Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - Cash Construction Company, Inc. - 3/28/2024
� - aaa-V b7,3 BID COPY/ORIGINAL CITY OF ROUND ROCK TRANSPORTATION ROUND ROCK TEXAS Project Manual For: Gattis School Road - Segment 3 West of AW Grimes to East of Double Creek January 31, 2024 OF j:::..........................::t.1/ ROBERT CARRILLO, P.E.j ...:..............................i Prepared By: !I�9: 80169 ,•moi fl1,c:�s FG�STE�k�•����! RODRIGUEZ TRANSPORTATION GROUP APPROVED BY 01/31/2024 C ATT N EY� TBPE Firm Registration No 587 Bond No. 576230-TRAV-2024-093 BID BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Cash Construction Company,Inc. of the City of Pflugerville County of Travis State of Texas as Principal, and Travelers Casualty and Surety Company authorized under the laws of the State of Texas to act as surety on bonds for principals,are held and firmly bound unto the CITY OF ROUND ROCK,TEXAS("Owner"), in the penal sum of Five Percent(5%)of the total amount of the Bid of the Principal submitted to the Owner, for the Work described below; for the payment whereof,well and truly to be made, and the said Principal and Surety do herby bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally,as follows: In no case shall the liability of the Surety hereunder exceed the sum of( Five Percent of Amount Bid Dollars($5% ). THE CONDITIONS OF THIS OBLIGATION ARE SUCH that,whereas,the Principal has submitted the above-referenced Bid to the Owner, for construction of the Work under the "Specifications for Construction of Gattis School Road-Segment 3 for which Bids are to be opened at the office of Owner on the 27th day of February , 2024 . NOW,THEREFORE,if the Principal is awarded the Contract,and within the time and manner required under the"Instructions to Bidders,"after the prescribed forms are presented to her/him for signature,enters into a written Agreement substantially in the form contained in the Bid Documents,in accordance with the Bid, and files the two (2) bonds with the Owner, one to guarantee faithful performance and the other to guarantee payment for labor and materials,then this obligation shall be null and void;otherwise,it shall be and remain in full force and effect. If, however, Principal fails to enter into a written Agreement with the Owner in accordance with the Bid or Principal and Surety fail to timely deliver to Owner the performance and payment bonds required by the Bid Documents, Surety within five(5)business days after receipt of a written demand from Owner shall pay to Owner the full penal sum of this Bid Bond, subject to the limitation described herein. In the event that suit is brought upon this Bond by the Owner and judgment is recovered, said Surety shall pay all costs incurred by the Owner in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument on this the 14th day of the month of February 2024 . Cash Construction Company,Inc. Travelers Casualty and Surety Company Principal Surety K H D/ckehut.//1 Misty Witt Prin d Name Printed Name By: �G�%c- By: Title: Vi tt- ✓iso Title: Attorney ' -Fact Address: 217 Kingston Lacy Blvd. Address: One Tower Square Pflugerville,TX 78660 Hartford,CT—06-18--3---. 00200 4-2020 Page 1 Bid Bond 00443638 I Resident Agent of Surety: ignature Marsh USA,LLC-Misty Witt Printed Name 500 Dallas Street,Suite 1500 Street Address Houston,TX 77002 City,State,Zip Page 2 00200 4-2020 Bid Bond 00443638 Travelers Casualty and Surety Company of America .A. Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Mistv Witt of Houston I Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. � _._. S/-...... HARTFORD.I<@ f i�M41FTiFOFq ii t�R 5 N' CONN. N State of Connecticut By: City of Hartford ss. Robert aney,Senior Vice President On this the 21st day of April,2021,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such,being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. Ry My Commission expires the 30th day of June, 2026 * " P Anna P. Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President,any Senior Vice President, any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance,or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal, if required)by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary of each of the Companies,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 14th day of February 2024 a` CSu_gETy'C, '`(Y 44, _.fit �6 i HART%ORD, 3 Id"ffrYKVWFM010111111111111111CONN. n Kevin E.Hughes,Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. Figure: 28 TAC §1.601(a)(2)(B) Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company or HMO first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company or HMO. If you don't, you may lose your right to appeal. Travelers Casualty and Surety Company To get information or file a complaint with your insurance company or HMO: Call: Travelers Bond & Specialty Insurance Claims at 800-842-8496 Toll-free: 800-842-8496 Email: BSIClaims@travelers.com Mail: Travelers Bond & Specialty Insurance Claim PO BOX 2989, Hartford, CT 06104-2989 The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 File a complaint: www.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov Mail: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 jiene una queja o necesita ayuda? Si tiene un problema con una reclamacion o con su prima de seguro, Ilame primero a su compania de seguros o HMO. Si no puede resolver el problema, es posible que el Departamento de Seguros de Texas (Texas Department of Insurance, por su nombre en ingles) pueda ayudar. Aun si usted presenta una queja ante el Departamento de Seguros de Texas, tambien debe presentar una queja a traves del proceso de quejas o de apelaciones de su compania de seguros o HMO. Si no to hace, podria perder su derecho para apelar. Travelers Casualty and Surety Company of America Para obtener informacion o para presentar una queja ante su compania de seguros o HMO: Call: Travelers Bond & Specialty Insurance Claims at 800-842-8496 Toll-free: 800-842-8496 Email: BSIClaims@travelers.com Mail: Travelers Bond & Specialty Insurance Claims PO BOX 2989, Hartford, CT 06104-2989 EI Departamento de Seguros de Texas Para obtener ayuda con una pregunta relacionada con los seguros o para presentar una queja ante el estado: Llame con sus preguntas al: 1-800-252-3439 Presente una queja en: www.tdi.texas.gov Correo electronico: ConsumerProtection@tdi.texas.gov Direccion postal: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 BID FORM PROJECT NAME: Gattis School Road-Segment 3 PROJECT LOCATION: Round Rock,Texas OWNER: City of Round Rock,Texas DATE: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders,the undersigned bidder hereby proposes to do all the Work,to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the Work on which he bids as provided by the attached Bid Documents,and as shown on the plans for the construction of Gattis School Road-Segment 3(West of AW Grimes Boulevard to East of Double Creek Drive) and binds himself on acceptance of this bid to execute the Agreement and bond for completing said Work within the time stated, for the following prices,to wit: Any addenda issued will be posted with the Project Manual and/or Contract Documents on the City's website at roundrocktexas.eov/solicitations by the close of business on February 23,2024 Prior to submitting a bid, the bidder is responsible for determining if any addenda have been issued and for following any instructions in any addenda issued. Bidder acknowledges receipt of the following Addenda by listing Addendum"number"and"date". ADD 1-2/14/24 ADD2-2/23/24 BASE BID Bid Approx. Item Description Item Wit Unit and Written Unit Price Unit Price mount See attached 1 64.5 TA CORR-101 PREPARING RIGHT OF WAY complete in place per Station for dollars and c ts. 2 177 SY 104-6001 REMOVING CO (PAV) com a in place per Sc uare Yard for dollars and cents. 3 1667 SY 104-6009 REMOVING CONC RAP) complete in ce per Square Yard for dollars and nts. 4 3927 SY 04-6017 REMOVING CONC(DRIVEWAYS) complete in place per Square Yard for dollars and cents. 00300-9-2015 Page 1 of46 Rid Form BASE BID Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 1 64.5 STA CORR-101 PREPARING RIGHT OF WAY complete in place per Station for One Thousand Two Hundred Eighty dollars and cents. $ 1,280.00 $ 82,560.00 2 177 SY 104-6001 REMOVING CONC(PAV) complete in place per Square Yard for Nineteen dollars and cents. $ 19.00 $ 3,363.00 3 1667 SY 104-6009 REMOVING CONC(RIPRAP) complete in place per Square Yard for Ten dollars and cents. $ 10.00 $ 16,670.00 4 3927 SY 104-6017 REMOVING CONC(DRIVEWAYS) complete in place per SS uare Yard for Ten dollars and cents. $ 10.00 $ 39,270.00 5 4Q ,SY 104-6024 REMOVING CONC(RETAINING WALLS) complete in place per Square Yard for Forty-Five dollars and cents. S 45.00 $ 1,800.00 6 17810 LF 104-6029 REMOVING CONC(CURB OR CURB&GUTTER) complete in place per Linear Foot for Seven dollars and cents. $ 7.00 $ 124,670.00 7 7605 SY 104-6036 REMOVING CONC(SIDEWALK OR RAMP) complete in place per Square Yard for Ten dollars and cents. $ 10.00 $ 76,050.00 8 400 LF 104-6065 REMOVE CONC RAIL(PARAPET&METAL EL) complete in place per Linear Foot for Thirty-Six dollars and cents. $ 36.00 $ 14,400.00 9 30691 CY 110-6001 EXCAVATION(ROADWAY) 00300-9-2015 Pagel of36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount complete in place per Cubic Yard for Nineteen dollars and cents. $ 19.00 $ 583,129.00 10 11065 CY 132-6004 EMBANKMENT(FINAL)(DENS CONT)(TY B) complete in place per Cubic Yard for Nine dollars and cents. $ 9.00 $ 99,585.00 11 29016 SY 160-6003 FURNISHING AND PLACING TOPSOIL(4") complete in place per Square Yard for Two dollars and cents. $ 2.00 $ 58,032.00 12 7013 SY 162-6002 BLOCK SODDING complete in place per Square Yard for Seven dollars and cents. $ 7.00 $ 49,091.00 13 29016 SY 164-6027 CELL FBR MLCH SEED(PERM)(URBAN)(CLAY) complete in place per Sguare Yard for dollars and Seventy-Five cents. $ 0.75 $ 21,762.00 14 14512 SY 164-6029 CELL FBR MLCH SEED(TEMP)(WARM) complete in place per Square Yard for dollars and Seventy-Five cents. $ 0.75 $ 10,884.00 15 14512 SY 164-6031 CELL FBR MLCH SEED(TEMP)(COOL) complete in place per Square Yard for dollars and Seventy-Five cents. $ 0.75 $ 10,884.00 16 1301.1 MG 168-6001 VEGETATIVE WATERING complete in place per 1000 Gallon for Forty-Six dollars and cents. $ 46.00 $ 59,850.60 17 2565 U 169-6001 SOIL RETENTION BLANKETS(CL 1)(TY A) complete in place per,Sguare Yard for Two dollars and cents. $ 2.00 $ 5,130.00 00300-9-2015 Page 2 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 18 188 ay 169-6005 SOIL RETENTION BLANKETS(CL 2)(TY E) complete in place per Sguare Yazd for Seven dollars and cents. $ 7.00 $ 1,316.00 19 10 HR 216-6001 PROOF ROLLING complete in place per Hour for Six Hundred Thirty-Eight dollars and cents. $ 638.00 $ 6,380.00 20 7544 CY 247-6366 FL BS(CMP IN PLC)(TY A GR 5)(FNAL POS) complete in place per Cubic Yard for Ninety-Seven dollars and cents. $ 97.00 $ 731,768.00 21 3431 GAL 310-6001 PRIME COAT(MULTI OPTION) complete in place per Gallon for Four dollars and cents. $ 4.00 $ 13,724.00 22 20797 SY 354-6021 PLANE ASPH CONC PAV(0"TO 2") complete in place per Square Yard for Five dollars and cents. $ 5.00 $ 103,985.00 23 14138 SY 360-6022 CONC PVMT(JOINTED-CPCD)(12") complete in place per Square Yard for One Hundred Thirty-Eight dollars and cents. $ 138.00 $ 1,951,044.00 24 ]2} SY 360-6083 CONC PVMT QQTRANSITION SLAB) complete in place per Square Yard for One Hundred Eighty dollars and cents. $ 180.00 $ 229,320.00 25 1142 CY 400-6005 CEM STABIL BKFL complete in place per Cubic Yard for Two Hundred Forty-Three dollars and cents. $ 243.00 $ 277,506.00 26 656 SY 400-6006 CUT&RESTORING PAV 00300-9-2015 Page 3 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount complete in place per Square Yars for Sixty-Five dollars and cents. $ 65.00 $ 42,640.00 27 4221 LE 402-6001 TRENCH EXCAVATION PROTECTION complete in place per Linear Foot for dollars and Seventy-Five cents. $ 0.75 $ 3,165.75 28 448 LF 416-6029 DRILL SHAFT(RDWY ILL POLE)(30 IN) complete in place per Linear Foot for Two Hundred Sixty-Three dollars and cents. $ 263.00 $ 117,824.00 29 21 LF 416-6032 DRILL SHAFT(TRF SIG POLE)(36 IN) complete in place per Linear Foot for Three Hundred Eighty-Four dollars and cents. $ 384.00 $ 34,944.00 30 176 LF 416-6034 DRILL SHAFT(TRF SIG POLE)(48 IN) complete in place per Linear Foot for Five Hundred Forty dollars and cents. $ 540.00 $ 95,040.00 31 2.5 CY 420-6002 CL A CONC(MISC) complete in place per Cubic Yard for One Thousand Twenty dollars and cents. $ 1,020.00 $ 2,550.00 32 2 CY 420-6009 CL A CONC(COLLAR) complete in place per Cubic Yard for Four Hundred Ninety-Two dollars and cents. $ 492.00 $ 984.00 33 1140.5 CY 420-6012 CL B CONC(MSC) complete in place per Cubic Yard for Two Hundred Forty-Four dollars and cents. $ 244.00 $ 278,282.00 34 3815 SF 423-6001 RETAINING WALL(MSE) complete in place per SS uare Foot for One Hundred Five dollars and cents. $ 105.00 $ 400,575.00 00300-9-2015 Page 4 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 35 305 SF 423-6008 RETAINING WALL(CAST-IN-PLACE) complete in place per Square Foot for Ninety-Seven dollars and cents. $ 97.00 $ 29,585.00 36 930 CY 432-6002 RIPRAP(CONC)(5 IN) complete in place per Cubic Yard for Five Hundred Sixty-Six dollars and cents. $ 566.00 $ 526,380.00 ,37 51 CY 432-6031 RIPRAP(STONE PROTECTION)(12 IN) complete in place per Cubic Yard for Two Hundred Thirty-Nine dollars and cents. $ 239.00 $ 12,189.00 $ Cl 432-6045 RIPRAP(MOW STRIP)(4 IN) complete in place per Cubic Yard for One Thousand Two Hundred dollars and cents. $ 1,200.00 $ 21,600.00 39 28 LF 450-6052 RAEL(HANDRAIL)(TY F) complete in place per Linear Foot for Two Hundred Thirty-Seven dollars and cents. $ 237.00 $ 6,636.00 45 1],5 LE 450-6103 RAIL(TY PR 11) complete in place per Linear Foot for One Hundred Twenty-Five dollars and cents. $ 125.00 $ 144,375.00 41 212 LF 462-6008 CONC BOX CULV(5 FT X 4 FT) complete in place per Linear Foot for Five Hundred Sixty-Six dollars and cents. $ 566.00 $ 119,992.00 42 1431 LF 462-6015 CONC BOX CULV(7 FT X 4 FT) complete in place per Linear Foot for Eight Hundred dollars and cents. $ 800.00 $ 1,144,800.00 43 956 LF 462-6051 CONC BOX CULV(5 FT X 3 FT)(EXTEND) complete in place per Linear Foot for Four Hundred Eighty-Four dollars 00300-9-2015 Page 5 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount and cents. $ 484.00 $ 462,704.00 441155 LF 462-6059 CONC BOX CULV(9 FT X 6 FT)(EXTEND) complete in place per Linear Foot for Nine Hundred Eighty-One dollars and cents. $ 981.00 $ 309,015.00 45 3455 LF 464-6003 RC PIPE(CL III)(18 IN) complete in place per Linear Foot for Ninety-Four dollars and cents. $ 94.00 $ 324,770.00' 46 406 LF 464-6005 RC PIPE(CL III)(24 IN) complete in place per Linear Foot for One Hundred Twenty dollars and cents. $ 120.00 $ 48,720.00 47 46 LF 464-6006 RC PIPE(CL IH)(27 IN) complete in place per Linear Foot for One Hundred Fifty-Two dollars and cents. $ 152.00 $ 6,992.00 48 10 LF 464-6007 RC PIPE(CL III)(30 IN) complete in place per Linear Foot for One Hundred Fifty-Nine dollars and cents. $ 159.00 $ 1,590.00 49 1607 LF 464-6008 RC PIPE(CL IH)(36 IN) complete in place per Linear Foot for One Hundred Ninety dollars and cents. $ 190.00 $ 305,330.00 50 113 LF 464-6009 RC PIPE(CL III)(42 IN) complete in place per Linear Foot for Two Hundred Seventy-Four dollars and cents. $ 274.00 $ 30,962.00 51 2M LE 464-6010 RC PIPE(CL MX48 IN) complete in place per Linear Foot for Three Hundred One dollars and cents. $ 301.00 $ 73,444.00 52 10 EA 465-6002 MANH(COMPL)(PRM)(481N) 00300-9-2015 Page 6 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount complete in place per Each for Four Thousand Eighty dollars and cents. $ 4,080.00 $ 40,800.00 53 3 EA 465-6005 JCTBOX(COMPL)(PJBx3FT X 3FT) complete in place per Each for Six Thousand One Hundred dollars and cents. $ 6,100.00 $ 18,300.00 54 1 EA 465-6006 JCTBOX(COMPL)(PJB)(4FT X 4FT) complete in place per Each for Six Thousand Seventy dollars and cents. $ 6,070.00 S 6,070.00 55 5 EA 465-6009 JCTBOX(COMPL)(PJB)(SFT X 5FT) complete in place per Each for Eight Thousand Ten dollars and cents. $ 8,010.00 $ 40,050.00 56 2 EA 465-6010 JCTBOX(COMPL)(PJB)(SFT X 6FT) complete in place per Each for Eight Thousand Two Hundred Forty dollars and cents. $ 8,240.00 $ 16,480.00 57 1 EA 465-6012 JCTBOX(COMPL)(PJB)(8FT X 817T) complete in place per Each for Sixteen Thousand dollars and cents. $ 16,000.00 $ 16,000.00 58 1 EA 465-6126 INLET(COMPL)(PSL)(FG)(3FTX3FT-3FTX3FT) complete in place per Each for Five Thousand Three Hundred Fifty dollars and cents. $ 5,350.00 $ 5,350.00 59 1 EA 465-6135 INLET(COMPL)(PSL)(FG)(5FTX5FT4FTX4FT) complete in place per Each for Seven Thousand Six Hundred Forty dollars and cents. $ 7,640.00 $ 7,640.00 60 2 EA 465-6156 INLET(COMPL)(PAZD)(RG)(4FT X 4FT) complete in place per Each for Six Thousand Three Hundred dollars and cents. $ 6,300.00 $ 12,600.00 00300-9-2015 Page 7 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 61 2 0 E 465-9901 INLET(COMPL)(CURB)(TY IIR)(10') complete in place per Each for Nine Thousand Six Hundred Seventy dollars and cents. $ 9,670.00 $ 193,400.00 62 34 EA 465-9902 INLET(COMPL)(CURB)(TY IIR)(15') complete in place per Each for Twelve Thousand Eight Hundred dollars and cents. $ 12,800.00 $ 435,200.00 63 1 EA 466-3097 HEADWALL(CH-PW-0)(DIA=24 IN) complete in place per Each for Ten Thousand Four Hundred dollars and cents. $ 10,400.00 $ 10,400.00 64 2 EA 466-6173 _ — WINGWALL(PW-1)(HW=12 FT) complete in place per Each for One Hundred Forty-Two Thousand Two Hundred dollars and cents. $ 142,200.00 $ 284,400.00 65 1 EA 466-6180 WINGWALL(PW-1)(HW=S FT) complete in place per Each for Thirty-Four Thousand Eight Hundred dollars and cents. $ 34,800.00 $ 34,800.00 66 3 EA 466-6182 WINGWALL(PW-1)(HW=7 FT) complete in place per Each for One Hundred Nine Thousand Two Hundred dollars and cents. $ 109,200.00 $ 327,600.00 67 1 EA 467-6450 SET(TY 11)(36 IN)(RCP)(3:1)(C) complete in place per Each for Six Thousand Four Hundred Sixty dollars and cents. $ 6,460.00 $ 6,460.00 68 1 EA 467-6461 SET(TY II)(42 IN)(RCP)(4:1)(C) complete in place per Each for Seven Thousand Eight Hundred Forty dollars and cents. $ 7,840.00 $ 7,840.00 69 3Q LF 474-6022 PRE-CAST TRENCH DRAIN(IN CONC PAVEMNT) complete in place per Linear Foot 00300-9-2015 Page 8 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount for Four Hundred Sixty-Seven dollars and cents. $ 467.00 $ 14,010.00 70 3 EA 479-6001 ADJUSTING MANHOLES complete in place per Each for One Thousand Two Hundred dollars and cents. $ 1,200.00 $ 3,600.00 71 1 EA 479-6006 ADJUSTING INLET(CAP) complete in place per Each for One Thousand One Hundred Sixty dollars and cents. $ 1,160.00 $ 1,160.00 72 29 EA 496-6002 REMOV STR(INLET) complete in place per Each for One Thousand Thirty dollars and cents. $ 1,030.00 $ 29,870.00 73 7 EA 496-6003 REMOV STR(MANHOLE) complete in place per E i for One Thousand Thirty dollars and cents. $ 1,030.00 $ 7,210.00 74 4 EA 496-6004 REMOV STR(SET) complete in place per Each for Three Hundred Thirty-Seven dollars and cents. $ 337.00 $ 1,348.00 75 8 EA 496-6005 REMOV STR(WINGWALL) complete in place per Each for One Thousand Nine Hundred Ten dollars and cents. $ 1,910.00 $ 15,280.00 Z 4481 EF 496-6007 REMOV STR(PIPE) complete in place per Linear Foot for Twenty-Three dollars and cents. $ 23.00 $ 103,063.00 77 236 LF 496-6008 REMOV STR(BOX CULVERT) complete in place per Linear Foot for Twenty-Nine dollars and cents. $ 29.00 $ 6,844.00 78 51 LF 496-6040 REMOV STR(RET WALL) complete in place per Linear Foot 00300-9-2015 Page 9 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price L'nit Price Amount for One Hundred Forty-Four dollars and cents. S 144.00 S 7,344.00 79 24 MO 502-6001 BARRICADES,SIGNS AND TRAFFIC HANDLING complete in place per Month for Eight Thousand Eight Hundred Sixty dollars and cents. $ 8,860.00 $ 212,640.00 80 275 LF 506-6002 ROCK FILTER DAMS(INSTALL)(TY 2) complete in place per Linear Foot for Twenty-Seven dollars and cents. $ 27.00 $ 7,425.00 81 275 LF 506-6011 ROCK FILTER DAMS(REMOVE) complete in place per Linear Foot for Five dollars and cents. $ 5.00 S 1,375.00 82 468 SY 506-6020 CONSTRUCTION EXITS(INSTALL)(TY 1) complete in place per Square Yard for Twelve dollars and cents. $ 12.00 $ 5,616.00 83 468 SY 506-6024 CONSTRUCTION EXITS(REMOVE) complete in place per Square Yard for Two dollars and cents. $ 2.00 $ 936.00 84 6264 LF 506-6038 TEMP SEDMT CONT FENCE(INSTALL) complete in place per Linear Foot for Four dollars and cents. $ 4.00 $ 25,056.00 85 6264 LF 506-6039 TEMP SEDMT CONT FENCE(REMOVE) complete in place per Linear Foot for dollars and Fifty cents. $ 0.50 S 3,132.00 86 1664 LF 506-6040 BIODEG EROSN CONT LOGS(INSTL)(8") complete in place per Linear Foot for Four dollars and cents. $ 4.00 $ 6,656.00 87 1664 LF 506-6043 BIODEG EROSN CONT LOGS(REMOVE) complete in place per Linear Foot for dollars and Fifty cents. $ 0.50 $ 832.00 00300-9-2015 Page 10 of 36 Bid Fonn Bid Approx. Item Description Item Quantit Unit and Written Gnit Price L'nit Price Amount 88 6682 SY 508-6001 CONSTRUCTING DETOURS complete in place per Square Yard for One Hundred One dollars and cents. $ 101.00 $ 674,882.00 89 1800 LF 512-6009 PORT CTB(FUR&INST)(LOW PROF)(TY 1) complete in place per Linear Foot for Forty-Six dollars and cents. $ 46.00 $ 82,800.00 90 '320 LE 512-6010 PORT CTB(FUR&INST)(LOW PROF)(TY 2) complete in place per Linear Foot for Forty-Three dollars and cents. $ 43.00 $ 13,760.00 91 4540 I F 512-6033 PORT CTB(MOVE)(LOW PROF)(TY 1) complete in place per Linear Foot for Seven dollars and cents. $ 7.00 $ 31,780.00 92 1340 LF 512-6034 PORT CTB(MOVE)(LOW PROF)(TY 