Loading...
Contract - Cash Construction - 1/12/2017 f l '. City of Round I':ock, Texas Contract Forms Standard Form of Agreement: Section 0050e City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of theVS day of in the year 20 BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Cash Construction Company,Inc. ("Contractor") P.O.Box 1279 Pflugerville,Tx-78691 ";,Project is described as: SOUTHWEST DOWNTOWN DISTRICT INFRASTRUCTURE IMPROVEMENTS-PHASE 5B Blairs St.,Bagdad Ave.,and McNeil Rd. I. ineer is: Page Southerland Page,Inc. 400 West Cesar Chavez,Ste.500 Austin,TX 78701 • 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 -presents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, 'presentations or agreements either written or oral. An enumeration of the Contract Documents, other than odifications,appears in Article 7. RTICLE 2 THE WOR{OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents, except to the extent ifically indicated in the Contract Documents to be the responsibility of others. 1500 8-2012 1196575 Page 1 of 5 Standard Form of Agreement ' �D 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 NA ( NA ) calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than NA ( NA )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 Seven Hundred Fifty and No/100 Dollars($750 )for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement. It is agreed that the harm that would be caused by such failure, which includes loss of expected use of the Project areas, provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work(or any portion thereof)is not achieved on or before thirty(30)days after the date(s) specified for Substantial Completion in the Agreement, the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation, the recovery of actual damages. The date(s) specified for Substantial Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than Three Hundred Sixty 360 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract.The Contract Sum shall be four million three hundred fifteen thousand two hundred fourteen dollars and no cents 4 ($ /P A ,31 ,214.00 ),subject to additions and deductions as provided in the Contract Documents. and are aThe Contract Sum is based upon the following alternates which are described in the Contract Documents hereby accepted by Owner: N/A Page2of5 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 6R.1ock GeThe Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round neral 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 September 2016 7.1.4 The Specifications are those contained in the Project Manual dated September 2016 , 7.1,5 The Drawings,if any,are those contained in the Project Manual dated September 2016 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated $eatember 2016 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated September 2016 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: Section-03000 Federally Required Clauses,WPAP Documentation SW3P ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Bill Stablein Project Manager Transportation Department,Public Works City of Round Rock,Texas r. :tractor's representative is: B.J. CashLProj_ect Manager Cash Construction Company,Inc._ P.O. Box 1279 Pfl gervillea Tex.; 7$691 J.. her Owner's nor Contractor's representative shall be changed without ten(I0)days' written notice to • er 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 . 10 UND RO.K,TEXAS Cash Construction Co., Inc. 41, .._ PI VA 9.1 .,kG(..e.0 42 1_7--- Printed Name: M, V) MC4 t" _ ‘14 Printed Name: /T/'T• IGf�el� t�±11� Title ' Title: V• /3.. I/ Date Signed: 2 .1 •t Date Signed: //2`///7 ATTEST: e 111 tiu,.. City Clerk FOR C .Y,APP abili - r11,►//IPROV D AST 1 .ORM: iT--11 City Attorn.% .—o= w. f _. I! Page 5 of 5 Client#: 81670 14CASHCON ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY)1/24/2017 NIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS ;ERTIFIATE TCAFFIRMATIVELYT HIS CERTIFICATE INSURANCEOF DOES NOT CONSTITUTE ALTEREND,EXTEND OR COVERAGE SELOW ITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED tEPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. MP0RTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to he terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the ;ertificate holder in lieu of such endorsement(s). CONTACT DDUCER NAME: Janet R Evans ortham Insurance&Risk Mgmt. PHONE 512 453-0031 FAX 512 453-0041 (NC,No,Ext): (A/C,No): 1 West 6th Street,Suite1400 E-MAIL an_ et.evans worthaminsurance.com ADDRESS: 1 jstin,TX 78701 INSURER(S)AFFORDING COVERAGE NAIC# 2453-0031 INSURER A:American Casualty Co of Reading 20427 LURED INSURER B:Continental Casualty Company 20443 Cash Construction Company, Inc. INSURER c:National Fire Insurance Co of H 20478 18607 Heatherwilde Blvd. INSURER D:Cincinnati Insurance Company 10677 Pflugerville,TX 78660 INSURER E: INSURER F: DVERAGES 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. 'R TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS R INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) GENERAL LIABILITY 6012356316 04/01/2016 04/01/201 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE O(Ea RENTED $100,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY X PROT LOC _ $ JECCN AUTOMOBILE LIABILITY 6012356333 04/01/2016 04/01/2017(EaOMBIaccidentEDSINGLE LIMIT) $1,000000 __ X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS BODILY INJURY(Per accident) $ AUTOS NON WNED PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS (Per accident) $ X UMBRELLA LIAB X I OCCUR 6012356347 04/01/2016 04/01/2017 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DEC X� RETENTION$10 000 $ WORKERS COMPENSATION 6012356302 04/01/2016 04/01/2017 X TATU- TORWC Y LIMITS OTH- ER AND EMPLOYERS'LIABILITY ANYa PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A IM yes.dry escribe unNH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes.describe under - DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 Excess Liablity EXS0340635 04/01/2016 04/01/2017 Occurrence $tMM Excess of$5MM SCR/PTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) oject:Southwest Downtown District Infrastructure Improvements Phase 5B ,rms and Schedules: meral Liability: ite Attached Descriptions) RTIFICATE H �vLUtK CANCELLATION City of Round Rock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 221 E.Main St THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Round Rock,TX 78664 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ORD zs ,-'off 2- *6klil 4/4499 1J.P. (2010/05) ©1988-2010 ACORD CORPORATION.All rights reserved. "744131 5) of 2 The ACORD name and logo are registered marks of ACORD Ligiisssa.--- 14JRE ie *'K* Fidelity and Deposit Company of Maryland,Colonial American Casualty and Surety Company PERFORMANCE BOND Bond No. PRF9223686 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Cash Construction Company,Inc. of the City of Pflugerville , County of Travis , and State of Texas , as Principal, and *A authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK,TEXAS, (Owner), in the penal sum of Four Million Three Hundred Fifteen Thousand Two Hundred Fourteen and 00/100's Dollars ($ 4,315,214.00 ) 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 , Ma 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: Southwest Downtown District Infrastructure Improvements- Phase 5B (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 • i 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. 00610 7.2009 Page 1 "9(1656 Perromance Bond 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 23rd day of January ,2017 , Fidelity and Deposit Company of Maryland, Cash Construction Company,Inc. Colonial American Casualty and Surety Company Principal Surety ff.',% vi d e I`wt Lfl David S. Ballew Printed Name Printed Name By: 41 By: .-----7-<" ,„_,.__%.\--- Ste ..,._..\- -___c__\, Title: V. A Title: Attorney-In-Fact Address: P.O. Box 1279 Address: 1400 American Lanes Tower I, 18th Floor Pflugerville,Texas 78691 Schaumburg,IL 60196-1056 4 Resident Agent of Surety: .,, --„, Signature Ballew Surety Agency,Inc.,David S. Ballew Printed Name 3802 Manchaca Road Street Address Austin,Texas 78704-6734 City,State&Zip Code it - �,‘1 I. 1 I t at Page 2 Performance Bond ***Fidelity and Deposit Company of Maryland,Colonial American Casualty and Surety Company PAYMENT BOND Bond No.PRF9223686 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Cash Construction Company,Inc. , of the City of Pflugerville , County of Travis , and State of Texas as Principal, and *** 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 Million Three Hundred Fifteen Thousand Two Hundred Fourteen and 00/100's Dollars ($ 4,315,214.00 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 certai Iwrit�ten Agreement with the Owner, dated the day of ' " , 20 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: Southwest Downtown District Infrastructure Improvements-Phase 5B (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. taro Page 1 Payment 13ond 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 23rd day of January ,2017 , Fidelity and Deposit Company of Maryland, Cash Construction Com Ian ,Inc. Colonial American Casualty and Surety Company Prigcip I / _ Surety G t L1/ David S.Ballew Printed Name Printed Name By: Witc. By: �:.� . Title: V. /a Title: Attorney-In-Fact Address: P.O.Box 1279 Address:-1400 American Lane,Tower I, 18th Floor Pflugerville,Texas 78691 Schaumburg,IL 60196-1056 Resident Agent of Surety: _. tr.Av Signature Ballew Surety Agency,Inc., David S. Ballew Printed Name 3802 Manchaca Road • Street Address Austin,Texas 78704-6734 Page 2 Payment Bond BID TABULATION SOUTHWEST DOWNTOWN DISTRICT INFRASTRUCTURE IMPROVEMENTS- PHASE 5B Round Rock, Texas BY: Page DATE: 9/29/2016 Patin Construction LLC Smith Contracting Co Cash Construction - THE CITY OF ROUND ROCKJi �unter Smith H.H. Dickehut, III mmy Patin 15308 Ginger Street 3800 W.2nd Street Austin,TX 78728 217 Kingston Lane Infrastructure Development and Construction Management Taylor,TX 76574 Pflugerville,Tx 78660 512-269-1071 512-990-7640 huntersm ith 512-251-7872 Project Manager: Todd Keltgen jimmy@patincon.com iace@ccctex.com @smithcontinc.com 2008 Enterprise Dr. Statement of Safety?Y Statement of Safety? Y Statement of Safety? Y Round Rock, Texas. 78664 Addendum(s) Y Addendum(s) Y Addendum(s) Y (512) 218-5555 Bid Bond? Y Bid Bond? Y Bid Bond? Y Patin Smith Cash APPROX. UNIT UNIT UNIT ITEM# ITEM DESCRIPTION UNIT QTY. PRICE COST PRICE COST PRICE COST 1-500-6001 TxDOT Mobilization LS 1 $65,000.00 $65,000.00 $40,000.00 $40,000.00 $15,000.00 $15,000.00 Remove P.C. Concrete Curb and Gutter and Properly Dispose 1 2-104-6029 Offsite LF 4,265 $5.00 $21,325.00 I$5.00 $21,325.00 $5.00 $21,325.00 Remove P.C. Concrete Sidewalks and Driveways, and other Miscelleaneous Concrete Appurtenances and Properly 3-104-6001 Dispose Offsite SF 18,116 $5.00 $90,580.00 ;$3.00 $54,348.00 $1.00 $18,116.00 4-529-6007 P.C. Reinforced Concrete Curb and Gutter LF 4,776 $25.00 $119,400.00 $20.00 $95,520.00 $24.00 $114,624.00 5-530-6004 P.C. Reinforced Concrete Driveway SY 1,230 $100.00 $123,000.00 $1',10.00 $135,300.00 $60.00 $73,800.00 Concrete Paver Units for Sidewalk(Paver Section):Sidewalk Unit(2-3/8"thick)with 1"Sand, 6"min. 2 sack Cement Stabilized Crushed Limestone Flexible Base, and 6" Re- 6-528-6004 Compacted Moisture Conditioned Subgrade SY 3,537 $65.00 $229,905.00 $75.00 $265,275.00 $58.00 $205,146.00 i Concrete Paver Units for Sidewalk Curb Ramps with 1"Sand, 6"Cement Stabilized Crushed Limestone Flexible Base, and 6" Re-Compacted Mositure Conditioned Subgrade, including 7-528-6004 constrasting detectable warning unit pavers SY 115 $80.00 $9,200.00 $90.00 $10,350.001 $100.00 $11,500.00 Portland Cement Reinforced Concrete Sidewalks to 4-Inch I Thickness, (as needed to match existing sidewalk on-site for 8-531-6042 each address at ROW) SY 30 $75.00 $2,250.00 $75.00 $2,250.00 $85.00 $2,550.00 P.C. Reinforced Concrete Retainer Curb,Type A, Including 9-529-6033 Tree Wells LF 2,203 $45.00 $99,135.00 $25.00 $55,075.00 $75.00 $165,225.00 12" Retainer Curb with Mortared Rock Limestone Block (6"x6"x up to 24")Wall,with mortared joints up to 3-feet tall, including foundation, (measured by lineal foot of retainer curb) 10-529-6033 complete in place per lineal foot LF 860 $68.00 $58,480.00 $74.001 $63,640.001 $86.00 $73,960.00 Page 1 of 9 BID TABULATION SOUTHWEST DOWNTOWN DISTRICT INFRASTRUCTURE IMPROVEMENTS- PHASE 56 Round Rock, Texas Patin Smith Cash APPROX. UNIT UNIT UNIT ITEM# ITEM DESCRIPTION UNIT QTY. PRICE COST PRICE COST PRICE COST Turndown Mortared Rock Limestone Block(6"x6"x up to 24") Wall,with mortared joints up to 3-feet tall, including foundation, (measured square feet of face of block)complete 11-423-6015 in place per square foot SF 924 $23.00 $21,252.00 80.00 $73,920.001 $45.00 $41,580.00 Portland Cement Reinforced Concrete, 5'x5'landing with steps and Handrail, access door at existing building that are 12-531-6032 constructed within ROW EA 3 $8,500.00 $25,500.00 $14,000.00 $42,000.00 $3,000.00 $9,000.00 Portland Cement Reinforced Concrete, Sidewalk Ramp Detail with Handrail included within.ADA Ramp 5'Wide 20'Long I and 5'x5'Landing at ROW to Existing Sidewalk at Building to 13-531-6032 provide ADA Access to Building (If Needed) EA 1 $5,000.00 $5,000.00 $7,dOO.001 $7,000.00 $5,000.00 $5,000.00 14-360-6046 P.C. Reinforced Concrete Steps LF 30 $175.00 $5,250.00 $ 60.001 $4,800.00 $330.00 $9,900.00 Protective Fencing Type A Chain Link Fence,Temporary Tree Protection Fencing, maintained thoughout the project, per 15-1004-6001 lineal foot LF 440 $3.00 $1,320.00 $5.00 $2,200.00 $3.00 $1,320.00 Protective Fencing Type B Wood Fence,Temporary Tree Bark Protection Planking, maintained thoughout the project,per 16-1004-6002 lineal foot LF 125 $8.00 $1,000.00 1,22.00 $2,750.00 $12.00 $1,500.00 Erosion Control Log Includes maintained thoughout the 17-506-6041 project, per lineal foot LF 10 $8.50 $85.00 $5.00 $50.00 $12.00 $120.00 Filter Inlet Protection (Includes area, grate and curb inlets, and 18-506-6038 trench drains), maintained thoughout the project per each EA 30 $60.00 $1,800.00 $1100.00 $3,000.00 $70.00 $2,100.00 Silt Fence and/or Triangular Filter Dike, maintained thoughout 19-506-6038 project per lineal foot LF 3,135 $3.00 $9,405.00 $3.25 $10,188.75 $3.00 $9,405.00 Stabilized Construction Entrance, maintained thoughout 1 20-506-6020 project per each EA 4 $1,500.00 $6,000.00 $2,300.00 $9,200.00 $3,000.00 $12,000.00 Rock Berm Protection for areas of Concentrated Runoff, 21-506-6001 Maintained thoughout project per lineal foot LF 10 $50.00 $500.00 $60.00 $600.00 $40.00 $400.00 22 Round Rock Mobilization LS 1 $220,000.00 $220,000.00 $140,000.00 $140,000.00 $70,000.00 $70,000.00 Contractor management of activities associated with and Contractor's full compliance with TCEQ Regulations and Programs specifically including, but not limited to,Storm Water Pollution Prevention Plan,Water Pollution Abatement Plan and Sewage Collection System Plan requirements. (These project documents are hereby made part of the i Contract).Contractor documentation of compliance is also 23 included as a deliverable for this task LS 1 $10,000.00 $10,000.00 $11,000.00 $11,000.00 $5,000.00 $5,000.00 Page 2of9 BID TABULATION SOUTHWEST DOWNTOWN DISTRICT INFRASTRUCTURE IMPROVEMENTS- PHASE 513 Round Rock, Texas Patin Smith Cash APPROX. UNIT UNIT UNIT ITEM# ITEM DESCRIPTION UNIT QTY. PRICE COST PRICE COST PRICE COST Type A Survey Identification Marker with adjustable Valve Box, I 24 Locations as directed by City Project Manager EA 4 $500.00 $2,000.00 $2,tl00.00 $8,000.00 $100.00 $400.00 8'Swing Gate Panel for 6'Tall Chain Link Fence , including 25 installation, at Lee's Body Shop EA 4 $850.00 $3,400.00 $650.00 $2,600.00 $600.00 $2,400.00 Man Gate, 6'Tall Chain Link Fence, including installation, i 26 Lee's BodyShop or as needed 1 P LF 205 $20.00 $4,100.00 $19.00 $3,895.00 $17.00 $3,485.00 8'Swing Gate Panel for 4'Tall Chain Link Fence , including 27 installation, at 2-Private Residences along McNeil Road EA 4 $300.00 $1,200.00 $515.00 $2,060.00 $450.00 $1,800.00 Man Gate, 4'Tall Chain Link Fence, including installation, 28 Private Residences along McNeil Rd.or as needed LF 1 180 $16.00 $2,880.00 $13.50 $2,430.00 $12.00 $2,160.00 Man Gate, 6'Tall Wood Fence, including installation, Private 29 Residence along Blair St or as needed LF 60 $25.00 $1,500.00 $20.00 $1,200.00 $18.00 $1,080.00 Metal beam guard fence- Per Bridge End Detail (TxDOT BED- 1 30 14) LF 200 $25.00 $5,000.00 $45.00 $9,000.00 $40.00 $8,000.00 Street Excavation, Plan Quantity(Method B), Properly 31 Disposed Offsite CY 1 7,500 $30.00 $225,000.00 $36.00 $270,000.00 $30.00 $225,000.00 32 Remove Trees and Properly Dispose Offsite EA 7 $500.00 $3,500.00 $1,000.00 $7,000.00 $1,000.00 $7,000.00 Remove and Relocate existing wood business sign, place within business'property,coordinate with Owner(Texas 33 Spanish Academy)to minimize Owner disruption LS 1 $1,250.00 $1,250.00 $975.001 $975.00 $500.00 $500.00 Remove metal beam guard fence(200 LF)on north side of 34 McNeil Rd. LS 1 $500.00 $500.00 $900.00 $900.00 $1,500.00 $1,500.00 Remove and Relocate Exisiting Mailboxes,coordinate 35 Temporary and Final Locations with each Owner EA 5 $500.00 $2,500.00 $600.00 $3,000.00 $300.00 $1,500.00 Subgrade Preparation-6"Scarified Moisture Conditioned then 36 Recompacted Subgrade Materials SY 15,520 $12.00 $186,240.00 !$5.00 $77,600.00 $4.50 $69,840.00 Asphalt Stabilized Base: Hot Mix Asphaltic Concrete Base (10.5"Thick),TxDOT Item 340,Type B (Black Base) (Method 37 A)under,and 1.5 feet behind, roadway curbs SY 10,000 $47.50 $475,000.00 $50.001 $500,000.00 $49.00 $490,000.00 Hot Mix Asphaltic Concrete Pavement,Type C (Method A;2- 38 inch) SY 3,470 $14.00 $48,580.00 $12.50 $43,375.001 $11.50 $39,905.00 Hot Mix Asphaltic Concrete Pavement,Type D (Method A;2- 39 inch) SY 5,350 $13.00 $69,550.00 $11.50 $61,525.00 $10.50 $56,175.00 2" Mill and Overlay Asphalt Concrete Pavement, C(Method A; 40 2-inch) SY 750 $25.00 $18,750.00 $22.00 $16,500.00 $35.00 $26,250.00 41 P.C. Reinforced Concrete Valley Gutter SF 2,500 $10.00 $25,000.00 $10.00 $25,000.00 $11.00 $27,500.00 Page 3 of 9 BID TABULATION SOUTHWEST DOWNTOWN DISTRICT INFRASTRUCTURE IMPROVEMENTS- PHASE 5B Round Rock, Texas Patin Smith Cash APPROX. UNIT UNIT UNIT ITEM# ITEM DESCRIPTION UNIT QTY. PRICE COST PRICE COST PRICE COST 42 Installation of New Tree Well per Detail EA 9 $2,000.00 $18,000.00 $3,700.00 $33,300.00 $1,300.00 $11,700.00 Barricades, Signs and Traffic Handling,for Contractor Traffic Control Plan for all phasing throughout the project,complete in 43 place per month MO 12 $1,500.00 $18,000.00 $2,COO.001 $24,000.00 $3,000.00 $36,000.00 Portable Changeable Message Sign,Wanco WTMMB-S-LL(A) 11,or approved equal by City of Round Rock,with Digital Remote Communication Modem (City of Round Rock will take 44 owner ship of signs once construction is complete) EA 2 $24,000.00 $48,000.00 $22,000.00 $44,000.001 $15,000.00 $30,000.00 Install Temporary Caliche Gravel Access to Buildings if 45 needed SY 100 $20.00 $2,000.00 $30.00 $3,000.00 $10.00 $1,000.00 Temporary Asphalt Pavement as needed (TY A) (4")TxDOT 46 340 TON 20 $100.00 $2,000.00 $1.50.001 $3,000.00 $200.00 $4,000.00 47 10'Curb Inlet EA 7 $6,500.00 $45,500.00 $5,250.00 $36,750.00 $5,000.00 $35,000.00 48 5'Curb Inlet,Type C (per TxDOT Detail) EA 5 $5,500.00 $27,500.00 $4,550.00 $22,750.00 $4,700.00 $23,500.00 49 10'Curb Inlet,Type B EA 2 $7,500.00 $15,000.00 $7,500.00 $15,000.00 $5,000.00 $10,000.00 50 Trench Drain per LF(if required) LF 1 $1,000.00 $1,000.00 $450.00 $450.00 $2,000.00 $2,000.00 51 3'x3'Grate Inlet EA 3 $4,500.00 $13,500.00 $3,300.00 $9,900.00 $3,000.00 $9,000.00 52 4'x4'Grate Inlet EA 4 $6,500.00 $26,000.00 $4,000.00 $16,000.00 $3,600.00 $14,400.00 Storm Water Manhole(Precast),5' Dia., including ring 1 53 adjustments, lid, etc. EA 2 $7,000.00 $14,000.00 $5,1100.00 $10,200.00 $7,000.00 $14,000.00 Storm Water Manhole(Precast), 6' Dia., including ring 54 adjustments, lid, etc. EA 3 $8,500.00 $25,500.00 $8,000.00 $24,000.00 $8,000.00 $24,000.00 Storm Water Box Manhole COA 506S-5, including ring 55 adjustments, lid, etc. EA 2 $7,000.00 $14,000.00 $10,300.00 $20,600.00 $6,000.00 $12,000.00 Storm Water Pipe,42" Dia. RCP (all depths), Including 56 Excavation and Backfill LF 234 $220.00 $51,480.00 $240.00 $56,160.00 $250.00 $58,500.00 Storm Water Pipe,30" Dia. RCP(all depths), Including 57 Excavation and Backfill LF 249 $200.00 $49,800.00 $145.00 $36,105.00 $172.00 $42,828.00 Storm Water Pipe, 24" Dia. RCP(all depths), Including 58 Excavation and Backfill LF 75 $180.00 $13,500.00 $11!15.001 $8,625.00 $125.00 $9,375.00 Storm Water Pipe, 18" Dia. RCP(all depths), Including 59 Excavation and Backfill LF 529 $170.00 $89,930.00 $95.00 $50,255.00 $88.00 $46,552.00 Storm Water Pipe, 12"Dia. PVC(all depths), Including 60 Excavation and Backfill LF 10 $160.00 $1,600.00 $370.00 $3,700.00 $300.00 $3,000.00 Downspout Adapter(Piedmont 45-degree 11-gauge carbon 61 steel or prior approved equal) EA 1 4 $1,000.00 $4,000.001 $740.00 $2,960.00 $500.001 $2,000.00 62 Trench Safety Systems(all depths), Storm Sewer only LF 1,116 1 $3.00 $3,348.00 ;$1.00 $1,116.00 $1.001 $1,116.00 63 ITraffic Sign-Stop Sign (30"), including installation EA 11 1 $625.00 $6,875.00 $520.001 $5,720.00 $500.001 $5,500.00 Page 4of9 BID TABULATION SOUTHWEST DOWNTOWN DISTRICT INFRASTRUCTURE IMPROVEMENTS- PHASE 513 Round Rock, Texas Patin Smith Cash APPROX. UNIT UNIT UNIT ITEM# ITEM DESCRIPTION UNIT QTY. PRICE COST PRICE COST PRICE COST 64 Accessible Parking Signs, including installation EA 2 $560.00 $1,120.00 $520.00 $1,040.00 $450.00 $900.00 Traffic Signs-Yield,One Way, Speed Limit, Directional Arrows, etc. (All other traffic signs excluding stop signs), 65 including installation EA 1 5 $560.00 $2,800.00 $520.00 $2,600.001 $450.00 $2,250.00 66 Street Name Signs, including installation EA 22 $100.00 $2,200.00 $75.00 $1,650.00 $65.00 $1,430.00 "CAUTION -Never Handle Grounded Bats"(24"x 48") Sign, 67 installed at under-crossing of bridge EA 2 $560.00 $1,120.00 $525.00 $1,050.00 $400.00 $800.00 68 Fire Hydrant Blue Reflector, including installaion EA 4 $50.00 $200.00 $12.75 $51.00 $10.00 $40.00 Thermoplastic Pavement Markings-Reflectorized Type I,4 69 inches in width (SLD) (Y), 100 Mils in Thickness LF 500 $3.00 $1,500.00 $3.00 $1,500.00 $2.50 $1,250.00 Thermoplastic Pavement Markings- Reflectorized Type I,4 70 inches in width (SLD) (W), 100 Mils in Thickness LF 850 $3.00 $2$ 50.00 $3.00 $2,550.00 $2.50 $2,125.00 Thermoplastic Pavement Markings- Reflectorized Type I, 18 71 inches in width (SLD) (W), 100 Mils in Thickness LF 180 $5.00 $900.00 $5.00 $900.00 $4.30 $774.00 Thermoplastic Pavement Markings-Reflectorized Type I, 12 72 inches in width (SLD) (W), 100 Mils in Thickness LF 260 $4.50 $1,170.00 1$4.25 $1,105.00 $4.00 $1,040.00 73 Asphalt Repair, Replace in accordance with Roadway Detail SY 10 $100.00 $1,000.00 $300.00 $3,000.00 $140.00 $1,400.00 Concrete Driveway Repair, Replace in accordance with 1 74 Driveway Detail SY 10 $200.00 $2,000.00 $11J80.00 $1,800.00 $150.00 $1,500.00 Pipe,Two each 4" Dia. Sch.40 PVC(all depths) including Excavation and Backfill, pipes as irrigation sleeves in the 75 same trench, including all fittings and appurtenances LF 1,800 $10.00 $18,000.00 $10.00 $18,000.00 $44.00 $79,200.00 Trench Safety Systems (all depths), Underground Utilities 76 (Storm Sewer Not Included) LF 5,700 $1.00 $5,700.00 1$1.00 $5,700.00 $1.00 $5,700.00 77 Power Pole Removal and Disposal, if not by Utility EA 8 $500.00 $4,000.00 $600.00 $4,800.00 $300.00 $2,400.00 78 Temporary Power Pole Installation, if not by Utility EA 5 $2,000.00 $10,000.00 $4,000.00 $20,000.00 $1,200.00 $6,000.00 New WW Manhole,48" Dia., including ring adjustments, lid, 79 interior coatings,etc. EA 4 $6,500.00 $26,000.00 $6,000.00 $24,000.00 $6,500.00 $26,000.00 Pipe, 6" Dia. PVC ASTM D2241 SDR26 WW (all depths), 80 including excavation and backfill LF 20 $80.00 $1,600.00 $95.00 $1,900.001 $85.00 $1,700.00 Pipe, 8" Dia. PVC ASTM D2241 SDR26 WW (all depths), 81 including excavation and backfill LF 388 $90.00 $34,920.00 $11,00.00 $38,800.00 $91.00 $35,308.00 Pipe, 10" Dia. PVC ASTM D2241 SDR26 WW (all depths), 82 including excavation and backfill LF 145 $100.00 $14,500.00 $1,15.00 $16,675.00 $120.00 $17,400.00 Clean Out Assembly for Pipe, 6" Dia. PVC ASTM D2241 83 ISDR26 WW (all depths), including Excavation and Backfill I EA 1 $1,500.001 $1,500.00 $600.00 $600.00 $400.00 $400.00 Page 5 of 9 BID TABULATION SOUTHWEST DOWNTOWN DISTRICT INFRASTRUCTURE IMPROVEMENTS- PHASE 5113 Round Rock, Texas Patin Smith Cash APPROX. UNIT UNIT UNIT ITEM# ITEM DESCRIPTION UNIT QTY. PRICE COST PRICE COST PRICE COST Clean Out Assembly for Pipe, 8" Dia. PVC ASTM D2241 84 SDR26 WW (all depths), including Excavation and Backfill EA 11 $1,500.00 $16,500.00 $ 25.00 $9,075.00 $450.00 $4,950.00 Reconnect existing services, including wastewater,with matching existing service pipe size from building connection and including trenching, backfill,compaction, sod,transition fittings to new stubs,typical pipe size 4-inch or less, but up to 85 6-inch LF 700 $70.00 $49,000.00 40.00 $28,000.00 $55.00 $38,500.00 Pipe, 12" Dia. PVC AWWA C-900 Class 200, or DI AWWA C- 100 Min. Class 200 W (all depths), including excavation and 86 backfill LF 1,505 $80.00 $120,400.00 $130.00 $195,650.00 $100.00 $150,500.00 Pipe,8" Dia. PVC AWWA C-900 Class 200,or DI AWWA C- 100 Min.Class 200 W (all depths), including excavation and 87 backfill Pipe, 6"Dia. PVC AWWA C-900 Class 200,or DI AWWA C LF 1 362 $70.00 $25,340.00 $90.00 $32,580.00 $90.00 $32,580.00 100 Min.Class 200 W (all depths), including excavation and 1 88 backfill LF 100 $60.00 $6,000.00 $75.00 $7,500.00 $85.00 $8,500.00 Pipe,4" Dia. PVC AWWA C-900 Class 200, or DI AWWA C- 100 Min. Class 200 W (all depths), including excavation and 89 backfill LF 413 $50.00 $20,650.00 $70.00 $28,910.00 $60.00 $24,780.00 Pipe, 1-1/2"or 2"Dia.Type K Copper Tubing or Black Colored Polyethylene DR9 per City Stds. City DWG No.WT-03 (all depths). Domestic Potable Water Service Line outside of j 90 ROW, including excavation and backfill LF 500 $20.00 $10,000.00 $25.00 $12,500.00 $45.00 $22,500.00 Installing or Reconnecting Lateral Water Service to Existing, or Replaced Pipe (Single 1-1/2"or 2"Water Service 91 Connection for City Meter, Backflow Preventor, Etc.) EA 13 $1,250.00 $16,250.00 $950.00 $12,350.00 $2,500.00 $32,500.00 92 Gate Valve, 12"Dia. EA 16 $7,000.00 $112,000.00 $2,600.00 $41,600.00 $2,800.00 $44,800.00 93 Gate Valve, 8" Dia. EA 8 $2,000.00 $16,000.00 $1,800.00 $14,400.00 $1,700.00 $13,600.00 94 Gate Valve,4" Dia. EA 10 $1,200.00 $12,000.00 $1,300.00 $13,000.00 $1,200.00 $12,000.00 Fire Hydrant Assembly(per detail), includes leads and 6"Gate 95 Valve EA 3 $6,000.00 $18,000.00 $5,200.00 $15,600.00 $4,700.00 $14,100.00 96 Ductile Iron Fittings 4 inch through 12 inch TON 2 $20,000.00 $40,000.00 $14,000.00 $28,000.00 $15,000.00 $30,000.00 Jacking or Boring 18"Steel Encasement Pipe,ASTM A-252, 97 Grade 2 , including grouting LF 60 $355.00 $21,300.00 $420.00 $25,200.00 $550.00 $33,000.00 98 Encasement Pipe 12"Dia., Steel ASTM A-252, Grade 2 LF 30 $120.00 $3,600.00 $117.00 $3,510.00 $110.00 $3,300.00 99 Encasement Pipe 18" Dia., Steel ASTM A-252, Grade 2 LF 30 1 $150.00 $4-,500.001 $1.140.00 $4,200.00 $130.00 $3,900.00 Page 6 of 9 BID TABULATION SOUTHWEST DOWNTOWN DISTRICT INFRASTRUCTURE IMPROVEMENTS- PHASE 513 Round Rock, Texas Patin Smith Cash APPROX. UNIT UNIT UNIT ITEM# ITEM DESCRIPTION UNIT QTY. PRICE COST PRICE COST PRICE COST One to three each-3-inch or smaller service electrical and/or communication conduits in one trench to structure for service 100 provider man hole/hand hole LF 300 $44.00 $13,200.00 $48.00 $14,400.00 $50.00 $15,000.00 One each-4-inch Communication line to/from Duct Bank to 101 service provider man hole/hand hole LF 100 $66.00 $6,600.00 $72.00 $7,200.00 $70.00 $7,000.00 Two each-4-inch Communication lines to/from Duct Bank to 102 service provider manhole/handhole LF 85 $75.00 $6,375.00 $83.00 $7,055.00 $85.00 $7,225.00 Three each-4-inch Communication lines to/from Duct Bank to 103 service provider manhole/handhole LF 85 $85.00 $7,225.00 $92.00 $7,820.00 $90.00 $7,650.00 Four each-4-inch Communication lines to/from Duct Bank to 104 service provider manhole/handhole LF 170 $95.00 $16,150.00 $1101.00 $17,170.00 $100.00 $17,000.00 105 C10 -Duct Bank(Communications Only) LF 201 $190.00 $38,190.00 $210.00 $42,210.001 $200.00 $40,200.00 106 C10W-Duct Bank(Communications Only) LF 20 $260.00 $5,200.00 $275.00 $5,500.001 250.00 $5,000.00 107 2-6" Electricl Duct LF 250 $170.00 $42,500.00 $11,85.00 $46,250.00 $170.00 $42,500.00 108 EO-Duct Bank(Electrical&Communications) LF 555 $190.00 $105,450.00 $210.00 $116,550.00 $200.00 $111,000.00 109 E2-Duct Bank(Electrical&Communications) LF 433 $260.00 $112,580.00 $275.00 $119,075.00 $250.00 $108,250.00 110 E4 -Duct Bank(Electrical&Communications) LF 40 $290.00 $11,600.00 $305.00 $12,200.00 $300.00 $12,000.00 111 Precast Concrete Transformer Pad EA 2 $2,200.00 $4,400.00 $2,400.00 $4,800.00 $2,400.00 $4,800.00 112 Precast Concrete Switchgear Pad EA 1 $8,000.00 $8,000.00 $8,750.00 $8,750.00 $8,500.00 $8,500.00 113 City of Round Rock 52" Duct Bank Manhole EA 1 $7,500.00 $7,500.00 $8,1';50.00 $8,150.00 $8,000.00 $8,000.00 114 City of Round Rock Handhole EA 8 $2,500.00 $20,000.00 $2,500.00 $20,000.00 $2,500.00 $20,000.00 115 Time Warner/Level 3 Shared Manhole EA 1 $7,000.00 $7,000.00 $7,000.00 $7,000.00 $7,000.00 $7,000.00 116 Time Warner/Level 3 Shared Handhole EA 4 $3,000.00 $12,000.00 $2, 00.001 $10,000.00 $2,500.00 $10,000.00 117 AT&T Manhole EA 1 $17,000.00 $17,000.00 $19,000.00 $19,000.00 $17,000.00 $17,000.00 118 AT&T Handhole EA 4 $3,000.00 $12,000.00 $2,500.00 $10,000.00 $2,500.00 $10,000.00 Coordination with Oncor Electric, including coordination of installation of routing of conduit from duct bank to manholes 119 and to services, including wiring coordination LS 1 $12,000.00 $12,000.00 $13, 00.00 $13,200.00 $12,000.00 $12,000.00 120 Coordination of Gas Systems Installations with Atmos LS 1 $12,000.00 $12,000.00 $13,200.00 $13,200.00 $12,000.00 $12,000.00 Coordination with Level 3, including coordination of installation of routing of conduit from duct bank to manholes and to 121 services, including wiring coordination LS 1 1 $12,000.00 $12,000.00 $13,200.00 $13,200.00 $12,000.00 $12,000.00 Coordination with Time Warner Cable, including coordination of installation of routing of conduit from duct bank to manholes 122 and to services, including wiring coordination LS 1 $12,000.001 $12,000.001 $13,200.001 $13,200.001 $12,000.001 $12,000.00 Coordination with AT&T, including coordination of installation of routing of conduit from duct bank to manholes and to 123 services, including wiring coordination LS 1 $12,000.00 $12,000.00 $13,200.00 $13,200.00 $12,000.00 $12,000.00 Page 7 of 9 BID TABULATION SOUTHWEST DOWNTOWN DISTRICT INFRASTRUCTURE IMPROVEMENTS- PHASE 513 Round Rock, Texas Patin Smith Cash APPROX. UNIT UNIT UNIT ITEM# ITEM DESCRIPTION UNIT QTY. PRICE COST PRICE COST PRICE COST New electrical service to panel'LPBB'as specified on the Drawings,with all coordination with Oncor Electric including coordination of installation of routing of conduit from pole and/or duct bank to manholes and to services,including 124 wiring,as specified on the drawings, complete in place. EA 1 $8,500.00 $8,500.00 $7,500.00 $7,500.00 $7,000.00 $7,000.00 Light pole, lighting fixture, lamp, (2) GFCI power receptacles with WP covers,ground rod, plus all specified associated conductors and raceways, as per drawings and specifications, 126 complete in place. EA 36 $8,000.00 $288,000.00 $19,500.00 $702,000.00 $19,000.00 $684,000.00 Power panelboard 'LPBB'as specified, including all circuit breakers, mounting hardware,feeder and branch-circuit 127 conductors,complete in place EA 1 $24,000.00 $24,000.00 $26,d00.00 $26,000.00 $25,000.00 $25,000.00 Power panelboard 'LPFD'as specified, including all circuit breakers, mounting hardware,feeder and branch-circuit 128 conductors,complete in place EA 1 $22,000.00 $22,000.00 $22,000.001 $22,000.00 $20,000.00 $20,000.00 Lighting contactors, including all associated wiring, mounting hardware, NEMA 4X enclosure, as specified in the Drawings, 129 complete in place EA 2 $4,000.00 $8,000.00 $4,d00.00 $8,000.00 $4,000.00 $8,000.00 17"x 30"x 12"concrete electrical pull box plus AASHTO H-20 traffic-rated steel non-slip cover, as specified, complete in I 130 place EA 16 $3,000.00 $48,000.00 $2,400.00 $38,400.00 $2,500.00 $40,000.00 NEMA'5-20R'GFCI power receptacle with weatherproof while- i in-use cover, mounted+18"AFG as per detail#01/E4.1, j including mounting hardware and structure, associated power j 131 conductors and raceway, complete in place EA 19 $1,000.00 $19,000.00 si'doo.001 $19,000.00 $1,000.00 $19,000.00 Shade Tree Installation Only(includes excavation, planting mix backfill, staking/guying, mulch)-3"caliper min. Shade 132 Tree provided by owner Eq 1 g $350.00 $3,150.00 $465.00 $4,185.00 $500.00 $4,500.00 133 Landscape Planting Bed At Fire Station SY 120 $40.00 $4,800.00 $44.00 $5,280.00 $25.00 $3,000.00 1 134 Bermuda Solid Sod (4"depth min.prior approved topsoil) SY 300 $5.00 $1,500.00 $13.25 $3,975.00 $10.001 $3,000.00 135 Bermuda Hydromulch (4"depth min.prior approved topsoil) SY 3,600 $1.00 $3,600.00 1$4.75 $17,100.00 $6.00 $21,600.00 Tree Bubblers-Shade Trees(includes 2 bubblers per tree, 136 mainlines, lateral lines,valves and misc.appurtenances) EA 1 17 1 $325.001 $5,525.001 $1,75.001 $2,975.001 $200.00 $3,400.00 Page 8of9 i BID TABULATION SOUTHWEST DOWNTOWN DISTRICT INFRASTRUCTURE IMPROVEMENTS- PHASE 56 Round Rock, Texas Patin Smith Cash APPROX. UNIT UNIT UNIT ITEM# ITEM DESCRIPTION UNIT QTY. PRICE COST PRICE COST PRICE COST Drip Irrigation-Bed Areas (includes mainlines,tubing, 137 emitters,valves and misc.appurtenances) SF 550 $4.00 $2,200.00 1$5.75 $3,162.50 $3.50 $1,925.00 Irrigation -Full Coverage Sod Areas (includes mainlines, 138 lateral lines, heads, and misc.appurtenances) SF 36,000 $1.00 $36,000.00 1$0.55 $19,800.00 $0.50 $18,000.00 Irrigation Meter(includes tap, 1-1/2"meter,gate valve, 139 backflow preventer, and misc. appurtenances) EA 2 $5,000.00 $10,000.00 $3,000.00 $6,000.00 $1,500.00 $3,000.00 Miscellaneous Irrigation Appurtenances (includes controllers, 140 valves, sensors,sleeves, etc.) LS 1 $25,000.00 $25,000.00 $31,000.00 $31,000.00 $50,000.00 $50,000.00 SUBTOTAL TXDOT BID ITEMS(1-21) $895,387.00 $898,791.75 $793,571.00 SUBTOTAL ROUND ROCK BID ITEMS(22-140) $3,443,048.00 $3,698,954.50 $3,521,643.00 TOTAL $4,338,435.00 $4,597,746.25 $4,315,214.00 Firm Registration No. 958 Page Southerland Page, LLP ��P�E•OF,tTF�� (1.o0ERIK R. i"ANSELL .................... ANSEN 09/29/2016 Page 9 of 9 TEL 512 472 6721 Page Southerland Page,Inc. Page,," FAx 512 477 3211 400 W.Cesar Chavez Street,Suite 500 ` Austin,Texas 75701 pagethink.com Erik Mansell,PE Senior Associate/Senior Civil Engineer September 29, 2016 Mr. Gary Hudder, Transportation Director City of Round Rock Transportation Department 2008 Enterprise Dr. Round Rock, TX 78664 Re: SWDT Infrastructure Improvements Project— Phase 5B Project No: 113051.02 Dear Mr. Hudder, Bids were opened at 2:00 pm on September 28, 2016, for the Southwest Downtown District Infrastructure Improvements Project- Phase 5B. PAGE has reviewed the documents and tabulated the bids. The bid tabulation is attached and will be forwarded electronically. All Bid documentation appears to be complete and in order from all bidders. Based on our evaluation of the submitted bids, Cash Construction Company is the apparent lowest bidder. We recommend that the project be awarded to Cash Construction Company for the base bid amount$4,315.214.00. Please call me at 512-382-3476 if you have any questions. Firm Registration No. 958 Page Southerland Page, LLP Sincerely, OF, T�c Erik Mansell, PE ERIK R. MANSELL ..,.. Senior Associate, Senior Civil Engineer �o:,.��98662�Q:���v� Fss�o�,ANS���� 09/29/2016 Xc: Chris Lopez, File 113051.02 ARCHITECTURE/ENGINEERING/INTERIORS/CONSULTING Austin/Dallas/Denver/Houston/Washington DC/ International Affiliate Offices CERTIFICATE OF INTERESTED PARTIES FORM 1295 loll Complete Nos.l-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. 2016-129694 Cash Construction Company,Inc. 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 10/27/2016 being filed. City of Round Rock 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. SVVDT Phase 5B Southwest Downtown District Infrastructure Improvements Phase 5B Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Gentry,Nathan Pflugerville,TX United States X Cash,BJ(Bruce Jr) Pflugerville,TX United States X Cash,Bruce Pflugerville,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. STACY SMALL Notary Public,Stole of Texas Comm.Expires 03.04-2020 — �' NOlory ID 11068934 4nature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE �j Sworn to and subscribed before me,by the said .L, U'�C this the day of 201 ,to certify which,witness my hand and seal of office. a( S�r�ioi-j S/ (Q_7�L a. _CA&L ( ignature officer administering oath Printed nam fficer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 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. 2016-129694 Cash Construction Company, Inc. 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 10/27/2016 being filed. City of Round Rock Date Acknowledged: 10/28/2016 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. SWDT Phase 513 Southwest Downtown District Infrastructure Improvements Phase 5B Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Gentry, Nathan Pflugerville,TX United States X Cash, BJ(Bruce Jr) Pflugerville,TX United States X Cash, Bruce Pflugerville,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said this the day of 20 ,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277