Loading...
Contract - Capital Excavation Company - 9/26/2024 BID COPY/ORIGINAL CITY OF ROUND ROCK TRANSPORTATION DEPARTMENT ROUND ROCK TEXAS Project Manual For: Wyoming Springs — Segment 1 Prepared By: o F rE`�gs`1t iso ERIC J.RATZMAN f • ... • 86354 JEfFREY1.L. •'. 1335 ; APPROVED BY NAGY, 25...:�r:� �����ON��► ' sJ;E CITY ATTORNEY Halff For addendum No. 1 13620 Briarwick Drive,Suite 100 changes. Austin,TX 78729 TBPE Firm Registration No.312 Lo ,�- a� BID BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Capital Excavation Company of the City of Austin County of Travis State of Texas as Principal, and Hartford Accident and Indemnity Company authorized under the laws of the State of Texas to act as surety on bonds for principals,arc hcld 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 Greatest AmountBid Dollars($ 5%of 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 Wyoming Springs Segment 1 for which Bids are to be opened at the office of Owner on the 14th day of August ,20 24 . 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 instrwnent on this the 14th day of the month of August 20 24 Capital Excavation Company Hartford Accident and Indemnity Company Pnipal n Surety J vs. s 1 E• /J r J Dawn Davill Printed a Printed me By: By: "J Title: .0. Title: A ey-in-Fact Address: 2967 Ruriness Park Drive `N�111 I I I1//"� Address: 3000 Internet Drive,#600 Buda,TX 78610 NI.% SCA�/,q ��, Frisco,TX 75034 GORPp I .a•O: d" ��� --� _ ��''-��0"1 00200 4-2020 Bid Bon � *., 00443638 Resident Agent of Surety: Marsh&McLennan Agency,LLC '—w '03� Signature Donnie Doan Printed Name 8144 Walnut Hill Lane, 16th Floor Street Address Dallas,TX 75231 City,State,Zip Page 2 00200 4-2020 Bid Bond 00443638 IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja. You may contact your agent. Puede comunicarse con su agente. You may call Hartford Insurance Group at the toll free telephone number for information or to Usted puede !Jamar al humero de telefono make a complaint at: gratis de The Hartford Insurance Group para information o para someter una queja al 1-800-392-7805 1-800-392-7805 You may also write to The Hartford: Usted tambien puede escribir a The Hartford. The Hartford Hartford Financial Products The Hartford ch Hartford Financial Products 2 Park Avenue, 5 Floor 2 Park Avenue, 5th Floor New York, New York 10016 1-212-277-0400 New York, New York 10016 1-212-277-0400 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, coverages, rights or complaints at: Seguros de Texas para obtener information acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Puede escribir al Departamento de Seguros de Insurance Texas P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax Number (512) 490-1007 Fax Number (512) 490-1007 Web: http:Hwww.tdi.state.tx.us Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIMS DISPUTES: Should DISPUTAS SOBRE PRIMAS O RECLAMOS: you have a dispute concerning your Si tiene una disputa concerniente a su premium or about a claim you should prima o a un reclamo, debe comunicarse contact the agent first. If the dispute is not con su agente primero. Si no se resuelve la resolved, you may contact the Texas disputa, puede entonces comunicarse con Department of Insurance. el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso This notice is for your information only and es solo para proposito de informacion y no does not become a part or condition of the se convierte en parte o condicion del attached document. documento adjunto. F-4275-1, JTX4275-1 HR 42 H006 00 0807 Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY HartfOne ord,IConnecticut 06155 Bond.Claims@thehartford.com call.888-266-3488 orfax.860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: MARSH & MCLEN!" Agency Code: 4 6-4 614 96 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 0 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, uptotheamountof unlimited Edward R. Bowles, Dawn Davis, Walter J. DeLaRosa, Donnie Doan, Christen Tyner of DALLAS, Texas 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 Q, 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. ISO v;itD7o l.`• k'''rsrru,ti' �r� �„ 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. 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 14, 2024 Signed and sealed in Lake Mary, Florida. M ♦tJt r s�� .coy _ +'....,rM l. c ��g ��,urnr.ri� � ►0�> � �ce•rasrb i:f!{�,er.a..,<4A e �,f i st• • �: rte.,. 'ar`:,:�r > `'�:.•2��:0„•` •�.....• N C � „ ,,� Keith D. Dozois,Assistant Vice President BID FORM PROJECT NAME: Wyoming Springs-Segment 1 PROJECT LOCATION: Round Rock,Texas OWNER: City of Round Rock,Texas DATE: July 15,2024 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 Wyoming Springs Dr. 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 httos://www.round rocktexas.aov/departments/transoortation/solicitations/ by the close of business on August 9,2024 addenda have been issued and for following any instructions in any addenda issued. Bidder acknowledges receipt of the following by listing Addendum"number"and"date". 1 -8/7/2024 WYOMING SPRINGS DR BASE BID Bid Approx. Item Description Item uanti Unit and Written Unit Price Unit Price amount 1 67 STA 100-6002 PREPARING ROW p� / complete in place per for &/�j1CAnA �tf tlf� !J nd �' dollars and , O r�^ / cents. S 4,520.00 $ 302,840.00 2 172 SY 104-6.0115 REMOVE CONC(SIDEWALK) complete in place per for 1 dollars and Y� cents. S 50.00 S 8,600.00 3 213 SY 104-6017 REMOVE CONCRETE DRIVEWAYS complete in place per for dollars and cents. S 43.50 $ 9,265.50 4 389 LF 104-6022 REMOVE CONC(CURB&GUTTTER) complete in place per for 3,n dollars and cents. S 21.50 $ 8,363.50 5 1150 SY 105-6016 REMOVE STAB BASE&ASPH PAV complete in place per for r �„ dollars and m cents. S 15.00 S 17,250.00 WYOMING SPRINGS 6 18687 CY 110-6001 EXCAVATION(ROADWAY) complete in place per for ��a )Q v�� U j\�( dollars and rt J cents. S 26.00 S 485,862.00 7 26954 CY 132-6004 EMBANKMENT(FINAL)(DENS CONT)(TY B) complete in place per for \\1�)p0_�nAI1Q�1�- dollars and Zt Ct7 cents. S 28.00 S 754,712.00 8 58808 SY 160-6003 FURNISHING AND PLACING TOPSOIL(4") complete in place per for �r��_ dollars and cents. $ 3.08 $ 181,128.64 9 45656 SY 164-6003 BROADCAST SEED(PERM)(RURAL)(CLAY) complete in place per for 2 dollars and cents. S 0.50 $ 22,828.00 10 22828 SY 164-6009 BROADCAST SEED(TEMP)(WARM) complete in place per for Ze '� dollars and ` cents. $ 0.50 $ 11,414.00 11 22828 SY 164-6011 BROADCAST SEED(TEMP)(COOL) complete in place per for dollars and cents. $ 0.50 $ 11,414.00 12 13152 SY 164-6028 CELL FBR MLCH SEED(PERM)(URBAN)(CLAY) complete in place per for �7�r� dollars and—f t cents. S 0.50 $ 6,576.00 13 6576 SY 164-6011 CELL FBR MLCH SEED(TEMP)(WARM) complete in place per for dollars and cents. $ 0.50 S 3,288.00 14 6576 SY 164-6031 CELL FBR MLCH SEED(TEMP)(COOL) complete in place per for �f-o dollars and �1 cents. $ 0.50 $ 3,288.00 SEGMENT 1 WYOMING SPRINGS 15 1718.8 MG 168-6001 VEGETATIVE WATERING complete in place per for dollars and D T7 cents. $ 41.00 $ 70,470.80 16 2676 SY 169-6001 SOIL RENTENTION BLANKET(CLI)(TY A) complete in place per for dollars and cents. $ 1.50 $ 4,014.00 17 1352 SY 169-6006 SOIL RENTENTION BLANKET(CL 2)(TY F) complete in place per for AAb ce e- dollars and�V-0 cents. $ 3.00 $ 4,056.00 18 89 SY 169-6007 SOIL RENTENTION BLANKET(CL 2)(TY G) complete in place per for dollars and cents. S 5.50 $ 489.50 19 1 LS 170-6001 IRRIGATION SYSTEM 71 1 I_ complete in place per for ���� u� �r(1�1 ") Yl1�pP V1�1 ,VA dollars and 'Z e\rn cents. $ 123,000.00 $ 123,000.00 20 278 LF 192-6015 LANDSCAPE EDGE complete in place per for, � 'go- dollars and cents. $ 23.50 $ 6,533.00 21 61 EA 192-6025 PLANT MATERIAL(45 GAL)(TREE) complete in place per for �k \NkA"(kVC d <�LX dollars and 7-�-5 V"D cents. S 860.00 S 52,460.00 22 51 EA 192-6027 PLANT MATERIAL(100 GAL)(TREE) r( j complete in place per fora' ����V l A 11y- \'1(_1y Q yed (!�Q U P n k t dollars and ae q-b I cents. S 1,470.00 S 74,970.00 23 330 EA 192-6028 PLANT MATERIAL(1 GAL)(SHRUB) complete in place per for 7\X en dollars and cents S 16.00 $ 5,280.00 SEGMENT 1 WYOMING SPRINGS 24 397 EA 192-6030 PLANT MATERIAL(3 GAL)(SHRUB) complete in place per for r dollars and?