Loading...
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