ST9902-AG051213AGENDA REQUEST FORM
COPPELL
DEPT: Engineering
DATE: December 13, 2005
ITEM #: 26
ITEM CAPTION:
Consider approval of awarding Bid/Contract # Q-1105-01 to Tiseo Paving for the construction ol'the West Sandy
Lake Road, Phase 1 project, in an amount of $4,161,787 (base bid $3,961,787 + potential bonus $200,000), as
provided for in CIP funds; and authorizing the City Manager to sign.
IIII
GOAL(S):
APPROVED BY
CITY COUNCIL
ON ABOVE DATE
Motion to Approve
'vi - York
S - Hinojosa-Flores
EXECUTIVE SUMMARY:
On November 29, 2005, six bids were received and opened for the West Sandy Lake Road project. Because the
low bid submitted by JRJ Paving was rejected, we are recommending the award of the project to the second low
bidder, Tiseo Paving, in an amount of 4, 161,787 (base bid $3,961,787 + potential bonus $200,000).
Staff recommends approval and will be available for any questions at the Council meeting.
FINANCIAL COMMENTS: Funds are available in the Street CIP accounts (Series 97, 00, and 04) for this
contract.
Agenda Request Form - Revised 09/04 Document Name: #W Sandy Lk Rd
COPPELL
MEMORANDUM
TO: Mayor and City Council
FROM: Kenneth M. Griffin, P.E., Director of Engineering and Public Works
DATE: December 13, 2005
Consider approval of awarding Bid/Contract # Q-II05-01 to Tiseo Paving for the
construction of the West Sandy Lake Road, Phase 1 project, in an amount of
$4,161,787 (base bid $3,961,787 + potential bonus $200,000), as provided for in CIP
funds; and authorizing the City Manager to sign.
On November 29, 2005, the City received and opened six bids for the reconstruction of West
Sandy Lake Road from S.H. 121 to North Coppell Road from a two-lane asphalt road to a four
lane divided boulevard. This project also includes the additional two lanes of Royal Lane, south
of Sandy Lake Road. As part of the reconstruction of West Sandy Lake Rd., traffic signals will
be installed on Sandy Lake Road at its intersection with Royal Lane, Freeport Pkwy., and North
Coppell Road. Also, a portion of the City's trail system will be constructed along the south side
of Sandy Lake Road, from North Coppell Road to Freeport Pkwy.
Prior to bidding this project, the City of Coppell realized that the project needed to be
expediently constructed because of the high volume of traffic on Sandy Lake Rd. and the
industrial development along both sides. After reviewing several concepts, the City settled on a
bidding concept utilized recently by the City of Addison quite successfully, which is called A +
B bidding. Under this bidding concept, the City acknowledges that a day of construction has a
value because of its impact on traffic and development and assigns a monetary value to that day.
The City then utilizes the value of the day along with the calendar days bid for completion and
combines that with the base bid for the construction to determine who the lowest bidder on a
project is.
The benefit to the City in an A + B bidding concept is that the concept of'substantial completion'
is eliminated from the contract. On numerous projects, the contractor makes a push, gets the
concrete in, gets the road open, and then drags their feet for months or even years to complete the
final punch list items associated with the construction. On most projects there is very little
incentive for a contractor to expend time and money to correct the punch list on a project. This
is because they have already been paid for the bulk of the work and the penalty phase typically
ends when a project is substantially complete and used for its intended purposes. In the A + B
bidding concept, the contractor is eligible for no bonus until the project is totally complete. The
phrase that I used with the contractors in the pre-bid conference was "when we see the tail lights
of the last piece of equipment leaving the City, we will consider the project totally complete".
EXAMPLE:
If Contractor (X) bids $1,000,000 to construct a facility, and stated that the construction would
take 200 days, and the City assigned a value of $500/per day, then his/her bid would be as
follows:
Base Bid (A) for actual construction = $1,000,000
Part (B) 200 Days X $500 = $100,000
A + B = 1,100,000 (this is the number used to determine the low bidder)
If Contractor (Y) bid $975,000 to construct the same facility, and stated that the construction
would take 300 days with the City assigned value of $500/per day, then his/her bid would be as
follows:
Base Bid (A) for actual construction = $975,000
Part (B) 300 Days x $500 = $150,000
A+ B = $1,125,000
In the above example, the City would award the project to Contractor (X) the overall low A + B
bidder. Again, the whole concept behind A + B bidding is the fact that the time a project is
under construction has a monetary value in regard to impeding traffic and potential development
in the area.
The advantage to the contractor in an A + B scenario is that for every day under the calendar
days bid, the City awards a bonus to the contractor in the amount of the value of a day.
If Contractor (X) who bid $1,000,000 at 200 Day, finishes the project in 175 Days he would
receive a bonus of $12,500.
200 Days Bid - 175 Days worked = 25 Days of savings x $500/per day = $12,500
The disadvantage to the contractor is that if he completes the project in 250 Days, damages are
assessed in the amount of $25,000.
