WA9601B-AG 981208~.~T~T~,,,z~,..~z~=~ AGENDA REQUEST
CITY COUNCIL MEETING: December 19! ITEM #
ITEM CAPTION:
Consider apnroval of awardim~ Bid/Contract #O 1098-01 to Fox Contractors, Inc. in the amount of $912,243.50 for the
construction of the Sandy Lake Road Water Line Project #WA 96-01; and authorizing the Mayor to sign.
APPROVED
BY
C TY COUNCIL
DATE _
SUBMITTEl) BY: Ken Griffi., ~.~. ~ ~ ~~~ ·
TITLE: Director of Engineering~ublic Wor~ ~~
STAFF RECOMMENDS: APPROVAL
STAFF COMMENTS:
See attached memo.
BUDGET AMT. $ AMT. EST. $ +/- BUD:$
FINANCIAL COMMENTS:
Funds for this contract have been allocated in the Water/Sewer CIP Accounts.
DIR. INITIALS: 19 FIN. REVIEW: ~ CITY MANAGER REVIEW:
Agenda Request Form - Revised 3/98 Document Name: #eng6
MEMORANDUM
FROM THE
DEPARTMENT OF ENGINEERING
To: Mayor and City Council
From: Ken Griffin, P.E., Director of Engineering and Public Works ~
RE: Consider approval of awarding Bid/Contract #Q 1098-01 to Fox Contractors, Inc. in the
amount of $912,243.50 for the construction of the Sandy Lake Road Water Line Project
#WA 96-01; and authorizing the Mayor to sign.
Date: December 8, 1998
Ten bids were opened on Tuesday, October 27, 1998 at 2:00 p.m. Shimek, Jacobs & Finklea, the
consulting engineer on this project, recommends awarding the construction contract for the Sandy Lake
Road 24" water line to the low bidder, Fox Contractors, Inc. of Midlothian, Texas, in the mount of
$912,243.50. The construction time is set at 200 calendar days with an estimated start of construction in
January 1999. The anticipated completion time will be approximately July 1999. This 24" water line is
the water supply to the new 2 million gallon elevated storage tank being constructed on the west side of
Coppell.
The City of Coppell is still negotiating several easements necessary for the construction of the water
line, however because of a long lead time by Gifford-Hill in the fabrication of the concrete pipe, we are
awarding this project while we continue to negotiate for the easements. In worst case scenario, we may
be forced to utilize the process of eminent domain to acquire the easements to insure that the project can
proceed in an expeditious manner, with completion to coincide with the completion of the second
elevated storage tank.
Staff recommends awarding the contract to Fox Contractors, Inc. in the amount of $912,243.50 and will
be available to answer any questions at the council meeting.
"CITY OF COPPELL ENGINEERING - EXCELLENCE BY DESIGN"
" r
CITY OF COPPELL, TEXAS
Sandy Lake Road Water Line
Wagon Wheel Ranch Elevated Tank to Denton Tap Road
BID TABULATION
Bids Received at 2:00 p.m., Tuesday, October 27, 1998
Contractor Total Amoun~ Bid
1. Fox Contractors, Inc.
Post Office Box 951
Midlothian, Texas 76065 $912,243.50
2. Patco Utilities, Inc.
1617 W. Pioneer Pkwy.
Grand Prairie, Texas 75051 $965,969.65
3. Mike Albert, Inc.
P. O. Box 211044
Bedford, Texas 76095 $1,028,463.30
4. SCAVA Ltd. Partnership
419 E. Hwy. 80
Mesquite, Texas 75150 $1,071,352.10
5. Mastec North America
8700 Stemmons Frwy., #125
Dallas, Texas 75247 $1,087,675 o00
6. S.J. Louis Const., Inc.
P. O. Box 202384
Arlington, Texas 76006 $1,124,046.50
7. Atkins Bros. Equip. Co., Inc.
918 W. Marshall
Grand Prairie, Texas 75051 $1,153,g97AO
8. John Bums Construction Company of Texas, Inc.
P. O. Box 117
Lewi sville, Texas 75067 $1,154,000.00
9. Jackson Construction, Inc.
5112 Sun Valley Dr.
Ft. Worth, Texas 76119 $1,178,713.50
10. Architectural Utilities, Inc., dba AUI General Contractors
300 W. Ramsey
Fort Worth, Texas 76110 $1,275,288.90
TABULATION OF BIDS moov aw_o.E mn oF RID ov
Data: October 27, 1~98
PROJECT: CITY OF COPPELL, TEXAS SH]jV[EK., JACOBS & FINKLEA, L,L,P, Fox Contactors, Inc. Patco Utilities, Inc. Mike Albert, Inc. SCAVA Ltd. Partnership
Sandy Lake Road Water Line CONSULTING ENGINEERS P.O. Box 951 1617 W. Pioneer Pkwy. P.O. Box 211044 419 E. Hwy. 80
Wagon Wheel Ranch Elevated Tank to Denton Tap Road Dallas, Texas Midlothian, Texas 76065 Grand Prairie, Texas 75051 Bedford, Texas 76095 Mesquite, Texas 75150
UNIT BID UNIT BID UNIT BID UNIT BID
DESCRIFTION PRICE EXTENSION PRICE EXTENSION PRICE EXTENSION PRICE EXTENSItF
For Furnishing and Installing 24-Inch Water Line includin8 Embedmeat $ 59.50 $ 507,713 ,S0 $ 63.20 $ 539,285.60 $ 63.60 $ 542,698.80 $ 74.00 $ 631,442.00
24-Inch Water Line by other than Open Cut $ 265.00 $ 77,380.00 $ 227.50 $ 66,430.00 $ 305.00 $ 89,060.00 $ 200.00 $ 58,400.00
