Loading...
HomeMy WebLinkAboutResolution No. 2014-017RESOLUTION NO. 2014- 01 fl A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, APPROVING THE TERMS AND CONDITIONS OF A CONTRACT AMENDMENT BY AND BETWEEN THE CITY OF THE COLONY AND AUSTIN BRIDGE & ROAD, L.P. FOR A PHASING CHANGE OF THE TRAFFIC CONTROL PLAN FOR THE SOUTH COLONY BOULEVARD GRADE SEPARATION AT S.H. 121 TO ACCOMMODATE THE PHASE 2 CONSTRUCTION OF RAMPS ONTO SOUTH COLONY BOULEVARD AS INCORPORATED HEREIN AS EXHIBIT "A"; AUTHORIZING THE CITY MANAGER TO EXECUTE THE CONTRACT; AND PROVIDING AN EFFECTIVE DATE WHEREAS, the City and Consultant have entered into an agreement such that the Consultant is to provide the following services: PHASING CHANGE OF THE TRAFFIC CONTROL PLAN FOR THE SOUTH COLONY BOULEVARD GRADE SEPARATION AT S.H. 121 TO ACCOMMODATE THE PHASE 2 CONSTRUCTION OF RAMPS ONTO SOUTH COLONY BOULEVARD; and WHEREAS, the City has determined that it is in the best interest of the City to enter into the Contract Amendment with AUSTIN BRIDGE & ROAD, L.P. which is attached hereto and incorporated herein by reference as Exhibit "A," under the terms and conditions provided therein. WHEREAS, with this Contract the City of The Colony is agreeing to pay the sum not to exceed $68,939.55 for such work. THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS THAT: Section 1. The Contract Amendment, which is attached and incorporated hereto as Exhibit "A", having been reviewed by the City Council of the City of The Colony, Texas, and found to be acceptable and in the best interest of the City and its citizens, be, and the same is hereby, in all things approved in the amount of $68,939.55 and the City Manager is hereby authorized to execute the Contract Amendment on behalf of the City of The Colony, Texas. Section 2. That this Resolution shall take effect immediately from and after its adoption and it is so resolved. PASSED, APPROVED and EFFECTIVE this 18th day of MARCH, 2014.. ATT Christie Wilson, City Secretary 7 X�FORM: eff Mo re, ity Attorney Jo.e McCourr , Mayor City of The Colony, Texas 63918 CITY OF THE COLONY DENTON COUNTY, TEXAS ENGINEERING DEPARTMENT SH 121 Improvement at S. Colony Boulevard TxDOT CSJ: 0364-03-095 Change Order #2 TCP Phasing Change and Addition of CMS Boards Change Order Package Index 1. Change Order 1.1 Change Order #2 Description and Signatures 1.2 Attachment #1- Revised and Adjusted Pay Items 1.3 Attachment #2- Revised and Added Plan Sheets 2. Change Order Documentation 2.1 Contractor Given Direction for CMS Boards 2.2 Contractor Request for Additional Days 2.3 Contractor Price Proposal 1.1 Change Order #2 Description and Signatures CITY OF THE COLONY DENTON COUNTY, TEXAS ENGINEERING DEPARTMENT SH 121 Improvement at S. Colony Boulevard TxDOT CSJ: 0364-03-095 Change Order #2 TCP Phasing Change and Addition of CMS Boards CHANGE ORDER #2 CITY OF THE COLONY DENTON COUNTY, TEXAS ENGINEERING DEPARTMENT Proposed State Highway Improvement at S. Colony Blvd, City of the Colony TxDOT CSJ 0364-03-095 CONTRACT AMENDMENT — EXHIBIT "A" DATE: February 14, 2014 Contract Amendment No. 2 to the Contract Dated June 4t", 2013 between the City of The Colony Owner and Austin Bridge & Road, LP (Contractor) as shown below. Pursuant to the provisions of Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges 2004, Item 4 Special Provision 004- 017, Article 4.4, this Supplemental Agreement, when fully executed, shall constitute the authority to change the work of the project as follows, including quantities and total dollars: Contract Amendment Explanation: The current contract and PS&E depict the construction of Phase I SH 121 (SRT) Improvement at South Colony Boulevard (SCB). The construction phasing has been revised to accommodate Phase 2 construction junction with Phase 1. This revision modifies the work and quantities at the intersection of the SBFR and SCB. This revision allows permanent concrete pavement to be constructed at this intersection in lieu of the temporary pavement that would be removed during Phase 2 construction. In order to accomplish this work, the Traffic Control Plan sheets required revisions to all stages of construction. The Engineer of Record has issued these revised/added Traffic Control Plan sheets which are being added to the contract as part of this Change Order (CO). This revision described above requires additional work that directly impacts the Critical Path of the project baseline schedule. Therefore, 20 additional days will be added to the contract in order to accomplish the added work. These days were justified by comparing the original baseline schedule to the revised baseline schedule that incorporated the TCP revisions and added work items. The contract specifications and general notes require CMS boards to notify the traveling public of upcoming ramp/lane closures, detours and major construction events. However, a pay item was omitted from the contract. Therefore, this Change Order compensates the Contractor for providing CMS boards throughout the project duration. The Contractor was directed to purchase four new CMS boards with insurance in lieu of renting them. This was determined to be the most cost effective method. These four CMS boards will be used constantly throughout the project duration. The four CMS boards will become the property of the City of The Colony when they are no longer needed on the project. The Contractor will deliver all four CMS boards to a location directed by the City of The Colony. Pay items for month and day rental are also included in this CO to supplement, if needed, the new CMS boards mentioned above. The prices for the CMS signs do not include compensation to the Contractor for relocating them as needed throughout the project duration. It is difficult to estimate the exact number of times the signs will compensate the Contractor for each CMS board relocation. This pay item includes the work performed for both the new and rented signs, if needed. The revised TCP sheets require additional concrete traffic barrier. It was determined to be more cost effective to use Type F concrete traffic barrier instead of low profile concrete barrier (LPCB) on the NBFR throughout all the stages of construction. The additional required LPCB would have to be fabricated at a much higher cost than using existing Type F concrete traffic barriers. The revised TCP sheets reflect this substitution. This CO also includes the addition of crash attenuators required with the Type F barriers. NOTE: Phase 2 SH 121 (SRT) Improvement at South Colony Boulevard is the construction extending out from the SBFR onto South Colony Boulevard. The work includes, but not limited to, structures, retaining walls, earthwork, drainage items, subgrade preparation, HMACP, concrete pavement, pavement markings, etc. These work items, plan sheets, specifications and associated costs will be added under a future Change Order. Attachment #1 describes the adjusted and added pay items attributed to this Change Order. Attachment #2 describes the added and revised plan sheets attributed to this Change Order. The described sheets within this attachment will be added to the existing contract set of plans. TOTAL CONTRACT AMENDMENT NO. 2: $ 68,939.55 Original Amount of Contract $ 19,999,737.45 Total Amount of Amendment No. 2 $ 68,939.55 Contract Amount after Amendment $ 20,068,677.00 Requested Additional Number of Calendar Days to Be Considered Prior to the Final Payment: 20 Calendar Days. The Contract Start Time and Notice to Proceed for this project' is November 7, 2013. With approval of Contract Amendment No. 2, 20 Calendar Days will be added to the original project schedule. Please sign and return the Contract Amendment to the Engineering Department as soon as possible so future payments, if any, may be processed. Thank you. City of The Colony's offer of proposed change: r By:77J K Printed Name: �o Title: " e4 A?eA !• l 16",Jy Contractor: AUSTIN BRIDGE & ROAD, LP By: "7J Printed Name: Todd Henson Area Manager Title: Engineer: VRX,jnc. By: Printed Nai e:leflalveLl Title: Co S7ru!24 n Date: Z 111 Date: z. Date: 2// 1/2-zD I 1.2 Attachment #I- Revised and Adjusted Pay Items CHANGE ORDER #2 - ATTACHMENT #1 Project: SH 121 Improvement at S. Colony Blvd. MOT CSJ: 0364-03-095 . CONTRACT ADDITIONAL REVISED DESCRIPTIN ANRICE 1N OD PDITI ADONAL ITEM NO,_ UNIT - UNI t PRICE IiUANTITY QUANTITY QUANTITY :.WORDSOT 508-2002 4637 -1585 3052 $y Construct Detours, work fully performed, $55.00 ($87,175.00) construct complete in place for the sum of fifty-five Dollars and no Cents per square yard. 512-2017 3880 -220 3660 LF Portable CTB (Low Profile)(TY 1►; furnish $16.00 ($3,520.00) and install, work fully performed, complete in place for the sum of sixteen Dollars and no Cents per linear foot. 512-2018 80 0 80 LF Portable CTB (Low Profile)(TY 2), furnish 45.09 $0.00 and install, work fully performed, complete in place for the sum of forty-five Dollars and nine Cents per linear foot. 512-2026 6378 -258 6120 LF Moving Portable CTB (Low Profile) (TY $3.50 ($903.00) 1), work fully performed, complete in place for the sum of three Dollars and fifty Cents per linear foot. 512-2027 60 20 80 LF Moving Portable CTB (Low Profile) (TY $3.50 $70.00 2), work fully performed, complete in place for the sum of three Dollars and fifty Cents per linear foot. 512-2044 3880 -220 3660 LF Remove Portable CTB (Low Profile) (TY $4,20 ($924.00) 1),from job site, work fully performed, complete in place for the sum of four Dollars and twenty Cents per linear foot. 512-2048 6040 1420 7460 LF Portable CTB (F-Shape)(TY 1), furnish and $23.00 $32,660.00 install, work fully performed, complete in place for the sum of twenty-three Dollars and no Cents per linear foot. 512-2050 5130 3530 8660 LF Moving Portable CTB (F -Shape) (TY 1), $4.00 $14,120.00 work fully performed, complete in place for the sum of four Dollars and no Cents per linear foot. 512-2052 6040 1420 7460 LF Removing Portable CTB (F-Shape)(TY $3.50 $4,970.00 1),from job site, work fully performed, complete in place for the sum of three Dollars and fifty Cents per linear foot. 545-2003 3 -1 2 EA Remove Crash Cushion Attenuator, — $800.00 ($800.00) furnish and install, work fully performed, complete in place for the sum of eight hundred Dollars and no Cents per each. 662-2064 3813 -358 3455 LF 4 -inch Broken White Removable Work $1.00 ($358.00) Zone Pavement Markings, work fully performed, complete in place for the sum of one Dollars and no Cents per linear foot. 662-2067 6408 -633 5775 LF 4 -inch Solid White Removable Work Zone $0.75 ($474.75) Pavement Markings, work fully performed, complete in place for the sum of zero Dollars and seventy-five Cents per linear foot. 662-2075 3912 1483 5395 LF 8 -inch Solid White Removable Work Zone $1.50 $2,224.50 Pavement Markings, work fully performed, complete in place for the sum of one Dollars and fifty Cents per linear foot. 662-2076 1366 -420 946 LF 12 -inch Lane -Drop White Removable $3.00 ($1,260.00) Work Zone Pavement Markings, work fully performed, complete in place for the sum of three Dollars and no Cents per linear foot. CONTRACT ADDITIONAL REVISED DESCRIPTION AND PRICE IN `ADDITIONAL ITEM NO. UNIT UNIT PRICE QUANTITY QUANTITY QUANTITY WORDS COST 662-2099 3049 671 3720 LF 4 -inch Solid Yellow Removable Work .$0.75 $503.25 Zone Pavement Markings, work fully performed, complete in place for the sum of zero Dollars and seventy-five Cents per linear foot. 677-2001 3825 4879 8704 LF Eliminate 4 -inch Pavement Markings and $0.70 $3,415.30 Markers, work fully performed, complete in place for the sum of zero Dollars and seventy Cents per linear foot. 677-2003 1167 3709 4876 LF Eliminate 8 -inch Pavement Markings and $1.00 $3,709.00 Markers, work fully performed, complete in place for the sum of one Dollars and no Cents per linear foot. 677-2005 1388 2387 3775 LF Eliminate 12 -inch Pavement Markings $1.00 $2,387.00 and Markers, work fully performed, complete in place for the sum of one Dollars and no Cents per linear foot. 6834-9001 0 4 4 EA New Portable Changeable Message Sign, $16,437.75 $65,751.00 work fully performed throughout project duration, set up complete in place, (and then become property of the City of The Colony) for the sum of sixteen thousand four hundred thirty seven Dollars and seventy-five Cents per each. 6834-9002 0 90 90 EA Move CMS boards, work fully performed $118.70 $10,683.00 as directed, complete in place for the sum of one hundred eighteen Dollars and seventy Cents per each. 6834-9003 0 15 15 Month Portable Changeable Message sign, work $1,590.75 $23,861.25 fully performed, set up complete in place for the sum of one thousand five hundred ninety Dollars and seventy-five Cents per month. 6834-9004 0 60 60 Day Portable Changeable Message Sign, work $79,54 $4,772.40 fully performed, set up complete in place for the sum of seventy nine Dollars and fifty-four Cents per month. TOTAL $68,939.55 1.3 Attachment #2- Revised and Added Plan Sheets CHANGE ORDER #2 - ATTACHMENT #2 SH 121 Improvement at S. Colony Blvd. TxDOT CSJ: 0364-03-095 REVISES AND ADDS THE FOLLOWING PLAN SHEETS Sheet No. Title Block Date Rev/Add Description Comments 20 1/24/2014 3 TCP Quantities Revised Construction Staging, Added S. Colony Blvd, 33 10/15/2013 1 Traffic Control Plan Revised Construction Staging, Added S. Colony Phase Narrative Blvd, 34 10/15/2013 1 Traffic Control Plan Revised Construction Staging, Added S. Colony Phase Narrative Blvd, 36 10/7/2013 1 Traffic Control Plan Added Pavement Marking Removal Note; Phase 1 Stage 1 Added Alingment Name 37 10/7/2013 1 Traffic Control Plan Removed S. Colony Blvd Construciton from this Phase 1 Stage 1 Phase; Added Alingment Reference Traffic Control Plan Added Median Removal to this Stage; 38 11/1/2013 1 Phase 1 Stage 1 Added Alignment Reference; Added Pavment Marking Removal Notes 39 10/7/2013 1 Traffic Control Plan Revised Phase 1 Stage 1 Traffic Control Phase 1 Stage 1 40 10/9/2013 1 Traffic Control Plan Revised Detour to Include Construction South Colony Blvd. Detour of S. Colony Blvd. 41 10/7/2013 1 Traffic Control Plan Revised Phasing; Added Additional LPCB Phase 1 Stage 2 43 1/24/2014 2 Traffic Control Plan Revised, Striping, Added LPCB for Safety, Noted Phase 1 Stage 2 Pvmt Mrk Removal 44 1/24/2014 2 Traffic Control Plan Revised Stage 2 Traffic Control, Added Additional Phase 1 Stage 2 Barrier 45 1/24/2014 3 Traffic Control Plan Revised Stage 2 Traffic Control, Added Additional Phase 2 Barrier 46 12/28/2013 2 Traffic Control Plan Revised Stage 2 Traffic Control Phase 1 Stage 2 47A 10/7/2013 Replaces 47 Traffic Control Plan Revised Stage 2 Traffic Control Phase 1 Stage 2 49A 10/7/2013 New Sheet Traffic Control Plan Revised Phasing; Added Sections Phase 1 Stage 2 50 10/7/2013 1 Traffic Control Plan Revised Phasing; Added Sections Phase 2 50A 10/7/2013 New Sheet Traffic Control Plan Revised Phasing; Added Sections Phase 2 52 1/24/2014 2 Traffic Control Plan Added LPCB, Added HES Section Phase 2 to this Phase 53 10/8/2013 1 Traffic Control Plan Revised Traffic Control for Addition of Phase 2 Phase 2, Added LPCB 54 10/8/2013 1 Traffic Control Plan Revised SBFR Traffic Phasing; Phase 2 Added Additional Barrier 55 10/8/2013 1 Traffic Control Plan Revised SBFR Traffic Phasing Phase 2 56 10/8/2013 1 Traffic Control Plan Revised SBFR Traffic Phasing Phase 2 57 10/9/2013 1 Traffic Control Plan Revised Construction Phasing Phase 3 Stage 1 58 10/9/2013 1 Traffic Control Plan Revised Construction Phasing Phase 3 Stage 1 59 10/9/2013 1 Traffic Control Plan Revised Construction Phasing Phase 3 Stage 1 CHANGE ORDER #2 - ATTACHMENT #2 SH 121 Improvement at S. Colony Blvd. TxDOT CSJ: 0364-03-095 REVISES AND ADDS THE FOLLOWING PLAN SHEETS Sheet No. Title Block Date Rev/Add Description Comments 60 1/24/2014 3 Traffic Control Plan Revised Construction Phasing Phase 3 Stage 1 61 1/24/2014 2 Traffic Control Plan Revised Construction Phasing Phase 3 Stage 1 74 10/10/2013 1 Traffic Control Plan Revised Construction Phasing Phase 3 75 10/10/2013 1 Traffic Control Plan Revised Construction Phasing Phase 3 76 10/10/2013 1 Traffic Control Plan Revised Construction Phasing Phase 3 77 10/11/2013 1 Traffic Control Plan Revised Construction Phasing Phase 3 Stage 2 78 10/11/2013 1 Traffic Control Plan Revised Construction Phasing Phase 3 Stage 2 79 1/24/2014 2 Traffic Control Plan Revised Construction Phasing Phase 3 Stage 2 80 1/24/2014 2 Traffic Control Plan Revised Construction Phasing Phase 3 Stage 2 81 1/24/2014 2 Traffic Control Plan Revised Construction Phasing Phase 3 Stage 2 82 10/14/2013 1 Traffic Control Plan Revised Construction Phasing Phase 3 Stage 2 83 10/14/2013 1 Traffic Control Plan Added S. Colony Blvd. as Phase 4 Phase 4 84 10/14/2013 1 Traffic Control Plan Added S. Colony Blvd. as Phase 4 Phase 4 85 10/14/2013 1 Traffic Control Plan Added S. Colony Blvd. as Phase 4 Phase 4 86 10/14/2013 1 Traffic Control Plan Added S. Colony Blvd. as Phase 4 Phase 4 87 10/14/2013 2 Traffic Control Plan Added S. Colony Blvd. as Phase 4 Phase 4 88 10/14/2013 1 Traffic Control Plan Added S. Colony Blvd. as Phase 4 Phase 4 89 10/14/2013 1 Traffic Control Plan Added S. Colony Blvd. as Phase 4 Phase 4 2.1 Contractor Given Direction on CMS Boards • Austin Bridge & Road, LP 10M EmPAy- Owned Austin To: Pete Garza P.E. VRX INC 2500 N DALLAS PARKWAY SUITE 450 PLANO TX75093 From: Eric Heggy Austin Bridge & Road, LP Phone: Fax: Subject: Revised TCP - Changeable Message Board Request For Information 0019 Date: 11/01/2013 Required: 11/15/2013 Owner #: Project: CITY OF THE COLONY S. COLONY BLVD. @ SH121 Job: 613005 Cost Impact: Potential Cost Amount: Schedule Impact: Potential Days: Request On the Revised TCP sheet 20A there are 8 CMS boards identified. The original plan did not identify the CMS item. ABR requests clarification on compensation for the additional boards (Purchase, Rental, etc...). Please advised. Signed: Eric Heggy Suggestion Answer Date Answered: Answered By: Y Distribution: / IV Signed: r p,301O. v1 Page 1 of 1 2.2 Contractor's Request for Additional Days Austin January 13, 2014 Ron Hartline The Colony 6800 Main Street The Colony, Texas 775056 Re: Control: 0364-03-095 Project: C 364-3-95 Highway: South Colony Boulevard & SH 121 County: Denton Dear Mr. Hartline: Austin Bridge & Road An Austin Industries Company Letter 613005-013a Austin Bridge & Road, L.P. (ABR) received the revised traffic control drawings to accommodate the additional Phase 2 Bridge "road work" on the SBFR. The TCP revisions impact the project duration due to additional work on the critical path found in Phase 1 Stage 1 and Phase 1 Stage 2. In addition there are scope revisions at the South Colony Blvd intersection and extended project construction limits to accommodate the phase 2 bridge along the SBFR. At this time ABR requests an additional 20 days be added to the contract. The additional 20 days requested are included in the baseline schedule as previously discussed. If you have any questions or comments regarding this request, please contact me at (214) 681-1623. Sincerely, Eric Heggy Project Manager Cc: File 2.3 Contractor's Price Proposal p.garza@vrxglobal.com From: Eric 1 -leggy <EHeggy@Austin-Ind.com> Sent: Saturday, January 04, 2014 8:29 AM To: p.garza@vrxglobal.com; j.barkley@vrxglobal.com; ABR613005 Subject: The Colony - Revised CMS Pricing Attachments: 613005 - RFCO#009 - Message Board Rev. 3.pdf Please see attached pricing broken up in to purchase price and labor as discussed. Thanks Eric Heggy AUSTIN BRIDGE & ROAD 6330 Commerce Drive, Suite 150 Irving, TX 75063 214.596.7300 (0) 214.681.1623 (C) www.austinbridgeandroad.com 100% Employee Owned Z � Z UJ I- c Lli Z p 0 N a �O 0O~ a U & Barn 00; '�vxxl , �► TRAFFIC RENTAL CONTROL SERVICE PROFESSIONALS 5INCE SALES Old 1969 pj,"800-755 Bill To: AUSTIN BRIDGE & ROAD LP DEPT 102491-ATTN: RHONDA EWING 6330 COMMERCE DR #150 IRVING, TX 75063 THIS IS A BID/ESTIMATE Sales Order B64132 Order Date 11/14/13 Job #: Ship To: AUSTIN BRIDGE & ROAD LP SH 121/ COLONY BLVD THE COLONY, TX Order by: ERIC HEGGY Page Customer:. Ship.Vla F.O.S. Terms Purchase Order Number Taken By . 18alesperson Ref No. 001410 1 OURTRUCK DESTINATION Net 10 Days PENDING SH HOU Qty Back Item Number UofM Req Date ' Unit Price Qty. Ordered Shipped Ordered Extended Price Item Descri tion Discount %. Tax 1 MB -1548 EA 11/14/13 15444.99 15444.99 MESSAGE BOARD, FULL-SIZED MASTED N STANDARD FEATURES: Panel Size: 126" x 76" (320cm x 193cm) - 27x48 pixels 2.6 in. (6.6cm) pitch Solar Array: 170W Batteries: Four (4) 6 -Volt Heavy -Duty, Deep -Cycle (GC -2) Battery Charger: 30 Amp output (115 VAC 50/60 Hz Input) Height (transporting position): 103" (261 cm) Height (operating position): 162" (412cm) Weight: 2,400 lbs. (min) - 2,960 lbs. (max) 5 YEAR STANDARD MANUFACTURERS WARRANTY see www.solartechnology.com for available options. Additional freight may apply as we stock base model units. Units come standard with a metal vandal proof frame for around the battery box. Units come standard with pre -wiring for future modem upgrade. PRICE FOR BOARD 1N CITY OF 1-3 UNITS 1 MB -1548 EA 11/14/13 14999.99 14999.99 MESSAGE BOARD, FULL-SIZED MASTED N STANDARD FEATURES: Panel Size: 126" x 76" (320cm x 193cm) - 27x48 pixels 2.6 in. (6.6cm) pitch Solar Array: 170W Batteries: Four (4) 6 -Volt Heavy -Duty, Deep -Cycle (GC -2) II accounts payable in Dallas County, Texas. All terms are net 10 days. if the customer does not fulfill the bligalions of this contract, then the customer is responsible for reasonable collectlonlattomey fees associated In stlling the account, The customer may also be liable for interest at the maximum rate permitted by applicable exas law. All Items retumed are subject to a 15% restocking fee. Terms and conditions of the Credit Application pply. Dallas/Ft Worth Lite & Barricade, Ines (DLB) liability shall extend only to the warranty upon acceptance of is product. The customer has purchased the items, DLB warrants Its workmanship for 30 days, and warrants is product to the extent of the manufacturer's honored warranty. Any modifications, vandalism, or physical amage to the product may vold the warranty. DLB warrants that the product meets or exceeds the T.KUX.C.D. aectficalions where applicable. Payment of the invoice, or receipt of product by any customer employee rgardless of signature constitutes acceptance of this agreement. Non Taxable Subtotal 30444.98 Taxable Subtotal 0.00 ,slivered by Rcvd by Tax 0.00 )ate/Time Name . Total Order 36444.58 Irint Date: 11/14/13 10:39 AM Customer Original TRAFFIC RENTAL CONTROL SI I SERVICE PROFESSIONALS �_____ SALES r_800-755 571 ,1v'� po' Bill To: AUSTIN BRIDGE & ROAD LP DEPT 102491 -A -ITN: RHONDA EWING 6330 COMMERCE DR #150 IRVING, TX 75063 THIS IS A BIDIESTIMATE Sales Order B64132 Order Date 11/14/13 Job M Ship To: AUSTIN BRIDGE & ROAD LP SH 121/ COLONY BLVD THE COLONY, TX Order by: ERIC HEGGY Page Customer Ship Via R0.8.- Terms: Purchase Order Num tier.. Taken gy Salesperson. Ref: No. 001410 OURTRUCK DESTINATION Net 10 Days PENDING SH HOU Qty. Ordered QtY Shipped .Back Ordered Item Number UofM Req Date, Unit Price Extended Price - Item Desai tion Discount % Tax Battery Charger: 30 Amp output (115 VAC 50/60 Hz Input) Height (transporting position): 103" (261cm) Height (operating position): 162" (412cm) Weight: 2,400 lbs. (min) - 2,960 lbs. (max) 5 YEAR STANDARD MANUFACTURERS WARRANTY see www,solartechnology,com for available options. Additional freight may apply as we stock base model units. Units come standard with a metal vandal proof frame for around the battery box. Units come standard with pre -wiring for future modem upgrade, PRICE PER BOARD IF 4 BOARDS TAKEN AT ONE TIME. ,II accounts payable In Dallas County, Texas, All tames are net 10 days. If the customer does not fulfill the bligations of this contract, than the customer Is responsible for reasonable collectionlettomey fees associated In ettling the account. The customer may also be liable for Interest at the maximum rate permitted by applicable axes law, All items returned are subject to a 15% restocking fee. Terms and conditions of the Credit Application pply, Dallas/Ft Worth Lite & Barricade, Inc's (101-13) liability shall extend only to the warranty upon acceptance of to product, The customer has purchased the Items. DLB warrants its workmanship for 30 days, and warrants is product to the extent of the manufacturer's honored warranty. Any modifications, vandalism, or physical amage to the product may vold the warranty. DLB warrants that the product meets or exceeds the T.M.U.T.C.D. oeclflratlons where applicable, Payment of the invoice, or receipt of product by any customer employee rgardless of signature constitutes acceptance of this agreement, Non Taxable Subtotal 30444.98 Taxable Subtotal 0.00 slivered by Rcvd by Tax 0.00 )atelTime Name Total Order 30444.98 Tint Date: 11/14/13 10:39 AM Customer Original oll O 0 0 0 0 O O N N O N 60 0 O ~ 69 2 � K� EA Fl `A O O O EA 04 O f— q _ 0 0 0 � � o o w M 0 0 0 0 EE O to N CF tci ti W f» 00 0 0 � 64 60 � O 'Q o O E a W o 0 0 0 0 o 0 ry N LO O C LO l0 LO 7 O U) Lo a -o h o o m u O oU o p � ~ a� p� N c � F Z 0 a ° E C N C w L' ' O 0 .07 ro y mn U Co —Wiz0 N ron o06 06 06 E n do .G v a RZ mil N p OOO NO N O O co 0-t0 3 L6 6 U O O O 75 0ro .n 7 O O O O O O 'C O �i ft3 (fl � �LOl, N N N 0(D � � � Fes- cr cr 6F.W 00 o S 00 60 w o oaoo o ON c - -N LO O C LO caLO CY Q O J I O MO ro C Y F o CJ m u U ro 9 C O N ro LLl O ^2 O N Cn � LI.I i 'O L: E •c � CD 'O W U c6 N '5;-oldN ° 2 2 S E C a 0 LL0t-(r JOOOQ 1 10 WAFF+IC MENTAL 4Q114aL SINCE SERVICE p40FZjSIp0AL3 SALES �' 19b9 e" Y-800 75 " L/are & left" Dallas 214-748-5791 214-7483586 Fax Ft Worth 817-838-5791 817-838-3586 Fax jaygaller@sbcglobal.net Mobile Phone #: 8171715-3195 l A6oe 2 (F-3 price held for 90 days Quote #: vve propose to furnish, install, service regularly, disassemble and remove upon completion all standard construction signs, barricades, and battery operated warning lights as required by the approved traffic control plan, Texas M.U.T.C.D, and/or t1je Owner on the following protect: ro: _ U.� to //1�E') ��IP"�r 4 (1'-a� Project/Control: j�(; 63A4 City/County: Street(Road R Short Term: Move -In $ LongTermMonthly Daily $ Weekly $ fib'! t✓tt>Au- WteAP44 M t, `FOL c.t Nb t % p6iz 00 Flashing Arrowboard Signs 25.00 Per Day Ea. $18.33 per day monthly. *****"*****�•" Changeable Message Centers $85.00 Per Day Ea.7£ 5.00 per day monthly. Portable Ll aht Towers $75.00 Per Day Ea. $25.00 per day monthly. Portable Light Balloons $70.00 Per Day Ea. $20.00 per day monthly. Portable Traffic Signals $400.00 Per Day Ea. 200.00 per day monthly. Steel Crossing Plates $25.00 Per Day Ea. 7.50 per day monthly.'*****'"'*"*"** Crash Attenuator Trucks $400.00 Per Day Ea. 3500.00 per month. Plus 10 cents/mile ONTRACTOR WILL BE CHARGED EXTRA FOR SPECIAL SIGNS, AND WE MUST CHARGE A NOMINAL FEE FOR ANY TRAFFIC CONTROL LAN CONTINGENT ON THE TIME REQUIRED TO COMPLETE IT. ENGINEERING IS EXTRA. NOTE: The above prices do not Include any daily ,no closure labor fees or equipment unless specifically noted here. tXdLUSIONS: Changeable message centers, flashing arrowboards, crash Unuator trucks, the furnishing, removal, or placement of any temporary/permanent striping, delineator posts, tubular markers, pavement buttons, iaintenance, covering, removal, or installing permanent signing andior signals, project signs, concrete traffic barrier, mallboxes, ITS systems, uardrail, dead ,id barricade, traffic cones, traffic switches, steel plate, portable light towers, temporary traffic signals, water fillable barrier, flagging services, IRS P Reboundable devices, or SALES TAX. DOES NOT INCLUDE TRAFFIC CONTROL FOR OTHER SUBCONTRACTORS, UNLESS NOTED ON BID. -IIS PROPOSAL SHALL BECOME PART OF ANY CONTRACT ISSUED, 10 DAY ADVANCE NOTICE REQUIRED TO START WORK FOR MATERIAL ATHERING, MANUFACTURING, AND DIG TESS. The contractor agrees to pass on any deficiency notices provided by the owners to DLBIFWLB imediateiy. Time for repairs starts upon our receipt of said notices. The bid excludes any trashldebris removal not specifically related to our scope c ADDITIONAL RENTAL EQUIPMENT AVAILABLE Above p c ng for add tiol rental egg pment excludes setup, delivery. and p cku ees where app ica la, CONTRACTOR OBLIGATION )ntractor shall furnish a certificate of insurance naming Dallas Lite & Barricade, Inc, as an additional Insured and loss payee on all large equipment ntals. All prices do not include sales tax. Contractor to figure job duration. IIS BID ACCEPTANCE'IS ALSO CONTINGENT UPON THE "RENTAL AGREEMENT AND CONDITIONS". DALLAS LITE & BARRICADE, INC RESERVES IE RIGHT TO REMOVE ANY AND ALL OF ITS EQUIPMENT DUE TO NONPAYMENT OF INVOICES PROVIDED SEVENTY TWO (12) HOURS WRITTEN )TICE IS PROVIDED. APPROVALS JAY GALLER, Estimator -cepted by Authorized Representative DALLAS and ORT WORTH LITE & BARRICADE, INC. KOV 4, 203 Date Date TRAFFIC RENTAL (ApNTRt1L SINCE SERVICE ,,e�PROfESSIOXA.LS SALES ;"' 1969 7.,800-7S5-55—te Dallas 214-748-5791 214-748-3586 Fax Ft Worth 817-838-5791 817-838-3586 Fax laygaller@sbcglobai.not Mobile Phone #: 917/715-3195 0r3 Price held for 90 days Quote #; Wo propose to furnish, Install, service regularly, disassemble and remove upon completion all standard construction signs, barricades, and battery operated warning lights as required by the approved traffic control plan, Texas M.U.T.C.D, and/or t s owner on th fllowing project: ( l - TO: njt)(06"t P911go Project/Control: // 0 6eO N +� E 2k,' City/County: Crash Attenuator Trucks $400.00 Per Day Ea. $3500.00 per month. Plus 10 cents/mile :ONTRACTOR WILL BE CHARGED EXTRA FOR SPECIAL SIGNS, AND WE MUST CHARGE A NOMINAL FEE FOR ANY TRAFFIC CONTROL LAN CONTINGENT ON THE TIME REQUIRED TO COMPLETE IT. ENGINEERING IS EXTRA. NOTE: The above prices do not Include any daily Ine closure labor fees or equipment unless specifically noted here. EXCLUSIONS: Changeable message centers, Hashing arrowboards, crash ttenuator trucks, the furnishing, removal, or placement of any temporary/permanent striping, delineator posts, tubular markers, pavement buttons, mintenance, covering, removal, or Installing permanent signing andlor signals, project signs, concrete traffic barrier, mailboxes, ITS systems, uardrail, dead nd barricade, traffic cones, traffic switches, steel plate, portable light towers, temporary traffic signals, water fillable barrier, flagging services, IRS r Reboundable devices, or SALES TAX. DOES NOT INCLUDE TRAFFIC CONTROL FOR OTHER SUBCONTRACTORS, UNLESS NOTED ON BID. 41S PROPOSAL SHALL BECOME PART OF ANY CONTRACT ISSUED. 10 DAY ADVANCE NOTICE REQUIRED TO START WORK FOR MATERIAL ATHERING, MANUFACTURING, AND DIG TESS. The contractor agrees to pass on any deficiency notices provided by the owners to DLSWWLB imediately. Time for repairs starts upon our receipt of said notices. The bid excludes any trashldebris removal not specifically related to our scope c ADDITIONAL, RENTAL EQUIPMENT AVAILABLE CONTRACTOR )ntractor shall furnish a certifloate of insurance naming Dalian Lite & Barricade, Inc. as an additional Insured and loss payee on all large equipment ntals. All prices do not Include sales tax. Contractor to figure job duration. IIS BID ACCEPTANCE'IS ALSO CONTINGENT UPON THE "RENTAL AGREEMENT AND CONDITIONS". DALLAS LITE & BARRICADE, INC RESERVES IE RIGHT TO REMOVE ANY AND ALL OF ITS EQUIPMENT DUE TO NONPAYMENT OF INVOICES PROVIDED SEVENTY TWO (72) HOURS WRITTEN )TICE IS PROVIDED. • APPROVALS ;cepted by Authorized Representative Date JAY GALLER, Estimator DALLAS 4nd FORT WORTH LITE & BARRICADE, INC. 141 :20 Date Stmet/Road sfttsl aN VoLm Short Term: Move -In $ Long Term Daily $ Weekly $ `—" Monthly $ .. Flashing Arrowboard Signs $25.00 Per Day Ea. 121i per day monthly.-******,, Changeable Message Centers 19L42 Per Day Ea. 75.00 per day monthly. ****ARRt1Af1RR 1A Portable Liaht Towers $75.00 Per Day Ea. IRM9 per day monthly. *********RRRRA Portable Liaht Balloons IMN Per Day Ea. 20.00 per day monthly. ************** Portable Traffic Signals $400.00 Per Day Ea. 1200.00 per day monthly. RA**RARRRftRAR* Steel Crossing Plates 19M Per Day Ea. $7.50 per day monthly. Crash Attenuator Trucks $400.00 Per Day Ea. $3500.00 per month. Plus 10 cents/mile :ONTRACTOR WILL BE CHARGED EXTRA FOR SPECIAL SIGNS, AND WE MUST CHARGE A NOMINAL FEE FOR ANY TRAFFIC CONTROL LAN CONTINGENT ON THE TIME REQUIRED TO COMPLETE IT. ENGINEERING IS EXTRA. NOTE: The above prices do not Include any daily Ine closure labor fees or equipment unless specifically noted here. EXCLUSIONS: Changeable message centers, Hashing arrowboards, crash ttenuator trucks, the furnishing, removal, or placement of any temporary/permanent striping, delineator posts, tubular markers, pavement buttons, mintenance, covering, removal, or Installing permanent signing andlor signals, project signs, concrete traffic barrier, mailboxes, ITS systems, uardrail, dead nd barricade, traffic cones, traffic switches, steel plate, portable light towers, temporary traffic signals, water fillable barrier, flagging services, IRS r Reboundable devices, or SALES TAX. DOES NOT INCLUDE TRAFFIC CONTROL FOR OTHER SUBCONTRACTORS, UNLESS NOTED ON BID. 41S PROPOSAL SHALL BECOME PART OF ANY CONTRACT ISSUED. 10 DAY ADVANCE NOTICE REQUIRED TO START WORK FOR MATERIAL ATHERING, MANUFACTURING, AND DIG TESS. The contractor agrees to pass on any deficiency notices provided by the owners to DLSWWLB imediately. Time for repairs starts upon our receipt of said notices. The bid excludes any trashldebris removal not specifically related to our scope c ADDITIONAL, RENTAL EQUIPMENT AVAILABLE CONTRACTOR )ntractor shall furnish a certifloate of insurance naming Dalian Lite & Barricade, Inc. as an additional Insured and loss payee on all large equipment ntals. All prices do not Include sales tax. Contractor to figure job duration. IIS BID ACCEPTANCE'IS ALSO CONTINGENT UPON THE "RENTAL AGREEMENT AND CONDITIONS". DALLAS LITE & BARRICADE, INC RESERVES IE RIGHT TO REMOVE ANY AND ALL OF ITS EQUIPMENT DUE TO NONPAYMENT OF INVOICES PROVIDED SEVENTY TWO (72) HOURS WRITTEN )TICE IS PROVIDED. • APPROVALS ;cepted by Authorized Representative Date JAY GALLER, Estimator DALLAS 4nd FORT WORTH LITE & BARRICADE, INC. 141 :20 Date I #,�, Austin December 12, 2013 Ron Hartline The Colony 6800 Main Street The Colony, Texas 775056 Re: Control: 0364-03-095 Project: C 364-3-95 Highway: South Colony Boulevard & SH 121 County: Denton Dear Mr. Hartline: J_'5 Austin Bridge & Road An Austin Industries Company Letter 613005-014a Austin Bridge & Road (ABR) has priced three separate changeable message board options for The Colony to review and tailor to their needs for the revised Traffic Control Plan. ABR recommends 5 of the 1 each to keep onsite during the duration of the project. As directed, four of the five recommended boards are being used on the NBFR, SBFR, South Colony BLVD Detour and one at ramp and mainlane construction areas. The one each rate is based on a purchase quantity of 4 or more to achieve the discounted rate noted on the quote. The purchase rate includes an additional $500/each to provide insurance on the equipment for theft and damage per year. The insurance is the offered by the supplier, Dallas Lite and Barricade, with a $1,000 deductible on each incident/board. In the event of theft or damage during the project, ABR will seek reimbursement for the actual damage cost up to the $1,000 deductible maximum. At the end of the project Dallas Lite & Barricade will transfer ownership to The Colony and terminate the insurance policy. The Solar Technology Message boards have a five year warranty on "non -wear and tear items" that is also transferred at the time of ownership transfer. The remaining message boards can be added to the project at a Monthly or Daily per each rate. Each of the daily or monthly rates will require one additional day per board delivered added to the rental period accounting for the delivery cost noted on the quote. Please see attached message board backup pricing for your review. Portable Message Board (ea) - $-18,003.25 75- I'' �Oev' Portable Message Board (ea/mo) - $1,742-.2-50/59'A 7S 10V 2U Portable Message Board (ea/day) - If you have any questions or comments regarding this request, please contact me at (214) 6881-1623. y CIY� S Bow ,sincerely, Eric Heggy Project Manager Cc: File Austin Bridge & Road, LP P. O. Box 1590 Dallas TX 75221 USA Subject: 613005 - RFCO#009 - Message Board Project: CITY OF THE COLONY S. COLONY BLVD. @ SH 121 To: VRX INC Name: Pete Garza P.E. Phone: 972-309-9700 Type: Letter or Memo Notes: Please see attached RFCO #009 in reference to RFI #019. Follow -Up Notes: Follow up by: Name: Phone: Communication Record 0014 Printed On: 11/21/2013 Page 1 of 1 Date: 11/21/2013 Time: 03:55 pm Job: 613005 From: Austin Bridge & Road, LP Name: Eric Heggy Phone: 214-681-1497 Status: Open Due Date: Done on: Austin November 21, 2013 Austin Bridge & Road An Austin Industries Company Ron Hartline Letter 613005-014 The Colony 6800 Main Street The Colony, Texas 775056 Re: Control: 0364-03-095 Project: C 364-3-95 Highway: South Colony Boulevard & SH 121 County: Denton Dear Mr. Hartline: Austin Bridge & Road (ABR) has priced three separate changeable message board options for The Colony to review and tailor to their needs for the revised Traffic Control Plan. ABR recommends 5 of the 1 each to keep onsite during the duration of the project. As directed, four of the five recommended boards are being used on the NBFR, SBFR, South Colony BLVD Detour and one at ramp and mainlane construction areas. The one each rate is based on a purchase quantity of 4 or more to achieve the discounted rate noted on the quote. The remaining message boards can be added to the project at a Monthly or Daily per each rate. Each of the daily or monthly rates will require one additional day per board delivered added to the rental period accounting for the delivery cost noted on the quote. Please see attached message board backup pricing for your review. 1 Portable Message Board (ea) - $17,422.49 1 Portable Message Board (ea/mo) - $1,742.25 1 Portable Message Board (ea/day) - $87.11 If you have any questions or comments regarding this request, please contact me at (214) 681-1623. A-/ Sincerely, Eric Heggy l/�CIG(�l //V,VGI/^lC/�CG Project Manager Cc: File e 1�g Sk % �J"e-r v 7e 2/�Z/Zv�3