Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - Austin Traffic Signal Construction Co., Inc. - 1/26/2017
F.. p City of Round Rock, Texas Contract Forms Standard Form of Agreement: Section 00500 /111 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of the la I.vl G (7 )day of 04 in the year 20 I. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 Austin Traffic Signal Construct tiO, � r and the Contractor 0 vc- ("Contractor") efe The Project is described as: Signal Construction at Sunrise Road and Double File Trail I The Engineer is: HDR Engineering,Inc. 810 Hesters Crossing#120 Round Rock,Texas, 78681 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged,Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement; these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications,appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others. I 00500 8-2012 Page 1 of 5 Standard Form of Agreement 00196575 `K-X11--40 _4I 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 ninety (90 ) 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&ninety 11 and No/100 Dollars($590.00 )for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof) on or before the date(s) specified for Substantial Completion in the Agreement. It is agreed that the harm that would be caused by such failure, which includes loss of expected use of the Project areas, provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work(or any portion thereof)is not achieved on or before thirty(30)days after the date(s) specified for Substantial Completion in the Agreement, the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation, the recovery of actual damages. The date(s) specified for Substantial Completion of the Work(or any portion thereof) in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than one hundred and twenty (120 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract. The Contract Sum shall be 4,1rxr..2.hync\re.C.1 .}•1,10..A r ira A-hov,5cy ori hvilc,cIri_c.\ gor Acar.b.im a.arNA khiY `�4=w G2.Y1�IrS. ($ 331, . 3.{ ),subject to additions and deduc ' s 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 Page2of5 II 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 0 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 fmal payment;and .2 a final Certificate for Payment has been issued by Engineer. 5.2.2 Owner's fmal payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's fmal 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 fmal 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 p 111 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 March 31,2016 7.1.4 The Specifications are those contained in the Project Manual dated March 31,2016 7.1.5 The Drawings,if any,are those contained in the Project Manual dated March 31,2016 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated March 31,2016 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form, and Addenda, if any, are those contained in the Project Manual dated March 31,2016 111 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: Randy Crum City of Round Rock 2008 Enterprise Drive Round Rock,Texas 78664 8.3 Contractor's representative is: �"`� ' R A R `7\4 7 '6 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 , P P 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 P 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. P8.7 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 0 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 0 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. I 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) 0 original copies, of which one is to be delivered to Contractor, one to Engineer for use in the administration of the Contract,and the remainder to Owner. IOWNER CONTRACTOR CITY OF ' �- D ROC EXAS . 