Sales Tax 09-CS100714 (2)2010) Keith Marvin - RE: Coppell Streets -Bid Tabs Page 1
From: "Chris B. Seely" <cseely @tnp- on line. com>
To: "Keith Marvin" <kmarvin @coppelltx.gov>
Date: 7/14/2010 4:50 PM
Subject: RE: Coppell Streets - Bid Tabs
Attachments: Document.pdf
Keith:
do not have any of the RKM qualifications information. I will call
them tomorrow and get it ASAP. I received the information from Conatser
today (attached). I will follow up on their information tomorrow
morning.
As you can expect, RKM would rather have all three projects and stated
that it would be better for the City to have one contractor, and
Conatser was excited about the separation because it allowed them to
have a piece of the action. Overall, both contractors understood the
City wanting to look at this option due to project scheduling and not
having Dobecka lag behind other streets. They also see that Dobecka is
a different animal as compared to Heartz and Clear Creek.
Chris
Chris Seely, P.E. (TX)
Teague Nall and Perkins, Inc.
- - - -- Original Message---- -
From: Keith Marvin [mailto:kmarvin @coppelltx.gov]
Sent: Wednesday, July 14, 2010 8:22 AM
To: Chris B. Seely
Subject: Re: Coppell Streets - Bid Tabs
Chris,
looked through the bid we have from RKM and I didn't find any
qualification information. Were you able to find that information? We
did drive by their office and their equipment yard yesterday. They seem
to have a sizeable, stable operation.
In your discussions with both contractors have you talked to them at all
about our thoughts on awarding two contracts, or their approach to the
work?
Keith
Keith Marvin, P.E.
Project Engineer
(972) 304 -3681
>>> "Chris B. Seely" <cseely @tnp- on line. com> 7/9/2010 4:37 PM >>>
Keith:
Attached are the bid tabs from yesterday's bid. The only error that
2010) Keith Marvin - RE: Coppell Streets -Bid Tabs Page 2
found was with Rebcon's bid, which we noted during the reading of the
bids. It appears that they did not include Dobecka when they were
tabulating the total project bid. They were still one of the higher
bidders, so it didn't impact the outcome. The bid tab prints on
4 -11 "x17" pages.
I called RKM and Conatser this morning to request the qualifications
information. I requested that it be returned by next Friday, July 16th.
RKM stated that they included this information with their bid, so I will
need to get a copy of it from Purchasing. I will review this
information and provide the letter of recommendation by the following
Tuesday, July 20th.
When the bids were read, it was mentioned that Conatser added that they
could do the project in 240 days. Overall, Conatser was outbid by $75k
for all of the projects. However, do we need to consider the time
inconvenience to the residents in the decision? Also, if Conatser could
do the projects in 240 days, the City could possibly pay RKM a large
incentive payment for finishing in the same time that would bring the
final numbers closer. I am not sure if we can consider the days stated
by Conatser since the calendar days were not bid. Thoughts?
Thanks! Have a great weekend!
Chris
Chris Seely, P.E. (TX)
Project Manager
TEAGUE NALL AND PERKINS, INC.
12160 North Abrams Road Suite 508
Dallas, Texas 75243
214.461.9867 phone
214.461.9864 fax
cseely@tnp-online.com
www.tnp - online.com
C JNTRACT STATUS REPORT - LP
JOB 9 DESCRIPTION ORIG CONTRACT CHANGE ORDER REVISED CONTRACT SPRNTD LAST BILL DATE TOTAL BILLED JTD
8056
CONTRACT 2009 -A
$6,220,013.80
$637,182.17
$6,857,195.97
JESSE
6/30/2010
$3,305,626.79
8059
WATER MAIN EXT -2008A
$2,000,000.00
$1,950.00
$2,001,950.00
JESSE
5/3112010
$1,893,996.00
9001
16" WL - LONGHORN (XTO)
$329,758.00
$0.00
$329,758.00
JESSE
6/25/2010
$128,629.00
9004
CONTRACT2005 - WSM-1
$1,596,431.00
$432,687.00
$2,029,118.00
JESSE
6130/2010
$1,941,742.50
9007
THE MANSIONS - ROCKWALL
$4,950,083.80
$459,342.50
$5,409,426.30
ERIC
6/30/2010
$5,501,115.40
9008
CONTRACT 52 (SS REHAB)
$2,979,942.00
$0.00
$2,979,942.00
JESSE
6/15/2010
$2,526,121.00
9018
COOKS C H ILDREN'S HOSPITAL
$1,389,155.00
$661,126.25
$2,050,281.25
JESSE
5/2012010
$1,797,880.50
9021
ROWLEZT - KENWOOD HFIGHTS $5,765,030.00
$39,236.90
$5,804,256,90
ERIC
6/30/2010
$5,563,182.65
9022
LONE STAR CROSSING HOTEL.
$47,768.50
$0.00
$47,768.50
BROCK
$0.00
9024
VILLAGE CREEK DRAINAGF BN
$928,53650
$0.00
$928,536.50
DALE
6/30/2010
$771,107.48
9026
CONTRACT LVIII (58), PT 2
$2,574,825.00
$0.00
$2,574,825.00
DALE
6/30/2010
$2,054,433.50
9028
M 1- i -1 DRAINAGE BASIN
$662,444.00
$13,418.00
$675,862.00
JESSE
6/15/2010
$483,898.10
9029
CLEAR FORK DRAINAGE, PT
$1,583,200.00
$0.00
$1,583,200.00
DALE
5/31/2010
$1,131,418.00
9030
MEDICAL. DISTRICT, PT
$1,095,914.00
$0.00
$1,095,914.00
JESSE
6/30/2010
$840,974.90
9032
ARNOLD AVENUE EXTENSION
$446,275.10
$30,709.50
$476,984.60
SCOTT
6130!2010
$437,222.60
9034
VILLA+GECRK -PART3
$3,287,350.043
$0.00
$3,287,350.00
DALE
6130/2010
$1,697,770.00
9036
XTO ENERGY (WTk/PVNGISS)
$127,353.75
$0.00
$127,353.75
SCOTT
5/31/2010
$84,477.75
9037
SS CONTRACT 55, PT 3
$496,570.00
$0.00
$496,570.00
DALE
6 /15/2010
$227,321.50
9038
SS CONTRACT 59, PT 1
$705,735.00
$0.00
$705,735.00
JESSE
6/15/2010
$307,250.00
9039
SS CONTRACT 57
$365,932.50
$0.00
$365,932.50
DALE
6/15/2010
$207,871.56
9040
LONGHORN RD, PT 2
$618,145.00
$0.00
$618,145.00
JESSE
6/15/2010
$126,275.05
9041
OAKRIDGE ATHELETIC C.MPLX
$462,121.30
$43,340.00
$505,461.30
BROCK
x13112010
$428,606.30
10001
121T RELOC - HULEN BRIDGE
$$79,17100
$0.00
$879,173.00
JESSE
6/30/2010
$320,500.00
10002
16" KENNFDALE - WTRI -N B
$596,628.25
$0.00
$596,628.25
DALE
5/31/2010
$574,045.25
10003
S. CORINTH STILAKE SHARON
54,011,093.10
$20,291.10
$4,031,384.20
JEREMIAH
(1/30/2010
$2,792,108.35
Monday, duly 12, 2010 Page 1 of 2
C ONTRACT STATUS REPORT - LP
JOB* DESCR9PTION ORIG CONTRACT CHANGE ORDER REM SED CONTRACT SPRNTD
LAST BILL PATE TOTAL BILL -FD JTD
10006
HERITAGE REUSE W/L PH 1
$154,185.50
$16,471.00
$170,656.50
BROCK
3/23/2010
$68,300.00
10008
DE1 .CITTTF UNIVERSITY - INFR
$554.855,50
$80,870.00
$635,725.50
BROCK
61231201 0
$596,928.50
10009
ATMOS -NEW SERVICES (2010)
$200,000.00
$0.00
$200,000.00
RUDY
6/30/2010
$248,911.00
10010
SH121T PTS6, 14,16
$1,749,723.50
$0.00
$1,749,723.50
JESSE
S0.00
10011
SPEEDWAY POND #1
$981,621.20
$119,192.00
$1,100,813.20
FROCK
6/30/2010
$916,828.20
10012
SUNSETCIRCLE
$287,225.00
$0.00
$287,225.00
JESSE
S0.00
10014
RENAISSANCE SQUARF
$2,546,159.45
$137,600.00
$2,683,759.45
BR(WK
6/2012010
$708,538.70
10015
CONTRACT58, PART 3
$747,450.00
$0.04
$747,450.00
JESSE
50.00
10016
CONTRACT LXVII (67), PT 3
$1,260,744.00
$0.00
$1,260,744.00
JESSE
50.00
10018
NFWTON RANCH - PH 2
$617,925.65
$0.00
$617,925.65
BROCK
50x00
10019
WILUDW BEND /CROSSING
$615,690.00
$0.00
$615,690.00
DALE
$0.00
10020
12" RECLAIM WATER LINE
$2,911,989.40
$0.00
$2,911,9$9.40
BROCK
$0.00
10021
N. RIVERSIDE DR.
51,568,104A0
$0.00
$1,568,104.00
BROOK
$0.00
10022
TANNY STREET 1MPRVMT
$1,295,7114.00
$0.00
$1,295,704.00
DALE
$0.00
10023
MEADOWS WLSTIAUTUMN RIDGE $57,742.50
$0.00
$57,74150
DALE
6125/2010
$49,300.00
10024
EDWARDS RANCH - SUB DRAIN
$71,128.00
$0.00
$71,128.00
DALE
50.00
10025
CLEAR FORK DRAINAGE, PT
$1,386,783.00
$0.00
$1,386,783.00
JESSE
$0.00
10026
THORNBR1DGF. EAST PH 3
$66,838.64
$0.10
$66,838.60
DALE
50.00
10027
CHADWICK FARMS SEC 516
$658,054.15
$0.00
5658,054.15
DALE
$0.00
10028
SOUTHWEST VILI..AGE PH 2
$458,416.00
$0.00
$458,416,00
DALE
511.04
10029
W. 7TH ST, SE BLOCK
$117,968,00
$0.00
$117,968.00
$0.00
TOTALS $62,427,786.05 $2,693,416.42 $65,121,202.47
W $27,388,821.89
$37,732,380.58
Monday, July 12, 20 1+0 Page 2 of 2
Job Number
Division
Job Description
Status Code
Contract Amount
425
R
CROWLEY- CLEBURN RD
1
$452,604.75
427
R
NORTH BEACH (S. BOUND)
1
$431,178.50
1099
R
UTILITY PROJECTS - MISC
C.
$0.00
1995
R
DRY UTILITIES - MISC
C
$0.00
5020
R
PAFFORD STREET IMPROV
I
$384,609.70
5063
R
NORTH LAKE COLLEGE
I
$2,610,354.00
6025
R
FOREST HILL CIRCLE. PH 2
I
$680,568.00
7004
R
DIRKS ROAD & HARRIS PK
I
$344,334.00
7012
R
SH 121 SW PKWY RELOCA
C
$3,184,938.00
7021
R
TRINITY BLUFF
C
$943,640.00
7024
R
N. BEACH STREET EXPAN
1
$268,964.45
7032
R
LATERAL 36R EKI'N LINE
I
$127,979.00
7035
R
SOI ITHSIDE II WATER MAI
C
$2,430630.00
7207
R
KELLER HICKS RD, PH I
I
$1,822,522.90
7210
R
HARRIS PARKWAY
1
$1,668,872.75
7215
R
CONTRACT 55, Part 1
1
$1,052,219.50
7216
R
TRINITY BLUFF
I
$1,051,747.00
7217
R
SOUTHSIDE II WATER MAI
I
$2,709,805.00
7224
R
SH 121T SOUTHWEST PKW
I
$3,625,634.00
7225
R
CLEAR FORK DRAINAGE B
I
$2,292,355.50
Monday, July 12, 2010 Page 1 of 4
Job Number
Division
Job Description
Status Code
Contract Amount
7231
R
RIDGLEA ADDITION
C'
$351,977.40
7234
R
WATER MAIN EXT R & R
1
$1,25+6,658.75
7235
R
FW MUSEUM OF SCl/HIST
1
$1,060,001.40
7245
R
SH 121 T, UNITS 1,2 & 3
I
$4,113,936.00
7248
R
McCART AVE- ROSEMARY
I
$1,346,369.85
8001
R
COMO PUMP STATION
I
$914,952.05
8402
R
CRYSTAL LAKE DR
I
$811,674.04
8003
R
PARK DR. & CENTERBOAR
I
$376,876.00
8004
R
CANTRELL- SANSOM RD
I
$293,081.25
8005
R
SH121, PT 8, 10, 12
I
$1,321,296.40
8006
R
WESTPORT 20 INFRASTRU
I
$1,982,935.80
8020
R
12" WATERLINE - ROANOK
1
$145,149.50
8023
R
42" & 12" W R - W. 7th
1
$740,893.62
8027
R
SH 121T, PART 3
I
$3,084,800.00
8028
R
KELLIS STREET UNIT 1 & 2
I
$468,708.00
8030
R
ROSEDALE ST. -CONT 3
I
$4,570,516.40
8034
R
CONTRACT 45 (Spindletrae)
I
$1,606,095.00
8044
R
WATERMAIN REP - 2007A
I
$1,356,895.00
8043
R
ARLINGTON 36" WL
I
$1,439,313.54
8054
R
CONTRACT 41
1
$2,620,274.86
8056
R
CONTRACT 2008 -A
A.
$6,857,195.97
8059
R
WATER MAIN EXT - 2008A
A
$2,001,950.00
Monday, July 12, 2010 Page 2 of 4
Job plumber
Division
Job Description
Status Code
Contract Amount
8066
R
CIP - PH 314 - SANGER
I
$3,319,228.50
8071
R
BOWMAN ROBERTS ROAD
I
$421,913.20
8073
R
CONTRACT 69, PART 2
I
$1,391,744.00
9001
R
16" WL - LONGHORN (XTO)
A
$329,758.00
9002
R
HAVES LANE
I
$1,170,745.50
9004
R
CONTRACT 2005 - WSM -I
A
$2,029,118.00
9008
R:
CONTRACT 52 (SS REHAB)
A
$2,979,942.00
9009
R
CROWLEY ISD #4 (P & D)
I
$1,231,907.75
9010
R
HEMPHILL ST. RISINGER R
I
$837,319.75
9012
R
COLLEGE OF ST THOMAS
I
$31,985,00
9013
R
CONTRACT 2002 - STM -M
I
$1,366,351.00
9015
R
ARLINGTON - 2nd Street
I
$589,997.50
9024
R
VILLAGE CREEK DRAINAG
A
$92$,536.50
9026
R
CONTRACT LVIII (58), PT 2
A
$2,574,825.00
9027
R
McCART AVENUE EXTENS
I
$931,055.47
9028
R
MI- i -1 DRAINAGE BASIN
A
$675,862.00
9030
R
MEDICAL DISTRICT, PT 7
A
$1,095,914.00
9031
R
CROWLEY ISD GAS LINE
I
$97,345.00
9034
R
VILLAGE CRK -PART 3
A
$3,287,350.00
9037
R
SS CONTRACT 55, PT 3
A.
$496,570.00
9038
R
SS CONTRACT 59, PT 1
A
$705,735.00
9039
R
SS CONTRACT 57
A
$365,932.50
Monday, July 12, 2010 Page 3 of 4
Job Number
Division
Job Description
Status Code
Contract Amount
9040
R
LONGHORN RD, PT 2
A
$618,145.00
9044
R
DEVON SS REPLCMT - UNI
I
$88,200.00
9800
R
HARCIS EROS -REIMB
1
WOO
9995
R
MISC DRY UTILITIES
1
$0.00
10001
R
121T RELOC - HULEN BRID
A
$879,173.00
10002
R
16" KENNEDALE - WTRLN
A
$596,628.25
10010
R
SH121T PT'S 6,14,16
A
$1,749,723.50
10012
R
SUNSET CIRCLE
A
$287,225.00
10014
R
RENAISSANCE SQUARE
A
$2,683,759.45
10015
R
CONTRACT 58, PART 3
A
$747,450.00
10021
R
N. RIVERSIDE DR.
A
$1,568,104.00
10022
R
TANNY STREET IMPRVMT
A
$1,295,704.00
10024
R
EDWARDS RANCH-SUB DR
A
$71,128.00
10025
R
CLEAR FORK DRAINAGE,
A
$1,386,783.00
10028
R
SOUTHWEST VILLAGE PH
A
$458,416.00
Monday, July 12, 2010 Page 4 of 4
Conatser Construction TX, LP
Eq Code
Year
Equip Make
'Equip Model
Type
A020
2008
Suliair
375
Air Compressor
AC22
2006
Kaeser
210 CFM
Air Compressor
AC23
2406
Kaeser
210 CFM
Air Compressor
AC25
2008
Suliair
185DPO
Air Compressor
APC3
2406
Leeboy
1000D
Asphalt Paving
AT01
1997
Caterpilla
CH85D
Ag Tractor
AT02
2007
Remco
MCW -12
Ag Plow
BBC4
2006
Case
570MXT4WD
Box Blade
BBC5
2046
Case
570MXT4WD
Box Blade
BBC
2046
Case
570MXT4WD
Box Blade
8BC7
2006
Case
570MXT4WD
Box Blade
BL03
2005
Caterpillar
216
Skid Steer loader
BL04
2006
Caterpillar
236B
Bocat Loader
BL05
2007
Caterpillar
268B
Bobcat Loader
BM01
McClaughlin
MCL24B
Boring Machine
BR03
2001
Brace
RJ350
Street broom
BR04
2044
Superior
DT60J
Broom
BR06
2046
Broce
RJ350
Broom
BR07
2009
Superior
SBDT80J
Broom
CL11
1999
Ingersoll-Rand
SD40F
Padfoot Roller
CL12
1999
Ingersoll -Rand
SD40F
Padfoot Roller
CL14
2002
Sakia
SVV254
Vibratory Roller
CL16
2002
Ingersoll-Rand
SD40F
Vibratory Roller
CL18
2001
Wacker
RT -820
Padfoot Roller
CL19
1995
Ingersoll-Rand
SD -40F
Padfoot Roller
CL20
1997
Ingersoll-Rand
SD40F
Vibratory Roller
CL21
1995
Caterpillar
815E
Vibratory Roller
CL22
1995
Caterpillar
815B
Vibratory Roller
CL23
2003
Leeboy
420
Vibratory Roller
CL24
2004
Ingersoll -Rand
SD40F
Padfoot Roller
CL25
2004
Ingersoll -Rand
SD105F
Padfoot Roller
CL26
2044
Ingersoll-Rand
SD407
Roller
CL27
2045
Ingersoll-Rand
SD407
Roller
CL28
2004
Bornag
BW11 R -H
Pneumatic Roller
CL29
2405
LeeBoy
420
Pneumatic Roller
CL30
2004
Ingersoll -Rand
SD100F
Pneumatic Roller
7/12/2010
Conatser Construction TX, LP
Eq Code
Year
Equip Make
Equip Model
Type
CL31
2005
Caterpillar
PS150B
Pneumatic Roller
CL32
1997
Ingersoll-Rand
SD100F
Pneumatic Roller
CL33
2005
Ingersoll Rand
SD77F -TF
Compactor
CL34
2006
D napac
CC1000
Roller
CL35
2007
Ingersoll -Rand
SD100F
Roller
CL36
2009
Caterpillar
CB24
Large Compactor
DH04
2001
Volvo
A25C
Articulated Dump Trk
DH05
2003
Volvo
A25C_
Articulated Dump Trk
DH07
2007
Caterpillar
725
Dirt Hauler
DH08
2007
Caterpillar
725
Dirt Hauler
DZ12
1998
Caterpillar
D8R
Crawler Tractor
DZ14
2000
Caterpillar
DBMXL
Crawler Tractor
DZ16
2002
Caterpillar
D3C
Crawler Tractor
DZ17
2000
Caterpillar
DBR
Crawler Tractor
DZ18
1998
Caterpillar
DSMXL
Crawler Tractor
DZ20
2002
Caterpillar
D9R
Crawler Tractor
DZ21
2002
Caterpillar
DBR
Crawler Tractor
DZ22
2001
Caterpillar
DBM XL
Crawler Tractor
DZ23
2002
Caterpillar
DBR XL
Crawler Tractor
DZ28
2005
Caterpillar
DSRXL
Cravvler Tractor
DZ29
2007
Caterpillar
D3G
Crawler Tractor
DZ30
2007
Caterpillar
D5R
Crawler Tractor
DZ31
2007
Caterpillar
DBN
Crawler Tractor
DZ32
2007
Caterpillar
D5N
Crawler Tractor
DZ33
2007
Caterpillar
D5N
Crawler Tractor
MG08
2000
Caterpillar
140VHP
Motorgrader
MG09
1997
Caterpillar
140H VHP
Motorgrader
MG1 a
1997
Caterpillar
140H VHP
Motorgrader
MG11
2001
Caterpillar
140H VHP
Motorgrader
MG12
2032
Cater illar
140H
Motorgrader
MG13
2002
Caterpillar
140H
Motorgrader
MG14
2001
Caterpillar
140H
Motorgrader
PV01
2002
Gemaco
9500
Placer/Trimmer
PV02
2002
Goenaco
GP2600
Slip Form Paver
PV03
2005
Gcomaco
GP2600
Slip Form Paver
RB18
20
Caterpillar
420D
Backhoe Loader
7/12/2010
Conatser Construction TX, LP
Eq Code
Year
Equip Make
Equip Model
Type
RB19
2002
Caterpillar
420D
Backhoe Loader
RB20
2002
Caterpillar
420D
Backhoe Loader
RB21
2002
Caterpillar
420D
Backhoe Loader
RB22
2003
Caterpillar
420D
Backhoe Loader
RB23
2003
Caterpillar
420D
Backhoe Loader
RB24
2044
Caterpillar
420D
Backhoe Loader
RB25
2004
Caterpillar
420D
Backhoe Loader
RB26
2004
Caterpillar
420D
Backhoe Loader
RB27
2004
Caterpillar
420D
Backhoe Loader
RB28
2004
Caterpillar
4200
Backhoe Loader
RB29
2004
Caterpillar
420D
Backhoe Loader
RB30
2004
Caterpillar
420D
Backhoe Loader
R 1331
2005
Caterpillar
430D
4x4 Backhoe
RB32
2005
Caterpillar
4204
4x4 Backhoe
RB33
2005
Caterpillar
420D
4x4 Backhoe
RB34
2005
Caterpillar
420D
Backhoe Loader
RB35
2005
Caterpillar
420D
Backhoe Loader
RB36
2006
Caterpillar
420D
Backhoe Loader
RB37
2006
Caterpillar
420D
Backhoe Loader
RB38
2006
Caterpillar
420D
Backhoe Loader
RB39
2006
Caterpillar
420D
Backhoe Loader
RB40
2007
John Deere
3105
Backhoe Loader
RB41
2008
Caterpillar
420E
Backhoe Loader
RB42
2005
John Deere
310G
Backhoe Loader
RL17
1999
John Deere
544H
Wheel Loader
RL32
2002
Caterpillar
938F
Wheel Loader
RL33
2003
Caterpillar
938G
Wheel Loader
RL34
2003
Caterpillar
938G
Wheel Loader
RL39
2004
Caterpillar
938E
Wheel Loader
RL41
2005
Caterpillar
938G
Wheel Loader
RL42
2005
Caterpillar
938G
Wheel Loader
RL43
2005
Caterpillar
938G
Wheel Loader
RL44
2005
Caterpillar
938G
Wheel Loader
RL45
2004
Caterpillar
938G
Wheel Loader
RL47
2005
John Deere
544J
Wheel Loader
RL48
2005
John Deere
544J
Wheel Loader
7/12/2010
Conatser Construction TX, LP
Eq Code
Year
Equip Make
Equip Model
Type
RL49
2006
Caterpillar
928GZ
Wheel Loader
RL50
2006
Caterpillar
924GZ
Wheel Loader
RL51
2006
John Deere
544J
Wheel Loader
RL52
2007
Cater ilia'
924GZ
Wheel Loader
RL53
2007
Caterpillar
924GZ
Wheel Loader
RL54
2007
Caterpillar
9240Z
Wheel Loader
RL55
2009
Caterpillar
938HQC
Wheel Loader
RMO2
2004
Caterpillar
RM350B
RemixerlStabilzer
RM03
2004
CMITerex
4256
Remixer /Stabilzer
SC07
1997
Caterpillar
621 F
Scraper
SC08
1999
Caterpillar
621F
Scraper
SC09
1999
Caterpillar
621F
Scraper
SC10
2000
Caterpillar
621F
Scraper
SC11
2000,
Caterpillar
621 F
Scraper
SC12
2001
Caterpillar
623F
Sca er
SC13
2002
Caterpillar
621F
Scraper
SC14
2004
Caterpillar
623F
Scraper
SC' 5
2000
Caterpillar
623F
Scraper
SC.6
2006
Caterpillar
621E
Scraper
SC
2003
Caterpillar
621E
Scaper
SC18
2006
Caterpillar
621G
Scraper
SC19
2004
Caterpillar
621F
Scraper
SL01
2009
Bell rade
SILO
Portable Silo
SS05
2033
PRO -65
50267
Concrete Saw
SS06
2035
Pro66-26
Diesel Saw
SS07
2038
Concrete Saw
F36600D
Concrete Saw
SS08
2008
Concrete Saw
FS6600D
Concrete Saw
SS09
2038
Concrete Saw
FS6600D
Concrete Saw
TB18
1999
Komatsu
PC220LC -5
Hydraulic Excavator
TB22
2000
Komatsu
PC20OLC -6
Hydraulic Excavator
TB24
2001
Komatsu
PC -130 -6
Hydraulic Excavator
TB25
2031
Komatsu
PC21OLC -6
Hydraulic Excavator
TB27
2031
Cater illar
330BL
Hydraulic Excavator
TB29
2002
Komatsu
PC21OLC -6
Hydraulic Excavator
TB33
2004
Caterpillar
345BL
Hydraulic Excavator
TB35
2000
Caterpillar
1330BL
Hydraulic Excavator
7/12/2010
Conatser Construction TX, LP
Eq Code
Year
Equip Make
Equip Model
Type
T836
2004
Caterpillar
345BL
Hydraulic Excavator
TB37
2005
Caterpillar
345BL
Hydraulic Excavator
T638
2005
Caterpillar
345BL
Hydraulic Excavator
TB39
2CO5
Caterpillar
330CL
Hydraulic Excavator
TB40
2CO5
Komatsu
PC35MR -2
Hydraulic Excavator
T641
2005
Komatsu
PC40OLC -7
Hydraulic Excavator
TB42
2005
Komatsu
PC30OLC -7
Hydraulic Excavator
TB43
2005
Komatsu
PC40OLC -7
Hydraulic Excavator
TB45
2005
Volvo
EC460BLC
Hydraulic Excavator
T646
2003
Caterpillar
320CLX
Hydraulic Excavator
TB47
2006
Caterpillar
320CLX
Hydraulic Excavator
T848
2004
Caterpillar
365CL
Hydraulic Excavator
TB49
2006
Caterpillar
320C
Hydraulic Excavator
TB50
2007
Caterpillar
320CLX
Hydraulic Excavator
TB51
2007
Caterpillar
320CLX
Hydraulic Excavator
TB52
20017
Caterpillar
345CL
Hydraulic Excavator
TB53
20017
Caterpillar
303.50
Hydraulic Excavator
TB54
2008
Caterpillar
_
301.8C
Hydraulic Excavator
TB55
2009
Caterpillar
308D
Hydraulic Excavator
TB56
2009
Caterpillar
320DL
Hydraulic Excavator
TI-07
1999
Caterpillar
963B
Crawler Loader
TI-08
1999
Caterpillar
963B
Crawler Loader
TL10
2003
Caterpillar
9630
Crawler Loader
TI-11
2001
Caterpllar
9630
Crawler Loader
TL12
2001
Caterpillar
963C
Crawler Loader
TL14
2005
Caterpillar
9630
Crawler Loader
TL15
2007
Caterpillar
963C
Crawler Loader
TR01
2004
Vermeer
T655 11
Track Trencher
WW02
1998
Caterpillar
613C
Water Wagon
WW03
1995
Caterpillar
613
Water Wagon
WW04
1990
Caterpillar
613C
Water Wagon
WWO5
1992
Caterpillar
613C
Water Wagon
7/12/2010
Sutton Frost Cary LLP
A Limited Liability Partnership
Certified Public Accountants and Consultants
DEPORT OF INDEPENDENT AUDITORS
To the Partners
CONATSER CONSTRucTION TX, L.P. AND
WICHITA PARTNERS TRUCKING AND MATNTI iNANCE, L.P.
We have audited the accompanying coln'oined balance sheet Of CONAxsER CO NSTRUc i ON TX, L.P.
AND W ICHITA PAILfNERS TRUCKING AND MAINTENANCE, L.P. (Texas limited partnerships)
( "Company ") as of December 31, 2009, and the related combined statements of operations and
partners' equity and cash flows for the year then ended. These combined financial statements are
the responsibility of the Company's rranagenierlt. Our responsibility is to express an opinion on
these combhied financial statements based on our audit.
We conducted our audit in accordance with U.S. generally accepted auditing standards. Those
standards re(Vaire that we plan and perform the audit to obtain reasonable assurance about whether
the financial statenientws are free of material misstatement. An audit includes consideration of
internal control over flinancial reporti_�±g as a basis for designing audit procedures that are
appropriate in the cinum. stances, but not for the purpose of expressing an opinion on the
effectiveness of the Company's internal corfrt)l over financial reporting. Accordingly, we express
no such opinion. An audit includes exannacing, on a test basis, evidence supporting the amounts
and disclosures in the financial staremenws, assessing the accounting principles used and significant
estimates made by management, as well as evatuating the overall financial statement presentation.
We believe that our audit provides a reasonable basis for our opinion..
In our opinion, the combined financial statements referred to above present fairly, in all material
respects, the combined financial position of CONATSER C ONSTRUCTI O N TX, L.P. AND WICHITA
PARTNERS TRUCKrNG AND TMArNTENANcE, L.P. as of December 31, 2009, and the results of its
combined operations and cash flows for the year then ended in conformity with U.S. generally
accepted accounting principles.
A L ted L1abl6artnership
February 24, 2010
boo Six Tags Drive, Suite 600 • Arlington, Texas 76011
(817) 649.8083 • Metro (8S 7) 640- M Fax (81 7) 64P- 3202
www.sfclip.com • E•Mail: admin @sfcllp.com
CONATSER CONSTRUCTION TX, L.P. AND
WICHITA PARTNERS TRUCKING AND MAINTENANCE, L.P.
COMBINING BALANCE SHEET
DECEMBER 31, 2009
ASSETS
Current assets:
Cash
Contract receivables
Accounts receivable - other
Prepaid expenses
Costs and estimated earnings on uncompleted
contracts in excess of billings
Total current assets
Property and equipment
Less accumulated depreciation
Property and equipment, net
Conatser
Wichita
Eliminating
122,241
Construction
Partners
Entries
Total
$ 828,719
$ -
$ -
$ 828,719
6,258,654
316,168
(316,168)
6,258,654
15,632
826
-
16,458
88,680
12,098
-
100,778
1,018,047
-
-
1,018,047
8,209,732
329,092
(316,168)
8,222,656
26,757,182
2,200,765
-
28,957,947
(12,285,534)
(1,254,642)
-
(13,540,176)
14,471,648
946,123
-
15,417,771
$ 22,681,380
$ 1,275,215
$ (316,168)
$ 23,640,427
LLAJ31LITIES AND PARTNERS' EQUITY
Current liabilities:
Accounts payable - trade
Accrued liabilities
Current maturities of long -term debt
Billings on uncompleted contracts in excess
of costs and estimated earnings
Total current liabilities
Lang -term debt, less current maturities
Long -term line of credit
Total liabilities
Partners' equity
$ 6,186,444
$ 220,646
$ (316,168) $ 6,090,922
122,241
1,329
- 123,570
2,685,803
123,166
- 2,808,969
434,263
-
- 434,263
9,428,751
345,141
(316,168) 9,457,724
5,414,909
46,466
- 5,461,375
2,233,000
-
- 2,233,000
17,076,660
391,607
(316,168) 17,152,099
5,604,720
883,608
- 6,488,328
$ 22,681,380 $ 1,275,215 $ (316,168) $ 23,6 40,427
-14-
CONATSER CONSTRUCTION TX, L.P. AND
WICHITA PARTNERS TRUCKING AND MAINTENANCF, L.P.
COMBINING STATEMENT OF OPERATIONS AND PARTNERS' EQuiry
YEAR ENDED DECEMBER 31, 2009
Other income (expense)
Interest and investment income
Conatser
Wichita
Eliminating
Rental income
126,000
Construction
Partners
Entries
Total
Construction revenues
S 56,344,931
S 4,455,601
S (3,999,472)
$ 56,401,064
Construction costs and operating expenses
50,622,963
3,153,726
(4,071,472)
49,705,217
Gross profit
5,721,968
901,875
72,040
6,695,843
General and administrative expenses
2,625,881
173,305
(54,000)
2,745,186
Depreciation expense
3,078,505
288,884
Partners' distributions
3,367389
Income from operations
17,582
439,686
126,000
583,268
Other income (expense)
Interest and investment income
2,373
-
2,373
Rental income
126,000
- (126,000)
-
Management fee income (expense)
425,000
(425,ODO)
-
Interest expense
(595,886)
(23,430)
(619,316)
Gain (loss) on sale of equipment, net
(58,512)
45,705
(12,807)
Total other income (expense)
(101,025)
(402,725) 126,000)
(629,750)
Net income /(loss)
(93,443)
36,961 -
(46,482)
Partriers' equity, beginning of year
6,254,760
846,650 -
7,101,410
Partners' distributions
(566,600)
- -
(566,600)
Partners' equity, end of year
$ 5,604,717
$ 883,611 $ -
$ 4,488,328
-]5-
CONA1 SL' R
CONS I RUC I ION I X L.P.
5327 Wichita Street • P.Q. Box 15448 • Fart Worth, 'Texas 76119
July 12, 2010
The City of Coppell
Coppeli, Texas
To Whom it May Concern,
Conatser Construction has been in business since 1959. For the first 35 years, Conatser Construction
established itself as one of the premier underground utility contractors in Tarrant County. Over the
past 15 years, Conatser Construction has added Excavation, Paving, Dry Utilities and Surveying to the
list of servWes we provide ill Coder to Illeet t11e needs of the growing Quirimunity. Currently, our
projects range from municipal water and sewer replacements to private site and subdivision
development with the municipal work making up about seventy-five percent of our work load and the
private work making up the balance. Over the years, we have started and timely completed in excess
of 2,000 projects.
We have performed work for most of the local municipalities and many of the area's largest private
developers including, Hillwood Development, D. R_ Horton, Steve Hawkins, Sandlin Companies,
James R. Harris Partners, Linbeck Construction, Krauss Anderson, Wilson & Stonaker and Tippman
Construction, just to name a few,
As --mentioned above, we provide turn-key development services for excavation, water, sewer, storm
drain, paving and franchise utilities including electric, gas and telephone installation. All of this work
is performed by our crews and our equipment. We currently have over four hundred employees, a
sizeable equipment fleet and our annual revenues are in excess of $80 million.
Our bonding is provided by Liberty Mutual Insurance Company. We have banked at Frost Bank,
formerly Summit Bank, since its inception. We believe in long -term relationships with the people and
firms we do business with and strive to maintain our excellent industry reputation by providing the
best customer service possible to our clients, large or small..
Let me take this opportunity to thank you for your consideration regarding this project_ We feel
confident that we can meet the needs established by you and your organization.
Respectfully,
CUNATSER CONSTRUCTION TX, LP
Brock Huggins
Vice- President
(817) 534 -1743 • Fax (817) 534 -4556
www. conats ercons truction. com
ACC RQ CERTIFICAT�LIABILITY INSURANCE ;� 211 fl'" `€
PROD 817, 457.6700 FAX 817.457.7246 THIS CERTIFICATE. IS ISSUED AS A MATTER OF INFORMATION
THE SWEENEY COMPANY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
1121 E. Loop $20 South HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED] BY THE POLICIES BELOW,
P 0 Box 8720
For Worth, TX 76124 -0 INSURERS AFFORDING COVERAGE NAIC 9
INSURED Conatser Construction Tx LP INS Bituminous Casualty Corp A +1X
5327 Wichita Street IH$ { 1 RERB BT :uaL 1Ff[](tS FIre t Ma rirt� A+IX
--- r t....G?f?r fi ., 'i aXa c_._ -.I R, L.: R, _ ._. _.... .- __ _� - --- -- ___. _ _._ ..__._.__._-
INSURER D:
INSUFZER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUE)) TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION DI- ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIRCATL MAY BE ISSUES] OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
-"
wsra
LTR
a'I
tNSTd
T OF INSURANCE'
POLICY NUMBER
rvI IcY ErrecTTVC
DATE MMIDR
PaLICY ExI'IRATT H
DATE Miy M LIMITS
GENERAL UABILATY
CLP 3 265 799
08/01/2009
08/01/2010 EAai OccuARENcE
$ 1
a`i COMMERCIAL GENERAL LIABILITY
CLAIMS MADE � OCCUR
PR EMISES Ea oo�rrencc.
ME_O EX? (Any We peM«,)
S 10d r Go
$ 5
A
X CONTRACTUAL, XCIJ
6AOVINJURY
$ 1 040 00
X
END)EP CONTRACTORS
- PERSONAL
GENERAL AGGREGATE
$ 2 000 00
GEML AGGREGATE LIMIT APPLIES PER
S 2 000 00
PRODUCTS - COMPIOP AGG
Polio' PER LGC
AUTOMOBILE LIABILITY
ANY AUTO
CAP 3 S31 669
0$ /01/2009
08/01 /2010
(En dua dent) tNGI..E 1- �fu4Er
$
1. 000 ,00
B
ALL OWNED AUTOS
Sa3EDUF� LAIJT05
HIRED AUTOS
1X
NON -OWNED AUTOS
BODILY INJURY
(P- P --)
BODILY N.IU#tT
(per acxideni�
--
PROPERTY DAMAGE
(Per awd"
GARAGEU"ILMY
-
AUTO ONLY - CAAOCIOENT
$
$
ANY AUTO
QT*W_RTI4M £A ACC
$
AUTO ONLY-, AGG
EXCES I U M BREILA L"ILITY
CUP 2 S$S 198
08/01/2009
08101/2010 EAfTIOCCURRENCE
$ 5 000 0{l
X GCCUR CLAIMS MAM
AGGREGATE
S s OO4 {}Q
A
S
OMUCTISLE
X RETENTION 1 10,00
-
$
B
AND E L
AND PL R uA RT m Y
PR
ANY CaRM 1ETGWPAR�GUl hlC
�R l i t BEFi'f77CC1.UDE{77 u
UFFII
(I�AapdBNpry Ia NH)
AL AROV SY belr
WC 3 531. 670
08/01/2009
08/01/2010 X TORYLIhNTIS ER
6.L- . ACCIDENT
EACH
EL DISEASE - EA E7v1PLD
LE. L.
EI- DISEASE - POLICY ^LIFAIT
_ 1
s 000.00
$ 1, 000 QO
y A
$ 1. 000 VQ
OTHER
PESCRPPTION OF OPERATIONS [LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS -
[:EF{ I IFFCATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEF ORE THE EXPIRATIO
GATE THEREOF. THE ISSUING INSURER NALLEMEAVOR TO MAIL 10 DAYSYIIwTEN
.S NOTICE TO THE CERTIMATE HOtnrR HAW-D TO THE LEFT. BUT FAILURE TO DO SO aW I -
IMPOSE NO OSUGAWN OR LIABILITY OF ANY ILIID UPON THE vmRER. US AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE /I A 1 ,
RD 25 (2009101) 0 1988 -2409 ACORD CORPOF7ATfON. All rig resented.
The ACORD name and logo are registered marks of ACORD tf�l