Loading...
Contract - Austin Traffic Signal - 9/27/2018 F � 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 eJeltgwrittz—AGREEMENT made as of the two seetatla•. )day ofin the year 2018 . 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 Co.,Inc. ("Contractor") 4615 Priem Lane Pflugerville,TX 78660 The Project is described as: Proposed Traffic Signal Construction at RM 1431 at Texas Crushed Stone(Newson Drive)& Old Settlers Blvd at Kenney Fort Blvd The Engineer is: BGE,Inc. 7000 North Mopac Suite 330 Austin,Texas 78731 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 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 One-hundred and fifty ( 150 ) 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 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 eighty ( 180 )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 Four hundred fifty four thousand nine hundred sixty one dollars and ten cents 3 (5 454,961.10 ),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: 1 I 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor, and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender,Owner shall make progress payments on account of the Contract Sum to Contractor as provided below, in Article 14 of the City of Round Rock General Conditions,and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth (10th) day of a month, Owner shall make payment to Contractor not later than the tenth (10th)day of the next month. If an Application for Payment is received by Engineer and Owner after the application date fixed above, payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require.This schedule,unless objected to by Engineer or Owner, shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the City of Round Rock General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. • 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has frilly 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. 3 00500 4-2016 Page 3 of 5 Standard Form of Agreement 00307791 3 _1 7_. 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. Mai 7.1.3 The Supplementary, Special,and other Conditions of the Contract are those contained in the Project Manual date March 2018 7.1.4 The Specifications are those contained in the Project Manual dated March 2018 7.1.5 The Drawings, if any, are those contained in the Project Manual dated March 2018 7.1.6 The Insurance& Construction Bond Forms of the Contract are those contained in the Project Manual dated March 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 March 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: 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 CORR-Transportation Department 512-218-3237 bstablein@roundrocktexas.gov 8.3 Contractor's representative is: Edward Schroeder-Vice President Austin Traffic Signal Construction Co.,Inc. 512-255-9951 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 la 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 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 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. 2 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. 3 OWNER CONTRACTOR 1Inc. CITY OF '��UND ' ICK TEXAS ()Austin Tr is Si oal Construction , 2 id Printed Name: -.' N �.J Printed Name: 2 Title MM (,ge Title: ' i f � f, Date Signed: l' . . 10 Date Signed: / -, - i''') ATTEST: 3 A?i t 4"ic.:7„.. City Cler FOR CII APPR VED,1S TO FORM: q1111111.-1FF I' .C: #91113-6 City Atto ii-y I 1 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 IP 6%a% 1, Bond Number: 82521313 •a ISSUED IN FOUR(4)COUNTERPARTS PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY TIIESE 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 Four Hundred Fifty Four Thousand Nine Hundred Sixty One and 10/100 Dollars ($ 454,961.10 ) 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 e' - 2.744* day of iisserginawIbIeN 0, 2018 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 of: Proposed Traffic Signal Construction at RM 1431 at Texas Crushed Stone _) (Newson Drive) & Old Settlers Blvd at Kenney Fort Blvd 3 (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. lll,` e g.. 00610 7-2009 Performance Bond 00090656 I J 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 15th day of October , 2018 Austin Traffic Signal Construction Company, Inq. Federal Insurance Company Surety air - V. DeLene Marshall Printed. -1 Print, �s N►ne 0 By: wimp ‘,./j& BY: L. � . �� . -_ Title: Title: Attorney-In-Fact Address: 4615 Priem Lane Address: 202B Hall's Mill Road Pflugerville,TX 78660 Whitehouse Station,NJ 08889 id:r,:,t Agent of urety: ) \,7 ki igna ure V.DeLene Marshall Printed Name Aon Risk Services,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: 82521313 ISSUED IN FOUR(4)COUNTERPARTS PAYMENT BOND THE STATE OF TEXAS COUNTY OF WILLIAMSON § KNOW ALL MEN BY THESE PRESENTS: 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 Four Hundred Fifty Four Thousand Nine Hundred Sixty One and 10/100 Dollars ($ 454,961.10 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 ei7 , day of nbUeutt. .2018 , 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: Proposed Traffic Signal Construction at RM 1431 at Texas Crushed Stone (Newson Drive) & Old Settlers Blvd at Kenney Fort Blvd (Name of the Project) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors,workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00620 7-2009 t'aymcni Bund 00090656 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 ned and sealed al.ed this Instrument this 15th day of October, 2018 Austin Traffic Signal Construction Company, Inc. Federal Insurance Company Pri 1 Surety 4 V.DeLene Marshall Print . ` ame Print'. a1 By: • —-� By: t„,,LI, „„.�,Title. ‘11��►-' Title: Attorney-In-Fact Address: 4615 Priem Lane Address: 202B Hall's Mill Road Pflugerville,TX 78660 Whitehouse Station, NJ 08889 ' : en •: gent of Su ety: 111: I signature V.DeLene Marshall Printed Name Aon Risk Services,2711 N. Haskell Ave.Suite 800 Street Address Dallas,TX 75204 1 I I 00620 7-2009 Page 2 0009065E Payment Rnnd Client#: 148784 AUSTITRA1 • ACORDT�., CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) -_ 10/25/2018 r THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS I CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES imi ...., BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED 1 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 athis certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER `CONTACT NAME: Cindy Ellis 'ISI Southwest Austin PHONE 512 451-7555 LA/C,No,Ext): (A/C, No): 512 467-0113 7_1_...',400-C 600-C N.Capital of TX Hwy#200 A DRESS: cindy.ellis@usi.com Austin,TX 78731 - 12 451-7555 _INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Zurich American Insurance Company 16535 SURED INSURER B:American Guarantee&Liability Ins Co 26247 I Austin Traffic Signal Construction FederallnsuranceCompany 20281 INSURER C Co., Inc. &ATS Drilling, Inc. . 1 P.O. Box 130 INSURER D: ear TI INSURER E: I Round Rock,TX 78680 INSURER F: >OVERAGES 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 IINDICATED. 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. I. R TYPE OF INSURANCE ADDL SUBR' POLICY EFF POLICY EXP ILIR INSR WVD I POLICY NUMBER (MM/DD/YYYYL(MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY GL0483972306 03/01/2018 03/01/2019 EACH OCCURRENCE $1,000,000 c CLAIMS-MADE X OCCUR PREMISES(?Ea occurrence) $100,000 MED EXP(Any one person) $10,000 I PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: I GENERAL AGGREGATE $2,000,000 I PRO- 1 POLICY X JECT I LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ AUTOMOBILE LIABILITY BAP483972406 03/01/2018 03/01/2019 COMBINED SINGLE LIMIT - (Ea accident) 11,000,000 X ANY AUTO BODILY INJURY(Per person) $ I OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY (Per accident) _ $ lB X UMBRELLA LIAB X OCCUR AUC549084906 03/01/2018 03/01/2019 EACH OCCURRENCE $20,000,000 E EXCESS LIAB CLAIMS-MADE AGGREGATE $20,000,000 DED , RETENTION$ $ A WORKERS COMPENSATION WC483972206 03/01/2018 03/01/2019 X PER OTH- ER AND EMPLOYERS'LIABILITY STATUTE Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A 'I (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 I A:—If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 Installation 06639633 03/01/2018 03/01/2019 $500,000 Floater- Blanket $5,000 deductible _ Cov. _SCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) I .e:Traffic Signal Construction-RM 1431 at Texas Crushed Stone(Newson Drive) &Old Settlers Blvd.at Kenney Fort Blvd. - he General Liability and Auto policies include a blanket automatic Additional Insured endorsement that Additional Insured status to the Certificate Holder(and other entities as required by the Prime il_rovides Contract), only when there is a written contract that requires such status and only with regard to work See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION 1 City of Round Rock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE I Attn: City Manager THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 221 E. Main Street 1 Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE John Walter Wagner ILicense#712465 ---q z'.ice . tA4 o ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) g 1 of 2 The ACORD name and logo are registered marks of ACORD #S24131056/M22604245 CLEHB RM 1431 at Texas Crushed Stone Traffic Signal BID TABULATION Engineer's Estimate ATS Estimate ITEM DESC. NO. CODE DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL UNIT PRICE TOTAL 0416 6032 DRILL SHAFT(TRF SIG POLE)(36") LF 53 $240.00 $12,720.00 $390.00 $20,670.00 0500 6001 MOBILIZATION LS 1 $15,000.00 $15,000.00 $17,000.00 $17,000.00 0502 6001 BARRICADE,SIGN,AND TRAFFIC HANDLING MO 2 $7,250.00 $14,500.00 $2,000.00 $4,000.00 0618 6042 CONDT(PVC)(SCHD 80)(11/4") LF 100 $13.00 $1,300.00 $19.00 $1,900.00 0618 6047 CONDT(PVC)(SCHD 80)(2") LF 80 $16.00 $1,280.00 $25.00 $2,000.00 0618 6053 CONDT(PVC)(SCHD 80)(3") LF 45 $26.00 $1,170.00 $30.00 $1,350.00 0620 6007 ELEC CONDUCTOR(NO.8)BARE LF 100 $2.00 $200.00 $1.70 $170.00 0620 6008 ELEC CONDUCTOR(NO.8)INSULATED LF 1480 $2.50 $3,700.00 $1.80 $2,664.00 0620 6009 ELEC CONDUCTOR(NO.6)BARE LF 15 $2.00 $30.00 $4.00 $60.00 0620 6010 ELEC CONDUCTOR(NO.6)INSULATED LF 30 $2.00 $60.00 $6.00 $180.00 0624 6010 GROUND BOX TY D(162922)W/APRON EA 1 $1,000.00 $1,000.00 $1,500.00 $1,500.00 0625 6003 ZINC-COAT STL WIRE STRAND(3/8") LF 840 $4.00 $3,360.00 $2.00 $1,680.00 0628 6213 ELC SRV TY D 120/240 100(NS)AL(E)PS(U) EA 1 $6,500.00 $6,500.00 $6,000.00 $6,000.00 0644 6004 INS SM RD SN SUP&AM TY 10BWG(1)SA(T) EA 1 $500.00 $500.00 $1,300.00 $1,300.00 0666 6003 REFL PAV MRK TY I(W)4"(BRK)(100MIL) LF 475 $1.00 $475.00 $2.00 $950.00 0666 6036 REFL PAV MRK TY I(W)8"(SLD)(100MIL) LF 200 $2.00 $400.00 $3.00 $600.00 0666 6048 REFL PAV MRK TY I(W)24"(SLD)(100MIL) LF 135 $5.00 $675.00 $20.00 $2,700.00 0666 6054 REFL PAV MRK TY I(W)(ARROW)(100MIL) EA 4 $100.00 $400.00 $310.00 $1,240.00 0666 6078 REFL PAV MRK TY I(W)(WORD)(100M IL) EA 4 $150.00 $600.00 $355.00 $1,420.00 0666 6126 REFL PAV MRK TY I(Y)4"(SLD)(100MIL) LF 5600 $1.50 $8,400.00 $1.20 $6,720.00 0666 6141 REFL PAV MRK TY I(Y)12"(SLD)(100MIL) LF 460 $3.00 $1,380.00 $11.00 $5,060.00 0666 6303 RE PM W/RET REQTY I(W)4"(SLD)(100MIL) LF 1940 $0.50 $970.00 $2.00 $3,880.00 0672 6007 REFL PAV MRKR TY I-C EA 47 $4.00 $188.00 $14.00 $658.00 0672 6013 REFL PAV MRKR TY II-AA EA 168 $4.00 $672.00 $15.00 $2,520.00 0677 6001 ELIM EXT PAV MRK&MRKS(4") LF 6130 $0.20 $1,226.00 $1.60 $9,808.00 0677 6003 ELIM EXT PAV MRK&MRKS(8") LF 1350 $0.50 $675.00 $3.00 $4,050.00 0677 6008 ELIM EXT PAV MRK&MRKS(ARROW) EA 1 $80.00 $80.00 $600.00 $600.00 0677 6012 ELIM EXT PAV MRK&MRKS(WORD) EA 1 $90.00 $90.00 $600.00 $600.00 0678 6001 PAV SURF PREP FOR MRK(4") LF 8015 $0.30 $2,404.50 $0.02 $160.30 0678 6004 PAV SURF PREP FOR MRK(8") LF 200 $0.50 $100.00 $0.04 $8.00 0678 6006 PAV SURF PREP FOR MRK(12") LF 460 $1.00 $460.00 $0.08 $36.80 0678 6008 PAV SURF PREP FOR MRK(24") LF 135 $2.00 $270.00 $0.20 $27.00 0678 6009 PAV SURF PREP FOR MRK(ARROW) EA 1 4 $20.00 $80.00 $25.00 $100.00 0678 6016 PAV SURF PREP FOR MRK(WORD) tEA 4 $20.00 $80.00 $25.00 $100.00 0680 6003 INSTAL OF HWY TRAF SIG(ISOLATED) 1 $28,000.00 $28,000.00 $18,000.00 $18,000.00 0682 6001 VEH SIG SEC(12")LED(GRN) 6 $300.00 $1,800.00 $225.00 $1,350.00 0682 6002 VEH SIG SEC(12")LED(GRN ARW) 1 $300.00 $300.00 $225.00 $225.00 0682 6003 VEH SIG SEC(12")LED(YEL) 6 $300.00 $1,800.00 $225.00 $1,350.00 0682 6004 VEH SIG SEC(12")LED(YEL ARW) 1 $300.00 $300.00 $225.00 $225.00 0682 6005 VEH SIG SEC(12")LED(RED) EA 6 $300.00 $1,800.00 $225.00 $1,350.00 0682 6006 VEH SIG SEC(12")LED(RED ARW) EA 1 $300.00 $300.00 $225.00 $225.00 0682 6029 BACK PLATE(12")(3 SEC) EA 7 $100.00 $700.00 $63.00 $441.00 0684 6031 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) LF 710 $1.50 $1,065.00 $3.00 $2,130.00 0684 6032 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 485 $2.00 $970.00 $4.00 $1,940.00 0686 6007 INS TRF SIG PL AM(S)STR(TY B) EA 1 $5,000.00 $5,000.00 $3,507.00 $3,507.00 0686 6008 INS TRF SIG PL AM(S)STR(TY B)LUM EA 3 $6,000.00 $18,000.00 $5,451.00 $16,353.00 6002 6001 VIVDS PROCESSOR SYSTEM EA 1 $5,000.00 $5,000.00 $8,000.00 $8,000.00 6002 6002 VIVDS CAMERA ASSEMBLY EA 3 $2,000.00 $6,000.00 $1,600.00 $4,800.00 6002 6003 VIVDS SET-UP SYSTEM EA 1 $1,000.00 $1,000.00 $350.00 $350.00 6002 6005 VIVDS COMMUNICATION CABLE(SIAM)(COAXIAL) LF 555 $4.00 $2,220.00 $3.00 $1,665.00 6010 PTZ CAMERA ASSEMBLY AND ETHERNET CABLE EA 1 $2,500.00 $2,500.00 $3,500.00 $3,500.00 6054 6004 ANTENNA EA 1 $450.00 $450.00 $255.00 $255.00 6077 6001 5 GHZ ETHERNET RADIO 2.4/5.8 GHZ EA 1 $2,800.00 $2,800.00 $2,100.00 $2,100.00 6089 ETHERNET CABLE AND CONNECTORS LF 45 $6.00 $270.00 $5.00 $225.00 6525 EMERGENCY PREEMPTION PHASE SELECTOR(4-CHANNEL) EA 1 $4,500.001 $4,500.00 $3,400.00 $3,400.00 6525 EMERGENCY PREEMPTION DETECTOR EA 2 $2,500.0101 $5,000.00 $1,200.00 $2,400.00 165251 EMERGENCY PREEMPTION DETECTOR CABLE(4/C SHLD) LF 1 330 $2.001 $660.001 $3.00 $990.00 TOTAL: $171,380.50 TOTAL: $176,493.10 DIFFERENCE FROM ENGINEER'S ESTIMATE: $5,112.60 INCREASE FROM ENGINEER'S ESTIMATE: 2.98% I JULY 2018 BGE,Inc. 1 of 1 Old Settlers at Kenney Fort Traffic Signal BID TABULATION Engineer's Estimate ATS Estimate ITEM DESC. NO. CODE DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL UNIT PRICE TOTAL 0416 6002 DRILL SHAFT(24") LF 18 $74.00 $1,332.00 $180.00 $3,240.00 0416 6032 DRILL SHAFT(TRF SIG POLE)(36") LF 42 $240.00 $10,080.00 $400.00 $16,800.00 0500 6081 MOBILIZATION LS 1 $20,000.00 $20,000.00 $25,000.00 $25,000.00 0502 6001 BARRICADE,SIGN,AND TRAFFIC HANDLING MO 3 $7,250.00 $21,750.00 $2,600.00 $7,800.00 0529 6007 CONC CURB&GUTTER(TY 1) LF 500 $25.00 $12,500.00 $23.00 $11,500.00 0531 6004 CURB RAMPS(TY 1) EA 1 $1,100.00 $1,100.00 $3,700.00 $3,700.00 0536 6002 CONC MEDIAN SY 111 $100.00 $11,100.00 $95.00 $10,545.00 0618 6042 CONDT(PVC)(SCHD 80)(11/4") LF 10 $13.00 $130.00 $12.00 $120.00 0618 6046 CONDT(PVC)(SCHD 80)(2") LF 105 $8.00 $840.00 $13.00 $1,365.00 0618 6047 CONDT(PVC)(SCHD 80)(2")(BORE) LF 320 $16.00 $5,120.00 $50.00 $16,000.00 0618 6053 CONDT(PVC)(SCHD 80)(3") LF 100 $26.00 $2,600.00 $22.00 $2,200,00 0618 6054 CONDT(PVC)(SCHD 80)(3")(BORE) LF 760 $43.00 $32,680.00 $56.00 $42,560.00 0620 6007 ELEC CONDUCTOR(NO.8)BARE LF 1235 1 $2.00 $2,470.00 $1.50 $1,852.50 0620 6009 ELEC CONDUCTOR(NO.6)BARE LF 30 $2.00 $60.00 $3.00 $90.00 0620 6010 ELEC CONDUCTOR(NO.6)INSULATED LF 60 $2.00 $120.00 $4.00 $240.00 0624 6010 GROUND BOX TY D(162922)W/APRON EA 4 $1,000.00 $4,000.00 $1,700.00 $6,800.00 0628 6213 ELC SRV TY D 120/240 100(NS)AL(E)PS(U) EA 1 $6,500.00 $6,500.00 $6,000.00 $6,000.00 0644 6001 IN SM RD SN SUP&AM TYIOBWG(1)SA(P) EA 1 $438.00 $438.00 $1,200.00 $1,200.00 0666 6036 REFL PAV MRK TY I(W)8"(SLD)(100MIL) LF 320 $2.00 $640.00 $6.00 $1,920.00 0666 6042 REFL PAV MRK TY I(W)12"(SLD)(IOOMIL) LF 145 $2.00 $290.00 $15.00 $2,175.00 0666 6048 REFL PAV MRK TY I(W)24"(SLD)(100MIL) LF 80 $5.00 $400.00 $20.00 $1,600.00 0666 6054 REFL PAV MRK TY I(W)(ARROW)(100MIL) EA 2 $100.00 $200.00 $225.00 $450.00 0666 6078 REFL PAV MRK TY I(W)(WORD)(100MIL) EA 2 $150.00 $300.00 $230.00 $460.00 0677 6001 ELIM EXT PAV MRK&MRKS(4") LF 820 $0.30 $246.00 $1.40 $1,148.00 0677 6005 ELIM EXT PAV MRK&MRKS(12") LF 235 $2.00 $470.00 $4.00 $940.00 0678 6004 PAV SURF PREP FOR MRK(8") LF 320 $0.50 $160.00 $0.05 $16.00 0678 6006 PAV SURF PREP FOR MRK(12") LF 145 $1.00 $145.00 $0.10 $14.50 0678 6008 PAV SURF PREP FOR MRK(24") LF 80 $2.00 $160.00 $0.20 $16.00 0678 6009 PAV SURF PREP FOR MRK(ARROW) EA 2 $20.00 $40.00 $25.00 $50.00 0678 6016 PAV SURF PREP FOR MRK(WORD) EA 2 $20.00 $40.00 $25.00 $50.00 0680 6002 INSTAL OF HWY TRAF SIG(ISOLATED) EA 1 $25,000.00 $25,000.00 $21,000.00 $21,000.00 0682 6001 VEH SIG SEC(12")LED(GRN) EA 6 $300.00 $1,800.00 $250.00 $1,500.00 0682 6002 VEH SIG SEC(12")LED(GRN ARW) EA 2 $300.00 $600.00 $250.00 $500.00 0682 6003 VEH SIG SEC(12")LED(YEL) EA 6 $300.00 $1,800.00 $250.00 $1,500.00 0682 6004 VEH SIG SEC(12")LED(YEL ARW) EA 2 $300.00 $600.00 $250.00 $500.00 0682 6005 VEH SIG SEC(12")LED(RED) EA 6 $300.00 $1,800.00 $250.00 $1,500.00 0682 6006 VEH SIG SEC(12")LED(RED ARW) EA 1 $300.00 $300.00 $250.00 $250.00 0682 6018 PED SIG SEC(LED)(COUNTDOWN) EA 4 $579.79 $2,319.161 $540.00 $2,160.00 0682 6023 BACK PLATE(12")(3 SEC) EA 5 $83.40 $417.00 $58.00 $290.00 0682 6025 BACK PLATE(12")(5 SEC) EA 2 $97.90 $195.80 $75.00 $150.00 0684 6008 TRF SIG CBL(TY A)(12 AWG)(3 CONDR) LF 475 $1.00 $475.00 $2.00 $950.00 0684 6028 TRF SIG CBL(TY A)(14 AWG)(2 CONDR) LF 305 $1.16 $353.80 $1.00 $305.00 0684 6031 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) LF 550 $1.50 $825.00 $3.00 $1,650.00 0684 6033 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 115 $2.00 $230.00 $4.00 $460.00 0684 TRF SIG CBL(TY C)(12 AWG)(20 CONDR) LF 385 $4.00 $1,540.00 $5.00 $1,925.00 0686 6042 INS TRF SIG PL AM(S)1 ARM(40')ILSN EA 1 $5,600.00 $5,600.00 $8,306.00 $8,306.00 0686 6046 INS TRF SIG PL AM(S)1 ARM(44')ILSN EA 1 $5,800.00 $5,800.00 $9,000.00 $9,000.00 0686 6050 INS TRF SIG PL AM(S)1 ARM(48')ILSN EA 1 $6,000.00 $6,000.00 $9,100.00 $9,100.00 0687 6001 PED POLE ASSEMBLY EA 3 $1,870.00 $5,610.00 $3,400.00 $10,200.00 0688 6001 PED DETECT PUSH BUTTON(APS) EA 4 $1,100.00 $4,400.00 $742.00 $2,968.00 6002 6001 VIVDS PROCESSOR SYSTEM EA 1 $5,000.00 $5,000.00 $8,077.00 $8,077.00 6002 6002 VIVDS CAMERA ASSEMBLY EA 3 $2,000.00 $6,000.00 $1,700.00 $5,100.00 6002 6003 VIVDS SET-UP SYSTEM EA 1 $1,000.00 $1,000.00 $350.00 $350.00 6002 6005 VIVDS COMMUNICATION CABLE(SIAM)(COAXIAL) LF 520 $3.00 $1,560.00 $3.00 $1,560.00 6010 PTZ CAMERA ASSEMBLY AND ETHERNET CABLE EA 1 $2,500.00 $2,500.00 $4,100.00 $4,100.00 6054 6004 ANTENNA EA 1 $450.00 $450.00 $255.00 $255.00 6077 6001 5 GHZ ETHERNET RADIO 2.4/5.8 GHZ EA 1 $2,800.00 $2,800.00 $2,500.00 $2,500.00 6089 ETHERNET CABLE AND CONNECTORS LF 50 $6.00 $300.00 $5.00 $250.00 6090 6002 ILSN(LED)(8 D) EA 3 $3,000.00 $9,000.00 $2,800.00 $8,400.00 6525 EMERGENCY PREEMPTION PHASE SELECTOR(4-CHANNEL) EA 1 $4,500.00 $4,500.00 $4,300.00 $4,300.00 6525 EMERGENCY PREEMPTION DETECTOR(DUAL CHANNEL) EA 2 $2,500.00 $5,000.00 $1,200.00 $2,400.00 6525 JEMERGENCY PREEMPTION DECTOR CABLE(4/C SHLD) LF 555 $2.00 $1,110.00 $2.00 $1,110.00 TOTAL: $240,796.76 TOTAL: $278,468.00(Corrected) DIFFERENCE FROM ENGINEER'S ESTIMATE: $37,671.24 %INCREASE FROM ENGINEER'S ESTIMATE. 15.64% GRAND TOTAL: $176,493.10+$278,468.00= 1 $454,961.10 BGE,Inc. 1 of 1 July 2018 ITPr .=d July 31, 2018 Mr. Bill Stablein Project Manager—Transportation Department City of Round Rock 2008 Enterprise Drive Round Rock, TX 78664 Subject: RM 1431 at Texas Crushed Stone &Old Settler's Blvd. at Kenney Fort Blvd. Traffic Signals Recommendation for Bid Award Dear Mr. Stablein: BGE, Inc. performed a bid tabulation of the bid received on 07/18/18 for the subject project. The results of the bid tabulation are as follows: 1. Austin Traffic Signal Company, Inc. (ATS) $454,961.10(corrected) The lone bidder is ATS. This bid amount is 10%above the Engineer's estimate. This signal construction company has been in business for several years and has acceptable references. Our bid tabulation detected one incorrect quantity price calculation, along with an error in the calculated Subtotal Base Bid for the Old Settlers Blvd. at Kenney Fort Blvd. bid that, once corrected, changed the overall low bid amount to$454,961.10. I have discussed this change with ATS and they concurred with the adjustment. The bid tabulation spreadsheet is attached,reflecting the corrected low bid tabulation. Therefore, we recommend that the construction contract be awarded to Austin Traffic Signal Company,Inc. in the amount of$454,961.10. If you have any questions or need additional information, please contact me at 512-879-0400. Sincerely, AM04G(00110a�esr U�- Arnold Gonzales,Jr.,P.E. Sr. Project Manager Serving,Leading,Solving;` 7000 North Mopac ( Suite 330 1 Austin,Texas 78731 1 512-879-0400 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl 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 2018-403791 Pflugerville,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 09/13/2018 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. TX.CRUSHED STONE/KENNY FORT 2 TR.SIGNALS-1431-TX. CR STONED&OLD SETTLERS-KENNEY FORT BLVD 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 i t . and my date of birth is My address (street) (city) ( (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. 1 , = �; ��—fdy Executed in C rorty, State of on theof` 20� , (mon ) (year) Signature of authorized agent of contracting business en ity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711 CERTIFICATE OF INTERESTED PARTIES FORM 3.295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-403791 AUSTIN TRAFFIC SIGNAL Pflugerville,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 09/13/2018 being filed. CITY OF ROUND ROCK,TEXAS Date Acknowledged: 09/25/2018 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. TX.CRUSHED STONE/KENNY FORT 2 TR. SIGNALS-1431-TX. CR STONED&OLD SETTLERS-KENNEY FORT BLVD 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