Loading...
Contract - Dan Williams Company - 9/12/2024 BID COPY/ORIGINAL CITY OF ROUND ROCK TRANSPORTATION DEPARTMENT ROUND ROCK TEXA5 Project Manual For: CR 112 West June 2024 Prepared By: /* ......• •KEVIN J.HO 103570 -XI APPROVED BY rpMaKiHc corer Ex EASY TBPE Firm Registration No F-292 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 / (th day of� —in the year 20''/. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Dan Williams Company ("Contractor") 9050 N.Capital of Texas Hwy BIda 3 Ste 380 Austin,TX 78759 The Project is described as: CR 112 West The Engineer is: RPS 4801 Southwest Parkway Parkway 1,Suite 185 Austin,Texas 78735 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 Page I 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 fivehundtwentyfiv ( 525 )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than five hundred twenty five 525 )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 one thousand and No/100 Dollars($ 1000 ) 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 five hundred fourty five 5( 45 )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 Thirteen million one hundred nineteen thousand seven hundred twelve dollars and thirty-five cents ($ 13,119,712.35 ),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. Waterfilled barriers-See bid form 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 Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require.This schedule,unless objected to by Engineer or Owner, shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the 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,Special,and other Conditions of the Contract are those contained in the Project Manual dated June 2024 7.1.4 The Specifications are those contained in the Project Manual dated June 2024 7.1.5 The Drawings,if any,are those contained in the Project Manual dated June 2024 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated June 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 June 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 CoRR Transportation Dept 512-218-3237 bstablein(croundrocktexas@gov 8.3 Contractor's representative is: e G l k"6I&A c"A -tr .137- y0Y9 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 NTRACTOR CITY O'ROUNP FOC ,TEXAS Printed Name: 0�1C�4� Printed Name: _ yes d,e„A Title Title: Q Date Signed: 0Date Signed: 1�• 23 Z�'� A ST: __,\ Ct Clerk FOR CITY APPROVED AS TO FORM: Z2&1- 41 ; o 011ft y 00500 4-2020 Page 5 of 5 Standard Forni of Agreement 00443647 PERFORMANCE BOND Bond No.46BCSJF0955 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Dan Williams Company , of the City of Austin , County of Travis County , and State of Texas , as Principal, and Hartford Fire Insurance Company authorized under the law of the State of Texas to act as surety on bonds for principals,are held and firmly bound unto the CITY OF ROUND ROCK,TEXAS (Owner), in the penal SUM of Thirteen million one hundred nineteen thousand seven hundred twelve dollars and thirty-five cents Dollars ($ 13,119,712.35 ) 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 hasntered into a certain written Agreement with the Owner dated the 77b day of , 20)• to which the Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: CR 112 West 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 $13,119,712.35 sum of this Performance Bond, plus all costs and expenses, including attorney's fees and expert and consultant fees incurred by Owner to enforce its rights under this Performance Bond. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 3 `� day of Sso A aro,lee- , 20,2 1. Dan Williams Company Hartford Fire Insurance Company Princip Surety t � �� Stacy Owens Printed N Printed Ne 7 By: �4'�,n-,� By:1 �_1 I D" o Title: Title:1 • Attorney-in-Fact r � � Address: 9050 N.Capital of Texas Hwy,Bldg 3,Ste.380 Address: One Hartford Plaza Austin,TX 78759 Hartford,CT 06155-0001 Resid nt Agent of Surety: OrU Signature Stacy Owens Printed Name 2800 North Loop West,Suite 1100 Street Address Houston,TX 77092 City, State&Zip Code Page 2 00610 4-2020 Performance Bond 00443639 PAYMENT BOND Bond No.46BCSJF0955 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Dan Williams Company , of the City of Austin , County of Travis , and State of Texas , as Principal, and Hartford Fire Insurance Company authorized under the laws of the State of Texas to act as Surety on Bonds for Principals,are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Thirteen million one hundred nineteen thousand seven hundred twelve dollars and thirty-five cents Dollars($ 13,119,712.35 )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 ?'�L day of O p-rpa4crfZ , 20�,y to which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: CR 112 West 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 04-2020 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 3340 day of 1 t,a wi 20A(J. Dan Williams Company Hartford Fire Insurance Company PrinciP a Surety . _ la G,,,, , Stacy Owens Pnnted N e Panted Name By: l By: k Title: r Title: Attorney-in-Fact Address: 9050 N.Capital of Texas Hwy,Bldg 3,Ste.380 Address: One Hartford Plaza Austin,TX 78759 Hartford,CT 06155-0001 Resident Agent of Surety: 4uu 0 1 � U L, Signature Stacy Owens Printed Name 2800 North Loop West,Suite 1100 Street Address Houston,TX 77092 City, State&Zip Code Page 2 00620 1-2020 Payment Bond 00090656 Direct Inquiries/Claims to: THE HARTFORD BOND,T-11 POWER OF ATTORNEY HartfOne Haord Plaza ord,Cone tcut06155 Bond.Claims(rDthehartford.com call:888-2663488 or fax.860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: BOWEN MICLETTE & BRITT INS AGY LLC Agency Code: 46-504809, 61-613558, 21-225344 0 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana 0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut OHartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited : James J. Drew of Maitland FL, Stacey Bosley, Ashley Britt, Robert C. Davis, Will Duke, Rita G. Gulizo, Lacey Hitchcock, Nikole Jeannette, Barry K. McCord, David T. Miclette, Robert M. Overbey, Jr. , Stacy Owens, Jennifer Mitchell, Lucas Lomax, Norma Toups of Fort Smith AR, Houston TX and New Orleans LA their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. �n atm+.