Loading...
ST9801-CN 990810.~~~~~~ ,: AGENDA REQdEST FORIVI ll~e C~ty WI~ A Beautiful Future ITEM # / q ITEM CAPTION: Consider approval of awarding Bid/Contract #Q-0199-03 for the construction of Coppell Road from S.H. 121 to Sandy Lake Road to Ed Bell Construction Company in the amount of $2,000,949.25; and authorizing the Mayor to sign. SUBMITFED BY: Kenneth M. Griffin, P.E. TITLE: Director of Engineering/Public Works STAFF COMMENTS: APPROVED c, Y DATE See attached memo. BUDGET AMT. $ FINANCIAL COMMENTS: AMT, EST, $ Funds are available in the 1999 Street CIP Accounts. DIR. INITIALS: ~ FIN. KEVIEW~ Agenda Request Form - Revised 2/99 +\-B~D $ CITY MANAGER REVIEW: Document Name: #08102 2) Against the screening wall along Crestside Drive, substitute a plant material on the City's approved Plant Palette for the Variegated Privet. Councilmember Peters seconded the motion; the motion carried 5-0 with Mayor Pro Tem Tunnell and Councilmembers Peters, Keenan, Stover and Wheeler voting in favor of the motion. Consider approval of entering into a contract with Railroad Controls Limited for the design and installation of gate arms, flashing lights and warning control circuits for the railroad crossing signalization at Belt Line Road and the Thompson/Lattimore Material crossing in the amount of $144,225.64; and authorizing the Mayor to sign. CiW Manager Jim Witt made a presentation to the Council. Mayor Pro Tern Tunnell moved to approve a contract with Railroad Controls Limited for the design and installation of gate arms, flashing lights and warning control circuits for the railroad crossing signalization at Belt Line Road and the Thompson/Lattimore Material crossing in the amount of $144,225.64; and authorizing the Mayor to sign. Councilmember Peters seconded the motion; the motion carried 5-0 with Mayor Pro Tem Tunnell and Councilmembers Peters, Keenan, Stover and Wheeler voting in favor of the motion. 19. Consider approval of awarding Bid/Contract #Q-0199-03 for the construction of Coppell Road from S.H. 121 to Sandy Lake Road to Ed Bell Construction Company in the amount of $2,000,949.25; and authorizing the Mayor to sign. City Manager Jim Witt made a presentation to the Council. Mayor Pro Tern Tunncll moved to approve awarding Bid/Contract #Q-0199-03 for the construction of Coppell Road from S.H. 121 to Sandy Lake Road to Ed Bell Construction Company in the mount of $2,000,949.25; and authorizing the Mayor to sign conditional on the eminent domain award on August 11, 1999 by the Special Commissioners' Court. Councilmember Wheeler seconded the motion; the motion carried 5-0 with Mayor Pro Tem Tunnell and Councilmembers Peters, Keenan, Stover and Wheeler voting in favor of the motion. 