'u= Tra jc Si,nal Construction o, Inc. r -7 Alan McGrawig, +1 e- c 1 Printed Name: Printed Name. 1 Title City Mayor Title: v 4-P ' ` Date Signed: 3-9' (4 Date Signed: a —9 .— \� 1 10 ATTEST: �y 1/L �I1 VI City Clerk ' FOR I, Y,APPROVE 1 A TO FORM: 4 I411.11310: _ ,tel IPJ City Atte, ey Page 5 of 5 , 1 , I11. Bond Number: 82449696 I ISSUED IN FOUR (4) COUNTERPARTS PERFORMANCE BOND I THE STATE OF TEXAS § 6. I § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § I 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 IThree Hundred Thirty Nine Thousand One Hundred Forty Nine and 35/100 Dollars ($ 339,149.35 ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and Iassigns,jointly and severally, by these presents: WHEREAS, the Principal has entered into a certi written Agreement with the Owner dated the Ilam' day of -February- CjT4-t{' , 2017 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: Signal Construction at Sunrise Road and Double File Trail I 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 I 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. II Page 1 00010 7-2009 Performance Bond 00090656 ii k , PERFORMANCE BOND (continued) I 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 I 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. 111/ IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this Lstv‘. day of JAAAADaj.4C- , 20 11 . II Austin Traffic Signal Construction Co, Inc. FEDERAL INSURANCE COMPANY Prin ipali r Surety • \,y`,/ DELENE MARSHALL I Printed Nameli Printed dame I B AL B :1) -�.�'`_1 Title: b a 46 Title:A� Address: -,i* + . ,.„, /„3-0-0 Address: IS NA01&10-01/4:t0 View ►2c,. r kia -,C/ l rre,rx 1 NT o -1O5`i IResid:is AL• I L_.,41if I Si nature Kicc rd o S Rem rL0._ Printed Name lik-w^`ie-,s k s-Q rvi c es - 11 1I\1. c s .X Pc\14_ Stki Vt ID b Street Address Da licks 1Tx 152-0 4 City, State & Zip Code I Page 2 00610 7-2009 Performance Bond 1 00090656 Bond Number: 82449696 ISSUED IN FOUR (4) COUNTERPARTS PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § ThatAustin 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 Three Hundred Thirty Nine Thousand One Hundred Forty Nine and 351100 Dollars ($ 339,149.35 ) 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 °3 �y day of -1-ebfwai*_ + , 2017 , 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: Signal Construction at Sunrise Road and Double File Trail 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. i 00620 7-2009 Page 1 Payment Bond 00090656 I I 1 iPAYMENT BOND (continued) ISurety, for value received, stipulates and agrees that no change, extension of time, alteration or I addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, II specifications or drawings accompanying the same shall in anywise affect ifs obligation on this bond, and it does hereby waive no ice of any such change, extension of to the work to be performed thereunder.�e, alteration or addition to the terms of the contract, or N WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this I9* day of , 203.1. PAustin Traffic Signal Construction Co, inc. p ,rcA Chs u vahre. C e oar c..►n r'ncipal Surety � cJen �, V. N.-Lt.-Int- NA0,-rs►n0.11 .r Print:• Name Print-. iii %1110, A \ A I 7 / B • _ ___„.„ A : i, 1 1 ,,,,\ -\,-e'HIf ') 4_„_)\\hz.Z y - •, Title: A-VA-13 j h- T ct- Title: Address: ‘S y�bv„v‘k- .X v\ I ze.W tea• Address: �, •WAIKO . `'. Wa.v- W... 0 1 0 S Resi• • stA_el o1 Signa e R'\cum o a. R.e..4 ra- Printed Name Pc o 1 c- ow s""es Zit l ti.4t0.sk0 .\\ Irgc t Sv..Zire.c0 Street Address Payment Bond 00620 7-2009 00090656 Page 2 Client#: 148784 AUSTITRA1 ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 2/27/2017 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 I 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 ACT Cindy Ellis USI Southwest Austin PHONE 512451-7555 FAX 512 467-0113 (A/C,No,Ext): (A/C,No): ' 7600-B N.Capital of TX Hwy#200 E-MAIL cindy.ellis@usi.com ADDRESS: y' @usi.com Austin,TX 78731 INSURER(S)AFFORDING COVERAGE NAIC# 512 451-7555 INSURER A:Zurich American Insurance Co. 16535 INSUREDINSURER B:American Guarantee&Liability 26247 Austin Traffic Signal Construction INSURER c:Federal Insurance Company 20281 Co., Inc.&ATS Drilling, Inc. P.O.Box 130 INSURER D INSURER E: Round Rock,TX 78680 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS 1 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY GL0483972305 03/01/2017 03/01/2018 EACH OCCURRENCE $1,000,000 D CLAIMS-MADE X OCCUR DAMAGE O(Ea occurrence) $100,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 11 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X PRO- POLICY JECT LOC PRODUCTS-COMP/OPAGG $2,000,000 _ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A BAP483972405 03/01/2017 03/01/2018 (Ea accident) _§1,000,000 111 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURYPer accident) $ AUTOS AUTOS ( X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) $ B xUMBRELLALIAB X OCCUR AUC549084905 03/01/2017 03/01/2018 EACH OCCURRENCE $20,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $20,000,000 DED RETENTION$ $ A WORKERS COMPENSATION WC483972205 03/01/2017 03/01/2018 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE _ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE , -POLICY LIMIT $1,000,000 C Installation 06639633 03/01/2017 03/01/2018 $100000 Floater $1,000 deductible DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Job#1963-Signal Construction at Sunrise Road and Double File Trail The General Liability and Auto policies include a blanket automatic Additional Insured endorsement that provides Additional Insured status to the Certificate Holder(and other entities as required by the Prime Contract),only when there is a written contract that requires such status and only with regard to work performed on behalf of the named insured. The General Liability,Auto and Workers Compensation policies (See Attached Descriptions) ,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 T c„1'. LAI &4M J%- ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) 1 of 2 The ACORD name and logo are registered marks of ACORD #S19955969/M19955646 CLEHB December 13, 2016 Mr. Randy Crum City of Round Rock 2008 Enterprise Drive Round Rock, Texas 78664 RE: Signal Construction at Sunrise Road and Double File Trail—Bid Award Recommendation Dear Mr. Crum, On November 30, 2016 HDR Engineering assisted the City in opening bids for the above referenced project. One(1)responsive bid proposal was submitted by Austin Traffic Signal Construction Company, Inc.for signal construction at Sunrise Road and Double File Trail, with a total bid price of$339,149.35. A Bid Tabulation is enclosed for your review. Based on the information presented, we recommend the City of Round Rock accept the bid of Austin Traffic Signal Construction Company, Inc. Sincerely, HDR Engineering, Inc. Benedict P. Patrick, P.E., PTOE Project Manager Enclosure: Bid Tabulation hdrinc.com 504 Lavaca St.,#1175,Austin,TX 78701 T 512.904.3700 F 512.904.3773 Texas Registered Engineering Firm F-754 City of Round Rock,Texas Signal Construction at Sunrise Road and Double File TrailF p rrnrsnuic5 usi. Bid Opening 11/30/2016 Bidder ATS Attachments: Bid Security v Statement of Bidder's Safety Experience v Bid Item ITEM NO DESC DESCRIPTION CODE UNIT QUANTITY UNIT PRICE TOTAL PRICE 1 104 6021 REMOVING CONC ICHRRI LF 88.00 530.00 $2.640.00 2 104 6022 REMOVING(-.ONC CURB AND GUTTER) LF 80.00 $30.00 $2.400.00 3 104 6036 REMOVING CONC SIDEWALKS OR RAPAP SY 47.00 $100.00 $4.700.00 4 351 6051 