Loading...
Contract - Smith Contracting Co., Inc. - 11/6/2025 CITY OF ROUND ROCK TRANSPORTATION DEPARTMENT 0 - -- ROUND ROCK TEXAS Project Manual For: Gattis School Road Segment 6 Federal Aid Project #: STP 2021(685) MM CSJ: 0914-05-196 August 2025 Prepared By: ppp4p01n �P�E OF Ek°°a o.. m APPROVEDBY .ERIN... GONZALES ® 102407 vp C1 TOR Y 00`g 0NALp�e o TBPE Firm Registration No 1046 �U�, S- a� BID BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That SMITH CONTRACTING CO.,rNC. of the City of Austin County Of Travis State of Texas as Principal, and SiriusPoint America Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals,are held and firmly bound unto the CITY OF ROUND ROCK,TEXAS("Owner"), in the penal sum of Five Percent(5%)of the total amount of the Bid of the Principal submitted to the Owner, for the Work described below; for the payment whereof, well and truly to be made,and the said Principal and Surety do herby bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally,as follows: In no case shall the liability of the Surety hereunder exceed the sum of Five Percent Greatest Amount Bid Dollars($ 5%GAB ). THE CONDITIONS OF THIS OBLIGATION ARE SUCH that,whereas,the Principal has submitted the above-referenced Bid to the Owner, for construction of the Work under the "Specifications for Construction of Gattis School Road Segment 6 for which Bids are to be opened at the office of Owner on the twenty fifth day of September ,2025 . NOW,THEREFORE, if the Principal is awarded the Contract,and within the time and manner required under the"Instructions to Bidders,"after the prescribed forms are presented to her/him for signature,enters into a written Agreement substantially in the form contained in the Bid Documents, in accordance with the Bid, and files the two (2) bonds with the Owner, one to guarantee faithful performance and the other to guarantee payment for labor and materials,then this obligation shall be null and void;otherwise, it shall be and remain in full force and effect. If, however, Principal fails to enter into a written Agreement with the Owner in accordance with the Bid or Principal and Surety fail to timely deliver to Owner the performance and payment bonds required by the Bid Documents, Surety within five(5)business days after receipt of a written demand from Owner shall pay to Owner the full penal sum of this Bid Bond,subject to the limitation described herein. In the event that suit is brought upon this Bond by the Owner and judgment is recovered, said Surety shall pay all costs incurred by the Owner in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument on this the 25th day of the month of September 2025 . SMITH CONTRACTING CO. INC. SiriusPoint America Insurance Company Principal Surety Kenneth Nitsche Printed Name Printed Name By: By:/Lwytb ����— Title: ' Title: Attorney-In-Fact Address: 15308 Gineer St Address: I World Trade Center 285 Fuln Street 47th Austin,Tx 78728 Floor,Suite 47J,New York,NY 10007 00200 4-2020 Page I Bid Bond 00443638 Resident Agent of Surety: Signature Kenneth Nitsche Printed Name 143 East Austin St Street Address Giddings Texas,78942 City, State,Zip Page 2 00200 4-2020 Bid Bond 00443638 POWER OF ATTORNEY NITGID01 0623 SIRIUSPOINT AMERICA INSURANCE COMPANY NEW YORK KNOW ALL MEN BY THESE PRESENTS:That SiriusPoint America Insurance Company(the"Company"),a New York corporation,having its principal office in the City of New York,pursuant to the following Resolution,which was adopted on August 27,2024 by Unanimous Written Consent of the Board of the Directors of the Company,to wit: RESOLVED, that the President, Senior Vice President, Chief Financial Officer, Secretary or the Assistant Secretary is hereby authorized to execute Powers of Attorney appointing as attorneys-in-fact selected employees of certain surety companies who shall have the power for and on behalf of the Company to execute and affix the seal of the Company to surety contracts as surety.Such authority can be executed by use of facsimile signature. Does hereby nominate,constitute and appoint: Kenneth Nitsche,Robert James Nitsche.Robert K.Nitsche.Craig Parker,Gary Nitsche,Jennifer J.Biehle Its true and lawful agent and attorney-in-fact,to make,execute,seal and deliver for and on its behalf,and its act and deed any and all bonds,contracts. agreements of indemnity and other undertakings in suretyship(NOT INCLUDING bonds without a fixed penalty or financial guarantee)and to bind the Company thereby as fully and to the same extent as of same were signed by the duly authorized officers of the Company,provided,however,that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $63,971,000 single bond limit All acts of said attorneys-in-fact pursuant to the authorities herein given are hereby ratified and confirmed. The President,Senior Vice President.Chief Financial Officer,Secretary or Assistant Secretary may from time to time and at any time remove such appointee and remove the power given to him or her. The execution of such bonds or undertakings in pursuance of these presents,within one year of the date of these present,shall be binding under said Company,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in New York,New York,in their own proper persons. IN WITNESS WHEREOF.SiriusPoint America Insurance Company has caused its corporate seal to be hereunto affixed and these presents to be signed by its President this tenth day of October,2024. "S SiriusPoint America Insurance Company O �Ry?ri 0 SEAL 1979 °= State of New York .Y�4�a� Paul Mihulka County of New York "'S,,,,,`, President On this tenth day of October 2024,before me a Notary Public of the State of New York,in and for the County of New York,duly commissioned and qualified,came Paul Mihulka,President,of SiriusPoint America Insurance Company,to me personally known to be the individual and officer described in,and who executed the preceding instrument.and acknowledged the execution of the same,and being by me duly sworn,deposed and said that he is the officer of the said Company aforesaid,and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and the said Corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company,referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF.I have hereunto set my hand and affixed my official seal. SUSAN HISC C New York Notary Public-Stat! No.OIN16444797 /Notary Public Qualified In Richmond County226 �p My Commission Expires Dec 5. My Commission expires C, aQ� STATE OF New York COUNTY OF New York I,Paul Mihulka.President of SiriusPoint America Insurance Company,a New York corporation,do hereby certify that the above and foregoing is a full-true and correct copy of Power of Attorney,is still in full force and effect and has not been revoked. IN WITNESS WHEREOF.I have hereunto set my hand,and affixed the Seal of said Company,on the 25th day of September 20 25 e INS �k ,s���< � ,,. �pp',T��r'c SEA1. _ 0 1979 0= Paul Mihulka '!'� �W Ypt�ya President BID FORM PROJECT NAME: Gattis School Road Improvements Segment 6 PROJECT LOCATION: Round Rock,Texas OWNER: City of Round Rock,Texas DATE: _September 25,2025 Ail: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder hereby proposes to do all the Work,to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the Work on which he bids as provided by the attached Bid Documents,and as shown on the plans for the construction of Gattis School Road Improvements Segment 6 and binds himself on acceptance of this bid to execute the Agreement and bond for completing said Work within the time stated, for the following prices,to wit: Any addenda issued will be posted with the Project Manual and/or Contract Documents on the City's website at https'//wwwrwridrakteaasaw/departfits/transportation/son ltations/ by the close of business on September 23,2025 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#1-9/16/25 Addendum#2-9/22/25 '(1R- Addendum#3-9/23/25 fL- Gattis School Road Improvements Segment 6 BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 1 62.62 STA 100-6002 PREPARING ROW complete in place per STA for Three Thousand dollars and Zero cents. $ 3,000.00 $ 187,860.00 2 31 EA 100-6003 PREPARING ROW(TREE)(5"TO 12"DIA) complete in place per EA for Five Hundred dollars and Zero cents. $ 500.00 $ 15,500.00 3 12 EA 100-6004 PREPARING ROW(TREE)(12"TO 24"DIA) complete in place per EA for Seven Hundred dollars and Zero cents. $ 700.00 $ 8,400.00 4 4308 SY 104-6015 REMOVING CONC(SIDEWALKS) complete in place per SY for Fourteen dollars and Zero cents. $ 14.00 $ 60,312.00 4A 4283 SY 104-6017 REMOVING CONC(DRIVEWAYS) complete in place per SY for Eighteen dollars and Zero cents. $ 18.00 $ 77,094.00 413 13529 SY 104-6022 REMOVING CONC(CURB AND GUTTER) complete in place per SY for Six dollars and Zero cents. $ 6.00 $ 81,174.00 Gattis School Road Improvements Segment 6 5 40666 CY 110-6001 EXCAVATION(ROADWAY) complete in place per CY for Twenty Five dollars and Zero cents. $ 25.00 $ I,Ot6,650.00 6 1110 CY 110-6003 EXCAVATION(SPECIAL) complete in place per CY for Thirty One dollars and Zero cents. $ 31.00 $ 34,410.00 7A 4984 CY 132-6004 EMBANKMENT(FINAL)(DENS CONT)(TY B) complete in place per CY for Twelve dollars and Zero cents. $ 12.00 $ 59,808.00 8 26348 SY 160-6006 FURNISHING AND PLACING TOPSOIL(3") complete in place per SY for One dollars and 'Twenty Five cents. $ 1.25 $ 32,935.00 9 26348 SY 164-6007 BROADCAST SEED(PERM)(URBAN)(CLAY) complete in place per SY for Zero dollars and Forty-Seven cents. $ 0.47 $ 12,383.56 10 13125 SY 164-6009 BROADCAST SEED(TEMP)(WARM) complete in place per SY for Zero dollar; and Forty-Four cents. $ 0.44 $ 5,775.00 I l 13125 SY 164-6011 BROADCASTSEED(TEMP)(COOL) complete in place per SY for Zero dollars and Forty-Four cents. $ 0.44 $ 5,775.00 12 216 MG 168-6001 VEGETATIVE WATERING complete in place per MG for Fifty dollars and 'Zero cents. $ 50.00 $ 10,800.00 13 4206 CY 247-6041 FL BS(CMP IN PLC)(TYA GRI-2)(FNAL POS) complete in place per CY for Forty Six dollars and Zero cents. $ 46.00 $ 193,476.00 14 1788 Q 260-6002 LIME(HYDRATED LIME(SLURRY)) complete in place per TON for Three Hundred Thirty dollars and Zero cents. $ 330.00 $ 590,040.00 15 7269 SY 260-6011 LIME TRT(EXST MATL)(12") complete in place per SY for Thirteen dollars and Twenty-Five cents. $ 13.25 $ 96,314.25 Gattis School Road Improvements Segment 6 16 43418 SY 260-6027 LIME TRT(EXST MATL)(8") complete in place per SY for Five dollars and Twenty-Five cents. $ 5.25 ^$ 227,944.50 17 961 GAL 310-6009 PRIME COAT(MC-30) complete in place per GAL for Ten dollars and Zero cents. $ 10.00 $ 9,610.00 20 1553 SY 354-6002 PLAN&TEXT ASPH CONC PAV(0"TO 2") complete in place per SY for Ten dollars and Fifty cents. $ 10.50 $ 16,306.50 21 46290 SY 360-6020 CONC PVMT(JOINTED-CPCD)(10") complete in place per SY for One Hundred Fourteen dollars and Zero cents. $ 114.00 $ 5,277,060.00 22 164 CY 400-6005 CEM STABIL BKFL complete in place per CY for Two Hundred dollars and Zero cents. $ 200.00 $ 32,800.00 23 53 SY 400-6006 CUT&RESTORING PAV complete in place per SY for One Hundred dollars and Zero cents. $ 100.00 $ 5,300.00 24 4021 LF 402-6001 TRENCH EXCAVATION PROTECTION complete in place per LF for Two dollars and Zero cents. $ 2.00 $ 8,042.00 25 1432 SF 403-6001 TEMPORARY SPL SHORING complete in place per SF for Twenty Five dollars and Zero cents. $ 25.00 $ 35,800.00 Gattis School Road Improvements Segment 6 26 72 LF 416-6030 DRILL SHAFT(TRF SIG POLE)(241N) complete in place per LF for Two Hundred Twenty Five dollars and Zero cents. $ 225.00 $ 16,200.00 27 60 LF 416-6031 DRILL SHAFT(TRF SIG POLE)(30 IN) complete in place per LF for Two Hundred Eighty dollars and Zero cents, $ 280.00 $ 16,800.00 28 98 LF 416-6032 DRILL SHAFT(TRF SIG POLE)(36 IN) complete in place per LF for Three Hundred Sixty dollars and Zero cents. $ 360.00 $ 35,280.00 29 66 LF 416-6034 DRILL SHAFT(TRF SIG POLE)(48 IN) complete in place per LF for Seven Hundred Seventy dollars and Zero cents. $ 770.00 $ 50,820.00 30 250 1.F 416-6088 DRILL SHAFT(RDWY ILL POLE)(24 IN) complete in place per LF for Two Hundred Eighty dollars and Zero cents. $ 280.00 $ 70,000.00 31 88 CY 432-6031 RIPRAP(STONE PROTECTION)(12 IN) complete in place per CY for Two Hundred Forty Five dollars and Zero cents. $ 245.00 $ 21,560.00 32 223 LF 450-6052 RAIL(HANDRAIL)(TY F) complete in place per LF for Two Hundred Twenty dollars and Zero cents. $ 220.00 $ 49,060.00 33 38 LF 460-6004 CMP(GAL STL 30 IN) complete in place per LF for One hundred Ten dollars and Zero cents. $ 110.00 $ 4,180.00 34 82 LF 462-6014 CONIC BOX CULV(7 FT X 3 FT) complete in place per LF for Nine Hundred dollars and Zero cents. $ 900.00 $ 73,800.00 35 27 LF 462-6058 CONC BOX CULV(7 FT X 3 FT)(EXTEND) complete in place per LF for One Thousand Five Hundred dollars and Zero cents. S 1,500.00 $ 40,500.00 36 60 LF 462-6078 CONC BOX CULV(10 FT X 10 FT)(EXTEND) complete in place per LF for Two Thousand Four Hundred dollars and Zero cents. S 2,400.00 $ 144,000.00 Gattis School Road Improvements Segment 6 37 1959 LF 464-6003 RC PIPE(CL 111)(18 IN) complete in place per LF for Two Hundred Ten dollars and 'Zero cents. $ 210.00 $ 411,390.00 38 1879 LF 464-6005 RC PIPE(CL 111)(24 IN) complete in place per LF for Two Hundred Thirty Four dollars and Zero cents. $ 234.00 $ 439,686.00 39 20 LF 464-6007 RC PIPE(CL I[l)(30 IN) complete in place per LF for Two Hundred Forty Two dollars and Zero cents. $ 242.00 $ 4,840.00 40 187 LF 464-6008 RC PIPE(CL III)(36 IN) complete in place per LF for Three Hundred Two dollars and Zero cents. $ 302.00 $ 56,474.00 41 1306 LF 464-6009 RC PIPE(CL III)(42 IN) complete in place per LF for Three 13undred Eighty Four dollars and Zero cents. $ 384.00 $ 501,504.00 42 294 LF 464-6010 RC PIPE(CL III)(48 IN) complete in place per LF for Five Hundred Six dollars and Zero cents. $ 506.00 $ 148,764.00 43 4 EA 465-6014 INLET(COMPL)(PCO)(3FT)(LEFT) complete in place per EA for Five Thousand Six Hundred dollars and Zero cents. $ 5,600.00 $ 22,400.00 44 2 EA 465-6015 INLET(COMPL)(PCO)(3FT)(RIGHT) complete in place per EA for Six Thousand dollars and Zero cents. $ 6,000.00 $ 12,000.00 45 33 EA 465-6016 INLET(COMPL)(PCO)(3F O(BOTH) complete in place per EA for Six Thousand Three Hundred dollars and Zero cents. $ 6,300.00 $ 207,900.00 46 14 EA 465-6071 INLET(COMPL)(PSL)(RC)(4F'I'X4FT) complete in place per EA for Seven Thousand dollars and Zero cents. $ 7,000.00 $ 98,000.00 Gattis School Road Improvements Segment 6 47 12 EA 465-6074 INLET(COMPL)(PSL)(RCx5FTX5FT) complete in place per EA for _Eight Thousand Eight Hundred dollars and Zero cents. $ 8.800.00 $ 105,600.00 48 1 EA 465-6126 INLET(COMPL)(PSL)(FG)(3FTX3FT-3FTX3FT) complete in place per EA for Six Thousand dollars and Zero cents. $ 6,000_00 $ 6,000.00 49 2 EA 466-6173 WINGWALL(PW- 1)(HW=12 FT) complete in place per EA for Forty Nine Thousand dollars and Zero cents. $ 49,000.00 $ 98,000.00 50 3 EA 466-6180 WINGWALL(PW-1)(HW=5 FT) complete in place per EA for Nine Thousand dollars and Zero cents. $ 9,000.00 $ 27,000.00 51 1 EA 466-6181 WINGWALL(PW-1)(HW=6 FT) complete in place per EA for Twenty Thousand dollars and Zero cents. $ 20,000.00 $ 20,000.00 52 1 EA 467-6388 SET(TY 11)(24 IN)(RCP)(3:1)(C) complete in place per EA for One Thousand Eight Hundred dollars and Zero cents. $ 1,800.00 $ 1,800.00 53 1 EA 467-6395 SET(TY II)(24 IN)(RCP)(6:1)(P) complete in place per EA for Two Thousand Three Hundred dollars and Zero cents. $ 2,300.00 $ 2,300.00 54 1 EA 467-6407 SET(TY 11)(30 IN)(CMP)(3:I)(P) complete in place per EA for Seventeen Thousand Five Hundred dollars and Zero cents. $ 17,500.00 $ 17,500.00 55 16 EA 496-6002 REMOV STR(INLET) complete in place per EA for Eight Hundred dollars and Zero cents. $ 800.00 $ 12,800.00 56 7 EA 496-6003 REMOV STR(MANHOLE) complete in place per EA for One Thousand dollars and Zero cents. $ 1,000.00 $ 7,000.00 Gattis School Road Improvements Segment 6 57 3 FA 496-6004 REMOV STR(SET) complete in place per EA for Six Hundred dollars and Zero cents. $ 600.00 $ 1,800.00 58 3 EA 496-6006 REMOV STR(HEADWALL) complete in place per EA for Four Thousand Seven Hundred dollars and Zero cents. $ 4,700.00 $ [4,100.00 59 2328 LF 496-6007 REMOV STR(PIPE) complete in place per LF for Fifteen dollars and 'Zero cents. $ 15.00 $ 34,920.00 60 4 EA 496-6016 REMOV STR(PIPE) complete in place per EA for Five Hundred dollars and Zero cents. $ 500.00 $ 2,000.00 61 3 EA 496-6023 REMOVE STR(JUNCTION BOX) complete in place per EA for Three Thousand dollars and Zero cents. $ 3,000.00 $ 9,000.00 62 4 EA 496-6030 REMOVE STR(BOLLARD) complete in place per EA for Four Hundred dollars and Zero cents. $ 400.00 $ 1,600.00 63 l LS 500-6001 MOBILIZA'T'ION complete in place per LS for One Million dollars and Zero cents. $ 1,000,000.00 $ 1,000,000.00 64 20.00 MO 502-6001 BARRICADES,SIGNS AND TRAFFIC HANDLING complete in place per MO for Nine Thousand dollars and Zero cents. $ 9,000.00 $ 180,000.00 65 130 LF 506-6003 ROCK FILTFR DAMS(INSTALL)(TY 3) complete in place per LF for One Hundred Twenty Five dollars and Zero cents. $ 125.00 $ 16,250.00 66 130 LF 506-6011 ROCK FILTER DAMS(REMOVE) complete in place per LF for Forty Two dollars and Zero cents. $ 42.00 $ 5,460.00 67 78 SY 506-6020 CONSTRUCTION EXITS(INSTALL.)(TY 1) complete in place per SY for "Thirty Seven dollars and Zero cents. $ 37.00 $ 2,886.00 Gattis School Road Improvements Segment 6 68 78 SY 506-6024 CONSTRUCTION EXITS(REMOVE) complete in place per SY for Twenty dollars and Zero cents. $ 20.00 $ 1,560.00 69 4972 LF 506-6038 TEMP SEDMT CONT FENCE(INSTALL) complete in place per LF for Four dollars and Forty-Five cents. $ 4.45 $ 22,125.40 70 4972 LF 506-6039 TEMP SEDMT CONT FENCE(REMOVE) complete in place per LF for One dollars and Ten cents. $ 1.10 $ 5,469.20 71 311 LF 506-6040 BIODEG EROSN CONT LOGS(INSTL)(8") complete in place per LF for Five dollars and Zero cents. $ 5.00 $ 1,555.00 72 311 LF 506-6043 BIODEG EROSN CONT LOGS(REMOVE) complete in place per LF for One dollars and Ten cents. $ 1.10 $ 342.10 73 13159 SY 508-6001 CONSTRUCTING DETOURS complete in place per SY for Seventy dollars and Zero cents. $ 70.00 $ 921,130.00 74 7520 LF 512-6009 PORT CTB(FUR&INSTXLO W PROF)(TY 1) complete in place per LF for Fifty Three dollars and Zero cents. $ 53.00 $ 398,560.00 75 600 LF 512-6010 PORT CTB(FUR&INST)(LOW PROF)(TY 2) complete in place per LF for Forty Four dollars and Zero cents. $ 44.00 $ 26,400.00 76 19980 LF 512-6033 PORT CTB(MOVEXLOW PROF)(TY 1) complete in place per LF for Seven dollars and Twenty-Five cents. $ 7.25 $ 144,855.00 77 2500 LF 512-6034 PORT CTB(MOVE)(LOW PROF)(TY 2) complete in place per LF for Eleven dollars and Zero cents. $ 11.00 $ 27,500.00 78 7520 LF 512-6057 PORT CTB(REMOVE)(LOW PROFXTY 1) complete in place per LF for Eighteen dollars and Zero cents. $ 18.00 $ 135,360.00 79 600 LF 512-6058 PORT CTB(REMOVE)(LOW PROF)(TY 2) complete in place per LF for Twenty Two dollars and Zero cents. $ 22.00 $ 13,200.00 Gattis School Road Improvements Segment 6 80 16098 LF 529-6005 CONC CURB(MONO)(TY 11) complete in place per LF for Nine dollars and Zero cents. $ 9.00 $ 144,882.00 81 3776 LF 529-6008 CONC CURB&GU'T'TER(TY Il) complete in place per LF for Nineteen dollars and Zero cents. $ 19.00 $ 71,744.00 82 Z LF 529-6015 CONC CURB(TY CI) complete in place per LF for Eighty Three dollars and Zero cents. $ 83.00 $ 81,174.00 83 205 LF 529-6027 CONC CURB(TY C2) complete in place per LF for One Hundred Fourteen dollars and Zero cents. $ 114,00 $ 23,370.00 84 2030 SY 530-6001 INTERSECTIONS(CONC) complete in place per LF for One Hundred Ninety dollars and Zero cents. $ 190.00 $ 385,700.00 85 2387 SY 530-6004 DRIVEWAYS(CONC) complete in place per SY for Ninety Six dollars and Zero cents. $ 96.00 $ 229,152.00 86 366 SY 530-6005 DRIVEWAYS(ACP) complete in place per SY for Sixty Two dollars and Zero cents. $ 62.00 $ 22,692.00 87 7099 SY 531-6002 CONC SIDEWALKS(5") complete in place per SY for Sixty dollars and Zero cents. $ 60.00 $ 425,940.00 88 3 EA 531-6004 CURB RAMPS(TY 1) complete in place per EA for Two Thousand Three Hundred dollars and Zero cents. $ 2,300.00 $ 6,900.00 89 1 EA 531-6005 CURB RAMPS(TY 2) complete in place per EA for Two Thousand Five Hundred dollars and Zero cents. $ 2,500.00 $ 2,500.00 90 7 EA 531-6008 CURB RAMPS(TY 5) complete in place per EA for Three Thousand dollars and Zero cents. $ 3,000.00 $ 21,000.00 91 7 EA 531-6010 CURB RAMPS(TY 7) complete in place per EA for Two Thousand Three Hundred dollars and Zero cents. $ 2,300.00 $ 16,100.00 Gattis School Road Improvements Segment 6 92 1 EA 531-6013 CURB RAMPS(TY 10) complete in place per EA for Two Thousand Four Hundred dollars and Zero cents. $ 2,400.00 $ 2,400.00 93 3528 SY 536-6002 CONC MEDIAN complete in place per SY for Sixty Three dollars and Zero cents. $ 63.00 $ 222,264.00 94 5 EA 560-6004 MAILBOX INSTALL-S(TWG-POST)TY 2 complete in place per EA for Three Hundred Ten dollars and Zero cents. $ 310.00 $ 1,550.00 95 50 EA 610-6246 IN RD IL(TY ST)405-8(250W EQ)LED complete in place per EA for Five'rhousand dollars and Zero cents. $ 5,000.00 $ 250,000.00 96 10593 LF 618-6023 CONDI(PVC)(SCH 40)(2") complete in place per LF for Twelve dollars and Tweny-Five cents, S 12.25 $ 129,764.25 97 3123 LF 618-6033 CONDT(PVC)(SCH 40)(24") complete in place per LF for Thirty Four dollars and Zero cents. $ 34.00 $ 106,182.00 98 232 LF 618-6034 CONDT(PVC)(SCI-140)(2-4")(BORE) complete in place per LF for One Hundred Five dollars and Zero cents. $ 105.00 S 24,360.00 99 428 LF 618-6036 CONDT(PVC)(SCH 40)(2-4")(12"STL ENCSF,) complete in place per LF for Three Hundred Sixty Five dollars and Zero cents. $ 365.00 $ 156,220.00 100 1265 LF 618-6046 CONDT(PVC)(SCH 80)(2") complete in place per LF for Twenty Eight dollars and Zero cents. $ 28.00 $ 35,420.00 101 2234 LF 618-6047 CONDT(PVC)(SCH 80)(2")(BORE) complete in place per LF for Sixty Five dollars and Zero cents. $ 65.00 $ 145,210.00 102 21405 LF 620-6006 ELEC CONDR(NO.10)BARE complete in place per LF for One dollars and Sixty-Five cents. $ 1.65 S 35,318.25 t03 2975 LF 620-6007 ELEC CONDR(NO.8)BARE complete in place per LF for Eighteen dollars and Zero cents. $ 18.00 $ 53,550.00 Gattis School Road Improvements Segment 6 104 4420 LF 620-6008 ELEC CONDR(NO.8)INSULATED complete in place per LF for One -dollars and Ninety cents. $ 1.90 $ 8,398.00 105 30 LF 620-6009 ELEC CONDR(NO.6)BARE complete in place per LF for Two dollars and Twenty-Five cents. $ 2.25 $ 67.50 .]0¢ 14439 LF 620-6010 ELEC CONDR(NO.6)INSULATED complete in place per LF for One dollars and Eighty cents. $ 1.80 S 25,990.20 107 2435 LF 621-6002 TRAY CABLE(3 CONDR)(12 AWG) complete in place per I F for Two dollars and Twenty-Five cents. $ 2.25 $ 5,478.75 108 64 EA 624-6002 GROUND BOX TY A(12231 l)W/APRON complete in place per EA for One Thousand Nine Hundred dollars and Zero cents. $ 1,900.00 $ 121,600.00 109 16 EA 624-6009 GROUND BOX TY D(162922) complete in place per EA for Two Thousand Nine Hundred dollars and Zero cents. $ 2,900.00 $ 46,400,00 110 17 EA 624-6018 GROUND BOX TY I W/APRON complete in place per EA for Six Thousand Nine Hundred dollars and Zero cents. $ 6,900.00 $ 117,300.00 111 4 EA 624-6022 GROUND BOX TY 2 W/APRON complete in place per EA for Nine Thousand Eight Hundred dollars and Zero cents. $ 9,800.00 $ 39,200.00 112 1 EA 628-6013 ELC SRV TY A 120/240 060(SS)SS(E)GC(0) complete in place per EA for Nine Thousand Eight Hundred dollars and Zero cents. $ 9,800.00 $ 9,800.00 113 4 EA 628-6145 ELC SRV TY D 120/240 060(NS)SS(E)SP(0) complete in place per EA for Eight Thousand Three Hundred dollars and Zero cents. $ 8,300.00 $ 33,200.00 114 8 EA 644-6001 IN SM RD SN SUP&AM TYIOBWG(1)SA(P) complete in place per EA for One Thousand One Hundred dollars and Zero cents. $ 1,100.00 $ 8,800.00 115 1 EA 644-6007 IN SM RD SN SUP&AM TYIOBWG(1)SA(U) complete in place per EA for One Thousand Three Hundred dollars and Zero cents. $ 1,300.00 $ 1,300.00 Gattis School Road Improvements Segment 6 116 1 EA 644-6028 IN SM RD SN SUP&AM TYS80(1)SA(P-BM) complete in place per EA for One Thousand Two Hundred dollars and Zero cents. S 1,200.00 $ 1,200.00 117 26 EA 644-6056 IN SM RD SN SUP&AM TYTWT(I)UA(P) complete in place per EA for Five Hundred dollars and Zero cents. $ 500.00 $ 13,000.00 118 1 EA 644-60571N SM RD SN SUP&AM TYTWT(1)UA(T) complete in place per EA for Six Hundred Twenty dollars and Zero cents. $ 620.00 $ 620.00 119 39 EA 644.6076 REMOVE SM RD SN SUP&AM complete in place per EA for Two Hundred Eighty dollars and Zero cents. $ 280.00 $ 10,920.00 122A 11493 LF 662-6064 WK ZN PAV MRK REMOV(W)6"(BRK) complete in place per LF for One dollars and Twenty-Five cents. $ 1.25 $ 14,366.25 122B 1253 LF 662-6065 WK ZN PAV MRK REMOV(W)6"(DOT) complete in place per LF for Zero dollars and Ninety-Five cents. $ 0.98 $ 1,227.94 122C 24893 LF 662-6067 WK ZN PAV MRK REMOV(W)6-(SLD) complete in place per LF for Zero dollars and Ninety-Five cents. $ 0.95 $ 23,648.35 123 7777 LF 662-6071 WK ZN PAV MRK REMOV(W)8"(SLD) complete in place per LF for One dollars and Forty-Five cents. $ 1.45 $ 11,276.65 I Gattis School Road Improvements Segment 6 124 985 LF 662-6075 WK ZN PAV MRK REMOV(W)24"(SLD) complete in place per LF for Sixteen dollars and Seventy-Five cents. $ I15.75 $ 16,498.75 125 71 EA 662-6080 WK ZN PAV MRK REMOV(W)(ARROW) complete in place per EA for Two l lundred Sixty dollars and Zero cents. $ 260.00 $ 18,460.00 127A 3235 LF 662-6096 WK ZN PAV MRK REMOV(Y)6"(BRK) complete in place per LF for One dollars and Twenty-Five cents. $ 1.25 $ 4,043.75 127B 69547 LF 662-6098 WK ZN PAV MRK REMOV(Y)6"(SLD) complete in place per LF for Zero dollars and Ninety-Four cents. $ 0.94 $ 65,374.18 128 1294 LF 662-6102 WK ZN PAV MRK REMOV(Y)24"(SLD) complete in place per LF for Sixteen dollars and Zero cents. $ 16.00 $ 20,704.00 129 3935 EA 662-6109 WK ZN PAV MRK SHT TERM(TAB)"rY W complete in place per EA for One dollars and Forty cents. $ 1.40 $ 5,509.00 In 4462 EA 662-6111 WK ZN PAV MRK SHT TERM(TAB)TY Y-2 complete in place per EA for One dollars and Forty cents. $ 1.40 $ 6,246.80 131 178 LF 666-6030 REFL PAV MRK TY I(W)8"(DOT)(IOOMIL) complete in place per LF for One dollars and Twenty-Four cents. $ 1.24 $ 220.72 132 3586 LF 666-6036 REFL PAV MRK TY I(W)8"(SLD)(IOOMIL) complete in place per LF for One dollars and Twenty-Four cents. $ 1.24 $ 4,446.64 133 20208 LF 666-6225 PAVEMENT SEALER 6" complete in place per LF for Zero dollars and Thirty-Three cents. $ 0.33 $ 61668.64 Gattis School Road Improvements Segment 6 134 2490 LF 666-6226 PAVEMENT SEALER 8" complete in place per LF for Zero dollars and Fifty-Five cents. $ 0.55 $ 1,369.50 135 1344 LF 666-6228 PAVEMENT SEALER 12" complete in place per LF for Three dollars and Ten cents. $ 3.10 $ 4,166.40 136 140 LF 666-6229 PAVEMENT SEALER 18" complete in place per LF for Four dollars and Zero cents. $ 4.00 $ 560.00 137 437 LF 666-6230 PAVEMENT SEALER 24" complete in place per.LF for Five dollars and Zero cents. $ 5.00 $ 2,185.00 138 32 EA 666-6231 PAVEMENT SEALER(ARROW) complete in place per EA for Fifty dollars and Zero cents. $ 50.00 $ 1,600.00 139 25 EA 666-6232 PAVEMENT SEALER(WORD) complete in place per EA for Fifty Five dollars and Zero cents. $ 55.00 $ 1,375.00 140 3865 LF 666-6306 RE PM W/RET REQ TY I(W)6"(BRK)(100MIL) complete in place per LF for One dollars and Zero cents. $ 1.00 $ 3,865.00 141 8810 LF 666-6309 RE PM W/RET REQ TY I(W)6"(SLD)(100MIL) complete in place per LF for Zero dollars and Ninety-Eight cents. $ 0.98 $ 8,633.80 142 14144 LF 666-6321 RE PM W/RET REQ TY I(Y)6"(SLD)(IOOMIL) complete in place per LF for Zero dollars and Eighty-Seven cents. $ 0.87 $ 12,305.28 143 1664 LF 668-6074 PREFAB PAV MRK TY C(W)(12")(SLD) complete in place per LF for Ten dollars and Zero cents. $ 10.00 $ 16,640.00 144 140 LF 668-6075 PREFAB PAV MRK TY C(W)(18")(SLD) complete in place per LF for Thirteen dollars and Twenty-Five cents. $ 13.25 $ 1,855.00 145 527 LF 668-6076 PREFAB PAV MRK TY C(W)(24")(SLD) complete in place per LF for Nineteen dollars and Zero cents. $ 19.00 $ 10,013.00 Gattis School Road Improvements Segment b 146 32 EA 668-6077 PREFAB PAV MRK TY C(W)(ARROW) complete in place per EA for Three Hundred Thirty dollars and Zero cents. $ 330.00 $ 10,560.00 147 25 EA 668-6085 PREFAB PAV MRK TY C(W)(WORD) complete in place per EA for Four Hundred Ten dollars and Zero cents. $ 410.00 $ 10,250.00 148 402 EA 672-6007 REFL PAV MRKR TY I-C complete in place per EA for Seven dollars and Zero cents. $ 7.00 $ 2,814.00 149 91 EA 672-6009 REFL PAV MRKR TY II-A-A complete in place per EA for Nine dollars and "Zero cents. $ 9.00 $ 819.00 149A 23300 LF 677-6002 ELIM EXT PAV MRK&NIRKS(6") complete in place per LF for Zero dollars and Twenty-Two cents. $ 0.22 S 5,126.00 150 4 EA 680.6002 INSTALL HWY TRF SIG(ISOLATED) complete in place per EA for Thirty One Thousand dollars and Zero cents. $ 31,000.00 $ 124,000.00 151 3 EA 681-6001 TEMP TRAF SIGNALS complete in place per EA for Eighty Thousand dollars and Zero cents. $ 80,000.00 $ 240,000.00 152 37 EA 682-6001 VEH SIG SEC(12")LED(GRN) complete in place per EA for Three hundred Thirty dollars and Zero cents. $ 330.00 $ 12,210.00 153 12 EA 682-6002 VEH SIG SEC(12")LED(GRN ARW) complete in place per EA for Three Hundred Thirty dollars and Zero cents. $ 330.00 $ 3,960.00 154 37 FA 682-6003 VEH SIG SEC(12")LED(YEL) complete in place per EA for Three Hundred Thirty dollars and Zero cents. $ 330.00 $ 12 210.00 155 19 EA 682-6004 VEH SIG SEC(12")LED(YEL ARW) complete in place per EA for Three Hundred Thirty dollars and Zero cents. $ 330.00 $ 6,270.00 156 37 EA 682-6005 VEH SIG SEC(12")LED(RED) complete in place per EA for Three hundred Thirty dollars and Zero cents. $ 330.00 $ 12,210.00 Gattis School Road Improvements Segment 6 157 11 EA 682-6006 VEH SIG SEC(12")LED(RED ARW) complete in place per EA for Three Hundred Eighty dollars and Zero cents. S 380.00 $ 4,180.00 158 24 EA 682-6018 PED SIG SEC(LED)(COUNTDOWN) complete in place per EA for Nine Hundred Fifteen dollars and Zero cents. $ 915.00 $ 21,960.00 159 40 EA 682-6023 BACK PLATE(12")(3 SEC) complete in place per EA for One Hundred Seventy dollars and Zero cents. $ 170.00 S 6,800.00 160 7 EA 682-6024 BACK PLATE(12")(4 SEC) complete in place per EA for One Hundred Eighty Five dollars and Zero cents. $ 185.00 $ 1,295.00 161 1 EA 682-6025 BACK PLATE(12"X5 SEC) complete in place per EA for One Hundred Ninety Five dollars and Zero cents. $ 195.00 $ 195.00 162 3100 LF 684-6028 TRF SIG CBL(TY A)(14 AWG)(2 CONDR) complete in place per LF for One dollars and Thirty-Five cents. $ 1.35 $ 4,185.00 163 5580 LF 684-6031 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) complete in place per LF for Two dollars and Twenty-Five cents. $ 2.25 $ I2,555.00 164 545 LF 684.6033 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) complete in place per LF for Three dollars and Thirty-Five _cents. $ 3.35 $ 1,825.75 165 1945 LF 684-6046 TRF SIG CBL(TY A)(14 AWG)(20 CONDR) complete in place per LF for Six dollars and Seventy-Five cents. $ 6.75 $ 13,128.75 166 3 EA 686-6032 INS TRF SIG PL AM(S)l ARM(28')LUM&ILSN complete in place per EA for Eighteen Thousand dollars and Zero cents. $ 18,000.00 $ 54,000.00 167 2 EA 686-6036 INS TRF SIG PL AM(S)I ARM(32')LUM&ILSN complete in place per EA for Nineteen Thousand dollars and Zero cents. S 19,000.00 $ 38,000.00 168 3 EA 686-6044 INS TRF SIG PL AM(S)l ARM(40')LUM&ILSN complete in place per EA for Twenty One Thousand dollars and Zero cents. $ 21,000.00 $ 63,000.00 169 2 EA 686-6048 INS TRF SIG PL AM(S)I ARM(44')LUM&ILSN complete in place per EA for Twenty Two Thousand dollars and Zero cents. $ 22,000.00 $ 44,000.00 Gattis School Road Improvements Segment 6 170 2 EA 686-6052 INS TRF SIG PL AM(S)l ARM(48')LUM&1LSN complete in place per EA for Twenty Three Thousand dollars and Zero cents. $ 23,000.00 $ 46,000.00 Gattis School Road Improvements Segment 6 171 3 EA 686-6060 INS TRF SIG PL AM(S)I ARM(55')LUM&ILSN complete in place per EA for Fifty Thousand Five Hundred dollars and Zero cents. $ 50,500.00 $ 151,500.00 172 12 EA 687-6001 PED POLE ASSEMBLY complete in place per EA for One Thousand Eight Hundred dollars and Zero cents. $ 1,800.00 $ 21,600.00 173 24 EA 688-6001 PED DETECT PUSH BUTTON(APS) complete in place per EA for Nine Hundred dollars and Zero cents. S 900.00 $ 21,600.00 174 4 EA 688-6003 PED DETECTOR CONTROLLER UNIT complete in place per EA for Three Thousand Nine Hundred dollars and Zero cents. $ 3,900.00 $ 15,600.00 175 848 TON 3076-6007 D-GR HMA TY-B SAC-B PG70-22(EXEMPT) complete in place per TON ' for One Hundred Six dollars and Zero cents. $ 106.00 $ 95,188.00 176 5093 TON 3076-6015 D-GR HMA TY-C PG64-22(EXEMPT) complete in place per TON for One Hundred dollars and Zero cents. $ 100.00 $ 509,300.00 177 1332 TON 3076-6033 D-GR HMA TY-C SAC-B PG76-22 complete in place per TON for One Hundred Thirty Four dollars and Zero cents. $ 134.00 $ 178,488.00 178 969 GAL 3076-6066 TACK COAT complete in place per GAL for Seven dollars and Seventy-Five cents. $ 7.75 $ 7,509.75 179 7269 SY 5001-6001 GEOGRID BASE REINFORCEMENT(TY I)(TENSAR TX-5) complete in place per W for Four dollars and Zero cents. $ 4.00 $ 29,076.00 180 4 EA 6001-6002 PORTABLE CHANGEABLE MESSAGE SIGN complete in place per EA for Sixteen Thousand Three Hundred dollars and Zero cents. $ 16,300.00 $ 65,200.00 181 4 EA 6054-6004 ANTENNA(OMNI-DIRECTIONAL) complete in place per EA for Two Thousand Three Hundred dollars and Zero cents. $ 2,300.00 $ 9,200.00 182 2 EA 6090-6001 ILSN(LED)(6 D) complete in place per EA for Four Thousand Six Hundred dollars and Zero cents. $ 4,600.00 $ 9,200.00 Gattis School Road Improvements Segment 6 183 14 EA 6090-60021LSN(LED)(8 D) complete in place per EA for Five'rhousand Three Hundred dollars and Zero cents. $ 5.300.00 $ 74,200.00 184 18 DAY 6185-6002 TMA(STATIONARY) complete in place per DAY for Five Hundred Fifty dollars and "Zero cents. $ 550.00 $ 9,900.00 185 10 DAY 6185-6005 TMA(MOBILE"OPERATION) complete in place per DAY for Eight Hundred Twenty Five dollars and Zero cents. $ 825.00 $ 8,250.00 186 4 EA 6306-6001 VIVDS PROSR SYS complete in place per EA for Twelve Thousand dollars and Zero cents. $ 12,000.00 S 48,000.00 187 15 EA 6306-6002 VIVDS CAM ASSY FXD LNS EA for Two Thousand Six Ifundred dollars and Zero cents. $ 2,600.00 $ 39,000.00 188 2735 LF 6306-6007 VIVDS CABLING complete in place per LF for Three dollars and Twenty-Five cents. $ 3.25 $ 8,888.75 189 116 LF CORR 501-1 JACKING OR BORING IS IN.STEEL PIPE,3/8"THICK complete in place per LF for Five Hundred Seventy dollars and Zero cents. $ 570.00 $ 66,120.00 190 90 LF CORR 501-2 JACKING OR BORING 24 IN.STEEL PIPE,3/8"THICK complete in place per LF for Six Hundred Thirty dollars and Zero cents. $ 630.00 $ 56,700.00 191 4 EA CORR 504-1 ADJUSTING WATER VALVE BOXES TO GRADE complete in place per EA for One Thousand Two Hundred dollars and Zero cents. $ 1,200.00 $ 4,800.00 192 72 LF CORR 505-118-[NCH STEEL ENCASEMENT PIPE complete in place per LF for Two Hundred dollars and Zero cents. $ 200.00 $ 14,400.00 193 156 LF CORR 505-2 24-INCH STEEL ENCASEMENT PIPE complete in place per LF for Two Hundred Forty dollars and Zero cents. $ 240.00 $ 37,440.00 Gattis School Road Improvements Segment 6 194 193 LF CORR 505-4 30-INCH STEEL ENCASEMENT PIPE complete in place per LF for Three Hundred dollars and Zero cents. $ 300.00 $ 57,900.00 195 2 EA CORR 506-1 CONNECTION TO EXISTING MANHOLE complete in place per EA for Five Thousand Five Hundred dollars and Zero cents. $ 5,500.00 $ 11,000.00 12¢ 4 EA CORR 506-2 STANDARD PRE-CAST MANHOLE W/PRE-CAST BASE, 48-INCH DIAMETER complete in place per EA for Nine Thousand dollars and Zero cents. $ 9,000.00 $ 36,000.00 197 8 VF CORK 506-3 EXTRA DEPTH STANDARD PRE-CAST MANHOLE W/PRE-CAST BASE,48 INCH DIAMETER complete in place per VF for Five Hundred Forty dollars and Zero cents. $ 540.00 $ 4,320.00 198 4 EA CORR 506-4 MAJOR MANHOLE HEIGHT ADJUSTMENT,48-INCH DIA. complete in place per EA for Four Thousand dollars and Zero cents. $ 4,000.00 $ 16,000.00 199 3403 LF CORR 509-1 TRENCH EXCAVATION SAFETY PROTECTIVE SYSTEMS(ALL DEPTHS) complete in place per LF for Two dollars and Zero cents. $ 2.00 $ 6,806.00 200 933 LF CORR 510-1 PIPE,6-INCH DIAMETER,AWWA C I SI,CLASS 350(ALL DEPTHS),INCLUDING EXCAVATION AND BACKFILL complete in place per LF for Seventy dollars and Zero cents, $ 70.00 $ 6,510.00 201 222 LF CORR 510-2 PIPE,8-INCH DIAMETER,AWWA C151,CLASS 350(ALL DEPTHS),INCLUDING EXCAVATION AND BACKFILL complete in place per LF for Seventy dollars and Zero cents. $ 70.00 $ 151540.00 Gattis School Road Improvements Segment 6 202 1718 LF CORR 510-3 PIPE,12-INCH DIAMETER,AWWA C151,CLASS 350 (ALL DEPTHS),INCLUDING EXCAVATION AND BACKFILL complete in place per LF for Seventy dollars and Zero cents. $ 70.00 $ 120,260.00 203 1328 LF CORK 510-4 PIPE,16-INCH DIAMETER,AWWA C151,CLASS 250 (ALL DEPTHS),INCLUDING EXCAVATION AND BACKFILL complete in place per LF for Eighty dollars and Zero cents. $ 80.00 $ 106,240.00 204 248 LF CORR 510-5 PIPE,8-INCH DIAMETER,PVC DR 26 ASTM D3034(ALL DEPTHS),INCLUDING EXCAVATION AND BACKFILL complete in place per LF for One Hundred Ninety dollars and Zero cents. $ 190.00 $ 47,120.00 205 2 EA CORR 510-6 WET CONNECTIONS,8-INCH DIAMETER X 8-INCH DIAMETER complete in place per EA for Four Thousand dollars and Zero cents. $ 4,000.00 $ 8,000.00 206 12 EA CORR 510-7 WET CONNECTIONS,12-INCH DIAMETER X 12-INCH DIAMETER complete in place per EA for Five Thousand dollars and Zero cents. $ 51000.00 $ 60,000.00 207 1 EA CORR 510-8 WET CONNECTIONS,16-INCH DIAMETER X 124NCH DIAMETER complete in place per EA for Seven'I'housand dollars and Zero cents. $ 7,000.00 $ 7,000.00 208 1 EA CORR 510-9 WET CONNECTIONS,16-INCH DIAMETER X 16-INCH DIAMETER complete in place per EA for Eight Thousand dollars and Zero cents. $ 8,000.00 $ 8,000.00 209 4 EA CORR 510-10 RECONNECTING LATERAL SERVICE TO REPLACED PIPE(2"DIA.SERVICE)IN(12"DIA.PIPE) complete in place per EA for Two Thousand dollars and Zero cents. $ 2,000.00 $ 8,000.00 210 1 EA CORR 510-11 RECONNECTING LATERAL SERVICE TO REPLACED PIPE(1 1/2"DIA.SERVICE)IN(12"DIA.PIPE) complete in place per EA for Two Thousand dollars and Zero cents. $ 21000.00 $ 2,000.00 211 1 EA CORR 510-12 RECONNECTING LETERAL SERVICE TO REPLACED PIPE(1 I/2"DIA.SERVICE)IN(16"DIA.PIPE) complete in place per EA for Two Thousand dollars and Zero cents. $ 2,000.00 $ 2,000.00 Gattis School Road Improvements Segment 6 212 67 LF CORR 5 10-13 CONCRETE TRENCH CAP,5FT.WIDTH complete in place per LF for One Hundred dollars and Zero cents. $ 100.00 $ 6,700.00 213 3.61 TON CORR 510-14 DUCTILE IRON FITTINGS(ALL SIZES) complete in place per TON for Nine Thousand dollars and Zero cents. $ 9,000.00 $ 32,490.00 214 1 EA CORR 511-1 VALVES,RESILIENT WEDGE GATE VALVE,4-INCH DIAMETER complete in place per EA for Eight Hundred dollars and Zero cents. $ 800.00 S 800.00 215 9 EA CORR 511-2 VALVES,RESILIENT WEDGE GATE VALVE,6-INCH DIAMETER complete in place per EA for Nine Hundred dollars and Zero cents. $ 900.00 $ 8,100.00 216 I EA CORR 511-3 VALVES,RESILIENT WEDGE GATE VALVE,8-INCH DIAMETER complete in place per EA for One Thousand dollars and Zero cents. $ 1,000.00 $ 1,000.00 217 9 EA CORR 511-4 VALVES,RESILIENT WEDGE,GATE VALVE,12-INCH DIAMETER complete in place per EA for One Thousand Seven Hundred dollars and Zero cents. $ 1,700.00 $ 15,300.00 218 2 EA CORR 511-5 VALVES,RESILIENT WEDGE GATE VALVE,16-INCH DIAMETER complete in place per EA for Three Thousand dollars and Zero cents. $ 3,000.00 $ 6,000.00 219 7 EA CORR 511-6 FIRE HYDRANTS(SEE STANDARD NO.511S-17) complete in place per EA for Three Thousand dollars and Zero cents. $ 3,000.00 $ 21,000.00 220 S EA CORR 511-7 REMOVAL OF EXISTING FIRE HYDRANT(MINIMUM 6- INCH BELOW GROUND complete in place per EA for Two Thousand Five Hundred dollars and Zero cents. $ 2,500.00 S 12,500.00 221 1 EA CORR 511-8 AUTOMATIC COMBINATION AIR/VACUUM RELEASE VALVE ASSEMBLY,2"DIAMETER complete in place per EA for Three Thousand dollars and Zero cents. S 3,000.00 $ 3,000.00 Gattis School Road Improvements Segment 6 222 1 EA CORR 511-9 DRAIN VALVE ASSEMBLIES complete in place per EA .for Three Thousand dollars and Zero cents. $ 3,000.00 $ 3,000.00 223 5 EA CORR 593-1 CONCRETE RETARDS complete in place per EA for Two Thousand Five Hundred dollars and Zero cents. $ 2,500.00 $ 12,500.00 223A 3266 LF CORR 1000-1 ABANDON EXIST.PIPE BY CU'1'fING,AND FILLING WITH CLSM(ALL SIZES/TYPES) complete in place per LF for Thirteen dollars and Fifty cents. S 13.50 $ 44,091.00 SUBTOTAL BASE BID(Items 1 thru 223A) S 20,012,6I8.11 225 4333 LF #I-GFB INSTALL HDPE CONDUIT BORE W/MULE TAPE(LABOR& EQUIPMENT ONLY)(ROLI.DUCT) complete in place per LF for Eighty Eight dollars and Zero cents. $ 88.00 $ 381,304.00 226 14 EA #2-GFB INSTALL GFB LARGE VAULTS 30X48X36-TIER 15- POLYMER CONCRETE LID-POLYMER CONCRETE BODY complete in place per EA for One Thousand Nine Hundred dollars and Zero cents. $ 11900.00 $ 26,600.00 227 28 EA #3-GFB END CAP 4"-AIR/WATER TIGHT complete in place per EA for Eighty Five dollars and Zero cents. $ 85.00 $ 2,380.00 228 16 EA #4-GFB COUPLER 4"HDPE AIR/WATER TIGHT W/SST CLAMPS complete in place per EA for Eighty Four dollars and Zero cents. $ 84.00 $ 1,344.00 229 4333 LF #5-GFB TRACER WIRE complete in place per LF for Two dollars and Twenty-Five cents. $ 2.25 $ 9,749.25 230 630 LF #6•GFB GROUNDING WIRE(VAULT WRAP) complete in place per LF for Two dollars and Twenty-Five cents. $ 2.25 $ 1,417.50 231 1 EA #7-GFB FURNISH RECORD AS-BUILT complete in place per EA for Two Thousand Eight Hundred dollars and Zero cents. $ 2,800.00 $ 2,800.00 SUBTOTAL BASE BID(Items 225 thru 231) 425,594.75 Gattis School Road Improvements Segment 6 232 1 LS FORCE ACCOUNT-EROSION CONTROL complete in place per LS for five thousand dollars and no cents. $ 5,000.00 $ 5,000.00 233 1 LS FORCE ACCOUNT-SAFETY CONTINGENCY complete in place per LS for ten thousand dollars and no cents. $ 10,000.00 $ 10,000.00 Materials: S 12.271,927.72 All Other Charges: $ 8,181,285.1,1 *Total for Gattis School Road Improvements Segment 6: S 20,453,2 12.86 *TOTAL BASE BID: S20,453.2 111,N) *TOTAL BID IN WORDS: C. L Twenty Million Four Hundred Fifty Three Thousand Two Hundred Twelve Dollars and Eil;hy Six *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 Respectfully Submitted 15308 Ginger Street Signature Travis Ra and Austin,TX 78729 Print Name Address President 512-990-7640 Title Telephone MA Smith Contracting Co.,It Name of Firm September 25,2025 Date Secretary ' dder is a Corporati Corporations Section �E 0�, Jane Nelson P.O.Box 13697 Secretary of State Austin,Texas 78711-3697 `u x Y Office of the Secretary of State April 23, 2025 Sneed Vine&Perry,P.C. Sneed Vine&Perry, P.C. 2705 Bee Caves Road, Suite 160 Austin, TX 78746 USA RE: M. A. SMITH CONTRACTING COMPANY, Inc. File Number: 133926800 Assumed Name: Smith Contracting Co.,Inc. File Date: 04/23/2025 It has been our pleasure to file the assumed name certificate for the above referenced entity. Enclosed is the certificate evidencing filing. Payment of the filing fee is acknowledged by this letter. If we can be of further service at any time, please let us know. Sincerely, Corporations Section Business&Public Filings Division Enclosure Colne visit us on the internetathttps:Nnviv.sos.texasgov/ Plione:(512)463-5555 Fax:(512)463-5709 Dial: 7-1-1 for Relay Senices Prepared by:WEBSUBSCRIBER TID: 10336 Document: 1474199370003 Corporations Section �E o� Jane Nelson P.O.Box 13697 5 Secretary of State Austin,Texas 78711-3697 X Office of the Secretary of State CERTIFICATE OF FILING OF M. A. SMITH CONTRACTING COMPANY, Inc. File Number: 133926800 Assumed Name: Smith Contracting Co., Inc. The undersigned, as Secretary of State of Texas, hereby certifies that the assumed name certificate for the above named entity has been received in this office and filed as provided by law on the date shown below. ACCORDINGLY the undersigned, as Secretary of State, and by virtue of the authority vested in the secretary by law hereby issues this Certificate of Filing. Dated: 04/23/2025 Effective: 04/23/2025 � f � CIO Jane Nelson Secretary of State Conte visit us on the internet at https✓h nPiP.sox,texas gov/ Phone:(512)463-5555 Fax:(512)463-5709 Dial:7-1-1 for Relay Services Prepared by:WEBSUBSCRIBER TID: 10342 Document: 1474199370003 y;�� Office of the Secretary of State Filed in the Office of the Corporations Section Secretary of State of Texas =` Filing#: 133926800 4/23/2025 P.O.Box 13697 Document#: 1474199370003 Austin, Texas 78711-3697 Image Generated Electronically (Form 503) for Web Filing ASSUMED NAME CERTIFICATE FOR FILING WITH THE SECRETARY OF STATE 1. The assumed name under which the business or professional service is or is to be conducted or rendered is: Smith Contracting Co., Inc. 2. The name of the entity as stated in its certificate of formation, application for registration, or comparable document is: M. A. SMITH CONTRACTING COMPANY, Inc. 3. The state, country, or other jurisdiction under the laws of which it was incorporated, organized OF associated is TEXAS 4. The period, not to exceed 10 years, during which the assumed name will be used is : 04/2212035 5• The entity is a : Domestic For-Profit Corporation 6. The entity's principal office address is: 15308 Ginger Street, Austin, TX, USA 78728 7. The county or counties where business or professional services are being or are to be conducted or rendered under such assumed name are: ALL COUNTIES & The undersigned, if acting in the capacity of an attorney-in-fact of the entity, certifies that the entity has duly authorized the attorney-in-fact in writing to execute this document. The undersigned signs this document subject to the penalties imposed by law for the submission of a materially false or fraudulent instrument. M. A. SMITH CONTRACTING COMPANY, Inc. Name of the entity By: Travis Ragland Signature of officer,general partner,manager, representative or attorney-in-fact of the entity FILING OFFICE COPY 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. 1n 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: M A tXt-�- \\'' � /I nXT Address: 5363 S"i 1 �,r �l, ` Phone: Sled-',"to-7 CA 0 Completed by:-Tr atm S VeA ml 0. Date: ck ALS01 S 1. Does the company have a written construction Safety program? [Ves ❑No 2. Does the company conduct construction safety inspections? j(Xes ❑No 3. Does the company have an active construction safety-training program? @P(es ❑No 4. Has the company been fined by OSHA for any will it safety violations in the past []Yes [ Io three years? 5. Does the company have a lost time injury rate of 7.8 for SIC 15,or 7.6 for SIC 16, es ❑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 RNo ❑N/A B. Excavation [�es [-]No [J N/A C. Cranes [ Y/'es [-]No ❑N/A D. Electrical Pl�es ❑No ❑N/A E. Fall Protection We [:]NoE]N/A F. Confined Spaces ❑No ❑N/A I hereby certify that the above information is true and correct. Signature-If_�77 Title tL'S 11 Page I 00410 8-2014 Statement of Bidder's Safety Experience 00090654 OSHA's Form 300A(Rev.0112004) Year =4 U.S.oepartmem of tabor Summary of Work-Related Injuries and Illnesses o-w+ee a.W.Tie r..nn Aewxmawe ___...— .:..:...J.,..:a.,.. ..:,..v,<..w..::.o..:...:.........:,a.v..:...,a.:.m�.._:.M. ..:...,,....«w..-.....w..._.:...«.....a-.+........�,,...:..�._ ice.-.............,,....,_ .....__.._,..........,,....•,._....._............... :_._., "._o6xit.Ma mwnd by Pen 1906 court oomprarorhl6 SIi con yPAga,wen ppo iyin'os aManses otnund during rho year.Remambnr to rowi.w Ne Log no wnty font me aMnns d.nmpMo ovrd daarrofe Uabgmelcg,muni Neintividua'.nfnez you meds for Dean eWPpwy.Thea verde the rorii screw.maklr Esta blishment information - cdro ywW added the eM&-Kam wery page o/Ne bg.Il yeP lead/ro dace wMn b' Empbyes forme.empbyv.e.and NwT r.prrenluw.s kava Ne agar lP mNew rhe OSHA Form JOom Tia yar.c'abnabmemt¢amt Sm Ra Coraamlrtlt C¢.lnc en0iely.They dee haw AMtsa eccros:fo me OSHA Fam JO}m M eQuiral.M.S.e T9 CFR 790a.J6,h OSHA"Ae W npJ,q nna rerfenner da'ape on N.nm.ra Prow o—(.11A—rams. 3— 15308 GIMa SL - -NumberofLasae ps>rj� ku •�' t - r8 p t ttFys-w y''��r•u CRY Au.W sn!e raffia Dp lddurtrvdtlatP7on(tL.Manutamrta/erolR4uekvaaars) Total numxr of Total number of Total number of cases Total number of Laub cib ane IJ My IMluavunrae deaths ceses with days with job transfer or other recorcabla away from work 'erirkiion cases 9tanoare M=Ial Cmsvncmlon(SIC).If snows(e.y,sae 37!5) 0 3 2 0 1 7 9 A (G) (H) (n (J) OR NenhAtMtKan lnWAalY Claselna0on(NAICsl,a known M,3362171 9 1 0 Number of D Y`. ..,}h� .0)a, M'x Employment information Total number of Total number of days d days away from job transfer or restriction Annu 1a 398 nurnberol emoloyan ISO work 20 44 Tari hoar waked byaR mroloyt-ratty 352907 fro ..«.l>"^"_.1✓e"_`.� r�k ._!rv'' -�trWjc�rr�y --lyls Sign here Gerald Donnell Total number of... Knowingly fmutyla9 th,documam may I—It In a Tint. M (1)Injury 3 (4)Poisoning 0 (2)Skin Disorder 0 (5)Heanng Loss C (3)Respiratory I Idatllyttut l In-examindd thL•tlaedmemand That!*MI bertal my knewtadga cls envies a[aLbn,'CC»iq and camplme. CorAbon 0 (5)All Other 111ne55es C Ge�ale Donneg safes Manage: CamPa¢Y vmeeWa 1Me fs=)950.-/660 arvaon Post this Summary page from February I to April 30 of the year following the year covered by the farm ptm". Dais Puatic remvrpe d¢t IN Lhk madmen of lW Oft�esb.WK b a.a'a]e M FntIf Per re:pora,nurana drte bmiY Tic in2PC5m,-tad+ab 9111,11 me d1Y nade0.eM rmrykk ab�tala,.Iw m0eeam of vJPrmetnn P<rcn:m m1 reP,ivatl bren.me w Tr entecaen e!NomrAon uta 0 mWlay:a eufenoy va{C OMamvalnanbC eyeP earl arty oartnnG enoulTina eom4a'eaoy a:pe�of ttii dab maetdel rococo II3 Depabenl o<Laam.OSMA 011mN Sv'+ttlq Prom NJaaa,200 Cm IO Un AK Nf;.We•UNO,,DC 2070.DC nm.ad .11. N i 8 I J k � Str ,v�i p .'r�;er{l 1 ro t� 3 �i R rB �15 v ME n}. 6 ' a � 2 t� IM y 86 g i fill 5R O j l 3 Il W i O '-T''- 1 S I n I � 4 ` 0 s � f � I h h:' 5Fc qd .hu&T t B `3•'i a e d' e' � FI F a � �pp �� pyyytt{{`� R: 4' �aggq �•` �= a a p LL6 3 r o q T B City of Round Rock,Texas Contract Forms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of the ( day ofC/ � in the year 20f BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Smith Contracting Co.,Inc. ("Contractor") 15308 Ginger Street Austin TX 78718 The Project is described as: Gattis School Road Segment 6 Federal Aid Project#:STP 2021(685)MM CSJ:0914-05-196 The Engineer is: BGE,Inc. 101 West Louis Henna Blvd. Suite 400 Austin,Texas 78728 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged,Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and other Conditions),Drawings, Specifications,Addenda issued prior to execution of this Agreement,other documents listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are as fully a part of the Contract as if attached to this Agreement or repeated herein.The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements, either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 4-2020 Page 1 of 5 Standard Form of Agreement 00443647 ARTICLE 3 DATE OF COMMENCEMENT;DATE OF SUBSTANTIAL COMPLETION;DATE OF FINAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner. 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 3.3 Contractor shall commence Work within ten (10 ) calendar days from the date delineated in the Notice to Proceed. 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than six hundred ( 600 )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than six hundred 600 )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($2000.00 )for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement and is not a penalty. It is agreed that the harm that would be caused by such failure, which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work(or any portion thereof)is not achieved on or before thirty(30)days after the date(s) specified for Substantial Completion in the Agreement, the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation, the recovery of actual damages. The date(s) specified for Substantial Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than six hundred fifty (650 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's full and complete performance of the Work and all of Contractor's obligations under this Agreement. The Contract Sum shall be Twenty million,four hundred fifty-three thousand,two hundred twelve dollars and eighty-six cents ($ 20A 3,212.86 ),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 .1 fyes,please provide details below. 00500 4-2020 Page 2 of 5 Standard Form of Agreement 00443647 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor,and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender,Owner shall make progress payments on account of the Contract Sum to Contractor as provided below, in Article 14 of the General Conditions, and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth(10th) day of a month, Owner shall make payment to Contractor of amounts approved by the Owner not later than the tenth(10th)day of the next month.If an Application for Payment is received by Engineer and Owner after the application date fixed above,payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment.The Owner shall not have any obligation to pay any amount covered by the Engineer's Certificate for Payment that is disputed by the Owner. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents.The schedule of values shall allocate the entire Contract Sum among the various portions of the Work.The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require.This schedule,unless objected to by Engineer or Owner, shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the General Conditions. 5.1.7 Except with Owner's prior written approval,Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work, and to satisfy other requirements,if any,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by Engineer and approved by the Owner. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty(30) days after all Work on the Contract has been fully performed.Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment,and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the General Conditions. 00500 4-2020 Page 3 of 5 Standard Form of Agreement 00443647 6.2 The Work may be suspended by Owner as provided in Article 15 of the General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor,as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. 7.1.3 The Supplementary,Special,and other Conditions of the Contract are those contained in the Project Manual dated Aueust 2015 7.1.4 The Specifications are those contained in the Project Manual dated August 2025 7.1.5 The Drawings,if any,are those contained in the Project Manual dated Auaust 2025 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated August 2025 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated August 2025 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: Aip, ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Bill Stablein CoRR Transportation Department 512-218-3237 bstablein@roundrocktexas.gov 8.3 Contractor's representative is: //,vis f,?*A"kWP S7Z -67(/ - Z P scc;4%e-; «� 8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the other party. 00500 4-2020 Page 4 of 5 Standard Form of Agreement 00443647 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor,subject to proper additions and deductions,all as provided in the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only. 8.7 Although this Agreement is drawn by Owner,both parties hereto expressly agree and assert that,in the event of any dispute over its meaning or application,this Agreement shall be interpreted reasonably and fairly,and neither more strongly for nor against either party. 8.8 This Agreement shall be enforceable in Round Rock,Texas,and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein,exclusive venue for same shall lie in Williamson County,Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by an arbitration proceeding,including without limitation,any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. 8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal representatives for the full and faithful performance of the terms and provisions hereof. This Agreement is entered into as of the day and year first written above and is executed in at least two(2) original copies,of which one is to be delivered to Owner. OWNER CONTRACTOR CITY RO OCK,TEXAS ��'+ ��'f`g �1, �•, Z� G- Printed arae: Ilcx1"\Of Printed Nam . i�►✓y / F+/'k"��' Title Title: p1wr Yt 1J11A Date Signed: 2� � Date Signed: EST: City Clerk FOR CITY,APPROVED AS T FORM: tty ttomey 00500 4-2020 Page 5 of 5 Standard Form of Agreement 00443647 BOND NO.: SPA150206-020 i c I PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: i COUNTY OF WILLIAMSON § 1 That Smith Contracting Co., Inc of the City of Austin , County of Travis , and State of Texas , as Principal, and SiriusPoint America Insurance Company authorized under the law of the State of Texas to act as surety on bonds for principals,are held and firmly bound unto the CITY OF ROUND ROCK,TEXAS (Owner), in the penal sum of Twenty million four hundred fifty-three thousand two hundred twelve dollars and eighty-six Dollars ($20,453,212.86 } 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: C WHEREAS,the Principal has entered into a certain written Agreement with the Owner dated the day of e,0fth-41*20 z rto 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 Gattis School Road Segment 6 Federal Aid Project#: STP 2021(685)MM CSJ: 0914-05-196 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 F Completion and all other covenants and conditions, according to the true intent and meaning of l 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 I 006104-2020 Performance Bond 00443639 PERFORMANCE BOND(continued) l 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 i of Principal's failure to perform its duties and obligations under the Agreement up to the $20,453,212.86 sum of this Performance Bond, plus all costs and expenses, including attorney's fees and expert and consultant fees incurred by Owner to enforce its rights under this Performance Bond. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 19th day of November ,2025 . i Smith Contracting Co., Inc. SiriusPoint America Insurance Company Principal Surety /�irrru /�►h dwp Kenneth Nitsche s Printed Name Printed Name By: �� By: _ Aa. ?�C', - Ti e: Title: Attorney-In-Fact Address: 15308 Ginger St. Address: I World Trade Center 285 Fulton StreQt Austin,TX 78728 47th Floor,Suite 471,New York,NY 10007 ' ( Resident Agent of Surety: Signature Kenneth Nitsche Printed Name 143 E. Austin Street Address Giddings, TX 78942 City, State&Zip Code Page 2 00610 4-2020 Performance Bond 00,43639 I� _ 'I BOND NO.: SPA150206-020 PAYMENT BOND i THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § 1 That Smith Contracting Co., Inc. , of the City of Austin , County of Travis and State of Texas as Principal, and SiriusPoint America Insurance Company authorized under the laws of the State of Texas to act as Surety on Bonds for Principals,are held and firmly bound unto the CITY OF ROUND ROCK, TEXAS (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Twenty million four hundred fifty-three thousand two hundred twelve dollars and eighty-six cents Dollars ($ $20,453,212.86 ) 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 Yt6 day ofb2CZ441- , 20ZS—to which Agreement is hereby i referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: Gattis School Road Segment 6 Federal Aid Proiect#: STP 2021(685)MM CSJ:0914-05-196 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 t 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 u i 4 PAYMENT BOND (continued) j' Surety, for value received, stipulates and agrees that no change, extension of time, alteration or 1 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 19th day of November ,20 25 Smith Contracting Co.,Inc. SiriusPoint America Insurance Company Principal Surety ! rrf»1/2i .kw, Kenneth Nitsche Printed Name Printed Name Tit e: Title: Attorney-In-Fact j AddGinger t. Address: 15308 Gin g Address: 1 world Trade center 285 Fulton Street Austin,TX 78728 47th Floor,Suite 471,New York,NY 10007 ti E Resident Agent of Surety: 44*li �. Signature Kenneth Nitsche Printed Name 143 E.Austin Street Address Giddings,TX 78942 k City, State&Zip Code ,1 I Page 2 006201-2020 Payment Bond 00090656 POWER OF ATTORNEY NITGID01-0623 SIRIUSPOINT AMERICA INSURANCE COMPANY NEW YORK KNOW ALL MEN BV THESE PRESENTS:That SiriusPoint America Insurance Company(the"Company"),a New York corporation,having its principal office in the City of New York,pursuant to the following Resolution,which was adopted on August 27,2024 by Unanimous Written Consent of the Board of the Directors of the Company,to wit: RESOLVED, that the President, Senior Vice President, Chief Financial Officer, Secretary or the Assistant Secretary is hereby authorized to execute Powers of Attorney appointing as attomeys-in-fact selected employees of certain surety companies who shall have the power for and on behalf of the Company to execute and affix the seal of the Company to surety contracts as surety.Such authority can be executed by use of facsimile signature. Does hereby nominate,constitute and appoint: Kenneth Nitsche,Robert James Nitsche,Robert K.Nitsche,Craig Parker,Gary Nitsche,Jennifer J.Biehle Its true and lawful agent and attorney-in-fact,to make,execute,seal and deliver for and on its behalf,and its act and deed any and all bonds,contracts, agreements of indemnity and other undertakings in suretyship(NOT INCLUDING bonds without a fixed penalty or financial guarantee)and to bind the Company thereby as fully and to the same extent as of same were signed by the duly authorized officers of the Company,provided,however,that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $63,971,000 single bond limit All acts of said attorneys-in-fact pursuant to the authorities herein given are hereby ratified and confirmed. The President,Senior Vice President,Chief Financial Officer,Secretary or Assistant Secretary may from time to time and at any time remove such appointee and remove the power given to him or her. The execution of such bonds or undertakings in pursuance of these presents,within one year of the date of these present,shall be binding under said Company,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in New York,New York,in their own proper persons. IN WITNESS WHEREOF,SiriusPoint America Insurance Company has caused its corporate seal to be hereunto affixed and these presents to be signed by its President this tenth day of October,2024. °'SCA INS"" SiriusPoint America Insurance Company =i SEAL 97 State of New York1. p4 a' '�i"`.!�'Y �a-'� Paul Mihulka County of New York , �5,,,,.. ,,,,..*� President On this tenth day of October 2024,before me a Notary Public of the State of New York,in and for the County of New York,duly commissioned and qualified,came Paul Mihulka,President,of SiriusPoint America Insurance Company,to me personally known to be the individual and officer described in,and who executed the preceding instrument,and acknowledged the execution of the same,and being by me duly sworn,deposed and said that he is the officer of the said Company aforesaid,and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and the said Corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company,referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my official seal. =fPub# SCOCK ate d New York L"d444797 /Notary Public wnond county /�,,ires Dec S.2026 My Commission expires 4Cc, g o)0, STATE OF New York COUNTY OF New York I,Paul Mihulka,President of SiriusPoint America Insurance Company,a New York corporation,do hereby certify that the above and foregoing is a full,true and correct copy of Power of Attorney,is still in full force and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set my hand,and affixed the Seal of said Company,on the 19th day of November 20 25 CpINS'l, - p I T :-eG OCC+. Is SEAL n 1979 0! Paul Mihulka ' President �% , Y r IMPORTANT NOTICE-TEXAS This bond has been issued by one of the North American Casualty Group and/or SiriusPoint America Insurance Company insurance carriers listed below: Continental Indemnity Company Illinois Insurance Company Pennsylvania Insurance Company California Insurance Company SiriusPoint America Insurance Company To obtain information or make a complaint: You may call the insurance carrier's toll-free telephone number for information or to make a complaint at: (877) 234-4420 Please send all notices of claim on this bond to: Applied Surety Underwriters - Surety Claims 10805 Old Mill Road Omaha, NE 68154 Phone: (877) 234-4420 Fax: (877) 234-4425 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a)tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Applied Surety Underwriters first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. AS-10010-NAC (05-2022) Client 125 ;MITHCON ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 11/18/2025 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME:CONTACT Joyce Hinze _ The Nitsche Group �HE AIICNNo,Ext):979-540-2240 A/c No: 143 East Austin aDORIESS: Joyceh�TheNitScheGroup.com Giddings, TX 78942-3299 979 542-3666 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Travelers Indemnity Company 25658 INSURED INSURER B:Homesite Ins.Co.Of Florida 11156 M.A. Smith Contracting Company. Inc. dba Smith Contracting Co., Inc. INSURER C:Starr Indemnity&Liability Company 38318 15308 Ginger Street INSURER D:Texas Mutual Insurance Company 22945 Austin,TX 78728 INSURER E:Navigators Specialty Insurance Company 36056 INSURER F: Continental Casualty Company 20443 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ITRR TYPE OF INSURANCE IND RL WVD POLICY NUMBER MM/DDY EFF MM/DDYYYYYEXP Y LIMITS A X COMMERCIAL GENERAL LIABILITY DTCOA8620798I N D25 0310712025 03107/2026 EACH OCCURRENCE _$2,000,000 CLAIMS-MADE a OCCUR PREIdISES E,oNccu encs $300,000 X PD Ded:5,000 MED EXP(Any one person) $5,000 _) PERSONAL&ADV INJURY $2,000000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 PR - POLICY I C ET 1-1 LOC PRODUCTS-COMP/OPAGG $4,000,000 OTHER: $ A AUTOMOBILE LIABILITY 81 OA85602872526G 3/07/2025 03/07/2026 COMBINED SINGLE LIMIT Ea accident $2000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY Per acadent $ B UMBRELLA LIAB X OCCUR CXPO4712000 3107/2025 03/07/202 EACH OCCURRENCE s2,000,000 X EXCESS LWB CLAIMS-MADE 3107/2025 03/071202 AGGREGATE s2,000,000 C I DED I X RETENTION$O 1 1001261170251 3/0712025 03/07/202 DO=$A99 s3,000,000 D WORKERS COMPENSATION 0001150807 3107/2025 03/07/202 X PER OTH- AND EMPLOYERS'LIABILITY ' YIN ANY PROPRIETORIPARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? � N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 E Pollution Liab SF25ECPZODKBAIC 3/07/2025 03/07/2027 2,000,000/Ded-10,000 F Transit 1 03/07/2025 03/07/2026 1,000,000/Ded -25,000 F Inst.Fltr-Ded1000 7036631342 03107/2025,03107/2026 500,00/Per Item-35,0001 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(ACORD 101.Additional Remarks Schedule,may be attached if more space is required) Project: Gattis School Road Segment 6, Federal Aid Project#STP 2021(685) MM -Job CSJ: 091-05-196 As per policy provision, Certificate Holder is listed as additional insured in regard to the auto and general liability policies as provided by blanket additional insured endorsement when required by written contract. General liability,auto and workers compensation policies include(s)a 30 Days Notice of Cancellation (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Round Rock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City Manager ACCORDANCE WITH THE POLICY PROVISIONS. 221 E. Main St. Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) 1 of 2 The ACORD name and logo are registered marks of ACORD #S1217778/M1153785 066 Gtz)CRIPTIONS (Continued from Nage 1) endorsement providing 30 days advance notice if policy is canceled by the company other than for nonpayment of premium, or direct cancellation by named insured as per policy provision. SAGITTA 25.3(2016/03) 2 of 2 #S1217778/M1153785