� cents $ 30.00 $ 11,910.00 25 3067 SY 192-6063 PLANT BED PREP(TYPE I) complete in place per for"N k d,4 dollars and cents $ 32.00 $ 98,144.00 26 1191 SY 192-6064 PLANT BED PREP(TYPE II) complete in place per for ��h �(1P dollars and Zed cents $ 31.00 $ 36,921.00 27 11688 CY 247-6366 FL BS(CMP IN PLC)(TY A GR 5)(FINAL POS) complete in place per for V i Y\A4 A-Loc, dollars and -Z a 3Z r cents $ 52.00 $ 607,776.00 28 375 TON 260-6002 LIME (HYDRATED LIME(SLURRY)) complete in place per for � 1 dollars and ZP 2� cents $ 50.00 $ 18,750.00 29 20554 SY 260-6073 LIME TRT(SUBGRADEx8") complete in place per for dollars and cents. $ 1.00 $ 20,554.00 30 5428 GAL 310-6005 PRIME COAT(MULTI OPTION) complete in place per for dollars and cents. $ 4.50 $ 24,426.00 31 936 CY 400-6005 CEM STABIL BKFL complete in place per for-\amu V\,xn l eL\ 4\r\ dollars and Z-e flp cents. $ 230.00 $ 215,280.00 32 36 SY 400-6008 CUT&RESTORING PAV(ASPH) 1 complete in place per for`l JilD����„,1�,p,� (� A:,-A JD dollars and a��t cents. $ 142.00 $ 5,112.00 SEGMENT 1 WYOMING SPRINGS 33 114 CY 401-6001 FLOWABLE BACKFILL complete in place per for `eQ _ ��, Q,36 dollars and e Vii cents. $ 320.00 $ 36,480.00 34 6289 LF 402-6001 TRENCH EXCAVATION PROTECTION complete in place per for `'�l dollars and z �V77 cents. $ 6.00 $ 37,734.00 35 190 LF 416-6001 DRILL SHAFT(18 IN) complete in place per for t_& \jAUy)Ckrd e;,\,V , dollars and 7� cents. $ 360.00 $ 68,400.00 36 1584 LF 416-6004 DRILL SHAFT(36 IN) complete in place per fordollars and � �-� cents. $ 500.00 $ 792,000.00 37 152 LF 416-6029 DRILL SHAFT(RDWY ILL POLE)(30IN) complete in place per for 1'\Vf, %uhA t d i Y\ LA, 4 dollars and �� CC) cents. $ 590.00 $ 89,680.00 38 42 LF 416-6032 DRILL SHAFT(TRF SIG POLE)(36 IN) complete in place per for �un��P� dollars and �- cents. $ 840.00 $ 35,280.00 T 38A 14 CY 420-6002 CL A CONC(MISC) complete in place per for cev r �\txnAytk zoH -ij dollars and n7 cents. $ 780.00 $ 10,920.00 39 248.4 CY 420-6013 CL C CONC(ABUT) complete in place per dollars and 2��R7 �—cents. $ 1,270.00 $ 315,468.00 40 356.1 CY 420-6029 CL C CONC(CAP) complete in place per for( YL-- `�a x�a+� S s��1� CIOre( -U dollars and 2-os" cents. $ 1,650.00 $ 587,565.00 SEGMENT 1 T 1N3W'J3S 0i,'916`OL£ $ 99'£ $ Sluaa pae S.iellop 0 .co3 lad amid w alaldwoo HSIAIIJ JMVcl 3132IOAIOO Z009-LZi, TS- 06 I—VO I V6i, 88'9L6`6LZ`l $ 00'90Z $ Sluaa CLA 0 pue scellop1 j co3 .cad aaeld ui alaldwoa (b5X.L)112CMD ONOO IUS3-Id 6£09-M, d'I £6Z9 8i, 5Z'99I`8£S S 00'SZZ $ 'Slnaa pue SmIlop 'A V fol .cad aauld u►alaldwoo (Oi,X.L)2I3cmD OAIOO 2I.LS3ud L£09-SZb dZ Z6£Z Li, 0076£`£991 $ 00'96 $ 'Sluaa pue Scellop col lad aoeld ui alaldwoo (3SW)"I'IVM DMMV.L32I I009-£Zi, dS LZ—CL I 9i, OO Oi,i,`00£ $ OO'OOL $ 'Slnaa C2 �dpue WHOP c io3 .cad meld in alaldwoa HV'IS HOVO'IddV 9109-M, AO Z'6Zi, Si, 05,500`"1 S 09'6 $ -Sluaa put! SmIlop JOJ lad aaeld w alalduioa N IVM341S 3DMe£109-lli, 3S 69£61 4i, 00'890`60£`i S 00'£Z $ 'Sluaa put SnIlop J03 .cad aauld in alaldwoa HV'IS ONOO AM32I 1009-ZZ17 dS 9I 999 £i, 00'SL6`L£9 S 00'05Z`£ $ 'Sluaa % pue Sae co3 lad oaeld ui alaldwoo VIOSVd OAIOO HID 8019-OZi, 6O £961 Z 00'00L`6Z£ S 00'005`1 S 'Slnaa pue Scallop LAIJKA1 co3 .cad aaeld w alaldwoa (SMIf1IOO)ONOO O'IO L£09-OZi, 3 8'6IZ Ii, S9NIbdS 9NIWOAM WYOMING SPRINGS 50 48 CY 432-6002 RIPRAP(CONC)(5 IN) complete in place per for S Q n Il(wLcA A.n t f-6 dollars and 'Zx x-D cents. $ 730.00 S 35,040.00 51 47 CY 432-6005 RIPRAP(CONC)(CL A) complete in place per for _V_V 9_ \l�h��n� dollars and Z D�Q2 cents. $ 740.00 $ 34,780.00 51A 807 CY 432-6014 RIPRAP(STONE PROTECTION CLASS I,6-IN D50) (THICKNESS=12-IN) complete in place per for (,)ne (�h��a 11r l ��y-Q , dollars and ' -1 1DC, cents. $ 133.00 $ 107,331.00 52 1578 CY 432-6024 RIPRAP(STONE PROTECTION CLASS III,12-IN D50) (THICKNESS=24-IN) complete in place per for Cn h` nh �fe �t �, dollars and Z.P�+-�+ cents. $ 153.00 S 241,434.00 53 257 CY 432-6030 RIPRAP(STONE COMMON)(GROUT)(12 IN) (( complete in place per for `'` �D i knAyfY ��\�C�(l dollars and Z sc7 cents. $ 460.00 $ 118,220.00 54 137 CY 432-6044 RIPRAP(CONC)(4IN)(FLUME) complete in place per for _V 1n1�1►C��( (� dollars and ���,I- cents. $ 1,020.00 $ 139,740.00 55 28 CY 432-6045 RIPRAP(MOW STRIPx4-IN) complete in place per for���, �>� �� I dollars and C cents. $ 820.00 $ 22,960.00 5566 62 CY 432-6046 RIPRAP(MOW STRIP)(5 IN) t .complete in place per for ��Ch� K1��n�if�'� ���(\M1 dollars and cents. S 820.00 $ 50,840.00 57 1686.2 LB 442-6007 STR STEEL(MISC NON-BRIDGE) complete in place per for dollars and cents. $ 23.50 S 39,625.70 SEGMENT 1 WYOMING SPRINGS 58 4358 LF 450-6036 RAIL(TY C411) complete in place per for Wild if C-rp u P&I,--f-1 1 dollars and :W�V / cents. $ 175.00 $ 762,650.00 59 394 LF 450-6049 RAIL(HANDRAIL)(TY C) complete in place per for hunditd ,�- , ;�,� dollars and -Q C) cents. $ 138.00 $ 54,372.00 C 60 15 LF 450-6103 RAIL(TY PRI 1) complete in place per for-,fh ceza L A dollars and 70 GD cents. $ 300.00 $ 4,500.00 61 337 LF 454-6018 SEALED EXPANSION JOINT(4 IN)(SEJ-M) complete in place per for ��1JD �L1Y\ ��C� �� dollars and Ze�7 cents. $ 280.00 $ 94,360.00 62 10 LF 460-6003 CMP(GAL STL 24 IN) complete in place per forOV�r \, �� dollars and 7e V7 cents. $ 450.00 $ 4,500.00 63 20 LF 460-6006 CMP(GAL STL 42 IN) complete in place per for (1j hul►�� dollars and 7—,-- cents. $ 300.00 $ 6,000.00 64 100 LF 460-6007 CMP(GAL STL 48 IN) j_ ` ,, complete in place per for h,.�yyj Yej 11 1 11'(..Q 111 c�Yt V f p jj dollars and cents. $ 197.00 $ 19,700.00 65 709 LF 462-6019 CONC BOX CULV(8 FT X 4 FT) complete in place per for -sL\,X �1��� n o dollars and �� cents. S 690.00 $ 489,210.00 66 3152 LF 464-6003 RC PIPE(CL III)(18-IN) complete in place per for nu hued �ed +1 1 a�p, dollars and �)�+ cents. $ 103.00 $ 324,656.00 SEGMENT 1 WYOMING SPRINGS 67 949 LF 464-6005 RC PIPE(CL III)(24-IN) complete in place per for h n d I dollars e t� �ov��C�_ and 7=P—K"D cents. $ 121.00 $ 114,829.00 67A 240 LF 464-6007 RC PIPE(CL III)(30-IN) complete in place per for I A YIA kf A Se I ,/1 i dollars and '7� in'� 1Y cents. $ 170.00 $ 40,800.00 68 393 LF 464-60018-JLR�C PIPE(CL III)(36-IN) complete in place per for'iujDL waAye AAn w-N-i i n lam- dollars and ?-,e N�37 T— cents. $ 239.00 $ 93,927.00 69 76 LF 464-6019 RC PIPE(CL M(30-IN) complete in place per for :: \ dollars and ���� cents. $ 206.00 $ 15,656.00 70 4 EA 465-6002 MANH(COMPL)(PRM)(48IN) complete in place per foM6A)S1C V\A ,Ik VV dollars and •2-0—CZ2 cents. $ 4,340.00 $ 17,360.00 71 8 EA 465-6003 MANH(COMPL)(PRM)(60IN) complete in place per for Jn,A, V U PQ \,At o-ed dollars and !:::z12 -7 cents. $ 7,300.00 $ 58,400.00 72 1 EA 465-6004 MANH(COMPL)(PRM)(72IN) \ L n complete m place r for` 0 �Y 1�1AC� �Qt)Q11 ��I �0A J dollars and '7—F;_ro cents. $ 8,700.00 $ 8,700.00 73 13 EA 465-6017 TXDOT(COMPL)(PCO)(4FT)(NONE) complete in jpce per for Q, ,XGAIU-) OLk hU dollars and P trY cents. $ 8,100.00 $ 105,300.00 74 16 EA 465-6018 INLET(COMPL)(PCO)(4FT)(LEFT) complete in place per for ��� . ���� dollars and�X � cents. $ 10,000.00 $ 160,000.00 SEGMENT 1 WYOMING SPRINGS 75 15 EA 465-6019 INLET(COMPL)(PCO)(4FT)(RIGHT) complete in place per for l Vf\Q �c��s�c�Cil m"Q dollars and -Z�cr> cents. $ 9,900.00 S 148,500.00 76 1 EA 465-6020 INLET(COMPL)(PCO)(4FT)(BOTH) �^ complete in ace per tor, VIP--A V��u�V J IS9( � `LCIW1 kf dollars and -7.c> -]! 1 cents. $ 12,600.00 $ 12,600.00 77 2 EA 465-6126 INLET(COMPL)(PSL)(FG)(3FTX3FT-3FTX3FT) complete in place per for dollars dollars and cents. $ 5,000.00 $ 10,000.00 78 2 EA 465-6153 INLET(COMPL)(PAID)(RC)(4FTX4FT) complete in place per for SAX `1 Y,��CIn n , t�� dollars and ?��-� cents. $ 6,900.00 $ 13,800.00 79 1 EA 474-6023 PRE-CAST TRNCH DRAIN(CATCH BASIN) complete in place per ollars and cents. $ 22,200.00 $ 22,200.00 80 1 EA 466-6003 HEADWALL(CH-FW-0)(DIA=181N) complete in, lace per for P\ " dollars and �_i D cents. S 7,800.00 S 7,800.00 81 2 EA 466-6005 HEADWALL(CH-FW-0)(DIA=24IN) complete in place per for N\X Ac_fl yx� A dollars and �--� cents. $ 6,300.00 $ 12,600.00 82 1 EA 466-6007 HEADWALL(CH-FW-0)(DIA=30IN) complet in place per for ` "n dollars and 2 `D ` cents. S 9,800.00 $ 9,800.00 83 2 EA 466-6165 WINGWALL(FW-S)(HW=4 FT) n `� complete in lace per for �WrC`� �r� �n l 1�� ��( dollars and cents. $ 12,200.00 $ 24,400.00 SEGMENT 1 WYOMING SPRINGS 84 4 EA 467-6348 SET(TY II)(18-IN)(RCP)(6:1)(P) '\ ` �a \J 1 \^ complete(in place per for�WO `�V ( Ascy (1 -Niw 1 uy�y q LI dollars and 7e M cents. $ 2,250.00 $ 9,000.00 85 2 EA 467-6357 SET(TY II)(18 IN)(RCP)(3: 1)(P) comp ete in place per fo C \ 'lar s, �erD cents. $ 2,780.00 $ 5,560.00 86 2 EA 467-6395 SET(TY II)(24-IN)(RCP)(6:1)(P) complete in place per and 7� V cents. $ 3,270.00 $ 6,540.00 87 1 EA 467-6419 SET(TY II)(30-IN)(RCP)(4:1)(C) complete in place per for h n dollars and cents. $ 6,400.00 $ 6,400.00 88 2 EA 467-6449 SET(TY 11)(36-IN)(RCP)(3:1)(C) completeplace per �[ for � � u ����� W k,�j vedollars and �/� V-Z:2 cents. S 6,900.00 $ 13,800.00 89 103 LF 474-6023 PRE-CAST TRNCH DRAIN(W/OUT CONC PVMNT complete in place per for L�r� Q (, L�p� dollars and � �-7� cents. $ 229.00 $ 23,587.00 89 14 LF 481-6022 PIPE(PVC)(SCH 80)(4 IN) complete in place per for S �(� u� dollars and � cents. $ 64.00 $ 896.00 90 1 EA 496-6003 REMOVE STR(MANHOLE) complete in place per dollars and and -7 cents. $ 5,600.00 S 5,600.00 91 6 EA 496-6004 REMOVE STR SET complete in place per for ��� \\\V�A�--P �� dollars and DJ2 YR--) cents. $ 410.00 $ 2,460.00 SEGMENT 1 WYOMING SPRINGS 92 508 LF 496-6007 REMOVE STR(PIPE) complete in place per for F �� dollars and , ,� cents. $ 15.50 S 7,874.00 93 120 LF 496-6016 REMOVE STR(30"PIPE) complete in place per for dollars and 1�U A cents. $ 15.50 S 1,860.00 94 1 LS 500-6001 MOBILIZATION ����� complete in place per -- for WQ j�1��J n YY/1CJ hU111� �1 ll1Ltail& dollars and Z LY-0 cents. $ 2,200,000.00 $ 2,200,000.00 95 15 MO 502-6001 BARRICADES,SIGNS,AND TRAFFIC HANDLING complete in place per for �v� ��; , �, � ��� dollars and ZCp J cents. $ 5,600.00 S 84,000.00 96 60 LF 506-6001 ROCK FILTER DAMS(INSTALL)(TY 1) complete in place per for vulw �j dollars and cents. $ 26.50 $ 1,590.00 97 180 LF 506-6002 ROCK FILTER DAMS(INSTALL)(TY 2) complete in place per for �AN,,4, (1>�4 dollars and ;( cents. $ 38.50 $ 6,930.00 98 240 LF 506-6012 ROCK FILTER DAM(REMOVE) complete in place per for �IA7,^� o nA, dollars and zcents. $ 21.00 $ 5,040.00 99 444 SY 506-6020 STABILIZED CONSTRUCTION ENTRANCE(INSTALL) (TY 1) complete in place per for Qt1 dollars and Y[� cents. $ 20.00 $ 8,880.00 100 444 SY 506-6024 STABILIZED CONSTRUCTION ENTRANCE(REMOVE) complete in place per for C�{�� dollars and gyp cents. $ 15.00 $ 6,660.00 SEGMENT 1 WYOMING SPRINGS 101 1000 LF 506-6034 CONSTRUCTION PERIMETER FENCE complete in place per for 16 1 L- dollars and cents. $ 4.50 $ 4,500.00 102 9345 LF 506-6038 TEMP SEDMT CONT FENCE(INSTALL) complete in place per for �J 1 dollars and ZLr0 cents. $ 4.00 $ 37,380.00 103 9345 LF 506-6039 TEMP SEDMT CONT FENCE(REMOVE) complete in place per for dollars and l h cents. $ 0.50 $ 4,672.50 104 510 LF 506-6040 BIODEG EROSN CONT LOGS(INSTL)(8") complete in place per for S; dollars and cents. $ 6.50 $ 3,315.00 105 76 LF 506-6041 BIODEG EROSN CONT LOGS(INSTL)(12") complete in place per = <: forr\JL ; dollars and z Ly"U ..'cents. $ 9.00 $ 684.00 106 586 LF 506-6043 BIODEG EROSN CONT LOGS(REMOVE) complete in place per for dollars and ZCf U cents. $ 1.00 $ 586.00 107 104 SY 508-6001 CONSTRUCTING DETOURS complete in place per for Y j dollars and cents. $ 69.00 $ 7,176.00 108 72 SY 528-6002 COLORED TEXTURED CONC(6") �lh 1. ' complete in place per U 1V. for U.yl(;al f'140J1 0Y\11 1dollars and 7�1 C) cents. $ 181.00 $ 13,032.00 109 61 LF 529-6015 CONC CURB(TY Cl) complete in place per for �wb h uAc e �uJ ��un j)U dollars and cents. $ 222.00 $ 13,542.00 SEGMENT 1 I 1N31ND3S 00'096`8£ $ 00'56 $ 'Sluao Qa'a Z PUL, Srellop R1� ( lo3 lad ooeld ut alaldwoa S11NIQaw MOD Z009-9£S AS O—it 811 00'00£`£ $ 00'OS9`I $ 'S;uao r( pue WHOP g` TkX03 gad aoeld ui alaldwoo (S AD SdINVd gwo ZZ09-I£9 d3 Z Lii 00'Ob£`ii $ 00'OZ9`l $ 'S►°ao C)—A—a Z- puE s ullop lad aould u[alaldwoo (L ADSdWVdBUM 0109-l£S VU L 9il 00'096`b $ 00'0991 $ S3u13 pue slellop lad a0eld ui a;aldwoo 1 (I Al)ScIWVH 9-&n0 b009-1£9 d3 £ MI 00'SZS`O£ $ 00'9L $ 'S;uao pule siellop 1 io3 jad could ui alaldwoo GO m iv/Aac[lS 01100£009-1£S AS LOB bi lI 00'OZVL4b $ 00'09 $ -S;uao oirz PUP s ullop lo3 iad a0eld w oialdwoo GON'IdM3uiS011O01009-1£5 )lS LSbL M 00'VLO'01 $ WWI $ 'S1Ua0 CV Y PUB SMI[oP 0 ,o3 .iad an1d w aaaldwoo (HdSN)SAdM3ARIQ 9009-0£9 AS £L ZI I 00'SL£`£Z $ 00'9Zi $ 'Sluao L PuE SJellop r IVa 1n 10; lad ooeld m ajaldwoo (01100)SAb M3ARIQ b009-O£S AS L81I i I 00'Z8[`9££ $ 007Z $ SIuaa puE Smllop 171TQ( --03 lad aoeld ui alaldwoo (d Al)'I3I.LnD V gUnD 01100 6209-6ZS IT I8ZS1 OI I S9NIUS 9NIWOAM WYOMING SPRINGS 119 100 LF 540-6001 MTL W-BEAM GD FEN(TIM POST) �r1 complete in place per for 'U r 6 fu- dollars and v -7� cents. $ 41.00 $ 4,100.00 120 4 EA 540-6007 MTL BEAM GD FEN TRANS(TL2) complete in place per for `hn;l�\fgh � y� � nlrer� �� dollars and '�"�°� 7 r cents. $ 1,850.00 $ 7,400.00 0 121 4 EA 544-6001 GUARDRAIL END TREATMENT(INSTALL) ^ 1 complete in place per for oLa �CaL� V-- 1Nk Y t"C-tcx *-A(V dollars and -Q00 cents. $ 4,910.00 $ 19,640.00 122 215 LF 550-6001 CHAIN LINK FENCE(INSTALL)(6) complete in place per for dollars and ze lD cents. $ 48.00 $ 10,320.00 123 2 EA 550-6004 GATE(INSTALL)(6'X12') �y �� ���� complete in place per for �--w() -U`11U�:Ut� " V) dollars and 7k /1 cents. $ 2,080.00 $ 4,160.00 124 600 LF 556-6007 PIPE UNDERDRAIN(TY 7)(6") complete in place per for � dollars and Ryy cents. $ 48.00 $ 28,800.00 125 2 EA 560-6025 RELOCATE EXISTING MAILBOX complete in place per. for rcj� dollars and U cents. $ 860.00 $ 1,720.00 126 222 LF 569-6018 CONC CURB(TY F3) complete in place per for u dollars and Z ��� cents. $ 410.00 $ 91,020.00 127 4 EA 610-6106 IN RD 1L(U/P)(TY 2)(150W EQ)LED (l _ TVI LWc�`lA NY crrcomplete in pla1ce per for dollars and �r�cents. $ 1,420.00 $ 5,680.00 SEGMENT 1 WYOMING SPRINGS 128 10 EA 610-6150 IN RD IL(TY SA)30S-8(150W EQ)LED ,, I- "�complete in place per for X71� -I t Uo« 11C� UJB I\111n17 QOA dollars and z CYp cents. $ 6,400.00 $ 64,000.00 129 19 EA 610-6158 IN RD IL(TY SA)30T-8-8(150W EQ)LED ,� n 1 complete in place per for ��•�Q_ 1C�llSflr�L S��UNId' u��rl/� dollars and y cents. $ 5,800.00 $ 110,200.00 130 4997 LF 618-6046 CONDT(PVC)(SCH 80)(2") complete in place per for .� «)z 11 �i V dollars and Cy J cents. $ 25.00 $ 124,925.00 131 1013 LF 618-6053 CONDT(PVC)(SCH 80)(3") complete in place per for f �Wo dollars and 7-01) cents. $ 32.00 $ 32,416.00 132 684 LF 618-6054 CONDT(PVC)(SCH 80)(3")(BORE) complete in place per for dollars and z Q'50 cents. S 79.00 $ 54,036.00 133 8458 LF 618-6058 CONDT(PVC)(SCH80)(4") complete in place per for ri dollars and cents. S 60.00 S 507,480.00 134 586 LF 618-6059 CONDT(PVC)(SCH80)(4")(BORE) complete in place per for ( (� �/ - dollars and 0 7,Lfn cents. $ 88.00 $ 51,568.00 135 274 LF 618-6070 CONDT(RM)(2") complete in place per for 5,V U-\ -N";C) dollars and Z-ex p cents. S 72.00 S 19,728.00 136 1710 LF 618-6078 CONDT(RM)(4") complete in place per for 0" /n,LA&, Qk dollars and Zi-0 cents. S 130.00 S 222,300.00 SEGMENT 1 WYOMING SPRINGS 137 6949 LF 620-6007 ELEC CONDR(NO.8)BARE complete in place per for dollars and F. cents. $ 2.50 $ 17,372.50 138 14506 LF 620-6008 ELEC CONDR(NO.8)INSULATED complete in place per forO dollars and cents. $ 2.50 $ 36,265.00 139 16 EA 624-6009 GROUND BOX TY D(162922) complete in place per for � n����5r�n(� ,camR dollars and^ -2,e j 0 cents. $ 2,090.00 $ 33,440.00 140 3 EA 624-6010 GROUND BOX TY D(162922)W/APRON \ \ complete in place per for Iy�( t��t V1{� f��U Gx-�� dollars and 7-kjy cents. $ 2,960.00 $ 8,880.00 141 27 EA 624-6019 GROUND BOX TY I `,, (, complete in place per for -K 1/\ u`� Q) (� — �(� 1 1 E 9 6�� dollars and Z UC) cents. $ 10,200.00 $ 275,400.00 142 3 EA 624-6028 REMOVE GROUND BOX(ELECTRICAL) complete in place per for Ai O _�)14111(4 -�N rkt(� dollars and -2-Afo cents. $ 213.00 $ 639.00 143 2 EA 628-6115 ELC SRV TY D 120/240 060(NS)AL(E)PS(U) complete in place per for �p t/� f Z��l1 i 1(� y t y 1 1i1C16 dollars and ?�C� cents. $ 10,300.00 $ 20,600.00 144 96 SF 636-6003 ALUMINUM SIGNS(TY O) complete in place per for dollars and cents. $ 39.00 $ 3,744.00 145 36 EA 644-6001 IN SM RD SN SUP&AM TYIOBWQ(1)SA(P) complete in place per for )t 1Aa11C�Q� A � dollars and b � cents. $ 920.00 $ 33,120.00 SEGMENT 1 WYOMING SPRINGS 146 9 EA 644-6004 IN SM RD SN SUP&AM TY l OB WG(1)SA(T) complete in place per for hm(PA dollars and �1(J cents. $ 1,200.00 $ 10,800.00 147 1 EA 644-6027 IN SM RD SN SUP&AM TYS80(1)SA(P) complete in place per oni �Aewl dollars and 21,60—cents. $ 1,150.00 $ 1,150.00 148 4 EA 644-6033 IN SM RD SN SUP&AM TYS80(1)SA(U) complete in place per for dollars and ��� cents. $ 1,360.00 $ 5,440.00 149 2 EA 644-6065 IN BRIDGE MNT CLEARANCE SGN ASSM(TY S) 11 tt^ 1n ccomplete in place per for 4hY u �1'Y\()l):d(Vwl -W\w �I t()I�j�Ql1 11t'M dollars and cents. $ 3,320.00 $ 6,640.00 150 5 EA 644-6076 REMOVE SM RD SN SUP&AM complete in place per for oN h(1j\&tfx �i� r,(L dollars and 71U-0 cents. $ 153.00 $ 765.00 151 1 EA 658-6099 INSTL OM ASSM(OM-2Z)(WFLX)GND complete in place per for 4-WO SAW d d -AAk)o dollars and z U-0 cents. $ 202.00 $ 202.00 152 120 LF 662-6006 WK ZN PAV MRK NON-REMOV(W)6"(DOT) complete in place per for dollars and cents. $ 1.50 S 180.00 153 4500 LF 662-6008 WK ZN PAV MRK NON-REMOV(W)6"(SLD) complete in place per for dollars and cents. $ 1.50 S 6,750.00 154 40 LF 662-6016 WK ZN PAV MRK NON-REMOV(W)24"(SLD) complete in place per for dollars and Z-u cents. $ 5.00 $ 200.00 SEGMENT 1 WYOMING SPRINGS 155 4 EA 662-6017 WK ZN PAV MRK NON-REMOV(W)(ARROW) complete in place per for dollars and 7�-(� cents. $ 133.00 $ 532.00 156 5270 LF 662-6037 WK ZN PAV MRK NON-REMOV(Y)6"(SLD) complete in place per for dollars and s cents. $ 1.50 $ 7,905.00 157 4163 LF 666-6012 RE PM W/RET REQ TY I(W)6"(SLD)(100MIL) complete in place per for dollars and -ZQf-O cents. $ 1.00 $ 4,163.00 158 439 LF 666-6018 REFL PAV MRK TYP I(W)(DOT)(6"x IOOMIL) complete in place per forAw n dollars and cents. S 2.50 $ 1,097.50 159 2461 LF 666-6036 REFL PAV MRK TY I(W)8"(SLD)(IOOMIL) complete in place per for dollars and cents. $ 2.50 $ 6,152.50 160 1097 LF 666-6042 REFL PAV MRK TY I(W)12"(SLD)(IOOMIL) complete in place per for s11 dollars and cents. $ 3.50 S 3,839.50 161 278.00 LF 666-6048 REFL PAV MRK TY I(W)24"(SLD)(100MIL) complete in place per for dollars and 2 Q.rQ cents. $ 6.00 $ 1,668.00 162 26 EA 666-6054 REFL PAV MRK TY I(W)(ARROW)(100ML) complete in place per for Ur\� Y�f�l C. V v dollars and ki Z r� cents. $ 185.00 S 4,810.00 163 18 EA 666-6078 REFL PAV MRK TY I(W)(WORD)(IOOMIL) complete in place per for 4w U dollars and 71 f0 cents. $ 202.00 $ 3,636.00 SEGMENT 1 WYOMING SPRINGS 164 78 LF 666-6141 REFL PAV MRK TY I(Y)12"(SLD)(100MIL) complete in place per for �t`�` dollars and cents. $ 3.50 $ 273.00 165 3222 LF 666-6171 RE PM W/RET REQ TY I(W)6"(BRK)(100MIL) complete in place per for dollars and Z U0 cents. $ 1.00 $ 3,222.00 166 439 LF 666-6172 REFL PAV MRK TY II(W)6"(DOT) complete in place per for dollars and cents. $ 1.50 $ 658.50 167 2461 LF 666-6178 REFL PAV MARK TY H(W)8"(SLD) complete in place per for �� dollars and '7 cents. $ 2.00 $ 4,922.00 168 1097 LF 666-6180 REFL PAV MRK TY II(W)12"(SLD) complete in place per for dollars and 2 ex—o cents. $ 2.00 $ 2,194.00 169 278 LF 666-6182 REFL PAV MRK TY H(W)24"(SLD) complete in place per for T � dollars and cents. $ 4.00 $ 1,112.00 170 26 EA 666-6184 REFL PAV MRK TY Il(W)(ARROW) complete in place per for oN tu( ( )(A,,, LN)C dollars and 0 cents. $ 145.00 $ 3,770.00 171 18 EA 666-6192 REFL PAV MRK TY II(W)(WORD) complete in place per for �� x dollars and ���) cents. $ 156.00 $ 2,808.00 172 78 LF 666-6212 REFL PAV MRK TY II(Y)12"(SLD) complete in place per for �O dollars and 'z_clv-o cents. $ 2.00 $ 156.00 SEGMENT 1 WYOMING SPRINGS 173 9018 LF 666-6321 RE PM W/RET REQ TY I(Y)6"(SLD)(100MIL) complete in place per for a dollars and .2— � cents. $ 1.00 S 9,018.00 174 3222 LF 666-6324 RE PM W/RET REQ TY II(W)6"BRK complete in place per for � _ dollars and 'ZL)rO cents. $ 1.00 $ 3,222.00 175 4163 LF 666-6325 RE OM W/RET REQ TY II(W)6"(SLD) complete in place per for C) ,L dollars and -a1uc) cents. $ 1.00 $ 4,163.00 176 9018 LF 666-6329 RE PM W/RET REQ TY II(Y)6"(SLD) complete in place per for dollars and cents. $ 1.00 $ 9,018.00 177 145 EA 672-6007 REFL PAV MRK TY I-C complete in place per for V dollars and 7 eyo cents. $ 5.00 $ 725.00 178 377 EA 672-6009 REFL PAV MRKR TY II-A-A complete in place per for - dollars and cents. S 4.50 $ 1,696.50 179 118 EA 672-6010 REFL PAV MRK TY I-C complete in place per for � dollars and ✓ cents. S 5.00 S 590.00 180 12076 LF 677-6001 ELIM EXT PAV MRK&MRKS(4") complete in place per for 7-n iU"C) dollars and cents. $ 0.50 S 6,038.00 SEGMENT 1 WYOMING SPRINGS 181 6 EA 677-6008 ELIM EXT PAV MRK&MRKS(ARROW) complete in place per for ,�,� dollars and 7 Lf0 cents. $ 54.00 $ 324.00 182 4 EA 677-6012 ELIM EXT PAV MRK&MRKS(WORD) complete in place per for L�,G� P� dollars and + 2u/ cents. S 59.00 $ 236.00 183 2 EA 680-6011 INSTALL HWY TRF SIG(UPGRADE) complete in place per for�,1 (� ��) u,"A -fa dollars and ' 4 00 cents. $ 42,200.00 $ 84,400.00 184 9 EA 682-6001 VEH SIG SEC(12")LED(GRN) complete in place per fordollars and cents. $ 460.00 $ 4,140.00 185 10 EA 682-6002 VEH SIG SEC(12")LED(GRN ARW) complete in place per for rtLJ� 1 �� ���� C,.� A dollars and fU cents. $ 460.00 $ 4,600.00 186 11 EA 682-6003 VEH SIG SEC(12")LED(YEL) complete in place per for ��y � �f2� C� ,T�a dollars and�6 'T_e'(� cents. $ 460.00 $ 5,060.00 187 10 EA 682-6004 VEH SIG SEC(12")LED(YEL ARW) complete in place per for f r � dollars and g_y() cents. $ 460.00 S 4,600.00 188 11 EA 682-6005 VEH SIG SEC(12")LED(RED) complete in place per for �CJ t��f �1 t ( i�(��C�� 5`T dollars and 7 cents. $ 460.00 S 5,060.00 189 7 EA 682-6006 VEH SIG SEC(12")LED(RED ARW) complete in place per for �` ��( b�7\ 1 dollars and ��� cents. $ 460.00 S 3,220.00 SEGMENT 1 WYOMING SPRINGS 190 6 EA 682-6018 PED SIG SEC(LED)(COUNTDOWN) complete in place per forAv!(Adollars and cents. $ 1,170.00 $ 7,020.00 191 8 EA 682-6023 BACK PLATE(12"x3 SEC) complete in place per 1,61. 4-ujQ dollars and cents. $ 225.00 $ 1,800.00 192 7 EA 682-6024 BACK PLATE(12"x4 SEC) complete in place per for �AVQ- / W"fkd dollars and Rix cents. $ 310.00 $ 2,170.00 193 3 EA 682-6025 BACK PLATE(12")(5 SEC) complete in place per GorY,�,L� dollars and cents. $ 320.00 $ 960.00 194 1468 LF 684-6008 TRF SIG CBL(TY Ax 12 AWG)(3 CONDR) complete in place per 1,61 dollars and cents. $ 3.00 S 4,404.00 195 1288 LF 684=6010 TRF SIG CBL(TY A)(12 AWG)(5 CONDR) complete in place per for dollars and cents. $ 3.50 $ 4,508.00 196 545 LF 684-6031 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) complete in place per for �Akk dollars and Ito cents. $ 3.00 S 1,635.00 197 450 LF 684-6033 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) complete in place per for dollars and cents. S 3.50 $ 1,575.00 198 1216 LF 684-6046 TRF SIG CBL(TY A)(14 AWG)(20 CONDR) complete in place per fbr dollars and cents. $ 9.00 $ 10,944.00 SEGMENT 1 WYOMING SPRINGS 199 2 EA 686-6048 INS TRF SIG PL AM(S)1 ARM(44')LUM&ILSN 0.a complete in place per for VY h� AkL y"k 4 dollars i and cents. $ 22,300.00 $ 44,600.00 200 1 EA 686-6051 INS TRF SIG PL AM(S)1 ARM(48')LUM complete in place per fordollars and ID != cents. S 21,500.00 $ 21,500.00 201 1 EA 686-6052 INS TRF SIG PL AM(S)1 ARM(48')LUM&ILSN complete in place per tur 44(A, dollars and / cents. S 23,100.00 $ 23,100.00 202 3 EA 687-6001 PED POLE ASSEMBLY complete in place per for �C1'(�V Q�� �loU dollar; and 2eXu cents. S 5,100.00 S 15,300.00 22033 6 EA 688-6001 PED DETECT PUSH BUTTON(APS) complete in place per for +Ww dollars and cents. S 1,300.00 S 7,800.00 204 1 EA 688-6003 PED DETECTOR CONTROLLER UNIT complete in place per I.- 'blur dollar; and F cents. $ 4,620.00 S 4,620.00 205 104190 SF 740-6005 ANTI-GRAFFITI COATING(PERMNENT-TY III) complete in place per for dollars and kt cents. $ 1.42 $ 147,949.80 206 20 LF CORR 505 48"STEEL ENCASEMENT PIPE complete in place per for dollars and C � cents. $ 660.00 $ 13,200.00 207 9 EA CORR 506 MANHOLE ADJUSTMENT,48"DIA. complete in place per for �( /1A^ �(, � L \AW ,tj dollars and 1!e� cents. S 18,500.00 S 166,500.00 SEGMENT 1 I 1N3W93S 00'008`6b S 00'006`bZ S 'slaao pug Srellop Q lo3 lad aould .alaldwoo (MO£)NOI.I J3NNOD.L9M I I S)RI03 V'3 Z 9IZ 00'OOVL S 00'00b`L S 'sluao on pup siullop n 1o3 lad could ui alaldwoo AIHYd3SSV IN"CIAH 9)IId IIS UUOD d9 I M 00'0017`Z S 00'OOb`Z S 'slaao ayolt pup smIlop A lo3 lad aould at alaldwoo VIQ..9`9A'IVA 91VJ AQOH NOMI l IS UNOD d3 I biz 00'0£1`£ S 00'O£I`£ S 'slaao pup. Slullop lo3 cad aould w alaldwoo 'VIQ..8`3A-IVA 9.LVO AQOH NOXI l lS IMOD V3 I £tZ 00000`19 S 00,000`19 S 'slaao w puu Siellop lo; lad aoeld in alaldwoo 'VIQ..0£`9A'IVA 91VD AQOH NOMI 119 UH03 d9 I Zlz 00'009`£91 $ 00'006`Ob S QA14 pug smIIoP PTAA NIF } 10; lad aould w alaldwoo SDNI.LLId NOHI THL7flu 019 1"03 NO.L b IiZ 00'006`19£ S 00'OL17 S 'sluao pae Sipllop 1Ol lad could ui alaldwoo 3dld NO)II 911IDfIQ .O£01 S UNOD 3I OLL OIZ 00'ZI1`S S OO'Ztl S 'slaao puu siullop Q io3 .iad aould w alaldwo,) 9dld NO)II 3 1113fIQ..8 019)RI03 3119£ 60Z 00'88L`b S 00'f£1 S 'slaao pup s ullop WwA n "'1 iad aould ut alaldwoo 9dld NOMI 31II13flu..9 015)moo d'I 9£ 80Z 00'009`19 S 00'09£ S 'sluao pup Sivllop u.1 lad could ut alaldwoo (VICI At-..8)'IVAOWad a3dl-zsL v3 (u 1 vLoZ SJNIbdS JNIWOAM WYOMING SPRINGS 217 6 EA CORR 511 ADJUST WTR VALVE TO GRADE complete in place per lbr &wAk dollars and '� *D cents. $ 590.00 S 3,540.00 218 198 EA CORR 610 PRESEVATION OF TREES AND OTHER VEGETATION complete in place per for �ww YMw" kLou dollars and -?7e(b cents. $ 350.00 $ 69,300.00 219 1335 SF CORR 623 DRY STACK ROCK WALL complete in place per for 6LA, JF�r dollars and zM cents. S 44.00 $ 58,740.00 220 4 EA CORR SS 1000 SWAQ-40-BYPASS STORMTROOPER �`)�,� complete in place per for <�� nlYlQ TVtOU.SDa/�.a dollars and .�,r� cents. $ 79,000.00 $ 316,000.00 221 8 EA CORR SS 1000 SWAQ-110-BYPASS STORMTROOPER complete in place per for 091 hwdr?fl a"w Alty§" dollars and thm cents. $ 102,000.00 S 816,000.00 222 1 LS CORR SS 1001 CARE OF WATER complete in place per for dollars and cents. $ 408,000.00 S 408,000.00 223 4523 LF CORR SS 1002 CORRIDOR FENCE complete in place per for 1/U1�1 hMACreAgk dollars and I'le-(D cents. $ 107.00 $ 483,961.00 224 924 TON SS3076-6002 HOT MIX ASPHALT D-GR TY-B PG 64-22(EXEMPT) ,(�,� 1n,��('1�J , complete in place per for I/VAR ��t.0 1.�`�A/MN �Q dollars ander cents. $ 128.00 S 118,272.00 225 3074 TON SS3076-6015 HOT MIX ASPHALT D-GR TY-C PG 64-22(EXEMPT) complete in place per for D" k"drpd 5 dollars and cents. $ 117.00 S 359,658.00 r SEGMENT 1 WYOMING SPRINGS 226 2458 TON SS3076-6023 HOT MIX ASPHALT D-GR TY-C PG 70-22(EXEMPT) complete in place per for 0 Kwdred A01, 4UL V- dollars and I ?t o cents. $ 134.00 $ 329,372.00 227 559 TON SS3076-6035 HOT MIX ASPHALT D-GR TY-D PG 64-22(EXEMPT) complete in place per for QkC W44ycw dollars and cents. $ 121.00 $ 67,639.00 228 1004 TON SS3081 TOM-C SAC A(PG70-22) n complete in place per for 1) re„�/ \� dollars and � cents. $ 206.00 $ 206,824.00 229 961 GAL SS3084-6001 BONDING COURSE complete in place per for �V lr dollars and \ U cents. $ 4.50 $ 4,324.50 230 4467 GAL SS3085-6001 UNDERSEAL COURSE complete in place per for dollars and cents. $ 4.50 $ 20,101.50 231 2 EA SS6001-6002 PORTABLE CHANGEABLE MESSAGE SIGN complete in place per for S\ Awv—c4AJ U dollars � ���`hwl&A and Lcents. $ 26,300.00 $ 52,600.00 231A 56 DAYS SS6001-6001 PORTABLE CHANGEABLE MESSAGE SIGN complete in place per for dollars and cents. $ 125.00 $ 7,000.00 232 188 LF SS6004-6031 ITS CO CBL(ETHERNET) complete in place per for 4wv dollars and Ifxp cents. $ 2.00 $ 376.00 233 1 EA SS6090-6002 ILSN(LED)(8D) complete in place per for A vwS j V .5\X dollars and cents. $ 4,860.00 $ 4,860.00 SEGMENT 1 WYOMING SPRINGS 234 2 EA SS6090-6005 ILSN(LED)(I OD) complete in place per t�,r S� 51� �ire� dollars and cents. $ 6,600.00 $ 13,200.00 235 2 EA SS6306-6001 VTVDS PROSR SYS(ITERIS VANTAGE NEXT PLATFORM) complete in place per tur � �yQ� �5 �(�)Nj f" dollars ander cents. $ 13,900.00 $ 27,800.00 236 4 EA SS6306-6003 VIVDS CAM ASSY VAR LNS(ITERIS VANTAGE VECTORWITH VANTAGE EXIT) complete in place per tin swm Wr " dollars and tcvD cents. $ 7,700.00 S 30,800.00 237 4 EA SS6306-6003 VIVDS CAM ASSY VAR LNS(ITERIS VANTAGE NEXT) complete in place per ti,r Afff �4MW�DLu Vl,md,fdSa� dollars and le*fl cents. $ 3,440.00 $ 13,760.00 238 2 EA SS6306-6005 VIVDS CNTRL SOFTWARE(ITERIS) aImplete in place per for Okro 4 Vt C ,j M dollars and * qQA v cents. $ 1,010.00 $ 2,020.00 239 2099 LF SS6306-6007 VIVDS CABLING complete in place per for -11D dollars and cents. $ 2.50 $ 5,247.50 SUBTOTAL BID(Items I thru 239) 25,248,235.47 SEGMENT 1 WYOMING SPRINGS 240 1 LS FORCE ACCOUNT-EROSION CONTROL complete in place per for five thousand dollars and no cents. $ 10,000.00 $ 10,000.00 241 1 LS FORCE ACCOUNT-SAFETY CONTINGENCY complete in place per for ten thousand dollars and no cents. $ 20,000.00 $ 20,000.00 242 1 LS IRRIGATION REPAIR complete in place per for fifteen thousand dollars and no cents. $ 15,000.00 $ 15,000.00 Materials: All Other Charges: S 4>,nnl)00 Subtotal for Wyoming Springs Dr: S ,,UUP,)nn *TOTAL BASE BID: *T D IN W ORDS: h\� Q " " DOLLARS AND CENTS SEGMENT 1 WYOMING SPRINGS WYOMING SPRINGS DR ALTERNATE 1:BCMUID Wyomine Sorines Utility Relocations Bid Approx. Item Description Item Quantity unitItem Written Unit Price Unit Price Amount 1 1 LS MOBILIZATION,DEMOBILIZATION,AND CLOSEOUT complete in place per for dollars dollars and cents. $ 13,100.00 $ 13,100.00 2 1 LS WARRANTY BOND complete in place per for dollars and cents. $ 5,800.00 $ 5,800.00 3 1175 LF PREPARE PUBLIC UTILITY EASEMENT,includes clearing and brush removal as required. complete in place per f o r dollars and 1(p cents. $ 16.00 $ 18,800.00 4 1260 LF SILT FENCE,erosion protection as shown on the plans and outlined in the specifications,complete in place. complete in place per for dollars and cents. $ 4.50 $ 5,670.00 5 1 LS TRAFFIC CONTROL AND MAINTENCE,as shown on the plans and outlined in the specifications,complete in place. complete in place per tar �Q �hg 1(Cj dollars and cents. $ 17,300.00 $ 17,300.00 6 1 EA 12"X 12"WATER LINE CONNECTION TO DI,as shown in the plans and outlined in the specifications,complete in place. complete in place per for ktuy�Q�,l,��S ,�A �� dollars and �} FIRM cents. $ 14,500.00 $ 14,500.00 12"X 12"WATER LINE CONNECTION TO AC,including capping of 7 1 EA remaining AC line as shown in the plans and outlined in the specifications, complete in place. complete in place per for dollars and cents. $ 14,500.00 $ 14,500.00 SEGMENT 1 WYOMING SPRINGS 12"DI PIPE WATER LINE @ 4'MINIMUM DEPTH, including fittings, 8 1260 LF bends,marking tape,tracer wire,excavation,backfill,dewatering, restoration,etc.,as shown on the plans and as outlined in the specifications,complete in place. complete in place per for In dollars and Vy cents. $ 214.00 $ 269,640.00 9 1260 LF TRENCH SAFETY,as shown on the plans and as outlined in the specifications,complete in place. complete in place per for dollars and cents. $ 9.00 $ 11,340.00 10 227 LF 24"STEEL CASING FOR OPEN CUT,including spacers,end seals,etc., as shown on the plans and outlined in the specifications,complete in place. ` complete in place per , for �}-�VA wwa"I dollars and bw cents. $ 300.00 $ 68,100.00 FLUSH VALVE ASSEMBLY,including 6"piping,fittings,connection, l l 1 EA and gate valve,etc.,as shown on the plans and outlined in the specifications,complete in place. complete in place per for home VWgdre� dollars and :RA cents. $ 9,100.00 $ 9,100.00 12 2 EA 12"WATER LINE GATE VALVE AND BOX ASSEMBLY,as shown on the plans and as outlined in the specifications,complete in place. complete in place per for dollars and cents. $ 4,880.00 $ 9,760.00 13 2 EA 2"AIR RELIEF VALVE ASSEMBLY,as shown on the plans and outlined in the specifications,complete in place. complete in place per for11 �� � ' dollars and a cents. $ 5,900.00 $ 11,800.00 SEGMENT 1 WYOMING SPRINGS 14 1 LS WATER LINE DISINFECTION AND TESTING,as shown on the plans and as outlined in the specifications,complete in place. complete pl_etee in place per for 1k AAM S�KM �UM'`�r COl dollars and 2W cents. $ 14,700.00 $ 14,700.00 PAVEMENT REPAIR, including hot-mix asphaltic concrete and flexible 15 3_5 SY base,as shown on the plans and outlined in the specifications,complete in place. complete in place per for C-Fk ° dollars and cents. $ 740.00 S 2,590.00 16 14 SY HEAVY DUTY CONCRETE DRIVE REPAIR,as shown on plans and as outlined in the specifications,complete in place. complete in place per for �,Y� h�y dollars and76 cents. $ 590.00 $ 8,260.00 17 1 LS TREE REMOVAL(NO.339), as shown on plans and as outlined in the specifications,complete in place. complete in place per for n I ULAW dollars and RIC) cents. $ 9,000.00 $ 9,000.00 18 1 LS TREE PROTECTION(NOS 306,325,335,343,344 and 345),as shown on the plans and outlined in the specifications,complete in place complete in place per forfiNiOuk _� � dollars ander cents. $ 17,300.00 S 17,300.00 FLOWABLE FILL(STA 6=73.04 TO STA 8+00),installed around the 19 127 LF proposed 12"BCMUD water line as shown on the plans and outlined in the specifications,complete in place. ���� Quf,, complete in place per for on11 h,tWl * dollars and NAM cents. $ 130.00 $ 16,510.00 SPLIT RESTRAINT HARNESS(127 LF),installed on the existing Round 20 7 EA Rock 16"DI water line,as shown on the plans and outlined in the specifications,complete in place. complete in place per ti,r - (�(� � � �( dollars and cents. $ 3,450.00 $ 24,150.00 SEGMENT 1 WYOMING SPRINGS 21 590 LF REMOVE AND ABATEMENT OF 12"AC PIPE,as shown on the plans and outlined in the specification,complete in place. complete in place per fol e�ca1�1�y �� dollars and cents. S 83.00 S 48,970.00 22 730 LF ABANDON 12"AC PIPE,as shown in the plans and outlined in the specifications,filled with flowable fill,complete in place. complete in place per for dollars and cents. S 18.50 $ 13,505.00 SUBTOTAL ALTERNATE BID: $624,395.00 ,YY SUBTOTAL ALTERNATE BID IN WORDS: 5 V� k*A0 '(Ct— DOLLARS AND jokK,Z CENTS TOTAL BASE+ALTERNATE BID: $25,917,630.47 TOTAL BASE+ALTERNATE BID IN WORDS: '� 11`1b11\ n Q_1 W;5&MDOLLARS AND J6�N/SeVGIn CENTS SEGMENT 1 TOTAL BASE BID (Items 1 thru 242) Materials: All Other Charges: * Total Base Bid: TOTAL ALTERNATE BID (Items 1-22) Materials: All Other Charges: Subtotal Alternate Bid TOTAL BASE+ALTERNATE BID: * Note: This total must be the same amount as shown above for "Total Base 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. ;Reectfully Submitted, 0s.v oM(oq Lys ivies s Farb 6t ture Ju es 15. �Ya lre� uda. TX '18 (0 Print Name Address c.f- .o. 45 la-4140 19 Title Telephone Na&e of Firm 94W-W Date �S Secretary, if Bidder is a Corporation 00200-9-2015 Page 1 of 1 Bid Form TOTAL BASE BID (Items 1 thru 242) Materials: All Other Charges: $45,000.00 * Total Base Bid: $25,293,235.47 TOTAL ALTERNATE BID (Items 1-22) Materials: All Other Charges: Subtotal Alternate Bid : $624,395.00 TOTAL BASE+ ALTERNATE BID: $25,917,630.47 * Note: This total must be the same amount as shown above for "Total Base 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. Re ectfully Submitted, 0,6.v. oM 6q &S ivkes Spa.& bT Signature 0i mes f. t�ra&,y Buda.7X Mo Print Name Address c.c-.o. 51a-LA 0- lel 19 Title Telephone � EX Covo oA to NaNie of Firm Date �S4 , Secretary, if Bidder is a Corporation 00200-9-2015 Page t of I 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: l:Il In l u fl)TAV& Wl Cp Address: ov yalyms %-k D,( Phone: 519-801- IS% Completed by: _DT10L(X %l6a Date: 1. Does the company have a written construction Safety program? EfYes ❑No 2. Does the company conduct construction safety inspections? [ Yes ❑No 3. Does the company have an active construction safety-training program? 5Yes ❑No 4. Has the company been fined by OSHA for any willful safety violations in the past ❑Yes R(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, 56Yes ❑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 Siryes ❑No ❑N/A B. Excavation fifyes []No ❑N/A C. Cranes VYes ❑No ❑N/A D. Electrical VYes ❑No ❑N/A E. Fall Protection VYes ❑No ❑N/A F. Confined Spaces VYes []No ❑N/A I hereby certify that the above information is true and correct. Signature Title C'kff u:imh or Page 1 00410 8-2014 Statement of Bidder's Safety Experience 00090654 I OSHA's Form 300A (Rev.01/2004) Year 2023 ` e ara•rue�:•„'-- ..,•.ax;x.r.v,c:v�,r., ,.,^yv._ ::..errx...",. '.n Rz.••,.rar:;r.v..¢r•.,,z o-.us..ca.e,_. •:r o..rs.. .rr,,.r.. n:.m•amrc�raAen:.?n✓min,:=ar.u-.-xr_• ,aas:c s%:•-:.:.w.: ;x?....v..nr.sn-rs .. -.�c::-.ee,�.. Department Hm en oLabor Summary of Work-Related Injuries and Illnesses occupational Safety aneallh Ad I 1 Fortapproved oMIlm.121-05 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 category. Then write the totals below, Establishment information making sure you've added the entries from every page of the”. If you had no cases write"0." Employees former employees,and their representatives have the right to review the OSHA Form 300 in Your establishment name CAPITAL EXCAVATION 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 2967 BUSINESS PARK DRIVE r '''"'a s'"T'?°'• City BUDA State TEXAS Zip 78610 SWurn6ar~d�l�s'ases '` ._ M - Industry description(e.g.,Manufacture of motor truck trailers) Total number of Total number of Total number of cases Total number of Road Bridge&Utility Contractor deaths cases with days with job transfer or other recordable awav from work restriction cases Standard Industrial Classification(SIC),if known(e.g.,SIC 3715) 0 0 8 0 _ (G) (H) (I) (J) OR North American Industrial Classification(NAICS),if known(e.g.,336212) 2 3 7 3 1 0 x rr Employment information Number,of Pays Total number of Total number of days of days away from job transfer or restriction Annual average number of employees 305 L Total hours worked by all employees last 0 345 year 597,432 ' (K) (�) Injury and Illness Types`' Sign here Total number of... Knowingly falsifying this document may result in a fine. (M) (1) Injury 8 (4) Poisoninq 0 (2) Skin Disorder 0 (5) Hearinq Loss 0 1 certify that I have examined this 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 Y C x�b, ceo Company executive IF Title 512.440.1717 2/1/2024 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 collection of Information Is eslimated to average 50 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 required to respond to the collection of Information unless II displays a currently valid OMB control number.If you have any comments about these estimates or any aspects of this data collection,contact:US Department nt Lahnr.OSHA OIOra nl Rlallsllrs.Rnnm N 3844.211f1 Cnnslllullnn Ave.NW.Washlnatnn,DC 20210.Dn not sand the nmmnloled forms In Ihis office. Cr^'.�6 'rfr..QRS'v'tG1I?iffST_i'nx"rT-r^:�.xe¢rs-nmID�2�'�C�'.YS1�iv ,aaw'."-".�:.:�4'.�.A7E eiG'�r"SLS"ffE�P'..�.+%.�A93S'f0't;f'�4k'L`'r•••I9rCvr�mr.•^^�r'YS�^RT.hT,frTi1Tt'cri�srr.'.i.11L i3.'�Z�:.:Ri"A7�a'.".•Y9�41YIT.c9'"R -sn.r�rr�'mr.:.'�,.;mr�wtt .F 1'i:.,'.�:=?;'K:2.^.a�mcmmss�s•arra^F"'.�'�tik1Y�sn^•471ta•.9 Attention: This form contains information relating to employee health and must be used in a manner ``'� OSHA's Form 300 (Rev.01/2004) that protects the confidentiality of employees to the Year 2022 extent possible while the information is being used Log of Work-Related Injuries and Illnesses for occupational safety and health purposes. Occupational Safetyyand U.S. DepartmentnddHealth of Labor Health Administration ,rte- :<+11�1i1f6„ You must record information about every work-related injury or illness that involves loss of consciousness,restricted work activity m job transfer,days away from work,or Form approved OMB no.1218-0176 medical treatment beyond first aid.You must also record significant work-related injuries and illnesses that are diagnosed by a physician or licensed health care professional. You must also record work-related injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR 1904.8 through 1904.12.Feel free to use two lines for a Establishment name Capital Excavation Company single rase if you need to.You must complete an injuryand illness incident report(OSHA Form 301)or equivalent form for each injury or illness recorded on this form.If you're not sure whether a case is recordable,call your local OSHA office for help. City Austin State TX ;Identify the person Describe the case Classify the case im Enter the number of (A) (B) (C) (D) (E) (F) CHECK ONLY ONE box for each case based on days the injured or ill Check the"injury'column or choose one type Call Employee's Name Job Title (e.g., Date of Where the Describe injury or illness,parts of body affected, the most serious outcome for that case worker was of illness No. Welder) injury or event and object/substance that directly injured or made onset of occurred person ill(e.g.Second degree burns on right (M) illness (e.g. forearm from acetylene torch) Jealhays away Away On job v, (mo./day) Loading romwokRemained at work transfer or it odock Fromrestriction LE2north end) Job transfer Other record- Work (days) a oo or restriction able cases (days)(H) (1) (J) (K) (L) (1) (2) (3) (4) (5) (6) 1/22 Mario Ramirez Foreman 02/20/22 ground sprint of left elbow x 41 x 2/22 Vicente Fernandez Concfm 4/25/22 ground Rt knee z 165 x 3/22 Eduardo Olvera Runner 6/9/22 ground unbilical hernia x 165 x 4/22 Luis Arevalo Foreman 6/16/22 ground spine,ankle,forearm z 198 x 5/22 Joseph Williams Laborer 6/27/22 ground laceration of Lt finger x 3 x 6/22 Jimmie Danekas Operator 8/25/22 ground lumbar/left hip strain x 12 x 7122 Roberto Ovalle Formsetter 11/18/22 ground I Rt index finger x 43 x 8/22 Udelio Vasquez Formsetter 11/28/2022 ground JBroken bone in foot x 33 x Page totals 0 2 6 0 36 624 8 0 0 0 0 0 Be sure to transfer these totals to the Summary page(Form 300A)before you post it. ; o o m Public reporting burden for this collection of information is estimated to average 14 minutes per response, o m U a E including time to review the instruction,search and gather the data needed,and complete and review the K v t collection of information.Persons are not required to respond to the collection of information unless it co = o displays a currently valid OMB control number.If you have any comments about these estimates or any Q aspects of this data collection,contact:US Department of Labor,OSHA Office of Statistics,Room N- 3644,200 Constitution Ave,NW,Washington,DC 20210.Do not send the completed forms to this office. Page 1 of 1 (1) (2) (3) (4) (5) (6) OSHA's Form 300A (Rev.01/2004) Year 2021 40> Summary of Work-Related Injuries and Illnesses U.S.Department of Labor 0coisswitimal Weir•and Multh Adnid-rdstratlan ­1171: -"­7 1121W76 All establishments covered by Part 1904 ffmt conVt9to this Summary page,even If no k1ludiss or illnesses occurred durkV the year. Remember to review the Log to verify that the entries are complete Using the Log,count the MdMdual entries you mads for each category. Then write the totals below, Establishment Information makrig sure you've added the entries from every page of the fog. Ifyou had no cases write IV." Ernployws former employees,and theIrreprosantathms have the right to review the OSHA Form 300 In Your establishment name CAPITAL EXCAVATION COMPANY Its entirety. They also have Arnited access to the OSHA Form 301 or its equivalent. See 29CFR 1904.35,In OSHA's Recordkeeping rule,for further details on the access provisions for those,forms. Street 2967 BUSINESS PARK DRIVE City BUDA State TEXAS ZIP 78610 Industry description(e.g.,Manufacture of motortruck trailers) Total number of Total number of Total number of cam Total number of Road,Bridge&Utility Contractor deaths cases with days with job transfer or other recordable away from work restriction cases Standard Industrial Classification(SIC).If known(e.g.,SIC 3716) 0 2 19 0 (G) (J) OR North American Industrial Classification(NAILS),If known(e.g.,336212) 2 3 5 9 0 3 lk ee V Employment Information % Total number of Total number of days of Annual average number of employees 488 days away from job transfer or rostriction Total hours worked by all employees Last 209 910 year 598,453 (K) 0.1 4?1" Sign here Total number of... Knowingly falsifying this document may result In a fine. M (1) Injury 21 — (4) Poisoning 0 (2) Skin Disorder 0 (5) Hearing Loss 0 1 certify that I have examined this document a that to the best of my knowledge the entries are true,accurate,and (3) Respiratory compl t Condition 0 _ (6)All Other Illnesses 0 Ir ZX CEO Company executive title 612-440-1717 21112022 Post this Summary page from February I to April 3D of thd year following the year covered by the form Phone Date Pubic rapod?rig burden for this collodion o(Infemetan tsesilmated to average 50 nsinutes par response,including lime to review the instruction,search and gather ft data needed,and complete and review the collection Ofiflforrnalion.Persons are not required to respond le the collection of Information unless it dlsp4ayb a currently valid OMB control number.If you have any comments about these oslimatos or arty aspects of Us date collection,contact Uq0varment ofLahr.M[tAoffmolSt4lsl;r.%.R(wN.,VA4 M('msfibtlnnAvn.NW.WasNmtm.D(l.2%1210.r)nr"sand Rmc.rorki4odfwgt0t*nff:r.A 02 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 4� (A)day of OC&1446V'*� 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 Capital Excavation Company ("Contractor") 2967 Business Park Drive Buda,TX 78610 The Project is described as: Wyoming Springs Segment 1 from Creek Bend Blvd/Brightwater Blvd to Sam Bass Road The Engineer is: Halff 13620 Briarwick Dr Building Suite 100, Austin,TX 78729 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 1 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 L) 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 four hundred fifty (450)calendar days from issuance by Owner of Notice to Proceed,and Contractor shall achieve Substantial Completion of the entire Work no later than four hundred fifty (450) 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 two thousand and No/100 Dollars 2 000.00) 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 four hundred eighty (480 ) 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-five million nine hundred seventeen thousand six hundred thirty dollars and forty-seven cents ($ 25,917,630.47 ),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: 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 07/09/2024 7.1.4 The Specifications are those contained in the Project Manual dated 07/09/2024 7.1.5 The Drawings,if any,are those contained in the Project Manual dated 06/12/2024 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated 07/09/2024 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated 07/09/2024 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: 1N 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: Dawn Scheel,PE CoRR Transportation Deft (512)218-6603 dscheel Aroundrocktexas.gov 8.3 Contractor's representative is: Joe Chesney Capital Excavation Co 512-440-1717 jchesney�capitalexcavation.com 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 OF PPU ROCK,TEXAS Capital Excavati n CO Printed Name: C1 kyq QJ0 Printed Name: James E. Bradley Title m4, 1i Title: C.E.O. Date Signed: Date Signed: AT S �)" City Clerk FOR CITY APPROVED AS TO FORM: A rney 00500 4-2020 Page 5 of 5 Standard Form of Agreement 00443647 PERFORMANCE BOND Bond#46BCSJG3721 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Capital Excavation Company , of the City of Austin County of Travis and State of Texas , as Principal, and Hartford Accident and Indemnity 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-five million nine hundred seventeen thousand six hundred thirty dollars and forty-seven cents Dollars ($ 25,917,630.47 ) 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 P ' cipal has entered into a certain written Agreement with the Owner dated the day of 200o 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: Wyoming Springs Segment 1 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 Pertbmance 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 $25,917,630.47 sum of this Performance Bond, plus all costs and expenses, including attorney's fees and expert and consultant fees incurred by Owner to enforce its rights under this Performance Bond. IN WITNESS WHEIXOF, the said Principal and Surety have signed and sealed this instrument this 14 day of DchAW , 200'�f. Capital Excavation Company Hartford Accident and Tndemnity Company Principal Surety Sk e$ - fald�8�l Dawn Davis Printed Name Printed N By: � n By: Title" C.�.�. Title: Attorney-in-Fact Address: PO Box 1301 Address: 3000 Internet Drive,#600 Austin,TX 78704 Frisco,TX 75034 Resident Agent of Surety: Marsh &McLennan Agency,LLC Signature Edward Ryan Bowles Printed Name 8144 Walnut Hill Lane, 16th Floor Street Address Dallas,TX 75231 City, State&Zip Code Page 2 006104-2020 Performance Bond 00443639 PAYMENT BOND Bond#46BCSJG3721 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Capital Excavation Company , of the City of Austin County of Travis , and State of Texas , as Principal, and Hartford Accident and Indemnity 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-five million nine hundred seventeen thousand six hundred thirty dollars and forty-seven cents Dollars ($ 25,917,630.47 )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,theP - cipal has Xitered into a certain written Agreement with the Owner,dated the �i day of , 201 to which Agreement is hereby referred to and made a part hereof as fu y and to the same extent as if copied at length herein consisting of: Wyoming Springs Segment 1 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 11114% day of "btY , 2024. Capital Excavation Company Hartford Accident and Indemnity Company Principal Surety 3-OxAts f �, 1 , Dawn Davis Printe Name Printed N By: L By: Tit .�.�. Title: Attorney-in-Fact Address: PO Box 1301 Address: 3000 Internet Drive,#600 Austin,TX 78704 Frisco,TX 75034 Resident Agent of Surety: Marsh&McLennan Agency,LLC // ,..t�Pa>� Signature Edward Ryan Bowles Printed Name 8144 Walnut Hill Lane, 16th Floor Street Address Dallas,TX 75231 City, State &Zip Code Page 2 006201-2020 Payment Bond 00090656 Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY BONnectic One Hartford Plaza Hartford,Connecticut 06155 Bond.Claim s(abthehartford.com call:888-2663488 or fax.860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: MARSH & MCLENNAN AGENCY LLC Agency Code: 46-461496 X� 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 Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, it 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 : Edward R. Bowles, Dawn Davis, Walter J. DeLaRosa, Donnie Doan, Christen Tyner of DALLAS, Texas 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 7, 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. _�ytr is � ����\ silet, wYl •ci aa,y ,�''w+r'� v �r � •'�Nn�esol� R,�•auy 1879/e5 IG7 `{'-• -�r�t9T9 • r y.�j��::��P;'. �h•• �+J l��4! � • :,ro ..•t�u,Y,rj� he,�r�• �"trf'q`gl�...r+ Shelby Wiggins,Assistant Secretary Joelle L. La Pierre, Assistant Vice President STATE OF FLORIDA SS. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021, before me personally came Joelle La Pierre,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. 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. ' e O�w•��� y�:�~ a�IVarMr ri`: oous\ Za'111 t a;. t D 7 0 JJJ ti t O 7 9 l� � ' ne K Keith D. Dozois,Assistant Vice President 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. The Hartford To get information or file a complaint with your insurance company or HMO: Call: Consumer Affairs at 1-800-451-6944 Toll-free: 1-800-451-6944 Email: bond.claims@thehartford.com Mail: The Hartford Financial Services One Hartford Plaza, T-14 Hartford, CT 061 S5 Attn: Bond Claims Department 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 Email: ConsumerProtection@tdi.texas.gov File a complaint: www.tdi.texas.gov Mail: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 A ® DATE(MM DD YYYY) CERTIFICATE OF LIABILITY INSURANCE 10/2/2024 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 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 NAME: Marsh & McLennan Agency, LLC companyPHONE FAX 8144 Walnut Hill Lane, 16th Floor N 972 770-1600 A/c No: 972 770-1699 Dallas TX 75231 ADDRESS: INSURERS AFFORDING COVERAGE NAIC# INSURER A:Navigators Insurance Company 42307 INSURED CAPITEXCI INSURER B:Amerisure Insurance Company 19488 Capital Excavation Company PO Box 1301 INSURER C Austin TX 78767 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1986294890 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 ADDLSUBRPOLICY EFF POLICY EXP TYPE OF INSURANCE IVSD WVD POLICY NUMBER LTR MM/DD/YYYY MM/DD/YYYY LIMITS B X COMMERCIAL GENERAL LIABILITY GL21170470305 4/1/2024 4/1/2025 EACH OCCURRENCE $1,000,000 DAMAGE TORENTED CLAIMS-MADE [_X]OCCUR PREMISES Ea occurrence $1,000,000 X $5,000 Ded MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 I*OTHER: L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY JE LOC PRODUCTS-COMP/OP AGG $2,000,000 $ B AUTOMOBILE LIABILITY CA21170460301 4/1/2024 4/1/2025 COMBINED SINGLE LIMIT $1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIREDX NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident A UMBRELLA LAB X OCCUR H024EXC837152IV 4/1/2024 4/1/2025 EACH OCCURRENCE $5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED I X I RETENTION $ B WORKERS COMPENSATION WC21170480201 4/1/2024 4/1/2025 X PEROTH- AND EMPLOYERS'LIABILITY STATUTE ER _ ANYPROPRIETOR/PARTNER/EXECUTIVE Y� E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBEREXCLUDED? N/A - (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/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Additional Insured form#CG2010 edition 04 13 applies to the General Liability policy Additional Insured form#CA7118 edition 11 09 applies to the Business Auto policy Waiver of subrogation form#CG70 63 edition 04 17 applies to the General Liability policy Waiver of subrogation form#CA7118 edition 11 09 applies to the Business Auto policy Waiver of subrogation form#WC4203046 applies to the Workers Compensation policy Primary&Non-Contributory General Liability form#CG2001 edition 04 13 Designated Insured-Primary Non-Contributory Coverage When Rquired By Insured Contract or Certificate form#CA7165 edition 09 11 See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. Attn: City Manager 221 E. Main Street AUTHORIZED REPRESENTATIVE Round Rock TX 78664 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016 03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CAPITEXC1 LOC#: AC"R" ADDITIONAL REMARKS SCHEDULE Page 1 of 1 `16*AGENCY NAMED INSURED Marsh&McLennan Agency, LLC company Capital Excavation Company PO Box 1301 POLICY NUMBER Austin TX 78767 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 The General Liability policy includes a blanket additional insured endorsement to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy contains an endorsement with"Primary and NonContributory"wording that may apply only when there is a written contract between the named insured and the certificate holder that requires such wording. The General Liability policy contains a blanket waiver of subrogation endorsement that may apply only when there is a written contract between the named insured and the certificate holder that requires such wording. The Automobile Liability policy contains language that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The Automobile liability policy includes waiver of subrogation wording that may apply only when there is a written contract between the named insured and the certificate holder that requires such wording. The Worker's Compensation policy includes a waiver of subrogation endorsement that may apply only when there is a written contract between the named insured and the certificate holder that requires such wording. The(General Liability,Automobile Liability,Worker's Compensation and Excess liability)policy(ies)includes a(blanket/specific)notice of cancellation to the certificate holder endorsement, providing for(30)days'advance written notice if the policy is canceled by the company,or 10 days' written notice before the policy is canceled for nonpayment of premium.Notice is sent to certificate holders with mailing addresses on file with the agent or the company. The endorsement does not provide for notice of cancellation to the certificate holder if the named insured requests cancellation. Included as Certificate of holder: City of Round Rock and Brushy Creek MUD ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD