TR8901-CS 890721 (2)GINN, INC.
July 21, 1989
Mr. Jim Ragsdill, Purchasing Agent
City of Coppell
P.O. Box 478
Coppell, TX 75019
Re:
CONSULTING ENGINEERS,
Report of Bid Opening and Bid Evaluations for the
Denton Tap Road Traffic Signals at Bethel School Road and
Parkway Boulevard; and Sandy Lake Road Traffic Signal
Modifications at Moore Road (Request for Proposal #Q689-01)
Dear Mr. Ragsdill:
Bids for the project were received and opened by you in my
presence at 10:00 AM, July 20, 1989 in the downstairs conference
room at Coppell Town Center, 255 Parkway Boulevard, Coppell, TX
75019. Bids were received from the following Bidders:
Arjang Electric Systems, Inc.
P.O. Box 121816
Arlington, TX 76012
Durable Specialties, Inc.
P.O. Box 381788
Duncanville, TX 75138
The following persons were in
organizations listed below:
attendance__.
Name
Organization
Jim Ragsdill City of Coppell (Purchasing Agent)
M. Gamini Arjang Electric Systems, Inc.
Bruce Naghavi Arjang Electric Systems, Inc.
Priscilla Hunn Durable Specialties, Inc.
B.R. Newsom Billy Ray Newsom Co., Inc.
John C. Karlsruher, P.E. Ginn, Inc. Consulting Engineers
Per Birdsall City of Coppell (Public Works Dept.)
17103 Preston Road · Suite 100 · LB 118 · Dallas, Texas 75248 · Phone 214/248-4900
Upon being opened and read aloud, the bids were examined by
myself for conformance with the Instructions to Bidders.
Discrepancies and nonconforming items are noted below:
Bidder
Discrep. Nonconf. Description
Arjang Elect.
xx
Written TOTAL BID PRICE
does not agree with
correct TOTAL BID PRICE
(on 1 copy only)
Durable Spec.
xx
Bidder did not apply
Corporate Seal to
Proposal (Bidder did apply
Corporate Seal to Bid
Bond)
After display of bids received to all present the Bid Opening was
adjourned.
As per your direction we have analyzed and evaluated the Bids
which are tabulated on the attached Bid Comparison Fo~m.
As Project Engineer we recommend Award of the Contract to the
apparent low bidder, Durable Specialties, Inc., based on the base
bid only. We also recommend that Public Works Staff and
Engineering Staff evaluate the Alternate Bid Items and make their
determination of the disposition of these items.
Please let us know if we can be of further assistance.
Sincerely,
Joh~ C. Karlsruher, P.E.
Project Engineer
JCK/dsp
CC:
Russell Doyle, P.E.
Steve Goram
Per Birdsall
Dana Kamp
8[0 COMPARISON FORM
Project: Oenton Tap Road Traffic Signals at Bethel School RoadI
and Sandy Lake Road Traffic Signal Modifications at Moore Road
Bid Date: July 20, 1080
Time: ~0:00 AM IARJANG ELECTRIC SYSTEMS, INC. DURA8LE SPECIALTIES, INC.
Owner: City of Coppell
Engineer: Ginn, Inc.
ITEM I DESCRIPTION I UTS
1
2
3
4
5
O
?
8
9
~0
11
12
13
15
10
17
19
20
2~
22
23
24
IDENTON TAP ROAD TRAFFIC SIGNALS
IMultisonic 820 A 8-phase controller & cabinet
I1 - 3' PVC Trench
12 - 3' PVC Trench
I~ - 2' PVC Trench ILF
IPull Box lEA
IPedestrian Push 8utton lEA
ILoop Detector Amplifier
15 Conductor ~ 12
17 Conductor ~ 12 ILF
ll2 Conductor ~ 12 ILF
12 Conductor g 12 (Ped. Der.)
12 Conductor Shielded Loop Lead
1 Conductor ~8 Ground ILF
!3 Conductor ~8 Power ILF
Loop Wire ~12 X HHW ILF
Controller Foundation
Type A Foundation
IType 8 Foundation
Mast Arm Assembly w/20 ft. Arm
Mast Arm Assembly w/30 ft. Arm lEA
Mast Arm Assembly w/40 ft. Arm IEA
4-Section 12' Signal Head w/~ Dual Arrow
3-Section 12' Signal Heads
'l-Section Pedestrian Head
Temp. Span Wire Traf. Sig. Sys. ~ Parkway BlvdlLS
2
95
10
950
4
t6
24
360
1080
3440
2880
5575
1020
?0
9952
2
4
4
2
2
4
0
18
16
1
$9,300.00
$6.00
$7.50
$8.50
$230.00
$130.00
$170.00
$1.35
$1.53
$2.00
$0.80
$1.02
$0.60
$~,25
$1.80
$650.00
$830.00
$850.00
$1,950.00
$2,550.00
$2,650.00
$970.00
$460.00
$400.O0
$18,500.00
$18,600.00
$570.00
$?5.00
$5,225.00
$920.00
$2,080.00
$4,080.00
$486.00
$1,B52.40
$2,880.00
$2,304.00
$5,686.50
$612.00
$87.50
$17,913.60
$1,300.00
$3,320.00
$3,400.00
$3,g00.00
$5,100.00
$10,800.00
$5,820.00
$8,280.00
$6,400.00
${8,500.00
$t0,000.00
$3.50
$5.00
$3.00
$30O.OO
$100.00
$200.00
$O.VO
$1.00
$2.00
$O.5O
$0.50
$0.20
$5.oo
$1.50
$1,500.00
$1,500.00
$1,200.00
$2,000.00
$2,600.00
$2,800.00
$1,200.00
$550.00
$500.0O
$12,000.00
$20,000.00
$332.50
$50.00
$2,850.00
$1,200.00
$1,600.00
$4,8OO.OO
$252.00
$1,080.00
$2,880.00
$1,440.00
$2,787.50
$204.00
$350.00
$t4,928.00
$3,000.00
$6,000.00
$4,800.00
$4,000.00
$5,200.00
$11,200.00
$7,200.00
$9,900.00
$8,000.00
$12,000.00
TOTAL 810 PRICE (base bid only) $129,792.00 $126,054.00
SANDY LAKE RDAD TRAFFIC SIGNAL MODIFICATIONS AT MOORE RD.- ALTERNATE NO. 1
I {Furnish and install dual arrow turn lEA { 2 { $2,200.00 { $4,400.00 { $1,500.00 { $3,000.00
2 }Modification of 4-phase controller operation {LS } II$4,995.00 { $4,995.00 I$4,800.00 { $4,800.00
TOTAL BID ALTERNATE NO. I
$9,395.00 $7,800.00
{SANDY LAKE ROAD TRAFFIC SIGNAL MODIFICATIONS AT MOORE RD.- ALTERNATE NO. 2
1 IFurnish and install dual arrow turn IEA I 4 I $950.00 I $3,800.00 I ${,000.00 I $4,000.00
2 IFrn. & Inst. 2 poles, span wire, wire & cable,{LS I 1 { $3,800.00 { $3,800.00 I $10,000.00 I $10,000.00
{ reposition ex. heads I { { I I {
3 }Modification of 4-phase controller operation ILS I i { $4,995.00 } $4,995.00 I$4,800.00 I $4,800.00
4 {Inst. 6'x 40' quad. Loop Der. & appurtenances {EA { 4 } $1,000.00 I $4,000.00 { $800.00 { $3,200.00
TOTAL BID ALTERNATE NO. 2 $)6,595.00 $22,000.00
TOTAL BID PRICE (SASE BID) PLUS ALTERNATE NO. 1 $139,187.00 $133,854.00 I
TOTAL BID PRICE (BASE BID) PLUS ALTERNATE NO. 2 $146,387.00 $148,054.00 {