Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agenda_GTEC_04.30.2018
Notice of Meeting for the Georgetown Transportation Enhancement Corp of the City of Georgetown April 30, 2018 at 3:00 PM at GMC Building, 300-1 Industrial Av enue, Georgetown, TX 78626 The City o f G eo rgeto wn is committed to comp lianc e with the Americans with Dis abilities Ac t (ADA). If yo u req uire as s is tanc e in participating at a p ublic meeting d ue to a disability, as d efined und er the ADA, reas onab le as s is tance, ad ap tatio ns , or acc o mmo d ations will b e provid ed up o n req uest. P leas e c o ntact the City Sec retary's Office, at leas t three (3) days prior to the sc hed uled meeting d ate, at (512) 930-3652 o r City Hall at 113 Eas t 8th Street fo r add itional info rmation; TTY us ers ro ute through Relay Texas at 711. TH IS IS A SP ECIAL M E E TING O F TH E GEO RGETO WN TRANSPO RTATIO N ENH ANCEM E NT CO RP O RATIO N. Regular Session (This Regular S es s io n may, at any time, b e rec es s ed to convene an Exec utive S es s io n fo r any p urpose authorized b y the Op en Meetings Act, Texas Go vernment Co d e 551.) A Call to Ord er - Spec ial Meeting Legislativ e Regular Agenda B Co nsideration and possible actio n to award the Airp o rt Road Imp ro vement P ro ject t o P atin Construction, LLC, of Taylor, Texas with a bid amount of $2,409,389.70. -- Wesley Wright, P.E., Systems Engineering Director C Co nsideration and possible actio n o n an amend ment to Tas k Ord er MSE-16-001 with M&S Engineering of Geo rgetown, TX in the amo unt o f $43,575 fo r professional engineering s ervic es assoc iated with a right turn lane o n Williams Drive at Rivery Blvd – Wes ley Wright, P.E., Systems Engineering Directo r Adjournment Ad jo urnment CERTIFICATE OF POSTING I, Shelley No wling, C ity S ecretary fo r the C ity of Geo rgeto wn, Texas , d o hereby c ertify that this Notice of Meeting was p o s ted at City Hall, 113 E. 8th Street, a p lace read ily acc es s ible to the general p ublic at all times , on the ______ d ay o f __________________, 2018, at __________, and remained so p o s ted fo r at leas t 72 c o ntinuo us ho urs p receding the sc heduled time o f s aid meeting. ____________________________________ S helley No wling, City Sec retary Page 1 of 16 City of Georgetown, Texas Transportation Enhancement Corp April 30, 2018 SUBJECT: Call to Ord er - S p ecial Meeting ITEM SUMMARY: FINANCIAL IMPACT: N/A SUBMITTED BY: Laura Wilkins - Board Liaison Page 2 of 16 City of Georgetown, Texas Transportation Enhancement Corp April 30, 2018 SUBJECT: Cons id eration and p o s s ib le ac tion to award the Airport Ro ad Improvement Projec t t o P atin Construction, LLC, of Taylor, Texas with a bid amount of $2,409,389.70. -- Wesley Wright, P.E., Systems Engineering Director ITEM SUMMARY: T he Airport Road Improvement P roject consists widening Airport Road north of Lakeway Blvd and improving the intersection alignment. T he project represents part of the City and the Georgetown Transportation Enhancement Corporation's (GT EC) partnership in the Holt-Cat development. T he project consists of the following bid parts with the apparent low bidders bid price for each section (See Exhibit C): Base Bid – Widening Airport Road approximately 3,400 linear feet from Lakeway to Aviation to a 5-lane roadway, including sidewalk, drainage improvements, driveway connections, wastewater line extensions, and utility crossings. T his part also includes improvements to Lakeway Drive from approximately 200-feet east of the new proposed intersection with Airport Road to 400-feet to the west of the new proposed intersection with Airport Road. Add Alternate A – Widening Airport Road from Aviation to Halmar to a 5-lane roadway, including sidewalk, drainage improvements, driveway connections, wastewater line extensions, and utility crossings. Add Alternate B – Traffic Signal Improvements at the intersection of Lakeway and Airport. Add Alternate C – Sidewalk crossing of a drainage way that consists of 7 – 5’x2’ box culverts with headwalls and pedestrian railing. The right-of-way need to c o nstruc t Ad d Alternate A has not been obtained to date. Therefo re, we d o not recommend award o f Add Alternate A. Our rec ommend ed c o mb inatio n of b id parts to award is the Base Bid , Ad d Alternate B, and Ad d Alternate C. STAFF RECOMMENDATIONS: Staff c o nc urs with the recommend ation of the Engineer below. T he right-of-way need to construct Add Alternate A has not been obtained to date. T herefore, we do not recommend award of Add Alternate A. Our recommended combination of bid parts to award is the Base Bid, Add Alternate B, and Add Alternate C (3) bid parts of $2,409,389.70. FINANCIAL IMPACT: Funds fo r this projec t $2,409,389.70 ad d itional expend iture are available in the 400-9-0980-90-063 (GTEC FY18 CIP Budget). Page 3 of 16 SUBMITTED BY: Wes ley Wright. P.E., S ystems Engineering Direc to r ATTACHMENTS: Description Type project exhibit Backup Material Letter of recomendation Backup Material Bid Tabulation Backup Material Page 4 of 16 AIRPORT R O A D H A L M A R C O V E AV I A T I O N SERVICE DRIVE T E R M I N A L D R I V E W R I G H T B R O T H E R S D R I V E SERVICE DRIVE AIRPO R T R O A D W E S T H A L M A R DR I V E L A K E W A Y D R I V E A U S T I N A V E N U E PGL ℄ 2'14' MEDIAN 2'12' LANE 12' LANE ROW VARIES 16' ROW 2.00% TYPICAL SECTION NOT TO SCALE EX I S T R . O . W . PR O P R . O . W . TY II CURB & GUTTER (TYP) 2.00% AIRPORT RD 12' LANE 12' LANE PR O P G E O R G E T O W N UT I L I T Y / D R A I N A G E EA S E M E N T EASEMENT VARIES66' ROADWAY KASBERG, PATRICK & ASSOCIATES, LP CONSULTING ENGINEERS GEORGETOWN, TEXAS 78626 Firm Registration No. F-510 AIRPORT ROAD IMPROVEMENTS EXHIBIT C - PROJECT LOCATION MAP FI L E : P: \ G e o r g e t o w n \ 2 0 1 6 \ 1 6 - 1 3 8 A I R P O R T R O A D \ C A D \ E x h i b i t \ P R O J E C T C O S T . d w g L A S T S A V E D : 4/ 1 0 / 2 0 1 8 4 : 3 1 : 4 8 P M LA Y O U T : EX H I B I T C 0 HORIZONTAL SCALE IN FEET 200 400 NORTH GEORGETOWNTEXAS EST. 1848 BASE BID ADD ALTERNATE A BASE BID: $2,192,926.50 ADD ALTERNATE A - AVIATION TO HALMAR: $483,607.20 ADD ALTERNATE B - TRAFFIC SIGNAL: $147,043.20 ADD ALTERNATE C - SIDEWALK DRAINAGE XING: $69,420.00 Page 5 of 16 Temple KASBERG, PATRICK & ASSOCIATES, LP CONSULTING ENGINEERS Texas Firm F-510 RICK N. KASBERG, P.E. One South Main Street Temple, Texas 76501 (254) 773-3731 R. DAVID PATRICK, P.E., CFM THOMAS D. VALLE, P.E. GINGER R. TOLBERT, P.E. Georgetown 1008 South Main Street Georgetown, Texas 78626 (512) 819-9478 April 10, 2018 Mr. Joel Weaver C.I.P. Project Manager City of Georgetown 300 Industrial A venue Georgetown, Texas 78628 Re: City of Georgetown ALVIN R. 0 TRAE±<SUTTON, lll, P.E., CFM JOHN A. SIMCIK, P.E., CFM Airport Road Improvement Project Georgetown, Texas Dear Mr. Weaver, Bids received until 2:00 PM on Tuesday, Afril 10, 2018 for the above referenced project. This project was publicly advertised on March 18 and 25m. There were fourteen (14) plan holders and competitive bids were received from seven (7) contractors. A detailed Bid Tabulation for this project is attached. The Airport Road Improvement Project consists of the following bid parts with the apparent low bidders bid price for each section (See Exhibit C): • Base Bid 3 Widening Airport Road approximately 3,400 linear feet from Lakeway to Aviation to a 5-lane roadway, including sidewalk, drainage improvements, driveway connections, wastewater line extensions, and utility crossings. This part also includes improvements to Lakeway Drive from approximately 200-feet east of the new proposed intersection with Airport Road to 400-feet to the west of the new proposed intersection with Airport Road. • Add Alternate A 3 Widening Airport Road from Aviation to Halmar to a 5-lane roadway, including sidewalk, drainage improvements, driveway connections, wastewater line extensions, and utility crossings. • Add Alternate B 3 Traffic Signal Improvements at the intersection of Lakeway and Airport. • Add Alternate C 3 Sidewalk crossing of a drainage way that consists of 7 3 5-x2- box culverts with headwalls and pedestrian railing. The right-of-way need to construct Add Alternate A has not been obtained to date. Therefore, we do not recommend award of Add Alternate A. Our recommended combination of bid parts to award is the Base Bid, Add Alternate B, and Add Alternate C. Page 6 of 16 Mr. Joel Weaver April 10, 2018 Page Two The low qualified bidder for the recommended award combination is Patin Construction, LLC of Taylor, Texas with a bid amount for these three (3) bid parts of $2,409,389.70. Patin Construction, LLC has successfully completed several roadway improvement projects for various Central Texas Municipalities, including the City of Georgetown. We have reviewed the current workload, references and construction history of Patin Construction, LLC. As a result of our fmdings, we recommend that a contract be awarded to Patin Construction, LLC in the amount of $2,409,389.70. Please let us know if you have any questions. Sincerely, J/V(~ Alvin R. (Trae) Sutton III, P.E., CFM ARS/ xc: Nicole Abrego, City of Georgetown Jimmy Patin, Patin Construction, LLC KPA 2016-138-40 Page 7 of 16 Item I Estimated I Unit I No. Quantity . Bid Data Description BASE BID 100% 2 34 100% 4 100% 1,540 6 8,600 100% 100% 9 100% 10 100% II 100% 12 2,740 13 55 14 16,000 15 7,200 16 3,000 17 22,500 18 22,000 19 3,000 20 2,900 2 1 2,900 22 3,500 23 22,500 24 24,700 25 29,000 26 1,500 27 2,000 28 6 ,300 29 300 30 2,800 31 4 32 50 33 34 80 35 132 36 162 37 21 38 94 39 40 4 41 2 42 2 43 2 44 45 46 2,000 47 870 48 6 49 6 50 100% LS STA LS LS LF SF LS LS LS LS LS LF LF CY CY CY SY Insurance . Bonds & Mobilization . not to exceed 5% of Base Bid $ Provide Labor, Equipment, Tools & Supervision to Complele Preoaration of ROW OU' OUC LOUU0 0 ~yuopuoom, 0 UU" ~ OU ~U>Up>COC Removal of Ex isting Asphalt, Trees, Vegetation, Fencing, Culverts & Other Miscellaneous Items per The Removal Plan Submit Trench Safety Plan Prepared & Signed by PE in Conformance with State Law & OSHA, for Base Bid Implement & Follow Trench Safety Plan (Pipe) Implement & Follow Trench Safety Plan (Structures) Prepare Stormwater Pollution Prevention Plan, Including Submission to & Receiving Permits from TCEQ for Base Bid Implement & Administer Barricade, Signing & Traffic Safety Plan for Base Bid Furn ish, Install, Maintain & Remove Temporary Pavement & Temporary Striping per TCP Sheet provided in the Plans for Base Bid Provide Project Record Drawings for Base Bid For Providing a Video DVD of the Project Area Prior to & After Construction for Base Bid Furnish, Install, Maintain & Remove Silt Fence Furnish, Install, Maintain & Remove Rock Berm Unclassifie d Excavation of Exi sting Roadway & ROW Unclassified Fill For Roadway & ROW Select Fill Material (Offsite) For Roadway Furnish & Install I .5" Type C HMAC, including Tack Coat, Final Section for Aiport Road SY Furnish & Install 1.5 " Type C HMAC Initial Section with Prime Coat for Airport Road SY Furnish & Install 2 " Type C HMAC, including Tack Coat, for Final Section of Lakeway SY SY SY SY SY SY SY SY LF Furnish & Install 2" Type C HMAC, with Prime Coat, Initial Section for Lakeway Furnish & Install 2" HMAC Base (TY B), inlcuding Tack Coat, for Lakeway Furnish & Install 5" HMAC Base (TY B), including Prime Coat, for Lakeway Furnish & lnstall3" Crushed Limestone Base Material for Airport Furnish & Install 7" Crushed Limestone Base Material for Airoort Furnish & Install I 0" Stabilized Subgrade on All Roadways Furnish & Install I .5" Type C HMAC Overlay, Inlcuding Tack Coat, on Lakeway Furnish & Install Edge Milling on Lakeway Furnish & Install 2-foot Ribbon Curb LF Furnish & Install 2-foot Standard Curb & Gutter on Lakeway SY Furnish & Install 8-foot Concrete Sidewalk EA Furnish & Install TxDOT Type 7 Ramp LF Furnish & Install Metal Beam Guard Fence EA Furnish Tools, Ma te rial & Labor to Tie to Existing 12' RCP with 45 Degree Bend LF Furnish & Install 12" RCP LF Furnish & Install 6'x2' RCB LF Furnish & Install 5'x3' RCB LF Furnish & lnstall4'x3' RCB LF Furnish & Install 4'x2' RCB EA Furnish & Install 4'x4' Area Inlet EA .