250 Days worked - 200 Days Bid = 50 Days over x $500/per day = $25,000
To protect cities, several things are provided in most specifications. One: the City caps the
amount of bonus that a contractor is eligible for; and two: the City caps the amount of days that a
contractor can bid to complete the project. We obviously would not want a contractor to bid a
project at 500 Days when the work could be completed in 200 Days, and then expect a bonus of
300 Days times the value of the day.
Now... back to the West Sandy Lake Road project for the project specifics: the City assigned
$2,000/per day for the value of a day; the City set the maximum days that could be bid on the
project at 400 days; and capped the maximum bonus that a contractor could obtain at $200,000.
A contractor would have to compete the project in 100 Days under his estimate to be eligible for
the full bonus.
The initial low bidder on the project was JRJ Paving in an amount $3,889,080.49 with days bid
of 300 and a total A + B Bid of $4,489,080.49. However, their bid was rejected because it was
not submitted on the city's provided bid form as required by Item 1.4 of the Standard
Specification for Public Works Construction 3rd Addition, North Central Texas Council of
Governments (copy attached).
The second low bidder, Tiseo Paving, is being recommended for award of the project to
reconstruct West Sandy Lake Road. Their bid for construction was $3,961,787. They also bid
300 Days, for a total A + B bid of $4,561,787. To obtain the maximum bonus they would need
to complete this project in 200 Calendar Days or approximately seven months. Also, for every
day over 300 Calendar Days that they spend on the project to bring it to its total completion, the
City will assess $2,000/per day. On a typical project that was not bid with A + B bidding, the
City would only be allowed to assessed $500/per day for liquidated damages and those damages
would cease to accrue once the project reached substantial completion. As previously stated, on
the A + B bidding there is no such concept as "substantial completion". All bonuses and
damages are tied directly to a totally completed project.
Tiseo Paving has completed several projects for the City of Coppell, such as Wrangler Drive and
Ruby Road and is currently working on the reconstruction of East Sandy Lake Road.
In 2000, the City obtained a 1.3 million dollar grant from Dallas County to help offset the cost of
the reconstruction of W. Sandy Lake Road from S.H. 121 to Denton Tap Rd. That grant is set up
so that Dallas County pays 20% of the eligible cost of the project. Ineligible costs include items
such as amenities to the project. In the first phase of the project from S.H. 121 to N. Coppell
Rd., it is anticipated that Dallas County will participate in the amount of about $670,000.
The engineer's estimate for this project was $4,683,610. Even going with the second low
bidder's construction cost of $3,961,787, we are still $721,823 under the engineer's estimate.
This falls right in line with information from Addison, which stated that they noticed under an A
+ B bidding concept, that the base bids came in generally lower than anticipated, with the
contractor hoping to obtain a bonus on the backend of the project.
Because the initial low bid submitted by JRJ Paving has been rejected, the City of Coppell
recommends the award for the reconstruction of West Sandy Lake Road Phase I to Tiseo Paving
in the amount of $4,161,787 (base bid $3,961,787 + potential bonus of $200,000), with an
anticipated financial participation by Dallas County of $670,000.
Staffwill be available to answer any questions at the Council meeting.
TEAC, UE NALL AND PERKINS
ENGINEERS · SURVEYORS · CONSULTANTS
December 2, 2005
Mr. Ken Griffin, P.E.
Director of Public Works & Engineering
City of Coppell
P.O. Box 9478
Coppell, Texas 75019
RE: West Sandy Lake Road - Phase I (ST99-02A)
TNP No. CPL 00243
Dear Ken,
Attached please find a bid tabulation report for the above referenced project. As
you know, a total of six bids were received, and we found that the apparent Iow
bidder, JRJ Paving, L.P., had multiple mathematical errors in the tabulation of
their bid. It is our understanding that the City of Coppell has chosen to reject the
bid submitted by JRJ Paving, L.P. based upon a failure to submit the bid
correctly. Therefore, the apparent Iow bidder for this project would become Tiseo
Paving.
Upon careful examination of the bid, it appears that there were no mathematical
errors in the tabulation of Tiseo Paving's bid amount. Based upon Tiseo
Paving's experience with both the City of Coppell and TNP, we recommend that
the City award the contract for the West Sandy Lake Road - Phase 1 project to
Tiseo Paving for the amount of $3,961,787.00 with an option of obtaining up to a
$200,000.00 incentive according to the terms of the contract.
Please call me if you have any questions about this information.
Sincerely,
TEAGUE NALL AND PERKINS, INC.
Matt Atkins, P.E.
enc: Bid Tabulation Report
12160 North Abrams Road, Suite 508 · Dallas, Texas 75243 * 214.461 9867 phone · 214.461.9864 fax
www trip-online.corn
CO?FELL
December 5, 2005
Marry Murphy, Business Manager
JRJ Paving L.P.
2277 Masch Branch Road
Denton, TX 76207
West Sandy Lake Road - Phase 1
Project # ST 99-02A / Bid # Q-1105-01
Dear Mr. Murphy:
On November 29, 2005, JRJ Paving L.P. submitted a bid for the work associated with the
reconstruction of West Sandy Lake Road - Phase 1. In reviewing the bid documents it was noted
that JRJ Paving had not used the bid form provided by the City of Coppell. The bid submitted
appeared to be on a form created by the firm. I am unsure why JRJ Paving created a separate form
to submit with the bid documents when recently JPJ Paving was the low bidder on the widening of
MacArthur Blvd. project and correctly utilized the bid form provided by the City of Coppell.
As with all projects bid within the City of Coppell, a separate set of construction specifications were
provided for the bid process. Those separate specifications clearly state that in addition to the
specifications, the City utilizes the Standard Specifications for Public Works Construction North
Central Texas 3~d Edition, as prepared by the North Central Texas Council of Governments.
Item 1.4. of the Standard Specifications for Public Works Construction 3rd Edition, entitled
Preparation of Proposal states: "The bidder shall submit his proposal on the forms furnished by
the owner. All blank spaces in the form shall be correctly filled in and the bidder shall state the
prices, both in words and in numerals, for which he proposes to do the work contemplated or
furnish the material required..." (copy attached).
After consultation with the City Attorney, your bid has been rejected. If you have any questions
please feel free to contact me.
Ke/~et~M. Griffifi, P.E.
Director ofEngineer/ng & Public Works
Office 972/304-3686
CC:
Jim Witt, City Manager
David Dodd City Attorney
Jerod Anderson, Purchasing Agent
Standard Specifications for
Public Works Construction
North Central Texas
Third Edition 1998
North Central Texas Council of Gow~ments
616 Six Flags Drive, Suite 200
P. O. 5~88
Arlington, Texas 76005-5888
(817) 640-3300
.;v ~ oc~?, Nonb Central Texas Council of Governments
henr 1 1 GENERAL PROVISIONS
ITEM 1.1. PROPOSAL FORM
The OWNER shall furnish bidders with proposal forms which shall state the general Iocatiun and description of the
contemplated work and which shall contain an demized list of the items of wurk to be done or materials to be fur-
rushed, and upon which bid prices are asked. The proposal form shall specify the form and anrount of the proposal
guarant3
ITEM 1.2. QUANTITIES IN PROPOSAL FORM
The quantities of the work and materials set forth in the proposal fornr or on the plans approximately represent the
work to be performed and materials to be furnished, and are for the purpose of comparing the bids on a uniform basis.
Payment shall be made to the CONTRACTOR only for the actual quantities of work performed or materials furnished in
accordance with the plans and specifications; and it is understood that the quantities may be increased or decreased as
hereinafter provided, without m any way invalidating the bid prices
ITEM 1.3, EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF THE WORK
Bidders are advised that the plans, specifications and other documents on file as stated in the advertisement shall con-
stitute all the information which the OWNER shall furnish. Bidders are required, prior to submitting any proposal, to
review the plans and read the specifications, proposal, contract and bond forms carefully; to visit the site of the work;
to examine carefully local conditions; to inform themselves by their independent research, tests and investigations of
the difficulties to be encountered and judge for themselves the accessibility of the work and all attending circum-
stances affecting the cost of doing the work or time required for its completion; and to obtain all information required
to make an intelligent proposal.
No information given by the OWNER or any official thereof, other Ihan lhat shown on the plans and contained in
the specifications, proposals and other contract documenls, shall be binding upon the OWNER. Bidders shall rely ex-
clusively upon their own estimates, investigations, tests and other data which are necessary for full and complete in-
formation upon which lhe proposal may be based. Any bidder, by submitting his bid, represents and warrants: that
he has prepared his bid in accordance with thc specifications, with full knowledge and understanding of the terms and
provisions thereof; that he has reviewed, studied and examined the bid prior to the signing and subnussion of same;
and that he was cognizant of lhe terms of his proposal, verified his calculations and found them to be correct and
agrees to be bound thereby
ITEM 1.4. PREPARATION OF PROPOSAL
The bidder shall submil his proposal on the forms furnished by the OWNER. All blank spaces m the form shall be cor-
rectly filled in and the bidder shall state the prices, both in words and numerals, for which he proposes to do the work
contemplated or furnish the material required. Such prices shall be written in ink distinctly and legibly. In cases of
discrepancy between the price written in words and price written in figures, the price written in words shall govern.
