Loading...
Contract - Joe Bland Construction, LLC - 10/10/2024 CITY OF ROUND ROCK TRANSPORTATION DEPARTMENT ROUND ROCK TEXAS Project Manual For: Red Bud North September 2024 000000aa° APPROVED � ���P.�E•0 F TeXgs°c U e p*.. .. �A CITY ATTORN .................... o ERIC BUSKER o.o�................:•moo �� 00 0�• C1 233410 oa FS.ICENSE.•Gti�e a°°°u�o •��o BGE, Inc. TBPE Firm Registration No. 1046 9/5/2024 BID BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Joe Bland Construction, LLC of the City of Round Rock County of Williamson State of Texas as Principal, and Suretec Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals,are held and firmly bound unto the CITY OF ROUND ROCK,TEXAS("Owner"), in the penal sum of Five Percent(5%)of the total amount of the Bid of the Principal submitted to the Owner, for the Work described below; for the payment whereof,well and truly to be made, and the said Principal and Surety do herby bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, as follows: In no case shall the liability of the Surety hereunder exceed the sum of( five percent(5%)of the greatest amount bid Dollars($ 5%GAB ). THE CONDITIONS OF THIS OBLIGATION ARE SUCH that,whereas, the Principal has submitted the above-referenced Bid to the Owner, for construction of the Work under the "Specifications for Construction of Red Bud North for which Bids are to be opened at the office of Owner on the tenth day of September ,2024 . NOW,THEREFORE,if the Principal is awarded the Contract,and within the time and manner required under the"instructions to Bidders,"after the prescribed forms are presented to her/him for signature,enters into a written Agreement substantially in the form contained in the Bid Documents,in accordance with the Bid, and files the two (2) bonds with the Owner, one to guarantee faithful performance and the other to guarantee payment for labor and materials,then this obligation shall be null and void;otherwise,it shall be and remain in full force and effect. If, however, Principal fails to enter into a written Agreement with the Owner in accordance with the Bid or Principal and Surety fail to timely deliver to Owner the performance and payment bonds required by the Bid Documents, Surety within five(5)business days after receipt of a written demand from Owner shall pay to Owner the full penal sum of this Bid Bond, subject to the limitation described herein. In the event that suit is brought upon this Bond by the Owner and judgment is recovered, said Surety shall pay all costs incurred by the Owner in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument on this the 10th day of the month of September 20 24 . Joe Bland Construction, LLC Suretec Insurance Company Princip Surety — Ve'l" land Brad Ballew Printed N e president Printed Name g Joe Bland Cool 1ZC By: \ �� Title: Title: Attorney-In-Fact Address: 9500 West Parmer Lane, Ste. 1301 Address: 2103 CityWest Blvd- Sie. 1300 Austin, Texas 78717 Houston, TX 77042 00200 4-2020 PagcI Bid Bond 00443638 Resident Agent of Surety: Signature Ballew Surety Agency, Inc., Brad Ballew Printed Name 3802 Menchaca Road Strcet Address Austin, Texas 78704-6734 City, State, Zip Page 2 00200 4-2020 Bid Bond 00443638 POA#4221356 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That SureTec Insurance Company,a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris,Texas and Markel Insurance Company(the"Company'),a corporation duly organized and existing under the laws of the state of Illinois,and having its principal administrative office in Glen Allen,Virginia,does by these presents make,constitute and appoint: David S. Ballew, Brad Ballew, Connie Davis, David Fernea Their true and lawful agent(s)and attorney(s)-in-fact,each in their separate capacity if more than one is named above,to make,execute,seal and deliver for and on their own behalf,individually as a surety or jointly,as co-sureties,and as their act and deed any and all bonds and other undertaking in suretyship provided,however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED,That the President,any Senior Vice President,Vice President,Assistant Vice President,Secretary,Assistant Secretary,Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney,and such authority can be executed by use of facsimile signature,which may be attested or acknowledged by any officer or attorney,of the company,qualifying the attorney or attorneys named in the given power of attorney,to execute in behalf of,and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company,as the case may be,all bond undertakings and contracts of suretyship,and to affix the corporate seal thereto." IN WITNESS WHEREOF,Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 25th day of January 2023 . SureTec Insurance Company SVRANCF ```�S�tHcAindeJe ance mpany Uaf.. o �r ...... POo LU St W 5 !2 : ..>> By: 7� 1 i e %�.'�i F� B Michael C.Keimig,President �, * .� ice President State of Texas County of Harris: On this 25th day of January , 2023 A.D.,before me,a Notary Public of the State of Texas,in and for the County of Harris,duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES,to me personally known to be the individuals and officers described in,who executed the preceding instrument,and they acknowledged the execution of same,and being by me duly sworn,disposed and said that they are the officers of the said companies aforesaid,and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies,and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies,and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my Official Seal at the County of Harris,the day and year first above written. JULIE E. MCCLARY Notary Public State of Texas Commission#12947680-5 By. ,J ie E.McClary,Notary Public Commission Expires March 29,2026 y commission expires 3/29/2026 We,the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing is a full,true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF,we have hereunto set our hands,and affixed the Seals of sa.d.c=ompanies,on the 10th day of September 2024 98r sura Company Markel Insurance Company B By: eaty,A istant Secretary And w Ma quis,Asksnt Ser tary Any Instrument Issued in excess of the penalty stated above is totally void and without any validity.4221356 For verification of the authority of this Power you may call(713)812-0800 on any business day between 8:30 AM and 5:00 PM CST. SureTec Insurance Company IMPORTANT NOTICE Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9500 Arboretum Blvd., Suite 400 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714- 9104 Fax#: 512-490-1007 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ------------------------------------------------------------------------------------------------------------------------------ SIC TX Rider TDI Required Notices rev 07_2022 Page 1 of 1 00410 STATEMENT OF BIDDER'S SAFETY EXPERIENCE Page 1 00410 8-2014 Statement of Bidder's Safety Experience 00090654 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: Joe Bland Construction, LLC Address: 9500 Parmer Ln., Austin, TX 78717 Phone: 512-821-2808 Completed by: Jesse Sepeda Date: 09/05/2024 1. Does the company have a written construction Safety program? ❑✓Yes ❑No 2. Does the company conduct construction safety inspections? ❑e Yes ❑No 3. Does the company have an active construction safety-training program? ❑✓Yes ❑No 4. Has the company been fined by OSHA for any willful safety violations in the past ❑Yes ❑✓ 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, ❑e Yes ❑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 Z Yes ❑No ❑N/A B. Excavation Z Yes ❑No ❑N/A C. Cranes Z Yes ❑No ❑N/A D. Electrical ❑✓ Yes ❑No ❑N/A E. Fall Protection Z Yes ❑No ❑N/A F. Confined Spaces ❑✓ Yes [:]No ❑N/A I hereby certify that the above information is true and correct. Signature9_ I Title Director of Safety Page 1 00410 8-2014 Statement of Bidder's Safety Experience 00090654 OSHA's Form 300A (Rev.01r2004) Year 2023 `p Summary of Work-Related Injuries and IllnessesU.S.Department-t A „�r .. F— W—fro,2,64,1E All esniblisAments Covered by Part 1904 nkrst conyNete rens Surrrnarypope,even d rto iryurks d mrmssas occurred dunnp ten year Remember to revww ten Lop to kerNy that the emrfes are con late - - Umnp the Lop,count rhe inolr, a erNMs you made for each category, Then write ren totals Wiow. Establishment information rraknp sure you4e added fne amens from every papa of the" 7 you had rlo cases wr"t7" Enpbyees former enW yees,and ltierr m"semames have the right to moew the OSHA Font 300 in Your eslabbMment ruane JCE 9LRND CCNSTRl1C'ION,L f' its entirety They also haw,ended access to the OSHA Form 301 or 4s egwYeAenf. Sae 29 CFR 1901..75,rn OSHA 1 Recordkespng rub,for further deteds on the eaoass provisions for these forms Street 13111 DESSAU ROAD Number of Cases City AUSTIN State TX Zip 78751 Industry oesarpoort(a I;_ManufaMm of motor mink trailers) Total number of Total number of Total number of cases Total number of WATER SEWER PIPELINE AND COMMUNICATIONS _ deaths cases with days wAh job transfer or other recordable away from work restncbon Cases Standard Industrial C4=tfupon(SIC).A known(e.g,,SIC 37`15) 0 4 1 2 1 8 2 3 G) (H) (1) (J) OR North American industrial ClauAiCabon(NAICS),if known e g.336212) 2 3 7 3 1 0 )Number of Days Employment Information Total number of Total number of days of days away from job transfer or restriction Annual everape numoer of employees 376 Total flours worked by all employees last 607 42 year 934,980 K) l ln)ury and Illness Types Sign hers Total number of KnovringN falsrrysnp this document may vault In a fine. (M) (1) Injury 7 (4) Poisoning 0 (2) Skin Disorder 0 (5) Hearing Loss 0 (3) Respiratory — certify rot nave m ed INS and that to a of mte y krwledpe tt a entries wrote a e e.aoou .and Condition 0 (6)All Other Illnesses 0 Dom _ Presdertt Companye TNe i 512-a21-2808 V2.412024 Post this Summary page from February t to April 30 of the year following the year covered by the form Phone Date RUW repunp Wden for the 00aenm d kftnUb X M emrtuted b"SW 58 rrruN6 per rertMift nck4rp ane to ravrsa the rWn¢bon,weal rid parer rr das naedeo,ar o x r 1l,e aro revkwr rr m4ecaon a+dortrwla+.Pwvors are not rulred m r.mond to rrw waenfao d:dornvbon uNbes a 5rwlarc a nrrerW valid OMB mnbd rkaPDBn d you ha"aryoonrre abaA them esarram a a y asDeas d ro dale coasolix contact:US Deparbren of Laron.OSHA OF"of UstiXics,Roam N-3814.200 Cona0k4on Ave.NW.Watlrrin DC 20210.Oo ria aalld rte OpRMbo brma b ttn EOu. Atlrltion:Thr lean mesas etU66d M a rWWq �� OSHA's Form 300 (Rev.ov2ou) �1�"°VIC-51 -0 .0""h: Year 2023 ``c`* wdMV poeebie wn"an nfor"M wn r belry used Log of Work-Related Injuries and Illnesses �r r.>rotyamhos^pu� U.S.Department of Labor _ OmrpebonY aalery OW N*rm AemkuWuben ra rest recma rrlortttreon ebaa wwy utohrstltc ryry a arc esl brr d uxxxmrrsr,revsicM cork e�1►orMetevs*Ltlap erY*os eertt a rrdul ewwnlxlpnd W rid Vaster.N,mMvq Aa'xwsk+estrw"waeeie—aware lepcsea arephrKsnrfo*rW tueSle nl*aee�leaa lYn aetil vao nrad worN�vee.laweuM anrr Sra eevr Form apprpwd OMa rq 121"176.nydM.o.dcr-ub,pmr.bl,un7Y px tpwalr.oupr t9Dt t2.cw kwr�k..trr iveNy.ra.t7or rnwa ro,walaonpw.a"of Older,—nod snym pStu Fmn Estabiisnmem rtame Joe 614M ConatuCt",L.P. }7t�a uq.welra loan b SeN rya?or arc remelt m ora xxrtt a yens,-rat esetraef�S cW ti r.aertber.as yaa bd OavM die tr strap City Austin State Tx Owyel Via person Defaibe the case -CW*true rase Enw the nuumer d (A) IB) (C) ID) (E) (F) CNEox CK ONLY ONE bfor each case basw on sat•es in KW a a Cnerk ate Vow y colurxt a Choked one type Cave Name J0 NJ0 The(e g.W~1 Oat*d Wille the a wtt 00,-W(*p Daecrlbe Wm'a iftne pub d body srtWN. ss meet Sorters auaoorne lar aur ease _-aa d lactase NoiytXy or L.WVV dock nam ane) amOtif6ctlaubstanow arae directly fryurw a Leel of r.,.er paraan a(a e SOCOM degree bwm w IMI ( �)NOMer0'r lonrm hu,acatrlrs toren) Death ham-wk Returned r v.k Away trardw a pp From r(d")rt •+ harts,-,- 00w I—& W� (days) a mammon aW cases (dM) Lift alaek bouaboMcorxkwlon hurt astir Mer , 1 Rrnaldo Cubarw MecMrocMM AC Aton,Tx pad parry ane MVV his faoe x s Rt lap pulls pot caught m ar track d me Lab 2 Manuwr�: C_ol.W.1112! FM_a Cneb_Kra Ta mom"Me wffarw auYutp"m rqm loot x tad x Tom MOM MtrW OA dam Ouarvirp the-W ]M x:ardo M.M" Me"w Ont .H-.ex A~,Ta "m a tractor X M ]5 -- C-It*v „Nr b p+Mc capon here b" a Porro salarvar Draw Ism err Fob J-2.Tx Ukrtea bh r Nor pt*or d pipe x 180 ,.a taw rtterdacur tar from aapptp r M ors _5 P"Cnw DMw Nit rVwMe w 4Yard•Austin.Tx sawn ora lades,-on his book. x ts] x t.umbr Mal,, hast ebppry wh" motnry 6 Jome Carso M— M—_ •Manor,Tr w0ab ham the tod balbr x 7 x Cablaton 10 till Wnee,WAulder rid moa hon y Rol"$sesta wrrla 71715 FM 021.San Maroev Tx Sawa,.4h ata Meer M to Wheeler x F e 1114 tt _1 t] le 'J 20 t6 1 1 21 22 23 24 2s _26 27 28 29 oro ]t 32 34 Page totals 1 o 1 e 1t : soy a 7 0 0 1 0 1 0 0 Be sura to transfer those totals tO Cts Summary page(Form 300A)before you post it. �' t ,,Ak rmwte twrSvn b M olatt*m d ntrnseut a-esters b awrep to mr.Aw M r-peree.^da'Xn0 ern b rww h ry#j,PQ 5p Pe rtrayrem.rrrN all Deur M tY rreatxt,wrE mrwrr err r-w M[aleram d rbna*m Pura n rNat'r4aea b cr" rrpdq b M ararybn d rMnkon wet-t aiPbla•urnrdl,tit OMB mwrd,xneer Xray Isere dry mmwra vaaN flew I egmeM b am avpem d ar des to wv—untie¢lb Dk-M.M d tabor.OSMA Oda d SMd acs.Poon MJ5",2M CoreSbdarr M.NN,WrWrgW.DC 20210 lb its vrrrd M rmpWrd lore,-b Liv oast Papa 1 d 1 (11 (2) (7) (a) 15) (tor OSHA's Form 300A (Rev.01/2004) Year 2022 <01 Summary of Work-Related Injuries and Illnesses U.S.DepartmetttofLabor tym„u.a,W a sty arA Haim,Aeneraasr on roan ea9rOAd OkrBro 7liedtTe AR esMLllslxreeMa cowero0 by Petr 1.900 rtrrsf oprnpteN this Summery pope.Sven 4 no irryiniss or 4n&sses awned during ma year, Remart»er ro review he CoQ to verily met the entnas aro corttprate Usirig"Log,court"the trrdlviduat entries you made for each Category. Then write the torah below. Establishment Information rraidng Sure youtie added the entries from esnry page of the log. 11 you tad no cases write b.' Enrpoyees torrner*nV*yees,and their r"PAR"mahaes horn tie right to review the OSHA Fort"300 in Your estsvw)rrrent name JOE BLAND CONSTRUCTION.LP. Its orthtery. They also have emshed access to the OSHA Form 301 or 43 etttavaksnt. Sea 29 CFR I 94.35,in OSHAI Recotukevprig nM,for further details on the access provisions for these to"rq Street 13111 DESSAU ROAD ;1Wtmtyer of Gases cnr AUSTIN Staa Tx zip 78754 Industry descnptK>n(a.g.Manufachae of tflo or truck trasem) Total number of Total number of Total number of cases Total number of WATER SEWER PIPELINE AND COMMUNICAT)ONS deaths cases with days with job transfer or other recordable away from work restriction cases Standard lndustrlal Ctassft&Wn(SIC).if Vown(a.g.,SIC 3715) 0 8 4 3 1 a 2 3 (G) (H) (I) (J) OR North Am*dcmn Industrie CLssifieapdn(NMC$),N kndewl(e.g.,338212) 2 3 7 3 1 o Number of Days Employment Information Total number of Total number of days of days away from job transfer or restriction Animal average number of ampbyees 380 536 75 Total trout worked by at enrip"s keit (K) ye u 900.724 fL) Injury and Illness Types Sign here Total number of Knowingty talsftying this doctmr»nt may moult In a fine. (M) (1) Injury 14 (4) Poisoning 0 (2) Skin Disorder 0 (5) Hearing Loss 0 (3) Respiratory - I tartly that I have asamrws and that ro the of the enebs are MA.acavate and D -f'BOor.('err.' /y��a, rtry knowbdge Condition (6)All Other Illnesses 1 "+� F President `Too 512-021.2808 1730/2023 Post this Summary page from February 1 to April 30 of the year following the year covered by the form Pnore Dau Prtlic,"Ill Grdsn for Pio ooledlon d rdrwmtsa,m rgFrraad b average 58 mewtec Pu m w m.h*x*V tme b rerer ra nialudw,mad,ad gal M dao needed,and mrrpW*and flow to Cdreclim of Nprnsil t Perrone ae not repand 1D.Oil to the cW sodw of adwrial or ureas 4 dispige a taarersy vaid 0018 caraol rwrtEat d you tan cry Comments OW arae atniate or ON aaMw d arc data OOtlC- ,ootract US Ospsrtriatt OtLAM OSHA ONAP Of BlrWCl ROM N,%",200 CoIvidI1M AM.NW.westilroWL DC 20210 Do nd OW to WmOMYd bma b NstAoe. Alserh6en:T.foontaYr mlionnownrs4o � 10ar olal'M fystah and�M et be used h•mutter ````* OSHA's Form 300(Rev.0112004) rpoesrsa-oonftdwdMstyofernp"sestothe Year 2022 aa« pasta.wtw.a-Mo"w"n is bene fired Log of Work-Related Injuries and Illnesses for .d�and�p M*WMM Department an H"IthA�8bOr oCatp.bantl ewwr and N.ae,AdmkJMMtlan Yaswrnandedunhse-a4wle.err at+MMir*ry Miyb MIiw�eYw Ipntlm.edarr.nMiYatdrpe eei.p ap6$neer,ery..r(bn.M,anreca awnwa twp+E Yr ed. Folineppow OMBno.121b0179 Yawner also rstai �tkAYYd ry'ur�aM ilMMl e�MwdUPMMd A'e lnpieea wkw woro— You Rats o rind eM+.faYE.q.r-0 air-er maw anytlMa/ep$s said, comboWNnCFR1$011)thtarph109112 Feel taebwwo fn-Weekiy.cta.Iya ns.s b.your, haone, -oe.YaWiw.. ftniopalto"fain Establishment name Joe Stand C0f13111C110f1,L.P. 291)aeeiielwl brw ld'-qh•e•T a tehafa Mrd6a m era berm s yah.nw a.e s/.sw s ore-s—ease,ws yws loaf 06M off-es ihab. City Aurin State Tx (OMItI!"parson QQ ce ^1*r5Ay the Case Ener ow number or (A) (BI fCl JD} (E) c' CMECK ONLY ONE 0.for-.h oils based on hrir.the rryruW a a Chock IN"w"Y'00iunn or choose oft type Cores Employeell Nan- Job Tey(e.p.Welder) Data of Ntwe me wen ocoorw(ep. D..nos nlury or Mess.pefb of Way anea". t-most ynp,y outcome for eyt cwe ...b.wan o(Knw Na. m}ry a L-w by dock north erM) we otab faWRarwa me wectry hJ.W a ~of made Wrenn is(e.p.Sward o iw-Gina on (M) `may' toter+omrm iron ewfyyna larch) D.am +fin�k Rem.Ined st tont ry I�a r g From S 5t w thane w aft.Marr Wo* (days) $ ; a yMnebon ea.— (drys) i a hMi p• iJ'. :KI 'L 1' all 4 (6) TwM.d RL ANde horn Wykhp laonp way ye an 1 AMxn Ma a pilw V25 Baler Farms w.`rr.aa X 12 X 2 Salladar AMxu CihMI1wD :2e SYn f n' Len glee .m from on foe X 740 % 3 Gabriel Mob" DOM 13M D S006W Ferma Ru twed"ew dun horn blown bre X X FracWred left the J, after soWnp a WO a 4.-g,In 0—, ra.aln.Fuaaher 172 r fdsM 11�p f-at-r x 21 It Right thumb hactue from peakp a biota ON—tbddioe fork rid butkw while IoMing 5 slid-"RWmr $,.seer w Deny eeurrJ, mananal on-en$w x 1s x e-1-Ad W$$s 4M wraan MWlew Cerner M Kn"sprain}torn pool,(,+on uMhen ground x 117 X 7 Benito luau Catrwe F Welter _ 5/7 R_ te Rt Ansora,frau fat X x e Gtad p.r.d.. Gss CM. 612-6 Ntll Lk. l,.M salousaw x 4 X 9 Jh-n A strias klechrYC 6124 3un'�sf W h back wish a p-ce of machinery x D % Fractued rider big We horn bucks!aeppoV and 1 —Bamoa Mechanic sere _ K sex ra4VV on to be em x leo x dn RL Foot strain nstepping n a Hoy i has -._..._... _ _ 11 AAlun" ) FJtuvwdtr Tn7 :)3mj RRs►r'erf; Cntr wi sikkv wo"flercliw X ZS X Rt M corny awaaon from an"M on = a oahpets was wMls prcvkhp up his 12 htn�_Bsh",t •:tm.t.Flydsher Ful Sl Derrlas RR _ safety glssaef I x X fact Irsa"from plea of put fWW on 1)RObarb 6-M Crfpir,a 19113 Wain LOOS Iw % 26 x :.nu-,na Wv NW on right nand from gemnp e 14 Psdfo Pere= _ -ii, er21 t S-y Tena cw,ra in belw..n t,.ac fail wb moon pow X 12 X _ 15.vk,Arms Jainw Conray FefYhar 12114 .1.rhher i saran-m beret left yp horn orb pin x 11 % 1s 17 is 20 1D 21 22 21 24 25 — _2e - 27 211 20 30 31 -- 32 33 34 - Page totals 1 o 1 s • 3 sag 7s 14 a o 0 0 Be sure to trarmfer these totals to the Summary page(Form 300A)before you post k. g g Pubo npurhp$bash kr M oae.nah d Wnhmm•..rroGa b awrey It imrl-per Hepar.rkAidrN M b here.ti � �3 � J .whtam,eaatd.he steer b m n..0.a,and tpnseree aha mw M Ma1Ma ofNo neem.P_n nor road In c d r-padaaodec/matamr.eauds.tdylep.asms(vYa OeB aoMd nnea syw lf-a'f aanenb.cae etre w r $maws r nig sepa+d It.m c 4-on-wort us D.swenem at IWw.OWA Oab a Sawn,prom M,%",200 C-ftAahAM.Mlf,*ft"an,DC702/0.Dona.-sromnpiews sena b ft ado Pspa l:hfl .1,. (2) 4, 1. '9; OSHA's Form 300A (Rev.01/2004) Year 2021 ```p Summary of Work-Related Injuries and Illnesses 1J-8. " ndMnent°f Labor orward.r aair .ra re..ak Aem„aKawos _. .-m.