2) complete in place per Linear Foot for Seven dollars and cents. $ 7.00 $ 9,380.00 93 1800 LF 512-6057 PORT CTB(REMOVE)(LOW PROF)(TY 1) complete in place per Linear Foot for Nine dollars and cents. $ 9.00 $ 16,200.00 94 320 LF 512-6058 PORT CTB(REMOVE)(LOW PROF)(TY 2) complete in place per Linear Foot for Nine dollars and cents. $ 9.00 $ 2,880.00 95 4112 LF 529-6005 CONC CURB(MONO)(TY Li) complete in place per Linear Foot for Twenty-One dollars and cents. $ 21.00 $ 86,352.00 96 22286 LF 529-6008 CONC CURB&GUTTER(TY H) complete in place per Linear Foot for Twenty-Two dollars and cents. $ 22.00 $ 490,292.00 00300-9-2015 Pagc I 1 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 97 2269 LF 529-6038 CONC CURB(RIBBON) complete in place per Linear Foot for Sixteen dollars and cents. $ 16.00 $ 36,304.00 98 3123 &YY 530-6004 DRIVEWAYS(CONC) complete in place per Sguare Yard for One Hundred Two dollars and cents. $ 102.00 $ 318,546.00 99 11211 SY 531-6002 CONC SIDEWALKS(5") complete in place per SS uare Yard for Seventy-Six dollars and cents. $ 76.00 $ 852,036.00 100 12 EA 531-6004 CURB RAMPS(TY 1) complete in place per Each for Two Thousand Forty dollars and cents. $ 2,040.00 $ 24,480.00 101 4 EA 531-6005 CURB RAMPS(TY 2) complete in place per Each for Two Thousand Seven Hundred Thirty dollars and cents. $ 2,730.00 $ 10,920.00 102 4 EA 531-6006 CURB RAMPS(TY 3) complete in place per Each for Three Thousand One Hundred Forty dollars and cents. $ 3,140.00 $ 12,560.00 103 12 EA 531-6010 CURB RAMPS(TY 7) complete in place per Each for Three Thousand Two Hundred Forty dollars and cents. $ 3,240.00 $ 38,880.00 104 4 EA 531-6017 CURB RAMPS(TY 22) complete in place per Each for Four Thousand Seven Hundred Twenty dollars and cents. $ 4,720.00 $ 18,880.00 105 44 SY 531-6033 CONC SIDEWALKS(SPECIAL)(TYPE B) complete in place per Sguare Yard for One Hundred dollars and cents. $ 100.00 $ 4,400.00 106 4 EA 560-6025 RELOCATE EXISTING MAILBOX 00300-9-2015 Page 12 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount complete in place per Each for Two Hundred Nineteen dollars and cents. $ 219.00 $ 876.00 107 6 EA 610-6102 REPLACE LUMINAIRE W/LED(250W EQ) complete in place per Each for Six Hundred Fifty-Five dollars and cents. $ 655.00 $ 3,930.00 108 9 EA 610-6207 IN RD IL(TY SA)40S-8-8(250W EQ)LED complete in place per Each for Five Thousand Fifty dollars and cents. $ 5,050.00 $ 45,450.00 109 47 EA 610-6214 IN RD IL(TY SA)40T-8(250W EQ)LED complete in place per Each for Four Thousand One Hundred Seventy dollars and cents. $ 4,170.00 $ 195,990.00 110 7380 LF 618-6023 CONDT(PVC)(SCH 40)(2") complete in place per Linear Foot for Sixteen dollars and cents. $ 16.00 $ 118,080.00 111 3590 LF 618-6024 CONDT(PVC)(SCH 40)(2")(BORE) complete in place per Linear Foot for Forty-Four dollars and cents. $ 44.00 $ 157,960.00 112 8260 LF 618-6033 CONDT(PVC)(SCH 40)(4") complete in place per Linear Foot for Twenty-Four dollars and cents. $ 24.00 $ 198,240.00 113 3190 LF 618-6034 CONDT(PVC)(SCH 40)(4")(BORE) complete in place per Linear Foot for Sixty dollars and cents. $ 60.00 $ 191,400.00 114 390 LF 618-6046 CONDT(PVC)(SCH 80)(2") complete in place per Linear Foot for Twenty-Three dollars and cents. $ 23.00 $ 8,970.00 115 1540 LF 618-6047 CONDT(PVC)(SCH 80)(2")(BORE) complete in place per Linear Foot for Forty-Four dollars 00300-9-2015 Pagc 13 of 36 Bid Form Bid Approx. Item Description Item Quantic Unit and Written Unit Price Unit Price Amount and cents. $ 44.00 $ 67,760.00 116 1120 LF 618-6053 CONDT(PVC)(SCH 80)(3") complete in place per Linear Foot for Twenty-Five dollars and cents. $ 25.00 $ 28,000.00 117 3420 LF 618-6054 CONDT(PVC)(SCH 80)(3")(BORE) complete in place per Linear Foot for Forty-Nine dollars and cents. $ 49.00 $ 167,580.00 118 90 LF 618-6058 CONDT(PVC)(SCH 80)(4") complete in place per Linear Foot for Thirty-Six dollars and cents. $ 36.00 $ 3,240.00 119 150 LF 618-6070 CONDT(RM)(2") complete in place per Linear Foot for Forty-Four dollars and cents. $ 44.00 $ 6,600.00 120 17495 LF 620-6007 ELEC CONDR(NO.8)BARE complete in place per Linear Foot for One dollars and cents. $ 1.00 $ 17,495.00 121 36980 LF 620-6008 ELEC CONDR(NO.8)INSULATED complete in place per Linear Foot for Two dollars and cents. $ 2.00 $ 73,960.00 122 360 LF 620-6009 ELEC CONDR(NO.6)BARE complete in place per Linear Foot for Three dollars and cents. $ 3.00 $ 1,080.00 123 720 LE 620-6010 ELEC CONDR(NO.8)INSULATED complete in place per Linear Foot for Four dollars and cents. $ 4.00 $ 2,880.00 124 3105 LF 621-6002 TRAY CABLE(3 CONDR)(12 AWG) complete in place per Linear Foot for Three dollars and cents. $ 3.00 $ 9,315.00 00300-9-2015 Page 14 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 125 662 EA 624-6002 GROUND BOX TY A(122311)W/APRON complete in place per Each for One Thousand Three Hundred Twenty dollars and cents. $ 1,320.00 $ 81,840.00 U¢ EA 624-6010 GROUND BOX TY D(162922)W/APRON complete in place per Each for One Thousand Nine Hundred Seventy dollars and cents. $ 1,970.00 $ 116,230.00 127 EA 628-6008 ELC SRV TY A 120/240 060(NS)SS(E)PS(U) complete in place per Each for Eight Thousand Seven Hundred Eighty dollars and cents. $ 8,780.00 $ 43,900.00 128 4 EA 628-6164 ELC SRV TY D 120/240 070(NS)AL(E)PS(U) complete in place per Each for Seven Thousand Six Hundred Eighty dollars and cents. $ 7,680.00 $ 30,720.00 129 57 EA 644-6001 IN SM RD SN SUP&AM TYIOBWG(1)SA(P) complete in place per Each for Nine Hundred Sixty-One dollars and cents. $ 961.00 $ 54,777.00 130 32 EA 644-6004 IN SM RD SN SUP&AM TYIOBWG(1)SA(T) complete in place per Each for One Thousand Two Hundred Ten dollars and cents. $ 1,210.00 $ 38,720.00 131 12 EA 644-6007 IN SM RD SN SUP&AM TYIOBWG(1)SA(U) complete in place per Each for One Thousand Three Hundred Seventy dollars and cents. $ 1,370.00 $ 16,440.00 132 2 EA 644-6027 IN SM RD SN SUP&AM TYS80(1)SA(P) complete in place per Each for One Thousand Two Hundred Sixty dollars and cents. $ 1,260.00 $ 2,520.00 133 72 EA 644-6076 REMOVE SM RD SN SUP&AM complete in place per Each for One Hundred Sixty-Five dollars and cents. $ 165.00 $ 11,880.00 00300-9-2015 Pagc 15 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 134 11 EA 658-6047 INSTL OM ASSM(OM-2Y)(WC)GND complete in place per Each for One Hundred Thirty-Seven dollars and cents. $ 137.00 $ 1,507.00 135 16 EA 658-6101 INSTL OM ASSM(OM-2Z)(WFLX)SRF complete in place per Each for Three Hundred Two dollars and cents. $ 302.00 $ 4,832.00 136 240 LF 662-6001 WK ZN PAV MRK NON-REMOV(W)4"(BRK) complete in place per Linear Foot for Two dollars and cents. $ 2.00 $ 480.00 137 4872 LF 662-6004 WK ZN PAV MRK NON-REMOV(W)4"(SLD) complete in place per Linear Foot for dollars and Fifty cents. $ 0.50 $ 2,436.00 138 945 LF 662-6012 WK ZN PAV MRK NON-REMOV(Vi)8"(SLD) complete in place per Linear Foot for Two dollars and cents. $ 2.00 $ 1,890.00 139 5 EA 662-6017 WK ZN PAV MRK NON-REMOV(W)(ARROW) complete in place per Each for Two Hundred Forty-Seven dollars and cents. $ 247.00 $ 1,235.00 140 5 EA 662-6029 WK ZN PAV MRK NON-REMOV(W)(WORD) complete in place per Each for Two Hundred Forty-Seven dollars and cents. $ 247.00 $ 1,235.00 141 5435 LF 662-6034 WK ZN PAV MRK NON-REMOV(Y)4"(SLD) complete in place per Linear Foot for dollars and_Fifty cents. $ 0.50 $ 2,717.50 142 683 LF 662-6041 WK ZN PAV MRK NON-REMOV(Y)24"(SLD) complete in place per Linear Foot for Nine dollars and cents. $ 9.00 $ 6,147.00 143 11670 LF 662-6060 WK ZN PAV MRK REMOV(W)4"(BRK) 00300-9-2015 Page 16 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount complete in place per Linear Foot for dollars and Fifty cents. $ 0.50 $ 5,835.00 144 618 LF 662-6061 WK ZN PAV MRK REMOV(W)4"(DOT) complete in place per Linear Foot for Two dollars and cents. $ 2.00 $ 1,236.00 145 42204 LF 662-6063 WK ZN PAV MRK REMOV(W)4"(SLD) complete in place per Linear Foot for dollars and Fifty cents. $ 0.50 $ 21,102.00 146 5703 LF 662-6071 WK ZN PAV MRK REMOV(W)8"(SLD) complete in place per Linear Foot for One dollars and cents. $ 1.00 $ 5,703.00 147 1275 LF 662-6073 WK ZN PAV MRK REMOV(W) 12"(SLD) complete in place per Linear Foot for Three dollars and cents. $ 3.00 $ 3,825.00 148 27 EA 662-6080 WK ZN PAV MRK REMOV(W)(ARROW) complete in place per Each for One Hundred Thirty-Seven dollars and cents. $ 137.00 $ 3,699.00 149 24 EA 662-6090 WK ZN PAV MRK REMOV(W)(WORD) complete in place per Each for Two Hundred Nineteen dollars and cents. $ 219.00 $ 5,256.00 150 1340 LF 662-6093 WK ZN PAV MRK REMOV(Y)4"(BRK) complete in place per Linear Foot for dollars and Fifty cents. $ 0.50 $ 670.00 151 53089 LF 662-6095 WK ZN PAV MRK REMOV(Y)4"(SLD) complete in place per Linear Foot for dollars and Fifty cents. $ 0.50 $ 26,544.50 152 494 LF 662-6102 WK ZN PAV MRK REMOV(Y)24"(SLD) complete in place per Linear Foot 00300-9-2015 Pagc 17 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount for Four dollars and cents. $ 4.00 $ 1,976.00 153 1120 EA 662-6109 WK ZN PAV MRK SHT TERM(TAB)TY W complete in place per Each for Two dollars and cents. $ 2.00 $ 2,240.00 154 455 EA 662-6111 WK ZN PAV MRK SHT TERM(TAB)TY Y-2 complete in place per Each for Two dollars and cents. $ 2.00 $ 910.00 155 60 LF 666-6008 REFL PAV MRK TY I(W)4"(LNDP)(090MIL) complete in place per Linear Foot for Eleven dollars and cents. $ 11.00 $ 660.00 156 96 LF 666-6032 REFL PAV MRK TY I(W)8"(LNDP)(090MIL) complete in place per Linear Foot for Eleven dollars and cents. $ 11.00 $ 1,056.00 157 $Q$r LF 666-6035 REFL PAV MRK TY I(W)8"(SLD)(090MIL) complete in place per Linear Foot for One dollars and cents. $ 1.00 $ 8,082.00 158 288 LE 666-6041 REFL PAV MRK TY I(W)12"(SLD)(090MIL) complete in place per Linear Foot for Four dollars and cents. $ 4.00 $ 1,152.00 159 2913 LF 666-6047 REFL PAV MRK TY I(W)24"(SLD)(090MIL) complete in place per Linear Foot for Nine dollars and cents. $ 9.00 $ 26,217.00 160 63 EA 666-6053 REFL PAV MRK TY I(W)(ARROW)(090MIL) complete in place per Each for Two Hundred Forty-Seven dollars and cents. $ 247.00 $ 15,561.00 161 2 EA 666-6056 REFL PAV MRK TY I(W)(DBL ARROW)(090MIL) complete in place per Each for Three Hundred Fifty-Seven dollars and cents. $ 357.00 $ 1,071.00 00300-9-2015 Page 18 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 162 2 EA 666-6071 REFL PAV MRK TY I(W)(LNDP ARW)(090MIL) complete in place per Each for Four Hundred Ninety-Four dollars and cents. $ 494.00 $ 988.00 163 59 EA 666-6077 REFL PAV MRK TY I(W)(WORD)(090MIL) complete in place per Each for Three Hundred Two dollars and cents. $ 302.00 $ 17,818.00 164 8830 LF 666-6167 REFL PAV MRK TY II(W)4"(BRK) complete in place per Linear Foot for dollars and Fifty cents. $ 0.50 $ 4,415.00 165 60 LF 666-6169 REFL PAV MRK TY II(W)4"(LNDP) complete in place per Linear Foot for Eleven dollars and cents. $ 11.00 $ 660.00 166 131 LF 666-6170 REFL PAV MRK TY II(W)4"(SLD) complete in place per Linear Foot for Eleven dollars and cents. $ 11.00 $ 1,441.00 167 26 LF 666-6177 REFL PAV MRK TY II(W)8"(LNDP) complete in place per Linear Foot for Eleven dollars and cents. $ 11.00 $ 1,056.00 168 8082 LF 666-6178 REFL PAV MRK TY II(W)8"(SLD) complete in place per Linear Foot for One dollars and cents. $ 1.00 $ 8,082.00 169 288 LF 666-6180 REFL PAV MRK TY II(W)12"(SLD) complete in place per Linear Foot for Three dollars and cents. $ 3.00 $ 864.00 170 2913 LF 666-6182 REFL PAV MRK TY II(W)24"(SLD) complete in place per Linear Foot for Four dollars and cents. $ 4.00 5 11,652.00 00300-9-2015 Pagc 19 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 171 63 EA 666-6184 REFL PAV MRK TY II(W)(ARROW) complete in place per Each for One Hundred Thirty-Seven dollars and cents. $ 137.00 $ 8,631.00 172 3 EA 666-6185 REFL PAV MRK TY II(W)(DBL ARROW) complete in place per Each for One Hundred Ninety-Two dollars and cents. $ 192.00 $ 576.00 173 2 EA 666-6190 REFL PAV MRK TY II(W)(LNDP ARW) complete in place per Each for Two Hundred Forty-Seven dollars and cents. $ 247.00 $ 494.00 174 59 EA 666-6192 REFL PAV MRK TY II(W)(WORD) complete in place per Each for Two Hundred Nineteen dollars and cents. $ 219.00 $ 12,921.00 175 9095 LF 666-6207 REFL PAV MRK TY II(Y)4"(SLD) complete in place per Linear Foot for dollars and Fifty cents. $ 0.50 $ 4,547.50 176 8830 LF 666-6299 RE PM W/RET REQ TY I(W)4"(BRK)(090MIL) complete in place per Linear Foot for dollars and Seventy-Five cents. $ 0.75 $ 6,622.50 177 131 LF 666-6302 RE PM W/RET REQ TY I(W)4"(SLD)(090NHL) complete in place per Linear Foot for Eleven dollars and cents. $ 11.00 $ 1,441.00 178 9095 LF 666-6314 RE PM W/RET REQ TY I(Y)4"(SLD)(090MIL) complete in place per Linear Foot for dollars and Seventy-Five cents. $ 0.75 $ 6,821.25 179 86 EA 672-6007 REFL PAV MRKR TY I-C complete in place per Each for Nine dollars and cents. $ 9.00 $ 774.00 00300-9-2015 Page 20 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 180 251 EA 672-6009 REFL PAV MRKR TY II-A-A complete in place per Each for Nine dollars and cents. $ 9.00 $ 2,259.00 181 746 EA 672-6010 REFL PAV MRKR TY H-C-R complete in place per Each for Nine dollars and cents. $ 9.00 $ 6,714.00 182 16946 LF 677-6001 ELIM EXT PAV MRK&MRKS(4") complete in place per Linear Foot for dollars and Fifty cents. $ 0.50 $ 8,473.00 183 1050 LF 677-6003 ELIM EXT PAV MRK&MRKS(8") complete in place per Linear Foot for dollars and Fifty cents. $ 0.50 $ 525.00 184 10 EA 677-6008 ELIM EXT PAV MRK&MRKS(ARROW) complete in place per Each for Eighty-Two dollars and cents. $ 82.00 $ 820.00 185 10 EA 677-6012 ELIM EXT PAV MRK&MRKS(WORD) complete in place per Each for One Hundred Thirty-Seven dollars and cents. $ 137.00 $ 1,370.00 186 1119 LF 678-6001 PAV SURF PREP FOR MRK(4") complete in place per Linear Foot for dollars and Twenty-Five cents. $ 0.25 $ 279.75 187 1840 LF 678-6004 PAV SURF PREP FOR MRK(8") complete in place per Linear Foot for dollars and Fifty cents. $ 0.50 $ 920.00 188 1576 LF 678-6008 PAV SURF PREP FOR MRK(24") complete in place per Linear Foot for dollars and Fifty cents. $ 0.50 $ 788.00 189 18 EA 678-6009 PAV SURF PREP FOR MRK(ARROW) 00300-9-2015 Page 21 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount complete in place per Each for Sixty dollars and cents. $ 60.00 $ 1,080.00 190S FSA 678-6016 PAV SURF PREP FOR MRK(WORD) complete in place per Each for One Hundred Ten dollars and cents. $ 110.00 $ 1,650.00 191 1 EA 678-9901 PAV SURF PREP FOR MRK(LNDP)(ARW) complete in place per Each for One Hundred Ten dollars and cents. $ 110.00 $ 110.00 1 4 FA 680-6002 INSTALL HWY TRF SIG(ISOLATED) complete in place per Each for Twenty-Nine Thousand Six Hundred dollars and cents. $ 29,600.00 $ 118,400.00 193 4 EA 680-6004 REMOVING TRAFFIC SIGNALS complete in place per Each for Three Thousand Six Hundred Twenty dollars and cents. $ 3,620.00 $ 14,480.00 194 4 )=Q 680-TS1 VANTAGE NEXT PLATFORM(SHELF-MOUNT CCU W/SHIP KIT) complete in place per Each for Nine Thousand Eight Hundred Seventy dollars and cents. $ 9,870.00 $ 39,480.00 195 a E& 680-TS2 VANTAGE VECTOR HYBRID CAMERA complete in place per Each for Five Thousand Seven Hundred Ten dollars and cents. $ 5.710.00 $ 17,130.00 196 13 EA 680-TS3 VANTAGE NEXT CAMERA complete in place per Each for Two Thousand Five Hundred Twenty dollars and cents. $ 2,520.00 $ 32,760.00 197 4 EA 680-TS4 VANTAGE NEXT VIEWER AND SET UP TOOL complete in place per Each for Six Hundred Fifty-Eight dollars and cents. $ 658.00 $ 2,632.00 198 4 FA 680-TS5 ITERIS EDGE CONNECT CARD complete in place per Each 00300-9-2015 Pagc 22 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount for Six Hundred Eighty-Six dollars and cents. $ 686.00 $ 2,744.00 199 4 EA 680-TS6 AXIS NETWORK PTZ CAMERA complete in place per Each for Four Thousand Three Hundred Ninety dollars and cents. $ 4,390.00 $ 17,560.00 200 390 LF 680-TS7 EHTERNET CABLE CAT 6(FOR PTZ) complete in place per Linear Foot for Four dollars and cents. $ 4.00 $ 1,560.00 201 4 EA 680-TS8 COMNET EHTERNET SWITCH complete in place per Each for Two Thousand One Hundred Ten dollars and cents. $ 2,1 10.00 $ 8,440.00 202 4 EA 680-TS9 INTEGRATED 5.8 GHZ RADIO complete in place per Each for Two Thousand Four Hundred Ten dollars and cents. $ 2,410.00 $ 9,640.00 203 390 LF 680-TS10 EHTERNET CABLE CAT 6(FOR RADIO) complete in place per Linear Foot for Four dollars and cents. $ 4.00 $ 1,560.00 204 8 EA 680-TS 11 OPTICOM DETECTOR-GTT MODEL 722 complete in place per Each for Two Thousand One Hundred Ninety dollars and cents. $ 2,190.00 $ 17,520.00 205 4 EA 680-TS 12 OPTICOM PHASE SELECTOR-GTT MODEL 764 complete in place per Each for Four Thousand Six Hundred Ten dollars and cents. $ 4,610.00 $ 18,440.00 206 4 EA 680-TS 13 OPTICOM CARD RACK-GTT MODEL 760 complete in place per Each for Seven Hundred Sixty-Eight dollars and cents. $ 768.00 $ 3,072.00 207 1531 LF 680-TS 14 OPTICOM CABLE-GTT MODEL 138 complete in place per Linear Foot for Four dollars and cents. $ 4.00 $ 6,124.00 00300-9-2015 Page 23 of36 Bid Fonn Bid %pprox. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 208 16 EA 680-TS 15 ILSN(LED)(8 S) complete in place per Each for Three Thousand Six Hundred Twenty dollars and cents. $ 3,620.00 $ 57,920.00 209 4 EA 681-6001 TEMP TRAF SIGNALS complete in place per Each for Sixty-Six Thousand Nine Hundred dollars and cents. $ 66,900.00 $ 267,600.00 210 43 EA 682-6001 VEH SIG SEC(12")LED(GRN) complete in place per Each for Two Hundred Eighty-Five dollars and cents. $ 285.00 $ 12,255.00 211 23 EA 682-6002 VEH SIG SEC(12")LED(GRN)(ARW) complete in place per Each for Two Hundred Eighty-Five dollars and cents. $ 285.00 $ 6,555.00 212 43 EA 682-6003 VEH SIG SEC(12")LED(YEL) complete in place per Each for Two Hundred Eighty-Five dollars and cents. $ 285.00 $ 12,255.00 213 31 EA 682-6004 VEH SIG SEC(12")LED(YEL)(ARW) complete in place per Each for Two Hundred Eighty-Five dollars and cents. $ 285.00 $ 8,835.00 214 43 EA 682-6005 VEH SIG SEC(12")LED(RED) complete in place per Each for Two Hundred Eighty-Five dollars and cents. $ 285.00 $ 12,255.00 215 18 EA 682-6006 VEH SIG SEC(12")LED(RED)(ARW) complete in place per Each for Two Hundred Eighty-Five dollars and cents. $ 285.00 $ 5,130.00 216 32 EA 682-6018 PED SIG SEC(LED)(COUNTDOWN) complete in place per Each for Five Hundred Twenty-One dollars and cents. $ 521.00 $ 16,672.00 00300-9-2015 Page 24 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 217 46 EA 682-6023 BACK PLATE(12")(3 SEC) complete in place per Each for One Hundred Forty-Three dollars and cents. $ 143.00 $ 6,578.00 218 12 EA 682-6024 BACK PLATE(12")(4 SEC) complete in place per Each for One Hundred Sixty-Five dollars and cents. $ 165.00 $ 1,980.00 219 3 EA 682-6025 BACK PLATE(12")(5 SEC) complete in place per Each for One Hundred Eighty-One dollars and cents. $ 181.00 $ 543.00 220 3557 LF 684-6031 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) complete in place per Linear Foot for Two dollars and cents. $ 2.00 $ 7,114.00 221 6251 LF 684-6033 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) complete in place per Linear Foot for Three dollars and cents. $ 3.00 $ 18,753.00 222 2705 LF 684-6046 TRF SIG CBL(TY A)(14 AWG)(20 CONDR) complete in place per Linear Foot for Seven dollars and cents. $ 7.00 $ 18,935.00 223 5020 LF 684-6080 TRF SIG CBL(TY C)(14 AWG)(2 CONDR) complete in place per Linear Foot for Two dollars and cents. $ 2.00 $ 10,040.00 224 1 EA 686-6041 INS TRF SIG PL AM(S) 1 ARM(40') complete in place per Each for Ten Thousand Four Hundred dollars and cents. $ 10,400.00 $ 10,400.00 225 1 EA 686-6044 INS TRF SIG PL AM(S)1 ARM(40')LUM&ILSN complete in place per Each for Thirteen Thousand Two Hundred dollars and cents. $ 13,200.00 $ 13,200.00 226 3 EA 686-6048 INS TRF SIG PL AM(S)1 ARM(44')LUM&ILSN 00300-9-2015 Page 25 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount complete in place per Each for Fourteen Thousand Three Hundred dollars and cents. $ 14,300.00 $ 42,900.00 227 2 EA 686-6049 INS TRF SIG PL AM(S)1 ARM(48') complete in place per Each for Fourteen Thousand Three Hundred dollars and cents. $ 14,300.00 $ 28,600.00 228 1 EA 686-6061 INS TRF SIG PL AM(S)1 ARM(60') complete in place per Each for Thirty-Two Thousand Nine Hundred dollars and cents. $ 32,900.00 $ 32,900.00 229 EA 686-6064 INS TRF SIG PL AM(S)1 ARM(60')LUM&ILSN complete in place per Each for Thirty-Eight Thousand Four Hundred dollars and cents. $ 38,400.00 $ 76,800.00 230 3 EA 686-6065 INS TRF SIG PL AM(S) 1 ARM(65') complete in place per Each for Thirty-Four Thousand dollars and cents. $ 34,000.00 S 102,000.00 231 2 EA 686-6068 INS TRF SIG PL AM(S) 1 ARM(65')LUM&ILSN complete in place per Each for Thirty-Nine Thousand Five Hundred dollars and cents. $ 39,500.00 $ 79,000.00 232 20 EA 687-6001 PED POLE ASSEMBLY complete in place per Each for Three Thousand Two Hundred Ninety dollars and cents. $ 3,290.00 $ 65,800.00 233 32 EA 688-6001 PED DETECT PUSH BUTTON(APS) complete in place per Each for Seven Hundred Sixty-Eight dollars and cents. $ 768.00 $ 24,576.00 234 4 EA 688-6003 PED DETECTOR CONTROLLER UNIT complete in place per Each for Three Thousand Two Hundred Ninety dollars and cents. $ 3,290.00 S 13,160.00 235 1 LS CORR-700 MOBILIZATION complete in place per Lump Sum 00300-9-2015 Page 26 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount Two Million Five Hundred Seventy-Four Thousand Seven for Hundred Fifteen dollars and cents. $ 2,574,715.00 $ 2,574,715.00 236 2 EA CORR-802 CONSTRUCTION SITE SIGN(TYPE 1) complete in place per Each for Nine Hundred Thirty-Three dollars and cents. $ 933.00 $ 1,866.00 237 23060 TON 3076-6003 D-GR HMA TY-B PG64-22(EXEMPT) complete in place per Ton for One Hundred Twenty-Five dollars and cents. $ 125.00 $2,882,500.00 238 16984 GAL 3076-6066 TACK COAT complete in place per Gallon for Four dollars and cents. $ 4.00 $ 67,936.00 239 6928 TON 3076-6074 D-GR HMA TY-C SAC-B PG70-22(EXEMPT) complete in place per Ton for One Hundred Seventy-Seven dollars and cents. $ 177.00 $ 1,226,256.00 240 8302 TON 3076-6079 D-GR HMA TY-C PG70-22(EXEMPT) complete in place per Ton for One Hundred Twenty-Nine dollars and cents. $ 129.00 $ 1,070,958.00 241 1122 TON 3076-6082 D-GR HMA TY-D PG70-22(LEVEL-UP)(EXEMPT) complete in place per Ton for One Hundred Forty-Eight dollars and cents. $ 148.00 $ 166,056.00 242 6 EA 6001-6002 PORTABLE CHANGEABLE MESSAGE SIGN complete in place per Each for Twenty-Four Thousand Seven Hundred dollars and cents. $ 24,700.00 $ 148,200.00 243 3878 LF 6004-6031 ITS COM CABLE(ETHERNET) complete in place per Linear Foot for Three dollars and cents. $ 3.00 $ 11,634.00 244 4 EA 6058-6001 BBU SYSTEM(EXTERNAL BATT CABINET) complete in place per Each 00300-9-2015 Page 27 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount for One Thousand Six Hundred Fifty dollars and cents. $ 1,650.00 $ 6,600.00 245 1000 LF 7114-9901 WATER FILLED BARRIER(FUR&INST) complete in place per Linear Foot for Ten dollars and cents. $ 10.00 $ 10,000.00 246 1000 LF 7114-9902 WATER FILLED BARRIER(MOVE) complete in place per Linear Foot for Seven dollars and cents. $ 7.00 $ 7,000.00 247 1000 LF 7114-9903 WATER FILLED BARRIER(REMOVE) complete in place per Linear Foot for Nine dollars and cents. $ 9.00 $ 9,000.00 248 4_7 CY WW-1(401) FLOWABLE BACKFILL complete in place per Cubic Yard for Three Hundred Two dollars and cents. $ 302.00 $ 1,419.40 249 56.1 CY WW-2(403) CLASS A 3000 PSI CONCRETE complete in place per Cubic Yard for Eighty-One dollars and cents. $ 81.00 $ 4,544.10 250 70 LF WW-3(501) JACKING OR BORING 18-IN STEEL PIPE 7/16 IN THICK complete in place per Linear Foot for Five Hundred Sixty-Five dollars and cents. $ 565.00 $ 39,550.00 251 50 EA WW-4(504) ADJUST WATER VALVE TO FG complete in place per Each for Five Hundred Eighty-Three dollars and cents. $ 583.00 $ 29,150.00 252 3 EA WW-5(504) ADJUST WATER METER TO FG complete in place per Each for Four Hundred Eighty-Seven dollars and cents. $ 487.00 $ 1,461.00 253 1 EA WW-6(504) ADJUST AIR RELEASE VALVE AND AIR PIPING TO FG complete in place per Each 00300-9-2015 Page 28 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount for One Thousand One Hundred Twenty dollars and cents. $ 1,120.00 $ 1,120.00 254 14 EA WW-7(504) REMOVE WATER VALVE complete in place per Each for Eight Hundred Eighty dollars and cents. $ 880.00 $ 12,320.00 255 11 EA WW-8(504) REMOVE EXISTING FIRE HYDRANT complete in place per Each for Eight Hundred Eighty-One dollars and cents. $ 881.00 $ 9,691.00 256 3 EA WW-9(504) RELOCATE WATER METER complete in place per Each for Four Thousand Five Hundred Twenty dollars and cents. $ 4,520.00 $ 13,560.00 257 147 LF WW-10(505) ENC PIPE STL(7/16 IN THICK) 18-IN DIA(OC)(ALL DEPTHS) complete in place per Linear Foot for One Hundred Eighty-Five dollars and cents. $ 185.00 $ 27,195.00 258 354 LF WW-11(505) ENC PIPE STL(1/2 IN THICK)30-IN DIA(OC)(ALL DEPTHS) complete in place per Linear Foot for Two Hundred Seventy-Two dollars and cents. $ 272.00 $ 96,288.00 259 20 LF WW-12(505) ENC PIPE STL(1/2 IN THICK)36-IN DIA(OC)(ALL DEPTHS) complete in place per Linear Foot for Three Hundred Fifty-Three dollars and cents. $ 353.00 $ 7,060.00 260 44 LF WW-13(505) ENC PIPE STL(1/2 IN THICK)42-IN DIA(OC)(ALL DEPTHS) complete in place per Linear Foot for Four Hundred Sixty-Seven dollars and cents. $ 467.00 $ 20,548.00 261 7 EA WW-14(506) MINOR MANHOLE ADJUSTMENT complete in place per Each for Two Thousand Three Hundred Twenty dollars and cents. $ 2,320.00 $ 16,240.00 00300-9-2015 Page 29 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 262 14 EA WW-15(506) REPLACE RING&COVER complete in place per Each for Two Thousand Three Hundred Ninety dollars and cents. $ 2,390.00 $ 33,460.00 263 5562 LF WW-16(509) TRENCH SAFETY SYSTEMS(ALL DEPTHS) complete in place per Linear Foot for dollars and Seventy-Five cents. $ 0.75 $ 4,171.50 264 185 LF WW-17(510) PIPE(CL 350 RJ DI OR PVC C900)6-IN DIA(ALL DEPTHS)E&B complete in place per Linear Foot for One Hundred One dollars and cents. $ 101.00 $ 18,685.00 2 LF WW-18(510) PIPE(CL 250 RJ DI OR PVC C900)8-IN DIA(ALL DEPTHS)E&B complete in place per Linear Foot for One Hundred Sixteen dollars and cents. $ 116.00 $ 580.00 266 171 LF WW-19(510) PIPE(CL 350 RJ DI OR PVC C900)8-IN DIA(ALL DEPTHS)E&B complete in place per Linear Foot for One Hundred Sixteen dollars and cents. $ 116.00 $ 19,836.00 267 1447 LF WW-20(5 10) PIPE(CL 250 RJ DI OR PVC C900)16-IN DIA(ALL DEPTHS)E&B complete in place per Linear Foot for Three Hundred Twenty dollars and cents. $ 320.00 $ 463,040.00 268 26 IAF WW-21(5 10) PIPE(CL 250 RJ DI OR PVC C900)20-IN DIA(ALL DEPTHS)E&B complete in place per Linear Foot for Two Hundred Eighty dollars and cents. $ 280.00 $ 26,880.00 269153 LF WW-22(510) PIPE(CL 250 RJ DI OR PVC C900)24-IN DIA(ALL DEPTHS)E&B complete in place per Linear Foot for Three Hundred Forty-Six dollars and cents. $ 346.00 $ 52,938.00 00300-9-2015 Pagc 30 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 270 217 LF WW-23(5 10) PIPE(CL 350 RJ DI OR PVC C900)8-IN DIA(THRU ENC PIPE) complete in place per Linear Foot for One Hundred Five dollars and cents. $ 105.00 $ 22,785.00 271 194 LF WW-24(5 10) PIPE(CL 350 RJ DI OR PVC C900)16-IN DIA(THRU ENC PIPE) complete in place per Linear Foot for Two Hundred Five dollars and cents. $ 205.00 $ 39,770.00 272 20 LF WW-25(5 10) PIPE(CL 350 RJ DI OR PVC C900)20-IN DIA(THRU ENC PIPE) complete in place per Linear Foot for Two Hundred Eighty-Six dollars and cents. $ 286.00 $ 5,720.00 273 44 LF WW-26(5 10) PIPE(CL 350 RJ DI OR PVC C900)24-IN DIA(THRU ENC PIPE) complete in place per Linear Foot for Three Hundred Sixty-Nine dollars and cents. $ 369.00 $ 16,236.00 274 713 LF WW-27(510) PIPE REMOVAL 8-IN DIA(ALL DEPTHS)E&B complete in place per Linear Foot for Sixteen dollars and cents. $ 16.00 $ 11,408.00 275 1527 LF WW-28(510) PIPE REMOVAL 16-IN DIA(ALL DEPTHS)E&B complete in place per Linear Foot for Seventeen dollars and cents. $ 17.00 $ 25,959.00 276 312 LF WW-29(5 10) PIPE REMOVAL 20/24-IN DIA(ALL DEPTHS)E&B complete in place per Linear Foot for Eighteen dollars and cents. $ 18.00 $ 5,616.00 277 1 EA WW-30(510) WET CONNECTION(6-IN DIA X 6-IN DIA) complete in place per Each for Two Thousand Two Hundred Ninety dollars and cents. $ 2,290.00 $ 2,290.00 278 5 EA WW-31 (5 10) WET CONNECTION(8-IN DIA X 8-IN DIA) complete in place per Each for Two Thousand Four Hundred Forty dollars 00300-9-2015 Page 31 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount and cents. $ 2,440.00 $ 12,200.00 279 7 EA WW-32(510) WET CONNECTION(16-IN DIA X 16-IN DIA) complete in place per Each for Three Thousand Four Hundred Eighty dollars and cents. $ 3,480.00 $ 24,360.00 280 1 EA WW-33(5 10) WET CONNECTION(20-IN DIA X 20-IN DIA) complete in place per Each for Four Thousand Three Hundred Seventy dollars and cents. $ 4,370.00 $ 4,370.00 281 1 EA WW-34(510) WET CONNECTION(24-IN DIA X 24-IN DIA) complete in place per Each for Five Thousand One Hundred Eighty dollars and cents. $ 5,180.00 $ 5,180.00 282 Z EA WW-35(510) PRESSURE TAP(6-IN DIA X 16-IN DIA) complete in place per Each for Eight Thousand Five Hundred Eighty dollars and cents. $ 8,580.00 $ 60,060.00 283 1 EA WW-36(5 10) PRESSURE TAP(12-IN DIA X 16-IN DIA) complete in place per Each for Thirteen Thousand Three Hundred dollars and cents. $ 13,300.00 $ 13,300.00 284 23 EA WW-37(510) INSTL OR RECON LAT SVC TO REP PIPE (1.5-IN SVC X 16-IN PIPE) complete in place per Each for Two Thousand Seven Hundred Ten dollars and cents. $ 2,710.00 $ 62,330.00 285 14 TON WW-38(510) DUCTILE IRON FITTINGS complete in place per Ton for Seven Thousand Two Hundred dollars and cents. $ 7,200.00 $ 100,800.00 286 9 EA WW-39(511) VALVE(GATE)(6-IN DIA) complete in place per Each for Two Thousand Six Hundred Thirty dollars and cents. $ 2,630.00 $ 23,670.00 287 4 EA WW40(511) VALVE(GATE)(8-IN DIA) complete in place per Each for Three Thousand dollars and cents. $ 3,000.00 $ 12,000.00 00300-9-2015 Page 32 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 288 1 EA WW41(511) VALVE(GATE)(12-IN DIA) complete in place per Each for Seven Thousand Two Hundred dollars and cents. $ 7,200.00 $ 7,200.00 289 5 EA WW42(511) VALVE(GATE)(16-IN DIA) complete in place per Each for Thirteen Thousand dollars and cents. $ 13,000.00 $ 65,000.00 2�Q 1 FA WW43(511) VALVE(GATE)(20-IN DIA) complete in place per Each for Twenty-Six Thousand Four Hundred dollars and cents. $ 26,400.00 $ 26,400.00 291 1 FA WW-44(511) VALVE(GATE)(24-IN DIA) complete in place per Each for Forty Thousand Eight Hundred dollars and cents. $ 40,800.00 $ 40,800.00 292 3 EA WW45(511) AIR RELEASE VALVE(2-IN DIA) complete in place per Each for Six Thousand Five Hundred dollars and cents. $ 6,500.00 $ 19,500.00 293 9 EA WW-46(511) FIRE HYDRANT ASSEMBLY complete in place per Each for Six Thousand Five Hundred Ten dollars and cents. $ 6,510.00 $ 58,590.00 294 1 EA WW-47(511) BLOW OFF VALVE complete in place per Each for Three Thousand dollars and cents. $ 3,000.00 $ 3,000.00 00300-9-2015 Page 33 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 295 9 EA WW48(511) REFLECTORIZED PAVEMENT MARKERS complete in place per Each for Eighty-Eight dollars and cents. $ 88.00 $ 792.00 296 38 DAY 6185-6002 TMA(STATIONARY) complete in place per Day for Three Hundred Two dollars and cents. $ 302.00 $ 11,476.00 297 11 DAY 6185-6005 TMA(MOBILE OPERATION) complete in place per Dia for Nine Hundred Five dollars and cents. $ 905.00 $ 9,955.00 298 4433 LF GF#1 DIRECTIONAL BORE(4"HDPE CONDUIT W/MULE TAPE)(ROLL DUCT)-LABOR&EQUIPMENT ONLY complete in place per Linear Foot for Thirty dollars and cents. $ 30.00 $ 132,990.00 299 4 EA GF#2 GFB LARGE VAULT(30X48X36)-INSTALL ONLY complete in place per Each for One Thousand One Hundred Eighty dollars and cents. $ 1,180.00 $ 4,720.00 300 1 EA GF#3 FURNISH RECORD AS-BUILTS complete in place per Each for One Thousand Nine Hundred Twenty dollars and cents. $ 1,920.00 $ 1,920.00 301 16 EA GF#4 GFB SMALL VAULT(24X36X36)-INSTALL ONLY complete in place per Each for Eight Hundred Seventy-Three dollars and cents. $ 873.00 $ 13,968.00 302 EA GF#5 GFB EXTRA LARGE VAULT(40X64X36)-INSTALL ONLY complete in place per Each for Two Thousand Eight Hundred Ninety dollars and cents. $ 2,890.00 $ 8,670.00 00300-9-2015 Page 34 of 36 Bid Form Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount GATTIS SCHOOL ROAD SEGMENT 3(Items 1 thru 297) $ 26,762,805.35 GOOGLE FIBER(Items 298 thru 302) $ 162,268.00 BASE BID:TOTAL(Items 1 thru 302) $ 26,925,073.35 ALTERNATE ADD 1 A 10 EA 465-7038 INLET(COMPL)(PCU)(5FT)(LEFT) complete in place per Each for Seven Thousand Six Hundred Ten dollars and cents. $ 7,610.00 $ 76,100.00 2A 10 EA 465-7039 INLET(COMPL)(PCU)(5FT)(RIGHT) complete in place per Each for Seven Thousand Six Hundred Ten dollars and cents. $ 7,610.00 $ 76,100.00 3A 34 EA 465-7040 INLET(COMPL)(PCU)(5FT)(BOTH) complete in place per Each for Eight Thousand Four Hundred Fifty dollars and cents. $ 8,450.00 $ 287,300.00 ALTERNATE:ADD(Items lA thru 3A) $ 439,500.00 DEDUCT 61 Lo EA 465-9901 INLET(COMPL)(CURB)(TY IIR)(10') complete in place per Each for Nine Thousand Six Hundred Seventy dollars and cents. $ 9,670.00 $ 193,400.00 62 34 EA 465-9902 INLET(COMPL)(CURB)(TY IIR)(15') complete in place per Each for Twelve Thousand Eight Hundred dollars and cents. $ 12,800.00 $ 435,200.00 ALTERNATE:DEDUCT(Items 61 thru 62) $ 628,600.00 ALTERNATE:TOTAL+/- $ (189,100.00) 00300-9-2015 Page 35 of 36 Bid Form BASE BID: TOTAL ( Items 1 thru 302) $ 26,925,073.35 ALTERNATE: TOTAL+/- $ (189,100.00) TOTAL AMOUNT (BASE BID +ALTERNATE) $ 26,735,973.35 If this bid is accepted, the undersigned agrees to execute the Agreement and provide necessary bonds and insurance certification as per the Instructions to Bidders. The undersigned certifies that the bid prices contained in the bid have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities or technicalities. R ect 1 Su 'tted Signature 217 Kingston Lacy Blvd. H.H.Dickehut,III Pflugerville,TX 78660 Print Name Address Vice President of Estimating/Secretary 512.251.7872 Title Telephone Cash Construction Co.,Inc. Name of Firm 2/27/24 Date Secretary, if Bidder is a Corporation 00200-9-2015 Page 46 of 46 Bid Form Solicitation Requirements Contract Forms & Conditions of Contract Statement of Bidder's Safety Experience Section 00410 Bidder must submit a signed Statement of Bidder's Safety Experience form with his Bid; failure to do so will constitute an incomplete Bid that may be rejected. In order to make a responsive Bid, Bidder must provide evidence that it meets minimum OSHA construction safety program requirements, has not been fined by OSHA for any willful safety violations in the past three years, and has a lost time injury rate that doesn't exceed the limits established below. All questions must be answered and data given must be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. Company Name: Cash Construction Company, Inc. Address: 217 Kingston Lacy Blvd., Pflugerville, Texas 78660 phone: 512-251-7872 Completed by: Matt Shearer Date: February 27,2024 1. Does the company have a written construction Safety program? ❑No 2. Does the company conduct construction safety inspections? ❑No 3. Does the company have an active construction safety-training program? VDNo 4. Has the company been fined by OSHA for any willful safety violations in the past ❑Yes �4/0 three years? 5. Does the company have a lost time injury rate of 7.8 for SIC 15,or 7.6 for SIC 16, ❑Yes V0 or less over the past three years? Attach the company's OSHA 200/300 logs for the past three years. 6. Does the company or affected subcontractors have competent persons in the following Areas? A. Scaffolding ❑Yes ❑No N/A B. Excavation es ❑No ❑N/ C. Cranes El Yes []NoD. Electrical ❑Y s ❑No NiA E. Fall Protection CY . (-]No N/A F. Confined Spaces es ❑No ❑N/A I hereby certify that ttic above information is true and correct. Sig re Title 6T 16(4-Fa/( Page 1 (X"IL)8-2014 Statement of Bidder's Safety Experience 00090654 OSHA's Form 300A (Rev.0112004) Year 2023 I Summary of Work-Related Injuries and Illnesses U.S.Department of Labor OCCUPational Sanely and Heakh Admin,straew Foam apPro�ed OMA rro.1219-0176 All establishments covered 5y Part 1904 must complete this Summery page,even Kno Injuries or illnesses occurred during the Year Remember to review the Log to verify that the entries are complete Using the Logcount the individual entries you made for each category. Then write the totals below, Establishment information making sure you've added the entries from every page of the log. If you had no cases write'0." Employees former employees,and their representatives have the right to review the OSHA Form 300,n Your establishment name Cash Construction Comuan; its entirety. They also have limited access to Wo OSHA Form 301 or its equivalent. See 29 CFR 1904.35,in OSHA's Recordkeeping rule,for further details oe the access provisions for these forms. Street 217 Kingston Lac Blvd Number of Cases City PfW erode State Taxa. zip 78660 Industry description(e.g.,Manufacture of motor truck trailers) Total number of Total number of Total number of cases Total number of Const uct on deaths cases with days with job transfer or other recordable away from work restriction cases Standard Industrial Classificaton(SIC),if known(e.g_SIC 3715) 0 0 0 1 _ ...- -- --. (G) (H) (I) (J) OR North Amencan Industrial Closaifcation(NAICS),it known(e.g..336212) 2 3 7 1 1 0 Number of Days Employment information Total number of Total dumber of days of days away from job transfer or restriction Annual average number of employees 233 work --— O O Total hours worked by all employees last __..—__... _ year 568,642 (K) (L) Injury and Illness Types Sign here Total number of... Knowingly falsifying this document may result in a fine. (M) (1) Injury 0 (4) Poisoning 0 (2) Skin Disorder 0 (5) Hearing Loss 0 (3) Respiratory I certify that I have examined this document and that to the best of my knowledge the entries are true,accurate,and Condition 0 (6)All Other Illnesses 0 complete ,vmpany exemtive _ Tifle s)a . 53-t .alga a- i- any Post this Summary page from February 1 to April 30 of the year following the year covered by the form Phone Date Public reporting burcen fcr Utis selection olinformation is estimaled to average 58 Mnules per response,including tire to review Ste Instruction,search and gather the cata meded,and complete aid review the election of information.Persons are not required to respond to the collection of information unless it displays a wrmnlly valid OMB control miter,If you Lave any bcmments about these estimates of any aspects of th s data collection,contact US Ceparbnentot Labor.OSHA Or"of Stabstcs Room N-3644.200 Co,isb#,ubon Ave.NW.Washhw0un.DC 20210.De net send the=nrisied forms to this office. OSHA's Form 300A (Rev.01/2004) Year 2022 *1 Summary of Work-Related Injuries and Illnesses OU.S.DepaHmlth of Labor ccupellonal Sriary and Health Atlminlstrrilon Form wprmed 01018 m 1218-0176 All establishments covered by Part 1904 must complete this Summary page,even if no injuries or illnesses occurred during the year Remember to review the Log to verify that the entries are complete - Using the Log,count the individual entries you made for each calegory. Then write the totals below, Establishment information making sure you Le added the entries from every page of the log. If you had no cases write"0." Employees formeremployees,and their representatives have the fight to review the OSHA Form 300 in Your establishment name Cash Construction Company its entirely. They also have limited access to the OSHA Form 301 or its equivalent See 29 CFR 1904.35,in OSHA's Recordkeeping rule,for further details on the access provisions for these forms. Street 217 Kingston.Lacy Blvd Number of Cases City Pflugerville state Texas -__ zip 78660 Industry description(e.g.,Manufacture of motor truck trailers) Total number of Total number of Total number of cases Total number of construction deaths cases with days with job transfer or other recordable away from work restriction Cases Standard Industrial Classification(SIC),if known(e.g.,SIC 3715) 0 1 0 1 ((moi) (H) (I) (3) OR North American Industrial Classification(NAICS),if known(e.g.,336212) 2 3 7 1 1 0 Number of Days Employment information 1 Total number of Total number of days of days away from job transfer or restriction Annual average number of employees -311 work Total hours worked by all employees last 25 0 year _ 767,608 (K) (L) Injury and Illness Types Sign here Total number of_ Knowingly falsifying this document may result In a fine. (M) (1) Injury 2 (4) Poisoning 0 (2) Skin Disorder 0 (5) Hearing Loss 0 1 certify that I have examines-4S document and that to the best of my knowledge the entries are true,accurate,and (3) Respiratory complete Condition 0 (6)All Other illnesses 0 Company executive Title Post this Summary page from February 1 to April 30 of the year following the year covered by the form Phone Date Public reporting burden for this coliecron of'.information is estimated to average 58 minutes per response,including tine to review the instruction,search and gather the data needed,and complete aril review the collection of infomration.Persons are not required to respond to the collection of information unless it displays a currently valid OMB control number. If you have any comments about these estimates or any aspects of this data collection,contact.VS Department of Labor.OSHA Office of Slatenics.Roan N-3644.200 Constitution Ave.NW.Washington.DC 20210.Do not send the completed forms to this office OSHA's Form 300A (Rev.01/2004) Year zozl 1 Summary of Work-Related Injuries and Illnesses U.S.Department of Labor Octupatlonal Safety and Health Administration 1 orm approved OMB no.1219-01]ti A71 establishments covered by Part 1904 must complete this Summary page,oven if no injuries a illnesses occurred during the year. Remember to review the Log to verify that the entries are complete Using the Log,count the individual entries you made for each category. Then write the totals below, (Establishment information making sure you've added the entries from every page of the log. I/you had no cases write I Employees former employees,and their representatives have the right to review the OSHA Form 300 in Your establishment name Cash Construction Company its entirety. They also have limited access to the OSHA Form 301 or its equivalent. See 29 CFR --- 1904.35,in OSHA's Recordkeeping rule,for further details on the access provisions for these forms. Street 217 Kingston Lacv Blvd Number of Cases City Pf_ Ville State _..._ Texas Zip 78660 Industry description(e,g.,Manufacture of motor truck trailers) Total number of Total number of Total number of cases Total number of Construction —_... Baths cases with days with job transfer or other recordable away from work restriction cases Standard Industrial Classification(SIC),if known(e.g.,SIC 3715) 0 1 0 6 (G) (H) (1) (J) OR North American Industrial Classification(NAICS),if known(e.g.,336212) 2 3 7 1 1 0 Number of Days Employment information Total number of Total number of days of days away from job transfer or restriction I Annual average number of employees 298 work Total hours worked by all employees last --9 0 year 749,589 (K) (L) — Injury and Illness Types Sign here Total number of.. Knowingly falsifying this document may result in a fine. (M) (1) Injury 7 (4) Poisoning 0 (2) Skin Disorder 0 (5) Hearing Loss 0 I certify ed this document and that to the best of m knowledge the entries are true,accurate,and (3) Respiratory — — ytnat f hav>exa�-- Y 9 Condition U complete. __ (6)All Other Illnesses 0 ComTitle executive Titlel� Post this Summary page from February 1 to April 30 of the year following the year covered by the form Phone Date Public reporting burden for this milection of information is estimated to average 58 minutes per response:including time to review the instruction,search and - --- —— --- gather the data needed,and complete and review the collection of information.Persons are not reouued to respond to the collection of information unless it displays a currently valid OMB contrd number.If you have any comments about these estimates or any aspects of this data collection,contact.US Department of Labor,OSHA Office of Statistics,Room N-3644,200 Constitution Ave.NW.Washingter,OC 20210.Do not send the completed forms to this office. CASH CONSTRUCTION COMPANY, INC. CERTIFICATE OF ASSISTANT SECRETARY The undersigned, Alberto de Cardenas,being the duly elected Assistant Secretary of Cash Construction Company, Inc., a Texas corporation (the"Corporation'% does hereby certify that on behalf the Corporation,to the best of his knowledge, information and belief: The following persons hold the offices set forth beside their respective names, to hold any such office until his or her successor should be chosen and qualified in his or her stead,or until his or her earlier death,resignation, retirement, disqualification or removal from office: Troy Gjerde, Senior Vice President Paul DiMarco, Vice President David Karian,Vice President Herbert H. (Trey)Dickehut III -Vice President/Secre V- Garey Bryant, Vice President, Secretary and Treasurer Alberto de Cardenas-Assistant Secretary Robert E. Apple- Director ASSISTANT SECRETARY: AL ER ODE CARDENAS Dec . 18, -10 ;1-3DATE 00500 AGREEMENT City of Round Rock, Texas Contract Forms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor /) AGREEMENT made as of the ( )day of in the year 20G BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Cash Construction Co.,Inc. ("Contractor") 217 Kingston Lacy Blvd. Pflugerville,TX 78660 The Project is described as: Gattis School Road-Segment 3 West of AW Grimes to East of Double Creek The Engineer is: Rodriguez Transportation Group 11211 Taylor Draper Lane,Suite 100 Austin,TX 78759 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged,Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement,other documents listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements, either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 4-2020 Pagel of 5 Standard Form of Agreement 00443647 ARTICLE 3 DATE OF COMMENCEMENT;DATE OF SUBSTANTIAL COMPLETION; DATE OF FINAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner. 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 3.3 Contractor shall commence Work within Ten (__10 ) calendar days from the date delineated in the Notice to Proceed. 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than N/A ( N/A )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than N/A N/A )calendar days from issuance by Owner of Notice to Proceed, subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement,Contractor shall pay to Owner,as liquidated damages, the sum of Seven Hundred Fifty and No/100 Dollars($ 750 )for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement and is not a penalty. It is agreed that the harm that would be caused by such failure, which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work(or any portion thereof)is not achieved on or before thirty(30)days after the date(s) specified for Substantial Completion in the Agreement, the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation, the recovery of actual damages. The date(s) specified for Substantial Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than Seven Hundred Thirty 7( 30 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's full and complete performance of the Work and all of Contractor's obligations under this Agreement. The Contract Sum shall be Twenty six million seven hundred thirty-five thousand nine hundred seventy-three dollars and thirty-five cents ($26,735,973.35 ),subject to additions and deductions as provided in the Contract Documents. 4.2 Does the Contract Sum include alternates which are described in the Bid Form? No . Yes X .If yes,please provide details below: Accepted alternate as bid,can use alternate materials for certain bid items. 00500 4-2020 Page 2 of 5 Standard Form of Agreement 00443647 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor,and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender,Owner shall make progress payments on account of the Contract Sum to Contractor as provided below, in Article 14 of the General Conditions, and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth(10th) day of a month, Owner shall make payment to Contractor of amounts approved by the Owner not later than the tenth(10th)day of the next month.If an Application for Payment is received by Engineer and Owner after the application date fixed above,payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment. The Owner shall not have any obligation to pay any amount covered by the Engineer's Certificate for Payment that is disputed by the Owner. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents.The schedule of values shall allocate the entire Contract Stun among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require.This schedule,unless objected to by Engineer or Owner, shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work, and to satisfy other requirements,if any,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by Engineer and approved by the Owner. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty(30) days after all Work on the Contract has been fully performed.Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment,and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the General Conditions. 00500 4-2020 Page 3 of 5 Standard Form of Agreement 00443647 6.2 The Work may be suspended by Owner as provided in Article 15 of the General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor,as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. 7.1.3 The Supplementary,S ecial,and other Conditions of the Contract are those contained in the Project Manual dated January 31 . 204 . 7.1.4 The Specifications are those contained in the Project Manual dated January 31 , 2024 . 7.1.5 The Drawings,if any,are those contained in the Project Manual dated January 31 , 2024. 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated January 31 , 2024 . 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated January 31 . 2024 . 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Forms 03000,"Federally Required Contract Clauses,as modified. 7.1.9 Other documents,if any,forming part of the Contract Documents are as follows: SIA ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Bill Stablein 3400 Sunrise Road Round Rock.TX 78665 (512)218-3237 bstablein(aroundrocktexas.Qov 8.3 Contractor's representative is: Ty E�bGr 21-+ K,-n s Lac. Bled. 11;l ervil2 X -7,9(P(-0 51Z- os- Co G0-+ ty,eo►ber� �aS�n[ans�K kc�ion.co^n 8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the other party. 00500 4-2020 Page 4 of 5 Standard Form of Agreement 00443647 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor,subject to proper additions and deductions,all as provided in the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only. 8.7 Although this Agreement is drawn by Owner,both parties hereto expressly agree and assert that,in the event of any dispute over its meaning or application,this Agreement shall be interpreted reasonably and fairly,and neither more strongly for nor against either party. 8.8 This Agreement shall be enforceable in Round Rock,Texas,and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein,exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by an arbitration proceeding,including without limitation,any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. 8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal representatives for the full and faithful performance of the terms and provisions hereof. This Agreement is entered into as of the day and year first written above and is executed in at least two(2) original copies,of which one is to be delivered to Owner. OWNER CONTRACTOR CIT F R �ITEXAS Cash onstruction Co., Inc. Printed ame: Printed Name: ' H.H.Okke/►ut, Title Title: Y► c e'/lam✓ � Date Signed: LZ Date Signed: ATTEST: City Clerk FOR CITY APEROVED AS TO FORM: t they 00500 4-2020 Page 5 of 5 Standard Form of Agreement 00443647 PERFORMANCE BOND Bond No. 108012838 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Cash Construction Company, Inc. , of the City of Pflugerville , County of Travis , and State of Texas , as Principal, and Travelers Casualty and Surety Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS (Owner), In the penal SUM Of Twenty six million seven hundred thirty-five thousand nine hundred seventy-three dollars and 35 cents Dollars ($26,735,973.35 ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Agreement with the Owner dated the e�day of , 20 24 to which the Agreement is hereby referred to and made a part hereof as fully and to th ame extent as if copied at length herein consisting of: Gattis School Road- Segment 3 West of AW Grimes to East of Double Creek NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Agreement, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of,the Principal in performing the Work covered by said Agreement and occurring within a period of twelve (12) months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed,then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00610 4-2020 Performance Bond 00443639 PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement, or to the work to be performed thereunder. If Principal fails to faithfully perform said Agreement, Surety, after receipt of written notice of Principal's default, shall perform all of Principal's duties and obligations under the Agreement. If, within ten (10) days after receipt of such notice from Owner, Surety does not commence to complete the obligations of Principal with a contractor acceptable to Owner and diligently complete the performance of the Principal's duties and obligations, Owner shall have the right but not the obligation to have the duties and obligations of Principal performed. In such event, Surety shall pay to Owner,upon demand, all costs, expenses and damages sustained by Owner as a result of Principal's failure to perform its duties and obligations under the Agreement up to the $26,735,973.35 sum of this Performance Bond, plus all costs and expenses, including attorney's fees and expert and consultant fees incurred by Owner to enforce its rights under this Performance Bond. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 9th day of April , 2024 Cash Construction Company,Inc. Travelers Casualty and Surety Company Principal Surety H.H.Dlckehut,111 Misty Witt Prin ted Name Printed Name By: By: PCIK Title: Vi C e. c ,P-L--t Title: Attorney-in- act Address: 217 Kingston Lacy Blvd. Address: One Tower Square Pflugerville,TX 78660 Hartford,CT 06183 Resident Agent of Surety: Signature Misty Witt Printed Name 500 Dallas St.,Ste. 1500 Street Address Houston,TX 77002 City, State & Zip Code Page 2 00610 4-2020 Performance Bond 00443639 PAYMENT BOND Bond No. 108012838 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Cash Construction Company,Inc. , of the City of Pflugerville , County of Travis , and State of Texas , as Principal, and Travelers Casuafty and Surety Company authorized under the laws of the State of Texas to act as Surety on Bonds for Principals,are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Twenty six million seven hundred thirty-five thousand nine hundred seventy-three dollars and thirty-five cents Dollars($ 26,735,973.35 )for the payment whereof,well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns,jointly and severally,by these presents: WHEREAS,the Principal has entered into a certain written Agreement with the Owner,dated the day of , 2024 to which Agreement is hereby referred to and made a pari-hereof as fully and to the sade extent as if copied at length herein consisting of: Gattis School Road- Segment 3 West of AW Grimes to East of Double Creek NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors,workers, laborers,mechanics, and suppliers, all monies to them owing by said Principals for subcontracts,work,labor,equipment, supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED,HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00620 042020 Payment Bond 00437699 PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect its obligation on this bond,and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 9th day of April , 2024 . Cash Construction Company, LLC Travelers Casualty and Surety Company Principal Surety H.H.Dlckehut,111 Misty Witt PrWteo,Name Printed Name By: By: Title: �;c %��PS� �w`� Title: Attorney-in- act Address: 217 Kingston Lacy Blvd. Address: one Tower Square Pflugerville,TX 78660 Hartford, CT 06183 Resident Agent of Surety: M�r 1 >,�t Signature Misty Witt Printed Name 500 Dallas St.,Ste.1500 Street Address Houston,TX 77002 City, State & Zip Code Page 2 006201-2020 Payment Bond 00090656 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Mistv Witt of Houston I Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed,this 21st day of April, 2021. �00.S�HElo.M1 tv A+Vr '� HART-0RD. < a i < CAFORt�1 CONN M� State of Connecticut By: _ �J74K� City of Hartford ss. Robert ORaney, Senior Vice President On this the 21st day of April,2021,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. �r�'PIPn��'�',a My Commission expires the 30th day of June, 2026 * NDA , rue ° a Anna P. Nowik, Notary Public c This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance,contract of indemnity, or writing obligatory in the nature of a bond,recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or(b) duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes,the undersigned,Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 9th day of April 2024 �2�HARTOORD•';K 2; s i H• < cokfy tlr "ww M�.� •• ,„µ,. F Kevin E. Hughes,Assistant Secretary a� To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. Figure: 28 TAC §1.601(a)(2)(B) Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company or HMO first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company or HMO. If you don't, you may lose your right to appeal. Travelers Casualty and Surety Company To get information or file a complaint with your insurance company or HMO: Call: Travelers Bond & Specialty Insurance Claims at 800-842-8496 Toll-free: 800-842-8496 Email: BSIClaims@travelers.com Mail: Travelers Bond & Specialty Insurance Claim PO BOX 2989, Hartford, CT 06104-2989 The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 File a complaint: www.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov Mail: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 jiene una queja o necesita ayuda? Si tiene un problema con una reclamaci6n o con su prima de seguro, Ilame primero a su compania de seguros o HMO. Si no puede resolver el problema, es posible que el Departamento de Seguros de Texas (Texas Department of Insurance, por su nombre en ingles) pueda ayudar. Aun si usted presenta una queja ante el Departamento de Seguros de Texas, tambien debe presentar una queja a traves del proceso de quejas o de apelaciones de su compania de seguros o HMO. Si no to hace, podria perder su derecho para apelar. Travelers Casualty and Surety Company of America Para obtener informacion o para presenter una queja ante su compania de seguros o HMO: Call: Travelers Bond & Specialty Insurance Claims at 800-842-8496 Toll-free: 800-842-8496 Email: BSIClaims@travelers.com Mail: Travelers Bond & Specialty Insurance Claims PO BOX 2989, Hartford, CT 06104-2989 EI Departamento de Seguros de Texas Para obtener ayuda con una pregunta relacionada con los seguros o para presentar una queja ante el estado: Llame con sus preguntas al: 1-800-252-3439 Presente una queja en: www.tdi.texas.gov Correo electr6nico: ConsumerProtection@tdi.texas.gov Direcci6n postal: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 A�� CERTIFICATE OF LIABILITY INSURANCE DATE(1/2024 YYYY) 04/3012024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MARSH USA,LLC. NAME: TWO ALLIANCE CENTER PHONE ac No: 3560 LENOX ROAD,SUITE 2400 E-MAIL ATLANTA,GA 30326 ADDRESS: Attn:Mastec.certs@marsh.com INSURERS AFFORDING COVERAGE NAIC# CN 1 02902330-Stnd-GAWU-23-24 CASH INSURERA: ACE American Insurance Company 22667 INSURED Cash Construction Company,Inc. INSURER B: Indemnity Ins Co Of North America 43575 MasTec North America,Inc INSURER C: ACE Fire Underwriters Insurance Company 20702 217 Kingston Lacy Blvd. INSURER D: N N/A Pflugerville,TX 78660 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: ATL-005729847-04 REVISION NUMBER: 6 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP POLICY NUMBER MMIDDIYYYY MMIDDfYYYY LIMITS LTR A X COMMERCIAL GENERAL LIABILITY XSLG47356106 09/15/2023 09/15/2024 EACH OCCURRENCE $ 3,000,000 DAMAGE 1CLAIMS-MADE X�OCCUR PREM SESORENTED Ea oc..".nce $ 500,000 X SIR-$2M MED EXP(Any one person) $ EXCLUDED PERSONAL 8 ADV INJURY $ 3,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 20,000,000 X PRO- LOC PRODUCTS-COMP/OP AGG $ 6,000,000 POLICY❑ OTHER: $ A AUTOMOBILE LIABILITY ISA H10763782 09/15/2023 09/15/2024 COMBINED SINGLE LIMIT $ 5,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ B WORKERS COMPENSATION WLRC54508979(AOS) 09/15/2023 09/15/2024 X ST TUTE I I ERH AND EMPLOYERS'LIABILITY A ANYPROPRIETOR/PARTNER/EXECUTIVE Y/N WLRC54509078(AZ,MA) 09/15/2023 09/15/2024 E.L.EACH ACCIDENT $ 2,000,000 C OFFICER/MEMBEREXCLUDED? El N/A SCFC54509170 WI 09/15/2023 0911512024 (Mandatory in NH) ( ) E.L.DISEASE-EA EMPLOYEE $ 2,000,000 If yes,describe under 2,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:Project Name/Location Gattis School Road-Segment 3,Service Line Project#1038 City of Round Rock is included as additional insured(except workers'compensation)where required by written contract. CERTIFICATE HOLDER CANCELLATION City of Round Rock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 3400 Sunrise Road THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Round Rock,TX 78665 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA LLC ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN102902330 _ LOC#: Atlanta A�® ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED MARSH USA,LLC. Cash Construction Company,Inc. MasTec North America,Inc POLICY NUMBER 217 Kingston Lacy Blvd. Pflugerville,TX 78660 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Excess Workers'Compensation Carrier.ACE American Insurance Company Policy:WCUC54509236(CA,FL,GA,NC,TX) Effective:09/15/2023 Expiration:09/15/2024 Limits: E.L.Each Accident:$2,000,000 E.L.Disease-Each Employee:$2,000,000 E.L.Disease-Policy Limit:$2,000,000 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: ISA H10763782 CHUBB NOTICE TO POLICYHOLDERS NOTICE TO OTHERS - SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor to send written notice of cancellation,to the persons or organizations listed in the schedule that you or your representative create or maintain (the"Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be In addlUon to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice of cancellation, as provided by your representative, is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s)or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. The provisions of this notice do not apply in the event that you cancel the Policy. ALL-4275(10/11) Page 1 of 1 POLICY NUMBER: XSL G47356106 CHUBB NOTICE TO POLICYHOLDERS NOTICE TO OTHERS -SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor to send written notice of cancellation,to the persons or organizations listed in the schedule that you or your representative create or maintain (the"Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be In addlUon to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice of cancellation, as provided by your representative, is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s)or organization(s)shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. The provisions of this notice do not apply in the event that you cancel the Policy. ALL-4275(10111) Page 1 of 1 Workers'Compensation and Employers' Liability Policy Named Insured Endorsement Number MASTEC, INC. 800 DOUGLAS ROAD Policy Number CORAL GABLES FL 33134 Symbol:WLR Number: C54508979 Policy Period Effective Date of Endorsement 09-15-2023 TO 09-15-2024 09-15-2023 Issued By(Name of Insurance Company) INDEMNITY INS. CO. OF NORTH AMERICA Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy NOTICE TO OTHERS ENDORSEMENT - SCHEDULE A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out below, to send written notice of cancellation, via such electronic or other form of notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the "Schedule"). You or your representative must provide us with the physical and/or e-mail address of such persons or organizations, and we will utilize such e-mail address or physical address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after.. i. The beginning of the Policy period, if this endorsement is effective as of such date; or ii. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. This endorsement must be in an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send or deliver such notice to the e-mail address or physical address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail and physical address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. Authorized Representative WC 99 03 70A(08/12) Page 1 of 1