~~sn & rnsta11 t1eaawa11 Wltn :.1opea wmgwaus or <-o·u EA Furnish & Install Headwall For 2-5'x3 ' RCBs EA Furnish & Install Headwall For 5'x3' RCB EA Furnish & Install Headwall For 4'x3' RCB EA Furnish & Install Headwall For 4'x2' RCB EA Furnish & Install Headwall For 12" RCP SY Furnish & Install Concrete Channei/Riprap Including Reinforcing per Detail LF Furnish & Install 8" PVC Wastewater Line EA Furnish Tools, Material & Labor to Tie to Existing Manhole EA Furnish & Install 8" Cleanout LS Provide Labor, Equipment, Tools & Supervision for Wastewater Line Testing • Addition Error. Corrected Amount Shown . Patin Construction LLC 3800 W 2nd Street Taylor TX 76574 I Unit Extended Price Amount 100,000.00 100,000.00 1,000.00 34 ,000.00 28,000.00 28,000.00 1,200.00 1,200.00 1.15 1,771.00 0.50 4,300.00 3,000.00 3,000.00 15 ,000.00 15,000.00 11 ,500.00 11,500.00 250.00 250.00 250.00 250.00 2 .50 6,850.00 35 .00 1,925.00 7.00 I 12,000.00 3.00 21 ,600.00 25 .00 75 ,000.00 8 .10 182,250.00 8 .70 191 ,400.00 10.00 30,000.00 9.85 28 ,565.00 9.00 26,100.00 21.60 75,600.00 3 .00 67,500.00 7.00 172,900.00 2.00 58,000.00 7.80 11 ,700.00 5.40 10,800.00 11.00 69,300.00 12.00 3,600.00 45 .00 126,000.00 1,500.00 6,000.00 100.00 5 ,000.00 4,500.00 4,500.00 45.00 3,600.00 425 .00 56,100.00 380.00 61 ,560.00 310.00 6,510.00 270.00 25,380.00 3,500.00 3,500.00 7,500.00 30,000.00 7,500.00 15,000.00 7,000.00 14 ,000.00 7,000.00 14,000.00 7,000.00 7,000.00 1,200.00 1,200.00 4 5.00 90,000.00 50.00 43,500.00 3,000.00 18,000.00 I ,500.00 9,000.00 2,000.00 2,000.00 Cox Commercial Construction, LLC 2009 Ranch Road 620 N, Ste 180 Austin TX 78734 Unit . Price 100,000.00 2,000.00 50,000.00 500.00 1.00 0.30 500.00 25,000.00 25,000.00 500.00 3 ,000.00 2 .50 30.00 10.00 9 .00 22.00 6 .00 6 .00 8 .00 8 .00 7.50 20.00 3.00 6 .00 7.10 6 .00 5.50 10.00 22.00 42.00 1,100.00 100.00 1,100.00 60.00 400.00 300.00 350.00 220.00 3,500.00 10,000.00 13 ,000.00 10,000.00 10,000.00 6,000.00 1,100.00 75 .00 45 .00 2,500.00 1,200.00 7,000.00 I Extended Amount 100,000.00 68 ,000.00 50,000.00 500.00 1,540.00 2,580.00 500.00 25,000.00 25 ,000.00 500.00 3,000.00 6,850.00 1,6 50 .00 160,000.00 64,800.00 66,000.00 135 ,000.00 132,000.00 24,000.00 23 ,200.00 21 ,750.00 70,000.00 67,500.00 148,200.00 205 ,900.00 9,000.00 11 ,000.00 63 ,000.00 6,600.00 117,600.00 4,400.00 5 ,000.00 1,100.00 4,8 00.00 52,800.00 48,600.00 7,350.00 20,680.00 3,500.00 40,000.00 26,000.00 20,000.00 20,000.00 6,000.00 1,100 .00 150,000.00 39,150.00 15 ,000.00 7,200.00 7,000.00 BID TABULATION CITY OF GEORGETOWN TEXAS Airport Road Improvements Project April 10, 2018; 2:00PM Jordan Foster Construction 15603 NIH 35 Pflugerville TX 78660 Unit I Amount Extended Price 110,000.00 110,000.00 3,000.00 102,000.00 96,000.00 96 ,000.00 1,100.00 1,100.00 1.00 1,540.00 1.00 8 ,600.00 2,500.00 2,500.00 23 ,000.00 23 ,000.00 9,500.00 9,500.00 500.00 500.00 250.00 250.00 2.25 6 ,165.00 30.00 1,650.00 12.00 192,000.00 7.50 54,000.00 15 .00 45,000.00 6.50 146,250.00 7.00 154,000.00 10.00 30,000.00 I 1.00 31 ,900.00 10.00 29,000.00 23 .00 80,500.00 4.00 90,000.00 5.50 135,850.00 1.50 43,500.00 8 .00 12,000.00 5 .80 11,600.00 13 .00 81 ,900.00 22.00 6 ,600.00 48 .00 134,400.00 2,200.00 8,800.00 115 .00 5 ,750.00 1,700.00 1,700.00 52.00 4,160 .00 325.00 42,900.00 335 .00 54,270.00 310.00 6,510.00 230.00 21,6 20.00 3,200.00 3,200.00 11 ,000.00 44,000.00 16 ,000.00 32,000.00 16,000.00 32,000.00 11 ,000.00 22,000.00 10,000.00 10,000.00 1,800.00 1,800.00 49.00 98,000 .00 90.00 78,300.00 2,500.00 15,000.00 1,500.00 9,000.00 4,700.00 4 ,700.00 BIDDER INFORMATION Champion Site Prep 455 Hwy 195 Suite A Georgetown TX 78633 Unit Price 127,6 65 .00 865 .00 51 ,493 .50 1,170.00 2.35 0.60 10,300.00 18,500.00 14,700.00 1,170.00 1,170.00 2.90 33 .00 8 .00 3 .00 18.00 7.00 7.00 9 .50 9.50 9.50 23.40 4 .00 6 .00 8.00 7.00 4.00 13.20 20.50 40.00 1,170.00 210.00 4,450.00 51.50 375 .00 390.00 420.00 343 .00 5 ,000.00 10,850.00 11 ,400.00 5,500.00 5,400.00 5 ,150.00 1,770.00 73 .00 108 .00 2,900.00 5,300.00 2,340.00 I Extended Amount 127,665.00 29,410.00 51 ,493 .50 1,170.00 3,619.00 5,160.00 10,300.00 18,500.00 14,700.00 1,170.00 1,170.00 7,946.00 1,815 .00 128,000.00 21 ,600.00 54 ,000.00 157,500.00 154,000.00 28,500.00 27,550.00 27 ,550.00 81 ,900.00 90,000.00 148 ,200.00 232,000.00 10,500.00 8,000.00 83,160.00 6,150.00 112,000.00 4,680.00 10,500.00 4,450.00 4,120.00 49,500.00 63 ,180.00 8 ,820.00 32,242.00 5 ,000.00 43 ,400.00 22,800.00 I 1,000.00 10,800.00 5,150.00 1,770.00 146,000.00 93,960.00 17,400.00 31,800.00 2,340.00 Chasco Constructors 2801 E Old Settlers Blvd Round Rock TX 78664 Unit Price 125,000.00 3,000.00 35,000.00 1,000.00 2 .00 0.08 6,000.00 40,000.00 30,000.00 600.00 2,000.00 3.50 40.00 15 .00 3 .00 14 .00 6 .80 6 .80 9.00 9.00 9 .00 22.00 3 .00 7.00 6 .00 8 .00 4.00 14.00 20.00 38 .00 1,200.00 42.00 745.00 56.00 450.00 450.00 400.00 350.00 4,000.00 5,000.00 8,000.00 8,000.00 8,000.00 5,500.00 1,000.00 65.00 100.00 5 ,000.00 1,500.00 4,000.00 I Extended Amoulll 125 ,000.00 102,000.00 35,000.00 1,000.00 3,080.00 688.00 6,000.00 40,000.00 30,000.00 600.00 2,000.00 9,590.00 2,200.00 240,000.00 21,600.00 42,000.00 153 ,000.00 149,600.00 27 ,000.00 26,100.00 26,100.00 77,000.00 67,500.00 172,900.00 174,000.00 12,000.00 8,000.00 88,200.00 6,000.00 106,400.00 4,800.00 2,100.00 745.00 4,480.00 59,400.00 72,900.00 8,400.00 32,900.00 4 ,000.00 20,000.00 16,000.00 16,000.00 16,000.00 5,500.00 1,000.00 130,000.00 87,000.00 30,000.00 9,000.00 4,000.00 M.A. Smith Contracting, Inc. 15308 Ginger Austin TX 78728 Unit Price 125,000.00 1,600.00 32,000.00 1,100.00 1.00 1.00 4,000.00 25,000.00 22,000.00 550.00 1,000.00 2.25 30.00 12 .00 9.00 24.00 6.50 6.50 8.75 8.75 8 .75 21.00 3.50 7.50 9.00 6.50 3 .75 11.00 20.00 45.00 1,600.00 110.00 600.00 55 .00 320.00 295 .00 250.00 215.00 4,700.00 11 ,000.00 8,000.00 7,000.00 6,500.00 6 ,000.00 1,300.00 95.00 70.00 2,500.00 1,100 .00 1,000.00 I Extended Amount 125,000.00 54,400.00 32,000.00 1,100.00 1,540.00 8,600.00 4,000.00 25,000.00 22,000.00 550.00 1,000.00 6,165.00 1,650.00 192,000.00 64,800.00 72,000.00 146,250.00 143,000.00 26,250.00 25,375 .00 25,375 .00 73,500.00 78 ,750.00 185,250.00 261,000.00 9,750.00 7,500.00 69,300.00 6,000.00 126,000.00 6,400.00 5 ,500.00 600.00 4,400.00 42,240.00 47,790.00 5,250.00 20,210.00 4,700.00 44 ,000.00 16,000.00 14,000.00 13 ,000.00 6,000.00 1,300.00 190,000.00 60,900.00 15 ,000.00 6,600.00 1,000.00 2016-IJS-40 Joe Bland Construction, LP 13111 Dessau Road Austin TX 78754 Unit Price 88,000.00 731.00 25,000.00 700.00 1.50 1.50 5,500.00 19,000.00 19,000.00 621.00 915.00 3 .00 34.00 15 .00 5.00 14.00 7.30 7.50 9.60 10.00 9.00 23.00 5 .00 9.00 8.20 7.50 7.00 11.00 17 .00 59.00 2,500.00 113 .00 1,500.00 60.00 400.00 425.00 342.00 260.00 6 ,100.00 11,000.00 11,000.00 9,000.00 8,000.00 6,000.00 3,000.00 6 1.00 37.00 7,100.00 3,900.00 2,100.00 I Extended Amount 88,000.00 24,854.00 25 ,000.00 700.00 2,310.00 12,900.00 5 ,500.00 19,000.00 19,000.00 621.00 915 .00 8,220.00 1,870.00 240,000.00 36,000.00 42 ,000.00 164 ,250.00 165,000.00 28,800.00 29,000.00 26,100.00 80,500.00 112,500.00 222,300.00 237,800.00 11 ,250.00 14,000.00 69,300.00 5,100.00 165,200.00 10,000.00 5,650.00 1,500.00 4,800.00 52,800.00 68,850.00 7,182.00 24,440.00 6,100.00 44 ,000.00 22,000.00 18,000.00 16,000.00 6 ,000.00 3,000.00 122,000.00 32,190.00 42,600.00 23 ,400.00 2.100.00 Page I of4 Page 8 of 16 Patin Construction LLC 3 800 W 2nd Street Taylor TX 76574 51 12 EA Furni sh & Install Thermop lastic Tum Arrow 210.00 2,5 20.00 52 12 EA Furnish & Install "ONLY" Emblem 300.00 3,600.00 53 1,500 LF Furnish & Install Thermopl astic White Da sh Striping 1.15 1,725.00 54 1,400 LF Furnish & Install Thermoplastic Yellow Dash Striping 1.15 . 1,603.00 55 170 LF Furnish & Install Thermoolastic White "Puoov Track" Dash 4.20 714.00 56 2,400 LF Furni sh & Install Thermoplastic White Solid Striping 1.20 2,880.00 57 5,100 LF Furnish & Install Thermoplastic Yellow Solid Striping 1.20 6,120.00 58 160 LF Furnish & Install Double Thermoplastic Yellow Solid Striping 1.20 192.00 59 100 LF Furnish & Install Thermoplastic Yellow Solid Gore Striping 21.00 2,100 .00 60 150 LF Furnish & Install Thermoplastic White 2' Wide Stop Bar 21.00 3,150.00 61 145 EA Furnish & Install Raised Traffic Button TY 1-C 9.30 I ,348.50 62 130 EA Furnish & Install Raised Traffic Button TY II-A 9.30 1,209.00 63 3 EA Furni sh & Install Stop Sign (RI-1) Including Sign, Pole, & Base 750.00 2,250.00 64 2 EA Furnish & Install Speed Limit Signs Including Sign, Pole, & Base 750 .00 1,500.00 65 I EA Furnish & Install Tum Sjgn (R3-5R) Including Sign~ Pole. & Base 750.00 750.00 66 3 EA Remove & Relocate Existing Mailbox 500.00 1,500.00 Furnish & Install 2-6" SCHD 40 PVC Electrical Conduit & 2-4" 67 600 LF SCHD 40 PVC for Communication Co ndu it, including Trench, 163.20 97 ,920.00 Embedment. & Markino Taoe 68 35 LF Furnish & lnstall2" SCHD 40 PVC Electrical Conduit for Traffic Signal 20.40 714 .00 69 40 LF Furnish & Install 3 " SCHD 40 PVC Electrical Co nduit for Traffic Signal 22.80 912.00 70 345 LF Furnish & l nstall 4" SCHD 40 PVC Electrical Conduit for Traffic 48 .00 16,560.00 Signal 71 205 LF Furnish & Install 4" SCHD 80 PVC Electrical Conduit by Bore 105 .60 21,648.00 for Traffic Signal 72 5 EA Furnish & Install Ground Box TY D ( 162922) with Apron 1,860.00 9,300.00 73 23,000 SY Install, Maintain & Establish Hydromulch with Flexible Growth 0.50 11 ,500.00 Medium 74 300 SY Furnish & Install Large Diameter Rock Riprap, 8"-12" 50.00 15 ,000.00 75 100% LS City of Georgetown Force Account 100000.00~ TOTAL BASE BID-(Items I-75) Item Estimated Unit I Bid Data I Unit Extended No. Quan tity Description Price Amo unt ~DD ALTERNATE A: AVIATION TO HALMAR AAI 100% LS Insurance. Bonds & Mobilizatio n, not to exceed 5% of Add $ 25 ,000.00 25 ,000.00 Alternate A AA2 7 STA Provide Labor, Equipment, Tools & Supervision to Complete 1,000 .00 7,000.00 Preparation of Right-of-way Provide Labor, Equipment, Tools & Supervision to Complete AA3 100% LS Removal of Existing Asphalt, Trees, Vegetation, Fencing, 30,000.00 30,000.00 Culverts & Other Miscellaneous Item s per The Removal Plan Sheets for Add Alternate A AA4 100% LS Submi t Trench Safety Plan Prepared & Signed by P.E., in 800.00 800.00 Conformance with State Law & OSHA, for Add Alternate A AA5 140 LF Implement & Follow Trench Safety Plan (Pipe) 1.15 161.00 AA6 600 SF Implement & Fo ll ow Trench Safety Plan (Structures) 1.00 600.00 Prepare Stonnwater Pollution Prevention Plan, Incl ud ing AA7 100% LS Submission to & Receiving Permits from Texas Commission on 3,500.00 3,500.00 Environmental Quality (TCEQ) for Add Alternate AA8 100% LS Implement & Administer Barricade, Signing & Traffic Safety 2,500.00 2,500.00 Plan (Vehicular & Pedestrian) for Add Alternate A Furnish, Install , Maintain & Remove Temporary Pavement & AA9 100% LS Temporary Striping per TCP Sheet provided in the Plans for Add 25,000.00 25,000.00 Alternate A AAIO 100% LS Provide Project Record Drawings for Add Alternate A 250.00 250.00 AA II 100'/o LS For Providing a Video DVD of the Project Area Prior to & After Construction for Add Alternate A 250.00 250.00 AA I 2 470 LF Furnish, In stall, Maintain & Remove Silt Fence 2.50 1,175.00 AAIJ 2,500 CY . LA'""'" ~uauway = '"""'' 10.00 25,000.00 AAI4 650 CY For Unclassified Fill For Roadway & Right-of-Way 5 .00 3,250.00 AA I 5 4,500 SY Furnish & Install 1.5 " Type C HMAC, including Tack Coat, Final Section 7.70 34,650.00 AAI6 4,500 SY Furnish & Install 1.5" Type C HMAC, inc luding Prime Coat, 8.10 36,450.00 Initial Section AAI7 4,500 SY Furnish & In stall3" Crushed Limestone Base Material 3.00 13 ,500.00 AA I8 5,300 SY Furnish & Install 7" Crushed Limestone Base Material 7.00 37,100.00 AAI9 5,300 SY Furnish & Install I 0" Moisture Conditioned Subgrade 4 .00 21 ,2 00 .00 AA20 710 LF Furnish & Install Standard Curb & Gutter 12 .00 8,520.00 AA21 660 LF Furnish & Install Ribbon Curb 11.00 7,260 .00 AA22 500 SY Furnish & Install 8-foot Concrete Sidewalk 45 .00 22,500.00 • Addition Error . Corrected Amount Shown. Cox Commercial Construction , 2009 Ranch Road 620 N, Ste Austin TX 78734 90.00 1,080.00 120.00 1,440.00 0.40 600.00 0.40 560.00 0.50 85.00 0.80 1,920.00 0.40 2,040.00 0.80 128.00 10.00 1,000.00 10.00 1,500.00 5.00 725 .00 5.00 650.00 300.00 900.00 300.00 600.00 300.00 300.00 500.00 1,500.00 140.00 84,000.00 20.00 700.00 20.00 800.00 40.00 13 ,800.00 90.00 18,450.00 2,000.00 10,000.00 1.50 34,500.00 40.00 12,000.00 100,000.00 ~ Unit Extet Price Amount 6,000.00 6,000.00 1,500.00 10,500.00 5,500.00 5,500.00 500 .00 500.00 1.00 140.00 0 .30 180.00 500 .00 500.00 1,500.00 1,500.00 7,500.00 7,500.00 500.00 500.00 500.00 500.00 2.50 1,175.00 10.00 25,000.00 7.00 4 ,550.00 6.00 27,000.00 6.00 27,000.00 3 .00 13 ,500.00 6 .00 31,800.00 1.00 5,300.00 22.00 15,620.00 18.50 12,210.00 42 .00 21 ,000.00 BID TABULA TJON CITY OF GEORGETOWN TEXAS Airport Road Improvements Project . April 10, 2018; 2:00PM Jordan Foster Construction 15603 NIH 35 Pflugerville TX 78660 95.00 1,140.00 125 .00 1,500.00 0.42 630 .00 0.42 588.00 0.50 85.00 0 .80 1,920.00 0.42 2,142 .00 0 .85 136.00 9.50 950.00 9.50 1,425.00 5 .15 746.75 5 .15 669.50 300.00 900.00 260.00 520.00 260.00 260.00 575 .00 1,725.00 129.00 77,400.00 11.00 385 .00 16.00 640.00 20.00 6,900.00 40 .00 8,200.00 1,100.00 5,500 .00 3.00 69,000.00 55 .00 16,500.00 100,000.00 I 00,000.00 2,436,87725 Unit Price 500.00 500.00 2,4 50 .00 17,150 .00 7,400.00 7,400.00 500 .00 500 .00 1.00 140.00 1.00 600.00 2,500.00 2,500.00 3,800.00 3,800.00 7,200.00 7,200.00 100.00 100.00 250.00 250.00 2.20 1,034 .00 10 .50 26,250.00 16.00 10,400.00 7.00 3 1,500.00 7.50 33 ,750.00 2 .65 11 ,925 .00 4.50 23,850.00 1.40 7,420.00 21.00 14,910.00 12 .25 8,085 .00 49.00 24,500.00 20 16-138-40 BIDDER I NFORMATION Champion Site Prep Chasco Constructors M.A. Smith Contracting, Inc. Joe Bland Construction, LP 455 Hwy I95 Suite A 2801 E Old Settlers Blvd I 5308 Gin ger 13111 Dessau Road Georgetown TX 78633 Round Rock TX 78664 Austin TX 78728 Austin TX 78754 117 .00 1,404 .00 95 .00 1,140.00 105 .00 1,260.00 2 15 .00 2,580.00 146 .00 1,752 .00 125 .00 1,500.00 135.00 1,620 .00 305 .00 3,660.00 0.30 450 .00 0.42 630.00 0.28 420.00 2.00 3,000.00 0.30 420.00 0.42 588.00 0.28 392.00 2.00 2,800 .00 1.75 ' 297 .50 0.50 85 .00 1.75 297.50 6.00 1,020.00 0 .35 840.00 0 .80 1,920.00 0.34 816.00 2.00 4 ,800.00 0 .35 1,785 .00 0.41 2,091.00 0.34 1,734 .00 2.00 10,200.00 2.35 376.00 0.85 . 136 .00 2.32 371.20 2.00 320.00 5.25 525.00 10.00 1,000.00 5.15 515.00 20.00 2,000.00 5 .85 87750 10.00 1,500.00 5.50 825 .00 20.00 3,000.00 4.10 594.50 5.00 725 .00 4 .00 580.00 10.00 1,450.00 4.10 533 .00 5 .00 650.00 4.00 520.00 10.00 1,300.00 630.00 1,890.00 '1,000.00 3,000.00 700.00 2,100 .00 800.00 2,400.00 650.00 1,300.00 1,000.00 2,000.00 700.00 1,400.00 800.00 1,600.00 1,250.00 1,250.00 1,000.00 1,000.00 700.00 700.00 800.00 800.00 390.00 1,170.00 1,000.00 3,000.00 925 .00 2,775 .00 6 10.00 1,830.00 190.00 114,000 .00 145 .00 87,000.00 145.00 87,000.00 162 .00 97,200 .00 20.00 700.00 11.00 385 .00 11.00 385 .00 13 .00 455 .00 22 .00 880 .00 16 .00 640.00 16.00 640.00 19.00 760 .00 50.00 17,250.00 20.00 6,900.00 20.00 6,900.00 23.00 7,935 .00 '103 .00 21 ,115 .00 43 .00 8,815 .00 42.00 8,610.00 49 .00 10,045 .00 2,750.00 13,750.00 1,100.00 5,500.00 1,100.00 5,500.00 I ,300.00 6,500 .00 1.70 39,100.00 4.00 92 ,000.00 3.50 80,500.00 4.00 92,000.00 58 .00 17,400.00 35 .00 10,500.00 45.00 13,500 .00 43 .00 12,900.00 100.000.00 100.000.00 100,000.0 0 100,000.00 100,000.00 100.000.00 100,000.00 100,000.00 $ 2,553 ,300.00 I s z.61t ,4ss .oo 1 I s 2.619,355.70 1 Is z .74t ,t57 .oo 1 nit Extended Unit Extended Unit nit Extended Price Amo11nt Price Amount Price A., Amou!JI 17,900.00 17,900.00 30,000.00 30,000.00 20,000.00 20,000.00 20,000.00 20,000.00 1,500.00 10,500 .00 1,000 .00 7,000.00 1,500.00 10,500.00 2,000.00 14,000.00 6,194.30 6,194 .30 6,200.00 6,200.00 3,500.00 3,500.00 8,000.00 8,000.00 1,170.00 1,170.00 100 .00 100 .00 1,100.00 1,100.00 700 .00 700 .00 3.57 . 499.80 1.00 140.00 1.00 140.00 1.50 210.00 2.50 1,500.00 0 .10 60.00 1.00 600.00 1.50 900.00 94 0.00 940.00 100.00 100.00 4,000.00 4,000.00 2,300.00 2,300.00 1,120.00 1,120.00 4,000.00 4,000.00 10,000.00 10,000.00 7,000.00 7,000.00 13,750.00 13,750.00 16,000.00 16,000 .00 18,000.00 18,000 .00 13 ,000.00 13,000.00 1,170.00 1,170.00 50.00 50.00 550.00 550.00 620.00 620.00 1,170.00 1,170.00 100.00 100.00 1,000.00 1,000.00 915 .00 915 .00 2 .90 1,363 .00 3.20 1,504 .00 2.50 1,175 .00 3.00 1,4 10.00 10.65 26,625 .00 8.50 21,250.00 14 .00 35 ,000 .00 15 .00 37 ,500.00 3 .80 2,470.00 3.00 1,950.00 12.00 7,8 00.00 5.00 3,250.00 7.00 31 ,500.00 6 .80 30,6 00.00 6.50 29,250 .00 7.30 32,850.00 7.00 3 1,500.00 6.80 30,600.00 6.50 29,250 .00 7.60 34 ,200.00 4 .00 18,000.00 3.00 13 ,500.00 4.00 18,000.00 5.00 22 ,500.00 6 .50 34,450.00 6.50 34,450.00 8.00 42,400.00 9.00 47 ,700.00 1.50 7,950 .00 1.60 8,480 .00 9.50 50,350.00 8.20 43,460.00 20.00 14,200.00 16.00 11 ,360.00 15 .00 I 0,650 .00 17 .00 12 ,070.00 13.37 8,824 .20 12 .00 7,920.00 11.00 7,260.00 11.00 7,260.00 40.00 20,000.00 38 .00 19,000.00 45 .00 22,500.00 59.00 29,500.00 Page 2 of4 Page 9 of 16 Patin Construction LLC 3800 W 2nd Street Taylor TX 76574 AA23 2 EA Furnish & Install TxDOT Type 7 Ramp 1,5 00.00 3,000.00 AA24 1,400 SF Furnish & Install Pond Wall, Including Bedding 100.00 140,000.00 AA25 2 EA Furnish Tools , Material & Labor to Adjust Manhole to Grade 500.00 1,000.00 AA26 I EA Furnish & Install Pond Outfall Structure per Detail Including 15 ,000 .00 15,000 .00 Weir Plate & Bedding AA27 -I EA DELETE Base Bid Item 33, Furnish Tools, Material & Labor to 4,500.00 (4 ,500.00) Tie to Existing 12" RCP with 45 Degree Bend AA28 215 LF Furnish & In stalll8" RCP 55 .00 11 ,825 .00 AA29 -80 LF DELETE Base Bid Item 34, Furnish & Install 12" RCP 45 .00 (3 ,600.00) AA30 I EA Furnish & Install Headwall For 18" RCP 4,500.00 4,500.00 AA31 -I EA ~~~'""' oase olu uem ~J , umts 1 ~ nSldll neauwau or 1 .-. 1,200.00 (1 ,200.00) AA32 320 LF Furnish & Install Thermoplastic White Dash Striping 1.20 384 .00 AA33 210 LF Furnish & Install Thermoplastic Yellow Dash Striping 1.20 252 .00 AA34 75 LF Furnish & Install Thermoplastic White Solid Striping 1.80 135 .00 AA35 675 LF Furnish & Install Thermoplastic Yellow Solid Striping 3 .00 2,025 .00 AA36 11 5 LF Furnish & Install Double Thermoplastic Yellow Solid Striping 1.20 138 .00 AA37 210 LF Furnish & Install Thermoplastic Yell ow Solid Gore Striping 21.00 4,410.00 AA38 20 LF Furnish & Install Thermoplastic White 2' Wide Stop Bar 21.00 420.00 AA39 32 EA Furnish & Install Raised Traffic Button TY 1-C 9 .30 297 .60 AA40 22 EA Furnish & Install Raised Traffi c Button TY II-A 9.30 204 .60 AA41 I EA Furnish & Install Stop Sign (RI-1) Including Sign, Pole, & Ba se 750.00 750.00 AA42 1 EA Furnish & Install Left Lane Turn!Through , Right Through Sign 750.00 750.00 (R3-8MS) Including Sign, Pole, & Base AA43 I EA Furni sh & Install Right Lane Turn Sign (R3-7R) Including