Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - Dan Williams Company - 11/21/2024
CITY OF ROUND ROCK BID COPY/ORIGINAL TRANSPORTATION DEPT ROUND ROCK TEXA5 Project Manual For: CR 112 EAST SEGMENT FROM CR 117 TO CR 110 SEPTEMBER 2024 Prepared By: HDR Engineering,Inc. 710 Hesters Crossing, Suite 150 Round Rock, Texas 78681 APPROVED Bit � ri�gs .*: *i TYTT EY � FELIPE S: TUDTUD ee ee /�p'. 104836 i �� 09/11/2024 TBPE Firm Registration No F-754 v � � BID BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Dan Williams Company of the City of Austin Count' of Travis State of Texas as Principal, and Hartford Fire Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals,are held and firmly bound unto the CITY OF ROUND ROCK,TEXAS("Owner"), in the penal sum of Five Percent(5%)of the total amount of the Bid of the Principal submitted to the Owner, for the Work described below; for the payment whereof, well and truly to be made, and the said Principal and Surety do herby bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally,as follows: In no case shall the liability of the Surety hereunder exceed the sum of( Five Percent of the Greatest Amount Bid Dollars($ 5%G.A.B. }, THE CONDITIONS OF THIS OBLIGATION ARE SUCH that,whereas,the Principal has submitted the above-referenced Bid to the Owner, for construction of the Work under the "Specifications for Construction of CR 112 EAST SEGMENT From CR 117 to CR 110 " for which Bids are to be opened at the office of Owner on the 15th day of October ,20 24 NOW,THEREFORE,if the Principal is awarded the Contract,and within the time and manner required under the"Instructions to Bidders,"after the prescribed forms are presented to her/him for signature,enters into a written Agreement substantially in the form contained in the Bid Documents,in accordance with the Bid, and files the two (2) bonds with the Owner, one to guarantee faithful performance and the other to guarantee payment for labor and materials,then this obligation shall be null and void;otherwise,it shall be and remain in full force and effect. If, however, Principal fails to enter into a written Agreement with the Owner in accordance with the Bid or Principal and Surety fail to timely deliver to Owner the performance and payment bonds required by the Bid Documents, Surety within five(5)business days after receipt of a written demand from Owner shall pay to Owner the full penal sum of this Bid Bond,subject to the limitation described herein. In the event that suit is brought upon this Bond by the Owner and judgment is recovered, said Surety shall pay all costs incurred by the Owner in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument on this the 15th day of the month of October 2024 . Dan Williams Company Hartf rd Fire Insurance Company—__— Prii5T Sure, Printed Pririted Name By: „� C By: Stacy Owens Title: Title: Attorney-in-Faei- Address: 9050 N.Capital of TX Highway,Bldg 3,Suite 380 Address: One Hartfoc- Plaza Austin,TX 78759 Hartford,CT 06155-0001 00200 4-2020 Page I Bid Bond 00443638 Resident Agent of Surety: 11 6;F tgnature David T.Miclette Printed Name 2800 North Loop West.Suite 1100 Street Address Houston,TX 77092 City,State,Zip Pace^_ 00200 4-2020 Bid Bond 00443631~ Direct Inquiries/Claims to: THE HARTFORD BOND,T-11 POWER OF ATTORNEY HartfOne Haford Plaza ord,Conne tcut06155 Bond.Claims(u)thehartford.com call:888-2663488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: BOWEN MICLETTE & BRITT INS AGY LLC Agency Code: 46-504809, 61-613558, 21-225344 Hartford Fire insurance Company,a corporation duly organized under the laws of the State of Connecticut = Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana 0 Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois OHartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited : James J. Drew of Maitland FL, Stacey Bosley, Ashley Britt, Robert C. Davis, Will Duke, Rita G. Gulizo, Lacey Hitchcock, Nikole Jeannette, Barry K. McCord, David T. Miclette, Robert M. Overbey, Jr., Stacy Owens, Jennifer Mitchell, Lucas Lomax, Norma Toups of Fort Smith AR, Houston TX and New Orleans LA their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. it�� i ��.,t�s 4 '+�. ,�►n-Q +�_ SMA► •�rtnurr�. ►IMM $97% 07 ? I9T1 Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly sworn,did depose and say:that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that(s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. } f. Jessica Ciccone My Commission HH 122280 Expires June 20,2025 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of October 15, 2024 Signed and sealed in Lake Mary, Florida. ov ffar :e ,.r...r,, Fs a,.'°y�"" ,i, • 1-40. '�.7;t,I o 7 i - 10 7 9;' Keith D. Dozois.Assistant Vice President _l . - -. . �/, '. .� � .. , . - �. "- = .- �:. - - •4 THE HARTFORD Claims Inquiries Notice Hartford Fire Insurance Company Twin City Insurance Company Hartford Casualty Insurance Company Hartford Insurance Company of Illinois Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest Hartford Underwriters Insurance Company Hartford Insurance Company of the Southwest Please address inglDries regarding Claims for all surety and fidelity products issued by The Hartford' s underwriting companies to the following: Phone Number: 888-266-3488 Fax— Claims 860-757-5835 or 860-221-3965 E-mail bond.claimsna,thehartford.com Mailing Address The Hartford BOND, T-4 One Hartford Plaza Hartford, CT 06155 Claims Inquiries Notice 2003 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toll-free telephone number for information or to make a complaint at: 1-800-451-6944 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ./TX4275- 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: 126tn 01<`i oL M S C o m Pa n Y Address: 3o$0 NJ Gad i�o, oQ TX 81ol4 3 So;ly, Phone: 512-320-140 380 Completed by: 7e—d GI over Date: 10/q12 q 1. Does the company have a written construction Safety program? OYes ❑No 2. Does the company conduct construction safety inspections? [ZYes ❑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, [ 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 ❑Yes ❑No ❑N/A B. Excavation B Yes ❑No ❑N/A C. Cranes D Yes ❑No ❑N/A D. Electrical [Q Yes ❑No ❑N/A E. Fall Protection ❑'Yes [:]No ❑N/A F. Confined Spaces [JYes ❑No ❑N/A I hereby certify that the above information is true and correct. Signature ��yt°j�, Title SO4 e b! Coorchna of Page 1 00410 8-2014 Statement of Bidder's Safety Experience 00090654 OSHA's Form 300A !Rev o lnoo,, ,,loft roti e.n f"100 into VMS AWM and SOW it---� ■ Beal,,4 the tonna„to sare recoeaaka eep^y package are**„wee n„e,e• Year 20 23 POf docuntents.you(,&, type ono the Input to"Nift i Summary of Work-Related Injuries and Illnesses then aa"your wVuUuangthe 1,00Adobe P(N Reade, JI us Owartwei Ia,.aaWYr a.wdr W lae,l,a Aa.rr.r� fA�.aa11Ya�171!.11 AN establishments covered Dy Pen 190I must compbfe this Sumnvry page even if no wak+tNa(od Iry,rnas p utrlessea occtr.ed ar91g the year Remember to review the Loy to vorify that the mines ars complete and&[cura(e Debre complehny fhla sur-,w y —---- Uamg the Loycount the,)MWUN mutt&you made for each category Then write the rotais bodow.in*"sure youth added the antro,from overt'Paye of the Log if yo,,had no uses.carte-0 FsbD7nhmenl(nfwmat/w E-Ployeea.former omployees and tharr mprosenbU"s have thev nyhf to ryrho OSHA Fpm a n 300 n its reer They also rw"Mn td ecre:l to the tomes Foran 301 or t11 epu,vatent Sas 29 GFR Pan t904 35.w,OSHA s recpdeoeprq rw for further Octads on Me access PMD I]OnS for ».....-...... Dan Williams Comp ,I,ee1 9050 N Capital of Tx Hwy bld 3.ste 380 ,,,Ausbn _ _sue Texas !q 78665 Total number of Total number of Total number of casc% Tool number of — —__— dealhs edeas w,th da)� %ith lob tran,(cr of other recordable la,7n a.npt.u,1.a uouJ oil r..r of dirt+revel n uknl awe) Irum wwk rclIF111.Un Lases 2 Hea Kgh�tay Construction 1G1 IMI- - -_..- UI --- -- U7 Yana Araerscan lndlaartai('4wfwaoa R'tgff31.1/awwsua.IlfJ4. 2 3.713 ll 0; . . Ewlpbrrserlt Mlbretatlort rt'rat Iso!Aso Mew AE✓►,w.w Total number of do, Total number of Jay%of 1.v 1,Aon o..lhr e.opuav 1c.m .I away from work h>h transfer or restriction 261 1nr.uat nnaac 11.161%.,J clllrotdr. 714 NS 00 —._.__�...-_.—__ I,A]I Aden r�►.d in all empJ)el.1].1 year 11, ��. ill sign hen Injury and Illness TYPe5 knowlegly(afsrf)lnt this d ycomat.ay reach Is It nw- 1 xn;ty that I ha,c esaw,nnt des document sod dant to the bre'of f,,t.71 number of my LnowkdF the crmcs arc disc.ae(Lra .sad eagtlese tMl (t)Ialunes 5 tat Polxmtngs , rselal]e ^P+nt (2)Skin disorders 0 ISr H0 Hearing loss _ 915-503-3135 D.1/311021 tar Rcsptratory c0rK110 o" 0 (0) All other tllecsw* _ 0 "f to Apdt 30 of the yw Ag"weaY the rawcotrarttd ay die/creta Poat ode S1rinmary P&94 00M fe0ruw rinrlor w.a..t a•:y'w aw..ata.�+ r+ra•...,.�'�t r�4w 1'r I�.ae'.r wV llaaa trrw�rrww M Irl•sat.... Ido'TRN soy'V lar tdra.wn��r'M1:`:.n r�r 1,4•r r av tMreYM./�al.ewnr vie+..a.*.n..rre.]r ti tad rad(.r-vow Avr � ul r>4—M IX!'late 011\. Is»6rpe\Ill.`1,710o I*Ib Y�.�.'k"»e'r��'�r+ar• OSHA's Form 300A (Ray,ownoa) Note You can typeinput into this form and save n Year 20 Because the f rms in s recorCkeepng package are Mable/writable 22 PDF documents yov can type -to the nput form 6eids and Summary of Work-Related Injuries and Illnesses then saw your nputs ur"the tree Adobe PDQ Readef U.S. Department of Labor o.a„e....,•r t•r•n...•.,..«a.ar.J•r.e«. Ica-aA.o.a nMa.o 11r+,t, All establishments covered oy Part 19N must complete tMs Summary papa a»n it no w046-fPfared injuries or unesses Occurred dunng rhe rear 4emermber to fewew the LOg to verify that rhe entries are complete and accurate before Completing Mus summary Using the Log.count rhe individual entries you made for each category Then wnte Me totals below,making sure youW added rhe Cnlnes.'rom every page of the Lop If you had no cases.wnte•0 Es[aDoshmanl,nformatlon Employees,tormer employees.and then representatives nave the npnt 10 review the OSHA Form 300 in 7s entrnety rhey also have Minted access to the OSHA Fo.,m 307 w,h epuwaAW SCP 79 CFR Part 19W 35 ,n OSHA s r&CO/10isto rip rule.for further Oeta,ts on the access prvws,ons for r.,.r+r+o•,—..••-.+ Dan Wiliams Company these forms _ �trcci 9050 V.Capital of Tx. Hwy Budding 3,Suite 380 Austin _slalc TX Zip 78759 Total number of Total numb,"of Total number of cases Total number of deaths cases wtih days wth)nh tr;mnsrer,v other recordable ir,dustrvdewrvpnens..•.Alwrt.ra n.r: �na,w.rr rrrrk t,u,l:r.t ashy from wort restriction "uses 0 4 2 4 Heavy Highway Constructior 1Gl (H) (I) (J) tJonA Amcncan indufmul llmsihvatwn lNAICS).J known to K 3362121 2 7 3 t a Employment information Ij stir h.ny i,.nr fbrtr pxwir• yr rhr rmainumhcrofdays Total number ofdays of i..rtcbrr, tit.,ru,v1•an,r•naru,:, awJ% from wort +tin transfer or restriction 219 Annual avcnbe number of emptuyecs _ 37(' 58 Taal hotits wowed by all cmpinvecs tut year 4S1.310.00 IKI Il) Sign here Keowlelth falsifying Ibis document may result to a riot. Total number e7L� t I ha ria this docurnent nd that to the hest art fW Icdg he c 1 rc true ace � complct� (1)Injuries 10 N) Poisonings O (7)Skin dtastden O 06 Hearing loss 0 Company exectmve Title 131 Respiratory conditions O 161 All other lrxsxs0 ptb„,512-320-1410 Date Post this Summary page from February 1 to April so of the year foaow,ng Mie year covered by rho fom, Reset r..t... _."D.4.f...4..oa«..-.of nt•m+u-.•-_J u.•.crap a.-•,.n,n nye,,. n kd-r, ,n•r•.car wears, -.,.t,.t t.A...1.dear nc,id a.d c.w,ptsu rd-.v.Jou nsrci.r of r(wtiww h.sac w w q,i.,eaa..d n d.aJlnuo.of f-..-lw.d,aatn a s—.ls •Id OMB—Mi-.0-,f.w h.,,.n. .•.,,•co Jtar Yew taw,ci e..w•q,4r-aaN orifi 4aa aMkn.+•<a-rt vi r,c..,snr-a/Mer OSHA Um10-f5ax..cJ A, i. nm.w n'.11ae '-,faay.-a..,.w �w w.r.r.c,e.Dt'Y.;ieD.—a•d,Muw&c dI—n.ti.rkc OSHA's Form 300A ,/:.r a„to., fat."M too""W"rr owe iom am a B"'AYear 20 . .tA.brma.n Un•aw.d.*WV p.efaq.an irew.tKsbb 2 1 Summary of Work-Related Injuries and Illnesses %W Wr.Q)M "' 't°'"`""'°"",Go A amthe "ftW°"°'"�° �_s «o•�w.nt l.wt wM your r+Puh,erp rw tw lltlo6.►Oi Re.oar s..ww...•4M w w�..�...rw... u.tw*v~tz ccwww W PI'ON".tr 00mFou"from sw.srnary a" .tor-f m-af.-r.wt.d tryv»s a."Natoz occu+so&^V 00 yw — Wr.ntmow to Mft.rna tLq tot nfr MW me C"Ir.sa ora Writ".aw scuwaw D./ba copfa wv Ma uo n" --- -- -- UWV"M Log cowl VV.Krr.,xvt.nuHt,ou mWa inr.MCI+camgarr n•.-Naw V+..'r181bu .,.� %DNa 'W"t .v0 ..eu o"WWK-s nom ,. n.q.Of w..09 h.ou noo roc Ca1.. .+roof 11' (.1000MAm..H,/.ron..saon t,v"Ms fbn w snfarole. wo.loot rWC-*N NW1hV 2 now O•@ ryrot tD tVYW.v Y.s OS/+A F omn 700 rn Its.rr." rh"vao nwe r.rdw scmt "CSnA Foran 30•a ts.ovgMnr S"29 CFR Part 1904 35-n OSHA a,0a 00pmq nm W I.-TA r am"D.+a"occ*u Prowuons b Dan Williams Company _----- A65,-h C_.ipud of Tx Mry So"mq f Sura W Ak101n _sut TX ,.r '8759 �W ffonf*t nl rut. number ur Ta)mmipba-.ruse•• 1 nal numb.,of —.._ .kvftn caw, rM Jasf r.th Job.r-ve&r•r .atw-r,rcn.wtl.bfc r. r,rt w r C 1/a...rr rr,t.,h•Yr.s L—J—, lw.,rTM rf'<� �.11f wIhM1 ..vim p 8 0 Heavy Highway Construction 1--u,W r to,di,w—t%Alt v .v L tn' ' 213731 Er"pbyrrwn rnb.n.anon rIr.ro.r•..�.�:,A .nr.� ...,+. mza wrrf.+ul J.• Tasl nuerAw or Mw of n.. he" ..,.:. .,wtr+...�.. , pr..Inwri Mlf� n'r`.M.1.'t.R fFrltrAw.. t...,,,...,.r...,«...,. .,,.+,.,... 251. Ia; p -.._ I.r�i how.. ..ANMJI.+.pt«}-..•.t....0 Slf!!:A 10 (L. Sign Mn Y.wo.w'%*Ndfialt rlw.dwomeet n.,r k'a a not Tuwl ften6v of 1 f I 1 . dw worn w fh t.•. W Q il /8 l Int.wtn V el f�IMY/"� fT 4..Jrv.nkT (] dt fionne h«• p t.n..�.�:...w•. T+k f/�/ �.,ttr�,.. .r..,...,.. p 4-512-320-1410 2/112022 ^u...s 7.r.e.w�Pqs naw swvv>r w arra b d fM taor w.�fN a..root tosoraN by ew/..... mow �-..w...T..w...ti-.........w .�...u. ...., w•.r'�-.�.....w.+.•.�w..t..r••�r.......r.'..��.M....w...uw..•M.wb. ... .. ....•r A. ..... _ .�, - ..� .....w..i.- .•��...�.a.M tir...t..r w....l• ......�Yr rsrr...... . BID FORM PROJECT NAME: CR 112 EAST SEGMENT PROJECT LOCATION: Round Rock,Texas OWNER: City of Round Rock,Texas DATE: October 10,2024 Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders,the undersigned bidder hereby proposes to do all the Work,to furnish all necessary superintendence,labor,machinery,equipment,tools,materials,insurance and miscellaneous items,to complete all the Work on which he bids as provided by the attached Bid Documents,and as shown on the plans for the construction of CR 112 EAST SEGMENT and binds himself on acceptance of this bid to execute the Agreement and bond for completing said Work within the time stated,for the following prices,to wit: Any addenda issued will be posted with the Project Manual and/or Contract Documents on the City's website at https://www.roundrocktexas.gov/businesses/solicitations/by the end of day on October 11,2024.Prior to submitting a bid,the bidder is responsible for determining if any addenda have been issued and for following any instructions in any addenda issued. Bidder acknowledges receipt of the following Addenda by listing Addendum"number"and"date". Addendum#1-October 10,2024 BASE BID BID LINE SPECIFICATION APPROX. ITEM DESCRIPTION ITEM ITEM NUMBER QUANTITY UNIT AND WRITTEN UNIT PRICE UNIT PRICE AMOUNT 1 000--001 1.00 EA VANTAGE NEXT PLATFORM(SHELF-MOUNT CCU WITH SHIP KIT) complete in place per EA for_TWELVE THOUSAND—dollars $ 12,000.00 $ 12,000.00 and ZERO cents. 2 000--002 4.00 EA VANTAGE VECTOR HYBRID complete in place per EA for SIX THOUSAND FIVE HUNDRED dollars $ 6,500.00 $ 26,000.00 and ZERO cents. 3 000--003 1.00 EA VANTAGE NEXT CAMERA complete in place per EA for ONE THOUSAND FIVE HUNDRED dollars $ 1,500.00 $ 1,500.00 and ZERO cents. 