♦ fi.t► ;UA•� •.,`♦►i.0.ta•M`��. ••b•w► •. �►,t—".i_ r sTT � ' Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly sworn,did depose and say:that (s)he resides in Seminole County,State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. Jessica Ciccone p. _ •' My Commission HH 122280 Expires June 20,2025 I,the undersigned,Assistant Vice President 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 is still in full force effective as of Signed and sealed in Lake Mary, Florida. µi...L..y��, 1�♦1 t ��' res r i• •tq • ? �1 -now ice'.. 3 • ~r �'�iant•s'1• sMYM• ; tiT9 ; tsT9r! 3° Iftf Keith D. Dozois.Assistant Vice President THE HARTFORD Claims Inquiries Notice Hartford Fire Insurance Company Twin City Insurance Company Hartford Casualty Insurance Company Hartford Insurance Company of Illinois Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest Hartford Underwriters Insurance Company Hartford Insurance Company of the Southwest Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford' s underwriting companies to the following: Phone Number: 888-266-3488 Fax— Claims 860-757-5835 or 860-221-3965 E-mail bond.claims(&thehartford.com Mailing Address The Hartford BOND, T-4 One Hartford Plaza Hartford, CT 06155 Claims Inquiries Notice 2003 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toll-free telephone number for information or to make a complaint at: 1-800-451-6944 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texos.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ./TX4275-1 / 1 ® DATE(MMIDD/YYYY) ACORNCERTIFICATE OF LIABILITY INSURANCE 9/19/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to 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 Bowen, Miclette& Britt Insurance Agency, LLC NAME: Sara Montoya PHONE ,713-880-7100 FAX 2800 North Loop West, Suite 1100 tA/c,Ne1:713-880-7166 Houston TX 77092 ADDRESS: smontoya@bmbinc.com INSURER(S) AFFORDING COVERAGE NAIC# INSURER A:Zurich American Ins CO 16535 INSURED DANWILLIAM INSURER B: Dan Williams Company 9050 N. Capital of Texas Highway INSURER C: Building 3, Suite 380 INSURER D: Austin TX 78759 INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER:2009299339 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS 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 SUER POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY Y Y GL0292496104 4/12024 4/1/2025 EACH OCCURRENCE $1,000,000 _ CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $300,000 MED EXP(Any one person) $10,000 PERSONAL 3 ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY I JECT 1�1 LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY Y Y BAP292496204 4/12024 4/12025 COMBINED SINGLE LIMIT $ Ea accident 1000 000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ X HIREDAUTOS X AUTOS ED Pera�de DAMAGE $ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE �S EXCESS LAB CLAIMS-MADE AGGREGATE S DED 1 1 RETENTION$ S A WORKERS COMPENSATION Y WC292496004 4/12024 4/12025x PER OT AND EMPLOYERS'LIABILITY Y/N STATUTE 1 ERANY OFFICER/MEMBER/EXCLUDED ECUTIVE N/A E.L.EACH ACCIDENT $1,000,000 IN (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The following policy provisions and/or endorsements form part of the policies of insurance represented by this certificate of insurance. The terms contained in the policies and/or endorsements supersede the representations made herein. Electronic copies of the policy provisions and/or endorsements listed below are available by emailing the Contact Person Shown Above. General Liability: Blanket additional insured Ongoing Operations per form#U-GL-2162-A CW(02/19) Blanket additional insured Completed Operations per form#U-GL-2162-A CW(02/19) Blanket waiver of subrogation per form#U-GL-925-B CW(12/01) See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Round Rock, Texas 221 East Main Street Round Rock TX 78664 AUTHORIZED REPRESENTATIVE v ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: DANWILLIAM LOC#: ACO ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Bowen,Miclette&Britt Insurance Agency, LLC Dan Williams Company 9050 N.Capital of Texas Highway POLICY NUMBER Building 3,Suite 380 Austin TX 78759 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 Blanket /non-contribute rima p ry ry per form#U-GL-2162-A CW(02/19) Automobile: Blanket additional insured per form#U-CA-424-H CW(10/21) Blanket waiver of subrogation per form#U-CA-424-H CW(10/21) Blanket primary/non-contributory per form#U-CA-424-H CW(10/21) Worker's Compensation: Blanket waiver of subrogation per form#WC 00 03 13; WC 42 03 04 B Blanket alternate employer per form#WC 00 03 01 Project:CR 112 West ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BID BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Dan Williams Company of the City of Austin County of Travis State of Texas as Principal, and Hartford Fire Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals,are held and firmly bound unto the CITY OF ROUND ROCK,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(5%)of the greatest amount bid Dollars($ 5%GAB ). 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 CR 112 West for which Bids are to be opened at the office of Owner on the 13th day of August , 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 13th day of the month of August 2024 . Dan Williams Company Hartford Fire Insurance Company Surety Stacy Owens PrintedPrint Name By: By: O Title: Title: Attorney-i -Fact Address: 9050 N.Capital of TX Highway,Bldg 3,Suite 380 Address: One Hartford Plaza Austin,TX 78759 Hartford,CT 06155-0001 00200 4-2020 Y*e i Bid Bond 00443638 Resident Agent of Surety: ignature David T.Miclette Printed Name 2800 North Loop West,Suite 1100 Street Address Houston,TX 77092 City, State,Zip Page 2 00200 4-2020 Bid Bond 00443638 Direct Inquiries/Claims to: THE HARTFORD BOND,T-11 POWER OF ATTORNEY Hartford,One Haford Plaza onne tcut06165 Bond.ClaimsLW-thehaMord.com call:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: BOWEN MICLETTE & BRITT INS AGY LLC Agency Code: 46-504809, 61-613558, 21-225344 Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited : James J. Drew of Maitland FL, Stacey Bosley, Ashley Britt, Robert C. Davis, Will Duke, Rita G. Gulizo, Lacey Hitchcock, Nikole Jeannette, Barry K. McCord, David T. Miclette, Robert M. Overbey, Jr., Stacy Owens, Jennifer Mitchell, Lucas Lomax, Norma Toups of Fort Smith AR, Houston TX and New Orleans LA their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. ♦r M •i 1�•T .^, s • • t �� •`+.a�r�, •MYM• :,`t p?0• t!a 7 0 1971 XN '�, b IP Shelby Wiggins,Assistant Secretary Joelle L. LaPierre,Assistant Vice President STATE OF FLORIDA Ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly sworn,did depose and say:that (s)he resides in Seminole County,State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. rJL � . Jessica Ciccone My Commission HH 122280 Expires June 20,2025 I,the undersigned,Assistant Vice President 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 is still in full force effective as of_August 13, 20 24 Signed and sealed in Lake Mary, Florida. AIM : .� 10 «.�..:;; to s r �"� = •�;'w a a,a •�`.nI.sPI a J970 `$}� •MINI• 1lt1 0! • �_iA +��.:.-.�� `,,���. •,Mur Keith D. Dozois,Assistant Vice President 4.i THE HARTFORD Claims Inquiries Notice Hartford Fire Insurance Company Twin City Insurance Company Hartford Casualty Insurance Company Hartford Insurance Company of Illinois Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest Hartford Underwriters Insurance Company Hartford Insurance Company of the Southwest Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford' s underwriting companies to the following: Phone Number: 888-266-3488 Fax— Claims 860-757-5835 or 860-221-3965 E-mail bond.claims(a)thehartford.com Mailing Address The Hartford BOND, T-4 One Hartford Plaza Hartford, CT 06155 Claims Inquiries Notice 2003 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toll-free telephone number for information or to make a complaint at: 1-800-451-6944 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.qov E-mail: ConsumerProtection@tdi.texas.-go v PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the (agent) (company) (agent or the company) first. if the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ./TX4275-1 BID FORM PROJECT NAME: County Road 112 West PROJECT LOCATION: Round Rock,Texas OWNER: City of Round Rock,Texas DATE: August 13,2024 All: 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 CR 112 West 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 hnps//www.roundrockteaas.eov/departments/transportation/solicitations/ by the close of business on August 8,2024 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". Addendum#1_7/26/2024 Addendum#2 8/7/2024 County Road 112 West BASE 1111) Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 1 60.22 STA 100-6002 PREPARING ROW complete in place per STA for TEN THOUSAND FIVE HUNDRED dollars and ZERO cents. $ 10,500.00 $ 632,310.00 2 28 SY 104-6009 REMOVING CONC(RIPRAP) complete in place per SY for FORTY FIVE dollars and ZERO cents. $ 45.00 $ 1,260.00 3 397 SY 104-6011 REMOVING CONC(MEDIANS) complete in place per SY for SEVEN dollars and ZERO cents. $ 7.00 $ 2,779.00 4 123 SY 104-6017 REMOVING CONC(DRIVEWAYS) complete in place per SY for TEN dollars and ZERO cents. $ 10.00 $ 1,230.00 5 1384 LF 104-6022 REMOVING CONC(CURB AND GUTTER) complete in place per LF for THREE dollars and TWENTY FIVE cents. $ 3.25 $ 4,498.00 6 220 SY 104-6036 REMOVING CONC(SIDEWALK OR RAMP) complete in place per SY for TEN dollars and ZERO cents. $ 10.00 $ 2,200.00 County Road 112 West 7 22.110 SY 105-6015 REMOVING STAB BASE&ASPH PAV(8"-10") complete in place per SY for TWO dollars and FIFTY cents. $ 2.50 $ 55,275.00 8 26,047 CY 110-6001 EXCAVATION(ROADWAY) complete in place per CY for NINE dollars and ZERO cents. $ 9.00 $ 234,423.00 9 23,933 CY 132-6006 EMBANKMENT(FINAL)(DENS CONT)(TY C) complete in place per CY for THIRTEEN dollars and FIFTY cents. $ 13.50 $ 323,095.50 10 696 CY 132-6025 EMBANKMENT(FINAL)(DENS CONT)(TY C1) complete in place per CY for THIRTY dollars and ZERO cents. $ 30.00 $ 20,880.00 11 35.393 SY 160-6003 FURNISHING AND PLACING TOPSOIL(4") complete in place per SY for ONE dollars and FIFTY cents. $ 1.50 $ 53,089.50 12 17.697 SY 164-6009 BROADCAST SEED(TEMP)(WARM) complete in place per SY for ZERO dollars and TWENTY NINE cents. $ 0.29 $ 5,132.13 13 17,697 SY 164-6011 BROADCAST SEED(TEMP)(COOL) complete in place per SY for ZERO dollars and TWENTY NINE cents. $ 0.29 $ 5,132.13 14 35.393 SY 164-6027 CELL FBR MLCH SEED(PERM)(URBAN)(CLAY) complete in place per SY for ZERO dollars and SIXTY FIVE cents. $ 0.65 $ 23,005.45 15 1,062 MG 168-6001 VEGETATIVE WATERING complete in place per MG for FIFTEEN dollars and ZERO cents. $ 15.00 $ 15,930.00 16 210 HR 216-6001 PROOF ROLLING complete in place per HR for SIXTY dollars and ZERO cents. $ 60.00 $ 12,600.00 17 28,085 CY 247-6366 FL BS(CMP IN PLC)(TY A GR 5)(FNAL POS) complete in place per CY for FORTY FIVE dollars and ZERO cents. $ 45.00 $ 1,263,825.00 County Road 112 West 18 228 TON 260-6002 LIME(HYDRATED LIME(SLURRY)) complete in place per TON for THREE HUNDRED THREE dollars and ZERO cents. $ 303.00 $ 69,084.00 19 19,037 SY 260-6027 LIME TRT(EXST MATL)(8") complete in place per SY for THREE dollars and ZERO cents. $ 3.00 $ 57,111.00 20 16,914 GAL 310-6001 PRIME COAT(MULTI OPTION) complete in place per GAL for THREE dollars and SIXTY FIVE cents. $ 3.65 $ 61,736.10 21 105 TON 340-6236 D-GR HMA(SQ)TY-B PG64-22(LEVEL UP) complete in place per TON for ONE HUNDRED THIRTY dollars and ZERO cents. $ 130.00 $ 13,650.00 22 3.806 CY 400-6005 CEM STABIL BKFL complete in place per CY for ONE HUNDRED FIFTY dollars and ZERO cents. $ 150.00 $ 570,900.00 23 22 SY 400-6008 CUT&RESTORE ASPH PAVING complete in place per SY for TWO HUNDRED SEVENTY FIVE dollars and ZERO cents. $ 275.00 $ 6,050.00 24 293.5 CY 400-6009 CEMENT STAB BACKFILL(INLET OR MH) complete in place per CY for TWO HUNDRED dollars and ZERO cents. $ 200.00 $ 58,700.00 25 7,722 LF 402-6001 TRENCH EXCAVATION PROTECTION complete in place per LF for TWO dollars and ZERO cents. $ 2.00 $ 15,444.00 26 903 LF 402-6001 TRENCH EXCAVATION PROTECTION complete in place per LF for TWELVE dollars and FIFTY cents. $ 12.50 $ 11,287.50 27 402 LF 416-6029 DRILL SHAFT(RDWY ILL POLE)(30 IN) complete in place per LF for ONE HUNDRED SEVENTY FIVE dollars and ZERO cents. $ 175.00 $ 70,350.00 28 16 CY 432-6001 RIPRAP(CONC)(4 IN) complete in place per CY for SIX HUNDRED FIFTY dollars and ZERO cents. $ 650.00 $ 10,400.00 County Road 112 West 29 29.46 CY 432-6002 RIPRAP(CONC)(5 IN) complete in place per CY for FIVE HUNDRED TWENTY FIVE dollars and ZERO cents. $ 525.00 $ 15,466.50 30 112 LF 450-6052 RAIL(HANDRAIL)(TY F) complete in place per LF for ONE HUNDRED SIXTY dollars and ZERO cents. $ 160.00 $ 17,920.00 31 1.209 LF 462-6001 CONC BOX CULV(3 FT X 2 FT) complete in place per LF for THREE HUNDRED TWENTY FIVE dollars and ZERO cents $ 325.00 $ 392,925.00 32 135 LF 462-6006 CONC BOX CULV(5 FT X 2 FT) complete in place per LF for FIVE HUNDRED FIFTY dollars and ZERO cents $ 550.00 $ 74,250.00 33 155 LF 462-6007 CONC BOX CULV(5 FT X 3 FT) complete in place per LF for FIVE HUNDRED FIFTY dollars and ZERO cents $ 550.00 $ 85,250.00 34 2.485 LF 464-6003 RC PIPE(CL III)(18 IN) complete in place per LF for SEVENTY FIVE dollars and ZERO cents $ 75.00 $ 186,375.00 35 4.192 LF 464-6005 RC PIPE(CL III)(24 IN) complete in place per LF for ONE HUNDRED dollars and ZERO cents. $ 100.00 $ 419,200.00 36 1 EA 465-6002 MANH(COMPL)(PRM)(48IN) complete in place per EA for THREE THOUSAND FIVE HUNDRED dollars and ZERO cents. $ 3,500.00 $ 3,500.00 37 30 EA 465-6016 INLET(COMPL)(PCO)(3FT)(BOTH) complete in place per EA for FOUR THOUSAND dollars and ZERO cents. $ 4,000.00 $ 120,000.00 38 7 EA 465-6020 INLET(COMPL)(PCO)(4FT)(BOTH) complete in place per EA for FIVE THOUSAND FIVE HUNDRED dollars and ZERO cents. $ 5,500.00 $ 38,500.00 39 4 EA 466-6180 WINGWALL(PW-1)(HW=5 FT) complete in place per EA for FOURTEEN THOUSAND FIVE HUNDRED dollars and ZERO cents. $ 14,500.00 $ 58,000.00 County Road 112 West 40 2 EA 466-6181 WINGWALL(PW-1)(HW=6 FT) complete in place per EA for FIFTEEN THOUSAND FIVE HUNDRED dollars and ZERO cents. $ 15,500.00 $ 31,000.00 41 4 EA 467-6395 SET(TY II)(24 IN)(RCP)(6: 1)(P) complete in place per EA for ONE THOUSAND FOUR HUNDRED dollars and ZERO cents. $ 1,400.00 $ 5,600.00 42 419 LF 496-6007 REMOV STR(PIPE) complete in place per LF for TWENTY TWO dollars and ZERO cents. $ 22.00 $ 9,218.00 43 1 LS 500-6001 MOBILIZATION complete in place per LS for ONE MILLION TWO HUNDRED THOUSAND dollars and ZERO cents. $1,200,000.00 $ 1,200,000.00 44 17 MO 502-6001 BARRICADES,SIGNS AND TRAFFIC HANDLING complete in place per MO for TEN THOUSAND dollars and ZERO cents. $ 10,000.00 $ 170,000.00 45 60 LF 506-6001 ROCK FILTER DAMS(INSTALL)(TY 1) complete in place per LF for TWENTY SEVEN dollars and FIFTY cents. $ 27.50 $ 1,650.00 46 100 LF 506-6011 ROCK FILTER DAMS(REMOVE) complete in place per LF for SEVENTEEN dollars and FIFTY cents. $ 17.50 $ 1,750.00 47 234 SY 506-6020 CONSTRUCTION EXITS(INSTALL)(TY 1) complete in place per SY for SIXTEEN dollars and SEVENTY FIVE cents. $ 16.75 $ 3,919.50 48 234 SY 506-6024 CONSTRUCTION EXITS(REMOVE) complete in place per SY for TWELVE dollars and FIFTY cents. $ 12.50 $ 2,925.00 49 11,612 LF 506-6038 TEMP SEDMT CONT FENCE(INSTALL) complete in place per LF for THREE dollars and TWENTY FIVE cents. $ 3.25 $ 37,739.00 50 11,612 LF 506-6039 TEMP SEDMT CONT FENCE(REMOVE) complete in place per LF for ZERO dollars and FORTY FIVE cents. $ 0.45 $ 5,225.40 County Road 112 West 51 740 LF 506-6047 TEMP SDMT CONT FENCE(INLET PROTECTION) complete in place per LF for SEVEN dollars and FIFTY cents. $ 7.50 $ 5,550.00 52 1,625 SY 508-6001 CONSTRUCTING DETOURS complete in place per SYY for NINETY dollars and ZERO cents. $ 90.00 $ 146,250.00 53 260 LF 512-6005 PORT CTB(FUR&INST)(F-SHAPE)(TY 1) complete in place per LF for TWENTY FIVE dollars and ZERO cents. $ 25.00 $ 6,500.00 54 1,000 LF 512-6009 PORT CTB(FUR&INST)(LOW PROF)(TY 1) complete in place per LF for FIFTEEN dollars and ZERO cents. $ 15.00 $ 15,000.00 55 80 LF 512-6010 PORT CTB(FUR&INST)(LOW PROF)(TY 2) complete in place per LF for FIFTEEN dollars and ZERO cents. $ 15.00 $ 1,200.00 56 200 LF 512-6029 PORT CTB(MOVE)(F-SHAPE)(TY 1) complete in place per LF for TEN dollars and ZERO cents. $ 10.00 $ 2,000.00 57 2,840 LF 512-6033 PORT CTB(MOVE)(LOW PROF)(TY 1) complete in place per LF for SEVEN dollars and ZERO cents. $ 7.00 $ 19,880.00 58 120 LF 512-6034 PORT CTB(MOVE)(LOW PROF)(TY 2) complete in place per LF for SEVEN dollars and ZERO cents. $ 7.00 $ 840.00 59 260 LF 512-6053 PORT CTB(REMOVE)(F-SHAPE)(TY 1) complete in place per LF for TWENTY dollars and ZERO cents. $ 20.00 $ 5,200.00 60 1,000 LF 512-6057 PORT CTB(REMOVE)(LOW PROF)(TY 1) complete in place per LF for SEVEN dollars and ZERO cents. $ 7.00 $ 7,000.00 61 80 LF 512-6058 PORT CTB(REMOVE)(LOW PROF)(TY 2) complete in place per LF for SEVEN dollars and ZERO cents. $ 7.00 $ 560.00 County Road 112 West 62 24,261 LF 529-6008 CONC CURB&GUTTER(TY II) complete in place per LF for SIXTEEN dollars and ZERO cents. $ 16.00 $ 388,176.00 63 268 SY 530-6004 DRIVEWAYS(CONC) complete in place per SY for ONE HUNDRED TEN dollars and ZERO cents. $ 110.00 $ 29,480.00 64 9,918 SY 531-6002 CONC SIDEWALKS(5") complete in place per SY for FIFTY SEVEN dollars and ZERO cents. $ 57.00 $ 565,326.00 65 2 EA 531-6004 CURB RAMPS(TY 1) complete in place per EA for ONE THOUSAND SEVEN HUNDRED dollars and ZERO cents. $ 1,700.00 $ 3,400.00 66 12 EA 531-6010 CURB RAMPS(TY 7) complete in place per EA for ONE THOUSAND SEVEN HUNDRED dollars and ZERO cents. $ 1,700.00 $ 20,400.00 67 2 EA 531-6017 CURB RAMPS(TY 22) complete in place per EA for EIGHT THOUSAND FIVE HUNDRED dollars and ZERO cents. $ 8,500.00 $ 17,000.00 68 148 SY 536-6002 CONC MEDIAN complete in place per SY for SIXTY dollars and ZERO cents. $ 60.00 $ 8,880.00 69 1 EA 545-6005 CRASH CUSH ATTEN(REMOVE) complete in place per EA for SEVEN HUNDRED dollars and ZERO cents. $ 700.00 $ 700.00 70 1 EA 545-6019 CRASH CUSH ATTEN(INSTL)(S)(N)(TL3) complete in place per EA for TEN THOUSAND dollars and ZERO cents. $ 10,000.00 $ 10,000.00 71 10 EA 610-6214 IN RD IL(TY SA)4OT-8(250W EQ)LED complete in place per EA for THREE THOUSAND NINE HUNDRED dollars and ZERO cents. $ 3,900.00 $ 39,000.00 72 35 EA 610-6215 IN RD IL(TY SA)40T-8-8(250W EQ)LED complete in place per EA for FIVE THOUSAND ONE HUNDRED dollars and ZERO cents. $ 5,100.00 $ 178,500.00 73 5,786 LF 618-6046 CONDT(PVC)(SCH 80)(2") complete in place per LF for NINE dollars and ZERO cents. $ 9.00 $ 52,074.00 County Road 112 West 74 775 LF 618-6047 CONDT(PVC)(SCH 80)(2")(BORE) complete in place per LF for FIFTY FIVE dollars and ZERO cents. $ 55.00 $ 42,625.00 75 678 LF 618-6060 CONDT(PVC)(SCH 80)(6") complete in place per LF for THIRTY TWO dollars and ZERO cents. $ 32.00 $ 21,696.00 76 1,911 LF 620-6007 ELEC CONDR(NO.8)BARE complete in place per LF for ONE dollars and THIRTY cents. $ 1.30 $ 2,484.30 77 11.960 LF 620-6008 ELEC CONDR(NO.8)INSULATED complete in place per LF for ONE dollars and FORTY cents. $ 1.40 $ 16,744.00 78 4,890 LF 620-6009 ELEC CONDR(NO.6)BARE complete in place per LF for ONE dollars and NINETY cents. $ 1.90 $ 9,291.00 79 16.076 LF 620-6010 ELEC CONDR(NO.6)INSULATED complete in place per LF for TWO dollars and ZERO cents. $ 2.00 $ 32,152.00 80 4 EA 624-6002 GROUND BOX TY A(122311)W/APRON complete in place per EA for ONE THOUSAND THREE HUNDRED TWENTY FIVE dollars and ZERO cents. $ 1,325.00 $ 5,300.00 81 24 EA 624-6010 GROUND BOX TY D(162922)W/APRON complete in place per EA for TWO THOUSAND THREE HUNDRED dollars and ZERO cents. $ 2,300.00 $ 55,200.00 82 2 EA 628-6046 ELC SRV TY A 240/480 060(NS)SS(E)SP(U) complete in place per EA for SEVEN THOUSAND EIGHT HUNDRED dollars and ZERO cents. $ 7,800.00 $ 15,600.00 83 13 EA 644-6001 IN SM RD SN SUP&AM TYIOBWG(1)SA(P) complete in place per EA for SEVEN HUNDRED FIFTY TWO dollars and SEVENTY cents. $ 752.70 $ 9,785.10 84 2 EA 644-6004 IN SM RD SN SUP&AM TYIOBWG(1)SA(T) complete in place per EA for EIGHT HUNDRED FIFTY dollars and ZERO cents. $ 850.00 $ 1,700.00 85 1 EA 644-6009 IN SM RD SN SUP&AM TYIOBWG(I)SB(P) complete in place per EA for ONE THOUSAND TWO HUNDRED dollars and ZERO cents. $ 1,200.00 $ 1,200.00 86 2 EA 644-6031 IN SM RD SN SUP&AM TYS80(1)SA(T-2EXT) complete in place per EA for ONE THOUSAND TWO HUNDRED FIFTY dollars and ZERO cents. $ 1,250.00 $ 2.500.00 County Road 112 West 87 15 EA 644-6076 REMOVE SM RD SN SUP&AM complete in place per EA for ONE HUNDRED FORTY FIVE dollars and ZERO cents. $ 145.00 $ 2,175.00 88 5.860 LF 662-6001 WK ZN PAV MRK NON-REMOV(W)4"(BRK) complete in place per LF for ZERO dollars and SEVENTY FIVE cents. $ 0.75 $ 4,395.00 89 41 LF 662-6002 WK ZN PAV MRK NON-REMOV(W)4"(DOT) complete in place per LF for ONE dollars and FIFTY cents. $ 1.50 $ 61.50 90 8.566 LF 662-6004 WK ZN PAV MRK NON-REMOV(W)4"(SLD) complete in place per LF for ZERO dollars and EIGHTY cents. $ 0.80 $ 6,852.80 91 4.644 LF 662-6012 WK ZN PAV MRK NON-REMOV(W)8"(SLD) complete in place per LF for TWO dollars and ZERO cents. $ 2.00 $ 9,288.00 92 390 LF 662-6014 WK ZN PAV MRK NON-REMOV(W)12"(SLD) complete in place per LF for FOUR dollars and ZERO cents. $ 4.00 $ 1,560.00 93 191 LF 662-6016 WK ZN PAV MRK NON-REMOV(W)24"(SLD) complete in place per LF for EIGHT dollars and ZERO cents. $ 8.00 $ 1,528.00 94 32 EA 662-6017 WK ZN PAV MRK NON-REMOV(W)(ARROW) complete in place per EA for ONE HUNDRED FORTY dollars and ZERO cents. $ 140.00 $ 4,480.00 95 32 EA 662-6029 WK ZN PAV MRK NON-REMOV(W)(WORD) complete in place per EA for ONE HUNDRED SIXTY dollars and ZERO cents. $ 160.00 $ 5,120.00 96 5 EA 662-6030 WK ZN PAV MRK NON-REMOV(W)I 8"(YLD TRI) complete in place per 0 for TWENTY FIVE dollars and ZERO cents. $ 25.00 $ 125.00 97 16.751 LF 662-6034 WK ZN PAV MRK NON-REMOV(Y)4"(SLD) complete in place per LF for ZERO dollars and EIGHTY cents. $ 0.80 $ 13,400.80 98 4.455 LF 666-6035 REFL PAV MRK TY I(W)8"(SLD)(090MIL) complete in place per LF for ONE dollars and EIGHTY FIVE cents. $ 1.85 $ 8,241.75 99 1.067 LF 666-6041 REFL PAV MRK TY I(W)12"(SLD)(090MIL) complete in place per LF for FOUR dollars and FIFTY cents. $ 4.50 $ 4,801.50 County Road 112 West 100 80 LF 666-6047 REFL PAV MRK TY I(W)24"(SLD)(090MIL) complete in place per LF for TWENTY FOUR dollars and FIFTY cents. $ 24.50 $ 1,960.00 101 24 EA 666-6053 REFL PAV MRK TY I(W)(ARROW)(090MIL) complete in place per EA for ONE HUNDRED EIGHTY FIVE dollars and ZERO cents. $ 185.00 $ 4,440.00 102 24 EA 666-6077 REFL PAV MRK TY I(W)(WORD)(090MIL) complete in place per EA for TWO HUNDRED FIVE dollars and ZERO cents. $ 205.00 $ 4,920.00 103 5 EA 666-6101 REF PAV MRK TY I(W)36"(YLD TRI)(090MIL) complete in place per EA for ONE HUNDRED dollars and ZERO cents. $ 100.00 $ 500.00 104 5.828 LF 666-6171 REFL PAV MRK TY H(W)6"(BRK) complete in place per LF for ZERO dollars and THIRTY EIGHT cents. $ 0.38 $ 2,214.64 105 870 LF 666-6174 REFL PAV MRK TY II(W)6"(SLD) complete in place per LF for ZERO dollars and THIRTY EIGHT cents. $ 0.38 $ 330.60 106 4,455 LF 666-6178 REFL PAV MRK TY II(W)8"(SLD) complete in place per LF for ZERO dollars and NINETY FOUR cents. $ 0.94 $ 4,187.70 107 80 LF 666-6182 REFL PAV MRK TY II(W)24"(SLD) complete in place per LF for TWENTY dollars and ZERO cents. $ 20.00 $ 1,600.00 108 24 EA 666-6184 REFL PAV MRK TY II(W)(ARROW) complete in place per EA for SIXTY dollars and ZERO cents. $ 60.00 $ 1,440.00 109 24 EA 666-6192 REFL PAV MRK TY II(W)(WORD) complete in place per EA for SEVENTY dollars and ZERO cents. $ 70.00 $ 1,680.00 110 5 EA 666-6199 REFL PAV MRK TY II(W)36"(YLD TRI) complete in place per EA for TWENTY dollars and ZERO cents. $ 20.00 $ 100.00 111 384 LF 666-6210 REFL PAV MRK TY II(Y)6"(SLD) complete in place per LF for ZERO dollars and THIRTY EIGHT cents. $ 0.38 $ 145.92 112 5.828 LF 666-6305 RE PM W/RET REQ TY I(W)6"(BRK)(090MIL) complete in place per LF for ZERO dollars and EIGHTY FOUR cents. $ 0.84 $ 4,895.52 County Road 112 West 113 870 LF 666-6308 RE PM W/RET REQ TY I(W)6"(SLD)(090MIL) complete in place per LF for ZERO dollars and EIGHTY FOUR cents. $ 0.84 $ 730.80 114 384 LF 666-6320 RE PM W/RET REQ TY I(Y)6"(SLD)(090MIL) complete in place per LF for ZERO dollars and EIGHTY FOUR cents. $ 0.84 $ 322.56 115 223 EA 672-6007 REFL PAV MRKR TY I-C complete in place per EA for THREE dollars and FIFTY cents. $ 3.50 $ 780.50 116 291 EA 672-6010 REFL PAV MRKR TY II-C-R complete in place per EA for NINE dollars and ZERO cents. $ 9.00 $ 2,619.00 117 18,550 LF 677-6001 ELIM EXT PAV MRK&MRKS(4") complete in place per LF for ZERO dollars and EIGHTY FIVE cents. $ 0.85 $ 15,767.50 118 680 LF 677-6003 ELIM EXT PAV MRK&MRKS(8") complete in place per LF for TWO dollars and FORTY cents. $ 2.40 $ 1,632.00 119 1 EA 682-6002 VEH SIG SEC(12")LED(GRN ARW) complete in place per EA for FOUR HUNDRED dollars and ZERO cents. $ 400.00 $ 400.00 120 1 EA 682-6004 VEH SIG SEC(12")LED(YEL ARW) complete in place per EA for FOUR HUNDRED dollars and ZERO cents. $ 400.00 $ 400.00 121 2 EA 682-6006 VEH SIG SEC(12")LED(RED ARW) complete in place per EA for FOUR HUNDRED dollars and ZERO cents. $ 400.00 $ 800.00 122 1 EA 682-6055 BACKPLATE W/REF BRDR(4 SEQ)(VENT)ALUM complete in place per EA for THREE HUNDRED TWENTY FIVE dollars and ZERO cents. $ 325.00 $ 325.00 123 315 LF 684-6012 TRF SIG CBL(TY A)(12 AWG)(7 CONDR) complete in place per LF for FOUR dollars and ZERO cents. $ 4.00 $ 1,260.00 124 10 EA 752-6005 TREE REMOVAL(4"-12"DIA) complete in place per EA for SEVEN HUNDRED FIFTY dollars and ZERO cents. $ 750.00 $ 7,500.00 125 4 EA 752-6006 TREE REMOVAL(12"-18"DIA) complete in place per EA for EIGHT HUNDRED dollars and ZERO cents. $ 800.00 $ 3,200.00 County Road 112 West 126 2 EA 752-6007 TREE REMOVAL(18"-24"DIA) complete in place per EA for ONE THOUSAND dollars and ZERO cents. $ 1,000.00 $ 2,000.00 127 1 EA 1004-6001 TREE PROTECTION complete in place per EA for SEVEN HUNDRED FIFTY dollars and ZERO cents. $ 750.00 $ 750.00 128 12.780 TON 3076-6001 D-GR HMA TY-B PG64-22 complete in place per TON for NINETY THREE dollars and ZERO cents. $ 93.00 $ 1,188,540.00 129 6,202 TON 3076-6050 D-GR HMA TY-D SAC-B PG76-22 complete in place per TON for ONE HUNDRED TWENTY ONE dollars and ZERO cents. $ 121.00 $ 750,442.00 130 5,638 GAL 3076-6066 TACK COAT complete in place per GAL for THREE dollars and SIXTY FIVE cents. $ 3.65 $ 20,578.70 131 2 EA 6001-6002 PORTABLE CHANGEABLE MESSAGE SIGN complete in place per EA for TWENTY FIVE THOUSAND dollars and ZERO cents. $ 25,000.00 $ 50,000.00 132 11,782 LF 6016-6006 ITS MULTI-DUCT CND(PVC-40) complete in place per LF for TWENTY SEVEN dollars and ZERO cents. $ 27.00 $ 318,114.00 133 1 EA 6083-6001 VIDEO IMAGING AND RAD VEH DETECTION SY complete in place per EA for TWENTY ONE THOUSAND dollars and ZERO cents. $ 21,000.00 $ 21,000.00 134 6 EA 6093-6001 REMOVE EXISTING VIVIDS complete in place per EA for TWO HUNDRED FIFTY dollars and ZERO cents. $ 250.00 $ 1,500.00 135 2 EA 6094-6001 VIVDS CAMERA complete in place per EA for TWO THOUSAND FOUR HUNDRED dollars and ZERO cents. $ 2,400.00 $ 4,800.00 136 3 EA 504S-3W ADJUSTING WATER VALVE BOXES TO GRADE complete in place per EA for ONE THOUSAND FIVE HUNDRED dollars and ZERO cents. $ 1,500.00 $ 4,500.00 137 173 LF 5055-B ENCASEMENT PIPE 18"DIA.,STEEL complete in place per LF for THREE HUNDRED TWENTY FIVE dollars and ZERO cents. $ 325.00 $ 56,225.00 138 85 LF 5055-B ENCASEMENT PIPE 24"DIA.,STEEL complete in place per LF for FOUR HUNDRED FIFTY dollars and ZERO cents. $ 450.00 $ 38,250.00 County Road 112 West 139 65 LF 505S-B ENCASEMENT PIPE 30"DIA.,STEEL complete in place per LF for SIX HUNDRED FIFTY dollars and ZERO cents. $ 650.00 $ 42,250.00 140 357 LF 505S-B ENCASEMENT PIPE 36"DIA.,STEEL complete in place per LF for SIX HUNDRED FIFTY dollars and ZERO cents. $ 650.00 $ 232,050.00 141 145 LF 5055-B ENCASEMENT PIPE 54"DIA.,STEEL complete in place per LF for ONE THOUSAND SEVEN HUNDRED FIFTY dollars and ZERO cents. $ 1,750.00 $ 253,750.00 510-AR12-Dia.PIPE,12"DIA.,PVC(ALL DEPTHS),INCLUDING 142 22 LF EXCAVATION AND BACKFILL complete in place per LF for THREE HUNDRED dollars and ZERO cents. $ 300.00 $ 6,600.00 510-AR16-Dia.PIPE,16"DIA.,PVC(ALL DEPTHS),INCLUDING 143 294 LF EXCAVATION AND BACKFILL complete in place per LF for TWO HUNDRED dollars and ZERO cents. $ 200.00 $ 58,800.00 510-AW PIPE,36"DIA.,DI,CLASS 200(ALL DEPTHS),INCLUDING 144 587 LF EXCAVATION AND BACKFILL complete in place per LF for ONE THOUSAND dollars and ZERO cents. $ 1,000.00 $ 587,000.00 145 52 LF 510-ER CONCRETE SEAL OR CRADLE, 16"DIA.PIPE complete in place per LF for SIXTY FIVE dollars and ZERO cents. $ 65.00 $ 3,380.00 146 0.58 TON 510-KR DUCTILE IRON FITTINGS complete in place per TON for SIXTY FIVE THOUSAND dollars and ZERO cents. $ 65,000.00 $ 37,700.00 147 6.62 TON 510-KW DUCTILE IRON FITTINGS complete in place per TON for SIXTY THOUSAND dollars and ZERO cents. $ 60,000.00 $ 397,200.00 148 0.10 TON COA-510-KW W DUCTILE IRON FITTINGS complete in place per TON for ONE HUNDRED TWENTY FIVE THOUSAND dollars and ZERO cents. $ 125,000.00 $ 12,500.00 149 1 EA '510-JR:12"X 12"DIA.,WET CONNECTIONS, 12"X 12"DIA. complete in place per EA for SEVEN THOUSAND FIVE HUNDRED dollars and ZERO cents. $ 7,500.00 $ 7,500.00 150 1 EA 510-JR:16"X 16"DIA.,WET CONNECTIONS,16"X 16"DIA. complete in place per EA for EIGHT THOUSAND FIVE HUNDRED dollars and ZERO cents. $ 8,500.00 $ 8,500.00 County Road 112 West 151 2 EA 510-JW:36"X 36"DIA.,WET CONNECTIONS,36"X 36"DIA. complete in place per EA for FIFTEEN THOUSAND dollars and ZERO cents. $ 15,000.00 $ 30,000.00 152 1 EA 511-A VALVES,GATE VALVES,16"DIAMETER complete in place per EA for TWENTY THOUSAND dollars and ZERO cents. $ 20,000.00 $ 20,000,00 153 2 EA 511-A VALVES,GATE VALVES,36"DIAMETER complete in place per EA for ONE HUNDRED FIFTEEN THOUSAND dollars and ZERO cents. $ 115,000.00 $ 230,000.00 511-F AUTOMATIC COMBINATION AIR/VACCUM RELEASE 154 2 EA VALVE ASSEME$LY,2"DIAMETER complete in place per EA for TEN THOUSAND dollars and ZERO cents. $ 10,000.00 $ 20,000.00 155 15.912 SY CORR-001 VERTICAL MOISTURE BARRIER complete in place per SY for TWO dollars and TEN cents. $ 2.10 $ 33,415.20 156 75.743 SY CoRR-002 GEOGRID BASE REINFORCEMENT(TX5) complete in place per SY for TWO dollars and SEVENTY FIVE cents. $ 2.75 $ 208,293.25 SUBTOTAL BASE BID(Items 1 thru 156) $ 12,992,803.35 I County Road 112 West BID ALTERNATIVE-WATERFILLED BARRIERS 157 260 LF 512-6005 PORT CTB(FUR&INST)(F-SHAPE)(TY 1) complete in place per LF for NEGATIVE TWENTY FIVE dollars and ZERO cents. $ (25.00) $ (6,500.00) 158 