Loading...
Contract - Cash Construction Company, Inc - 2/13/2025 CITY OF ROUND ROCK BID COPY/ORIGINAL TRANSPORTATION DEPARTMENT ROUND ROCK TEXAS Project Manual For: Chisholm Trail South Improvements (Old Town) LIMITS: SAM BASS RD. TO RM 620 November 25, 2024 SPS�'oF'TF"F1�1 ANDREA .BRYANT Prepared By: ........................... .p , 120424 ,•�� 11/2 D24U U.N0,2FREESE ' NICHOLS APPROVED BY CITY ATTORNEY V j,S—` 0 Z3 TBPE Firm Registration No F-2144 00500 AGREEMENT CCASH CONSTRUCTION BASIC INFORMATION 1.1 Name of organization: Cash Construction Company, Inc. 1.2 Address of principal office: 217 Kingston Lacy Boulevard, Pflugerville, Texas 78660 1.3 Telephone number and facsimile number of principal office: 512-251-7872 1.4 Form of business organization: C Corporation 1.5 Year founded: 1981 1.6 Individual named as primary contact: Cristina Martinka 512-771-0909 CASH CONSTRUCTION I STATEMENT OF QUALIFICATIONS CAS H CONSTRUCTION ORGANIZATION 2.1 How many years has your organization been in business in construction in its current capacity?43 years How many years has your organization been in business under its present name?28 years 2.2 Under what other former names has your organization ever operated? Cash Construction Company, Ltd.,CCC of Texas,Ltd. 2.3 If your organization is a corporation, answer the following: (a) date and state of incorporation and(b) names and titles of all corporate officers. (a)February 26, 1996, Texas (b) Troy Gjerde-Senior Vice President of Operations,H.H. Dickehut,III(Trey)-Vice President of Estimating, Rob Bottcher-President 2.4 If your organization is a partnership, answer the following: (a) date of organization; (b) type of partnership (if applicable); and(c)the names of all general partner(s). N/A 2.5 If your organization is individually owned, answer the following: (a) date of organization and(b)name of owner. N/A 2.6 If the form of your organization is other than those listed above: (a) describe it and(b) name the appropriate owners, officers, principals, etc. N/A 2.7 Is your organization authorized to do business in Texas? YES CASH CONSTRUCTION I STATEMENT OF QUALIFICATIONS CCASH CONSTRUCTION EXPERIENCE 3.1 Attach a list of all projects your organization is currently constructing: SEE NEXT TWO PAGES CASH CONSTRUCTION I STATEMENT OF QUALIFICATIONS 3.1 FINAL PROJECT NAME/PROJECT DESCRIPTION OWNER DESIGNER/CONSTRUCTION MANAGER CONTRACT COMPLETION STATUS AMOUNT Parkside-Round Rock Interconnect anization:ON of Geo etown Texas O anization:CDM Smith $7,861,970.00 95% Waterline Contact Name and Title:David Harzog Contact Name and Title:Ran it Gu'a Contact Tele hone:512-930-6576 Contact Tele hone:512-652-5339 Contact Email:David.Herzogifteorgetown.om Contact Email:qu art cdmsmith.com Loyola Landing Water&Wastewater Im rovem encs Organizatio,Blackburn Construction Inc. Organization:TRE&Associates.LLC $2,599,257.50 92% Water&Wastewater Contact Name and Title:Gary Daily Contact Name and Title:Nadia Ganser Contact Tele hone:469-855-0208 Contact Telephone:512-358-0049 Contact Email: dail blackbum rou .net Contact Email:n anser [r-en .com Heritage Offsite Effluent Line Stage II ImprovementsOrganization:M/I Homes of Austin LLC O anization:Kimle-Hom and Associates Inc. 3 929 939.46 74% Effluent Line Contact Name and Title:William Van Brunt Contact Name and Ttlw Sarah Starke Contact Tele hone:512-979-7472 Contact Telephone 512-617-8504 Contact Email:wvaribri.intiSinnihomes.com Contact Email:Sarah.Starke kimle-hom.com Package 3:South Lake 42'Finished Water Line anization:City of Georgetown.Texas O anization:CDM Smith $9,028.201.25 0% Waterline Contact Name and Tlle:David Herzoq Contact Name and Title:Ana Karannalegos Contact Telephone:512-930-6576 Contact Tele hone:512-346-1100 Contact Email:DaNd.Herzeo etown.o Contact Email:KAramale osAM cdmsmith.com Woodfield Preserve Offsite Wastewater ImprovementsOrganization:Lennnar Homes of Teras Land and Construction,Ltd O anization:LJA Engineering,Inc. $3,325,442.50 30% Offsite Wastewater Contact Name and Title:Mia Senato Contact Name and Title:Justin Midure Contact Telephone 737-325-7997 Contact Tele hone:512-971-7693 Contact Email:mia.semato lennar.com Contact Email:imidura Iia.com Gattis School Road-Seamert 3 Organizatio,City of Round Rock.Texas Organization:Rodriquez Transportation Gmup $26.735,973.35 1% Road Reconstruction Contact Name and Title:Bill Stablein Contact Name and Title:Robed Canllo Contact Tele hone:512-801-0456 Contact Tele hone:512-231-9544 Contact Email:bstablem roundrocktexas.ov Contact Email:rcanllo n-texas.com River Bridge Ranch Orcianizationi Lennnar Homes of Teras Land and Construction Ltd Orcianizatio,LJA Engineering.Inc. $7,571.566.25 10% Offsite Waterline,Force Main Lift Station Contact Name and Title:David Clear Contact Name and Title:Lauren Crone Contact Telephone:210-792-5021 Contact Telephone:512-971-7693 Contact Email:david.clear lennar.com Contact Email:Icmne 14a.com Leander LiIf Station Improvements&Gravity Relief Main Organization7 City of Leander.Texas Organization:George Butler Associates.Inc. $7,506,794.00 2% Lift Station. Gramty Relief Main Contact Name and Title:Roman Poud al Contact Name and Title:Kevin Taylor Contact Telephone:512-259-2640 Contact Tele hone:404-808-0611 Contact Email:R u al leanderbc ov Contact Email:ktaorgftbateam.com S aceX Plaza Site UtilitiesOrganization:5 ace Exploration Technologies Co Organization:Space Egiloration Technologies Corp. $2.716.706.50 78% Site Utilities Contact Name and Title:Pat Hessenius Contact Name and Title:Pat Hessenius Contact Tele hone:215-771-0135 Contact Tele hone:215-771-0135 Contact Email:Patrick.Hessenius s acex.com Contact Email:Pathck.Hessenius s acex.com Package 4:South Lake 42'Finished Water Line Organizatio,Cry of Geometown,Texas Organization:CDM Smith $16.332.842.00 0% Water Line Contact Name and Tile:David Herzoq.Proiect Manaqer Contact Name and Title:Ana Karamalegos.PE Contact Telephone 512-930-6576 Contact Tele hone:512-346-1100 Contact Email:Damd.HerzoqAqeorqetown,orq Contact Email:kammal osam cdmsmith.com Addie's Pointe anization:HK Baugh Ranch.LLC Organization:LJA Engineering,Inc. $7.867.438.00 1% Water&Sewer.Force Main&Lift Station Contact Name and Title:Mark Sparrow Contact Name and Title:Lauren Crone.P.E. Contact Tele hone:512-971-7693 Contact Telephone:512-971-7693 Contact Email:m5 arrow hkredevelo ment.com Contact Email:(crone lia.com Williamson Creek Phase 1 anization:City of Austin Organization!Halff Associates Inc.Firm#312 $2.253.322.00 0 Water Wastewater Storm Roadway Improvements Contact Name and Title:Laurie The in Pro'ect Manager Contact Name and Title:Andy Dutton PE Contact Tele hone:512-767-5135 Contact Telephone:512-777-4584 Contact Email:Laune.Ther ri austintexas.ov Contact Email:adutton halff.com Johnny Moms/H. 290 Area Water Line ExtenstionsOrganization:City of Austin Organization:CAS Consulting En ineem.Inc. 1.929.742.00 0 Water Line Extension Contact Name and Title:Claudia Cometti PM Contact Name and Title:Thomas Rohlack PE Contact Tele hone:512-5894423 Contact Tele hone:512-461-4331 Contact Email Claudia.cometti austintexas.ov Contact Email:Thomas.Rohlack casen ineem.com S ace-X Phase II Utilities Im rovement anization:Space E (oration Technologies Cono. O anization:Space E loration Technologies Corp. 2% Contact Name and Title:Zane Sterling Contact Name and Title:Zane Sterling Contact Tele hone:646-866-0798 Contact Telephone:646-866-4798 Contact Email:zane.stedin s acex.com Contact Email:zane.stedin s acex.com W atemrest Road Reconstruction anization:Ci of Killeen O anization:K.Fnese&Associates.LLC $11.242,337.65 2% Contact Name and Title:Donald Wetzel Contact Name and Title:Charles Vamashiro Contact Telephone:254-616-3176 1 Contact Telephone:281-810-1435 3.1 FINAL PROJECT NAME/PROJECT DESCRIPTION OWNER DESIGNER/CONSTRUCTION MANAGER CONTRACT COMPLETION STATUS AMOUNT Williamson Creek Trunk Sewer Phase II&IIIanization:Ci of Temple.Teras O anization:Clark Associates PLLC 5.434 837.94 97% Sewer Im rovements Contact Name and Title:Sharon Sesler.Senior Protect En ineer Contact Name and Title:Dana Reid Contact Telephone:254-298-5152 Contact Tele hone:254-913-1684 Contact Email:ssesler tem letx ov Contact Email:DReid clari assoc,com Packa a 2:South Lake Finished Water Line anization:City of Georgetown,Texas O anization:CDM Smith 5 028 877.00 95% W atedine ntact Name and Title:David H rz Contact Name and Title:Ana Karamale o P Contact Tele hone:512-930-6576 Contact Tele hone:512-346-1100 Contact Email:David.Herz eo etown. Gontad Email:karamale osam cdmsmith.com MUD 12 Lift Station Im rovements&12'Force Main anization:Ci of LibertyHill O anization:St er Biaell 2.945.100.87 98% Lift Station&Force Main Contact Name and Title:JayHolmes Public Works Manager Contact Nam a ' Title:Aaron Laughlin,P.E. Contact Telephone:512-778-5449 Contact Tele hone:512-930-9412 Contact Errail:+hoImes(&.hbertyhiIItxQov Contact Email:alau hlin ste erten—IL com Corridor H/Sam Bass Road anization:Williamson Coun Teas Organization HNTB Corporation 33.952.973.34 51% Street&Utili Contact Name and Title:Oscar Salazar-Bueno.PE Contact Name and Title.Oscar Salazar-Bueno PE Contact Tele hone:512-527-6734 Contact Telephone 512-527-6734 Contact Email:osalazarbueno HNTB.com Contact Email:osalazarbueno HNTB.com Crosswinds Phase 68 anization:Pulte Homes of Texas L.P. Or anization:Carlson Bn ance&Doenn Inc. S4.868.778.2597% Street&UtilityContact Name and Title:Ste hen Ashlock Contact Name and Title:Patnck Sullivan P.E. Contact Telephone:512-532-3355 Contact Tele hone:512-280-5160 Contact Email:ste heo_ashlock ult rou .com Contact Emailpatrick(Mcbdeng com Oltorl Reclaimed Water Main Ph 1 anization:Citv of Austro Texas Organization:CAS Con ultin &Services ! $7.078.455.667 Water Main Contact Name and Title:Lisa Whitworth Prosect Mana er Contact Name and Title:Thomas Rohlack P. . Contact Tele hone:512-968132 Contact Tele hone:512-4614331 Contact Email:Lisa.Whilworth austlntexas. ov Contact Email:Thomas.Rohlack cases ineers.com Ranchettes 2&3 Central Drainage Pro act Organization,Ciity of Cedar Park Texas Organization.Quiddity Engineering,LLC $6,471,299.76 98% Dmma a Contact Name and Title:Massa McKni ht M Contact Name and Title:Jeff Haeber.P.E..CFM 64 Contact Tele hone:512401-53Contact Telephone 512441-9493 Contact Email:Mansa MnKniQh%&cedarparktems.qov Contact Email.haeberCciiQuiddity.com Sunfield Phase 5 Section 5&6 Utilities Improvements Orcianization,Sunfield Development,LLC Or anization:Kimle-Hom and Associates Inc. $7,069,956.10 92% Utilities Contact Name and Title: Ryan Burkhardt Mana er Contad Name and Tihe:Ben Williams P.E. Contact Tele hone:972-380-5900 Contact Tele hone:737-241-9084 Contact Email:rburkhardt scarborou hlanedevelo ment com Contad Email:ben williams kimle-homcom Monarch Ranch at Manor Phase 1&Offsite W&WW anization:Monarch Ranch at Manor LLC Or anization:Jamison Civil En ineenn LLC 10.316.502.33 80% Water&Wastewater Contact Name and Title:Rick Hanna Contact Name and Title:Richard Michalka Contact Tele hone:512401-3205 Contact Tele hone:737-484-0887 Contact Email:rhannardblackbumGMUD.net Contact Email:nchard iamisonen .com Can n Ranch Ph 1 and RLS#1 8 FM Or anization:LGI Homes-Texas LLC Or anization:Pa e-Dawson En losers Inc. $14 115.004 44 92% Street Utill Lift Station Force Main Contact Name and Title:Chuck Birt Contact Name and Title:Jennifer Franklin Contact Tele hone:281-362-8998 Contact Tele hone:512-454-8711 Contact Email:cbirtihomes corn Contact Email:,Franklin a e-dawson.com Double Ea le Ranch Section SB anization:Menta a Homes of Texas LLC O anization:Casson Bn ance 8 Doenn Inc. 6 709 973.30 7 Double Ea le Ranch Section 58 Bnd a-GADCO Contact Name and Title:David Trueblood Conlact Name and Title:Brendan McEntee Street Utdi Lift Station and Bnd a Contact Tele hone:512-739-2838 ContactTele hone:512-599-0592 Contact Email:david.trueblood menta eh mes. m Con..Email:bmcentee cbden .com Sunfield Phase 4 Section 3B&3COrganization:Sunfield Devalo ant LLC O anization:Kimle-Hom and Associates Inc. $4,743,961.40 % Street&Utili Contact Name and Title:Mike Francis Contact Name and TRIe:Ben W illiams Contact Tele hone:832-382-3773 Contact Tele hone:737-241-9084 Contact Email:mfrancis scarbomu hlanedevelo ment.com Contact Email:benwilliams kimle-hcm com Oltorf Street Reclaimed Water Main Phase 2 anization:City of Austin Texas Or anization:K Friese&Associates 10 401 106.15 19% Water Main Contact Name and Title:Lisa W hitworth Prosect Mana er Contact Name and Title: a e Mu h P. . ntact Tele hone:512-974-5615 Contact Tele hone:512-338-1704 Contact Email:Lisa.Whitworth austinteras. ov Contact Email:DMu h kfnese.com Georgetown South Lake WTP anization:PLW Waterworks LLC O anaafion:CDM Smits $1.673.343.157 Water Treatment Plant Contact Name and Title:John Mu h Pro ect Mana er Contad Name and Title:Raoit Gu a Contact Tele hone:908-310-5496 Contad Tele hone:512-652-5339 Contact Email:JmumhvODiwus.com Contact Email: a art cdmsmlth.com Thunder Rock Phase 2A anization:MM Marble Falls 1070 LLC Or anization Peloton Land olutions Inc. 14 260 043. Excavation Wet Utilities Pavin slat[Name and Title:Will Romo Contact Name and Title:Will mo Contact Tele hone:972-971-1867 Contad Tele hone:972-971-1867 Contact Email 'Il n Email will m CCASH CONSTRUCTION RELEVANT WORK EXPERIENCE - I 3.2 Attach a list of 3-5 major projects similar in size, scope and complexity to the project constructed by your organization over the preceding five year period. (a) Project Name/Owner: Bud Stockton Extension, Williamson County, Texas (b) Location: Jarrell,Texas (c) Project Description: Extension of a two-lane undivided road with shoulders and turn lanes from FM 487 to CR 305. Improvements also include grading, drainage improvements, flex driveways, and reconstruction of portions of the existing roadway, FM 487, and CR 305.base, HMAC, pavement markings. (d) Contract Amount: $5,917,275.00 (e) Original amount: $5,917,275.00 Final amount: $5,758,045.62 Explain increase/decrease: deductive change order (f) Start date: February 2023 Completion date: September 2023 Original Final completion date: August 2023 Original Construction Schedule Duration: 180 days (g) Owner Name: Williamson County, Texas Contact Person: Robert Daigh, P.E. Contact Information: Telephone: 512-943-3330, Email: bdaigh@wilco.org (h) Name of Design Engineer: Pape-Dawson Engineers, Inc. Contact Person: Dennis Seal, P.E. Contact Information: Telephone: 512-454-8711, Email: dseal@pape-dawson.com (i) Name of Contractor's Project Manager: Ty Egbert Name of Contractor's Superintendent: Jason Snyder CAW CONRTRT if TTONI I CTATFMFNT OF 01 IAT TFICATTCINS CCASH CONSTRUCTION RELEVANT WORK EXPERIENCE -2 (a) Project Name/Owner: Anderson Mill Road Phase 2, City of Cedar Park, Texas (b) Location: Cedar Park,Texas (c) Project Description: Widening from a two-lane roadway to a four-lane roadway consisting of grading, paving, curb & gutter, drainage improvements, signage, signal modifications, mill & overlay and pavement markings. (d) Contract Amount: $7,742,054.00 (e) Original amount: $7,742,054.00 Final amount: $9,410,475.36 Explain increase/decrease: added traffic signal, irrigation repairs, crosswalk,tree removal, change of precast inlets to cast in place (f) Start date: January 2023 Completion date: December 2023 Original Final completion date: March 2024 (including additional days from change orders) Original Construction Schedule Duration: 340 days (g) Owner Name: City of Cedar Park, Texas Contact Person: Chris Brickey, Project Manager Contact Information: Telephone: 512-401-5351, Email: Chris.Brickey@cedarparktexas.gov (h) Name of Design Engineer: Kimley-Horn and Associates, Inc. Contact Person: Austin Helton, P.E. Contact Information: Telephone: 512-418-1771, Email: austin.helton@kimley-horn.com (i) Name of Contractor's Project Manager: Robert Short Name of Contractor's Superintendent: Jorge Rodriguez CASH CnNSTRI ICTION I STATF.MF.NT OF 01 IALIFICATInNS CCASH CONSTRUCTION RELEVANT WORK EXPERIENCE -3 (a) Project Name/Owner: Lehman Road Widening, City of Kyle,Texas (b) Location: Kyle,Texas (c) Project Description: Reconstruction and widening of an existing two-lane roadway,a bridge over Plum Creek,culvert structure improvements, a 30-in wastewater line, 12-in reclaimed signing,pavement marking and traffic signals for approximately 8,580 linear feet of roadway,storm drain improvements, pavement improvements, curb and gutter, pedestrian improvements,water line, illumination,grading, markings. (d) Contract Amount: $6,473,326.00 (e) Original amount: $6,473,326.00 Final amount: $115,138.44 Explain increase/decrease: eliminated lime subgrade (f) Start date: December 2018 Completion date: February 2020 Original Final completion date: January 2020 Original Construction Schedule Duration: 426 calendar days (g) Owner Name: City of Kyle, Texas Contact Person: Jo Ann Garcia,P.E. Contact Information: Telephone: 512-262-3949, Email:jgarcia@cityofkyle.com (h) Name of Design Engineer: HDR Engineering,Inc Contact Person: Allen R. Crozier, P.E. Contact Information: Telephone: 512-214-6153,Email: allen.crozier@gmail.com (i) Name of Contractor's Project Manager: Karl Sonntag Name of Contractor's Superintendent: Armando Maldonado !'A CTJ rV%XTQTDT Tf rYnXT I CT A rCL.TCATr/-IC!%T T A T TCTO A rWMIC CCASH CONSTRUCTION EXPERIENCE 3.3 List the categories of work that your organization normally performs with its own forces. On this project, do you propose to do any work with your own forces?If so,please describe what work you plan to self-perform. Cash Construction typically self-performs a comprehensive range of construction activities, including SWPPP implementation for environmental compliance, initial site clearing and layout, precise excavation and embankment work, controlled demolition, rock trenching, installation and maintenance of water and wastewater systems, management of drainage and ponds, subgrade preparation, geogrid application for soil stabilization, and the use of lime cement stabilization techniques. We also handle the installation of flexible base materials and HMAC for road and pavement construction, ensuring rigorous quality control and efficient project management throughout. For this project, Cash Construction shall self-perform the following scopes of work: • Removal of sidewalks, driveways, curbs, and asphalt pavement. • Excavation, embankment, and grading. • Installation of storm drains, inlets, and manholes. • Installation, relocation, and removal of concrete barriers. • Removal of fencing. • Saw cutting of existing pavement. • Adjustment of manholes and valve boxes. rAU-1 r(INQTRITrTTON]I CTATFMFNT(1F Of I A I IFTrATIOM(Z CCASH CONSTRUCTION EXPERIENCE 3.4 List any subcontractors in which your organization has some ownership and list the categories of work those subcontractors normally perform. NOT APPLICABLE 3.5 Describe yours or your organization's familiarity working with similar materials and vendors such as the ones described within the plan set. Per your experience, identify any problems or constraints you may experience when working with these materials. Cash Construction is well-versed in the materials required for this project. Our teams handle substantial quantities of C900 PVC pipe, reinforced concrete pipe, SDR-26 PVC pipe, steel casing pipe, gate valves, fire hydrants, ductile iron fittings,precast concrete structures, castings, ready-mix concrete, and pipe bedding on an annual basis. We understand the impact that long lead times and material price fluctuations can have on project timelines and budgets. As a result,we carefully select suppliers based on their expertise,reliability, and alignment with the specific needs of each project. Our focus is on providing the best value and likelihood of success,rather than simply opting for the lowest-cost option. We prioritize long-term relationships with trusted partners, many of whom we have worked with for over 20 years. These established partnerships are integral to ensuring successful project outcomes, from securing contracts to maintaining the highest standards of quality, safety, and on-time completion. At this time,we do not anticipate any issues or delays related to the procurement or installation of the materials required for this project. CASH CONSTRUCTION I STATEMENT OF OUALIFICATIONS CAS H CONSTRUCTION EXPERIENCE 3.6 Describe your organization's experience working and constructing within high pedestrian and vehicular trafficked areas such as downtowns. Identify problems and constraints experiences, and how your organization overcame complications. Example 1: Bud Stockton Extension,Williamson County, Texas The Bud Stockton Extension project involved the expansion of a two-lane undivided roadway, including the addition of shoulders and turn lanes. The project required a phased closure of FM 487, which was completed in two phases, as well as a full closure of CR 305. To ensure safe traffic flow around the work zone, a 5-mile detour was implemented during the closure of CR 305. Example 2: Anderson Mill Road Phase 2, City of Cedar Park, Texas The Anderson Mill Road Phase 2 project involved widening an existing two-lane roadway to a four-lane configuration. To minimize traffic disruption, the project was executed in two phases,which included the phased closure of multiple active intersections. Example 3: Lehman Road Widening, City of Kyle, Texas The Lehman Road Widening project involved the reconstruction and expansion of an existing two-lane roadway. The project was completed in five phases, with each phase incorporating multiple steps to ensure continuous access to existing driveways. Example 4: Corridor H/Sam Bass Road (Ongoing) The Corridor H/ Sam Bass Road Project involves the reconstruction of Sam Bass Road into a three-lane roadway, featuring a continuous center turn lane, shoulders, and a shared-use path for cyclists and pedestrians. Spanning 2.6 miles,the project requires extensive traffic control measures to ensure safety and minimize disruptions to traffic flow. The Cash Construction team has developed a revised traffic control plan that reduced the number of required phases, allowing the project to be completed in a shorter timeframe. rAQUi rt1M4ZT1?TT1`T1n\f I QTATT:hdRUT 11T.nTTAT TFT1 ATTr'AMQ CCASH CONSTRUCTION CLAIMS AND SUITS 3.7 Claims and Suits:If the answer to any of the questions in Paragraph 3.5 below is "yes",please attach full details. 3.7.1 Has your organization ever failed to complete any work awarded to it? (Your answer to this question must include any matters involving your organization and its officers or principals in their current or any past positions) NO 3.7.2 Are there any pending or outstanding judgements? NO 3.7.3 Are there any pending or outstanding claims? NO 3.7.4 Are there any pending or outstanding arbitration proceedings? NO 3.7.5 Are there any pending or outstanding lawsuits? NO 3.7.6 Within the preceding five years, has your organization filed any lawsuits or requested arbitration with regard to any construction contract? YES, SEE NEXT PAGE FOR DETAILS 3.7.7 Within the preceding five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? NO CASH CONSTRUCTION I STATF.MFNT OF nUALIFTCATIONS CCASH CONSTRUCTION CLAIMS AND SUITS Cash endeavors to avoid claims and litigation whenever possible, considering these options to be a last resort only. It is always our goal to partner closely with clients to solve issues in the most efficient and economical way possible. In the last 10+years, Cash has had only one project that ended in a disparate claim requiring arbitration or litigation: Project: City of Pflugerville—Weiss Lane Start Date:03/2017 End Date: 01/2020 Dispute Resolution: 12/2021 Narrative: Cash submitted a claim on the Weiss Lane project due to issues the City faced with easement acquisition and utility relocations. The project was started prior to resolving these issues which prevented Cash from being able to construct the project as originally designed and bid. Cash offered to demobilize while the issues were resolved but was directed by the City to remain on the project, thus incurring additional costs. Cash submitted a reasonable change order/claim to recover documented additional costs. At the completion of the project,the City rejected the claim, thus proceeding to arbitration and subsequently to litigation. Ultimately both the arbiter and judge agreed that Cash had incurred undue costs. rA444 r0M(ZTRTTCT1C)N I CTATPXAP TT nP(1TTAT TPICATI(11VQ CAS H CONSTRUCTION SAFETY 3.8 Describe your firm's job site safety program for this project and specific safety policies in which each employee must comply. At Cash Construction, safety is our top priority, reflected in our strong commitment to maintaining safe work environments. We believe in preventing every incident through rigorous safety practices that integrate seamlessly into our operations. Commitment to Safety Cash Construction fosters a culture of safety across all levels of our organization. Our management team allocates significant resources and support to uphold stringent safety standards, consistently surpassing industry benchmarks and earning recognition from peers and clients. Key Components of Our Safety Program 1. Pre-Task Planning(PTP): Before starting any task, our teams conduct thorough pre-task planning to identify hazards and devise effective mitigation strategies, ensuring safety at every project phase. 2. Job Hazard Analysis (JHA): We perform detailed evaluations for all tasks to pinpoint hazards and implement necessary controls, minimizing risks and enhancing safety. 3. Behavior-Based Safety(BBS): Through observation and feedback, we cultivate safe behaviors among our workforce, empowering them to prioritize safety in their daily activities. 4. Safety Leadership Training: Our supervisors and managers undergo specialized training to lead by example, communicate safety protocols effectively, and respond to emergencies promptly. 5. Site-Specific Safety Plans(SSSP): Each project is supported by a tailored safety plan addressing specific hazards and regulations, ensuring safety measures are customized. 6. Stretch and Flex Program: To prevent injuries, we implement daily stretching exercises for flexibility and injury prevention among employees. 7. Operator Training and Certification: Rigorous training ensures our equipment operators maintain proficiency in safe operation practices. 8. Toolbox Talks: Regular discussions reinforce safety practices and encourage open communication among employees. CASH CONSTRUCTION I STATEMENT OF OUALIFICATIONS CAS H CONSTRUCTION SAFETY 9. Incident Investigation: Thorough investigations help us learn from incidents and improve safety protocols continuously. 10. Personal Protective Equipment(PPE): We enforce strict PPE requirements to protect employees from workplace hazards. 11. Subcontractor Management: We hold our subcontractors to the same high safety standards as our employees. Subcontractors are required to adhere to our safety policies and participate in our safety training programs. Success in Implementing Effective Safety Programs: Our comprehensive safety program has yielded impressive results. Cash Construction boasts an industry- leading safety rating, with metrics such as our Total Recordable Incident Rate (TRIR) and Experience Modification Rate(EMR) consistently outperforming industry averages. Our commitment to safety has been recognized through numerous safety awards and commendations from industry organizations and clients. Cash Construction's unwavering commitment to safety is at the core of our operations. Through rigorous training,proactive planning, and continuous improvement, we have established a robust safety program that protects our employees, clients, and communities. We are dedicated to maintaining and enhancing our safety performance, ensuring that safety remains our top priority on every project. 3.8.1 Provide a summary of your OSHA 200/300 logs for the last three years. Our safety performance over the past five years is summarized in the table below:: Year TRIR EMR 2023 0.00 0.72 2022 0.52 0.63 2021 1.87 0.63 2020 1.52 0.71 2019 1.23 0.71 2018 1.39 0.82 CARN row.VTRT jrT1nN I CTATFMFNT OF MAI.mrATIONR CCASH CONSTRUCTION PROPOSED PERSONNEL 4.1 Personnel: Identify the specific Project Manager(s) and Job Site Superintendent(s) who would work on this project. If any of these individuals will not be assigned on a full-time basis to this project, identify those individuals and describe their other responsibilities. Attach a resume with their city of residence listed and list of references with phone numbers, for each individual identified. The identified Project Manager(s) and Job Site Superintendent(s) shall be assigned to the project through final completion of the project. Project Manager: Hunter Driskell Superintendent: Joe Moreno General Superintendent/QA Manager: Jarrid Bosh Director of Environmental Health and Safety: Matt Shearer CASH CnNSTRI TCTInN I STATEMENT OF 01 IALIFICATInNS C We Build With EXCELLENCE Andre Tornatore w Project Manager II Andre joined the Cash team in 2024 and quickly established himself as a highly impactful Project Manager,drawing on his extensive EDUCATION experience and proven track record of success.With over 11 years in Bachelor of Science,Industrial ro ect management,he has refined his ability to oversee and deliver Engineering,Texas A&M University, p � g � t3' 2013 large-scale projects across various industries. Known for his leadership,strategic thinking,and unwavering commitment to excellence,Andre is skilled in managing complex projects from start YEARS OF EXPERIENCE to finish. He excels in fostering strong,long-lasting client 11 Total(> 1 with Cash) relationships,consistently ensuring the delivery of high-quality projects on time and within budget. REGISTRATIONS& Focused on driving production,enforcing rigorous safety protocols, CERTIFICATIONS managing budgets,and leading cross-functional teams,Andre ensures OSHA 30 maximum project efficiency while maintaining the highest standards OSHA 10 of quality.His ability to navigate complex project demands has resulted in the successful completion of numerous large-scale WORK HISTORY initiatives.Andre's strong planning and communication abilities have Cash Construction Company,Inc. been key to building positive,collaborative relationships with (2024-Present) municipalities and key stakeholders,ensuring alignment and smooth Copasa Inc. coordination throughout each project.His proactive approach and (2022-2024) dedication to excellence have been central to the successful execution Bridges&Roads LLC of projects that reflect his leadership and expertise. (2020-2021) Hellas Construction Skilled in industry tools such as AutoCAD,Bluebeam,and Procore, (2019-2020) Andre streamlines workflows,optimizes scheduling,and drives the Zachry Construction Corporation success of large-scale projects.His leadership and problem-solving (2013-2016) skills continue to set a high standard for project delivery. Currently based in Austin,Texas,Andre remains an invaluable asset to the REFERENCES team. Name: Victor Vargas RELEVANT PROTECT EXPERIENCE Title: Senior Construction Manager Organization: HNTB Project Cost Phone: 512-636-8607 Travis County State Loop 360 $75,000,000 Email: mvargasl990@gmail.com RM 620 Roundabout $28,000,000 Name: Lee Denney SH 288 Brazoria County Expressway $98,000,000 Title: Superintendent SH 99 Grand Parkway: Segments F-1,F-2,and G $1,100,000,000 Organization: Copasa Inc Phone: 512-525-3181 Email: leedenneyl969@gmail.com C We Build With EXCELLENCE Hunter Driskell 4 Project Manager II Hunter is a seasoned professional with extensive experience spanning over five years in the construction industry. He holds a Bachelor of EDUCATION Science Degree in Construction Science from Texas A&M Bachelor of Science, Construction University,where he excelled both academically and professionally. Science,Texas A&M University 2019 During his academic tenure,Hunter completed a pivotal internship with the Jimmy Evans Company,gaining invaluable insights into both administrative and field operations within underground utility YEARS OF EXPERIENCE construction.. 5 Total(5 with Cash) Hunter seamlessly transitioned into the role of Assistant Project Manager at Cash Construction post-graduation, excelling in REGISTRATIONS& responsibilities. In 2022,Hunter was promoted to Project Manager,a CERTIFICATIONS testament to his exceptional performance and leadership skills. In this OSHA 30 elevated role,he continues to excel in overseeing project timelines, budgets, and quality control measures,playing a crucial part in the WORK HISTORY successful execution of large-scale infrastructure projects. Cash Construction Company, Inc. Hunter develops detailed project plans and timelines to ensure (2019-Present) Jim Evans Company deadlines are met. He manages budgets,conducts regular reviews, (Intern 2018) and identifies cost-saving measures while maintaining quality.As the main point of contact for stakeholders,he provides updates,addresses concerns,and builds trust through transparent communication. REFERENCES Name: Tracy Cooper Through his dedication and expertise,Hunter has become a pivotal Title: Inspector figure in the company, consistently delivering results that exceed Organization: HNTB expectations while upholding high standards of safety and quality. Phone: 512-608-7468 Email: tcooper@hntb.com Relevant Project Experience Name: Phong Do Title: Project Manager Organization: Vision 360 Project Cost Phone: 512-289-4279 Saddleback at Santa Rita $9,082,081.13 Email: phong@vision360dev.com Main Lift Station $9,286,059.00 Highlands North $10,738,698.00 Sam Bass Road $36,145,959.00 C We Build With EXCELLENCE Jose Moreno Senior Superintendent Jose brings nearly two decades of extensive experience in civil contracting,with over 12 years specifically dedicated to his role as a EDUCATION Superintendent. He began his career as a pipe layer at Aqua Tech General Education Diploma, Underground,where he quickly advanced through various positions, Val Verde Community College,2001 including operator and foreman, showcasing his proactive leadership abilities and unwavering commitment to professional development.. YEARS OF EXPERIENCE During his tenure at Renegade Construction,Jose refined his skills 20 Total(2 with Cash) and transitioned into the Superintendent role,discovering a true passion for team management and the complexities of utility project REGISTRATIONS& delivery. Over the past twelve years, he has successfully overseen a CERTIFICATIONS diverse array of projects, consistently prioritizing safety, quality, OSHA-30 Hour Certification and adherence to established timelines and budgets. His expertise in OSHA- 10 Hour Certification coordinating with cross-functional teams and stakeholders has been Work Zone Traffic Control instrumental in achieving project objectives and enhancing overall Confined Space Competent Person operational efficiency. Trench Safety Competent Person First Aid/CPR/AED Certified Since joining Cash in 2022,Jose has taken on the responsibilities of a Senior Superintendent,leading other superintendents and serving as a WORK HISTORY touchstone of knowledge and experience within the organization. His Cash Construction Company, Inc. leadership fosters a culture of collaboration and continuous (2022-Present) improvement, empowering his teams to excel in their roles. Jose is MGC Contractors recognized not only for his strong work ethic and positive demeanor (2021-2022) but also for his ability to mentor and develop future leaders in the Jordan Foster industry. (2019-2021) Renegade Construction Joe's focus on cultivating talent and his commitment to best (2013-2019) practices in utility management have made him an invaluable asset to Aqua Tech Underground Cash. (2004-2013) REFERENCES Re levant Project Experience Name:Zeke Greer Title: Senior Project Manager Project Cost Organization: Renegade Construction Phone: 575-430-9990 Parkside Round Rock Interconnect $7,179,720.00 Email: zekegreer@hotmail.com Goodwin Lane Water Main $9,063,771.08 Hutto Transmission&Distribution WL $5,311,980.48 Name: Jeremy McGarvey Title: Vice President Package 2,31 and 4 South Lake Water Line $30,389,000.00 Organization: Renegade Construction FM 1960 $70,042,726.00 Phone: 575-549-3890 IH-10 Austin County $279,088,659.00 Email:j.mcgarvey@renegadeconstruction.com We Build With EXCELLENCE r .. Jarrid Bosh r _ General Superintendent/ Quality Control Manager » EDUCATION Jarrid brings over 25 years of extensive experience to the Paul V Moore High School construction industry, including a distinguished tenure as General Superintendent and Quality Control Manager at Cash YEARS OF EXPERIENCE Construction. In these roles, he is responsible for the 12 Total(5 with Cash) comprehensive oversight of site superintendents, subcontractors, and on-site workforce. His duties encompass administering REGISTRATIONS& contract scopes, ensuring adherence to quality standards, and CERTIFICATIONS upholding rigorous safety protocols. OSHA Certification-10 hours Jarrid's extensive expertise in project planning,budgeting, and Excavation&Trench Safety supervisory field roles has proven invaluable. He excels in Fall Protection managing crews, subcontractors, and resources while CPR/First Aid Certified meticulously overseeing project schedules to ensure timely and successful completions. His stringent work ethic and dedication WORK HISTORY to on-time delivery are matched by his commitment to staying Cash Construction Company, Inc. current with the latest industry developments. (2021-Present) Jarrid's unwavering commitment to producing high-quality Webber,LLC 020) H(2014-2014-2 results and his esteemed reputation among colleagues and clients underscore his integral role in Cash Construction's aydoBuilding Corporation. 