Loading...
R-12-02-09-10C1 - 2/9/2012 RESOLUTION NO. R-12-02-09-10C1 WHEREAS, the City of Round Rock has duly advertised for bids for the Hesters Crossing Road and La Frontera Boulevard Reconstruction Project, and WHEREAS, RGM Constructors of Texas has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of RGM Constructors of Texas, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with RGM Constructors of Texas for the Hesters Crossing Road and La Frontera Boulevard Reconstruction Project. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 9th day of February, 2012. ai-," /L"--- ALAN MCGRAW,Mayor City of Round Rock, Texas ATTEST: MEA(gNVN sp��Ks, 1� .C►�y C� 0:\wdox\SCC1nts\0112\1204\MUNICIPAL\00242441.DOC/mc BID TABULATION W=11CITY OF ROUND ROCK RESTERS CROSSING RD.LA FRONTERA BLVD.STREET RECONSTRUCTION January 10,2012 1:00 PM KENNEDY CONSULTING 2008 Enterprise Drive,Round Rock,TX 78864 ROUND ROCK,TEXAS PURPOSE.PASSION.PROSPERITY ROM CONSTRUCTORS OF TEXAS JOE BLAND CONSTRUCTION ROGERS CONSTRUCTION COMPANY 15803 North IN 35 13111 Dessau Rd P.O.Drawer 1136 PSuperville,TX 78880 Austin,TX 78754 Georgetown,TX 76627 DNI Bidder Acknowledge Addendum No.19 YES YES YES Did Bidder Provide Bid Ssou Section 000200)? YES YES YES Did Bidder Provide SlatemerH of Bidden Experience Section 000,610)? YES YES YES BID APPROX. UNIT SPEC ITEM DESCRIPTION UNIT PRICE AMOUNT UNIT PRICE AMOUNT I UNIT PRICE AMOUNT REM QUANTITY CODE NO. 1 70.92 STAR 101 PREPARING RIGHT OF WAY $ 500.00 $ 35 480.00 $ 1,700.00 $ 120 564.00 $ 1,356.00 $ 96167.52 2 10388 LF R 104 REMOVE P.C.CONCRETE CURB AND GUTTER $ 6.00 $ 62 328.00 S 5.00 $ 51 940.00 $ 3.55 $ 36 877.40 3 (INS SF R 104 REMOVE P.C.CONCRETE DRIVEWAYS $ 1.65 $ 11 525.25 8.50 $ 59 372.50 $ 1.15 $ 8,032.75 4 5385 SF R 104 REMOVE P.C.CONCRETE MEDIANS $ 1.15 6169.75 7.25 $ 38 898.25 $ 1.40 S 7,511.00 5 677 CY R 110 STREET EXCAVATION $ 18.00 $ 12 186.00 $ 20.50 $ 13 878.50 S 19.10 $ 12 930.70 6 490 CY R 132 EMBANKMENT $ 18.00 8820.00 I$ 24.00 $ 11780.00 S 36.00 $ 17640.00 7 7472 GAL R 306 PRIME COAT $ 3.92 $ 29 290.24 S 3.60 S 26 899.20 $ 2.65 $ 19.8m.80 8 12774 TON R 340 HOT MIX ASPHALTIC CONCRETE PAVEMENT TYPE B $ 64.00 $ 817.5W.00 $ 61.92 $ 790 986.08 $ 73.00 $ 932 502.00 9 1785 TON R 340 HOT MIX ASPHALTIC CONCRETE PAVEMENT TYPE C $ 74.00 $ 132 090.00 $ 71.33 $ 127 324.05 $ 70.00 $ 124 950.00 10 100 CY R 401 COMMON STRUCTURAL EXCAVATION $ 200.00 $ 20 000.00 $ 25.00 $ 2,500.00 $ 93.00 $ 9,300.00 11 10608 LF R 430 P.C.CONCRETE CURB AND GUTTER FINE GRADING $ 9.00 $ 95454.00 $ 14.00 $ 148484.00 S 11.00 $ 118888.00 12 6633 SF R 433 P.C.CONCRETE DRIVEWAY $ 5.00 $ 33 165.00 $ 3.80 $ 25 205.40 $ 5.60 $ 37 144.80 13 5260 SF R 4341 4 INCH P.C.CONCRETE MEDIAN $ 8.00 S 42 080.00 S 6.10 1$ 32 088.00 $ 7.40 $ 38 924.00 14 408 SF R 436 P.C.CONCRETE VALLEY GUTTERS $ 6.20 $ 2,529.60 $ 3.80 $ 1 550.40 $ 6.50 $ 2.652.00 15 815 LF T 472 2003 REMOV&RE-LAY PIPE 18 IN $ 55.00 $ 44 825.00 $ 59.00 S 48 085.00 $ 93.30 $ 76 039.50 16 90 LF T 472 2005 REMOV d RE-LAY PIPE 241N $ 61.00 $ 5,760.00 $ 70.00 S 8300.00 $ 108.00 $ 9,720.00 17 290 LF T 472 2007 REMOV 6 RE-LAY PIPE 30 IN 66.00 $ 19 140.00 $ 75.20 S 21 808.00 $ 106.00 $ 30 740.00 16 195 LF T 472 2009 REMOV&RE-LAY PIPE 36 IN $ 150.00 $ 20 250.00 $ 83.05 S 18 194.75 $ 120.00 $ 23 400.00 19 15 EA T 496 2002 REMOV STR IN S 800.00 $ 12 000.00 $ 830.00 S 12 450.00 $ 441.00 $ 6.615.00 20 8 EA T 1 498 2003 REMOV STR(MANHOLE) $ 1,100.00 $ 8 800.00 $ 1,050.00 $ 8 400.00 $ 450.00 $ 3.6W.00 21 1409 LF T 496 2007 REMOV STR PIPE $ 7.50 $ 10 567.50 $ 10.00 $ 14 090.00 $ 14.00 $ 19 726.00 22 7 EA R 506 MANHOLE JUNCTION BOX 5'X5' $ 3,200.00 $ 22 400.00 $ 3,250.00 $ 22 750.00 $ 4,200.00 $ 29 400.00 23 2 EA R 506 MANHOLE JUNCTION BOX 4'X4' S 2 600.00 $ 5,200.00 $ 2,300.00 $ 4.8W.00 S 3,700.00 7,400.00 24 2 EA R 506 MINOR MANHOLE ADJUSTMENT ALL DIAMETERS $ 1,500.00 $ 3,000.00 $ 2,300.00 111 4.6w.00 350.00 $ 700.00 25 15 EA R 508 CURB INLET II 10' $ 3,500.00 $ 52 500.00 S 3.400.00 $ 51 000.00 $ 3,200.00 $ 48 000.00 26 2833 LF R 509 TRENCH SAFETY SYSTEMS $ 1.70 S 4.816.10 $ 1.00 $ 2,833.00 $ 1.00 $ 2.