1000 LF 512-6009 PORT CTB(FUR&INST)(LOW PROF)(TY 1) complete in place per LF for NEGATIVE FIFTEEN dollars and ZERO cents. $ (15.00) $ (15,000.00) 159 80 LF 512-6010 PORT CTB(FUR&INST)(LOW PROF)(TY 2) complete in place per LF for NEGATIVE FIFTEEN dollars and ZERO cents. $ (15.00) $ (1,200.00) 160 200 LF 512-6029 PORT CTB(MOVE)(F-SHAPE)(TY 1) complete in place per LF for NEGATIVE TEN dollars and ZERO cents. $ (10.00) $ (2,000.00) 161 2840 LF 512-6033 PORT CTB(MOVE)(LOW PROF)(TY 1) complete in place per LF for NEGATIVE SEVEN dollars and ZERO cents. $ (7.00) $ (19,880.00) 162 120 LF 512-6034 PORT CTB(MOVE)(LOW PROF)(TY 2) complete in place per LF for NEGATIVE SEVEN dollars and ZERO cents. $ (7.00) $ (840.00) 163 260 LF 512-6053 PORT CTB(REMOVE)(F-SHAPE)(TY 1) complete in place per LF for NEGATIVE TWENTY dollars and ZERO cents. $ (20.00) $ (5,200.00) 164 1000 LF 512-6057 PORT CTB(REMOVE)(LOW PROF)(TY 1) complete in place per LF for NEGATIVE SEVEN dollars and ZERO cents. $ (7.00) $ (7,000.00) 165 80 LF 512-6058 PORT CTB(REMOVE)(LOW PROF)(TY 2) complete in place per LF for NEGATIVE SEVEN dollars and ZERO cents. $ (7.00) $ (560.00) 166 2660 LF 7114-6001 WATER FILLED BARRIER(FUR&INST)(TL-3) complete in place per LF for ONE HUNDRED FIFTY dollars and ZERO cents. $ 150.00 $ 39,000.00 167 1080 LF 7114-6010 WATER FILLED BARRIER(FUR&INST)(TL-2) complete in place per LF for ONE HUNDRED TEN dollars and ZERO cents. $ 110.00 $ 118,800.00 168 200 LF 7114-6002 WATER FILLED BARRIER(MOVE)(TL-3) complete in place per LF for SIX dollars and FIFTY cents. $ 6.50 $ 1,300.00 County Road 112 West 169 3100 LF 7114-6011 WATER FILLED BARRIER(MOVE)(TL-2) complete in place per LF for TWO dollars and FIFTY cents. $ 2.50 $ 7,750.00 170 260 LF 7114-6003 WATER FILLED BARRIER(REMOVE)(TL-3) complete in place per LF for FOUR dollars and FIFTEEN cents. $ 4.15 $ 1,079.00 171 1080 LF 7114-6012 WATER FILLED BARRIER(REMOVE)(TL-2) complete in place per LF for TWO dollars and ZERO cents. $ 2.00 $ 2,160.00 SUBTOTAL BID ALTERNATE(Items 157 thru 171) $ 111,909.00 SUBTOTAL BASE BID AND BID ALTERNATE(Items 1 thru 171) $ 13,104,712.35 181 1 LS FORCE ACCOUNT-EROSION CONTROL complete in place per LS for five thousand dollars and no cents. $5,000 $ 5,000.00 182 1 LS FORCE ACCOUNT-SAFETY CONTINGENCY complete in place per LS for ten thousand dollars and no cents. $10,000 $ 10,000.00 Materials(Base Bid): $ 12,992,803.35 All Other Charges: $ 15,000.00 Subtotal for CR 112 North(Base Bid): $ 13,007,803.35 *TOTAL BID (Base Bid): $13,007,803.35 *TOTAL BASE BID IN WORDS: THIRTEEN MILLION SEVEN THOUSAND EIGHT HUNDRED THREE DOLLARS AND THIRTY FIVE CENTS *Note:This total must be the same amount as shown above for"Total Base Bid" Materials(Base Bid&Alternate Bid): $ 13,104,712.35 All Other Charges: $ 15,000.00 Subtotal for CR 112 North(Base Bid&Alternate Bid): $ 13,119,712.35 **TOTAL BID(Base Bid&Alternate Bid): $13,119,712.35 *TOTAL BASE BID&ALTERNATE BID IN WORDS: THIRTEEN MILLION ONE HUNDRED NINETEEN THOUSAND SEVEN HUNDRED TWELVE DOLLARS AND THIRTY FIVE CENTS **Note:This total must be the same amount as shown above for"Total Base Bid&Alternate Bid" 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. Res ct y bmitted, 9050 N. Capital of Texas Highway Signature Building 3 Suite 380 Austin, TX 78759 Steve Cardwell Print Name Address Vice President 512-320-1410 Title Telephone Dan Williams Company Name of Firm August 13, 2024 Date Secretary, if Bidder is a Corporation 00200-9-2015 Page 1 of 1 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 OSTIA 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: Dan Williams Company Address: 9050 N. Capital of Texas Hwy Bldg 3 Ste 380 phone: 512-320-1410 Complcted by: Ted Glover Date: 08/12/2024 I. Docs the company have a written construction Safety program'? ❑✓Yes ❑ No 2. Does the company conduct construction safety inspections? ❑✓Yes ❑ No 3. Does the company have an active construction safety-training program'' ❑✓Yes ❑No 4. Has the company been tined by OSHA for any willful safety violations in the past ❑Yes Z No three years? 5. Does the company have a lost time injury rate of 7.8 for SIC 15,or 7.6 for SIC 16, ❑r Ycs ❑ No 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 H Yes [--]No [I N/A B. Excavation Q Yes ❑No ❑N/A C. Cranes Q Yes ❑No ❑N/A D. Electrical El Yes ❑No ❑N/A E. Fall Protection Q Yes ❑No ❑N/A F. Confined Spaces El Yes ❑No ❑N/A herehN ccrtifw that the above information is true and correct. Signature�_e_� Title Sarre+y Coot' ino4or 1X)410 K-2014 Statement of Biddcr's Safety Experience 00090654 OSHA's Form 300A IRev 0420(4) /Vora yal Can"InW Into yp 11--and save KK� ■ Because Oro lams n nn.mwrdReep rip pacxay°as'e uolvwraabl. Year 20 23 hOF euou i" ""° =Summary of Work-Related Injuries and Illnesses then yory ulsusing�free Adoot, jFpr rte, Us Dear+ OrYvaaaa'ur aal►b W r1aaA•afir..aaaat. ra vpv wIJMa_Ills al•a All nerrittr(fo,review Covered Dy Pert 1901 mull complete Ws Summary Paye &von Ano wprk-n/at°O mlvn.s of INnvsseI occurred during rhe year RomenlDer fo rovtew Dls Lop f0 verify that fho anl"cs are cbnptete and aceurare bei"ctYnnlethlp Itns sw+v„ary Us"V the Lop.COL"the Jndtvrdual&nines you made for each ca fepory Then write the fordbm s Dew, llun9 sure youvn added the entries from Dago of the Lop If you had no cases.write 9 acEs UbUshmont Informadorr Employees.l0nrrar Omplpye&f.and Jh&:r rePrpS(.ntef;vos nave ll have rhe Whl to revrow Jne OSHA FomJ 30()n its an(:tery /hey):so rMad acre&3 to the OSHA Form 301 or its equivalent See?9 GFR Pen 1904 35.m OSHA s recaoaeeprV noe for furtner dtrarrs on the cess prvxs arts for Dan Williams Company ....r..--+erre these forqs _ Srrdn 9050 N.Capital of Tx Hwy bid ISM 380 Tout number of Total number of t Austin __yas Texas [q 78665 Total nituriber of cases Total nun*-"of death, case% N nth da), with job tran.fer of other recordabl; inJurrY deKnpl.on Ir uvr,r/ocrsvn ofworo nwcl rraJfnl away from work mWicuon caxs 1 HeavyHighway ConstnUction -- '-- — __ 2 2 (GJ (Ht1 ill1 CJI Nona Arnenoh lnalrrfsal Class.fiorwe(?1A1C'SJ.A1Jmale�.IM:f71 237310 Nurnber of Days E,srp/oyteeat rrlbretauen ry,e.doe)4anr r.r,r flewv. ...rnr Total number of da)A Total numbcr of days of 1, 4,Mn M11%, U pap,N.m.v., away from wotk lob tramfcr or re%tncuon Mnlo1 aaxaac nanbes ulefrq'.o)m 254 94 _..._._.17f•vealMulstronkfebtdloet,14v es tut Ku 11460500 (K) Lr $/pn hero Kno%tneh(al%1OInr.this document m)mall In a(leeInjury and Illness TYPCs . I cnl(y that 1 hate°%.1fn-1cJ:he ducunKnt ar.J that Io the It"!ut Total number of in,Lnowkdte the entnca arc tax,"curare.ant co(rydcte lac Injuries 5 tat Pononings 0 '' :\ & y Title ( rpall)CtL[V1IYt (2)Skin dJwrdcrs 0 (b H1•:.,tfr Daleearing los( 0 _ 915-503-3135 11312024 _—- Or Respiratory condtticn. 0 (e) All otter illnesses 0 Re"t Pear rhos Summary ps"from February 1 to APA"30 61 the year faea-I V Ne Y"Mvafe/f 0y the Pones ,<w.•a�,••••w..`'J"trvr<+to.rid aa(ir•�.f a.r�.a.a rein rJta, bv.M•V tr cd+atw ul n:w.r�.+..ruwwr��..m/Ir�•��P•n��t-' n•rvns•A raid Wh t.+��^H�Y...n ^.ria _� r dr t�(ryy fl.�/.rvr.r. .1n•.a.�l. h 1/((Aa(wir.'�p Avert�r ..tT1rr M/mr..1/waRt/r vl�a Mnaar air�.r7M`-+,l S JLt�./.r.e+J l.Is/rNA cher../N.v...l NY•�a�� ....Nr.n rr tw.weir.t aar A/+ Yr1 Mvw n.n.,Iia. wrA..N7IX lo lb tw r+a< �► OSHA's Form 300A (Rev 0412604) Now,You can type Input Into this form and save h. Year ZO Because the f:,rms In s reccxdkeepmg package are filablelwntxble 22 PDF documents you can type ,,to the nput tom+6Mds and U.S. Department of Labor Summary of Work-Related Injuries and Illnesses men save your nputs using the free Adobe PDF Reader Ion•..ypro,r.l7MB., :Il.rli All establishments covered by Part 1404 must complete this Summate•page even if no workaelared injuries or,driesses occurred dunng the year Remember to review the Log to verity that the enrnes are complete and accurate before completing this summary Using Ute Loy.count the vrdiv,0ual entries you made for each category Then wnte Me totals below,making sure you've added rhe entries horn everypage of the Log It you had no cases.write'0' Establishment Information Employees,ranter employees,and their representatives have the nght!o review the OSHA Form 300 in es enlrrety They also have limited access to the OSHA Form 301 or its epurvaAefit See 29 CFR Part 1904 35 in OSHA s recordkesomy rubr for further de!ads on the access prvvsOnS for +.u.+......r .-- Dan Williams Company Inose forms - Srect 9050 Y.Capital of Tx.Nwy Building 3.Suite 380 c'Ir,Austin Stalc TX zip 78759 Total number of Total number of l•otal number of cases Total number of deaths cases will. days with j(lh tramtfer or other recordable indulin•dcscnphon(e R,Aluna/vcfr/ra of—oW tr ck it h r,t away from wort. restriction cases 0 4 2 4 Heavy Highway Construction IGV fN) p) (J) North Anwrtcan indusnu)Classdic4tton iNA1CS).d known(e g 33b2 i l 2 1 3 1 7 3 1 0 Employment information 11tc,a J,ml Ir a three Pxu,, o'r fhe Total number oCdays Total number of days of n n,krbcrr,,i,tAr,rrv,a}:r,,eo,mv:i away Crum work !rib transfer or reorictaln Annual average number of employees 219 370 5$ Total hours worked by all emplovecs last year 451.340.00 (K) (L) Sign here Knowingly falsifying tbii document may resell in a fine. Tota(number of I c 1 ~t I hscs 0.thu doiument rid that to the best o1 IM) y k �•)edgu'fhc c 1 re tnlc ace complete (1)Injuries 10 (4) Poisonings 0 /f� 12l`;kin dlalyden 0 (5) 1learing loss 0 Company exectenc Tttlt L/ (3)Respiratory 0 Phone 512-320-1410 Dye p 0 (e) All other Illhcsxs Post this Summary page from February r to Apn)30 of the year fotlowmy the year coversd by the form. Reset P"It"r Pl 4 h.kn roc S.rn.,vrrc r-R,pn,.< r ft..mr¢_ ,r.rc1•s-0 i.,Arr 11,e d.,+-40-1 —04,v.rid it,_d.rOS'elp uf-fw,waon 1.nodi.n.d ngomd to re.p..d n iter rnllr.rgn of rnlwa,Non-kc,.d,ipU a—,.I,•.Id O%la:a.erW n.aprr 1(,—t-u,r :o...:rY Jar.Urrr ravr.Kt oc.w,ouKr..eceV of dw dxa wrtc„e.ci.ri VS Dr Art c,n of laba,OSHA Ofer of Su MKJ A­I.s.. X­N-3644 _m Caavwoa A.;... �w \Yun,neyn�( K,;10 I7o.i,<M JM<ewyKtfd len.e a iM eTr< OSHA's Form 300A »Me yep ran ey"wW."to"b,,,,:.,dair"if_ ■ Hece•.0 u,.bans ern .cv s..o+lq veCsoy.ata Maw...1 at.. Year 20 1 "OF 00MM- " you cw r,".ro me rlput torr•'nem nn' r s na.anr eI L~ �!h.,M.a r"Summary of Work-Related Injuries and Illnesses �-1,.e 6'(Yo Ro m 1lepa i . U tismits►nnents cowetid by Pon/pa must cowlPlgs Ines Surrvrlsry page werl I no"am-rim"d&rings or Wessel oaeurrea awq ens raw „ Hrllemow to rs.bw Otf Lug to,Mti ow rrlt Mtnea We CanOWN arw ICN.Irw&Sfty comp4ea'Ig dYs swn mry - --- usrlp ens Log Corr Oe rlOr.a A4(Hunts you•peas kr foci)Caregclry r lv-1,rF ms p.4arr onto» rvk.•v s.r•et""aaduu:n.*"t w.-it" t.e Hsps of Na:op !fou maid•la cases .+yrs V E teadalehrnerM Ir1ACrela0s0 fl%% brunet frrtypreel arla,*,Or m ref0^lee s flaw we r ghl b re„ew me OSMA!orrr 300 r its err0'ery Th"also hart I,rrvw acce." to rho QSMA Fclrn,301 0•is fvvvntarf See 29 CFR Pert 190+]S e,05etA s rsco.,Jreswl9 qua ?M nuns,osaers a,IM fuss:pinrrsavrs It.' •••-—----- — Dan Williams Company meas bmu - 9Q5U h Ca"of T: Mry GL4"3.Sukt 380 Austin TX , 76759 ,.L11 nunbrt of rota numb"of Taal sawl'.ir•1r caa I mal nu 6C oe .katp. u,r� .Ith Ja,. .dhµ1b trartafcr•r •.IR•r rea'rvJaFl. •dr.rndvrlr•1uw:rr Vsaaerrrrrt•+frw+•.._arr.r�fm. w is,(bilin.ML IC11rw r1.M1 .�..� 0 0 6 0 Aeavy Highway Construction IL- .. r. �.xr►anln.,ae Iwu.uld(M6-1-1•Alt j..•I v, 1 I• >. M1•`I (29731 ErrrObyrwNlf IIIb/n1et10/r Ih.wa.,Lw,.,,..IA .1. Iw ItA'r ul Ja.. Taal number of da,...1 n',.rUArn..,IAC wupler M trnwvw r MNL w.y,l{,+iarlr a.rn.wer f•1;Iepb,.�� 251_ U alfa I.wit Awn raArJ M.11. I. V.1.air Set CA 1' Slyn Asn I.rosrl� zh: IfAideretaral m,rtwh1ea riot Total etabwr of I 1 d�ov 10 the he J.II (Y) 0 ,• .kdtr true c:1�App��[[w� i11 In11wln 8 +1 Porn a1111p \. tG 121 tkre dw.nkv, 0 X51 Hrannp II... 0 ..rlVW? Nk 111 krylrnrnr.,l..,rl..n. 0 .II the,Ililll'�<. p :.ti,�512-320-1410 ,�„_2/1!2022 _ esY M 3rtsny pent HYI Rserrary t•yrs b d OM►er Ab.rws sla fret rowed Dr alt rarrw NNW .r..�.t w�a:.�.r.wr.r.... _ �.. r...y', .. ..u•1.... .,,�.w..�-w1 r1.Ir...l.aaa.a..►lN � . 'w.n w,n.. ...a.�.... ... .w.w u•..r...I.•wn.r.......r r.wr�vl:w••rw......ss•.•ti l still..�.r,.r.,n.r r.... .... r..o,..,.,..,. ..wr..�... .sa.....:...a.a. .•rr.:..a.,,..lw.I.„1,.-r,:+•wl....l,,.r...a,..,.rr. n ,.,rr.,.wr .