2014) continued success. His proactive approach and dedication not only enhance project outcomes but also contribute significantly to the company's esteemed standing in the industry. REFERENCES Name: Mason Keel Title: Area Manager Organization: Webber Phone: 832-940-5795 Email: mason.keel@wwebber.com Name: Josh Goyne Title: COO Organization: Urban Infrastructure Phone: 214-846-0802 Email: Josh.Goyne@urbaninfra.com C We Build With EXCELLENCE Matthew Shearer Director of Environmental Health & Safety Matthew boasts over twelve years of distinguished experience EDUCATION in safety and environmental health with aroven track record Bachelor of Science Degree in Safety p &Environmental Management of national award-winning performance in safety management. Slippery Rock University,2012 His career is marked by numerous certifications and roles with leading energy and power corporations.Notably,he earned the prestigious National Electrical Contractors Association(NECA) YEARS OF EXPERIENCE Safety Excellence Award in 2014 and the National Safety 12 Total(5 with Cash) Council (NSC)Perfect Safety Record Award in 2017. Since joining Cash Construction in 2019,Matthew has been REGISTRATIONS & instrumental in advancing the company's safety protocols. He CERTIFICATIONS oversees comprehensive safety training programs, conducts Certified Safety Professional regular and rigorous jobsite inspections, and maintains Associate Safety Professional meticulous and up-to-date records. His expertise extends to the Construction Health&Safety Technician Certification successful development and implementation of safety training OSHA-30 Hour Certification and mentoring programs, as well as conducting thousands of American Red Cross First Aid thorough safety audits. Certification CPR Certification Matthew has established a highly respected record-keeping AED Certification system and serves as a key advisor to executive management, Certified Asbestos Inspector providing strategic recommendations to enhance safety Hazwoper 40 Hour practices across the organization. His unwavering commitment Forklift Certified Trainer to safety and environmental health continues to be a cornerstone Crane Certified Trainer,Forklift of Cash Construction's operations, contributing significantly to Certified Trainer a culture of safety and operational excellence. WORK HISTORY Cash Construction Company, Inc. REFERENCES (2019-Present) Name:Jesse Belleard Wanzek Construction Title: Safety Manager (2018-2019) Organization: Energy Erectors Knolls Atomic Power Laboratory Phone: 518-727-3328 BHI Energy (2015-2018) Email: Jesse.Belleard@mastec.com Pro Safety Techs LLC Name:Aron Hijar (2013-2015) Title: Senior Safety Manager Trinity Industries Organization: HDR (2012-2013) Phone: (714) 861-9409 General Electric Email: Calirangerl73@yahoo.com (2011-2012) Aramark (2010-2011)) CCASH CONSTRUCTION PROPOSED PERSONNEL 4.2 Has this team worked together on previous projects? Were these projects successful?List the projects. The project team has a proven track record of successful collaborations, having worked together on several noteworthy projects, including: • Wilco Cross Culverts • Highlands North Master Planned Development • Double Eagle Phase 4 • Cottonmouth Creek Wastewater Interceptor • Bella Fortuna Wastewater Interceptor • Cottonwood Creek Wastewater Interceptor • Arista Leander • Corridor H/ Sam Bass Road 4.3 Subcontractors:Identify the specific subcontracting organizations who would perform any portion of work on this project, besides the general contractor. SEE FOLLOWING TABLE 4.3 4.3.1 Identify scope of work and services for each subcontractor as it relates to this project. SEE FOLLOWING TABLE 4.3 4.3.2 Identify percentage of total project scope to be completed by each subcontractor. SEE FOLLOWING TABLE 4.3 CASH CONSTRUCTION I RTATFMFNT C1F CN JAVIFTCATTONS TABLE 4.3 Scope of Work Subcontractor Percentage of Contract Amount Asbestos Removal AAR Incorporated 0.04% Concrete A Greater Austin Development Co., LLC 12.86% Dry Utility CAPSTAR Electric 5.21% Erosion Controls Matoka, Inc. 0.29% Fence and Gates Presidio Custom Metal Works 0.13% Grouting Gulf Coast Grouting 0.51% Milling Lone Star Paving 0.24% Paving Lone Star Paving 17.11% Signage/Striping/Traffic Control Stripe-It-Up 1.02% Staking G&R Surveying, LLC 0.58% Trenching Custom Trench, Inc. 2.93% Trucking Tiki Trucking, LP 5.14% CCASH CONSTRUCTION PLAN, SCHEDULE, SEQUENCING & QC PROGRAM 5.1 Describe your proposed work plan for this project. The Owner is particularly interested in your sequencing plan and scheduled order and approach to accomplish the full build-out of the project. A detailed project schedule is required. Contractor should be aware that pedestrian and vehicular access to businesses shall be maintained, and that adverse impact on adjacent businesses should be avoided. Additionally, construction will only be allowed January 6—November 7, and the project will consist of two main Milestones. Milestone 1 must be completed prior to November 7 of the first year of construction. The contractor shall stop work November 8—January S and maintain the traffic control setup shown in the plans and to the approval of the Engineer. Our proposed work plan for this project can be found below. Please note, the following construction sequence differs from the one provided in the plans. Phase 1: Setup traffic control, closing southbound traffic and shifting northbound traffic to west side of the road. Verify invert of existing 36" RCP at sta. 101+99.95. Install temporary post office driveway (including fence removal and gate installation). Complete rock trenching for utilities to be installed this phase and backfill with trench spoils. Install water main and service lines on Sunset Dr. Install water main services and fire hydrant laterals at stations 2+98.29, 3+43.48, 6+08.93, 6+58.84, and 10+51.28. Install temporary pavement at driveways as work progresses. Cap water mains as necessary for future tie-in to water main installed in phase 2. Install storm drain trunkline, storm drain inlets, bases, and laterals. Install temporary sidewalk pavement. Install temporary plugs as need to prevent sediment from entering the storm drain system. Install conduit for street lighting. Install remaining temporary pavement for utility trenches. Phase 2: Setup traffic control, closing southbound traffic and shifting northbound traffic to east side of the road. Install water main line and service lines on the west side of the road(North of Brushy Creek) and Emmanuel Street. Install temporary pavement at driveways as work progresses. Tie-in to water main and services installed during phase 1. Complete water main testing. Complete permanent water main tie-in at Sam Bass Rd and cap existing water main. Swap water services. Complete remaining water main tie-ins. Abandon existing water main. Install remaining storm drain inlet bases and laterals. Install temporary sidewalk pavement. Install conduit for street lighting. Install remaining temporary pavement for utility trenches and sidewalks. Notes for Phase 2: Existing water main to be abandoned prior to installation of storm drain laterals to avoid potential conflicts. !'A CT1 lV%ATCTDT T!'TT/NAT I CT A TL'AACATT f�C!1T T AT TCT!'A TT/IATC CCASH CONSTRUCTION PLAN, SCHEDULE, SEQUENCING & QC PROGRAM Phase 3A: Setup traffic control and detour traffic on Chisholm Trail Rd south of Brushy Creek. Install water main line and services lines on Chisholm Trail Rd south of Brushy creek via trench and repair. Remove and replace 6" wastewater line. Complete water main testing. Complete water main tie-ins and swap water service at sta. 4 +96.94. Abandon existing water main. Phase 313: Adjust traffic control as necessary, closing southbound traffic and shifting northbound traffic to east side of the road. Excavate, compact 8" subgrade, and pave 13" of HMAC type B base. Phase 4: Setup traffic control, closing southbound traffic and shifting northbound traffic to west side of the road. Excavate, compact 8" subgrade, and pave 13" of HMAC type B base. Replace drain structure tops. Install streetlights and foundations. Install 8.5' of 6" CPCD, curb and sidewalk on east side of Chisholm Trail Road. Install temporary asphalt wedge to facilitate access to post office parking lot. Phase 5: Setup traffic control, closing southbound traffic and shifting northbound traffic to center of the roadway. Replace drain structure tops. Install streetlights and foundations. Install 8.5' of 6" CPCD, curb and sidewalk on west side of Chisholm Trail Road. Phase 6: Setup traffic control. Add 6" riser ring to box manhole lids. Pave 3" of HMAC Type B pavement and 3" of HMAC Type D pavement. Install pavement markings and signage. Phase 7: Setup traffic control. Mill and overlay 2" HMAC type D on Chisholm Trail Rd and mill and overlay 1.5" HMAC type D on Emmanuel Street. Install pavement markings and signage. rASN(YINQTRITrTT(IN I QTATPkAPMT(1F(IT TAT TRTrATIIIAiQ CAS H CONSTRUCTION PLAN, SCHEDULE, SEQUENCING & QC PROGRAM 5.2 Describe your construction management approach and ability to coordinate work with all subcontractors. At Cash Construction,we view construction management as a crucial component of project success. Our approach is characterized by meticulous planning, transparent communication, and a commitment to organic partnering. Below are some of the key best practices we employ: 1. Pre-Construction Planning: We begin each project with thorough pre-construction planning. This involves detailed project scoping, risk assessment, and resource allocation. On this project, we will work closely with the owner, engineer, and other project stakeholders to ensure that project objectives,timelines, and budgets are clearly defined and agreed upon from the outset. 2. Transparent Communication: Open and transparent communication is fundamental to our approach. At the start of each project, we establish regular communication channels with the owner, stakeholders, and subcontractors to facilitate the flow of information. To facilitate open and transparent communication on this project our team will hold regular meetings, deliver progress reports, and provide updates on key milestones and deliverables ensure that all parties are informed about project status and any emerging issues. 3. Collaborative Problem-Solving: We believe in collaborative problem-solving and seek to address issues proactively rather than reactively. When challenges arise on this project,we will engage all relevant parties to find effective and cost-efficient solutions. Our goal is to minimize disruptions and keep the project on track without compromising quality or safety. 4. Cost Management: Effective cost management is a cornerstone of our construction management process. We implement robust financial controls,track earned value meticulously, and strive to identify cost-saving opportunities. By maintaining a transparent cost management system,we will ensure that this project stays within budget and provides the desired value to the owner. 5. Change Management: Changes are an inevitable part of construction projects,but we handle them with a focus on candor and clarity. When a potential change is identified by our team we provide a thorough evaluation, clear documentation, and prompt communication with the owner. We do not believe in "combat construction" or exploiting change orders for financial gain. Instead,we work to implement necessary best-for- project changes. CASH CONSTRUCTION I STATEMENT OF OUALIFICATIONS CCASH CONSTRUCTION PLAN, SCHEDULE, SEQUENCING & QC PROGRAM 6.Management of Subcontractors and Suppliers: Managing subcontractors and suppliers is an integral part of Cash Construction's approach to heavy civil construction projects. With a rich history of successful projects, we understand that seamless collaboration and coordination with external entities are paramount to ensure the project's success. • Collaboration and Selection: Cash Construction diligently selects subcontractors and suppliers based on their expertise,reliability, and alignment with the project's specific needs. Our emphasis lies in choosing partners who can consistently deliver high-quality work,meet deadlines, and provide competitive pricing. We select Subcontractors who provide the best value and probability of success to the project, not necessarily the lowest cost provider. • Clear Contracts: Once selected, Cash Construction establishes clear and comprehensive contracts that outline the scope of work,project timelines,payment terms, and quality benchmarks. These contracts serve as the foundation for all further interactions, ensuring that mutual expectations are well-defined and documented. • Effective Communication: Open and transparent communication is fundamental in Cash Construction's subcontractor and supplier management. We maintain regular meetings,provide project updates, and establish a well-defined chain of command to keep everyone involved on the same page. Any modifications in project scope,timelines, or other parameters are communicated promptly and addressed with a collaborative approach. • Quality Assurance: Cash Construction implements stringent internal quality control and assurance measures, extending these standards to our subcontractors and suppliers. Routine inspections and testing are conducted to ensure that the work aligns with specified quality standards. Any identified issues are addressed promptly to maintain the project's integrity. • Timely Payments: Cash Construction places a high priority on making prompt payments to subcontractors and suppliers. Adhering to the agreed-upon payment schedules is essential to maintaining positive relationships and securing their continued commitment to the project. Any payment disputes or issues are resolved promptly. • Risk Management: Cash Construction is proactive in identifying potential risks and developing mitigation strategies in collaboration with subcontractors and suppliers. This approach helps minimize disruptions and project delays, ensuring that unforeseen challenges are handled effectively. • Safety and Compliance: Compliance with safety regulations and industry standards is a non-negotiable aspect of Cash Construction's operations. We establish clear expectations regarding safety protocols and ensure that our subcontractors and suppliers adhere to these standards, reducing safety risks and potential legal liabilities. • Technology Integration: Cash Construction harnesses construction management software and project management tools to streamline communication and data-sharing with subcontractors and suppliers. These technological solutions enable real-time updates, document sharing, and progress tracking. CASH CONSTRUCTION I STATEMENT OF OUALIFICATIONS CCASH CONSTRUCTION PLAN, SCHEDULE, SEQUENCING & QC PROGRAM 7. Quality Assurance and Control: Maintaining high standards of quality is paramount. Our quality assurance and control processes include regular inspections, testing, and adherence to industry best practices. On this project our team will ensure that all work meets or exceeds the specified standards, thereby delivering a product that stands the test of time. 8. Safety Management: Safety is integral to our operations. We implement comprehensive safety plans, conduct regular safety training, and enforce strict adherence to safety protocols. Our commitment to safety not only protects our workers but also stakeholders on or adjacent to the project. 9. Documentation and Record Keeping: Accurate documentation and record-keeping are essential for effective contract administration. We maintain detailed records of all project activities, communications, and transactions. This ensures a robust flow of actionable information and provides a clear audit trail, which is valuable for resolving any disputes that may arise. Cash Construction's approach to project delivery is grounded in partnership, transparency, and excellence. We prioritize proactive planning, open communication, and collaborative problem-solving to ensure projects are completed on time, within budget, and to the highest quality standards. Our strong focus on subcontractor and supplier management, along with fostering lasting relationships with external partners, ensures safe and efficient project execution while exceeding client expectations. CASH CONSTRUCTION I STATEMENT OF OUALIFICATIONS CCASH CONSTRUCTION PLAN, SCHEDULE, SEQUENCING & QC PROGRAM 0--- ---- E 5.3 Describe your ability to complete the project within the schedule taking into account existing commitments. Cash Construction is prepared to begin procurement as soon as the contract is executed. Once procurement commences, our dedicated project team will focus on meeting all required milestones. We are fully committed to completing the project by the May 18, 2026 deadline and will ensure that the necessary leadership, skilled professionals, equipment, and materials are in place to meet this timeline. 5.4 Describe your ability to identify and resolve potential issues, delays, etc. To effectively identify and resolve potential issues and delays, our team will leverage the expertise and experience of all stakeholders involved in the project. By having more perspectives focused on potential challenges and more minds dedicated to addressing them, we can ensure a smoother process. As the construction specialists on this project, the Cash team will take a proactive leadership role in identifying and addressing potential issues. This approach will be facilitated through regular site inspections and meetings with all project stakeholders. By identifying potential issues early, we can implement solutions swiftly,preventing any negative impact on the successful completion of the project for the City of Round Rock. To illustrate Cash Construction's capacity for identifying and resolving potential issues, please refer to the list of potential challenges outlined below: • Once phase 4 sidewalks, driveways and curb have been installed there will be a 6" drop off at the post office driveway that will prevent access to the parking lot. For this, we proposed the following solutions: o Install a temporary asphalt wedge at the proposed gutter to eliminate the drop off, or o Install temporary pavement, along with fence gate, that connects south parking lot to north parking lot. Note: this would require work on their property but could be used to eliminate the need for the temporary driveway shown on the plans. • Soil borings have not been provided for this project. Based on our experience constructing the Corridor H/ Sam Base Road project, we believe rock trenching will be required for the installation of the proposed utilities. Because of this, we have included the cost of rock trenching in our utility items. CASH CONSTRUCTION I STATFMF.NT OF OI JALIFICATInNS CCASH CONSTRUCTION PLAN, SCHEDULE, SEQUENCING & QC PROGRAM • Per sheet 96, driveway number 05 shall be built in halves. The driveway at this location is 12' wide. If the driveway is built in halves, it will not be wide enough to facilitate vehicle access. For this we propose the following solutions: o Fully close driveway and have vehicles access the property via secondary driveway on Galloping Rd. o If access via Galloping Road is not allowed for this property,use high early strength concrete for this driveway and install a temporary asphalt wedge once the driveway and curbs have been installed. • On sheet 120, the are two PE FOC and one PE UNK lines in conflict with the proposed drainage between stations 99+75 and 100+00. If the elevations shown on the profiles are correct,the lines will need to be relocated. For this issue we proposed the following solution: o Uncover the lines to determine whether they conflict with the proposed storm drain. If they are in conflict, Cash will work with the utility provider to determine a solution. 5.5 Describe your back up/contingency plan for any unanticipated delays. If necessary, Cash Construction has a vast pool of local manpower and equipment resources available to accelerate project progress. We can quickly supplement onsite resources with dozens of craft professionals and additional equipment, if required. In addition to our in-house capabilities,we leverage strong relationships with local subcontractors and vendors to provide further support. By coordinating with all stakeholders and mobilizing the right resources, we will ensure that all project deadlines are met, even in the event of unforeseen circumstances that impact the original contract plan. CASH CONSTRUCTION I STATEMENT OF OUALIFICATIONS CAS H CONSTRUCTION PLAN, SCHEDULE, SEQUENCING & QC PROGRAM 5.6 Describe your quality control program. Explain the methods used to ensure quality control during the construction phase of the project. Provide specific examples of how these techniques or procedures were used from any of three(3)projects listed in response to Section 3 Experience. Cash Construction has a comprehensive Quality Control Program integral to our services and demands of our clients. We believe that in a highly competitive market, only those companies with a trained work force capable of meeting or exceeding client expectations will succeed. Our Mission Statement is: To be the industry leader in each of the services that we provide by meeting or exceeding client expectations 100%of the time. Our corporate commitment to quality is demonstrated through our robust training program and provides clients peace of mind that they will get the desired value when selecting Cash as their contractor. Quality control is the continuous process of performing in the best and most cost-effective way possible. In the construction industry, quality control is the process of controlling day to day job resources so that a project is built according to the contract drawings and specifications. The acceptance of the final product is merely effect of a successful quality control plan. Our goal in quality control is to exceed the expectations set forth in the contract documents and maintain a 100% customer satisfaction record. Our objective of the QA/QC program is: • To make employees aware of the QA/QC procedures. • To follow a consistent quality assurance policy for all work. • To satisfy all quality requirements for the work. • To clearly delineate the quality assurance activities of its subcontractors, vendors and others. • To effectively use resources to resolve technical problems related to the implementation of quality assurance program. At Cash Construction, our commitment to quality assurance and management is unwavering, especially in the realm of roadway reconstruction projects. We recognize that such projects are pivotal for the infrastructure development of communities and often come with stringent specifications and demanding schedules. Our comprehensive approach to quality assurance ensures that every aspect of these projects is executed with precision and excellence. Experienced Teams: Quality assurance begins with assembling the right teams. Our project managers, engineers, and field personnel bring a wealth of experience in roadway reconstruction projects. We have a deep understanding of industry standards,best practices, and local regulations, ensuring that this project is executed with the highest level of quality. I'A CLI f nXTCTDT T! T'IfNXT 1 CT A rrVKXVATT/V:nTTAT TT:T/'ATTlVTC CASH CONSTRUCTION PLAN, SCHEDULE, SEQUENCING & QC PROGRAM Detailed Planning: Every roadway reconstruction project commences with a meticulous planning phase. Cash Construction invests significant time and resources to develop comprehensive project plans,which include detailed scopes of work, schedules,budget estimates, and quality benchmarks. This planning phase serves as the blueprint for successful execution of this project. Stringent Material Selection: The quality of materials used in utility projects is crucial to their longevity and reliability. Cash Construction places great importance on selecting materials that meet or exceed industry standards. We will collaborate with trusted suppliers on this project to ensure that the materials we use are of the highest quality and are suitable for the project's specific requirements. Comprehensive Quality Control: Our on-site quality control measures are stringent and consistent. We will deploy skilled inspectors who regularly assess workmanship and materials to ensure they meet the project's quality standards. Any deviations from these standards are identified, addressed, and resolved promptly. Advanced Technology: Cash Construction leverages cutting-edge technology for quality assurance. We will use construction management software and data analytics tools to monitor and track project progress, identify potential issues in real-time, and make informed decisions to maintain quality throughout the project's lifecycle. Compliance: Compliance with local and federal regulations are integral components of our quality management. We will ensure that all protocols are followed rigorously to protect both our team and the community. Additionally, our team will stay updated on evolving regulations to guarantee full compliance throughout the project. Client Collaboration: Cash Construction actively collaborates with our clients to ensure that their specific quality expectations are met. We will engage in regular client meetings,providing project updates and addressing any concerns or modifications promptly to align with the client's vision for the project. Continuous Improvement: Quality assurance is not static; it is a continuous process. Cash Construction promotes a culture of continuous improvement by encouraging feedback from our teams and clients. Lessons learned from each project are applied to subsequent ones, ensuring continuous improvement of our processes and standards. Third-Party Verification: In some cases,we engage third-party quality assurance entities to provide an additional layer of verification. These independent assessments help validate the quality of our work, giving clients and stakeholders added confidence in the project's success. rACH CCINRTRI irTIONI I RTATFMFNT OF(If TAT TFWATIONR CCASH CONSTRUCTION PLAN, SCHEDULE, SEQUENCING & QC PROGRAM M E N I = Cash Construction's commitment to quality assurance and management in roadway reconstruction projects is founded on decades of experience, dedication to excellence, and a proactive approach to challenges. We understand that quality is the cornerstone of a successful project and, therefore, strive for nothing less than the highest standards in every aspect of our work. Our track record of successful road construction projects stands as a testament to our unwavering commitment to quality assurance. Example 1: Bud Stockton Extension,Williamson County, Texas The project team leveraged their collective experience to develop individual action plans outlining the steps for each scope of work. For example,before placing the embankment, the team discussed the compaction requirements with the relevant crew members. By thoroughly reviewing each task and setting clear expectations,the work was completed efficiently,meeting all compaction standards. Afterward,the team and crew members evaluated the operation's effectiveness and identified additional areas for improvement. Example 2: Anderson Mill Road Phase 2, City of Cedar Park,Texas This project involved phased closures of several intersections to minimize traffic disruption. Successful execution relied on detailed planning, close coordination with the client, and the expertise of Cash's in-house survey team. Through careful planning, the project team was able to reconstruct the intersections with minimal impact on vehicle and pedestrian traffic. Additionally, Cash's survey team ensured that the initial phases of the intersections were built to the correct elevations, allowing for smooth transitions to subsequent phases. Example 3: Lehman Road Widening, City of Kyle, Texas Our experienced team implemented a robust compliance program to develop and execute the project's dewatering and water filtering plan. Dewatering enhanced safety for the crew and improved the suitability of adjacent work areas. Additionally,the project team coordinated extensively with third-party inspectors to ensure that all materials were installed and tested in full compliance with project specifications. CASH CONSTRUCTION I STATEMENT OF QUALIFICATIONS CCASH CONSTRUCTION PLAN, SCHEDULE, SEQUENCING & QC PROGRAM 5.7 Describe how your quality control team will measure the quality of construction performed by Subcontractors on this project, and how will you address nonconforming work. At Cash Construction, we take full responsibility for the quality of work performed by our subcontractors. Through proactive planning and clear communication, we ensure that all project requirements are thoroughly understood to eliminate the possibility of defective work. Our team conducts regular inspections of subcontractor work and closely monitors data from third-party inspectors to ensure compliance with contract specifications. If any work is found to be non-compliant, the Cash Construction team will promptly address the issue with the subcontractor and develop a corrective action plan. Once the work is corrected to meet or exceed contract standards, the project team will collaborate with the subcontractor to establish preventive measures, ensuring similar issues are avoided in the future 5.8 Provide a complete construction schedule assuming a notice to proceed will be provided April 1, 2025 (actual notice to proceed could be a different date), the project will be completed as two (2)Milestones, and work can only occur January 6—November 7. Schedule shall match the calendar days required to reach final completion for each Milestone and the overall project as provided in this agreement. Contractor should take into consideration the fact that construction or groundbreaking may not begin until April 1, 2025, and must be substantially complete by May 18, 2026.-- SEE ATTACHED SCHEDULE rACEI CYINCTRT TCTION I CTATFMFTTT OF CIT TAT TFWATICINC ID Task Name Duration Start Finish Qtr 2,2025 Qtr 3,2025 Qtr 4,202 Qtr t,2026 Qtr 2,2026 M. Jun J Au Se Oct Nov Dec Jan FebJun 1 2 � 3 NTP ISSUED 0 days Tue 4/1/25 Tue 4/1/25 4 PROCUREMENT&SUBMITTALS 10 days Tue 4/1/25 Mon 4/14/25 5 6 SETUP TRAFFIC CONTROL 5 days Tue 4/15/25 Mon 4/21/25 7 EXPLORATORY EXCAVATIONS 5 days Tue 4/22/25 Mon 4/28/25 8 INSTALL TEMP ASPHALT DRIVEWAY 2 days Tue 4/29/25 Wed 4/30/25 li 9 ROCK TRENCHING FOR UTILITIES 7 days Tue 4/29/25 Wed 5/7/25 10 INSTALL WATER MAIN ON SUNSET DRIVE 2 days Thu 5/8/25 Fri 5/9/25 11 INSTALL WATER SERVICES AND FIRE HYDRANT LATERALS 2 days Mon 5/12/25 Tue 5/13/25 12 INSTALL STORM DRAIN TRUNKLINE 13 days Wed 5/14/25 Fri 5/30/25 13 INSTALL STORM DRAIN LATERALS AND INLETS 8 days Mon 6/2/25 Wed 6/11/25 %ink 14 INSTALL CONDUIT FOR STREET LIGHTING 5 days Thu 6/12/25 Wed 6/18/25 15 INSTALL TEMP PAVEMENT FOR SIDEWALKS 2 days Thu 6/19/25 Fri 6/20/25 h 16 INSTALL TEMP PAVEMENT AT UTILITY TRENCHES 5 days Mon 6/23/25 Fri 6/27/25 Tai 17 18 SETUP TRAFFIC CONTROL 2 days Mon 6/30/25 Tue 7/1/25 ei 19 EXPLORATORY EXCAVATIONS 2 days Wed 7/2/25 Thu 7/3/25 Fr1 20 ROCK TRENCHING FOR UTILITIES 9 days Fri 7/4/25 Wed 7/16/25 Elk 21 INSTALL WATER MAIN 22 days Thu 7/17/25 Fri 8/15/25 22 INSTALL WATER SERVICES 3 days Mon 8/18/25 Wed 8/20/25 23 WATER MAIN TESTING 5 days Thu 8/21/25 Wed 8/27/25 24 WATER MAIN TIE-IN AT SAM BASS 1 day Thu 8/28/25 Thu 8/28/25 25 SWAP SERVICES 1 day Fri 8/29/25 Fri 8/29/25 26 REMAINING WATER MAIN TIE-INS 2 days Mon 9/1/25 Tue 9/2/25 27 ABANDON EXISTING WATER MAIN 1 day Wed 9/3/25 Wed 9/3/25 28 INSTALL REMAINING STORM DRAIN LATERALS AND INLETS 5 days Thu 9/4/25 Wed 9/10/25 29 INSTALL CONDUIT FOR STREET LIGHTING 3 days Thu 9/11/25 Mon 9/15/25 30 INSTALL TEMP PAVEMENT FOR SIDEWALKS 2 days Tue 9/16/25 Wed 9/17/25 31 INSTALL TEMP PAVEMENT AT UTILITY TRENCHES 5 days Thu 9/18/25 Wed 9/24/25 32 33 SETUP TRAFFIC CONTROL 2 days Thu 9/25/25 Fri 9/26/25 34 ROCK TRENCHING FOR UTILITIES 3 days Mon 9/29/25 Wed 10/1/25 35 INSTALL WATER MAIN AND SERVICES 5 days Thu 10/2/25 Wed 10/8/25 36 WATER MAIN TESTING 3 days Thu 10/9/25 Mon 10/13/25 Task ': Project Summary Manual Task 1 1 Start-only C Deadline i Project:Project Schedule-P234 Split Inactive Task Duration-only Finish-only ] Progress Date:Mon 12/2/24 Milestone ♦ Inactive Milestone Manual Summary Rollup External Tasks Manual Progress Summary r---1 Inactive Summary Manual Summary I External Milestone Page 1 ID Task Name Duration Start FinishQtr 2,2025 Qtr 3,2025 Qtr 4,202 Qtr 1,2026 Qtr 2,2026 Mar M Jun lul ov Dec lan F Mar lun 37 REMOVE AND REPLACE 6"WASTEWATER LINE 1 day Tue 10/14/25 Tue 10/14/25 F 38 TIE-IN WATER MAIN AND SWAP SERVICE 1 day Wed 10/15/25 Wed 10/15/25 h. 39 ABANDON EXISTING WATER MAIN I day Thu 10/16/25 Thu 10/16/25 1 40 —I 41 SETUP TRAFFIC CONTROL 1 day Thu 9/25/25 Thu 9/25/25 h 42 ROADWAY EXCAVATION AND EMBANKMENT 8 days Fri 9/26/25 Tue 10/7/25 43 INSTALL HMAC TYPE B BASE 3 days Wed 10/8/25 Fri 10/10/25 44 45 SETUP TRAFFIC CONTROL 2 days Mon 10/13/25 Tue 10/14/25 46 ROADWAY EXCAVATION AND EMBANKMENT 8 days Wed 10/15/25 Fri 10/24/25 i 47 INSTALL HMAC TYPE B BASE 3 days Mon 10/27/25 Wed 10/29/25 TV 48 REPLACE STORM DRAIN STRUCTURE TOPS 1 day Thu 10/30/25 Thu 10/30/25 49 j 10/30 50 1/5 51 INSTALL STREETLIGHTS 3 days Mon 1/5/26 Wed 1/7/26 52 INSTALL CURB 5 days Thu 1/8/26 Wed 1/14/26 53 INSTALL CPCD 10 days Thu 1/15/26 Wed 1/28/26 54 REMOVE SIDEWALKS AND DRIVEWAYS 3 days Thu 1/29/26 Mon 2/2/26 55 INSTALL SIDEWALKS AND DRIVEWAYS 13 days Tue 2/3/26 Thu 2/19/26 .�..1a 56 57 SETUP TRAFFIC CONTROL 2 days Fri 2/20/26 Mon 2/23/26 58 REPLACE STORM DRAIN STRUCTURE TOPS 1 day Tue 2/24/26 Tue 2/24/26 h 59 INSTALL STREETLIGHTS 3 days Wed 2/25/26 Fri 2/27/26 60 INSTALL CURB 5 days Mon 3/2/26 Fri 3/6/26 To 61 INSTALL CPCD 10 days Mon 3/9/26 Fri 3/20/26 L 62 INSTALL SIDEWALKS AND DRIVEWAYS 13 days Mon 3/23/26 Wed 4/8/26 L 63 1'1 64 SETUP TRAFFIC CONTROL 1 day Thu 4/9/26 Thu 4/9/26 65 ADD RISER RINGS TO BOX MANHOLES 1 day Fri 4/10/26 Fri 4/10/26 66 INSTALL HMAC TYPE B&D 3 days Mon 4/13/26 Wed 4/15/26 T 67 STRIPING AND SIGNAGE 2 days Thu 4/16/26 Fri 4/17/26 1 n 69 SETUP TRAFFIC CONTROL 1 day Thu 4/16/26 Thu 4/16/26 70 MILL PAVEMENT 1 day Fri 4/17/26 Fri 4/17/26 71 INSTALL HMAC TYPE D 2 days Mon 4/20/26 Tue 4/21/26 T 72 STRIPING AND SIGNAGE 2 days Wed 4/22/26 Thu 4/23/26 i 74 PROJECT CLOSEOUT 10 days Fri 4/24/26 Thu 5/7/26 Task JUMMEMWAMMVM Project Summary Manual Task I :! Start-only C Deadline i Project:Project Schedule-P234 split Inactive Task Duration-only Finish-only ] Progress Date:Mon 12/2/24 Milestone ♦ Inactive Milestone Manual Summary Rollup External Tasks Manual Progress Summary r....1 Inactive Summary Manual Summary f External Milestone Page 2 CCASH CONSTRUCTION ABILITY TO MEET PROJECT SCHEDULE 6.1 Do you foresee any problem meeting the project schedule? (If yes,please explain.) NO 6.2 Does the stipulated time of Four Hundred Forty-Three (443) calendar days, which includes a pause in work November 8—January 5, seem reasonable for this project? YES 6.3 Does the stipulated time effect cost of project and if so please explain? The stipulated time does not affect the cost of the project. However, the requirement that"the contractor shall stop work November S —January 5 and maintain the traffic control setup shown in the plans" does result in added cost due to extended traffic control rentals, additional equipment mobilizations/de-mobilizations, and added potential for material price escalations. 6.4 Describe the scheduling techniques, including any scheduling or project management software, you would employ on this project. What other projects will your organization be starting while this project is underway? Cash Construction uses the following scheduling techniques to ensure the project milestones are met: • Overall Critical Path Schedule (Microsoft Project): Used by the team to establishes baseline dates for completion of milestones, show overall sequence of work, and highlight constraints associated with long-lead items. • Three Week Look Ahead Schedule (Microsoft Excel): More in depth schedule used to establish the proposed work plan for the upcoming weeks, including tasks to be completed by each crew/ subcontractor, inspections, and material/equipment delivery dates. • Daily Work Plan (Microsoft Excel): Used for planning the current workday. Includes specific tasks to be completed by each crew member, resources needed, and identifies potential issues/safety concerns that might be encountered. CASH CnNSTRi TCTinN I STATF.MF.NT OF 01IALiFiCATIONS CCASH CONSTRUCTION ABILITY TO MEET PROJECT SCHEDULE In addition to the items above, the Cash team also utilizes the following software to ensure project success: • Agtek—3D earthwork modeling and takeoffs • HeavyBid—Cost management • 132W Track—Production management and project documentation • Donesafe— Safety tracking and compliance • Bluebeam—Production planning and material procurement via quantity takeoffs • Autodesk Construction Cloud—Data sharing and document management As of December 3, 2024, and starting April 1, 2025, Cash will not be taking on any new projects while this current project is ongoing. 6.5 Has your organization been assessed any liquidated damages or other damages for delay on any project during the last five years?If answer is yes, identify project and provide details. Cash Construction Company has not been assessed any liquidated damages in the last 5 years. CASH CnNSTRI ICTInN 1 STATF.MFNT OF 01 JALTFICATIONS CHISHOLM TRAIL SOUTH IMPROVEMENTS (OLD TOWN) ROUND ROCK,TX NOVEMBER-2024 By execution hereof the undersigned warrants and represents that the foregoing answers to this Questionnaire are true and correct. Signature of Proposer H.H. Dickehut, III (Trey) Printed Name of Proposer Vice President Title Cash Construction Company, Inc. Name of Firm 217 Kingston Lacy Boulevard, Pflugerville, Texas 78660 Address of Firm 512-251-7872 Telephone Number of Firm 00100 Page 15 of 21 INSTRUCTIONS TO PROPOSERS CHISHOLM TRAIL SOUTH IMPROVEMENTS (OLD TOWN) ROUND ROCK,TX NOVEMBER-2024 Ackno-vi•ledgenrent The State of Texas County of Travis ) SUBSCRIBED AND SWORN TO 13EFORE ME on this 3rd day of the month of December , 2024 , in the capacity and for the purposes indicated. "A�. / Notar Puhdi , State of Texas ME Y CHAVEZ HERRERA Public,State ofm. TexasExpires 09-01-2028 �tary ID 11285245 My Commission Expires 00100 Page 16 of 21 INSTRUCTIONS TO PROPOSERS CHISHOLM TRAIL SOUTH IMPROVEMENTS (OLD TOWN) ROUND ROCK TX NOVEMBER-2024 Request for Competitive Sealed Proposals for Construction Services EXHIBIT`C'—PROPOSAL FORM PROJECT NAME: Chisholm Trail South Improvements (Old Town) PROJECT LOCATION: Chisholm Trail (from Sam Bass Road to RM 620), Round Rock,Texas PROJECT OWNER: City of Round Rock, Texas DATE: December 3.2024 PROPOSER: Firm Name: cash construction Co.,Inc. Principal Office Address: 217 Kingston Lacy Blvd.Pflugerville,TX 78660 Telephone Number: 512.251.7872 Facsimile Number: NA Primary Contact Name: H.H.Dickehut,III Primary Contact Title: Vice President of Estimating ADDENDA ACKNOWLEDGMENT: The undersigned Proposer acknowledges receipt of the following addenda: Addendum No. 1 dated 11/25/2024 Date Received 1125/2024 Addendum No. 2 dated Date Received Addendum No. 3 dated Date Received Addendum No. 4 dated Date Received NO MODIFICATIONS. ADDITIONS. DELETIONS OR ATTACHMENTS SHALL BE MADE TO THIS PROPOSAL FORM, IN SUBMITTING THIS PROPOSAL. THE PROPOSER REPRESENTS THAT ALL LABOR. MATERIALS. EQUIPMENT AND SERVICES ASSOCIATED WITH THE WORK. AS WELL AS THE TERMS AND CONDITIONS OF THE PROPOSED CONTRACT. SHALL BE IN STRICT CONFORMANCE WITH THE CONTRACT DOCUMENTS ON WHICH THIS PROPOSAL IS BASED. 00100 Page 18 of 21 INSTRUCTIONS TO PROPOSERS CHISHOLM TRAIL SOUTH IMPROVEMENTS (OLD TOWN) ROUND ROCK,TX NOVEMBER-2024 CONTRACTOR PROPOSES: In response to the Request for Competitive Sealed Proposals for Construction Services for the execution of the work described by the contract documents for the above-described project, and having examined the site where the work is to be performed,and being familiar with local conditions as they might in any way affect the cost and/or time for execution of the work,and having carefully examined all of the contract documents and addenda thereto,the undersigned Proposer agrees to perform all of the work,to provide all services, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, including transportation and other facilities as may be required for the complete and satisfactory and timely execution ofthe work forwhich this proposal is submitted,as provided bythe attached supplemental specifications and as shown on the plans for the construction of the project,all for the lump- sum consideration stated as follows: TOTAL PROPOSED CONTRACT SUM to include Allowances from Section 0 12 100 TOTAL PROPOSED CONTRACT SUM(including Allowances): FOUR MILLION TWO HUNDRED SIXTY ONE THOUSAND NINETY EIGHT Dollars($ 4,261,098.00 AND ZERO CENTS PROPOSED ALTERNATE COSTS: Alternate No.1:Contractor to include as an alternate price to the Total Proposed Contract Amount the cost to ADD the following: TOTAL ALTERNATE No. 1 SUM: NA Dollars($ NA Alternate No. 2: Contractor to include as an alternate price to the Total Proposed Contract Amount the cost to ADD the following: TOTAL ALTERNATE No. 2 SUM: NA Dollars($ NA Alternate No.3:Contractor to include as an alternate price to the Total Proposed Contract Amount the cost to ADD the following: TOTAL ALTERNATE No.3 SUM: NA Dollars($ NA VOLUNTARY ALTERNATE SUM: (Attach description on separate sheet if needed) NA Dollars($ NA 00100 Page 19 of 21 INSTRUCTIONS TO PROPOSERS CHISHOLM TRAIL SOUTH IMPROVEMENTS (OLD TOWN) ROUND ROCK,TX NOVEMBER-2024 The undersigned Proposer agrees to commence work within ten(10)days after the date of written"Notice to Proceed."The undersigned Proposer further agrees to complete the work in full within Four Hundred Forty-Three (443) calendar days after the date of the written "Notice to Proceed," subject to any extensions of time allowed by the contract documents, and in phases as indicated on the drawings. The project will be completed as two (2) Milestones, and work can only occur January 6 —November 7. The time for completion of Milestone 1 is One Hundred Eighty-Four(184) calendar days from the notice to proceed letter. Construction activities will cease November 8 — January 5. The time for completion of Milestone 2 is One Hundred Thirty-Three (133) calendar days from January 6. The undersigned Proposer and the Owner agree that for each and every calendar day on which the work, or any portion thereof, remains incomplete after the stated calendar-day period,the Proposer shall be assessed Liquidated Damages at a rate of Two Thousand Dollars ($2,000.00) per calendar day. Such amount shall be deducted by the Owner from any payment due to the Proposer. The undersigned Proposer agrees that this proposal shall be good for and may not be withdrawn for a period of one hundred and twenty(120)calendar days after closing deadline for receiving proposals. The undersigned Proposer agrees, if notified of the acceptance of this proposal within ninety(90) days of the time set for opening of proposals,to execute and deliver to the Owner within five(5)days from the date of such notification the required construction contract,a performance bond and a payment bond for the total amount of the construction agreement, and a certificate of insurance, all as stipulated in the contract documents. The undersigned Proposer agrees to attach to this proposal a certified check, cashier's check or proposal bond in the amount of five percent (5%) of the total proposed contract sum. Also accompanying this proposal is all information required in the"Instruction to Proposers." It is understood and agreed by and between the parties that the proposal security accompanying this proposal will be returned to the Proposer,except in the following instance: in the event of acceptance ofthis proposal, if the Proposer fails to execute the required construction agreement and deliver the required performance and payment bonds within five (5) days after acceptance, then the proposal security shall become the property of the Owner and shall be considered as liquidated damages for the delay and other inconveniences suffered by the Owner because of such failure of the Proposer. The undersigned Proposer acknowledges that the Owner reserves the right to reject any and/or all proposals covered in this Request for Competitive Sealed Proposals and that the Owner has the right to waive any informalities and/or defects in proposals or to accept such proposals as it shall deem to be in the best interests of the Owner. In submitting this proposal, the Proposer represents that no person or company other than the Proposer listed below or otherwise indicated hereinafter has any interest whatsoever in this proposal or the construction agreement that may be entered into as a result hereof. The undersigned Proposer certifies that the proposed contract sum and all prices contained in this proposal have been carefully checked and are submitted as correct and final. The undersigned Proposer further certifies that the unit prices have been shown in words and figures for each item listed in this proposal; and it is understood and agreed that,in the event of a discrepancy,the words shall govern. The undersigned Proposer affirms that she/he/they are duly authorized to execute this proposal, and that this company, corporation, firm,partnership, and/or individual has not prepared this proposal in collusion with any other Proposer. The undersigned Proposer affirms that the content of this proposal as to prices, terms, and conditions has not been communicated by the undersigned nor by any agents or employees of the undersigned to any other person engaged in this type of business,prior to the official public opening of this proposal. 00100 Page 20 of 21 INSTRUCTIONS TO PROPOSERS CHISHOLM TRAIL SOUTH IMPROVEMENTS (OLD TOWN) ROUND ROCK TX NOVEMBER-2024 This Proposal Form shall be signed by the Proposer as follows: a. Sole Proprietorship:Signature of sole proprietor in the presence ofa notary public who will also sign and affix seal, printed name, and printed title (if any). Insert the printed words "Sole Proprietor"under the signature. b. Partnership or Joint Venture:Signature ofall partners or joint venturers inthe presence ofa notary public who will also sign and affix seal,printed name,and printed title(if any).Insert the printed words "Partner" or"Joint Ventures"under each signature. c. Corporation:Signature ofduly authorized signing officers,printed names,and printed titles.Under each such signature,insert the capacity in which the signing officer acts.Affix the corporate seal. Signature of Proposer H.H.Dickehut,III Printed Name of Proposer Vice President of Estimating Title Cash Construction Co.,Inc. Name of Firm 217 Kingston Lacy Blvd. Pllugerville,TX 78660 Address of Firm 512.251.7872 Telephone Number of Firm [Corporate Seal,if a corporation] 00100 Page 21 of 21 INSTRUCTIONS TO PROPOSERS BID BOND Bond No.576230-TRAV-2024-736 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Cash Construction Company,Inc. of the City of Pflugerville County of Travis State of Texas as Principal, and Travelers Casualty and Surety* authorized under the laws of the State of Texas to act as surety on *Company bonds for principals,are held and firmly bound unto the CITY OF ROUND ROCK,TEXAS("Owner"), in the penal sum of Five Percent(5%)of the total amount of the Bid of the Principal submitted to the Owner, for the Work described below; for the payment whereof,well and truly to be made,and the said Principal and Surety do herby bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally,as follows: In no case shall the liability of the Surety hereunder exceed the sum of( Five Percent of Amount Bid Dollars($ 5% ). THE CONDITIONS OF THIS OBLIGATION ARE SUCH that,whereas,the Principal has submitted the above-referenced Bid to the Owner, for construction of the Work under the "Specifications for Construction of CHISHOLM TRAIL SOUTH IMPROVEMENTS(Old Town) for which Bids are to be opened at the office of Owner on the 3rd day of December , 20 24 . NOW,THEREFORE,if the Principal is awarded the Contract,and within the time and manner required under the"Instructions to Proposers,"atter 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 26th day of the month of November 2024 Cash Construction Company,Inc. Travelers Casualty and Surety Company Principal Surety H.H.Dickehut,N Misty Witt Pried ame Printed Name By: %�� �— By: — Title: \/i c e- pt,Q 5 Title: Attorney- - act = Address: 217 Kingston Lacy Blvd. Address: One Tower Squaik Pflugerville,TX 78660 Hartford, CT 061 8� 00200 42020 Page 1 Bid Bond 00443638 Resident Agent of Surety: Signature Misty Witt Printed Name 500 Dallas St., Ste. 1500 Street Address Houston,TX 77002 City, State,Zip Page 2 00200 4-2020 Bid Bond 00443638 Travelers Casualty and Surety Company of America # Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Mistv Witt of Houston Texas their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed,this 21st day of April, 2021. ��ee y�SuflETY�Oc, .:.;N„TY'4M� _HARffK,3RTFORO,'4< 0(qN) CONN. o� �t CONN, n State of Connecticut By: A City of Hartford ss. Robert Raney, Senior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. 14 r � + N01A n My Commission expires the 30th day of June, 2026 r* se- Pa Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED, that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary: and it is FURTHER RESOLVED,that any bond, recognizance,contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary. or(b) duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority,and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kevin E. Hughes,the undersigned,Assistant Secretary of each of the Companies,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 26th day of November 2024 s,�csuaEjy"w ��Tr�,y� �y�►R4 HARTFORD, pt�'pRD. C15111111KINK iy b�f CONN. Kevin E. Hughes,Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. Figure: 28 TAC §1.601(a)(2)(B) Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company or HMO first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company or HMO. If you don't, you may lose your right to appeal. Travelers Casualty and Surety Company To get information or file a complaint with your insurance company or HMO: Call: Travelers Bond & Specialty Insurance Claims at 800-842-8496 Toll-free- 800-842-8496 Email: BSIC►aims@travelers.com Mail: Travelers Bond & Specialty Insurance Claim PO BOX 2989, Hartford, CT 06104-2989 The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 File a complaint: www.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov Mail: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 jiene una queja o necesita ayuda? Si tiene un problema con una reclamac16n o con su prima de seguro, Ilame primero a su compania de seguros o HMO. Si no puede resolver el problema, es posible que el Departamento de Seguros de Texas (Texas Department of Insurance, por su nombre en ingl6s) pueda ayudar. Aun si usted presenta una queja ante el Departamento de Seguros de Texas, tambi6n debe presentar una queja a trav6s del proceso de quejas o de apelaciones de su compania de seguros o HMO. Si no to hace, podria perder su derecho para apelar. Travelers Casualty and Surety Company of America Para obtener informaci6n o para presentar una queja ante su compania de seguros o HMO: Call: Travelers Bond & Specialty Insurance Claims at 800-842-8496 Toll-free- 800-842-8496 Email: BSIClaims@travelers.com Mail: Travelers Bond & Specialty Insurance Claims PO BOX 2989, Hartford, CT 06104-2989 EI Departamento de Seguros de Texas Para obtener ayuda con una pregunta relacionada con los seguros o para presentar una queja ante el estado: Llame con sus preguntas al: 1-800-252-3439 Presente una queja en: www.tdi.texas.gov Correo electr6nico: ConsumerProtection@tdi.texas.gov Direcc16n postal: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 Solicitation Requirements, Contract Forms & Conditions of Contract Statement of Bidder's Safety Experience Section 00410 Bidder must submit a signed Statement of Bidder's Safety Experience form with his Bid; failure to do so will constitute an incomplete Bid that may be rejected. In order to make a responsive Bid, Bidder must provide evidence that it meets minimum OSHA construction safety program requirements, has not been fined by OSHA for any willful safety violations in the past three years, and has a lost time injury rate that doesn't exceed the limits established below. All questions must be answered and data given must be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. Company Name: Cash Construction Company, Inc. Address: 217 Kingston Lacy Boulevard, Pflugerville, Texas 7866q]lhone: 512-251-7872 Completed by: Matthew Shearer Date: December 3, 2024 1. Does the company have a written construction Safety program? DYes ❑No 2. Does the company conduct construction safety inspections? DYes ❑No 3. Does the company have an active construction safety-training program? DYes ❑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 D 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 D Yes ❑No ❑N/A C. Cranes ❑Yes ❑No D N/A D. Electrical ❑Yes ❑No D N/A E. Fall Protection D Yes ❑No ❑N/A F. Confined Spaces D Yes ❑No ❑N/A I hereby certify that the above information is true and correct. Signature Title Vice President Page 1 00410 8-2014 Statement of Bidder's Safety Experience 00090654 OSHA's Form 300A (Rev.0112004) Year 2023 lep Summary of Work-Related Injuries and Illnesses U.S.Department ofLabor Occupational Safetyand Realer Administration Fomr appmveo olive no.1218.0176 All establishments covered by Part 1904 must complete this Summary page,even if no injuries or illnesses occurred during the year. Remember to review the Log to verify that the entries are complete Using the Log,count the individual entries you made for each category. Then write the totals below, Establishment information making sure you've added the entries from every page of the log. If you had no cases write'o." Employees former employees,and their representatives have the right to review the OSHA Form 300 in Your establishment name Cash Construction Company its entirety. They also have limited access to the OSHA Form 301 or its equivalent. See 29 CFR 1904.35,in OSHA's Recordkeeping rule,for further details on the access provisions for these forms. Street 217 Kingston Lacy Blvd 'Number of Cases City Pllugervdle State Texas Zip 78660_ Industrydescription(e.g..Manufacture of motor truck trailers) Total number of Total number of Total number of cases Total number of Construction deaths cases with days with job transfer or other recordable away from work restriction cases Standard Industrial Classification(SIC),if known(e.g.,SIC 3715) 0 0 0 1 (G) (H) (I) (J) OR North American Industrial Classification(NAICS),if known(e.g.,336212) 2 3 7 1 _1 0 Number of Days Employment information Total number of Total number of days of days away from job transfer or restriction Annual average number of employees 233 work Total hours worked by all employees last 0 0 year 568,642 (K) (L) Injury and Illness Types Sign here Total number of... Knowingly falsifying this document may result in a fine. (M) (1) Injury 0 (4) Poisoning 0 (2) Skin Disorder 0 (5) Hearing Loss 0 (3) Respiratory I certify that I have examined this document and that to the best of my knowledge the entries are true,accurate,and Condition 0 (6)All Other Illnesses 0 ramPlete ompeny executive Tire 5)a . 53-e .alga a- i- ao�� Post this Summary page from February 1 to April 30 of the year following the year covered by the form Phone Date Public reporting burden for this collection of information is estimated to average 58 minutes per response,including time to review the instruction,search and gather the data needed,and complete and review the collection of information.Persons are not required to respond b the collection of information unless it displays a currently valid OMB control number.If you have any comments about these estimates or any aspects of this data collection,contact:US Department of labor.OSHA Office of Statistics.Room N-3644.200 Constitution Ave.NW.Washington,DC 20210.Do not send the comoteted forms to this office. OSHA's Form 300A (Rev.01/2004) Year 2022 10 Summary of Work-Related Injuries and Illnesses U.S.DepartmentofLabo OCCupallonal Sally all Health AtlmlMsinib Form approved OMB pro.12'8-017 All establishments covered by Part 1904 must complete this Summary page,even N no injuries or illnesses occurred during the year Remember to review the Log to verify that the entries are complete Using the Log,count the individual entries you made for each category. Then write the totals below, Establishment information making sure you've added the entries from every page of the log. If you had no cases write"0." Employees termer employees,and their representatives have the right to review the OSHA Form 300 in Your establishment name Cash Construction Company - its entirely. They also have limited access to the OSHA Form 301 or its equivalent. See 29 CFR 1904.35,in OSHA's Recordkeeping rule,for further details on the access provisions for these forms. Street 217 Kinrston Lacy Blvd Number of Cases City Pflugervdle Slate Texas zip _ 78660 Industry description(e.g.,Manufacture of motor truck trailers) Total number of Total number of Total number of cases Total number of Construction deaths cases with days with job transfer or other recordable away from work restriction Cases Standard Industrial Classification(SIC).A known(e.g.,SIC 3715) 0 1 0 1 (G) (H) (I) (J) OR North American Industrial Classification(NAILS),K known(e.g.,336212) 2 3 7 1 1 0 Number of Days Employment information Total number of Total number of days of days away from job transfer or restriction Annual average number of employees 311 work Total hours worked by all employees last 25 0 year 767,608 (K) (L) Injury and Illness Types Sign here Total number of... Knowingly falsitying this document mey rewfi In a fine. (1) InjuryM) _..__..._.___2 (4) Poisoning 0 (2) Skin Disorder 0 (5} Hearing Loss 0 I certify that I havexem le document and that to the best of my knowledge the entries are true,accurate,and (3) Respiratory complete. i Condition 0 (6)All Other Illnesses 0 - -- C U Comperry exeoAt- Title 5t� �s)- -7 a li c�, Post this Summary page from February 1 to April 30 of the year following the year covered by the form Phone Date Pudic reporting burden for this collection of information is estimated to average 58 minutes per response,including time to review the instruction,search and gather the data needed,and complete and review the collection of information.Persons are not required to respond to the cnledion of information unless it displays a curently valid OMB control number, If you have any comments about these estimates or any aspects of this data coledwn,oontacl US Department of Labor.OSHA Office of Statbtks.Room N-3644.200 Consliluhon Ave,NW.Washington,DC 20210.Do not send the completed forms to this office OSHA's Form 300A (Rev.01/2004) Year 2021 10 Summary of Work-Related Injuries and Illnesses U.S.Department ofLabol Occupatlonal Safety and Health Administratloi AIi establishments covered by Pert 1904 must complete this Summary page,even if no injuries or Font approved OW no.121"171 illnesses occurred during the year. Remember to review the Log to verily that the entries are complete Using the Log,count the individual entries you made for each category. Then write the totals below, Establishment information making sure you've added the enures from every page of the log. If you had no cases write"0." Employees former employees,and their representatives have the right to review the OSHA Form 300 in Your establishment name Cash Construction Company its entirely. They also have limited access to the OSHA Farm 301 or Its equivalent. See 29 CFR 1904.35,in OSHA's Recordkeeping rule,for further details on the access provisions for these lams. Street 217 Kingston Lacy Blvd Number of Cases City Pflugerville State Texas Zip 78660 Industry description(e.g.,Manufacture of motor truck trailers) Total number of Total number of Total number of cases Total number of Construction deaths cases with days with job transfer or other recordable away from work restriction cases Standard Industrial Classification(SIC),if known(e.g.,SIC 3715) 0 1 0 g — — — — (G) (H) (i) W) OR North American Industrial Classification(NAICS),if known(e.g.,336212) 2 3 7 1 1 0 Number of Days Employment Information Total number of Total number of days of days away from job transfer or restriction Annual average number of employees 298 work Total hours worked by all employees last 90 year 749,589 (K) (L) Injury and Illness Types Sign here Total number of.. Knowingly falsifying this document may result in a fine. (M) (1) Injuy __. _7 (4) Poisoning _ 0 (2) Skin Disorder 0 (5) Hearing Loss 0 _ (3) Respiratory I certify that I this document and that to the best of my knowledge the entries are true,accurate,and Conditioncomplete. 0 (6)All Other Illnesses 0 Company executive title ti. __ ` Post this Summary page from February 1 to April 30 of the year following the year covered by the form phone M" Public reporting burden for this collection of Fltormation is estimated to average 58 minutes per response,including time to review the instruction.search and gather the data needed,and complete and review the collection d information. Persons are not required to respond to the cosechon of information unless it displays a currently valid OMB control number.If you have any comments about these estimates or any aspects of(his data collection,contact:US Department of Labor.OSHA Office o(Statistics,Room N-3644.200 Constitution Ave,NW,Washinoton.OC 20210 Do not send the completed forms to this office, BID FORM PROJECT NAME: Chisholm Trail South Improvements(Old Town) PROJECT LOCATION: Round Rock,Texas OWNER: City of Round Rock, Texas DATE: December 3, 2024 Gentlemen: Pursuant to the foregoing Notice to Proposers and Instructions to Proposers, 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 Chisholm Trail South Improvements(Old Town) 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 httas://civcastusa.com by the close of business on Monday,November 25th—. 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 - 11/25/2024 BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 1 9 STA 100-6002 PREPARING ROW complete in place per STATION for Fifteen Thousand dollars and Zero cents. $ 15,000.00 $ 135,000.00 2 743 SY 104-6015 REMOVING CONC (SIDEWALKS) complete in place per SQUARE YARD for Twelve dollars and Zero cents. $ 12.00 $ 8,916.00 00300-9-2015 Page 1 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 3 797 SY 104-6017 REMOVING CONC (DRIVEWAYS) complete in place per SQUARE YARD for Fifteen dollars and Zero cents. $ 15.00 $ 11,955.00 4 2258 LF 104-6021 REMOVING CONC (CURB) complete in place per LINEAR FOOT for Six dollars and Zero cents. $ 6.00 $ 13,548.00 5 5752 CY 110-6001 EXCAVATION (ROADWAY) complete in place per CUBIC YARD for Twenty-Six dollars and Zero cents. $ 26.00 $ 149,552.00 6 218 CY 132-6002 EMBANKMENT (FINAL)(DESN CONT)(TY A) complete in place per CUBIC YARD for Ten dollars and Zero cents. $ 10.00 $ 2,180.00 7 799 SY 162-6002 BLOCK SODDING complete in place per SQUARE YARD for Sixteen and Zero $ 16.00 $ 12,784.00 00300-9-2015 Page 2 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 8 31 MG 168-6001 VEGETATIVE WATERING complete in place per THOUSAND GALLONS for Forty-Nine and Zero $ 49.00 $ 1,519.00 9 943 GAL 310-6027 PRIME COAT(MC-30 OR AE-P) complete in place per GALLON for Five dollars and Zero cents. $ 5.00 $ 4,715.00 10 2025 SY 354-6045 PLANE ASPH CONC PAV(2") complete in place per SQUARE YARD for Six dollars and Zero cents. $ 6.00 $ 12,150.00 11 901 SY 360-6016 CONC PVMT(JOINTED - CPCD)(6") complete in place per SQUARE YARD for Two Hundred Fifteen dollars and Zero cents. $ 215.00 $ 193,715.00 12 3232 LF 402-6001 TRENCH EXCAVATION PROTECTION complete in place per LINEAR FOOT for Five dollars and Zero cents. $ 5.00 $ 16,160.00 00300-9-2015 Page 3 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 13 48 LF 416-6088 DRILL SHAFT(RDWY ILL POLE) (24 IN) complete in place per LINEAR FOOT for Three Hundred Fifty-Eight dollars and Zero cents. $ 358.00 $ 17.184.00 14 3 CY 420-6043 CL C CONC (FOOTING) complete in place per CUBIC YARD for One Thousand Seven Hundred Thirty dollars and Zero cents. $ 1.730.00 $ 5,190.00 15 1 EA 420-6071 CL C CONC (COLLAR) complete in place per EACH for One Thousand Three Hundred Forty dollars and Zero cents. $ 1,340.00 $ 1,340.00 16 385 LF 464-6003 RC PIPE(CL II1)(18 IN) complete in place per LINEAR FOOT for Two Hundred Seventy-One dollars and Zero cents. $ 271.00 $ 104,335.00 17 342 LF 464-6005 RC PIPE(CL 1I1)(24 IN) complete in place per LINEAR FOOT for Three Hundred Seventy-Two dollars and Zero cents. $ 372.00 $ 127,224.00 00300-9-2015 Page 4 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 18 329 LF 464-6007 RC PIPE(CL III)(30 IN) complete in place per LINEAR FOOT for Three Hundred Seventy-Three dollars and Zero cents. $ 373.00 $ 122,717.00 19 270 LF 464-6008 RC PIPE(CL III)(36 IN) complete in place per LINEAR FOOT for Three Hundred Eighty-Nine dollars and Zero cents. $ 389.00 $ 105,030.00 20 1 EA 465-6002 MANH (COMPL)(PRM)(48IN) complete in place per EACH for Six Thousand Seven Hundred Sixty dollars and Zero cents. $ 6,760.00 $ 6,760.00 21 3 EA 465-6018 INLET (COMPL)(PCO)(4FT)(LEFT) complete in place per EACH for Eight Thousand Nine Hundred Forty dollars and Zero cents. $ 8.940.00 $ 26,820.00 22 1 EA 465-6029 INLET (COMPL)(PCU)(3FT)(NONE) complete in place per EACH for Seven Thousand Two Hundred Ten dollars and Zero cents. $ 7.210.00 $ 7.210.00 00300-9-2015 Page 5 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 23 3 EA 465-6030 INLET (COMPL)(PCU)(3FT)(LEFT) complete in place per EACH for Eight Thousand Six Hundred Ninety dollars and Zero cents. $ 8,690.00 $ 26,070.00 24 8 EA 465-6031 INLET (COMPL)(PCU)(3FT)(RIGHT) complete in place per EACH for Eight Thousand Six Hundred Ninety dollars and Zero cents. $ 8,690.00 $ 69,520.00 25 3 EA 465-6062 INLET (COMPL)(PSL)(RH)(3FTX3FT) complete in place per EACH for Six Thousand Seven Hundred Forty dollars and Zero cents. $ 6,740.00 $ 20,220.00 26 2 EA 465-6063 INLET (COMPL)(PSL)(RH)(4FTX4FT) complete in place per EACH for Seven Thousand Three Hundred Twenty dollars and Zero cents. $ 7,320.00 $ 14,640.00 27 2 EA 465-6065 INLET (COMPL)(PSL)(RH)(4FTX5 FT) complete in place per EACH for Eight Thousand Seven Hundred Ninety dollars and Zero cents. $ 8,790.00 $ 17,580.00 00300-9-2015 Page 6 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 28 1 EA 465-6066 INLET (COMPL)(PSL)(RH)(5FTX5FT) complete in place per EACH for Eight Thousand Eighty dollars and Zero cents. $ 8,080.00 $ 8,080.00 29 2 EA 465-6148 INLET(COMPL)(PSL)(SFG)(3 FTX5 FT-3FTX5FT) complete in place per EACH for Eight Thousand One Hundred dollars and Zero cents. $ 8,100.00 $ 16,200.00 30 1 LS 501-6001 MOBILIZATION complete in place per LUMP SUM for Three Hundred Ten Thousand dollars and Zero cents. $ 310,000.00 $ 310,000.00 31 17 MO 502-6001 BARRICADES, SIGNS AND TRAFFIC HANDLING complete in place per MONTH for Five Thousand dollars and Zero cents. $ 5,000.00 $ 85,000.00 32 114 LF 506-6038 TEMP SEDMT CONT FENCE (INSTALL) complete in place per LINEAR FOOT for Four and Zero $ 4.00 $ 456.00 00300-9-2015 Page 7 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 33 114 LF 506-6039 TEMP SEDMT CONT FENCE(REMOVE) complete in place per LINEAR FOOT for One dollars and Zero cents. $ 1.00 $ 114.00 34 55 SY 508-6001 CONSTRUCTING DETOURS complete in place per QUARE YARD for Three Hundred Thirty-Three dollars and Zero cents. $ 333.00 $ 18,315.00 35 2280 LF 512-6009 PORT CTB (FUR& INST)(LOW PROF)(TY 1) complete in place per LINEAR FOOT for Thirty-Five dollars and Zero cents. $ 35.00 $ 79,800.00 36 340 LF 512-6010 PORT CTB (FUR& INST)(LOW PROF)(TY 2) complete in place per LINEAR FOOT for Thirty-Three dollars and Zero cents. $ 33.00 $ 11,220.00 37 5500 LF 512-6033 PORT CTB (MOVE)(LOW PROF)(TY 1) complete in place per LINEAR FOOT for Six dollars and Zero cents. $ 6.00 $ 33,000.00 00300-9-2015 Page 8 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 38 780 LF 512-6034 PORT CTB (MOVE)(LOW PROF)(TY 2) complete in place per LINEAR FOOT for Six dollars and Zero cents. $ 6.00 $ 4,680.00 39 2280 LF 512-6057 PORT CTB (REMOVE)(LOW PROF)(TY 1) complete in place per LINEAR FOOT for Nine dollars and Zero cents. $ 9.00 $ 20,520.00 40 340 LF 512-6058 PORT CTB (REMOVE)(LOW PROF)(TY 2) complete in place per LINEAR FOOT for wine dollars and Zero cents. $ 9.00 $ 3,060.00 41 2568 LF 529-6002 CONC CURB (TY II) complete in place per LINEAR FOOT for Thirty-Four dollars and zero cents. $ 34.00 $ 87,312.00 42 1264 SY 530-6004 DRIVEWAYS (CONC) complete in place per SQUARE YARD for One Hundred Forty-Six dollars and Zero cents. $ 146.00 $ 184,544.00 00300-9-2015 Page 9 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 43 1003 SY 531-6001 CONC SIDEWALKS (4") complete in place per SQUARE YARD for One Hundred Thirty-Six dollars and Zero cents. $ 136.00 $ 136,408.00 44 1 EA 531-6004 CURB RAMPS (TY 1) complete in place per EACH for One Thousand Six Hundred dollars and Zero cents. $ 1,600.00 $ 1,600.00 45 1 EA 531-6005 CURB RAMPS (TY 2) complete in place per EACH for One Thousand Seven Hundred Forty dollars and Zero cents. $ 1,740.00 $ 1,740.00 46 2 EA 531-6010 CURB RAMPS (TY 7) complete in place per EACH for One Thousand Six Hundred dollars and Zero cents. $ 1,600.00 $ 3,200.00 47 4 EA 531-6013 CURB RAMPS(TY 10) complete in place per EACH for One Thousand Six Hundred dollars and Zero cents. $ 1.600.00 $ 6,400.00 00300-9-2015 Page 10 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 48 35 LF 550-6003 CHAIN LINK FENCE (REMOVE) complete in place per LINEAR FOOT for Four dollars and Zero cents. $ 4.00 $ 140.00 49 35 LF 550-6008 CHAIN LINK FENCE (INSTALL)(8') complete in place per LINEAR FOOT for Seventy dollars and Zero cents. $ 70.00 $ 2,450.00 50 1 EA 550-6045 CHAIN LINK GATE (INSTL)(8'X30') complete in place per EACH for Three Thousand Eight Hundred Twenty dollars and Zero cents. $ 3,820.00 $ 3,820.00 51 2 EA 560-6025 RELOCATE EXISTING MAILBOX complete in place per EACH for Six Hundred Twenty-Five dollars and Zero cents. $ 625.00 $ 1,250.00 52 10 EA 610-XXXX RD IL ASM(SPECIAL) complete in place per EACH for Eight Thousand Two Hundred Forty dollars and Zero cents. $ 8,240.00 $ 82,400.00 00300-9-2015 Page 1 I of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 53 2104 LF 618-6033 CONDT(PVC)(SCH 40) (4") complete in place per LINEAR FOOT for Thirty-Nine dollars and Zero cents. $ 39.00 $ 82.056.00 54 76 LF 618-6034 CONDT(PVC)(SCH 40) (4")(BORE) complete in place per LINEAR FOOT for Seventy-Two dollars and Zero cents. $ 72.00 $ 5,472.00 55 1059 LF 618-6046 CONDT(PVC)(SCH 80) (2") complete in place per LINEAR FOOT for 'k�em,,-Three dollars and Zero cents. $ 23.00 $ 24,357.00 56 38 LF 618-6047 CONDT(PVC) (SCH 80) (2")(BORE) complete in place per LINEAR FOOT for Fifty-Eight dollars and Zero cents. $ 58.00 $ 2,204.00 57 1097 LF 620-6009 ELEC CONDR(NO.6) BARE complete in place per LINEAR FOOT for Two dollars and Zero cents. $ 2.00 $ 2,194.00 00300-9-2015 Page 12 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 58 2194 LF 620-6010 ELEC CONDR(NO.6) INSULATED complete in place per LINEAR FOOT for Three dollars and Zero cents. $ 3.00 $ 6,582.00 59 6 EA 624-6002 GROUND BOX TY A (122311)W/APRON complete in place per EACH for One Thousand Eight Hundred dollars and Zero cents. $ 1,800.00 $ 10,800.00 60 1 EA 628-6015 ELC SRV TY A 120/240 060(SS)SS(E)SP(0) complete in place per EACH for Seven Thousand Five Hundred dollars and Zero cents. $ 7,500.00 $ 7,500.00 61 3 EA 644-6068 RELOCATE SM RD SN SUP&AM TY 10 BWG complete in place per EACH for Eight Hundred Eighty-One dollars and Zero cents. $ 881.00 $ 2,643.00 62 44 LF 662-6075 WK ZN PAV MRK REMOV (W)24"(SLD) complete in place per LINEAR FOOT for Twenty-Five dollars and Zero cents. $ 25.00 $ 1,100.00 00300-9-2015 Page 13 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 63 125 LF 666-6030 REFL PAV MRK TY I (W)8"(DOT)(100MIL) complete in place per LINEAR FOOT for Eight dollars and Zero cents. $ 8.00 $ 1,000.00 64 170 LF 666-6036 REFL PAV MRK TY I (W)8"(SLD)(100MIL) complete in place per LINEAR FOOT for Eight dollars and Zero cents. $ 8.00 $ 1,360.00 65 92 LF 666-6042 REFL PAV MRK TY I (W)12"(SLD)(1 OOMIL) complete in place per LINEAR FOOT for Fourteen dollars and Zero cents. $ 14.00 $ 1,288.00 66 23 LF 666-6048 REFL PAV MRK TY I (W)24"(SLD)(100MIL) complete in place per LINEAR FOOT for Fifty-One dollars and Zero cents. $ 51.00 $ 1,173.00 67 2 EA 666-6054 REFL PAV MRK TY I (W)(ARROW)(100MIL) complete in place per EACH for Two Hundred Eighty-Four dollars and Zero cents. $ 284.00 $ 568.00 00300-9-2015 Page 14 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 68 1 EA 666-6057 REFL PAV MRK TY I (W)(DBL ARROW)(100MIL) complete in place per EACH for Three Hundred Ninety-Eight dollars and Zero cents. $ 398.00 $ 398.00 69 2 EA 666-6078 REFL PAV MRK TY I (W)(WORD)(100MIL) complete in place per EACH for Three Hundred Forty-One dollars and Zero cents. $ 341.00 $ 682.00 70 3594 LF 666-XXXX REFL PAV MRK TY I (Y)6"(SLD)(100MIL) complete in place per LINEAR FOOT for Two dollars and Zero cents. $ 2.00 $ 7,188.00 71 9 EA 672-6007 REFL PAV MRKR TY I- C complete in place per EACH for Nine dollars and Zero cents. $ 9.00 $ 81.00 72 111 EA 672-6009 REFL PAV MRKR TY II- A-A complete in place per EACH for Nine dollars and Zero cents. $ 9.00 $ 999.00 00300-9-2015 Page 15 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 73 12 EA 1004-6001 TREE PROTECTION complete in place per EACH for Four Hundred Twenty-Six and Zero cents. $ 426.00 $ 5,112.00 74 4709 TON 3076-6003 D-GR HMA TY-13 PG64- 22 (EXEMPT) complete in place per TON for One Hundred Forty-Eight dollars and Zero cents. $ 148.00 $ 696,932.00 75 811 TON 3076-6077 D-GR HMA TY-D SAC- B PG70-22 (EXEMPT) complete in place per TON for One Hundred Eighty-Seven dollars and Zero cents. $ 187.00 $ 151,657.00 76 2 EA 6001-6002 PORTABLE CHANGEABLE MESSAGE SIGN complete in place per EACH for Twenty-Four Thousand dollars and Zero cents. $ 24,000.00 $ 48,000.00 77 6 EA 7134-6013 ADJUSTMENT OF WASTEWATER MANHOLES complete in place per EACH for Five Hundred Forty-Nine dollars and Zero cents. $ 549.00 $ 3,294.00 00300-9-2015 Page 16 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 78 335 SF CORR 436 P.C. CONCRETE VALLEY GUTTERS complete in place per SQUARE FOOT for Twenty-Five dollars and Zero cents. $ 25.00 $ 8,375.00 79 60 LF CORR 505-1 12" AWWA C900 DRI 8 PVC PIPE WITH 24" STEEL CASING BY OPEN CUT complete in place per LINEAR FOOT for Five Hundred Forty dollars and Zero cents. $ 540.00 $ 32,400.00 80 10 LF CORR 505-2 12" PC350 DI PIPE WITH 24" CASING BY OPEN CUT complete in place per LINEAR FOOT for Six Hundred Forty dollars and Zero cents. $ 640.00 $ 6,400.00 81 29 LF CORR 505-3 8" AWWA C900 DRI 8 PVC PIPE WITH 18" CASING BY OPEN CUT complete in place per LINEAR FOOT for Four Hundred Forty dollars and Zero cents. $ 440.00 $ 12,760.00 82 95 LF CORR 505-4 CONCRETE ENCASEMENT FOR 8" DIA. PIPE complete in place per LINEAR FOOT for Eighty-Five dollars and Zero cents. $ 85.00 $ 8,075.00 00300-9-2015 Page 17 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 83 20 LF CORR 505-5 18" SPLIT STEEL CASING complete in place per LINEAR FOOT for Four Hundred Ninety-Five dollars and Zero cents. $ 495.00 $ 9,900.00 84 1455 LF CORR 510-1 12" AWWA C900 DR 18 PVC PIPE BY OPEN CUT complete in place per LINEAR FOOT for Two Hundred Sixty-Five dollars and Zero cents. $ 265.00 $ 385,575.00 85 316 LF CORR 510-2 8" AWWA C900 DR 18 PVC PIPE BY OPEN CUT complete in place per LINEAR FOOT for Two Hundred Five dollars and Zero cents. $ 205.00 $ 64,780.00 86 43 LF CORR 510-3 12" PC350 DI PIPE BY OPEN CUT complete in place per LINEAR FOOT for Three Hundred Twelve dollars and Zero cents. $ 312.00 $ 13,416.00 87 5.7 TON CORR 510-4 DUCTILE IRON FITTINGS, MJ complete in place per TON for Six Thousand Four Hundred Seventy dollars and Zero cents. $ 6,470.00 $ 36,879.00 00300-9-2015 Page 18 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 88 2 EA CORR 510-5 WET CONNECTION TO 12" WATER MAIN complete in place per EACH for Four Thousand Nine Hundred Ninety dollars and Zero cents. $ 4.990.00 $ 9,980.00 89 2 EA CORR 510-6 WET CONNECTION TO 10" AC WATER MAIN complete in place per EACH for Four Thousand Seven Hundred Seventy dollars and Zero cents. $ 4,770.00 $ 9,540.00 90 3 EA CORR 510-7 WET CONNECTION TO 8" WATER MAIN complete in place per EACH for Two Thousand Six Hundred Ninety dollars and Zero cents. $ 2,690.00 $ 8,070.00 91 2 EA CORR 510-8 WET CONNECTION TO 6" WATER MAIN complete in place per EACH for Two Thousand Nine Hundred Thirty dollars and Zero cents. $ 2,930.00 $ 5,860.00 92 1691 LF CORR 510-9 10" EXISTING AC WATERLINE ABANDONMENT AND GROUT FILL complete in place per LINEAR FOOT for Ten dollars and Zero cents. $ 10.00 $ 16,910.00 00300-9-2015 Page 19 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 93 28 LF CORR 510-10 8" EXISTING AC WATERLINE ABANDONMENT AND GROUT FILL complete in place per LINEAR FOOT for Seventeen dollars and Zero cents. $ 17.00 $ 476.00 94 308 LF CORR 510-11 6" EXISTING AC WATERLINE ABANDONMENT AND GROUT FILL complete in place per LINEAR FOOT for Five dollars and Zero cents. $ 5.00 $ 1,540.00 95 32 LF CORR 510-12 6" EXISTING AC WATERLINE ABANDONMENT AND REMOVAL complete in place per LINEAR FOOT for Forty-Three dollars and Zero cents. $ 43.00 $ 1,376.00 96 5 EA CORR 510-13 1" DIA. HDPE SERVICE complete in place per EACH for Three Thousand Ninety dollars and Zero cents. $ 3,090.00 $ 15,450.00 97 5 EA CORR 510-14 1.5" DIA. HDPE SERVICE complete in place per EACH for Four Thousand Seventy dollars and Zero cents. $ 4.070.00 $ 20,350.00 00300-9-2015 Page 20 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 98 1 EA CORR 510-15 2" DIA. HDPE SERVICE complete in place per EACH for Five Thousand Three Hundred Twenty dollars and Zero cents. $ 5,320.00 $ 5,320.00 99 44 LF CORR 510-16 REMOVE AND REPLACE EXIST. 6" WW LINE WITH SDR-26 ASTM D2241 PVC complete in place per LINEAR FOOT for One Hundred Two dollars and Zero cents. $ 102.00 $ 4,488.00 100 11 EA CORR 510-17 ABANDON EXISTING WATER SERVICE LINE complete in place per EACH for Two Hundred Twenty dollars and Zero cents. $ 220.00 $ 2,420.00 101 45 LF CORR 510-18 CEMENT STABILIZED SAND EMBEDMENT complete in place per LINEAR FOOT for Thirty-Eight dollars and Zero cents. $ 38.00 $ 1,710.00 102 2 CY CORR 510-19 FLOWABLE FILL complete in place per CUBIC YARD for Two Hundred Seven dollars and Zero cents. $ 207.00 $ 414.00 00300-9-2015 Page 21 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 103 12 EA CORR 511-1 12" GATE VALVE, MJ complete in place per EACH for Five Thousand Five Hundred Seventy dollars and Zero cents. $ 5,570.00 $ 66,840.00 104 8 EA CORR 511-2 8" GATE VALVE, MJ complete in place per EACH for Three Thousand Three Hundred Seventy dollars and Zero cents. $ 3.370.00 $ 26,960.00 105 3 EA CORR 511-4 FIRE HYDRANT ASSEMBLY complete in place per EACH for Seventeen Thousand dollars and Zero cents. $ 17,000.00 $ 51,000.00 106 3 EA CORR 511-5 FIRE HYDRANT ASSEMBLY REMOVAL complete in place per EACH for Four Hundred Thirty-Nine dollars and Zero cents. $ 439.00 $ 1,317.00 107 18 EA CORR 628 FILTER CURB INLET PROTECTION(NEW INLET) complete in place per EACH for Ninety-Seven and Zero $ 97.00 $ 1,746.00 00300-9-2015 Page 22 of 23 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 108 4 EA CORR 628 FILTER CURB INLET PROTECTION(EXISTING INLET) complete in place per EACH for Ninety-Seven and Zero $ 97.00 $ 388.00 109 1 LS EROSION CONTROL FORCE ACCOUNT complete in place per LUMP SUM for TEN THOUSAND dollars and ZERO cents. $ 10,000.00 $ 10,000.00 110 1 LS SAFETY CONTINGENCY FORCE ACCOUNT complete in place per LUMP SUM for TWENTY THOUSAND dollars and ZERO cents. $ 20,000.00 $ 20,000.00 00300-9-2015 Page 23 of 23 Bid Form TOTAL BASE BID (Items 1 thru 110 ) $ 4,261,098.00 Materials: $ 758,885.00 All Other Charges: $ 3,502,213.00 * Total: $ 4,261,098.00 * 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. Res ect y Submitted, 217 KINGSTON LACY BLVD Signature H. H. DICKEHUT, III PFLUGERVILLE, TX 78660 Print Name Address VP OF ESTIMATING 512.251.7872 Title Telephone CASH CONSTRUCTION CO., Name of Firm December 3, 2024 Date Secretary, if Bidder is a Corporation 00200-9-2015 Page 1 of 1 Bid Form UNANIMOUS WRITTEN CONSENT IN LIEU OF MEETING OF THE SOLE DIRECTOR OF CASH CONSTRUCTION COMPANY, INC. The undersigned, constituting all the members of the Board of Directors (the "Board") of Cash Construction Company,Inc., a Texas corporation(the "Company"), does hereby consent to and approve the following actions in lieu of holding a meeting, and does hereby further waive any notice requirement, effective as of the I"day of December, 2023: 1. Appointment of Officers WHEREAS, the Board desires to appoint the persons set forth below to the other offices of the Company set forth opposite such persons' respective names. NOW THEREFORE, BE IT RESOLVED, that the following persons are hereby appointed to serve the Company in the office set forth across from his name for a term of one (1) year and until the election and qualification of his successor, or until his earlier death,resignation or removal: Name j Office s Troy Gjerde ! Senior Vice President Paul DiMarco Vice President David K.arian Vice President Herbert(Trey)Dickehut 111 Vice President Garey Bryant Vice President, Secretary and Treasurer Alberto de Cardenas Assistant Secretary 2. General Ratification FURTHER RESOLVED,that in addition to and without limiting the foregoing,the Board be, and hereby is, authorized to take,or cause to be taken, such further action, and to execute and deliver, or cause to be delivered, for and in the name and on behalf of the Company, all such instruments and documents as he may deem necessary or appropriate in order to effect the purpose and intent of the foregoing resolutions (as conclusively evidenced by the taking of such action or the execution and delivery of such instruments, as the case may be, by or under the direction of the Board) and all actions heretofore taken by the Board in conncction with the subject of the foregoing recitals and resolutions be, and they hereby are, approved, ratified and confirmed in all respects as the acts and deeds of the Company; and it is FURTHER RESOLVED,that facsimile and other electronically scanned signatures shall be deemed originals for all purposes of this written consent; and it is FURTHER RESOLVED, that this written consent may be executed in one or more counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one document; and it is FURTHER RESOLVED, that the undersigned hereby directs that a copy of this written consent be filed with the minutes of the Board. [Signature Page Follows] IN WITNESS WHEREOF,the undersigned director of the Company has executed this written consent, effective as of the date first written above. SOLE DIRECTOR: Rot�crt E. Ap e [Written Consent of the Sole Director of Cash Construction Company, Inc. (Officer Appointment)) City of Round Rock,Texas Contract Forms Standard Form of Agreement for Competitive Sealed Proposal: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of the a ,7 ( 7-)day of 1J4A ,!SA in the year 2025. BETWEEN the Owner: City of Round Rock,Texas (hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor: Cash Construction Co.,Inc. ("Contractor) 217 Kingston Lacy Blvd. Pflugerville,TX 78660 The Project is described as: Chisholm Trail South Improvements(Old Town) The Engineer is: Andrea Bryant,P.E. Freese and Nichols,Inc. 10431 Morado Circle,Building 5,Suite 300 Austin,Texas 78759 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged,Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements,either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 Page 1 of 6 Standard Form of Agreement 00479740/ss2 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 entire Work no later than Four Hundred Thirteen(413) calendar days from issuance by Owner of Notice to Proceed,subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work (or any portion thereof) on or before the date(s) specified for Substantial Completion in the Agreement, Contractor shall pay to Owner, as liquidated damages, the sum of Two Thousand and No/100 Dollars($2.000.00)for each calendar day that Substantial Completion is delayed after the date(s)specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work (or any portion thereof) on or before the date(s) specified for Substantial Completion in the Agreement. It is agreed that the harm that would be caused by such failure, which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy dates, is one that is incapable or very difficult of accurate estimation. It is hereby agreed that if Substantial Completion of the Work (or any portion thereof) is not achieved on or before thirty (30) days after the date(s) specified in the Agreement, the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation,the recovery of actual damages.The date(s)specified for Substantial Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than Four Hundred Forty-Three (443) calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's full and complete performance of the Work and all of Contractor's obligations under this agreement. The Contract Sum shall be Four million two hundred sixty-one thousand ninety-eight dollars and zero cents ($ 4,261,098.00 ),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_. If yes,please provide details below: ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS Page 2 of 6 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 City of Round Rock 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 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 City of Round Rock 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. 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 City of Round Rock General Conditions. 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General Conditions. Page 3 of 6 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 for Competitive Sealed Proposals,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 November 2024. 7.1.4 The Specifications are those contained in the Project Manual dated November 2024. 7.1.5 The Drawings,if any,are those contained in the Project Manual dated November 2024. 7.1.6 The Insurance & Construction Bond Forms of the Contract are those contained in the Project Manual dated November 2024. 7.1.7 The Notice to Proposers, Instructions to Proposers,Proposal Form,and Addenda,if any,are those contained in the Project Manual dated November 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: AIA 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 E. Scheel,P.E. City of Round Rock Transportation (512)218-6603 dscheelna roundrocktexas.gov 8.3 Contractor's representative is: Andre Tornatore Cash Construction Company (512)251-7872 andre.tomatore(&cashconstruction.com 8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10) days' written notice to the other party. 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. Page 4 of 6 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the 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 In accordance with Chapter 2271, Texas Government Code, a governmental entity may not enter into a contract with a company for goods or services unless the contract contains written verification from the company that it: (1)does not boycott Israel; and(2)will not boycott Israel during the term of this contract. The signatory executing this Agreement on behalf of Contractor verifies Contractor does not boycott Israel and will not boycott Israel during the term of this Agreement. 8.9 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. 8.10 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. 8.11 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. [Signatures on the following page.] 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. Page 5 of 6 OWNER CONTRACTOR CITY OF OUND ROCK,TEXAS Cash Construction Co.,Inc. Printed Name: Q �'� Printed Name: A,"" ��B0.f rttl— �A� Title: � �{ Title: Chi fir- ES'I11Vat'Fay Date Signed: 27 Date Signed: AT ST: City Clerk FOR CITY,APPROVED AS TO FORM: City Attorney Page 6 of 6 .. ,,,,;. _.:•r .:, �.. k .�-. „s �',,,�y :: nP' �::� ���+` �� .t,,, � '��, '�' '.�� -f:§� j,�err $ _;^�� � �f ea z.%"•i �..�E.' 9)h.... .,s `-.. . ,8 Kr. r4'-: (�:'/31'IM::_ "-fir f �'�'(fy3e't 'a. ��„�.x - 3 ' �� °S',.. y'�1�' .,��( ",Ar S y a,,:• qy-r Vl ':rtr,- �,.r..Y.:> ,,,,&„ ♦ ns ,k�a +": 'Sh'4.. • -_ r ^' '..r.' �{yxv-=n y'y`d'..;i;,.: x rpt +�' NIT ". S ` S v'�' f, jy" �1 .-. - L•'�} .. .. ,. ':: ^r"j s `}} .w.y'Amok+ y 'v'k' % " {'me',#!"6 � may, ��' � ,xr � Y 7 3•• ire.,. ,rr, Y.. .r! ,,;j a `rtt";.:. - %`. 'tr'. + •�, �:r �+•ro "8''�,• r"' K. n>;,, X='rr. '��"it'aw ''"� _ u:: S�'" "k„' S" .:• �f}",�s4. .+,' s `_`;,• r �'yxi ice'*Yr' 'y.`�i r 1'.�.✓ ar°r:.r�„��"4„ .+ +M:' r. t NO .,.. ,� •, r,a"fit"` r t, ., gat `"x ,• t .,:.•;,:* � .,b r',�„7j ,S' `„'t� .a - d �� �' r of d..«NrrOP t-,'�• � �'IR x' 'ety ���'�" ^',,. �'�' 4;y t 1 ,};. lm � ;1 ��� f M __k.m ' ° #All '#,.., µ Vol low-, S + �#��, r, '�"✓x,�,:>:,^ �.�"- �^ -t ��:.Yr "xk "3 iC�,x�: �<_� i `rh' - i -a't d'.':u7'r r�'.: +� ,;.y a �, F �:` - 'Hi+.h': moi• w,- '3+ `,n�� ��;.•• bar wy t,-C�4 'a•!;V 4., :,n J' .r..!' "1 \, ":ii' „d:.^.:44-AY - ip>A•r�ITM .3 v' '•Y foirk .vl .z'� er a�".. v',as -sir`` E i� '.:`x 4• , 2M ice" t. N ". f x.: r' .w.7• a: e 1 y:Ff�` 'r- * r s. >, ,� n>'t,nN ''t'oii,�' .. x .. •a R., 3 ...,�1 £ ..y... _,..r S� �• Y iT"�, X4`1".: ';t4 A, NA ..� .sty y '.,.*•*`y q% Q ` s :.Xk Al �: , ,' Wits ":? - y r _ ': ri'"4 „ � '-i Wk71 �1 ( e�,7b' .,, R.. 4± `'K .r.::. r I 1. ".F_ •:..' `.a i �.`,..R, P. 'W- .-r.(' l,R 'R .fig 1j, _> .'.. "��;_'_ �•. :f �4:. ,.. r_.„ -._i 'a f :v. ,:Al ;,-o '.`y. 1L an W -W .a-� .+Sy.d L1 ,'.A ,NN,F 76 > i SSE { -,y v;y 'Y 9 -' a�+> � f� Y'--,�ufi` ��'#ilii '9`�s,""i.`' ',t r��: _.,. 5• ., ,'"{"� `Y�`Lf` - .nom �:-- �.�� _-.•i ...;y. u..,s,'�.yp�v!' ,. 4.,�.,., � ,• pr:�,w�r, -. ., F ..'G� '� .Ar". ,.'. ::, �" >w...: ,'""* :;, v' ,:�-^ rW.�„' i+'r"� .t. ""`. .,R„.T.,{..?.._..:,.,:, ":4'„3a=u.«Re.M,...,�.,.._,,{wA.'-rr :.Y:-:.`>+r.iaSt-::��'.'.:d,,,,,f �>,Y*:,.'-u,.'z:Y'",'�...,,°,�t'�1�._ ,.•:,',� ":%¢.',:,K...:...'H' ..y..'..•,an.f 10.41r�, f,.,..'P'. too F E' - b�^'„`..F�. ?�b..,ry�t �;S'•w�k.s.��:,1.,:;"H��r.FywMC,�.�,n�.„.q9'�ke.'?"'Fy�C�:'6.' ^'+W4 X y .. y .7"','ay �' p?s�t'.:?.h”6��ry.;..V b��}"T:,;•1i:'c5..iryx,#�iY+'AS�yc•i}'�.,?`„�Yr'.'�;.`”,.=. e A". ,• .,r. . ..:r ;�?',«�' `..;..-.. ° S"``.. -::. •'. ..,�g.:;. zr -i- � :; � ;;a- -, ': ,� - '� c,:• a `'. -:� ya q�.: ......�. t. ... _. s.. ..5 _.,' :,, .... _._ -r,. '-_.•..' ^s' - - '�''S �7.. "'4:�- 'A x �.dr '�P'�°.. .�,.,: � t r. --rs,: SWA 'wr'N -+ • ,,.. 'X t rn..jr;:: r' :. : ;',.;t, , .: ,. ;'!r: .k J7. :,,,i4- - k•^C' �r.-,n 1 v .. ,�a •� ...�.c '�_, .,:ry_.�-.`.A�s<'. -:,,..,�,'.. .. h - %:,.-' =x r,., i .. s.._, .., •�, x,.F'":::. .a�-._.., � t'd �� ','S�a,:. !�_� b"3-'•ty..' T" 're,. ,. ., .�.. :,rt' ,..: -.�. +,....: ../. .. ..a. i ;. :-.,._y f..". -, .3� { .'il "`A.,. .. .genb K,.,.. '9•.. - +kt+,''#'+r ,en.3 �{ T:h. ... r.'<,',: `:.: 4 ,,...:r ',.. .:.; '• :.� n. ":-, ,. y �/1 s-^:pd.,: .ra,.T.. �».y� 7.-'� T ^+, f ).�.;. 1. �'M , a t, Fye�z wC�y�Y,)h �. r wr=�wv" $ .'Sa•-r _�'"� r v. r�* 'x:.» �,�e.�' °�x,i. v t f th a �'�'• '\( ISI[))) a' a i•'t a l f-h _. r`1 T• t � y ��, "`�.� y-� ,�2ti�s�,Y``• "',. a+tv ��°'.•�1,•� i��k y« v.7. '_S. E 3 to. 11M 44W 1, y < �W �.;... r�. " o.,� ': ,,/�A•,i �� , •'i2 a, 4 r,�;A!,�y,,� �T�+.t x,:.�.. 7'ix' +r.%a y,� 8 v une�'•. ,� W'.. �y� ;F S '.r" i.Ea�'�4N' :.., J �' l •. 4'h ;yyt.k. ,�`. - : ,���. � ,y`� ., � Y h ,'sy,W .x, r. a:��c u �' •t 2�:: _« "" �.•': y y+ :# 'r Nt V {• ' '�1�A,` , ..:. > •""J,�."� V ^�'K r'�''�'' ,., ,( i�,'+Af,� Myl�, i M .., 'o1x #" +¢,h, . yr'p h-'. fl.. ,ri J a'� s -�•x,,,., � ,a. .e .rW� "�' .., g �, p# sr��� - y.;, .. .... ��, �.. ..:, fi ,, -..`: � �\\\ '+••Y ,.t s; :,rE•rr�r�',ip,e,� ,J§ :�. k �.xi.. 'K .u:' T ���'��� ��� '� e�r�,.��� �`4f g..:.:_. ,.y.- Ga'„•.-" ,... '.�*x'$e- Y 'r$ ,.::- a. '; ;�. . �, *)rrr•�:''dt;. ., s .��:>i".^�wc¢:.,I_i_ .: h:3 si.n .�,.. y .. _ '" °�'t,t .'- �� ... 00600 INSURANCE AND CONSTRUCTION BOND FORMS BONDS AND INSURANCE INSTRUCTIONS Instruction Sheet 1. Insurance Company must be licensed by State of Texas. 2. Agent signing bonds must be licensed in Texas. 3. Agent signing bonds must have Power of Attorney on behalf of insurance company. 4. If Agent signing bonds has Power of Attorney, but not licensed in Texas, then the bond must be counter-signed by Texas local recording_agent. ALL THE ABOVE INFORMATION CAN BE FOUND AT Texas Department of Insurance website—www.tdi.state.tx.us 5. Make sure the dollar amount on both Performance and Payment Bonds match the amount of the Agreement& Bid Form Sheet. 6. Both Performance and Payment Bonds should be signed by Authorized Person. If the contractor is a corporation, then it should be signed by the President or the Vice-President. If the contractor is not incorporated, then it may be signed by the Owner. Please state the title of the authorized person. CERTIFICATE OF LIABILITY INSURANCE Instruction Sheet 1. CERTIFICATE OF LIABILITY INSURANCE FORM The City of Round Rock's Certificate of Liability Insurance form provided herein or a standard ACORD form. 2. PRODUCER and INSURED-Please list name, address,phone number and e-mail. 3. COMPANIES AFFORDING COVERAGE — TDI number required. The TDI number can be obtained from the Texas Dept of Insurance Website: htip://www.tdi.state.tx.us/.—Company Lookup. Note: Exception to this rule.In certain instances where there is unusual risks involved,Surplus Lines Insurance Carriers can be used.Below are the guidelines: a. Insurance Company does not have to be"licensed in Texas",but they do have to be"eligible for a Texas license." Please verify with the Texas Dept of Insurance Website:http://www.tdi.state.tx.tis/.—Company Lookup b. Policy has to be written by licensed surplus lines Agent. Also verify with the Texas Dept of Insurance Website:http://www.tdi.state.tx.us/-Agent Lookup 4. TYPES OF INSURANCE COVERAGE— CONSTRUCTION CONTRACT: Please double check the General Conditions and the Supplemental General Conditions for the types and amounts of insurance required. The Supplemental General Conditions usually state the following: a. Business Automobile Liability Insurance b. Workers' Compensation and Employers' Liability Insurance C. Commercial General Liability Insurance d. Builders' Risk Insurance— (Generally required for all "vertical" construction. Check with Project Manager for requirements.) FOR ALL OTHER CONTRACTS, PLEASE REFER TO THE INSURANCE SECTION FOR TYPE OF INSURANCE REQUIRED. (For example Engineering Service Contracts usually require "professional liability insurance".) 5. EFFECTIVE DATE & EXPIRATION DATE Please make sure dates are current. 6. City of Round Rock must be listed on the Certificate of Insurance as an additional insured (except Workers Compensation and Builders Risk). 7. Certificate must indicate that the insurance Company must give the City of Round Rock notice of any changes, cancellation , etc. at least thirty(30) days prior to date of change. 8. Make sure Certificate is signed by an Agent Licensed in the State of Texas, this can also be found on the Texas Department of Insurance website—www.tdi.state.tx.us—Agent Lookup. PERFORMANCE BOND ISSUED IN DUPLICATE Bond No. 108212421 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Cash Construction Company, Inc. , of the City of Pflugerville County of Travis and State of Texas , as Principal, and Travelers Casualty and Surety Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS (Owner), in the penal sum of Four million two hundred sixty-one thousand ninety-eight dollars and zero cents Dollars ($4,261,098.00 ) 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 Principal has entered into a certain written Agreement with the Owner dated the L`? - day of MAA,lA , 20Z&' 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: Chisholm Trail South Improvements(Old Town) 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 $4,261,098.00 sum of this Performance Bond, plus all costs and expenses, including attorney's fees and expert and consultant fees incurred by Owner to enforce its rights under this Performance Bond. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 27th day of February ,2025 . Cash Construction Company,Inc. Travelers Casualty and Surety Company Principal Surety �. 8arr&.O- FrA^k— Misty Witt Printed Name r Printed Name By: By: - Title: Ckhkf 0,,+Zrnah— Title: Attorney -Fact Address: 217 Kingston Lacy Blvd. Address: One Tower Square Pflugerville,TX 78660 Hartford,CT 06183 Resident Agent of Surety: Signature Misty Witt Printed Name 500 Dallas St., Ste. 1500 Street Address Houston,TX 77002 City, State&Zip Code Page 2 00610 42020 Performance Bond 00443639 PAYMENT BOND ISSUED IN DUPLICATE Bond No. 108212421 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Cash Construction Company Inc. , of the City of Pflugerville , County of Travis and State of Texas as Principal, and Travelers Casualty and Surety Company authorized under the laws of the State of Texas to act as Surety on Bonds for Principals,are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Four million two hundred sixty-one thousand ninety-eight dollars and zero cents Dollars ($ 4,261,098.00) 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 entered into a certain written Agreement with the Owner, dated the 7-'7"5-- day of RI(AAC. - , 20 7S 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: Chisholm Trail South Improvements(Old Town) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors,workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts,work,labor,equipment,supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00620 04-2020 Payment Bond 00437699 PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect its obligation on this bond,and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 27th day of February , 20 25 Cash Construction Company, Inc. Travelers Casualty and Surety Company Principal Surety A 19qraGH4- F-An k— Misty Witt Printed Name Printed Name By: ow_— By: Title: CHt'e ES-HmA4r-- Title: Attorney -Fact Address: 217 Kingston Lacy Blvd. Address: One Tower Square Pflugerville,TX 78660 Hartford, CT 06183 Resident Agent of Surety: Signature Misty Witt Printed Name 500 Dallas St., Ste. 1500 Street Address Houston, TX 77002 City, State & Zip Code Page 2 006201-2020 Payment Bond 00090656 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS. St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Misty Witt of Houston Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed,this 21st day of April, 2021. a3��C S�AFTyC, tY A4� �t e KART70R0,ji;_ l�iFttFORO, CO/OIW1 N. p¢ CCNN. n tiA1 State of Connecticut By: City of Hartford ss. Robert ORaney, Senior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. NOTARY / My Commission expires the 30th day of June. 2026 .�• � FJE:iC u / Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect,reading as follows RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her:and it is FURTHER RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED,that any bond, recognizance,contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b) duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority,and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes,the undersigned,Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 27th day of February 2025 HAAT:ORD,i a uaoi, < COMM •. crn N. CORN f • IfA fie`°M ` < '�' �p Kevin E Hughes,Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. Figure: 28 TAC §1.601(a)(2)(B) Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company or HMO first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company or HMO. If you don't, you may lose your right to appeal. Travelers Casualty and Surety Company To get information or file a complaint with your insurance company or HMO: Call: Travelers Bond & Specialty Insurance Claims at 800-842-8496 Toll-free- 800-842-8496 Email: BSIClaims@travelers.com Mail: Travelers Bond & Specialty Insurance Claim PO BOX 2989, Hartford, CT 06104-2989 The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 File a complaint: www.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov Mail: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 jiene una queja o necesita ayuda? Si tiene un problema con una reclamaci6n o con su prima de seguro, Ilame primero a su compania de seguros o HMO. Si no puede resolver el problema, es posible que el Departamento de Seguros de Texas (Texas Department of Insurance, por su nombre en ingles) pueda ayudar. Aun si usted presenta una queja ante el Departamento de Seguros de Texas, tambien debe presenter una queja a trav6s del proceso de quejas o de apelaciones de su compania de seguros o HMO. Si no to hace, podria perder su derecho para apelar. Travelers Casualty and Surety Company of America Para obtener informaci6n o para presenter una queja ante su compania de seguros o HMO: Call: Travelers Bond & Specialty Insurance Claims at 800-842-8496 Toll-free: 800-842-8496 Email: BSIClaims@travelers.com Mail: Travelers Bond & Specialty Insurance Claims PO BOX 2989, Hartford, CT 06104-2989 EI Departamento de Seguros de Texas Para obtener ayuda con una pregunta relacionada con los seguros o para presentar una queja ante el estado: Llame con sus preguntas al: 1-800-252-3439 Presente una queja en: www.tdi.texas.gov Correo electr6nico: ConsumerProtection@tdi.texas.gov Direcci6n postal: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 A ® DATE(MMIDD/YYYY) CERTIFICATE OF LIABILITY INSURANCE F03/13/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MARSH USA,LLC. NAME: Joseph Wagers TWO ALLIANCE CENTER AX PHONE 1 312 995 0108 AIC No): 3560 LENOX ROAD,SUITE 2400 E-MAIL ATLANTA,GA 30326 ADDRESS: Joseph.Wagers@marsh.com Attn:Mastec.certs@marsh.com INSURERS AFFORDING COVERAGE NAIC A CN 1 02902330-Stnd-GAWU-24-25 CASH INSURER A: ACE American Insurance Company 22667 INSURED Cash Construction Company,Inc. INSURER B: Indemnity Ins Co Of North America 43575 MasTec North America,Inc INSURER C: AC Fire Underwriters Insurance Company 20702 217 Kingston Lacy Blvd. INSURER D: N/A Pflugerville,TX 78660 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: ATL-005971300-03 REVISION NUMBER: 15 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. /NSR ADDLSUBRPTYPE OF INSURANCE IVSD WVD POLICY NUMBER MMIDDLICYIYYYY MEFF M LICY EXP LTR IDDNYYY LIMITS A X COMMERCIAL GENERAL LIABILITY X X XSLG48924803 09/15/2024 09/15/2025 EACH OCCURRENCE $ 3,000,000 CLAIMS-MADE X❑OCCUR PREM SES ERE oNTEccu ence $ 500,000 DA X SIR-$2,000,000 MED EXP(Any one person) $ EXCLUDED PERSONAL&ADV INJURY $ 3,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 20,000,000 X POLICY PRO- LOC PRODUCTS-COMP/OP AGG $ 6,000,000 OTHER: $ A AUTOMOBILE UABILITY X X ISA H10846110 09/15/2024 09/15/2025 COMBINED SINGLE LIMIT $ 5,000,000 (" a accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident $ UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESS UAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ B WORKERS COMPENSATION X WLRC72603746(AOS) 09/15/2024 09/15/2025 X STATUTE �RH AND EMPLOYERS'UABIUTY A ANYPROPRIETOR/PARTNER/EXECUTIVE Y/N WLRC72603783 (AZ,MA) 09/15/2024 09/15/2025 E.L.EACH ACCIDENT $ 2,000,000 C OFFICER/MEMBEREXCLUDED? NIA SCFC72603825 WI 09/15/2024 09/15/2025 (Mandatory In NH) ( ) E.L.DISEASE-EA EMPLOYEE $ 2,000,000 If yes,describe under 2,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached K more space Is required) Re-Chisholm Trail South Improvements(Old Town)-Round Rock,TX Service line-25004 OWNER is/are included as additional insured(except workers'compensation)where required by written contract. A waiver of subrogation applies in favor of the certificate holder,If required by written contract with the named insured,subject to the terms and conditions of the policies.Contractual Liability is included in the General Liability subject to policy terms and conditions. CERTIFICATE HOLDER CANCELLATION City of Round Rock,Texas SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 221 East Main Street THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Round Rock,TX 78664 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENT E @ 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: CN102902330 LOC#: Atlanta ACCWLY ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED MARSH USA,LLC.o Cash Construction Company,Inc.0 MasTec North America,Inco POLICY NUMBER 217 Kingston Lacy ON& Pfiugerville,TX 78880 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 1 Excess Workers'Compensationo Carrier.ACE American Insurance Company_ Policy:WCUC72603862(CA,FL,GA,NC,TX)o Effective:09/15/20240 Expiration:09/15/20250 Limits:0 E.L.Each Accident:$2,000,0000 E.L.Disease-Each Employee:$2,000,000[ E.L.Disease-Policy Limit:$2,000,000 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 25 ADDITIONAL INSURED—OWNERS, LESSEES OR CONTRACTORS— COMPLETED OPERATIONS Named Insured F^dorssmentNumber MasTec, Inc. Policy Syrnbol Policy Number Policy Period Elfettive Date of Endorsement XSL G48924803 09/15/2024 To 09/15/2025 09/15/2024 Issued By(Name of Insurance Comperry) ACE American Insurance Company Insert the policy number.The remainder of the information Is to be completed only when this andon Tient is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This Endorsement modifies insurance provided under the following: EXCESS COMMERCIAL GENERAL LIABILITY POLICY SCHEDULE Name Of Additional Insured Person(s) Or O anlzation s : Location And Description Of Completed Operations Any person or organization whom you have agreed to All locations where you perform work for such additional include as an additional insured under a written insured pursuant to any such written contract. contract, provided such contract was executed prior to the date of loss Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II —Who Is An Insured is amended to include as an additional insured the person(s) or organiza- tions)shown in the Schedule, but only with respect to liability for"bodily injury"or"property damage"caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorse- ment performed for that additional insured and included in the"products-ompleted operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Llmlts Of Insurance And Retained Limit: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Authorized Representative XS-21164a(04/13) Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 1 of 1 33 ADDITIONAL INSURED—OWNERS, LESSEES OR CONTRACTORS —SCHEDULED PERSON OR ORGANIZATION Named Insured Endorsement Number MasTec, Inc. Policy Symbol Policy Number Policy Period Elrerdive Date of Endorsement XSL G48924803 09/15/2024 To 09/15/2025 09/15/2024 Issued By(Name of Insurance Compeiv) ACE American Insurance Company Insert the policy number.The remainder of the info nation is to be completed only when this andwaamnt is issued subsequant to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This Endorsement modifies insurance provided under the following: EXCESS COMMERCIAL GENERAL LIABILITY POLICY SCHEDULE Name Of Additional Insured Person(s) Or O anization s : Locations Of Covered Operations Any person or organization whom you have agreed to All Locations where you are performing ongoing include as an additional insured under a written contract, operations for such additional insured pursuant to provided such contract was executed prior to the date of any such written contract. loss. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section 11 —Who Is An Insured is amended to include as an additional insured the person(s) or organiza- tions) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury' caused, in whole or in part, by: 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds,the following additional exclusions apply: This insurance does not apply to"bodily injury"or"property damage"occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or XS-21168a(04/13) Copyright,Insurance Services Office,Inc., 2012 Page 1 of 2 2. That portion of'your work' out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance And Retained Limit: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Authorized Representative XS-21168a(04113) Copyright,Insurance Services Offoe,Inc., 2012 Page 2 of 2 POLICY NUMBER: XSL G48924803 CHUBB ` NOTICE TO POLICYHOLDERS NOTICE TO OTHERS -SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium,we will endeavor to send written notice of cancellation,to the persons or organizations listed in the schedule that you or your representative create or maintain (the"Schedule') by allowing your representative to send such notice to such persons or organizations. This notice will be In addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice of cancellation, as provided by your representative, is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s)or organization(s)shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. The provisions of this notice do not apply in the event that you cancel the Policy. ALL-4275(10111) Page 1 of 1 CHUBB 27 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Named Insured Endorsement Number MasTec,Inc. Policy Symbol Policy Number Policy Period Mel"Date of Endorsement XSL G48924803 1 09/15/2024 To 09/15/2025 09/15/2024 reamed By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the infmr nation is to be completed only wbm this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: EXCESS COMMERCIAL GENERAL LIABILITY POLICY SCHEDULE Name of Person or Organization: Any person or organization requiring a waiver of right of recovery in a written contract with you, provided such contract was executed prior to the date of loss. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery against the person(s)or organization(s) shown in the Schedule above because of payments we make under this policy.Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s)or organization(s)shown in the Schedule above. All Other Terms And Conditions Remain Unchanged. Authorized Representative X5-6W34a(o2/2o) Page 1 of 1 Workers' Compensation and Employers'Liability Policy Named Insured Endorsement Number MASTEC,INC. 800 DOUGLAS ROAD PENTHOUSE Policy Number CORAL GABLES FL 33134 Symbol: WLR Number. 072603746 Policy Period Effective Date of Endorsement 09/15/2024 TO 09�15F2025 09/15 2024 Issued By(Name of Insuranoe Company) INDEMNITY INS_CO.OF NORTH AMERICA Insert the policy number.The remainder of the Infomiatlon Is to be completed only whom this endorsement Is Issued subsequent to the preparation of the policy. This endorsement changes the policy to which It Is attached and Is effective on the date Issued unless otherwise stated. NOTICE TO OTHERS ENDORSEMENT—SCHEDULE A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out below, to send written notice of cancellation, via such electronic or other form of notification as we determine, to the persons or organizations listed in the schedule that you or your representative provide or have provided to us (the 'Schedule'). You or your representative must provide us with the physical and/or e-mail address of such persons or organizations, and we will utilize such e-mail address or physical address that you or your representative provided to us on such Schedule. B. The Schedule must be initially provided to us within 15 days after: I. The beginning of the Policy period, if this endorsement is effective as of such date; or III. This endorsement has been added to the Policy, if this endorsement is effective after the Policy period commences. C. This endorsement must be in an electronic format that is acceptable to us; and must be accurate. D. Our delivery of the notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. We will endeavor to send or deliver such notice to the e-mail address or physical address corresponding to each person or organization indicated in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. F. The notice referenced in this endorsement is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). Our failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule shall impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information provided to us in any Schedule, nor are we responsible for any incorrect information that you or your representative provide to us. If you or your representative does not provide us with a Schedule, we have no responsibility for taking any action under this endorsement. In addition, if neither you nor your representative provides us with e-mail and physical address information with respect to a particular person or organization, then we shall have no responsibility for taking action with regard to such person or entity under this endorsement. H. We may arrange with your representative to send such notice in the event of any such cancellation. I. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. J. This endorsement does not apply in the event that you cancel the Policy. Al other terms and conditions of this Policy remain unchanged. WC 99 03 70A(08/12) Page 1 of 2 Authorized Representative WC 99 03 70A(08112) Page 2 of 2 Workers'Compensation and Employers'Liability Policy Named Insured Endorsement Number MASTEC,INC. 800 DOUGLAS ROAD PENTHOUSE Policy Number CORAL GABLES FL 33134 Symbol: WLR Number. C72603746 Policy Period Effective Date of Endorsement 09/15/2024 To 09/15/2025 09/15/2024 Issued By(Name of Insurance Company) INDEMNITY INS.CO.OF NORTH AMERICA Insert the policy number.The remainder of the Information Is to be completed only when thls endorsement Is Issued subsequent to the preparation of the policy. This endorsement changes the pol ley to which It Is attached and Is efiecttve on the date Issued unless otherwise stated. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION REQUIRING A WAIVER OF RIGHT OF RECOVERY IN A WRITTEN CONTRACT WITH YOU, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the states of CA, UT, TX, refer to state specific endorsements. This endorsement is not applicable in KY, NH, and NJ. The endorsement does not apply to policies in Missouri where the employer is in the construction group of code classifications.According to Section 287.150(6)of the Missouri statutes, a contractual provision purporting to waive subrogation rights against public policy and void where one party to the contract is an employer in the construction group of code classifications. For Kansas, use of this endorsement is limited by the Kansas Fairness in Private Construction Contract Act(K.S.A.. 16-1801 through 16-1807 and any amendments thereto) and the Kansas Fairness in Public Construction Contract Act(K.S.A 16-1901 through 16-1908 and any amendments thereto). According to the Acts a provision in a contract for private or public construction purporting to waive subrogation rights for losses or claims covered or paid by liability or workers compensation insurance shall be against public policy and shall be void and unenforceable except that, subject to the Acts, a contract may require waiver of subrogation for losses or claims paid by a consolidated or wrap-up insurance program. Authorized Agent WC 00 03 13(11105) 0 Copyright 1983-2017 National Council on Compensation Insurance,Inc.All Rights Reserved. 19 ADDITIONAL INSURED— DESIGNATED PERSONS OR ORGANIZATIONS Named Insured MasTec, Inc. Endorsement Number 1 Policy Symbol Policy Number Policy Period Effective Date of Endorsement ISA I H10846110 109/15/2024 To 09/15/2025 issued By(Name of Insurance Compeny) ACE American Insurance Company Insert the policy number,The remainder of the Inforrnatlan Is to be completed only when this endorsement Is Issued subsequent to the praparaUon of the pollcy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM AUTO DEALERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM EXCESS BUSINESS AUTO COVERAGE FORM Additional Insured(s): Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. A. For a covered'auto,"Who Is Insured is amended to include as an"insured,"the persons or organizations named in this endorsement. However, these persons or organizations are an'insured' only for"bodily injury'or"property damage' resulting from acts or omissions of: 1. You. 2. Any of your"employees"or agents. 3. Any person operating a covered"auto'with permission from you, any of your"employees'or agents, B. The persons or organizations named in this endorsement are not liable for payment of your premium. Authorized Representative DA-9U74c(03116) Page 1 of 1 POLICY NUMBER: ISAH 10846110 CHUBB NOTICE TO POLICYHOLDERS NOTICE TO OTHERS -SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor to send written notice of cancellation,to the persons or organizations listed in the schedule that you or your representative create or maintain (the"Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be In addltlon to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice of cancellation, as provided by your representative, is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s)or organization(s)shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. The provisions of this notice do not apply in the event that you cancel the Policy. ALL-34275(10111) Page 1 of 1 17 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Named Insured MasTec, Inc. Endorsement Number 13 Policy Symbol Policy Number Policy Period Effecttve Date of Endorsement ISA H10846110 09/15/2024 To 09/15/2425 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the information is to be oomplated only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This Endorsement modMes Insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIERS COVERAGE FORM AUTO DEALERS COVERAGE FORM We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of the use of a covered auto. The waiver applies only to the person or organization shown in the SCHEDULE. SCHEDULE Any person or organization against whom you have agreed to waive your right of recovery in a written contract, provided such contract was executed prior to the date of loss. Authorized Representative DA-13115a(06114) Page 1 of 1