FLEX PAVEMENT STRUCTURE REPAIR(2"-61 SY 22.00 $190.00 $4.180.00 5 416 6031 IDRILL SHAFT(TRF SIG POLE)(30 IN) LF 11.00 $275.00 $3,025,00 6 416 6032 1 DRILL SHAFT(TRF SIG POLE)(36 IN) LF 39.00 $300.00 $11,700.00 7 500 6001 MOBILIZATION LS 1.00 $30,000.00 $30.000.00 8 502 6001 BARRICADES,SIGNS,AND TRAFFIC HANDLING MO 2.00 $31600.00 $7,000.00 9 531 6002 CONC SIDEWALKS 5") SY 16.00 $157.00 $2,512.00 10 531 6005 CURB RAMPS TY 2 EA 4.00 $3,500.00 $14.000.00 11 531 6010 CURB RAMPS TY 7) EA 4.00 $3.500.00 $14.000.00 12 618 6046 CONDT(PVC) SCHD 80)(2") LF 165.00 $20.00 $3.300.00 13 618 6047 CONDT PVC SCHD 80 2")(BORE)W/PRESSURE GROUT CONCRETE LF 330.00 $48.00 $15.840.00 14 618 6053 CONDT(PVC)(SCHD 80)(3") LF 215.00 $25.00 85 37500 15 618 6054 CONDT(PVC)(SCHD 80)(3" (BORE)W/PRESSURE GROUT CONCRETE LF 565.00 $50.00 528250.00 16 618 6058 CONDT(PVC)(SCHD 80)(4") LF 50.00 $30.00 $1,500.00 17 620 6007 ELEC CONDR(NO,8)BARE LF 1,145.00 $1.00 $1,145,00 18 620 6008 ELEC CONDR NO.B INSULATED LF 1.260.00 $2.00 $2,520.00 19 620 6009 ELEC CONDR NO.6 BARE LF 140.00 $3.00 $420.00 20 620 6010 ELEC CONDR(NO.6)INSULATED LF 280.00 $4.00 $1.120.00 21 624 6010 GROUND BOX TY D(162922)W/APRON EA 4.00 $1.600.00 $6.400.00 22 628 6187 IELC SRV TY D 120/240 070(NS)SS(E)PS(U) EA 1.00 $5.200.00 $5.200.00 23 644 6076 REMOVE SM RD SN SUP&AM EA 1.00 $30.00 $30.00 24 666 6036 REFL PAV MRK TY I(W)6"(SLD)(100MIL) LF 303.00 $6.00 $1.818.00 25 666 6042 REFL PAV MRK TY I(W)12"(SLD)(100MIL) LF 420.00 $10.00 $4,200.00 26 666 6048 REFL PAV MRK TY I(W)24"(SLD)(100MIL) LF 107.00 $20.00 $2,140.00 27 666 6054 REFL PAV MRK TY I W (ARROW)(100MIL) EA 3.00 $260.00 $780.00 28 666 6057 REFL PAV MRK TY I DBL ARROW 100MIL) EA 1.00 $315.00 $315.00 29 656 6078 REFL PAV MRK TY I W (WORD) 100MIL EA 2.00 $315.00 $630.00 30 666 6147 JREFL PAV MRK TY I(Y)24" SLD 100MIL LF 52.00 $20.00 $1.040.00 31 666 6178 REFL PAV MRK TY II(W)8" SLD LF 235.00 $0.80 $188.00 32 666 6180 REFL PAV MRK TY 11(W)12" SLD LF 420.00 $1.00 $420.00 33 666 6182 REFL PAV MRK TY II(W)24"(SLD) LF 107.00 $2.00 $31400 34 666 6184 REFL PAV MRK TY II(W)(ARROW) EA 1 3.00 $63.001 $189.00 35 1 666 6185 REFL PAV MRK TY II(W)(DBL ARROW) EA 1.00 $63.00 $61M) 36 666 6192 REFL PAV MRK TY II(W)(WORD) EA 2.00 $63.00 $126.00 37 666 6207 REFL PAV MRK TY II(Y)4"(SLD) LF 794,00 $0.50 $397.00 38 666 6214 IREFIL PAV MRK TY II(Y)24" SLD LF 52.00 $2.00 $104.00 39 666 6300 IRE PM VV/RET REO TY I(W)4"BRK 100MIL LF 120.00 $3.00 $360.00 40 666 6315 RE PM W/RET REO TY I(Y)4"(SLD)(100MIL) LF 794,00 $3.00 $2.382.00 41 677 6001 ELIM EXT PAV MRK&MRKS(4") LF 722.00 $1.50 $1.083.00 42 677 6003 ELIM EXT PAV MRK&MRKS(8") LF 314.00 $3.00 $942.00 43 677 6005 ELIM EXT PAV MRK&MRKS(12") LF 135.00 $4.00 $540,00 44 677 6007 ELIM EXT PAV MRK&MRKS(24") LF 80.00 $8.00 $640,00 45 677 6008 ELIM EXT PAV MRK R MRKS(ARROW) EA 3.00 $23300 $699.00 46 677 6009 ELIM EXT PAV MRK&MRKS DBL ARROW) EA 1.00 $285.00 $285.00 47 677 6012 JELIM EXT PAV MRK&MRKS(WORD) EA 1.00 $285.00 $285.00 48 678 6001 1 PAV SURF PREP FOR MRK 4") LF 914.00 50.10 $91.40 49 678 6004 PAV SURF PREP FOR MRK(8") LF 303.00 $0.15 $45.45 50 678 6006 PAV SURF PREP FOR MRK 12" LF 420.00 $0.20 $84.00 51 678 6008 PAV SURF PREP FOR MRK(24") LF 159.00 $0.50 $79.50 52 678 6009 PAV SURF PREP FOR MRK ARROW EA 3.00 $1.00 $3.00 53 678 6010 PAV SURF PREP FOR MRK(DBL ARROW) EA 1.00 $1.00 $1.00 54 678 6016 PAV SURF PREP FOR MRK(WORD) EA 2.00 $1.00 $2.00 55 680 6002 INSTALL HWY TRF SIG(ISOLATED)' EA 1.00 $21,000.00 521,000.00 56 682 6001 VEH SIG SEC(12 IN)LED(GRN) EA 900 S250.00 $2,250.001 57 682 6002 VEH SIG SEC(12 IN)LED GRN ARWI EA 200 $250.00 $500,00 58 682 6003 IVEH SIG SEC 12 IN LED(YEL) EA 9.00 $250.00 52.250.00 59 682 6004 IVEH SIG SEC(12 IN)LED(YEL ARW) EA 4.00 $250.00 $1.000.00 60 682 6005 VEH SIG SEC(121N)LED(RED) EA9.00 $250.00 $2.250.00 61 682 6006 VEH SIG SEC 12 IN LED(RED ARW) EA 2.00 $250.00 $500.00 62 682 6018 PED SIG SEC(LED)(COUNTDOWN) EA 8.00 $493.00 $3.944.00 63 682 6023 IBACK PLATE(12 IN)(3 SEC) EA 9.00 $55.00 $495,00 64 682 6024 IBACK PLATE(12 IN)(4 SEC) EA 2.00 $69.00 $138.00 65 684 6008 TRF SIG CBL(TY AIN2 AWG)(3 CONDR) LF 590.00 $1.30 $767.00 66 684 6031 TRF SIG CBL(TY A) 14 AWG)15 CONDR) LF 496.00 $2.00 $972.0 67 684 6033 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 1,20500 $2.00 $2,410.00 68 684 6046 TRF SIG CBL(TY A)(1 4 AWG 20 CONDR LF 510.00 $5.00 $2.550.00 69 684 6080 TRF SIG CBL(TY CI(14 AWG)(2 CONDR) LF 1,045.00 $1.60 $1.672.00 70 686 6028 INS TRF SIG PL AM(S)1 ARM 24'LUM&ILSN EA 1.00 $7.644.00 $7.644.00 71 686 6040 IINS TRF SIG PL AM(S)1 ARM(36')LUM&ILSN EA 1.001 $9.100.00 $9.100.00 12/13/201610:47 AM Page 1 of 2 Bidder ATS Attachments: Bid Security v Statement of Bidder's Safety Experience v Bid Ram ITEM NO DESC DESCRIPTION CODE I UNIT QUANTITY UNIT PRICE TOTAL PRICE 72 686 6048 INS TRF SIG PL AM(S)l ARM(44')LUM&ILSN EA 2.00 510,328.00 S20,656.00 73 687 6001 PED POLE ASSEMBLY' EA 4.00 52.432.00 $9.728.00 74 668 6001 PED DETECT PUSH BUTTON(APS) EA 8.00 $2,000.00 $16.000.00 75 6002 6001 VIVDS PROCESSOR SYSTEM EA 1.00 $6,000.00 $6.000.00 76 6002 6002 VIVDS CAMERA ASSEMBLY EA 4.00 51,628.00 $6.512.00 77 1 6002 6003 VIVDS SET-UP SYSTEM EA 1.00 $490.00 S490.00 78 6002 6005 VIVDS COMMUNICATION CABLE(COAXIAL) LF 738.00 $4.00 $2.952.00 79 "" '"" ETHERNET CAT-5 CABLE(FOR RADIO) LF 75.00 $4.00 $300.00 80 TITAN INTEGRATED BROADBAND 2.4/5.8 GHZ RADIO EA 1.00 52,500.00 $2.500.00 81 "" "" BROADBAND ANTENNA EA 1.00 $496.00 5496.00 82 "" I— ETHERNET OPTICOM DETECTOR-GTT MODEL 722 EA 2.00 $1,155.00 $2,310.00 83 ""' OPTICOM PHASE SELECTOR-GTT MODEL 764 EA 1.00 $4,000.00 $4,000.00 84 "" OPTICOM CARD RACK-GTT MODEL 760 EA 1.00 $500.00 $500.00 85 OPTICOM CABLE-GTT MODEL 138 LF 29000 $4.00 51,160.00 86 "•` AXIS NETWORK PTZ CAMERA EA 1.00 54,500.00 54,500.00 87 "' CABLE CAT 6(FOR PTZ) LF 75.00 $4.00 5300.00 88 "" "" COMNET ETHERNET SWITCH EA 1.00 S1,400.00 $1,400.00 89 " ITERIS EDGE CONNECT CARD EA 1.00 $2.500.00 52.500.00 90 "" ILSN(LED)(8 S) EA 4.n0 S2.500.00 $10,000.00 TOTAL $339,149.35 I,Benedict Patrick,do hereby certify that this bid tabulation is accurate and true. 12/131201610:47 AM Page 2 of 2 CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 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. 2017-152069 AUSTIN TRAFFIC SIGNAL CONSTRUCTION CO. INC. ROUND ROCK,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/09/2017 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. Sunrise&Double File-Tr.Sig Signal Construction at Sunrise Road and Double File Trail 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 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure i true and correct. Celia Gutierrez Notary Public,State otTexas My Commission Expires �J��FOF l�py Juty 31,2018 Signature of authorized agent of contracting business enti AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said ���—w ,this the day ofg'A 20�,to certify which,witness my hand and seal of office. �11/, ��), Signature of off r adri�misterirgS 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 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. 2017-152069 AUSTIN TRAFFIC SIGNAL CONSTRUCTION CO. INC. ROUND ROCK,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/09/2017 being filed. CITY OF ROUND ROCK,TEXAS Date Acknowledged: 01/12/2017 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. Sunrise&Double File-Tr.Sig Signal Construction at Sunrise Road and Double File Trail Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary SHIN, FRED Roundrock,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