For Furnish .e, Install 24" Water Line with 36-Inch 3/16" Thick Steel Encasement Pip~ by
S 300.00 $ 56,700.00 S 29~.00 S 55,755.00 S 350.00 $ 66,150.1343 S 284.00 $ 53,676.00
Installing 24-1nch Water Line with ConcreteEncasetnent S 90.00 S 17,910.00 S 88.75 $ 17,661.25 $ 105.00 S 20,895.00 ll0.00 S 21,890.00
For Fumish& Install 24-Inch Water Line with Class "B' Embedment and Flowable Backfill $ I 12.00 $ 45.584.00 $ 156.50 $ 63,695.50 200.00 $ 81,400.00 105.00 $ 42,735.00
Installing 16-Inch RCCP or PVC Waterline with Embedmeat $ 37.50 S 675.00 425.00 $ 7,650.00 48.00 $ 864.00 S 1.00 S 918,00
12-1nchPVCWsterlinewithEmbedment S 27.00 $ 8,208.00 33.50 $ 10,184.00 30.00 $ 9,120.00 42.00 $ 12,768.00
r Furnishing and Installing 12-Inch PVC of DIP Waterlinc by other than Open Cut $ 70.00 S 2,450.00 135.00 S 4,725.00 270.00 S 9,450.00 S 175.00 S 6,125.00
8-1nchPVCWatarLinewithEmbedrncnt $ 18.50 S 2,312.50 36.10 S 4,512.50 28.00 $ 3,500,00 S 33.50 $ 4,187.50
6-1neh D.I.P. Water Line with Embedmeat $ 22.00 S 1,628.00 23.50 S 1,739.00 30.00 $ 2,220.00 $ 40.00 $ 2,960.00
24-Inch Buttertly Valve $ 5,500.00 S 38,500.00 6,395.00 S 44,765.00 6,000.00 $ 42,000.00 $ 4,850.00 $ 33,950.00
For Furnishing and Installing 12-Inch Gate Valve $ 1,000.00 S 5,000,00 1,365.00 ! S 6,825.00 1,400.00 $ 7,000.00 $ 1,800.00 $ 9,000.00
and Installing 8-Inch Gate Valve S 600.00 S 4,800.00 685,00: S 5,480.00 1,000.00 $ 8,000.00 $ 1,200.00 $ 9,600
For Furnishing and Installing 6-Inch Gate Valve $ 480.00 S 1,920.00 510.00 S 2,040.00: 900.00 $ 3,600.00 $ 950.00 $ 3,800.b~
For Furnishing and Installing 8' x 8= Tapping Sleeve and Valve 1 ,gO0.00 S 9,500,00 $ 2,025,00 $ 10, 125.1)0 1,800.00 $ 9,000.00 1,800.00 $ 9,000.00
For Furnishing and Installing 12* x 12" Tapping Sleeve and Valve 2,700.00 $ 2,700.00 ! $ 3,210,00 $ 3,210.00 2,700.00 $ 2,700.00 $ 3,000.00 $ 3,000.00
For Furnishing and Installing 16" x 16" Tapping Sleeve and Valve 6,000.00 S 6,000.00 $ I 1,000.00 S I 1,000.00 8,600.00 $ 8,600.00 S 6,000.00 $ 6,000.00
For Furnishing and Installing 3-Inch Air & Vacuum Release Valve 3,500.00 $ 14,000.00 $ 2,950.00 S I 1,800.00 3,600.00 $ 14,400.00 $ 3,600.00 $ 14,400.00
6-Inch Blow-OffValvc 2,000.00 S 8,000.00 $ 1.550.00 $ 6,200.00 1,400.00 $ 5,600.00 S 1,150.00 S 4,600.00
24-inch Dished-Head Plug 1.500.00 $ 1,500.00 S 1,500.00 S 1,500.00 1,800.00 ~ $ 1,800.00 $ 1,750.00 $ 1,750.00
3 Existing 24-inch Water Line S 4,000.00 ! S 12,000,00 S 7,500.00 S 22.500.00 $ 4,200.00 S 12,600.00 $ 6.500.00 $ 19.5OO.00
t~cewemeso'ewa~a~-:t.~ e Page I of 6
TABULATION OF BIDS BiO 01~ nan OF nap OF BID
Date: 0ctobcr 27, 1998
PROJECT: CITY OF COPPELL., TEXAS SJI]]%[EK~ JACOBS & FINK1L, EA, L.L.P, Fox Contnctors, Inc. Patco Utilities, Inc. Mike Albert, Inc. SCAVA Ltd. Parmcrship
Sandy Lake Road Water Line CONSULTING ENGINEERS P.O. Box 951 1617 W. Pioneer Pkwy. P.O. Box 211044 419 E. Hwy. 80
Wagon Wheel Ranch Elevated Tank to Denton Tap Road Dallas, Texas Midlothian, Texas 76065 Grand Prairie, Texas 75051 Bedford, Texas 76095 Mesquite, Texas 75150
APPROX!~tATE UNIT BID UNIT BID UNIT BID UNIT BID
QUANTITIES UNIT DESCRIPTION PRICE EXTENSION PRICE EXTENSION PRICE EXTENSION PRICE EXTENS[O[~,
I Ea. For Connecting to Existing l0-1nch Water Line [$ 1,700.00 $ 1,700.00 S 750.00 $ 750.00 S |,000.00 $ 1,000.00 $ 1,023.00 $ 1,023.t,,
I Ea. For Connecting to Existing 8-1nch Water Line i $ 1,000.00 $ 1,0430.00 $ 700.00 $ 700.00 $ 1,000.00 S 1,000.00 $ 975.00 $ 975.00
I Ea. For Cutting and Plugging Existing IO-Inch Water Line S 700.00 $ 700.00 S 250.00 $ 250.00 $ 1,000.00 $ I ,OOO.00 S 750.00 S 750.00
4 Ea. For Cutting and Plugging Existing 8-Inch Water Line S 700.00 $ 2,800.00 $ 500.00 $ 2,000.00 $ 1,000.00 $ 4,000.00 $ 750.00 S 3,000.00
2,830 Lbs. For Furnishing and Installing Ductile Iron Fittings S 2.75 $ 7,782.50 $ 1.65 $ 4,669.50 $ 1.50 $ 4,245.00 $ 3.50 $ 9,905.00
90 S.Y. For Removing and Replacing Existing Concrete Pavement $ 45.00 $ 4,050.00 $ 51.65 $ 4,648.50 $ 65.00 $ 5,850.00 $ 100.(N $ 9,000.00
315 S.Y. For Removing and Replacing Existing Asphalt Pavement $ 32.130 $ 10,080.00 S 37.50 $ 11,812.50 $ 55.00 S 17,325.00 $ 90.00 $ 28,350.00=
15 S.Y. For Removing and Replacing Existing Gravel Drive $ I 0.00 $ 150.00 $ 7.50 ! S 112.50 $ 24.00 , $ 360.00 $ 40.00 $ 600.00
12 L.F. For Removing and Replacing Existing Concrete Curb and Gutlcr $ 30.00 $ 360.00 $ 25.00 $ 300.00 S 35.00 ~ $ 420.00 $ 30.00 S 360.00
56 S.Y. For Removing and Replacing Existing Concrete Sidewalk S 28.00 S 1,568.00 S 30.00 S 1,680.00 S 35.00 ' S 1,960.00 $ 100.00 S 5,600.00
40 L.F. ~For Removin8 and Replacing Existing Pipe Rail Fence $ 17.00 S 680.00 $ 15.00 $ 600.00 S 35.00 S 1,400.00 $ 85.00 $ 3,400.00
30 C.Y. For Extn Concrete for Encasemeat S 100.00 S 3,000.00 ~ S 75.00 $ 2,250.00 S 70.00 S 2,100.00 $ 70.00 $ 2,100.00
30 C.Y. For Extn Crushed Stone for Embedmeat $ 23.00 $ 690.00 $ 15.50 $ 465.00 S 20.00 $ 600.00 $ 20.00 $ 600.00
I L.S. :For Furnishing, Installing, Maintaining and Removal of Erosion Control Devices S 5,000.00 S 5,000.00 $ 5,000.00 $ 5,000.00 $ 9,000.00 ~ $ 9,000.00 $ 10,000.00 $ lO,0O~
I L.S. :For Furnishing, lnstalling and Maintaining Tra~ic Control Devices $ 7,000.00i$ 7,000.00 $ 3,550.00 $ 3,550.00 $ 7,_q)O.00 $ 7,500.00 $ 15,000.00 $ 15,000.00
9,406 L.F. For Designing and Installing Trench Safety Systems $ ZOO $ 18,812.00 $ 1.00 $ 9,406.00 S 1.00 [ $ 9,406.00 $ 1 .IN) $ 9,4.06.00
Furnish & Install Bermuda or St. Augustine Gins Solid Block Sod, including Fcnilizcr&
3,778 S.Y. Watering $ 5,00 $ 18,890.00 [ $ 5.10 $ 19,267.80 $ 5.00 $ 18,890.00 S 4.70 $ 17,756.60
15 Ea. For Replacing Sprinkler Heads $ 100.00 $ 1,500.00 ! S 15.00 $ 225.00 $ 50.00 S 750.00 $ 55.00 S 825.00
200 L.F. For Removing and Replacing l-Inch or 2-Inch lmSarion System Lines $ 10.00 $ 2,000.00 $ 6.00 $ 1,200.00 S 5.00 $ 1,000.00 $ 15.00 $ 3,000.00
TOTAL AJVIOUNT BID (Items I Through 40) $ 912,243.50 $ 965,969,65 $ 1,028,463.80 $ 1,071,352.10
TABULATION OF BIDS mo or BIB BY mn or mo or
Date: October 27, 1998
John Bums CoPslnaction
PROJECT: CITY OF COPPELL, TEXAS SHL~I~ JACOBS & FINKLEA, L,L,P, Maste~ North America S.J. Louis Const., Ine. Alkins Bros. Equip. Co., Inc. Company of Texas, Inc.
Sandy Lake Road Wster Line CONSULTING ENGINEERS 87OO Stemmons Frwy., #12~ P.O. Box 202384 918 W. Marshall P.O. Box 117
Wagon Wheel Ranch Elevated Tank to Dcneon Tap Road Dallas, Texas Dallas, Tcxas 75247 Arlington, Texas 76006 Grand Prairie, Texas 75051 Lewisvillc, Texas 75067
NO. QUANTITIES UNIT DESCRIPTION PRICE EXTENSION PRICE EXTENSION PRICE EXTENSION PRICE EXTENSIO'
I 8,533 L.F. !For Furnishin8 and Instilling 24-Inch Waltr Line including Embcdmcnt S 71.00 S 605,843.00 S 70.00 $ 597,310.00 $ 78.00 $ 665,574.00 i $ 76.00 $ 648,508.~J
2 292 L.F. For Furnishing and Instillin8 24-inch Water Line by other than Open Cut S 275.00 $ 80,300.00 S 350.00 ~ $ 102,200.00 S 215.00 $ 62,780.00 S 2 [ 1.00 $ 61,612.00
For Furnish & Instill 24' Water Line with 36-Inch 3/16' Thick Steel Encascment Pipe by
3 189 L.F. other than Open Cut S 275.00 $ 51,975.00 $ 350.0( S 66,150.00 S 200.00 $ 37,800.00 $ 325.00 $ 61,425.00
4 199 L.F. For Furnishing and Instilling 24-Inch Water Line with Concrete Encasemerit $ 115.00 S 22,885.00 $ 120.00 $ 23,880.00 $ 121.00 $ 24,079.00 e $ 170.00 $ 33,830.00
5 407 L.F. For Furnish &Install 24-Inch Water Line with Class 'B' Embcdmcnt and Flowable Backfill ~ $ 221.00 S 89,947.00 : $ 187.00 $ 76,109.00 S 353.00 $ 143,671.00 $ 244.00 S 99,308.00
6 18 L.F. For Furnishing and Instilling 16-Inch RCCP or PVC Waterline w~th Embedmerit $ 225.00 $ 4,050.00 $ 300.00 $ 5,400.00 $ 218.00 $ 3,924.00 S 157.00 S 2,826.00
7 304 L.F. For Furnishing and Instilling 12-Inch PVC Waterline with Embedrnent $ 45.00 $ 130680.00 $ 35.00 $ 10,640.00 $ 63.00 S 19,152.00 $ 72.00 $ 21,888.00
8 35 L.F. For Furnishin.8 and instilling 12-inch PVC or DIP Waterline by other than Open Cut S 180.00 ; $ 6,300.00 S 200.00 $ 7,000.00 $ 196.00 $ 6,860.00 $ 162.00 $ 5,670.00
9 125 L.F. For Furnishing and Installing 8-Inch PVC Water Line with Embcdmcnt S 4000 S 5,000.00 $ 32.00 $ 4,000.00 ~ S 58.00 $ 7,250.00 S 48.00 $ 6,000.00
I0 74 L.F. For Furnishing and Installing 6-1nch D.[.P. Water Line with Embcdmcnl S 46.00 $ 3,404.00 S 35.00 $ 2,590.00' $ 61.00 $ 4,514.00 $ 48.00 S 3,552.00
I I 7 Ea. For Furnishing and Installing 24-1rich Butterfly Valve S 5,500.00 S 38~00.00 S 4,600.00 $ 32,200.00 S 6.356.00 ! $ 44,492.00 $ 6,350.00 $ 44,450.00
12 5 Ea. ForFumishingandlnstallingl2-[nchGateValvc $ 1,250.00 S 6,250.00 S 1,O25.00 $ 5,125.00 $ 1,270.00 $ 6,350.00 $ 1,350.00 S 6,750.00
13 8 Ea. For Furnishing and Instilling 8-Inch Gate Valve S 775.00 $ 6,200.00 $ 650.00; S 5,200.00 $ 910.00 $ 7,280.00 $ 555.00 ! S 4,44c' ^'~
I -
14 4 Ea. For Furnishing and installing 6-Inch Gate Valve $ 600.00 $ 2,400.00 $ 400.00 $ 1,600.00 i $ 769.00 $ 3,076.00 S 680.00 S 2,72~.