&M.00 27 827 LF R 510 RC PIPE CL 111918 IN INCLUDING EXCAVATION AND BACKFILL $ 68.00 $ 56 236.00 $ 65.00 $ 53 755.00 $ 48.70 $ 40 274.90 28 92 LF R 510 RC PIPE CL III 24 IN INCLUDING EXCAVATION AND BACKFILL $ 94.00 $ 8,648.00 $ 82.00 $ 7,544.00 $ 89.10 $ 8,197.20 29 292 LF R 510 RC PIPE CL III 30 IN INCLUDING EXCAVATION AND BACKFILL $ 95.00 $ 28 032.00 $ 96.00 $ 281032.00 $ 82.00 $ 23 944.00 30 198 LF R 510 RC PIPE CL III 36 IN INCLUDING EXCAVATION AND BACKFILL $ 200.00 $ 39 600.00 $ 116.00 22 908.00 $ 97.10 $ 19 225.80 31 330 LF R 510 PVC PIPE 4 IN INCLUDING EXCAVATION AND BACKFILL $ 25.00 8,250.00 $ 23.00 $ 7,590.00 S 15.35 $ 5.055.501 32 480 1 LF T 512 2008 PORT CTB FUR 8 INS LOW PROF 1 $ 8.00 S 3,840.00 $ 40.00 $ 19 200.00 $ 37.45 $ 17 976.00 33 140 LF T 512 2009 1 PORT CTB FUR&INSTXLOW PROF 2 $ 18.00 Is 2,520.00 $ 40.00 S 5.6m.00 $ 37.45 $ 5,243.00 34 380 LF T 512 2026 PORT CTB MOVE LOW PROF 1 $ 7.00 S 2,8W.00 $ 5.00 $ 1 9w.00 $ 37.45 $ 14 231.00 35 60 LF T 1 512 2027 PORT CTB MOVE LOW PRO 2 S 18.00 $ 1,080.00 S 5.30 $ 316.00 $ 37.45 $ 2,247.00 36 480 LF T 512 2044 PORT CTB REMOVE LOW PROF 1 $ 7.00 $ 3,380.00 $ 4.50 $ 2,180.00 $ 37.45 $ 17 978.00 37 140 LF T 51212 5 PORT CTB REMOVE LOW PROF 2 S 18.00 2,520.00 S 5.00 $ 700.00 a$ 37.45 $ 5,243.00 38 5879 LF R 5511 PIPE UNDERDRAINS 11)(4 1N $ 27.00 15B 733.00 $ 35.00 $ 205 765.00 $ 24.35 S 143 153.85 39 4421 WY R 602 SODDING FOR EROSION CONTROL $ 5.75 S 25 420.75 $ 3.95 $ 17 462.95 S 6.00 26 528.00 40 374 LF R s421 I SILT FENCE(CURB INLET PROTECTION) $ 2.00 $ 748.001$ 1.75 $ 854.50 $ 4.85 $ 1 813.90 Pape 1 of 6 BID TABULATION W=11CITY OF ROUND ROCK HESTERS CROSSING RD.LA FRONTERA BLVD.STREET RECONSTRUCTION January 10,2012 1:00 PM KENNEEYV CONSULTING 2008 Enterprise Drive,Round Rock,TX 78884 IONOUND ROCK,TEXASRPOSE PASSION.PROSPENTY RGM CONSTRUCTORS OF TEXAS JOE BLAND CONSTRUCTION ROGERS CONSTRUCTION COMPANY BID APPROX. UNIT SPEC ITEM DESCRIPTION UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT ITEM QUANTITY CODE NO. 41 1 LS R 700 MOBILIZATION $ 154 000.00 154 000.00 $ 309 600.00 $ 309 600.00 $ 158 830.00 $ 158.&30.00 42 1 LS R 801 CONSTRUCTION DETOUR $ 15 000.00 $ 15 000.00 $ 5,050.00 $ 5,050.00 19,755.00 S 19 755.00 43 5 MO R 803 BARRICADES SIGNS AND TRAFFIC HANDLING $ 4.200.00 S 21 000.00 17 000.00 $ 85 000.00 i 3,000.00 $ 15 000.00 44 300 LF R 870 WORK ZONE PAVEMENT MARKINGS REMOVEABLE 4 1.65 $ 495.00 i 0.50 $ 150.00is 1.65 $ 495.00 45 1484 LF R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKING(4-)(90 MIL $ 1.30 S 1.929.20 $ 0.50 $ 742.00 1.35 $ 2,003.40 48 1227 LF R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKING(S-)(90 MIL $ 2.55 $ 3,128.85 S 1.00 $ 1,227.00 $ 2.70 $ 3,312.90 47 90 LF R 871 REFLECTORIZED TY 1 THERMOPLASTIC PAVEMENT MARKING(12")(90 MIL $ 3.95 $ 355.50 $ 1.50 $ 135.00 $ 4.05 $ 364.50 48 137 LF R 871 REFLECTORIZED TY 1 THERMOPLASTIC PAVEMENT MARKING(24-)(90 MIL $ 7.75 $ 1,051.75 $ 5.00 $ 685.00 $ 8.05 $ 1,102.85 49 20 EA R 871 REFLECTORIZED TY i THERMOPLASTIC PAVEMENT MARKING ARRO 90 MIL $ 95.00 $ 1.900.00 i 100.00 $ 2,000.00 $ 96.30 6 1 926.00 50 1484 LF R 871 REFLECTORIZED TY 11 PAINT PAVEMENT MARKING 4 $ 0.65 $ 964.80 $ 0.50 $ 742.00 i 0.65 964.60 51 1227 LF R 871 REFLECTORIZED TY 11 PAINT PAVEMENT MARKING 8" $ 1.25 $ 1,533.76 $ 1.00 S 1.227.00 $ 1.30 S 1.595.10 52 90 LF R 871 REFLECTORIZED TY 11 PAINT PAVEMENT MARKING 1 $ 2.50 $ 225.00 $ 1.50 $ 135.00 $ 2.45 $ 220.50 53 137 LF R 871 REFLECTORIZED TY 11 PAINT PAVEMENT MARKING 24 $ 5.25 $ 719.25 $ 5.00 $ 685.00 $ 5.35 $ 732.95 54 20 EA R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKING ARRO $ 75.00 $ 1,500.00 $ 75.00 $ 1,500.00 $ 74.90 $ 1,498.00 55 172 EA R 873 RAISED PAVEMENT MARKING TY I-C $ 6.501$ 1,118.00 i 10.00 $ 1,720.00 $ 6.45 $ 1,109.40 56 325 LF R 874 ELIMINATING EXISTING PAVEMENT MARKINGS 4 $ 5.001$ 1.62500 S 1.00 $ 325.00 $ 1.65 $ 536.25 57 4 EA R 874 ELIMINATING EXISTING PAVEMENT MARKINGS(ARROW) $ 350.001s 1400.00 S 25.00 $ 100.00 i 287.50 S 1.070.00. 58 5104 LF T 5049 2003 SIODGRD EROSION CONTROL LOGS 12"DIA $ 8.00 S 30 624.00 $ 5.75 S 29 348.00 S 30ols 19 395.20 BASE BID-COMMON ITEMS SUBTOTAL Items 1 thru 58 i 2,107,120.09 $ 21478,557.58 = 2,280,301.07 A-1 28013 1 CY I R 1 110 STREET EXCAVATION Is 10.50 S Is 1$ 15.551$ 435602.15 A-2 20251 1 CY I R 1 1321 JEMBANKMENT 1.$ 17.001$ U4,267.00 $ IS S 22-751$ 460 710.25 BASE BID-ALTERNATE A SUBTOTAL Items A-1 thru A-2 $ 898 312,40 B-1 is 7.651-$-- 136858.50 Ill $ $ Is B-2 10129 1 CY I R 1 1321 1EMBANKMENT S 18.00 S 182 084.00 S S S S B-3 10129 1 CY I R III I RECYCLE EXISTING AGGREGATE S 23.001$ 232 967.00 1$ $ $ Is BASE BID-ALTERNATE B SUBTOTAL 11tems B-1 thru B-3 61 1 15864 1 CY I R 1 1101 1 STREET EXCAVATION $ 6.50 $ 103 116.00 i 19.00 S7301.416.DD S S r}2 8103 CV R 132 EMBANKMENT S 2000 S 162080.00 S 18.40 S5.20 S i G3 12151 CY R 211 RECYCLE EXISTING AGGREGATE S 20.00 i 243 020.00 S 13.00 S3.00 SS BASE BID-ALTERNATE C SUBTOTAL Items C-1 thru C-3 S 508198.00 $ .20 1-1 2477 GAL R 307 TACK AT $ 3.70 i 9,164.90 $ 3.e8 9,065.82 $ 4.15 S 10 279.55 1-2 24772 SY R 315 SURFACE MILLING 1.5 $ 2.00 $ 49 544.00 $ 3.50 S 86 702.00 $ 1.95 $ 48 305.40 1-3 2047 TON R 340 HOT MIX ASPHALTIC CONCRETE PAVEMENT TYPE C $ 77.00 $ 157 619.00 $ 71.00 $ 145 337.OD $ 73.00 $ 149 431.00 1.4 1 LS R 700 MOBILIZATION S 26 000.00 $ 26 000.00 $ 27 000.00 $ 27 000.00 $ 20 000.00 $ 20 000.00 1-5 1622 LF R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKINGS(4')(90 MIL i 0.78 i 1,255.16 $ 0.75 1,216.50 $ 0.80 $ 1,297.W 1-8 1325 LF R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKINGS(S'J(90 MIL $ 1.55 $ 2,053.75 $ 1.50 $ 1,987.50 $ 1.55 $ 2,196.25 1-7 258 LF R 871 REFLECTORIZED TY-1 THERMOPLASTIC PAVEMENT MARKINGS(12-)(90 MIL $ 3.80 S 980.40 $ 3.75 S 987.501$ 4.05.9 1044.90 1-8 170 LF R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKINGS(24-)(90 MIL $ 7.651$ 1300.50 $ 7.50 S 7 275.00 $ 8.05 $ 1,388.50 1-9 2654 LF R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKINGS 4 90 MIL S 0.80 3 2 123.20 $ 0.75 S 1 990.501$ 8.05 $ 21 364.70 1-10 28 1 LF I R 1 8711 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKINGS(24')(90 MIL)(Y) $ 7.751 S 217.00 $ 7.501s 210.001$ 8.05 S 225.40 Pape 2 or 6 BID TABULATION W=11 CITY OF ROUND ROCK NESTERS CROSSING RD.LA FRONTERA BLVD.STREET RECONSTRUCTION January 10,2012 1:00 PM KENNEDY CONSULTING 2008 Enterprise Drive,Round Rock,TX 78884 'ROUND ROCK,TEXAS PURPOSE.PASSION.PROSPERITY ROM CONSTRUCTORS OF TEXAS JOE BLAND CONSTRUCTION ROGERS CONSTRUCTION COMPANY BID APPROX. UNIT SPEC ITEM DESCRIPTION EUNITCE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT ITEM QUANTITY CODE NO. 1-11 25 EA R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKINGS ARRO 90 MIL 92.00 S 2 300.00 S 90.00 S 2 250.00 S 96.30 3 2 407.50 1-12 4 EA R 871 REFLECTORIZED TY 17HERMOPLASTK:PAVEMENT MARKINGS RD 90 MIL 22.00S 488.00 S 120.00 $ 480.DD S 128.40 S 513.80 1-13 1 EA R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKINGS EDIAN NOSE 90 MIL 80.00 S 280.00 S 275.00 S 275.00 S 294.25 S 294.25 1-14 1622 LF R 871 REFLECTORIZED TY II PAINT PAVEMENTMARKINGS 4 0.21 S 340.62 S 0.20 S 324.40 S 0.25 S 405.501-15 1325 LF R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS 0.42 556.50 $ 0.40 S 530.00 $ 0.45 $ 598.25 1-16 258 LF R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS 12" $ 2.30 $ 593.40 $ 2.25 $ 580.50 S 2.45 $ 832.10 1-17 170 LF R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS 24 $ 5.20 $ 884.00 $ 5.00 $ 850.00 $ 5.35 S 909.50 1-18 2654 LF R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS(4-)(Y) $ 0.21 $ 557.34 $ 0.20 $ 530.80 $ 0.25 $ 883.50 1-19 28 LF R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS 24 $ 5.20 $ 145.60 $ 5.00 $ 140.00 $ 5.35 $ 149.80 1-20 25 EA R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS ARRO $ 72.00 $ 1.800.00 $ 70.00 $ 1,750.00 $ 74.90 $ 1,872.50 1-21 4 EA R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS RD $ 110.00 $ 440.00 $ 105.00 S 420.00 S 112.35 S 449.40 1-22 1 EA R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS(MEDIAN NOSE $ 200A0 1$ 200.00 $ 155.00 $ 185.00 $ 197.95 $ 197.95 1-23 186 EA R 873 RAISED PAVEMENT MARKING TY I-C $ 6.251$ 1,162.50 $ 6.00 $ 1,116.00 S 6.45 $ 1,199.70 1-24 89 EA R 873 RAISED PAVEMENT MARKING,TY II-A-A $ 6.251 s 556.25 $ 6.00 $ 534.00 $ 6.45 $ 574.05 TOTAL ADDITIVE ALTERNATE NO.1 Items 1-1 thru 1-24 $ 260,572.12 i 285,717.52 S 26637.9-0 2-1 9 1 EA R 4321 1 P.C.SIDEWALK CURB RAMP WITH PAVERS 1 $ 1,500.001S 13 500.00 S 610.001s 5.490.070 rs1 100.00 1 S 9,900.00 RECONSTRUCT CONCRETE SIDEWALKS TO 5 INCH THICKNESS,INCLUDING REMOVAL OF 2-2 6009 1 SF I R 1 432 EXISTING SIDEWALK S 8.50 S 39,058.501$ 4.851$ 29 143.85 $ 5-301$ 31 647.70 TOTAL ADDITIVE ALTERNATE NO.2 Items 2-1 thru 2-2 $ 52 558.50 i 34,833.85 1 i 41 747.70 TOTAL BASE BID $ 2�52,558.50 318.09 i 3,087,031.78 $ 3.176.613.47 TOTAL ADDITIVE ALTERNATE NO.1 $ 572.12 i 285 717.52 i 288 388.80 TOTAL ADDITIVE ALTERNATE NO.2 i i 34 633.65 i 41 747.70 COMBINED TOTAL OF BASE BID AND ADDITIVE ALTERNATE NO.1 R 2 i 2 928 448.71 i 3 407 382.95 i 3,484,730.07 Note:No bidden made any mathematical errors In their Bid Form calculations,therefore no adjustments for correctness were necessary. I hereby certify that this is a correct and true tabulation of all bids received. Matthew J.Warner,P.E. Kennedy Consulting,Ltd. +wS OF T `� TBPE Firm Registration#F-926 r 0••..••••.�-�',9� 205 E.University Ave.#450 5�• •.• Georgetown,TX 78626 Ph:512-864-2833 fi *.:................. • . ........... MATTHEW J.WERNER ............................ II°p S 107847 �;.-a- ONAL E� Paye 3 of 6 BID TABULATION CITY OF ROUND ROCK HESTERS CROSSING RD.LA FRONTERA BLVD.STREET RECONSTRUCTION January 10,2012 1:00 PM KENNErnf CONSULTING 2008 Enterprise Drive,Round Rods,TX 78664 O NtD ROCK,TEXAS PURPOSE PI&MON.PROSPERITY CASH CONSTRUCTION COMPANY AARON CONCRETE CONTRACTORS SMITH CONTRACTING COMPANY P.O.Boz 1279 P.O.Boz 27107 15309 Ginger St Pflugervllle,TX 78691 Austin,TX 78755 Austin,TX 78728 Did Bidder Acknowledge Addendum No.14 YES YES YES Did Bidder Provide Bid Security Section 000200)? YES YES YES Did Binder Provide Statement of Bidden Experience ISoction 800410 7 YES YES YES BID APPROX. UNIT SPEC ITEM DESCRIPTION UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT ITEM QUANTITY CODE NO. 1 70.92 STAR 101 PREPARING RIGHT OF WAY $ 300.00 S 21 276.00 S 700.00 S 49 644.00 $ 1000.00 $ 70 920.00 2 10388 LF R 104 REMOVE P.C.CONCRETE CURB AND GUTTER $ 5.60 $ 58172.80 S 5.00 $ 51 940.00 S 3.00 31 164.00 3 8985 SF R 104 REMOVE P.C.CONCRETE DRIVEWAYS S 1.50 $ 10 477.50 S 5.00 $ 34 925.00 S 1.50 $ 10 477.50 4 5365 SF R 104 REMOVE P.C.CONCRETE MEDIANS $ 1.50 S 8 047.50 S 5.00 $ 28 825.00 $ 1.50 8,047.50 5 677 CY R 110 STREET EXCAVATION $ 13.40 $ 9,071.80 $ 20.00 $ 13 540.00 S 40.00 S 27 080.00 6 490 CY R 1321 EMBANKMENT $ 22.00 S 10 780.00 $ 55.00 $ 26 950.00 $ 30.00 $ 14 700.00 7 7472 GAL R 3061 PRIME COAT S 3.80 S 28 393.60 $ 4.00 $ 29 888.00 $ 5.00 $ 37 360.00 8 12774 TON R 340 HOT MIX ASPHALTIC CONCRETE PAVEMENT TYPE B $ 75.00 $ 958 050.00 $ 70.00 $ 894 180.00 $ 81.00 $ 1,034,694.00 9 1785 TON R 340 HOT MIX ASPHALTIC CONCRETE PAVEMENT TYPE C $ 85.00 $ 153 510.00 $ 80.00 $ 142 800.00 $ 93.00 $ 156 005.00 10 100 CY R 401 COMMON STRUCTURAL EXCAVATION $ 20.00 $ 2,000.00 23.00 $ 2,300.00 $ 120.00 $ 12 000.00 11 1 10808 LF R 430 P.C.CONCRETE CURB AND GUTTER FINE GRADING $ 12.00 $ 127 272.00 $ 8.00 $ 84 848.00 $ 13.00 S 137 878.00 12 6633 SF R 433 P.C.CONCRETE DRIVEWAY $ 6.00 $ 39 798.00 a$ 7.50 $ 49 747.50 $ 10.00 $ 86 330.00 13 5250 SF R 434 4 INCH P.C.CONCRETE MEDIAN Ill 8.00 $ 42 080.00 $ 15.00 $ 78 900.00 $ 20.00 $ 105 200.00 14 408 SF R 1 4361 P.C.CONCRETE VALLEY GUTTERS $ 7.00 $ 2.&%.00 S 32.00 S 13 056.00 $ 42.00 $ 17 136.00 15 815 LF T 4722003 REMOV BRE-LAY PIPE 18 IN $ 84.00 $ 68460.00 $ 110.00 $ 89650.00 $ 115.00 $ 93725.00 16 90 LF T 472 2005 REMOV 8 RE-LAY PIPE 24 IN $ 100.00 $ 9,000.00 $ 115.00 S 10 350.00 $ 135.00 $ 12 150.00 17 290 LF T 472 2007 REMOV 8 RE-LAY PIPE 30 IN $ 110.00 $ 31 900.00 $ 105.00 $ 30 450.00 $ 152.01/ $ 44 080.00 18 195 LF T 472 2009 REMOV 8 RE-LAY PIPE 36 IN $ 120.00 $ 23 400.00 S 175.00 $ 34 125.00 $ 180.00 $ 35 100.00 19 15 EA T 496 2002 REMOV STR(INLET) $ 500.00 $ 7 500.00 S 580.00 $ 8,700.00 $ 1,000.00 $ 15 000.00 20 8 EA T 496 2003 REMOV STR(MANHOLE) $ 500.00 $ 4,000.00 $ 580.00 $ 4,640.00 $ 1.000.00 S 8 000.00 21 1409 LF T 1 496 2007 REMOV STR PIPE $ 20.00 $ 28 180.00 $ 25.00 $ 35 225.00 $ 20.00 $ 28 180.00 22 7 EA R 506 MANHOLE JUNCTION BOX 5'X5' $ 4,0D0.00 $ 28 000.00 $ 3,400.00 $ 23 800.00 $ 4,000.00 $ 28 000.00 23 2 EA R 506 MANHOLE JUNCTION BOX 4'X4' $ 3,000.00 $ 6,000.00 $ 2,600.00 S 5,200.00 $ 4,000.00 $ 8,000.00 24 2 EA R 508 MINOR MANHOLE ADJUSTMENT ALL DIAMETERS $ 300.00 $ 600.00 $ 340.00 $ 680.00 $ 500.00 $ 1,000.00 25 15 EA R 508 CURB INLET II 10 $ 3,500.00 $ 52 500.00 $ 3,100.00 $ 46 500.00 S 4,000.00 $ 60.000.0D 26 2833 LF R 509 TRENCH SAFETY SYSTEMS $ 0.50 $ 1,416.50 $ 2.00 $ 5.866.001$ 2.00 $ 5.6w.00 27 827 LF R 510 RC PIPE CL 110 118 IN INCLUDING EXCAVATION AND BACKFILL $ 93.00 $ 76 911.00 $ 106.00 $ 87 662.00 S q5l $ 99 240.00 28 92 LF R 510 RC PIPE CL III 24 IN INCLUDING EXCAVATION AND BACKFILL $ 130.00 $ 11 960.00 $ 134.00 $ 12 328.00 $ $ 12 580.00 29 292 LF R 510 RC PIPE CL III 30 IN INCLUDING EXCAVATION AND BACKFILL $ 132.00 $ 38 544.00 $ 131.00 $ 38 252.00 $ $ 45 844.OD 30 198 LF R 510 RC PIPE CL III 36 IN INCLUDING EXCAVATION AND BACKFILL $ 138.00 $ 27 324.00 $ 212.00 $ 41 976.00 $ $ 38830.00 31 330 LF R 510 PVC PIPE 4 IN INCLUDING EXCAVATION AND BACKFILL $ 20.00 S 6.6w.00 $ 22.00 $ 7,260.0D $ $ 19 800.00 32 480 LF T 512 2008 PORT CTB FUR 8 INS LOW PROF 1 $ 45.001$ 21 600.00 $ 10.00 4.800.00 $ $ 9 600.00 33 140 LF T 512 2009 PORT CTB FUR BINS LOW PROF 2 $ 45.00 $ 6.300.00 $ 10.00 $ 1,400.00 $ S 2 800.0034 380 LF T 512 2026 PORT CTB MOVE LOW PRO 1 S 45.00 S 17 100.00 S 15.00 S 5 700.00 S $ 3.8W.00 35 60 1 LF T 1 512 2027 PORT CTB MOVE LOW PROF 2 $ 45.00 S 2,700.00 $ 15.00 $ 900.00 $ 10.00 S SOO.00 36 450 LF T 512 2044 PORT CTB REMOVE LOW PROF 1 $ 45.00 $ 21 600.00 $ 10.00 $ 4.800.0D $ 10.00 $ 4 800.00 37 140 LF T 512 2045 PORT CTB REMOVE LOW PROF 2 $ 45.00 $ 6,300.00 $ 10.00 $ 1,400.0D $ 10.00 $ 1 400.00 38 5879 LF R 551 PIPE UNDERDRAINS 11)(4 IN $ 36.00 $ 211 644.00 $ 28.00 S 164 612.00 $ 60.00 352 740.00 39 4421 SY R 502 SODDING FOR EROSION CONTROL $ 4.50 S 19 894.50 $ 6.00 S 28 526.00 $ 7.00 $ 30 947.00 40 374 LF R 642 SILT FENCE(CURB INLET PROTECTION) $ 2.50 S 935.00 S 23.00 S 8 602.00 $ 3.00 $ 1 122.00 Page 4 of 6 BID TABULATION W=11CITY OF ROUND ROCK NESTERS CROSSING RD.LA FRONTERA BLVD.STREET RECONSTRUCTION January 10,2012 1:00 PM KENNEDY CONSULTING 2008 Enterprise Drive,Round Rock,TX 78684 ROUND ROCK,TEXAS PURPOSE Pf1WOK PROSPERITY CASH CONSTRUCTION COMPANY AARON CONCRETE CONTRACTORS SMITH CONTRACTING COMPANY BID I APPROX. UNIT SPEC ITEM DESCRIPTION UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT ITEM QUANTITY CODE NO. 41 1 LS R 700 MOBILIZATION S 38 800.00 $ 36,11M.00 $ 120 000.00 $ 120 000.00 i 200 000.00 $ 200,000.0D 42 1 LS R 801 CONSTRUCTION DETOUR $ 20 000.00 $ 20 000.00 i 30 000.00 i 30,000.0D $ 6,000.00 $ 6,000.00 43 5 MO R 803 BARRICADES SIGNS AND TRAFFIC HANDLING $ 5 000.00 $ 25 000.00 S 2 100.00 $ 10 500.00 $ 10 000.00 $ 50 000.00 44 300 LF R 870 WORK ZONE PAVEMENT MARKINGS REMOVEABLE 4 $ 5.00 i 1 500.00 1.70 $ 510.00 S 5.75 $ 1.725.001 45 1484 LF R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKING(4')(90 MIL $ 1.00 $ 1.454.00 $ 1.40 i 2,077.80 $ 1.20 $ 1,780.80 46 1227 LF R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKING(8')(90 MIL $ 2.00 $ 2,454.00 i 2.80 $ 3,435.60 $ 2.45 S 3,006.15 47 90 LF R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKING(12-)(90 MIL $ 3.00 $ 270.00 $ 4.20 $ 378.00 $ 3.75 $ 337.50 48 137 LF R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKING(24-)(90 MIL $ 8.00 $ 822.00 $ 8.40 $ 1,150.80 $ 7.50 $ 1,027.50 49 20 EA R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKING ARRO 90 MIL $ 120.00 $ 2400.00 $ 100.00 $ 2000.00 $ 150.00 $ 3000.00 50 1484 LF R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKING 4 $ 1.00 $ 1,454.00 i 0.70 $ 1.038.801111 0.90 $ 1,335.6o 51 1227 LF R 871 REFLECTORIZED TY 11 PAINT PAVEMENT MARKING 8' $ 1.50 S 1,840.50 $ 1.40 $ 1,717.80 $ 1.751$ 2.147.25 52 90 LF R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKING 12 i 1.50U$ 41 $ 2.50 $ 225.00 i 1.50 $ 135.00 53 137 LF R 871 REFLECTORIZED TY 11 PAINT PAVEMENT MARKING 24 $ 3.00 S 5.60 S 767.20 S 3.00 S 411.00 54 20 EA R 871 REFLECTORIZED TY 11 PAINT PAVEMENT MARKING ARRO S 60.00 S 78.00 S 1 560.00 S 70.00 S 1 400.00 55 172 EA R 873 RAISED PAVEMENT MARKING TY I-C S 5.00 S 6.70 S 1 152.40 i 5.75 S 989.00 325 LF R 874 ELIMINATING EXISTING PAVEMENT MARKINGS 4" S 5.00 S 1.70 i 552.50 S 5.20 S 1 690.00 57 4 EA R 874 ELIMINATING EXISTING PAVEMENT MARKINGS ARRO S 200.00 $ 280.00 1$ 1 120.00 S 230.00 $ 920.00 58 5104 LF T 5049 2003 BIODGRD EROSION CONTROL LOGS(12"DIA $ 6.00 S 30 624.00 $ 34.00 S 173,536 S 12.00 $ 61 248.00 BASE BID-COMMON ITEMS SUBTOTAL Items 1 thru 58 = 2,331,863.70 = 2,552,469.20 S 3,037,248.80 jBiSE 28013 CY R 110 STREET EXCAVATION S - S S 19.001$ 532 247.00 $ 25.001S 700 325.00 20251 CV R 132 EMBANKMENT S s 42.00 i 650 542.00 S 20.00 405 020.00 BID-ALTERNATE A SUBTOTAL Items A-1 thru A-2 ------------- 17890 CY R 110 STREET EXCAVATION i S S 29.00 S 518 810.00 S 25.00 S 447 250.00 10129 CY R 132 EMBANKMENT S S 3 42.00 S 125418.00 S 20.00 S 202580.00 10129 CY R 211 RECYCLE EXISTING AGGREGATE S S S 22.00 i 222 838.00 S 20.00 202 580.00 BID-ALTERNATE B SUBTOTAL Items B-1 thru BJ = 1 167 080.00 15884 CY R 110 STREET EXCAVATION S 15.30 S 242719.20 S 32.00 i 507648.00 i 25.00 S 396800.00 8103 CY R 132 EMBANKMENT S 25.10 S 203 385.30 S 44.00 S 358 532.00 S 20.00 S 162 060.00 12151 CY R 211 RECYCLE EXISTING AGGREGATE S 41.00S 498 181.00 S 22.00 S 267 322.00 S 20.00 S 243 020.00 BID-ALTERNATE C SUBTOTAL Items C-1 thru C-3 = 944 295.50 $ S01 680.00 2477 GAL R 307 TACK COAT $ 3.60 i 8,917.20 $ 4.10 $ 10 155.70 $ 5.00 $ 12 385.00 1-2 24772 SY R 315 SURFACE MILLING 1.5 $ 3.30 $ 81 747.80 $ 1.35 $ 33 442.20 $ 1.70 $ 42 112.40 1-3 2047 TON R 340 HOT MIX ASPHALTIC CONCRETE PAVEMENT TYPE C $ 91.00 $ 186 277.00 $ 80.00 $ 163 760.00 $ 93.00 $ 190 371.00 1-4 1 LS R 700 MOBILIZATION $ 5,000.00 $ 5,0D0.00 $ 40 000.00 $ 40,0D0.00 $ 10 000.00 $ 10 000.00 1S 1622 LF R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKINGS(f)(90 MIL $ 0.50 i 811.00 $ 0.90 $ 1,459.00 i 0.55 $ 892.10 MLF R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKINGS 8" 90 MIL S 1.00 S 1 325.00 S 1.70 S 2 252.50 S 1.05 i 1 391.25 R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKINGS 12 90 MIL S 3.00 S 774.00 S 4.20 S 1 053.60 S 3.75 967.50 R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKINGS 24" 90 MIL S 6.00 S 1 020.00 S 8.40 S 1 428.00 S 7.50 S 1275.00 R 877 REFLECTORIZED TY 1 THERMOPLASTIC PAVEMENT MARKINGS 4 90 MIL S 0.50 S 1 327.00 S 0.90 S 2 388.60 S 0.55 S 1 459.70 R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKINGS(24 (90 MIL)(Y) S 6.00 i 188.00 S 8.40 i 235.20 $ 7.501 i 210.00 Pape 5 o/6 BID TABULATION CITY OF ROUND ROCK HESTERS CROSSING RD.LA FRONTERA BLVD.STREET RECONSTRUCTION January 10,2012 1:00 PM KENNEDY CONSULTING 2008 Enterprise Drive,Round Rods,TX 78684 ROUND ROCK,TEXAS PURPOSE PASSION.PROSPERn CASH CONSTRUCTION COMPANY AARON CONCRETE CONTRACTORS SMITH CONTRACTING COMPANY BID APPROX. UNIT SPEC ITEM DESCRIPTION UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT ITEM QUANTITY CODE NO. 1-11 25 EA R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKINGS ARRO 90 MIL S 120.00 S 3,0D0.00 $ 100.00 $ 2,500.00 $ 140.00 $ 3,50D.00 1-12 4 5EA R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKINGS(WORD)(90 MIL 00 S 150.00 S 8 .00 $ 134.00 $ 535.00 $ 170.00 $ 680.00 1-13 1 R 871 REFLECTORIZED TY I THERMOPLASTIC PAVEMENT MARKINGS MEDIAN NOSE 90 MIL S 250.00 S 250.00 S 305.00 S 305.00 S 290.00 S 290.00 1-14 1622 R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS 4 S 0.50 S 511.00 S 0.25 S 405.50 S 0.30 S 488.60 1-15 1325 R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS S 0.60 S 795.00 S 0.50 S 662.50 S 0.60 S 795.00 1-16 258 R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS 12 $ 1.50 $ 387.00 $ 2.50 $ 645.00 $ 1.50 $ 387.00 1-17 170 LF R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS 24 $ 3.00 $ 510.00 $ 5.60 $ 952.00 $ 3.00 $ 510.00 1-18 2654 LF R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS 4 $ 0.30 $ 796.20 $ 0.20 $ 530.80 $ 0.30 S 798.20 1-19 28 LF R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS 24 $ 3.00 $ 54.00 $ 5.60 $ 156.80 $ 3.00 $ 54.00 1-20 25 EA R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS ARRO $ 70.00 $ 1,750.00 $ 78.00 $ 1,950.00 $ 70.00 $ 1,750.00 1-21 4 EA R 871 1 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS RD $ 77.00 1 S 308.00 1$ 117.00 S 468.00 I S 75.00 $ 300.00 1-22 1 EA R 871 REFLECTORIZED TY II PAINT PAVEMENT MARKINGS MEDIAN NOSE $ 120.00 $ 120.00 $ 205.00 $ 205.00 $ 115.00 115.00 1-23 186 EA R 873 RAISED PAVEMENT MARKING TY I-C $ 6.00 $ 1,116.00 S 6.701s 1,248.20 $ 6.001s 1.116.00 1-24 89 EA R 8731 RAISED PAVEMENT MARKING,TY II-A-A $ 6.00 $ 534.00 $ 6.70 $ 598.30 $ 6.0011 534.00 TOTAL ADDITIVE ALTERNATE NO.1 Items 1-1 thru 1-24 i 298,428.00 $ 267,384.70 i 272 407.75 2-1 9 EA R 432 P.C.SIDEWALK CURB RAMP WITH PAVERS 1 S 1,5004001$ 13 500.00 $ 1,100.001s 9 900.00 $ 1,600.00 $ 14 400.00 009 RECONSTRUCT CONCRETE SIDEWALKS TO 5 INCH THICKNESS,INCLUDING REMOVAL OF 2-2 8SF R 432 EXISTING SIDEWALK $ 8.30 $ 49 874.70 $ 74001$ 42 053.00 $ 10-001$ 60 090.00 TOTAL ADDITIVE ALTERNATE N0.2 Items 2-1 thru 2-2 i 93374701 i 51,983.00 i 74 490.00 TOTAL BASE BID i 3 278 159.20 i 3,719,535.2]0 i 3 838 928.80 TOTAL ADDITIVE ALTERNATE NO.1 $ 298 428.00 $ 26 $ 272 407.75 TOTAL ADDITIVE ALTERNATE NO.2 i 63 374.70 i 51963 $ 74 490.00COMBINED TOTAL OF BASE BID AND ADDITIVE ALTERNATE NO.1 3 2 i 3837 961.90 i 4 03i 41858 85 826.55 Note:No bidders made any mathematical errors In their Bid Form calculations,therefore no adjustments for correctness were neces I hereby certify that this is a correct and true tabulation of all bids received. Matthew J.Warner,P.E. Kennedy Consulting,Ltd. TBPE Firm Registration#F-926 � E F r � 205 E.University Ave.#450 ,•'r���••���e•. Georgetown,TX 78626 .' Ph:512-864-2833 * i a i �. .n...............• MATTHEW J.WERNER .......................... 107847 050 . �, �%ji%NAL Pape 6 of 6 tIR LNU��ocu TM City Council Agenda Summary=Sheet PMOMMMaM Agenda Item No. 10C1. Consider a resolution authorizing the Mayor to execute a construction contract with RGM Constructors of Texas for the Hesters Crossing Road and La Frontera Boulevard Agenda Caption: Reconstruction Project. Meeting Date: February 9, 2012 Department: Transportation Staff Person making presentation: Gary Hudder Transportation Director Item Summary: As part of the La Frontera Development, streets were approved for construction in March of 1999 by the City Council and constructed by 35/45 La Frontera, L.P. Currently the streets along Hester's Crossing Road from Dry Creek Drive to County Road 172; La Frontera Boulevard from Hester's Crossing Road to SH 45; and the intersection of Sundance Parkway and Kouri Drive show failures of heaving and depressions in areas where underground utilities and infrastructure exist. The purpose of this rehabilitation and reconstruction project is to restore the condition of these critical arterials near a major retail center in order to enhance safety and mobility in the area. The bid opening for the construction phase of this project was held on January 10, 2012. Six sealed bids were received. RGM Constructors of Texas submitted the apparent low bid of$2,928,446.71, which includes the two ad- alternates. Cost: $2,928,446.71 Source of Funds: General Self-Financed Construction Date of Public Hearing(if required): N/A Recommended Action: Approval EXECUTED DOCUMENTS FOLLOW 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 2044K (�b day ofI�ANt 1rGin the year 20 12. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor ,�a &<- ("Contractor") T� 'q The Project is described as: RESTERS CROSSING RD.&LA FRONTERA BLVD. STREET RECONSTRUCTION g f The Engineer is: KENNEDY CONSULTING,LTD. 205 E.UNIVERSITY AVENUE,SUITE 450 GEORGETOWN,TEXAS 78626 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 8. 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. i 00500 7-2010 Pagel of 5 Standard Form of Agreement 00196575 i t a' ARTICLE 3 DATE OF COMMENCEMENT;DATE OF SUBSTANTIAL COMPLETION;DATE OF FINAL COMPLETION i :. 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. t } 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. r 3.3 Contractor shall commence Work within thirty3( 0 ) calendar days . from the date delineated in the Notice to Proceed. I i 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than N/AN( /A )calendar days from issuance by Owner of Notice to Proceed, r and Contractor shall achieve Substantial Completion of the entire Work no later than one hundred and forty1( 40 )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 five hundred dollars and No/100 Dollars($500.00 )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 one hundred and fifty 150 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 Nine Hundred Twenty Eight Thousand Four Hundred Forty Six Dollars and Seventy One Cents ($2,928,446.71 ),subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates which are described in the Contract Documents and are hereby accepted by Owner: Additive Alternate No. 1 ) Additive Alternate No.2 # Page 2 of 5 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(101h)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. Page 3 of 5 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 modified. 7.1.3 The Supplementary, Special, and other Conditions of the Contract are those contained in the Project Manual dated December 2011 t 7.1.4 The Specifications are those contained in the Project Manual dated December 2011 7.1.5 The Drawings,if any,are those contained in the Project Manual dated December 2011 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated December 2011 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated December 2011 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 Forms 03000,"Federally Required Contract Clauses,as modified. 7.1.9 Other documents,if any,forming part of the Contract Documents are as follows: ARTICLE 8 MISCELLANEOUS PROVISIONS 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: Bill Stablein Project Manager,City of Round Rock 2008 Enterprise Drive Round Rock,Texas 78644 8.3 Contractor's representative is: 6"a-(� C D i 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. Page 4 of 5 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. 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. 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 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 Contract,and the remainder to Owner. OWNER CONTRACTOR CITY RO ROCK,TEXAS Cons ctors of Texas, LLC Printed Name: �H s VrintedName: 2.L/ �IsO<<l+ Title 'k Mayor Title: Date Signed: 3.� dy Date Signed: ATTEST: U �. •�`L�VVW City Sate C/� :FO4R ,APPROVEAS TO FORM: C Page 5 of 5 00600 INSURANCE AND CONSTRUCTION BOND FORMS d 1 Bond #022036273 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That RGM Constructors of Texas, LLC of the City of Pflugerville County of Travis , and State of Texas , as Principal, and Liberty Mutual Insurance Co. 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 nine hundred twenty ei ht thousand four hundred lets ($ 2,928,446.71 ) for the payment whereof, well an tole made"t(i"I"A�rmcipal and Surety bind themselves, PY Y and their heirs, administrators, executors, successors and assigns,jointly and severally, by these presents: WHEREAS, th Principal has entered into a certain written Agreement with the Owner dated the uax �"�day of MA VLIn.. , 2012..to 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 o£ RESTERS CROSSING RD. &LA FRONTERA BLVD. STREET RECONSTRUCTION (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 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 day of .20 RGM Constructors of Texas, LLC Liberty Mutual Insurance Company Prin ' 1 Surety � ;r U's os-- - Prinn e Prin d Name By: By: Joel T. Stoltzman _ Title: L Title: Attorney-in-Fact Address: 15603 H-35 Address: PO Box 981021 r` Pflugerville,Texas 78660 EI Paso,Texas 79998-1021 Resident Agent of Surety: Si e - John M. Rhdt Printed Name PO Box 981021 Street Address EI Paso,Texas 79998-1021 City, State&Zip Code Page 2 00610 7-2009 Performance Bond 00090656 Bond #022036273 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That RGM Constructors of Texas, LLC , of the City of Pflugerville County of Travis , and State of Texas as Principal, and Liberty Mutual Insurance Co. 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 million nine hundred twenty eight thousand four hundred forty six dollars seventy one tears ($ 2,928,446.71 ) 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 Princi al has entered into p certain written Agreement with the Owner, dated the _ day of , 20_v—, 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: RESTERS CROSSING RD. &LA FRONTERA BLVD. STREET RECONSTRUCTION (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 famished 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 00620 7-2009 Paymcat Bond 00090656 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 day of .20 RGM Constructors of Texas, LLC Liberty Mutual Insurance Company PrinqiW Suety KCA-w- oat Print Print ame By: By: Joel T. Stoltzman Title: cc s-f Title: Attorney-in-Fact Address: 15603 IH-35 dress: PO Box 981021 Pflunerville.Texas 78660 EI Paso,Texas 79998-1021 Resident Agent of surety: Si e John M. indt Printed Name PO Box 981021 Street Address EI Paso,Texas 79998-1021 Page 2 00620 7-2009 Payment Bond 00090656 A CERTIFICATE OF LIABILITY INSURANCE °A' ""°°+'T"'' 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 pollcy(fes)must be endorsed.N SUBROGATION IS WAIVED,sub)ect to the terms and conditions of the policy,certain policies may require an endorsement A statement on this esrtlllcate does not confer rights to the certificate holder In Ileu of such endorsement(s). Aon PRODIRiisk services southwest, Inc. WTOCT a Dallas TX office M No.Ext (214) 989-0000 PARC (214) 989-2530 v Ci PlaCe Center East E4IAIL G 2711 North Haskell Avenue ADDRESS: _ suite SM Dallas TX 75204 USA INSURER(S)AFFORDING COVERAGE NAICY INtIRaD INSURERA• Arch Insurance Company 13.150 AGM Constructors Of Texas, LLC BNSUREIL, 15603 N. IH35 Pflugerville TX 78660 USA INSURER C: INSURER D: INSURER I_ INSURER F: COVERAGES CERTIFICATE NUMBER:570045437195 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.NOTWfTHSTANDING 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 CLAMS. Limits shown are as requested TYPE OF INSURANCE POLICY NUMBER IM 'MMMXVYVYVI LIMITS GENERAL LMLITY 41PKG4351aUl EACH OCCURRENCE $110001-000 X COMMERCIAL GENERAL LIABILITY GENERAL LIABILITY DAMAGE TO R15NT`EO S qm acne $300,000 CLAIMS44ADE 1-21 OCCUR MED EXP(Ary ons pasmU $10,000 X c0*=AUabft PERSONAL AADV INJURY S1,000,000 GENERALAGGREGATE S2 000,005 GBOLAGGREGATELIMIFAPPLIESPER: PRODUCT$-COMINOPAGG 52,000,000 POLICY X �O JECT X LOC A AUrOMOeLE LIABa1TY 41PXG2381301 05/01/2011 D5/O1/ZOL2COMBINED SINGLE LIMIT ' $1.000,000 BUSINESS AUTOMOBILE IXANY AUTO BODILY WURY(Per pamon) Y ALL OWNED SCHEDULED BODILY WURYIPar•odddam) AUTOS AUTOS �y HREDAUi05 X NVrO � PROPERTY DAMAGE t1 VNABRELLA LU16 OCCUR EACH OCCURRENCE EXCESS LIAR CIABM1S-MADE AGGREGATE DED I IRETENTION A WORKERS COMPENSATION AND 41WCr2391701 'T5–/W2021 X W>r STA7t1- ANYEMPLOV PROERS'LLIANUR'fNE1I/!%[Wr1YC TY YIN WORKERS' COMPENSATION TORY M ITSOH�1mIENBER E=LUDED? N N/A LL EACH ACCIDENT S1,000,550 10an� In u�i) E.LDISEAEEEAL%V%D EE $110001 DIS OPTION OF OPERATIONS bdw EL DISEASE-POLICY LIMIT I si-,()00,000 DESCRIPTION OF OPMA*nONS I LOCATIONS I VtkIC1 Eti(Aaach ACORD IDI.Ad M; &I Rm wtw Sch•dub,I mon.apace N n p**Q Where required by written contract, city of Round Rock is an additional insured, per policy terms and conditions, as respects general Tiability, utomlobile liability and excess liability / where required by written contract waiver of subrogation in • favor of same for a�l coverages / 30 Day Notice of Cancellation to Certificate Holders except 10 day notice of cancellation for 94 non payment of premium per the attached endorsement A CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DE.NERED IN ACCORDANCE MTN THE POLICY PROVISIONS. CITY OF ROUND ROCK AUTHORIZED ATNF City Manager 221 E. Main St. Round Rock TX 78664 USA 0191(8-2010 ACORD CORPORATION.All rights reserved. ACORD 26(2010105) The ACORD name and logo are registered marks of ACORD