„. ..... _ - Foran aaororao OM8-17160176 AN estabkshments covered by Part 1904 must Corllptefe rias SUfl"ry page,awn if no rn)UMs Of Wnes3es occurred during the year Remember to review the Log to vanity that(he"ms are COnt0le e Using ft Log,count the individual entnes you made for each category Then write the loMs bskrv, Establishment Information making sura youM adOed the anines from every page of the ro9. tf you Had no uses wme V Employ"s for"renrioyees,and ftreir mpreserNafrves Leave the night to ns a the OSHA Fomr 300 m 'tour establishment name JOE BLAND CONSTRUCTION L.P ks entirery. rhsy also MN 4rWW soctiss to the OSHA Form 301 orifs equn,816M. See 29 CFR 1901.35.in OSHA's Racontkeeprng rule.for further detads on fns access onmsrons for these fomts. Street 13111 DESSAU ROAD Number of Cases Crry AUSTIN Stele TEXAS Zip 76754 Industry description(e g,M&-oAa=ra of motor Mick trailers) Total number of Total number of Total number of cases Total number of WATER SEWER PIPELINE AND COMMUNICATIONS deaths cases with days wfth job transfer or other recordable away from work resltictiion cases Standard IndusMH Classification(SIC).if known(a g.,SIC 3715) 0 2 5 1 1 B 2 3 (G) (H) (I) (J) OR Nore1 America+Indoamol Classrfkirtico(NAILS).9 known(e g..338212) 2 3 7 3 1 0 )dumber of Days Employment information Total number of Toled number of days of days away from job transfer or restncUon Annual avarege number of empioyaas 330 -Ie Total na,ra wrxxwd Dy dl employees last 181 229 yea 7913,372 (K) _ --_ (L) )nJury and Illness Types Sign here Total number of Knowingy falsifying this document may r n in a rine. (M) (1) Injury 8 (4) Poisoning 0 (2) Skin Disorder 0 (5) Hearing Loss 0 (3) Respiratory J ��t I air^ "•v doa.ma"and he best of my ktlowbdga the entries are Mva,arxzrete,and Condition 0 (6)At Other Illnesses 0 • PTeaxlMi Company exacubva TKA 512-821-2808 ir31 r2= Post this Summary page from February 1 to April 30 of the year following the year covered by the form phone DsM Pubes repollrq Widen ler les maacbM d fdprnabvh s OOMW a n ave We 58 mnube Oar rewonae,r0f4ng ane b maw M.0 UC m,search and .. gem to dna reeeJso,as oxrpiala and rwuw to ooleution d nkrmaom.Poisons are col requited b WCM b 6a caleclN of Worrroson crises i 6tplala a ananh veld OMB gonad rxrrcer M you have arty mrrrnnhla about lase aarMas a asry> d/sa data ooaecaorl mYat US Dap*-Tri" of Labw OSHA o5m d awaim.Room N-3641.200 Concavaon Me.NW.Was!hi'00.DC 20210.Do nod sand M cmokled Moe 10 to o4e A1lentlon: Thos form Contains information relating OSHA's Form 300 (Rev.01/2004) to heatlh and must be used i,a manner �,, Cut protects the confrdenteelrty Of e"pbYees to the Year 2021 Log of Work-Related Injuries and Illnesses '��cupati�"hile yadheaft'°"rposes A b" s°d for oca,pationel salary and Haan,,purposes U.S. Department of Labor Oavpatioruu Safety and Hearth Ad7wiist ation You must ra+ord I l iebwt abort every wort4elebd rglry or**a brat knolve low of oawaac cess retricbd work a;h*ar)ob trndu,days away Han work,of ma&W Wea0nnt bwyad 11131 a;d. Yw mint abo rowrd mWiliced wak•rNsOed i rAm and boom OW are diep"W{rya physicim or ken»d leeaah ua proN:siaW.Yw and abo record workaMated k4tries and i6eaeaee Md mm Form approved OMB no.1218.0176 arty d bee speak rewrdap a terie Wed in 29 CFR 1904.8 brarglr 100{.t 2.Feat kora b use beo roes for i mrgk uw d yw Med b.Yw mol cwrybla n irjuy ed iMrae nolle repml(DSHA Farm 301)or aa.rabm form kr each r9.y or illness macadad on this bra 9ywlle root sun wheww a ass is recordable,cab yar bal OSHA dke ler hep. Establishment name Joe Bland Construction,LP City Austin State Texas IdtBnl�the person Describe the case Cis sstfy the case (A) (B) (C) (D) (E) (F) Enter the number of Case Empbyee's Name Job Title (e.g., Date or Where the event occurred e .Loadl Describe" CHECK ONLY ONE box for each case based on days the irykred or is Check the Injury'column or choose one type of ( 9 ng rrbury or Ibreaa,pans d body affected. the most serious outcome for that cave. worker was ilhess: No welder) injury a dock north end) and QbJGWsubstanoa UW di ecty irqured or made onset of person i0(e.g.Second degree bums on right (M) illness forearm from acetylene torch) On (mo/clay) Death Days away Remained at work Away � fnaway � From estrictipn m _� J Job trarWer Other record- Won' (days) r- O g o or restriction able Cases (dam) rc as = a `G' Irl I iJ� kl I-i 11 ti ;3'. 141 15� 5; t Darier Cervantes Laborer 1/4 5: c Elevated Tank Setting forms to 'ink concrete and struck rr3 thurrit)Qn rt,Hand X 14 X Lacerwaon to top of head from telecom conduit reel beM turned while bading pipe and struckjrp 2 Gerald Bashers Truck Runner 3/16 Chisholm Trall-Round Rock him on lor of head X 1 X 3 Adan Looec Tr#Runnerx114 JBC Yard-AusUn Rt Shoulder sprain from slip while Ping a bucket to oa:r concrete on his trailer X 43 X Multiple injuries from ditch collapse white laying 4 Rurno Herrera Laborer 6110 Plum Creak-Kyle s?ips X 180 X 5 Daniel Jarami0o Foreman 9/10 Hutto •osnw -Hutto RL shoulder rotator cuff tear from sl-, X 130 X Crushing injury to pinky raper or rtHand from 6 Cnstian Belle Perez Laborer 10/25 Greens on cr r Ln-Austin cor rale ZyM r fal rj on his f. X 37 X 7 Cristobal Hortefano Laborer 11117 Wdlfaeek Pass Condos-Austin Lumber strain from breaNky down forms X 5 X Rt. Shoulder tendonitis from using d 8 Fidel vanes c,rvr 11/12 Parkside on the River 2243-Leander %W. rvrrr X X 9 10 t1 Page totals o 2 5 11 tat 229 8 0 0 1 O f 0 0 Be sure to transfer these totals to the Summary page(Form 300A)before you post it. a g Pubic reporting burdw k e this wseclion d irdom s w a e0mew b average 14 mnutala par raportae.VWkWtq oche b renew 10 o a c instruction.eeartJl and gaCw the data needed.end cmpbb and revew Or oolection d kdortnn0ome. Pella be vel requiad b c tJ w respond to do wbec'kon d nbrnteson unless it d epieya a anerdy void Oke acrid rumber.8 you have arty oamwry abal bees Ncr = S eaenWe Of awry epects of to dao wbeceon,oaaact LIS D"Imint d labor.OSHA Ofke of Sfabstim Room 143644,200 C.on3ti6nicn Ave,NW,Wash11gbn.OC 20210.Do red esnd bw wmpbeed brow b ave olGca a �e]e 1 U 1 1; (2) (3) (4) (5) (6) BID FORM PROJECT NAME: Red Bud North PROJECT LOCATION: Round Rock,Texas OWNER: City of Round Rock,Texas DATE: 0, Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders,the undersigned bidder hereby proposes to do all the Work,to furnish Red Bud North 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 Any addenda issued will be posted with the Project Manual and/or Contract Documents on the City's website at hgUj/w .roundrocktexas.cov/departments/transportation/solicitations/ by the close of business on September 5,2024 Prior to submitting a bid, the bidder is responsible for determining if any addenda have been issued and for following any instructions in any addenda issued. Bidder acknowledges rec ' t of the following Addenda by listing Addendum"number"and"date". AM Red Bud North BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 1 89 STA 100-6002 PREPARING ROW complete in place per STA for One Hundred Six Thousand Eight Hundred dollars and No cents. $ 1,200.00 $ 106,800.00 2 672 SY 104-6009 REMOVING CONC(RIPRAP) complete in place per SY for Thirty Three Thousand Six Hundred dollars and No cents. $ 50.00 $ 33,600.00 3 114 SY 104-6011 REMOVING CONC(MEDIANS) complete in place per SY for Four Thousand Five Hundred Sixty dollars and No cents. $ 40.00 $ 4.560.00 4 2685 SY 104-6015 REMOVING CONC(SIDEWALKS) complete in place per SY for Fifty Three Thousand Seven Hundred dollars and No cents. $ 20.00 $ 53,700.00 5 2769 SY 104-6017 REMOVING CONC(DRIVEWAYS) complete in place per SY for Fifty Five Thousand Three Hundred Eighty dollars and No cents. $ 20.00 $ 55,380.00 Red Bud North 600 LF 104-6021 REMOVING CONC(CURB) complete in place per LF for Nine Thousand dollars and No cents. $ 15.00 $ 9,000.00 3471 LF 104-6022 REMOVING CONC(CURB AND GUTTER) complete in place per LF for Fifty Two Thousand Sixty Five dollars and No cents. $ 15.00 $ 52.065.00 7 45221 CY 110-6001 EXCAVATION(ROADWAY) complete in place per CY for Nine Hundred Four Thousand Four Hundred Twenty dollars and No cents. $ 20.00 $ 904,420.00 8 8870 CY 132-6004 EMBANKMENT(FINAL)(DENS CONT)(TY B) complete in place per CY for Two Hundred Twelve Thousand Eight Hundred Eighty dollars and No cents. $ 24.00 $ 212,880.00 22055 SY 160-6003 FURNISHING AND PLACING TOPSOIL(4") complete in place per SY for One Hundred Thirty Two Thousand Three Hundred Thirty dollars and No cents. $ 6.00 $ 132,330.00 10 22055 SY 164-6007 BROADCAST SEED(PERM)(URBAN)(CLAY) complete in place per SY for Twenty Two Thousand Fifty Five dollars and No cents. $ 1.00 $ 22,055.00 11 11028 SY 164-6009 BROADCAST SEED(TEMP)(WARM) complete in place per SY for Eleven Thousand Twenty Eight dollars and No cents. $ 1.00 $ 11,028.00 12 11028 SY 164-6011 BROADCAST SEED(TEMP)(COOL) complete in place per SY for Eleven Thousand Twenty Eight dollars and No cents. $ 1.00 $ 11,028.00 13 773 MG 168-6001 VEGETATIVE WATERING complete in place per MG for Thirty Four Thousand Seven Hundred Eighty Five dollars and No cents. $ 45.00 $ 34.785.00 14 2123 CY 247-6041 FL BS(CMP IN PLC)(TYA GRI-2)(FNAL POS) complete in place per CY for One Hundred Ten Thousand Three Hundred Ninety Six dollars and No cents. $ 52.00 $ 110,396.00 15 2231 TON 260-6002 LIME(HYDRATED LIME(SLURRY)) complete in place per TON for Seven Hundred Eighty Thousand Eight Hundred Fifty dollars and No cents. $ 350.00 $ 780,850.00 2 of 24 Red Bud North 16 3691 SY 260-6011 LIME TRT(EXST MATL)(12") complete in place per SY for Thirty Three Thousand Two Hundred Nineteen dollars and No cents. $ 9.00 $ 33,219.00 17 72455 SY 260-6027 LIME TRT(EXST MATL)(8") complete in place per SY for Five Hundred Seven Thousand One Hundred Eighty Five dollars and No cents. $ 7.00 $ 507,185.00 18 680 GAL 310-6009 PRIME COAT(MC-30) complete in place per GAL for Two Thousand Seven Hundred Twenty dollars and No cents. $ 4.00 $ 2,720.00 19 2187 SY 354-6045 PLANE ASPH CONC PAV(2") complete in place per SY for Ten Thousand Nine Hundred Thirty Five dollars and No cents. $ 5.00 $ 10,935.00 20 46817 SY 360-6003 CONC PVMT(CONT REINF-CRCP)(9") complete in place per SY for Three Million Seven Hundred Forty Five Thousand Three Hundred Sixty dollars and No cents. $ 80.00 $ 3,745,360.00 21 13543 SY 360-6054 CONC PVMT(CONT REWF-CRCP)(HES)(9") complete in place per SY for One Million One Hundred Thirty Seven Thousand Six Hundred Twelve dollars and No cents. $ 84.00 $ 1,137,612.00 22 6875 CY 400-6005 CEM STABIL BKFL complete in place per CY for One Million Five Hundred Twelve Thousand Five Hundred dollars and No cents. $ 220.00 $ 1,512,500.00 23 11911 LF 402-6001 TRENCH EXCAVATION PROTECTION complete in place per LF for Thirty Five Thousand Seven Hundred