Loading...
Contract - MA Smith Contracting - 12/7/2017 City of Round Rock, Texas Contract Forms, Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of the 4 —et4I1'1l' (I)day of 'eC.X...Mg-R. in the year 20 IT. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor rn ''W1 Ctjy*coL'fv) c,b. • ("Contractor") n ITV 01 c3-12.g The Project is described as: Roundville Lane Project The Engineer is: Stantec Consulting Services,Inc. For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged,Owner and Contractor agree as follows: Ir. ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements, either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 4-2016 Page 1 of 5 Standard Form of Agreement 00307791 .-u L k O24 i ARTICLE 3 DATE OF COMMENCEMENT; DATE OF SUBSTANTIAL COMPLETION; DATE OF FINAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner. 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 3.3 Contractor shall commence Work within Ten ( 10 ) calendar days from the date delineated in the Notice to Proceed. 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than Two-hundred&forty ( 240 )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than Two-hundred&forty ( 240 )calendar days from issuance by Owner of Notice to Proceed, subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work(or any portion thereof) on or before the date(s)specified for Substantial Completion in the Agreement,Contractor shall pay to Owner,as liquidated damages, the sum of Nine-hundred& seventy and No/100 Dollars($970.00 ) for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement. It is agreed that the harm that would be caused by such failure,which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work (or any portion thereof) is not achieved on or before thirty (30) days after the date(s) specified for Substantial Completion in the Agreement,the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation,the recovery of actual damages. The date(s)specified for Substantial Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than Two-hundred&seventy ( 270 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract. The Contract Sum shall be two million, six hundred ninety-nine thousand, eight hundred twenty-five dollars& sixty-nine cents ($2,699,825.69 ),subject to additions and deductions as provided in the Contract Documents. 4.2 Does the Contract Sum include alternates which are described in the Bid Form? No X . Yes . If yes,please provide details below: I 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 I • I 111 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor, and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender,Owner shall make progress payments on account of the Contract Sum to Contractor as provided below, in Article 14 of the City of Round Rock General Conditions, and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth (10th) day of a month, Owner shall make payment to Contractor not later than the tenth (10th) day of the next month. If an Application for Payment is received by Engineer and Owner after the application date fixed above,payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require.This schedule,unless objected to by Engineer or Owner, shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the City of Round Rock General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work, and to satisfy other requirements, if any,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by Engineer. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty(30) days after all Work on the Contract has been fully performed. Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment,and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. • 00500 4-2016 Page 3 of 5 Standard Form of Agreement 00307791 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 111 7.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated as follows: II 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor, as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as 111 modified. 7.1.3 The Supplementary, Special,and other Conditions of the Contract are those contained in the Project Manual II dated October 2017 7.1.4 The Specifications are those contained in the Project Manual dated October 2017 PI • 7.1.5 The Drawings, if any, are those contained in the Project Manual dated October 2017 . 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated 1111 October 2017 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda, if any,are those contained in the Project Manual dated October 2017 II 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required uired clauses are those contained in the "City of Round Rock Contract Forms PIq 03000,"Federally Required Contract Clauses,as modified. 7.1.9 Other documents, if any, forming part of the Contract Documents are as follows: II Section 02000-Plans,Details&Notes ARTICLE 8 MISCELLANEOUS PROVISIONSII 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Christopher Lopez CORR-Transportation Department 512-218-7026 clopez(n,roundrocktexas.gov 8.3 Contractor's representative is: --1-VC tS Va \bPxx-k u 1 512-as0 - 1:240 'cc \sycx .a.ka\ Kvc‘AinGo ;,nC.C , 8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the other party. 