Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - Austin Traffic Signal Construction Co - 1/11/2018
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 o )('i /1— f ,- AGREEMENT of____Ra'7/1/ in the year 20 BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Austin Traffic Signal Construction o, int, ("Contractor") The Project is described as: Traffic Signal at A.W. Grimes Blvd. &Town Centre Dr. 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: 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 I 00307791 li 1 Ili a.2416' ,t0( 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. h 3.3 Contractor shall commence Work within Ten ( 10 ) calendar days from the date delineated in the Notice to Proceed. 111 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than N/A ( N/A )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than 1 Ninety ( 90 )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 the1111 date(s)specified for Substantial Completion in the Agreement,Contractor shall pay to Owner,as liquidated damages, the sum of Five-hundred and No/100 Dollars($500.00 ) for each calendar day that Substantial Completion is delayed after the date(s) Il 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. 111 3.6 Contractor shall achieve Final Completion of the entire Work no later than One-hundred&twenty ( 120 )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. 111 The Contract Sum shall be Two hundred fifty-four thousand,five hundred ninety-five dollars&fifty-five cents ($254,595.55 ), subject to additions and deductions as provided in the Contract Documents. II 4.2 Does the Contract Sum include alternates which are described in the Bid Form? No X . Yes .If yes,please provide details below: III I 11 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 . lj " ... e.... • les s Ar:!, `w . I 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 I 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 Icomputed 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 it 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. 1 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 Ishall 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 I 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 7.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated as follows: 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 III modified. 7.1.3 The Supplementary, Special,and other Conditions of the Contract are those contained in the Project Manual dated November 2017 7.1.4 The Specifications are those contained in the Project Manual dated November 2017 II 7.1.5 The Drawings,if any,are those contained in the Project Manual dated November 2017 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated111 November 2017 7.1.7 The Notice to Bidders, Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the I Project Manual dated November 2017 I 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract FormsIP 03000,"Federally Required Contract Clauses,as modified. 7.1.9 Other documents, if any, forming part of the Contract Documents are as follows: Section 02000-Plans,Details&Notes P ARTICLE 8 MISCELLANEOUS PROVISIONS 111 8.1 Where reference is made in this provision to Agreement r g ovision 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 1111 I clopez c@roundrocktexas.gov 8.3 Contractor's representative is: �Q..L. � )tet Q � "- --? .___'"?...cV---- ,c'rj-i P .7,\-1-----A c.c: , c, ......_ __(-i4.....:i.,,c,,,,,c, 8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the P other party. � ) Y 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 I 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 the 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. I8.7 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. 8.8 This Agreement 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 Il Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and 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 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. 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) original copies, of which one is to be delivered to Contractor, one to Engineer for use in the administration of the o Contract,and the remainder to Owner. OWNER CONTRACTOR i CITY o OUND R I CK,T s tin Traffic Si+nal Construction Go ii r --- --/1/4,-,7A .M Printed ame: ,Z u i_/, VI Printed Nam . '1` t.% ' Title MVI—- Title: Date Signed: 2 . `o' L Date Signed: 2- ~� C, ii ATTEST: ,u szi/fifrill_- 1407-1 City Clerk 4 FOR ‘ I ,APP OVE I AS TO FORM: - •v', City Att I 1 ey 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 1 011 IPISSUED IN SEVEN(7)COUNTERPARTS Bond Number: 82460500 1 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Austin Traffic Signal Construction Company,Inc. of the City of Pflugerville , County of . Travis , and State of Texas , as Principal, and Federal 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 Hundred Fifty Four Thousand Five Hundred Ninety Five and 55/100 Dollars ($ 254,595.55 ) 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 r , 20 18to which the Agreement is herebyreferred to and made apart hereof as fullyandmeto the same extentasif copied at length herein consisting of: Traffic Signal at A.W. Grimes Blvd. & Town Centre Dr. (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 1 111 PERFORMANCE BOND (continued) Surety, for value received, g 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 24th day of January , 2017 Austin Traffic Signal Construction Company,Inc. Federal Insurance Company Principal Surety Edward Schroeder V. DeLene Marshall Prii j Name Printe. Name B By: 1� �� K)& 1 Title: V.P. Title: Attorney-In-Fact Address: P.O. Box 130 Address: 202B Hall's Mill Road Round Rock, TX 78680 Whitehouse Station,NJ 08889 Resid nt • lent o Nirety: Signatu - Ricardo Reyna Printed Name 2711 N. Haskell Ave., Suite 800 Street Address Dallas, TX 75204 City, State & Zip Code 1 Page 2 00610 7-2009 Performance Bond 00090656 I ISSUED IN SEVEN(7)COUNTERPARTS Bond Number: 82460500 PAYMENT BOND THE STATE OF TEXAS S S KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Austin Traffic Signal Construction Company,Inc., of the City of Pflugerville , County of Travis , and State of Texas as Principal, and Federal 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 Two Hundred Fifty Four Thousand Five Hundred Ninety Five and 55/100 Dollars ($ 254,595.55 ) 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 t (.' 6 , 20 18 , to which Agreement is hereby referred to and made a part hereof as fully and to le same extent as if copied at length herein consisting of: Traffic Signal at A.W. Grimes Blvd. & Town Centre Dr. (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. 111 Page 1 00620 7-2009 00090656 Payment Bond 3 I PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no chap e addition to the terms of the Agreement, or to the Workg , extension of time, alteration or specifications or drawings accompanying the same shall in anywiserformed thereunder, or the plans, bond, and it does hereby waive notice of ally such change, affect it's obligation on this extension addition to the terms of the contract, or to the work to be performed theof time, alteration or theof IN WITNESS WHEREOF, the said Principal and Suret have ' January y s►gned and sealed this Instrument this 24th day of 2018 . Austin Traffic Signal Construction Company,Inc. Principal Federal Insurance Com an Edward Schroeder Surety Pri - Name ( V. DeLene Marshall Print-G lane Tit e. - By: ��� % , 1 A. k Address: Title: Attorne -In-Fact P.O. Box 130 y Address: 202B Hall's Mill Road Round Rock TX 78680 Whitehouse Station NJ 08889 Reside ,t Agent o rety: ' ir t Signa - Ricardo Re na Printed Name 2711 N. Haskell Ave. Suite 800 Street Address Dallas TX 75204 I 1 IL .4 00620 -?009 Page 2 00090656 Payment Bond Client#: 148784 AUSTITRAI YYYY) M/DDI ACORDTM CERTIFICATE OF LIABILITY INSURANCE 1/23/2018 DATE(MM/DDP 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 NAMEACT Cindy Ellis USI Southwest Austin PHONE X FA (A/C,No,Ext):512 451-7555 FAX,No): 512 467-0113 7600-B N.Capital of TX Hwy#200 Mass, cindy.ellis@usi.com ellis usi.com ADDRE Austin,TX 78731 INSURER(S)AFFORDING COVERAGE NAIC# 512 451-7555 16535 INSURER A:Zurich American Insurance Co. INSURED INSURER B:American Guarantee&Liability 26247 Austin Traffic Signal Construction 20281 INSURER C;Federal Insurance Company Co.,Inc.&ATS Drilling, Inc. P.O.Box 130 INSURER D f Round Rock,TX 78680 INSURER E 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. LTRR POLICY EFF POLICY EXP TYPE OF INSURANCE NW SR VD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY GL0483972305 03/01/2017 03/01/2018 EACH OCCURRENCE $1,000,000 L.- DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $100,000 MED EXP(Any one person)_$10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY X JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 - OTHER: $ A AUTOMOBILE LIABILITY BAP483972405 03/01/2017 03/01/2018 Ee aBcideDnt)INGLE LIMIT —$1'000'000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) $ B X UMBRELLA LIAB X OCCUR AUC549084905 03/01/2017 03/01/2018 EACH OCCURRENCE $20,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $20,000,000 DED RETENTION$ $ A WORKERS COMPENSATION WC483972205 03/01/2017 03/01/2018 X STATUTE EORH AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N 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 yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Installation 06639633 03/01/2017 03/01/2018 $100,000 Floater $1,000 deductible DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) i RE:Job#2060--Traffic Signal at A.W.Grimes Blvd.&Town Centre Dr., Round Rock,TX The General Liability and Auto policies include blanket automatic Additional Insured endorsements that provide Additional Insured status to the Certificate Holder(and other entities as required by the Prime Contract),only when there is a written contract that requires such status and only with regard to work performed on behalf of the named insured. The General Liability,Auto and Workers Compensation policies (See Attached Descriptions) ICERTIFICATE 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 I Attn: City Manager ACCORDANCE WITH THE POLICY PROVISIONS. 221 E. Main Street Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION.All rights reserved. 1 THE CI TYOF ROUND ROCK - �� ., BI D TABULATI ON Tran tion D rtittent '` 1 a ...._,_._... .. ...._._ Bid Extended By: 2008 Enterprise Dr. ! � .. "' -- Round Rock, Texas 78664 �r 9627 �,�'' Print Name Initials " '�rCNS � �r Bid Opening: 12/12/2017 Ernest Cerda EC Bid Opening Location:2008 Enterprise Drive •: 1, Liquidated Damages Project Name: Traffic Signal at A.W.Grimes& Town Centre Dr. *"`Y •"°' No.of Responses 2 Project I D: Project Manager: Chris Lopez Project Duration: 12/15/2017 Project Consultant: Stantec BI DDER'S NAM E: Austin Traffic Signal American Lighting and Construction Co,I nc Signalization, LLC BASE BID TRAFFIC SIGNAL (@ A.W.GRIM ES& TOWN CENTRE DR) Item# Item Description UNIT A QTYOX UNIT PRICE COST UNIT PRICE COST 1 DRILL SHAFT(TRF SIG POLE)(36 IN) LF 56.00 $234.00 $13,104.00 $989.76 $55,426.56 2 MOBILIZATION LS 1.00 $15,000.00 $15,000.00 $26,841.58 $26,841.58 3 BARRICADES, SIGNSAND TRAFFIC HANDLING MO 2.00 $3,000.00 $6,000.00 $3,148.70 $6,297.40 4 CURB RAMPS(TY 1) EA 4.00 $3,080.00 $12,320.00 $2,603.60 $10,414.40 5 CURB RAMPS(TY 10) EA 2.00 $3,500.00 $7,000.00 $2,258.60 $4,517.20 6 COND(PVC)(SCH 80)(2") LF 535.00 $7.00 $3,745.00 $13.46 $7,201.10 7 CONDT(PVC)(SCH 80)(2")(BORE) LF 350.00 $35.00 $12,250.00 $23.78 $8,323.00 8 COND(PVC)(SCH 80)(3") LF 550.00 $9.00 $4,950.00 $14.66 $8,063.00 9 COND(PVC)(SCH 80)(3")(BORE) LF 340.00 $40.00 $13,600.00 $28.56 $9,710.40 10 COND(PVC)(SCH 80)(4") LF 110.00 $16.00 $1,760.00 $19.74 $2,171.40 11 ELEC CONDR(NO 8)BARE LF 1,500.00 $1.00 $1,500.00 $1.32 $1,980.00 12 ELEC CONDR(NO 8)INSULATED LF 1,810.00 $1.10 $1,991.00 $1.39 $2,515.90 13 ELEC CONDR(NO 6)BARE LF 25.00 $6.00 $150.00 $5.02 $125.50 14 ELEC CONDR(NO 6)INSULATED LF 50.00 $7.00 $350.00 $5.02 $251.00 15 GROU N D BOX TY D(162922)W/A PRON EA 6.00 $1,800.00 $10,800.00 $1,155.83 $6,934.98 16 ELC SRV TY D 120/240 100(NS)AL(E)PS(U) EA 1.00 $5,600.00 $5,600.00 $5,862.70 $5,862.70 17 INSTALL HWY TRF SIG(SYSTEM) EA 1.00 $15,000.00 $15,000.00 $23,658.95 $23,658.95 18 V EH SI G SEC(12")LED(GRN) EA 11.00 $193.00 $2,123.00 $209.73 $2,307.03 19 V EH SI G SEC(12")L ED(GRN A RW) EA 4.00 $193.00 $772.00 $209.73 $838.92 20 V EH SI G SEC(12")L ED(Y EL) EA 11.00 $193.00 $2,123.00 $209.73 $2,307.03 21 VEH SIG SEC(12")LED(Y EL ARW) EA 6.00 $193.00 $1,158.00 $209.73 $1,258.38 22 IV EH SI G SEC(12")L ED(RED) EA 11.00 $193.00 $2,123.00 $209.73 $2,307.03 23 V EH SI G SEC(12")L ED(RED A RW) EA 4.00 $193.00 $772.00 $209.73 $838.92 24 PED SIG SEC(LED)(COUNTDOWN) EA 2.00 $900.00 $1,800.00 $531.30 $1,062.60 25 BACK PLATE(12")(3 SEC)ALUM EA 13.00 $53.001 $689.00 $89.41 $1,162.33 THE CI TY OF ROUND ROCK _ BID TABULATION Tran tion D rtrnent a Bid Extended By: 2008 Enterprise Dr. " ' '...... `r �' Ef�ESfi 5. CE1t Round Rock, Texas 78664 +"��;'�!"�'�"""'962 76"' '.'"'"�" Print Name Initials + +;. Bid Opening: 12/12/2017 Ernest Cerda EC its jc5r Bid Opening Location:2008 Enterprise Drive aAL.+. �.. Liquidated Damages Project Name: Traffic Signal at A.W.Grimes& Town Centre Dr. � ���"�`" No.of Responses 2 Project I D: Project Manager: Chris Lopez Project Duration: 12t15/2417 Project Consultant: Stantec BI DDER'S NAM E: Austin Traffic Signal American Lighting and Construction Co, I nc Signalization, LLC 26 BACK PLATE(12")(4 SEC)ALUM EA 2.00 $69.00 $138.00 $108.82 $217.64 27 TRF SIG CBL(TY A)(12 AWG)(3 CONDR) LF 1,111.00 $1.25 $1,388.75 $1.52 $1,688.72 28 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) LF 383.00 $1.60 $612.80 $1.78 $681.74 29 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 1,578.00 $2.00 $3,156.00 $1.95 $3,077.10 30 TRF SIG CBL(TY A)(14 AWG)(20 CONDR) LF 975.00 $4.00 $3,900.00 $3.64 $3,54.9.00 31 TRF SIG CBL(TY A)(16 AWG)(3 CONDR) LF 1,675.00 $1.00 $1,675.00 $3.02 $5,058.50 32 INS TRF SIG PL AM (S) 1 ARM (40')LUM & ILSN EA 2.00 $7,400.00 $14,800.00 $7,710.75 $15,421.50 33 INS TRF SIG PL AM (S) 1 ARM (48')LUM & ILSN EA 2.00 $9,100.00 $18,200.00 $8,055.75 $16,111.50 34 PED POLE A SSEM B LY EA 4.00 $2,700.00 $10,800.00 $2,346.58 $9,386.32 35 PED DETECT PUSH BUTTON(APS) EA 8.00 $535.00 $4,280.00 $809.60 $6,476.80 36 PED DETECTOR CONTROLLER UNIT EA 1.00 $2,920.00 $2,920.00 $3,669.65 $3,669.65 37 VIVDS PROCESSOR SYSTEM EA 2.00 $4,000.00 $8,000.00 $2;360.95 $4,721.90 38 VIVDS CAMERA ASSEMBLY EA 6.00 $1,500.00 $9,000.00 $1,565.92 $9,395.52 39 VIVDS SET-U P SYSTEM EA 1.00 $350.00 $350.00 $1,062.60 $1,062.60 40 VIVDS COMMUNICATION CABLE(COAXIAL) LF 1,675.00 $4.00 $6,700.00 $3.24 $5,427.00 41 ILSN(LED)8D LF 4.00 $2,800.00 $11,200.00 $2,620.85 $10,483.40 42 ETHERNET CABLE CAT F(FOR RADIO) EA 140.00 $4.00 $560.00 $4.56 $638.40 43 TITAN INTEGRATED BROADBAND 2/5.8 GHX RADIO EA 1.00 $2,100.00 $2,100.00 $2,765.75 $2,765.75 44 BROADBAND ANTENNA EA 1.00 $400.00 $400.00 $687.70 $687.70 45 OPTI COM DETECTOR-GTT MODEL 722 EA 2.00 $950.00 $1,900.00 $1,143.10 $2,286.20 46 OPTICOM PHASE SELECTOR-GTT MODEL 764 EA 1.00 $3,525.00 $3,525.00 $3,777.75 $3,777.75 47 OPTICOM CARD RACK-GTT MODEL 760 LF 1.00 $900.00 $900.00 $340.40 $340.40 48 OPTI COM CABLE-GTT MODEL 138 EA 570.00 $5.00 $2,850.00 $2.52 $1,436.40 49 AXIS NETWORK PTX CAMERA LF 1.00 $3,500.00 $3,500.00 $7,032.25 $7,032.25 50 ETHERNET CABLE CAT 6(FOR PTZ) EA 140.00 $4.00 $560.00 $6.01 $841.40 51 COM NET ETHERNET SWITCH EA 1.00 $1,500.00 $1,500.00 $1,961.90 $1,961.90 52 ITERIS EDGE CONNECT CARD EA 1.00 $3,000.00 $3,000.00 $2,779.55 $2,779.55 TOTAL BASE BID: $254,595.55 1 $313,353.90 THE Cl TY OF ROUND ROCK , ' ; y BID TABULATION ti Transportatfon Departhmt `*:''` ,.,z�..,..�<..,.a............. Bid Extended By. 2008 Enterprise Dr. 5�^ ! ' • •..�, + 952?8 Print Name Initials Round Rock, Texas 78664 1A. 3k� -ticEwt`;.' Bid Opening: 12/12/2017 Ernest Cerda EC AL Bid Opening Location:2008 Enterprise Drive �� ' Project Name: Traffic Signal at A.W.Grimes& Town Centre Dr. Liquidated Damages:No.of Responses 2 Proj ect I D: 12/15/2017 Project Manager: Chris Lopez Project Duration: Project Consultant: Stantec BI DDER'S NAM E: Austin Traffic Signal American Lighting and Construction Co, I nc Signalization, LLC BI DDER'S BUSI NESS LOCATI ON: Pflugerville Grand Prairie BID SECURITY? Yes Yes STATEMENT OF SAFETY EXPERIENCE? Yes Yes ADDENDA ACKNOWLEDGED? Yes Yes Stontec Consulting Services Inc. Stantec 1905 Aldrich St.Suite 300,Austin TX 78723 December 14,2017 File: 222010781 Attention: City of Round Rock- Transportation 2008 Enterprise Dr Round Rock,Texas 78664 Reference: Traffic Signal at A.W. Grimes Blvd&Town Centre Dr -Bid Evaluation Results &Contract Award Recommendation Dear Ms. Collier, On Tuesday, December 12th, 2017 bids were received and opened for the above-referenced project. A total of two (2) bids were received and evaluated. The following is a list of the contractors that submitted a bid. • American Lighting and Signalization, LLC • Austin Traffic Signal Construction Co, Inc Austin Traffic Signal Construction Co, Inc. from Pflugerville,Texas was formally identified as the apparent low bidder with a Base Bid of$254.595.55 and therefore,we recommend contract award to said company. Ranking order Based on the presented Base Bid Items: 1. Austin Traffic Signal Construction Co, Inc 2. American Lighting and Signalization, 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 Ernest.Cerdo@stantec.com. Regards, STANTEC CONSULTING SERVICES INC. Design with community In mind 114W.7 December 14,2017 Page 2 of 2 Reference: Traffic Signal at A.W.Grimes Blvd&Town Centre Dr el"p 6,-�4 Ernest Cerda Project Manager Phone: (512) 328-0011 Fax: (512) 328-0325 Ernest.Cerda©stantec.com Attachment: AW Grimes Traffic Signal Bid Tabulation 12_13_17.xls CERTIFICATE OF INTERESTED PARTIES FORM 1295 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. 2018-298738 AUSTIN TRAFFIC SIGNAL CONSTRUCTION CO. INC. ROUND ROCK,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 01/04/2018 being filed. CITY OF ROUND ROCK,TEXAS Date Acknowledged: 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. AW GRIMES-TOWN CENTER T.S. NEW TRAFFIC SIGNAL AW GRIMES-TOWN CENTER-ROUNDROCK,TEXAS 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary SHIN,FRED Roundrock,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is `" `� �./ 4 and my date of birth is 1 My address is (street) (city) (state) (zip code) (country) I declare under of perjury that the foregoing is true and correct. Executed in A County, State of on ihS day of� J' . 20 i) ( onth) (year) Signature of authorized agent of contracting busin s entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337 CERTIFICATE OF INTERESTED PARTIES FORM 1295 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. 2018-298738 AUSTIN TRAFFIC SIGNAL CONSTRUCTION CO. INC. ROUND ROCK,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 01/04/2018 being filed. CITY OF ROUND ROCK,TEXAS Date Acknowledged: 01/05/2018 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. AW GRIMES-TOWN CENTER T.S. NEW TRAFFIC SIGNAL AW GRIMES-TOWN CENTER-ROUNDROCK,TEXAS 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary SHIN, FRED Roundrock,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is I , (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337