Sign, 750.00 750.00 Pole, & Base AA44 2.800 SY Install. Maintain & Establish Hydromulch 0.50 1.400 .00 TOTAL ADD ALTERNATE A -(Items AA I -AA44) Is 483 ,607 .20 1 Item £5/imated Unit I Bid Da ta I Unit Extended No. Ouantily Description Price Amount ~D ALTERNATE B: TRAFFIC SIGNAL IMPROVEMENTS ABI 100% LS Insurance. Bonds & Mobilization not to exceed 5% of Add Alt. B $ 24,000.00 24 ,000 .00 AB2 39 LF DRILL SHAFT (TRF SIG POLE) (36 IN) 475 .2 0 18,532 .80 AB3 950 LF ELEC CONDUCTOR (NO. 8) IN SU LATED 1.20 1,140 .00 AB4 390 LF ELEC CONDUCTOR (NO. 6) BARE 3 .6 0 1,404 .00 AB5 70 LF ELEC CONDUCTOR (NO. 6) INSULATED 6 .00 420 .00 AB6 I EA ELC SRV TY D 120/240 070 (NS)AL(E)PS(U) 7,560.00 7,560.00 AB7 I EA INSTALL HWY TRAF SIG (ISOLA TED) 23,520.00 23 ,520.00 AB8 5 EA VEH SIG SEC (12") LED (GRN) 240 .00 1,200 .00 AB9 4 EA VEH SIG SEC (12") LED (GRN ARW) 240.00 960.00 AB IO 5 EA VEH SIG SEC (12") LED (YEL) 240 .00 1,200.00 ABII 5 EA VEH SIG SEC (12") LED (YEL ARW) 240.00 1,200.00 AB12 5 EA VEH SIG SEC (12") LED (RED) 240.00 1,200.00 AB13 5 EA VEH SIG SEC (12") LED (RED ARW) 240.00 1,200.00 ABI4 8 EA BACKPLATE (12")(3 SEC)(VENTED)ALUM 63 .60 508 .80 ABI5 I EA BACKPLATE (12")(5 SEC)(VENTED)ALUM 87 .6 0 87 .60 ABI6 380 LF TRF SIG CBL (TY A) (14 AWG) (5 CONDR) 1.80 684.00 ABI7 60 LF TRF SIG CBL (TY A) (14 AWG) (7 CONDR) 240 144 .00 AB18 525 LF TRF SIG CBL (TY A) (14 AWG) (20 CO NDR) 6.00 3,150 .00 AB19 I EA INS TRF SIG PL AM (S) I ARM ( 40') LUM 10,080.00 10,080.00 AB20 1 EA INS TRF SIG PL AM (S) I ARM (44 ') LUM 10,440.00 10,440 .00 AB21 I EA INS TRF S!G PL AM (S) I ARM (48') LUM 11,760.00 11 ,760 .00 AB22 I EA VIVDS PROCESSOR SYSTEM 8,640.00 8,640.00 AB23 3 EA VIVDS CAMERA ASSEMBLY 2,040 .00 6,120 .00 AB24 1 EA VIV DS SET-UP SYSTEM 5 10.00 510.00 AB25 705 LF VIVDS COMMUNICATION CABLE (COAXIAL) 4 .80 3,384 .00 AB26 I EA BBU SYSTEM (EXTERNAL BATT CABINET) 7.998.00 7.998 .00 TOTAL A DD ALTERNATE B-(Items ABI-AB26) I s 147.043 .20 1 *Add ition Error. Corrected Amount Shown . Cox Commercial Construction, LLC 2009 Ranch Road 620 N, Ste 180 Austin TX 78734 1,100 .00 2,200.00 22.50 31 ,500.00 1,200.00 2,400.00 7,000.00 7,000.00 909.37 (909.37) 70.00 15,050.00 54.29 (4,343 .20) 1,700.00 1,700.00 2,090.89 (2 ,090 .89) 0.40 128 .00 0.40 84.00 0.80 60.00 0.40 270.00 0 .80 92 .00 10.00 2,100.00 10.00 200 .00 5 .00 160.00 5.00 110.00 300.00 300.00 300.00 300.00 300.00 300.00 1.50 4.200.00 1 $ 278,285.541 Unil Ex tended Price Amount 5,000 .00 5,000 .00 300.00 11 ,700.00 1.00 950 .00 3.00 1,170.00 5.00 350.00 6,500.00 6,500.00 20,000.00 20,000.00 200.00 1,000.00 200 .00 800.00 200.00 1,000.00 200 .00 1,000.00 200.00 1,000.00 200.00 1,000.00 55 .00 440.00 75 .00 75 .00 1.50 570.00 2 .00 120.00 5.00 2,625 .00 8,500.00 8,500.00 9,000.00 9,000.00 10,000.00 10,000 .00 7,500 .00 7,500.00 2,000.00 6,000.00 450 .00 450.00 4 .00 2,820.00 7.000.00 7.000.00 I s I 06,570.00 I BID TABULATION CITY OF GEORGETOWN TEXAS Airport Road Improvements Project ApriiiO, 2018; 2:00PM Jordan Foster Construction 15603 NIH 35 POugerville TX 78660 2,100.00 4,200.00 35 .00 49,000.00 2,600.00 5,200.00 6,500.00 6,500.00 1,700.00 (1,700.00) 56 .00 12,040.00 52.00 (4,160.00) 1,800.00 1,800.00 1,800.00 (1 ,800.00) 0.38 121.60 0.38 79.80 0 .72 54 .00 0.38 256 .50 0 .76 87.40 8.50 1,785 .00 8.50 170.00 4 .50 144.00 4.50 99.00 275 .00 275.00 225 .00 225 .00 225 .00 225.00 2.70 7,560.00 s 315,926 .30 Unit Extended Price Amount 4,875 .00 4,875 .00 285 .00 11,115 .00 145 1,377.50 1.65 643 .50 1.85 129.50 6,700.00 6,700.00 26,000.00 26,000.00 375 .00 1,875 .00 375 .00 1,500.00 375 .00 1,875 .00 375 .00 1,875 .00 375 .00 1,8 75 .00 375.00 1,875 .00 145 .00 1,160.00 175 .00 175 .00 2 .18 828.40 2.60 156.00 5.50 2,887 .50 10,000.00 10,000.00 10,500.00 10,500.00 11,000.00 11 ,000.00 10,000 .00 10,000 .00 2,100.00 6,300.00 I ,400.00 1,400 .00 3 .85 2,714.25 7.800.00 7,800.00 I s 126.636.65 1 2016-138-40 BIDDER INFORMATION Champion Site Prep Chasco Constructors M.A. Smith Contracting, Inc. Joe Bland Construction, LP 455 Hwy 195 Suite A 2801 E Old Settlers Blvd 15308 G in ge r 13111 Dessau Road Gco 33 Round Rock TX 78664 Austin TX 78728 A u sti n TX 78754 1,170.00 2,340.00 1,000 .00 2,000 .00 1,600.00 3,200.00 2,500.00 5,000.00 54 .00 75,600.00 35 .00 49,000.00 25 .00 35,000.00 30.00 42,000.00 470.00 940.00 3,000.00 6,000.00 500.00 1,000.00 3,100.00 6,200.00 8,700.00 8,700.00 5,200 .00 5,200 .00 15,000:00 15,000.00 11,000.00 11,000.00 4,450.00 (4,450 .00) 745 .00 (745.00) 600.00 (600.00) 1,500.00 (1,500 00) 76.05 16,350.75 70 .00 15,050.00 69.00 14 ,835.00 52 .00 11 ,180.00 51.50 (4,120.00) 55 .98 (4,4 78.40) 55 .00 (4,400.00) 60.00 (4.800.00) 2,100.00 2,100.00 1,700.00 1,700.00 1,600.00 1,600.00 3,100.00 3,100.00 1,770 .00 (1,770.00) 1,000 .00 (1,000 .00) 1,300.00 (1,300.00) 3,000.00 (3,000.00) 0.30 96.00 0.42 134.40 0.28 89 .60 2 .00 640.00 0.30 6300 0.42 88.20 0.28 58 .80 2 .00 420.00 0 .35 26.25 0.80 60.00 0.34 25 .50 2 .00 150.00 0.35 236.25 0.41 276.75 0.34 229.50 2.00 1,350.00 2 .35 270.25 0 .85 . 97.75 2 .32 266.80 2 .00 230.00 5 .00 1,050.00 10.00 2,1 00.00 4 .50 945.00 20.00 4,200.00 6.00 120.00 10.00 200.00 5.50 110.00 20.00 400.00 4 .00 128.00 5.00 160.00 4 .00 128.00 10.00 320.00 4 .00 88.00 5.00 110.00 4.00 88 .00 10.00 220.00 635 .00 635.00 1,000.00 1,000.00 700.00 700.00 800.00 800.00 600.00 600.00 1,000.00 1,000.00 700.00 700.00 800.00 800.00 600.00 600.00 1,000.00 1,000.00 700.00 700.00 800.00 800.00 2 .00 5,600.00 5 .00 14 ,000.00 2.25 6,300.00 4.00 11.200.00 I $ 357, I S 3 $ 397,701.20 Is 43o,o55.oo 1 Unit Unit Extended Unit Extended Unit Extended Price Price Amount Price Amo11nt Price Amo unt 6,950 .00 6,950.00 6,000.00 6,000.00 6,500.00 6,500.00 6,000.00 6,000.00 405 .00 15,795.00 280.00 10,920.00 300.00 11,700.00 350.00 13 ,650.00 3 .00 2,850.00 1.40 1,330.00 1.50 1,425 .00 2.00 1,900.00 5.00 1,950.00 1.60 624 .00 1.65 643 .50 2.00 780.00 7.00 490.00 1.70 119.00 1.75 122.50 2 .00 140.00 8,000.00 8,000.00 6,300.00 6,300.00 6,500.00 6,500.00 8,000.00 8,000.00 25,000.00 25,000.00 25,000.00 25 ,000.00 25 ,000 .00 25,000.00 29,000.00 29,000.00 250 .00 1.250.00 350.00 1,750.00 365 .00 1,825 .00 410.00 2,050.00 250.00 1,000 .00 350.00 1,400.00 365.00 1,460.00 410.00 1,640.00 250 .00 1,250.00 350.00 1,750.00 365 .00 1,825.00 410 .00 2,050.00 250.00 1,250.00 350.00 1,750.00 365 .00 1,825.00 410.00 2,050.00 250.00 1,250.00 350.00 1,750.00 365 .00 1,825 .00 4 10 .00 2,050.00 250.00 1,250.00 350.00 1,750.00 365 .00 1,825 .00 4 10.00 2,050.00 70.00 560.00 130.00 1,040.00 140.00 1,120.00 200.00 1,600.00 90.00 90.00 160.00 160.00 165 .00 165.00 200.00 200.00 2.00 760.00 2 .00 . 760.00 2 .10 798 .00 3.00 1,140.00 3 .00 180.00 240 144.00 2 .50 150.00 3 .00 180.00 6.00 3,150.00 6 .00 3,150.00 6.50 3,412.50 8.00 4,200 .00 11 ,000.00 11,000.00 9,700.00 9,700.00 10,000.00 10,000.00 11 ,500.00 11 ,500.00 11 ,000.00 11,000.00 10,000.00 10,000.00 10,000.00 10,000.00 12,000.00 12,000.00 13 ,700.00 13,700.00 10,500.00 10,500.00 11,000.00 11 ,000.00 12 ,500 .00 12,500.00 9,000.00 9,000.00 9,200.00 9,200.00 10,000.00 10,000.00 11 ,000.00 11,000.00 3,000.00 9,000.00 2,000 .00 6,000.00 2,100.00 6,300.00 2,500.00 7,500.00 750.00 750.00 1,300.00 1,300.00 1,400.00 1,400.00 1,600.00 1,600.00 5.00 3,525 .00 3.60 2,538 .00 3.75 2,643 .75 5.00 3,525.00 8.000.00 8.000.00 10,000.00 10.000.00 8,000.00 8.000.00 8.600.00 8.600.00 Is 139.ooo.oo 1 s 124 ,935 .00 I S I s 146,905 .00 Page 3 of4 Page 10 of 16 Bid Data I Description ADD ALTERNATE C: SIDEWALK DRAINAGE CROSSING ACI I 84 I LF !Furnish & lnstall5'x2' RCB AC2 2 EA Furnish & In stall Headwalls For 5'x2' RCB AC3 90 LF Furnish & Install Pedestrian Rail TxDOT TY B TOTAL ADD ALTERNATE C-(Items ACI-AC3) PROJECT SUMMARY BASE BID ADD ALTERNATE A: AVIATION TO HALMAR ADD ALTERNATE B: TRAFFIC SIGNAL IMPROVEMENTS ADD ALTERNATE C : SIDEWALK DRAINAGE CROSSING Did Bidder Acknowledge Addenda No . I through 4? Did Bidder provide Section #00400? Did Bidder provi de Section #004 1 0? l hereby certifY that this is a correct and true tabulation of all bids received Alvin R "Trae" Sutton, Ill, PE, CFM Kasberg, Patrick & Associates, LP • Addition Error . Corrected Amount Shown . •••• Co~<ru<Oo~ 3800 W 2nd Street Taylor TX 76574 't . Price IS 380 .00 31,920.00 12,000.00 24,000.00 150 .00 13.500 .00 Is 69,42o .oo 1 Patin Construction LLC 3800 W 2nd Street Taylor TX 76574 s 2,192,926.50 s 483,607.20 s 147,043.20 s 69,420.00 YES YES YES 'f-to---/8 Date Cox Commercial Construction, LLC 2009 Ranch Road 620 N, Ste 180 Austin TX 78734 Uni t Extended Amount 300.00 25 ,200.00 21.000.00 42,000 .00 80 .00 7.200.00 1$ 74 ,4oo.oo 1 Cox Commercial Construction, LLC 2009 Ranch Road 620 N, Ste 180 Austin TX 78734 $ 2,379,628.00 $ s 278,285.54 s s 106,570.00 s s 74,400.00 s YES YES YES BID TABULATION CITY OF GEORGETOWN TEXAS Airport Road Improvements Project Apri!IO, 2018; 2:00PM Jo<doo Pm<" Coo .. rud;od 15603 NIH 35 Pflugerville TX 78660 Unit Extende Price Amoun 365 .00 30,660.00 4,800.00 9,600.00 90.00 8,100.00 Is 48,36o.oo 1 Jordan Foster Construction 15603 NIH 35 Pnugerville TX 78660 2,436,817.25 315,926.30 126,636.65 48,360.00 YES YES YES s s s s 2016-138-40 BIDDER INFORMATION Champion Site Prep Chasco Constructors M.A. Smith Contracting, Inc. Joe Bland Construction, LP 455 Hwy 195 Suite A 2801 E Old Settlers Blvd 15308 Ginger 13111 Dessau Road Georgetown TX 78633 Round Rock TX 78664 Austin TX 78728 Austin TX 78754 Unit I Extended Unit Extended Unit Extended Unit Extended Price Amount Price Amount Price Amount Price Amount 36o.oo I 30,240.00 315 .00 26,460.00 290.00 24,360.00 400.00 33,600.00 5.747.50 1 11 ,495.00 7,800 .00 15,600.00 6,000.00 12,000 .00 9,200.00 I 8,400.00 88501 7 965.00 90.00 8.100.00 135.00 12,150.00 200.00 18.000 .00 Is 49 .7oo.oo 1 Is 50,16o.oo 1 Is 48,5Io.oo 1 Is 1o.ooo.oo 1 BIDDER INFORMATION Champion Site Prep Chasco Constructors Joe Bland Construction, LP 455 Hwy 195 Suite A 2801 E Old Settlers Blvd 15308 Ginger 13111 Dcssau Road Georgetown TX 78633 Round Rock TX 78664 Austin TX 78728 Austin TX 78754 2,553,300.00 s 2,611,488.00 s 2,619,355.70 $ 2,741,157.00 357,999.80 s 337,317.70 $ 397,701.20 s 430,055.00 139,000.00 s 124,935.00 s 127,465.25 $ 146,905.00 49,700.00 s 50,160.00 s 48,510.00 s 70000.00 YES YES YES YES YES YES YES YES YES YES YES YES Page 4 of 4 Page 11 of 16 City of Georgetown, Texas Transportation Enhancement Corp April 30, 2018 SUBJECT: Cons id eration and p o s s ib le ac tion on an amendment to Task Order MSE-16-001 with M&S Engineering o f Geo rgeto wn, TX in the amo unt o f $43,575 fo r profes s ional engineering servic es as s oc iated with a right turn lane o n Williams Drive at Rivery Blvd – Wes ley Wright, P.E., Sys tems Engineering Direc tor ITEM SUMMARY: This task order amend ment is fo r a p ro p o s ed right turn lane o n eas tbound Williams Drive o nto southb o und Rivery Blvd. Preliminary/s c hematic engineering was comp leted as part of the rec ently award ed R ivery TIA imp ro vements (three turn lanes o n Rivery between the Sheraton Ho tel and Williams Drive). These p ro jects were id entified as need ed roadway imp ro vements for traffic flow assoc iated with the Rivery d evelopment (Sheraton Hotel and as s oc iated d evelopments ). The Georgetown Trans p ortation Enhanc ement Corporatio n (GTEC) p revious ly agreed to fund thes e improvements as p art of the develo p ment incentive agreements. The b id for the afo rementio ned Rivery TIA turn lanes res ulted in sufficient funds remaining in the FY18 b udget fo r des ign and c o nstruc tion of this ad d itional rec o mmended turn lane on Williams Drive. Staff rec o mmend s award of the tas k o rd er amendment to M&S Engineering. Once d es ign is complete, the turn lane will be p ublic ly b id , and b ro ught bac k for future cons id eration. FINANCIAL IMPACT: The cost for this tas k order is $43,575. Ultimately, the turn lane cons truction is expec ted to cost between $200,000-250,000. F und s are available in the c urrent GTEC CIP b udget. SUBMITTED BY: Wes ley Wright ATTACHMENTS: Description Type Tas k Order Amendment Backup Material Page 12 of 16 Georgetown – Revised 3.11 Page 1 of 3 Attachment 1 (Modifications) to Exhibit K – Amendment to Task Order EJCDC E-505 Standard Form of Agreement Between Owner and Engineer for Professional Services—Task Order Edition Copyright ©2004 National Society of Professional Engineers for EJCDC. All rights reserved. EXHIBIT K, consisting of three (3) pages, referred to in and part of the Master Services Agreement between Owner and M&S Engineering, LLC (“Engineer”) for Professional Services – Task Order Edition dated June 3, 2016. Second Amendment to Task Order No. MSE-16-001 1. Specific Project Data: A. Title: Rivery Boulevard TIA Improvements B. Description: The proposed project encompasses northbound to eastbound right turn lanes and associated improvements at three (3) locations: 1) Wolf Ranch Parkway; 2) Hintz Road and; 3) Williams Drive, Schematic level plans, and opinion of probable construction cost will be prepared for right turn lane for eastbound Williams Drive to Rivery Boulevard. Improvements include widening of pavement, drainage and water quality systems, traffic signal modifications (Wolf Ranch Pkwy, and Williams Dr.), pavement markings, SWPPP, street lighting, traffic control, traffic signage, sidewalks, survey and subsurface utility engineering and environmental services. C. City of Georgetown Project Number: 5RP D. City of Georgetown General Ledger Account No.: 400-9-0980-90-064 E. City of Georgetown Purchase Order No.: ___3804508____________________ F. Master Services Agreement, Contract Number: 2016-736-MSA 2. Nature of Amendment [Check those that are applicable and delete those that are inapplicable.] √ Additional Services to be performed by Engineer √ Modifications to Payment to Engineer 3. Description of Modifications A. Engineer shall perform the following Additional Services: Williams Drive at Rivery Boulevard – Prepare final PS&E for the right turn lane addition for eastbound Williams Drive to southbound Rivery Boulevard. The plans generated are assumed to be incorporated into the current plans and specifications set for the purpose of being change ordered into the current construction contract, bid separately as a stand-alone project, or incorporated into the KPA plans to be constructed with the proposed Rivery Boulevard Extension project. Services include the following: a) project management; b) coordination with KPA for impacts to traffic signals in Rivery Boulevard Extension project; c) final design, including preparation of a WPAP modification to support the additional impervious cover associated with the turn lane addition and performing plan review of the construction Page 13 of 16 Georgetown – Revised 3.11 Page 2 of 3 Attachment 1 (Modifications) to Exhibit K – Amendment to Task Order EJCDC E-505 Standard Form of Agreement Between Owner and Engineer for Professional Services—Task Order Edition Copyright ©2004 National Society of Professional Engineers for EJCDC. All rights reserved. documents for compliance with Texas Accessibility Standards (TAS); d) bid phase services; and e) construction phase services. Assumptions: 1. Based upon the SUE data obtained previously, there are two (2) utility poles that will need to be relocated (PER pp. 6): 1) approx. Sta. 104+45; and approx. Sta. 106+05. The turn lane cannot be sufficiently narrowed to avoid missing either of these poles. Additionally, there are two (2) other utility poles near Sta. 103+65 that would need to be relocated, or the turn lane storage length reduced to avoid their relocation; this can be considered. However, it is not likely that the turn lane storage length could be reduced sufficiently to avoid the utility pole at Sta. 104+45, because this would cause turning vehicles in peak periods to block the south-most eastbound through lane during peak periods (PER pp. 4). Additionally, the turn lane width will be evaluated to determine whether the existing signal mast (PER pp. 6) can be placed behind the curb to avoid its relocation. Engineering costs to relocate this pole are not included in this scope. This would defer any signal modifications to the construction of the Rivery Blvd. Extension project by KPA. 2. Note that the ADA compliant route across the south side of Williams Dr. will no longer be feasible due to excessive cross-slope by moving the Williams Dr. eastbound curb line to the south. An ADA compliant route will likely be re- established with the Rivery Blvd. Extension project across the north side of the intersection. Otherwise, a ‘pork chop’ shaped pedestrian “refuge” island would need to be implemented as part of the turn lane addition to maintain an ADA compliant route. To implement this refuge island another utility pole would likely require relocation near Sta. 106+05. A schematic of this layout will be generated for consideration. 3. Also, note that the Atmos gas lines will need to be pot-holed to verify their existing depth and whether they will require adjustment. Atmos confirmed the depth of these lines at the NE corner of the intersection. The City’s waterline will also need be evaluated regarding its existing depth, and likely probed or exposed by City staff to assess its need for adjustment. 4. Right-of-way and easement acquisition needs are accommodated in the current authorization. D. For the Additional Services or the modifications to Services set forth above, Owner shall pay Engineer the following additional or modified compensation: a lump sum amount of $43,575.00. 4. Attachments [if any]: N/A Terms and Conditions: Owner and Engineer hereby agree to modify the above-referenced Task Order as set forth in this Amendment. All provisions of the Agreement and the Task Order not modified by this or previous Amendments remain in effect. Page 14 of 16 Georgetown – Revised 3.11 Page 3 of 3 Attachment 1 (Modifications) to Exhibit K – Amendment to Task Order EJCDC E-505 Standard Form of Agreement Between Owner and Engineer for Professional Services—Task Order Edition Copyright ©2004 National Society of Professional Engineers for EJCDC. All rights reserved. The Effective Date of this Task Order Amendment is . OWNER: ENGINEER: By: By: Name: Dale Ross Name: Steven D. Widacki, P.E. Title: Mayor, City of Georgetown Title: Senior Project Manager Engineer License or Firm’s Certificate No. F-1394 State of: Texas ATTEST: ____________________________________ Shelley Nowling, City Secretary APPROVED AS TO FORM: ________________________________________ ________________________________________ City Attorney Page 15 of 16 City of Georgetown, Texas Transportation Enhancement Corp April 30, 2018 SUBJECT: Adjournment ITEM SUMMARY: FINANCIAL IMPACT: N/A SUBMITTED BY: Laura Wilkins - Board Liaison Page 16 of 16