Loading...
Contract - Austin Traffic Signal Construction Co - 12/18/2014 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' T I " la-5 day of a41M,G' in the year 20 15 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, inch Contractor") The Project is described as: Red Bud Lane at Old Settlers Blvd and N Red Bud Lane at Mickey Mantle P1 Intersection Improvements The Engineer is: Kimley-Horn and Associates,Inc. Vivek Deshpande,P.E. 10814 Jollyville Road,Avallon IV,Suite 300 Austin,TX 78759 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 8-2012 Page 1 of 5 Standard Form of Agreement 00196575 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 seven ( 7 ) 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 ( ) calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than N/A ( )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 one hundred and No/100 Dollars($ 100.00 )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 seventy five ( 75 )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 three hundred twenty five thousand five hundred eighty two dollars ($ 325,582.00 ),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: N/A N/A 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(10th)day of the next month. If an Application for Payment is received by Engineer and Owner after the application date fixed above,payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require. This schedule, unless objected to by Engineer or Owner,shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the City of Round Rock General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work,and to satisfy other requirements,if any,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by Engineer. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty (30) days after all Work on the Contract has been fully performed.Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment, and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. 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 October 2014 7.1.4 The Specifications are those contained in the Project Manual dated October 2014 7.1.5 The Drawings,if any,are those contained in the Project Manual dated October 2014 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated October 2014 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated October 2014 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: BILL STABLEIN City of Round Rock 2008 Enterprise Drive Round Rock,TX 78664 8.3 Contractor's representative is: t'L. zi )c . - L3 cD us in r. • - g 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 OFD ROC TEXAS___ al A stip Traffic Sign I ConstructiorlrCo, inc. ---s.A .,�� Ect ir:7 Printed Name: Net VI V r 1,7�r 44 Y Printed Name: (�, c � Title ayov Title: V 'L-- 'NR;--C,' `�"'` 1 -i---"-t Date Signed: ( L . J •(✓ Date Signed: / I— Z. r / LI ATTEST: /,40/1i'Ve City Clerk FOR 0 T ,APP1tOVE AS TO FORM: fl t''w N City Atti rney Page 5 of 5 Bond Number: 82381483 ISSUED IN SIX (6) COUNTERPARTS PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Austin Traffic Signal Construction, 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 Three Hundred Twenty Five Thousand Five Hundred Eighty Two and 00/100 Dollars ($ 325,582.00 ) 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 Principal has entered into a certain written Agreement with the Owner dated the day of December aAN L4Ct , 2016to which the Agreement is hereby referred to and made a part hereof as fully and to t same extent as if copied at length herein consisting of: Red Bud Lane at Old Settlers Blvd. and N Red Bud Lane at Mickey Mantle P1 Intersection Improvements (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 December , 20 14 . Austin Traffic Signal Construction Company, Inc. Federal Insurance Company Pri� � �l/( / Surety GJ(' U �,,,►�C V. DeLene Marshall Printe Name :Øi npa Title: Title: Attorney-In-Fact Address: 4615 Priem Lane Address: 15 Mountain View Road Pflugerville, TX 78660 Warren,NJ 07059 Resi• • t en . k • Signa • Ricardo J. Reyna Printed Name Aon Risk Services Southwest Inc., 2711 N. Haskell Ave. Street Address Dallas, TX 75204 City, State & Zip Code Page 2 00610 7-2009 Performance Bond 00090656 Bond Number: 82381483 ISSUED IN SIX (6) COUNTERPARTS PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Austin Traffic Signal Construction, 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 Three Hundred Twenty Five Thousand Five Hundred Eighty Two and 00/100 Dollars ($ 325,582.00 ) for the payment whereof, well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns,jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Agreement with the Owner, dated the *)4'1A--- day of rrr' Z , , Wi , 20 115-; to which Agreement is hereby referred to and made a part hereof as fully and to e same extent as if copied at length herein consisting of: Red Bud Lane at Old Settlers Blvd. and N Red Bud Lane at Mickey Mantle P1 Intersection Improvements (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 Payment Bond 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 and sealed this Instrument this day of December , 20 14 . Austin Traffic Signal Construction Company,Inc. Federal Insurance Company Prin_ l Surety �(i-dCA4)— ;,,— ai::'' / V. DeLene Marshall Printe► Name Print- ► .me k____ 1 �\B r \ \YBy: 1 \ t \C_\ , Title: l I ' Title: Attorney- n-Fact Address: 4615 Priem Lane Address: 15 Mountain View Road Pflugerville, TX 78660 Warren,NJ 07059 i Resid:nt • n, 1 l .461 S ignatur Ricardo J. Reyna Printed Name Aon Risk Services Southwest Inc.,2711 N. Haskell Ave. Street Address Dallas, TX 75204 Page 2 00620 7-2009 Payment Bond 00090656 Client#:148784 AUSTITRAI A CORDO. CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 12/05/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: USI Southwest AustinPHONE FAX (Aro,No,Ext):512 451-7555 (AIC,No):512 467-0113 7600-B N.Capital of TX Hwy#200 i E-MAIL Austin,TX 78731 ADDRESS: 512 451-7555 • INSURER(S)AFFORDING COVERAGE NAIC S INSURER A:Zurich American Insurance Co. 16535 INSURED INSURER B:American Guarantee&Liability 26247 Austin Traffic Signal Construction INSURER c:Federal Insurance Company 20281 Co.,Inc.&ATS Drilling,Inc. -- — -- P.O.Box 130 INsuRERD: Round Rock,TX 78680 INSURER E I INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE NSR WVD POLICY NUMBER POLICY EFF i POLICY EXP LIMITS (MMIDDIYYYY) (MMIDDlYYYY) A GENERAL LIABILITY GLO483972302 03101/2014;03/01/201 EACH OCCURRENCE S1,000,000 ^I COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES(Ea occurrence) S100,000 CLAIMS-MADE r X1 OCCUR I1 MED EXP(Any one person) 510,000 i PERSONAL&ADV INJURY 51,000,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG ,s2,000,000 POLICY I e JECT PRO- LOC $ .. A AUTOMOBILE LIABILITY BAP483972402 03/01/2014 03/01/201 qq CObIBINED SINGLE LIMIT M_tEaaccldenn -_ _$1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED i SCHEDULED 1 BODILY INJURY(Per accident) S AUTOS AUTOS _ I X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE S AUTOS • (Per accident) S B x UMBRELLA LIAB X OCCUR AUC549084902 03/01/2014,,,03/01/201 EACH OCCURRENCE s20 00O OOO EXCESS LIAB CLAIMS-MADE AGGREGATE ,s20,000,000 DED 1 RETENTION$ I S WORKERS COMPENSATION WC STATU- OTH- A AND EMPLOYERS'LIABILITY Y/N WC483972202 03/01/2014!03/01/201 X TORY I IMITS 'ER ANY PROPRIETOR/PARTNER/EXECUTIVE; E.L.EACH ACCIDENT S1,000,000 OFFICER/MEMBER EXCLUDED? _� N/A - (Mandatory in NH) 1 E.L.DISEASE-EA EMPLOYEE S1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below 1 E.L.DISEASE-POLICY LIMIT Si,000,000. _ C Installation 06639633 03/01/2014;03/01/201'y $350,000 limit Floater $1,000 deductible DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Job#1704-Red Bud Lane at Old Settlers Blvd.&N.Red Bud Lane at Mickey Mantle PL Intersection Improvements 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 (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Round Rock,Texas SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn:City Manager ACCORDANCE WITH THE POLICY PROVISIONS. 221 E Main Street Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE U,(•. IA 04.1MA.io ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD #S13853958/M11695712 CLEHB November 19, 2014 Mr. Bill Stablein City of Round Rock 2008 Enterprise Dr. Round Rock, TX 78664 RE: Red Bud Lane at Old Settlers Blvd. and Red Bud Lane at Mickey Mantle P1/Pioneer Crossing Dr. Intersection Improvements Bid Award Recommendation Dear Mr. Stablein: Kimley-Horn has reviewed the bid documents submitted by Austin Traffic Signal Construction Co, Inc. (ATS)on November 12, 2014. The bid submitted by ATS was the only bid received for this project. The bid received ATS appears to be complete and satisfactory. While reviewing the bid form, a couple of math errors were found in the subtotals for Items 0644 2060 and 0682 2024 as highlighted in 'red' in the attached bid tabulation comparison. However, the overall bid total was correct and was not affected by the errors on the above two items. Kimley-Horn recommends that the City of Round Rock accept the bid and award ATS the contract for $325,582.00 for the Red Bud Lane at Old Settlers Blvd. and Red Bud Lane at Mickey Mantle PI/Pioneer Crossing Dr. Intersection Improvements project. Please contact me at(512)418-4536 or vivek.deshpande(c�kimley-horn.com should you have any questions. Sincerely, . Il if i .: Vivikreshpande, 1E., PTOE Attachment: Bid Tabulation Comparison ,, a ! ui hr; li 'e 6 1 ; ;':•' 7 7� � 7 „.,, ' 11C9f ,.!- ,I^i , :,.E .� rA k r ' p : PROJECT: RED BUD LANE AT: OLD SETTLERS BLVD MICKEY MANTLE PL/PIONEER CROSSING DR CITY: ROUND ROCK Kimley>>)Horn COUNTY: WILLIAMSON BID TABS COMPARISON EOPCC AUSTIN TRAFFIC SIGNAL Unit Price on Bid ITEM CODE DESCRIPTION UNIT TOTAL QUANTITY UNIT PRICE COST Form Cost Check Cost on Bid Form 0104 2036 REMOVING CONC(SIDEWALK OR RAMP) SY 12 $ 11.45 5 137.46 $ 100.00 $ 1,200.00 $ 1,200.00 0500 2001 MOBILIZATION L5 1 10% $ 31,102.57 $ 30,000.00 $ 30,000.00 $ 30,000.00 0529 2002 CONC CURB(TY II) LF 40 $ 15.28 $ 611.20 $ 45.00 $ 1,800.00 $ 1,800.00 0531 2004 CONC SIDEWALKS(6") SY 25 $ 51.03 $ 1,275.75 $ 90.00 5 2,250.00 $ 2,250.00 0531 2005 CURB RAMPS(TY 1) EA 2 $ 1,326.31 $ 2,652.63 $ 2,200.00 5 4,400.00 $ 4,400.00 0531 2006 CURB RAMPS(TY 2) EA 2 $ 2,500.00 5 5,000.00 $ 3,100.00 5 6,200.00 $ 6,200.00 0531 2018 CURB RAMPS(SPECIAL) EA 1 $ 3,590.00 5 3,590.00 $ 3,800.00 $ 3,800.00 $ 3,800.00 0618 2034 CONDI(PVC)(SCHD 80)(2") LF 875 $ 17.00 5 14,875.00 5 14.00 $ 12,250.00 $ 12,250.00 0618 2038 CONDT(PVC)(SCHD 80)(3") LF 160 $ 23.00 $ 3,680.00 $ 17.00 $ 2,720.00 $ 2,720.00 0618 2040 CONDT(PVC)(SCHD 80)(4") LF 40 5 35.00 5 1,400.00 $ 24.00 $ 960.00 $ 960.00 0618 2052 CONDT(RM)(2") LF 200 5 16.25 $ 3,250.50 $ 13.00 $ 2,600.00 5 2,600.00 0620 2009 ELEC CONDO(NO.6)BARE LF 85 $ 2.00 5 170.00 $ 2.00 $ 170.00 $ 170.00 0620 2010 ELEC CONDO(NO.6)INSULATED LF 170 $ 4.00 5 680.00 5 3.00 $ 510.00 $ 510.00 0620 2011 ELEC CONDO(N0.8)BARE LF 870 5 1.50 5 1,305.00 5 1.70 5 1,479.00 5 1,479.00 0620 2012 ELEC CONDO(NO.8)INSULATED LF 2,810 $ 1.60 $ 4,496.00 $ 2.00 5 5,620.00 5 5,620.00 0624 2008 GROUND BOX TY A(122311)W/APRON EA 8 $ 1,000.00 5 8,000.00 5 850.00 $ 6,800.00 5 6,800.00 0624 2014 GROUND BOX TY D(162922)W/APRON EA 4 5 1,200.00 5 4,800.00 $ 1,200.00 $ 4,800.00 5 4,800.00 0625 2004 ZINC-COAT STL WIRE STRAND(3/8 IN) LF 2,010 $ 2.21 $ 4,442.10 $ 1.60 5 3,216.00 5 3,216.00 0627 2001 TIMBER POLE(CL2)40 F EA B $ 1,534.14 5 12,273.12 $ 2,695.00 5 21,560.00 5 21,560.00 0628 2113 ELC SRV TY 0 120/240 100(NS)AL(E)PS(U) EA 2 5 5,375.00 $ 10,750.00 $ 5,200.00 $ 10,400.00 $ 10,400.00 0644 2001 INS SM RD SN SUP&AM TY 10BWG(1)5A(P) EA 4 $ 427.10 5 1,708.40 5 850.00 5 3,400.00 $ 3,400.00 0644 2060 REMOVE SM RD SN SUP&AM EA 2 $ 73.31 5 146.62 $ 65.00 5 130.00 - - 0666 2002 REFL PAV MRK TY I(W)4"(BRK)(090MIL) LF 120 5 0.35 5 42.34 5 1.30 5 156.00 $ 156.00 0666 2011 REFL PAV MRK TY I(W)4"(SLD)(090MIL) LF 2,042 5 0.30 $ 618.89 5 1.10 $ 2,246.20 5 2,246.20 0666 2035 REFL PAV MRK TY I(W)8"(SLD)(090MIL) LF 1,059 $ 0.77 $ 811.25 $ 2.30 S 2,435.70 5 2,435.70 0666 2041 REFL PAV MRK TY I(W)12"(SLD)(090MIL( LF 473 $ 2.71 5 1,281.83 5 4.60 5 2,175.80 5 2,175.80 0666 2047 REFL PAV MRK TY I(W(24"(SLD)(090MIL) LF 161 $ 5.38 5 866.18 $ 7.60 $ 1,223.60 5 1,223.60 0666 2053 REFL PAV MRK TY I(W)(ARROW)(090MIL) EA 12 $ 103.79 5 1,245.50 5 173.00 $ 2,076.00 5 2,076.00 0666 2095 REFL PAV MRK TY I(W)(WORD)(090MIL) EA 32 $ 134.60 5 1,615.26 5 195.00 $ 2,340.00 5 2,340.00 0666 2104 REFL PAV MRK TY I(5)4"(BRK)(090MIL) LF 10 5 0.35 $ 3.55 $ 2.00 5 20.00 5 20.00 0666 2110 REFL PAV MRK TY I(5)4"(SLD)(090MIL) LF 2,948 5 0.30 5 898.73 5 1.10 5 3,242.80 $ 3,242.80 0666 2125 REFL PAV MRK TY 1(Y)12"(SLD)(090MIL) LF 58 $ 2.63 5 152.73 5 4.60 $ 266.80 5 266.80 0666 2189 PAVEMENT SEALER 4" LF 5,120 $ 0.19 $ 966.09 $ 0.30 5 1,536.00 $ 1,536.00 0666 2191 PAVEMENT SEALER 8" LF 1,059 5 0.31 $ 328.29 5 0.60 5 635.40 $ 635.40 0666 2193 PAVEMENT