If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If the
proposal is submitted by an association or partnership, the name and address must be given and the proposal signed
by a duly authorized member of the association or partnership If the proposal is submitted by a corporation, the cor-
porate name and business address must be given and the proposal signed by a duly authorized corporate officer or
agent. Powers of attorney authorizing agents to s~gn the proposal must be properly certified and must be in writing
and submitted with the proposal. The proposal shall be executed in ink. It is understood and agreed that the proposal
may not be withdrawn once the bid-opening process has begun. ..~
ITEM 1.5. PROPOSAL GUARANTY
proposal shall be considered unless it is accompanied by a cashier's check on any state or national bank or ac-
~ble bidder's bond, payable unconditionally to the OWNER. The cashier's check or bidder's bond shall be in the
;unt of not less than five percent of the total amount of the bid. The proposal guaranty is required by the OWNER
a~ evidence of good faith and as a guarantee that if awarded the conlract, the bidder shall execute the contract and
furnish the required bonds and evidence of insurance wilhin I0 days atte~ the award of said contracl or pay the dam-
14 JANUARY 1998
T H E · C I T Y · 0 F
P.O. Box 9478
255 Parkway Bird
Coppell, TX 75019
Phone: (972)304-3686
Fax: (972)304-7041
ENGINEERING DEPARTMENT
FAX COVER SHEET
To: David Dodd From: Ken Griffin, P. E., Director of Engineering
Fax #: 214-965-0012 Date: 12/01/05
Phone #: Pages: 14 (including cover sheet)
Re: Bid W. Sandy Lake ST99-02A CC: Jerod Anderson, Purchasing Agent
( ) Urgent (X) For Review (X) Please Comment ( ) Please Reply ( ) As Requested
Comments:
David
I've included the bid they submitted and the first 6 pages of the bid in the contract. There
is a $186,716.91 error in the tabulation of their bid items. Even, with the upward
adjustment of their bid, they would still be the low bidder by about $62,000. I'm
concerned that they didn't use the bid form we provided and they did not write out their
bid, in addition to the numbers (all the other bidders used the correct form). The other page
I provided is fi.om the Specifications and states under section 8.10 that the Bid Schedule in
Section I is part of the agreement between the Owner and Contractor. I don't know if what
they provided is a valid substitute for the Bid Schedule in the Specifications.
They have recently worked for the City of Coppell so if this is a valid bid then we would
probably award it to them at the 12/13/05 Council meeting.
Please advise whether or not this is a valid bid that should be considered for award.
Thanks, Ken Griffin
IF YOU DO NOT RECEIVE ALL OF THE PAGES PLEASE CALL (972) 304-3656
"CIO) of Coppell Engineering - Excellence By Design" I ~ a.. a o o ·
West Sandy Lake Road, Phase
Project Number: ST 99-02A
UNIT PRICE BID SCHEDULE
BASE BID
Item
No. Quantity Unit Description Unit Price Total Price
I-1 1 LS Mobilization $ 106,500.00 $ 106,500.00 ~'
I-2 1 LS Field office $ 14,000.00 $ 14,000.00 ~
I-3 1 EA City monument sign $ 13,500.00 $ 13,500.00
I J, 2 EA Proiect sign $ 1,000.00 $ 2,000.00 '-
I-5 1 LS General site preparation , $ 155,851.00 $ 155,851.00 ~'
I-6 130 LF Remove existing concrete curb or concrete $ 12.02 $ 1,562.60 ~
curb & gutter
I-7 2,880 SY Remove existing concrete pavement $ 4.29 $ 12,355.20
I-8 150 SY Remove existing concrete driveways and $ 4.29 $ 643.50
sidewalks
I-9 15,125 SY Remove HMAC pavement $ 2.59 $ 39,173.75
1-10 2 EA Remove & relocate existing street light $ 682.50 $ 1,365.00
assembly
I-11 12,015 CY Unclassified street excavation $ 15.63 $ 187,79445
"Plans
Quantity"
1-12 0 CY Borrow material
"Plans
Quantity"
1-13 29,221 SY 8" Lime subgrade treatment $ 1.90 $ 55,519.90
1-14 614 TON Lime $ 106.80 $ 65,575.20
1-15 10,700 SY 8" Cement subgrade treatment $ 2.29 $ 24,503.00
1-16 225 TON Cement (In Slurry) $ 115.70 $ 26,032.50
1-17 590 SY 6" Reinforced concrete pavement with 6" $ 37.39 $ 22,060.10
integral curb
1-18 35,705 SY 8" Reinforced concrete pavement wth 6' $ 32.82 $ 1,171,838.10
integral curb
1-19 450 LF 6" Curb & gutter $ 30.00 $ 13,500.00
1-20 260 LF Reinforced concrete street header $ 25.00 $ 6,500.00
1-21 1,440 SY Enhanced pavement $ 85.05 . $ 122,472.00
1-22 20 EA ~ledian noses $ 1,974.00 $ 39,480.00
1-23 3,315 SY 6" HMAC pavement, Type B $ 19.66 $ 65,172.90
1-24 1,210 SY 4" HMAC pavement, Type B $ 13.91 $ 16,831.10
1-25 4,525 SY 2" HMAC pavement, Type D $ 7.69 $ 34,797.25
1-26 1,320 SY Flexible base $ 13.71 $ 18,097.20
1-27 980 SY 5" Reinforced concrete driveway $ 37.39 $ 36,642.20
1-28 115 SY Repaidreplace gravel driveway $ 17.40 $ 2,001.00
1-29 4,520 LF Street light conduit (2") $ 5.25 $ 23~730.00
1-30 3,075 LF 4" PVC conduit sleeves (Irrigation) $ 7.35 $ 22,601.25
1-31 1 LS Pavement markings $ 3,360.00 $ 3,360.00,
1-32 1~281 EA 4" Round white single reflective traffic buttons $ 5.51 $ 7J}6'r:51"
West Sandy Lake Road, Phase 1
Project Number: ST 99-02A
UNIT PRICE BID SCHEDULE
BASE BID
Item
No. Quantity Unit Description Unit Price Total Price
1-33 560 EA 4" Round yellow double reflective traffic $ 6.25 $ 3~98.~0'
buttons
1-34 594 EA 4" Round white non-reflective traffic buttons $ 2.21 $ 1.¢389.77
1-35 196 EA 4" Round white/red reflective traffic buttons $ 2.21 $ 432.1'8
1-36 1 EA Type III barricade $ 875.00 $ 875.00
1-37 55 EA Roadside sign assembly (New installation) $ 299.25 $ 16,458.75
1-38 10 EA Roadside sign assembly (Relocation) $ 157.50 $ 1,575.00
1-39 1 LS Furnish, install, maintain traffic control $ 40,084.00 $ 40,084.00
devices
1-40 1 LS Furnish, install, maintain and remove erosion $ 30,70000 $ 30,700.00
controls
1-41 110 SY 4" Reinforced concrete sidewalk $ 31.50 $ 3,465.00
1-42 990 SY 6" Reinforced concrete trail/bike path : $ 37.63 $ 37,253.70
1-43 12 EA Barrier free ramps $ 750.00 $ 9,000,00
1-44 33 EA iStreet light foundation $ 577,50 $ 19,05750
1-45 615 SF Segmental retaining wall $ 30.62 $ 18-;830707
1-46 1 LS Restore parkways and disturbed areas $ 48,230.00 $ 48,230.00
1-47 12,040 SY Furnishing & placing topsoil (6") $ 0.75 $ 9,030.00
1-48 1 LS Repair, replace and/or modify existing $ 8,000.00 $ 8,00000
irrigation systems
1-49 3 EA Relocate/adjust 12" water line $ 3,150.00 $ 9,450.00
1-50 28 EA Adjust existing valve box to grade $ 210.00 $ 5,880.00
1-51 10 EA Adjust existing water meter and meter box $ 630.00 $ 6,300.00
1-52 2 EA Relocate existing water serviice, water meter $ 2,625.00 $ 5,250.00
and meter box
1-53 1 EA Connect existing service to existing 24" water $ 3,675.00 $ 3,675.00
line
1-54 4 EA Abandon existing water service $ 525.00 $ 2,100.00
1-55 1 LS Abandon existing water line $ 5,040.00 $ 5,040.00
1-56 1 EA Relocate existing air release vent and box , $ 3,675.00 $ 3,675.00
1-57 1 EA Relocate existing blow off pipe $ 3,150.00 $ 3,150.00
1-58 1 EA Connect existing 10" water line to existing 24', $ 3,675.00 $ 3,675.00
water line
West Sandy Lake Road, Phase 1
Project Number: ST 99-02A
UNIT PRICE BID SCHEDULE
BASE BID
Item
No. Quantity Unit Description Unit Price Total Price
1-59 1 EA Connect existing 6" water line to existing 24" $ 3,360.00 $ 3,360.00
water line
1-60 5 EA 8"Water line stub-out $ 5,250.00 $ 26,250.00
1-61 2 EA 12" Water line stub-out $ 3,99525 $ 7,990.50
1-62 8 EA Salvage & relocate fire hydrant & valve $ 4,882.50 $ 39,060.00
assembly
1-63 1 EA Adjust fire hydrant $ 1,260.00 $ 1,260.00
1-64 1 EA Remove fire hydrant & valve assembly $ 630.00 $ 630.00
1-65 8 EA Adjust existing sanitary sewer manholes $ 945.00 $ 7,560.00
1-66 45 LF Concrete encasement of sanitary sewer $ 42.00 $ 1,890.00
1-67 1,288 LF 7' x 3' Reinforced concrete box (RCB) $ 235.20 $ 302,937.60
1-68 762 LF 6' x 3' Reinforced concrete box (RCB) $ 197.40 $ 150,418.80
1-69 205 LF 4' x 3' Reinforced concrete box (RCB) $ 136.50 $ 27,982.50
1-70 333 LF 48" Reinforced concrete pipe (RCP) $ 147.00 $ 48,951.00
1-71 140 LF 36" Reinforced concrete pipe (RCP) $ 107.10 $ 14,994.00
1-72 301 LF 33" Reinforced concrete pipe (RCP) $ 85.05 $ 25,600.05
1-73 389 LF 30" Reinforced concrete pipe (RCP) $ 75.60 $ 29,408.40
1-74 998 LF 27" Reinforced concrete pipe (RCP) $ 68.25 $ 68,113.50
1-75 677 LF 24" Reinforced concrete pipe (RCP) $ 63.00 $ 42,651.00
1-76 540 LF 21" Reinforced concrete pipe (RCP) $ 57.75 $ 31,185.00
1-77 274 LF 18" Reinforced concrete pipe (RCP) $ 53.55 $ 14,672.70
1-78 16 EA 10' Recessed curb inlet $ 2,257.50 ~ $ 36,120.00
1-79 6 EA 12' Recessed curb inlet $ 2,520.00 $ 15,120.00
1-80 2 EA 14' Recessed curb inlet $ 2,940.00 $ 5,880.00
1~81 2 EA 4' x 4' Drop inlet $ 2,100.00 $ 4,200.00
1-82 1 EA 4' x 4' Grate inlet $ 2,625.00 $ 2,625.00
1-83 4 EA Type A storm drain manhole $ 3,045.00 $ 12,180.00
1-84 2 EA Type B storm drain manhole $ 3,675.00 $ 7,35000
1-85 2 EA Modified Type B storm drain manhole $ 4,194.75 $ 8,389.50
1-86 5,907 LF Trench safety system $ 0 11 $ ~
1-87 25 SY Riprap, Type A ~ $ 57.75 $ 1,443.75
1-88 150 SY Concrete riprap $ 72.45 $ 10,867.50
1-89 1 EA Headwall for multiple box culvert $ 9,450.00 $ 9,450.00
TOTAL BID ITEMS BASE BID I-1 THRU 1-87
$ 3,381,017.22
West Sandy Lake Road, Phase 1
Project Number: ST 99-02A
UNIT PRICE BID SCHEDULE
BASE BiD
Item
No, Quantity Unit Description Unit Price Total Price
T-1 3 EA Installation of highway traffic signals $ 19,162.50 $ 57,487.50
T-2 1 EA Traffic signal pole w/28 foot mast arm $ 4,200.00 $ 4,200.00
T-3 1 EA Traffic signal pole w/32 foot mast arm $ 4,462.50 $ . 4,462~50
T~ 2 EA Traffic signal pole w/36 foot mast arm $ 5,040.00 $ 10,080.00
T-5 1 EA Traffic signal pole wi40 foot mast arm $ 5,250.00 $ 5,250.00
T-6 3 EA Traffic signal pole w/44 foot mast arm $ 5,775.00 $ 17,325.00
T-7 1 EA Traffic signal pole w/48 foot mast arm $ 5,749.59 $ 5,749.59
T-8 22 EA 3-Section signal head w/backplate $ 708.75 $ 15,592.50
T-9 3 EA 4-Section signal head w/backplate $ 892.50 $ 2,677.50
T-10 3 EA 5-Section signal head w/backplate $ 1,155.00 $ 3,465.00
T-11 215 LF 2" PVC conduit $ 5.25 $ 1,128.75
T-12 1,160 LF ~" PVC conduit $ 5.62 $
T-13 23 EA Ground boxes $ 63.00 $ 1,449.00
T-14 3 EA Traffic signal controller foundation $ 1,155.00 $ 3,465.00
T-15 1,498 LF Conductor #8 bare wire $ 0.58 $
%16 128 LF 1 Conductor #6 XHHW wire $ 0.68 $ 8-7~36
T-17 1,500 LF 1 Conductor #8 XHHW wire $ 0.63 $ 945.00
T-18 90 LF 1 Conductor #12 XHHW wire $ 0.53 $ 47.254
%19 1,104 LF 5 Conductor #12 gauge wire $ 1.31 $
T-20 687 LF 7 Conductor #12 gauge wire $ 1.42 $
T-21 261 LF 10 Conductor #12 gauge wire $ 1.52 $ 38-7--57
T-22 1,307 LF 16 Conductor #12 gauge wire $ 2.73 $ 3,568.11
T-23 1,945 LF 3 Conductor #18 gauge wire $ 0.95 $
T-24 3 EA Power service and pedestal equipment $ 3,412.50 $ 10,237.50
T-25 14 EA Pedestrian push button and sign assemblies $ 105.00 $ 1,470.00
T-26 3 EA Spread spectrum radio system $ 1,890.00 $ 5,670.00
T-27 3 EA Yagi spread spectrum radio antenna and $ 446.25 $ 1,338.75
mounting brackets
%28 276 LF SSR Coaxial cable $ 3.15 $ 869.40
T-29 119 LF Traffic signal foundations $ 173.25 $ 20,616.75
%30 14 EA Pedestrian signal sections $ 525.00 $ 7,350.00
%31 3 EA !Pedestal pole assemblies $ 703.50 $ 2,110.50
T-32 3 EA Video imaging vehicle detection system $ 10,500.00 $ 31,500.00
VlVDS)
T-33 2,019 LF VIVDS coaxial cable $ 3.68 $ 7'7~978~
T-34 3 EA Opticom detector phase selector $ 4,200.00 $ 12,600.00
T-35 9 EA Uni-Directional opticom detector $ 840.00 $ 7,560.00
T-36 3 EA UPS System $ 11,287.50 $ 33,862.50
T-37 9 EA Traffic signal confirmation lights $ 152.25 $ 1,370.25
%38 9 EA Furnishing illuminated street sign names $ 2,887.50 $ 25,987.50
West Sandy Lake Road, Phase 1
Project Number: ST 99-02A
UNIT PRICE BID SCHEDULE
BASE BID
Item
No. Oua9ntity
%39
Unit Description
EA Installation of illuminated street sign names
TOTAL BID ITEMS BASE BID T-1 THRU T-39
TANGIBLE PERSONAL PROPERTY COST
Unit Price Total Price
$ 262,50 $ 2,362.50
$ 2,406,535.54
BID SUMMARY
SUBTOTAL BID ITEMS I-1 THRU 1-87
SUBTOTAL BID ITEMS T-1 THRU T-39
TOTAL BID ITEMS BASE BID (A)
TOTAL TIME BID
$ 3,381,017.22 ~b'? "Z?'~:i
$ 321,345.15 ~/'~ ')0 ~.¢~
$ 3,702,362.37 .-
300 CALENDAR DAYS ~)~ ~(~? 7~:~
TOTAL OF CALENDAR DAYS X $2,000 (B)
$ 600,000.00
BASIS FOR COMPARISON OF BIDS (A) + (B)* $ 4 302,362.37
* The bid with the lowest amount for (A) + (B) will be considered the Iow bid. The awarded contracttam'ount, will
be on the basis of the Base Bid (A) only ,"' ~, ~ ~
NOTE: A TIME BID OF MORE THAN 400 CALENDAR DAYS SHALL BE CONSIDERED I~ONRESPON~E-~ ~c.
AND WILL BE REJECTED \ ~ V,~',~~'~'
8 Communications concermng this Bid shall be addressed to the address of BIDDER ~dicated~Oh ...............
applicable signature page.
9. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible
personal property to be incorporated into the project. Said taxes are not included in the Contract
Price (see Instructions to Bidders).
10 The terms used in this Bid which are defined in the ~eneral Conditions of the Construction Contract
included as part of the Contract Documents have the meanings assigned to them in the General
Conditions
The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay
within the City's available funds Should the City elect to delete any portion, the contract quantities will be
adjusted accordingly.
PROPOSAL GUARANTY
A Proposal Guaranty shall be provided in accordance with Item 1.5 of the NCTCOG's Standard
Specifications for Public Works Construction.
SUBMITTED ON
Signature:
Article 8. CONTRACT DOCU.MENTS.
The Contract Documents which comprise the entire agreement
CONTRACTOR concerning the \~ ork consist of the following:
bem, een OWNER and
8.1. This Agreement (pages 2-2 thru 2-7, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive),
including Performance Bond, Payment Bond and Maintenance Bond.
8.3. Cenificatc oflnsurrmce.
8.4. NoticeofAward.
8.5. Part 1: General Provisions of the Standard Specifications for Public Works
Construction, NCTCOG (Third Edition).
8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 3-2
thru 3-10, inclusive).
8.7.
Specifications bearing the title: "Construction Specifications and Contract
Documents for the "West Sandy Lake Road, Phase 1 - Project No. ST 99-02A for the
C ..... ll"
ltymtoppc .
8.8. Drawings (Construction Plans) entitled: "West Sandy Lake Road, Phase 1 - Project
No. ST 99-02A for the City of Coppell"
8.9. The following listed and numbered addenda:
8.10.
CONTRACTOR's Bid Proposal and Bid Schedule of Section 1
Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
- Bidding
8.12.
The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 1.37 *md 1.38 of the General Provisions.
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement
(except as expressly noted othem'ise above).
The Contract Documenls may only be amended, modified, or supplemented as provided in Items
1.37 and 1.38 of the General Provisions.
2 5 Contract
l
West Sand)' Lake Road, l'hase 1
Project Number: ST 99-02A
I NIT PRICE BID SCHEDULE
BASE BID
Item Unit Total
No. Quantity [.Init Description and Price in Words Price Price
I- I 1 LS Mobilization
Complete h~ Place
Dollars
Cents
~er LUMP SUM
I-2 1 I,S Field Office
Complete In Place
Dollars
Cents
)er LUMP SUM
1-3 1 EA City Monument Sign
Complete In Place
Dollars
Cents
~er EACH
I 4 2 F~A Project Sign
Complete [n Place
Dollars
Cents
per EACH
i-5 1 LS General Site Preparation
Complete In Place
Dollars
Cents
per LUMP SUM
I-6 130 LF Remove Existing Concrete Curb
or Concrete Curb & Gutter
Complete In Place
Dollars
Cents
!per LINEAR FOOT
II
1 - 19 Bidding Documents
!
West Sandy Lake Road, Phase 1
Project Number: ST 99-02A
UNIT PRICE BID SCHEDULE
BASE BID
Unit Total
Item Quantity Unit Description and Price in Words Price Price
No.
I-7 2880 SY Remove Existing Concrete
Pavement
'Complete kn Place
Dollars
Cents
)er SQUARE YARD
[ 8 150 SY Remove Ex~stmg Concrete
Driveways and Sidewalks
Completc In Place
Dollars
Cents
)er SQUARE YARD
1-9 15125 SY >.cmove HMAC Pavement
Complete In Place
Dollars
Cents
per SQUARE YARD
1-10 2 EA Remove & Relocate Existing
Street Light Assembly
Complete In Place
Dollars
Cents
per EACH
I-11 5730 CY Unclassified Street Excavation
"Plans Complete In Place
Quantity"
Dollars
Cents
)er CUBIC YARD
1-20 Bidding Documents
item
~o.
Quantity
1975
"Plans
Quantity"
-13 29221
-14 614
~ 10700
-16 225
-17 590
West Sandy Lake Road, Phase 1
Project Number: ST 99-02A
UNIT PRICE BID ScIIEDULE
BASE BID
Unit Description and Price in Words
CY Bo-~wow Material
Complete In Place
SY
TON
TON
SY
Dollars
_ Cents
?r CUBIC YARD
$" Lime Subgradc Treatment
Complete In place
Dollars
Cents
)er SQUARE yARD
Lime
Complete In place
Dollars
Cents
pe~r TON
8" Cement Subgradc Treatment
Complete In Place
Dollars
- Cents
pe~r sQUARE yARD
Cement (In Slurry)
Complete In Place
Dollars
Cents
>er TON
~,, Reinforced Concrete Pavement
with 6" Integral Curb
Complete In Place
Dollars
Cents
~er SQUARE YARD
Unit
Total
price
Bidding Documents
1-21
il
/I
!
ii
I/
I/
West Sand)' Lake Road, Phase 1
Project Number: ST 99-02A
UNIT PRICE BID SCHEDULE
BASE BID
Unit Total
Item Quantity Unit Description and Price in Words Price Price
No.
1-18 35705 SY 8" Reinl'orced Concrete Pavement
with 6" Integral Curb
Complete h~ Place
Dollars
Cents
per SQUARE YARD
1-19 450 LF 6" Curb & Gutter
Complete In Place
Dollars
Cents
~cr LINEAR FOOT
1-20 260 LF Reinfbrced Concrete Street Header
Complete In Place
Dollars
Cents
)er LINEAR FOOT
-21 1440 SY Enhanced Pavement
Complete In Place
Dollars
Cents
per SQUARE YARD
1-22 20 EA Median Noses
Complete In Place
Dollars
Cents
per EACH
1-22 Bidding Documents
/
i
i
/
i
i
i
West Sandy l,ake Road, Phase 1
Project Number: ST 99-02A
UNIT PRICE BID SCHEDULE
BASE BID
Unit Total
Item Quantity Unit Description and Price in Words Price Price
No.
1-23 3315 SY 6" HMAC Pavement, Type B
Complete In Place
Dollars
Cents
)er SQUARE YARD
-24 1210 SY 4" HMAC Pavement, Type B
Complete In Place
Dollars
Cents
per SQUARE YARD
1-25 4525 SY 2" }{MAC Pavement, Tspc D
Complete In Place
Dollars
Cents
)ct SQUARE YARD
t-26 1320 SY Flexible Base
Complete In Place
Dollars
Cents
per SQUARE YARD
1-27 980 SY 6" Reinforced Concrete Driveway
Complete In Place
Dollars
Cents
)er SQUARE YARD
1-28 115 SY Repair/Replace Gravel Driveway
Cmnplete In Place
Dollars
Cents
per SQUARE YARD
1-23 Bidding Documents
West Sandy Lake Road, Phase 1
Project Number: ST 99-02A
UNIT PRICE BID SCHEDULE
BASE BID
Unit Total
Item Quantity Unit Description and Price in Words Price Price
No.
1-29 4520 LF Street I.ight Conduit (2")
Complete in Place
Dollars
Cents
per LINEAR FOOT
1-30 3075 LF 4" PVC Conduit Sleeves
(Irrigation)
Complete In Place
Dollars
Cents
per LINEAR FOOT
'I-31 l LS Pavement Markings
Complete In Place
Dollars
Cents
>er LUMP SUM
1-32 1281 EA 4" Round White Single Reflective
Traffic Buttons
Complete In Place
Dollars
Cents
)er EACH
1-33 560 EA 4" Round Yellow Double
Reflective Traffic Buttons
Complete In Place
Dollars
Cents
per EACH
1-24 Bidding Documents