ST8402-CS 900110 (2)GINN, INC.
(F.Y. ode
CONSULTING ENGINEERS
January 10, 1990
Honorable Mayor Wolfe & city Council
P.O. Box 478
C6ppe. ll, Texas 75019
'~' ~m
Re: enton Tap Road Improvements from Belt Line Road to Sandy
~ ~/Lake Road - Engineer's Report for the Street Assessment
Program
Dear Mayor and City Council Members:
In the fall of 1985 the city Council authorized Ginn, Inc. to
perform a study to determine the estimated costs of construction
and and partial reimbursement through street assessments for the
improvement of Denton Tap Road from Belt Line Road to the north
city limits; and Belt Line Road, east-west, from Denton Tap Road
to the east city limits. The planned improvements to the
roadways were to include six (6) lane divided concrete roadways
and bridges, with concrete curb and gutter, and storm sewer
improvements. Upon completion of the study in the spring of
1986, the City Council took the study under advisement· In a
special workshop meeting held on June 17, 1986 the City Council
developed and adopted a program utilizing $2·6 Million of 1985
Dallas County Bond Funds and city of Coppell Certificates of
Obligation to finance the improvement of Denton Tap Road from
Belt Line Road to the north city limits and authorized Ginn, Inc.
to begin design of the improvements from Belt Line Road to Sandy
Lake Road forthwith·
The engineering design, plans and specifications for the project
were completed in January of 1988. The project was approved for
advertisement by the City Manager on January 19, 1988 and was
advertised for bid on January 29, February 5 and 12, 1988. Bids
were received from eleven bidders on March 3, 1988 at Coppell
Town Center with L. H. Lacy Company as the apparent low bidder
with a Base Bid (6 Lane) of $3,369,596.00·
At its regularly scheduled meeting on April'12, 1988, the City
Council passed a resolution requesting $2.6 Million in funding
from Dallas County under Proposition No. 2 of the 1985 Bond
Program for the improvement of Denton Tap Road from Belt Line
Road to the north city limits, and authorized the Mayor to
execute a Supplemental city/County Agreement providing for such.
On April 18, 1988, the Dallas County Commissioner's Court
approved a Court Order Allowing the County Judge to execute the
Agreement. With funding requirements fulfilled, the City Council
awarded the contract to L H. Lacy Company at th~i~,~,ADr, i~_. 26,
· ~,~{'~TA~ED TO
1988 meeting·
~iAYOR g2~D COUNC~
s.,t ,oo.·
It has been the city Council's intention from the beginning to
levy a street assessment for this project in accordance with
state law to recover some of the project costs from the adjacent
benefiting property owners. Since Dallas County has stated that
it is not their current policy to levy assessments on their
projects, the Dallas County portion of the funding for this
~:-.:~'project has~been subtracted from the assessable construction
.i?i!costs for.the calculation of the assessment rate. The following
' /'¥'?~calculations-of the proposed assessment rate are made in
"?~i[7:'accordance with the front foot method, and are based on the low
,.~...~:~...Base Bid (6 Lane) of L. H Lacy Co.
..... ASSESSMENT CALCULATION
Total Estimated Construction Cost (low bid)
Less Non-Assessable items
Less Dallas County participation
Net Assessable Construction Cost
Plus 90% of Engineering, Testing,
and Inspection Fees @ $359,123.86
Plus 90% of the cost of the Railroad
crossing @ $206,000
Plus 90% of the Conoco pipeline
lowering cost @ $40,000.00
Total Assessable Costs
Total Assessable Project Front Footage
Assessment Per Front Foot
$3,369,596.00
- 383,955.48
$2,985,640.52
-1,676,568.48
$1,309,072.04
$ 382,046.99
$ 185,400.00
$ 36,000.00
$1,912,519.03
14,853.93 Ft.
$ 128.76
Please refer to the attached Engineer's Estimate for a more
detailed breakdown of the pro3ect costs. .T~.e Engineer . Estimate
was produc?d from the Origina~ Bid Tabulat~?n Form an~ includes
the bid prices and quantities for the pro~ec~.
Respectfully submitted,