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. 00500 4-2016 Page 4 of 5 Standard Form of Agreement 00307791 0 I I 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor,subject to proper additions and deductions,all as provided in Ithe General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only. 1 8.7 Although this Agreement is drawn by Owner,both parties hereto expressly agree and assert that,in the event of any dispute over its meaning or application,this Agreement shall be interpreted reasonably and fairly, and neither more strongly for nor against either party. I8.8 This Agreement g shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and I court decisions of the State of Texas. 8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating I to this Agreement or a breach thereof shall be decided by an arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. I 8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal representatives for the full and faithful performance of the terms and provisions hereof. This Agreement is entered into as of the day and year first written above and is executed in at least three(3) I original copies, of which one is to be delivered to Contractor, one to Engineer for use in the administration of the Contract, and the remainder to Owner. IOWNER CONTRACTOR CITY OF TUND R7,TEXAS V „ ..' *A a % ,�t A , CD-. \c . IOW G ,4 . --2 --C-___i_, Printed Na P e: CP41,A 'L411 A Printed Name yo,V6 \l.ar V ix1 cl MOI,yee i Title Title: V\t-c.4.;\ci-ert-A- Date Signed: 1, • tG. ` Date Signed: \2— — \1 ATTEST: . j,(,r, ' City Clerk FO",, 'TY,AP ROV i D AS TO FORM: glittfitiy City A orney 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 • PERFORMANCE BOND BOND NO.: 58S210524 THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON That Smith Contracting Co. Inc. of the City of Austin County of _Travis , and State of Texas , as Principal. and Liberty Mutual Insurance Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK,TEXAS, (Owner), in the penal sum of two million,six hundred ninety-nine thousandeight hundred twenty-five dollars&sixty-nine cents Dollars ($ 2.699,825.69 ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors. successors and assigns.jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Agreement with the Owner dated the day of 204to which the Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: Roundville Lane Project (Name of the Project) • NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Agreement. agreed and covenanted by the Principal to be observed and performed. including but not limited to. the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of. the Principal in performing the Work • covered by said Agreement and occurring within a period of twelve (12) months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed, then this obligation shall,be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended. and all liabilities on this bond shall be determined in accordance with, the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00610 7-2009 Performance Bond 00090656 Ij PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change. extension of time. alteration or addition to the term of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 5th day of December , 20 17 . Smith Contracting Co.,Inc. Liberty Mutual Insurance Company Principal Surety --raft,w IIA/mot Kenneth Nitsche Printed Name Printed Name By: Title: '',A4_0(..e4t,4- Titl Attomey-In-Fact Address: 15308 Ginger Street - dress: 2200 Renaissance Blvd.,Ste.400 Austin,TX 78728 King of Prussia,PA 19406-2755 Resident A. t of Surety: Snature enneth Nitsche Printed Name 143 E.Austin Street Address Giddings,TX 78942 City. State& Zip Code Page 2 00610 7-2N9 Performance Bond 0009%56 I I PAYMENT BOND BOND NO.: 58S210524 THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON That Smith Contracting Co.,Inc. , of the City of Austin , County of Travis , and State of Texas as Principal, and Liberty Mutual Insurance Company authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER). and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of 1 two million,six hundred ninety-nine thousand,eight hundred twenty-rive dollars&sixty-nine cents Dollars ($ 2,699,825.69 ) for the payment whereof, well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns,jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Agreement with the Owner, dated the day of TX.Le4,tte42.. , 2017,, to which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: Roundville Lane Project (Name of the Project) NOW. THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by said. Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Agreement. then this obligation shall be and become null and void: otherwise to remain in full force and effect. PROVIDED. HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00020 7-2009 Pavmem 13(md 00090656 • • Ii I PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans. specifications or drawings accompanying the same shall in anywise affect it's obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract. or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 5th day of December 2017 Smith Contracting Co.,Inc. Liberty Mutual Insurance Company Principal Surety -1- I A Kenneth Nitsche Printed Name Printed Name By: By: Titl ,ttorne -In-Fact Address: /636Y Att*, Add ess: 2200 Renaissance Blvd.,Ste.400 4US.411 ) ic. ag76-32.6_ King of Prussia,PA 19406-2755 Resident Age f Surety: Sig ture -• Nitsche Printed Name 143 E.Austin Street Address _Giddings,TX 7g942. Page 2 0062o 7-2009 Pay men t Bond 00090656 Client#: 21025 SMITHCON ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 12/06/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Carla West The Nitsche Group PHONE FAX 143 East Austin EA/C,No,Ext):979-540-2208 (A/C,No): ADDREss: carlawa©thenitschegroup.com Giddings,TX 78942-3299 979 542-3666 INSURER(S)AFFORDING COVERAGE NAIL# INSURER A:BITCO National Insurance Compan 20109 INSURED INSURER B:BITCO General Insurance Corpora 20095 M.A.Smith Contracting Company,Inc. INSURER C:Texas Mutual Insurance Company 22945 dba Smith Contracting Co., Inc. INSURER D Homeland Insurance Company of N 34452 15308 Ginger Street INSURER E:BITCO General Insurance Corpora 20095 Austin,TX 78728 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLP3650107 03/07/2017 03/07/2018 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR PREMISESO(Ea occur°nce) $100,000 X PD Ded:1,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X J COT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ E AUTOMOBILE LIABILITY CAP3650108 03/07/2017 03/07/2018 COMBIaccideNEDnt)SINGLE LIMIT $1,000,000 _ (Ea X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURYPer accident) AUTOS AUTOS ( $ _ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) B X UMBRELLA LIAB X OCCUR CUP2811434 03/07/2017 03/07/2018 EACH OCCURRENCE $5,000,000 — EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$10000 $ C WORKERS COMPENSATION 0001150807 03/07/2017 03/07/2018 XPER ERH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If es,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Pollution 793004352001 03/07/2017 03/07/2018 $2,000,000/$10,000 Ded Transportion $1,000,000/$10,000 Ded Non-Owned Dis•osa $1,000,000/$10,000 Ded DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project: Roundville Lane Improvements-Street Improvement, Round Rock,Texas As per policy provision,Certificate Holder is listed as additional insured in regard to the auto and general liability policies as provided by blanket additional insured endorsement when required by written contract. A blanket waiver of subrogation endorsement is provided to the Certificate Holder in regard to 10, the auto,general liability and workers compensation policies as per policy provision when required by (See Attached Descriptions) &ERTIFICATE HOLDER CANCELLATION City of Round Rock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City Manager ACCORDANCE WITH THE POLICY PROVISIONS. 2008 Enterprise Dr. Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE ACpRp ©1988-2014 ACORD CORPORATION.All rights reserved. 7,2_5(2014/01) of 2 The ACORD name and logo are registered marks of ACORD 066 THE Cl TY OF ROUND ROCK ;: :t� BID TABULATION Tran-T"tion Departmmt Bid Extended By: 2008 Enterprise Dr. r E°3� � �' .�, Print Name Initial Round Rods, Texas 78664 �, ,' Bid Opening, 11/20/2017 Ernest Cerda EC Bid Opening Location: 2008 Enterprise Drive l i or221201 7 Li uidated Dame Project Name: Roundville Ln I mprovements No.of Responses: 4 Project.I D: Project Manager: Chris Lopez Pro'ect Duration: Pr 'ect Consultant: Stantec BI DDER'S NAM E: MA Smith Contracting Capital Excavation Aaron Concrete Patin Construction BI DDER'S BUST NESS LOCATI ON: Austin Buda Austin Taylor BI D SECURI TY? Yes Yes Yes Yes STATEMENT OF SAFETY EXPERIENCE? Yes Yes Yes Yes ADDENDA ACKNOWLEDGED? Yes Yes Yes Yes BASE BID-ROUNDVILLE LN APPROX. UNIT UNIT UNIT UNIT ITEM# ITEM DESCRIPTION UNIT QTY. PRICE COST PRICE COST PRICE COST PRICE COST 1 PREPARING ROW STA 27.00 $900.00 $24,300.00 $2,000.00 $54,000.00 $1,500.00 $40,500.00 $4,000.00 $108,000.00 2 REMOVE P.C.CONCRETE CURB AND GUTTER LF 292.00 $7.00 $2,044.00 $10.00 $2,920.00 $6.00 $1,752.00 $5.00 $1,460.00 3 REMOVE P.C.CONCRETE SIDEWALK SF 535.00 $20.00 $10,700.00 $5.00 $2,675.00 $3.00 $1,605.00 $3.00 $1,605.00 4 STREET EXCAVATION CY 4,925.00 $11.00 $54,175.00 $18.00 $88,650.00 $20.00 $98,500.00 $40.00 $197,000.00 5 EMBANKMENT CY 1,298.00 $8.00 $10,384.00 $25.00 $32,450.00 $8.00 $10,384.00 $30.00 $38,940.00 6 TYPE B LIME SLURRY TON 209.00 $165.00 $34,485.00 $165.00 $34,485.00 $180.00 $37,620.00 $154.00 $32,186.00 7 LIME TREATED SUBGRADE (81N.THICK) Sy 11,633.00 $4.25 $49,440.25 $7.00 $81,431.00 $4.00 $46,532.00 $8.00 $93,064.00 8 10 IN.CONCRETE PAVEMENT SY 10,737.00 $66.00 $708,642.00 $55.00 $590,535.00 $65.00 $697,905.00 $65.00 $697,905.00 9 CL C CONC(MISC) CY 3.00 $800.00 $2,400.00 $1,200.00 $3,600.00 $3,100.00 $9,300.00 $500.00 $1,500.00 10 RETAINING WALL(CIP) SF 750.00 $52.00 $39,000.00 $50.00 $37,500.00 $50.00 $37,500.00 $60.00 $45,000.00 11 RIPRA P(CONC)(4 1 N) CY 110.00 $370.00 $40,700.00 $500.00 $55,000.00 $480.00 $52,800.00 $200.00 $22,000.00 12 RIPRAP(STONE PROTECTION)(121N) CY 111.00 $125.00 $13,875.00 $140.00 $15,540.00 $135.00 $14,985.00 $100.00 $11,100.00 13 PEDESTRIAN HAND RAIL LF 372.00 $135.00 $50,220.00 $100.00 $37,200.00 $210.00 $78,120.00 $150.00 $55,800.00 14 CONC BOX CULV(5FTX2FT) LF 482.00 $230.00 $110,860.00 $365.00 $175,930.00 $230.00 $110,860.00 $280.00 $134,960.00 15 JCTBOX(COM PL)(PJB)(4FTx4FT) EA 5.00 $4,000.00 $20,000.00 $4,000.00 $20,000.00 $5,100.00 $25,500.00 $5,000.00 $25,000.00 16 INLET(COMPL)(CURB)(PCO)(6')(NONE) EA 18.00 $4,200.00 $75,600.00 $5,500.00 $99,000.00 $3,800.00 $68,400.00 $6,000.00 $108,000.00 17 WINGWALL (PW-1)(HW=5FT) EA 3.00 $5,100.00 $15,300.00 $5,000.00 $15,000.00 $32,000.00 $96,000.00 $15,000.00 $45,000.00 18 WINGWALL(SW 0)(HW=5FT) EA 1.00 $4,700.00 $4,700.001 $4,000.00 $4,000.00 $33,000.00 $33,000.00 $15,000.00 $15,000.00 19 GRATE&FRAME EA 12.00 $990.00 $11,880.00 $1,000.00 $12,000.00 $750.00 $9,000.00 $2,000.00 $24,000.00 THE CI TY OF ROUND ROCK BI D TABULATI ON Transportation Department Bid Extended By: 2008 Enterprise Dr. Print Name Initial Round Rock, Texas 78664 Bid Opening, 11/20/2017 Ernest Cerda EC Bid Opening Location: 2008 Enterprise Drive Liquidated Damages: Project Name: Roundville Ln I mprovements Na of Responses 4 Project I D: Project Manager: Chris Lopez Project Duration: Project Consultant: Stantec BI DDER'S NAM E: MA Smith Contracting Capital Excavation Aaron Concrete Patin Construction 20 REM OV STR(SET) EA 4.00 $400.00 $1,600.00 $800.00 $3,200.00 $600.00 $2,400.00 $850.00 $3,400.00 21 REM OV STR(PI PE) LF 358.00 $12.00 $4,296.00 $10.00 $3,580.00 $35.00 $12,530.00 $20.00 $7,160.00 22 P.C.CONCRETE TY II CURB(MONOLITHIC) LF 5,410.00 $9.25 $50,042.50 $10.00 $54,100.00 $6.00 $32,460.00 $10.00 $54,100.00 23 NEW P.C.CONCRETE SIDEWALKS(5 IN) SF 8,280.00 $5.25 $43,470.00 $6.00 $49,680.00 $6.20 $51,336.00 $6.00 $49,680.00 24 P.C.CONCRETE DRIVEWAY SF 6,745.00 $8.00 $53,960.00 $20.00 $134,900.00 $6.50 $43,842.50 $10.00 $67,450.00 25 SET(TY II)(30 IN)(RCP)(6:1)(P) EA 4.00 $3,100.00 $12,400.00 $3,500.00 $14,000.00 $2,200.00 $8,800.00 $3,000.00 $12,000.00 26 SET(TY II)(36 IN)(CMP)(6:1)(P) EA 5.00 $1,600.00 $8,000.00 $3,000.00 $15,000.00 $2,600.00 $13,000.00 $3,500.00 $17,500.00 27 RC PIPE (CL III)(18 IN) LF 2,471.00 $49.00 $121,079.00 $75.00 $185,325.00 $51.00 $126,021.00 $70.00 $172,970.00 28 RC PIPE (CL III)(30IN) LF 82.00 $80.00 $6,560.00 $150.00 $12,300.00 $80.00 $6,560.00 $90.00 $7,380.00 29 CMPPIPE (361N) LF 90.00 $79.00 $7,110.00 $110.00 $9,900.00 $94.00 $8,460.00 $100.00 $9,000.00 30 ROCK FILTER DAMS(INSTALL)(TY II) LF 142.00 $24.00 $3,408.00 $22.00 $3,124.00 $27.00 $3,834.00 $30.00 $4,260.00 31 ROCK FILTER DAMS(REMOVE) LF 142.00 $7.00 $994.00 $6.00 $852.00 $10.00 $1,420.00 $10.00 $1,420.00 32 BIODEG EROSION CONT LOGS(INSTALL)(8") LF 840.00 $3.25 $2,730.00 $5.00 $4,200.00 $4.00 $3,360.00 $4.00 $3,360.00 33 BIODEG EROSION CONT LOGS(REMOVE) LF 840.00 $0.54 $453.60 $1.00 $840.00 $0.50 $420.00 $1.00 $840.00 34 CONSTRUCTING DETOURS SY 2,833.00 $49.00 $138,817.00 $30.00 $84,990.00 $54.00 $152,982.00 $40.00 $113,320.00 35 CURB RAMPS(TY 3) EA 1.00 $1,500.00 $1,500.00 $2,500.00 $2,500.00 $1,400.00 $1,400.00 $1,500.00 $1,500.00 36 CURB RAMPS(TY 10) EA 1.00 $1,600.00 $1,600.00 $2,500.00 $2,500.00 $1,500.00 $1,500.00 $1,500.00 $1,500.00 37 MTL W-BEAM GD FEN(TIM POST) LF 40.00 $64.00 $2,560.00 $35.00 $1,400.00 $37.00 $1,480.00 $40.00 $1,600.00 38 GUARDRAIL END TREATMENT(INSTALL) EA 2.00 $2,400.00 $4,800.00 $2,200.00 $4,400.00 $2,300.00 $4,600.00 $3,000.00 $6,000.00 39 CHAIN LINK FENCED(REMOVAL) LF 232.00 $9.00 $2,088.00 $10.00 $2,320.00 $3.20 $742.40 $5.00 $1,160.00 40 NATIVE SEEDING FOR EROSION CONTROL METHOD SY 5,488.00 $1.40 $7,683.20 $6.00 $32,928.00 $0.90 $4,939.20 $1.00 $5,488.00 41 PRESERVATION OF TREES AND OTHER VEGETATION LF 200.00 $6.25 $1,250.00 $3.00 $600.00 $4.50 $900.00 $4.00 $800.00 42 STABILIZED CONSTRUCTION ENTRANCE SY 100.00 $11.00 $1,100.00 $20.00 $2,000.00 $12.00 $1,200.00 $40.00 $4,000.00 43 SILT FENCE FOR EROSION CONTROL LF 2,670.00 $1.90 $5,073.00 $3.00 $8,010.00 $3.00 $8,010.00 $3.00 $8,010.00 44 ALUMINUM SIGNS(TY A) SF 10.00 $24.00 $240.00 $21.00 $210.00 $22.00 $220.00 $30.00 $300.00 45 IN SM RD SN SUP&AM TY10BWG(1)SA(P) EA 2.00 $400.00 $800.00 $450.00 $900.00 $480.00 $960.00 $600.00 $1,200.00 46 WK ZN PAV MRK REM OV(W)8"(DOT) LF 135.00 $2.75 $371.25 $3.00 $405.00 $3.20 $432.00 $4.00 $540.00 47 WK ZN PAV MRK REMOV(W)24"(SLD) 1 LF 1 47.001 $8.75 $411.25 $8.00 $376.00 $10.60 $498.20 $12.00 $564.00 48 WK ZN PAV M RK REMOV(Y)4%6LD) I LF 1 7,948.001 $1.35 $10,729.80 1 $2.00 $15,896.00 1 $0.801 $6,358.40 1 $1.001 $7,948.00 THE CI TY OF ROUND ROCK BI D TABULATI ON Transportation Department Bid Extended By: 2008 Enterprise Dr. Print Name Initial Round Rods, Texas 78664 Bid Opening 11/20/2017 Ernest Cerda EC Bid Opening Location: 2008 Enterprise Drive Liquidated Damages: ProjectName: Roundville Ln I mprovemerts Na of R ses 4 Project I D: Project M ana Chris Lopez Pr 'ect Duration: Project Consultant: Stantec BI DDER'S NAM E: MA Smith Contracting Capital Excavation Aaron Concrete Patin Construction 49 REFL PAV MRK TY I(W)8"(SLD)(100MIL) LF 60.00 $1.60 $96.00 $2.00 $120.00 $2.10 $126.00 $2.00 $120.00 50 REFL PAV MRK TY I(W)(ARROW)(100MIL) EA 12.00 $92.00 $1,104.00 $85.00 $1,020.00 $80.00 $960.00 $80.00 $960.00 51 REFL PAV MRK TY I(W)(WORD)(100ML) EA 2.00 $150.00 $300.00 $140.00 $280.00 $106.00 $212.00 $105.00 $210.00 52 REFL PAV MRK TY I(Y)24"(SL D)(100MIL) LF 45.00 $4.25 $191.25 $4.00 $180.00 $6.40 $288.00 $7.00 $315.00 53 REFL PAV MRK TY II(W)8"(SLD) LF 60.00 $0.80 $48.00 $1.00 $60.00 $0.40 $24.00 $0.50 $30.00 54 REFL PAV MRK TY II(W)(ARROW) EA 12.00 $77.00 $924.00 $70.00 $840.00 $48.00 $576.00 $48.00 $576.00 55 REFL PAV M RK TY I I(W)(WORD) EA 2.00 $122.00 $244.00 $110.00 $220.00 $58.00 $116.00 $105.00 $210.00 56 REFL PAV M RK TY II(Y)4"(13 RK) LF 1,200.00 $0.40 $480.00 $0.50 $600.00 $0.20 $240.00 $1.00 $1,200.00 57 REFL PAV MRK TY II(Y)4"(SLD) LF 5,300.00 $0.40 $2,120.00 $0.50 $2,650.00 $0.20 $1,060.00 $1.00 $5,300.00 58 REFL PAV M RK TY II(Y)24"(SLD) LF 45.00 $3.25 $146.25 $3.00 $135.00 $3.20 $144.00 $4.00 $180.00 59 RE PM W/RET REQ TY I(Y)4"(BRK)(100MIL) LF 1,200.00 $0.80 $960.00 $1.00 $1,200.00 $0.60 $720.00 $1.00 $1,200.00 60 RE PM W/RET REQ TY I(Y)4"(aD)(100MIL) LF 5,300.00 $0.80 $4,240.00 $1.00 $5,300.00 $0.50 $2,650.00 $1.00 $5,300.00 61 REFLECTORIZED PAVEMENT MARKERS(TYPE I-C) EA 3.00 $6.25 $18.75 $6.00 $18.00 $750 $22.50 $8.00 $24.00 62 REFLECTORIZED PAVEMENT MARKERS(TYPE II-A-A) EA 139.00 $6.25 $868.75 $6.00 $834.00 $5.30 $736.70 $6.00 $834.00 63 PAV SURF PREP FOR MRK(4") LF 6,500.00 $0.16 $1,040.00 $0.20 $1,300.00 $0.10 $650.00 $1.00 $6,500.00 64 PAV SURF PREP FOR M RK(8") LF 60.00 $0.32 $19.20 $1.00 $60.00 $1.10 $66.00 $2.00 $120.00 65 PAV SURF PREP FOR MRK(24") LF 45.00 $1.40 $63.00 $2.00 $90.00 $1.10 $49.50 $2.00 $90.00 66 PAV SURF PREP FOR MRK(ARROW) EA 12.00 $35.00 $420.00 $32.001 $384.00 $22.00 $264.00 $22.00 $264.00 67 PAV SURF PREP FOR M RK(WORD) EA 2.00 $40.00 $80.00 $35.00 $70.00 $22.00 $44.001 $22.001 $44.00 68 IBARRICADES,SIGNSAND TRAFFIC HANDLING MO 12.00 $2,000.00 $24,000.00 $1,000.001 $12,000.00 1 $995.001 $11,940.00 1 $2,GOO.001 $24,000.00 THE CI TY OF ROUND ROCK BI D TABULATI ON Transportation Department Bid Extended By: 2008 Enterprise Dr. Print Name Initial Round Rock, Texas 78664 Bid Opening 11/20/2017 Ernest Cerda EC Bid Opening Location: 2008 Enterprise Drive Liquidated Dama Project Name: Roundvilie Ln I mprovements No.of Responses 4 Project I D: Project Manager: Chris Lopez Pr 'ect Duration: I Project Consultant: Stantec BIDDER'S NAME: MA Smith Contracting Capital Excavation Aaron Concrete Patin Construction BASE BI D-SH 45 DECEL LANE 69 PREPARING ROW STA 7.00 $1,300.00 $9,100.00 $1,100.00 $7,700.00 $1,500.00 $10,500.00 $4,000.00 $28,000.00 70 REMOVE P.C.CONCRETE CURB AND GUTTER LF 637.00 $7.00 $4,459.00 $10.00 $6,370.00 $6.00 $3,822.00 $2.00 $1,274.00 71 REMOVE P.C.CONCRETE SIDEWALK SF 3,819.00 $20.00 $76,380.00 $2.00 $7,638.00 $3.00 $11,457.00 $2.00 $7,638.00 72 STREET EXCAVATION CY 651.00 $20.00 $13,020.00 $25.00 $16,275.00 $27.00 $17,577.00 $40.00 $26,040.00 73 EMBANKMENT CY 100.00 $15.00 $1,500.00 $50.00 $5,000.00 $35.00 $3,500.00 $60.00 $6,000.00 74 TYPE B LIME SLURRY TON 11.00 $350.00 $3,850.00 $165.00 $1,815.00 $210.00 $2,310.00 $154.00 $1,694.00 75 LIME TREATED SUBGRADE (61N.THICK) SY 790.00 $9.50 $7,505.00 $20.00 $15,800.00 $15.00 $11,850.00 $12.00 $9,480.00 76 FLEXIBLE BASE CY 188.00 $45.00 $8,460.00 $70.00 $13,160.00 $75.00 $14,100.00 $60.00 $11,280.00 77 PRIME COAT(MC-30) GAL 11.00 $18.00 $198.00 $45.00 $495.00 $11.00 $121.00 $17.00 $187.00 78 HOT MIX ASPH CONC PAVEMENT(TY B) TON 254.00 $90.00 $22,860.00 $155.00 $39,370.00 $125.00 $31,750.00 $85.00 $21,590.00 79 HOT MIX ASPH CONC PAVEMENT(TY C) TON 72.00 $140.00 $10,080.00 $190.00 $13,680.00 $245.00 $17,640.00 $150.00 $10,800.00 80 P.C.CONCRETE CURB AND GUTTER(FINE GRADING) LF 340.00 $20.00 $6,800.00 $30.00 $10,200.00 $19.00 $6,460.00 $14.00 $4,760.00 81 NEW P.C.CONCRETE SIDEWALKS(5IN) SF 2,730.00 $5.25 $14,332.50 $5.00 $13,650.00 $8.00 $21,840.00 $6.00 $16,380.00 82 INLET(COM PL)(CURB)(PCO)(6')(NONE) EA 2.00 $4,100.00 $8,200.00 $6,000.00 $12,000.00 $3,100.00 $6,200.00 $6,000.00 $12,000.00 83 REM OV E STR(I N L ET) EA 3.00 $400.00 $1,200.00 $2,000.00 $6,000.00 $600.00 $1,800.00 $800.00 $2,400.00 84 REM OV STR(PI PE) LF 530.00 $12.00 $6,360.00 $15.00 $7,950.00 $37.00 $19,610.00 $20.00 $10,600.00 85 BIODEG EROSION CONT LOGS(INSTALL)(8") LF 80.00 $3.25 $260.00 $7.00 $560.00 $7.00 $560.00 $4.00 $320.00 86 BI OD EG EROSION CONT LOGS(REMOVE) LF 80.00 $0.55 $44.00 $1.00 $80.00 $1.60 $128.00 $1.00 $80.00 87 RC PIPE (CL III)(181N) LF 340.00 $63.00 $21,420.00 $82.00 $27,880.00 $55.001 $18,700.00 $80.00 $27,200.00 88 CURB RAMPS(TY 3) EA 1.00 $1,500.00 $1,500.00 $3,000.00 $3,000.00 $1,300.00 $1,300.00 $1,500.00 $1,500.00 89 CURB RAMPS(TY 10) EA 1.00 $1,600.00 $1,600.00 $3,000.00 $3,000.00 $1,400.00 $1,400.00 $1,500.00 $1,500.00 90 NATIVE SEEDING FOR EROSION CONTROL METHOD SY 111.00 $9.00 $999.00 $1.00 $111.00 $5.00 $555.00 $5.00 $555.00 91 SI LT FENCE FOR EROSION CONTROL I LF J 315.00 $2.00 $630.00 $3.00 $945.00 $2.80 $882.00 $2.00 $630.00 THE CI TY OF ROUND ROCK BI D TABULATI ON Transportation Department Bid Extended By: 2008 Enterprise Dr. Print Name Initial Round Rods, Texas 78664 Bid Opening 11/20/2017 Ernest Cerda EC Bid Opening Location: 2008 Enterprise Drive Liquidated Dama ProjectName: Roundville Ln Improvements No.of Responses 4 Project I D: Project Manager: ChrisLopez Pr 'ect Duration: Project Consultant: Stantec BIDDER'S NAME: MA Smith Contracting Capital Excavation Aaron Concrete Patin Construction BASE BI D-AW GRI M ES RECONSTRUCTI ON 92 PREPARING ROW STA 9.00 $1,200.00 $10,800.00 $1,000.00 $9,000.00 $1,500.00 $13,500.00 $4,000.00 $36,000.00 93 EMBANKMENT CY 100.00 $15.00 $1,500.00 $50.00 $5,000.00 $70.00 $7,000.00 $60.00 $6,000.00 94 TYPE B LIME SLURRY TON 2.00 $1,900.00 $3,800.00 $165.00 $330.00 $210.00 $420.00 $158.00 $316.00 95 LIME TREATED SUBGRADE (61N.THICK) SY 162.00 $12.00 $1,944.00 $50.00 $8,100.00 $43.00 $6,966.00 $12.00 $1,944.00 96 FLEXIBLE BASE CY 75.00 $50.00 $3,750.00 $100.00 $7,500.00 $120.00 $9,000.00 $35.00 $2,625.00 97 PLAN&TEXT ASPH CONC PAV(0"TO 3") SY 7,378.00 $3.75 $27,667.50 $6.00 $44,268.00 $3.50 $25,823.00 $5.00 $36,890.00 98 41N.CONCRETE PAVEMENT(BCO) SY 7,498.00 $34.00 $254,932.00 $35.00 $262,430.00 $52.00 $389,896.00 $60.00 $449,880.00 99 P.C.CONCRETE CURB AND GUTTER(FINE GRADING) LF 155.00 $20.00 $3,100.00 $30.00 $4,650.00 $25.00 $3,875.00 $15.00 $2,325.00 100 NEW P.C.CONCRETE SIDEWALKS(5 IN) SF 930.00 $5.25 $4,882.50 $5.00 $4,650.00 $8.00 $7,440.00 $6.00 $5,580.00 101 JCTBOX(COM PL)(PJB)(4FTx4FT) EA 2.00 $5,200.00 $10,400.00 $4,000.00 $8,000.00 $5,100.00 $10,200.00 $5,000.00 $10,000.00 102 INLET(COM PL)(CURB)(PCO)(6')(NONE) EA 1.00 $4,100.00 $4,100.00 $6,000.00 $6,000.00 $3,100.00 $3,100.00 $5,000.00 $5,000.00 103 REMOVE ST R(INLET) EA 1.00 $400.00 $400.00 $2,000.00 $2,000.00 $600.00 $600.00 $850.00 $850.00 104 REM OVSTR(PI PE) LF 156.00 $12.00 $1,872.00 $10.00 $1,560.00 $32.00 $4,992.00 $20.00 $3,120.00 105 BIODEG EROSION CONT LOGS(INSTALL)(8") LF 40.00 $3.501 $140.00 $7.00 $280.00 $7.00 $280.00 $4.00 $160.00 106 BIODEG EROSION CONT LOGS(REMOVE) LF 40.00 $0.551 $22.00 $2.00 $80.00 $1.60 $64.00 $1.00 $40.00 107 RC PIPE (CL 111)(18 IN) LF 243.00 $56.00 $13,608.00 $85.00 $20,655.00 $56.00 $13,608.00 $80.00 $19,440.00 108 ALUMINUM SIGNS(TY A) SF 27.00 $24.00 $648.00 $25.00 $675.00 $22.00 $594.00 $35.00 $945.00 109 IN SM RD SN SUP&AM TY10BWG(1)SA(P) EA 4.00 $390.00 $1,560.00 $450.00 $1,800.00 $480.00 $1,920.00 $600.00 $2,400.00 110 REFL PAV MRK TY I(W)8"(SLD)(100MIL) LF 666.00 $1.60 $1,065.60 $2.00 $1,332.00 $0.60 $399.60 $6.00 $3,996.00 111 REFL PAV MRK TY I(W)12"(SL D)(100MIL) LF 420.00 $3.00 $1,260.00 $3.00 $1,260.00 $3.20 $1,344.00 $8.00 $3,360.00 112 REFL PAV MRK TY I(W)24"(SL D)(100MIL) LF 139.00 $3.00 $417.00 $4.00 $556.00 $6.40 $889.60 $25.00 $3,475.00 113 REFL PAV MRK TY I(W)(ARROW)(100MIL) EA 5.00 $95.00 $475.00 $85.00 $425.00 $80.00 $400.00 $350.00 $1,750.00 114 REFL PAV MRK TY I(W)(WORD)(100ML) EA 5.00 $150.00 $750.00 $140.00 $700.00 $106.00 $530.00 $450.00 $2,250.00 115 REFL PAV MRK TY II(W)4"(B RK) LF 580.00 $0.40 $232.00 $1.00 $580.00 $1.10 $638.00 $6.00 $3,480.00 116 REFL PAV M RK TY II(W)8"(SLD) LF 666.00 $0.80 $532.80 $1.00 $666.00 $1.10 $732.60 $7.00 $4,662.00 117 REFL PAV MRK TY II(W)12"(SLD) LF 420.00 $2.10 $882.00 $2.00 $840.00 $1.60 $672.00 $8.00 $3,360.00 118 REFL PAV MRK TY II(W)24"(SLD) LF 139.001 $3.25 $451.751 $3.001 $417.001 $3.201 $444.80 $25.001 $3,475.00 THE CITY OF ROUND ROCK BI D TABULATI ON Transportation Department Bid Extended By: 2008 Enterprise Dr. Print Name Initial Round Rock, Texas 78664 Bid Opening 11/20/2017 Ernest Cerda EC Bid Opening Location: 2008 Enterprise Drive Liquidated Damages: Project Name: Roundville Ln I mprovements No.of Response& 4 Project I D: Project Manager: Chris Lopez Project Duration: Project Consultant: Stantec BI DDER'S NAM E: MA Smith Contracting Capital Excavation Aaron Concrete Patin Construction 119 REFL PAV MRK TY II(W)(ARROW) EA 5.00 $80.00 $400.00 $70.00 $350.00 $48.00 $240.00 $350.00 $1,750.00 120 REFL PAV M RK TY I I(W)(WORD) EA 5.00 $125.00 $625.00 $110.00 $550.00 $58.00 $290.00 $450.00 $2,250.00 121 REFL PAV M RK TY II(Y)4"(B RK) LF 40.00 $0.40 $16.00 $1.00 $40.00 $1.10 $44.00 $6.00 $240.00 122 REFL PAV M RK TY II(Y)4"(SLD) LF 267.00 $0.40 $106.80 $1.00 $267.00 $1.10 $293.70 $6.00 $1,602.00 123 RE PM W/RET REQ TY I(W)4"(BRK)(100MIL) LF 580.00 $0.80 $464.00 $1.00 $580.00 $1.10 $638.001 $6.00 $3,480.00 124 RE PM W/RET REQ TY I(Y)4"(BRK)(100MIL) LF 40.00 $0.80 $32.00 $1.00 $40.00 $1.10 $44.00 $6.00 $240.00 125 RE PM W/RET REQ TY I(Y)4"(SL D)(100MIL) LF 267.00 $0.80 $213.60 $1.00 $267.00 $1.10 $293.70 $6.00 $1,602.00 126 REFLECTORIZED PAVEMENT MARKERS(TYPE I-C) EA 52.00 $6.25 $325.00 $6.00 $312.00 $7.50 $390.00 $55.00 $2,860.00 127 REFLECTORIZED PAVEMENT MARKERS(TYPE II-A-A) EA 12.00 $6.25 $75.00 $6.00 $72.00 $10.60 $127.20 $60.00 $720.00 128 PAV SURF PREP FOR MRK(4") LF 887.00 $0.16 $141.92 $1.00 $887.00 $0.10 $88.70 $1.00 $887.00 129 PAV SURF PREP FOR MRK(8") LF 666.00 $0.32 $213.12 $1.00 $666.00 $0.20 $133.20 $1.00 $666.00 130 PAV SURF PREP FOR M RK(12") LF 420.00 $0.65 $273.00 $1.00 $420.00 $0.50 $210.00 $1.00 $420.00 131 PAV SURF PREP FOR M RK(24") LF 139.00 $1.45 $201.55 $2.00 $278.00 $1.10 $152.90 $1.00 $139.00 132 PAV SURF PREP FOR MRK(ARROW) EA 5.001 $35.001 $175.001 $32.001 $160.001 $22.001 $110.001 $22.00 $110.00 133 1 PAV SURF PREP FOR M RK(WORD) EA 5.00 $40.00 $200.001 $35.001 $175.001 $22.001 $110.001 $22.00 $110.00 THE CITY OF ROUND ROCK BI D TABULATI ON Transportation Deparhnent Bid Extended By: 2008 Enterprise Dr. Print Name Initial Round Rod(, Texas 78664 Bid Opening 11/20/2017 Ernest Cerda EC Bid Opening Location: 2008 Enterprise Drive Liquidated Damn Project Name: Roundville Ln I mprovements No.of Responsm 4 Project I D: Project Manager: ChrisLopez Project Duration: Project Consultant: Stantec BI DDER'S NAM E: MA Smith Contracting Capital Excavation Aaron Concrete Patin Construction TRAFFIC SIGNAL A.W.GRI MES&ROUNDVI LLE LN 134 DRILL SHAFT(TRF SIG POLE)(30IN) LF 11.00 $275.00 $3,025.00 $280.00 $3,080.00 $300.00 $3,300.00 $400.00 $4,400.00 135 DRILL SHAFT(TRF SIG POLE)(36 IN) LF 26.00 $325.00 $8,450.00 $335.00 $8,710.00 $355.00 $9,230.00 $450.00 $11,700.00 136 COND(PVC)(SCH 40)(2") LF 540.00 $19.00 $10,260.00 $19.00 $10,260.00 $20.00 $10,800.00 $25.00 $13,500.00 137 COND(PVC)(SCH 40)(2")(BORE) LF 100.00 $60.00 $6,000.00 $62.00 $6,200.00 $65.00 $6,500.00 $90.00 $9,000.00 138 COND(PVC)(SCH 40)(3") LF 710.00 $21.00 $14,910.00 $22.00 $15,620.00 $23.00 $16,330.00 $30.00 $21,300.00 139 COND(PVC)(SCH 40)(3")(BORE) LF 340.00 $70.00 $23,800.00 $72.00 $24,480.00 $75.00 $25,500.00 $90.00 $30,600.00 140 COND(PVC)(SCH 40)(4") LF 40.00 $27.00 $1,080.00 $28.00 $1,120.00 $30.00 $1,200.00 $50.00 $2,000.00 141 ELEC CONDR(NO 8)BARE LF 1,751.00 $1.10 $1,926.10 $1.00 $1,751.00 $1.20 $2,101.20 $2.00 $3,502.00 142 ELEC CONDR(NO 8)INSULATED LF 1,066.00 $1.70 $1,812.20 $2.00 $2,132.00 $1.80 $1,918.80 $4.00 $4,264.00 143 ELEC CONDR(NO 6)BARE LF 115.001 $3.25 $373.75 $4.00 $460.00 $3.50 $402.50 $4.00 $460.00 144 ELEC CONDR(NO 6)INSULATED LF 65.00 $4.50 $292.50 $5.00 $325.00 $4.70 $305.50 $5.00 $325.00 145 GROUND BOX TY D(162922)W/APRON EA 4.00 $1,700.00 $6,800.00 $1,800.00 $7,200.00 $1,900.00 $7,600.00 $1,800.00 $7,200.00 146 INSTALL HWY TRF SIG(SYSTEM) EA 1.00 $19,000.00 $19,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $35,000.00 $35,000.00 147 VEH SIG SEC(12")LED(GRN) EA 6.00 $325.00 $1,950.00 $400.00 $2,400.00 $355.00 $2,130.00 $400.00 $2,400.00 148 IVEH SIG SEC(12")LED(GRN ARM EA 1.00 $325.00 $325.00 $400.00 $400.00 $355.00 $355.00 $400.00 $400.00 149 V EH SI G SEC(12")L ED(Y EL) EA 6.00 $325.00 $1,950.00 $400.00 $2,400.00 $355.00 $2,130.00 $400.00 $2,400.00 150 V EH SI G SEC(12")L ED(Y EL A RW) EA 1.00 $325.00 $325.00 $400.00 $400.00 $355.00 $355.00 $400.00 $400.00 151 VEH SIG SEC(12")LED(RED) EA 6.00 $325.00 $1,950.00 $400.00 $2,400.00 $355.00 $2,130.00 $400.00 $2,400.00 152 V EH SI G SEC(12")L ED(RED A RW) EA 1.00 $325.00 $325.00 $400.001 $400.00 $355.00 $355.00 $400.00 $400.00 153 BACK PLATE(12")(3 SEC) EA 6.00 $70.00 $420.00 $71.00 $426.00 $75.00 $450.00 $70.00 $420.00 154 BACK PLATE(12")(4 SEC) EA 1.00 $82.00 $82.00 $80.00 $80.00 $85.00 $85.00 $75.00 $75.00 155 TRF SIG CBL(TY A)(12 AWG)(3 CONDR) LF 527.00 $2.15 $1,133.05 $2.00 $1,054.00 $2.40 $1,264.80 $3.00 $1,581.00 156 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) LF 254.00 $3.25 $825.50 $3.00 $762.00 $3.50 $889.00 $4.00 $1,016.00 157 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 543.00 $3.75 $2,036.25 $4.00 $2,172.00 $4.10 $2,226.30 $4.00 $2,172.00 158 TRF SI G CBL(TY A)(14 AWG)(20 CONDR) LF 470.001 $4.25 $1,997.50 $5.001 $2,350.00 $4.70 $2,209.00 $5.00 $2,350.00 159 JTRF SIG CBL(TY A)(16 AWG)(3 CONDR) LF 989.00 $1.10 $1,087.90 $1.001 $989.00 $1.20 $1,186.80 $2.00 $1,978.00 160 INSTRFSIG PL AM(S)1 ARM(28')(ILSN) EA 1.00 $8,000.00 $8,000.00 $8,000.00 $8,000.00 $8,300.00 $8,300.00 $10,000.00 $10,000.00 THE CITY OF ROUND ROCK BI D TABULATI ON Tran-T"tion Department Bid Extended By: 2008 Enterprise Dr. Print Name Initial Round Rods, Texas. 78664 Bid Opening 11/20/2017 Ernest Cerda EC Bid Opening Location: 2008 Enterprise Drive Liquidated Damages: Project Name: Roundville Ln I mprovements Na of Responses 4 Project I D: Project Mana ChrisLopez Project Duration: Project Consultant: Stantec BI DDER'S NAM E: MA Smith Contracting Capital Excavation Aaron Concrete Patin Construction 161 INSTRF SIG PL AM(S)1 ARM(44')LUM(ILSN) EA 2.00 $10,000.00 $20,000.00 $10,000.00 $20,000.00 $11,000.00 $22,000.00 $15,000.00 $30,000.00 162 PED POLE ASSEMBLY EA 2.00 $3,000.00 $6,000.00 $3,000.00 $6,000.00 $3,200.00 $6,400.00 $5,000.00 $10,000.00 163 PED DETECT PUSH BUTTON(APS) EA 2.00 $900.00 $1,800.00 $1,000.00 $2,000.00 $950.00 $1,900.00 $2,000.00 $4,000.00 164 PED DETECTOR CONTROLLER UNIT EA 1.00 $3,300.00 $3,300.00 $4,000.00 $4,000.00 $3,600.00 $3,600.00 $5,500.00 $5,500.00 165 VIVDS PROCESSOR SYSTEM EA 1.00 $5,500.00 $5,500.00 $6,000.00 $6,000.00 $5,900.00 $5,900.00 $6,500.00 $6,500.00 166 VIVDS CAMERA ASSEMBLY EA 4.00 $1,600.00 $6,400.00 $1,700.00 $6,800.00 $1,800.00 $7,200.00 $1,800.00 $7,200.00 167 VIVDS SET-UP SYSTEM EA 1.00 $550.00 $550.00 $600.00 $600.00 $590.00 $590.00 $1,000.00 $1,000.00 168 VIVDS COMMUNICATION CABLE(COAXIAL) LF 989.00 $4.25 $4,203.25 $5.00 $4,945.00 $4.70 $4,648.30 $5.00 $4,945.00 169 ETHERNET CABLE CAT F(FOR RADIO) LF 84.00 $8.00 $672.00 $8.00 $672.00 $8.30 $697.20 $8.00 $672.00 170 TITAN INTEGRATED BROADBAND 2/5.8 GHX RADIO EA 1.00 $2,500.00 $2,500.00 $2,500.00 $2,500.00 $2,700.00 $2,700.00 $2,500.00 $2,500.00 171 BROADBAND ANTENNA EA 1.00 $625.00 $625.00 $700.00 $700.00 $680.00 $680.00 $600.00 $600.00 172 OPTICOM DETECTOR-GTT MODEL 722 EA 2.00 $1,000.00 $2,000.00 $1,000.00 $2,000.00 $1,100.00 $2,200.00 $1,000.00 $2,000.00 173 OPTICOM PHASE SELECTOR-GTT MODEL 764 EA 1.00 $4,000.00 $4,000.00 $4,000.00 $4,000.00 $4,300.00 $4,300.00 $4,000.00 $4,000.00 174 OPTICOM CARD RACK-GTT MODEL 760 EA 1.00 $1,100.00 $1,100.00 $1,000.00 $1,000.00 $1,100.00 $1,100.00 $1,000.00 $1,000.00 175 OPTICOM CABLE-GTT MODEL 138 LF 708.00 $5.50 $3,894.00 $6.00 $4,248.00 $5.90 $4,177.20 $6.00 $4,248.00 176 AXIS NETWORK PTX CAMERA EA 1.00 $5,600.00 $5,600.00 $6,000.00 $6,000.00 $6,000.00 $6,000.00 $5,300.00 $5,300.00 177 ETHERNET CABLE CAT 6(FOR PTZ) LF 164.00 $4.50 $738.00 $5.00 $820.00 $4.70 $770.80 $10.00 $1,640.00 178 CONNECT ETHERNET SWITCH EA 1.00 $1,400.00 $1,400.00 $1,500.00 $1,500.00 $1,500.00 $1,500.00 $1,500.00 $1,500.00 179 ITERIS EDGE CONNECT CARD EA 1.00 $2,800.00 $2,800.00 $3,000.00 $3,000.00 $3,100.00 $3,100.00 $4,000.00 $4,000.00 180 IMOBILIZATION LS 1.00 $120,000.00 $120,000.00 $205,000.00 $205,000.00 $250,000.00 $250,000.00 $250,000.00 $250,000.00 TOTAL BASE BID: $2,699,825.69 $3,058,566.00 $3,163,090.80 $3,619,602.00 Stantec Consulting Services Inc. Sta ntec 1905 Aldrich St,Suite 300,Austin TX 78723 November 22, 2017 File: 222010606 Attention:City of Round Rock-Transportation 2008 Enterprise Dr Round Rock, Texas 78664 Reference: Roundville Ln Improvements -Bid Evaluation Results&Contract Award Recommendation Dear Ms. Collier, On Monday, November 20th, 2017 bids were received and opened for the above-referenced project. A total of four(4) bids were received and evaluated. The following is a list of the contractors that submitted a bid. • Aaron Concrete Contractors, LP • Capital Excavation • MA Smith Contracting Co„ Inc. • Patin Construction, LLC MA Smith Contracting CO., Inc.from Austin, Texas was formally identified as the apparent low bidder with a Base Bid of$2,699,825.69 and therefore, we recommend contract award to said company. Ranking order Based on the presented Base Bid Items: 1. MA Smith Contracting Co., Inc 2, Capital Excavation 3. Aaron Concrete Contractors, LP 4. Patin Construction, LLC Again, thank you to all parties for your patience and effort throughout this process. If you have any questions or require any additional information, please do not hesitate to contact our office at(512)328-0011 or email me at Arnold.Gonzales@stantec.com. Design with community in mind November 22, 2017 Page 2 of 2 Reference: Roundville Ln Improvements Regards, STANTEC CONSULTING SERVICES INC. ' b - Arnold Gonzales Jr Senior Project Manager Phone:(512)328-0011 Fax: (512)328-0325 Arnold,Gonzales@stantec,com Attachment: Roundville Did Tabulations,xls i f CERTIFICATE OF INTERESTED PARTIES FORM 1295 1, 1 of 1 Complete Nos,1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-286737 MA Smith Contracting Co., Inc. Austin,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 11/22/2017 being filed. City of Round Rock,Texas Date Acknowledged: 3 Provide the identification number used by the governmental entity or state ardency to track or identify the contract,and provide a description of the services,goads,or other property to be provided under the contract. Roundville Lane Project Roundville Lane reconstruction Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary 4 E N 5 Check only if there is NO Interested Party. 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct, t WSTY ROH-RTS Idolafy Public.,State of Texas E.xpires My Cor��mi;�sion J011LIOry 23, 1113 `' " /8ignalVreof authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said �f"Cw�s o-t ,this the day of V' r 20to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1,0.3337 CERTIFICATE OF INTERESTED PARTIES FORM 3.295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-286737 MA Smith Contracting Co., Inc. Austin,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 11/22/2017 being filed. City of Round Rock,Texas Date Acknowledged: 12/01/2017 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. Roundville Lane Project Roundville Lane reconstruction Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said this the day of 20 ,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337