20. Consider approval of a Resolution supporting the use of the State Infrastructure Bank to expedite the development of SH CMOS 1099 Page 10 of 13 MEMORANDUM FROM THE DEPARTMENT OF ENGINEERING To: From: Date: RE: Mayor and City Council Kenneth M. Griffin, P.E., Dir. of Engineering/Public Works ]~ August 10, 1999 Consider approval of awarding Bid/Contract #Q-0199-03 for the construction of Coppell Road from S.H. 121 to Sandy Lake Road to Ed Bell Construction Company in the amount of $2,000,949.25; and authorizing the Mayor to sign. On February 25, 1999, five bids were received and opened for the construction of Coppell Road from S.H. 121 south to Sandy Lake Road. At the time the project was bid, the City had been negotiating with the last remaining property owner from which we had to acquire right- of-way. We were under the impression that the property owner was agreeable to the City's offer. Based on that understanding, the project was put out to bid. However, once the formal offer was made for the acquisition of the right-of-way from the Callejo tract, that offer was rejected. The property owner then retained an attorney and informed us that we would need to acquire the property through the process of eminent domain. Since that time, we have retained the services of an appraiser and have made a final offer on the acquisition of the right-of-way. That final offer was also rejected. We now have a Commissioner's Court hearing set up on August 11, 1999 to acquire the necessary right-of-way. The award of this project is being brought forward so all approvals are in place in anticipation that the Commissioner' s Court hearings will be favorable and that we can acquire the right-of- way immediately thereafter. If the City concurs with the decision of the Commissioner's Court, all that is required to acquire the right-of-way is the placement of the value as determined by the Commissioner' s Court into an escrow with the Court. At that time, we can legally take possession of the property and proceed with the project. By not waiting the additional two weeks to award the project, it is quite possible that monies could be placed in escrow for the acquisition of the right-of-way, contracts could be signed and the contractor could begin the project toward the latter part of August, as opposed to waiting for the award of the contract in the latter part of August. Because a bid is typically only valid for 90 days, there has been contact with the low bidder to determine if he would extend his bid prices. Included with this agenda item is a June 7, 1999 letter in which the contractor has agreed to extend bid prices with the exception of two items. One is the PVC water and sewer lines and the other is the 8" concrete paving. The total increase in the PVC (bid items la-2 thru la-6) would be $10,176.25 and the total increase in the 8" concrete (bid item lb-12) would be $12,441.00 for a total project increase of $22,617.25. This in turn would make the award of the project $2,000,949.75. This adjusted low bid is still approximately $240,000 less than the next low bid by McMahon. Staff recommends approval of the adjusted prices. My recommendation is to approve the award of the contract contingent upon a favorable ruling by the Commissioner's Court on August 1 I, 1999. If the ruling is out of line of what the City feels is justified for the acquisition of the right-of-way, then on August 24, 1999 I will bring forth an agenda item to reject all bids for the construction of Coppell Road. We will then contest the value of the right-of-way assigned by the Commissioner's Court and acquire the right-of-way prior to rebidding the project. Staff recommends approval of Bid # Q-0199-03 in the adjusted mount of $2,000,949.75 to Ed Bell Construction Company, contingent upon a favorable ruling by the Commissioner's Court, and authorizing the Major to sign. Staff will be available to answer any questions concerning this item at the Council meeting. A U R Y 0 F S E C E March 9, 1999 FREEIE-NICHOLI Mr. Kenneth M. Griffin, P.E. Director of Engineering & Public Works City of Coppell 255 Parkway Boulevard Coppell, Texas 75019 Re: Recommendation on Award of Contract Coppell Road Paving, Drainage, and Water Improvements ST 98-01 Dear Ken: Bids on the above referenced project were received at the City of Coppelt on February 25, 1999 at 3:00 PM, publicly opened, and read aloud. A copy of the Bid Tabulation for this project has been completed by Freese and Nichols and is attached for your use. Freese and Nichols has reviewed each bid for conformance with the contract documents and the Base Bid amount for each bidder. The low bidder for the Base Bid on the project is Ed Bell Construction Company of Dallas, Texas. We have attached a copy of references for Ed Bell' Construction Company. It is our understanding that the City of Coppelt is pleased with the work of Ed Bell Construction Company. Therefore, we have not verified references or done any follow-up on their experience. Based on our review of the bids and bidders, we are recommending Award of Contract for the Coppelt Road Paving, Drainage, and Water Improvements to the low bidder Ed Bell Construction Company in the mount of $1,978,332.50. The total days bid is 240 calendar days. If you have any questions concerning this recommendation please give us a call. Sincerely, FREESE AND NICHOLS, INC. Alan D. Greer, P.E. Principal/Dallas Manager Enclosures: Bid Tab Summary References List U:~PL98447~Rec~mnend.wpd Freese and Nichols, Inc. · Engineers · Environmental Scientists · Architects 1341 W. Mockingbird Lane · Suite 230E · Dallas, Texas · 75247 214-920-2500 · Fax 21 4-920-2565 COPPELL ROAD BID SUMMARY ITEM # DESCRIPTION 18-1 Mobilization & Demobilization 18-2 6' C-gO0, Class 200 DR-14 PVC PIpe 8' C-900, Class 200 DR-14 PVC Pipe 18-4 10' C-900, Class 200 DR-14 PVC Pipe 18-5 12' C-900, Class 150 DR-18 PVC Pipe, 18-6 16' C-gO0, Class 150 DR-I 8 PVC Pipe 18-7 Cud118 Iron Fittings 18-8 6' Gate Valve and Box lag 8' Gate Valve and Box 18-10 12' Gate Valve end Box 18-11 16' Gate V atve end Box 18-12 2' Air Release Valve 18-13 Rre Hydrant ,~,ssembiy and 6' Gate Valve 18-14 Relocate F_Jdstlng Rre Hydrant Assembly 18-15 Reconnect Existing Water SaUces 18-16 Connect to Existing 8' Water Line 18-17 Connect to Existing 10' Water Line 18-18 Connect to Existing 12' Water Line 18-19 Connect to Exlatlnfi 16'WaterLine 18-20 Trench Safety for Water Line 18-21 Teml~ 6' HMAC RoBdway Material Ib-1 Preparation of Rirlht-of-Way Ib-2 Erosion and Sedlmantation Control During Construction Ib-3 Adjust Existing Water Valve Box to Grade Ib-4 Adjust Existing Manhole Rims to Grade Ib-5 Adjust Existing Water Mater Boxes to Grade Ib-6 Unc18salfiad Street Excavation Ib-7 Compacted Fill Ib-6 8" Lime Stabilized Subgrade for RoaclwaV Ib-9 6' LIme Stabilized Subgrade for Trail Ib-10 Lime for Roadway Subgrade Stabilization Ib-11 Lime for Trail Subgrade Stabilization Ib-12 8" Reinforced Concrate Pavement u:Vmig7486~bid_tab_summary.xls AUSTIN QTY UNIT UNIT PRICE 1 LS 200,000.00 13 LF 10.35 196 LF 15.00 4 LF 46.00 5582 LF 24.00 20 LF 40.00 3.2 TON 8,850.00 1 EA 1,025.00 11 EA 900.00 15 EA 1,450.00 1 EA 3,700.00 2 EA 1.500.00 16 EA 3,340.00 I EA 1,225.00 2 EA 1,535.00 14 EA 355.00 2 EA 450.00 2 EA 545.00 1 EA 2,500.00 5977 LF 1.00 750 SY 15.00 1 LS 28,165.00 1 LS 25,000.00 28 EA 285.00 5 EA 530.00 2 EA 1,000.00 12400 CY 9.50 5060 CY 5.00 23731 SY 2.50 3042 SY 4.00 498 TON 100.00 64 TON 100.00 22620 SY 32.00 BRIDGE ED BELL McMAHON REBCON S.J. LOUIS TOTAL AMT. UNIT PRICE TOTAL AMT. UNIT PRICE TOTAL AMT. UNIT PRICE TOTAL AMT. UNIT PRICE TOTAL AMT. 200,000.00 140,000.00 140,000.00 107,000.00 107,000.00 100.000.00 100,000.00 210,000.00 210f000.0C 134.55 ~ 24.50 318.50 37.50 487.50 16.00 208.00 25.00 325.0( 2,940.00 ~ 26.95 5,282.20 31.50 6,174.00 20.00 3,920.00 25.50 4,998.0( 164.00 ' ,~ 86.55 346.20 56.25 225.00 22.00 88.00 28.00 112.0(: 133,968.00 ,f~ 21.20 118,338.40 26.00 145,132.00 24.00 133,968.00 29.00 161,878.0( 800.00 J~ 41.00 820,00 62.25 1,245.00 29.00 580.00 38.00 760.0( 28,320.00 3,600.00 11,520.00 3,200.00 10.240.00 4,400.08 14,080.00 4,500.00 14~400.0( 1,025.00 1,100.00 1,100.00 600.00 600.00 600.00 600.00 400.00 400.0( 9,900,00 700.00 7,700.00 715.00 7,865.00 700.00 7,700.00 500.00 5~500.0( 21,750.00 1,400,00 21,000.00 1,400.00 21,000.00 1,300.00 19,500.00 1,000.00 15~000,0( 3,700.00 5,000.00 5,000.00 3,900.00 3,900.00 4,900.00 4,900.00 4,000.00 4~000.0( 3,00(.00 1,80().00 3,600.00 1,475.00 2,950.00 1,700.00 3,400.00 2,000.00 4~000.0( 53,440.00 1 ,gO0.00 30,400.00 2200,00 35,200.00 2,200.00 35,200.00 1,700.00 27,200.0( 1,225.00 750.00 750.00 1,000.00 1,000.00 800.00 800.00 2,500.00 3,070.00 550.00 1,100.00 1,000.00 2,000.00 1,400.00 2,800.00 700.00 1,400.00 4,970.00 1,000.00 14,000.00 1,000.00 14,000.00 550.00 7,700.00 1,800.00 25~200.00 gO0.00 1,100.00 2,200.00 1,200.00 2,400.00 600.00 1,200.00 2,000.00 4~000.00 1,090.00 1,200.00 2,400.00 1.400.00 2,800.00 700.00 1,400.00 2,000.00 4~000.00 2,500.00 1,800.00 1,800.00 1,600.00 1,600.00 g00.00 gO0.00 2,500.00 2~500.00 5,977.00 1.25 7,471.25 0.50 2,988.50 0.11 657.47 0.01 59.77 11,250.00 15.00 11,250.00 21.50 16,125.00 25.00 18,750.00 30.00 22~500.00 28,165.00 50,000.00 50,000.00 75,000.00 75,000.00 150,000.00 150,000.00 60,000.00 50~000.00 25,000.00 20,000.00 20,000.00 15,0(0.00 15,000.00 25,000.00 25,000.00 10,000.00 10,000.00 7,980.00 150.00 4,200.00 150.00 4200.00 140.00 3,920.00 150.00 2,650.00 500.00 2,500.00 500.00 2,500.00 330.00 1,650.00 1,000.00 117,800.00 5.00 62,000.00 7.00 86,800.00 10.00 124,000.00 5.00 25,300.00 2.50 12,650.00 3.00 15,180.00 5.00 25,300.00 1.00 59,327.50 1.50 35,596.50 2.00 47,482.00 2.20 52,208.20 2.00 12,168.00 2.00 6,084.00 3.00 9,126.00 4.00 12,168.00 3.00 48,800.00 100.00 49,800.00 98.00 48,804.00 97.00 48,306.00 100.00 6,40().00 100.00 6,400,00 98.00 6,272.00 97.00 6,208.00 100.00 6,400.00 723,840.~ 24.00 542,880.00 28.00 633,360.00 30.00 678,600.00 29.00 655~980.00 AVERAGE UNIT PRICE $151,400.00 $22.67 $23.79 $47.76 $24.84 $42.05 $4,910.00' $745.00 $703.00 $1 ~310.00 $4~300.00 $1 ~695.00 $2,268.00 2,500.00 $1,255.00 $1,037.00 ;041 $1 ~070.00 $1J69.00 $1,860.00 $0.57 $21.00 $72~633.00 $19,000.00 4,200.00 $175.00 5,000.00 $572.00 1,000.00 $430.00 92~000.00 $7.30 5,080.00 $3.00 47,462.00 $2.04 91126.00 $3.20 49,800.00 $99.00 $28.6o ITEM # DESCRIPTION I1>13 6' Reinforced Concrete Hike and Bike Trail Pavement 4' ReinforceS Concrete Sidewalk 11>14 Pavement I1>15 6' Gravel Dttvewsy Transitloft I1>16 6' Reinforced Concrete Driveways 6" Reinforced Double Concrete Drive 11>17 with Stamped Entrance to the Mansions 6' Reinforced Concrete Alley 11>18 Pavement Replacement with Curb I1>19 6' Monollthic Curb 11>20 2' HMAC Type 'D' Sudace Course 11>21 11>22 11>23 11>24 11>25 Ib-26 11>27 11>28 11>29 11>30 Ib,-31 11>32 Ib-33 11>34 11>35 Ib-36 11>37 11>38 11>39 11>40 11>41 Ib-42 11>43 11>44 11>45 Ib-46 ib-47 Ib-48 6' HMAC, Type "B' Base Course 3" Sch. 40 PVC Conduit Brick Paves for Bike Trajl Crossing Type I Bardee Free Ramp Type I ModifieS Barrier Free Ramp Type II Bardee Free Ramp Traffic Contrd and Barricades Traffic Sign A~eenbly 6' PalnteS Pipe Bollards Thermoplestic 18' Stop Bars (Type I) 4' Yellow Non-Reflective Traffic Buttons 4' Yellow Reflective Traffic Buttons 4' White Non-Reflective Traffic Buttons 4' Blue Reflective Traffic ButtoPs Remove and dispose of Existing Metal Besm Guard Rails TxDOT PR-1 Ralfing 18' RCP (Class III) 21" RCP (Class III) 24' RCP (Class III) 27' RCP (Class III) 30' RCP (CIsss III) 96' RCP {Class III) 3-10'x6' Multiple Cast-in-Place Concrete Box Culvert {MC 10-2) 3-10'x6' Multi Box Culvert Straight Wingwalls (FMCW-Sl) 6' ReinforceS Concrete Apron Reinforced Concrete Energy 4' Square Standard Storm Drain Manhole , · 10' Recessed Curb Inlet AUSTIN BRIDGE QTY UNIT UNIT PRICE TOTAL AMT. 2520 SY 28.00 70,560.00 911 SY 62.00 29,152.00 157 SY 29.50 4,631.50 362 SY 30.00 10,860.00 1 LS 6,775.00 6,775.00 4 SY 85.00 340.00 10000 LF 1.85 18,500.00 817 SY 20.50 16,748. 50 817 SY 27.50 22,487.50 332 LF 11.00 3,652.00 242 SY 140.00 33,880.00 2 EA 525.00 1,050.00 6 EA 450.00 2,700.00 6 EA 450.00 2,700.00 1 LS 45,000.00 45,000.00 16 EA 275.00 4,400.00 4 EA 125.00 500.00 150 LF 6.75 1,080.00 2854 EA 3.50 9,989.00 456 EA 7.85 3,579.50 25 EA 3.35 63.75 17 EA 8.50 144.50 130 LF 4.50 624.00 613 LF 75.00 45,975.00 10 LF 37.50 375.00 1403 LF 25.00 35,075.00 89 LF 36.00 3,204.00 19 LF 54.25 1,030.75 853 LF 45.00 38,385.00 35 LF 600.00 21,000.00 299 LF 1,140,00 340,860.00 14 CY 2,165.00 50,310.00 50 SY 63.40 3, 170.00 6 EA 750.00 4,500.00 5 EA 3,000.00 15,000.00 15 EA 2~750.00 41,250.00 ED BELL McMAHON REBCON UNIT PRICE TOTAL AMT. UNIT PRICE TOTAL AMT. UNIT PRICE TOTAL AMT. UNIT PRICE S.J. LOUIS TOTAL AMT. 24.00 50,480.00 26.00 65.520.00 29.00 73,080.00 22.00 22.00 20,042.00 27.50 25,052.50 25.00 22,775.00 27.00 15.00 2,355.00 6.50 1,020.50 21.00 3,297.00 10.00 1f570.00 32.00 11,584.00 27.00 9,774.00 33.00 11,946.00 36.00 13~032.00 7,500.00 7,500.00 5,000.00 5,000.00 8,000.00 8,000.00 7,000.00 7,000.00 100.00 400.00 50.00 120.00 77,00 308.00 125.00 1.20 12,000.00 1.00 10,000.00 1.50 15,000.00 1.00 5.00 4,085.00 8.25 6,740.25 7.00 5,719.00 10.00 15.00 12,255.00 20.00 16,340.00 19.08 15,523.00 20.00 10.00 3,320.00 10.75 3,569.00 11.00 3,652.08 5.00 35.00 8,470.00 36.00 8,712.00 70.00 16,940.00 35.00 600.00 1,200.00 300.08 600.08 150.00 300.08 600.00 650.00 3,900.00 350.00 2, 100.00 200.00 1,208.08 800.08 650.00 3,900.00 300.00 1,800.00 400.00 2,400.00 1,000.08 25,000.00 25,000.00 30,000.00 30,000.00 50,000.08 50,000.00 25,000.00 250.00 4,000.00 250.00 4,0(X).00 300.00 4,800.08 300.00 200.00 800.00 175.00 700.08 400.00 1,600.00 350.00 6.30 1,008.00 6.85 1,096.00 9.00 1,440.00 10.00 3.15 8,990.10 3.45 9,846.30 2.40 6,849.50 3.00 7.35 3,351.50 8.00 3,648.00 7.00 3,162.08 7.00 3.15 78.75 3.45 8625 3.08 75.00 3.00 8.00 136.00 8.50 144.50 6.00 102.00 5.00 5.00 650.00 5.00 650.00 5.00 650.00 10.00 75.00 45,975.00 76.08 48,588.00 48.08 29,424.00 70.08 33.00 40,299.00 55.00 77,165.00 44.00 61,762.00 45.00 40.00 3,560.00 59.00 5,251.00 48.00 4,272.00 48.00 47.00 893.00 72.00 1,368.00 63.00 1,007.00 51.00 49,00 41,797.00 76.00 54,828.00 58.00 49,474.00 57.08 400.00 14,000.00 520.00 18,200.00 400.00 14,000.00 300.00 800.00 239,200.00 800.00 239,200.00 1,000.00 299,000.08 775.00 400.00 5,600.00 435.00 6,090.08 900.08 12,600.00 600.08 42.00 2,100.00 55.00 2,750.00 60.00 3.000.00 50.00 600.00 3,600.00 670.00 4,620.00 800.00 4,800.00 500.00 2,200.00 11,000.00 2,500.00 12,500.00 2,100.00 10,500.00 2,500.00 2,000.00 30,000.00 2,200.00 33,000.00 2,300.00 34,500.08 2,000.00 AVERAGE UNIT PRICE 55,440.0( $25.80 24,597.00 $26.70 ~FI 6.40 $31.50 $6,855.00 10~000.00 8~170.00 16,340.00 $1.31 ~10.15 $20,30 1 ~660.00 8~470.00 1 ~200.00 4t800.00 6~000.00 25~000.00 4~800.00 1 ~400.00 1,600.00 $7.78 8,562.(X] $3.10 3~ 192.00 $7.44 75.0C $63.20 $35,000.00 $275.00 $3.19 85.06 $7.20 1,300.0C $5.96 42,910.0C $68.80 420.0C 63~135.0C 4~272,0C g6g.0C 48~621.0C 10~500.0C 231,725.0( Ho.40 $48.20 $55.48 $57.00 $444.00 $903.00 8,400.00 $900.00 2~500.00 3~000.00 12,500.00 $54.08 u:'l'mi97486%bid_tab summary. xls ITEM # Ib-49 Ib-50 Ib-51 Ib-52 Ib-53 Ib-55 Ib-57 Ib-B Ib-60 Ib-61 Ib-62 Ib-63 Ib-64 Ib-65 AUSTIN BRIDGE ED BELL McMAHON REBCON S.J. LOUIS DESCRIPTION QTY UNIT UNIT PRICE TOTAL AMT. UNIT PRICE TOTAL AMT. UNIT PRICE TOTAL AMT. UNIT PRICE TOTAL AMT. UNIT PRICE TOTAL AMT. 10' Standard Curb Inlet 1 EA 2.750.00 2,750.00 2.000.00 2.000.00 2,200.00 2.200.00 2200.00 ~v200.O0 2.000.00 2.000.0~ 4' Square Drop Inlet with Concrete 1 EA 2,650.00 2,650.00 2,500.00 2,500.00 2,400.00 2,400.00 1 ,~00.00 1,900.00 2,000.00 2,000.0(3 Amon 430 LF 5.00 2,150.00 7.00 3,010.00 20.00 8,600.00 7.00 3,010.00 10.00 4,300.0~ Jack ~nd Bore 24' RCP Under Wail 6 LF 1,1 00.00 6,600.00 300.00 1.800.00 550.00 3,300.00 140.00 840.00 500.00 3~000.0~ Trench Safety for Storm Drain 2708 LF 1.08 2,708.00 1.75 4,739.00 0.75 2,031.00 0.11 297.88 0.01 27.08 Unclassi~ed Channel Excavetlon 560 CY 11.00 6,160.00 6.00 3,360.00 8.03 4,480.03 13.00 7,280.00 10.03 5:600.0( 12' Grouted Rock RIp-Rap 1176 SY 43.03 50,568.03 08.00 44,688.00 39.03 45,864.03 55.03 64,680.00 52.03 6%152.0~ 6' Reinforced Concrete Riprap 376 SY 44.50 16,732.03 44.00 16,544.00 47.00 17,672.03 60.03 22,560.00 50.00 18~800.0C Tree Removal and Disposal 142 EA 203.00 28,400.00 160.00 22,720.00 103.03 14,200.00 450.00 63,900.00 300.03 42~600.0C Tree Removal and Replacement (2'- 6' Caiil~ar Various Variety) 25 EA 80.03 2,000.00 200.00 5,000.00 800.00 20,000.00 400.03 10,000.03 400.03 10,000.0( 5 Gallon Red Tip Photlnla Shrubs 15 EA 17.03 255.03 50.00 750.00 40.00 600.00 40.00 600.03 50.00 750.0( HVdromulch Seeding 10288 SY 0.75 7,716.00 0.75 7,716.03 1.1 0 11,31 6.80 1.1 0 11.31 6.63 1.00 10~288.0( Bermuda Block Sodding 8620 SY 3.00 25,860.03 2.75 23,705.00 3.75 32,325.00 2.80 24,136.03 3.03 25~860.0( Remove and Replace ExisUng Barb- WIre Fence 2076 LF 4.00 8,304.00 4.03 8,304.00 2.90 6,020.40 3.50 7,266.00 3.03 6,228.0( Remove and Replace Existing Wooden Split Rail Fence 190 LF 1225 2,327.50 14.03 2,660.00 20.03 3,800.00 20.00 3,800.00 20.00 3,800.0( Adjust Existing Irrlgetlon Sprinkler Heads to Grade 20 EA 235.00 4,703.00 250.00 5,000.00 200.03 4,000.00 103.00 2,000.00 100.00 2,000.0( 96' RCP Sloped End Treatment 1 EA 20,000.00 20,000.03 5,000.00 5,000.00 14,500.00 14,500.03 2,000.00 2,000.03 10,000.00 BASE BID TOTAL 2,610,006.65 1,978,332.50 2,240,404.50 2,487,445.95 2,298,910.85 AVERAGE UNIT PRICE S2230.00 $2,290.00 $e.80 ;518.oo $0.72 $9.50 H9.10 $242.03 $376.03 $17.25 $177.00 10,000.00 $10,300.00 CALENDAR DAYS BID 250 240 N/A 540 270 t ,-m tz44 ,kla;k..--,t ( ?..zl,',-o S.'¢. o s_.s ha'. '- rx44t) u:Vmi97486~bid tab summary.xls TELEPHONE (214) 5584681 ED BILL CONSTRUCTION COMPANY POST OFFICE BOX 54078? 10605 HARRY HINES DALI.AB, TF. XA~ 7S364-0787 BALLAS, TEXAS 75220 June 7, 1999 Mr. Ken Griffin, P.E. Director of Public Works CITY OF COPPI~LL City of Copper Town :Center 255 Parkway Boulevard P.O. Box 478 ;. 'Coppoll, 'IX 75019 . RE: Coppell Road Projec~ # ST 98-01 EBCC # 945i. Dear Mr. Griffin; Article 18 of ~hc Inslructions to Bidders for the referenced project stipulates that bid prices will remain subject to acceptance for 90 days after the date of the opening. At this time, it appears the City of Coppell will be unable to meet that deadline. We are willing to extend our bid prices in a modified format as follows: There are approximately 6,000 LF of PVC Water/Sewer Lines. The bid price would increase by $1.75 per LF to cover the increase in the PVC pipe material. Cement, Rock, Sandand Concrete have all increased. We would need to adjust the 8" concrete pavement item by $0.55 / SY. These increases are necessitated by the extended length of the original acceptance period. We believe that even with the increased material costs, the City would be best served over a rebid of the project. Please review our proposal and notify us of the status of the project _~.:rely, iELL CONSTRUCTION COMPANY Doug Te $r Vice Pre dent AN EQUAL OPPORTUNITY EMPLOYER