15 5 Ea. For Furnishing and Instilling 8' x 8' Tapping Sleeve and Valve $ 2,650.00 $ 13,250.00 $ 2,100.00 $ IO,500.00 ! $ 1,421.00 $ 7,105.00 $ 2,450.00 S 12,250.00
16 I Ea. For Furnishing and Installing 12' x 12' Tapping Siceve and Valve S 4,000.00 S 4,000.00 $ 3,200.00 $ 3,200.00 $ 2,489.00 $ 2,489.00 $ 4,600.00 S 4,600.00
17 I Ea. For Furnishing and Installin8 16' x 16' Tappin8 Sleeve and Valve S 11,500.00 $ 11,500.00 S 8,200.00 $ 8,200.00 $ 7,320.00 S 7,320.00 $ 9,875.00 S 9,875.00
I g 4 Ea. For Furnishing and Instilling 3-Inch Air &Vacuum Release Valve $ 2,200.00 $ 8,800.00 $ 2,300.00 $ 9,200.00 S 2,456.00 S 9,824.00 S 4.575.00 $ 18,300.00
19 4 Ea. For Furnishing and Installing 6-Inch Blow-OffValve $ 1,500.00 S 6,0OO.OO $ 2,000.00 $ 8,000.00 S 2,229.00 $ 8,916.00 $ 1,275.00 S 5,100.00
20 I Ea. For Furnishing and lnstalling 24-[nch Dishcd-Hcad Plug S 850.00 $ 850.00 $ 1,500.00 $ I,$(30.00 $ 729.00 $ 729.00 $ 1,125.00 $ 1,125.00
2 [ 3 Ea. For Connecting to Existing 24-Inch Water Line S 3,750.00 S I 1,250.00 $ 5,000.00 $ 15,000.00 S 4.397.00 $ 13,191.00 $ 6,350.00 ! $ 19,050.00
$:~pdvs~l~aN.2.~ ~. l'~age 3 of 6
TABULATION OF BIDS mn ov am OF Bm OV nm
Date: October27. 1998
John Bums Conslzuction
PROJECT: CITY OF COPPELL, TEXAS SH]']VIZK~ 3ACOBS & FINKLEA, L.L.P. Mastec North Amedca S. ]. Louis ConsL, Inc. Arkins Bins. Equip. Co.. Inc. Company of Texas, Inc.
Sandy Lake Road Water Line CONSULTING ENGINEERS 8700 Stemmons Fruny., #125 P.O. Box 202384 918 W. Marshall P.O. Box 117
Wagon Whccl Ranch Elevated Tank to Denton Tap Road Dallas, Texas Dallas, Texas 75247 Arlington, Texas 76006 GrandPrairie, Texas 75051 Lcwisville, Tcxas 75067
II I II II I 11" I
APPROXIMATE UNIT BID UNIT BID UNIT BID UNIT BID
QUANTITIES UNIT DESCRIPTION PRICE EXTENSION PRICE EXTENSION PRICE EXTENSION PRICE EXTENe~ir
22 I E~ ]For Connecting to Existing IO-Inch Water Line $ 1,250.00 $ 1,250.00 $ 2,000.00 $ 2,000.00 $ 1,500.00 $ 1,500.00 $ 1,050.00
23 I Ea. For Connecting to Existing g-lnch Watcr Linc S 1,250.00 $ 1,2.50.00 S 1,500.00 S 1,500.00 S 800.00 S 80O.00 S 1,025.00 S 1,025.00
24 I Ea. For Cutting and Plugging Existing I 0-Inch Water Line $ 650.00 $ 650.00 $ 500.00 ! $ 500.00 $ 400.00 $ 400.00 $ 475.00 $ 475.00
25 4 Ea. For Cutting and Plugging Existing 8-Inch Water Line $ 500.00 $ 2,000.00 $ 500.00 ' $ 2,000.00 $ 400.00 $ 1,600.00 $ 450.00 $ 1,800.00
26 2,830 Lbs. For Furnishing and Installing Ductile Iron Fiaings $ 1.50 $ 4,245.00 $ 1.25 $ 3,537.50 $ 0.25 $ 707.50 $ t.20 $ 3,396.00
27 90 S.Y. For Removing and Replacing Existing Concrete Pavement S 75.00 $ 6,750.00 $ 75.00 $ 6,750.00 $ 64.00 $ 5,760,00 $ 64.50 $ 5,805.00
28 315 S.Y. For Removing and Replacing Existing Asphalt Pavement $ 90.00 $ 28,350.00 $ 60.00 $ I g,900.00 $ 51.00 $ 16,065.00 $ 65.00 $ 20,475.00
29 15 n S.Y. For Removing and Replacing Existing Gavel Drive ! S 18.00 $ 270.00 [ $ 5.00 $ 75.00 $ 48.00 $ 720.00 $ 20.00 $ 300.00
30 12 L.F. For Removing and Replacing Existing Concrete Curb and Guncr $ 25.00 $ 300.00 $ 30.00 $ 360.00 $ 25.00 = $ 300,00 $ 10.00 $ 120.00
31 56 S.Y. For Rcmoving and Replacing Existing Concretc Sidcwalk $ 35.00 $ 1,960.00 $ 50.00 $ 2,800.00 S 36.00 $ 2,016.00 $ 29.00 $ 1,624.00
32 40 L.F. For Removing and Replacing Existing Pipe Rail Fence S 20.00 S 800.00 n $ 15.00 $ 600.00 S 6.00 $ 240.00: $ 16.50 $ 660.00
33 30 C.Y. For Extra Concrete for Encaserncnt S 10O.00, S 3,000.00 S 100.00 $ 3,000.00: $ 80.00 $ 2,400.00 $ 78.00 ~ $ 2,340.00
34 30 C.Y. For Extra Crushed Stone for Embcdmcnt $ 2 1.00 j $ 630.00 $ 25.00 $ 750,00 $ 17.00 $ 510.00 $ 20.00 S 600.00
35 I L.S. For Furnishing, [nstalling, Maintaining and Removal of Erosion Control Devices S 9,515.00 $ 9,515.00 $ 10,000.00 $ 10,000.00 S 5,000.00 $ 5,000.00 $ 2,500,00 $ 2,.
36 I L.S. For Furnishing, Installing and Maintaining Traj~c Conuol Devices S 3,500.00 S 3,500.00 $ 5,000.00 [ S 5,000.00 S 10,000,00 S 10,000.00 $ 18,000.00 S I 8,000.00
37 9,406 L.F. For Designing and Installing Trench Safety Systems $ 1.00 S 9,406.00 $ 6.00 $ 56,436.00 ] $ 0. I 0 $ 940.60 $ 1.00 $ 9,406.00
Furnish & Install Bermuda or SL Augustine Grass Solid Block Sod, including Fertilizer &
38 3,778 S.Y. Watering S 5.00 $ 18,890.00 $ 3.00 $ 11,334.00 S 4.00 $ 15,112.00 $ 2.50 $ 9,445.00
39 15 Ea. For RcPlacing Sprinkler Heads $ 75.00 $ 1,125.00 S 100.00 $ 1,500.00 $ 30.00 $ 450.00 $ 40.00 $ 600.00
40 200 L.F. For Removing and Replacing I-Inch or 2-Inch Imlation System Lines $ 7.00 $ 1,400.00 $ 10.00 S 2,000.00 $ I ~.00 $ 3,000.00 : $ 5.50 $ 1,100.00
TOTAL AMOUNT BID (Items I Through 40) $ 1,087,67~1,00 $ 1,124,046,50 $ IJ53,897,10 $ 1~154~000,00
Page 4 of c~
TABULATION OF BIDS nm oF nlo
Date: October 27, 1998
Architectural Utilities, Inc.
PROJECT: CITY OF COPPELL, TEXAS SH]~'[EK, JACOBS & FINKLEA, L,L,P, Jackson Const~ction, Inc. dtmi AUI General Contractors
Sandy Lake Road Water Line CONSULTING ENGINEERS 5112 Sun valley Di. 300 W. Rarmey
Wagon Wheel Ranch Elevated Tank to Denton Tap Road Dallas, Texas Ft. Worth, Tcxas 76119 Fort Worth, Texts 76110
NO. QUANTITIES UNIT DESCRIPTION PRICE EXTENSION PRICE EXTENSION
I 8,533 LF. For Furnishing and Installing 24-Inch Water Liee including Embedmeat $ 76.00 [ $ 645,508.00 $ 84.50 $ 721,038.50
2 292: L.F. For Furnishing and Installing 24-Inch Water Line by other than Open Cut S 325.00 ] $ 94,900.00 $ 291.00 $ 84,972.00
For Furnish & Install 24" Water Line with 36-Inch 3/16' Thick Steel Encascn'~nt Pipe by
3 189. L.F. ~thertlmIOpenCut S 375.00 ! S 70,875.00: S 291.00 $ 54,999.00
4 199 L.F. For Furnishing and Installing 24-inch Water Line with Concrete Encasernent S 125.00 S 24,875,00; $ 117.00 S 23,283.00
5 407 L.F, For Furnish &Install 24-Inch Water Line with Class 'B" Embedmeat and Flowable Backfill $ 230.00 : S 93,610.00 ~ $ 265.00 S 107,855.00
6 18 L.F. For Furnishing and Installing 16-Inch RCCP or PVC Waterline with Embedmeat S 135.00 $ 2,430.00 i S 218.00 $ 3,924.00
7 304 L.F, For Furnishing and Installing 12-Inch PVC Waterline ~th Embedmeat S 62.00 S 18,848.00 S 44.00 S 13,376.00
8 35 L.F. For Furnishing and Installing 12-Inch PVC or DIP Waterline by other than Open Cut S 385.00 $ 13,475.00 ! $ 250.00 $ 8,750.00
9 125 L,F. For Furnishing and Installing 8-Inch PVC Water Line with Embedmeat S 55.00 ~ $ 6,875.00 ~ $ 40.00 S 5,000,00
10 74 L.F. For Furnishing and Installing 6-Inch D.I.P. Water Line with Embcdmcnt S 59.00 ~ S 4,366.00 $ 46.00 S 3,404.00
I I 7 Ea. For Furnishing and Installing 24-Inch Butterfly Valve S 5,100.00 ! S 35,700.00 $ 4,500.00 $ 31,500,00
12 5 Ea. For Furnishing and Installin8 12-Inch Gate Valve S 1,620.00 S 8,100.00 S 1,350.00
13 8 Ea. For Furnishing and Installing 8-Inch Gate Valve S 1,000,00 $ 8,000.00 S 850.00 S 6,800.00:
14 4 Ea. For Furnishing and Installing 6-Inch Gate Valve S 800,00 S 3,200.00 $ 690.00 S 2,760.00
15 5 Ea. For Furnishing and Installing 8' x 8' Tapping Sleeve and Valve $ 2,~00.00 $ 14,500.00 S 2,400.00 ] S 12,000,130
16 I Ea. For Furnishing and Installing 12' x 12" Tappins Sleeve and Valve $ 4,000.00 $ 4,000.00 $ 4,10000 ~ S 4,100.00
17 I Ea. For Furnishin.8 and Installing 16' a 16" Tapping Sleeve and Valve S 12,000.00 S 12,000.00 S 13,100,00 $ 13,100.00
18 4 Ea. For Furnishing and Installing 3-Inch Air & VieBum Release Valve $ 3,400.00 S 13,600.00 S 2,800.00 $ I 1,200.00
19 4 Ea. For Furnishing and Installing 6-1nch Blow-OffValve S 2,200.00 $ 8,800.00 $ i,700.00 $ 6,800.00
20 I Ea. For Furnishing and Installinn: 24-1nch Dished-Head Plug S 1,400.00 S 1,400.00 S 300.00 $ 300.00
21 3 Ea. For Connecting to Existing 24-1rich Water Line ! S 1,800.00 $ 5,400.00 $ 2,600.00 S 7,800.00
~:~'..,~--t~sa,,p,~,abe-2~- · Page
TABULATION OF BIDS nu} oF mn oF
Dat~: October 27, 1998
Architectural Utilities, Inc.
PROJECT: CITY OF COPPELL, TEXAS SH.[~I:EK~ JACOBS & FLNKLEA, L.L.P, Jackson Construction, Inc. dba AUI General Contractors
Sandy Lake Road Water Line CONSULTING ENGINEERS S112 Sun valley Dr. 300 W. Ramsey
Wagon Wheel Ranch Elevated Tank to Denton Tap Road Dallas, Tcxas Ft. Worth, Texas 76119 Fort Worth, Texas 761 I0
QUANTITIES UNIT DESCRIPTION PRICE EXTENSION PRICE EXTENSION
22 I Et For Connecting to Existing lO-Inch Water Line $ 1,000.00 $ 1,000.00 $ 1,300.00 $ 1,300.00
23 I Ea. For Connecting to Existing 8-1nch Water Line $ 700.00 $ 700.00 $ 1,300.00 $ 1,300.00
24 I Ea. For Cutting and Plugging Existing 10-Inch Water Line $ 1,100.00 S 1,100.00 S 800.00 $ 800.00
25 4 Ea. For Cutting and Plugging Existing 8-Inch Water Line $ 700.00 S 2,800.00 $ 800.00 $ 3,200.00
26 2,830 Lbs. For Furnishing and Installing Ductile Iron Fittings S 1.25 5 3,537.50 $ 1.70 $ 4,811
27 90 S.Y. For Removing and Replacing Existing Concretc Psvcmcnt $ 90.00 S 8,100.00 $ 93.00 $ 8,370.00i
28 315 S.Y. For Removing and Replacing Existing Asphalt Pavement $ 50.00 I S 15,750.00 $ 91.00 S 28,665.00
29 15 S.Y. For Removing and Replacing Existing Gravel Drive $ 16.00 ! $ 240.00 $ 22.00 $ 330+00
30 12 ~ L.F. For Removing and Replacing Existing Concrete Curb and Gutter $ 30.00 ~ S 360.00 $ 23.00 $ 276.00
31 56 ~ S.Y. For Removing and Replacing Existing Concrete Sidewalk $ 78.00 ! $ 4,368.00 $ 55.00 $ 3,080.00
32 40 L.F. For Removing and Replacing Existing Pipe Rail Fence $ 31.00 S 1,240.00 $ 22.00 $ 880.00
33 30 C.Y. For Extra Concrete for Encasemeat $ 1.00 $ 30.00 $ 90.00 $ 2,700.00
34 30 C.Y. For Extra Cn~shcd Stone for Embcdrncnt S 1.00 S 30.00 S 28.00 $ g40.O0
35 I L.S. [For Furnishing, Instelling, Maintaining and Removal of El'osion Contzol Devices $ 9,0OO.00 $ 9,000.00 $ 17,500.00 $ 17,.,q)O.O0
36 I L.S. For Furnishing, Installing and Maintaining Traffic Control Devices $ 6,000.00 $ 6,000.00 $ 18,000.00 $ 18,000.00
37 9,406 L.F. For Designing and Installing Trench Safety Systems $ 1.00 i $ 9,406.00 $ 2.40 $ 22.574.40
Furnish & Install Bermuda or St. Augustine Grus Solid Block Sod, including Fertilizer &
38 3,778 S.Y. Watering S 5.00 ; 5 18,890.00 $ 7.00 $ 26,446.00
39 15 ! Ea. For Replacing Sprinkler Heads $ I00.00 ! S 1,500.00 $ 127.00 $ 1,905.00
40 200 L.F. For Removing and Replacing I -Inch or 2-Inch Imgstion Systam Lines $ 6.00 $ 1,200.00 $ 13.00 $ 2,600.00
fOTAL AJ~IOUNT BID (Items I Through 40) $ !,lTg,713J0 $ 1,375,2gg.90
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR .. -
ON THE BASIS OF A STIPULATED-PRiCE
TH/S AGREEMENT is dated as of the - 8m. ""..-.~.- Dee. d-mb~ .... :'~ .,.
- .. by and between the CITY OF COPPELL, TEXAS, a mleipal corporalion ~
and Fox Contractors, Inc. (herdhalter oatled)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
follows: '-';
Article 1, WORK
CONTRACTOR shah complete all Work as specified or indicated in the Contract Documents, The Work
This project is generally located along the south side of Sandy Lake Road. The proj
of the constmclion of approximately 9,174 linear feet of 24-inch waterline by open cut, 257
feet of 24-inch waterline by other than open cut, 189 linear feet of 24--inch waterline with 36-inch
encasement pipe, along with all related appurtenances including valves and fiatwork replacement.
The work shall be as shown on the constmclion plans and shah consist of furnishing all. l~r,.
equipment, tools and incidentals necessary to complete the work, including but not
excavations; backfills, pipe, disposal of. waste materials, etc. as described in the
specifications. '
The Project for which the Work under the Contract Documents may be the whole or only a part 'is
generally described as follows:
SANDY LAKE ROAD WATER LINE
PROJECT NO. 96-01A
-.. .. Article 2. ENG1/~TEE~
' ' The Project has been designed by: Shimek, Jacobs & Finkle. a, L.L.P., Consulting Engineers,
Texas.
Contract administration will be provided by the City of Coppell Director of Engineering and Public'
Works who is heroinafter called ENGINEER and who is to act as OWNER's representative, assume all
duties and responsibilities and have the fights and authority assigned to ENGINEER in the Con~ :.
Documents in connection with completion of the Work in accordance with the Contract
3.1. The Work will bc completed within the time specified by the Contractor in his proposal fi'om
the date when the Contract Hme commences to 1'1111 as provided in Item 1.13 of the C_tcneral
:Provisions, and completed and ready for final payment in acconlance with Item 1.51 ' of~e
C-cncral Provisions. '- '
J:~l ' ' ' - - - ' - ] -29 ,,..
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that ~id of the
this Agreement and that OWNER will suffer financial loss 'ff the Work is not compii~"~
within the time specified in the Contractor's proposal and in. paragraph 3.1 above, pins 'any
extensions thereof allowed in accordance with Item 1.36 of the General Provisions. They
also recognize the delays, expense and difficulties involved in proving in.a legal or arbitration
proceeding the actual loss suffered by OWNER if the Work is not .completed on time.
Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agr~. thit
nquidated damages is not considered as a p~halty, but ~'b~':ia~- ~taki:?~d''' ~
reasonable damages on a dai~y basis. com'RAcrm
Item 1.36.1 LIQUDATED DAMAGES of the General Provisions for each day that
after the time specified in paragraph 3.1 for Completion until the Work is complete.
Article 4. CONTRACT PRICE
4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with the
Contract Documents in current funds subject to additions and deductions by Change Orders
as provided in the contract documents in accordance with the unit prices listed in Sectionl~L~'/
Proposal and Bid Schedule. The contact sum shall be the mount of Nine Hundred
Thousand, Two Hundred Forty-Three Dollars and Fifty. Cents ($912J.43.50).' The total
tangible personal property cost (items incorporated into the project - nontaxable) included
the contract sum is $
Article 5. PAYMENT PROCEDURES !
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the Geiieral'[>
"Provisions. Applications for Payment will be processed by ENGINEER as provided
5.1. Progress Payments. OWNER shall make progress payments on account of the Contract Price
on the basis of CONTRACTOR's Applications for Payment as recommended by
ENGINEER, on or about the 25th day of each month during construction as provided below.
All progress payments will be on the basis of the progress of the Work measured by the
schedule of values established in Item 1.51 of the General Provisions (and in the case of Unit
Price Work based on the number of units completed) or, in the event there is no schedule
values, as provided in the General Provisions. ~
5.1.11 Prior to Completion, progress payments will be made in an mount equal to the
percentage indicated in Item 1.51.2 EF.,IAIIhlA.C~ of the General Provisions, but, in
each case, less the aggregate of payments previonsly made and less such mounts as
ENGINEER shall determine, or OWNER may withhold, in accordance with Item
of the General Provisions. .' ;.~
the ConWatt Price as recommended by ENGINEER as provided in said Item 1.51.4.
Arttcle 6. INTEREST -V
No interest shall ever be due on late payments (see Item 1.51.4 of the General Provisions). '; ::~ :.:,~ '
I,i'Arlicle 7. CONTRACTOR'S REPRESENTATIONS
In order to induce the OWNER to enter into this Agreement, the CONTRACTOR makes the 'following'
representations:
7.1. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface
conditions and drawings of physical conditions which are identified in the Supplem_en, I_tary
Conditions as provided in Item 1.3 of the General Provisions; and accepts the
set forth in Item 8C-1.3 of the Supplementary Conditions of the extent of the
contained in such reports and drawings upon which CONTRACTOR is enti~ed to rely2' '. :~'~:i~5~!
7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining
and carefully studying) all such examinations, investigations, explorations, tests, reports, and
studies (in addition to or to supplement those referred to in paragraph 7.1 above)~.Which
pertain to the subsurface or physical conditions at or contiguous to the site or other, vise may
affect the cost, progress, performance, or furnishing of the Work as CONTRACTOR
considers necessary for the performance or furnishing of the Work at the Contract
within the Contract Time and in accordance with the other terms and conditions
Contract Documents, including specifically the provisions of Item 1.3 of the General
Provisions; and no additional examinations, investigations, explorations, tests, reports,
studies, or similar information or data are or will be required by CONTRACTOR for such
purposes.
7.3. CONTRACTOR has reviewed and checked all information and data shown or indicated
the Contract Documents with respect to existing Underground Facilities at or contiguoi'to~?5
the site and assumes responsibility for the accuratc location of said Underground Facilities~
No additional examinations, inveitigations, explorations, tests, reports, studies, or similar
information or data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and fumish the Work at the Contract Price, within the
Contract time and in accordance with the other terms and conditions of the Contract
Documents, including specifically the provisions of Items 1.3 and 1.21 of the General
Provisions.
·
7.4. CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports, and studies with the terms and conditions of the
Contract Documents.
7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies
that he has discovered in the Contract Documents and the written resolution thereof by
ENGINEER is acceptable to CONTRACTOR.
Article 8. CONTRACTOR DOCUMENTS
The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR
concerning the Work consist of the following:
8.1. This Agreement (pages 28 thru 32, inclusive).
· 8.2. Exhibits to this agreement.
8.3 Certificate of Insurance
8.4. Notice of Award.
8.~. Part 1: General Provisions of the Standard Specifications for Public Works Construction,
North Central Texas Council of Governments {NCTCOG). latest addition. - .
,I::,=.,_;,..8.6. supplmentary co,,ditions to me NcrCoGi' i,~ 2:
:" "'."" 1-40). - ~??'.';:.9..---..~ '..': '- .:~ ';.v, :' -.' '
·. .... -.-
8.7. Specifications bearing the title: "Specifications and Contract Documents for the construction
of Sandy Lake Road Water Line. City of Coppell".
8.8. Drawings enti~ed: "Construction Plans for Sandy Lake Road Water Line".
, ', .
· ' 8.9. The following listed and numbered addenda: ; .' ~:~., ..:.
Addendure No. 1 dated 10/23/98 Received 10/26/98
Addendure No. 2 dated Received
Addendum No. 3 dated Received
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding and Contract
Documents. (pages 1-14 thin 1-25)
.': :, '. 8.11. Documentation submitted by CONTRACTOR prior to Notice' 6fXw~'!i ~!2:~i:' !:-'~" )' ,i--..:. ,:~'~:.~.
8.12. The following which may be delivered or issued after the Bffectivc Datc of the A~cclCht
and arc not attached hereto: All Written Amendments and other documents mending.
modifying, or supplementing the Contract Documents pursuant to Item 1.37 and Item 1.38 of
the General Provisions.
8.13. The documents listed in paragraphs 8.2 ct scq. abovc are attached to this Agreement (except
as expressly noted otherwise above). . : . · - Z:
Thc Contract Documents may only be amended. modi or supplamentcd'<as provided in Items 1.37 and
138 of the General Provisions.
Article 9. MISCELLANEOUS
9,1. Terms used in this Agreement which are defined in Item 1,0 of the General .Provisions.will
have the meanings indicated in the General Provisions.
:,: -
will be ~inding on another partyheret(i '~6ut'ihe ~ttm ;~nt'ofth~" ~::'~!
bound; and specifically but without limitation moneys thai may become dti
are due may not be assigned without such consent (expect to the extent that the effect of this
consent to an assignment, no assignment will release or discharge the assignor!~ any~T~.ty
.-.~
9.3. owe, mR ~d co~cr0i~ """ "': '
r~p~tativ~ to:tli~"?~tner'
r~~fiv~ ~ ~t Of ~ ~ov~,
. ..-; ~
~n~t Docm~B.
~ele 10. O~R ~PRO~IONS
FOX CONTRACTORS, INC.
~ ~S~OF, O~
" ~e co~t~m ~h ~ b~
· e Con~t ~m~ bye be~' ~ or id~ by"O~"~d CO~~0R
ENG~ER on ~ b~h~.
~s A~m~t ~11 b~ ~ff~fiv~ on . ,,~-
55 P~ay B ~ P.O. Box 951 ..' .' .' .' .'.' .v.'
5~~a~ ~o~ T~x~ 76065 ......-.-.-..-. v.-.
By: By: ~~ ~ Z'Z'- · - .'.'.'-'
~' ' ' ~ob Fox ·"""" "" """
/ -.....-.-....-...--
Address for giving notices: Address for giving notices:
P.O. Box 478 '
Assistant City Man~g~r/Cit~ Engineer
(If CONTRACTOR is a corporation, attach
PERFORMANCE BOND
STATE OF TEXAS }
}
COUNTY OF DALLAS }
~ ' :" KNOW ALL MEN BY T!~SE PRESENTS: That Fox Contractors, Inc.
whose address is P.O. Box 951, Midlothian, Texas 76065
, bereiitafter called Principal,
and ,
a corporation organized and existing under the laws of the State of Texas , ahd .fully
licensed to transact business in the State of Texas, as Surety, are held and- fn'mly bound unto the CITY OF
COPPELL, a municipal corporation organized and existing under the laws of the State of Texas,
called "S efici ", in theof Nine aund d Twel, e Hundred;
Forty-Three Dollars and Fifty Cents ($ 912,243.50 ,I;:5-I, )
in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and
truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally,
firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or
Supplemental Agreement. which increases the Contract price, but in no event shall a Change Order or
Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond.
~ OBLIGATION TO PAY SAME is conditioned as follows: 'Whereas, the Principal entered into
· ') certain Contract with the City of Coppell, the Beneficiary, dated the ~* day of DeC~'mbd~: ' !~ ·?~i!~?;
' A.D. 1998, which is made a part hereof by reference, for the construction of certain public improvements theft are ~
generally described as follows:
Sandy Lake Road Water Line
Project No. WA 96-01A
Bid No. Q1098-01
NOW, T!~EREFORE, if the Principal shall Well, truly and faithfully perform and fulfill aH of the
· undertakings, ~ovenants, terms, conditions and agreements of said Contract in accordance with the planS..,
' specifications and Contract Documents during the original tratii thereof and any extension thereof which
granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty
required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants,
terms, conditions and agreements of any and all duly authorized modifications of said Contract that may
hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall
repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1)
year from the date of final completion and final acceptance of the Work by Owner; and, if the Principa! Shall
fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may:~t
reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all otttlay~ld'~;!~.
which the Beneficiary may incur in making good any default or deficiency, then this obligation shall ~'~i~
PROVIDED FURT~ER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas'
County, Texas. '.i i.~
no"~hange, of time~ i.-.~.- ~r !:~
' thereunder or the' Specifications accompanying the ~ ~if' in 'and it
does hereby wai~ notice of any such c~ge, ext~!ox~~' of time, alteration or ~ddition of the
Contract, or to the Work or to the Specifications. - '
-
This Bond is given pursuant to the ~provisions of Article 5160 of Vernon's AnnOtated Civil'; and
any ~ of the State of Texas;' -
.-.
Dallas County'or b~ntonCoUnty to whom 'any may and "~ Of ..
process may be had in matters arising out of such provided by~i~ ?.19-1 Of the~._Insurance
Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WI~REOF, this instrument is executed in copies, each one of which shall be
deemed an original, this, the day of .19 -
SURETY
Tree: ,. -
The Resident Agent of the Surety in ~1~ Co~ or ~n ~, T~, for ~ of notice ~d