Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
CP 2018-01-09
City Council City of Coppell, Texas Meeting Agenda 255 Parkway Boulevard Coppell, Texas 75019-9478 Council Chambers5:30 PMTuesday, January 9, 2018 KAREN HUNT NANCY YINGLING Mayor Mayor Pro Tem CLIFF LONG GARY RODEN Place 1 Place 4 BRIANNA HINOJOSA-FLORES MARVIN FRANKLIN Place 2 Place 6 WES MAYS MARK HILL Place 3 Place 7 MIKE LAND City Manager Notice is hereby given that the City Council of the City of Coppell, Texas will meet in Regular Called Session at 5:30 p.m. for Executive Session, Work Session will follow immediately thereafter, and Regular Session will begin at 7:30 p.m., to be held at Town Center, 255 Parkway Boulevard, Coppell, Texas. As authorized by Section 551.071(2) of the Texas Government Code, this meeting may be convened into closed Executive Session for the purpose of seeking confidential legal advice from the City Attorney on any agenda item listed herein. The City of Coppell reserves the right to reconvene, recess or realign the Work Session or called Executive Session or order of business at any time prior to adjournment. The purpose of the meeting is to consider the following items: 1.Call to Order 2.Executive Session (Closed to the Public) 1st Floor Conference Room Section 551.071, Texas Government Code - Consultation with Attorney Seek Legal Advice from City Attorney and Special Legal Counsel regarding legal relationship of contract employees. a. Section 551.072, Texas Government Code - Deliberation regarding Real Property. Page 1 City of Coppell, Texas Printed on 1/5/2018 January 9, 2018City Council Meeting Agenda Discussion regarding real property located south of east Belt Line and east of south Belt Line. b. Discussion regarding real property located south of Sandy Lake and west of Freeport Parkway. c. 3.Work Session (Open to the Public) 1st Floor Conference Room A.Discussion regarding Freeport Parkway. B.Discussion and update regarding the Coppell Arts Center. C.Discussion regarding Countywide Fee for School Crossing Guards Request by Dallas County. D.Discussion of January Council Retreat, Joint meeting with CISD Board of Trustees, and Fifth Tuesday Work Session. E.Discussion of Agenda Items. Memo - Coppell Arts Center.pdf Memo - Countywide Fee for School Crossing Guards.pdf Memo - Special Council Meetings - January.pdf Attachments: Regular Session 4.Invocation 7:30 p.m. 5.Pledge of Allegiance 6.Presentations a.Consider approval of a Proclamation declaring the City of Coppell a “Purple Heart City”; and authorizing the Mayor to sign. Proclamation - Purple Heart City.pdfAttachments: b.Consider approval of a Proclamation naming January 8 - March 4 as “HEB Community Challenge Months”; and authorizing the Mayor to sign. HEB Community Challenge Proclamation - 2018.pdfAttachments: Citizens’ Appearance 7.DART Rail update Memo - DART Rail update.pdfAttachments: 8.Consent Agenda a.Consider approval of minutes: December 12, 2017. CM 2017-12-12.pdfAttachments: Page 2 City of Coppell, Texas Printed on 1/5/2018 January 9, 2018City Council Meeting Agenda b.Consider award of a bid from Professional Turf Products, L.P., through Buyboard Contract No. 529-17, for five (5) pieces of mowing/maintenance equipment: two (2) Toro 3100D Reelmaster mowers, Toro 5510 Reelmaster mower, Toro 5800 MultiPro Spray Rig and a Toro 1750 MultiPro Spray Rig, in the combined amount of $208,442.96, as budgeted, and authorizing the City Manager to issue the necessary purchase orders. Memo.pdf Quote.pdf Attachments: c.Consider approval of award for annual sidewalk, street & alley pavement repair program; in the total amount of $1,250,000.00, split between F&F Concrete, LLC & NPL Construction Company; as budgeted in the Infrastructure Maintenance Fund; and authorizing the City Manager to sign any necessary documents. Annual Street and Alley Memo 2018.pdf City Asset Repair Grid.pdf Streets-Alleys Needs List.pdf Sidewalk Needs List.pdf Contract Award Split Calcs - NPL.pdf Contract Award Split Calcs-F&F.pdf NPL Bid Package.pdf F&F Bid Package Partial.pdf Attachments: d.Consider appointment of Terry Landwehr as Presiding Municipal Judge, and Kim Nesbitt and Candace Carlsen as Alternate Municipal Judges of the Coppell Municipal Court #1, effective January 1, 2018, for terms of two (2) years; in accordance with Section 4.06(b) of the Home Rule Charter; and authorizing the City Manager to execute contracts, upon approval as to form by the City Attorney. Memo - Judges Contracts.pdf Combined Judges Contracts.pdf Attachments: End of Consent Agenda 9.PUBLIC HEARING: Consider approval of Case No. S-1263-C Biryani Express, (Coppell Crossing Addition, Lot 5, Block 1) a zoning change request from C (Commercial) to S-1263-C (Special Use Permit-1263-Commercial) to allow a grocery store, restaurant and retail sales in 3,466 square foot lease space to be located in Suite 505 of 751 S. Macarthur Blvd, on 1.07 acres of land, at the request of Biryani Express, being represented by Israel Villarreal, Cinco Construction. Council cover memo Staff Report Attachments: Page 3 City of Coppell, Texas Printed on 1/5/2018 January 9, 2018City Council Meeting Agenda Site Plan Floor plan Elevations 10.PUBLIC HEARING: Consider approval of Case No. S-1262R-LI, Driversselect (Fellowship of Las Colinas Addition, Lot 2R1, Block 1), a zoning change from LI (Light Industrial) to S-1262R-LI (Special Use Permit-1262 Revised) to allow for vehicle parking and staging on the existing parking lot in conjunction with S-1262-LI on approximately 7.67 acres of land located west of the terminus of Gateview Blvd, at the request of Fellowship Church, being represented by Steve Hall, Driversselect. Cover Memo Staff Report Site Plan Tree Survey - Landscape Plan Attachments: 11.Consider award of a bid and approval of a contract with Texas Sterling Construction Company, for a base value of $15,819,808.64; plus $700,000.00 incentive bonus; for a total contract amount of $16,519,808.64; for the reconstruction of Freeport Parkway from Bethel Road to IH-635/Dividend; and authorizing the City Manager to sign necessary documents. Freeport Reconstruction Award Memo.pdf Freeport Exhibit.pdf Freeport - REBID Bid Tab.pdf Freeport - Original Bid Tab.pdf Freeport Reconstruction Contract.pdf Attachments: 12.Consider approval of a contract with Kleinfelder, Inc. to provide materials engineering and testing services on the Freeport Parkway (IH-635/Dividend to Bethel Road) Reconstruction project; with a contract value of $236,705.00; and authorizing the City Manager to sign necessary documents. Freeport-Kleinfelder Contract Memo.pdf Freeport Exhibit.pdf Freeport Job Order Agmt.PDF Freeport-Kleinfelder Mastr Agmt.pdf Attachments: 13.City Manager Reports - Project Updates and Future Agendas 14.Mayor and Council Reports Page 4 City of Coppell, Texas Printed on 1/5/2018 January 9, 2018City Council Meeting Agenda 15.Public Service Announcements concerning items of community interest with no Council action or deliberation permitted. 16.Necessary Action from Executive Session Adjournment ________________________ Karen Selbo Hunt, Mayor CERTIFICATE I certify that the above Notice of Meeting was posted on the bulletin board at the City Hall of the City of Coppell, Texas on this ______th day of _________, 20____, at _____________. ______________________________ Jean Dwinnell, Deputy City Secretary PUBLIC NOTICE - STATEMENT FOR ADA COMPLIANCE AND OPEN CARRY LEGISLATION The City of Coppell acknowledges its responsibility to comply with the Americans With Disabilities Act of 1990. Thus, in order to assist individuals with disabilities who require special services (i.e. sign interpretative services, alternative audio/visual devices, and amanuenses) for participation in or access to the City of Coppell sponsored public programs, services and/or meetings, the City requests that individuals makes requests for these services forty-eight (48) hours ahead of the scheduled program, service, and/or meeting. To make arrangements, contact Vivyon V. Bowman, ADA Coordinator or other designated official at (972) 462-0022, or (TDD 1-800-RELAY, TX 1-800-735-2989). Pursuant to Section 30.06, Penal Code (trespass by license holder with a concealed handgun), a person licensed under Subchapter H, Chapter 411, Government Code (handgun licensing law), may not enter this property with a concealed handgun. Pursuant to Section 30.07, Penal Code (trespass by license holder with an openly carried handgun), a person licensed under Subchapter H, Chapter 411, Government Code (handgun licensing law), may not enter this property with a handgun that is carried openly. Page 5 City of Coppell, Texas Printed on 1/5/2018 Master City of Coppell, Texas 255 Parkway Boulevard Coppell, Texas 75019-9478 File Number: 2018-3715 File ID: Type: Status: 2018-3715 Agenda Item Draft 1Version: Reference: In Control: City Council 01/02/2018File Created: Final Action: Exec Session - Consult with AttorneyFile Name: Title: Seek Legal Advice from City Attorney and Special Legal Counsel regarding legal relationship of contract employees. Notes: Agenda Date: 01/09/2018 Agenda Number: a. Sponsors: Enactment Date: Attachments: Enactment Number: Hearing Date: Contact: Effective Date: Drafter: History of Legislative File Action: Result: Return Date: Due Date: Sent To: Date: Acting Body: Ver- sion: 1 01/09/2018City Council Text of Legislative File 2018-3715 Title Seek Legal Advice from City Attorney and Special Legal Counsel regarding legal relationship of contract employees. Summary Page 1City of Coppell, Texas Printed on 1/5/2018 Master Continued (2018-3715) Fiscal Impact: [Enter Fiscal Impact Statement Here] Staff Recommendation: [Enter Staff Recommendation Here] Goal Icon: Sustainable City Government Business Prosperity Community Wellness and Enrichment Sense of Community Special Place to Live Page 2City of Coppell, Texas Printed on 1/5/2018 Master City of Coppell, Texas 255 Parkway Boulevard Coppell, Texas 75019-9478 File Number: 2018-3716 File ID: Type: Status: 2018-3716 Agenda Item Draft 1Version: Reference: In Control: City Council 01/02/2018File Created: Final Action: Exec Session - NorthlakeFile Name: Title: Discussion regarding real property located south of east Belt Line and east of south Belt Line. Notes: Agenda Date: 01/09/2018 Agenda Number: b. Sponsors: Enactment Date: Attachments: Enactment Number: Hearing Date: Contact: Effective Date: Drafter: History of Legislative File Action: Result: Return Date: Due Date: Sent To: Date: Acting Body: Ver- sion: 1 01/09/2018City Council Text of Legislative File 2018-3716 Title Discussion regarding real property located south of east Belt Line and east of south Belt Line. Summary Fiscal Impact: [Enter Fiscal Impact Statement Here] Page 1City of Coppell, Texas Printed on 1/5/2018 Master Continued (2018-3716) Staff Recommendation: [Enter Staff Recommendation Here] Goal Icon: Sustainable City Government Business Prosperity Community Wellness and Enrichment Sense of Community Special Place to Live Page 2City of Coppell, Texas Printed on 1/5/2018 Master City of Coppell, Texas 255 Parkway Boulevard Coppell, Texas 75019-9478 File Number: 2018-3726 File ID: Type: Status: 2018-3726 Agenda Item Draft 1Version: Reference: In Control: City Council 01/04/2018File Created: Final Action: Exec Session - Real PropertyFile Name: Title: Discussion regarding real property located south of Sandy Lake and west of Freeport Parkway. Notes: Agenda Date: 01/09/2018 Agenda Number: c. Sponsors: Enactment Date: Attachments: Enactment Number: Hearing Date: Contact: Effective Date: Drafter: History of Legislative File Action: Result: Return Date: Due Date: Sent To: Date: Acting Body: Ver- sion: 1 01/09/2018City Council Text of Legislative File 2018-3726 Title Discussion regarding real property located south of Sandy Lake and west of Freeport Parkway. Summary Fiscal Impact: [Enter Fiscal Impact Statement Here] Page 1City of Coppell, Texas Printed on 1/5/2018 Master Continued (2018-3726) Staff Recommendation: [Enter Staff Recommendation Here] Goal Icon: Sustainable City Government Business Prosperity Community Wellness and Enrichment Sense of Community Special Place to Live Page 2City of Coppell, Texas Printed on 1/5/2018 Master City of Coppell, Texas 255 Parkway Boulevard Coppell, Texas 75019-9478 File Number: 2017-3707 File ID: Type: Status: 2017-3707 Agenda Item Work Session 1Version: Reference: In Control: City Secretary 12/20/2017File Created: Final Action: Work SessionFile Name: Title: A.Discussion regarding Freeport Parkway. B.Discussion and update regarding the Coppell Arts Center. C.Discussion regarding Countywide Fee for School Crossing Guards Request by Dallas County. D.Discussion of January Council Retreat, Joint meeting with CISD Board of Trustees, and Fifth Tuesday Work Session. E.Discussion of Agenda Items. Notes: Agenda Date: 01/09/2018 Agenda Number: Sponsors: Enactment Date: Memo - Coppell Arts Center.pdf, Memo - Countywide Fee for School Crossing Guards.pdf, Memo - Special Council Meetings - January.pdf Attachments: Enactment Number: Hearing Date: Contact: Effective Date: Drafter: History of Legislative File Action: Result: Return Date: Due Date: Sent To: Date: Acting Body: Ver- sion: 1 01/09/2018City Council Text of Legislative File 2017-3707 Title A.Discussion regarding Freeport Parkway. Page 1City of Coppell, Texas Printed on 1/5/2018 Master Continued (2017-3707) B.Discussion and update regarding the Coppell Arts Center. C.Discussion regarding Countywide Fee for School Crossing Guards Request by Dallas County. D.Discussion of January Council Retreat, Joint meeting with CISD Board of Trustees, and Fifth Tuesday Work Session. E.Discussion of Agenda Items. Summary Fiscal Impact: Staff Recommendation: Goal Icon: Sustainable City Government Business Prosperity Community Wellness and Enrichment Sense of Community Special Place to Live Page 2City of Coppell, Texas Printed on 1/5/2018 THE •CITY •OF COPPELL MEMORANDUM To: Mayor and City Council From: Mike Land, City Manager Date: January 9, 2017 Reference: Proposed Coppell Arts Center Discussion 2030: Community Wellness and Enrichment Strategy -Goall: Community Gathering Places and Goal 3: Expand Cultural Arts Amenities and Opportunities . General Information: Kirk Johnson and the Corgan team will be presenting estimated costs, floor and seating options for the main stage of the theater, and facilitate a discussion on potential front fa9ade options for the proposed Coppell Arts Center. THE •CITY •OF MEMORANDUM To: Mayor and City Council From: Mike Land, City Manager Date: January 9, 2017 Reference: Countywide fee for School Crossing Guards R equ est by Dallas County General Information: The Mayor received the following email from Dallas County Judge Clay Jenkins this morning: From: Dallas County Judge C lay Lewis Jenkins Re: Countywide Fee for School Crossing Guards The City of Dallas is requesting that Dallas County collect a $1.50 fee on vehicle registrations for all Dallas County residents, including those in your city. I value your opinion and am honored to work with you . Below is in formation about the fee. According to state statute, this fee would be collected by the County and placed in the State's Chi ld Safety Trust Fund for cities and wo uld be sent back to the cities by the state based on population . Dallas County does not have the legal abi lit y to coll ect the fee at this time . Each summer, we are required to submit a document to the State of Texas detailing th e fees that needs to be programed on the Vehicle Registration renewal notices . The earliest a fee cou ld be collected is January l, 2019 . As you know property taxes for the average homeowner have risen 40% over the last four years due to increasing values. This has caused hardship on homeowners and driven skyrocketing rents. That's why I've pushed for a rollback to the effective rate for the last two years. It also likely plays a role in why there is not support on the Commissioners Court to impose an additiona l countywide fee on vehicle registrations at thi s time. The City of Dallas is asking us to reconsider. At this tim e, I am gauging the interest of the other cities in Dallas County related to this fee to be imposed on all Dallas County residents . Do you support the imposition and collection of this fee for you in the next notification to the State? Clay Lewis Jenkins Dallas County Judge The Mayor is requesting input from the Council prior to responding to Judge Jenkins. MEMORANDUM To: Mayor and City Council From: Mike Land, City Manager Date: January 9, 2018 Reference: Work Session -Council Retreat, Joint Meeting with CISD Board of Trustees and 5th Tuesday Discussion Topics General Information: The Council has several special meetings this month as listed above . January 19-20-Council Retreat discussion topics may include 1) Value Proposition and Risk led by Rick Robinson, 2) Capital Projects Investment Strategy, 3) 2030 Goals and Objectives, 4) 20Next, 5) Organization for the Future presentation, and 6) potential changes to the City's alcohol ordinance January 25 -Joint meeting with CISD Board of Trustees -City presentation topics may include 1) Construction Projects update, 2) Legislative Update and 3) Allies in Community update January 30 -51h Tuesday Work Session topics will include 1) Denton Creek Study update, and 2) Fire Service Coverage Strategy update. During the Work Session Council will have the opportunity to determine if these or other topics should be discussed during the special called meetings. Master City of Coppell, Texas 255 Parkway Boulevard Coppell, Texas 75019-9478 File Number: 2017-3672 File ID: Type: Status: 2017-3672 Agenda Item Agenda Ready 1Version: Reference: In Control: City Council 12/01/2017File Created: Final Action: Proclamation - Purple Heart CityFile Name: Title: Consider approval of a Proclamation declaring the City of Coppell a “Purple Heart City”; and authorizing the Mayor to sign. Notes: Agenda Date: 01/09/2018 Agenda Number: a. Sponsors: Enactment Date: Proclamation - Purple Heart City.pdfAttachments: Enactment Number: Hearing Date: Contact: Effective Date: Drafter: History of Legislative File Action: Result: Return Date: Due Date: Sent To: Date: Acting Body: Ver- sion: 1 01/09/2018City Council Text of Legislative File 2017-3672 Title Consider approval of a Proclamation declaring the City of Coppell a “Purple Heart City”; and authorizing the Mayor to sign. Summary Page 1City of Coppell, Texas Printed on 1/5/2018 Master Continued (2017-3672) Fiscal Impact: [Enter Fiscal Impact Statement Here] Staff Recommendation: [Enter Staff Recommendation Here] Goal Icon: Sustainable City Government Business Prosperity Community Wellness and Enrichment Sense of Community Special Place to Live Page 2City of Coppell, Texas Printed on 1/5/2018 T H C •C ITY •Of' COPPELL PROCLAMATION WHEREAS, the people of the City of Coppell , Texas have great admiration and the utmost gratitude for all the men and women who have selflessly served their country and this community in the Armed Forces; and WHEREAS , the Purple Heart is the oldest military decoration in present use and was initially created as the Badge of Military Merit by George Washington in 1782; and WHEREAS, the Purple Heart was the first American service award or decoration made available to the common soldier and is specifically awarded to members of the United States Armed Forces who have been wounded or paid the ultimate sacrifice in combat with a declared enemy of the United States of America; and WHEREAS, the contributions and sacrifices of the men and women from the city of Coppell, Texas who served in the Armed Forces have been vital in maintaining the freedoms and way oflife enjoyed by our citizens; and WHEREAS, many men and women in uniform have given their lives while serving in the Armed Forces; and WHEREAS, many citizens of our community have earned the Purple Heart Medal as a result of being wounded while engaged in combat with an enemy force, construed as a singularly meritorious act of essential service; and WHEREAS , January 9 , 2018 has officially been designated as the day in Coppell , Texas to remember and recognize veterans who are recipients of the Purple Heart Medal. NOW, THEREFORE, I, Karen Selbo Hunt , Mayor of the City of Coppell , Dallas County, Texas , hereby proclaim Coppell , Texas a PURPLE HEART CITY for honoring the service and sacrifice of our nation 's men and women in uniform wounded or killed by the enemy while serving to protect the freedoms enjoyed by all Americans. IN WITNESS THEREOF, I have set my hand and caused the seal ofthe City of Coppell to be affixed this 9th day of January 2018. Karen Selbo Hunt, Mayor Christel Pettinos , City Secretary Master City of Coppell, Texas 255 Parkway Boulevard Coppell, Texas 75019-9478 File Number: 2018-3731 File ID: Type: Status: 2018-3731 Agenda Item Agenda Ready 1Version: Reference: In Control: City Council 01/04/2018File Created: Final Action: HEB Challenge ProclamationFile Name: Title: Consider approval of a Proclamation naming January 8 - March 4 as “HEB Community Challenge Months”; and authorizing the Mayor to sign. Notes: Agenda Date: 01/09/2018 Agenda Number: b. Sponsors: Enactment Date: HEB Community Challenge Proclamation - 2018.pdfAttachments: Enactment Number: Hearing Date: Contact: Effective Date: Drafter: History of Legislative File Action: Result: Return Date: Due Date: Sent To: Date: Acting Body: Ver- sion: 1 01/09/2018City Council Text of Legislative File 2018-3731 Title Consider approval of a Proclamation naming January 8 - March 4 as “HEB Community Challenge Months”; and authorizing the Mayor to sign. Summary Fiscal Impact: [Enter Fiscal Impact Statement Here] Page 1City of Coppell, Texas Printed on 1/5/2018 Master Continued (2018-3731) Staff Recommendation: [Enter Staff Recommendation Here] Goal Icon: Sustainable City Government Business Prosperity Community Wellness and Enrichment Sense of Community Special Place to Live Page 2City of Coppell, Texas Printed on 1/5/2018 TH •CITY •O r COPPELL PROCLAMATION WHEREAS, Coppell is "A Family Community for a Lifetime"; and the Coppell 2030 Strategic Plan focuses on providing residents community wellness through an active and healthy lifestyle; and WHEREAS, Coppell citizens choose to live here for the quality of life and sense of community which is provided; and WHEREAS, "Living Well in Coppell" is a volunteer-based initiative focused on providing a healthy community environment for citizens, students, organizations and local businesses through awareness and participation by means of education, advocacy, events, programs and partnerships with other wellness organizations and businesses; and WHEREAS, being named the 2017 Community Challenge Winner for mid-sized cities , Coppell embraces "It's Time Texas" and the H-E-B Community Challenge for being a one-of- a-kind competition that challenges communities across the state of Texas to demonstrate the greatest commitment to healthy living; and WHEREAS, The H-E-B Community Challenge unites and mobilizes schools , businesses , organizations, community members, and leaders toward the common goal of transforming their community's health. NOW, THEREFORE, I Karen Selbo Hunt, Mayor of the City of Coppell do hereby proclaim January 8, 2018-March 4, 2018 as "H-E-B COMMUNITY CHALLENGE MONTHS" and challenge the City of Coppell, Coppell ISD, Coppell YMCA, Coppell Recreation Center, Coppell Senior Center, and the Coppell Chamber of Commerce to encourage their members and participants in representing Coppell and participate in this initiative. IN WITNESS THEREOF, I have set my hand and caused the seal of the City of Coppell to be affixed this 9th day of January 2018. ATTEST: Karen Selbo Hunt, Mayor Christel Pettinos , City Secretary Master City of Coppell, Texas 255 Parkway Boulevard Coppell, Texas 75019-9478 File Number: 2018-3725 File ID: Type: Status: 2018-3725 Agenda Item Agenda Ready 1Version: Reference: In Control: City Council 01/04/2018File Created: Final Action: DART Rail updateFile Name: Title: DART Rail update Notes: Agenda Date: 01/09/2018 Agenda Number: 7. Sponsors: Enactment Date: Memo - DART Rail update.pdfAttachments: Enactment Number: Hearing Date: Contact: Effective Date: Drafter: History of Legislative File Action: Result: Return Date: Due Date: Sent To: Date: Acting Body: Ver- sion: 1 01/09/2018City Council Text of Legislative File 2018-3725 Title DART Rail update Summary Fiscal Impact: [Enter Fiscal Impact Statement Here] Staff Recommendation: Page 1City of Coppell, Texas Printed on 1/5/2018 Master Continued (2018-3725) [Enter Staff Recommendation Here] Goal Icon: Sustainable City Government Business Prosperity Community Wellness and Enrichment Sense of Community Special Place to Live Page 2City of Coppell, Texas Printed on 1/5/2018 THE ·CITY·OF COPPELL MEMORANDUM To: Mayor and City Council Throu gh: Mike Land, City Manager From: TraciE. Leach, Deputy City Manager D ate: January 9, 2018 R eference: DART Rail Update 2030: Goal 5 states "Easy access to Dallas-Fort Worth Region" with the following objectives ; Objective 1 -Participate in regional rail service to Dallas-Fort Worth, Objective 2-Maintain and enhance accessibility to DFW Airport, and Objective 5 - Develop regional connections for Coppell residents and employees of Coppell businesses In trod uction : Since the Council last took action to approve the resolution supporting the Cypress Waters alignment, several preliminary steps in the process have occurred. DART completed the 10 % plans for the rail corridor and released the Draft Street At-Grade Crossing Traffic Analysis Report. (rail crossing at S. Beltline Road is proposed to be elevated and MacArthur Rd. will see signal/intersection improvements). City staff have been actively involved in the review of these two documents and have provided comments to DART. Additionally, it appears that the Cypress Waters alignment has become the only alignment through Coppell proposed at this time. In the next several months , a number of additional key discussions and mi lestones regarding the Cotton Belt line will take place- release of the draft environmental impact study (DEIS), execution of an interlocal agreement (ILA), and approval of resolution supporting the project. Most of these milestones will require Coppell to carefully discuss and consider what, if any, mitigation improvements we find prudent to request for inclusion within the project scope . DEIS: While DART has completed initial sound , vibration, and visual impact studies , the DEIS is the official document that will formalize those resu lts in preparation for final federal approval. Based on information currently avai lable, staff offers the following observations for consideration : • Vibration impacts : No residential properties reaching mitigation thresholds. • Visual impacts : No specific Coppell locations were outlined for visual mitigation (as an example the Wheeler bridge in Addison is an example of a specific location called out that would require visual mitigation to preserve the existing visual element). However, residential areas along the corridor where no visual buffer exists will be considered for visual mitigation. • Sound impacts: Per DART policy, noise impacts that increase 3dB or greater over existing noise levels will require mitigation as part of the project costs. In Coppell, quiet zones (QZ) were shown to completely eliminate the number of residential homes moderately or severely impacted by hom noise. Staff will be working in concert with DART to make application with Federal Transit Authority for QZ. In regard to potential sound walls, this is an issue that the Coppell City Council will need to discuss, as staff is not anticipating that there are locations that would qualify for required mitigation (ie-over 3dB increase). Interlocal Agreement: As a non-DART member, Coppell will be required to execute an ILA to formalize the roles and commitments of each party as it relates to the Cotton Belt line project. The ILA will include specifics regarding what additional mitigation improvements Coppell would like considered/incorporated into the design of the project and what Coppell is willing to fund for those improvements. Resolution of Support: DART has requested that the cities through which the line will run provide a resolution of support for the project. Background: . The Cotton Belt Rail Line will connect the DFW Airport to the cities of Dallas, Carrollton, Addison, Richardson and Plano. Along that route, only the City of Coppell is not a member of DART. In 2017, we saw the advancement of the Cotton Belt regional rail service from its potential construction and activation well beyond the year 2030 in the regional mobility plan, to actual approval, funding and scheduling for service by the DART Board beginning in 2022. While the City is not a member of DART, the City is impacted by the development of the Cotton Belt corridor. In June 2017, the Council approved a resolution to formally support the Cypress Waters alignment, which will realign a significant amount of the corridor to the south of its existing location between Moore Rd. and S. Coppell through the Cypress Waters/North Lake property. Several design considerations will be considered with this realignment including but not limited to sound attenuation solutions, quite zones for streets with rail crossings, at grade crossings for the rail as it crosses E. Belt Line and Southwestern and a bridge structure for the rail overS. Belt Line. At this time, the Cypress Waters alignment is the only proposed alignment currently being considered for the Cotton Belt line. While Coppell is not a DART member city, the Cotton Belt line supports the City's Vision 2030 plan, under the strategy of Special Place to Live, several of the Goals support the City's active participation in regional mobility. Specifically GoalS states "Easy access to Dallas-Fort Worth Region" with the following objectives; Objective 1 -Participate in regional rail service to Dallas-Fort Worth, Objective 2-Maintain and enhance accessibility to DFW Airport, and Objective 5 -Develop regional connections for Coppell residents and employees of Coppell businesses. Analysis: Staff will be briefing the Council at a subsequent meeting to discuss in greater detail the areas that may be candidates for sound mitigation once the DEIS has been released. Locations for mitigation will need to be included as part of the ILA that is executed later this spring. As a reminder, 2 the Council set aside seed funding for sound mitigation improvements in the current fiscal year budget. Legal: No legal review necessary. Fiscal Impact: None at this time. However, any future financial commitment to this project will be for quiet zones, sound attenuation solutions, and possible property dedication for rail right-of-way where these items may be needed or required and are located within the City of Coppell or property owned by the City of Coppell. Recommendation: As this is briefing only, there is no staff recommendation at this time. 3 Master City of Coppell, Texas 255 Parkway Boulevard Coppell, Texas 75019-9478 File Number: 2018-3714 File ID: Type: Status: 2018-3714 Agenda Item Agenda Ready 1Version: Reference: In Control: City Secretary 01/01/2018File Created: Final Action: MinutesFile Name: Title: Consider approval of minutes: December 12, 2017. Notes: Agenda Date: 01/09/2018 Agenda Number: a. Sponsors: Enactment Date: CM 2017-12-12.pdfAttachments: Enactment Number: Hearing Date: Contact: Effective Date: Drafter: History of Legislative File Action: Result: Return Date: Due Date: Sent To: Date: Acting Body: Ver- sion: 1 01/09/2018City Council Text of Legislative File 2018-3714 Title Consider approval of minutes: December 12, 2017. Summary Fiscal Impact: Staff Recommendation: Approval recommended. Page 1City of Coppell, Texas Printed on 1/5/2018 Master Continued (2018-3714) Goal Icon: Sustainable City Government Business Prosperity Community Wellness and Enrichment Sense of Community Special Place to Live Page 2City of Coppell, Texas Printed on 1/5/2018 255 Parkway Boulevard Coppell, Texas 75019-9478 City of Coppell, Texas Minutes City Council 5:30 PM Council ChambersTuesday, December 12, 2017 KAREN HUNT NANCY YINGLING Mayor Mayor Pro Tem CLIFF LONG GARY RODEN Place 1 Place 4 BRIANNA HINOJOSA-FLORES MARVIN FRANKLIN Place 2 Place 6 WES MAYS MARK HILL Place 3 Place 7 MIKE LAND City Manager Karen Hunt;Cliff Long;Wes Mays;Gary Roden;Marvin Franklin;Mark Hill and Nancy Yingling Present 7 - Brianna Hinojosa-FloresAbsent1 - Also present were City Manager Mike Land, Deputy City Manager Noel Bernal, City Secretary Christel Pettinos and City Attorney Robert Hager. The City Council of the City of Coppell met in Regular Called Session on Tuesday, December 12, 2017 at 5:30 p.m. in the City Council Chambers of Town Center, 255 Parkway Boulevard, Coppell, Texas. Call to Order1. Mayor Karen Hunt called the meeting to order, determined that a quorum was present and convened into the Executive Session at 5:39 p.m. Executive Session (Closed to the Public) 1st Floor Conference Room2. Section 551.072, Texas Government Code - Deliberation regarding Real Property. A.Discussion regarding property located east of S. Belt Line Road and south of E. Belt Line Rd. Discussed under Executive Session Page 1City of Coppell, Texas December 12, 2017City Council Minutes Councilmember Marvin Franklin left the Executive Session for Item A upon filing a Conflict of Interest Affidavit form and returned to the room upon conclusion of the item. B.Discussion regarding property located south of Bethel Road and west of Denton Tap Road. Discussed under Executive Session Work Session (Open to the Public) 1st Floor Conference Room3. Mayor Hunt adjourned the Executive Session and convened into the Work Session at 6:08 p.m. A.Discussion regarding “Signage Related to Bicycle-Users.” B.Discussion of Agenda Items. Presented in Work Session Regular Session (Open to the Public) Mayor Hunt adjourned the Work Session at 6:27 p.m. The City Council attended the Boards and Commission Reception before reconvening into the Regular Session at 7:30 p.m. BOARD & COMMISSION RECEPTION IN ATRIUM FROM 6:30 P.M. TO 7:30 P.M.4. Invocation 7:30 p.m.5. Reverend Tom Palmer with First United Methodist Church gave the Invocation. Pledge of Allegiance6. Mayor Hunt and the City Council led those present in the Pledge of Allegiance. 7.Consider approval of the appointment of Venky Venkatraman for a two-year term to the Conduct Review Board. A motion was made by Councilmember Gary Roden, seconded by Councilmember Marvin Franklin, that this Agenda Item be approved. The motion passed by an unanimous vote. 8.Swearing in of newly appointed Board/Commission/Committee members. Mayor Hunt swore in the newly appointed Board and Commission Members. 9.Presentation by Lisa Rigby, Director of Metrocrest Community Clinic. Metrocrest Community Clinic Executive Director, Lisa Rigby, gave a presentation to the City Council on the organization's new brand, logo and name. After 25 years, Metrocrest Community Clinic will now be called Woven Page 2City of Coppell, Texas December 12, 2017City Council Minutes Health Clinic. The organization was able to rebrand their system for less than $5,000 and has completed the process in one year from start to finish. The rebranding effort will promote wellness and preventive initiatives and provide an integrated community healthcare program. Citizens’ Appearance10. Mayor Hunt advised that no one signed up to speak. Consent Agenda11. A.Consider approval of the minutes: November 14, 2017. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. B.Consider approving the acquisition of one replacement piece of street maintenance equipment for the Infrastructure Maintenance Division of the Public Works Department; in the amount of $59,535.00; from Shiloh Equipment Co.; utilizing contract pricing through Buyboard no. 515-16; as budgeted; and authorizing the City Manager to sign any necessary documents. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. C.Consider approval of the acquisition of three replacement vehicles for Parks (1), Life Safety Park (1) and Animal Services (1) and the acquisition of two new vehicles for Public Works - Water Quality (1) and Tennis Center (1); in the amount of $188,151.00; from Silsbee Ford utilizing contract pricing through Buyboard no. 521-16; and Houston Galveston Area Council (HGAC) VE11-15; as budgeted; and authorizing the City Manager to sign any necessary documents. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. D.Consider approving the acquisition of two replacement vehicles for Parks and the acquisition of three new vehicles for Public Works - Engineering (2), Public Works - Fleet Services (1) in the amount of $197,955.00; from Caldwell Chevrolet; utilizing contract pricing through Buyboard no. 521-16; as budgeted; and authorizing the City Manager to sign any necessary documents. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. Page 3City of Coppell, Texas December 12, 2017City Council Minutes E.Consider approval of an agreement with Nortex Concrete Lift & Stabilization, Inc., based on a unit price, in an amount not to exceed $100,000.00 for roadway concrete leveling (mudjacking); based on the City of Grand Prairie bid contract; as authorized by the Texas Local Government Code; as budgeted in the Infrastructure Maintenance Fund; and authorizing the City Manager to sign any necessary documents. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. F.Consider approval of an Engineering Services Contract with Fugro Roadware, Inc. to provide professional engineering services for the Pavement Condition Survey and Pavement Management Services; in the amount of $104,945.00; as budgeted in Infrastructure Maintenance Funds; and authorizing the City Manager to sign any necessary documents. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. G.Consider approval of a National Intergovernmental Purchasing Alliance Proposal #NIPA R150151-TX-15486 for HVAC renovations to Fire Station 3; located at 133 Parkway Boulevard; in the amount of $174,250.00; and authorizing the City Manager to sign any necessary documents. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. H.Consider approval of an Interlocal Agreement between the City of Coppell and the City of Richardson to establish a cooperative purchasing program for goods and services; and authorizing the Mayor to sign. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. I.Consider approval of an Ordinance amending the Code of Ordinances by amending Chapter 3, Article 3-2, Section 3-3-2, by adding the provision of disabled person water/sewer rate discount; and authorizing the Mayor to sign. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. Enactment No: ORD 2017-1486 J.Consider approval of a Resolution amending Resolution No. 010996.3 Page 4City of Coppell, Texas December 12, 2017City Council Minutes as amended, amending the Master Fee Schedule for Water Rates, Sewer Rates and Solid Waste Collection Fees and authorizing the Mayor to sign. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. Enactment No: RE 2017-1212.1 K.Consider approval of a Resolution approving the First Amendment to Tax Abatement Agreement between the City of Coppell and Plaza Lodging, LLC, and authorizing the Mayor to sign. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. Enactment No: RE 2017-1212.2 L.Consider approval of a Resolution approving the First Amendment to Civic Center Agreement between the City of Coppell and Plaza Lodging, LLC, and authorizing the Mayor and City Manager to sign. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. Enactment No: RE 2017-1212.3 M.Consider approval of a Resolution approving the First Amendment to Tax Abatement Agreement between the City of Coppell and Bio World Merchandising, Inc., and authorizing the Mayor to sign. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. Enactment No: RE 2017-1212.4 N.Consider approval of a Resolution approving the Second Amendment to Tax Abatement Agreement between the City of Coppell and Kristi A. Zatyko, and authorizing the Mayor to sign. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. Enactment No: RE 2017-1212.5 O.Consider approval of a Resolution approving the Second Amendment to Tax Abatement Agreement between the City of Coppell and T&J Harris Land Development, LLC, and authorizing the Mayor to sign. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The Page 5City of Coppell, Texas December 12, 2017City Council Minutes motion passed by an unanimous vote. Enactment No: RE 2017-1212.6 P.Consider approval of a Resolution approving the Second Amendment to Tax Abatement Agreement between the City of Coppell and Founders’ Crossing LLC, and authorizing the Mayor to sign. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. Enactment No: RE 2017-1212.7 Q.Consider approval a Resolution approving Amended and Restated Tax Abatement Agreement between the City of Coppell and Prologis, L.P., and authorizing the Mayor to sign. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. Enactment No: RE 2017-1212.8 R.Consider approval of an Ordinance for Case No. S-1262-LI, Driversselect, (Four Seasons Addition, Lot 1), a zoning change from LI (Light Industrial) to S-1262-LI (Special Use Permit-1262) to allow the occupancy of the existing 153,000 square foot office/warehouse building for internet-based car sales and ancillary uses (minor car repair, car storage and offices) on approximately 8.7 acres of land located at 100 S. Royal Lane; and authorizing the Mayor to sign. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Nancy Yingling, that Consent Agenda Items A-R be approved. The motion passed by an unanimous vote. Enactment No: OR 91500-A-718 End of Consent Agenda 12.Consider approval authorizing a purchase order for replacement Cardiac Monitor/Defibrillators and Equipment from Physio Control Inc. for the Fire Department, in the amount not to exceed $ 438,906.28 as approved in the 2017-2018 budget; and authorizing the City Manager to sign all necessary documents. Presentation: Fire Chief Kevin Richardson made a presentation to the City Council and was available for questions. A motion was made by Councilmember Wes Mays, seconded by Councilmember Cliff Long, that this Agenda Item be approved. The motion passed by an unanimous vote. 13.Consider approval of an Ordinance amending Chapter 8 “Traffic Page 6City of Coppell, Texas December 12, 2017City Council Minutes Regulations” Article 8-5, “General Traffic Regulations”, of the Code of Ordinance, by adopting a new section 8-5-6, “Signage Related to Bicycle-Users” designating various streets within the City of Coppell where bicyclists shall have the right to utilize the full lane of the roadway; and authorizing the Mayor to sign any necessary documents. Presentation: Ken Griffin, Director of Engineering and Public Works, gave a presentation to the City Council and was available for questions. A motion was made by Mayor Pro Tem Nancy Yingling, seconded by Councilmember Mark Hill, that this Ordinance be approved. The motion passed by an unanimous vote. Enactment No: ORD 2017-1487 City Manager Reports - Project Updates and Future Agendas14. City Manager Mike Land reminded the City Council that the Make a Child Smile Toy Delivery will take place on December 13th at 4pm. There was a tremendous outpouring of support from the community. Also, the Animal Services Building will re-open after Christmas. A grand opening will be scheduled for January. Regarding project updates, Town Center Boulevard is progressing and should be open in February. The Freeport Railroad Crossing will be rebuilt December 18th. Finally, the TML Region 13 Meeting, hosted by the City of Irving, will be held on January 19th at the Toyota Music Theater. Mayor and Council Reports15. A.Reports by the City Council on recent activities. B.Report by Councilmember Franklin on the National League of Cities Conference in Charlotte, NC. C.Report by Councilmember Franklin on the 2nd Annual Candlelight Remembrance Ceremony. A. Mayor Hunt and the City Council commented on the wonderful holiday parade and tree lighting ceremony. The band and Lariettes were missed, but the event was well attended and the Parks Department did an outstanding job. B. Councilmember Franklin reported on the National League of Cities Conference in Charlotte, NC. The keynote speaker was retired NASA Astronaut and US Naval Captain, Mark Kelly. He spoke on the need for communities to create a destination brand. C. Councilmember Franklin attended the 4th Annual Candlelight Remembrance Ceremony held at the Zach Thompson Foundation Children's Garden at Rolling Oaks Memorial. The Thompson Family has been so thankful to Brad Reid, Guy McLain, the City Council and staff for all their support. Council Committee Reports concerning items of community involvement with no Council action or deliberation permitted. 16. Page 7City of Coppell, Texas December 12, 2017City Council Minutes A.North Central Texas Council of Governments - Mayor Pro Tem Nancy Yingling B.North Texas Commission - Councilmember Marvin Franklin C.Historical Society - Councilmember Cliff Long A. Although the committee meetings were cancelled in November, Mayor Pro Tem Yingling gave updates from October. The NCTCOG does so much for the region. At a glimpse, they currently have three projects up for federal grants and will wait to hear back soon. B. Councilmember Franklin gave an explanation on the North Texas Commission and all that it does for the region. They are launching a new coalition in January that brings schools, municipalities and businesses together to strengthen and unify the business-friendly voice in Austin. The next event will be January 8th at the Omni Mandalay in Las Colinas. C. Councilmember Long reported on the Historical Society which promotes the history of Coppell. Eagle Scout, Kurt Carpenter, had leftover funds available after he completed his Eagle Scout project in the summer. He used the donations to have a sidewalk constructed between the Kirkland and Infeldt Homes. Public Service Announcements concerning items of community interest with no Council action or deliberation permitted. 17. Nothing to report. Necessary Action from Executive Session18. Nothing to report. Adjournment There being no further business before the City Council, the meeting was adjourned at 8:49 p.m. ________________________ Karen Selbo Hunt, Mayor ATTEST: ______________________________ Christel Pettinos, City Secretary Page 8City of Coppell, Texas Master City of Coppell, Texas 255 Parkway Boulevard Coppell, Texas 75019-9478 File Number: 2017-3705 File ID: Type: Status: 2017-3705 Agenda Item Agenda Ready 1Version: Reference: In Control: Parks and Recreation 12/20/2017File Created: Final Action: Maintenance EquipmentFile Name: Title: Consider award of a bid from Professional Turf Products, L.P., through Buyboard Contract No. 529-17, for five (5) pieces of mowing/maintenance equipment: two (2) Toro 3100D Reelmaster mowers, Toro 5510 Reelmaster mower, Toro 5800 MultiPro Spray Rig and a Toro 1750 MultiPro Spray Rig, in the combined amount of $208,442.96, as budgeted, and authorizing the City Manager to issue the necessary purchase orders. Notes: Agenda Date: 01/09/2018 Agenda Number: b. Sponsors: Enactment Date: Memo.pdf, Quote.pdfAttachments: Enactment Number: Hearing Date: Contact: Effective Date: Drafter: Approval History Action DateVersionSeq #Due DateActionApprover 1 Brad Reid 1 1/5/20181/4/2018 Approve 1 Jennifer Miller 2 1/5/20181/4/2018 Approve 1 Christel Pettinos - FYI 3 1/4/2018 Notified - FYI History of Legislative File Action: Result: Return Date: Due Date: Sent To: Date: Acting Body: Ver- sion: 1 01/09/2018City Council Text of Legislative File 2017-3705 Title Consider award of a bid from Professional Turf Products, L.P., through Buyboard Contract No. Page 1City of Coppell, Texas Printed on 1/5/2018 Master Continued (2017-3705) 529-17, for five (5) pieces of mowing/maintenance equipment: two (2) Toro 3100D Reelmaster mowers, Toro 5510 Reelmaster mower, Toro 5800 MultiPro Spray Rig and a Toro 1750 MultiPro Spray Rig, in the combined amount of $208,442.96, as budgeted, and authorizing the City Manager to issue the necessary purchase orders. Summary See attached memo. Fiscal Impact: Funds have been budgeted in the Parks Department, Other Vehicles account for this purchase. (01-12-15-5020) Staff Recommendation: The Parks and Recreation Department Recommends approval. Goal Icon: Sustainable City Government Page 2City of Coppell, Texas Printed on 1/5/2018 1 MEMORANDUM To: Mayor and City Council From: Brad Reid, Director of Parks and Recreation Date: January 9, 2018 Reference: Consider award of a bid from Professional Turf Products, L.P., through Buyboard Contract No. 529-17, for five (5) pieces of mowing/maintenance equipment: two (2) Toro 3100D Reelmaster mowers, Toro 5510 Reelmaster mower, Toro 5800 MultiPro Spray Rig and a Toro 1750 MultiPro Spray Rig, in the combined amount of $208,442.96, as budgeted, and authorizing the City Manager to issue the necessary purchase orders. 2030: Sustainable City Government: Excellent and Well-Maintained City Infrastructure and Facilities General Information: • 4 units to be replaced have reached the end of their service life. • The one additional unit is purposed to enhance service delivery to the Community. • Funding is included in the FY 2017-18 budget. • Contract pricing obtained through Buyboard cooperative purchasing program. Contract No. 529-17. Introduction: In an effort to operate a clean, efficient and reliable fleet, Fleet Services sets an initial life expectancy on all vehicles and equipment introduced into the fleet. During its service life, each vehicle and piece of equipment is subject to close monitoring of unit availability, operating cost, accumulated miles/hours, condition, obsolescence and the ability to perform required tasks. Replacements are based on the results of those observations. Analysis: The units being replaced have reached the point in their service life where it has been determined that replacement is prudent. To reduce downtime, maximize efficiency and productivity and provide a solid platform from which to operate, the units have been carefully selected with the Parks and Recreation department and Fleet Services working closely together. Consequences of not funding these purchases include decreased vehicle and equipment availability, increased operating costs and 2 reduced service levels to our internal customers and to the community. Legal Review: Agenda item did not require legal review Fiscal Impact: The fiscal impact is $208,442.96 Recommendation: The Parks and Recreation Department recommends approval of this item. top Ship To Date 12/19/2017 Bill To Tax Rate Contact Destination 2.00% Address Trade-In City Finance State TX Comments:Account Type Contract Postal Code 75019 Phone Fax sat hnl 123 Qty Model #Description Unit Extended toro eq. 1 41394 Multi Pro 5800-G with ExcelaRate 1 41621 Pivoting Hose Reel 1 41622 Chemical Pre-Mix Kit - MP5800 (KZ Valve) 1 41249 Foam Marker Kit - Multi Pro Sprayer 1 136-0458 FINISH KIT - FOAM MARKER, MP5800 12 117-5837 NOZZLE-SPRAYER 12 117-5838 NOZZLE-SPRAYER 12 117-5839 NOZZLE-SPRAYER 36 120-0699 STRAINER-TIP, 50 MESH 1 A11837 Cozy Cab Sunshade machine Toro MultiPro 5800 53,964.70$ 1 41188 Multi Pro 1750 1 41158 Chemical Pre-Mix Kit - MP1750 (KZ Valve) 1 41159 Electric Hose Reel Kit (KZ Valve) 1 41249 Foam Marker Kit - Multi Pro Sprayer 1 136-0457 FINISH KIT - FOAM MARKER, MP1750 11 117-5837 NOZZLE-SPRAYER 11 117-5838 NOZZLE-SPRAYER 11 117-5839 NOZZLE-SPRAYER 33 120-0699 STRAINER-TIP, 50 MESH 1 30349 Universal Sunshade (White) machine Toro MultiPro -1750 36,730.51$ 2 03170 Reelmaster 3100-D - 21.5 hp diesel 6 03189 27 IN 8 Blade (RR) Radial Reel EdgeSeries 2 03244 RM 3100 End Weight Kit (3) 2 03172 RM3100 27" Lift Arm Kit 2 30358 Bimini Canvas Sunshade 2 119-0635 DPA ROLLER TIPPER KIT 2 30053 MVP FILTER KIT-RM3100D (2008- ) machine Toro RM3100 60,994.18$ Proposal City Of Coppell - Public Works BUYBOARD (CONTRACT # 529-17) Jason Lewis 816 South Coppell Road Coppell, TX 2258007 (12-19-2017) Professional Turf Products, L.P. 1010 North Industrial Blvd. Euless, Texas 76039 Will Dutton (972) 746-7637 duttonw@proturf.com Confidential Property of Professional Turf Products Page 1 of 2 1 03607 Reelmaster 5510-D - 36.8 hp Tier 4-compliant Diesel w/ factory installed ROPS 5 03638 22 IN 7-Inch, 8-Blade RR DPA Cutting Unit EdgeSeries 1 03405 7-inch Weight for CUs with No Attachments (Kit of 5) 1 30349 Universal Sunshade (White) 1 30093 800 HOUR MVP KIT- RM5410D/5510D/GM4300D machine Toro RM5510 TIV 56,753.57$ endmachine add Subtotal SubTotal 208,442.96$ Destination Destination Included Tax Tax (Estimated)Exempt Total fin TOTAL 208,442.96$ Comments: bottom For all New Equipment, Demo units may be available for up to 20% savings. For all New Equipment, Refurbished units may be available for up to 40% savings. Terms & Conditions: 1. Orders are considered contractual. Order cancellations are subject to fees up to 10% of the original order value. 2. New equipment delivery time is estimated at six weeks from the time credit is approved & documents are executed. 3. There will be a service charge equal to 1.5% per month (18% per annum) on all past due invoices. 4. By Law we are required to file a "Notice to Owner" of our intent to file lien in the event of payment default. This notice must be sent within 60 days of the date the original invoice and will happen automatically regardless of any special payment arrangements that may have been made. Authorized Signature: _________________________________________________________________________ Date: ___________________________________________ 1. Terms are net 10 unless prior arrangements have been made. 2. Quoted prices are subject to credit approval. A. PTP will work with third party financial institutions to secure leases when requested to do so. B. When using third party financiers, documentation fees & advance payments may be required. C. For convenience, monthly payments are estimated based on third party rate factors in effect at time of the quotation. D. PTP assumes no liability in the event credit becomes unavailable or rates change during the approval process. 2. All returns must be able to be sold as new. 3. Items missing parts are non returnable. 4. Professional Turf Products will have sole discretion as to the resalable condition of the product. 5. This policy does not apply to items that are defective, or shipped incorrectly by PTP or one of its vendors. Payment: B. In the event equipment is unavailable at time of order, PTP will employ every resource to secure an acceptable substitute. C. PTP strongly advises the customer to issue a firm PO as quickly as possible after acceptance of quotation. 6. "Trade In Allowances" will be treated as a credit for future parts purchases on PTP account unless other arrangements have been made. Returns Policy: 1. All returns are subject to restocking, refurbishing, usage, and shipping fees. 3. Pricing, including finance options, valid for 30 days from time of quotation. 4. After 30 days all prices are subject to change without notice. 5. Used and Demo equipment is in high demand and availability is subject to change. A. Upon firm customer commitment to purchase, said equipment availability will be determined and "locked". Confidential Property of Professional Turf Products Page 2 of 2 Master City of Coppell, Texas 255 Parkway Boulevard Coppell, Texas 75019-9478 File Number: 2018-3721 File ID: Type: Status: 2018-3721 Agenda Item Agenda Ready 1Version: Reference: In Control: Engineering 01/03/2018File Created: Final Action: Street & Alley AwardFile Name: Title: Consider approval of award for annual sidewalk, street & alley pavement repair program; in the total amount of $1,250,000.00, split between F&F Concrete, LLC & NPL Construction Company; as budgeted in the Infrastructure Maintenance Fund; and authorizing the City Manager to sign any necessary documents. Notes: Agenda Date: 01/09/2018 Agenda Number: c. Sponsors: Enactment Date: Annual Street and Alley Memo 2018.pdf, City Asset Repair Grid.pdf, Streets-Alleys Needs List.pdf, Sidewalk Needs List.pdf, Contract Award Split Calcs - NPL.pdf, Contract Award Split Calcs-F&F.pdf, NPL Bid Package.pdf, F&F Bid Package Partial.pdf Attachments: Enactment Number: Hearing Date: Contact: Effective Date: Drafter: Approval History Action DateVersionSeq #Due DateActionApprover 1 Ken Griffin 1 1/5/20181/4/2018 Approve 1 Jennifer Miller 2 1/5/20181/4/2018 Approve 1 Christel Pettinos - FYI 3 1/4/2018 Notified - FYI History of Legislative File Action: Result: Return Date: Due Date: Sent To: Date: Acting Body: Ver- sion: 1 01/09/2018City Council Text of Legislative File 2018-3721 Page 1City of Coppell, Texas Printed on 1/5/2018 Master Continued (2018-3721) Title Consider approval of award for annual sidewalk, street & alley pavement repair program; in the total amount of $1,250,000.00, split between F&F Concrete, LLC & NPL Construction Company; as budgeted in the Infrastructure Maintenance Fund; and authorizing the City Manager to sign any necessary documents. Summary Fiscal Impact: Funds have been budgeted in the Infrastructure Maintenance Fund for this contract. Staff Recommendation: The Public Works Department recommends approval. Goal Icon: Sustainable City Government Business Prosperity Community Wellness and Enrichment Sense of Community Special Place to Live Page 2City of Coppell, Texas Printed on 1/5/2018 1 MEMORANDUM To: Mayor and City Council From: Ken Griffin, P.E., Director of Public Works Date: January 9, 2018 Reference: Annual Sidewalk, Street & Alley Pavement Repair Contract 2030: Sustainable City Government, Goal 3 Excellent and Well-maintained City Infrastructure and Facilities General Information: This is the first renewal of the contract approved in 2017. The original contract was a 1-year renewable contract for up to 5 years, this is year 2 of that renewal. The budget amount will remain $1,250,000.00. The project will be renewed by the original two contractors. The first contractor will service the area east of Denton Tap with 60% of the budget. The second contractor will service the area west of Denton Tap with 40% of the budget. Introduction: This agenda item is being presented for approval of the renewal of the contract to two separate contractors with each performing a share of the annual sidewalk, street & alley pavement repair program. Analysis: In order to provide well-maintained City infrastructure, our concrete sidewalks, streets and alleys require ongoing maintenance and repair. Preventative maintenance and repair work will extend the life of the concrete paving. To increase the level of proactive maintenance and decrease the repair “down” time for resident requested repairs, a bid package was assembled to encompass sidewalks, alleys and streets. This should allow the contractor to service all concrete issues in one location with a single mobilization, to reduce resident inconvenience and increase contractor efficiency. Additionally, to maintain full coverage of the City in all concrete scopes of work, two contracts will be renewed for the same bid package. The two contractors were selected through the competitive low bid process and awarded in January 2017. F&F Concrete was low bid and NPL Construction Company was second lowest bid. The thought process behind awarding two bids was to ensure adequate resources to complete all repairs in a timely manner. Approximately $500,000 of the total project will be for ADA 2 improvements identified in the ADA Self Evaluation & Transition Plan presented to City Council on September 13, 2016. Attached to this item is a listing of streets, alleys and sidewalks which have been identified as needing repair by either the City or citizens. Upon approval of the r enewal, the locations will be re-evaluated and prioritized. The contractors will then work on the list utilizing the available funding. Any locations not addressed will be re-evaluated with next years’ program. F&F Concrete will be renewed for 60% of the project value to correspond to the area east of Denton Tap. NPL Construction will be renewed for 40% of the project value to correspond to the area west of Denton Tap. 2017‐2018 Street, Alley, Sidewalk & Ramps Total Funding Primary F&F (60%) Secondary NPL (40%) Street and Alley Repair $500,000 $300,000 $200,000 Sidewalks $250,000 $150,000 $100,000 ADA Improvements $500,000 $300,000 $200,000 $1,250,000 $750,000 $500,000 Legal Review: The Purchasing Department has reviewed the documents and determined that this is an appropriate method of contracting with this firm. Fiscal Impact: The fiscal impact of this agenda item is $1,250,000.00 as budgeted in IMF. Recommendation: The Public Works Department recommends approval of the contract with F&F Concrete for $750,000.00 and NPL Construction Company for $500,000.00. 2B 3A 2A 1A4A 4B 1C 1B SECOND CONTRACTOR- NPL Construction FIRST CONTRACTOR- F&F Concrete Texas Parks & Wildlife, Esri, HERE, DeLorme, INCREMENT P, Intermap, USGS, EPA, USDA F Repair Grid Map Street, Alley, and Sidewalk City of Coppell Created by Kevin R. January 3, 2017 Testing - City Assett Repair Grid Created in ArcGIS Pro version 1.3 SANDY LAKE RD SANDY LAKE RD DENTON TAP RDBELT LINE RDMOORE RDMACARTHUR BLVDSAMUEL BLVDSOUTHWESTERN BLVDSH 121SH 12 1 BELT LIN E R D Current Street and Alley Needs List - To Be Prioritized Annually Utilizing Fugro Study and Field Review Type Quadrant Street Address Range Alley 1 Barrington Dr. 1402 Alley 1 Bethel School E. 907 Alley 1 Bethel School E. 818 Alley 1 Bethel School E. 830 Alley 1 Bethel School E. 827 Alley 1 Bethel School E. 802 to 810 Alley 1 Bitternut Dr. 868 Alley 1 Blue Jay Ln. 809 Alley 1 Blue Jay Ln. 837 Alley 1 Blue Jay Ln. 832-836 Alley 1 Blue Jay Ln. 844 to 848 Alley 1 Bradford Dr. 1290 Alley 1 Bradford Dr. 1318 Alley 1 Cambria 410 Alley 1 Cambria 430 to 446 Alley 1 Cambria 451 Alley 1 Cambria 459 Alley 1 Cambria 463 Alley 1 Cardinal 732 Alley 1 Castlebury Ct. 135 Alley 1 Cherrybark 100 Alley 1 Clear Creek Ln. 419 Alley 1 Clear Creek Ln. 402 to 490 Alley 1 Condor Dr. 976 to 980 Alley 1 Condor Dr. 988 Alley 1 Coral Dr. 1344 Alley 1 Creekside Ln. 111 Alley 1 Creekside Ln. 119 Alley 1 Crestview Dr. 941 Alley 1 Crestview Dr. 949 Alley 1 Crestview Dr. 953 Alley 1 Dunlin 309 Alley 1 Falcon Ct 310 to 318 Alley 1 Falcon Ct 318 Alley 1 Falcon Ct 313 Alley 1 Falcon Ln 932 to 944 Alley 1 Falcon Ln 952 Alley 1 Falcon Ln 956 to 960 Alley 1 Falcon Ln. 900 Alley 1 Falcon Ln. 908 to 920 Alley 1 Greenridge Dr. 440 to 444 Alley 1 Havencrest 606 Alley 1 Hidden Hollow Ct 964 Alley 1 Highland Meadow 132-140 Alley 1 Hill 117 Alley 1 Hollow Cir 684 Alley 1 Longmeadow Dr. 209 Alley 1 Mallard Dr. 951 Alley 1 Mallard Dr. 971 Alley 1 Mallard Dr. 975 Alley 1 Mallard Dr. 922-926 Page 1 of 7 Current Street and Alley Needs List - To Be Prioritized Annually Utilizing Fugro Study and Field Review Alley 1 Mallard Dr. 846-902 Alley 1 Mesquitewood 103 Alley 1 Mesquitewood 127-131 Alley 1 Mesquitewood 147 Alley 1 Mesquitewood 102 Alley 1 Mesquitewood 128 Alley 1 Mesquitewood 136 Alley 1 Mesquitewood 202 Alley 1 Mockingbird 160 Alley 1 Oriole 730 Alley 1 Pebble Creek 1518 Alley 1 Pebble Creek 1522 Alley 1 Pelican 770 Alley 1 Pheasant Ln 605-609 Alley 1 Pheasant Ln 621 Alley 1 Pheasant Ln 625 Alley 1 Pheasant Ln 633-637 Alley 1 Pinyon 218 to 226 Alley 1 Pinyon 230 Alley 1 Pinyon 254-258 Alley 1 Pinyon 270-274 Alley 1 Pinyon 278 Alley 1 Pinyon/Pepperwood 302 thur 314 Alley 1 Pinyon/Pepperwood 318 thur 330 Alley 1 Pinyon/Pepperwood 338 Alley 1 Pinyon/Pepperwood 346 Alley 1 Pinyon/Pepperwood 350 Alley 1 Quail 672 Alley 1 Redcedar Way 832 & 900 Alley 1 Redwing Dr. 981 Alley 1 Robin 720 Alley 1 Robin Ln. 725 to 733 Alley 1 Robin Ln. 737 to 749 Alley 1 Rolling Brook 915 Alley 1 S. MacArthur Blvd 101 Alley 1 Sandy Knoll 400 Alley 1 Sandy Knoll 120 Alley 1 Shadowcrest 432 Alley 1 Shadowcrest 542 Alley 1 Shadowcrest 554-562 Alley 1 Shadowcrest 566 Alley 1 Shadowcrest 574 Alley 1 Shadowcrest 572 Alley 1 Shadowcrest 582 Alley 1 Simmons 144-152 Alley 1 Simmons 244 Alley 1 Sora Ln. 504 Alley 1 Springoak Ln.301 to 309 Alley 1 Timber Ridge 320 Alley 1 Villawood 700 Alley 1 Wellington Rd. 612 Alley 1 Wellington Rd. 500 Page 2 of 7 Current Street and Alley Needs List - To Be Prioritized Annually Utilizing Fugro Study and Field Review Alley 1 Willet 410-418 Alley 1 Willow Springs 421-425 Alley 1 Willow Springs 433 Alley 1 Woodhurst 338 Alley 1 Woodpark W side of entrance Alley 1 Woodpark E side of entrance Alley 1 Woodway 428 Alley 1 Woodway 440 Alley 2 Allen Rd. 627 Alley 2 Bella Vista Dr. 718 to 734 Alley 2 Beverly Dr. 527 Alley 2 Cascade Way 116 Alley 2 Cherrywood 1005 Alley 2 Chestnut/Kailey Way Alley 2 Claremont Ct. 610 Alley 2 Cove Dr. 344 Alley 2 Crooked Tree Ct 329 Alley 2 Deforest Ct. 673 Alley 2 Dickens Dr. 109 Alley 2 Dickens Dr. 133 to 137 Alley 2 Forestwood Ln. 1019 Alley 2 Gibbs Crossing 1030 Alley 2 Glen Lakes Dr. 663 Alley 2 Harrison 600 Alley 2 Kailey Way 264-268 Alley 2 Lakeview Dr. 823 Alley 2 Lansdowne Cir. 101 Alley 2 Mariners Ct. 884 to 892 Alley 2 Mariners Ct. 883 Alley 2 Marlee Cir 732 Alley 2 Misty Harbor Ct 890 Alley 2 Park Valley 128-132 Alley 2 Park Valley 132 Alley 2 Park Valley 180 Alley 2 Parkway 739-743 Alley 2 Parkway 801 Alley 2 Pecan Hollow 323 Alley 2 Phillips 313 Alley 2 Plumlee Pl 626-630 Alley 2 Raintree Cir 532 Alley 2 Reeder 259 Alley 2 Reeder 263 Alley 2 Stringfellow 522 Alley 2 Tanglewood Ln. 334 Alley 2 Trailwood 105 Alley 2 Trailwood Ln. 141 Alley 2 Village Green 567 Alley 3 Banker Cottage Ln. 735 Alley 3 Bricknell 165 to 169 Alley 3 Gifford 411 Alley 3 Leisure Ln. 444 Alley 4 Archer 554-579 Page 3 of 7 Current Street and Alley Needs List - To Be Prioritized Annually Utilizing Fugro Study and Field Review Alley 4 Ashley 315 Alley 4 Ashley 323 Alley 4 Ashley 331-343 Alley 4 Carriage Ct. /Tara Ct.*Size changed per KG 208-210 Alley 4 Halifax Ln. 529 Alley 4 Halifax Ln. 508 Alley 4 Hawken 524 Alley 4 Newport 185 Alley 4 Plantation 217 Alley 4 Plantation 221 Alley 4 Plantation 225-241 Alley 4 W. Bethel School Rd. 208 Alley 4 W. Bethel School Rd. 212 Alley 4 Whispering Hills 257 Street 1 Bethel School E 1021 Street 1 Bethel School E 603 Street 1 Bethel School E 628 Street 1 Bethel School E 632 Street 1 Bethel School E 745 Street 1 Bethel School E. Street 1 Bethel School E. 815 Street 1 Bethel School E. 826 Street 1 Bethel School E. 846 Street 1 Bethel School E. 705-709 Street 1 Bethel School E. 713 Street 1 Cambria 446 Street 1 Creekside Ln 266 Street 1 E. Bethel Rd. 236 Street 1 Hill 121 Street 1 Lakewood Ct. 304 Street 1 Mapleleaf 114 Street 1 Mockingbird 232 Street 1 Mockingbird/Crestview Street 1 Park Meadow Way 324 Street 1 Park Meadow Way 320-324 Street 1 Park Meadow Way 305-309 Street 1 Pheasant Ln 614 Street 1 Pheasant Ln 622 Street 1 Pinyon 270-278 Street 1 Redcedar Way 813 Street 1 Robin 724 Street 1 Rolling Brook 1002 Street 1 S. Moore Rd. 130 Street 1 Simmons 152-156 Street 1 Sora 509 Street 1 Sparrow Ln. 713 Street 1 Sparrow Ln. 729 Street 1 Sparrow Ln. 736 to 744 Street 1 Tupelo Dr.901 Street 1 Villawood Ln. 712 Street 1 Villawood Ln. 728 Street 1 Woodhill Dr. 413 Page 4 of 7 Current Street and Alley Needs List - To Be Prioritized Annually Utilizing Fugro Study and Field Review Street 1 Woodhurst @ Hillhaven Street 1 Woodhurst Dr. 251 Street 1 Woodhurst Dr. 315 Street 1 Woodway 441 Street 2 Alendale 735 Street 2 Alendale/Marlee Cir Street 2 Basilwood Dr. 1004 Street 2 Beverly Dr. 530 to 534 Street 2 Brown Trl 925 Street 2 Deforest Ct. 673 Street 2 Forestwood Ln. 1014 Street 2 Glen Lakes Dr. 634 Street 2 Greenway 751 Street 2 Heartz/Parkway Intersection Street 2 Inglenook Ct 629 Street 2 Lake Park Dr. 651 Street 2 Lansdowne Cir. 120 Street 2 Lyndsie 277 Street 2 Lyndsie 317 Street 2 Meadow Run Cir Street 2 Meadow Run Cir Street 2 Park Valley 184 Street 2 Park Valley/Heartz Street 2 Parker Dr. 949 Street 2 Parkview Pl. 324 Street 2 Parkway Street 2 Parkway 357 Street 2 Parkway (WB east of Parkview) Street 2 Parkway E 300 Street 2 Parkway/Alex (intersection left lane) Street 2 Parkway/Parkview Street 2 Parr St. 642 Street 2 Phillips 617 Street 2 Phillips 648 Street 2 Phillips 652 to 656 Street 2 Raintree Cir 568 Street 2 Tanglewood Ln. 322 Street 2 Thompson Dr. 613 Street 2 Thompson Dr. 621-625 Street 2 Thompson Dr. 620-628 Street 2 Thompson Dr. 629 Street 2 Town Center Blvd. 146 Street 2 W. Peninsula Dr. 653 Street 2 Woodmoor Dr. 716 to 720 Street 3 Bricknell 237 Street 3 Canyon Dr. 601-750-751 Street 3 Denton Tap (front of McDonalds) Street 3 Denton Tap between Goodyear & Walgreen Street 3 Denton Tap east of Andy Brown West Pk Street 3 Denton Tap-Parkway Blvd Street 3 Parkway (between Auburn Way & Cowboy Street 3 Parkway W. /Denton Tap Page 5 of 7 Current Street and Alley Needs List - To Be Prioritized Annually Utilizing Fugro Study and Field Review Street 3 Parkway/Cowboy Dr Street 3 Pedmore 521 Street 4 Airline WB Freeport to Beltline Street 4 Anderson Ave. 521 Street 4 Anderson Ave. @ Cozby Ave. Street 4 Armstrong Blvd. 734-738 Street 4 Belt Line at Wrangler Street 4 Beltline (Bet. Dividend & Lakeshore) Street 4 Beltline (Bet. Hackberry & Lakeshore Street 4 Beltline/Wrangler Street 4 Branchwood Trl. 116 Street 4 Branchwood Trl. 128,129,132,133 Street 4 Branchwood Trl. 140,141,144,145 Street 4 Brooks 313 Street 4 Brooks 317 Street 4 Brooks 321 Street 4 Brooks 407 Street 4 Brooks 420 Street 4 Carolina Ct 214-218 Street 4 Carriage Ct 205 Street 4 Cooper 407 Street 4 Cooper 410 Street 4 Cooper 416 & 417 Street 4 Cozby Ave. 410 Street 4 Crestside Dr. 1333 Street 4 Delta Ct 235 Street 4 Dividend (east side of Freeport Pkwy) Street 4 Dividend/Belt Line Street 4 Fieldcrest Loop 112 Street 4 Fieldcrest Loop 116 Street 4 Fieldcrest Loop 120 Street 4 Fieldcrest Loop 132 Street 4 Fieldcrest Loop 136 Street 4 Fieldcrest Loop 206 Street 4 Forest Ridge Dr. 457 Street 4 Freeport (NB Lane north of Wrangler) Street 4 Freeport (Southbound past Hard 8) Street 4 Freeport (WB at Gateway) Street 4 Freeport/Airline (northbound) Street 4 Freeport/Dividend Street 4 Freeport/Fritz Street 4 Gateview Blvd. Street 4 Kaye St. 404 Street 4 Kingston Cir. 148 Street 4 Lakeshore Dr. 1225 Street 4 Lynn Ct. 540 Street 4 Magnolia 224 Street 4 Magnolia 241 Street 4 Magnolia 257-265 Street 4 N.Beltline 1177 Street 4 N.Beltline 1199 Street 4 N.Beltline 1421 Page 6 of 7 Current Street and Alley Needs List - To Be Prioritized Annually Utilizing Fugro Study and Field Review Street 4 Northpoint (median West of Royal) Street 4 Northpoint Dr. 201 Street 4 Oakbend Dr. 134 Street 4 Oakbend Dr. 663 Street 4 Plantation 204-208 Street 4 Plantation 316 Street 4 Plantation 317 Street 4 Plantation 400-500 Street 4 Plantation (end of Street at Coppell Rd) Street 4 Post Oak Dr. 701 Street 4 Royal 601 Street 4 Royal 621 Street 4 Royal (south of Northlake College) Street 4 Royal 2nd. Request on 8/13/2013 675 Street 4 Royal Ln (NB at Post Office entrance) Street 4 Royal/Creekview Street 4 Royal/Northpoint (Northbound Royal) Street 4 Saintsbury/Belt Line Street 4 Southern Belle 237 Street 4 Spanish Moss cul-de-sac to Steamboat Street 4 W. Bethel School Rd. 204 to 208 Street/Alley 1 Cambria 479 Street/Alley 1 Pheasant Ln 601 Page 7 of 7 Sidewalk Rapair Needs Listing ‐ To Be Prioritized Annually Prior to Construction Type Quadrant Street Address Range Sidewalk 1 Barclay Ave 223 Sidewalk 1 Barclay Ave 251 Sidewalk 1 Barclay Ave 274 to 302 Sidewalk 1 Bethel School E.709 Sidewalk 1 Bethel School E.713 Sidewalk 1 Blue Jay Ln.816 Sidewalk 1 Briarglen Dr.548 Sidewalk 1 Castlebury Ct.135 to 138 Sidewalk 1 Cherrybark Dr.117 Sidewalk 1 Cherrybark Dr.227 Sidewalk 1 Condor Dr.930 Sidewalk 1 Creekside Ln.114 Sidewalk 1 Edgewood Dr.347 Sidewalk 1 Edgewood Dr.226 Sidewalk 1 Greenridge Dr.400 to 404 Sidewalk 1 Greenridge Dr.420 to 424 Sidewalk 1 Greenridge Dr.436 Sidewalk 1 Greenridge Dr.439 Sidewalk 1 Havencrest Ln.556 Sidewalk 1 Havencrest Ln.564 Sidewalk 1 Highlandmeadow/Sandylake Sidewalk 1 Hill Dr.128 Sidewalk 1 HuntersRidge 429-433 Sidewalk 1 Mesquitewood St.103 Sidewalk 1 Mockingbird 122 Sidewalk 1 Park Meadow Way 220 Sidewalk 1 Park Meadow Way 237 Sidewalk 1 Park Meadow Way 320 to 324 Sidewalk 1 Pheasant Ln.610 to 614 Sidewalk 1 Pinyon 303 Sidewalk 1 Robin Ln.733 Sidewalk 1 Timber Ridge Ln.303 Sidewalk 1 Tupelo Dr. at Spring Oak 901 Sidewalk 1 Villawood Ln.648 Sidewalk 1 Villawood Ln.704 Sidewalk 1 Willow Springs Ct.313 Sidewalk 1 Willow Springs Dr. at Woodhurst 216 Sidewalk 1 Woodhurst Dr.239 Sidewalk 1 Woodhurst Dr.251 Sidewalk 1 Woodhurst Dr.315 Sidewalk 1 Woodhurst Dr.334 Sidewalk 1 Woodhurst Dr.426 Page 1 of 3 Sidewalk Rapair Needs Listing ‐ To Be Prioritized Annually Prior to Construction Type Quadrant Street Address Range Sidewalk 1 Woodhurst Dr.462 Sidewalk 1 Woodhurst Dr.519 Sidewalk 1 Woodhurst Dr.535 Sidewalk 1 Woodway/Woodhill/Hillhaven Rd. Sidewalk 2 Alex Dr.265 to 269 Sidewalk 2 Ashford Dr.701 Sidewalk 2 Basilwood Dr.1040 to 1044 Sidewalk 2 Bella Vista Dr.718 to 722 Sidewalk 2 Bella Vista Dr.730 Sidewalk 2 Bella Vista Dr.725 Sidewalk 2 Bella Vista Dr.733 Sidewalk 2 Beverly Dr.506‐510 Sidewalk 2 Beverly Dr.515 Sidewalk 2 Brentwood Dr.941 Sidewalk 2 Cedar Crest Dr.332 Sidewalk 2 Cheshire Dr.715 Sidewalk 2 Cheshire Dr.850 Sidewalk 2 Claremont Ct.610 Sidewalk 2 Claremont Ct.537 Sidewalk 2 Clear Haven 304 Sidewalk 2 Clear Haven 308 Sidewalk 2 Clear Haven 309 Sidewalk 2 Crooked Tree Ct.305 Sidewalk 2 Deforest Rd.653 Sidewalk 2 Dogwood Trl.336 Sidewalk 2 Driftwood Dr.204 Sidewalk 2 Duncan Dr.650 Sidewalk 2 E. Peninsula Dr.710 Sidewalk 2 Enclaves Ct.244 Sidewalk 2 Enclaves Ct.245-249 Sidewalk 2 Enclaves Ct.253 Sidewalk 2 Enclaves Ct.260-264 Sidewalk 2 Forest Hill Dr.523 Sidewalk 2 Forest Hill Dr.531 to 535 Sidewalk 2 Forestwood Ln.1019 Sidewalk 2 Greenway Dr.747 to 751 Sidewalk 2 Harrison Dr.600 to 608 Sidewalk 2 Hollywood Dr.141 Sidewalk 2 Johnson Dr.652 Sidewalk 2 Lake Park Dr.583 to 587 Sidewalk 2 Lake Park Dr.651 Sidewalk 2 Lansdowne Cir.120 Page 2 of 3 Sidewalk Rapair Needs Listing ‐ To Be Prioritized Annually Prior to Construction Type Quadrant Street Address Range Sidewalk 2 Leslie Ln.801 to 805 Sidewalk 2 Leslie Ln.809 to 817 Sidewalk 2 Leslie Ln. at Meadow Run 817 Sidewalk 2 Meadow Run Cir.103 Sidewalk 2 Meadowglen Cir.846 Sidewalk 2 Meadowood Ln.325 or 336 Sidewalk 2 N. Moore Rd.348 Sidewalk 2 Park Valley Dr.296 Sidewalk 2 Parker Dr.945‐949‐953 Sidewalk 2 Parker Dr.981‐985‐989 Sidewalk 2 Parkway Blvd.640 Sidewalk 2 Parkwood Ln.418 to 430 Sidewalk 2 Parkwood Ln.419 to 431 Sidewalk 2 Parr St.646 Sidewalk 2 Phillips Dr.301 Sidewalk 2 Phillips Dr.300 Sidewalk 2 Phillips Dr.304 to 312 Sidewalk 2 Phillips Dr.316 to 320 Sidewalk 2 Phillips Dr.309 to 313 Sidewalk 2 Phillips Dr.329 to 337 Sidewalk 2 Phillips Dr.369 to 377 Sidewalk 2 Phillips Dr.429 to 441 Sidewalk 2 Phillips Dr.652 to 656 Sidewalk 2 Quiet Valley Dr.303 Sidewalk 2 Quiet Valley Dr.313 Sidewalk 2 Spyglass Dr.116 Sidewalk 2 Spyglass Dr.200 Sidewalk 2 Tanglewood Ln. (entire neighborhood)322 Sidewalk 2 Village Parkway 982 Sidewalk 2 W. Peninsula Dr.653 Sidewalk 2 Waterview Dr.320 & 324 Sidewalk 3 Bricknell Ln.161 to 165 Sidewalk 3 Cooper Ln.413 Sidewalk 3 Cooper Ln.414 Sidewalk 3 Cooper Ln.416 Sidewalk 3 Cooper Ln.417 Sidewalk 3 Cooper Ln.421 Sidewalk 3 W. Parkway Blvd. (Gifford to Graham) Sidewalk 4 Beal Ln.623 Sidewalk 4 Plantation Blvd 200 Page 3 of 3 2016‐2017 Street, Alley, Sidewalk & Ramps Contractor NPL Total Contract $500,000.00 Street & Alley $200,000.00 Sidewalk & ADA $300,000.00 Total $500,000.00 NPL BID SUMMARY Item # Item Description Unit Unit Rate 1 Remove 6" to 811 thick reinforced concrete 0-50 s.y. SY $ 11.25 2 Remove 6" to 811 thick reinforced concrete 51-250 s.y. SY $ 11.25 3 Remove 6" to 8" thick reinforced concrete 251 + s.y. SY $ 11.25 4 Remove 9" to 10" thick reinforced concrete 0 - 50 s.y. SY $ 11.25 5 Remove 9" to 10" thick reinforced concrete 51- 250 s.y. SY $ 11.25 6 Remove 9" to 10" thick reinforced concrete 251+ s.y. SY $ 11.25 7 Remove 611 to 8" thick reinforced concrete alley 0 - 50 s.y. SY $ 11.25 8 Remove 611 to 8" thick reinforced concrete alley 51 - 250 s.y. SY $ 11.25 9 Remove 6" to 811 thick reinforced concrete alley 251+ s.y. SY $ 11.25 7 Remove 4" to 5" concrete sidewalk 0-50 s.y. SY $ 9.00 8 Remove 4" to 5" concrete sidewalk 51to 250 s.y. SY $ 9.00 9 Remove 4" to 5" concrete sidewalk 251 + s.y. SY $ 9.00 10 4" concrete sidewalk (3000 p.s.i. no fly ash air) 0-50 s.y. SY $ 58.50 11 4" concrete sidewalk (3000 p.s.i. no fly ash air) 51to 250 s.y. SY $ 58.50 12 4" concrete sidewalk (3000 p.s.i. no fly ash air) 251 + s.y. SY $ 58.50 13 6" (3600 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 70.00 14 6" (3600 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 70.00 15 6" (3600 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 70.00 16 6" (4200 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 71.00 17 6" (4200 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 71.00 18 6" (4200 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 71.00 19 6" (5000 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 73.00 20 6" (5000 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 73.00 21 6" (5000 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 73.00 22 8" (3600 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 72.00 23 811 (3600 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 72.00 24 8" (3600 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 72.00 25 8" (4200 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 73.00 26 8" (4200 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 73.00 27 8" (4200 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 73.00 28 811 (5000 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 74.00 29 8" (5000 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 74.00 30 811 (5000 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 74.00 31 9" (3600 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 76.00 32 9" (3600 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 76.00 33 9" (3600 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 76.00 34 9" (4200 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 77.00 35 9" (4200 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 77.00 36 9" (4200 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 77.00 37 9" (5000 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 80.00 38 9" (5000 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 80.00 39 9" (5000 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 80.00 40 10" (3600 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 90.00 41 10" (3600 p.s.i. no fly ash air) concrete for pavement 51-250 s.y. SY $ 90.00 42 10" (3600 p.s.i. no fly ash air) concrete for pavement 251+ s.y. SY $ 90.00 43 10" (4200 p.s.i. no fly ash air) concrete for pavement 0-50 s.y SY $ 90.00 44 10" (4200 p.s.i. no fly ash air) concrete for pavement 51-250 s.y. SY $ 90.00 45 10" (4200 p.s.i. no fly ash air) concrete for pavement 251+ s.y. SY $ 90.00 46 10" (5000 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 100.00 47 10" (5000 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 100.00 48 10" (5000 p.s.i. no fly ash air) concrete for pavement 251+ s.y. SY $ 100.00 49 6" to 8" (3600 p.s.i. no fly ash air) Alley pavement concrete 0 - 50 s.y. SY $ 80.00 50 6" to 8" (3600 p.s.i. no fly ash air) Alley pavement concrete 51to 250 s.y. SY $ 80.00 51 6" to 8" (3600 p.s.i. no fly ash air) Alley pavement concrete 251 + s.y. SY $ 80.00 52 6" to 8" (4200 p.s.i. no fly ash air) Alley pavement concrete 0 - 50 s.y. SY $ 80.00 53 6" to 8" (4200 p.s.i. no fly ash air) Alley pavement concrete 51to 250 s.y. SY $ 80.00 54 6" to 811 (4200 p.s.i. no fly ash air) Alley pavement concrete 251 + s.y. SY $ 80.00 55 611 to 811 (5000 p.s.i. no fly ash air) Alley pavement concrete 0 - 50 s.y. SY $ 85.00 56 611 to 8" (5000 p.s.i. no fly ash air) Alley pavement concrete 51to 250 s.y. SY $ 85.00 57 611 to 8" (5000 p.s.i. no fly ash air) Alley pavement concrete 251 + s.y. SY $ 85.00 58 Barrier Free Ramps (4' Sidewalk) EA $ 2,000.00 59 Barrier Free Ramps (5' Sidewalk) EA $ 2,250.00 60 Barrier Free Ramps (6' Sidewalk) EA $ 2,500.00 61 Barrier Free Ramps (10' Sidewalk) EA $ 3,000.00 62 Sidewalk curb LF $ 10.00 63 Stairs up to 8" rise s.f. SF $ 25.00 64 6" Integral Curb Concrete LF $ 12.00 65 6" concrete drive approach up to connecting sidewalk or R.O.W. SY $ 85.00 66 8" concrete drive approach up to connecting sidewalk or R.O.W. SY $ 90.00 67 Remove curb and gutter 0 - 150 l.f. LF $ 5.00 68 Remove curb and gutter 151+ l.f. LF $ 5.00 69 24" curb and gutter to include 611 curb O - 150 l.f. LF $ 30.00 70 24" curb and gutter to include 6" curb 151+ l.f. LF $ 30.00 71 30" curb and gutter to include 6" curb 0 - 150 l.f. LF $ 32.00 72 30" curb and gutter to include 611 curb 151 + l.f. LF $ 32.00 73 36" curb and gutter to include 6" curb 0 - 150 l.f. LF $ 35.00 74 36" curb and gutter to include 611 curb 151 + l.f. LF $ 35.00 75 18" Mountable curb and gutter concrete LF $ 25.00 76 18" Mountable curb and gutter concrete LF $ 25.00 77 SDHPT (grade 2) Type A Flex Base provided placed and compacted by contractor TON $ 100.00 78 5" - 6" depth stamped patterned concrete median SY $ 315.00 79 8" depth stamped patterned concrete median SY $ 400.00 80 Removal of retaining wall (0-4 ft tall) LF $ 40.00 81 Retaining wall (0-1.5 ft) with integral sidewalk LF $ 30.00 82 Install retaining wall (1.6 - 3 ft) with integral sidewalk LF $ 45.00 83 Install retaining wall (3.1- 4 ft) with integral sidewalk LF $ 100.00 84 Remove HMAC and necessary sub-base SY $ 45.00 85 Install HMAC 2" compacted along concrete repairs s.y. SY $ 49.00 86 Saw cut full depth concrete LF $ 2.50 87 Saw cut full depth concrete sidewalk LF $ 2.50 88 Saw cut asphalt full depth LF $ 2.50 89 Partial (T/4) depth saw cut concrete LF $ 2.50 90 Sod on all disturbing sides of construction to match existing species of grass SY $ 8.00 91 Unclassified Excavation 0 - 50 c.y. I CY $ 100.00 92 Unclassified Excavation 51- 100 c.y. CY $ 100.00 93 Unclassified Excavation 101 + c.y. CY $ 100.00 94 Place and Compact Fill supplied by Contractor c.y. CY $ 60.00 95 4" Concrete Riprap 0 - 50 s.y. SY $ 90.00 96 4" Concrete Riprap 51to 250 s.y. SY $ 90.00 97 4" Concrete Riprap 251 + s.y.SY $ 90.00 98 Remove storm water pipe 0- 30" LF $ 50.00 99 Lay storm water pipe 0-30" RCP supplied by Contractor LF $ 450.00 100 Install 6" French drain 0'-3' depth LF $ 50.00 101 Install 6" French drain 3.01' - 6' depth LF $ 100.00 102 Adjust Manhole to Grade EA $ 450.00 103 Adjust Existing Grate Inlet to Grade EA $ 500.00 104 Adjust Water Meter Cans and Irrigation Valve Boxes EA $ 45.00 105 Adjust Sewer Cleanouts EA $ 45.00 106 Adjust Valve Boxes EA $ 45.00 107 Relocate Existing Ground Box EA $ 200.00 108 2'x2' Grate Inlet EA $ 4,500.00 109 4'x4' Grate Inlet EA $ 7,800.00 110 3'x3' Type A Junction Box EA $ 3,500.00 111 4'x4' Type A Junction Box EA $ 4,740.00 112 5'x5' Type A Junction Box EA $ 5,500.00 113 6'x6' Type A Junction Box EA $ 7,220.00 114 7'x7' Type A Junction Box EA $ 9,500.00 115 Remove and Replace Storm Drain Inlet Top and Throat EA $ 5,000.00 116 Remove and Replace 5' Curb Inlet EA $ 4,500.00 117 Remove and Replace 10' Curb Inlet EA $ 6,000.00 118 Remove and Replace 15' Curb Inlet EA $ 8,000.00 119 Remove and Replace 20' Curb Inlet EA $ 10,000.00 120 Grubbing/ Land Clearing SY $ 45.00 121 Crack and Joint Sealing ( Random Cracks, Redwood Expansion Joints, and Construction Saw Joints) LF $ 3.50 122 Traffic Control Plan on major thoroughfare Daily $ 125.00 123 Traffic Control Plan on major thoroughfare Weekly $ 500.00 124 Traffic Control Plan on major thoroughfare Monthly $ 1,750.00 2016‐2017 Street, Alley, Sidewalk & Ramps Contractor F&F Total Contract $750,000.00 Street & Alley $300,000.00 Sidewalk & ADA $450,000.00 Total $750,000.00 F&F BID SUMMARY Item # Item Description Unit Unit Rate 1 Remove 6" to 811 thick reinforced concrete 0-50 s.y. SY $ 27.00 2 Remove 6" to 811 thick reinforced concrete 51-250 s.y. SY $ 26.50 3 Remove 6" to 8" thick reinforced concrete 251 + s.y. SY $ 26.00 4 Remove 9" to 10" thick reinforced concrete 0 - 50 s.y. SY $ 28.50 5 Remove 9" to 10" thick reinforced concrete 51- 250 s.y. SY $ 27.50 6 Remove 9" to 10" thick reinforced concrete 251+ s.y. SY $ 26.50 7 Remove 611 to 8" thick reinforced concrete alley 0 - 50 s.y. SY $ 28.50 8 Remove 611 to 8" thick reinforced concrete alley 51 - 250 s.y. SY $ 27.50 9 Remove 6" to 811 thick reinforced concrete alley 251+ s.y. SY $ 26.50 7 Remove 4" to 5" concrete sidewalk 0-50 s.y. SY $ 19.50 8 Remove 4" to 5" concrete sidewalk 51to 250 s.y. SY $ 18.80 9 Remove 4" to 5" concrete sidewalk 251 + s.y. SY $ 17.50 10 4" concrete sidewalk (3000 p.s.i. no fly ash air) 0-50 s.y. SY $ 49.50 11 4" concrete sidewalk (3000 p.s.i. no fly ash air) 51to 250 s.y. SY $ 49.00 12 4" concrete sidewalk (3000 p.s.i. no fly ash air) 251 + s.y. SY $ 48.50 13 6" (3600 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 63.00 14 6" (3600 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 62.50 15 6" (3600 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 62.60 16 6" (4200 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 65.75 17 6" (4200 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 64.75 18 6" (4200 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 63.00 19 6" (5000 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 69.50 20 6" (5000 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 68.50 21 6" (5000 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 67.00 22 8" (3600 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 74.25 23 811 (3600 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 73.25 24 8" (3600 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 72.00 25 8" (4200 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 79.25 26 8" (4200 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 78.25 27 8" (4200 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 77.00 28 811 (5000 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 83.25 29 8" (5000 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 82.25 30 811 (5000 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 81.00 31 9" (3600 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 77.25 32 9" (3600 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 76.25 33 9" (3600 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 75.00 34 9" (4200 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 81.25 35 9" (4200 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 80.25 36 9" (4200 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 79.00 37 9" (5000 p.s.i. no fly ash air) concrete for pavement 0-50 s.y. SY $ 87.50 38 9" (5000 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 86.50 39 9" (5000 p.s.i. no fly ash air) concrete for pavement 251 + s.y. SY $ 85.00 40 10" (3600 p.s.i. no fly ash air) concrete for pavement 0- 50 s.y. SY $ 87.50 41 10" (3600 p.s.i. no fly ash air) concrete for pavement 51-250 s.y. SY $ 86.50 42 10" (3600 p.s.i. no fly ash air) concrete for pavement 251+ s.y. SY $ 85.60 43 10" (4200 p.s.i. no fly ash air) concrete for pavement 0- 50 s.y SY $ 91.25 44 10" (4200 p.s.i. no fly ash air) concrete for pavement 51-250 s.y. SY $ 90.25 45 10" (4200 p.s.i. no fly ash air) concrete for pavement 251+ s.y. SY $ 88.00 46 10" (5000 p.s.i. no fly ash air) concrete for pavement 0- 50 s.y. SY $ 97.50 47 10" (5000 p.s.i. no fly ash air) concrete for pavement 51to 250 s.y. SY $ 96.50 48 10" (5000 p.s.i. no fly ash air) concrete for pavement 251+ s.y. SY $ 95.00 49 6" to 8" (3600 p.s.i. no fly ash air) Alley pavement concrete 0 - 50 s.y. SY $ 78.75 50 6" to 8" (3600 p.s.i. no fly ash air) Alley pavement concrete 51to 250 s.y. SY $ 76.50 51 6" to 8" (3600 p.s.i. no fly ash air) Alley pavement concrete 251 + s.y. SY $ 76.50 52 6" to 8" (4200 p.s.i. no fly ash air) Alley pavement concrete 0 - 50 s.y. SY $ 80.75 53 6" to 8" (4200 p.s.i. no fly ash air) Alley pavement concrete 51to 250 s.y. SY $ 78.50 54 6" to 811 (4200 p.s.i. no fly ash air) Alley pavement concrete 251 + s.y. SY $ 78.50 55 611 to 811 (5000 p.s.i. no fly ash air) Alley pavement concrete 0 - 50 s.y. SY $ 83.25 56 611 to 8" (5000 p.s.i. no fly ash air) Alley pavement concrete 51to 250 s.y. SY $ 81.50 57 611 to 8" (5000 p.s.i. no fly ash air) Alley pavement concrete 251 + s.y. SY $ 81.50 58 Barrier Free Ramps (4' Sidewalk) EA $ 1,350.00 59 Barrier Free Ramps (5' Sidewalk) EA $ 1,400.00 60 Barrier Free Ramps (6' Sidewalk) EA $ 1,600.00 61 Barrier Free Ramps (10' Sidewalk) EA $ 2,000.00 62 Sidewalk curb LF $ 8.50 63 Stairs up to 8" rise s.f. SF $ 50.00 64 6" Integral Curb Concrete LF $ 8.50 65 6" concrete drive approach up to connecting sidewalk or R.O.W. SY $ 58.50 66 8" concrete drive approach up to connecting sidewalk or R.O.W. SY $ 72.00 67 Remove curb and gutter 0 - 150 l.f. LF $ 10.00 68 Remove curb and gutter 151+ l.f. LF $ 9.00 69 24" curb and gutter to include 611 curb 0 - 150 l.f. LF $ 28.00 70 24" curb and gutter to include 6" curb 151+ l.f. LF $ 27.00 71 30" curb and gutter to include 6" curb 0 - 150 l.f. LF $ 31.00 72 30" curb and gutter to include 611 curb 151 + l.f. LF $ 30.00 73 36" curb and gutter to include 6" curb 0 - 150 l.f. LF $ 33.00 74 36" curb and gutter to include 611 curb 151 + l.f. LF $ 32.00 75 18" Mountable curb and gutter concrete LF $ 28.00 76 18" Mountable curb and gutter concrete LF $ 27.00 77 SDHPT (grade 2) Type A Flex Base provided placed and compacted by contractor TON $ 60.00 78 5" - 6" depth stamped patterned concrete median SY $ 126.00 79 8" depth stamped patterned concrete median SY $ 135.00 80 Removal of retaining wall (0- 4 ft tall) LF $ 20.00 81 Retaining wall (0-1.5 ft) with integral sidewalk LF $ 19.50 82 Install retaining wall (1.6 - 3 ft) with integral sidewalk LF $ 39.00 83 Install retaining wall (3.1- 4 ft) with integral sidewalk LF $ 52.00 84 Remove HMAC and necessary sub-base SY $ 27.00 85 Install HMAC 2" compacted along concrete repairs s.y. SY $ 34.00 86 Saw cut full depth concrete LF $ 5.00 87 Saw cut full depth concrete sidewalk LF $ 3.50 88 Saw cut asphalt full depth LF $ 4.00 89 Partial (T/4) depth saw cut concrete LF $ 4.00 90 Sod on all disturbing sides of construction to match existing species of grass SY $ 15.00 91 Unclassified Excavation 0 - 50 c.y. I CY $ 40.00 92 Unclassified Excavation 51- 100 c.y. CY $ 38.00 93 Unclassified Excavation 101 + c.y. CY $ 37.00 94 Place and Compact Fill supplied by Contractor c.y. CY $ 84.00 95 4" Concrete Riprap 0 - 50 s.y. SY $ 81.00 96 4" Concrete Riprap 51to 250 s.y. SY $ 76.50 97 4" Concrete Riprap 251 + s.y. SY $ 72.00 98 Remove storm water pipe 0- 30" LF $ 30.00 99 Lay storm water pipe 0-30" RCP supplied by Contractor LF $ 100.00 100 Install 6" French drain 0'-3' depth LF $ 30.00 101 Install 6" French drain 3.01' - 6' depth LF $ 60.00 102 Adjust Manhole to Grade EA $ 150.00 103 Adjust Existing Grate Inlet to Grade EA $ 1,500.00 104 Adjust Water Meter Cans and Irrigation Valve Boxes EA $ 100.00 105 Adjust Sewer Cleanouts EA $ 100.00 106 Adjust Valve Boxes EA $ 150.00 107 Relocate Existing Ground Box EA $ 150.00 108 2'x2' Grate Inlet EA $ 1,897.50 109 4'x4' Grate Inlet EA $ 2,415.00 110 3'x3' Type A Junction Box EA $ 2,846.25 111 4'x4' Type A Junction Box EA $ 3,220.00 112 5'x5' Type A Junction Box EA $ 3,766.25 113 6'x6' Type A Junction Box EA $ 4,197.50 114 7'x7' Type A Junction Box EA $ 4,973.75 115 Remove and Replace Storm Drain Inlet Top and Throat EA $ 1,910.00 116 Remove and Replace 5' Curb Inlet EA $ 2,585.00 117 Remove and Replace 10' Curb Inlet EA $ 3,260.00 118 Remove and Replace 15' Curb Inlet EA $ 4,000.00 119 Remove and Replace 20' Curb Inlet EA $ 4,660.00 120 Grubbing/ Land Clearing SY $ 10.00 121 Crack and Joint Sealing ( Random Cracks, Redwood Expansion Joints, and Construction Saw Joints) LF $ 2.50 122 Traffic Control Plan on major thoroughfare Daily $ 650.00 123 Traffic Control Plan on major thoroughfare Weekly $ 1,250.00 124 Traffic Control Plan on major thoroughfare Monthly $ 2,500.00 Master City of Coppell, Texas 255 Parkway Boulevard Coppell, Texas 75019-9478 File Number: 2018-3717 File ID: Type: Status: 2018-3717 Agenda Item Agenda Ready 1Version: Reference: In Control: City Council 01/02/2018File Created: Final Action: Judges Contracts - ConsentFile Name: Title: Consider appointment of Terry Landwehr as Presiding Municipal Judge, and Kim Nesbitt and Candace Carlsen as Alternate Municipal Judges of the Coppell Municipal Court #1, effective January 1, 2018, for terms of two (2) years; in accordance with Section 4.06(b) of the Home Rule Charter; and authorizing the City Manager to execute contracts, upon approval as to form by the City Attorney. Notes: Agenda Date: 01/09/2018 Agenda Number: d. Sponsors: Enactment Date: Memo - Judges Contracts.pdf, Combined Judges Contracts.pdf Attachments: Enactment Number: Hearing Date: Contact: Effective Date: Drafter: History of Legislative File Action: Result: Return Date: Due Date: Sent To: Date: Acting Body: Ver- sion: 1 01/09/2018City Council Text of Legislative File 2018-3717 Title Consider appointment of Terry Landwehr as Presiding Municipal Judge, and Kim Nesbitt and Candace Carlsen as Alternate Municipal Judges of the Coppell Municipal Court #1, effective January 1, 2018, for terms of two (2) years; in accordance with Section 4.06(b) of the Home Page 1City of Coppell, Texas Printed on 1/5/2018 Master Continued (2018-3717) Rule Charter; and authorizing the City Manager to execute contracts, upon approval as to form by the City Attorney. Summary Fiscal Impact: [Enter Fiscal Impact Statement Here] Staff Recommendation: [Enter Staff Recommendation Here] Goal Icon: Sustainable City Government Business Prosperity Community Wellness and Enrichment Sense of Community Special Place to Live Page 2City of Coppell, Texas Printed on 1/5/2018 THE ·CITY·OF MEMORANDUM To: Mayor and City Council Through: Mike Land, City Manager From: TraciE. Leach, Deputy City Manager Date: January 9, 2018 Re: Contracts for Municipal Court Judges 2030: Sustainable City Government Introduction: Analysis: Due to the IRS notifying the City that the judges must be converted from contractors to employees , staff moved forward to amend the contracts that are currently in place for all three municipal, court judges-Presiding Judge Terry Landwehr, Alternate Judge Kim Nesbitt, and Alternate Judge Candace Carlsen. The attached contracts include changes necessary to make the conversion from "contractor" to "employee" while also maintaining part-time status for the judges. The key changes to the contract are as follows: • Section 1-Capping the hours worked annually by each judge at 999 hours. This is necessary to maintain part-time status for each judge. • Section 3-Extension of the term of the contracts to coincide with the City 's fisca l year. This change will assist in tracking the hours worked for each year. • Section 4-Changes to incorporate process for payroll purposes . • Section 7-Clarification of which benefits the judges are eligible to receive , which are consistent with other regular part-time employees in the City. • Throughout contract-Removal of all references to "contractor" The information included in the job description was taken from th e existing contract and re-formatted to match the job descriptions used throughout the City . Legal Review: The contracts were drafted and reviewed by the City's labor and employment attorney. Fiscal Impact: Funds are budgeted to pay the salaries of the municipal court judges . Staffwill be meeting regularly with the judges to monitor hours and expenditures throughout the year. Recommendation: Staff recommends approval per previous City Council direction. CITY OF COPPELL MUNICIPAL COURT JUDGE – EMPLOYMENT AGREEMENT PAGE 1 CITY OF COPPELL ALTERNATE MUNICIPAL COURT JUDGE EMPLOYMENT AGREEMENT THIS EMPLOYMENT AGREEMENT (the “Agreement”), dated to be effective the 1st day of January 2018, is entered into by and between the City of Coppell (“City”), a home rule municipal corporation situated in Dallas County, Texas, and Candace Carlsen (“Employee”). Employee was previously appointed by the City Council to serve as an Alternate Municipal Court Judge of the Coppell Municipal Court No. 1. Employee has served in that role as an independent contractor. The parties now desire for Employee to continue in that role as an employee, rather than as an independent contractor. City and Employee agree as follows: 1. Employment. Beginning as of January 1, 2018, Employee will serve and be employed by the City as the Alternate Municipal Court Judge of the Coppell Municipal Court No. 1 pursuant to Section 4.06 of the City’s Home Rule Charter and applicable City ordinances. Employee will work no more than 999 hours in City’s fiscal year (the “Maximum Work Hours”). Employee is appointed by and serves at the pleasure of the City Council, but will work with the Presiding Judge and the City Manager’s Office on day-to-day administrative matters. 2. Duties. Employee will perform the duties and responsibilities set out in the Job Description attached hereto as Exhibit “A” and incorporated herein for all purposes and as may be amended from time to time by City. Employee will perform her duties in a professional, courteous, and timely manner. Employee will establish her work hours consistent with the needs and operations of the Court, and if she is unable to maintain her established work hours on a particular day, she will notify the Presiding Judge and/or the other Alternate Municipal Judge and the Court Administrator at least five business days in advance, except in cases of illness or emergency, in which case Employee will provide as much advance notice as possible. In carrying out her duties, Employee further agrees to comply with all applicable federal, state, and local laws, rules and regulations. Employee further agrees to conduct her personal business and regulate her work habits and working hours so as to maintain and increase the goodwill, operations, and reputation of the City. In interacting with City employees, citizens, and others with whom she comes into contact as a Municipal Court Judge, Employee will not engage in any discriminatory or harassing conduct based on race, religion, color, sex, national origin, disability, age, or an y other characteristic protected by law. 3. Term. The term of this Agreement is through September 30, 2018, unless sooner terminated as provided herein. 4. Compensation. City will pay Employee as follows: a. $122.00 per hour for services rendered, in increments of ¼ hour; b. Up to sixteen (16) hours for attendance at continuing judicial education; and c. From time to time, Employee is required to work a “call-out.” This term refers to time spent by Employee outside her established work hours (including nights, weekends, CITY OF COPPELL MUNICIPAL COURT JUDGE – EMPLOYMENT AGREEMENT PAGE 2 and holidays) at the request of City’s Police Department to perform prisoner arraignments, provide magistrate’s warnings, and issue search warrants. Time worked immediately before or after established work hours performing such duties is not considered “call-out.” Employee will be paid a minimum of one (1) hour per call- out, and thereafter in ¼ hour increments. Employee will report her time on a weekly basis to the Court Administrator. Employee’s compensation will be paid to her net of applicable withholding and in accordance with City’s normal payroll schedule. 5. Employee’s Qualifications. Employee covenants and affirms that she is, and during the term of this Agreement will remain: a Texas resident; a citizen of the United States; an attorney in good standing and licensed by the State Bar of Texas; and, in compliance with the Texas Code of Judicial Conduct. Employee also affirms she has two or more years of experience in the practice of law in the State of Texas. Employee is responsible for any expenses associated with maintaining her Texas bar license. Employee represents and warrants that she has a thorough knowledge of City and Texas laws, including appellate court rulings as they pertain to a court of limited jurisdiction, the Texas Code of Criminal Procedure, the Texas Penal Code, the Texas Rules of Evidence, trial and courtroom procedures, and the functions and operations of a Court of Record. 6. Court Facilities. City will provide a courtroom, jury room, office, office furniture, library, law books, and other facilities and supplies necessary for the proper operation of its Municipal Court. 7. Benefits. Employee is eligible for all legally mandated benefits (such as PARS and workers’ compensation coverage). Employee is not eligible for and will not receive any of City’s other employee benefits (such as vacation leave, paid sick leave, other paid time off benefits, retirement benefits, social security, group health insurance coverage, progressive discipline, and disciplinary appeals). City will pay the costs for Employee to attend up to sixteen (16) hours of continuing judicial education in accordance with its Travel and Expense Reimbursement policy; hours spent attending continuing legal education will be counted toward the Maximum Work Hours. 8. Employee’s Other Clients. Employee may provide her professional services to third parties as long as such other work does not interfere or conflict with her duties under this Agreement or reflect unfavorably upon City. Provided, however, that in her private law practice Employee agrees that she will not represent a party who is, or who reasonably may be, adverse to the City or one of its employees, or in a matter wherein the City or one of its employees is, or reasonably may be, a party or witness. 9. Errors & Omissions Insurance Coverage. City has an Errors and Omissions insurance policy covering its officers, directors, and elected and appointed officials. This policy covers monetary damages arising out of civil claims resulting from wrongful acts by such individuals while acting within the scope of their duties. City will provide coverage to Employee, in her capacity as the Municipal Court Judge, under its Errors and Omissions policy. CITY OF COPPELL MUNICIPAL COURT JUDGE – EMPLOYMENT AGREEMENT PAGE 3 10. Termination. Employee may terminate this Agreement by providing the City Manager with thirty (30) days’ prior written notice. The City may terminate this Agreement in accordance with applicable law and its Charter. Any accrued compensation owing to Employee through the date of termination will be paid to Employee in full and final satisfaction of this Agreement. 11. Miscellaneous. 11.1 If any term, covenant, or condition of this Agreement is invalid or unenforceable, the remainder of this Agreement will be valid and enforced to the fullest extent permitted by law. 11.2 Any change or amendment to this Agreement must be in writing and signed by both parties. 11.3 This Agreement contains the entire understanding between the parties. 11.4 Employee may not assign this Agreement. 11.5 This Agreement, and the rights and obligations of the parties, will be governed and construed in accordance with the laws of the State of Texas. Venue will be in Dallas County. 11.6 The waiver by either party of a breach of any provision of this Agreement will not operate or be construed as a waiver of any subsequent breach. IN WITNESS WHEREOF, the parties have executed this Agreement effective as of the day and year first above written. THE CITY OF COPPELL ______________________________ Mike Land, City Manager EMPLOYEE ______________________________ Candace Carlsen CITY OF COPPELL MUNICIPAL COURT JUDGE – EMPLOYMENT AGREEMENT PAGE 4 EXHIBIT A ALTERNATE MUNICIPAL COURT JUDGE – JOB DESCRIPTION CITY OF COPPELL MUNICIPAL COURT JUDGE – EMPLOYMENT AGREEMENT PAGE 1 CITY OF COPPELL ALTERNATE MUNICIPAL COURT JUDGE EMPLOYMENT AGREEMENT THIS EMPLOYMENT AGREEMENT (the “Agreement”), dated to be effective the 1st day of January 2018, is entered into by and between the City of Coppell (“City”), a home rule municipal corporation situated in Dallas County, Texas, and Kim Nesbitt (“Employee”). Employee was previously appointed by the City Council to serve as an Alternate Municipal Court Judge of the Coppell Municipal Court No. 1. Employee has served in that role as an independent contractor. The parties now desire for Employee to continue in that role as an employee, rather than as an independent contractor. City and Employee agree as follows: 1. Employment. Beginning as of January 1, 2018, Employee will serve and be employed by the City as the Alternate Municipal Court Judge of the Coppell Municipal Court No. 1 pursuant to Section 4.06 of the City’s Home Rule Charter and applicable City ordinances. Employee will work no more than 999 hours in City’s fiscal year (the “Maximum Work Hours”). Employee is appointed by and serves at the pleasure of the City Council, but will work with the Presiding Judge and the City Manager’s Office on day-to-day administrative matters. 2. Duties. Employee will perform the duties and responsibilities set out in the Job Description attached hereto as Exhibit “A” and incorporated herein for all purposes and as may be amended from time to time by City. Employee will perform her duties in a professional, courteous, and timely manner. Employee will establish her work hours consistent with the needs and operations of the Court, and if she is unable to maintain her established work hours on a particular day, she will notify the Presiding Judge and/or the other Alternate Municipal Judge and the Court Administrator at least five business days in advance, except in cases of illness or emergency, in which case Employee will provide as much advance notice as possible. In carrying out her duties, Employee further agrees to comply with all applicable federal, state, and local laws, rules and regulations. Employee further agrees to conduct her personal business and regulate her work habits and working hours so as to maintain and increase the goodwill, operations, and reputation of the City. In interacting with City employees, citizens, and others with whom she comes into contact as a Municipal Court Judge, Employee will not engage in any discriminatory or harassing conduct based on race, religion, color, sex, national origin, disability, age, or any other characteristic protected by law. 3. Term. The term of this Agreement is through September 30, 2018, unless sooner terminated as provided herein. 4. Compensation. City will pay Employee as follows: a. $122.00 per hour for services rendered, in increments of ¼ hour; b. Up to sixteen (16) hours for attendance at continuing judicial education; and c. From time to time, Employee is required to work a “call-out.” This term refers to time spent by Employee outside her established work hours (including nights, weekends, CITY OF COPPELL MUNICIPAL COURT JUDGE – EMPLOYMENT AGREEMENT PAGE 2 and holidays) at the request of City’s Police Department to perform prisoner arraignments, provide magistrate’s warnings, and issue search warrants. Time worked immediately before or after established work hours performing such duties is not considered “call-out.” Employee will be paid a minimum of one (1) hour per call- out, and thereafter in ¼ hour increments. Employee will report her time on a weekly basis to the Court Administrator. Employee’s compensation will be paid to her net of applicable withholding and in accordance with City’s normal payroll schedule. 5. Employee’s Qualifications. Employee covenants and affirms that she is, and during the term of this Agreement will remain: a Texas resident; a citizen of the United States; an attorney in good standing and licensed by the State Bar of Texas; and, in compliance with the Texas Code of Judicial Conduct. Employee also affirms she has two or more years of experience in the practice of law in the State of Texas. Employee is responsible for any expenses associated with maintaining her Texas bar license. Employee represents and warrants that she has a thorough knowledge of City and Texas laws, including appellate court rulings as they pertain to a court of limited jurisdiction, the Texas Code of Criminal Procedure, the Texas Penal Code, the Texas Rules of Evidence, trial and courtroom procedures, and the functions and operations of a Court of Record. 6. Court Facilities. City will provide a courtroom, jury room, office, office furniture, library, law books, and other facilities and supplies necessary for the proper operation of its Municipal Court. 7. Benefits. Employee is eligible for all legally mandated benefits (such as PARS and workers’ compensation coverage). Employee is not eligible for and will not receive any of City’s other employee benefits (such as vacation leave, paid sick leave, other paid time off benefits, retirement benefits, social security, group health insurance coverage, progressive discipline, and disciplinary appeals). City will pay the costs for Employee to attend up to sixteen (16) hours of continuing judicial education in accordance with its Travel and Expense Reimbursement policy; hours spent attending continuing legal education will be counted toward the Maximum Work Hours. 8. Employee’s Other Clients. Employee may provide her professional services to third parties as long as such other work does not interfere or conflict with her duties under this Agreement or reflect unfavorably upon City. Provided, however, that in her private law practice Employee agrees that she will not represent a party who is, or who reasonably may be, adverse to the City or one of its employees, or in a matter wherein the City or one of its employees is, or reasonably may be, a party or witness. 9. Errors & Omissions Insurance Coverage. City has an Errors and Omissions insurance policy covering its officers, directors, and elected and appointed officials. This policy covers monetary damages arising out of civil claims resulting from wrongful acts by such individuals while acting within the scope of their duties. City will provide coverage to Employee, in her capacity as the Municipal Court Judge, under its Errors and Omissions policy. CITY OF COPPELL MUNICIPAL COURT JUDGE – EMPLOYMENT AGREEMENT PAGE 3 10. Termination. Employee may terminate this Agreement by providing the City Manager with thirty (30) days’ prior written notice. The City may terminate this Agreement in accordance with applicable law and its Charter. Any accrued compensation owing to Employee through the date of termination will be paid to Employee in full and final satisfaction of this Agreement. 11. Miscellaneous. 11.1 If any term, covenant, or condition of this Agreement is invalid or unenforceable, the remainder of this Agreement will be valid and enforced to the fullest extent permitted by law. 11.2 Any change or amendment to this Agreement must be in writing and signed by both parties. 11.3 This Agreement contains the entire understanding between the parties. 11.4 Employee may not assign this Agreement. 11.5 This Agreement, and the rights and obligations of the parties, will be governed and construed in accordance with the laws of the State of Texas. Venue will be in Dallas County. 11.6 The waiver by either party of a breach of any provision of this Agreement will not operate or be construed as a waiver of any subsequent breach. IN WITNESS WHEREOF, the parties have executed this Agreement effective as of the day and year first above written. THE CITY OF COPPELL ______________________________ Mike Land, City Manager EMPLOYEE ______________________________ Kim Nesbitt CITY OF COPPELL MUNICIPAL COURT JUDGE – EMPLOYMENT AGREEMENT PAGE 4 EXHIBIT A ALTERNATE MUNICIPAL COURT JUDGE – JOB DESCRIPTION Human Resources Position: Alternate Municipal Court Judge Status: Exempt Rev. Date: January 1, 2018 JOB DESCRIPTION Basic Function The Alternate Municipal Court Judge is appointed for a two-year term by the Mayor and City Council and presides over the City of Coppell Municipal Court of Record. The main responsibility of the Judge is to administer justice in the disposition of cases involving ordinance or statutory misdemeanor violations within the jurisdiction of the Municipal Court. This position performs job duties with professional independence within the framework of City ordinances and State laws applicable to administration of a court of record and judicial proceedings. Serve at the pleasure of the governing body of the City and may be removed without cause. Essential Job Functions Timely conduct bench and jury trials, accept pleas, process appeals, supervise maintenance of official records of proceedings, and perform duties of magistrate under State law. Set judicial policy and judicial procedure. Coordinates with Presiding Judge in the administration of court procedures for judicial functions. Set and review dockets, pleading and trial calendars prior to scheduled sessions of the court; preside at court sessions and arraignments as scheduled; accept pleadings; conduct bench and jury trials as necessary and sentence defendants found guilty; issue court orders and warrants. Conduct hearings and rule on motions, pre-trial hearings and scheduling of cases outside regular sessions of the court; review motions for new trials and make rulings thereon; and, complete other paperwork to process appeals. Perform legal research as necessary on matters before the court; study legal periodicals, new laws, and appellate court decisions to maintain current knowledge of judicial developments. City of Coppell Human Resources Page 2 Follow all rules of procedure contained in the ordinances of the City and State law. Set judicial procedures for court staff to administer. Administer official oaths and affirmations and give certificates thereof, to place persons upon deferred disposition, to issue subpoenas, arrest warrants, search warrants, and all other processes known to the law which municipal courts and municipal courts of record are by law authorized to issue in similar cases. Make appropriate notations on the docket as to the disposition of each case. Review probable cause affidavits for issuance felony and misdemeanor arrest warrants. Perform all municipal judge and magistrate duties required by and in accordance with the laws of the state of Texas. Attend planning meetings with Court Administrator, City Manager’s Office, and/or Court staff as needed. Facilitate and coordinate court schedules, magistrate coverage and other meetings with Presiding Judge as necessary. Comply with the City’s Employee Policies & Procedures Handbook, including EEO, Prohibited Harassment, & Complaint Procedure Policy. Skills/Abilities The Municipal Court Judge must have the ability to provide training, leadership, and guidance to Municipal Court personnel, as well as the ability to perform detailed tasks accurately and to organize and prioritize work activities. The Alternate Judge must have the ability to establish and maintain effective working relationships with elected officials, City employees, and citizens; analyze evidence and data presented in court, apply existing laws fairly and impartially, and render prompt and equitable verdicts; deal courteously and tactfully with all persons having contact or business with the court; communicate effectively, both orally and in writing, in a manner that will be understood by all parties concerned; execute duties whenever needed or required; and perform all duties in an efficient, competent and professional manner. Knowledge The Alternate Municipal Court Judge must have in-depth knowledge of local, state, and federal laws affecting a Municipal Court of Record, and other applicable court policies and procedures. Must meet the minimum mandatory continuing education requirements for Municipal Court Judges as established by the Texas Court of Criminal Appeals/Rules of Judicial Education. License and Certificates The Alternate Municipal Court Judge must be a graduate of an accredited law school and a licensed attorney in the State of Texas, in good standing with the Texas Bar Association. City of Coppell Human Resources Page 3 Physical Requirements In order to successfully perform the daily tasks of this position, the employee needs to be able to: lift and carry various objects and equipment and employ various static and dynamic postures such as handling (gripping & grasping), fingering, turning, talking, hearing, near and far acuity, sitting, squatting, bending, twisting, and balancing. Working Environment The Alternate Municipal Court Judge performs job duties indoors. Security measures are in place due to the responsibilities performed by the court. The environment may include abrasive or upset individuals. This position requires occasional travel for meetings and conferences. Reporting Relationship The Alternate Municipal Court Judge reports directly to the Mayor and City Council and works with the City Manager’s Office on matters related to the efficiency/effectiveness of the Court . In accordance with the ADA, the City of Coppell is willing to consider any reasonable accommodation. CITY OF COPPELL MUNICIPAL COURT JUDGE – EMPLOYMENT AGREEMENT PAGE 1 CITY OF COPPELL PRESIDING MUNICIPAL COURT JUDGE EMPLOYMENT AGREEMENT THIS EMPLOYMENT AGREEMENT (the “Agreement”), dated to be effective the 1st day of January 2018, is entered into by and between the City of Coppell (“City”), a home rule municipal corporation situated in Dallas County, Texas, and Terry C. Landwehr (“Employee”). Employee was previously appointed by the City Council to serve as the Municipal Court Judge of the Coppell Municipal Court No. 1. Employee has served in that role as an independent contractor. The parties now desire for Employee to continue in that role as an employee, rather than as an independent contractor. City and Employee agree as follows: 1. Employment. Beginning as of January 1, 2018, Employee will serve and be employed by the City as the Presiding Municipal Court Judge of the Coppell Municipal Court No. 1 pursuant to Section 4.06 of the City’s Home Rule Charter and applicable City ordinances. Employee will work no more than 999 hours in City’s fiscal year (the “Maximum Work Hours”). Employee is appointed by and serves at the pleasure of the City Council, but will work with the City Manager’s Office on day-to-day administrative matters. 2. Duties. Employee will perform the duties and responsibilities set out in the Job Description attached hereto as Exhibit “A” and incorporated herein for all purposes and as may be amended from time to time by City. Employee will perform her duties in a professional, courteous, and timely manner. Employee will establish her work hours consistent with the needs and operations of the Court, and if she is unable to maintain her established work hours on a particular day, she will notify an Alternate Municipal Judge and the Court Administrator at least five business days in advance, except in cases of illness or emergency, in which case Employee will provide as much advance notice as possible. In carrying out her duties, Employee further agrees to comply with all applicable federal, state, and local laws, rules and regulations. Employee further agrees to conduct her personal business and regulate her work habits and working hours so as to maintain and increase the goodwill, operations, and reputation of the City. In interacting with City employees, citizens, and others with whom she comes into contact as a Municipal Court Judge, Employee will not engage in any discriminatory or harassing conduct based on race, religion, color, sex, national origin, disability, age, or any other characteristic protected by law. 3. Term. The term of this Agreement is through September 30, 2018, unless sooner terminated as provided herein. 4. Compensation. City will pay Employee a monthly salary of $10,156.50 ($4,687.62 on a bi-weekly basis). Employee will report her time on a weekly basis to the Court Administrator so that City can track hours for future budget purposes. Employee’s compensation will be paid to her net of applicable withholding and in accordance with City’s normal payroll schedule. CITY OF COPPELL MUNICIPAL COURT JUDGE – EMPLOYMENT AGREEMENT PAGE 2 5. Employee’s Qualifications. Employee covenants and affirms that she is, and during the term of this Agreement will remain: a Texas resident; a citizen of the United States; an attorney in good standing and licensed by the State Bar of Texas; and, in compliance with the Texas Code of Judicial Conduct. Employee also affirms she has two or more years of experience in the practice of law in the State of Texas. Employee is responsible for any expenses associated with maintaining her Texas bar license. Employee represents and warrants that she has a thorough knowledge of City and Texas laws, including appellate court rulings as they pertain to a court of limited jurisdiction, the Texas Code of Criminal Procedure, the Texas Penal Code, the Texas Rules of Evidence, trial and courtroom procedures, and the functions and operations of a Court of Record. 6. Court Facilities. City will provide a courtroom, jury room, office, office furniture, library, law books, and other facilities and supplies necessary for the proper operation of its Municipal Court. 7. Benefits. Employee is eligible for all legally mandated benefits (such as PARS and workers’ compensation coverage). Employee is not eligible for and will not receive any of City’s other employee benefits (such as vacation leave, paid sick leave, other paid time off benefits, retirement benefits, social security, group health insurance coverage, progressive discipline, and disciplinary appeals). City will pay the costs for Employee to attend up to sixteen (16) hours of continuing judicial education in accordance with its Travel and Expense Reimbursement policy; hours spent attending continuing legal education will be counted toward the Maximum Work Hours. 8. Employee’s Other Clients. Employee may provide her professional services to third parties as long as such other work does not interfere or conflict with her duties under this Agreement or reflect unfavorably upon City. Provided, however, that in her private law practice Employee agrees that she will not represent a party who is, or who reasonably may be, adverse to the City or one of its employees, or in a matter wherein the City or one of its employees is, or reasonably may be, a party or witness. 9. Errors & Omissions Insurance Coverage. City has an Errors and Omissions insurance policy covering its officers, directors, and elected and appointed officials. This policy covers monetary damages arising out of civil claims resulting from wrongful acts by such individuals while acting within the scope of their duties. City will provide coverage to Employee, in her capacity as the Municipal Court Judge, under its Errors and Omissions policy. 10. Termination. Employee may terminate this Agreement by providing the City Manager with thirty (30) days’ prior written notice. The City may terminate this Agreement in accordance with applicable law and its Charter. Any accrued compensation owing to Employee through the date of termination will be paid to Employee in full and final satisfaction of this Agreement. 11. Miscellaneous. 11.1 If any term, covenant, or condition of this Agreement is invalid or unenforceable, the remainder of this Agreement will be valid and enforced to the fullest extent permitted by law. CITY OF COPPELL MUNICIPAL COURT JUDGE – EMPLOYMENT AGREEMENT PAGE 3 11.2 Any change or amendment to this Agreement must be in writing and signed by both parties. 11.3 This Agreement contains the entire understanding between the parties. 11.4 Employee may not assign this Agreement. 11.5 This Agreement, and the rights and obligations of the parties, will be governed and construed in accordance with the laws of the State of Texas. Venue will be in Dallas County. 11.6 The waiver by either party of a breach of any provision of this Agreement will not operate or be construed as a waiver of any subsequent breach. IN WITNESS WHEREOF, the parties have executed this Agreement effective as of the day and year first above written. THE CITY OF COPPELL ______________________________ Mike Land, City Manager EMPLOYEE ______________________________ Terry C. Landwehr CITY OF COPPELL MUNICIPAL COURT JUDGE – EMPLOYMENT AGREEMENT PAGE 4 EXHIBIT A PRESIDING MUNICIPAL COURT JUDGE – JOB DESCRIPTION Human Resources Position: Presiding Municipal Court Judge Status: Exempt Rev. Date: January 1, 2018 JOB DESCRIPTION Basic Function The Presiding Municipal Court Judge is appointed for a two-year term by the Mayor and City Council and presides over the City of Coppell Municipal Court of Record. The main responsibility of the Judge is to administer justice in the disposition of cases involving ordinance or statutory misdemeanor violations within the jurisdiction of the Municipal Court. This position performs job duties with professional independence within the framework of City ordinances and State laws applicable to administration of a court of record and judicial proceedings. Serve at the pleasure of the governing body of the City and may be removed without cause. Essential Job Functions Timely conduct bench and jury trials, accept pleas, process appeals, supervise maintenance of official records of proceedings, and perform duties of magistrate under State law. Set judicial policy and judicial procedure. Coordinates with Alternate Judges in the administration of court procedures for judicial functions. Set and review dockets, pleading and trial calendars prior to scheduled sessions of the court; preside at court sessions and arraignments as scheduled; accept pleadings; conduct bench and jury trials as necessary and sentence defendants found guilty; issue court orders and warrants. Conduct hearings and rule on motions, pre-trial hearings and scheduling of cases outside regular sessions of the court; review motions for new trials and make rulings thereon; and, complete other paperwork to process appeals. Perform legal research as necessary on matters before the court; study legal periodicals, new laws, and appellate court decisions to maintain current knowledge of judicial developments. City of Coppell Human Resources Page 2 Follow all rules of procedure contained in the ordinances of the City and State law. Set judicial procedures for court staff to administer. Administer official oaths and affirmations and give certificates thereof, to place persons upon deferred disposition, to issue subpoenas, arrest warrants, search warrants, and all other processes known to the law which municipal courts and municipal courts of record are by law authorized to issue in similar cases. Make appropriate notations on the docket as to the disposition of each case. Review probable cause affidavits for issuance felony and misdemeanor arrest warrants. Perform all municipal judge and magistrate duties required by and in accordance with the laws of the state of Texas. Attend planning meetings with Court Administrator, City Manager’s Office, and/or Court staff as needed. Facilitate and coordinate court schedules, magistrate coverage and other meetings with Alternate Judges as necessary. Comply with the City’s Employee Policies & Procedures Handbook, including EEO, Prohibited Harassment, & Complaint Procedure Policy. Skills/Abilities The Municipal Court Judge must have the ability to provide training, leadership, and guidance to Municipal Court personnel, as well as the ability to perform detailed tasks accurately and to organize and prioritize work activities. The Presiding Judge must have the ability to establish and maintain effective working relationships with elected officials, City employees, and citizens; analyze evidence and data presented in court, apply existing laws fairly and impartially, and render prompt and equitable verdicts; deal courteously and tactfully with all persons having contact or business with the court; communicate effectively, both orally and in writing, in a manner that will be understood by all parties concerned; execute duties whenever needed or required; and perform all duties in an efficient, competent and professional manner. Knowledge The Presiding Municipal Court Judge must have in-depth knowledge of local, state, and federal laws affecting a Municipal Court of Record, and other applicable court policies and procedures. Must meet the minimum mandatory continuing education requirements for Municipal Court Judges as established by the Texas Court of Criminal Appeals/Rules of Judicial Education. License and Certificates The Presiding Municipal Court Judge must be a graduate of an accredited law school and a licensed attorney in the State of Texas, in good standing with the Texas Bar Association. City of Coppell Human Resources Page 3 Physical Requirements In order to successfully perform the daily tasks of this position, the employee needs to be able to: lift and carry various objects and equipment and employ various static and dynamic postures such as handling (gripping & grasping), fingering, turning, talking, hearing, near and far acuity, sitting, squatting, bending, twisting, and balancing. Working Environment The Presiding Municipal Court Judge performs job duties indoors. Security measures are in place due to the responsibilities performed by the court. The environment may include abrasive or upset individuals. This position requires occasional travel for meetings and conferences. Reporting Relationship The Presiding Municipal Court Judge reports directly to the Mayor and City Council and works with the City Manager’s Office on matters related to the efficiency/effectiveness of the Court . In accordance with the ADA, the City of Coppell is willing to consider any reasonable accommodation. Master City of Coppell, Texas 255 Parkway Boulevard Coppell, Texas 75019-9478 File Number: 2017-3699 File ID: Type: Status: 2017-3699 Agenda Item Agenda Ready 2Version: Reference: In Control: City Council 12/11/2017File Created: Final Action: S-1263-C Biryani ExpressFile Name: Title: PUBLIC HEARING: Consider approval of Case No. S-1263-C Biryani Express, (Coppell Crossing Addition, Lot 5, Block 1) a zoning change request from C (Commercial) to S-1263-C (Special Use Permit-1263-Commercial) to allow a grocery store, restaurant and retail sales in 3,466 square foot lease space to be located in Suite 505 of 751 S. Macarthur Blvd, on 1.07 acres of land, at the request of Biryani Express, being represented by Israel Villarreal, Cinco Construction. Notes: Agenda Date: 01/09/2018 Agenda Number: 9. Sponsors: Enactment Date: Council cover memo, Staff Report, Site Plan, Floor plan, Elevations Attachments: Enactment Number: Hearing Date: Contact: Effective Date: Drafter: Approval History Action DateVersionSeq #Due DateActionApprover 2 Mindi Hurley 1 1/5/20181/4/2018 Approve 2 Christel Pettinos - FYI 2 1/4/2018 Notified - FYI History of Legislative File Action: Result: Return Date: Due Date: Sent To: Date: Acting Body: Ver- sion: 1 PassApproved12/21/2017Planning & Zoning Commission Page 1City of Coppell, Texas Printed on 1/5/2018 Master Continued (2017-3699) Mary Paron-Boswell, Senior Planner, introduced the case with exhibits. Ms. Paron-Boswell stated that staff is recommending approval subject to the following conditions: 1. There may be additional comments during the review of a building permit. 2. Any expansion of the use will trigger the requirement for a fire sprinkler system. Israel Villareal, 4913 Creekridge Lane, Garland, TX, 75043, was present to address questions and concerns from the commission. Mr. Villareal agreed with the conditions presented by staff. Chairman Haas opened the Public Hearing and advised that no one signed up to speak and no one wished to speak. Chairman Haas closed the Public Hearing. A motion was made by Vice Chair Portman, seconded by Commissioner Blankenship, to recommend approval of this agenda item with the conditions outlined by staff. The motion passed by unanimous vote. Action Text: Chair Edmund Haas, Vice Chair Glenn Portman, Commissioner Sue Blankenship, Commissioner George Williford, and Commissioner Freddie Guerra 5Aye: 2 01/09/2018City Council Text of Legislative File 2017-3699 Title PUBLIC HEARING: Consider approval of Case No. S-1263-C Biryani Express, (Coppell Crossing Addition, Lot 5, Block 1) a zoning change request from C (Commercial) to S-1263-C (Special Use Permit-1263-Commercial) to allow a grocery store, restaurant and retail sales in 3,466 square foot lease space to be located in Suite 505 of 751 S. Macarthur Blvd, on 1.07 acres of land, at the request of Biryani Express, being represented by Israel Villarreal, Cinco Construction. Summary Staff Recommendation: On December 21, 2017, the Planning and Zoning Commission recommended Approval (5-0) of S-1263-C Biryani Express, with the following conditions: 1.There may be additional comments during the review of a building permit. 2.Any expansion of the use will trigger the requirement for a fire sprinkler system. The Planning Department recommends approval. Goal Icon: Business Prosperity Page 2City of Coppell, Texas Printed on 1/5/2018 1 MEMORANDUM To: Mayor and City Council From: Mindi Hurley, Director of Community Development Date: January 9, 2018 Reference: Consider approval of S-1263-C (Special Use Permit-1263-Commercial) to allow a grocery store, restaurant and retail sales in a 3,466- square foot lease space to be located in Suite 505 of 751 S. MacArthur Blvd, on 1.07 acres of land. 2030: Business Prosperity Executive Summary: The request is to convert the use of a portion of the existing building into a grocery store, restaurant and retail sales. Introduction: The building is currently home to an Italian restaurant, which occupies approximately one-third of the building. The applicant is leasing the remainder of the building for the following uses: approximately 1,998 square feet of restaurant; 562 square feet meat department; 594 square feet grocery store; 223 square feet of retail boutique area; and 89 square foot of office space. The grocery store portion triggers the requirement for a Special Use Permit. The grocery store will specialize in selling Halal meat, among other grocery items. The facility is proposed to be open seven days a week, from 11 a.m. to 10 p.m. There are no proposed changes to the exterior façade other than new signage as illustrated with one wall having the restaurant name “Biryani Express” and the adjacent wall “Halal Meat”, written in all white lettering on a raceway matching the building. Also, a new grease trap is required to be installed for this restaurant. Analysis: On December 21, 2017, the Planning and Zoning Commission recommended Approval (5-0) of S-1263- C Biryani Express, with the following conditions: 1. There may be additional comments during the review of a building permit. 2. Any expansion of the use will trigger the requirement for a fire sprinkler system. Legal Review: This did not require city attorney review Fiscal Impact: None 2 Recommendation: The Planning Department recommends approval. Attachments: 1. Staff Report 2. Site Plan 3. Floor Plan 4. Elevations/Signage ITEM # 6 Page 1 of 2 CITY OF COPPELL PLANNING DEPARTMENT STAFF REPORT CASE No.: S-1263-C, Biryani Express, Coppell Crossing Addition, Lot 5, Block 1 P&Z HEARING DATE: December 21, 2017 C.C. HEARING DATE: January 9, 2018 STAFF REP.: Mary Paron-Boswell, Senior Planner LOCATION: 751 S. MacArthur Blvd, Suite 505 SIZE OF AREA: 3,466 square foot lease space CURRENT ZONING: Commercial (C) REQUEST: A zoning change request from C (Commercial) to S-1263-C (Special Use Permit- 1263-Commercial) to allow a grocery store, restaurant and retail sales in a 3,466- square foot lease space to be located in Suite 505 of 751 S. MacArthur Blvd, on 1.07 acres of land, at the request of Biryani Express, being represented by Israel Villarreal, Cinco Construction. APPLICANT: BUSINESS OWNER CONSULTANT Hassan Zaman Cinco Construction (214) 529-5831 Israel Villarreal Garland, TX. 75043 PROPERTY OWNER (469) 585-0144 Coppell Corner, L.P. email: cinco5025@yahoo.com 8622 Bellanca Ave, Ste E Los Angeles, CA 90045-4444 HISTORY: The plat and site plan for this lot was approved in 2000. Over the years the building has seen the Pizza Inn occupy a portion of the building, now occupied by Italian Express. In 2007 a SUP was approved for this portion of the building, for Da Dusty Cellar. Da Dusty Cellar was a beer and wine beverage store and occupied the space for about a year. Most recently Rob’s Fitness occupied the space until earlier this year. HISTORIC COMMENT: This property has no noted historical significance. TRANSPORTATION: South MacArthur Blvd is a P6D, a six-lane concrete divided thoroughfare, to the east of this property. ITEM # 6 Page 2 of 2 SURROUNDING LAND USE & ZONING: North: mini-warehouse; PD-154-C Commercial (C), South: shopping center; Commercial (C) East: Commercial (C) West: shopping center; Commercial (C), Agriculture (A)(TU electric transmission line) COMPREHENSIVE PLAN: Coppell 2030, A Comprehensive Master Plan, shows this property as appropriate for Mixed Use Community Center. These areas would provide for mixed-use development consisting of both neighborhood and community serving commercial, retail, restaurant and office uses. DISCUSSION: The building is currently home to an Italian restaurant, which occupies an approximately 1,500 square foot suite. The applicant is leasing the remaining 3,466 square feet for the following uses: approximately 1,998 square feet of restaurant; 562 square feet meat department; 594 square feet grocery store; 223 square feet of retail boutique area; and 89 square foot of office space. The grocery store portion triggers the requirement for a Special Use Permit. The grocery store will specialize in selling Halal meat, among other grocery items. The applicant will need to comply with all City of Coppell Ordinances specific to these uses. The facility is proposed to be open seven days a week, from 11 a.m. to 10 p.m. There are no proposed changes to the exterior façade other than new signage as illustrated. The proposed signage for the building will comply with the provisions of the Zoning Ordinance and match other signs on this building. One wall will have the restaurant name “Biryani Express” and the adjacent wall “Halal Meat”, written in all white lettering on a raceway matching the building. A new grease trap is required to be installed for this restaurant. Staff has one condition, that any proposed expansion of the use would require the installation of a sprinkler system. RECOMMENDATION TO THE PLANNING AND ZONING COMMISSION: Staff is recommending APPROVAL of the request subject to: 1. There may be additional comments during the review of a building permit. 2. Any expansion of the use will trigger the requirement for a fire sprinkler system. ALTERNATIVES: 1. Approval of the request 2. Denial of the request 3. Modification of the request ATTACHMENTS: 1. Site Plan 2. Floor Plan 3. Elevations/Signage PROVIDE PARKING RATIO:GROCERY/RETAIL (1:200)= 4RESTAURANT (1:100)= 26ITALIAN EXPRESS SUITE 501 13TOTAL REQ: 43PROVIDED PARKING: 55PARKING REQ/PROVIDEDWATER METERLOCATION OFGREASE TRAP (2'X4')3' - 7 9/16"2' - 8"22' - 2 1/2"2' - 8"22' - 2 1/2"3' - 3 7/8"2' - 8"7' - 7 1/2"2' - 8"18' - 10"2' - 8"18' - 10"2' - 8"7' - 7 1/2"2' - 8"ELECTRICAL &GAS METERPROPOSED LEASE SPACE3,644 SQFTSUITE 501 IS OCCUPIED BY ITALIAN EXPRESSGENERAL NOTETOTAL BUILDING SQ.FT INCLUDING ADJACENTTENANT: 5000 SQ.FTPROPOSED USE WHOLE BUILDING: 3466 SQ.FTSUITE 505GROCERY (M) 594 SQ.FTBOUTIQUE (M) 223 SQ.FTOFFICE (B) 89 SQ.FTMEAT SHOP (B) 562 SQ.FTRESTAURANT (B) 1998 SQ.FTTOTAL 505 SQ.FT 3466 SQ.FTSUITE 501ITALIAN EXPRESS TOTAL SQ.FT 1534 SQ.FTTOTAL BUILDING SQ.FT 5000 SQ.FTBUILDING SUMMARY TABLEADJACENT TENANTLOCATION OFDUMPSTERPLAN NORTHTRUE NORTHVICINITY MAPSealDesignerMemar Interiors, IncAddress:4475 Trinity Mills dr #701332Dallas,Texas 75287Phone: 469-888-9016Main Contact : Michael MemarConsultantAOS EngineeringAddress: 5020 Tennyson PkwyPlano, Texas 75024Phone: (214) 432-3030Main Contact: Jordan WeatherredScaleDateDrawn ByChecked ByProject NumberNOT FOR CONSTRUCTIONIssue Drawing LogArchitectBMH AS BUILT USA, IncAddress: 1100 S Akard St,Dallas, TX 75215Phone: (469) 607-0006Main Contact : Saeed MahbobiWeb: www.asbuiltusa.comBMH AS BUILT USABusiness Owner: Hassan ZamanPhone : 214-529-5831Building Owner: Coppell CrossingPhone : 469-258-5757AsindicatedBIRYANI EXPRESSSITE PLANA-002CheckerAuthor11/23/2017003-160234.00751 S MACARTHURBLVD, STE 505COPPELL, TXCOPPELL CROSSINGLOT 5, BLOCK 11.0715 AC.(S-1263-C) 1/16" = 1'-0"1SITE PLANN.T.S.111No. Description Date1 CITY COMMENTS112/7/17 A- 4102A- 4101--KITCHEN EXHAUSTABOVEFREEZER8X8FREEZER6X8G.T.ADJACENT LEASE SPACELOCATION OFG.T.LINE,REFER MEPG.T.CLEAN OUT21' - 0"15' - 0"13' - 6"CLR5' - 0"2' - 5 1/2"6' - 0 1/4"3' - 0"9' - 0"5' - 0"4' - 0"FLOOR DRAINMEAT DEPT.103KITCHEN104OFFICE105SHOP102ELEC.106NEW ACCESSIBLERESTROOM107EX.ACCESSIBLERESTROOM108GROCERY101RESTAURANT10011112111218' - 8 1/4" VIF4' - 0"4'-4' - 0"18' - 3 1/4" VIF11' - 6 7/8"19' - 2 3/4" VIF42" HIGH STAINLESSPASS THROUGHCOUNTERSANITARY FLOORSANITARYFLOOR2' - 0"ADA COUNTER HEIGHTD1D2D5D3D6D7D8D9D10D11W1W1FLOOR DRAIND12D13D14D2a0' - 0 1/4"6X6 POST TO RUN ELECTRICALCONDUIT.18' - 10"18' - 10"EXISTINGELECTRICALPANELA-13021 HOUR FIRE SEPARATIONPARTITION ABOVE TO BE CONTINUEDTO DECK.MOP SINK1' - 8"1' - 6"XX(DOOR) OPENINGINDICATORROOM INDICATORWALL TYPE INDICATORXXXXROOM NAMEXXNEWTYPE OF WORKEXISTING TO REMAIN(SHOWN SHADED)NOT IN CONTRACTNEW MILLWORK INSTALLED BYGC. SEE FINISH PLAN FORSCHEDULED FINISHESFECFEFIRE EXTINGUISHERSMOUNTED TO WALL WITH BRACKETIN WALL-MOUNTED CABINET 1/4" = 1'-0"1GROUND LEVEL - CONSTRUCTION PLANCONSTRUCTION NOTESCONSTRUCTION LEGENDSealDesignerMemar Interiors, IncAddress:4475 Trinity Mills dr #701332Dallas,Texas 75287Phone: 469-888-9016Main Contact : Michael MemarConsultantAOS EngineeringAddress: 5020 Tennyson PkwyPlano, Texas 75024Phone: (214) 432-3030Main Contact: Jordan WeatherredScaleDateDrawn ByChecked ByProject NumberNOT FOR CONSTRUCTIONIssue Drawing LogArchitectBMH AS BUILT USA, IncAddress: 1100 S Akard St,Dallas, TX 75215Phone: (469) 607-0006Main Contact : Saeed MahbobiWeb: www.asbuiltusa.comBMH AS BUILT USABusiness Owner: Hassan ZamanPhone : 214-529-5831Building Owner: Coppell CrossingPhone : 469-258-5757AsindicatedBIRYANI EXPRESSCONSTRUCTIONPLANA-120CheckerAuthor11/23/2017003-160234.00751 S MACARTHURBLVD, STE 505COPPELL, TXCOPPELL CROSSINGLOT 5, BLOCK 11.0715 AC.(S-1263-C)No. Description Date1 CITY COMMENTS112/7/171 GROUND LEVEL0' - 0"TO STOREFRONT8' - 0"BO DECK15' - 9"RESTAURANT ENTRYGROCERY ENTRYEXISTING BRICKTO REMAINGROUND LEVEL0' - 0"TO STOREFRONT8' - 0"TO PARAPET15' - 9"EXIT DOOR18' - 10"EXISTING BRICKTO REMAIN2' - 8"18' - 10"EQEQLOCATION OF SIGNAGE, GCTO COORDINATE. 1/4" = 1'-0"1EXISTING - SOUTH ELEVATION 1/4" = 1'-0"2EXISTING - WEST ELEVATIONSealDesignerMemar Interiors, IncAddress:4475 Trinity Mills dr #701332Dallas,Texas 75287Phone: 469-888-9016Main Contact : Michael MemarConsultantAOS EngineeringAddress: 5020 Tennyson PkwyPlano, Texas 75024Phone: (214) 432-3030Main Contact: Jordan WeatherredScaleDateDrawn ByChecked ByProject NumberNOT FOR CONSTRUCTIONIssue Drawing LogArchitectBMH AS BUILT USA, IncAddress: 1100 S Akard St,Dallas, TX 75215Phone: (469) 607-0006Main Contact : Saeed MahbobiWeb: www.asbuiltusa.comBMH AS BUILT USABusiness Owner: Hassan ZamanPhone : 214-529-5831Building Owner: Coppell CrossingPhone : 469-258-5757 1/4" = 1'-0"BIRYANI EXPRESSEXTERIORELEVATIONSA- 410CheckerAuthor11/23/2017003-160234.00751 S MACARTHURBLVD, STE 505COPPELL, TXCOPPELL CROSSINGLOT 5, BLOCK 11.0715 AC.(S-1263-C)EXISTING ELEVATIONS PROVIDED FORREFERENCE ONLY. NO EXTERIOR WORK UNDERTHIS PERMIT. NO LANDSCAPE ALTERATION.EXISTING NORTH ELEVATIONEXISTING EAST ELEVATIONEXISTING WEST ELEVATIONEXISTING SOUTH ELEVATIONNo. Description Date $$.,7&+(1(;+$867$%29()5((=(5;)5((=(5;*7$'-$&(17/($6(63$&(/2&$7,212)*7/,1(5()(50(3*7&/($1287 &/5 )/225'5$,10($7'(37.,7&+(12)),&(6+23(/(&1(:$&&(66,%/(5(675220(;$&&(66,%/(5(675220*52&(5<5(67$85$17 9,) 9,) 9,)+,*+67$,1/(663$667+528*+&2817(56$1,7$5<)/2256$1,7$5<)/225 $'$&2817(5+(,*+7''''''''''::)/225'5$,1''''D ;326772581(/(&75,&$/&21'8,7 (;,67,1*(/(&75,&$/3$1(/$+285),5(6(3$5$7,213$57,7,21$%29(72%(&217,18('72'(&.0236,1. ;;'22523(1,1*,1',&$7255220,1',&$725:$//7<3(,1',&$725;;;;52201$0(;;1(:7<3(2):25.(;,67,1*725(0$,16+2:16+$'('127,1&2175$&71(:0,//:25.,167$//('%<*&6((),1,6+3/$1)256&+('8/('),1,6+(6)(&)(),5((;7,1*8,6+(5602817('72:$//:,7+%5$&.(7,1:$//02817('&$%,1(7 *5281'/(9(/&216758&7,213/$1&216758&7,21127(6&216758&7,21/(*(1'6HDO'HVLJQHU0HPDU,QWHULRUV,QF$GGUHVV7ULQLW\0LOOVGU'DOODV7H[DV3KRQH0DLQ&RQWDFW0LFKDHO0HPDU&RQVXOWDQW$26(QJLQHHULQJ$GGUHVV7HQQ\VRQ3NZ\3ODQR7H[DV3KRQH0DLQ&RQWDFW-RUGDQ:HDWKHUUHG6FDOH'DWH'UDZQ%\&KHFNHG%\3URMHFW1XPEHU127)25&216758&7,21,VVXH'UDZLQJ/RJ$UFKLWHFW%0+$6%8,/786$,QF$GGUHVV6$NDUG6W'DOODV7;3KRQH0DLQ&RQWDFW6DHHG0DKEREL:HEZZZDVEXLOWXVDFRP%0+$6%8,/786$%XVLQHVV2ZQHU+DVVDQ=DPDQ3KRQH%XLOGLQJ2ZQHU&RSSHOO&URVVLQJ3KRQH$VLQGLFDWHG%,5<$1,(;35(66&216758&7,213/$1$&KHFNHU$XWKRU60$&$57+85%/9'67(&233(//7;&233(//&5266,1*/27%/2&.$&6&1R 'HVFULSWLRQ 'DWH &,7<&200(176 *5281'/(9(/ 726725()5217 %2'(&. 5(67$85$17(175<*52&(5<(175<(;,67,1*%5,&.725(0$,1*5281'/(9(/ 726725()5217 723$5$3(7 (;,7'225 (;,67,1*%5,&.725(0$,1 (4(4/2&$7,212)6,*1$*(*&72&225',1$7( (;,67,1*6287+(/(9$7,21 (;,67,1*:(67(/(9$7,216HDO'HVLJQHU0HPDU,QWHULRUV,QF$GGUHVV7ULQLW\0LOOVGU'DOODV7H[DV3KRQH0DLQ&RQWDFW0LFKDHO0HPDU&RQVXOWDQW$26(QJLQHHULQJ$GGUHVV7HQQ\VRQ3NZ\3ODQR7H[DV3KRQH0DLQ&RQWDFW-RUGDQ:HDWKHUUHG6FDOH'DWH'UDZQ%\&KHFNHG%\3URMHFW1XPEHU127)25&216758&7,21,VVXH'UDZLQJ/RJ$UFKLWHFW%0+$6%8,/786$,QF$GGUHVV6$NDUG6W'DOODV7;3KRQH0DLQ&RQWDFW6DHHG0DKEREL:HEZZZDVEXLOWXVDFRP%0+$6%8,/786$%XVLQHVV2ZQHU+DVVDQ=DPDQ3KRQH%XLOGLQJ2ZQHU&RSSHOO&URVVLQJ3KRQH %,5<$1,(;35(66(;7(5,25(/(9$7,216$&KHFNHU$XWKRU60$&$57+85%/9'67(&233(//7;&233(//&5266,1*/27%/2&.$&6&(;,67,1*(/(9$7,2163529,'(')255()(5(1&(21/<12(;7(5,25:25.81'(57+,63(50,712/$1'6&$3($/7(5$7,21(;,67,1*1257+(/(9$7,21(;,67,1*($67(/(9$7,21(;,67,1*:(67(/(9$7,21(;,67,1*6287+(/(9$7,211R 'HVFULSWLRQ 'DWH Master City of Coppell, Texas 255 Parkway Boulevard Coppell, Texas 75019-9478 File Number: 2017-3700 File ID: Type: Status: 2017-3700 Agenda Item Agenda Ready 2Version: Reference: In Control: City Council 12/11/2017File Created: Final Action: S-1262R Drivers SelectFile Name: Title: PUBLIC HEARING: Consider approval of Case No. S-1262R-LI, Driversselect (Fellowship of Las Colinas Addition, Lot 2R1, Block 1), a zoning change from LI (Light Industrial) to S-1262R-LI (Special Use Permit-1262 Revised) to allow for vehicle parking and staging on the existing parking lot in conjunction with S-1262-LI on approximately 7.67 acres of land located west of the terminus of Gateview Blvd, at the request of Fellowship Church, being represented by Steve Hall, Driversselect. Notes: Agenda Date: 01/09/2018 Agenda Number: 10. Sponsors: Enactment Date: Cover Memo, Staff Report, Site Plan, Tree Survey - Landscape Plan Attachments: Enactment Number: Hearing Date: Contact: Effective Date: Drafter: Approval History Action DateVersionSeq #Due DateActionApprover 2 Mindi Hurley 1 1/5/20181/4/2018 Approve 2 Christel Pettinos - FYI 2 1/4/2018 Notified - FYI History of Legislative File Action: Result: Return Date: Due Date: Sent To: Date: Acting Body: Ver- sion: 1 PassApproved12/21/2017Planning & Zoning Commission Page 1City of Coppell, Texas Printed on 1/5/2018 Master Continued (2017-3700) Marcie Diamond, Assistant Director of Community Development/Planning, introduced the case with exhibits. Ms. Diamond stated that staff is recommending approval subject to the following conditions: 1. This is an acillary use to the internet based vehicle sales established in S-1262-LI. In the event that the 100 S. Royal is no longer used for this use, then this SUP shall be rescinded. 2. All landscape must be in a healthy, growing condition as indicated on the Landscape Plan and if any trees are dead or missing, new ones shall be installed. The placement of the 8' tall black metal fences shall not negatively impact the existing and proposed trees and landscaping. 3. Gates that traverse the fire lane easements shall be equipped with automatic gates with GTT Opticom receivers and manual Knox padlock overrides. 4. There may be additional comments at the time of permitting. Alissa Sutton, Driversselect, 13615 N. Central Expressway, Dallas, Texas, 75243, was present to address questions and concers from the commission. Ms. Sutton agreed with the conditions presented by staff. Commissioner Williford asked Ms. Sutton how many trips per day will there be between the proposed facility and the 100 S. Royal Lane facility. Ms. Sutton stated that at their current facilities, staff members are making twenty trips per day, but the two facilities are located farther apart. Chairman Haas opened the Public Hearing and advised that no one signed up to speak on this case and no one wished to speak. Chairman Haas closed the Public Hearing. A motion was made by Commissioner Williford, seconded by Vice Chair Portman, to recommend approval of this agenda item with the conditions outlined by staff. The motion passed by unanimous vote. Action Text: Chair Edmund Haas, Vice Chair Glenn Portman, Commissioner Sue Blankenship, Commissioner George Williford, and Commissioner Freddie Guerra 5Aye: 2 01/09/2018City Council Text of Legislative File 2017-3700 Title PUBLIC HEARING: Consider approval of Case No. S-1262R-LI, Driversselect (Fellowship of Las Colinas Addition, Lot 2R1, Block 1), a zoning change from LI (Light Industrial) to S-1262R-LI (Special Use Permit-1262 Revised) to allow for vehicle parking and staging on the existing parking lot in conjunction with S-1262-LI on approximately 7.67 acres of land located west of the terminus of Gateview Blvd, at the request of Fellowship Church, being represented by Steve Hall, Driversselect. Summary Staff Recommendation: On December 21, 2017, the Planning and Zoning Commission recommended Approval of S-1262R-LI Driversselect, the following conditions: 1. This is an ancillary use to the internet based vehicle sales established in S-1262-LI. In the event that the 100 S. Royal is no longer used for this use, then this SUP shall be rescinded. 2. All landscape must be in a healthy, growing condition as indicated on the Landscape Plan and if any trees are dead or missing, new ones shall be installed. The placement of the 8’ tall black metal fences shall not negatively impact the existing and proposed trees and Page 2City of Coppell, Texas Printed on 1/5/2018 Master Continued (2017-3700) landscaping. 3. Gates that traverse the fire lane easements shall be equipped with automatic gates with GTT Opticom receivers and manual Knox padlock overrides. 4. There may be additional comments at the time of permitting. The Planning Department recommends approval. Goal Icon: Business Prosperity Page 3City of Coppell, Texas Printed on 1/5/2018 1 MEMORANDUM To: Mayor and City Council From: Mindi Hurley, Director of Community Development Date: January 9, 2018 Reference: Consider approval of S-1262R-LI, Drivers Select, to allow for vehicle parking and staging on the existing parking lot in conjunction with S-1262-LI on approximately 7.67 acres of land located west of the terminus of Gateview Blvd. 2030: Business Prosperity Executive Summary: The request is to convert the use of a portion of the existing Fellowship Church’s parking lot to a commercial parking lot for Driversselect. Introduction: City Council recently approved an SUP for Driversselect’s main facility to be located at 100 S. Royal Lane. It was anticipated at the time of approval that an off-site facility would be required to store, stage and park vehicles. The Fellowship Church will remain in compliance with the parking requirements for this facility in the City of Grapevine. The changes to this site will be limited to the erection of a black, eight-foot decorative metal fence to surround the parking lot, separating it from the common access drives, and additional landscaping. There are two potential routes to transport vehicles from this lot to the main facility: north through the future hotel sites via the existing mutual access easement to Northpoint Drive, and alternatively, east on Gateview Blvd. then north on Royal Lane. Analysis: On December 21, 2017, the Planning and Zoning Commission recommended Approval of S-1262R-LI Driversselect, the following conditions: 1. This is an ancillary use to the internet based vehicle sales established in S-1262-LI. In the event that the 100 S. Royal is no longer used for this use, then this SUP shall be rescinded. 2. All landscape must be in a healthy, growing condition as indicated on the Landscape Plan and if any trees are dead or missing, new ones shall be installed. The placement of the 8’ tall black metal fences shall not negatively impact the existing and proposed trees and landscaping. 3. Gates that traverse the fire lane easements shall be equipped with automatic gates with GTT Opticom receivers and manual Knox padlock overrides. 4. There may be additional comments at the time of permitting. Legal Review: This did not require city attorney review 2 Fiscal Impact: None Recommendation: The Planning Department recommends approval. Attachments: 1. Staff Report 2. Site Plan 3. Tree Survey/Landscape Plan ITEM 5 Page 1 of 3 CITY OF COPPELL PLANNING DEPARTMENT STAFF REPORT CASE NO.: S-1262R-LI, Driversselect P&Z HEARING DATE: December 21, 2017 C.C. HEARING DATE: January 9, 2018 STAFF REP.: Marcie Diamond, Assistant Director of Community Development/Planning LOCATION: North of Gateview Blvd., east of the Coppell/Grapevine city limit line (1200 Gateview Blvd. SIZE OF AREA: 7.67 acres of property CURRENT ZONING: LI (Light Industrial) REQUEST: A zoning change request to S-1262R-LI (Special Use Permit-1262 Revised-Light Industrial) to allow for vehicle parking and staging on the existing parking lot in conjunction with S-1262-LI, Driversselect. APPLICANT: Applicant: Owner: Engineer: Steve Hall Brad Stovall Clayton Redinger Driversselect Fellowship Church DeOtte, Inc. 13615 N. Central Exp. 2450 N SH 121 420 Johnson Rd, Ste. 303 Dallas, Texas 75243 Grapevine, TX 76051 Keller, TX 76248 Phone: 703-626-9775 972-471-6724 817-337-8899 Steve.Hall@driversselect.com ClaytonRedinger@deotte.com HISTORY: This property currently owned by the Fellowship Church and is located north of the church facility, in the cities of Coppell and Grapevine. A Site Plan was approved in December 1998 for the expansion of an existing parking lot to add 997 parking spaces to the existing Fellowship Church facility located in Grapevine. In 2015, a request to utilize the subject parking lot as part of a commercial Airport Valet facility, was recommended for approval by the Planning and Zoning Commission, subject to approval from the City of Grapevine for the other portion of the facility. The City of Grapevine denied this request, and it was not forwarded to the City Council for their consideration. On November 14, 2017 City Council approved an SUP for Driversselect’s headquarters to be located at 100 S. Royal Lane. It was anticipated at the time of approval that an off-site facility would be required to store, stage and park vehicles. This is the property proposed to fulfill that off-site parking need. ITEM 5 Page 2 of 3 HISTORIC COMMENT: This property has no historic significance. TRANSPORTATION: Gateview Boulevard is a 45-foot wide undivided collector in 60 feet of right-of-way. This road terminates at the south eastern boundary of the subject property. A 40-foot wide drive extends along the proposed mutual lot line of the Fellowship Church parking lot through this lot to Northpoint Drive. SURROUNDING LAND USE & ZONING: North- vacant; PD-242R3-HC for two future hotels South – Fellowship Church pond and trail; LI (Light Industrial) East – existing office/warehouse; LI (Light Industrial) West – City of Grapevine Fellowship Church COMPREHENSIVE PLAN: Coppell 2030, A Comprehensive Master Plan, shows this property as Industrial Special District. DISCUSSION: City Council recently approved an SUP for Driversselect’s main facility to be located at 100 S. Royal Lane. It was anticipated at the time of approval that an off- site facility would be required to store, stage and park vehicles. This proposal is to convert the use of a portion of the existing Fellowship Church’s parking lot to a commercial parking lot for Driversselect. This parking area will contain 642 spaces. It is our understanding the church is no longer in need of this parking area and will remain adequately parked within the existing lots within in the City of Grapevine. This facility will remain in compliance with the Zoning Regulation of one parking space required per three seats in the main sanctuary. Access: As mentioned, the purpose of this is an ancillary use for Driversselect which will be located approximately ¾ of a mile to the northeast of this site on Royal Lane. There are two potential routes to transport vehicles from this lot to the main facility: north through the future hotel sites via the existing mutual access easement to Northpoint Drive, and alternatively, east on Gateview Blvd. then north on Royal Lane. The existing gate will be removed to allow access via route. It must be noted that the delivery of vehicles via 18- wheel transport trucks will be to the main (Royal Lane) facility and only individual vehicles will be driven to this lot to be stored until ready to sell. Once sold, the vehicle will be driven back to the Royal Lane facility. Fencing: A black, eight-foot decorative metal fence is proposed to surround the parking lot separating it from the common access drives. Emergency access gates (with Opticom) have been provided at three access points into the parking lots. There are additional manual gates onto the fire lane/mutual access drive along the east side of the property. Landscaping: All existing trees and landscaping will need to be surveyed to assure that all plant material is in healthy, growing condition. There are 12 overstory trees proposed to ITEM 5 Page 3 of 3 be planted to bring this site up to code. As noted above, additional decorative metal fencing is proposed along the north and east property lines and internal to the site. The placement of these fences must not negatively impact the existing and proposed trees and existing Elaeagnus landscape screen. RECOMMENDATION TO THE PLANNING AND ZONING COMMISSION: Staff is recommending APPROVAL of S-1262R-LI, Driversselect subject to the following conditions: 1. This is an ancillary use to the internet based vehicle sales established in S-1262-LI. In the event that the 100 S. Royal is no longer used for this use, then this SUP shall be rescinded. 2. All landscape must be in a healthy, growing condition as indicated on the Landscape Plan and if any trees are dead or missing, new ones shall be installed. The placement of the 8’ tall black metal fences shall not negatively impact the existing and proposed trees and landscaping. 3. Gates that traverse the fire lane easements shall be equipped with automatic gates with GTT Opticom receivers and manual Knox padlock overrides. 4. There may be additional comments at the time of permitting. ALTERNATIVES: 1. Recommend approval of the request 2. Recommend disapproval of the request 3. Recommend modification of the request 4. Take under advisement for reconsideration at a later date ATTACHMENTS: 1. Site Plan 2. Tree Survey/Landscape Plan C I V I L E N G I N E E R I N G420 Johnson Road, Suite 303Keller, Texas 76248Fax 817-337-5133 Phone 817-337-8899DEOTTE, INC.WWW.DEOTTE.COMFIRM REGISTRATION: # F-003116 (TX)669 Airport Freeway, Suite 101Hurst, Texas 76053Phone 972-255-1515www.DLArchitecture.netDaniels & LoveladyA r c h i t e c t u r eFax 972-255-4141Image courtesy of ImagePatch.com © 2014 Microsoft Corporation Master City of Coppell, Texas 255 Parkway Boulevard Coppell, Texas 75019-9478 File Number: 2018-3719 File ID: Type: Status: 2018-3719 Agenda Item Agenda Ready 1Version: Reference: In Control: Engineering 01/03/2018File Created: Final Action: Freeport Reconstruction ContractFile Name: Title: Consider award of a bid and approval of a contract with Texas Sterling Construction Company, for a base value of $15,819,808.64; plus $700,000.00 incentive bonus; for a total contract amount of $16,519,808.64; for the reconstruction of Freeport Parkway from Bethel Road to IH-635/Dividend; and authorizing the City Manager to sign necessary documents. Notes: Agenda Date: 01/09/2018 Agenda Number: 11. Sponsors: Enactment Date: Freeport Reconstruction Award Memo.pdf, Freeport Exhibit.pdf, Freeport - REBID Bid Tab.pdf, Freeport - Original Bid Tab.pdf, Freeport Reconstruction Contract.pdf Attachments: Enactment Number: Hearing Date: Contact: Effective Date: Drafter: Approval History Action DateVersionSeq #Due DateActionApprover 1 Ken Griffin 1 1/5/20181/4/2018 Approve 1 Jennifer Miller 2 1/5/20181/4/2018 Approve 1 Christel Pettinos - FYI 3 1/4/2018 Notified - FYI History of Legislative File Action: Result: Return Date: Due Date: Sent To: Date: Acting Body: Ver- sion: 1 01/09/2018City Council Text of Legislative File 2018-3719 Page 1City of Coppell, Texas Printed on 1/5/2018 Master Continued (2018-3719) Title Consider award of a bid and approval of a contract with Texas Sterling Construction Company, for a base value of $15,819,808.64; plus $700,000.00 incentive bonus; for a total contract amount of $16,519,808.64; for the reconstruction of Freeport Parkway from Bethel Road to IH-635/Dividend; and authorizing the City Manager to sign necessary documents. Summary Fiscal Impact: Funds have been identified in the 2016 Street CIP, the 2013 Street CIP, the ½% CRDC and the ¼% Infrastructure Maintenance Fund for this project. Staff Recommendation: The Public Works Department recommends approval. Goal Icon: Sustainable City Government Page 2City of Coppell, Texas Printed on 1/5/2018 1 MEMORANDUM To: Mayor and City Council From: Ken Griffin, P.E., Director of Public Works Date: January 9, 2018 Reference: Freeport Parkway Reconstruction Contract Award 2030: Sustainable City Government, Goal 3 Excellent and Well-maintained City Infrastructure and Facilities General Information: Freeport Parkway between Bethel Road and IH-635 was originally constructed in two phases in 1981 & 1986 Scope includes full pavement replacement, bridge reconstruction, utility replacement/rehabilitation, landscaping enhancement, geometry improvements, trail construction, lighting, and a new traffic signal. Original estimated construction cost (November 2015) was $8,900,000.00 First bids rejected due to cost and concerns over time and risk Second bids opened on December 7, 2017, with four bids submitted, utilizing A (Cost) + B (Time) bidding Lowest responsible bidder was Texas Sterling Construction Co. with a Base Bid of $15,819,808.64 and Total Time of 550 Days, for an A+B Comparison of $16,644,808.64 (bid tabulation attached) Milestone incentives for phases of construction are capped at $700,000.00 Planned start of construction Spring 2018 Estimated completion late 2019 Introduction: This agenda item is being presented to consider approval to enter into a contract with Texas Sterling Construction Company, in an amount of $15,819,808.64 plus $700,000.00 for milestone incentives, for a total contract amount of $16,519,808.64 for the reconstruction of Freeport Parkway from Bethel Road to Dividend. 