SEALER 12" IF 531 5 0.72 5 382.32 $ 1.20 5 637.20 $ 637.20 0666 2195 PAVEMENT SEALER 24" LF 161 5 1.42 5 228.62 5 2.00 $ 322.00 5 322.00 0672 2012 REFL PAV MRKR TY I-C EA 52 5 3.44 5 178.88 $ 9.00 $ 468.00 $ 468.00 0672 2015 REFL PAV MRKR TY II-A-A EA 116 $ 2.82 5 327.12 $ 9.00 5 1,044.00 $ 1,044.00 0677 2001 ELIM EXT PAV MRK&MRKS(41 LF 1,765 S 0.47 $ 829.55 $ 5.00 $ 8,825.00 $ 8,825.00 0680 2002 INSTALL HWY TRF SIG(ISOLATED) EA 2 $ 18,439.73 5 36,879.46 5 16,000.00 $ 32,000.00 $ 32,000.00 0682 2001 BACK PLATE(12 IN)(3 SEC) EA 16 $ 100.00 5 1,600.00 $ 62.00 $ 992.00 $ 992.00 0682 2002 BACK PLATE(12 IN)(4 SEC) EA 3 $ 110.00 5 330.00 $ 85.00 5 255.00 $ 255.00 0682 2022 VEH SIG SEC(12 IN)LED(GRN ARW) EA 3 $ 300.00 $ 900.00 5 250.00 5 750.00 $ 750.00 0682 2023 VEH SIG SEC(12 IN)LED(GRN( EA 16 $ 300.00 $ 4,800.00 5 243.00 5 3,888.00 5 3,888.00 0682 2024 VEH SIG SEC(12 IN)LED(YEL ARW) EA 6 $ 300.00 $ 1,800.00 $ 249.00 5 1,494.00 0682 2025 VEH SIG SEC(12 IN)LED(YEL) EA 16 $ 300.00 $ 4,800.00 5 243.00 5 3,888.00 $ 3,888.00 0682 2026 VEH SIG SEC(12 IN)LED(RED ARW) EA 3 5 300.00 $ 900.00 $ 249.00 $ 747.00 $ 747.00 0682 2027 VEH SIG SEC(12 IN)LED(RED) EA 16 $ 300.00 5 4,800.00 $ 243.00 $ 3,888.00 $ 3,888.00 0682 2066 FED SIG SEC(1219)LED(COUNTDOWN) EA 10 5 825.00 $ 8,250.00 5 548.00 $ 5,480.00 $ 5,480.00 0684 2031 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) LF 1,605 $ 1.86 5 2,985.30 $ 1.90 $ 3,049.50 5 3,049.50 0684 2033 TRF SIG CBL(TY A)(14 AWG)(7 CONDO) LF 2,455 5 2.00 5 4,910.00 $ 2.00 5 4,910.00 5 4,910.00 0684 2082 TRF SIG CBL(TY CI(18 AWG)(2 CONDR) LF 2,000 $ 3.60 $ 7,200.00 5 1.50 5 3,000.00 $ 3,000.00 0687 2001 PED POLE ASSEMBLY EA 10 5 2,833.00 $ 28,330.00 $ 2,300.00 $ 23,000.00 $ 23,000.00 6266 2001 VIVDS PROCESSOR SYSTEM EA 2 $ 7,500.00 S 15,000.00 $ 9,100.00 5 18,200.00 $ 18,200.00 6266 2002 VIVDS CAMERA ASSEMBLY EA 8 $ 1,500.00 $ 12,000.00 5 1,500.00 5 12,000.00 $ 12,000.00 6266 2003 VIVDS SET-UP SYSTEM EA 2 $ 950.00 $ 1,900.00 $ 500.00 5 1,000.00 $ 1,000.00 6266 2004 VIVDS CENTRAL CONTROL EA 2 $ 4,500.00 $ 9,000.00 $ 500.00 $ 1,000.00 5 1,000.00 6266 2005 VIVDS COMMUNICATION CABLE(COAXIAL) LF 860 $ 4.00 5 3,440.00 $ 5.00 S 4,300.00 $ 4,300.00 8116 2001 ETHERNET CABLE CAT 5 EA 115 $ 3.00 $ 345.00 5 3.00 $ 345.00 $ 345.00 8835 2001 AUDIBLE PEDESTRIAN SIGNAL UNIT EA 10 $ 1,475.00 5 14,750.00 $ 1,500.00 $ 15,000.00 $ 15,000.00 ETHERNET CABLE CAT 6 LF 75 $ 3.00 $ 225.00 $ 4.00 $ 300.00 $ 300.00 PTZ CAMERA ASSEMBLY EA 1 $ 2,000.00 5 2,000.00 $ 4,500.00 $ 4,500.00 5 4,500.00 OPTICOM DETECTOR-GTT MODEL 722 EA 4 $ 1,390.00 $ 5,560.00 $ 1,600.00 $ 6,400.00 5 6,400.00 OPTICOM PHASE SELECTOR-GTT MODEL 764 EA 2 $ 4,660.00 $ 9,320.00 $ 4,000.00 $ 8,000.00 $ 8,000.00 OPTICOM CARD RACK-GTT MODEL 760 EA 2 $ 750.00 $ 1,500.00 $ 500.00 $ 1,000.00 $ 1,000.00 OPTICOM CABLE-GTT MODEL 138 LF 860 $ 4.00 $ 3,440.00 5 3.00 5 2,580.00 $ 2,580.00 DUAL BAND(2.4/5.8)WIRELESS ETHERNET RADIO EA 2 $ 3,250.00 $ 6,500.00 $ 2,000.00 5 4,000.00 $ 4,000.00 HARDENED ETHERNET SWITCH EA 2 $ 2,770.00 $ 5,540.00 $ 1,100.00 $ 2,200.00 $ 2,200.00 BATTERY BACK-UP SYSTEM EA 2 5 8,000.00 5 16,000.00 $ 750.00 5 1,500.00 $ 1,500.00 ENGINEER'S ESTIMATE $ 342,128.22 TOTAL 5 325,582.00 $ 328,105.00 ATS BID TOTAL $ 325,582.00