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