Thirty Three dollars and No cents. $ 3.00 $ 35,733.00 24 408 LF 416-6029 DRILL SHAFT(RDWY ILL POLE)(30 IN) complete in place per LF for One Hundred Sixty One Thousand One Hundred Sixty dollars and No cents. $ 395.00 $ 161,160.00 25 108 LF 416-6030 DRILL SHAFT(TRF SIG POLE)(24 IN) complete in place per LF for Twenty Three Thousand Seven Hundred Sixty dollars and No cents. $ 220.00 $ 23.760.00 26 48 LF 416-6031 DRILL SHAFT(TRF SIG POLE)(30 IN) complete in place per LF for Twenty Thousand Six Hundred Forty dollars and No cents. $ 430.00 $ 20,640.00 3 of 24 Red Bud North 27 70 LF 416-6032 DRILL SHAFT(TRF SIG POLE)(36 IN) complete in place per LF for Thirty Two Thousand Three Hundred Forty dollars and No cents. $ 462.00 $ 32,340.00 28 66 LF 416-6034 DRILL SHAFT(TRF SIG POLE)(48 IN) complete in place per LF for Forty Four Thousand Two Hundred Twenty dollars and No cents. $ 670.00 $ 44,220.00 29 1 CY 432-6001 RIPRAP(CONC)(4 IN) complete in place per CY for Four Thousand Six Hundred Twenty Five dollars and No cents. $ 4.625.00 $ 4,625.00 30 95 LF 450-6052 RAIL(HANDRAIL)(TY F) complete in place per LF for Twenty Four Thousand Two Hundred Twenty Five dollars and No cents. $ 255.00 $ 24,225.00 31 572 LF 462-6004 CONC BOX CULV(4 FT X 3 FT) complete in place per LF for Two Hundred Five Thousand Nine Hundred Twenty dollars and No cents. $ 360.00 $ 205,920.00 32 426 LF 462-6007 CONC BOX CULV(5 FT X 3 FT) complete in place per LF for One Hundred Eighty Three Thousand One Hundred Eighty dollars and No cents. $ 430.00 $ 183,180.00 33 1134 LF 462-6010 CONC BOX CULV(6 FT X 3 FT) complete in place per LF for Six Hundred Twelve Thousand Three Hundred Sixty dollars and No cents. $ 540.00 $ 612,360.00 34 269 LF 462-6014 CONC BOX CULV(7 FT X 3 FT) complete in place per LF for One Hundred Seventy Four Thousand Eight Hundred Fifty dollars and No cents. $ 650.00 $ 174,850.00 35 1584 LF 462-6096 CONC BOX CULV(8 FT X 3 FT) complete in place per LF for One Million One Hundred Fifty Six Thousand Three Hundred Twenty dollars and No cents. $ 730.00 $ 1,156,320.00 36 1137 LF 462-6099 CONC BOX CULV(6 FT X 2 FT) complete in place per LF for Five Hundred Forty Thousand Seventy Five dollars and No cents. $ 475.00 $ 540.075.00 37 3079 LF 462-6169 CONC BOX CULV(9 FT X 3 FT) complete in place per LF for Two Million Six Hundred One Thousand Seven Hundred Fifty Five dollars and No cents. $ 845.00 $ 2,601,755.00 4 of 24 Red Bud North 38 2277 LF 464-6003 RC PIPE(CL 111)(18 IN) complete in place per LF for One Hundred Fifty Nine Thousand Three Hundred Ninety dollars and No cents. $ 70.00 $ 159,390.00 39 1557 LF 464-6005 RC PIPE(CL 111)(24 IN) complete in place per LF for One Hundred Forty Thousand One Hundred Thirty dollars and No cents. $ 90.00 $ 140,130.00 40 1982 LF 464-6007 RC PIPE(CL 11I)(30 IN) complete in place per LF for Two Hundred Eight Thousand One Hundred Ten dollars and No cents. $ 105.00 $ 208,110.00 41 27 LF 464-6008 RC PIPE(CL II1)(36 IN) complete in place per LF for Three Thousand Nine Hundred Fifteen dollars and No cents. $ 145.00 $ 3,915.00 42 3 EA 465-6005 JCTBOX(COMPL)(PJB)(3FTX3FT) complete in place per EA for Fourteen Thousand One Hundred Seventy Five dollars and No cents. $ 4,725.00 $ 14,175.00 43 5 EA 465-6006 JCTBOX(COMPL)(PJB)(4FTX4FT) complete in place per EA for Twenty Nine Thousand One Hundred dollars and No cents. $ 5.820.00 $ 29,100.00 44 1 EA 465-6010 JCTBOX(COMPL)(PJB)(5FTX6FT) complete in place per EA for Seven Thousand Eight Hundred Thirty dollars and No cents. $ 7,830.00 $ 7,830.00 45 4 EA 465-6012 INLET(COMPL)(PJB)(8FTX8FT) complete in place per EA for Eighty Thousand dollars and No cents. $ 20,000.00 $ 80,000.00 46 25 EA 465-6014 INLET(COMPL)(PCO)(3FT)(LEFT) complete in place per EA for One Hundred Sixty Two Thousand Five Hundred dollars and No cents. $ 6,500.00 $ 162,500.00 47 26 EA 465-6015 INLET(COMPL)(PCO)(3FT)(RIGHT) complete in place per EA for One Hundred Sixty Nine Thousand dollars and No cents. $ 6,500.00 $ 169,000.00 5 of 24 Red Bud North 48 1 EA 465-6016 INLET(COMPL)(PC0)(3FT)(B0TH) complete in place per EA for Six Thousand Five Hundred dollars and No cents. $ 6,500.00 $ 6,500.00 49 2 EA 465-6018 INLET(COMPL)(PCO)(4FT)(LEFT) complete in place per EA for Twenty Three Thousand dollars and No cents. $ 11,500.00 $ 23,000.00 50 6 EA 465-6019 INLET(COMPL)(PCO)(4FT)(RIGHT) complete in place per EA for Forty Five Thousand dollars and No cents. $ 7,500.00 $ 45,000.00 51 2 EA 465-6022 INLET(COMPL)(PCO)(5FT)(LEFT) complete in place per EA for Sixteen Thousand dollars and No cents. $ 8,000.00 $ 16,000.00 52 1 EA 465-6026 INLET(COMPL)(PCO)(6FT)(LEFT) complete in place per EA for Nine Thousand Five Hundred dollars and No cents. $ 9,500.00 $ 9,500.0() 53 2 EA 465-6027 INLET(COMPL)(PCO)(6FT)(RIGHT) complete in place per EA for Nineteen Thousand dollars and No cents. $ 9,500.00 $ 19,000.00 54 5 EA 465-6030 INLET(COMPL)(PCU)(3FT)(LEFT) complete in place per EA for Thirty Two Thousand Five Hundred dollars and No cents. $ 6,500.00 $ 32,500.00 55 1 EA 465-6070 INLET(COMPL)(PSL)(RC)(3FTX3FT) complete in place per EA for Six Thousand Five Hundred dollars and No cents. $ 6,500.00 $ 6,500.00 56 25 EA 465-6071 INLET(COMPL)(PSL)(RC)(4FTX4FT) complete in place per EA for One Hundred Eighty One Thousand Two Hundred Fifty dollars and No cents. $ 7,250.00 $ 181,250.00 57 10 EA 465-6225 JCT BOX(COMPL)(SPL) complete in place per EA for Three Hundred Fifty Thousand dollars and No cents. $ 35,000.00 $ 350,000.00 6of24 Red Bud North 58 1 EA 466-6181 WINGWALL(PW-1)(HW=6 FT) complete in place per EA for Eleven Thousand dollars and No cents. $ 11,000.00 $ 11,000.00 59 2 EA 467-6208 SET(TY I)(S=6FT)(HW=3FT)(6:1)(P) complete in place per EA for Nineteen Thousand Two Hundred dollars and No cents. $ 9,600.00 $ 19,200.00 60 1 EA 467-6298 SET(TY I)(S=9FT)(HW=4FT)(6:1)(P) complete in place per EA for Thirteen Thousand Five Hundred dollars and No cents. $ 13,500.00 $ 13,500.00 61 3 EA 467-6423 SET(TY II)(30IN)(RCP)(6:1)(P) complete in place per EA for Twelve Thousand dollars and No cents. $ 4.000.00 $ 12,000.00 2 EA 496-6002 REMOV STR(INLET) complete in place per EA for One Thousand dollars and No cents. $ 500.00 $ 1.000.00 63 1565 —F 496-6007 REMOV STR(PIPE) complete in place per LF for Forty Three Thousand Eight Hundred Twenty dollars and No cents. $ 28.00 $ 43.820.00 64 866 1,F 496-6008 REMOV STR(BOX CULVERT) complete in place per LF for Twenty Five Thousand Nine Hundred Eighty dollars and No cents. $ 30.00 $ 25,980.00 65 1 LS 500-6001 MOBILIZATION complete in place per LS for Five Hundred Fifty Thousand dollars and No cents. $ 550,000.00 $ 550,000.00 66 25 MO 502-6001 BARRICADES,SIGNS AND TRAFFIC HANDLING complete in place per MO for Two Hundred Seven Thousand Five Hundred dollars and No cents. $ 8,300.00 $ 207,500.00 h- 70 LF 506-6003 ROCK FILTER DAMS(INSTALL)(TY 3) complete in place per LF for Five Thousand Nine Hundred Fifty dollars and No cents. $ 85.00 $ 5,950.00 7 of 24 Red Bud North 68 70 LF 506-6011 ROCK FILTER DAMS(REMOVE) complete in place per LF for One Thousand Seven Hundred Fifty dollars and No cents. $ 25.00 $ 1.750.00 69 100 SY 506-6020 CONSTRUCTION EXITS(INSTALL)(TY 1) complete in place per SY for Five Thousand dollars and No cents. $ 50.00 $ 5,000.00 70 100 SY 506-6024 CONSTRUCTION EXITS(REMOVE) complete in place per SY for One Thousand Five Hundred dollars and No cents. $ 15.00 $ 1,500.00 71 10214 LF 506-6038 TEMP SEDMT CONT FENCE(INSTALL) complete in place per LF for Forty Thousand Eight Hundred Fifty Six dollars and No cents. $ 4.00 $ 40.856.00 72 10214 LF 506-6039 TEMP SEDMT CONT FENCE(REMOVE) complete in place per LF for Twenty Thousand Four Hundred Twenty Eight dollars and No cents. $ 2.00 $ 20,428.00 73 1255 LF 506-6040 BIODEG EROSN CONT LOGS(INSTL)(8") complete in place per LF for Twelve Thousand Five Hundred Fifty dollars and No cents. $ 10.00 $ 12,550.00 774 1255 LF 506-6043 BIODEG EROSN CONT LOGS(REMOVE) complete in place per LF for Two Thousand Five Hundred Ten dollars and No cents. $ 2.00 $ 2.510.00 75 16159 SY 508-6001 CONSTRUCTING DETOURS complete in place per SY for One Million Two Hundred Ninety Two Thousand Seven Hundred Twenty dollars and No cents. $ 80.00 $ 1,292,720.00 76 7040 LF 512-6009 PORT CTB(FUR&INST)(LOW PROF)(TY 1) complete in place per LF for Six Hundred Thirty Three Thousand Six Hundred dollars and No cents. $ 90.00 $ 633,600.00 7 580 LF 512-6010 PORT CTB(FUR&INST)(LOW PROF)(TY 2) complete in place per LF for Forty Six Thousand Four Hundred dollars and No cents. $ 80.00 $ 46,400.00 78 14620 LF 512-6033 PORT CTB(MOVE)(LOW PROF)(TY 1) complete in place per LF for Two Hundred Nineteen Thousand Three Hundred dollars and No cents. $ 15.00 $ 219,300.00 8 of 24 Red Bud North 79 1120 LF 512-6034 PORT CTB(MOVE)(LOW PROF)(TY 2) complete in place per LF for Thirty Nine Thousand Two Hundred dollars and No cents. $ 35.00 $ 39.200.00 80 7040 LF 512-6057 PORT CTB(REMOVE)(LOW PROF)(TY 1) complete in place per LF for One Hundred Seventy Six Thousand dollars and No cents. $ 25.00 S 176,000.00 81 580 LF 512-6058 PORT CTB(REMOVE)(LOW PROF)(TY 2) complete in place per LF for Seventeen Thousand Four Hundred dollars and No cents. $ 30.00 $ 17,400.00 82 28266 LF 529-6005 CONC CURB(MONO)(TY II) complete in place per LF for Five Hundred Eight Thousand Seven Hundred Eighty Eight dollars and No cents. $ 18.00 $ 508.788.00 83 3753 LF 529-6008 CONC CURB&GUTTER(TY 11) complete in place per LF for Seventy Five Thousand Sixty dollars and No cents. $ 20.00 $ 75,060.00 8844 170 LF 529-6015 CONC CURB(TY C 1) complete in place per LF for Three Thousand Four Hundred dollars and No cents. $ 20.00 $ 3,400.00 85 20 LF 529-6027 CONC CURB(TY C2) complete in place per LF for Four Hundred Forty dollars and No cents. $ 22.00 $ 440.00 86 120 LF 529-6038 CONC CURB(RIBBON) complete in place per LF for Two Thousand Six Hundred Forty dollars and No cents. $ 22.00 $ 2,640.00 87 2475 SY 530-6004 DRIVEWAYS(CONC) complete in place per SY for Two Hundred Twenty Two Thousand Seven Hundred Fifty dollars and No cents. $ 90.00 $ 222,750.00 88 11408 SY 531-6002 CONC SIDEWALKS(5") complete in place per SY for Five Hundred Seventy Thousand Four Hundred dollars and No cents. $ 50.00 $ 570,400.00 89 1 E_N 531-6004 CURB RAMPS(TY 1) complete in place per EA for Two Thousand Seven Hundred Fifty dollars and No cents. $ 2,750.00 $ 2,750.00 90 4 EA 531-6005 CURB RAMPS(TY 2) complete in place per EA for Eleven Thousand dollars and No cents. $ 2,750.00 $ 11,000.00 9 of 24 Red Bud North 91 4 EA 531-6008 CURB RAMPS(TY 5) complete in place per EA for Eleven Thousand dollars and No cents. $ 2,750.00 $ 11,000.00 92 21 EA 531-6010 CURB RAMPS(TY 7) complete in place per EA for Seventy Three Thousand Five Hundred dollars and No cents. $ 3,500.00 $ 73,500.00 93 2 EA 531-6013 CURB RAMPS(TY 10) complete in place per EA for Seven Thousand dollars and No cents. $ 3,500.00 $ 7,000.00 94 1921 SY 536-6002 CONC MEDIAN complete in place per SY for One Hundred Thirty Four Thousand Four Hundred Seventy dollars and No cents. $ 70.00 $ 134,470.00 94A 330 LF 542-6001 REMOVE METAL BEAM GUARD FENCE complete in place per LF for One Thousand Three Hundred Twenty dollars and No cents. $ 4.00 S 1,320.00 94B 2 EA 544-6003 GUARDRAIL END TREATMENT(REMOVE) complete in place per EA for Nine Hundred dollars and No cents. $ 450.00 S 900.00 94C 5 EA 610-6004 RELOCATE RD IL ASM(TRANS-BASE) complete in place per EA for Fourteen Thousand dollars and No cents. $ 2,800.00 S 14.000.011 95 12 E_1 610-6162 IN RD IL(TY SA)30T-8(250W EQ)LED complete in place per EA for Forty Seven Thousand Three Hundred Forty dollars and No cents. $ 3,945.00 $ 47,340.00 96 35 EA 610-6163 IN RD IL(TY SA)30T-8-8(250W EQ)LED complete in place per EA for One Hundred Ninety Seven Thousand One Hundred Twenty dollars and No cents. $ 5,632.00 $ 197,120.00 97 8985 LF 618-6046 CONDT(PVC)(SCH 80)(2") complete in place per LF for One Hundred Sixty One Thousand Seven Hundred Thirty dollars and No cents. $ 18.00 $ 161,730.00 98 2665 LF 618-6047 CONDT(PVC)(SCH 80)(2")(BORE) complete in place per LF for One Hundred Twenty Seven Thousand Nine Hundred Twenty dollars and No cents. $ 48.00 $ 127,920.00 99 840 LF 618-6053 CONDT(PVC)(SCH 80)(3") complete in place per LF for Twenty Three Thousand Five Hundred Twenty dollars and No cents. $ 28.00 $ 23,520.00 10 of 24 Red Bud North 100 2575 LF 618-6054 CONDT(PVC)(SCH 80)(3")(BORE) complete in place per LF for One Hundred Thirty Nine Thousand Fifty dollars and No cents. $ 54.00 $ 139.050.00 101 6315 LF 618-6058 CONDT(PVC)(SCH 80)(4") complete in place per LF for Two Hundred Two Thousand Eighty dollars and No cents. $ 32.00 $ 202,080.00 102 595 LF 618-6059 CONDT(PVC)(SCH 80)(4")(BORE) complete in place per LF for Thirty Six Thousand Eight Hundred Ninety dollars and No cents. $ 62.00 $ 36,890.00 103 2185 LF 620-6007 ELEC CONDR(NO.8)BARE complete in place per LF for Four Thousand Three Hundred Seventy dollars and No cents. $ 2.00 $ 4.370.00 104 8660 LF 620-6008 ELEC CONDR(NO.8)INSULATED complete in place per LF for Seventeen Thousand Three Hundred Twenty dollars and No cents. $ 2.00 $ 17,320.00 105 8825 LF 620-6009 ELEC CONDR(NO.6)BARE complete in place per LF for Seventeen Thousand Six Hundred Fifty dollars and No cents. $ 2.00 $ 17,650.00 106 14650 LF 620-6010 ELEC CONDR(NO.6)INSULATED complete in place per LF for Twenty Nine Thousand Three Hundred dollars and No cents. $ 2.00 $ 29.300.00 107 3300 LF 620-6011 ELEC CONDR(NO.4)BARE complete in place per LF for Nine Thousand Nine Hundred dollars and No cents. $ 3.00 $ 9,900.00 108 6600 LF 620-6012 ELEC CONDR(NOA)INSULATED complete in place per LF for Nineteen Thousand Eight Hundred dollars and No cents. $ 3.00 $ 19,800.00 109 75 LF 620-6015 ELEC CONDR(NO.2)BARE complete in place per LF for Four Hundred Fifty dollars and No cents. $ 6.00 $ 450.00 110 150 LF 620-6016 ELEC CONDR(NO.2)INSULATED complete in place per LF for One Thousand Fifty dollars and No cents. $ 7.00 $ 1,050.00 HI 1 2385 LF 621-6002 TRAY CABLE(3 CONDR)(12 AWG) complete in place per LF for Seven Thousand One Hundred Fifty Five dollars and No cents. $ 3.00 $ 7,155.00 11 of 24 Red Bud North 112 23 EA 624-6002 GROUND BOX TY A(122311)W/APRON complete in place per EA for Thirty Six Thousand Two Hundred Twenty Five dollars and No cents. $ 1,575.00 $ 36,225.00 113 19 EA 624-6010 GROUND BOX TY D(162922)W/APRON complete in place per EA for Fifty Eight Thousand Nine Hundred dollars and No cents. $ 3,100.00 $ 58,900.00 114 9 EA 624-6028 REMOVE GROUND BOX complete in place per EA for Five Thousand One Hundred Seventy Five dollars and No cents. $ 575.00 $ 5,175.00 1 1 1 EA 628-6044 ELC SRV TY A 240/480 060(NS)SS(E)PS(U) complete in place per EA for Nine Thousand Six Hundred Eighty Five dollars and No cents. $ 9.685.00 $ 9,685.00 � I F A 628-6144 ELC SRV TY D 120/240 060(NS)SS(E)PS(U) complete in place per EA for Eight Thousand Three Hundred Thirty Five dollars and No cents. $ 8,335.00 $ 8,335.00 117 2 EA 628-6239 ELC SRV TY D 120/240 100(NS)SS(E)PS(U) complete in place per EA for Seventeen Thousand One Hundred Fifty dollars and No cents. $ 8,575.00 $ 17,150.00 118 2 EA 644-6004 IN SM RD SN SUP&AM TYIOBWG(I)SA(T) complete in place per EA for Three Thousand dollars and No cents. $ 1,500.00 $ 3,000.00 119 1 EA 644-6007 IN SM RD SN SUP&AM TYIOBWG(1)SA(U) complete in place per EA for One Thousand Five Hundred Twenty dollars and No cents. $ 1,520.00 $ 1,520.00 120 1 EA 644-6030 IN SM RD SN SUP&AM TYS80(1)SA(T) complete in place per EA for One Thousand Five Hundred Twenty dollars and No cents. $ 1,520.00 $ 1,520.00 121 50 EA 644-6056 IN SM RD SN SUP&AM TYTWT(1)UA(P) complete in place per EA for Twenty Six Thousand Seven Hundred Fifty dollars and No cents. $ 535.00 $ 26,750.00 1-- 59 EA 644-6076 REMOVE SM RD SN SUP&AM complete in place per EA for Fourteen Thousand One Hundred Sixty dollars and No cents. $ 240.00 $ 14,160.00 123 1875 LF 662-6064 WK ZN PAV MRK REMOV(W)6"(BRK) complete in place per LF for One Thousand Eight Hundred Seventy Five dollars and No cents. $ 1.00 $ 1.87-00 12 of 24 Red Bud North 124 252 LF 662-6065 WK ZN PAV MRK REMOVE(6)4"(DOT) complete in place per LF for Five Hundred Four dollars and No cents. $ 2.00 $ 504.00 125 25331 LF 662-6067 WK ZN PAV MRK REMOV(W)6"(SLD) complete in place per LF for Twenty Five Thousand Three Hundred Thirty One dollars and No cents. $ 1.00 $ 25,331.00 126 9473 LF 662-6071 WK ZN PAV MRK REMOV(W)8"(SLD) complete in place per LF for Nine Thousand Four Hundred Seventy Three dollars and No cents. $ 1.00 $ 9.473.00 127 607 LF 662-6075 WK ZN PAV MRK REMOV(W)24"(SLD) complete in place per LF for Three Thousand Six Hundred Forty Two dollars and No cents. $ 6.00 $ 3,642.00 128 52 EA 662-6080 WK ZN PAV MRK REMOV(W)(ARROW) complete in place per EA for Nine Thousand One Hundred dollars and No cents. $ 175.00 $ 9,100.00 129 1981 LF 662-6096 WK ZN PAV MRK REMOV(Y)6"(BRK) complete in place per LF for One Thousand Nine Hundred Eighty One dollars and No cents. $ 1.00 $ 1.981.00 130 59 LF 662-6097 WK ZN PAV MRK REMOV(Y)6"(DOT) complete in place per LF for One Hundred Eighteen dollars and No cents. $ 2.00 $ 118.00 131 82979 LF 662-6098 WK ZN PAV MRK REMOV(Y)6"(SLD) complete in place per LF for Eighty Two Thousand Nine Hundred Seventy Nine dollars and No cents. $ 1.00 $ 82,979.00 132 1578 EA 662-6109 WK ZN PAV MRK SHT TERM(TAB)TY W complete in place per EA for One Thousand Five Hundred Seventy Eight dollars and No cents. $ 1.00 $ 1,578.00 133 2273 EA 662-6111 WK ZN PAV MRK SHT TERM(TAB)TY Y-2 complete in place per EA for Two Thousand Two Hundred Seventy Three dollars and No cents. $ 1.00 $ 2,273.00 134 168 LF 666-6030 REFL PAV MRK TY I(W)8"(DOT)(100MIL) complete in place per LF for Five Hundred Four dollars and No cents. $ 3.00 $ 5 U-1.(W 135 4919 LF 666-6036 REFL PAV MRK TY I(W)8"(SLD)(100MIL) complete in place per LF for Nine Thousand Eight Hundred Thirty Eight dollars and No cents. $ 2.00 $ 9,838.00 13 of 24 Red Bud North 136 155 LF 666-6138 REFL PAV MRK TY I(Y)8"(SLD)(100MIL) complete in place per LF for Four Hundred Sixty Five dollars and No cents. $ 3.00 $ 465.00 I_7 341 LF 666-6208 REFL PAY MRK TY II(Y)6"(BRK) complete in place per LF for One Thousand Twenty Three dollars and No cents. $ 3.00 $ 1,023.00 138 33214 LF 666-6225 PAVEMENT SEALER 6" complete in place per LF for Thirty Three Thousand Two Hundred Fourteen dollars and No cents. $ 1.00 $ 33,214.00 139 5242 LF 666-6226 PAVEMENT SEALER 8" complete in place per LF for Five Thousand Two Hundred Forty Two dollars and No cents. $ 1.00 $ 5,242.00 L40 1903 LF 666-6228 PAVEMENT SEALER 12" complete in place per LF for One Thousand Nine Hundred Three dollars and No cents. $ 1.00 $ 1,903.00 151 451 LF 666-6230 PAVEMENT SEALER 24" complete in place per LF for One Thousand Three Hundred Fifty Three dollars and No cents. $ 3.00 $ 1,353.00 1_42 36 EA 666-6231 PAVEMENT SEALER(ARROW) complete in place per EA for Two Thousand One Hundred Sixty dollars and No cents. $ 60.00 $ 2,160.00 1_43 31 EA 666-6232 PAVEMENT SEALER(WORD) complete in place per EA for Five Thousand One Hundred Fifteen dollars and No cents. $ 165.00 $ 5,115.00 144 4032 LF 666-6306 RE PM W/RET REQ TY I(W)6"(BRK)(100MIL,) complete in place per LF for Four Thousand Thirty Two dollars and No cents. $ 1.00 $ 4,032.00 145 16090 LF 666-6309 RE PM W/RET REQ TY I(W)6"(SLD)(100MIL) complete in place per LF for Sixteen Thousand Ninety dollars and No cents. $ 1.00 $ 16,090.00 146 16599 LF 666-6321 RE PM W/RET REQ TY I(Y)6"(SLD)(100MIL) complete in place per LF for Sixteen Thousand Five Hundred Ninety Nine dollars and No cents. $ 1.00 $ 16,599.00 14 of 24 Red Bud North 147 105 LF 668-6074 PREFAB PAV MRK TY C(W)(12")(SLD) complete in place per LF for One Thousand Five Hundred Seventy Five dollars and No cents. $ 15.00 $ 1,575.00 148 1482 LF 668-6076 PREFAB PAV MRK TY C(W)(24")(SLD) complete in place per LF for Twenty Five Thousand One Hundred Ninety Four dollars and No cents. $ 17.00 $ 25.194.00 159 36 EA 668-6077 PREFAB PAV MRK TY C(W)(ARROW) complete in place per EA for Fourteen Thousand Four Hundred dollars and No cents. $ 400.00 $ 14,400.00 150 31 EA 668-6085 PREFAB PAV MRK TY C(W)(WORD) complete in place per EA for Fourteen Thousand Seven Hundred Twenty Five dollars and No cents. $ 475.00 $ 14.725.00 151 123 LF 668-6106 PREFAB PAV MRK TY C(Y)(12")(SLD) complete in place per LF for One Thousand Eight Hundred Forty Five dollars and No cents. $ 15.00 $ 1,845.00 152 272 FA 672-6007 REFL PAV MRKR TY I-C complete in place per EA for Two Thousand Seven Hundred Twenty dollars and No cents. $ 10.00 $ 2,720.00 153 75 EA 672-6009 REFL PAV MRKR TY II-A-A complete in place per EA for Seven Hundred Fifty dollars and No cents. $ 10.00 $ 750.00 154 194 EA 672-6010 REFL PAV MRKR TY 11-C-R complete in place per EA for One Thousand Nine Hundred Forty dollars and No cents. $ 10.00 $ 1,940.00 155 19733 LF 677-6001 ELIM EXT PAV MRK&MRKS(4") complete in place per LF for Nineteen Thousand Seven Hundred Thirty Three dollars and No cents. $ 1.00 $ 19,733.00 156 903 LF 677-6003 ELIM EXT PAV MRK&MRKS(8") complete in place per LF for Nine Hundred Three dollars and No cents. $ 1.00 $ 903.00 157 107 LF 677-6005 ELIM EXT PAV MRK&MRKS(12") complete in place per LF for Six Hundred Forty Two dollars and No cents. $ 6.00 $ 642.00 158 116 LF 677-6007 ELIM EXT PAV MRK&MRKS(24") complete in place per LF for One Thousand Three Hundred Ninety Two dollars and No cents. $ 12.00 $ 1,392.00 15 of 24 Red Bud North 159 9 EA 677-6008 ELIM EXT PAV MRK&MRKS(ARROW) complete in place per EA for Seven Hundred Sixty Five dollars and No cents. $ 85.00 $ 765.00 160 6 EA 677-6012 ELIM EXT PAV MRK&MRKS(WORD) complete in place per EA for One Thousand Eight dollars and No cents. $ 168.00 $ 1,008.00 161 3 EA 680-6002 INSTALL HWY TRF SIG(ISOLATED) complete in place per EA for One Hundred Eighteen Thousand Two Hundred Ninety dollars and No cents. $ 39,430.00 $ 118,290.00 162 2 EA 680-6004 REMOVING TRAFFIC SIGNALS complete in place per EA for Seven Thousand Eight Hundred Ninety dollars and No cents. $ 3,945.00 $ 7,890.00 163 2 EA 681-6001 TEMP TRAF SIGNALS complete in place per EA for Three Hundred Four Thousand dollars and No cents. $ 152,000.00 $ 304,000.00 164 27 EA 682-6001 VEH SIG SEC(12")LED(GRN) complete in place per EA for Nine Thousand Forty Five dollars and No cents. $ 335.00 $ 9,045.00 165 11 LA 682-6002 VEH SIG SEC(12")LED(GRN ARW) complete in place per EA for Three Thousand Six Hundred Eighty Five dollars and No cents. $ 335.00 $ 3,685.00 166 27 EA 682-6003 VEH SIG SEC(12")LED(YEL) complete in place per EA for Nine Thousand Forty Five dollars and No cents. $ 335.00 $ 9,045.00 167 14 EA 682-6004 VEH SIG SEC(12")LED(YEL ARW) complete in place per EA for Four Thousand Six Hundred Ninety dollars and No cents. $ 335.00 $ 4,690.00 108 27 EA 682-6005 VEH SIG SEC(12")LED(RED) complete in place per EA for Nine Thousand Forty Five dollars and No cents. $ 335.00 $ 9.045.00 169 7 FA 682-6006 VEH SIG SEC(12")LED(RED ARW) complete in place per EA for Two Thousand Three Hundred Forty Five dollars and No cents. $ 335.00 $ 170 27 EA 682-6018 PED SIG SEC(LED)(COUNTDOWN) complete in place per EA for Seventeen Thousand Eight Hundred Twenty dollars and No cents. $ 660.00 $ 17.82().00 16of24 Red Bud North 1-1 23 EA 682-6029 BACK PLATE(12")(3 SEC)ALUM complete in place per EA for Three Thousand One Hundred Five dollars and No cents. $ 135.00 $ 3,105.00 172 11 EA 682-6030 BACK PLATE(12")(4 SEC)ALUM complete in place per EA for Two Thousand Two Hundred dollars and No cents. $ 200.00 $ 2,200.00 173 4175 LF 684-6031 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) complete in place per LF for Eight Thousand Three Hundred Fifty dollars and No cents. $ 2.00 $ 8,350.00 1-t 67 LF 684-6033 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) complete in place per LF for Two Thousand Twenty Five dollars and No cents. $ 3.00 $ 2,025.00 175 1995 LF 684-6046 TRF SIG CBL(TY A)(14 AWG)(20 CONDR) complete in place per LF for Fifteen Thousand Nine Hundred Sixty dollars and No cents. $ 8.00 $ 15,960.00 176 4390 LF 684-6080 TRF SIG CBL(TY C)(14 AWG)(2 CONDR) complete in place per LF for Thirteen Thousand One Hundred Seventy dollars and No cents. $ 3.00 $ 1=.170.00 177 2 EA 686-6028 INS TRF SIG PL AM(S)1 ARM(24')LUM&ILSN complete in place per EA for Thirty One Thousand Four Hundred dollars and No cents. $ 15,700.00 $ 31,400.00 178 1 EA 686-6032 INS TRF SIG PL AM(S)1 ARM(28')LUM&ILSN complete in place per EA for Sixteen Thousand Nine Hundred dollars and No cents. $ 16,900.00 $ 16,900.00 179 1 EA 686-6034 INS TRF SIG PL AM(S)1 ARM(32')ILSN complete in place per EA for Fifteen Thousand Seven Hundred dollars and No cents. $ 15.700.00 $ 15,700.00 1181 1 EA 686-6040 INS TRF SIG PL AM(S)1 ARM(36')LUM&ILSN complete in place per EA for Sixteen Thousand Nine Hundred dollars and No cents. $ 16.900.00 $ 16,900.00 181 3 EA 686-6048 INS TRF SIG PL AM(S)1 ARM(44')LUM&ILSN complete in place per EA for Sixty Thousand Eight Hundred Twenty Five dollars and No cents. $ 20,275.00 $ 60,825.00 182 1 EA 686-6050 INS TRF SIG PL AM(S)1 ARM(48')ILSN complete in place per EA for Twenty Two Thousand Five Hundred Thirty dollars and No cents. $ 22,530.00 $ 22,530.00 17 of 24 Red Bud North 183 1 EA 686-6058 INS TRF SIG PL AM(S)1 ARM(55')ILSN complete in place per EA for Forty Thousand Five Hundred Fifty Five dollars and No cents. $ 40,555.00 $ 40.555.00 184 2 EA 686-6064 INS TRF SIG PL AM(S)1 ARM(60')LUM&ILSN complete in place per EA for Eighty Seven Thousand Eight Hundred Seventy dollars and No cents. $ 43,935.00 $ 87,870.00 185 18 EA 687-6001 PED POLE ASSEMBLY complete in place per EA for Thirty Four Thousand Four Hundred Seventy dollars and No cents. $ 1,915.00 $ 34,470.00 186 2 EA 687-6005 REMOVE PED POLE ASSEMBLY complete in place per EA for One Thousand One Hundred Thirty dollars and No cents. $ 565.00 $ 1.130.00 187 2 EA 687-6006 REMOVE PED PUSH BUTTON POST ASSEM complete in place per EA for One Thousand One Hundred Thirty dollars and No cents. $ 565.00 $ 1,130.00 188 27 EA 688-6001 PED DETECT PUSH BUTTON(APS) complete in place per EA for Thirty Six Thousand Four Hundred Fifty dollars and No cents. $ 1,350.00 $ 36,450.00 189 3 EA 688-6003 PED DETECTOR CONTROLLER UNIT complete in place per EA for Seventeen Thousand Five Hundred Sixty Five dollars and No cents. $ 5,855.00 $ 17,565.00 190 3996 LF 760-6001 DITCH CLEANING AND RESHAPING(FOOT) complete in place per LF for Seven Thousand Nine Hundred Ninety Two dollars and No cents. $ 2.00 $ 7,992.00 191 212 GAL 3076-6066 TACK COAT complete in place per GAL for One Thousand Two Hundred Seventy Two dollars and No cents. $ 6.00 $ 1,272.00 192 7591 TON 3076-6079 D-GR HMA TY-C PG70-22(EXEMPT) complete in place per TON for Eight Hundred Ninety Five Thousand Seven Hundred Thirty Eight dollars and No cents. $ 118.00 $ 895.738.00 193 690 TON 3076-6083 D-GR HMA TY-B PG70-22(EXEMPT) complete in place per TON for Eighty Six Thousand Nine Hundred Forty dollars and No cents. $ 126.00 $ 86,940.00 194 3597 SY 5001-6001 GEOGRID BASE REINFORCEMENT(TY I) complete in place per SY for Fourteen Thousand Three Hundred Eighty Eight dollars and No cents. $ 4.00 $ 14,388.00 18 of 24 Red Bud North 195 5 EA 6001-6002 PORTABLE CHANGEABLE MESSAGE SIGN complete in place per EA for One Hundred Twenty Seven Thousand Five Hundred dollars and No cents. $ 25,500.00 $ 127,500.00 196 93 LF 6120-6001 DEAD END ROADWAY BARRICADE complete in place per LF for Five Thousand Four Hundred Eighty Seven dollars and No cents. $ 59.00 $ 5,487.00 1197 44 DAY 6185-6002 TMA(STATIONARY) complete in place per DAY for Fifty Nine Thousand Eight Hundred Forty dollars and No cents. $ 1,360.00 $ 59,840.00 1198 26 DAY 6185-6005 TMA(MOBILE OPERATION) complete in place per DAY for Forty Six Thousand Eight Hundred dollars and No cents. $ 1,800.00 $ 46,800.00 199 14 EA 6186-6014 ITS GND BOX(POLY)TY 1 (243624)W/APRN complete in place per EA for One Hundred Eight Thousand Eight Hundred Fifty dollars and No cents. $ 7,775.00 $ 108,850.00 200 3 EA 6306-6001 VIVDS PROSR SYS complete in place per EA for Thirty Seven Thousand Two Hundred dollars and No cents. $ 12,400.00 $ 37,200.00 201 12 EA 6306-6002 VIVDS CAM ASSY FXD LNS complete in place per EA for Thirty One Thousand Eighty dollars and No cents. $ 2,590.00 $ 31,080.00 202 2 EA 6306-6006 VIVDS TEMPORARY complete in place per EA for Thirty Thousand Four Hundred dollars and No cents. $ 15,200.00 $ 30,400.00 203 2525 LF 6306-6007 VIVDS CABLING complete in place per LF for Ten Thousand One Hundred dollars and No cents. $ 4.00 $ 10,100.00 204 2215 LF OPTICOM CABLE complete in place per LF for Eleven Thousand Seventy Five dollars and No cents. $ 5.00 $ 11,075.00 205 245 LF ETHERNET(RADIO) complete in place per LF for One Thousand Four Hundred Seventy dollars and No cents. $ 6.00 $ 1,470.00 19 of 24 Red Bud North 206 245 LF ETHERNET(PTZ) complete in place per LF for One Thousand Four Hundred Seventy dollars and No cents. $ 6.00 $ 1,470.00 207 3 EA PTZ CAMERA complete in place per EA for Sixteen Thousand Five Hundred dollars and No cents. $ 5,500.00 $ 16,500.00 SUBTOTAL ROADWAY BID(Items 1 thru 207) $ 25,964,794.00 '(iN 20 TON 3076-6027 D-GR HMA TY-C PG70-22(LEVEL-UP) complete in place per TON for Three Thousand Three Hundred dollars and No cents. $ 165.00 $ 3,300.00 '4-, LF CORR 5055-18 18-INCH STEEL ENCASEMENT PIPE, 1/4"THICK, complete in place per LF for Forty Six Thousand One Hundred Seventy dollars and No cents. $ 190.00 $ 46,170.00 31 IT CORR 5055-20 20-INCH STEEL ENCASEMENT PIPE,5/16"THICK, complete in place per LF for Eight Thousand Two Hundred Fifteen dollars and No cents. $ 265.00 $ 8,215.00 211 25 LF CORR 505S-24 24-INCH STEEL ENCASEMENT PIPE,3/8"THICK, complete in place per LF for Nine Thousand Three Hundred Seventy Five dollars and No cents. $ 375.00 $ 9,375.00 212 74 LF CORR 505S-30 30-INCH STEEL ENCASEMENT PIPE,7/16"THICK, complete in place per LF for Thirty Eight Thousand One Hundred Ten dollars and No cents. $ 515.00 $ 38,110.00 13 79 LF CORR 5055-48 48-INCH STEEL ENCASEMENT PIPE, 1/2"THICK, complete in place per LF for Sixty Four Thousand Three Hundred Eighty Five dollars and No cents. $ 815.00 $ 64,385.00 14 916 LF CORR 509S-1 TRENCH EXCAVATION SAFETY PROTECTIVE complete in place per LF for Two Thousand Seven Hundred Forty Eight dollars and No cents. $ 3.00 $ 2,748.00 1 9 LF CORR 510-AW6 PIPE,6-INCH DIAMETER,DI(ALL DEPTHS), complete in place per LF for Nine Hundred Forty Five dollars and No cents. $ 105.00 $ 945.00 20 of 24 Red Bud North 216 32 LF CORR 510-AW8PVC PIPE,8-INCH DIAMETER,PVC(ALL complete in place per LF for Two Thousand Eighty dollars and No cents. $ 65.00 $ 2,080.00 217 383 LF CORR 510-AW8 PIPE,8-INCH DIAMETER,DI(ALL DEPTHS), complete in place per LF for Thirty Six Thousand Three Hundred Eighty Five dollars and No cents. $ 95.00 $ 36,385.00 218 303 LF CORR 510-AW16 PIPE, 16-INCH DIAMETER,DI(ALL DEPTHS), complete in place per LF for Fifty Nine Thousand Eighty Five dollars and No cents. $ 195.00 $ 59,085.00 219 2 EA CORR 510JW 6X6 6-INCH DIAMETER X 6-INCH DIAMETER WET complete in place per EA for Four Thousand dollars and No cents. $ 2,000.00 $ 4,000.00 7 EA CORR 510JW 8X8 8-INCH DIAMETER X 8-INCH DIAMETER WET complete in place per EA for Seventeen Thousand Five Hundred dollars and No cents. $ 2,500.00 $ 17,500.00 4 EA CORR 510JW 16X16 16-INCH DIAMETER X 16-INCH DIAMETER complete in place per EA for Thirty Thousand dollars and No cents. $ 7,500.00 $ 30,000.00 222 1.276 TON CORR 510-KW DUCTILE IRON FITTINGS(ALL SIZES) complete in place per TON for Forty Three Thousand Sixty Five dollars and No cents. $ 33,750.00 $ 43,065.00 223 3 EA CORR 5065 4 MINOR MANHOLE HEIGHT ADJUSTMENT,48 DIA complete in place per EA for Five Thousand Three Hundred Twenty Five dollars and No cents. $ 1.775.00 $ 5.325.00 224 3 EA CORR 5065 2 MAJOR MANHOLE HEIGHT ADJUSTMENT,48 DIA complete in place per EA for Six Thousand Three Hundred dollars and No cents. $ 2,100.00 $ 6,300.00 225 62 VF CORR 506S MANHOLE COATING complete in place per VF for Twelve Thousand Four Hundred dollars and No cents. $ 200.00 $ 12,400.00 21 of 24 Red Bud North 226 1 EA CORR 510-BW CONNECTING NEW SINGLE WATER SERVICE TO complete in place per EA for Two Thousand Seven Hundred dollars and No cents. $ 2,700.00 $ 2,700.00 227 1 EA CORR 511 S-A FIRE HYDRANT(SEE STANDARD NO.WT-05) complete in place per EA for Ten Thousand Six Hundred dollars and No cents. $ 10,600.00 $ 10,600.00 228 1 EA CORR 511S-AB REMOVE FIRE HYDRANT ASSEMBLY& complete in place per EA for Four Thousand One Hundred Fifty Five dollars and No cents. $ 4,155.00 $ 4,155.00 229 2 EA CORR 511 S-F AUTOMATIC COMBINATION AIRIVACUUM complete in place per EA for Twenty Seven Thousand Three Hundred dollars and No cents. $ 13,650.00 $ 27,300.00 230 1 EA CORR 5115-B-12 VALVES,GATE VALVE, 12-INCH DIAMETER complete in place per EA for Six Thousand Three Hundred Fifty Six dollars and No cents. $ 6,356.00 $ 6,356.00 231 8 EA CORR 504-A ADJUST WATER VALVE BOX TO GRADE complete in place per EA for Six Thousand dollars and No cents. $ 750.00 $ 6,000.00 232 6 EA CORR 5115-A-8 VALVES,GATE VALVE,8-INCH DIAMETER complete in place per EA for Twenty Thousand Seven Hundred dollars and No cents. $ 3,450.00 $ 20,700.00 233 1 EA CORR 5115-A-16 VALVES,GATE VALVE, 16-INCH DIAMETER complete in place per EA for Fourteen Thousand Five Hundred dollars and No cents. $ 14,500.00 $ 14,500.00 234 959 LF CORR 510-AB REMOVE EXISTING WATERLINE complete in place per LF for Nineteen Thousand One Hundred Eighty dollars and No cents. $ 20.00 $ 19,180.00 235 1 LS CORR 70OS-TM TOTAL MOBILIZATION PAYMENT complete in place per LS for One Hundred Seventy Five Thousand dollars and No cents. $ 175,000.00 $ 175,000.0() SUBTOTAL UTILITIES BID(Items 208 thru 235) $ 675,879.00 22 of 24 Red Bud North 236 96 LF ENCASEMENT PIPE(30")STEEL(OPEN CUT)(7/16-IN THICKNESS) complete in place per LF for Forty Nine Thousand Nine Hundred Twenty dollars and No cents. $ 520.00 $ 49,920.00 237 166 LF WATER MAIN PIPE(PVC)(161N)(C-900) complete in place per LF for Thirty Five Thousand Six Hundred Ninety dollars and No cents. $ 215.00 $ 35,690.00 8 0.28 TON DUCTILE IRON FITTINGS complete in place per TON for One Thousand Three Hundred Forty Four dollars and No cents. $ 4,800.00 $ 1,344.00 -139 166 LF TRENCH EXCAVATION PROTECTION complete in place per LF for Four Hundred Ninety Eight dollars and No cents. $ 3.00 $ 498.00 140 1 EA WET CONNECTION(16IN) complete in place per EA for Twelve Thousand Nine Hundred Seventy Five dollars and No cents. $ 12,975.00 $ 12,975.00 41 l EA GATE VALVE&BOX(COMPLETE)(16") complete in place per EA for Sixteen Thousand Seven Hundred Ninety Five dollars and No cents. $ 16,795.00 $ 16,795.00 142 63 Sy SAWCUT AND REMOVAL OF EXIST ASPH PAV complete in place per SY for Three Thousand One Hundred Fifty dollars and No cents. $ 50.00 $ 3,150.00 1 EA TAPPING SLEEVE(16IN X 16IN) complete in place per EA for Twenty Eight Thousand Nine Hundred Eighty Five dollars and No cents. $ 28,985.00 $ 28,985.00 SUBTOTAL WATERLINE A BID(Items 236 thru 243) $ 149,357.00 SUBTOTAL WATERLINE A,UTILITIES,AND ROADWAY BID(Items 1 thru 243) 23 of 24 Red Bud North 244 1 LS FORCE ACCOUNT-EROSION CONTROL complete in place per LS for ten thousand dollars and no cents. $ 10,000.00 $ 10,000.00 245 1 LS FORCE ACCOUNT-SAFETY CONTINGENCY complete in place per LS for twenty thousand dollars and no cents. $ 20,000.00 $ 20,000.00 246 1 LS FORCE ACCOUNT-IRRIGATION REPAIR complete in place per LS for fifteen thousand dollars and no cents. $ 15,000.00 $ 15,000.00 Materials: All Other Charges: Subtotal for Red Bud North: *TOTAL BID: $26,835,030.00 *TOTAL BID IN WORDS: for 7-,,enty Six Million Eight Hundred Thirty Five Thousand Thirty dollars and No cents. •Note:This total must be the same amount as shown above for"Total Base Bid" 24 of 24 TOTAL BASE BID (Items 1 thru 246 ) 2�, X35 , 030. 00 Materials: Q J c' 5'Dj,00 All Other Charges: I g -784� 52► , c)o * Total: 2Co, 035. 03o•oa * 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. Respect ubmitt , in& Bj end Construction LLC ature 9500 West Parmer Lane Collin D. Bland Suite 1301 DMQUAnt A,.c.4in TPYAC 78717 Print Name Joe Bland Construction LLC Address Titic Telephone Joe Bland Construction LLC Name of Firm Date Secretary, if Bidder is a Corporation 00200-9-2015 Page 1 of 1 Bid Form City of Round Rock,Texas Contract Forms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of the / & ( )day of n the year 207J . BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Joe Bland Construction,LLC ("Contractor") 9500 West Partner Lane, Ste. 1301 Austin,Texas 78717 The Project is described as: Red Bud North The Engineer is: BGE,Inc. 101 West Louis Henna Blvd. Suite 400 Austin,Texas 78728 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged,Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and other Conditions),Drawings,Specifications, Addenda issued prior to execution of this Agreement,other documents listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are as fully a part of the Contract as if attached to this Agreement or repeated herein.The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements, either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 4-2020 Page I of 5 Standard Form of Agreement 00443647 ARTICLE 3 DATE OF COMMENCEMENT;DATE OF SUBSTANTIAL COMPLETION;DATE OF FINAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner. 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 3.3 Contractor shall commence Work within ten calendar days ( 10 ) calendar days from the date delineated in the Notice to Proceed. 3.4 Contractor shat pletion of the items of Work listed on Attachment A to this Agreement no later than even hundred nin 7 0 )calendar days from issuance by Owner of Notice to Proceed, I e stantia Completion of the entire Work no later than seven undre nine 9 calendar days from issuance by Owner of Notice to Proceed, subject to s o s c in o ided 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($ 2000.00 )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. 4- Contractor shall achieve Final Completion of the entire Work no later than i ht hundred twent 0. '�l calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's full and complete performance of the Work and all of Contractor's obligations under this Agreement. The Contract Sum shall be Twenty-six million eight hundred thirty-five thousand thirty dollars and zero cents ($26,835,030.00 ),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 X Yes dyes,please provide details below: 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. 7.13 ial,and other Conditions of the Contract are those contained in the Project Manual dated a tember 0 4 7.1.4 The Specifications are those contained in the Project Manual dated e temb C 4 7.1.5 The Drawings,if any,are those contained in the Project Manual dated t b C 2 4 7.1.6 T e n ur n e o struction Bond Forms of the Contract are those contained in the Project Manual dated e b r2 4 t 7.1.7 The Notice to B' ders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated =tb t 0 4 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: 4 1A 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 CoRR Transportation Department 512-218-6603 dscheel Aroundroc ktexas.gov 8.3 Contractor's representative is: Collin Bland Joe Bland Construction,LLC (512)821-2808 collin(a,ioeblandconstruction.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 CITY OF OU OC ,TEXAS JOE BLAND CONSTR ION LLC Printed Name. ' Printed Name: Collin Bland Title rtpnr / Title: President Date Signed: �7!.Z� Date Signed: 10/29/2024 A T: i City Zlerk FOR CITY,APPROVED AS TO FORM: City Attdfiiey 00500 4-2020 Page 5 of 5 Standard Form of Agreement 00443647 PERFORMANCE BOND Bond No. 4477735 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Joe Bland Construction, LLC of the City of Round Rock County of Williamson and State of Texas , as Principal, and Suretec Insurance Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS (Owner), in the penal sum of Twenty-six million eight hundred thirty-five thousand thirty dollars and zero cents Dollars ($ 26,835,030.00 ) 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 Pripcipal has entered into a certain written Agreement with the Owner dated the IY-& day ofAhulm.. 20 2y to which the Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: Red Bud North 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 Perfonnance 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 perforin said Agreement, Surety, after receipt of written notice of Principal's default, shall perform all of Principal's duties and obligations under the Agreement. If, within ten (10) days after receipt of such notice from Owner, Surety does not commence to complete the obligations of Principal with a contractor acceptable to Owner and diligently complete the performance of the Principal's duties and obligations, Owner shall have the right but not the obligation to have the duties and obligations of Principal performed. In such event, Surety shall pay to Owner,upon demand, all costs, expenses and damages sustained by Owner as a result of Principal's failure to perform its duties and obligations under the Agreement up to the $26,835,030.00 sum of this Performance Bond, plus all costs and expenses, including attorney's fees and expert and consultant fees incurred by Owner to enforce its rights under this Performance Bond. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this -Q9+ - day of Wo� r 2024. Joe Bland Construction, LLC Suretec Insurance Company Principal Surety 60ttanr 13LA-miO Brad Ballew Printed Name Printed Name By: By: — Title: tDt-Y\ Title: Attorney-In-Fact Address: 9500 West Parmer Lane. Ste 1301 Address: 2103 CityWest Blvd., Suite 1300 Austin, Texas 78717 Houston, Texas 77042 Resident Agent of Surety: Signature Ballew Surety Agency, Inc., Brad Ballew Printed Name 3802 Menchaca Road Street Address Austin, Texas 78704-6734 City, State&Zip Code Page 2 W610 42020 Performance Bond 00443639 PAYMENT BOND Bond No. 4477735 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Joe Bland Construction,LLC , of the City of Rotund Rock County of Williamson , and State of Texas , as Principal, and Suretec Insurance Company authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Twenty-six million eight hundred thirty-five thousand thirty dollars and zero cents Dollars($ 26,835,030.00 )for the payment whereof,well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns,jointly and severally, by these presents: WHEREAS, the Principal has a tered into a certain written Agreement with the Owner, dated the "'^ day o okbfI41M, 20&to which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: Red Bud North 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 l 00620 042020 Payment Bond 00437699 PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this Z9+� day of Oc,6n , 20024-. Joe Bland Construction, LLC Suretec Insurance Company Pri nci pal Surety Brad Ballew Printed Name Printed Name By: By: --- Title: P(Ztc I Title: Attorney-In-Fact Address: 9500 West Parmer Lane, Ste. 1301 Address:2103 CityWest Blvd., Suite 1.600 Austin Texas 78717 Houston, Texas 77042 Resident Agent of Surety: Signature Ballew Surety Agency, Inc., Brad Ballew Printed Name 3802 Menchaca Road Street Address Austin, Texas 78704-6734 City, State& Zip Code Page 2 00620 1-2020 Payment Bond 00090056 POA# 4221356 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That SureTec Insurance Company,a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris,Texas and Markel Insurance Company(the"Company'),a corporation duly organized and existing under the laws of the state of Illinois,and having its principal administrative office in Glen Allen,Virginia,does by these presents make,constitute and appoint: David S. Ballew, Brad Ballew,Connie Davis, David Fernea Their true and lawful agent(s)and attorney(s)-in-fact,each in their separate capacity if more than one is named above,to make,execute,seal and deliver for and on their own behalf,individually as a surety or jointly,as co-sureties,and as their act and deed any and all bonds and other undertaking in suretyship provided,however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED,That the President,any Senior Vice President,Vice President,Assistant Vice President,Secretary,Assistant Secretary,Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney,and such authority can be executed by use of facsimile signature,which may be attested or acknowledged by any officer or attorney,of the company,qualifying the attorney or attorneys named in the given power of attorney,to execute in behalf of,and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company,as the case may be,all bond undertakings and contracts of suretyship,and to affix the corporate seal thereto." IN WITNESS WHEREOF,Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 25th day of January 2023 . SureTec Insurance Company uF4ANc `ssssVt NCi,�i AindeyJe�ning ance �mpany U�,6 X Fps vok; c� Ci U, t� :�: SECr C2AL —L: By. Michael C.Keimig,President 1 � * �� B ice President .*W.. �,nn mass State of Texas I / County of Harris: s/ On this 25th day of January 2023 A.D.,before me,a Notary Public of the State of Texas,in and for the County of Harris,duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES,to me personally known to be the individuals and officers described in,who executed the preceding instrument,and they acknowledged the execution of same,and being by me duly sworn,disposed and said that they are the officers of the said companies aforesaid,and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies,and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies,and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my Official Seal at the County of Harris,the day and year first above written. ---------- -- JULIE E. MCCLARY 1 Notary Public State of Texas By:cit C r �= Commission*12947680-5 +- J ie E.McClary,Notary Public Commission Expires March 29,2026 y commission expires 3/29/2026 We,the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing is a full,true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF,we have hereunto set our hands,and affixed the Seals of said Companies,on the day of ur sur Company Markel Insurance Company B By M.Brent Beaty,Af istant Secretary And w Ma quis,Ass nt Ser tary Any Instrument Issued in excess of the penalty stated above is totally void and witn�,:t anv validity.4221356 For verification of the authority of this Power you may call(713)812-0800 on any business day between 8:30 AM and 5:00 PM CST. SureTec Insurance Company IMPORTANT NOTICE Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9500 Arboretum Blvd., Suite 400 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714- 9104 Fax#: 512-490-1007 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ------------------------------------------------------------------------------------------------------------------------------ SIC TX Rider TDI Required Notices rev 07_2022 Page 1 of 1 DATE(MM/DD/YYYY) ACORV CERTIFICATE OF LIABILITY INSURANCE 111i 1 11/6/2024 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 Marsh&McLennan Agency, LLC PHONE NAME: Laura Gre o B no FAX 2500 Bee Cave Rd, Bldg 1,Ste 125 ,512-379-2699 AIC No Austin TX 78746 ADOREss: laura. re o marshmma.com INSURERS AFFORDING COVERAGE NAIC tl INSURER A:Old Republic Insurance Company 24147 INSURED JOEBLAND1 INSURER B:The Cincinnati Insurance Company 10677 Joe Bland Construction, LLC 9500 W Parmer Ln Ste 1301 INSURER C:Navigators Specialty Insurance Company 36056 Austin TX 78717 INSURER D:Westchester Surplus Lines Insurance Co 10172 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:48534288 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR POLICY NUMBER MMIDD//YYYYi (MMIDD/YYYY1 LIMITS A X COMMERCIALGENERALLIABILITY MWZY31651924 7/1/2024 7/1/2025 EACH OCCURRENCE $1,000,000 �OCCUR DAMAGE S(RENTED CLAIMS-MADE PREMISES Ea occurrence) $500,000 MED EXP(Any one person) $25,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 P R� LOC PRODUCTS-COMP/OP AGG $2,000,000 POLICY� OTHER 1 $ A AUTOMOBILE LIABILITY MWTB31652024 7/1/2024 7/1/2025 COMBINED SINGLE LIMIT $1,000,000 Ea accident IX ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS �( HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident $250 Comp $500 Coll $ B UMBRELLALIAB I X I OCCUR EXS0631634 7/1/2024 7/1/2025 EACH OCCURRENCE $5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED I I RETENTION$ $ A WORKERS COMPENSATION MWC31651824 7/1/2024 7/1/2025 X I STATUTE ORH AND EMPLOYERS'LIABILITY Y I N ANYPROPRIETOR/PARTNER/EXECUTIVE M N/A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If es,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Pollution Liability G28349774005 7/1/2024 7/1/2025 Each Occurrence 2,000,000 C Excess Liability H024EXCZOBUP11C 7/1/2024 7/1/2025 Each Occorrence 5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) Forms/Endorsements: General Liability Additional Insured-Managers or Lessors of Premises-CG 20 11 12 19 Additional Insured-Vendors Automatic Status when required in agreement CG 2044 Additional Insured-Lessor of Leased Equipment(Blanket)CG2028 12/19 Automatic Waiver of subrogation form#CG2453 applies to the General Liability policy. Primary&Non-Contributory General Liability form#CG2001 12/19 applies to the General Liability policy. The General Liability policy includes a blanket additional insured endorsement to the certificate holder only when there is a written contract between the named 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 Manager ACCORDANCE WITH THE POLICY PROVISIONS. City of Round Rock 221 E Main St. AUTHORIZED REPRESENTATIVE Round Rock TX 78664 </may / _7©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: JOEBLANDI LOC#: ACO' ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Marsh R McLennan Agency,LLC Joe Bland Construction, LLC 9500 W Parmer Ln Ste 1301 POLICY NUMBER Austin TX 78717 CARRIER 7IC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE 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. Designated Construction Project General Aggregate Limit-CG 25 03 05 09 Contractual Liability Railroads-CG 24 17 10 01 Auto Additional Insured form#CA2001 to the Automobile Liability policy. Waiver of subrogation form#CA0444 applies to the Automobile Liability policy.(Business Auto Extension Endorsement) 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 co Pollution Liability-Broadened Coverage for Covered Autos-CA9948 Designated insured for Covered Auto Liability Coverage-CA 20 48 10 13 ntract between the named insured and the certificate holder that requires such wording. WC Waiver of subrogation form#WC 42 03 04 B Bapplies to the Workers Compenation policy. 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. Notice of Cancelation to Certificate Holders Endorsement-WC 99 03 64 03/11 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. Excess Layers $5M—Cincinnati Insurance Company(EXS0631634) $5M xs$5M—Navigators Specialty Insurance Company(H024EXCZOBUP1IC) ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD