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