4 000--004 1.00 EA VANTAGE NEXT VIEWER AND SET UP TOOL complete in place per EA for FOUR THOUSAND dollars $ 4,000.00 $ 4,000.00 and ZERO cents. 5 000--005 1.00 EA AXIS NETWORK PTZ CAMERA complete in place per EA for_THREE THOUSAND EIGHT HUNDRED dollars $ 3,800.00 $ 3,800.00 and ZERO cents. 6 000--006 1.00 EA COMNET ETHERNET SWITCH complete in place per EA for_TWO THOUSAND SIX HUNDRED dollars $ 2,600.00 $ 2,600.00 and ZERO cents. 7 000--007 1.00 EA PEGASUS TWIST PORT RADIO 5GHZ 300MG complete in place per EA for__:TWO THOUSAND SEVEN HUNDRED_dollars $ 2,700.00 $ 2,700.00 and ZERO cents. 8 000--008 1.00 EA ANTENNA-ULTRA DISH TP400 24 DBL complete in place per EA for SEVEN HUNDRED FIFTY dollars $ 750.00 $ 750.00 and ZERO cents. 9 000--009 2.00 EA OPTICOM DETECTOR-GTT MODEL 711 (SINGLE) complete in place per EA for_ONE THOUSAND THREE HUNDRED dollars $ 1,300.00 $ 2,600.00 and ZERO cents. 10 000--010 1.00 EA OPTICOM DETECTOR-GTT MODEL 722(DUAL) complete in place per EA for_ONE THOUSAND SEVEN HUNDRED dollars $ 1,700.00 $ 1,700.00 and ZERO cents. 11 000--011 1.00 EA OPTICOM PHASE SELECTOR-GTT MODEL 764 complete in place per EA for_FOUR THOUSAND SIX HUNDRED dollars $ 4,600.00 $ 4,600.00 and ZERO cents. 12 000--012 1.00 EA OPTICOM CARD RACK-GTT MODEL 760 complete in place per EA for NINE HUNDRED—dollars $ 900.00 $ 900.00 and ZERO cents. 13 000--013 849.00 LF OPTICOM CABLE-GTT MODEL 138 complete in place per LF for TWO dollars $ 2.70 $ 2,292.30 and SEVENTY cents. 14 100-6002 53.00 STA PREPARING ROW complete in place per STA for_TEN THOUSAND FIVE HUNDRED dollars $ 10,500.00 $ 556,500.00 and ZERO cents. 15 104-6009 122.00 SY REMOVING CONC(RIPRAP) complete in place per SY for TWENTY FIVE dollars $ 25.00 $ 3,050.00 and_ZERO cents. 16 104-6015 149.00 SY REMOVING CONC(SIDEWALKS) complete in place per SY for TWENTY dollars $ 20.00 $ 2,980.00 and ZERO cents. 17 104-6022 324.00 LF REMOVING CONC(CURB AND GUTTER) complete in place per LF for TEN dollars $ 10.00 $ 3,240.00 and ZERO cents. 18 105-6011 13061.00 SY REMOVING STAB BASE AND ASPH PAV(2"-6") complete in place per SY for ONE dollars $ 1.75 $ 22,856.75 and SEVENTY FIVE cents. 19 110-6001 28668.00 CY EXCAVATION(ROADWAY) complete in place per CY for NINE dollars $ 9.00 $ 258,012.00 and ZERO cents. 20 132-6025 44142.00 CY EMBANKMENT(FINAL)(DENS CONT)(TY Cl) complete in place per CY for TWENTY ONE dollars $ 21.50 $ 949,053.00 and FIFTY cents. 21 164-6066 68325.00 SY DRILL SEEDING(PERM)(WARM OR COOL) complete in place per SY for ZERO dollars $ 0.22 $ 15,031.50 and TWENTY TWO cents. 22 164-6071 68325.00 SY BROADCAST SEED(TEMP)(WARM OR COOL) complete in place per SY for ZERO dollars $ 0.22 $ 15,031.50 and TWENTY TWO cents. 23 168-6001 685.00 MG VEGETATIVE WATERING complete in place per MG for SEVENTEEN dollars $ 17.00 $ 11,645.00 and ZERO cents. 24 247-6366 30545.00 CY FL BS(CMP IN PLC)(TY A GR 5)(FNAL POS) complete in place per CY for FORTY FOUR dollars $ 44.00 $ 1,343,980.00 and ZERO cents. 25 260-6043 1349.00 TON LIME(HYD,COM OR QK)(SLURRY) complete in place per TON for_THREE HUNDRED THREE dollars $ 303.00 $ 408,747.00 and ZERO cents. 26 260-6073 74924.00 SY LIME TRT(SUBGRADE)(8") complete in place per SY for THREE dollars $ 3.00 $ 224,772.00 and ZERO cents. 27 310-6001 14396.00 GAL PRIME COAT(MULTI OPTION) complete in place per GAL for THREE dollars $ 3.75 $ 53,985.00 and SEVENTY FIVE cents. 28 400-6005 744.00 CY CEM STABIL BKFL complete in place per CY for ONE HUNDRED EIGHTY FIVE dollars $ 185.00 $ 137,640.00 and ZERO cents. 29 402-6001 556.00 LF TRENCH EXCAVATION PROTECTION complete in place per LF for TWENTY FIVE dollars $ 25.00 $ 13,900.00 and ZERO cents. 30 403-6001 2945.00 SF TEMPORARY SPL SHORING complete in place per SF for TWENTY SEVEN dollars $ 27.50 $ 80,987.50 and FIFTY cents. 31 416-6001 132.00 LF DRILL SHAFT(18 IN) complete in place per LF for ONE HUNDRED FIFTY dollars $ 150.00 $ 19,800.00 and ZERO cents. 32 416-6003 11.00 LF DRILL SHAFT(30 IN) complete in place per LF for_FOUR HUNDRED SEVENTY FIVE dollars $ 475.00 $ 5,225.00 and ZERO cents. 33 416-6004 681.00 LF DRILL SHAFT(36 IN) complete in place per LF for_THREE HUNDRED TWENTY dollars $ 320.00 $ 217,920.00 and ZERO cents. 34 416-6006 44.00 LF DRILL SHAFT(48 IN) complete in place per LF for SIX HUNDRED EIGHTY dollars $ 680.00 $ 29,920.00 and ZERO cents. 35 416-6029 344.00 LF DRILL SHAFT(RDWY ILL POLE)(30 IN) complete in place per LF for FOUR HUNDRED TWENTY FIVE dollars $ 425.00 $ 146,200.00 and ZERO cents. 36 420-6013 142.30 CY CL C CONC(ABUT) complete in place per CY for_ONE THOUSAND dollars $ 1,000.00 $ 142,300.00 and ZERO, cents. 37 420-6029 107.50 CY CL C CONC(CAP) complete in place per CY for—ONE THOUSAND FOUR HUNDRED dollars $ 1,400.00 $ 150,500.00 and ZERO cents. 38 420-6037 24.10 CY CL C CONC(COLUMN) complete in place per CY for ONE THOUSAND FOUR HUNDRED FIFTEENdollars $ 1,415.00 $ 34,101.50 and_ZERO cents. 39 420-6066 53.00 CY CL C CONC(RAIL FOUNDATION) complete in place per CY for SIX HUNDRED FIFTY dollars $ 650.00 $ 34,450.00 and ZERO cents. 40 422-6001 18180.00 SF REINF CONC SLAB complete in place per SF for TWENTY SIX dollars $ 26.00 $ 472,680.00 and ZERO cents. 41 422-6036 265.40 CY APPROACH SLAB(MOD) complete in place per CY for SIX HUNDRED FIVE dollars $ 605.00 $ 160,567.00 and ZERO cents. 42 425-6036 2497.88 LF PRESTR CONC GIRDER(TX34) complete in place per LF for TWO HUNDRED dollars $ 200.00 $ 499,576.00 and ZERO cents. 43 432-6001 36.00 CY RIPRAP(CONC)(4 IN) complete in place per CY for SIX HUNDRED TWENTY FIVE dollars $ 625.00 $ 22,500.00 and ZERO cents. 44 432-6009 170.00 CY RIPRAP(CONC)(CL B)(4") complete in place per CY for EIGHT HUNDRED dollars $ 800.00 $ 136,000.00 and ZERO cents. 45 432-6033 2015.00 CY RIPRAP(STONE PROTECTION)(18 IN) complete in place per CY for ONE HUNDRED TWENTY FIVE—dollars $ 125.00 $ 251,875.00 and ZERO cents. 46 432-6036 1213.00 CY RIPRAP(STONE PROTECTION)(30 IN) complete in place per CY for ONE HUNDRED FORTY FIVE dollars $ 145.00 $ 175,885.00 and ZERO cents. 47 432-6045 12.00 CY RIPRAP(MOW STRIP)(4 IN) complete in place per CY forFIVE HUNDRED FIFTY dollars $ 550.00 $ 6,600.00 and ZERO cents. 48 442-6007 629.00 LB STR STEEL(MISC NON-BRIDGE) complete in place per LB for TWENTY FOUR dollars $ 24.00 $ 15,096.00 and ZERO cents. 49 450-6004 746.70 LF RAIL(TY T221) complete in place per LF for SEVENTY ONE dollars $ 71.50 $ 53,389.05 and FIFTY cents. 50 450-6030 589.70 LF RAIL(TY C221) complete in place per LF for ONE HUNDRED TWENTY dollars $ 120.00 $ 70,764.00 and ZERO cents. 51 450-6051 373.00 LF RAIL(HANDRAIL)(TY E) complete in place per LF for_ONE HUNDRED SIXTY dollars $ 160.00 $ 59,680.00 and ZERO cents. 52 450-6066 493.70 LF RAIL(TY C411)(MOD) complete in place per LF for TWO HUNDRED FIFTEEN dollars $ 215.00 $ 106,145.50 and ZERO cents. 53 454-6018 228.00 LF SEALED EXPANSION JOINT(4 IN)(SEJ-M) complete in place per LF forTWO HUNDRED TWENTY FIVE dollars $ 225.00 $ 51,300.00 and ZERO cents. 54 462-6001 52.00 LF CONC BOX CULV(3 FT X 2 FT) complete in place per LF forFOUR HUNDRED dollars $ 400.00 $ 20,800.00 and ZERO cents. 55 462-6002 276.00 LF CONC BOX CULV(3 FT X 3 FT) complete in place per LF for THREE HUNDRED SIXTY FIVE—dollars $ 365.00 $ 100,740.00 and ZERO cents. 56 462-6003 539.00 LF CONC BOX CULV(4 FT X 2 FT) complete in place per LF for THREE HUNDRED FIFTEEN dollars $ 315.00 $ 169,785.00 and ZERO cents. 57 462-6004 87.00 LF CONC BOX CULV(4 FT X 3 FT) complete in place per LF for SIX HUNDRED FIFTY dollars $ 650.00 $ 56,550.00 and ZERO cents. 58 462-6010 1280.00 LF CONC BOX CULV(6 FT X 3 FT) complete in place per LF for_SIX HUNDRED SIXTY FIVEdollars $ 665.00 $ 851,200.00 and ZERO cents. 59 462-6015 720.00 LF CONC BOX CULV(7 FT X 4 FT) complete in place per LF for EIGHT HUNDRED SEVENTY FIVE dollars $ 875.00 $ 630,000.00 and ZERO cents. 60 462-6033 892.00 LF CONC BOX CULV(10 FT X 9 FT) complete in place per LF for ONE THOUSAND SIX HUNDRED SEVENTY FIVE–dollars $ 1,675.00 $ 1,494,100.00 and ZERO cents. 61 464-6003 2365.00 LF RC PIPE(CL III)(18 IN) complete in place per LF for SEVETY TWO dollars $ 72.00 $ 170,280.00 and ZERO cents. 62 464-6005 3192.00 LF RC PIPE(CL III)(24 IN) complete in place per LF for NINETY dollars $ 90.00 $ 287,280.00 and ZERO cents. 63 464-6007 1450.00 LF RC PIPE(CL III)(30 IN) complete in place per LF for ONE HUNDRED TEN dollars $ 110.00 $ 159,500.00 and ZERO cents. 64 464-6008 798.00 LF RC PIPE(CL III)(36 IN) complete in place per LF for ONE HUNDRED FORTY FIVE dollars $ 145.00 $ 115,710.00 and ZERO cents. 65 465-4005 2.00 EA INLET(COMPL)(PCO)(4FTX5FT) complete in place per EA for—FIVE THOUSAND FIVE HUNDRED dollars $ 5,500.00 $ 11,000.00 and ZERO cents. 66 465-6005 1.00 EA JCTBOX(COMPL)(PJB)(3FTX3FT) complete in place per EA for FOUR THOUSAND FIVE HUNDRED dollars $ 4,500.00 $ 4,500.00 and ZERO cents. 67 465-6006 6.00 EA JCTBOX(COMPL)(PJB)(4FTX4FT) complete in place per EA for_FIVE THOUSAND FIVE HUNDRED–dollars $ 5,500.00 $ 33,000.00 and ZERO cents. 68 465-6009 1.00 EA JCTBOX(COMPL)(PJB)(5FTX5FT) complete in place per EA for SIX THOUSAND FIVE HUNDRED dollars $ 6,500.00 $ 6,500.00 and ZERO cents. 69 465-6013 40.00 EA INLET(COMPL)(PCO)(3FT)(NONE) complete in place per EA for FIVE THOUSAND dollars $ 5,000.00 $ 200,000.00 and ZERO cents. 70 465-6014 18.00 EA INLET(COMPL)(PCO)(3FT)(LEFT) complete in place per EA for_FIVE THOUSAND FIVE HUNDRED dollars $ 5,500.00 $ 99,000.00 and ZERO cents. 71 465-6015 16.00 EA INLET(COMPL)(PCO)(3FT)(RIGHT) complete in place per EA for FIVE THOUSAND FIVE HUNDRED dollars $ 5,500.00 $ 88,000.00 and ZERO cents. 72 465-6017 9.00 EA INLET(COMPL)(PCO)(4FT)(NONE) complete in place per EA for_SIX THOUSAND dollars $ 6,000.00 $ 54,000.00 and ZERO cents. 73 465-6018 5.00 EA INLET(COMPL)(PCO)(4FT)(LEFT) complete in place per EA for_SIX THOUSAND FIVE HUNDRED—dollars $ 6,500.00 $ 32,500.00 and ZERO cents. 74 465-6019 4.00 EA INLET(COMPL)(PCO)(4FT)(RIGHT) complete in place per EA for_SIX THOUSAND dollars $ 6,000.00 $ 24,000.00 and ZERO cents. 75 465-6025 4.00 •EA INLET(COMPL)(PCO)(6FT)(NONE) complete in place per EA for_SIX THOUSAND dollars $ 6,000.00 $ 24,000.00 and ZERO cents. 76 465-6027 4.00 EA INLET(COMPL)(PCO)(6FT)(RIGHT) complete in place per EA for_SIX THOUSAND FIVE HUNDRED dollars $ 6,500.00 $ 26,000.00 and_ZERO cents. 77 465-6033 2.00 EA INLET(COMPL)(PCU)(4FT)(NONE) complete in place per EA for SIX THOUSAND FIVE HUNDRED dollars $ 6,500.00 $ 13,000.00 and ZERO cents. 78 465-6055 1.00 EA INLET(COMPL)(PSL)(SL)(4FTX4FT) complete in place per EA for_FIVE THOUSAND dollars $ 5,000.00 $ 5,000.00 and ZERO cents. 79 465-6149 1.00 EA INLET(COMPL)(PAZD)(SL)(3FTX3FT) complete in place per EA for_FOUR THOUSAND FIVE HUNDRED dollars $ 4,500.00 $ 4,500.00 and ZERO cents. 80 465-6154 3.00 EA INLET(COMPL)(PAZD)(RC)(5FTX5FT) complete in place per EA for_SIX THOU SAND dollars $ 6,000.00 $ 18,000.00 and ZERO cents. 81 465-6233 5.00 EA INLET(COMP)(TY SIDEWALK BRIDGE) complete in place per EA for—TEN THOUSAND dollars $ 10,000.00 $ 50,000.00 and ZERO cents. 82 465-6338 5.00 EA INLET(COMPL)(ARMOR CURB SLOT) complete in place per EA for_THREE THOUSAND FIVE HUNDRED dollars $ 3,500.00 $ 17,500.00 and ZERO cents. 83 465-7012 1.00 EA JCTBOX(COMPL)(PJB)(8FTX8FT) complete in place per EA for_SEVEVTEEN THOUSAND FIVE HUNDRED dollars $ 17,500.00 $ 17,500.00 and_ZERO cents. 84 466-6172 1.00 EA WINGWALL(PW-1)(HW=11 FT) complete in place per EA for_EIGHTY FIVE THOUSAND dollars $ 85,000.00 $ 85,000.00 and ZERO cents. 85 466-6175 1.00 EA WINGWALL(PW-1)(HW=14 FT) complete in place per EA for_ONE HUNDRED FIVE THOUSAND–dollars $ 105,000.00 $ 105,000.00 and ZERO cents. 86 466-6182 1.00 EA WINGWALL(PW-1)(HW=7 FT) complete in place per EA for—THIRTY THOUSAND dollars $ 30,000.00 $ 30,000.00 and ZERO. cents. 87 466-6183 1.00 EA WINGWALL(PW-1)(HW=B FT) complete in place per EA for_THIRTY FIVE THOUSAND_dollars $ 35,000.00 $ 35,000.00 and ZERO cents. 88 467-6139 1.00 EA SET(TY 1)(S=4 FT)(HW=3 FT)(4:1)(C) complete in place per EA for_TWELVE THOUSAND dollars $ 12,000.00 $ 12,000.00 and ZERO, cents. 89 467-6250 2.00 EA SET(TY 1)(S=7 FT)(HW=5 FT)(4:1)(P) complete in place per EA for SIXTY THOUSAND_dollars $ 60,000.00 $ 120,000.00 and ZERO cents. 90 467-6419 2.00 EA SET(TY 11)(30 IN)(RCP)(4:1)(C) complete in place per EA for FIVE THOUSAND dollars $ 5,000.00 $ 10,000.00 and ZERO cents. 91 467-6420 2.00 EA SET(TY 11)(30 IN)(RCP)(4:1)(P) complete in place per EA for FOUR THOUSAND dollars $ 4,000.00 $ 8,000.00 and ZERO cents. 92 467-6450 1.00 EA SET(TY II)(36 IN)(RCP)(4:1)(C) complete in place per EA for SEVEN THOUSAND dollars $ 7,000.00 $ 7,000.00 and ZERO cents. 93 479-6001 1.00 EA ADJUSTING MANHOLES complete in place per EA for_TWO THOUSAND FIVE HUNDRED dollars $ 2,500.00 $ 2,500.00 and ZERO cents. 94 496-6004 2.00 EA REMOV STR(SET) complete in place per EA for SIX HUNDRED dollars $ 600.00 $ 1,200.00 and ZERO cents. 95 496-6005 4.00 EA REMOV STR(WINGWALL) complete in place per EA for_ONE THOUSAND SIX HUNDRED dollars $ 1,600.00 $ 6,400.00 and ZERO cents. 96 496-6007 134.00 LF REMOV STR(PIPE) complete in place per LF for—TWENTY FIVE dollars $ 25.00 $ 3,350.00 and_ZERO cents. 97 496-6008 48.00 LF REMOV STIR(BOX CULVERT) complete in place per LF for_TWO HUNDRED FIFTY dollars $ 250.00 $ 12,000.00 and ZERO cents. 98 496-6010 1.00 EA REMOV STR(BRIDGE 100-499 FT LENGTH) complete in place per EA for_FIFTY THOUSAND dollars $ 50,000.00 $ 50,000.00 and ZERO cents. 99 500-6001 1.00 LS MOBILIZATION complete in place per LS for ONE MILLION SEVEN HUNDRED FORTY $ 1,740,000.00 $ 1,740,000.00 THOUSAND dollars and ZERO cents. 100 502-6001 20.00 MO BARRICADES,SIGNS AND TRAFFIC HANDLING complete in place per MO for TEN THOUSAND dollars $ 10,000.00 $ 200,000.00 and ZERO cents. 101 506-6002 600.00 LF ROCK FILTER DAMS(INSTALL)(TY 2) complete in place per LF for FORTY dollars $ 40.00 $ 24,000.00 and ZERO cents. 102 506-6011 600.00 LF ROCK FILTER DAMS(REMOVE) complete in place per LF for FIFTEEN dollars $ 15.25 $ 9,150.00 and TWENTY FIVE cents. 103 506-6020 78.00 SY CONSTRUCTION EXITS(INSTALL)(TY 1) complete in place per SY for THIRTY TWO dollars $ 32.75 $ 2,554.50 and SEVENTY FIVE cents. 104 506-6024 78.00 SY CONSTRUCTION EXITS(REMOVE) complete in place per SY for FIFTEEN dollars $ 15.20 $ 1,185.60 and_TWENTY cents. 105 506-6038 4154.00 LF TEMP SEDMT CONT FENCE(INSTALL) complete in place per LF for FOUR dollars $ 4.00 $ 16,616.00 and ZERO cents. 106 506-6039 4154.00 LF TEMP SEDMT CONT FENCE(REMOVE) complete in place per LF for ZERO dollars $ 0.50 $ 2,077.00 and FIFTY cents. 107 506-6042 16.00 LF BIODEG EROSN CONT LOGS(INSTL)(18") complete in place per LF for TEN dollars $ 10.05 $ 160.80 and FIVE cents. 108 506-6043 1018.00 LF BIODEG EROSN CONT LOGS(REMOVE) complete in place per LF for ONE dollars $ 1.00 $ 1,018.00 and ZERO cents. 109 506-6045 1002.00 LF BIODEG EROSN CONT LOGS(INSTL)(6") complete in place per LF for SEVEN dollars $ 7.05 $ 7,064.10 and FIVE cents. 110 508-6001 1061.00 SY CONSTRUCTING DETOURS complete in place per SY for ONE HUNDRED TEN dollars $ 110.00 $ 116,710.00 and ZERO cents. 111 510-6001 192.00 HR ONE-WAY TRAF CONT(FLAGGER CONT) complete in place per HR for THIRTY dollars $ 30.00 $ 5,760.00 and ZERO cents. 112 512-6009 660.00 LF PORT CTB(FUR&INST)(LOW PROF)(TY 1) complete in place per LF for TWENTY dollars $ 20.00 $ 13,200.00 and ZERO cents. 113 512-6010 80.00 LF PORT CTB(FUR&INST)(LOW PROF)(TY 2) complete in place per LF for TWENTY dollars $ 20.00 $ 1,600.00 and ZERO cents. 114 512-6057 660.00 LF PORT CTB(REMOVE)(LOW PROF)(TY 1) complete in place per LF for TWELVE dollars $ 12.00 $ 7,920.00 and ZERO cents. 115 512-6058 80.00 LF PORT CTB(REMOVE)(LOW PROF)(TY 2) complete in place per LF for____TWELVE dollars $ 12.00 $ 960.00 and ZERO cents. 116 529-6002 195.00 LF CONC CURB(TY II) complete in place per LF for THIRTY FIVE dollars $ 35.00 $ 6,825.00 and ZERO cents. 117 529-6008 26313.00 LF CONC CURB&GUTTER(TY II) complete in place per LF for SIXTEEN dollars $ 16.50 $ 434,164.50 and FIFTY cents. 118 529-6020 28.00 LF CONC CURB&GUTTER(ARMOR CURB) complete in place per LF for—TWO HUNDRED TWENTY FIVE dollars $ 225.00 $ 6,300.00 and ZERO cents. 119 530-6004 638.00 SY DRIVEWAYS(CONC) complete in place per SY for ONE HUNDRED TEN dollars $ 110.00 $ 70,180.00 and ZERO cents. 120 531-6002 12289.00 SY CONC SIDEWALKS(5") complete in place per SY for SIXTY TWO dollars $ 62.00 $ 761,918.00 and ZERO cents. 121 531-6010 20.00 EA CURB RAMPS(TY 7) complete in place per EA for TWO THOUSAND dollars $ 2,000.00 $ 40,000.00 and ZERO cents. 122 540-6001 125.00 LF MTL W-BEAM GD FEN(TIM POST) complete in place per LF for THIRTY dollars $ 30.00 $ 3,750.00 and ZERO cents. 123 542-6001 729.00 LF REMOVE METAL BEAM GUARD FENCE complete in place per LF for THREE dollars $ 3.00 $ 2,187.00 and ZERO cents. 124 542-6002 4.00 EA REMOVE TERMINAL ANCHOR SECTION complete in place per EA forONE HUNDRED TWENTY FIVE dollars $ 125.00 $ 500.00 and ZERO cents. 125 544-6001 3.00 EA GUARDRAIL END TREATMENT(INSTALL) complete in place per EA for FOUR THOUSAND dollars $ 4,000.00 $ 12,000.00 and ZERO cents. 126 544-6003 5.00 EA GUARDRAIL END TREATMENT(REMOVE) complete in place per EA for ONE HUNDRED FIFTY FIVE dollars $ 155.00 $ 775.00 and ZERO cents. 127 610-6198 2.00 EA IN RD IL(TY SA)40B-8(250W EQ)LED complete in place per EA for FIVE THOUSAND SEVEN HUNDRED dollars $ 5,700.00 $ 11,400.00 and ZERO cents. 128 610-6214 5.00 EA IN RD IL(TY SA)40T-8(250W EQ)LED complete in place per EA for_FOUR THOUSAND SEVEN HUNDRED dollars $ 4,700.00 $ 23,500.00 and ZERO cents. 129 610-6215 38.00 EA IN RD IL(TY SA)40T-8-8(250W EQ)LED complete in place per EA for FIVE THOUSAND FIVE HUNDRED dollars $ 5,500.00 $ 209,000.00 and ZERO cents. 130 618-6046 8914.00 LF CONDT(PVC)(SCH 80)(2") complete in place per LF for SIXTEEN dollars $ 16.00 $ 142,624.00 and ZERO cents. 131 618-6049 240.00 LF CONDT(PVC)(SCH 80)(2")(CONC ENCSE) complete in place per LF for TWENTY NINE dollars $ 29.00 $ 6,960.00 and ZERO cents. 132 618-6053 1320.00 LF CONDT(PVC)(SCH 80)(3") complete in place per LF for TWENTY FIVE dollars $ 25.00 $ 33,000.00 and ZERO cents. 133 618-6054 1490.00 LF CONDT(PVC)(SCH 80)(3")(BORE) complete in place per LF for FORTY NINE dollars $ 49.00 $ 73,010.00 and ZERO cents. 134 618-6058 12728.00 LF CONDT(PVC)(SCH 80)(4") complete in place per LF for TWENTY TWO dollars $ 22.00 $ 280,016.00 and ZERO cents. 135 618-6074 462.00 LF CONDT(RM)(3") complete in place per LF for_ONE HUNDRED dollars $ 100.00 $ 46,200.00 and ZERO cents. 136 620-6007 3205.00 LF ELEC CONDR(NO.8)BARE complete in place per LF for TWO dollars $ 2.00 $ 6,410.00 and ZERO cents. 137 620-6008 2130.00 LF ELEC CONDR(NO.8)INSULATED complete in place per LF for TWO dollars $ 2.00 $ 4,260.00 and ZERO cents. 138 620-6009 11754.00 LF ELEC CONDR(NO.6)BARE complete in place per LF for TWO dollars $ 2.10 $ 24,683.40 and TEN cents. 139 620-6010 23508.00 LF ELEC CONDR(NO.6)INSULATED complete in place per LF for TWO dollars $ 2.30 $ 54,068.40 and THIRTY cents. 140 621-6002 1025.00 LF TRAY CABLE(3 CONDR)(12 AWG) complete in place per LF for TWO dollars $ 2.40 $ 2,460.00 and FORTY cents. 141 624-6001 3.00 EA GROUND BOX TY A(122311) complete in place per EA for ONE THOUSAND FOUR HUNDRED dollars $ 1,400.00 $ 4,200.00 and ZERO cents. 142 624-6002 3.00 EA GROUND BOX TY A(122311)W/APRON complete in place per EA for ONE THOUSAND SEVEN HUNDRED dollars $ 1,700.00 $ 5,100.00 and ZERO cents. 143 624-6010 37.00 EA GROUND BOX TY D(162922)W/APRON complete in place per EA for TWO THOUSAND TWO HUNDRED dollars $ 2,200.00 $ 81,400.00 and ZERO cents. 144 628-6044 2.00 EA ELC SRV TY A 240/480 060(NS)SS(E)PS(U) complete in place per EA for NINE THOUSAND EIGHT HUNDRED dollars $ 9,800.00 $ 19,600.00 and ZERO cents. 145 628-6213 1.00 EA ELC SRV TY D 120/240 100(NS)AL(E)PS(U) complete in place per EA for_SEVEN THOUSAND SIX HUNDRED dollars $ 7,600.00 $ 7,600.00 and ZERO cents. 146 644-6001 21.00 EA IN SM RD SN SUP&AM TY106WG(1)SA(P) complete in place per EA for EIGHT HUNDRED FIFTY dollars $ 850.00 $ 17,850.00 and ZERO cents. 147 644-6002 1.00 EA IN SM RD SN SUP&AM TYtOBWG(1)SA(P-BM) complete in place per EA for ONE THOUSAND FIFTY dollars $ 1,050.00 $ 1,050.00 and ZERO cents. 148 644-6004 14.00 EA IN SM RD SN SUP&AM TY10BWG(1)SA(T) complete in place per EA for NINE HUNDRED FIFTY dollars $ 950.00 $ 13,300.00 and ZERO cents. 149 644-6007 1.00 EA IN SM RD SN SUP&AM TY10BWG(1)SA(U) complete in place per EA for NINE HUNDRED FIFTY dollars $ 950.00 $ 950.00 and ZERO cents. 150 644-6028 3.00 EA IN SM RD SN SUP&AM TYS80(1)SA(P-BM) complete in place per EA for NINE HUNDRED FIFTY dollars $ 950.00 $ 2,850.00 and ZERO cents. 151 644-6038 2.00 EA IN SM RD SN SUP&AM TYS80(1)SA(U-EXAL) complete in place per EA for ONE THOUSAND TWO HUNDRED $ 1,250.00 $ 2,500.00 FIFTY dollars and ZERO cents. 152 644-6076 4.00 EA REMOVE SM RD SN SUPBAM complete in place per EA for ONE HUNDRED FIFTY dollars $ 150.00 $ 600.00 and ZERO cents. 153 658-6053 2.00 EA INSTL OM ASSM(OM-3L)(TWT)GND complete in place per EA for TWO HUNDRED FIFTY dollars $ 250.00 $ 500.00 and ZERO cents. 154 658-6057 4.00 EA INSTL OM ASSM(OM-3R)(TWT)GND complete in place per EA for TWO HUNDRED FIFTY dollars $ 250.00 $ 1,000.00 and ZERO cents. 155 658-6062 5.00 EA INSTL DEL ASSM(D-SW)SZ 1(BRF)GF2(BI) complete in place per EA for FORTY dollars $ 40.50 $ 202.50 and FIFTY cents. 156 658-6069 6.00 EA INSTL DEL ASSM(D-SW)SZ (BRF)CTB(BR) complete in place per EA for SEVETEEN dollars $ 17.25 $ 103.50 and TWENTY FIVE cents. 157 658-6071 6.00 EA INSTL DEL ASSM(D-SY)SZ (BRF)CTB(BI) complete in place per EA for TWENTY ONE dollars $ 21.25 $ 127.50 and TWENTY FIVE cents. 158 658-6078 16.00 EA INSTL OM ASSM(OM-4)(TWT)WAS complete in place per EA for ONE HUNDRED FIFTY dollars $ 150.00 $ 2,400.00 and ZERO cents. 159 662-6060 6570.00 LF WK ZN PAV MRK REMOV(W)4"(BRK) complete in place per LF for ONE dollars $ 1.50 $ 9,855.00 and FIFTY cents. 160 662-6063 4545.00 LF WK ZN PAV MRK REMOV(W)4"(SLD) complete in place per LF for ONE dollars $ 1.50 $ 6,817.50 and FIFTY cents. 161 662-6075 310.00 LF WK ZN PAV MRK REMOV(W)24"(SLD) complete in place per LF for TWELVE dollars $ 12.00 $ 3,720.00 and ZERO cents. 162 662-6093 2460.00 LF WK ZN PAV MRK REMOV(Y)4"(BRK) complete in place per LF for ONE dollars $ 1.75 $ 4,305.00 and SEVENTY FIVE cents. 163 662-6095 14571.00 LF WK ZN PAV MRK REMOV(Y)4"(SLD) complete in place per LF for ONE dollars $ 1.20 $ 17,485.20 and TWENTY cents. 164 666-6030 180.00 LF REFL PAV MRK TY I(W)8"(DOT)(100MIL) complete in place per LF for TWO dollars $ 2.35 $ 423.00 and THIRTY FIVE cents. 165 666-6036 4808.00 LF REFL PAV MRK TY I(W)8"(SLD)(100MIL) complete in place per LF for ONE dollars $ 1.45 $ 6,971.60 and_FORTY FIVE cents. 166 666-6042 443.00 LF REFL PAV MRK TY I(W)12"(SLD)(100MIL) complete in place per LF for SIX dollars $ 6.50 $ 2,879.50 and FIFTY cents. 167 666-6048 1325.00 LF REFL PAV MRK TY I(W)24"(SLD)(100MIL) complete in place per LF for THIRTEEN dollars $ 13.00 $ 17,225.00 and ZERO cents. 168 666-6054 21.00 EA REFL PAV MRK TY I(W)(ARROW)(100MIL) complete in place per EA for_TWO HUNDRED FORTY FIVE dollars $ 245.00 $ 5,145.00 and ZERO cents. 169 666-6063 4.00 EA REFL PAV MRK TY I(W)(UTURN ARW)(100MIL) complete in place per EA for SIX HUNDRED TWENTY dollars $ 620.00 $ 2,480.00 and ZERO cents. 170 666-6078 25.00 EA REFL PAV MRK TY I(W)(WORD)(100MIL) complete in place per EA for THREE HUNDRED FIVE dollars $ 305.00 $ 7,625.00 and ZERO cents. 171 666-6167 240.00 LF REFL PAV MRK TY II(W)4"(BRK) complete in place per LF for FOUR dollars $ 4.00 $ 960.00 and ZERO cents. 172 666-6178 680.00 LF REFL PAV MRK TY II(W)8"(SLD) complete in place per LF for FIVE dollars $ 5.00 $ 3,400.00 and ZERO cents. 173 666-6182 228.00 LF REFL PAV MRK TY II(W)24"(SLD) complete in place per LF for SIX dollars $ 6.00 $ 1,368.00 and ZERO cents. 174 666-6184 4.00 EA REFL PAV MRK TY 11(W)(ARROW) complete in place per EA for ONE HUNDRED FORTY dollars $ 140.00 $ 560.00 and ZERO cents. 175 666-6192 4.00 EA REFL PAV MRK TY 11(W)(WORD) complete in place per EA for ONE HUNDRED FIFTY dollars $ 150.00 $ 600.00 and ZERO cents. 176 666-6300 6366.00 LF RE PM W/RET REQ TY I(W)4"(BRK)(100MIL) complete in place per LF for ZERO dollars $ 0.60 $ 3,819.60 and SIXTY cents. 177 666-6303 592.00 LF RE PM W/RET REQ TY I(W)4"(SLD)(100MIL) complete in place per LF for ZERO dollars $ 0.65 $ 384.80 and SIXTY FIVE cents. 178 666-6315 2682.00 LF RE PM W/RET REQ TY I(Y)4"(SLD)(100MIL) complete in place per LF for ZERO dollars $ 0.60 $ 1,609.20 and SIXTY cents. 179 672-6007 50.00 EA REFL PAV MRKR TY I-C complete in place per EA for EIGHT dollars $ 8.20 $ 410.00 and TWENTY cents. 180 672-6009 134.00 EA REFL PAV MRKR TY II-A-A complete in place per EA for EIGHT dollars $ 8.20 $ 1,098.80 and TWENTY cents. 181 672-6010 518.00 EA REFL PAV MRKR TY II-C-R complete in place per EA for EIGHT dollars $ 8.20 $ 4,247.60 and TWENTY cents. 182 677-6001 3176.00 LF ELIM EXT PAV MRK&MRKS(4") complete in place per LF for ONE dollars $ 1.00 $ 3,176.00 and ZERO cents. 183 677-6003 11.00 LF ELIM EXT PAV MRK&MRKS(8") complete in place per LF for THREE dollars $ 3.80 $ 41.80 and_EIGHTY cents. 184 677-6005 165.00 LF ELIM EXT PAV MRK&MRKS(12") complete in place per LF for SIX dollars $ 6.40 $ 1,056.00 and FORTY cents. 185 677-6008 4.00 EA ELIM EXT PAV MRK&MRKS(ARROW) complete in place per EA for ONE HUNDRED dollars $ 100.00 $ 400.00 and ZERO cents. 186 677-6012 4.00 EA ELIM EXT PAV MRK&MRKS(WORD) complete in place per EA for ONE HUNDRED FIFTEEN dollars $ 115.00 $ 460.00 and ZERO cents. 187 678-6001 2000.00 LF PAV SURF PREP FOR MRK(4") complete in place per LF for ZERO dollars $ 0.65 $ 1,300.00 and SIXTY FIVE cents. 188 678-6004 680.00 LF PAV SURF PREP FOR MRK(8") complete in place per LF for ONE dollars $ 1.90 $ 1,292.00 and NINETY cents. 189 678-6008 228.00 LF PAV SURF PREP FOR MRK(24") complete in place per LF for THREE dollars $ 3.20 $ 729.60 and TWENTY cents. 190 678-6009 4.00 EA PAV SURF PREP FOR MRK(ARROW) complete in place per EA for FIFTY dollars $ 50.00 $ 200.00 and ZERO cents. 191 678-6016 4.00 EA PAV SURF PREP FOR MRK(WORD) complete in place per EA for SIXTY dollars $ 60.00 $ 240.00 and ZERO cents. 192 680-6002 1.00 EA INSTALL HWY TRF SIG(ISOLATED) complete in place per EA for_THIRTY FIVE THOUSAND dollars $ 35,000.00 $ 35,000.00 and ZERO cents. 193 682-6001 11.00 EA VEH SIG SEC(12")LED(GRN) complete in place per EA for—THREE HUNDRED EIGHTY dollars $ 380.00 $ 4,180.00 and ZERO cents. 194 682-6002 6.00 EA VEH SIG SEC(12")LED(GRN ARW) complete in place per EA for_THREE HUNDRED EIGHTY dollars $ 380.00 $ 2,280.00 and ZERO cents. 195 682-6003 11.00 EA VEH SIG SEC(12")LED(YEL) complete in place per EA for_THREE HUNDRED EIGHTY dollars $ 380.00 $ 4,180.00 and ZERO cents. 196 682-6004 10.00 EA VEH SIG SEC(12")LED(YEL ARW) complete in place per EA forTHREE HUNDRED EIGHTY dollars $ 380.00 $ 3,800.00 and ZERO cents. 197 682-6005 11.00 EA VEH SIG SEC(12")LED(RED) complete in place per EA forTHREE HUNDRED EIGHTY dollars $ 380.00 $ 4,180.00 and ZERO cents. 198 682-6006 4.00 EA VEH SIG SEC(12")LED(RED ARW) complete in place per EA for_THREE HUNDRED EIGHTY dollars $ 380.00 $ 1,520.00 and ZERO cents. 199 682-6018 8.00 EA PED SIG SEC(LED)(COUNTDOWN) complete in place per EA for_NINE HUNDRED SIXTY dollars $ 960.00 $ 7,680.00 and ZERO cents. 200 682-6054 9.00 EA BACKPLATE W/REF BRDR(3 SEC)(VENT)ALUM complete in place per EA for_ONE HUNDRED EIGHTY dollars $ 180.00 $ 1,620.00 and ZERO cents. 201 682-6055 4.00 EA BACKPLATE W/REF BRDR(4 SEC)(VENT)ALUM complete in place per EA for_TWO HUNDRED FIFTY dollars $ 250.00 $ 1,000.00 and ZERO cents. 202 682-6056 2.00 EA BACKPLATE W/REF BRDR(5 SEC)(VENT)ALUM complete in place per EA for TWO HUNDRED SIXTY dollars $ 260.00 $ 520.00 and ZERO cents. 203 684-6031 343.00 LF TRF SIG CBL(TY A)(14 AWG)(5 CONDR) complete in place per LF for TWO dollars $ 2.40 $ 823.20 and FORTY cents. 204 684-6033 2751.00 LF TRF SIG CBL(TY A)(14 AWG)(7 CONDR) complete in place per LF for TWO dollars $ 2.85 $ 7,840.35 and EIGHTY FIVE cents. 205 684-6046 1105.00 LF TRF SIG CBL(TY A)(14 AWG)(20 CONDR) complete in place per LF for SEVEN dollars $ 7.00 $ 7,735.00 and ZERO cents. 206 684-6080 2435.00 LF TRF SIG CBL(TY C)(14 AWG)(2 CONDR) complete in place per LF for ONE dollars $ 1.80 $ 4,383.00 and EIGHTY cents. 207 686-6036 1.00 EA INS TRF SIG PL AM(S)1 ARM(32')LUM&ILSN complete in place per EA for_TWENTY THOUSAND dollars $ 20,000.00 $ 20,000.00 and ZERO cents. 208 686-6048 1.00 EA INS TRF SIG PL AM(S)1 ARM(44')LUM&ILSN complete in place per EA for—TWENTY FIVE THOUSAND dollars $ 25,000.00 $ 25,000.00 and ZERO cents. 209 686-6064 1.00 EA INS TRF SIG PL AM(S)1 ARM(60')LUM&ILSN complete in place per EA for THRITY SEVEN THOUSAND FIVE HUNDRED—dollars $ 37,500.00 $ 37,500.00 and ZERO cents. 210 686-6068 1.00 EA INS TRF SIG PL AM(S)1 ARM(65')LUM&ILSN complete in place per EA for FORTY THOUSAND dollars $ 40,000.00 $ 40,000.00 and ZERO cents. 211 687-6001 7.00 EA PED POLE ASSEMBLY complete in place per EA for SIX THOUSAND dollars $ 6,000.00 $ 42,000.00 and ZERO cents. 212 688-6001 8.00 EA PED DETECT PUSH BUTTON(APS) complete in place per EA for ONE THOUSAND dollars $ 1,000.00 $ 8,000.00 and ZERO cents. 213 688-6003 1.00 EA PED DETECTOR CONTROLLER UNIT complete in place per EA for_THREE THOUSAND SIX HUNDRED dollars $ 3,600.00 $ 3,600.00 and ZERO cents. 214 3076-6001 14516.00 TON D-GR HMA TY-B PG64-22 complete in place per TON for ONE HUNDRED FIVE dollars $ 105.00 $ 1,524,180.00 and ZERO cents. 215 3076-6025 7259.00 TON D-GR HMA TY-C SAC-B PG70-22 complete in place per TON for_ONE HUNDRED THIRTY FIVE dollars $ 135.00 $ 979,965.00 and ZERO cents. 216 3076-6066 6310.00 GAL TACK COAT complete in place per GAL for THREE dollars $ 3.50 $ 22,085.00 and FIFTY cents. 217 6004-6031 1641.00 LF ITS COM CBL(ETHERNET) complete in place per LF for ONE dollars $ 1.45 $ 2,379.45 and FORTY FIVE cents. 218 6058-6001 1.00 EA BBU SYSTEM(EXTERNAL BATT CABINET) complete in place per EA for EIGHT THOUSAND EIGHT HUNDRED dollars $ 8,800.00 $ 8,800.00 and ZERO cents. 219 6120-6001 304.00 LF DEAD END ROADWAY BARRICADE complete in place per LF for FORTY dollars $ 40.00 $ 12,160.00 and ZERO cents. 220 6505-6003 4.00 EA ILSN(8D) complete in place per EA for FOUR THOUSAND dollars $ 4,000.00 $ 16,000.00 and ZERO cents. 221 CORR-001 26327.00 LF VERTICAL MOISTURE BARRIER complete in place per LF for TWO dollars $ 2.00 $ 52,654.00 and ZERO cents. 222 CORR-002 74924.00 SY GEOGRID BASE REINFORCEMENT(TX-5) complete in place per SY for TWO dollars $ 2.70 $ 202,294.80 and SEVENTY cents. 223 CORR-505S-B 542.00 LF ENCASEMENT PIPE 30"DIA.,TYPE STEEL complete in place per LF for_FOUR HUNDRED FIFTEEN dollars $ 415.00 $ 224,930.00 and ZERO cents. 224 CORR-510-AW 162.00 LF PIPE,16"DIA.DI(ALL DEPTHS),INCLUDING EXCAVATION AND BACKFILL complete in place per LF for_FOUR HUNDRED SIXTY FIVE dollars $ 465.00 $ 75,330.00 and ZERO cents. 225 CORR-510-JW 1.00 EA WET CONNECTIONS,24"X 16"DIA. complete in place per EA for FIFTEEN THOUSAND dollars $ 15,000.00 $ 15,000.00 and ZERO cents. 226 CORR-510-KW 1.00 TON DUCTILE IRON FITTINGS 4"THROUGH 24" complete in place per TON for—TWENTY SEVEN THOUSAND FIVE HUNDRED—dollars $ 27,500.00 $ 27,500.00 and ZERO cents. 227 CORR-511-A 1.00 EA VALVES,GATE VALVES,16"DIA. complete in place per EA for TWENTY THOUSAND dollars $ 20,000.00 $ 20,000.00 and ZERO cents. 228 CORR-511-D 1.00 EA DEAD END DRAIN VALVE complete in place per EA for SEVEN THOUSAND FIVE HUNDRED dollars $ 7,500.00 $ 7,500.00 and ZERO cents. TOTAL BASE BID:Items 1 thru 228 $20,434,128.40 TWENTY MILLION FOUR HUNDRED THIRTY FOUR THOUSAND ONE HUNDRED TWENTY EIGHT DOLLARS AND FORTY CENTS. Materials: $7,472,000.00 All Other Charges: $12,962,128.40 *Total $20,434,128.40 *Note:This total must be the same amount as shown above for"Total Base Bid" 1 j If this bid is accepted,the undersigned agrees to execute the Agreement and provide necessary bonds and insurance certification as per the Instructions to Bidders. The undersigned certifies that the bid prices contained in the bid have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities or technicalities. R 'lly Smitted, Signature 9050 N.Capital of Texas Highway Building 3 Suite 380 Steve Cardwell Austin,TX 78759 Print Name Address Vice President 512-320-1410 Title Telephone Dan Williams Company Name of Firm . n October 15,2024 Date Secretary,i idder is a Corporation 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 oa')!(�l�ft�Ll/l in the year 20� BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Dan Williams Company ("Contractor") 9050 N.Capital of TX Hwy,Bldg.3,Ste 380 Austin,TX 78759 The Project is described as: CR 112 EAST SEGMENT FROM CR 117 TO CR 110 The Engineer is: HDR Engineering,Inc. 710 Hesters Crossing,Suite 150 Round Rock,Texas 78681 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged,Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and other Conditions),Drawings,Specifications,Addenda issued prior to execution of this Agreement,other documents listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are as fully a part of the Contract as if attached to this Agreement or repeated herein.The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements, either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 4-2020 Page 1 of 5 Standard Form of Agreement 00443647 ARTICLE 3 DATE OF COMMENCEMENT;DATE OF SUBSTANTIAL COMPLETION;DATE OF FINAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner. 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 3.3 Contractor shall commence Work within Ten ( 10 ) calendar days from the date delineated in the Notice to Proceed. 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than N/A (N/A )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than Five Hundred Sixteen 516 )calendar days from issuance by Owner of Notice to Proceed,subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement,Contractor shall pay to Owner,as liquidated damages, the sum of One Thousand and No/100 Dollars($ 1,000.00 ) for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement and is not a penalty. It is agreed that the harm that would be caused by such failure, which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work(or any portion thereof)is not achieved on or before thirty(30)days after the date(s) specified for Substantial Completion in the Agreement, the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation, the recovery of actual damages. The date(s) specified for Substantial Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than Five Hundred Twenty-Eight (_j28 )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 million four hundred thirty-four thousand one hundred twenty-eight dollars and forty cents ($20,434.128.40 ),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 .If yes,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 42020 Page 3 of 5 Standard Form of Agreement 00443647 6.2 The Work may be suspended by Owner as provided in Article 15 of the General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor,as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. 7.1.3 The Supplementary,Special,and other Conditions of the Contract are those contained in the Project Manual dated SEPTEMBER 2024 . 7.1.4 The Specifications are those contained in the Project Manual dated SEPTEMBER 2024 7.1.5 The Drawings, if any,are those contained in the Project Manual dated SEPTEMBER 2024 . 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated SEPTEMBER 2024 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated SEPTEMBER 2024 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Forms 03000,"Federally Required Contract Clauses,as modified. 7.1.9 Other documents, if any,forming part of the Contract Documents are as follows: Al/A 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: ��`� GA� b 1e�I(1 tilt . 21 .323`1 �b5tt�lr�lGt�n(car�ur�d truc k to aS.aoy 8.3 Contractor's representative is: l u h CWavaSovi 2 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 INTRACTOR 11_ CITY OF OUND RO ,TEXAS 1 4�a �O►ti '^� l s Printed Name:,,,,__ rr __ V rinted Name: (C'� lM� Title r Title: /Q I`'e 1/ y�T Date Signed: �ZI19 2� Date Signed: Z ATM City C erk FOR CITY,APPROVED AS TO FORM: Ity A orney 00500 4-2020 Page 5 of 5 Standard Form of Agreement 00443647 Bond No.46BCSJF0960 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Dan Williams Company , of the City of Austin , Countv of Travis , and State of Texas , as Principal, and Hartford Fire Insurance Company authorized under the law of the State of Texas to act as surety on bonds for principals,are held and firmly bound unto the CITY OF ROUND ROCK,TEXAS (Owner), in the penal sum of Twenty million four hundred thirty-four thousand one hundred twenty-eight dollars&forty cents Dollars ($20,434,128.40 ) 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 Prin ipal has entered into a certain written Agreement with the Owner dated the /9 day of IkdokM ,20-?-Yto which the Agreement is hereby referred to and made a part hereof as fdTfy and to the same extent as if copied at length herein consisting of- CR fCR 112 EAST SEGMENT FROM CR 117 TO CR 110 NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Agreement, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of,the Principal in performing the Work covered by said Agreement and occurring within a period of twelve (12) months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed,then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00610 4-2020 Performance Bond 00443639 PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond,and it does hereby waive notice of any such change,extension of time,alteration or addition to the terms of the Agreement,or to the work to be performed thereunder. If Principal fails to faithfully perform said Agreement, Surety, after receipt of written notice of Principal's default,shall perform all of Principal's duties and obligations under the Agreement. If within ten (10) days after receipt of such notice from Owner, Surety does not commence to complete the obligations of Principal with a contractor acceptable to Owner and diligently complete the performance of the Principal's duties and obligations, Owner shall have the right but not the obligation to have the duties and obligations of Principal performed. In such event, Surety shall pay to Owner, upon demand,all costs,expenses and damages sustained by Owner as a result of Principal's failure to perform its duties and obligations under the Agreement up to the $20,434,128.40 sum of this Performance Bond, plus all costs and expenses, including attorney's fees and expert and consultant fees incurred by Owner to enforce its rights under this Performance Bond. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this Y day of iO-e�C e- id-,he--- , 2019-1. Dan Williams Company Hartford Fire Insurance Company Pri j al Surety Stacy Owens Printed • me/ Printed Name By ( f G By: Title: Title: Attorney-in-Fact Address: 9050 N.Capital of Texas Hwy,Bldg 3,Ste.380 Address: One Hartford Plaza Austin,TX 78759 Hartford,CT 06155-0001 sident Agent of Surety: Signature Stacy Owens Printed Name 2800 North Loop West,Suite 1100 Street Address Houston,TX 77092 City, State&Zip Code Page 2 00610 4-2020 Performance Bond 00443639 Bond No.46BCSJF0960 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Dan Williams Company , of the City of Austin , County of Travis . and State of Texas , as Principal, and Hartford Fire insurance company authorized under the laws of the State of Texas to act as Suretv on Bonds for Principals,are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Twenty million four hundred thirty-four thousand one hundred twenty-eight dollars and forty cents Dollars($ 20,434,128.40 )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 Prigcipal has entered into a certain written Agreement with the Owner,dated the /9 day off,ffqA lid , 20o 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 o£ CR 112 EAST SEGMENT FROM CR 117 TO CR 110 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts,work,labor,equipment,supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER,that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00620 042020 Payment Bond 00437699 PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect its obligation on this bond,and it does hereby waive notice of any such change,extension of time,alteration or addition to the terms of the contract,or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Princi al and Surety have signed and sealed this Instrument this q � day of c 202Y. Dan Williams Company Hartford Fire Insurance Company Pri1 1 Surety `y)� - �,1 L" 'w.S Stacy Owens Printed a Printed Name By: G By: IU Tits Title: Attomey-in-Fa Address: 9050 N.Capital of Texas Hwy,Bldg 3,Ste.380 Address: one Hartford Plaza Austin,TX 78759 Hartford,CT 06155-0001 R sident Agent of Surety: a oil ignature Stacy Owens Printed Name 2800 North Loop West,Suite 1100 Street Address Houston,TX 77092 City, State&Zip Code Page 2 006201-2020 Payment Bond 00090656 Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY BONnectic One Hartford Plaza Hartford,Connecticut 06155 Bond.C[aims0thehartford.com call:888-266-3488 or fax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: BOWEN MICLETTE & BRITT INS AGY LLC Agency Code: 46-504809, 61-613558, 21-225344 Hartford Fire Insurance Company, a corporation duly organized under the laws ofthe State of Connecticut Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut O Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut O Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited : James J. Drew of Maitland FL, Stacey Bosley, Ashley Britt, Robert C. Davis, Will Duke, Rita G. Gulizo, Lacey Hitchcock, Nikole Jeannette, Barry K. McCord, David T. Miclette, Robert M. Overbey, Jr. , Stacy Owens, Jennifer Mitchell, Lucas Lomax, Norma Toups of Fort Smith AR, Houston TX and New Orleans LA their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. i M � �M► ���.nurna'`� 4%&*% 1 a 7 L t D 71• ; 1471 r �• Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly swom,did depose and say:that (s)he resides in Seminole County,State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. f1 `. Jessica Ciccone My Commission HH 122280 Expires June 20,2025 1,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of Signed and sealed in Lake Mary, Florida r Wry •pals., '� ,�"`m�. `� .;::•.n..p;`' ♦vas ? ,/■1 t /�� "s y �•• � M.M•• '" •MuM• tY79� �ta7�� 4 19t1 • �.•..�Pl +moi•�, � � • •htwM• .�. Keith D.Dozois.Assistant Vice President THE HARTFORD Claims Inquiries Notice Hartford Fire Insurance Company Twin City Insurance Company Hartford Casualty Insurance Company Hartford Insurance Company of Illinois Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest Hartford Underwriters Insurance Company Hartford Insurance Company of the Southwest Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford' s underwriting companies to the following: Phone Number: 888-266-3488 Fax— Claims 860-757-5835 or 860-221-3965 E-mail bond.claimsna,thehartford.com Mailing Address The Hartford BOND, T-4 One Hartford Plaza Hartford, CT 06155 Claims Inquiries Notice 2003 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toll-free telephone number for information or to make a complaint at: 1-800-451-6944 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.go PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ./TX427S-1. DATE(MMIDD/YYVY) A`OR" CERTIFICATE OF LIABILITY INSURANCE E(MMI DIY 024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Bowen, Miclette& Britt Insurance Agency, LLC NAME: Sara Montoya PHONE 713-880-7100 FAX 2800 North Loop West, Suite 1100 (AIC,No)_713-880-7166 Houston TX 77092 E-MAIL smontoya@bmbinc.com INSURER(S) AFFORDING COVERAGE NAIC# INSURER A:Zurich American Ins Co 16535 INSURED DANWILLIAM INSURER B Dan Williams Company — 9050 N. Capital of Texas Highway INSURER C: Building 3, Suite 380 INSURER D: _ Austin TX 78759 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:418720812 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 L, , ADDL SUBR POLICY NUMBER MM/DIDIYYYY MMIDD/YYYY EFF i TYPE OF INSURANCE LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y GL0292496104 4/12024 4/1/2025 EACH OCCURRENCE E 1,000,000DAMAGE TO _ CLAIMS-MADE I X OCCUR PREMISES(EaENTED occurrence) $300,000 MED EXP(Any one person) $10.000 PERSONAL&ADV INJURY $1,000,000 _ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY JE� LOC PRODUCTS-COM P/OPAGG $2,000,000 _ OTHERE A AUTOMOBILE LIABILITY Y Y BAP292496204 4/12024 4/12025 COMBINED SINGLE LIMIT Ea accident $1.000.000 X ANY AUTO BODILY INJURY(Per person) S ALL OWNED accident Per INJURY SCHEDULED BODILY RY $ AUTOS AUTOS ( ) X HIRED AUTOS X NON-OWNED accid en HIRED - - a X $ — UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESS LAB CLAIMS-MADE AGGREGATE $ DED RETENTIONS $ A WORKERS COMPENSATION Y WC292496004 4/12024 4/12025 X STATUTE OERH AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? NIA _ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under -- DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) The following policy provisions and/or endorsements form part of the policies of insurance represented by this certificate of insurance. The terms contained in the policies and/or endorsements supersede the representations made herein. Electronic copies of the policy provisions and/or endorsements listed below are available by emailing the Contact Person Shown Above. General Liability: Blanket additional insured Ongoing Operations per form#U-GL-2162-A CW(02/19) Blanket additional insured Completed Operations per form#U-GL-2162-A CW(02/19) Blanket waiver of subrogation per form#U-GL-925-B CW(12/01) See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Round Rock, Texas 221 East Main Street Round Rock TX 78664 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: DANWILLIAM _ LOC#: AC"" ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Bowen,Miclette&Britt Insurance Agency,LLC Dan Williams Company 9050 N.Capital of Texas Highway POLICY NUMBER Building 3,Suite 380 Austin TX 78759 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Blanket primary/non-contributory per form#U-GL-2162-A CW(02/19) Automobile: Blanket additional insured per form#U-CA-424-H CW(10/21) Blanket waiver of subrogation per form#U-CA-424-H CW(10/21) Blanket primary/non-contributory per form#U-CA-424-H CW(10/21) Worker's Compensation: Blanket waiver of subrogation per form#WC 00 03 13; WC 42 03 04 B Blanket alternate employer per form#WC 00 03 01 Project: CR 112 East ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD