Loading...
Contract - Austin Traffic Signal Construction Co. - 8/9/2018 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 day of441in the ear 20 " AGREEMENT made as of the y Y BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Ro nd Rock,Texas 78664 and the Contractor01\_(>44k44/1A ("Contractor") C.L? The Project is described as: Traffic Signal at Mesa Park Drive&Old Settlers Blvd The Engineer is: HDR Engineering,Inc. 810 Hesters Crossing#120 Round Rock,Texas,78681 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 00307791 ARTICLE 3 DATE OF COMMENCEMENT;DATE OF SUBSTANTIAL COMPLETION;DATE OF 11 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 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 sixty ( 60 )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 six hundred and No/100 Dollars($600.00 ) 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 ninety ( 90 )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 hundred sixty-nine thousand,three hundred seventeen dollars and zero cents. ($269,317.00 ),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: N/A 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 t'fal ;i & . N ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 1 5.1.1 Based upon Payment submitted to Engineer and Owner byContractor,and Certificates for p Applications for y g 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'sprior written approval, Contractor shall not make advance payments to suppliers for P Pp 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 P6.1 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 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 JUNE 2018 7.1.4 The Specifications are those contained in the Project Manual dated JUNE 2018 7.1.5 The Drawings,if any,are those contained in the Project Manual dated JUNE 2018 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated JUNE 2018 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated JUNE 2018 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: N/A 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: Chris Lopez City of Round Rock 2008 Enterprise Drive Round Rock,Texas 78664 • 8.3 Contractor's representative is: k IC ova }10 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 I I 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in ii 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. 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 shall be enforceable in Round Rock,Texas, and if legal action is necessaryby either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in I 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 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. 8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal Irepresentatives 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 /OUND 'O K,T •SAustin TrafficSignal Construghon Co, Inc. _ _.,,i, / _r_ik �� __ g 4Printed N. e: Crai Arn Printed Name \ --St/114I 1C-576._ o! .1 Title Y Title: c Date Signed: € "V7 •lib Date Signed: J— Zu r I ATTEST: I . gnat'• di* City Clerk 1 FO'• Y,APPROVE AS TO FORM: 461_,... VI_ City • r,+rney I 1 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 I I I Bond Number:82460573 ISSUED IN DUPLICATE PERFORMANCE BOND THE STATE OF TEXAS § S KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON That Austin Traffic Signal Construction Company,Inc. of the City of Lir'Vllle County of Travis , and State of Texas , as PrincipalPfl, anged 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 Sixty Nine Thousand Three Hundred Seventeen and 00/10 Dollars ($ 269,317.00 ) 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 Princip I has entered into a pertain.wyitten Agreement with the Owner dated the day of PciA,444. , 2018 to which the Agreement is hereby referred to and made a part hereof as idly and to the same extent as if copied at length herein consisting of: Traffic Signal at Mesa Park Drive & Old Settlers Blvd 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 I 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 WHEMOF, the said Principal and Sur ty havG signed and sealed this instrument this �--v day of , 20 18 . Austin Traffic Signal Construction Company, Inc. Federal Insurance Company rincipal Surety C/ v�c.�' — V. DeLene Marshall Print Name Printe By.• By• jU&V) sK U Title: Title: Attorney-In-Fact Address: y?,i`�- )�0 Address: 202B Hall's Mill Road ° Whitehouse Station, NJ 08889 t Agent of Surety: 11% ' 4A)X1'\' ‘-0\ Signature V. DeLene Marshall Printed Name 2711 N. Haskell Ave. Suite 800 Street Address Dallas, TX 75204 City, State & Zip Code Page 2 00610 7-2009 Performance Bond 00090656 I Bond Number:82460573 ISSUED IN DUPLICATE PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § Of the CityofCountyof That Austin Traffic Signal Construction Company,Inc., O Pflugerville � 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 o Two Hundred Sixty penal sum of Nine Th usand Three Hundred Seventeen and 00/10 Dollars ($ 269,317.00 ) for the payment whereof, well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns,jointlyand severally, by these presents: WHEREAS the,Pjincipaal has entered intoj. certainp3ciitten Agreement with the Owner, dated the 7..... t01 day of , 20 18 , to which Agreement is hereby referred to and made a part hereof as fir ly and t the same extent as if copied at length herein consisting of: Traffic Signal at Mesa Park Drive & Old Settlers Blvd 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 00620 7-2009 Payment Bond 00090656 i1 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. i' I IN WIGS WHEREOF, he said Principal and Surety have signed and sealed this Instrument this day of \----\---- 2018 . i Austin Traffic Signal Construction Company, Inc. Federal Insurance Company in ipalp Surety ��,�/`)la�c/ V. DeLene Marshall Printed Name Print I4 By: ,.wr4NaaBy: _, _Q__\, 4, \ ' ; Title. •� • a Title: Attorney-In-Fact P-( Address: ' L i Address: 202B Hail's Mill Road o_iit. Whitehouse{Station,NJ 08889 . •sid:•t Agent of Surety: Ili\ ti...._, _ 1 41 ..ii\ ,, Signature V. DeLene Marshall Printed Name 2711 N. Haskell Ave. Suite 800 Street Address Dallas, TX 75204 Page 2 00620 7-2009 Payment Bond 00090656 Client#: 148784 AUSTITRA1 ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 8/20/2018 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 have ADDITIONAL INSURED provisions or 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER I Cindy Ellis USI Southwest Austin PHONE 512 451-7555 FAx 512 467-0113 (A/C,No,Ext): (A/C,No): 7600-B N.Capital of TX Hwy#200E-MAIL cind ellis usi.com Austin, TX 78731 ADDRESS: Y• 512 451-7555 INSURER(S)AFFORDING COVERAGE NAIL# INSURER A:Zurich American Insurance Company 16535 INSUREDINSURER B:American Guarantee 8 Liability Ins Co 26247 I Austin Traffic Signal Construction INSURER C:Federal Insurance Company 20281 Co., Inc.&ATS Drilling, Inc. INSURER D P.O. Box 130 INSURER E: Round Rock,TX 78680 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 ii 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. 111 INSR TYPE OF INSURANCE ADDL SUBR ' POLICY EFF POLICY EXP WLIMITS LTR INSR VD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY GL0483972306 03/01/2018 03/01/2019 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR PREMISESO(Ea occur ence) $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 POLICY X PRO- POLICY LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY BAP483972406 03/01/2018 03/01/2019 COMaccidBINEDent)SINGLE LIMIT $1,000,000 111 (Ea X ANY AUTO BODILY INJURY(Per person) $ OWNED AUTOS ONLY SCHEDULED BODILY INJURY(Per accident) $ AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY (Per accident) $ B X UMBRELLA LIAB X OCCUR AUC549084906 03/01/2018 03/01/2019 EACH OCCURRENCE $20,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $20,000,000 DED RETENTION$ I $ A WORKERS COMPENSATION WC483972206 03/01/2018 03/01/2019 X STATUTE IEORH 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 II DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Installation 06639633 03/01/2018 03/01/2019 $500,000 Floater-Blanket $5,000 deductible Coy. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:Traffic Signal at Mesa Park Drive&Old Settlers Blvd. The General Liability and Auto policies include a blanket automatic Additional Insured endorsement that provides 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 City Manager ACCORDANCE WITH THE POLICY PROVISIONS. 221E Main Street Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE I I Zr.a. l Gk. ?,, ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD I #S23701747/M22604245 DAMHB II-AW.A City of Round Rock,Texas Traffic Signal at Mesa Park Drive Old Settlers Blvd k%"D M>rk CS Bid Opening 07/10/2018 Bidder Austin Traffic Signal Attachments: Construction Co. (ATS) Bid Security Statement of Bidder's Safety Experience Bid Item ITEM NO DESC DESCRIPTION CODE UNIT QUANTITY UNIT PRICE TOTAL PRICE 1 104 6024 REMOVING CONC(CURB) LF 22.00 $90,00 $1,980.00 2--- 416 6032 DRILL SHAFT(TRF SIG POLE)(36 IN LF 52.00 $350.00 $18,200.00 3 500 6001 MOBILIZATION LS 1.00 $25,000.00 -$25,000.00 4 502 6001 BARRICADES, SIGNS,AND TRAFFIC HANDLING MO 2.00 $3,000.00 $6,000.00 5 531 6002 CONC SIDEWALKS(5--) SY 7.00 $383.00 $2,681.00 6 531 6010 CURB RAMPS(TY 7) EA -2,00 $3,000.00 $6,000.00 7 531 6016 CURB RAMPS(TY 2.1) EA 1.00 $2,800,00 $2,800.00 618 6046 COND(PVC)(SCHD 80)(2") LF - 215.00 $12.00 $2,580.00 9 618 6047 CONDI(PVC)ISCHD 80) 2'-)(ff-ORE)W/PRESSURE GROUT CONCRETE LF 280.00 $50.00 $14,000.00 10 618 6053 CONDT(PVC)(SCHD 80) 3") LF - 195.00 $14.00 $2,730.00 11 618 6054 -CONDT(PVC)(SCHD 80)(T-)(BORE)W/PRESSURE GROUT CONCRETE LF 660.00 $55.00 $36,300.00 12 618 6058 CONDI(PVC)(SCHD_80)(4") LF 40.00 --$18.00 $720.00 13 620 6007 FLEC COMDR(NO. 8)BARE LF 1,255.00 $1.00 $1,255.00 14 620 6008 IELEC CONDR. NO.8)INSULATED LF 1,010.00 $1.00 $1,010.00 15 620 6009- ELEC CONDIR NO.6)BARE LF 85.00 $5.00 $425,00 16 620 6010 ELEC CONDIR(NO.-6)INSULATED LF 170.00 $6.00 $1,020.00 17 621 6002 TRAY CABLE(3 CON DR)(12 AWG) LF 790.00 $3.00 $2,370.00 18 624 6010 GROUND BOX TY D(162922)W/APRON EA 5.00 $1,500.00 $7,500.00 19 628 6164 ELC SRV TY D 120/240 070(NS ALE PS(U) EA 1.00 $5,500.00 $5,500.00 20 644 6076 REMOVE SM RD SN SUP&AM EA 1,00 $50.00 $50.00 21 666 6036 REFL PAV MRK TY I (W)8"(SLD)(100 MIL LF 380.00 $3.50 $1,330.00 22 666 6042 REFL PAV MRK TY I(W)12"(SLD)(100 MIL) LF 354.00 $-3--50 $1,239.00 23 666 6048 REFL PAV MRK TY I(W)24"(SLD)(100 MIL)_ LF 123.00 $12.00 $1,476.00 24 666 6054 REFL PAV MRK TY I W.)(ARROW)(100 MIL)� EA 4.00 $151.00 $604.00 25 666 6057 REFL PAV MRK TY I(W)(DBL ARROW)(100 MIL) EA 2.00 $163.00 $326.00 26 666 6078 REFL PAV MRK TY 1-(W)(WORD)(100 MIL) EA 4.00 $163.00 $652.00 27 666 6178 REFL PAV MRK TY 11 W 8"(SLD) LF 200.00 $10.00 $2,000.00 28 666 6180 REFL PAV MRK TY 11 (W) 12"(SLD) LF 354,00 $11.00 $3,894.00 29 666 6182 REFL PAV MRK TY 1l_(W)24"(SLD) LF 123.00 $12.00 $1-476.00 30 666 6184 REFL PAV MIRK TY 11_ W)(ARROW) EA 4.00 $59.00- $236.00 31 666 6185 REFL PAV MRK TY 11(W)(DBL ARROW) 32 666 6192 REFL PAV MRK TY 11 tW)(WORpjEA Z00 $59.00 $118.00 33 _ 666 6207 REFL PAV MRK TY 11 (Y)4"(SLD) EA 4.00 $59,00 $236.00 LF 400.00 $0.30 $120,001 34 666 6300 RE PM W/RET REQ TY I .. .(W)4"(BRK)(100MIL} LF 120.00] 7/121201812:55 PM Page 1 of 3 Texas Registered Engineering Firm F-754 Bidder Austin Traffic Signal Attachments: Construction Co. (ATS) Bid Security v Statement of Bidder's Safety Experience v DESC Bid Item ITEM NO CODE DESCRIPTION UNITQ;QUANTITY UNIT PRICE TOTAL PRICE i 35 666 6315 RE PM'77P FT j7EQMIL) LF 400.00 $2.30 $920.00 36 677 6001 FLIM EXT PAV MRK&MRKS(4") LF 4 , 50.001 $1.20 $60,00 37 677 6003 FLIM EXT PAV MRK&MRKS(8.') LF 32.00 $2.00 $64.00 38 677 6007 ELIM EXT PAV MRK&MRKS(24") LF 29.00 $5.00 $145.00 39 678 6001 PAV SURF PREP FOR MRK(4") LF 400.00 $1.00 $400.00 40 678 6004 PAV SURF PREP FOR MRK(8" LF 200.00 $1.00 $200.00 41 678 6006 PAV SURF PREP FOR MRK(12"). _LF 354.00 $1.00 $354.00 42 678 6008 -PAVSURFPREP FOR MRK(24") LF 123.00 $1.00 $123.00 43 6_7_8 -60_09 PAV SURF PREP FOR MRK(ARROW) EA 4.00 $5.00 $20.00 44 678 6010 PAV_SURF PREP FOR MRK(DBL ARROW) EA 2.00 $5.00 $10.00 45 678 6016 PAV SURF PREP FOR MRK(WORD) EA 4.00 $5.00 $20.00 46 680 6002 INSTALL HWY TRF SIG(ISOLATED) EA 1.00 $14,000.00 $14,000.00 47 682 6001 VEH SIG SEC(1-2 IN LED(GRN) EA 8.00 $170.00 $1,360,00 48 682 6002 VEH SIG SEC(12 IN LED(GRN ARW) EA 4.00 $170.00 $680.00 49 682 6003 VEH SIG SEC (12 IN LED_(YEL) 50 682 6004 VEH SIG SEC(12 IN)LED(YEL ARW) EA 8.00 $170.00 $1,360.00 EA 4.00 $170.00 $680.00 51 682 6005 VEH SIG SEC(12 IN LED(RED) EA 8.00 $170.00 $1,360.00 52 682 6006 VEH SIG SEC(12 IN LED RED ARW) LL - EA 2,00 $170.00 $340.00 53 682 6018 PED SIG SEC(I_EbCOUNTDOWN) EA 6.00 $500.00 $3,000.00 54 682 6023 BACK PLATE(12 IN (3 SEC EA 6.00 $47.00 $282.00 55 682 6024 BACK PLATE(12 IN (4 SEC) EA 4.00 $57.00 $228.00 56 684 6031 TRF SIG CBL(TY A)(14 AWG I(5LONDR) LF 384.00 $2.00 $768.00 57-1 684 6033 TRF SIG CBL(TY A)(14 AWG)(7 CONDR2 LF 1,200.00 $2.00 $2,400.00 58 684 6046 TRF SIG CBL(TY A)(14 AWG)(20 CONDR) LF 530.00 $4.00 $2,120.00 59- 684 6080 TRF SIG CBL(TY C)(14 AWG)(2 CONDR) LF 910.00 $1.00 $910.00 60- 686 6041 INS TRF SIG PL AM(S) 1 ARM(40') EA 1.00 $6,500.00 $6,500.00 61 686 6048 INS TRF SIG PL AM (S) 1 ARM(44')LUM&ILSN FA 1,00 $8,800.00 $8,800.00 62 686 6049 INS_TRF SIG PL AM (S) 1 ARM(48') EA 1,00 -$7,500.00 $7,500.00 63 686 6052 INS TRF SIG PL AMS 1 ARM(48)LUM&ILSN EA 1.00 $9,900.00 $9,900.00 64 687 6001 PED POLE ASSEMBLY EA 65 688 __R0_1 PED DETECT PUSH BUTTON(APS) EA _-3.00 $2,R0.00 $7,500.00 66 688 6003 PED DETECTOR CONTROLLER UNIT 6.00 $650.00 $3,900.00 67 6002 6001 VIVDS PROCESSOR SYSTEM EA 1.00 $2,400-00 $2,400.00 EA 1.00 $5,100.00 $5,100.00 68 6002 6002 VIVDS CAMERA ASSEMBLY-UP SYSTEM EA 4.00 $1,400.00 $5,600.00 69 6002 6003 JVIVDS SET EA :F 1.00 $35000 $350.001 7/121201812,,55 PM Page 2 of 3 Texas Registered Engineering Firm F-754 Bidder Austin Traffic Signal Attachments: Construction Co. (ATS) Bid Security v Statement of Bidder's Safety Experience v Bid Item ITEM NO DESC DESCRIPTION CODE UNIT QUANTITY UNIT PRICE TOTAL PRICE 70; 6002 - — - --- --- -M - ;70 6002 6005 VlVDS COMMUNICATION CABLE(COAXIAL) LF 790.00 $100 $2,370.00 71 - - ETHERNET CAT-5E CABLE FOR RADIO) 7n nn 1 72 - - TITAN INTEGRATED 5,8 GHZ RADIO LF 70.00 $5.00 $350.00 EA 73 - - BROADBAND ANTENNA 1.00 $1,875.00 $1,875.00 EA 1.00 $25.00 $25.00 74 - - OPTICOM DETECTOR-GTT MODEL 722 EA 2.00 $957.00 $1,914.00 75 - OPTICOM PHASE SELECTOR-GTT MODEL 754 EA 1.00 $3,300.00 76 OPTICOM CARD RACK-GTT MODEL 760 EA 1.00 $3,300.00 77 $315.00 $315.00 OPTICOM CABLE-GTT MODEL 138 - LF 303,00 $2.00 $606.00: 78 AXIS NETWORK PTZ CAMERA EA 1.00 $3,100.00 $3,100.00 79 ETHERNET CAT 6(FOR PTZ) LF 70.00 $4.00 $280.00 80 COMNET—ETHERNET SWITCH 81 - JITERIS EDGE CONNECT CARD EA 1.00 $1,400.00 $1,400.00 82 t - JILSN (LED)(8S) EA 1.00 $2,700.00 $2,700.00 TOTAL EA 4.001 $2,400.00 $9,6001001 $269 317.00 1,Timothy Grimes,do hereby certify that this bid tabulation is accurate and true. 7/12/201812.55 PM Page 3 of 3 Texas Registered Engineering Firm F-754 July 12, 2018 Mr. Chris Lopez City of Round Rock 2008 Enterprise Drive Round Rock, Texas 78664 RE: Traffic Signal at Mesa Park Drive&Old Settlers Blvd—Bid Award Dear Mr. Lopez, On July 10, 2018, HDR Engineering assisted the City in opening bids for the above referenced project. One(1) responsive bid proposal was submitted by Austin Traffic Signal Construction Company, Inc., for the traffic signal at Mesa Park Drive&Old Settlers Boulevard,with a total bid price of$269,317.00. A Bid Tabulation is enclosed for your review. Based on the information presented, we recommend the City of Round Rock accept the bid of Austin Traffic Signal Construction Company, Inc. Sincerely, HDR Engineering, Inc. Benedict P. Patrick, P.E., PTOE Project Manager Enclosure: Bid Tabulation i k?E�rirt;,crs?tt 810 festers Crossing Suite 120 Round Rock,TX 73681-7839 Texas Registered Engineering Firm F-754 T 5,12 685 2900 F 512 685 2901 CERTIFICATE OF INTERESTED PARTIES FORM 1.295 10f1 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. AUSTIN TRAFFIC SIGNAL 2018-383799 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 07/24/2018 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. TR SIG OLD SETTLERS-MESA PARK INSTALLATION of TR SIGNAL @ OLD SETTLERS BLVD&MESA PARK DR. 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 M name is My -� and m date �,!"`�,� ,r y of birth is My address is -f� C.,-t C1 L , t`s '4-kiN c 31 j �r (street)) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in s. County, State of ' ,on the day of t 20 (month) (year) r i Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711 CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 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. AUSTIN TRAFFIC SIGNAL 2018-383799 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 07/24/2018 being filed. CITY OF ROUND ROCK,TEXAS Date Acknowledged: 08/09/2018 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. TR SIG OLD SETTLERS-MESA PARK INSTALLATION of TR SIGNAL @ OLD SETTLERS BLVD&MESA PARK DR. 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 (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 V1.0.6711