Loading...
HomeMy WebLinkAboutRes 22-17 Agreement with Zachry Construction Corp Parish Lane Roanoke Road to IH 170TOWN OF WESTLAKE RESOLUTION NO. 22-17 A RESOLUTION OF THE TOWN COUNCIL OF THE TOWN OF WESTLAKE, TEXAS, APPROVING AN AGREEMENT WITH ZACHRY CONSTRUCTION CORPORATION FOR THE CONSTRUCTION OF PARISH LANE FROM ROANOKE ROAD TO SH 170. WHEREAS, Westlake desires to provide residents and commuters safe and aesthetically pleasing streets to travel; and, WHEREAS, the Town Council finds that the construction of Parish Lane Road from Roanoke Road to SH 170 improvements benefit the public; and, WHEREAS, the Zachry Construction Corporation will provide all material and labor to complete the Parish Lane Road improvements -�>udined in the bid documents; and WHEREAS, the Town Council finds that the passage of this Resolution is in the best interest o fthe citizens of Westlake NOW, THEREFORE, BE IT RESOLVED BY THE TOWN COUNCIL OF THE TOWN OF WESTLAKE, TEXAS: SECTION L• All matters stated in the Recitals above are found to be true and correct and are incorporated herein by reference as if copied in their entirety. SECTION 2: The Town Council ofthe Town ofWestlake hereby approves the Agreement with Zacluy Construction Corporation for construction of Parish Lane Road from Roanoke Road to SH 170 attached as Exhibit "A", and further authorizes the Town Manager to execute the agreement on behalf o fthe Town of Westlake, Texas. SECTION 3: If any portion of this Resolution shall, for any reason, be declared invalid by any court of competent jurisdiction, such invalidity shall not affect the remaining provisions hereof and the Council hereby determines that it would have adopted this Resolution without the invalid provision. SECTION 4. That this resolution shall become effective from and after its date of passage. Ri;solution 22-17 Pagel of 2 PASSED AND APPROVED ON TIDS 4t" DAY OF APRIL 2022. ATTEST: Mary Laura eat,Mayor own Se' eta. � APPROVED AS TO FORM: �A S L. Stanton Lowry, Town Xttorney DeGan, Town Manager Resolution 22-17 Page 2 o Q PROPOSAL To: Town of Westlake Resolution 22-17 Exhibit A For: CTR Westlake - Parish Lane from SH 170 Frontage Road to Roanoke Road The undersigned Bidder having thoroughly examined the contract documents, including specifications, the site of the proJect and understanding the amount of work to be done and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment, and material, except as specified to be furnished by the Town, which is necessary to fully complete all of the work as provided in the contract documents and subject to the inspection and approval o fthe Town o f Westlake, Texas, and binds himselfupon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, and such other bonds, if any, as may be required by the contract documents for the performing and completing of said work. Contractor proposes to do the work within the time stated and for the following sum: PROPOSAL SECTION I GENERAL Project Item Info_miabon Bidder's Proposal Technical Specifications Bidlist Item No Description Unit Unit of Bid Quantity Unit Price Bid Value 1 Project Sign EA 1 015813 2 M:ibilization (51/6 Wax Over S500,000: 10°/u Max Under $500,000) LS 1 017113 3 Sile Prep (50/6 II/ax Over SS00,000: 10% Max Under SS00,000) LS 1 024100 4 Barricades, Signs, and Traffic Handling MO 8 347113 TOTAL GENERAL SECTION II - EARTHWORK IMPROVEMENTS Project rem Infol)'llation Bidder's propos I Technical Bidlisl Item No. Description Unit of Weasure Bid Quantity Price Bid Value Specifications 1 Unclassfie<:I Excavation (by Plan Quantity) CY 3,176 312316 2 swppp' LS 1 312500 TOTAL EARTHWORKIMPROVEMENTSI Section 2 - Contract Requirements P-1 Proposal SECTION III -PAVING IMPROVEMENTS. Project them Infom,ation Bidder';; Proposal Technicnl Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Remove Wood Fence LF 114 024100 2 Remove Guard Rail LF 63 024100 3 Remove Cone Curb&Gutter LF 26 024100 4 Remove Cone Pvmt SY 1 8 024100 5 1W-24" Tree Removal EA 1 024100 6 6' CONDT PVC SCH 40 (r) LF 1,362 270500 7 Z CONDT PVC SCH40 (T) LF 1,596 270500 8 4" CONDT PVC SCH 40 (T) LF 1,596 270500 9 24" CONDT PVC SCH 40 (T) LF 141 270500 10 B' Lime Treatment SY 11,084 321113 11 Hydrated. Lime (8% @48 Ibs/sy) TN 233 321113 12 B"Conc Pvmt SY 10,320 321313 13 TxDOT Directional Ramp (TY7) EA 2 TxDOT531 14 Install Street Header LF 56 321665 15 6' Topsoil CY 122 329119 16 ISeeding, Hydromulch SY 730 329223 17 Brick Pavers (Venetian Ashlar Patter Mlsap Color) SY 33 TxDOT528 18 5' Color CONC Sidewalk (Color Hardener Idatching) SY 48 TxDOT528 19 5' Color CONC Accent Band (Co!or Hardener Watching) SY 1 15 TxDOT52B TOTAL PAVING IMPROVEMENTSI SECTION IV -STORM DRAIN IMPROVEMENTS Project Item Information Bidders Proposal Technical Bidlist Item No Description Unit of Measure Bid Quantil)I UnilPricc Bid Value Specifications 1 Trench Safety LF 1,521 330510 2 21" RCP, Class III LF 176 334113 3 24" RCP, Class III LF 795 334113 4 54" RCP, Class 111 LF 11 1 334113 5 53 Box Culvert LF 539 334113 6 4 Storm Junction Box EA 1 334913 7 6 Storm Junction Box EA 2 334913 8 10 Curb Inlet EA 2 334920 9 15 Curb Inlet EA 4 334920 10 3'x3' Grate Inlet (Precast) FAN 1 334920 TOTAL STORM .DRAIN IMPROVEMENT'1 Section 2 - Contract Requirements P-2 Proposal I i ZACMRV April 29, 2022 Mr. Troy J. Meyer Town of Westlake 1500 Solana Blvd. Building 7, Suite 7200 Westlake, Texas 76262 Dear Mr. Meyer: RE: CTR Westlake - Parish Lane from SH 170 Frontage Road to Roanoke Road Enclosed is one original Standard Form of Agreement, Performance and Payment Bond, Two Year/Twenty Percent Westlake Maintenance Bond, and the Certificate of Insurance. Please return a copy of the fully executed Agreement for our files to: Zachry Construction Corporation P. 0. Box 33240 u i1�� San Antonio, TX 78265 a I Attn: Nancy Lopez ` Should you feel further assistance is needed at any time. Please contact me at 210.871.3340 or nancy. lopez(@zachrycorp.com. Sincerely, aldR ff y Lopez A Contract Coordinator xc: Job 21066 enclosures ZACHRY CONSTRUCTION CORPORATION BUILDING THE Box 33240 San EXTRAORDINARY San Antonio Texas 78265-3240 210 871 2700 ZACHRYCONSTAUCTI ENCORP.COM SECTION V - PAVEMENT MARKING & SIGNAGE IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No Description Unit of Maasure Bid Quantity Unit Price Bid Value Specificalions 1 4" BRK Pvmt Walking HAS tWj LF 864 321723 2 8" SLD Pvmt Marking HNS (W) LF 458 321723 3 24' SLD Pvmt M:nking HQE (W) LF B3 321723 4 REFL Raised Warker TY C FA 87 321723 5 REFL Raised 11/akerTY I C-R EA 23 321723 6 hJa11 Mum Sign Ground Wount EA a 344150 7 Street Names Signs Altached to Stop. Sign 1Vount ®A 1 3 344150 TOTAL PAVEMENT MARKING & StGNAGE IMPROVEM SECTION VI - LANDSCPP,E & IRRIGATION IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No. Descr ption Unit of Weasure Bid Quantity Unit Price Bid Value Specifications 1 Permanent Automatic Itrigation System SF 105,000 328000 2 Pale Leaf Yucca • 5Gal EA 225 329300 3 DwarrTexas Sage-SGaI. FA 42 329300 4 Autumn Sage - SGaI EA 38 329300 5 Gulf Witty • SGaI FA 660 329300 6 Bermuda Sod SF 102,800 329300 7 P8 Texas Red Oak • ,i cal. EA 7 329300 Live Oak- 4" cal. FA a 329300 9 Post Oak - 4' cal. FA 6 329300 10 Century Root Barrier Panel - 48" x 15 LF 6D 329300 11 Steel Edge - 3/16" x 4" LF 575 329300 12 Fine Grade SF 105,000 329300 13 Compost Mix CY 45 329300 14 Hardwood MJlch CY 30 329300 TOTAL LANDSCAPE & IRRIGATION IMPROVEMENTS Section 2 - Contract Requirements P-3 Proposal SECTION ViI- STREET LIGHTING I tPROVEMENTS Project Item Informatign Bidder's Proposal Technic I Specifications 8idlist Item No. Description Unit -of Measure Bid Quantity Unit Price Bid Value 1 24' x 72' Foundation EA 33 033101 2 Ir.tTHWN Copper Wire LF 90 260500 3 #1 OTHWN Copper Wire LF 6,020 j 260500 4 #10 Insulated Ground Wire LF 3,010 265000 5 Service Points w/ Weter (240/.480V) EA 1 260501 6 Decorative Street Lights (luminar Pole) EA 33 265619 7 Decorative Street Lights (FMure) with 7-Pjn Receptacle &Twist Lock Lighting Controller EA 33 265620 8 1" Conduit (Trench) LF 2,930 270500 g Z' Conduit (Trench) • Street Light Electrical LF 3D 270500 10 2-2" Conduit (Trench) LF 215 270500 11 2" Conduit (Trench)- Parkway Electrical LF 4,370 270500 12 11 • x 17' Composite Ground Boxes EA 39 344135 13 SYNAPSE Lighting Control (Central Base Station) and Commissioning LS 1 Manufacturer Spec. TOTAL STREET LIGHT IMPROVEMENTS SECTION VIII • SANITAAY SEWER IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No Description Unit of Wcesure Bid Quantity Unit Price Bid Value Specifications 1 Post -CCTV Inspection . LF 287 330132 2 Trench -Safety LF 287 330510 3 1O" Sewer Pipe LF 287 333110 4 10- SS Clean out EA 2 333110 TOTAL SANITARY SEWER IMPROVEMENTS Section 2 - Contract Requirements P-4 Proposal -seCTION IX -TxDOT IMPROVEMENTS Project hem Information Bidder's Proposal TxDOT Specification / Description Code Bidlist Item No Description Unit of Measure Bid Quantity Unit.Price Bid Value 1 Remove Alum Sign and Ground Vount FA 2 100 2 Salvage and Relocate Alum Sign and Ground Mount FA 1 100 3 Remove Cane CurbS.Gutter LF 741 104 4 Remove Existing Curb Inlet FA 2 104 5 Unclassified Excavation by Plan CY 347 110 6 1U' Lime Treatment SY 1,303 340 7 Hydrated Lime (81/6 @48 Jbs/sy) TN 27 340 8 Cone Pvmt (Cont Reinf.. CRCP) (10") SY 1;039 360 9 4" Hot -mixed Asphaltic Cone. Pav (Type D) SY 1,039 360 10 18" RCP, Class II LF 14 464 11 Trench Safety LF 14 464 12 10' Std. TxDOT Curb Inlet Under Roadway EA 2 465 13 Brick Pavers (Venetian Ashlar Patter Mlsap Color) SY 59 528 14 5' Color CONC Sidewalk (Color Hardener Matching) SY 91 528 15 5' Color CONC Accent Band (Color Hardener Mltching) SY. 42 528 16 Cone -Curb (Wono) (TY Iq LF 940 529 17 Curb Ramp al Wedian Island (TY 20) EA 4 531 18 Combination Island Ramp (TY21) FA 1 531 19 Combination Island Ramp (TY 22) FA 2 531 20 I Inslall TxDOT Small Assembly Sign FA I 1 644 21 4' SLD Pvmt Marking W\S ('N) LF 466 666 22 8" SLD Pvmt Marking HAS (W) LF 441 666 23 24" SLD Pvml Wanking WAE (W) LF 76 666 24 IRightTum Arrow Pvml Marking FA 2 _ 666 25 I"ONLY" Pvmt Marking FA 2 666 26 Remove Pvmt MlrWng__s LF 121 677 TOTAL TxDOT IMPROVEMENTS Section 2 - Contract Requirements P-5 Proposal SECTION X•TRAFFIC SIGNAL IMPROVEMENTS Projec8tel]'I Informalion Bldde(s Proposal TxOOT Specificalion / Bidlisl Item No Description Unit of Pleasure Bid Quantity Unit Price Bid Value Description Code 1 Drill Shaft (Trf Sig Pole) (36 in) LF 39 I 416 6032 2 Drill Shall (Trf Sig Pole) (48 in) LF 66 I 416 6034 3 Mobilization LS 1 500 6001 4 Condi (PVC) (SCH 40) (2') LF 120 I 6186023 5 Condl (PVC) (SCH 40) (2) (Bore) LF 125 618 6024 6 Condit (PVC) (SCH 40) (3') LF 618 6029 7 Condl (PVC) (SCH 40) (3) (Bore) LF 195 I 618 6030 8 Condt (PVC) (SCH 40) (4') LF 285 618 6033 9 Condi (PVC) (SCH 40) (4') (Bore) LF 190 618 6034 10 Condi (PVC) (SCH 80) (2) LF 50 j 618 6046 11 Elec Condr (No. 12) Insulated LF Teo. 620 6004 12 Elec Condr (No. 8) Insulated LF 2,020 I 620 6008 Elcc Condr (No. 6) Bare LF 965 I 620 6009 14 Elec Condr (No. 6) Insulated LF I 330 I 620 6010 15 Tray Cable (3 Condr) (12 AWG) LF I 2,560 I 621 6002. 16 Ground Box 1 YA (122311) EA I 10 I 624 6001 17 Ground Box TYC (162911) LA I 10 I 624 6007 18 ELC SRV TY D 1201240 070(NS)SS(E)PS(U) EA I 1 I 628 6187 19 Ins)all HWY TRF SIG (Isolated) FA 1 I 680 6002 20 VEH SIG SEC (12")LED(GRN) EA I 16 I 682 6001 21 YEH SIG SEC (12"JLED(GRN AAW) EA I 2 ( 682 6002 22 VEH SIG SEC (12")LED(YEL) EA I 16 I 682 6003 23 VEH SIG SEC (12"JLED(YEL M W) EA I 4 I 6826004 24 VEH SIG SEC (12")LED(RED) EA I 16 I 682 6005 25 VEH SIG SEC (12")LED(RED M W) FA 4 I 662 6006 26 Bmck Plate (12")(3 SEC)(Ventcd)A!um FA 18 I 682 6035 27 Back Plate (12")(5 SEC)(Vented)Alum FA 2 I 682 6037 28 TRF SIG CBL (TY A)(14 AWG)(S CONDR) LF 780 I 684 6031 29 TRF SIG CSL (TY A)(14 AWG)r,T CONDRJ LF 140 I 684 6033 30 TRF SIG CBL (TY A)(14 AWG)(12 CONDR) LF 1,200 I 684 6038 31 TRF SIG CBL (TY A)(14 AWG)(20 CONDR) LF I 595 I 684 6046 32 INS TRF SIG PLAM(S)1 ARW,(4(Y)WMS.ILSN FA I 1 I 686 6044 33 INS TRF SIG PLAM(S)1 AAW(44)LUMS.ILSN FA I 1 I 6866048 34 INS TRF SIG P I ,W,(S)1 ®W,(48')LUM&ILSN EA I 1 I 686 6052 35 36 INS TRF SIG PL AV,(S)1 ARW(55'JLUM®ILSN RVDS (Presence Detection Only) EA El I 3 I 6 I I 6W 6060 6292 6001 37 Radar Presence Detector Comm Cable LF I 1,935 I 6292 38 RVDS (Advanced Detection Only) FA. I 2 I I I 6292 6003 39 Radar Communication Crible LF I 655. I 6292. 40 Infrared Pre-emption Detector EA 6 41 Infrared Pre-emption Cable LF 2,200 42 GPS Pre-emption Detector EA 2 43 GPS Preemption Cable LF 701 TOTAL TRAFFIC SIGNALIMPROVEMENTS Section 2 - Contract Requirements P-6 Proposal 111KJPOSAL FORIM UNIT PRICE BID Bidder's Application I'AIIISH NORTII SEWER, PAVING. IIltAIN1\GE, & STREET LIGJITS SECTION I • GENERAL Project Mad Infonnafi_on Bidders Proposal Technical Bidlisl Han No. Oesc,iptlon Unit of Measure Bid Ouanllly Unil Price Bid Value Specinc-ao0ns 1 Pro'ecl Sin EA 1 s1.000.00 S1,000.00 015913 2 Mobilizalion _p/, Max Over SS00,000; 10% Max Under SS00,000) S 1 5185,000.00 S185,OOO.0O 017113 3 Sile Proo 5% Max Over S500000 101% Max Under S500000 is 1 S185.000.00 S185,000.00 024100 4 Barricades. Sc and Trame Handlino MO 8 S5.000.00 $40,000.00 347113 TOTAL GENERAL 5411,000.00 SECTION II " EARTHWORK IMPROVEMENTS Ptcject Am Informaation Blddefs Proposal oochnical Specific;alions Bidlisi IlemNo. Description Unilo! Measure Bid Quantity Unit Ptic!! ©mk/aklp 1 Unclassified Excavalion by Plan Quantilvl CY 1 3.176 S15.00 547,640.00 312316 2 SWPPP LS 1 S30,000.00 S30,000.00 312500 TOTAL EARTHWORK IMPROVEMENTSI S77,e40.00j SECTION III. PAVING IMPROVEMENT Pro)ebt Ilem In!grmalion Bidders Proposal Technical Bi,dlisl Item No, Description Unite( Measure Bid Quanlily Unit:Pdcc Bid Value SpedfiCations 1 Remove Wood Fence LF 1 M S12. ® $1,368.00 024100 2 Remove Guard Rail LF 63 525. ® SI,575.00 024100 3 Remove Cone Curb&Gutter LF 26 1 S55.00 $1,430.00 024100 4 RemoVe Cone P\-ml SY 6 1 S75.00 SG00.00 1 024100 5 18"-24" Tree Removal EA 1 1 5400.00 1 $400,001 024100 6 6" CONDT PVC SCH 40 e n LF 1,362 532.00 S43,564.001 270500 7 2" CONDT PVC SCH 40 e n LF LF 1,596 1.596 S25.00 $28.00 S39,900.001 1.658.00 270500 270500 8 4" CONDT PVC SCH 40 ITi 9 24"'CONDT PVC SCH 40 ITI LF 141 S100.00 S14,100.00 270500 10 B" Ume Treatnienl SY 11,084 S8.00 588,672.001 321113 11 Hydrated Lime 8%All 46lbs/.:i TN 233 S200.00 S46,G00.00 1 321113 12 B"ConcPvml SY 10,320 565.30 SG73,896.001 321313 13 TxDOT Diracllonal Ramn TV EA 2 S3,500.00 $7,000,001 TxDDT 531 14 Install Slreel Header LF 56 $1000 S560.00 321665 15 6"To soil Cy 122 525.00 53,050.00 329119 16 Seedino, Hvdr'omrAch SY 730 $2.75 S2.007.50 329223 17 Brick Pavers (Venetian Ashlar Patter Milsao Color\ SY 33 S230.00 S7,590.00 TxDOT 528 18 5"-Color CONIC Sidewalk /Color Hardener Metchinnl SY 48 $150 00 S7,200.00 TxDOT 528 19 5" Color CONC Accent Band Color Hardener Malchinol SY 15 S30000 $4,500.00 TxDOT 528 TOTAL PAVING IMPROVEMENTS I 5906,720.50 Comments This colunm is used for he "Unit Price" in words -as required In Oro Thousand Dollars alld No Cents Om Hundred Elghly Five Thousand Oollts iltld ,'Vir Cans One Hundred Ei!)hy Five ThAlsad Dollars arcs W Cens Five Thou:;;md Dollars .;W W Cents FlIsen Dolcrs and W CoKs. Thirty Thousand Dollars and W Cents Twelve Or„dars and.No Cents Twenty Five Dollars and W Cents Filly Five Dollars and W Cents Se iaiY Five Dollars Ond W C4ns Far Hundreij por+s and W Cent Thlny Two Dola$ and W Gems Twenty Five Collars and W Carl$ T\lenty Eight Dollars and W Cans One Kundred Dollars and too Cent! Eight Col llas and W Gents Two Hundred Dollars and M Cents Si:d)' Five dolais"rd Thirty Cents Three Thousand Fraa Hundred Dollars and'Tlo Cents Ten Dollars and W Cents Twel,1/ Foe Ooll"rs Ord W Cents Two Dollars ail Sfve* Frye Oeft Two Hundred Tlt,it0 Dc)lars and W Cents Qe Hundred Filly Dollars and W C ns Three Hundred Dollars and ;V) Cents SECTION IV- STORM DRAIN IMPROVEME1 ITS Project Item Information Bidde(s Proposal Technical Bidlis[ o Ilem N�� DescriUnilol Trench Safety --- c.teasure_ LF Bid Quanlily 1W Unit Price S3.00 Bid Value Specifications 1 54,563.00 330510 2 21" RCP. Class 'M LF 176 5160.00 528,160.00 334113 3 24' RCP, Class m LF 795 5200.00 I 5159,000.00 334113 4 54" RCP, Class tg IF 11 S1,000.00 S11..000.00 334113 5 5x3 Box Culvert LF 539 5450.00 I S242,550.00 334113 6 4' Storm Junclion BOK E4 1 $5500.00 55,500.00 334913 7 6 Slam Junction Box FA 2 S800000 516,000.00 334913 8 110 Curb Inlet EA 2 SB.000.00 $16,000.00 334920 9 16 Curb In et _ 1350 Grate Inlet Precast) EA 4 S10,000.00 $40,000.00 334920 10 EA 1 1 $6000.00 56,000.00 334920 TOTAL STORM DRAIN IMPROVEMENTS S528, 773.00 1 SECTION V • PAVEMENT MARKING & SIGNAGE IMPROVEMENTS Project Hem Informalian Bidder's Proposal Technical P,aw 1larn No. Descriplio_n Unilof Ma.asuro Lid Quanlily Unil Price fliclVatue Specifications 4' BRK Pvml Marldno, FPS IWI LF 854 S220 $1,900.80 321723 2 8" SLD Pvml Marldna HAS I f 458 $4.00 51832.00 321723 3 24" SID Pvml Marldno FIAE MU LF 63 513.00 i 1,079.00 321723 4 REFL Raised Marker TY I-C EA 87 S12.00 S1.044.00 321723 5 REFL Raised Mark TY 11•C-R EA 23 512.00 S276.00 3217M 6 Install Alum Sinn Ground Mourn FA 8 S1,050.00 I 58,400.00 344150 7 Street Names Sions Allached 1) Shoo Sinn Mount E4 3 S450.00 I S1,350:00 344150 TOTAL PAVEMENT MARKING & SIGNAGE IMPROVEMENTS 1 $15,881.80-1 SECTION VI. LANDSCAPE & IRRIGATION IMPROVEMENTS Project Item Iriformation Bidder's Proposal Technical Bldlisl Ilem No. Descjplion Uriitof Measure Bid Quantity Unil Price Bid Value Specifications 1 Permanent Automatic Irriaalicn Svstem SIF 105,000 S1.00 slos.000.o0 32B000 2 Pale leaf Yuan • 5Gal PA 225 551.00 $11,475.00 329300 3 D1vaf Te,as Saae • 5Gal E4 42 551.00 S2,142.00 329" 4 Autumn Sage* 5Gal Lit 3B S51.00 51,938.00 329300 5 Gulf Muh1v " SGA EA 660 S51.00 533,660.00 329300 6 1 Bennudil Sad EF 102,800 Sm 551,400.00 329300 7 Texas Red Oak -4" d. EA 7 51502.00 S10,514.00 329300 8 Lve Oak -4" cal. EA 8 $1,502.00 512,016.00 329300 9 Past Oak• 4" cal. EA 6 S1.502.00 59,012.00 329300 10 Cenlury Root Sauler Panel -48"x 15' LF 60 S75D0 S4,500.00 329300 11 Sad. Edae • 3116' x 4' LF 515 520.00 S11,500.00 329300 12 Fine.Grade g 105,000 S0.10 510,500.00 329300 13 compost Mot CY 45 SO4.00 $3,780.00 329300 14 1 Hardwood Mulct CY 30 599.00 52,970.OP 3293110 TOTAL LANDSCAPE & IRRIGATION IMPROVEMEN 5— $270,407.00 I Three Dclfars and No Cents One Hundred I ly Dollars and No CeOls Two Hundred 0011:us and No Cents One Thousand Dollars and Ab Cents Four Hur.drod Fifty Collars and No Cents Fiv Thou.sarid Five Hundred Donars and Mo Cents Eight Thousand Dollars -an No.Cenls Efght Thousand Dollars and No Cents T,m. Tho*S?nd porrar:, a rd No cents Six Thousand Dollars and Ab Cents Two Dollars nd Twenty Conls Four Dollars and No Cents Thirteen Dorl;1rs and Na Cents Twelve Dollars and Na Cen15 Twelve Ooll;as and ND Cents One Thousand Fift)' Dollars and No Cents Four Hundred Fifty Ooll4rs and No Cents One Dollar and Ab Cents Filly One Dollars and No Genis Filly One Dollars and No Cents Fifly.One Dollars XCI No Ccnl Filly dine Dollars and No Cets. No Dollars 11nd Fi(ty Cenb Ono Thousand Five Hundred Two Dollars and No Cen:s One Thousand Fi a Hundred Two. Dollars and No Cents One Thousani;j five Hundred Two Dollars" ;md No Cena- Seventy F1v9 DOuars an Np Cents Twenty Dollars end No Genis No Doll rs and Ten Cents Eighty Four Dollars and No Cents Ninety Nine Dollars alld No Cents SECTION VII -STREET LIGHTING IMPROVEP IENTS Project Ilem Information Bidders Proposal Technical Specmcalion.s Bidlisl Uem No Descriplion Unit of Me#Jsue Bid Quantity Unit Price Bid Value 1 24" x 72" Foundation EA 33 $1,565.00 S51,645.00 033101 P tt2THWNCopperWire LF 90 S5.00 $450.00 260500 3 1110THWNCopperWire LF 6,020 S1.50 S9.030.Od 260500 4 11101nsulated Ground Wire LF 3,010 S1.50 $<1.515.00 265000 5 Service Points w/ Meter {2401480V EA 1 S15.625.00 S15 62 . 260501 6 Decorative Street Lights Lu hinar Pole EA 33 $3,260.00 S107.580.00 265619 7 Decorative Street Lights (Fixture) with 7,Pin Receptacle 6 Twist Lock Lighting Controller EA 33 $2,385.00 S78,705.00 265620 8 1" Conduit rTrench LF 2,930 SB.75 S25,637.50 270500 2" Conduit ITrenchl -Street Licht Elaclrical. LF 30 S2300 S690.00 270500 10 2-2" Conduit Trench LF 215 S25.Sb S5,482.50 270500 11 2" Conduii/Trench - Parkway Electrical LF 4,3,70 S69,920.00 270500 12 11" x 17' Com osite Ground Boxes EA 39 0 ��20.060.00 550"115.00 344135 13 SYNAPSE LighG_ng Contro_I (Central Base Staiion) and Commissioninn LS 1 S20,000.00 Manufach,ror P� I O I AL S REE I uGn i uwrnw EMEN i 51 040y,0y0.uul SECTION VIII - SANITARY SEWER IMPROVEMENTS Project Ilem Informalion Bidder' PrcpOS.i_I Technical SpeCifications Bldlisl Item No. Description. Unilof Bid Measure Quantity Unit Price Bid.Value 1 Post -CCTV Ins eclion LF 287 S500 51,435.00 330132 2 Trench SafelyLF 287 $5.00 S1,435.00 330510 3 10" Sewer Pipe LF 287 $100.00 S28,700,0,0 333110 4 10" SS Cleanout EA 2 S1 500.00 S.3.000.00 333110 TOTAL SANITARY SEWER IMPROVEMENTS S34,570.00 One Thousand Five Hundred Sixy Five Dollars Lind lb Cents Frye Dollars and No Cents Ope O * and Fifty Cet11S One Dollar- and Rhy, Cents. Fifteen Thousand Sic Hundral Twenty Ftc Odars and ;Vb Cents Three Thousand Two Hundted Sbdy Cobra and Pb Cents Th6us2nd Three HtJndmd Eighty Five Dollars and Ceres Eight D511as and seventy Frve Cents Twenl)' ihroo Oollafs and N� Cats Twc* Pone Ooltirs and Fifty Sixteen Dollars and 4b Cents One Thousand Two Hundred Eighty Fre Dol:ars and rb Cents Twenty Tholls.ind_ Dollars and No Cars Filc Dollars xrd No ®ts Fee Dollars and rb Cents One Hundred Dollars and No Cents One Thousond Rve Hundred Dollars and No Oenls SECTION D(• TxDOT IMPROVEMENTS Ptaj_ed Item Information Bidder's Proposal TxDOT Specification/ BidliN Na Item Unit re Measure Quart' Bd Unit Price Bid Value Description Code 1 Remove Alum Sin and Grollnd Mount EA 2 SW000 890000 100 2 Salvage and Relocate Alum Sin and Ground Mount EA 1 $400.00 $400,00 100 3 Remove Cone Curb&Guller LF 741 S12.00 S8,892,00 104 4 Remove Exislino Curb Inlet EA 2 SI500.00 S3,000.00 104 5 Unclassified Excavation by Plan CY 347 $20.00 S6,940.00 110 6 10" Lime Trealment SYf $10.00 513,030.00 340 7 Hvdraled Lime'18% 48 Ibs/sVl TN5200.00 S5,400.00 340 8 Cone Pvml Cool Rein. CRCPI 10"1 SY S100.00 S103.900.00 360 9 4" Hol-ml>ed Asohallic Cone. Pav ITyne DI SY S3000 $31,170.00 360 10 19' RCP. Class 1H LFS25.0.00 S3,500.00 464 11 Trench Saielv LF S25.00 S350.00 464 12 10' Sid. TxDOT Curb Inlet Under RoadwayEAs12.000.00 S24,000.00 465 13 Brick Pave IVenellan Ashlar Patter Milsap Color _ 5" Color CONC Sidowalk IColor Hardener Matchino SY SY S230.00 S13,570.00 528 1 91 S13ODD S11.830.00 520 15 5" Color CONC Accent Band /Colo/ Hardeher Malchinal SY 42 S3DD.00 S12.600.00 528 16 Cone Curb IMonol ill LF 940 S5.00 S4.70.0.00 529 17 Curb Ramp al Median Island (TY 20) EA 4 S3.500.00 $14,000.00 531 18 Combination Island Ram 211 EA 1 $4,200.00 I S4,200.00 531 19 Combination Island Ramo ITY 22 EA 1 2 S4 5ao.00 I S9,00000 531 20 Install TxDOT Small Assemblv Sion EA 1 $1,200.00 S1.200.00 644 21 4" SLD Pvmt Marklno HAS Wi LF 466 S2OJ $932.OD 665 22 8" SLD Pvml Maikino HAS IWI- 24" SLD Pvmt Markina HAE IWI LF S4.00 I S1.764.00 666 23 LF 76 S13.00 1 S98S,00 665 24 1 Right Turn Arrow Pvml Markina EA 2 S350.00 1 S700.00 666 25 "ONLY" Pvnil MarkinQ �441 EA 2 S4W.CO 1 S900.00 666 Z6 Remove Pvmt Markinos LF 121 S2500 1 S3.025.00 677 TxDOT IMPROVEMENTS 1 S280,591.00 1 SECTION X -TRAFFIC SIGNAL IMPROVEMENTS Project Item Information Bidders Ptcposal T+DOT / Bldllst Item No. Description Unito( Measute qBid uanliy, Unit Price Bid Value Specification OcscflPtiori Cod* 1 I Drill Shafi rf Sia Pole 36 in LF 39 S510.00 1 519.890.00 1 416 6032 2 Drill Shafi Trf Sia Pde 48 in LF 1 66 1 S600.00 I S39,600.00 1 416 6034 3 IMobilizalion LS 1 1 S5,0130.00 1 SS.000.001 500 6001 4 1 Condt PVCI (SCH 40 2 LF 120 S23.00 1 $2,760.00 1 618 6023 5 1Condt IPVCI ISCH 401 IBoro LF 125 1 S30.00 I $3,750.00 618 6024 '6 Condt PVC SCH 40 3' LF 305 S26.00 1 $7,930.00 1 618 6029 7 Condi PVC SCH 40 3Bore LF 195 S38.00 $7,410.00 1 6186030 8 Condt PVC ISCH 4D1 N' LF 285 529.00 S8,265.00 6186033 9 Condt PVC ISCH 40 MIN (Bore) LF 190 S43.00 S8,170.00 1 618 6034 10 Condi IPVC ISCH 80) (21 LF 50 S20.00 $1,000.00 1 618 6046 11 Eleo Condr No, 12 Insulated LF 1 480 1 S1.50 I S720.001 620 6004 12 Elec Condr No. Insulated LF 2,020 S2.10 S4,242.00 620 6008 13 Elec Condr No. 61 Bare LF s65 S2.30 S2,219.501 620 6009 14 1 Elec Condi No. 6 Insulated LF 330 S2.60 S858.001 620 6010 15 Tra Cable Condr 112 AWGI LF 2,550 1 S3.85 S9,856.00 1 621 6002 16 Ground Box TY A 11223111 LA 10 51,200.00 S12,000.00 1 624 6001 17 Gtound Box TY C 162911 LA 10 1 S1.260.00 S12,800.00 6246007 18 ELC SRV 'TY D 1201240 070 NS SS E PS U 1 EA. 1 1 S8,200.00 1 S8,900.00 6286187 19 Install MY TRF SIG Isolatedl EA 1 1 $115600.00 1 S115,800.00 680 6002 20 IVEH SIG SEC 1 LED GRNI I EA 1 16 1 S325.00 SS,200.00 682 6001 21 IVEH SIG SEC 12" LED GRN ARW Ell 1 2 1 S325.00 $650.00 682 6002 22 VEH SIG SEC 112'JLED L ER 16 5325.DD S5.200.00 6826003 23 VEH SIG SEC 11 LED L ARW EA 4 S325.00 1 $1,300.00 6826004 24 VEH SIG SEC 12'1LED<RED EA 16 S325.00 S5,200.00 682 6005 Three Hundred dollars and No Genis Four Hundred Dollars and No Cents Twelve Dollars and No Cents One Thousand Flye Hundred Dollars and No Carts Twenly Collars and No Cents Ten Dollars add No.Cents Two Hundred Dollars and No Cents One Hundred. Dollars and W Cents Thirty Dollars and No Gents Two Hundred Fifty Dollars and No Cents Twenly Five Dollars and No Canis Twelve Thousand Dollars and No Cams Two Hundred Thirty Oollhs and No Cents One Hundted ThinY Oo!I.Jrs_ilnd No Cents Threo Hundred Dollars and No Carla Five Dollars and No Cents Tim:i* Thousand Five Hundred Dollars and No Cents FOur Thousand Two Hundred OuUars ard.l No Cenlli Four Thou-sond FM? Hundred Dollars and No Cents One T`Uous*nd Two Hundred Odlars and No Cents Two Dollars and No Cents Four Dollars and No Ccnls Thirlben Dollars aW No Cents Ihree Hundred Fifty Dollar* and No Dents Four Hundred Filly DoJles and No Cents Twenty Five Dollars and No * n I s Five Hundrod Ten Dollars and No Canis Six Hundred OolL&s and No Cents Five Thousand Dollars and No Cents Twenly Three Dollars and No Cents Tairly Dollars and ND Cents Twenty Six Dollars acid No Cents Ttiirjl Eight Dollars a*q No Cellts Twenly Nine Dollars and No Cents Forty Three Dollars and No Cents Twenty Dollars and No Cents One. Dq,4x and Fitly Ccpls Two Dollars and Ten Cents Two Dollars and Thirty Coots Two Dollars and Sixty Cents Three Dollars and Eighty Five cents One Thousand Two- HUndrOd 0011/S Ord No Cend:; doO Thousand Two Hundred .Eighty Oollhs anj No Gen.ls Eight Thousand Nine Hundred Dollars and No Canis Ono Hundred Fifteen Thousand Eight Hundred Dollars and No Cents lllr!:!e Hundred Twenly Five Dollars and No Genis Three HuOCrcd Twm1y Five Dollars and No Conls Three Hundred Twenty Five Dolcus and *b Cel$r Three Hundred Twenty Five Do:lurs and No Gents Three Hundred Twenly Five Do:lars and No Cents 25 VEH SIG SEC (12")lED(RED ARW) EA 4 S32500 26 Back Plate (12"1(3 SEC)IVentedl/\lum EA 18 S140.00 27 Back Plate (12")(5 SEC)(Venled)Alum EA 2 $19000 28 TRF SIG CBL (TY Al(M AWG)l5 CONDR) LF 760 S2.-10 29 TRF SIG CBL (TY A){14 AWGJ!7 CONDR) LF 140 52.90 30 TRF SIG CBL (TY Al(14 AWG)(12 CONDR) LF 1,200 S-1.65 31 TRF SIG CBL (TY A)l14 AWG)(20 CON DR) LF 595 Si.SO 32 INS TRF SIG PL AM(S)1 ARM!40')LUM&ILSN EA 1 525,900.00 33 INS TRF SIG PL AM(S)1 ARM(44')LUM&ILSN EA 1 526.500.00 34 INS TRF SIG PLAM(S)1 ARM(46'JLUM&ILSN EA \ $29.200.00 35 INS TRF SIG PLAMIS)1 ARMl55')LUM&ILSN EA 3 S55.250.00 36 RVDS (Presence Detection Only) EA 6 $9,500.00 37 Radar Presence De(eclor Comm Cable LF 1,935 S3.00 38 RVDS IAdvance·d Detection Only) EA 2 $9,800.00 39 Radar Commuriication Cable LF 655 S3.00 ·40 Infrared Prc-emp1ion Detector EA 6 S2.740.00 41 ln(rared Pre-emption Cable LF 2,200 S2.50 42 GPS Pre-emption Detector EA 2 $4,650.00 43· GPS Pre-emption Cable LF 701 S3.20 TOTAL TRAFFIC SIGNAL IMPROVEMENTS S1,300.00 682 6005 S2,520.00 682 6035 $360.00 682 6037 $1,872.00 684 6031 S406.00 684 6033 S5,580.00 684 6038 $4,462,50 684 6046 $25,900.00 686 6044 S26,500.00 -6eG 6048 S29,200.00 686 6052 S165,750.00 6866060 S57,000.00 62926001 S5,805.00 6292 S19,600.00 6292 6003 S1.9GS.OO 6292 S16,�40.00 ss.soo.oo $9,300.00 S2.243.20 S670,444.20 Throe Hundrod Twenty Five Dollars and No Cents One Hundred Forty Dollars and No Cents On!? Hundred Ninety Dollars and No Cents Two Dollars and Forty Cents Two Oci!lars and Ninety Ccnls Four Dollars and Sixty five Ccnl!i Seven Ooltars and Fifty Cents Twenlt Five Tt)o"u�arid Nino Hun5Jred Dollars and No Cents lwQnl}' S.ix Thousand Fivn Hundra� Dollars and No Cen!s Twenty Nine Thousand Two Hundred Dollars and No Cents Filly F1.ve Thous3nd Two Hundred filly Dollars ond No C<!Olfi Minn Thousand Five Hundred Ooll.1rs zind No Cents Three Dollars and No Cents Nine Thousand Eiqhl Hundred Do11ars end ffa Cenls ThreQ Doll.in. and No Cents Two Thousarid Seven Hu,n<;trcd Fon)' DoHars and No Cents Two D0!19rs c1nct Fifty Cen1S Four Thousand Six Hundt'O� Filly Oolla{s and No Cools Three Dollars and Twenty Cents Bid Summa..!Y_ SECTION I • GENERAL S411,0QO,OO SECTION 11 • EARTHWORK IMPROVEMENTS 577,640.00 SECTION Ill -PAVING IMPROVEMENTS S986,720.50 SECTION IV· STORM DRAIN IMPROVEMENTS $528,773,00 SECTION V • PAVEMENT MARKING & SIGNAGE IMPROVEMENTS S15.881.80 SECTION V!.-LANDSCAPE & IRRIGATION IMPROVEMENTS S270.407.00 SECTION VII -STREET LIGHTING IMPROVEMENTS $439,395.00 SECTION VIII -SAN ff ARY SEWER IMPROVEMENTS $34,570.00 SECTION IX -TxDOT IMPROVEMENTS S280,591.00 SECTION X • TRAFFIC SIGNAL IMPROVEMENTS S670,444.20 TOTAL CONSTRUCTION BID) Sl,717,422.50 Bid Summary SECTION 1-GENERAL SECTION II-EARTHWORK IMPROVEMENTS SECTION 111-PAVING IMPROVEMENTS SECTION IV -STORM DRAIN IMPROVEMENTS SECTION V -PAVEMENT MARKING & SIGNAGE 111/f'ROVEMENTS· SECTION VI -LANDSCAPE & IRRIGATION IMPROVEMENTS SECTION VII -STREET LIGHTING IMPROVEMENTS SECTION VIII -SANrfARY SEWER IMPROVEMENTS SECTION IX-TxDOT IMPROVEMENTS SECTION X-TRAFFIC SIGNAL IMPROVErv.ENTS PROPOSAL SUMMARY: TOTAL BID FOR PARISH LANE $ 3 1 1 \ l, Lj .. SQ 4\\.COO. oo · .-, /_4.f"\. 00i 9g · 1 . o I)S' 71'3.00 \5°' <i:I. 80 M ;:nn t.tol .oo 11 I.\ 3'1. 3'15"". CiO :f4 5"1d. 00 [ 8'o. 5"\t. on C,,70 t;<4!!.dr"'l •1,TOTAL PROJECT $ 3, 7 \ 1./-to\J · Sc) *Total Project Cost includes bonds, traffic control and other incidentals. necessary to complete the work scope of this contract This total must agree with the total amount bid. For purposes of complying with the Texas Tax Code, the Contractor agrees that the charges for any material incorporated into the project in excess of the estimated quantity provided for herein will be no more than the invoice price for such material to the Contractor. Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the Owner in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused.thereby. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against. The bidder agrees to begin construction within ten (10) calendar days .after the issuance of the Notice to Proceed with Constmction (Work Order), and to complete the contract within ;). Lj O cal,endar days after receipt of said notice. Section 2 -Contract Requirements P-7 Proposal Rece1pt is acknowledged of the follo vv ing addenda.: Addendum No. l ---' -..... -.;-1 _· -1 -------- Addendum No. 2 (Seal) if bidder. or.porntion ------------ Addendum No. 3 ___________ _ Respectfully submitted Company: Zachry Construction Corporation Name: Gary Doty ' 1 , fl;_ Signature ';( lJ1$[ Title: Vice President Corporate: P.O. Box 33240 San Antonio, TX 78265 Address:Re2:ional: P.O. Box 531558. Grand Prairie, TX 75053 City, State, Zip: _____________ _ Phone:. 972.400.4312 Fax: 972.264.5597 Secti011 2 -Conti:act Requirements P-8 u 0 Proposal C !-I U B Ef Bid Bond Surety O + 908.903.3485 202B Halls J:vl.ill Road, PO Box 1650 F + 908.903.3656 Whitehouse Station, NJ 08889-1650 Pacific Indemnity Company 'Bond No. N/ A Know All Men By These Presents; ro/ Amount$ 0 IO That we Zachry Construction Corporation' 14410 Wurzbach Parkway, Suite 120, San Antonio, TX 78265 (hereinafter called the Principal), as Principal, and PACIFIC INDEMNITY COMPANY, a corporation duly organized under the laws of the State of Wisconsin, (hereinafter called the Surely), as Surety, are held and firmly bound unto Town of Westlake (hereinafter called the Obligee), in the sum of Five Percent Of The Total Amount Of Bid Submitted Dollars ($ 5%), for the payment of which we, the said Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,. firmly by these presents. Sealed with our seals and dated this 16th WHEREAS, the Principal has submitted a bid, dated March 16, 2022 for dayof March, 2022 Build and Construct the CTR Westlake -Parish Lane Improvements from SH '170 Frontage Road to Roanoke Road NOW, THEREFORE, THE-CONDITION OF THIS OBLIGATION IS SUCH, tl1at if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performalll;e of such contra t, or in the event of the failure of the Principal to enter into such contract. and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in .said bid and the amount for which tl1e Obligee may legally contract witl1 another party to perform the work covered by said bid, if the latter amount be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect. Zachry Construction Corporation Chubb. Insured:" Form 15-02-0002-PI (Rev. 4/17) POLICYHOLDER INFOR.lVf..A.TION NOTICE IMPORTfi..NTNOTICE To obtain information or make a complaint: You may call Chubb's toll,.free telephone number for information or to make a complaint at 1.-800-36-CHUBB You may send information to Chubb at: Eastern Claim Service Center 600 Independence Parkway Chesapeake, VA 23320 Attn: Surety Suppo1t Phone: 800-252-4670 Fax: 800-664-5358 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 oflnsurance P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CL/UM DISPUTES: Should you have a dispute. concerning your premium or about a claim you _should contact the agent-first. If the dispute is not resolved, you may contact the Texas Department of Insurance .. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the att ached document. Form 15-10-0347 (Rev, 7-19) A VISO IMPORTANTE Para obtener informaci6n o para someter una gueja: Usted puede Hamar al numero de telefono gratis de Chubb's para informaci6n o para someter una queja al 1-800-36-CHUBB Usted puede enviar informaci6n a Chubb en: Eastern Claim Service Center 600 Independence Parkway Chesapeake, VA 23320 Attn: Surety Support Phone: 800-252-4670 Fax: 800-664-5358 Puede comunicarse con el Depmtamento de Seguros de Texas para .obtener informaci6n acerca de compaiiias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 490-1007 Sitio Web: ·www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa relacionada con su prima de seguro o con una reclamaci6n, usted debe comunicarse con(el agerrte). Oa compafiia)(el agente o la comparua) primero. Si la disputa no es resuelta, usted puede comunicarse con el Departmento de Seguros de Texas. UNA ESTE A. VISO A SU POLIZA: Este aviso es solo para prop6sito de informaci6n y no se convierte en pa rte o condici6n. de! documento adjunto. LHUBB' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance CompanyKnow All by These. Presents, that FEDERAL INSURANCE COMPANY. an Indiana corp9ration, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, -a Wisconsin corporation, \llESTCHESTER FIRE INSURANCE 'COMPANY and ACE AMERJCAN INSURANCE COMPANY corporations of the Commonwealth of I:ennsylvania, do each ·her by constitute and appoin.t Deborah L. )ung, Catherine M. Martinez, Donald E. Miller Jr., Michael N. Venson, S. West Warren and Thomas E. Whitney of San Antonio, Texas----------------------------------------------------------------------------------- each as their true and lawful Anomey-in-Fact to execute undersuch designation in their names and to· affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise. bonds and undenalongs and other writings obligatory in the nature tl1ereof (other than bail bonds) given or executed in the course of business, and any instruments amending or :,ltering the same, and consents to the modification or alteration of any instn1ment referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE' COMPANY have each executed and attested these presents and affixed ihelr corporate seals on this 7"' day orJanuary, 2020. STATE OF NEW JERSllY County of Hunterdon ss. h:ph<::11' !.11:m<:\'. \'ii;(: l'rl,<id<:lll On thL, 7"' day of January, 2020 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me !mown to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESiER FIRE INSURA,'sCE COMPANY and ACE AMERICAN INSURANCE COMPANY. the companies. which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly sworn, severally and each for herself and himself did depose and say that they arc Assistant Secretary and Vice President·, respectively. of FIIDERAL INSURANCE COMPANY, VIGILANT JNSUR,\NCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER' FIRE lNSURA.NCE COMPANY ·and ACE AMERICAN INSURANCE COMPANY and know the corpor<1te seals thereof. that the seals affixed IO the foregoing Power of Anome}' arc such corporate seals and were· thereto afli,ed by authority of said Companies: and that their signatures as such officers were duly affixed and subscribed by like authqrity. Notarial Seal l<ATHER!NE J. ADC:LAAR NDJ'AiW PUBLIC OF NEW JERSEY No. 2316605 Comml3!:{on E>cpir-,::, Juty' 16. 2024 CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, \ GJJ..ANT iNSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August :JO, 20!5: WESTC'.HESTER 'FIRE INSURANCE COMPANY on December 11, 2006: and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: -�ESOLVEU. th�t _the fallowing aut11ori1.ations rcla1C to the, cxeculion, for and on behalf of the Company, of bonds; undenaldngs. recoi;niz<mcc:s, contrJc.is ;ind other writte11 commitmc:nt:» c,f thc Comp:my entered Imo in the ordinary course ofb�incss (each a "Wrim:.n Commirmem"): 0) �ch of the Chairm;m. the President and the Vice Pr�idj!JUS of 1hc Company is hereby authorized to C.'(CCUU! ;my Written Commirmc11l for and on bch.ilf of the Comp;my, under the seal of the Company orot11e.rwis�. (2) E.:lch duly appointed :momcy-in-fac.r of the: Comp:;my is hereby .iw.bori1.cd ,to e:<ccure any Written Comrnitmc.nl for and on behalf of the Company. untlcr chc: .seal or the Comp;my or otherwise, to the cxtt:nt that such .iaion is authorized by the gr.int u(powci"s provided for in :,uch pcrs011'swrittc.11 appointmcm DS such attorncy:in-facr. (3) Eac.11 of the: Chairman. the Prl!Sidem and the Vice Presidcnts·of the Company is 1u:rt-by authorfaed. for and on behalf of the Comp.iny, to appoint in wrllln& any person r.J1e attomey• in-fact of the: Company with full power ·and authority tu excaltc, for and on behalf ofrhe Company, under the seal of the Company or othcn\'isc. such Wrim.:n Commitments of the Company as may be spcciflt!d iii.such wrin<!n appointment. whid1 sp�cific:ation may be by general type or class of Writ1cn COmmirmcnts or by snccificatlon of one or more p:inj<.1Jlar Wrinc.n Commitments. (-1) Each or tl1e Chairnmn. 1hc President and the Vice Presidents or the Campany is h!!rcby authori.r.cd, for and on behalf of the Company, 10 delegate in \\Titingto .my other officer of the Company the authority to cxccurc, for 2nd on behalf of the Comp;my, under the Company's· stal or othl!m·ise, ·such Written Com.mit.rnents of the Comp;iny as are specified in �1.1ch WT1ncn delegation, which spcclncnlun may bl! by i:;cncral type or cla:i.s of Written Commitments or b)':ipcci fi cation of om: ur more pan.it.-ubr \Vriuen Commim1c.ms. (S) The signature or;my officer or other pcr.;on executing any Wrincn Commitment or �pp6ln1rncnt or delcs:-uian pursu,mttu this J�csalution, :md the seal of the company. may be .iffixcd by facsimile on such Wrlue11 Commitment or wrincn ilppoin1mcm ur delegation. FUH.TJ-Um Rl::SOLVEO, -th:n the foregoing RcsOlution sh:ill not. be deemed to be ;m exclusive statement of the po\vers and authority of officcn,, employees and other persons 10 act far and on beh:llf of 1he Compa.11y, and such ResolutJon shall not limit or otherw·isc �m.:ct.the.cxcrci�e. of <my sud1 t)ciwcror authority otherwise ValldJy gran1cd or vested." l, Dawn M. Chloros, Assistant Secretary of FEDE!l-'11. JNSURANCE COMPANY, VIGl!.ANT JNSURA, CE COMPANY. PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE JNSURr\NCll COMPANY and AC!l/\MERJCAN INSURANCE COMPA,'IY (the •companies-) do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this March 16, 2022 IN THE 4'VllNTYOU W!S11 TO VERIFY Tim Alll'HllNTJCl'fY OF THIS UOND.OR 1'0TIFY us 011 ANY OTH!il\ M,\'rl'E R. l'LE!\SECON'fACJ' us . r, Telephone (908)903-3493 Fax(908)903•36SG e-mail: sure •@chubb.com Combined: FED-VIG-PI-\NFIC•AAIC.(rev. 11-19)