACKFILL RAILROAD DITCH CY J.OO CONCRETE HEADWALL CY 350.00 2" THICK STONE RIP RAP, TXOOTTYPE "R" CY 38.00 SILT FENCE LF J.OO STRAW BALE DIKE CHECK DAM LF 5.00 STABILIZED CONSTRU ION ENTRANCE 5Y 9.80 TRENCH SAFETY DESIGN FOR ALL UTILITIES LS 810.00 TRENCH SAFE.TY FOR CONSTRUCTION lf SI.IO 8' REC. CURB INLET WI REC.TOP FOR BRICK EA 2,060.00 2 GRATE INLET EA 1,700.00 51• CL. Ill RCP, INCLUDING EMBEDMENT LF 105.00 3 GRATE INLET EA 2,300.00 4 GRATE INLET EA 2,970.00 54• CL. Ill RCP. INCLUDING EMBEDMENT LF s 105.00 0:\PIIOJ\01 19122.1\ESTIMA.TEV.OOI'FIEI-XLS OPINION OF PROBABLE COSTCoMMERCIAL SUBDISTRICT (PHASE II) QUANTITY SPECTRUM ADDISON M·J TOLLWAY (EAST) CIRCLE EAST FRONTAGE 70 194 45 2 2 I 2 s 220 2,i70 1,000 0.25 0.25 0.25 liS 194 2 2 52 P.O.OE & DART FRONTAGE 25 BOO 0.25 25 ESTIM. BY: HUITI·ZOLLARS, INC. JOB NO. 0 1·1822-21 DATE: TOTAL 264 25 45 0 ' 0 0 0 0 0 0 0 0 0 0 0 2 2 0 I 0 7 0 0 0 0 0 0 0 0 0,0 0 0 0 1i90 0 0 I JH 0 0 0 2 2 52 II·Jun·9 AMOUNT 7,39 77 1,57 s s s s s s 3,90 Si,SB ' 2,76 J5 ' I 3/17• '" SJ6 ,, ' 1,60 5,71• :105.461 ESTIIMoTE: 3/4/'IJft REVISED: •nSJUft REVISED: 5[30/'IJ~ REVISED: eno/UG REVISED: 8115/98 IIMSEO 2nUI97 REVISED ft/41117 PROJECT, ADDISON CIRCLE PHASE II CLIENT, COLUMBUS REALTY TRUST ITEM DESCRIPTION SCHEDULE IV· WASTEWATER IMPROVEMENTS a· SDR 26 PVC WASTEWATER LINE INCLUDING EMBEDMENT 6" SDR 35 PVCWW LAT. W/Z·WAY C.O. & CAST IRON LID i' OIA. WASTEWATER MANHOLE TV INSPECTION TRENCH SAFETY FOR C NSTRUCTION SCHEDULE IV SUBTOTAL 0:\PAOJ\01 1 82221\ESTIMAt£\AODPRELXlS ITEM DESCRIPTION UNIT L EA EA LF LF UNIT UNIT PRICE 22.00 540.00 1,840.00 UNIT PRICE 1.60 0.70 SPECTRUM (EAST) 205 0.5 205 205 5,902 PAGE 10 OPINION OF PROBABLE COSTCOMMERCIAL SUBDISTRICT (PHASE II) QUANTITY ADDISON M-l TOLLWAY DART CIRCLE EAST FRONTAGE fRONTAGE I 5<0 0 0 0 ESTlM. BY: HUITI·ZOLLARS, INC. JOB NO. 01·1 822·21 DATE: TOTAL 205 I 0.5 205 205 TOTAL 1 l·]un-97 AMOUNT 1,510 5<0 920 ]28 144 6,H2 AMOUNT ESTIMAT£: 3/4/9!1 REVISED: 4/2SI9& IIE\IlSEO: 51:10190 REVISED: Or.!B/!15 REVISED: 8/ISI'DO REVIS~O 2/28/U7 REVIS£0 014197 PROJECT, ADDISON CIRCLE PHASE II OPINION OF PROBABLE COST-ESTIM, BY: HUm-ZQLLARS, INC. CLIENT' COLUMBUS REALTY TRUST COMMERCIAL SUBDISTRICT JOB NO. 01·1 822-21 (PHASE II) DATE: II·Jun-97 QUANTITY ITEM UNIT UNIT TOTAL AMOUNT DESCRIPTION PRICE SPECTRUM ADDISON M·3 TOLLWAY DART (EA5D CIRCLE EAST FRONTAGE FRONTAGE SCHEDULE VI· ELECTRICAL IMPROVEMENTS 6£6 CONC. ENCASED DUCTBANK, 6n DIA. TYPE DB PVC CONDUIT LF 80.00 0 so TUE STANDARD +WAY MANHOLE EA s 10,010.00 0.5 0.5 ss,oos TUE STANDARD 3·WA Y MANHOLE EA $9,000.00 0.5 0.5 $4,500 2" SCH. iO PVC CONDUIT LF $4.00 0 so 6" OIA. TYPE DB PVC 90 DEG. SWEEPS, 36" EA $55.00 4 8 0 12 660 6" DIA. TYPE DB PVC 90 DEG. SWEEPS, 60" EA 55.00 0 so TUE STANDARD PRECAST DEEP WELL 25 KV SWITCH PAD EA 1,200.00 I 0 I $1,200 1E6 CONC. ENCASED DUCTBANK, 6" DIA. TYPE DB PVC CONDUIT LF 50.00 20 688 0 708 35,100 .2E6 CONC. E. CASED DUCTBANK, 6" DIA. TYPE DB PVC CONDUIT LF 10.00 0 0 0 8E6 CONC. ENCASED DUCTBANK, 6~ DIA. TYPE DB PVC CONDUIT LF 120.00 395 395 i7,i00 SCHEDULE VI SUBTOTAL SB, 125 16,010 0 0 0 9i,l65 -·-.. e,;.w .... o ec-:lf Co~T~ l'~ss,~tJ.E;O 11;) CetA-fY\f 1o,..\ · c~~ s emw~ "~ G~ t..cf'UJ? eo~,-0:\PIIOJIOI I 8222 1\ESTIMATE\ADOPREl.XI.S p..,o~ ,, ESTIJ•I ... 1E: 3/4/118 REVISED; 4/25/118 REVISED: S/30/118 REVISED: 8/28/90 ~EVISED: 8/1 ~/00 REVISED 2/19107 REVISED G/4197 PROJECT: ADDISON CIRCLE PHASE II CLIENT: COLUMBUS REALTY TRUST ITEM DESCRIPTION MOBIUZA TION FULL DEPTH SAWCUT EXIST UNClASSIFIED STREET FILL REM. & DISPOSE OF EXJS' REM. & DISPOSE OF EXIST. 4~ CONC. SUBBASE 6" THICK tiME STAB. _ LIME (28 lBS/SYl BM 650 PSI FLEX REIN F. CONC a~ 650 PSI FLEX REIN F. CONC. DROP SLAB STREET 6" TH\0<_65_0 PSI FLEX REIN F. COJ'!c;; 16" THICK 650 PSI FLEX REINF. CONC._DROP SLAB (STREEl 16" 650 PSI FLEX REINF. CONC INTEGRAL CURB 16" 650 PSI FLEX REINF. CONC. ORIV_LW/WO DROP SI.J\B I REIN F. CON(. STREET HEADER 16" 3000 PSI' 4" 3000 PSI .L BUTT JOINT E REINF. CONC. SUBBASE E REINF. CONC. SUBBASE __ -~BRICK P~~J~tliVERED TO SITE FURNISH GLENN GARY VEHICUI.J\R BRICK PAVER, DLV. TO SITE FURNIS!:!_& INST. BEDDING HAT. & INST. VEHICULAR BRICK STEEL SOL IKAtFIC SIG 24" THERMI 12" THERM( THERMOPU 4" THERMO 4" TRAFFIC TIC STOP LINE TIC YIELD LINE A.DVISORY MARKER "YIELD" IC LANE STRIPE 16" X 6" CI.J\SS "A", TYPE I·C JIGGLE BAR TILE :TREET SIGN POST. FOUNDATION. MOl : 7' 'X El. Q:\PROJ\OII 82221\ESnMA'JEIAOOPRELXLS FFIC CONTROL SIGNS 0 DIAGRAMMATIC SIGN 0 STREET SIGN lP17~n IIKUL D REPORTS UNIT --'1 --'1 SY SF SF __ §~ .. EA A _!L _lf E, _!,A E• UNIT PRICE _l $2.80 14.00 110.00 $9.40 ~ $2.00 $80.00 $32.00 $36.00 $29.00 SJJ.OO $1.50 $30.00 $5.00 s 7 .so ~3.20 2.90 3.40 _1JQ_ ____!!~ $350.00 $400.00 $10.80 -$7.00 s: _1 $!; $1: . $3,S70.00 $ ....t _14 PAGE 12 OPINION OF PROBABLE COST -COMMERCIAL (FUTURE PHASES) ::.rt.L.tRUf' (EAST) ).]]~ 17 1863 1798 lSI 640 ~ soo 5674 1356 3S6 lJJ: dl R·2 I .~r:..:~Vf.A!. ).333 ~ 266§ 2SS: 46 2198 98 2301 ~ _1!1 12690 ~Q 880 2: ~ 24 ).3: ....1!_2~0 /_ _____1!g~ ~ $15,000 ESTIM. BY: HUITT-ZOLLARS, INC. ]08 NO. 01-1822-2 I DATE: 05-]un-97 TOTAL J ___ill_ _o --" I 441 ~ ~ 1798 __ _w_ 2198 98 2941 0 ~ ~ SO< I 836'1 ~ _Q 0 0 AMOUNT SJS,OOC $232 ___!_!MOB _so $ $6, $57,536 $5.436 $63,742 $3,2J4 $4,412 10 S235 $623 s 1,600 S53,2S6 SL£ 6.9 ..Jb72C $4~C I $301,766 ESTIMATE: 314196 REVISED: 4125196 REVISED: 5130196 REVISED: lllZS/96 REVISEO:S/IS/90 REVISED 2128197 REVISED REVISED 6W97 E II·. PROJECT: ADDISON CIRCLE PHASE II CLIENT: COLUMBUS REALTY TRUST ITEM DESCRIPTION UNIT UNIT PRICE REMOVE BRICK SIDEWALK SURFACE SF $1.80 OPINION OF PROBABLE COST -COMMERCIAL (FUTURE PHASES) l.,lUI\1' R-2 (EAST) TOLLWAY FRONTAGE FURNISH PEDESTRIAN BRICK PAVER DELIVERED TO SITE SF $2.00 6 174 12 ESTIM. BY: HUITI-ZOLLARS, INC. JOB NO. 01-1822·21 DATE: 05-Jun-97 TOTAL AMOUNT FURNISH&INSTALLBEDDING_MAT.&If>!STALLPED.BRICK SF $1.501 617~1 126901 I 188641 ~11_ OAK TREE, 200 GA~. :··6" CAl., 16:·18' H:. 10'·12' SP. EA $I 400.0~-1-26-1-_ 46-1-__ -1-_22 $100, 'L1 CAL, 14_·J6 HT., 6 SPRMQ,B!b.L_ -~-$. FENCE $34 ~"IV I r...MENTALPLANTING $13,200 IDARD TREE GRATE LIGHT OUTLETS nrun"AI I~Ri9 esc 'RASH iifE:RA ~!'; CJ:V'ROJ\011 82221\ESnMATE\ADDPRELXLS U< ~NO I ft;D90.00 I I I I 01 Su I 't-cr;n_on 0 s~ ST..r:.vv. $390.