2 Analysis: The Freeport Parkway Reconstruction Project limits begin at Dividend/IH-635 and end at Bethel Road (see attached). This segment of Freeport Parkway was originally constructed in two phases in 1981 (Bethel to Airline) and 1986 (Airline to IH-635). The roadway has been maintained over the years to extend the life beyond the design life of 20 years. A design contract was awarded to J. Volk Consulting in December 2015. The contract was originally bid in Summer 2017 with a bid opening on August 3, 2017. That bid was rejected due to concerns over cost and the potential impact of project risk on the administration of the project. Design changes were made to the project to eliminate alternate bid items, clarify project phasing and traffic control, and reduce the scope of some of the utility replacement work. The project was re-advertised in November 2017 and bids opened on December 7, 2017. It is the judgment of staff that the second bids received reflect the current value of the project, and that the time submitted by the lowest responsible bidder is reasonable. The basic scope of the Freeport Project includes the following elements: Replacement of all existing pavement with an updated pavement section targeted at prolonging the life of the infrastructure Replacement of the existing bridge over Grapevine Creek (between Airline and Fritz) to lengthen and straighten the existing horizontal curve Geometric enhancements to improve mobility and safety Trail, sidewalk, street lights and landscaping Replacement and/or rehabilitation of the water and sewer infrastructure along the alignment Rehabilitation of the existing storm sewer system beneath the pavement based upon recent TV inspection and additional investigation to occur during construction New traffic signal at Freeport Pkwy. and Southwestern Blvd. It is worth noting that subsequent to rejecting the first bids, staff worked with a contractor to TV inspect the sanitary sewer line under Freeport Parkway. Based upon that inspection, the scope of work in the redesigned project was changed to reflect a thorough cleaning of the line and rehabilitation of all sanitary sewer manholes. The segment of sanitary sewer spanning the new bridge limits will still be replaced. Further, the scope of water line replacement was reduced to only the segments where line size changes are needed. The remaining water lines are located outside of paving and can be replaced, as needed, in the future without significant disruption to motorists or the street pavement. Throughout the project, at least one lane of traffic in each direction will be maintained at all times. To help inform motorists, staff is working to implement a system of real-time traveler information to warn motorists of expected delays on Freeport, and allow alternate route decisions if appropriate (via SH 121 or other). Four portable changeable message signs were included in the bid to facilitate this system and an interlocal with the Texas A&M Transportation Institute is being developed for the system implementation. There are also plans to reduce the speed limit over the bridge and install all-way stops at Airline and Southwestern to allow for safe movements into and out of these side streets. Radar speed trailers are planned to support this strategy. Even with our best efforts to construct the project in a timely manner and minimize impacts, this project will still create some hardship. To prepare those affected, staff plans to hold a business 3 stakeholder meeting in early Spring to warn the businesses and residents of the upcoming construction. Staff is also working to develop a robust communication plan to explain the project and inform stakeholders of expected impacts as the project progresses. The project includes requirements for the contractor to support these communication efforts. Staff is working to implement best practices on the Freeport Parkway project to control cost, manage the schedule, and complete the project with enhanced safety. We plan to communicate through multiple channels and at regular intervals and explore all reasonable options to minimize impacts to stakeholders. Various items were included in the bid documents to facilitate a partnership with the contractor in achieving these goals. In addition to this contract award, staff is also proposing separate awards for materials testing ($236,705), operation of traveler information system (estimated $80,000), and remaining property acquisition (estimated $130,000). Contracts are already in place for design, plan review/project management assistance, and railroad crossing work. Based upon the foregoing analysis, staff recommends approval of a contract with Texas Sterling Construction Company, with a base bid amount of $15,819,808.64 plus $700,000.00 for milestone incentives, for a total contract amount of $16,519,808.64. Legal Review: Standard City bidding documents were utilized for this project and have been reviewed by the City Attorney. Fiscal Impact: The fiscal impact of this agenda item is $16,519,808.64 as provided for in CIP and IMF. Recommendation: The Engineering Department recommends approval of this contract with Texas Sterling Construction Company. S BELT LINE RDS.H. 121S.H. 121SDENTONTAPRDN DENTON TAP RDW SANDY L AK E RD SROYALLNE SANDY LAKE RD E P A RKWAYBLVD NMACAR T H URBLVDWPARK W A YBLV D E B E L T LINE RD SMACART HURBLVDF R E E P ORTPKWYAREA REFERENCED BY MAP 0 0.5 1 Miles 1 inch = 1 miles ± Created in ArcGIS 10.3 Created: April 2017by Leah BW:\GIS\Projects\Exhibit Location Maps Freeport Parkway (I-635 to W Bethel Rd)Reconstruction S DENTON TAP RDE I6 3 5 W BETHEL RD S ROYAL LNW I63 5 SOUTHWESTERN BLVD E B E L T LINERDS COPPELL RDS BELT LINE RDFREEPORTPKWYE B E T H EL R D Created in ArcGIS 10.3 Created: April 2017by Leah BW:\GIS\Projects\Exhibit Location Maps ± 0 1,600800 Feet 1 inch = 1,500 feet Freeport Parkway (I-635 to W Bethel Rd)ReconstructionROAD RECONSTRUCTION BID TABULATION ST15-01A - FREEPORT PARKWAY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL WATER, SANITARY SEWER, STORM DRAIN & PAVING IMPROVEMENTS C-1 MOBILIZATION LS 1 1 $790,000.00 $790,000.00 $795,000.00 $795,000.00 $293,000.00 $293,000.00 $888,000.00 $888,000.00 C-2 PROJECT SIGN EA 2 2 $1,000.00 $2,000.00 $500.00 $1,000.00 $550.00 $1,100.00 $500.00 $1,000.00 C-3 PROJECT COMMUNICATION LS 1 1 $20,500.00 $20,500.00 $25,000.00 $25,000.00 $5,000.00 $5,000.00 $80,000.00 $80,000.00 C-4 PRE-PROJECT VIDEO SURVEY EA 1 1 $4,300.00 $4,300.00 $2,500.00 $2,500.00 $1,000.00 $1,000.00 $28,000.00 $28,000.00 C-5 FURNISH, INSTALL, MAINTAIN AND REMOVE EROSION CONTROL DEVICES LS 1 1 $100,000.00 $100,000.00 $795,000.00 $795,000.00 $54,000.00 $54,000.00 $200,000.00 $200,000.00 C-6 FURNISH, INSTALL AND MAINTAIN TEMPORARY TRAFFIC CONTROL DEVICES & DETOURSLS 1 1 $390,000.00 $390,000.00 $795,000.00 $795,000.00 $337,000.00 $337,000.00 $750,000.00 $750,000.00 C-7 RIGHT-OF-WAY PREPARATION STA 67 67 $22,500.00 $1,507,500.00 $15,050.00 $1,008,350.00 $20,281.00 $1,358,827.00 $19,330.00 $1,295,110.00 C-8 REMOVE & DISPOSE OF EXISTING CONCRETE PAVEMENT SY 44697 44697 $4.15 $185,492.55 $4.81 $214,992.57 $4.60 $205,606.20 $12.50 $558,712.50 C-9 REMOVE & DISPOSE OF EXISTING ASPHALT PAVEMENT SY 20 20 $31.00 $620.00 $50.00 $1,000.00 $42.00 $840.00 $45.00 $900.00 C-10 REMOVE & DISPOSE OF STREET LIGHT EA 11 11 $410.00 $4,510.00 $410.00 $4,510.00 $430.50 $4,735.50 $450.00 $4,950.00 C-11 UNCLASSIFIED EXCAVATION CY 26000 26000 $18.75 $487,500.00 $13.00 $338,000.00 $12.30 $319,800.00 $26.00 $676,000.00 C-12 CITY MONUMENT EA 1 1 $50,000.00 $50,000.00 $20,000.00 $20,000.00 $32,000.00 $32,000.00 $37,000.00 $37,000.00 C-13 SANITARY SEWER MAIN/MANHOLE CLEANING LF 4910 4910 $5.00 $24,550.00 $1.00 $4,910.00 $5.25 $25,777.50 $11.50 $56,465.00 C-14 SANITARY SEWER MANHOLE REHABILITATION (RAVENSEAL COATING)EA 12 12 $8,800.00 $105,600.00 $3,000.00 $36,000.00 $4,750.00 $57,000.00 $2,500.00 $30,000.00 C-15 SANITARY SEWER MANHOLE REHABILITATION (CONE REPLACEMENT)EA 12 12 $2,150.00 $25,800.00 $750.00 $9,000.00 $2,650.00 $31,800.00 $1,800.00 $21,600.00 C-16 REMOVE EXISTING SANITARY SEWER PIPE LF 420 420 $28.00 $11,760.00 $10.00 $4,200.00 $21.00 $8,820.00 $43.00 $18,060.00 C-17 ABANDON EXISTING SANITARY SEWER MANHOLE EA 0 1 $1,875.00 $1,875.00 $1,000.00 $1,000.00 $1,200.00 $1,200.00 $820.00 $820.00 C-18 REMOVE EXISTING SANITARY SEWER MANHOLE EA 7 7 $1,120.00 $7,840.00 $1,000.00 $7,000.00 $1,500.00 $10,500.00 $1,600.00 $11,200.00 C-19 CONNECT TO EXISTING SANITARY SEWER PIPE EA 7 7 $1,075.00 $7,525.00 $800.00 $5,600.00 $1,300.00 $9,100.00 $2,050.00 $14,350.00 C-20 6" PVC SDR-26 SANITARY SEWER PIPE LF 24 24 $128.00 $3,072.00 $60.00 $1,440.00 $75.00 $1,800.00 $90.00 $2,160.00 C-21 8" PVC SDR-26 SANITARY SEWER PIPE LF 10 10 $130.00 $1,300.00 $70.00 $700.00 $77.00 $770.00 $110.00 $1,100.00 C-22 10" PVC SDR-26 SANITARY SEWER PIPE LF 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 C-23 12" PVC SDR-26 SANITARY SEWER PIPE LF 708 708 $62.00 $43,896.00 $100.00 $70,800.00 $84.00 $59,472.00 $135.00 $95,580.00 C-24 15" PVC SDR-26 SANITARY SEWER PIPE LF 87 87 $71.00 $6,177.00 $120.00 $10,440.00 $91.00 $7,917.00 $145.00 $12,615.00 C-25 18" PVC PS-115 SANITARY SEWER PIPE LF 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 C-26 24" PVC PS-115 SANITARY SEWER PIPE LF 844 844 $101.00 $85,244.00 $145.00 $122,380.00 $175.00 $147,700.00 $200.00 $168,800.00 C-27 4' DIAMETER STANDARD SANITARY SEWER MANHOLE EA 3 3 $6,100.00 $18,300.00 $6,000.00 $18,000.00 $5,900.00 $17,700.00 $7,000.00 $21,000.00 C-28 5' DIAMETER STANDARD SANITARY SEWER MANHOLE EA 8 8 $7,800.00 $62,400.00 $8,000.00 $64,000.00 $7,800.00 $62,400.00 $9,000.00 $72,000.00 C-29 5' DIAMETER DROP SANITARY SEWER MANHOLE EA 1 1 $9,000.00 $9,000.00 $13,000.00 $13,000.00 $6,800.00 $6,800.00 $12,000.00 $12,000.00 C-30 12" BORE AND STEEL ENCASEMENT FOR SANITARY SEWER PIPE LF 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 C-31 15" PVC ENCASEMENT FOR SANITARY SEWER PIPE LF 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 C-32 21" PVC ENCASEMENT FOR SANITARY SEWER PIPE LF 20 40 $46.50 $1,860.00 $75.00 $3,000.00 $136.00 $5,440.00 $110.00 $4,400.00 C-33 24" PVC ENCASEMENT FOR SANITARY SEWER PIPE LF 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 C-34 CONCRETE ENCASEMENT FOR SANITARY SEWER LF 40 40 $33.00 $1,320.00 $60.00 $2,400.00 $34.00 $1,360.00 $330.00 $13,200.00 C-35 CEMENT STABILIZED BACKFILL FOR SANITARY SEWER LF 55 55 $27.50 $1,512.50 $250.00 $13,750.00 $31.00 $1,705.00 $110.00 $6,050.00 C-36 18" DRILLED SHAFT PIER AND CAP FOR AERIAL SEWER CROSSING EA 6 6 $3,200.00 $19,200.00 $6,350.00 $38,100.00 $9,500.00 $57,000.00 $15,000.00 $90,000.00 C-37 ADDITIONAL DEPTH FOR AERIAL SEWER CROSSING PIERS LF 0 30 $89.00 $2,670.00 $57.00 $1,710.00 $158.00 $4,740.00 $175.00 $5,250.00 C-38 20" STRUCTURAL STEEL CASING FOR AERIAL SEWER CROSSING LF 258 258 $177.00 $45,666.00 $200.00 $51,600.00 $208.00 $53,664.00 $175.00 $45,150.00 C-39 TRENCH SAFETY FOR SANITARY SEWER IMPROVEMENTS (UP TO 22-FEET)LF 1673 1673 $1.00 $1,673.00 $5.00 $8,365.00 $2.00 $3,346.00 $1.10 $1,840.30 C-40 ABANDON EXISTING 1" WATER LINE (IN PLACE)LF 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 C-41 ABANDON EXISTING 2" WATER LINE (IN PLACE)LF 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 C-42 ABANDON EXISTING 6" WATER LINE (IN PLACE)LF 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 C-43 ABANDON EXISTING 8" WATER LINE (IN PLACE)LF 285 285 $36.00 $10,260.00 $6.00 $1,710.00 $2.00 $570.00 $11.00 $3,135.00 C-44 ABANDON EXISTING 12" WATER LINE (IN PLACE)LF 370 370 $29.00 $10,730.00 $8.00 $2,960.00 $13.00 $4,810.00 $13.00 $4,810.00 C-45 ABANDON EXISTING 16" WATER LINE (IN PLACE)LF 2290 2290 $33.00 $75,570.00 $10.00 $22,900.00 $13.00 $29,770.00 $15.00 $34,350.00 C-46 6" PVC CLASS 200 DR-14 WATER LINE LF 289 289 $96.00 $27,744.00 $120.00 $34,680.00 $146.00 $42,194.00 $120.00 $34,680.00 C-47 8" PVC CLASS 200 DR-14 WATER LINE LF 822 822 $87.00 $71,514.00 $130.00 $106,860.00 $151.00 $124,122.00 $135.00 $110,970.00 C-48 12" PVC CLASS 150 DR-18 WATER LINE LF 261 261 $64.50 $16,834.50 $145.00 $37,845.00 $160.00 $41,760.00 $130.00 $33,930.00 REBID - DECEMBER 2017 ITEM No.DESCRIPTION UNIT PLAN QUANTITY BID QUANTITY TEXAS STERLING CONSTRUCTION RAGEL INC TISEO SEMA ST15-01A FREEPORT PARKWAY OPINION OF PROBABLE COST 1 OF 7 BID TABULATION ST15-01A - FREEPORT PARKWAY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL REBID - DECEMBER 2017 ITEM No.DESCRIPTION UNIT PLAN QUANTITY BID QUANTITY TEXAS STERLING CONSTRUCTION RAGEL INC TISEO SEMA C-49 16" PVC CLASS 150 DR-18 WATER LINE LF 5164 5164 $76.00 $392,464.00 $180.00 $929,520.00 $173.00 $893,372.00 $145.00 $748,780.00 C-50 20" PVC CLASS 150 DR-18 WATER LINE LF 1472 1472 $180.00 $264,960.00 $200.00 $294,400.00 $330.00 $485,760.00 $160.00 $235,520.00 C-51 24" PVC CLASS 150 DR-18 WATER LINE LF 8 8 $262.00 $2,096.00 $400.00 $3,200.00 $227.00 $1,816.00 $300.00 $2,400.00 C-52 1" IRRIGATION WATER SERVICE & METER EA 4 4 $4,500.00 $18,000.00 $4,000.00 $16,000.00 $4,700.00 $18,800.00 $2,800.00 $11,200.00 C-53 2" DOMESTIC WATER SERVICE & METER EA 10 10 $5,500.00 $55,000.00 $5,000.00 $50,000.00 $7,000.00 $70,000.00 $5,000.00 $50,000.00 C-54 2" IRRIGATION WATER SERVICE & METER EA 4 4 $5,800.00 $23,200.00 $5,000.00 $20,000.00 $5,500.00 $22,000.00 $3,600.00 $14,400.00 C-55 6" GATE VALVES EA 19 19 $1,300.00 $24,700.00 $950.00 $18,050.00 $1,100.00 $20,900.00 $1,100.00 $20,900.00 C-56 8" GATE VALVES EA 16 16 $1,600.00 $25,600.00 $1,500.00 $24,000.00 $1,500.00 $24,000.00 $1,500.00 $24,000.00 C-57 12" GATE VALVES EA 8 8 $2,700.00 $21,600.00 $2,250.00 $18,000.00 $2,500.00 $20,000.00 $2,500.00 $20,000.00 C-58 16" GATE VALVES EA 17 17 $11,000.00 $187,000.00 $9,000.00 $153,000.00 $6,600.00 $112,200.00 $11,500.00 $195,500.00 C-59 20" GATE VALVES EA 5 5 $21,500.00 $107,500.00 $25,000.00 $125,000.00 $14,700.00 $73,500.00 $34,000.00 $170,000.00 C-60 CONNECT TO EXISTING WATER LINE EA 29 29 $1,050.00 $30,450.00 $1,000.00 $29,000.00 $3,100.00 $89,900.00 $4,200.00 $121,800.00 C-61 12" X 12" TAPPING SLEEVE AND VALVE EA 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 C-62 16" X 16" TAPPING SLEEVE AND VALVE EA 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 C-63 STANDARD FIRE HYDRANT ASSEMBLY EA 19 19 $3,700.00 $70,300.00 $4,000.00 $76,000.00 $2,700.00 $51,300.00 $3,800.00 $72,200.00 C-64 REMOVE EXISTING FIRE HYDRANT EA 18 18 $1,100.00 $19,800.00 $500.00 $9,000.00 $190.00 $3,420.00 $650.00 $11,700.00 C-65 WATER LINE DUCTILE IRON FITTINGS TON 21 21 $2,000.00 $42,000.00 $2,000.00 $42,000.00 $10,500.00 $220,500.00 $14,500.00 $304,500.00 C-66 20" PVC ENCASEMENT FOR WATER LINE LF 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 C-67 24" PVC ENCASEMENT FOR WATER LINE LF 20 20 $78.00 $1,560.00 $70.00 $1,400.00 $180.00 $3,600.00 $185.00 $3,700.00 C-68 24" STEEL ENCASEMENT FOR WATER LINE LF 235 235 $134.00 $31,490.00 $500.00 $117,500.00 $161.00 $37,835.00 $300.00 $70,500.00 C-69 24" BORE & STEEL ENCASEMENT FOR WATER LINE LF 102 102 $560.00 $57,120.00 $800.00 $81,600.00 $550.00 $56,100.00 $500.00 $51,000.00 C-70 2" AIR RELEASE VALVE (TYPE 1)EA 2 2 $7,000.00 $14,000.00 $8,000.00 $16,000.00 $5,700.00 $11,400.00 $10,000.00 $20,000.00 C-71 4" AIR RELEASE VALVE (TYPE 2)EA 1 1 $13,000.00 $13,000.00 $13,000.00 $13,000.00 $9,500.00 $9,500.00 $17,000.00 $17,000.00 C-72 BLOW-OFF VALVE (TYPE 1)EA 1 1 $5,000.00 $5,000.00 $8,000.00 $8,000.00 $3,000.00 $3,000.00 $3,500.00 $3,500.00 C-73 PERMANENT REINFORCED CONCRETE PAVEMENT REPAIR (WATER LINE)SY 797 797 $116.00 $92,452.00 $180.00 $143,460.00 $210.00 $167,370.00 $220.00 $175,340.00 C-74 TRENCH SAFETY FOR WATER LINE IMPROVEMENTS LF 8016 8016 $1.00 $8,016.00 $3.00 $24,048.00 $2.00 $16,032.00 $2.00 $16,032.00 C-75 STORM DRAIN CLEANING AND TELEVISION INSPECTION LF 1200 1200 $27.00 $32,400.00 $3.00 $3,600.00 $6.00 $7,200.00 $14.50 $17,400.00 C-76 DENSITY TESTING OF EXISTING BACKFILL EA 150 150 $360.00 $54,000.00 $150.00 $22,500.00 $315.00 $47,250.00 $250.00 $37,500.00 C-77 EXCAVATE AND RE-COMPACT EXISTING TRENCH BACKFILL CY 100 100 $39.00 $3,900.00 $15.00 $1,500.00 $48.00 $4,800.00 $27.00 $2,700.00 C-78 REMOVE EXISTING SMALL CURB INLET (4' - 8')EA 8 9 $1,200.00 $10,800.00 $800.00 $7,200.00 $735.00 $6,615.00 $1,600.00 $14,400.00 C-79 REMOVE EXISTING LARGE CURB INLET (10'-12')EA 20 20 $1,200.00 $24,000.00 $1,250.00 $25,000.00 $1,100.00 $22,000.00 $2,800.00 $56,000.00 C-80 REMOVE EXISTING Y-INLET EA 1 1 $1,200.00 $1,200.00 $800.00 $800.00 $1,100.00 $1,100.00 $1,100.00 $1,100.00 C-81 REMOVE EXISTING 4' X 4' MANHOLE EA 1 1 $1,200.00 $1,200.00 $1,250.00 $1,250.00 $1,100.00 $1,100.00 $1,500.00 $1,500.00 C-82 REMOVE EXISTING 6' X 6' MANHOLE EA 1 1 $1,200.00 $1,200.00 $1,900.00 $1,900.00 $1,200.00 $1,200.00 $2,200.00 $2,200.00 C-83 REMOVE EXISTING 21" HEADWALL EA 1 1 $550.00 $550.00 $600.00 $600.00 $735.00 $735.00 $450.00 $450.00 C-84 REMOVE EXISTING 27" HEADWALL EA 2 2 $275.00 $550.00 $800.00 $1,600.00 $735.00 $1,470.00 $450.00 $900.00 C-85 REMOVE EXISTING 54" HEADWALL EA 1 1 $550.00 $550.00 $2,000.00 $2,000.00 $1,100.00 $1,100.00 $900.00 $900.00 C-86 REMOVE EXISTING 18" RCP STORM DRAIN LF 255 255 $25.00 $6,375.00 $10.00 $2,550.00 $11.00 $2,805.00 $44.00 $11,220.00 C-87 REMOVE EXISTING 21" RCP STORM DRAIN LF 167 169 $14.50 $2,450.50 $15.00 $2,535.00 $11.00 $1,859.00 $44.00 $7,436.00 C-88 REMOVE EXISTING 24" RCP STORM DRAIN LF 45 45 $3.80 $171.00 $20.00 $900.00 $11.00 $495.00 $65.00 $2,925.00 C-89 REMOVE EXISTING 27" RCP STORM DRAIN LF 202 202 $11.50 $2,323.00 $20.00 $4,040.00 $11.00 $2,222.00 $65.00 $13,130.00 C-90 REMOVE EXISTING 30" RCP STORM DRAIN LF 10 10 $17.00 $170.00 $25.00 $250.00 $11.00 $110.00 $65.00 $650.00 C-91 REMOVE EXISTING 33" RCP STORM DRAIN LF 10 10 $17.00 $170.00 $30.00 $300.00 $12.00 $120.00 $65.00 $650.00 C-92 REMOVE EXISTING 36" RCP STORM DRAIN LF 0 10 $21.25 $212.50 $35.00 $350.00 $12.00 $120.00 $65.00 $650.00 C-93 REMOVE EXISTING 42" RCP STORM DRAIN LF 75 75 $3.80 $285.00 $45.00 $3,375.00 $12.00 $900.00 $65.00 $4,875.00 C-94 REMOVE EXISTING 54" RCP STORM DRAIN LF 30 30 $5.70 $171.00 $55.00 $1,650.00 $14.00 $420.00 $65.00 $1,950.00 C-95 REMOVE EXISTING 60" RCP STORM DRAIN LF 10 10 $17.00 $170.00 $75.00 $750.00 $14.00 $140.00 $75.00 $750.00 C-96 REMOVE EXISTING 66" RCP STORM DRAIN LF 15 15 $11.50 $172.50 $95.00 $1,425.00 $15.00 $225.00 $75.00 $1,125.00 ST15-01A FREEPORT PARKWAY OPINION OF PROBABLE COST 2 OF 7 BID TABULATION ST15-01A - FREEPORT PARKWAY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL REBID - DECEMBER 2017 ITEM No.DESCRIPTION UNIT PLAN QUANTITY BID QUANTITY TEXAS STERLING CONSTRUCTION RAGEL INC TISEO SEMA C-97 REMOVE EXISTING 72" RCP STORM DRAIN LF 12 12 $17.00 $204.00 $125.00 $1,500.00 $17.00 $204.00 $75.00 $900.00 C-98 REMOVE EXISTING 8' X 5' RCB STORM DRAIN LF 16 16 $268.00 $4,288.00 $190.00 $3,040.00 $18.00 $288.00 $110.00 $1,760.00 C-99 18" REINFORCED CONCRETE PIPE STORM DRAIN LF 104 104 $123.00 $12,792.00 $275.00 $28,600.00 $120.00 $12,480.00 $190.00 $19,760.00 C-100 21" REINFORCED CONCRETE PIPE STORM DRAIN LF 231 231 $99.00 $22,869.00 $290.00 $66,990.00 $130.00 $30,030.00 $195.00 $45,045.00 C-101 24" REINFORCED CONCRETE PIPE STORM DRAIN LF 59 59 $102.00 $6,018.00 $340.00 $20,060.00 $145.00 $8,555.00 $210.00 $12,390.00 C-102 27" REINFORCED CONCRETE PIPE STORM DRAIN LF 160 160 $142.00 $22,720.00 $350.00 $56,000.00 $155.00 $24,800.00 $240.00 $38,400.00 C-103 30" REINFORCED CONCRETE PIPE STORM DRAIN LF 10 10 $448.00 $4,480.00 $355.00 $3,550.00 $170.00 $1,700.00 $280.00 $2,800.00 C-104 33" REINFORCED CONCRETE PIPE STORM DRAIN LF 10 10 $410.00 $4,100.00 $370.00 $3,700.00 $190.00 $1,900.00 $300.00 $3,000.00 C-105 36" REINFORCED CONCRETE PIPE STORM DRAIN LF 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 C-106 42" REINFORCED CONCRETE PIPE STORM DRAIN LF 75 75 $203.00 $15,225.00 $415.00 $31,125.00 $282.00 $21,150.00 $310.00 $23,250.00 C-107 54" REINFORCED CONCRETE PIPE STORM DRAIN LF 45 45 $432.00 $19,440.00 $485.00 $21,825.00 $435.00 $19,575.00 $430.00 $19,350.00 C-108 60" REINFORCED CONCRETE PIPE STORM DRAIN LF 10 10 $952.00 $9,520.00 $520.00 $5,200.00 $525.00 $5,250.00 $540.00 $5,400.00 C-109 66" REINFORCED CONCRETE PIPE STORM DRAIN LF 15 15 $700.00 $10,500.00 $550.00 $8,250.00 $685.00 $10,275.00 $580.00 $8,700.00 C-110 8' X 5' REINFORCED CONCRETE BOX STORM DRAIN LF 16 16 $855.00 $13,680.00 $650.00 $10,400.00 $840.00 $13,440.00 $750.00 $12,000.00 C-111 10' RECESSED CURB INLET EA 11 11 $4,700.00 $51,700.00 $5,000.00 $55,000.00 $5,100.00 $56,100.00 $7,000.00 $77,000.00 C-112 15' STANDARD CURB INLET EA 2 2 $8,300.00 $16,600.00 $7,500.00 $15,000.00 $5,900.00 $11,800.00 $9,500.00 $19,000.00 C-113 15' RECESSED CURB INLET EA 14 14 $9,700.00 $135,800.00 $7,500.00 $105,000.00 $6,000.00 $84,000.00 $10,500.00 $147,000.00 C-114 20' RECESSED CURB INLET EA 2 2 $12,000.00 $24,000.00 $8,500.00 $17,000.00 $7,000.00 $14,000.00 $14,000.00 $28,000.00 C-115 4' X 4' STORM MANHOLE EA 1 1 $8,500.00 $8,500.00 $5,500.00 $5,500.00 $4,500.00 $4,500.00 $7,200.00 $7,200.00 C-116 6' X 6' STORM MANHOLE EA 2 2 $15,000.00 $30,000.00 $7,000.00 $14,000.00 $5,100.00 $10,200.00 $11,000.00 $22,000.00 C-117 21" TXDOT TYPE CH-FW-0 HEADWALL EA 1 1 $4,200.00 $4,200.00 $5,900.00 $5,900.00 $2,100.00 $2,100.00 $4,400.00 $4,400.00 C-118 27" TXDOT TYPE CH-FW-0 HEADWALL EA 2 2 $4,500.00 $9,000.00 $6,000.00 $12,000.00 $2,300.00 $4,600.00 $4,500.00 $9,000.00 C-119 54" TXDOT TYPE CH-FW-0 HEADWALL EA 1 1 $7,100.00 $7,100.00 $15,000.00 $15,000.00 $6,300.00 $6,300.00 $8,500.00 $8,500.00 C-120 ADJUST EXISTING STORM MANHOLE RIM TO GRADE EA 4 4 $1,300.00 $5,200.00 $1,500.00 $6,000.00 $1,900.00 $7,600.00 $2,000.00 $8,000.00 C-121 ADJUST EXISTING RCP MITER SLOPE TO GRADE EA 3 3 $700.00 $2,100.00 $2,000.00 $6,000.00 $3,200.00 $9,600.00 $3,000.00 $9,000.00 C-122 TRENCH SAFETY FOR DRAINAGE IMPROVEMENTS LF 936 936 $1.00 $936.00 $5.00 $4,680.00 $2.00 $1,872.00 $2.00 $1,872.00 C-123 RAILROAD CROSSING COORDINATION LS 1 1 $10,000.00 $10,000.00 $50,000.00 $50,000.00 $115,000.00 $115,000.00 $50,000.00 $50,000.00 C-124 4" ASPHALT (HMAC) BASE LAYER ON 6" COMPACTED SUBGRADE SY 50049 50049 $14.75 $738,222.75 $15.00 $750,735.00 $17.50 $875,857.50 $18.50 $925,906.50 C-125 11" REINFORCED CONCRETE STREET PAVEMENT (NO. 6 BARS 18" O.C.E.W.)SY 42526 42526 $75.00 $3,189,450.00 $62.00 $2,636,612.00 $70.10 $2,981,072.60 $69.00 $2,934,294.00 C-126 11" REINFORCED CONCRETE DRIVEWAY PAVEMENT (NO. 3 BARS 18" O.C.E.W.)SY 2687 2687 $75.00 $201,525.00 $68.00 $182,716.00 $82.00 $220,334.00 $125.00 $335,875.00 C-127 11" REINFORCED STAMPED CONCRETE PAVEMENT SY 1575 1575 $113.00 $177,975.00 $100.00 $157,500.00 $168.00 $264,600.00 $135.00 $212,625.00 C-128 6" REINFORCED STAMPED CONCRETE IN MEDIANS SY 1758 1758 $78.00 $137,124.00 $60.00 $105,480.00 $145.00 $254,910.00 $80.00 $140,640.00 C-129 10' WIDE HIKE/BIKE TRAIL - 6" REINFORCED CONCRETE SF 47528 47528 $5.00 $237,640.00 $4.50 $213,876.00 $6.85 $325,566.80 $6.50 $308,932.00 C-130 4" REINFORCED CONCRETE SIDEWALK (ALL WIDTHS)SF 31046 31046 $6.00 $186,276.00 $4.50 $139,707.00 $5.60 $173,857.60 $5.50 $170,753.00 C-131 TXDOT TYPE 2 PEDESTRIAN RAMP SY 13 13 $113.00 $1,469.00 $140.00 $1,820.00 $210.00 $2,730.00 $90.00 $1,170.00 C-132 TXDOT TYPE 3 PEDESTRIAN RAMP SY 431 431 $85.00 $36,635.00 $115.00 $49,565.00 $210.00 $90,510.00 $90.00 $38,790.00 C-133 TXDOT TYPE 7 PEDESTRIAN RAMP SY 280 280 $156.00 $43,680.00 $95.00 $26,600.00 $210.00 $58,800.00 $90.00 $25,200.00 C-134 DELETED SF 0 0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 C-135 CONCRETE RETAINING WALL INTEGRAL W/ SIDEWALK OR TRAIL (CAST-IN-PLACE)SF 980 980 $114.50 $112,210.00 $35.00 $34,300.00 $70.00 $68,600.00 $24.00 $23,520.00 C-136 TXDOT TYPE E PEDESTRIAN HANDRAIL LF 795 795 $72.00 $57,240.00 $80.00 $63,600.00 $120.00 $95,400.00 $110.00 $87,450.00 C-137 TXDOT METAL BEAM GUARD FENCE LF 325 325 $25.00 $8,125.00 $23.00 $7,475.00 $36.00 $11,700.00 $27.00 $8,775.00 C-138 METAL BEAM GUARD FENCE TRANSITION EA 4 4 $1,950.00 $7,800.00 $1,800.00 $7,200.00 $2,365.00 $9,460.00 $2,200.00 $8,800.00 C-139a METAL BEAM GUARD RAIL END TREATMENT (MBGF-11)EA 2 2 $518.75 $1,037.50 $2,200.00 $4,400.00 $1,000.00 $2,000.00 $560.00 $1,120.00 C-139b METAL BEAM GUARD RAIL END TREATMENT (SGT8-14)EA 2 2 $3,350.00 $6,700.00 $2,200.00 $4,400.00 $3,625.00 $7,250.00 $3,600.00 $7,200.00 C-140 GABBION BASKETS CY 117 117 $446.00 $52,182.00 $200.00 $23,400.00 $265.00 $31,005.00 $200.00 $23,400.00 C-141 TREE ROOT BARRIER LF 0 1000 $12.25 $12,250.00 $14.20 $14,200.00 $12.90 $12,900.00 $15.00 $15,000.00 C-142 RESTORE IRRIGATION SYSTEM LS 1 1 $182,000.00 $182,000.00 $181,860.00 $181,860.00 $85,000.00 $85,000.00 $95,000.00 $95,000.00 C-143 RESTORE PARKWAYS AND DISTURBED AREAS STA 67 67 $3,590.00 $240,530.00 $3,000.00 $201,000.00 $1,070.00 $71,690.00 $1,500.00 $100,500.00 ST15-01A FREEPORT PARKWAY OPINION OF PROBABLE COST 3 OF 7 BID TABULATION ST15-01A - FREEPORT PARKWAY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL REBID - DECEMBER 2017 ITEM No.DESCRIPTION UNIT PLAN QUANTITY BID QUANTITY TEXAS STERLING CONSTRUCTION RAGEL INC TISEO SEMA C-144 RESTORE LANDSCAPE BEDS SF 6735 6735 $5.96 $40,140.60 $7.10 $47,818.50 $6.30 $42,430.50 $7.50 $50,512.50 C-145 STREET SIGNS EA 69 69 $375.00 $25,875.00 $325.00 $22,425.00 $610.00 $42,090.00 $400.00 $27,600.00 C-146 RAILROAD CROSSING SIGNAGE, STRIPING AND MARKINGS LS 1 1 $5,250.00 $5,250.00 $6,000.00 $6,000.00 $12,000.00 $12,000.00 $8,800.00 $8,800.00 C-147 PAVEMENT STRIPING & MARKINGS STA 62 62 $160.00 $9,920.00 $800.00 $49,600.00 $165.00 $10,230.00 $1,300.00 $80,600.00 C-148 TRAFFIC BUTTONS EA 2287 2287 $3.75 $8,576.25 $3.00 $6,861.00 $5.00 $11,435.00 $5.00 $11,435.00 C-149 POST-PROJECT VIDEO SURVEY EA 1 1 $3,500.00 $3,500.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $25,000.00 $25,000.00 C-150 PORTABLE CHANGEABLE MESSAGE SIGN EA 4 4 $8,000.00 $32,000.00 $12,000.00 $48,000.00 $18,000.00 $72,000.00 $17,000.00 $68,000.00 SUBTOTAL WATER, SANITARY SEWER, STORM DRAINAGE & PAVING $12,099,949.15 $12,552,426.07 $12,260,185.20 $14,306,195.80 BRIDGE IMPROVEMENTS B-1 CEM STABIL BKFL CY 512 512 $110.00 $56,320.00 $85.00 $43,520.00 $210.00 $107,520.00 $135.00 $69,120.00 B-2 DRILL SHAFT (18 IN)LF 164 164 $61.00 $10,004.00 $75.00 $12,300.00 $132.00 $21,648.00 $70.00 $11,480.00 B-3 DRILL SHAFT (36 IN)LF 1076 1076 $128.00 $137,728.00 $150.00 $161,400.00 $196.00 $210,896.00 $135.00 $145,260.00 B-4 CL C CONC (ABUT)(HPC)CY 119 119 $900.00 $107,100.00 $650.00 $77,350.00 $1,050.00 $124,950.00 $700.00 $83,300.00 B-5 CL C CONC (BENT)(HPC)CY 134 134 $1,200.00 $160,800.00 $1,020.00 $136,680.00 $1,160.00 $155,440.00 $900.00 $120,600.00 B-6 REINF CONC SLAB (HPC)SF 26780 26780 $18.00 $482,040.00 $16.50 $441,870.00 $19.00 $508,820.00 $18.00 $482,040.00 B-7 APPROACH SLAB (HPC)CY 227 227 $500.00 $113,500.00 $400.00 $90,800.00 $475.00 $107,825.00 $550.00 $124,850.00 B-8 PRESTR CONC GIRDER (TX54)LF 3360 3360 $154.00 $517,440.00 $130.00 $436,800.00 $142.00 $477,120.00 $165.00 $554,400.00 B-9 RIPRAP (STONE PROTECTION)(12 IN)CY 473 473 $104.00 $49,192.00 $100.00 $47,300.00 $137.00 $64,801.00 $115.00 $54,395.00 B-10 RIPRAP (STONE PROTECTION)(30 IN)CY 260 260 $90.00 $23,400.00 $115.00 $29,900.00 $142.00 $36,920.00 $115.00 $29,900.00 B-11 STR STEEL (MISC NON-BRIDGE)LB 478 478 $15.00 $7,170.00 $10.00 $4,780.00 $21.00 $10,038.00 $13.00 $6,214.00 B-12 RAIL(PEDESTRIAN)(SPL)LF 1048 1048 $300.00 $314,400.00 $140.00 $146,720.00 $263.00 $275,624.00 $120.00 $125,760.00 B-13 SEALED EXPANSION JOINT (4 IN) (SEJ-A)LF 174 174 $75.00 $13,050.00 $75.00 $13,050.00 $105.00 $18,270.00 $80.00 $13,920.00 B-14 REMOVE & DISPOSE OF EXISTING BRIDGE STRUCTURE LS 1 1 $200,000.00 $200,000.00 $250,000.00 $250,000.00 $40,000.00 $40,000.00 $400,000.00 $400,000.00 B-15 BRIDGE MEDIAN SF 4570 4570 $9.00 $41,130.00 $7.50 $34,275.00 $17.00 $77,690.00 $7.00 $31,990.00 B-16 BRIDGE SIDEWALK SF 7857 7857 $7.00 $54,999.00 $8.00 $62,856.00 $8.50 $66,784.50 $7.50 $58,927.50 SUBTOTAL BRIDGE $2,288,273.00 $1,989,601.00 $2,304,346.50 $2,312,156.50 LANDSCAPE & IRRIGATION L-1 CONCRETE MOWSTRIP (9" WIDTH) - RE: E/L1.9 LF 1880 1880 $20.00 $37,600.00 $15.80 $29,704.00 $16.00 $30,080.00 $20.00 $37,600.00 L-2 DRY RIVER BED OKLAHOMA FLAGSTONE (3" THICK) - RE: G/L1.9 SF 147 147 $11.44 $1,681.68 $28.00 $4,116.00 $13.00 $1,911.00 $29.00 $4,263.00 L-3 DRY RIVER BED STACKED CHOPPED LEUDER EDGE (2 COURSES) - RE: G/L1.9 LF 532 532 $6.60 $3,511.20 $24.00 $12,768.00 $7.00 $3,724.00 $25.00 $13,300.00 L-4 BOULDER TYPE A (24"L X 14"W X 18"H)EA 23 23 $50.45 $1,160.35 $45.00 $1,035.00 $53.00 $1,219.00 $50.00 $1,150.00 L-5 BOULDER TYPE B (18"L X 12"W X 14"H)EA 14 14 $50.45 $706.30 $35.00 $490.00 $53.00 $742.00 $40.00 $560.00 L-6 BOULDER TYPE C (10"L X 12"W X 20"H)EA 22 22 $50.45 $1,109.90 $40.00 $880.00 $53.00 $1,166.00 $45.00 $990.00 L-7 BOULDER TYPE D (12"L X 14"W X 18"H)EA 5 5 $50.51 $252.55 $35.00 $175.00 $54.00 $270.00 $40.00 $200.00 L-8a STAMPED & COLORED CONCRETE (TO MATCH MEDIAN NOSES) - RE: CIVIL SF 2421 2421 $18.00 $43,578.00 $8.00 $19,368.00 $17.00 $41,157.00 $13.00 $31,473.00 L-8b COLORED CONCRETE - RE: CIVIL, SIM SF 1928 1928 $11.00 $21,208.00 $8.00 $15,424.00 $27.00 $52,056.00 $13.00 $25,064.00 L-9 ALLEE ELM - 100 GAL.EA 4 4 $1,065.50 $4,262.00 $1,080.00 $4,320.00 $1,120.00 $4,480.00 $1,200.00 $4,800.00 L-10 CHINKAPIN OAK - 100 GAL.EA 13 13 $897.00 $11,661.00 $990.00 $12,870.00 $945.00 $12,285.00 $1,100.00 $14,300.00 L-11 CRAPE MYRTLE 'RED ROCKET' - 30 GAL.EA 19 19 $355.00 $6,745.00 $420.00 $7,980.00 $375.00 $7,125.00 $500.00 $9,500.00 L-12 TEXAS REDBUD - 30 GAL.EA 31 31 $253.00 $7,843.00 $570.00 $17,670.00 $270.00 $8,370.00 $600.00 $18,600.00 L-13 TEXAS SAGE 'THUNDER CLOUD' - 5 GAL.EA 86 86 $12.20 $1,049.20 $27.00 $2,322.00 $13.00 $1,118.00 $28.00 $2,408.00 L-14 ABELIA 'CANYON CREEK' - 5 GAL.EA 105 105 $12.20 $1,281.00 $29.00 $3,045.00 $13.00 $1,365.00 $30.00 $3,150.00 L-15 ROSEMARY 'TUSCAN BLUE' - 5 GAL.EA 120 120 $11.40 $1,368.00 $27.00 $3,240.00 $12.00 $1,440.00 $28.00 $3,360.00 L-16 SOFTLEAF YUCCA - 5 GAL.EA 18 18 $15.85 $285.30 $24.00 $432.00 $17.00 $306.00 $25.00 $450.00 L-17 WHITE CLOUD MUHLY - 3 GAL.EA 233 233 $15.85 $3,693.05 $24.00 $5,592.00 $17.00 $3,961.00 $25.00 $5,825.00 L-18 MEXICAN FEATHER GRASS - 3 GAL.EA 358 358 $15.85 $5,674.30 $24.00 $8,592.00 $17.00 $6,086.00 $25.00 $8,950.00 ST15-01A FREEPORT PARKWAY OPINION OF PROBABLE COST 4 OF 7 BID TABULATION ST15-01A - FREEPORT PARKWAY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL REBID - DECEMBER 2017 ITEM No.DESCRIPTION UNIT PLAN QUANTITY BID QUANTITY TEXAS STERLING CONSTRUCTION RAGEL INC TISEO SEMA L-19 GULF MUHLY 'REGAL MIST' - 3 GAL.EA 116 116 $12.50 $1,450.00 $24.00 $2,784.00 $14.00 $1,624.00 $25.00 $2,900.00 L-20 RED YUCCA - 3 GAL.EA 174 174 $15.85 $2,757.90 $24.00 $4,176.00 $17.00 $2,958.00 $25.00 $4,350.00 L-21 RUSSIAN SAGE - 1 GAL.EA 12 12 $5.00 $60.00 $13.00 $156.00 $6.00 $72.00 $15.00 $180.00 L-22 AUTUMN SAGE - 1 GAL.EA 80 80 $6.10 $488.00 $13.00 $1,040.00 $7.00 $560.00 $15.00 $1,200.00 L-23 MEXICAN BUSH SAGE - 1 GAL.EA 32 32 $5.00 $160.00 $13.00 $416.00 $6.00 $192.00 $15.00 $480.00 L-24 'BLONDE AMBITION' BLUE GRAMMA - 1 GAL.EA 152 152 $5.60 $851.20 $13.00 $1,976.00 $6.00 $912.00 $15.00 $2,280.00 L-25 BLACKEYED SUSAN - 1 GAL.EA 266 266 $5.00 $1,330.00 $13.00 $3,458.00 $6.00 $1,596.00 $15.00 $3,990.00 L-26 PINK SKULLCAP - 1 GAL.EA 90 90 $6.50 $585.00 $13.00 $1,170.00 $7.00 $630.00 $15.00 $1,350.00 L-27 FALL ASTER - 1 GAL.EA 246 246 $5.00 $1,230.00 $13.00 $3,198.00 $6.00 $1,476.00 $15.00 $3,690.00 L-28 SOLID SOD BUFFALO GRASS SF 20684 20684 $1.00 $20,684.00 $0.75 $15,513.00 $1.10 $22,752.40 $0.60 $12,410.40 L-29 SOLID SOD BERMUDA GRASS SF 0 100 $0.54 $54.00 $1.20 $120.00 $0.75 $75.00 $1.10 $110.00 L-30 DECOMPOSED GRANITE - RE: F/L1.9 SF 1777 1777 $3.08 $5,473.16 $2.30 $4,087.10 $4.00 $7,108.00 $2.50 $4,442.50 L-31 BED PREPERATION & TOP MULCH SF 8619 8619 $1.26 $10,859.94 $1.30 $11,204.70 $1.50 $12,928.50 $1.40 $12,066.60 L-32 MULCH (TYP. 1' BAND AT BACK OF CURB)SF 1475 1475 $0.56 $826.00 $0.45 $663.75 $0.65 $958.75 $0.50 $737.50 L-33 FERTILIZERS LS 1 1 $4,907.15 $4,907.15 $840.00 $840.00 $5,200.00 $5,200.00 $900.00 $900.00 L-34 PRUNE BRANCHES TO 8' CLEAR ON EXISTING OVERHANGING TREES LS 1 1 $3,000.00 $3,000.00 $3,200.00 $3,200.00 $3,200.00 $3,200.00 $3,400.00 $3,400.00 L-35 ADJUST EXISTING RET. WALL & REPAIR EXISTING LANDSCAPE BED - RE: B/L1.7 LS 1 1 $3,351.23 $3,351.23 $900.00 $900.00 $1,200.00 $1,200.00 $950.00 $950.00 L-36 IRRIGATION SYSTEM (IN MEDIANS)SF 8619 8619 $17.67 $152,297.73 $16.80 $144,799.20 $14.00 $120,666.00 $17.40 $149,970.60 L-37 TEMPORARY IRRIGATION SYSTEM (FOR TURF OUTSIDE STREET EDGES)SF 136480 136480 $0.12 $16,377.60 $0.09 $12,283.20 $0.25 $34,120.00 $0.10 $13,648.00 SUBTOTAL LANDSCAPE & IRRIGATION $381,412.74 $362,007.95 $397,089.65 $404,998.60 STREET LIGHTING T-1 DRILL SHAFT (RDWY ILL POLE) (24 IN)EA 42 42 $1,225.00 $51,450.00 $1,225.00 $51,450.00 $1,300.00 $54,600.00 $200.00 $8,400.00 T-2 BRIDGE BANNER POLE ASSEMBLY EA 10 10 $3,175.00 $31,750.00 $3,175.00 $31,750.00 $3,400.00 $34,000.00 $750.00 $7,500.00 T-3 BRIDGE ILLUMINATION POLE EA 8 8 $3,095.00 $24,760.00 $3,000.00 $24,000.00 $3,150.00 $25,200.00 $7,600.00 $60,800.00 T-4 ANTIQUE LUMINAIRE - TYPE ZP26A EA 8 8 $1,530.00 $12,240.00 $1,350.00 $10,800.00 $1,450.00 $11,600.00 $700.00 $5,600.00 T-5 INSTALL ROADWAY ILLUM ASSEMBLY (LED) (MATERIALS PROVIDED BY CITY)EA 42 42 $1,425.00 $59,850.00 $1,425.00 $59,850.00 $1,500.00 $63,000.00 $1,100.00 $46,200.00 T-6 CONDUIT (PVC) (SCH 40) (2") (BORE)LF 12401 12401 $17.00 $210,817.00 $17.00 $210,817.00 $18.00 $223,218.00 $19.00 $235,619.00 T-7 CONDUIT (PVC) (SCH 40) (2") (BRIDGE)LF 1014 1014 $15.00 $15,210.00 $15.00 $15,210.00 $16.00 $16,224.00 $45.00 $45,630.00 T-8 CONDUIT (PVC) (SCH 40) (2") (TRENCH)LF 400 400 $6.10 $2,440.00 $6.10 $2,440.00 $6.50 $2,600.00 $12.00 $4,800.00 T-9 GROUND BOX TYPE A EA 29 29 $625.00 $18,125.00 $625.00 $18,125.00 $660.00 $19,140.00 $700.00 $20,300.00 T-10 ELEC CONDR (NO. 8) BARE LF 7308 7308 $1.00 $7,308.00 $1.00 $7,308.00 $1.10 $8,038.80 $1.30 $9,500.40 T-11 ELEC CONDR (NO. 8) INSULATED LF 14616 14616 $1.10 $16,077.60 $1.10 $16,077.60 $1.20 $17,539.20 $1.30 $19,000.80 T-12 POWER SERVICE PEDESTAL & EQUIPMENT EA 4 4 $5,200.00 $20,800.00 $5,200.00 $20,800.00 $5,500.00 $22,000.00 $5,700.00 $22,800.00 SUBTOTAL STREET LIGHTING $470,827.60 $468,627.60 $497,160.00 $486,150.20 ST15-01A FREEPORT PARKWAY OPINION OF PROBABLE COST 5 OF 7 BID TABULATION ST15-01A - FREEPORT PARKWAY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL REBID - DECEMBER 2017 ITEM No.DESCRIPTION UNIT PLAN QUANTITY BID QUANTITY TEXAS STERLING CONSTRUCTION RAGEL INC TISEO SEMA SIGNALIZATION TS-1 DRILL SHAFT (TRF SIG POLE) (36 IN)LF 26 26 $295.00 $7,670.00 $295.00 $7,670.00 $310.00 $8,060.00 $300.00 $7,800.00 TS-2 DRILL SHAFT (TRF SIG POLE) (48 IN)LF 44 44 $360.00 $15,840.00 $360.00 $15,840.00 $380.00 $16,720.00 $350.00 $15,400.00 TS-3 CONDUIT (PVC) (SCH 40) (2")LF 40 40 $6.10 $244.00 $6.10 $244.00 $6.50 $260.00 $11.00 $440.00 TS-4 CONDUIT (PVC) (SCH 40) (2") (BORE)LF 110 110 $17.00 $1,870.00 $17.00 $1,870.00 $18.00 $1,980.00 $19.00 $2,090.00 TS-5 CONDUIT (PVC) (SCH 40) (3")LF 290 290 $11.90 $3,451.00 $12.10 $3,509.00 $13.00 $3,770.00 $13.00 $3,770.00 TS-6 CONDUIT (PVC) (SCH 40) (4")LF 30 30 $12.50 $375.00 $12.50 $375.00 $14.00 $420.00 $14.00 $420.00 TS-7 CONDUIT (PVC) (SCH 40) (4") (BORE)LF 485 485 $22.50 $10,912.50 $22.50 $10,912.50 $24.00 $11,640.00 $27.00 $13,095.00 TS-8 ELEC CONDUCTOR (NO. 8) INSULATED LF 2050 2050 $1.00 $2,050.00 $1.00 $2,050.00 $1.10 $2,255.00 $1.80 $3,690.00 TS-9 ELEC CONDUCTOR (NO. 6) BARE LF 1810 1810 $1.05 $1,900.50 $1.05 $1,900.50 $1.10 $1,991.00 $1.80 $3,258.00 TS-10 ELEC CONDUCTOR (NO. 6) INSULATED LF 360 360 $1.20 $432.00 $1.20 $432.00 $1.30 $468.00 $1.80 $648.00 TS-11 GROUND BOX TY C (162911) W/APRON EA 6 6 $675.00 $4,050.00 $675.00 $4,050.00 $710.00 $4,260.00 $950.00 $5,700.00 TS-12 INSTALL HWY TRAF SIG (ISOLATED)EA 2 2 $14,150.00 $28,300.00 $15,650.00 $31,300.00 $16,500.00 $33,000.00 $16,000.00 $32,000.00 TS-13 REMOVING TRAFFIC SIGNALS EA 1 1 $1,500.00 $1,500.00 $1,500.00 $1,500.00 $1,600.00 $1,600.00 $4,500.00 $4,500.00 TS-14 VEH SIG SEC (12")LED(GRN)EA 8 8 $225.00 $1,800.00 $225.00 $1,800.00 $240.00 $1,920.00 $220.00 $1,760.00 TS-15 VEH SIG SEC (12")LED(GRN ARW)EA 4 4 $225.00 $900.00 $225.00 $900.00 $240.00 $960.00 $220.00 $880.00 TS-16 VEH SIG SEC (12")LED(YEL)EA 8 8 $225.00 $1,800.00 $225.00 $1,800.00 $240.00 $1,920.00 $220.00 $1,760.00 TS-17 VEH SIG SEC (12")LED(YEL ARW)EA 8 8 $225.00 $1,800.00 $225.00 $1,800.00 $240.00 $1,920.00 $220.00 $1,760.00 TS-18 VEH SIG SEC (12")LED(RED)EA 8 8 $225.00 $1,800.00 $225.00 $1,800.00 $240.00 $1,920.00 $220.00 $1,760.00 TS-19 VEH SIG SEC (12")LED(RED ARW)EA 4 4 $225.00 $900.00 $225.00 $900.00 $240.00 $960.00 $220.00 $880.00 TS-20 PED SIG SEC (LED) (COUNTDOWN)EA 16 16 $510.00 $8,160.00 $510.00 $8,160.00 $540.00 $8,640.00 $500.00 $8,000.00 TS-21 BACK PLATE (12") (3 SEC)EA 8 8 $60.00 $480.00 $60.00 $480.00 $65.00 $520.00 $100.00 $800.00 TS-22 BACK PLATE (12") (4 SEC)EA 4 4 $75.00 $300.00 $75.00 $300.00 $80.00 $320.00 $100.00 $400.00 TS-23 TRF SIG CBL (TY A) (14 AWG) (5 CONDR)LF 410 410 $1.20 $492.00 $1.20 $492.00 $1.30 $533.00 $2.00 $820.00 TS-24 TRF SIG CBL (TY A) (14 AWG) (7 CONDR)LF 1437 1437 $1.40 $2,011.80 $1.40 $2,011.80 $1.50 $2,155.50 $2.00 $2,874.00 TS-25 TRF SIG CBL (TY A) (14 AWG) (12 CONDR)LF 535 535 $3.60 $1,926.00 $3.60 $1,926.00 $3.80 $2,033.00 $2.50 $1,337.50 TS-26 TRF SIG CBL (TY A) (14 AWG) (16 CONDR)LF 1145 1145 $5.65 $6,469.25 $5.65 $6,469.25 $6.00 $6,870.00 $3.00 $3,435.00 TS-27 TRF SIG CBL (TY C) (12 AWG) (2 CONDR)LF 2385 2385 $1.95 $4,650.75 $1.95 $4,650.75 $2.10 $5,008.50 $1.40 $3,339.00 TS-28 INS TRF SIG PL AM(S)1ARM(36')EA 2 2 $8,900.00 $17,800.00 $8,900.00 $17,800.00 $9,400.00 $18,800.00 $6,000.00 $12,000.00 TS-29 INS TRF SIG PL AM(S)1ARM(55')EA 1 1 $35,100.00 $35,100.00 $35,100.00 $35,100.00 $37,000.00 $37,000.00 $12,000.00 $12,000.00 TS-30 INS TRF SIG PL AM(S)1ARM(60')EA 1 1 $35,450.00 $35,450.00 $35,450.00 $35,450.00 $37,300.00 $37,300.00 $13,000.00 $13,000.00 TS-31 PED POLE ASSEMBLY EA 8 8 $1,850.00 $14,800.00 $1,850.00 $14,800.00 $2,000.00 $16,000.00 $2,500.00 $20,000.00 TS-32 PEDESTRIAN PUSH BUTTON POLE EA 1 1 $1,700.00 $1,700.00 $1,700.00 $1,700.00 $1,800.00 $1,800.00 $1,600.00 $1,600.00 TS-33 PED DETECT PUSH BUTTON (APS)EA 16 16 $650.00 $10,400.00 $650.00 $10,400.00 $685.00 $10,960.00 $900.00 $14,400.00 TS-34 PED DETECTOR CONTROLLER UNIT EA 2 2 $3,300.00 $6,600.00 $3,300.00 $6,600.00 $3,500.00 $7,000.00 $3,700.00 $7,400.00 TS-35 VIVDS PROCESSOR SYSTEM EA 1 1 $7,500.00 $7,500.00 $7,500.00 $7,500.00 $7,900.00 $7,900.00 $6,500.00 $6,500.00 TS-36 VIVDS CAMERA ASSEMBLY EA 4 4 $1,400.00 $5,600.00 $1,400.00 $5,600.00 $1,500.00 $6,000.00 $1,700.00 $6,800.00 TS-37 VIVDS SET-UP SYSTEM EA 1 1 $450.00 $450.00 $450.00 $450.00 $480.00 $480.00 $7,000.00 $7,000.00 TS-38 VIVDS COMMUNICATION CABLE (COAXIAL)LF 1390 1390 $2.50 $3,475.00 $2.50 $3,475.00 $2.70 $3,753.00 $3.50 $4,865.00 TS-39 BBU SYSTEM (EXTERNAL BATT CABINET)EA 1 1 $7,300.00 $7,300.00 $7,300.00 $7,300.00 $7,700.00 $7,700.00 $7,000.00 $7,000.00 TS-40 UNI-DIRECTIONAL OPTICOM DETECTOR EA 4 4 $880.00 $3,520.00 $880.00 $3,520.00 $930.00 $3,720.00 $1,500.00 $6,000.00 TS-41 PHASE SELECTOR EA 1 1 $3,500.00 $3,500.00 $3,500.00 $3,500.00 $3,700.00 $3,700.00 $650.00 $650.00 TS-42 OPTICOM DETECTOR CABLE LF 1333 1333 $0.95 $1,266.35 $1.00 $1,333.00 $1.10 $1,466.30 $3.50 $4,665.50 TS-43 ILLUMINATED STREET NAME SIGNS EA 4 4 $3,200.00 $12,800.00 $3,200.00 $12,800.00 $3,400.00 $13,600.00 $2,600.00 $10,400.00 SUBTOTAL SIGNALIZATION $279,346.15 $282,470.80 $299,283.30 $256,897.00 ST15-01A FREEPORT PARKWAY OPINION OF PROBABLE COST 6 OF 7 BID TABULATION ST15-01A - FREEPORT PARKWAY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL REBID - DECEMBER 2017 ITEM No.DESCRIPTION UNIT PLAN QUANTITY BID QUANTITY TEXAS STERLING CONSTRUCTION RAGEL INC TISEO SEMA ALLOWANCE X-1 PROJECT ALLOWANCE FOR WATER IMPROVEMENTS LS 1 1 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 X-2 PROJECT ALLOWANCE FOR SANITARTY SEWER IMPROVEMENTS LS 1 1 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 X-3 PROJECT ALLOWANCE FOR STORM DRAIN IMPROVEMENTS LS 1 1 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 X-4 PROJECT ALLOWANCE FOR PAVING IMPROVEMENTS LS 1 1 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 X-5 PROJECT ALLOWANCE FOR BRIDGE IMPROVEMENTS LS 1 1 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 X-6 PROJECT ALLOWANCE FOR ILLUMINATION IMPROVEMENTS LS 1 1 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 X-7 PROJECT ALLOWANCE FOR LANDSCAPING IMPROVEMENTS LS 1 1 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 SUBTOTAL ALLOWANCE $300,000.00 $300,000.00 $300,000.00 $300,000.00 TOTAL BID ITEMS BASE BID (A)$15,819,808.64 $15,955,133.42 $16,058,064.65 $18,066,398.10 TOTAL TIME BID 550 730 800 740 TOTAL OF CALENDAR DAYS X $1,500 (B)$825,000.00 $1,095,000.00 $1,200,000.00 $1,110,000.00 BASIS FOR COMPARISON OF BIDS (A) + (B)$16,644,808.64 $17,050,133.42 $17,258,064.65 $19,176,398.10 ST15-01A FREEPORT PARKWAY OPINION OF PROBABLE COST 7 OF 7 BID TABST15‐01A ‐ FREEPORT PARKWAYUNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTALWATER, SANITARY SEWER, STORM DRAIN & PAVING IMPROVEMENTSC‐1 MOBILIZATIONLS 1$850,000.00 $850,000.00 $890,000.00 $890,000.00 $975,000.00 $975,000.00 $1,000,000.00 $1,000,000.00C‐2PROJECT SIGNEA 2$1,000.00 $2,000.00 $500.00 $1,000.00$600.00 $1,200.00 $5,000.00 $10,000.00C‐3PROJECT COMMUNICATIONLS 1$18,000.00 $18,000.00 $25,000.00 $25,000.00$30,000.00 $30,000.00 $100,000.00 $100,000.00C‐4PRE‐PROJECT VIDEO SURVEYEA 1$3,500.00 $3,500.00 $2,500.00 $2,500.00$1,000.00 $1,000.00 $5,000.00 $5,000.00C‐5FURNISH, INSTALL, MAINTAIN AND REMOVE EROSION CONTROL DEVICESLS 1$100,000.00 $100,000.00 $890,000.00 $890,000.00$60,000.00 $60,000.00 $50,000.00 $50,000.00C‐6FURNISH, INSTALL AND MAINTAIN TEMPORARY TRAFFIC CONTROL DEVICES & DETOURSLS 1$385,000.00 $385,000.00 $890,000.00 $890,000.00 $248,000.00 $248,000.00 $1,750,000.00 $1,750,000.00C‐7RIGHT‐OF‐WAY PREPARATIONSTA 67$22,500.00 $1,507,500.00 $13,250.00 $887,750.00 $27,800.00 $1,862,600.00 $30,000.00 $2,010,000.00C‐8REMOVE & DISPOSE OF EXISTING CONCRETE PAVEMENTSY 49000$4.15 $203,350.00 $4.48 $219,520.00 $40.00 $1,960,000.00 $10.00 $490,000.00C‐9REMOVE & DISPOSE OF EXISTING ASPHALT PAVEMENTSY 50$31.00 $1,550.00 $50.00 $2,500.00 $42.00 $2,100.00 $10.00 $500.00C‐10 REMOVE & DISPOSE OF STREET LIGHTEA 12$410.00 $4,920.00 $410.00 $4,920.00 $1,000.00 $12,000.00 $1,000.00 $12,000.00C‐11 UNCLASSIFIED EXCAVATIONCY 26000$18.84 $489,840.00 $10.30 $267,800.00 $12.30 $319,800.00 $29.00 $754,000.00C‐12 ABANDON EXISTING 8" SANITARY SEWER PIPE (IN PLACE) LF 600 $13.75 $8,250.00 $10.00 $6,000.00 $7.00 $4,200.00 $10.00 $6,000.00C‐13 ABANDON EXISTING 12" SANITARY SEWER PIPE (IN PLACE) LF 3300 $14.60 $48,180.00 $12.00 $39,600.00 $8.00 $26,400.00 $12.00 $39,600.00C‐14 ABANDON EXISTING 15" SANITARY SEWER PIPE (IN PLACE) LF 300 $18.00 $5,400.00 $14.00 $4,200.00 $9.00 $2,700.00 $14.00 $4,200.00C‐15 ABANDON EXISTING 24" SANITARY SEWER PIPE (IN PLACE) LF 1150 $27.00 $31,050.00 $16.00 $18,400.00 $18.00 $20,700.00 $16.00 $18,400.00C‐16 REMOVE EXISTING SANITARY SEWER PIPE LF 1075 $44.75 $48,106.25 $15.00 $16,125.00 $13.00 $13,975.00 $15.00 $16,125.00C‐17 ABANDON EXISTING SANITARY SEWER MANHOLE EA 5 $1,685.00 $8,425.00 $1,500.00$7,500.00 $525.00 $2,625.00 $1,500.00 $7,500.00C‐18 REMOVE EXISTING SANITARY SEWER MANHOLE EA 18 $1,120.00 $20,160.00 $1,500.00$27,000.00 $525.00 $9,450.00 $1,500.00 $27,000.00C‐19 CONNECT TO EXISTING SANITARY SEWER PIPE EA 20 $890.00 $17,800.00 $2,000.00 $40,000.00 $13.00 $260.00 $2,000.00 $40,000.00C‐20 6" PVC SDR‐26 SANITARY SEWER PIPE LF 80 $125.00 $10,000.00 $60.00 $4,800.00 $95.00 $7,600.00 $60.00 $4,800.00C‐21 8" PVC SDR‐26 SANITARY SEWER PIPE LF 550 $47.00 $25,850.00 $65.00 $35,750.00 $67.00 $36,850.00 $65.00 $35,750.00C‐22 10" PVC SDR‐26 SANITARY SEWER PIPE LF 200 $45.00 $9,000.00 $70.00 $14,000.00 $69.00 $13,800.00 $70.00 $14,000.00C‐23 12" PVC SDR‐26 SANITARY SEWER PIPE LF 3050 $50.50 $154,025.00 $80.00 $244,000.00 $80.00 $244,000.00 $80.00 $244,000.00C‐24 15" PVC SDR‐26 SANITARY SEWER PIPE LF 960 $52.00 $49,920.00 $90.00 $86,400.00 $91.00 $87,360.00 $90.00 $86,400.00C‐25 18" PVC PS‐115 SANITARY SEWER PIPE LF 100 $85.00 $8,500.00 $120.00 $12,000.00 $111.00 $11,100.00 $120.00 $12,000.00C‐26 24" PVC PS‐115 SANITARY SEWER PIPE LF 1500 $96.00 $144,000.00 $125.00 $187,500.00 $114.00 $171,000.00 $125.00 $187,500.00C‐27 4' DIAMETER STANDARD SANITARY SEWER MANHOLE EA 4 $5,900.00 $23,600.00 $4,000.00 $16,000.00 $4,950.00 $19,800.00 $4,000.00 $16,000.00C‐28 5' DIAMETER STANDARD SANITARY SEWER MANHOLE EA 18 $6,860.00 $123,480.00 $5,000.00$90,000.00 $6,600.00 $118,800.00 $5,000.00 $90,000.00C‐29 5' DIAMETER DROP SANITARY SEWER MANHOLE EA 6 $5,825.00 $34,950.00 $6,000.00 $36,000.00 $7,200.00 $43,200.00 $6,000.00 $36,000.00C‐30 12" BORE AND STEEL ENCASEMENT FOR SANITARY SEWER PIPE LF 160 $357.00 $57,120.00 $450.00 $72,000.00 $275.00 $44,000.00 $450.00 $72,000.00C‐31 15" PVC ENCASEMENT FOR SANITARY SEWER PIPE LF 40 $20.00 $800.00 $45.00 $1,800.00 $70.00 $2,800.00 $45.00 $1,800.00C‐32 21" PVC ENCASEMENT FOR SANITARY SEWER PIPE LF 40 $36.00 $1,440.00 $50.00 $2,000.00 $96.00 $3,840.00 $50.00 $2,000.00C‐33 24" PVC ENCASEMENT FOR SANITARY SEWER PIPE LF 40 $56.00 $2,240.00 $60.00 $2,400.00 $105.00 $4,200.00 $60.00 $2,400.00C‐34 CONCRETE ENCASEMENT FOR SANITARY SEWER LF 80 $33.00 $2,640.00 $50.00 $4,000.00 $105.00 $8,400.00 $50.00 $4,000.00C‐35 CEMENT STABILIZED BACKFILL FOR SANITARY SEWER LF 400 $22.00 $8,800.00 $40.00 $16,000.00 $82.00 $32,800.00 $40.00 $16,000.00C‐36 18" DRILLED SHAFT PIER AND CAP FOR AERIAL SEWER CROSSING EA 6 $3,200.00 $19,200.00 $20,000.00$120,000.00 $9,500.00 $57,000.00 $20,000.00 $120,000.00C‐37 ADDITIONAL DEPTH FOR AERIAL SEWER CROSSING PIERS LF 30 $74.00 $2,220.00 $600.00 $18,000.00 $160.00 $4,800.00 $600.00 $18,000.00C‐38 20" STRUCTURAL STEEL CASING FOR AERIAL SEWER CROSSING LF 275 $216.50 $59,537.50 $250.00$68,750.00 $160.00 $44,000.00 $250.00 $68,750.00C‐39 TRENCH SAFETY FOR SANITARY SEWER IMPROVEMENTS (UP TO 22‐FEET) LF 6440 $1.00 $6,440.00 $1.00 $6,440.00 $4.00 $25,760.00 $10.00 $64,400.00C‐40 ABANDON EXISTING 1" WATER LINE (IN PLACE) LF 85 $26.00 $2,210.00 $5.00 $425.00 $4.00 $340.00 $5.00 $425.00C‐41 ABANDON EXISTING 2" WATER LINE (IN PLACE) LF 75 $26.00 $1,950.00 $5.00 $375.00 $6.00 $450.00 $5.00 $375.00C‐42 ABANDON EXISTING 6" WATER LINE (IN PLACE) LF 150 $37.00 $5,550.00 $10.00 $1,500.00 $7.00 $1,050.00 $10.00 $1,500.00C‐43 ABANDON EXISTING 8" WATER LINE (IN PLACE) LF 860 $24.00 $20,640.00 $12.00 $10,320.00 $5.00 $4,300.00 $12.00 $10,320.00C‐44 ABANDON EXISTING 12" WATER LINE (IN PLACE) LF 6200 $20.50 $127,100.00 $14.00 $86,800.00 $6.00 $37,200.00 $14.00 $86,800.00C‐45 ABANDON EXISTING 16" WATER LINE (IN PLACE) LF 2500 $23.25 $58,125.00 $16.00 $40,000.00 $9.00 $22,500.00 $16.00 $40,000.00C‐46 6" PVC CLASS 200 DR‐14 WATER LINE LF 350 $87.00 $30,450.00 $60.00 $21,000.00 $76.00 $26,600.00 $60.00 $21,000.00C‐47 8" PVC CLASS 200 DR‐14 WATER LINE LF 1300 $78.00 $101,400.00 $70.00 $91,000.00 $84.00 $109,200.00 $70.00 $91,000.00C‐48 12" PVC CLASS 150 DR‐18 WATER LINE LF 450 $63.00 $28,350.00 $80.00 $36,000.00 $95.00 $42,750.00 $80.00 $36,000.00C‐49 16" PVC CLASS 150 DR‐18 WATER LINE LF 7470 $71.00 $530,370.00 $125.00 $933,750.00 $120.00 $896,400.00 $125.00 $933,750.00C‐50 20" PVC CLASS 150 DR‐18 WATER LINE LF 1600 $157.00 $251,200.00 $150.00 $240,000.00 $215.00 $344,000.00 $150.00 $240,000.00C‐51 24" PVC CLASS 150 DR‐18 WATER LINE LF 20 $120.00 $2,400.00 $175.00 $3,500.00 $260.00 $5,200.00 $175.00 $3,500.00Ragel Inc Mario SinacolaTiseoBID SET + 3 ADDENDAITEM No. DESCRIPTION UNITBID QUANTITYTexas Sterling ConstructionST15‐01A FREEPORT PARKWAYBID TAB1 OF 6 BID TABST15‐01A ‐ FREEPORT PARKWAYUNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTALRagel Inc Mario SinacolaTiseoBID SET + 3 ADDENDAITEM No. DESCRIPTION UNITBID QUANTITYTexas Sterling ConstructionC‐52 1" IRRIGATION WATER SERVICE & METER EA 6 $4,015.00 $24,090.00 $3,000.00 $18,000.00 $1,700.00 $10,200.00 $3,000.00 $18,000.00C‐53 2" DOMESTIC WATER SERVICE & METER EA 20 $4,100.00 $82,000.00 $4,000.00 $80,000.00 $5,200.00 $104,000.00 $4,000.00 $80,000.00C‐54 2" IRRIGATION WATER SERVICE & METER EA 10 $4,750.00 $47,500.00 $3,500.00 $35,000.00 $5,200.00 $52,000.00 $3,500.00 $35,000.00C‐55 6" GATE VALVESEA 25 $1,185.00 $29,625.00 $1,000.00 $25,000.00 $1,200.00 $30,000.00 $1,000.00 $25,000.00C‐56 8" GATE VALVESEA 25 $1,480.00 $37,000.00 $1,500.00 $37,500.00 $1,600.00 $40,000.00 $1,500.00 $37,500.00C‐57 12" GATE VALVESEA 8 $2,485.00 $19,880.00 $1,750.00 $14,000.00 $3,400.00 $27,200.00 $1,750.00 $14,000.00C‐58 16" GATE VALVESEA 25 $9,050.00 $226,250.00 $7,500.00 $187,500.00 $9,200.00 $230,000.00 $7,500.00 $187,500.00C‐59 20" GATE VALVESEA 7 $18,475.00 $129,325.00 $20,000.00 $140,000.00 $19,000.00 $133,000.00 $20,000.00 $140,000.00C‐60 CONNECT TO EXISTING WATER LINE EA 35 $1,139.00 $39,865.00 $2,500.00 $87,500.00 $3,400.00 $119,000.00 $2,500.00 $87,500.00C‐61 12" X 12" TAPPING SLEEVE AND VALVE EA 3 $13,000.00 $39,000.00 $4,000.00 $12,000.00 $7,600.00 $22,800.00 $4,000.00 $12,000.00C‐62 16" X 16" TAPPING SLEEVE AND VALVE EA 1 $24,000.00 $24,000.00 $10,000.00 $10,000.00 $12,600.00 $12,600.00 $10,000.00 $10,000.00C‐63 STANDARD FIRE HYDRANT ASSEMBLY EA 22 $3,320.00 $73,040.00 $3,000.00$66,000.00 $4,600.00 $101,200.00 $3,000.00 $66,000.00C‐64 REMOVE EXISTING FIRE HYDRANT EA 18 $1,100.00 $19,800.00 $1,000.00$18,000.00 $100.00 $1,800.00 $1,000.00 $18,000.00C‐65 WATER LINE DUCTILE IRON FITTINGS TON 27 $8,000.00 $216,000.00 $2,000.00$54,000.00 $8,200.00 $221,400.00 $2,000.00 $54,000.00C‐66 20" PVC ENCASEMENT FOR WATER LINE LF 20 $50.00 $1,000.00 $50.00 $1,000.00 $53.00 $1,060.00 $50.00 $1,000.00C‐67 24" PVC ENCASEMENT FOR WATER LINE LF 65 $66.50 $4,322.50 $60.00 $3,900.00 $56.00 $3,640.00 $60.00 $3,900.00C‐68 24" STEEL ENCASEMENT FOR WATER LINE LF 250 $115.00 $28,750.00 $400.00 $100,000.00 $130.00 $32,500.00 $400.00 $100,000.00C‐69 24" BORE & STEEL ENCASEMENT FOR WATER LINE LF 120 $532.00 $63,840.00 $400.00 $48,000.00 $475.00 $57,000.00 $400.00 $48,000.00C‐70 2" AIR RELEASE VALVE (TYPE 1) EA 2 $7,000.00 $14,000.00 $10,000.00 $20,000.00 $3,400.00 $6,800.00 $10,000.00 $20,000.00C‐71 4" AIR RELEASE VALVE (TYPE 2) EA 1 $13,000.00 $13,000.00 $15,000.00 $15,000.00 $6,800.00 $6,800.00 $15,000.00 $15,000.00C‐72 BLOW‐OFF VALVE (TYPE 1) EA 1 $5,000.00 $5,000.00 $10,000.00 $10,000.00 $1,900.00 $1,900.00 $10,000.00 $10,000.00C‐73 PERMANENT REINFORCED CONCRETE PAVEMENT REPAIR (WATER LINE) SY 1000 $107.00 $107,000.00 $180.00 $180,000.00 $130.00 $130,000.00 $120.00 $120,000.00C‐74 TRENCH SAFETY FOR WATER LINE IMPROVEMENTS LF 11190 $1.00 $11,190.00 $1.00 $11,190.00 $3.00 $33,570.00 $10.00 $111,900.00C‐75 STORM DRAIN CLEANING AND TELEVISION INSPECTION LF 2500 $27.00 $67,500.00 $5.00 $12,500.00 $15.00 $37,500.00 $25.00 $62,500.00C‐76 DENSITY TESTING OF EXISTING BACKFILL EA 150 $365.00 $54,750.00 $150.00 $22,500.00 $170.00 $25,500.00 $1,000.00 $150,000.00C‐77 EXCAVATE AND RE‐COMPACT EXISTING TRENCH BACKFILL CY 1000 $45.00 $45,000.00 $15.00 $15,000.00 $14.00 $14,000.00 $25.00 $25,000.00C‐78 REMOVE EXISTING SMALL CURB INLET (4' ‐ 8') EA 9 $1,100.00 $9,900.00 $750.00 $6,750.00 $530.00 $4,770.00 $750.00 $6,750.00C‐79 REMOVE EXISTING LARGE CURB INLET (10'‐12') EA 21 $1,100.00 $23,100.00 $1,250.00 $26,250.00 $690.00 $14,490.00 $1,250.00 $26,250.00C‐80 REMOVE EXISTING Y‐INLET EA 1 $1,100.00 $1,100.00 $1,000.00$1,000.00 $315.00 $315.00 $1,000.00 $1,000.00C‐81 REMOVE EXISTING 4' X 4' MANHOLE EA 2 $1,100.00 $2,200.00 $1,000.00$2,000.00 $660.00 $1,320.00 $1,000.00 $2,000.00C‐82 REMOVE EXISTING 6' X 6' MANHOLE EA 2 $1,100.00 $2,200.00 $1,500.00$3,000.00 $900.00 $1,800.00 $1,500.00 $3,000.00C‐83 REMOVE EXISTING 21" HEADWALL EA 1 $550.00 $550.00 $750.00 $750.00 $460.00 $460.00 $750.00 $750.00C‐84 REMOVE EXISTING 27" HEADWALL EA 2 $275.00 $550.00 $1,000.00 $2,000.00 $580.00 $1,160.00 $1,000.00 $2,000.00C‐85 REMOVE EXISTING 54" HEADWALL EA 1 $550.00 $550.00 $2,000.00 $2,000.00 $1,500.00 $1,500.00 $2,000.00 $2,000.00C‐86 REMOVE EXISTING 18" RCP STORM DRAIN LF 300 $25.00 $7,500.00 $13.00 $3,900.00 $12.00 $3,600.00 $13.00 $3,900.00C‐87 REMOVE EXISTING 21" RCP STORM DRAIN LF 200 $14.50 $2,900.00 $15.00 $3,000.00 $13.00 $2,600.00 $15.00 $3,000.00C‐88 REMOVE EXISTING 24" RCP STORM DRAIN LF 75 $3.80 $285.00 $18.00 $1,350.00 $15.00 $1,125.00 $18.00 $1,350.00C‐89 REMOVE EXISTING 27" RCP STORM DRAIN LF 250 $11.50 $2,875.00 $20.00 $5,000.00 $16.00 $4,000.00 $20.00 $5,000.00C‐90 REMOVE EXISTING 30" RCP STORM DRAIN LF 20 $17.00 $340.00 $25.00 $500.00 $16.00 $320.00 $25.00 $500.00C‐91 REMOVE EXISTING 33" RCP STORM DRAIN LF 20 $17.00 $340.00 $30.00 $600.00 $17.00 $340.00 $30.00 $600.00C‐92 REMOVE EXISTING 36" RCP STORM DRAIN LF 50 $21.25 $1,062.50 $35.00 $1,750.00 $19.00 $950.00 $35.00 $1,750.00C‐93 REMOVE EXISTING 42" RCP STORM DRAIN LF 230 $3.80 $874.00 $45.00 $10,350.00 $27.00 $6,210.00 $45.00 $10,350.00C‐94 REMOVE EXISTING 54" RCP STORM DRAIN LF 35 $5.70 $199.50 $60.00 $2,100.00 $37.00 $1,295.00 $60.00 $2,100.00C‐95 REMOVE EXISTING 60" RCP STORM DRAIN LF 25 $17.00 $425.00 $70.00 $1,750.00 $40.00 $1,000.00 $70.00 $1,750.00C‐96 REMOVE EXISTING 66" RCP STORM DRAIN LF 25 $11.50 $287.50 $90.00 $2,250.00 $45.00 $1,125.00 $90.00 $2,250.00C‐97 REMOVE EXISTING 72" RCP STORM DRAIN LF 20 $17.00 $340.00 $120.00 $2,400.00 $60.00 $1,200.00 $120.00 $2,400.00C‐98 REMOVE EXISTING 8' X 5' RCB STORM DRAIN LF 22 $268.00 $5,896.00 $180.00 $3,960.00 $60.00 $1,320.00 $180.00 $3,960.00C‐99 18" REINFORCED CONCRETE PIPE STORM DRAIN LF 165 $113.00 $18,645.00 $220.00 $36,300.00 $90.00 $14,850.00 $220.00 $36,300.00C‐100 21" REINFORCED CONCRETE PIPE STORM DRAIN LF 265 $91.50 $24,247.50 $230.00 $60,950.00 $95.00 $25,175.00 $230.00 $60,950.00C‐101 24" REINFORCED CONCRETE PIPE STORM DRAIN LF 85 $95.00 $8,075.00 $240.00 $20,400.00 $95.00 $8,075.00 $240.00 $20,400.00C‐102 27" REINFORCED CONCRETE PIPE STORM DRAIN LF 180 $131.50 $23,670.00 $250.00 $45,000.00 $105.00 $18,900.00 $250.00 $45,000.00ST15‐01A FREEPORT PARKWAYBID TAB2 OF 6 BID TABST15‐01A ‐ FREEPORT PARKWAYUNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTALRagel Inc Mario SinacolaTiseoBID SET + 3 ADDENDAITEM No. DESCRIPTION UNITBID QUANTITYTexas Sterling ConstructionC‐103 30" REINFORCED CONCRETE PIPE STORM DRAIN LF 20 $407.00 $8,140.00 $260.00 $5,200.00 $130.00 $2,600.00 $260.00 $5,200.00C‐104 33" REINFORCED CONCRETE PIPE STORM DRAIN LF 20 $386.00 $7,720.00 $270.00 $5,400.00 $150.00 $3,000.00 $270.00 $5,400.00C‐105 36" REINFORCED CONCRETE PIPE STORM DRAIN LF 50 $118.00 $5,900.00 $280.00 $14,000.00 $160.00 $8,000.00 $280.00 $14,000.00C‐106 42" REINFORCED CONCRETE PIPE STORM DRAIN LF 235 $192.00 $45,120.00 $325.00 $76,375.00 $230.00 $54,050.00 $325.00 $76,375.00C‐107 54" REINFORCED CONCRETE PIPE STORM DRAIN LF 60 $432.00 $25,920.00 $380.00 $22,800.00 $320.00 $19,200.00 $380.00 $22,800.00C‐108 60" REINFORCED CONCRETE PIPE STORM DRAIN LF 20 $875.00 $17,500.00 $400.00 $8,000.00 $390.00 $7,800.00 $400.00 $8,000.00C‐109 66" REINFORCED CONCRETE PIPE STORM DRAIN LF 25 $696.00 $17,400.00 $450.00 $11,250.00 $450.00 $11,250.00 $450.00 $11,250.00C‐110 8' X 5' REINFORCED CONCRETE BOX STORM DRAIN LF 25 $855.00 $21,375.00 $550.00 $13,750.00 $590.00 $14,750.00 $550.00 $13,750.00C‐111 10' RECESSED CURB INLET EA 11 $4,700.00 $51,700.00 $5,000.00 $55,000.00 $4,500.00 $49,500.00 $5,000.00 $55,000.00C‐112 15' STANDARD CURB INLET EA 2 $8,300.00 $16,600.00 $7,000.00 $14,000.00 $7,000.00 $14,000.00 $7,000.00 $14,000.00C‐113 15' RECESSED CURB INLET EA 14 $9,700.00 $135,800.00 $7,500.00 $105,000.00 $7,000.00 $98,000.00 $7,500.00 $105,000.00C‐114 20' RECESSED CURB INLET EA 2 $12,000.00 $24,000.00 $8,500.00 $17,000.00 $7,600.00 $15,200.00 $8,500.00 $17,000.00C‐115 4' X 4' STORM MANHOLE EA 3 $8,420.00 $25,260.00 $5,500.00 $16,500.00 $6,600.00 $19,800.00 $5,500.00 $16,500.00C‐116 6' X 6' STORM MANHOLE EA 3 $14,800.00 $44,400.00 $7,000.00 $21,000.00 $8,900.00 $26,700.00 $7,000.00 $21,000.00C‐117 21" TXDOT TYPE CH‐FW‐0 HEADWALL EA 1 $4,200.00 $4,200.00 $6,000.00$6,000.00 $2,300.00 $2,300.00 $6,000.00 $6,000.00C‐118 27" TXDOT TYPE CH‐FW‐0 HEADWALL EA 2 $4,500.00 $9,000.00 $7,000.00$14,000.00 $2,800.00 $5,600.00 $7,000.00 $14,000.00C‐119 54" TXDOT TYPE CH‐FW‐0 HEADWALL EA 1 $7,100.00 $7,100.00 $15,000.00$15,000.00 $4,500.00 $4,500.00 $15,000.00 $15,000.00C‐120 ADJUST EXISTING STORM MANHOLE RIM TO GRADE EA 6 $1,190.00 $7,140.00 $1,500.00 $9,000.00 $900.00 $5,400.00 $1,500.00 $9,000.00C‐121 ADJUST EXISTING RCP MITER SLOPE TO GRADE EA 3 $700.00 $2,100.00 $3,000.00 $9,000.00 $1,300.00 $3,900.00 $3,000.00 $9,000.00C‐122 TRENCH SAFETY FOR DRAINAGE IMPROVEMENTS LF 1150 $1.00 $1,150.00 $1.00 $1,150.00 $4.00 $4,600.00 $10.00 $11,500.00C‐123 RAILROAD CROSSING COORDINATION LS 1 $10,000.00 $10,000.00 $35,000.00 $35,000.00 $102,000.00 $102,000.00 $150,000.00 $150,000.00C‐124 4" ASPHALT (HMAC) BASE LAYER ON 6" COMPACTED SUBGRADE SY 55000 $15.50 $852,500.00 $15.25 $838,750.00 $18.00 $990,000.00 $17.00 $935,000.00C‐125 11" REINFORCED CONCRETE STREET PAVEMENT (NO. 6 BARS 18" O.C.E.W.) SY 46800 $70.00 $3,276,000.00 $62.55 $2,927,340.00 $89.65 $4,195,620.00 $70.00 $3,276,000.00C‐126 11" REINFORCED CONCRETE DRIVEWAY PAVEMENT (NO. 3 BARS 18" O.C.E.W.) SY 3000 $63.00 $189,000.00 $68.00 $204,000.00 $79.00 $237,000.00 $110.00 $330,000.00C‐127 11" REINFORCED STAMPED CONCRETE PAVEMENT SY 1700 $158.00 $268,600.00 $90.00 $153,000.00 $165.00 $280,500.00 $135.00 $229,500.00C‐128 6" REINFORCED STAMPED CONCRETE IN MEDIANS SY 1900 $101.00 $191,900.00 $60.00 $114,000.00 $140.00 $266,000.00 $165.00 $313,500.00C‐129 10' WIDE HIKE/BIKE TRAIL ‐ 6" REINFORCED CONCRETE SF 52000 $4.20 $218,400.00 $4.50 $234,000.00 $7.00 $364,000.00 $7.00 $364,000.00C‐130 4" REINFORCED CONCRETE SIDEWALK (ALL WIDTHS) SF 34150 $4.70 $160,505.00 $4.50 $153,675.00 $6.50 $221,975.00 $6.00 $204,900.00C‐131 TXDOT TYPE 2 PEDESTRIAN RAMP SY 20 $113.00 $2,260.00 $120.00 $2,400.00 $160.00 $3,200.00 $110.00 $2,200.00C‐132 TXDOT TYPE 3 PEDESTRIAN RAMP SY 500 $76.00 $38,000.00 $120.00 $60,000.00 $160.00 $80,000.00 $70.00 $35,000.00C‐133 TXDOT TYPE 7 PEDESTRIAN RAMP SY 310 $140.00 $43,400.00 $95.00 $29,450.00 $160.00 $49,600.00 $200.00 $62,000.00C‐134 MODULAR BLOCK RETAINING WALL SF 75 $116.00 $8,700.00 $95.00 $7,125.00 $110.00 $8,250.00 $35.00 $2,625.00C‐135 CONCRETE RETAINING WALL INTEGRAL W/ SIDEWALK OR TRAIL (CAST‐IN‐PLACE) SF 1200 $114.50 $137,400.00 $35.00 $42,000.00 $64.00 $76,800.00 $75.00 $90,000.00C‐136 TXDOT TYPE E PEDESTRIAN HANDRAIL LF 850 $72.00 $61,200.00 $70.00 $59,500.00 $145.00 $123,250.00 $200.00 $170,000.00C‐137 TXDOT METAL BEAM GUARD FENCE LF 350 $25.00 $8,750.00 $23.00 $8,050.00 $30.00 $10,500.00 $30.00 $10,500.00C‐138 METAL BEAM GUARD FENCE TRANSITION EA 4 $1,950.00 $7,800.00 $1,800.00$7,200.00 $3,400.00 $13,600.00 $2,500.00 $10,000.00C‐139 METAL BEAM GUARD RAIL END TREATMENT EA 4 $518.75 $2,075.00 $2,200.00 $8,800.00 $3,700.00 $14,800.00 $4,000.00 $16,000.00C‐140 GABBION BASKETSCY 130 $138.00 $17,940.00 $200.00 $26,000.00 $370.00 $48,100.00 $500.00 $65,000.00C‐141 TREE ROOT BARRIERLF 1000 $14.20 $14,200.00 $14.20 $14,200.00 $13.00 $13,000.00 $15.62 $15,620.00C‐142 RESTORE IRRIGATION SYSTEM LS 1 $181,000.00 $181,000.00 $181,860.00 $181,860.00 $77,000.00 $77,000.00 $200,000.00 $200,000.00C‐143 RESTORE PARKWAYS AND DISTURBED AREAS STA 67 $3,590.00 $240,530.00 $6,250.00$418,750.00 $840.00 $56,280.00 $2,000.00 $134,000.00C‐144 RESTORE LANDSCAPE BEDS SF 7400 $7.10 $52,540.00 $7.10 $52,540.00 $7.00 $51,800.00 $16.50 $122,100.00C‐145 STREET SIGNSEA 80 $375.00 $30,000.00 $650.00 $52,000.00 $605.00 $48,400.00 $632.50 $50,600.00C‐146 RAILROAD CROSSING SIGNAGE, STRIPING AND MARKINGS LS 1 $5,250.00 $5,250.00 $6,000.00$6,000.00 $11,700.00 $11,700.00 $30,000.00 $30,000.00C‐147 PAVEMENT STRIPING & MARKINGS STA 62 $160.00 $9,920.00 $1,500.00 $93,000.00 $165.00 $10,230.00 $200.00 $12,400.00C‐148 TRAFFIC BUTTONSEA 2400 $3.75 $9,000.00 $2.50 $6,000.00 $5.00 $12,000.00 $4.51 $10,824.00C‐149 POST‐PROJECT VIDEO SURVEY EA 1 $3,500.00 $3,500.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $5,000.00 $5,000.00C‐150a 8" LIME STABILIZED SUBGRADE SY 55000 $5.20 $286,000.00 $4.00 $220,000.00 $1.50 $82,500.00 $7.00 $385,000.00C‐151a LIME FOR STABILIZED SUBGRADE (40LB/SY) TON 1020 $143.00 $145,860.00 $145.00 $147,900.00 $229.00 $233,580.00 $150.00 $153,000.00C‐152a 11" REINFORCED CONCRETE STREET PAVEMENT (NO. 4 BARS 18" O.C.E.W.) SY 46800 $63.00 $2,948,400.00 $56.75 $2,655,900.00 $85.65 $4,008,420.00 $66.80 $3,126,240.00ST15‐01A FREEPORT PARKWAYBID TAB3 OF 6 BID TABST15‐01A ‐ FREEPORT PARKWAYUNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTALRagel Inc Mario SinacolaTiseoBID SET + 3 ADDENDAITEM No. DESCRIPTION UNITBID QUANTITYTexas Sterling ConstructionC‐153a 11" REINFORCED CONCRETE DRIVEWAY PAVEMENT (NO. 3 BARS 18" O.C.E.W.) SY 3000 $63.00 $189,000.00 $68.00 $204,000.00 $79.00 $237,000.00 $110.00 $330,000.00C‐154a 11" REINFORCED STAMPED CONCRETE PAVEMENT SY 1700 $158.00 $268,600.00 $90.00 $153,000.00 $165.00 $280,500.00 $135.00 $229,500.00C‐155a PORTABLE CHANGEABLE MESSAGE SIGN EA 4 $8,000.00 $32,000.00 $11,500.00 $46,000.00 $18,750.00 $75,000.00 $22,000.00 $88,000.00BRIDGE IMPROVEMENTSB‐1CEM STABIL BKFLCY 512 $110.00 $56,320.00 $80.00 $40,960.00 $210.00 $107,520.00 $105.00 $53,760.00B‐2DRILL SHAFT (18 IN)LF 164 $61.00 $10,004.00 $54.00 $8,856.00 $135.00 $22,140.00 $70.00 $11,480.00B‐3DRILL SHAFT (36 IN)LF 1076 $128.00 $137,728.00 $165.00 $177,540.00 $196.00 $210,896.00 $160.00 $172,160.00B‐4CL C CONC (ABUT)(HPC) CY 119 $900.00 $107,100.00 $650.00$77,350.00 $1,100.00 $130,900.00 $1,500.00 $178,500.00B‐5CL C CONC (BENT)(HPC) CY 134 $1,200.00 $160,800.00 $1,020.00 $136,680.00 $1,110.00 $148,740.00 $1,500.00 $201,000.00B‐6REINF CONC SLAB (HPC) SF 26780 $18.00 $482,040.00 $16.50 $441,870.00 $19.00 $508,820.00 $25.00 $669,500.00B‐7 APPROACH SLAB (HPC)CY 227 $500.00 $113,500.00 $400.00 $90,800.00 $475.00 $107,825.00 $450.00 $102,150.00B‐8PRESTR CONC GIRDER (TX54) LF 3360 $200.00 $672,000.00 $130.00 $436,800.00 $145.00 $487,200.00 $225.00 $756,000.00B‐9RIPRAP (STONE PROTECTION)(12 IN) CY 473 $104.00 $49,192.00 $100.00 $47,300.00 $140.00 $66,220.00 $200.00 $94,600.00B‐10 RIPRAP (STONE PROTECTION)(30 IN) CY 260 $90.00 $23,400.00 $115.00 $29,900.00 $145.00 $37,700.00 $200.00 $52,000.00B‐11 STR STEEL (MISC NON‐BRIDGE) LB 478 $15.00 $7,170.00 $10.00 $4,780.00 $21.00 $10,038.00 $10.00 $4,780.00B‐12 RAIL(PEDESTRIAN)(SPL)LF 1048 $300.00 $314,400.00 $140.00 $146,720.00 $265.00 $277,720.00 $250.00 $262,000.00B‐13 SEALED EXPANSION JOINT (4 IN) (SEJ‐A)LF 174$75.00 $13,050.00 $75.00 $13,050.00 $105.00 $18,270.00 $110.00 $19,140.00B‐14 REMOVE & DISPOSE OF EXISTING BRIDGE STRUCTURELS 1$150,000.00 $150,000.00 $250,000.00 $250,000.00$32,000.00 $32,000.00 $300,000.00 $300,000.00B‐15 BRIDGE MEDIANSF 4570$9.00 $41,130.00 $7.50 $34,275.00 $17.00 $77,690.00 $10.00 $45,700.00B‐16 BRIDGE SIDEWALKSF 7857$7.00 $54,999.00 $8.00 $62,856.00 $9.00 $70,713.00 $10.00 $78,570.00LANDSCAPE & IRRIGATIONL‐1CONCRETE MOWSTRIP (9" WIDTH) ‐ RE: E/L1.9 LF 1880 $20.00 $37,600.00 $15.80 $29,704.00 $21.00 $39,480.00 $20.00 $37,600.00L‐2DRY RIVER BED OKLAHOMA FLAGSTONE (3" THICK) ‐ RE: G/L1.9 SF 147 $28.00 $4,116.00 $28.00 $4,116.00 $13.00 $1,911.00 $30.80 $4,527.60L‐3DRY RIVER BED STACKED CHOPPED LEUDER EDGE (2 COURSES) ‐ RE: G/L1.9 LF 532 $24.00 $12,768.00 $24.00 $12,768.00 $7.00 $3,724.00 $26.40 $14,044.80L‐4BOULDER TYPE A (24"L X 14"W X 18"H) EA 23 $45.00 $1,035.00 $45.00 $1,035.00 $53.00 $1,219.00 $49.50 $1,138.50L‐5BOULDER TYPE B (18"L X 12"W X 14"H) EA 14 $35.00 $490.00 $35.00 $490.00 $53.00 $742.00 $38.50 $539.00L‐6BOULDER TYPE C (10"L X 12"W X 20"H) EA 22 $40.00 $880.00 $40.00 $880.00 $53.00 $1,166.00 $44.00 $968.00L‐7BOULDER TYPE D (12"L X 14"W X 18"H) EA 5 $35.00 $175.00 $35.00 $175.00 $54.00 $270.00 $38.50 $192.50L‐8a STAMPED & COLORED CONCRETE (TO MATCH MEDIAN NOSES) ‐ RE: CIVIL SF 2421 $18.00 $43,578.00 $8.00 $19,368.00 $16.00 $38,736.00 $23.04 $55,779.84L‐8b COLORED CONCRETE ‐ RE: CIVIL, SIM SF 1928 $11.00 $21,208.00 $8.00 $15,424.00 $16.00 $30,848.00 $25.00 $48,200.00L‐9 ALLEE ELM ‐ 100 GAL.EA 4 $1,080.00 $4,320.00 $1,080.00 $4,320.00 $1,200.00 $4,800.00 $1,188.00 $4,752.00L‐10 CHINKAPIN OAK ‐ 100 GAL. EA 13 $990.00 $12,870.00 $990.00 $12,870.00 $950.00 $12,350.00 $1,089.00 $14,157.00L‐11 CRAPE MYRTLE 'RED ROCKET' ‐ 30 GAL. EA 19 $420.00 $7,980.00 $420.00 $7,980.00 $375.00 $7,125.00 $462.00 $8,778.00L‐12 TEXAS REDBUD ‐ 30 GAL. EA 31 $570.00 $17,670.00 $570.00 $17,670.00 $270.00 $8,370.00 $627.00 $19,437.00L‐13 TEXAS SAGE 'THUNDER CLOUD' ‐ 5 GAL. EA 86 $27.00 $2,322.00 $27.00 $2,322.00 $13.00 $1,118.00 $29.70 $2,554.20L‐14 ABELIA 'CANYON CREEK' ‐ 5 GAL. EA 105 $29.00 $3,045.00 $29.00 $3,045.00 $13.00 $1,365.00 $31.90 $3,349.50L‐15 ROSEMARY 'TUSCAN BLUE' ‐ 5 GAL. EA 120 $27.00 $3,240.00 $27.00 $3,240.00 $12.00 $1,440.00 $29.70 $3,564.00L‐16 SOFTLEAF YUCCA ‐ 5 GAL. EA 18 $24.00 $432.00 $24.00 $432.00 $17.00 $306.00 $26.40 $475.20L‐17 WHITE CLOUD MUHLY ‐ 3 GAL. EA 233 $24.00 $5,592.00 $24.00 $5,592.00 $17.00 $3,961.00 $26.40 $6,151.20L‐18 MEXICAN FEATHER GRASS ‐ 3 GAL. EA 358 $24.00 $8,592.00 $24.00 $8,592.00 $17.00 $6,086.00 $26.40 $9,451.20L‐19 GULF MUHLY 'REGAL MIST' ‐ 3 GAL. EA 116 $24.00 $2,784.00 $24.00 $2,784.00 $14.00 $1,624.00 $26.40 $3,062.40L‐20 RED YUCCA ‐ 3 GAL.EA 174 $24.00 $4,176.00 $24.00 $4,176.00 $17.00 $2,958.00 $26.40 $4,593.60L‐21 RUSSIAN SAGE ‐ 1 GAL.EA 12 $13.00 $156.00 $13.00 $156.00 $6.00 $72.00 $14.30 $171.60L‐22 AUTUMN SAGE ‐ 1 GAL. EA 80 $13.00 $1,040.00 $13.00 $1,040.00 $7.00 $560.00 $14.30 $1,144.00L‐23 MEXICAN BUSH SAGE ‐ 1 GAL. EA 32 $13.00 $416.00 $13.00 $416.00 $6.00 $192.00 $14.30 $457.60L‐24 'BLONDE AMBITION' BLUE GRAMMA ‐ 1 GAL. EA 152 $13.00 $1,976.00 $13.00 $1,976.00 $6.00 $912.00 $14.30 $2,173.60L‐25 BLACKEYED SUSAN ‐ 1 GAL. EA 266 $13.00 $3,458.00 $13.00 $3,458.00 $6.00 $1,596.00 $14.30 $3,803.80L‐26 PINK SKULLCAP ‐ 1 GAL. EA 90 $13.00 $1,170.00 $13.00 $1,170.00 $7.00 $630.00 $14.30 $1,287.00L‐27 FALL ASTER ‐ 1 GAL.EA 246 $13.00 $3,198.00 $13.00 $3,198.00 $6.00 $1,476.00 $14.30 $3,517.80ST15‐01A FREEPORT PARKWAYBID TAB4 OF 6 BID TABST15‐01A ‐ FREEPORT PARKWAYUNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTALRagel Inc Mario SinacolaTiseoBID SET + 3 ADDENDAITEM No. DESCRIPTION UNITBID QUANTITYTexas Sterling ConstructionL‐28 SOLID SOD BUFFALO GRASS SF 20684 $0.51 $10,548.84 $0.75 $15,513.00 $1.50 $31,026.00 $0.56 $11,583.04L‐29 SOLID SOD BERMUDA GRASS SF 100 $1.00 $100.00 $1.20 $120.00 $1.00 $100.00 $1.10 $110.00L‐30 DECOMPOSED GRANITE ‐ RE: F/L1.9 SF 1777 $2.30 $4,087.10 $2.30 $4,087.10 $3.50 $6,219.50 $2.53 $4,495.81L‐31 BED PREPERATION & TOP MULCH SF 8619 $1.30 $11,204.70 $1.30 $11,204.70 $1.50 $12,928.50 $1.43 $12,325.17L‐32 MULCH (TYP. 1' BAND AT BACK OF CURB) SF 1475 $0.45 $663.75 $0.45 $663.75 $1.00 $1,475.00 $0.50 $737.50L‐33 FERTILIZERSLS 1 $840.00 $840.00 $840.00 $840.00 $5,200.00 $5,200.00 $924.00 $924.00L‐34 PRUNE BRANCHES TO 8' CLEAR ON EXISTING OVERHANGING TREES LS 1 $3,200.00 $3,200.00 $3,200.00 $3,200.00 $3,200.00 $3,200.00 $3,520.00 $3,520.00L‐35 ADJUST EXISTING RET. WALL & REPAIR EXISTING LANDSCAPE BED ‐ RE: B/L1.7 LS 1 $3,351.23 $3,351.23 $900.00 $900.00 $1,200.00 $1,200.00 $5,000.00 $5,000.00L‐36 IRRIGATION SYSTEM (IN MEDIANS) SF 8619 $17.67 $152,297.73 $16.80 $144,799.20 $14.00 $120,666.00 $21.54 $185,653.26L‐37 TEMPORARY IRRIGATION SYSTEM (FOR TURF OUTSIDE STREET EDGES) SF 136480 $0.09 $12,283.20 $0.09 $12,283.20 $0.15 $20,472.00 $1.00 $136,480.00STREET LIGHTINGT‐1DRILL SHAFT (RDWY ILL POLE) (24 IN) EA 42 $1,225.00 $51,450.00 $1,225.00 $51,450.00 $1,700.00 $71,400.00 $1,347.50 $56,595.00T‐2BRIDGE BANNER POLE ASSEMBLY EA 10 $3,175.00 $31,750.00 $3,175.00$31,750.00 $4,100.00 $41,000.00 $5,000.00 $50,000.00T‐3BRIDGE ILLUMINATION POLE EA 8 $3,095.00 $24,760.00 $3,095.00 $24,760.00 $4,100.00 $32,800.00 $3,404.50 $27,236.00T‐4ANTIQUE LUMINAIRE ‐ TYPE ZP26A EA 8 $1,530.00 $12,240.00 $1,530.00 $12,240.00 $1,600.00 $12,800.00 $1,683.00 $13,464.00T‐5PROVIDE AND INSTALL ROADWAY ILLUM ASSEMBLY (LED) (INCLUDING MATERIALS) EA 42 $8,500.00 $357,000.00 $8,500.00$357,000.00 $8,200.00 $344,400.00 $9,350.00 $392,700.00T‐5a INSTALL ROADWAY ILLUM ASSEMBLY (LED) (MATERIALS PROVIDED BY CITY) EA 42 $500.00 $21,000.00 $1,250.00 $52,500.00 $1,300.00 $54,600.00 $1,375.00 $57,750.00T‐6CONDUIT (PVC) (SCH 40) (2") (BORE) LF 12401 $17.00 $210,817.00 $17.00 $210,817.00 $17.00 $210,817.00 $18.70 $231,898.70T‐7CONDUIT (PVC) (SCH 40) (2") (BRIDGE) LF 1014 $15.00 $15,210.00 $15.00 $15,210.00 $9.00 $9,126.00 $16.50 $16,731.00T‐8CONDUIT (PVC) (SCH 40) (2") (TRENCH) LF 400 $6.10 $2,440.00 $6.10 $2,440.00 $11.00 $4,400.00 $6.71 $2,684.00T‐9GROUND BOX TYPE A EA 29 $625.00 $18,125.00 $625.00 $18,125.00 $1,000.00 $29,000.00 $687.50 $19,937.50T‐10 ELEC CONDR (NO. 8) BARE LF 7308 $1.00 $7,308.00 $1.00 $7,308.00 $1.50 $10,962.00 $1.10 $8,038.80T‐11 ELEC CONDR (NO. 8) INSULATED LF 14616 $1.10 $16,077.60 $1.10 $16,077.60 $1.50 $21,924.00 $1.21 $17,685.36T‐12 POWER SERVICE PEDESTAL & EQUIPMENT EA 4 $5,200.00 $20,800.00 $5,200.00$20,800.00 $7,400.00 $29,600.00 $5,720.00 $22,880.00SIGNALIZATIONTS‐1DRILL SHAFT (TRF SIG POLE) (36 IN) LF 26 $295.00 $7,670.00 $295.00 $7,670.00 $260.00 $6,760.00 $324.50 $8,437.00TS‐2DRILL SHAFT (TRF SIG POLE) (48 IN) LF 44 $360.00 $15,840.00 $360.00 $15,840.00 $305.00 $13,420.00 $396.00 $17,424.00TS‐3CONDUIT (PVC) (SCH 40) (2") LF 40 $6.10 $244.00 $6.10 $244.00 $11.00 $440.00 $6.71 $268.40TS‐4CONDUIT (PVC) (SCH 40) (2") (BORE) LF 110 $17.00 $1,870.00 $17.00 $1,870.00 $21.00 $2,310.00 $18.70 $2,057.00TS‐5CONDUIT (PVC) (SCH 40) (3") LF 290 $11.90 $3,451.00 $11.90 $3,451.00 $12.00 $3,480.00 $13.09 $3,796.10TS‐6CONDUIT (PVC) (SCH 40) (4") LF 30 $12.50 $375.00 $12.50 $375.00 $13.00 $390.00 $13.75 $412.50TS‐7CONDUIT (PVC) (SCH 40) (4") (BORE) LF 485 $22.50 $10,912.50 $22.50 $10,912.50 $24.00 $11,640.00 $24.75 $12,003.75TS‐8ELEC CONDUCTOR (NO. 8) INSULATED LF 2050 $1.00 $2,050.00 $1.00 $2,050.00 $1.50 $3,075.00 $1.10 $2,255.00TS‐9ELEC CONDUCTOR (NO. 6) BARE LF 1810 $1.05 $1,900.50 $1.05 $1,900.50 $1.50 $2,715.00 $1.16 $2,099.60TS‐10 ELEC CONDUCTOR (NO. 6) INSULATED LF 360 $1.20 $432.00 $1.20 $432.00 $1.50 $540.00 $1.32 $475.20TS‐11 GROUND BOX TY C (162911) W/APRON EA 6 $675.00 $4,050.00 $675.00 $4,050.00 $950.00 $5,700.00 $742.50 $4,455.00TS‐12 INSTALL HWY TRAF SIG (ISOLATED) EA 2 $14,150.00 $28,300.00 $14,150.00$28,300.00 $24,000.00 $48,000.00 $15,565.00 $31,130.00TS‐13 REMOVING TRAFFIC SIGNALS EA 1 $1,500.00 $1,500.00 $1,500.00 $1,500.00 $2,100.00 $2,100.00 $1,650.00 $1,650.00TS‐14 VEH SIG SEC (12")LED(GRN) EA 8 $225.00 $1,800.00 $225.00 $1,800.00 $340.00 $2,720.00 $247.50 $1,980.00TS‐15 VEH SIG SEC (12")LED(GRN ARW) EA 4 $225.00 $900.00 $225.00 $900.00 $340.00 $1,360.00 $247.50 $990.00TS‐16 VEH SIG SEC (12")LED(YEL) EA 8 $225.00 $1,800.00 $225.00 $1,800.00 $340.00 $2,720.00 $247.50 $1,980.00TS‐17 VEH SIG SEC (12")LED(YEL ARW) EA 8 $225.00 $1,800.00 $225.00 $1,800.00 $340.00 $2,720.00 $247.50 $1,980.00TS‐18 VEH SIG SEC (12")LED(RED) EA 8 $225.00 $1,800.00 $225.00 $1,800.00 $340.00 $2,720.00 $247.50 $1,980.00TS‐19 VEH SIG SEC (12")LED(RED ARW) EA 4 $225.00 $900.00 $225.00 $900.00 $340.00 $1,360.00 $247.50 $990.00TS‐20 PED SIG SEC (LED) (COUNTDOWN) EA 16 $510.00 $8,160.00 $510.00 $8,160.00 $750.00 $12,000.00 $561.00 $8,976.00TS‐21 BACK PLATE (12") (3 SEC) EA 8 $60.00 $480.00 $60.00 $480.00 $150.00 $1,200.00 $66.00 $528.00TS‐22 BACK PLATE (12") (4 SEC) EA 4 $75.00 $300.00 $75.00 $300.00 $155.00 $620.00 $82.50 $330.00TS‐23 TRF SIG CBL (TY A) (14 AWG) (5 CONDR) LF 410 $1.20 $492.00 $1.20 $492.00 $1.50 $615.00 $1.32 $541.20TS‐24 TRF SIG CBL (TY A) (14 AWG) (7 CONDR) LF 1437 $1.40 $2,011.80 $1.40 $2,011.80 $1.50 $2,155.50 $1.54 $2,212.98ST15‐01A FREEPORT PARKWAYBID TAB5 OF 6 BID TABST15‐01A ‐ FREEPORT PARKWAYUNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTALRagel Inc Mario SinacolaTiseoBID SET + 3 ADDENDAITEM No. DESCRIPTION UNITBID QUANTITYTexas Sterling ConstructionTS‐25 TRF SIG CBL (TY A) (14 AWG) (12 CONDR) LF 535 $3.60 $1,926.00 $3.60 $1,926.00 $3.50 $1,872.50 $3.96 $2,118.60TS‐26 TRF SIG CBL (TY A) (14 AWG) (16 CONDR) LF 1145 $5.65 $6,469.25 $5.65 $6,469.25 $4.25 $4,866.25 $6.22 $7,121.90TS‐27 TRF SIG CBL (TY C) (12 AWG) (2 CONDR) LF 2385 $1.95 $4,650.75 $1.95 $4,650.75 $1.50 $3,577.50 $2.15 $5,127.75TS‐28 INS TRF SIG PL AM(S)1ARM(36') EA 2 $8,900.00 $17,800.00 $8,900.00 $17,800.00 $8,900.00 $17,800.00 $9,790.00 $19,580.00TS‐29 INS TRF SIG PL AM(S)1ARM(55') EA 1 $35,100.00 $35,100.00 $35,100.00 $35,100.00 $25,000.00 $25,000.00 $38,610.00 $38,610.00TS‐30 INS TRF SIG PL AM(S)1ARM(60') EA 1 $35,450.00 $35,450.00 $34,450.00 $34,450.00 $26,000.00 $26,000.00 $38,995.00 $38,995.00TS‐31 PED POLE ASSEMBLYEA 8 $1,850.00 $14,800.00 $1,850.00 $14,800.00 $2,300.00 $18,400.00 $2,035.00 $16,280.00TS‐32 PEDESTRIAN PUSH BUTTON POLE EA 1 $1,700.00 $1,700.00 $1,700.00 $1,700.00 $2,100.00 $2,100.00 $1,870.00 $1,870.00TS‐33 PED DETECT PUSH BUTTON (APS) EA 16 $650.00 $10,400.00 $650.00 $10,400.00 $1,100.00 $17,600.00 $715.00 $11,440.00TS‐34 PED DETECTOR CONTROLLER UNIT EA 2 $3,300.00 $6,600.00 $3,300.00 $6,600.00 $4,800.00 $9,600.00 $3,630.00 $7,260.00TS‐35 VIVDS PROCESSOR SYSTEM EA 1 $7,500.00 $7,500.00 $7,500.00 $7,500.00 $7,900.00 $7,900.00 $8,250.00 $8,250.00TS‐36 VIVDS CAMERA ASSEMBLY EA 4 $1,400.00 $5,600.00 $1,400.00$5,600.00 $1,700.00 $6,800.00 $1,540.00 $6,160.00TS‐37 VIVDS SET‐UP SYSTEMEA 1 $450.00 $450.00 $450.00 $450.00 $800.00 $800.00 $495.00 $495.00TS‐38 VIVDS COMMUNICATION CABLE (COAXIAL) LF 1390 $2.50 $3,475.00 $2.50 $3,475.00 $4.00 $5,560.00 $2.75 $3,822.50TS‐39 BBU SYSTEM (EXTERNAL BATT CABINET) EA 1 $7,300.00 $7,300.00 $7,300.00$7,300.00 $7,400.00 $7,400.00 $8,030.00 $8,030.00TS‐40 UNI‐DIRECTIONAL OPTICOM DETECTOR EA 4 $880.00 $3,520.00 $880.00 $3,520.00 $1,000.00 $4,000.00 $968.00 $3,872.00TS‐41 PHASE SELECTOREA 1 $3,500.00 $3,500.00 $3,500.00 $3,500.00 $4,200.00 $4,200.00 $3,850.00 $3,850.00TS‐42 OPTICOM DETECTOR CABLE LF 1333 $0.95 $1,266.35 $0.95 $1,266.35 $3.00 $3,999.00 $1.05 $1,399.65TS‐43 ILLUMINATED STREET NAME SIGNSEA 4$3,200.00 $12,800.00 $3,200.00 $12,800.00$3,500.00 $14,000.00 $3,520.00 $14,080.00$17,580,293.55 $17,795,358.70$19,391,615.75 $22,679,653.21BASE BIDTOTAL BID ITEMS BASE BID (A) $17,580,293.55 $17,794,358.70 $21,155,615.75 $22,679,653.21TOTAL TIME BID 550 550 550 550TOTAL OF CALENDAR DAYS X $4,000 (B) $2,200,000.00 $2,200,000.00 $2,200,000.00 $2,200,000.00BASIS FOR COMPARISON OF BIDS (A) + (B) $19,780,293.55 $19,994,358.70 $23,355,615.75 $24,879,653.21CITY PROVIDING MATERIALS FOR ROADWAY ILLUM ASSEMBLYTOTAL BID ITEMS ALTERNATE BID (C) $17,244,293.55 $17,489,858.70$20,865,815.75 $22,344,703.21TOTAL TIME BID FOR ALTERNATE BID (C) 550 550 550 550TOTAL OF CALENDAR DAYS X $4,000 $2,200,000.00 $2,200,000.00 $2,200,000.00 $2,200,000.00BASIS FOR COMAPARISON OF BIDS $19,444,293.55 $19,689,858.70 $23,065,815.75 $24,544,703.21ALTERNATE PAVEMENT SECTIONTOTAL BID ITEMS ALTERNATE BID (D) $16,832,053.55 $17,052,068.70$20,294,495.75 $22,132,893.21TOTAL TIME BID FOR ALTERNATE BID (D) 550 550 550 550TOTAL OF CALENDAR DAYS X $4,000 $2,200,000.00 $2,200,000.00 $2,200,000.00 $2,200,000.00BASIS FOR COMAPARISON OF BIDS $19,032,053.55 $19,252,068.70 $22,494,495.75 $24,332,893.21ADDITIONAL PORTABLE MESSAGE SIGNSTOTAL BID ITEMS ALTERNATE BID (E) $17,612,293.55 $17,840,358.70$21,230,615.75 $22,767,653.21TOTAL TIME BID FOR ALTERNATE BID (E) 550 550 550 550TOTAL OF CALENDAR DAYS X $4,000 $2,200,000.00 $2,200,000.00 $2,200,000.00 $2,200,000.00BASIS FOR COMAPARISON OF BIDS $19,812,293.55 $20,040,358.70 $23,430,615.75 $24,967,653.21ALTERNATE C, D, AND ETOTAL BID ITEMS ALTERNATE BID (F) $16,528,053.55 $16,793,568.70$20,079,695.75 $21,885,943.21TOTAL TIME BID FOR ALTERNATE BID (F) 550 550 550 550TOTAL OF CALENDAR DAYS X $4,000 $2,200,000.00 $2,200,000.00 $2,200,000.00 $2,200,000.00BASIS FOR COMAPARISON OF BIDS $18,728,053.55 $18,993,568.70 $22,279,695.75 $24,085,943.21TOTALS ‐ ALT (E)TOTALS ‐ ALT (D)TOTALS ‐ ALT (E)TOTALS ‐ ALT (F)TOTALS ‐ ALT (E)TOTALS ‐ ALT (F) TOTALS ‐ ALT (F)TOTALS ‐ BASE BIDTOTALS ‐ ALT (C)TOTALS ‐ ALT (D)TOTALS ‐ BASE BIDTOTALS ‐ ALT (C)TOTALS ‐ BASE BIDTOTALS ‐ ALT (C)TOTALS ‐ ALT (D)TOTALS ‐ BASE BIDTOTALS ‐ ALT (C)TOTALS ‐ ALT (D)TOTALS ‐ ALT (E)TOTALS ‐ ALT (F)ST15‐01A FREEPORT PARKWAYBID TAB6 OF 6 Master City of Coppell, Texas 255 Parkway Boulevard Coppell, Texas 75019-9478 File Number: 2018-3720 File ID: Type: Status: 2018-3720 Agenda Item Agenda Ready 1Version: Reference: In Control: Engineering 01/03/2018File Created: Final Action: Freeport Materials Testing ContractFile Name: Title: Consider approval of a contract with Kleinfelder, Inc. to provide materials engineering and testing services on the Freeport Parkway (IH-635/Dividend to Bethel Road) Reconstruction project; with a contract value of $236,705.00; and authorizing the City Manager to sign necessary documents. Notes: Agenda Date: 01/09/2018 Agenda Number: 12. Sponsors: Enactment Date: Freeport-Kleinfelder Contract Memo.pdf, Freeport Exhibit.pdf, Freeport Job Order Agmt.PDF, Freeport-Kleinfelder Mastr Agmt.pdf Attachments: Enactment Number: Hearing Date: Contact: Effective Date: Drafter: Approval History Action DateVersionSeq #Due DateActionApprover 1 Ken Griffin 1 1/5/20181/4/2018 Approve 1 Jennifer Miller 2 1/5/20181/4/2018 Approve 1 Christel Pettinos - FYI 3 1/4/2018 Notified - FYI History of Legislative File Action: Result: Return Date: Due Date: Sent To: Date: Acting Body: Ver- sion: 1 01/09/2018City Council Text of Legislative File 2018-3720 Title Consider approval of a contract with Kleinfelder, Inc. to provide materials engineering and testing services on the Freeport Parkway (IH-635/Dividend to Bethel Road) Reconstruction Page 1City of Coppell, Texas Printed on 1/5/2018 Master Continued (2018-3720) project; with a contract value of $236,705.00; and authorizing the City Manager to sign necessary documents. Summary Fiscal Impact: Funds have been identified in the 2016 Street CIP, the 2013 Street CIP, the ½% CRDC and the ¼% Infrastructure Maintenance Fund for this project. Staff Recommendation: The Public Works Department recommends approval. Goal Icon: Sustainable City Government Page 2City of Coppell, Texas Printed on 1/5/2018 1 MEMORANDUM To: Mayor and City Council From: Ken Griffin, P.E., Director of Engineering and Public Works Date: January 9, 2018 Reference: Materials Testing Contract for Freeport Parkway (IH-635/Dividend to Bethel Road) Reconstruction 2030: Sustainable City Government, Goal 3 Excellent and Well-maintained City Infrastructure and Facilities General Information: Freeport Parkway between Bethel Road and IH-635 was originally constructed in two phases in 1981 & 1986 Scope of construction includes full pavement replacement, bridge reconstruction, utility replacement and rehabilitation, landscaping enhancement, geometry improvements, trail construction, and a new traffic signal. Proposed construction cost is $16.52 million Planned start of construction Spring 2018 Estimated completion Late 2019 Materials testing services are required to ensure compliance with specifications Introduction: This agenda item is to consider approval of a contract with Kleinfelder, Inc. to provide materials engineering and testing services on the Freeport Parkway (IH-635/Dividend to Bethel Road) Reconstruction project (“Freeport Project”), with a contract value of $236,705.00. Analysis: The Freeport Project limits begin at IH-635/Dividend and end at Bethel Road (see attached). This segment of Freeport Parkway was originally constructed in two phases in 1981 (Bethel to Airline) and 1986 (Airline to IH-635). The roadway has been maintained over the years to extend the life beyond the typical design life of 20 years. A companion item is on this agenda to award the construction contract. This contract is an hourly fee-based contract and is therefore based upon the expected effort involved in materials testing during construction. The estimated fee associated with 2 this contract is $236,705.00. Any increase to the contract value or scope will require a contract amendment. The basic scope of the Freeport Project includes the following elements: Replacement of all existing pavement with an updated pavement section targeted at prolonging the life of the infrastructure Replacement of the existing bridge over Grapevine Creek (between Airline and Fritz) to straighten the existing horizontal curve Geometric enhancements to improve mobility and safety New trail, sidewalk and landscaping Replacement of the water and wastewater infrastructure to improve capacity and renew the lines to match the expected life of the new pavement Rehabilitation of the existing storm sewer system beneath the pavement based upon recent TV inspection and additional investigation to occur during construction New traffic signal at Freeport Pkwy. and Southwestern Blvd. Kleinfelder was one of the firms that was placed on the city’s approved consultant list following a request for statement of qualifications (SOQ) process completed earlier this year. The Kleinfelder team is familiar with the elements of this project as well as best practices to ensure proper testing of the materials utilized and placed during construction. The cost of the materials testing equates to 1.5% of the estimated construction cost. Legal Review: This is a standard contract form utilized on previous agreement with Kleinfelder. A Master Services Agreement is in place with Kleinfelder. Fiscal Impact: The fiscal impact of this contract approval is $236,705.00 as provided in Capital Improvement Plan funds. Recommendation: The Engineering Department recommends approval of this contract with Kleinfelder, Inc. S BELT LINE RDS.H. 121S.H. 121SDENTONTAPRDN DENTON TAP RDW SANDY L AK E RD SROYALLNE SANDY LAKE RD E P A RKWAYBLVD NMACAR T H URBLVDWPARK W A YBLV D E B E L T LINE RD SMACART HURBLVDF R E E P ORTPKWYAREA REFERENCED BY MAP 0 0.5 1 Miles 1 inch = 1 miles ± Created in ArcGIS 10.3 Created: April 2017by Leah BW:\GIS\Projects\Exhibit Location Maps Freeport Parkway (I-635 to W Bethel Rd)Reconstruction S DENTON TAP RDE I6 3 5 W BETHEL RD S ROYAL LNW I63 5 SOUTHWESTERN BLVD E B E L T LINERDS COPPELL RDS BELT LINE RDFREEPORTPKWYE B E T H EL R D Created in ArcGIS 10.3 Created: April 2017by Leah BW:\GIS\Projects\Exhibit Location Maps ± 0 1,600800 Feet 1 inch = 1,500 feet Freeport Parkway (I-635 to W Bethel Rd)ReconstructionROAD RECONSTRUCTION LOCALMKT.WEOH / DFW17P64693R1 Page 1 of 5 August 23, 2017 © 2017 Kleinfelder www.kleinfelder.com Revision 1 Dated: December 22, 2017 7805 Mesquite Bend Drive, Suite 100, Irving, TX 75063 p | 972.868.5900 f | 972.409.0008 December 22, 2017 Project No.: LOCALMKT.WEOH City of Coppell Engineering-Public Works 816 S. Coppell Road Coppell, Texas 75019 Attention: Mr. Kent Collins, PE Assistant Director of Engineering Subject: Construction Materials Engineering & Testing Services Proposal Freeport Parkway (Dividend Drive to West Bethel Road) Coppell, Texas Dear Mr. Collins: Kleinfelder is pleased to submit this revised proposal for construction materials engineering and testing and/or observation (CoMET) services for the Freeport Parkway project. The project consists of reconstructing of roadway, piers, sidewalk, hike/ bike trail, and utilities. The project will take place in the City of Coppell. This revision includes adjustments to our scope and estimate due to revisions in the proposed construction related to utilities and removal of lime-treated pavement subgrade. PROJECT INFORMATION Based on our understanding of the project plans, prepared by J. Volk Consulting, we understand that this project will generally consist of the construction of the following structures and site features: • Misc.11” Reinforced Concrete Paving, approximately 50,000 SY. • Misc. Reinforced Concrete, approximately 79,000 SF. • Misc. Utilities Removal and Installation • Drilled Pier Observation • Bridge Construction SCOPE OF SERVICES The following scope of services is based on project plans and our discussions with the City of Coppell’s project representatives. Our construction materials engineering & testing services scope is limited to providing periodic testing and/or observations for the previously mentioned construction activities. We anticipate for this project that services will be provided on a periodic or call-out basis, with the exception of drilled shaft operations, which will be covered on a LOCALMKT.WEOH / DFW17P64693R1 Page 2 of 5 August 23, 2017 © 2017 Kleinfelder www.kleinfelder.com Revision 1 Dated: December 22, 2017 KLEINFELDER 7805 Mesquite Bend Drive, Suite 100, Irving, TX 75063 p | 972.868.5900 f | 972.409.0008 full-time basis during construction. We understand that City of Coppell personnel will be scheduling our services, and the number of hours and level of effort that we based our proposal on should be considered approximate since it is not based on a published construction schedule. If a schedule becomes available, we can review this schedule against our assumptions and be more definitive in our scoping. We agree to provide a technician(s) to provide the construction materials field testing and observation services as follows. To most effectively serve the client and facilitate the construction process, our services should be scheduled 24-hours in advance. We understand that the construction process incorporates a large degree of variability and as such, we will do our best to accommodate scheduling calls made on the same day as our services are needed but we cannot guarantee that we can satisfy service requests made after-hours or on the same day as the services are needed to be performed. Earthwork Perform earthwork (soils) observation and testing services including: • Obtain and perform laboratory moisture/density relations (standard proctor- ASTM or TxDOT methods) and soil classification tests (liquid limit, plastic limit and percent finer than no. 200 sieve analysis) for each client-requested soil type. • Perform in-place moisture/density tests in accordance with the project and City specifications for utility backfill materials and concrete pavement subgrades. Drilled Pier Foundation Observation Perform field testing and observation services during installation of drilled shaft foundations. These services will include: • Observe and document drilling operations on a full-time basis • Record diameter of drilled shafts • Record top elevation of each shaft (information obtained from plans or contractor) • Record depth to the bearing stratum and penetration depth into the bearing stratum • Record if casing was used • Record if plumbness of drilled shafts is within specification tolerance • Record reinforcing steel length, horizontal and vertical bar quantity and size • Record condition of drilled shafts excavation before concrete placement • Observe placement of concrete and sample and test concrete as specified Reinforcing Steel Reinforcing steel installation observation will typically be performed by the City of Coppell inspection staff. If requested, an engineering technician from our office will perform observation services on concrete reinforcing steel prior to concrete placement as follows: • Perform reinforcing steel observation as requested and coordinated with City Inspectors to complement the City’s reinforcing steel inspection. LOCALMKT.WEOH / DFW17P64693R1 Page 3 of 5 August 23, 2017 © 2017 Kleinfelder www.kleinfelder.com Revision 1 Dated: December 22, 2017 KLEINFELDER 7805 Mesquite Bend Drive, Suite 100, Irving, TX 75063 p | 972.868.5900 f | 972.409.0008 The following assumptions were made for estimating the quantities for our concrete reinforcing steel services: • Reinforcing steel observations will be performed immediately prior to concrete placement and will not require a separate trip to the project site. Cast-In-Place Concrete Perform testing during concrete placement events including: • Ambient air and concrete temperature field-measurement • Entrained air content of concrete field-measurement • Concrete slump field-measurement • Cast four-inch by eight-inch concrete test cylinders at the rate of 5 cylinders for every 100 cubic yards of concrete or fraction thereof placed per day, or as directed by the City’s representative. The following assumptions were made for estimating the quantities for cast-in-place concrete: • Pavement concrete placement will consist of pour events with a minimum of 50 cubic yards placed per event. • Miscellaneous concrete pour events such as the sidewalk, hike/bike trail, pier foundation, sanitary sewer encasement, drive intersections, and pavement segments will consist of pour events with less than 50 cubic yards placed per event. Hot Mix Asphalt Perform HMA observation and testing services including: • Verify approved HMA mix designs are being utilized during placements • Perform in-place density tests on a periodic basis to verify Contractor’s QC testing during placement operations • Perform periodic laboratory testing of fresh asphalt samples to determine the following HMA mix properties: asphalt content (ignition oven method), lab molded unit weight (gyratory method), maximum theoretical specific gravity (rice gravity) Project Administration, Dispatching, and Reporting Kleinfelder’s office staff, including administrators and supervisory technicians will assist in the management of the project as follows: • Coordinate field and laboratory services with the client or their designated representative and dispatch our field staff as scheduled. • Process, finalize, and distribute all field and laboratory test reports. Project Management & Construction Meeting Attendance A project manager from our office will manage this project and attend meetings as follows: LOCALMKT.WEOH / DFW17P64693R1 Page 4 of 5 August 23, 2017 © 2017 Kleinfelder www.kleinfelder.com Revision 1 Dated: December 22, 2017 KLEINFELDER 7805 Mesquite Bend Drive, Suite 100, Irving, TX 75063 p | 972.868.5900 f | 972.409.0008 • Manage the project operation and services delivery, review and finalize field and laboratory reports, and coordinate with the client and contractor(s) throughout the duration of the project. • Attend a pre-construction meeting. • Attend project meetings as requested for the duration of the project. • Provide general material engineering consultation as requested. ESTIMATED FEES Based on the general scope of work indicated above and take-off quantities, presumed construction procedures, phasing, and schedule, we estimate that the construction materials engineering and testing fees for this project will be approximately $236,705. Included in Attachment A are the unit rates that will be used to invoice this project. The invoicing for this project will use the attached Schedule of Fees and the actual quantity of work performed. The estimated total will not be exceeded without prior approval. The City of Coppell and Kleinfelder may subsequently agree in writing to provide additional services to be rendered under this agreement for additional, negotiated compensation. COMPENSATION, TERMS AND CONDITIONS AND BASIS OF CHARGES At the time of this proposal, a proposed construction schedule was not available for use in performing our fee estimate. We anticipate that our services will be scheduled on an on-call, as- needed basis by the City of Coppell, or their designated representative, in accordance with the contractor’s sequencing of construction activities. Our fees for performing the referenced services are presented in the attached fee schedule. The schedule of fees will be valid through December 31, 2017. An updated fee schedule may take effect thereafter. However, we will not change the unit fees once the project is started. LIMITATIONS Our work will be performed in a manner consistent with that level of care and skill ordinarily exercised by other members of Kleinfelder’s profession practicing in the same locality, under similar conditions and at the date the services are provided. Our conclusions, opinions and recommendations will be based on a limited number of observations and data. It is possible that conditions could vary between or beyond the data evaluated. Kleinfelder makes no guarantee or warranty, express or implied, regarding the services, communication (oral or written), report, opinion, or instrument of service provided. Even with diligent monitoring, construction defects may occur. In all cases the contractor is solely responsible for the direction and the quality of the work, adherence to plans and specifications, and repair of defects. This proposal is valid for a period of 45 days from the date of this proposal, unless a longer period is specifically required in which case that time frame will apply. This proposal was prepared specifically for the client and its designated representatives and may not be provided to others without Kleinfelder’s express permission. LOCALMKT.WEOH / DFW17P64693R1 Page 5 of 5 August 23, 2017 © 2017 Kleinfelder www.kleinfelder.com Revision 1 Dated: December 22, 2017 KLEINFELDER 7805 Mesquite Bend Drive, Suite 100, Irving, TX 75063 p | 972.868.5900 f | 972.409.0008 TERMS OF ENGAGEMENT Services will be provided in accordance with the existing Master Services Agreement between Kleinfelder and the City of Coppell (dated June 14, 2016). Please indicate your approval of the proposal by signing and returning the attached Work Order and returning to our office. A fully executed copy will be returned to you. Any modifications of the attached language must be accepted by both parties, and may result in an increase in scope and compensation. Acceptance of the proposal indicates the City of Coppell’s review and understanding of the scope of services, budget and terms. We appreciate the opportunity to provide you with this proposal, and look forward to working with you on this project. If you have any questions or wish to discuss, please contact Joel Peters at 214-876-5559 or jdpeters@kleinfelder.com. You can also reach us at the office at 972.868.5900. Sincerely, KLEINFELDER, INC. Texas Registered Engineering Firm F-16438 Joel Peters, PE Cody Solvin, CET Project Manager Construction Services Manager Attachments: Fee Schedule Work Order A. Earthwork Field Technician 1000.00 hourly $54.00 $54,000.00 Field Density Test 450.00 each $26.00 $11,700.00 In Place Sieve Analysis (Lime)0.00 each $15.00 $0.00 Lime Depth Checks 0.00 each $15.00 $0.00 Trip Charge 300.00 trip $25.00 $7,500.00 Subtotal: $73,200.00 B. Concrete Testing & Inspection Field Technician 1200.00 hourly $54.00 $64,800.00 Concrete Cylinders 1200.00 each $30.00 $36,000.00 Trip Charge 300.00 trip $25.00 $7,500.00 Subtotal: $108,300.00 C. Asphalt Testing & Inspection Field Technician 70.00 hourly $70.00 $4,900.00 Field Density Test 50.00 each $26.00 $1,300.00 Trip Charge 20.00 trip $25.00 $500.00 Subtotal: $6,700.00 D. Lab Testing Standard Proctor, 4" 10.00 each $250.00 $2,500.00 Atterberg Limits 10.00 each $80.00 $800.00 Sieve Analysis -200 10.00 each $75.00 $750.00 Lime Series 0.00 each $175.00 $0.00 Asphalt Content by Ignition Oven 4.00 each $150.00 $600.00 Asphalt Unit Weight by Gyratory Method 4.00 each $370.00 $1,480.00 Asphalt Maximum Theoretical Specific Gravity 4.00 each $150.00 $600.00 Subtotal: $6,730.00 E. Drilled Pier Observation Field Technician 250.00 hourly $70.00 $17,500.00 Vehicle Charge 25.00 trip $25.00 $625.00 Subtotal: $18,125.00 F. Project Management, Administration and Final Reporting Project Manager 80.00 hourly $145.00 $11,600.00 Dispatch / Field Coordination 80.00 hourly $75.00 $6,000.00 Administration / Clerical 100.00 hourly $58.00 $5,800.00 Vehicle Charge 10.00 trip $25.00 $250.00 Subtotal: $23,650.00 Budget Total: $236,705.00 Notes & Assumptions • Overtime rates will be charged at 1.5 times standard hourly rate, and apply to hours worked before 7 AM and after 5 PM. • A minimum one (1) hour is applied for field services. • All vehicle charges account for a roundtrip originating at Kleinfelder's Irving, Texas office to the project site. • This construction materials engineering and testing services estimate is based on estimated quantities of materials and typical and accepted construction procedures and schedule. At the time this estimate was prepared, neither a detailed construction schedule nor anticipated material quantities by the general contractor were available for our use. • Additions or deletions to this work scope (estimated quantities) will be adjusted based on the established unit prices shown This total estimate will not be exceeded without prior written approval of the client. CITY OF COPPELL - FREEPORT PARKWAY PROJECT ESTIMATE AND SCHEDULE OF FEES CONSTRUCTION MATERIALS ENGINEERING AND TESTING SERVICES SERVICES Qty. UNIT RATE TOTAL LOCALMKT.WEOH / DFW17P64693R1 © 2017 Kleinfelder August 23, 2017 Revision 1 Dated : December 22, 2017 Client Master Services Agreement – Work Order (USA) July 2014 WORK ORDER DFW17P64693R1 Issued Pursuant to The Client Master Services Agreement effective as of June 14, 2016 by and between City of Coppell (Client) and Kleinfelder, Inc. (Kleinfelder). Project Name: Freeport Parkway Work Order Type: (Check One) Time-and-Materials Fixed-Price Kleinfelder Office: Dallas, Texas Kleinfelder Contact Name: Joel Peters, PE Phone: 972.868.5900 1. SCOPE OF WORK: See Proposal DFW17R64693R1 (Continue on additional page, if needed) 2. LOCATION/CLIENT FACILITY INVOLVED: Coppell, Texas 3. PERIOD OF PERFORMANCE: See Proposal DFW17R64693R1 4. AUTHORIZED FUNDING: See Proposal DFW17R64693R1 5. SPECIAL PROVISIONS: See Proposal DFW17R64693R1 NOTICE TO PROCEED IS GIVEN ON (DATE): CLIENT: KLEINFELDER: By: ___________________________________ By: ___________________________________ Printed Name: Printed Name: Title: Title: Address: Address: