HomeMy WebLinkAboutResolution - 2021-R0217 - Contract 15803 with Rink's Lease Service 6.22.2021Resolution No. 2021-R0217
Item No. 6.10
June 22, 2021
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Public Works Contract No. 15803 for Annexation
Water Lines - Alcove as per RFP 21-15803-JM, by and between the City of Lubbock and
Rink's Lease Service, Inc., of Levelland, Texas, and related documents. Said Contract is
attached hereto and incorporated in this resolution as if fully set forth herein and shall be
included in the minutes of the City Council.
Passed by the City Council on June 22, 2021
L�j
DANIEL M. POPE, MAYOR
ATTEST:
,Q, -&, )/\�— -
Rebecc Garza, City Secreta
APPROVED AS TO CONTENT:
Jesica cEachern, Assistan City Manager
:s/RES.Contract 15803 — Annexation Water Lines - Alcove
2, 2021
REVISED:
PROPOSAL SUBMITTAL FORM
COST PROPOSAL CONTRACT
DATE: - NAZ 21 Of ZOZ I
PROJECT NUMBER: RFP 21-15803-JM Annexation Water Lines - Alcove
Proposal of L7l A* S CEASE SE,201 CZ .T.vL . (hereinafter called
Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for the Annexation Water Lines - Alcove having carefully
examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents
and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the
intended project including the availability of materials and labor, hereby intends to fumish all labor, materials, and
supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the
time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work
required under the contract documents.
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
Base Bid: W-1, W-2, W-3, W4, W-5, and W-6
General
Mobilization/Demobilization -
l'
Contractor mobilization
1
LS
` o.o
700oo. oo
including move -in and move -out
cost from each site location.
Provide and maintain a SWPPP -
2
Including preparation, NOL NOT,
1
LS
10,00o,cb
10,X0,00
and all other work considered
incidental to this item.
Provide and maintain a Traffic
Control Plan - Preparation,
3'
approval from COL Traffic
1
LS
f % JC , 00
% 4 00. 00
Engineering to all sites, and all other
work considered incidental to this
item.
4'
Trench Safety - Complete and in
21,758
LF
I S0
3z� 63%
place.
,
ITEM
DESCRIPTION
QTY
U/M
UNIT COST
EXTENDED
COST
Street Repair
Removal and repair asphalt
paving, including all material,
equipment and labor to perform sub
5.
grade compaction and testing.
60
SY
16S-400
1 QQ , ��
HMAC installation per
Specifications and all other work
considered incidental to this item.
Gravel driveway repair, including
all material, equipment and labor to
6.
perform sub grade compaction and
15
EA
S� O
7500-00
testing. Flex Base installation per
•
i
Specifications and all other work
considered incidental to this item.
Concrete curb and gutter repair,
including all material, equipment
and labor to perform sub grade
�'
compaction and testing. Installation
10
SY
LIM 0o
Lt, OW 00
per Specifications, including
`
required ADA accomodations, and
all other work considered incidental
to this item.
Flowable backfill as approved,
8.
complete and in place per
30
CY
210,00
4/3 00. QQ
Specifications.
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
Water System Improvements
Furnish and install 6" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
9.
compaction, and tested as herein
244
LF
0o
o 00
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 8" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
10.
compaction, and tested as herein
52
LF
s00 00
26W.00
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 16" steel
encasement with 8" C-900 DR-18
pvc pipe by bore, provide all casing
spacers and backfilled to 95%
11.
compaction, and tested as herein
33
LF
2 2 S oo
00
specified, including all fittings,
equipment, tools, and labor to
perform work, as herein specified.
Furnish and install 10" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
12.
compaction, and tested as herein
53
LF
u 00
6-T
3392.0o
specified, including all fittings,
,
equipment, tools, and labor to
perform work.
Furnish and install 16" steel
encasement with 10" C-900 DR-
18 pvc pipe by bore, provide all
casing spacers and backfilled to
95% compaction, and tested as
13
herein specified, including all
33
LF
2 , ! 0 • 0
`7
?11 Z 0 .00
fittings, equipment, tools, and labor
to perform work, as herein
specified.
Furnish and install 12" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
compaction, and tested as herein
14.
specified, including all fittings,
13,709
LF
S' 8.00
71Y 122.00
equipment, tools, and labor to
/
perform work.
Furnish and install 12" C-900
DR-18 approved water pipe by
means other than open cut as
15.
herein specified, including all
220
LF
e 0O
1 7r
fittings, equipment, tools, and labor
Uu
boo•oo
to perform work.
Furnish and install 20" steel
encasement with 12" C-900 DR-
18 pvc pipe by bore, provide all
casing spacers and backfilled to
16.
95% compaction, and tested as
334
LF
36 �,
2 Z�S 7 g,
herein specified, including all
fittings, equipment, tools, and labor
to perform work, as herein
specified.
Furnish and install 16" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
17.
compaction, and tested as herein
specified, including all fittings,
7,700
LF
3, QD
7/6
�o
' 00
equipment, tools, and labor to
perform work.
Tie to existing water line as herein
18.
specified, including all equipment,
labor to
9
EA
7'S.VQ . 00
15- 7 SV , QD
tools, and perform work.
Furnish and install 6" gate valve
19.
and box as herein specified,
including all equipment, tools, and
15
EA
1,14/I0,00
labor to perform work.
Furnish and install 8" gate valve
and box as herein specified,
20.
including all equipment, tools, and
1
EA
19CO• QO
1 9OD, 00
labor to perform work.
Furnish and install 10" gate valve
and box as herein specified,
21.
including all equipment, tools, and
1
EA
219QQ , 00
Z�g�, 00
labor to perform work.
Furnish and install 12" gate valve
and box as herein specified,
22.
including all equipment, tools, and
23
EA
312?S--OO
75, 3 Z s• 00
labor to perform work.
Furnish and install 16" gate valve
and box as herein specified,
23.
including all equipment, tools, and
12
EA
$ y �� 00
. �o O • Oc
labor to perform work.
,
Furnish and install 10" x 12"
Tapping Sleeve and Valve as
herein specified, including all
24.
equipment, tools, and labor to
1
EA
5 7 7o • oo
5 7 %Q . 00
perform work.
Furnish and install 12" x 16"
Tapping Sleeve and Valve as
25.
herein specified, including all
1
EA
?Coo. oo
7 0W 00
equipment, tools, and labor to
perform work.
Furnish and install Fire Hydrant,
as herein specified, including all
26.
fittings, equipment, tools, and labor
15
EA
3 2 5-0 . oo
4f 8 75"0 . (X
to perform work. Remove and
l
salvage existing Fire Hydrant.
Furnish and install 12" air relief
27.
valve as herein specified, including
all equipment, tools, and labor to
5
EA
�ZS',
7 7 12Y . CO
perform work.
Furnish and install sign at
Railroad ROW Boundary as
28.
herein specified, including all
2
EA
l Jam/
6 M 00
' Z � oo
equipment, tools, and labor to
perform work.
Railroad Coordination - All items
necessary for compliance with
29.
Lubbock and Western Railway
permit, including but not limited to,
1
LS
J S� . (gyp
S t . (�
insurance, inspection, and flagmen
requirements.
Furnish and install 16" C-900 DR-18
approved water pipe by means
other than open cut as herein
30.
specified, including all fittings,
290
LF
I' C)o
CO
equipment, tools, and labor to
perform work.
Total Base Bid (Items 1-30)
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
Alternate 1: W-7
la
Trench Safety - Complete and in
1,406
LF
q,ao
S' (o Z xt. oo
place.
Provide and maintain a Traffic
Control Plan - Preparation,
2a
approval from COL Traffic
1
LS
31? S , oO
3 7sO.00
Engineering to all sites, and all other
work considered incidental to this
item.
Furnish and install 6" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
3a
compaction, and tested as herein
7
LF
)oo. OD
7CO.Qp
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 12" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
compaction, and tested as herein
specified, including all fittings,
4a
equipment, tools, and labor to
1,399
LF
1. oO
85 3 311
perform work.
.tz
/
Furnish and install 20" steel
encasement with 12" C-900 DR-
18 pvc pipe by bore, provide all
casing spacers and backfilled to
5a
95% compaction, and tested as
603
LF
372 (o
2244 316
herein specified, including all
,
fittings, equipment, tools, and labor
to perform work, as herein
specified.
Furnish and install sign at
Railroad ROW Boundary as
6a
herein specified, including all
equipment, tools, and labor to
2
EA
/
bCO, 00
Itz 00 - 00
perform work.
Furnish and install 6" gate valve
and boat as herein specified,
7a
including all equipment, tools, and
1
EA
1'1 f L]0 00
r/q F�, 00
labor to perform work.
,
Furnish and install 12" gate valve
8a
and boat as herein specified,
including all equipment, tools, and
3
EA
3Z7s. �
�� Z �• ��
labor to perform work.
Flowable backfill as approved,
9a
complete and in place per
280
CY
Z / 0 , 0(:)
s8 800,00
Specifications.
Removal and repair asphalt
paving, including all material,
10a
equipment and labor to perform sub
grade compaction and testing.
40
SY
16s"00
6600.00
HMAC installation per
Specifications and all other work
considered incidental to this item.
Concrete curb and gutter repair,
including all material, equipment
and labor to perform sub grade
1 l a
compaction and testing. Installation
10
SY
QCD. oo
14 c p p
per Specifications and all other
,
work considered incidental to this
item.
Railroad Coordination - All items
necessary for compliance with
12a
Lubbock and Western Railway
1
LS
.00
151=0 00
permit, including but not limited to,
i
7
insurance, inspection, and flagmen
requirements.
Alternate 1 Bid (Items la-12a)
�, 6 S Cj
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
Alternate 2: W-8, W-9 (Pine Hills)
Mobilization/Demobilization -
1 b
Contractor mobilization including
move -in and move -out cost from
1
LS
O b� . �
96W.00
each site location.
Provide and maintain a SWPPP -
2b
Including preparation, NOI, NOT,
1
LS
Z.500. ��
2 ��' OD
and all other work considered
incidental to this item.
Provide and maintain a Traffic
Control Plan - Preparation,
3b
approval from COL Traffic
to all sites, and all other
1
LS
S700.Engineering 00
700 -00
work considered incidental to this
item.
4b
Trench Safety - Complete and in
3,777
LF
. S�
5-6 6 S , 50
Furnish and install 6" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
5b
compaction, and tested as herein
42
LF
3�.,W
1,5012.00
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 8" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
6b
compaction, and tested as herein
3,695
LF
36,co
�Z�
specified, including all fittings,33
equipment, tools, and labor to
perform work.
Furnish and install 8" C-900 DR-
18 approved water pipe by means
other than open cut as herein
7b
specified, including all fittings,
580
LF
equipment, tools, and labor to
perform work.
Furnish and install 10" C-900
DR 18 approved water pipe in
open cut trench, backfilled to 95%
8b
compaction, and tested as herein
40
LF
?9-rco
3 f 60' 00
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 16" steel
encasement with 8" C-900 DR 18
pvc pipe by bore, provide all casing
spacers and backfilled to 95%
9b
compaction, and tested as herein
43
LF
Z Z � • 00
416 7 S • 00
specified, including all fittings,
equipment, tools, and labor to
perform work, as herein specified.
Furnish and install 6" gate valve
10b
and box as herein specified,
including all equipment, tools, and
7
EA
�Iq(i, CXo
�Q� Qgo. oo
labor to perform work.
Furnish and install 8" gate valve
1 lb
and box as herein specified,
including all equipment, tools, and
7
EA
1,300,00
fo
labor to perform work.
Furnish and install 10" gate valve
and box as herein specified,
12b
including all equipment, tools, and
2
EA
Z900, Co
s;%00,00
labor to perform work.
Furnish and install 6" x 6" Cut -in
13b
Tee as herein specified, including
all equipment, tools, and labor to
1
EA
Z� �,5, 00
2 ( 7S, 00
perform work.
Furnish and install Fire Hydrant,
as herein specified, including all
14b
fittings, equipment, tools, and labor
6
EA
� �
I q 5W , QQ
to perform work. Remove and
f
salvage existing Fire Hydrant.
Removal and repair asphalt
paving, including all material,
equipment and labor to perform sub
15b
grade compaction and testing.
50
SY
I �s QQ
Z S"O 00
HMAC installation per
Specifications and all other work
considered incidental to this item.
Gravel driveway repair, including
all material, equipment and labor to
perform sub grade compaction and
16b
testing. Flex Base installation per
4
EA
SOO.=
�� t0
Specifications and all other work
'
considered incidental to this item.
Plowable backffil as approved,
17b
complete and in place per
70
CY
Z 1 Q , 00
1 q 700. 00
Specifications.
Alternate 2 Bid (Items lb-17b)
2 Ti, ( 7 7. rO
Total bid: $2,939,093.50
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: 2 % 0 (to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS: 3o0 (to Final Completion)
(not to exceed 300 consecutive calendar days to Substantial Completion / 330 consecutive calendar days to Final
Completion).
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to
Proceed" of the Owner and to substantially complete the project within 300 Consecutive Calendar Days with final
completion within 330 Consecutive Calendar Days as stipulated in the specification and other contract documents.
Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $300 for each consecutive calendar
day after substantial completion and liquidated damages in the sum of $300 for each consecutive calendar day after final
completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of
the Agreement.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to
reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be
good for a period of six 60 calendar days after the scheduled closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to
commence work on the date specified in the written notice to proceed, and to substantially complete the work on which
he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total
amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance
policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him.
Offeror's Initials
Enclosed with this proposal is a Cashier's Check or Certified Check
a Cashier's Check or Certified Check for
or a Proposal Bond in the sum of Dollars ($ ), which
it is agreed shall be collected and retained by the Owner as liquidated damages in the event the
proposal is accepted by the Owner and the undersigned fails to execute the necessary contract
documents, insurance certificates, and the required bond (if any) with the Owner within ten (10)
business days after the date of receipt of written notification of acceptance of said proposal;
otherwise, said check or bond shall be returned to the undersigned upon demand.
Enclosed with this proposal is
Dollars
Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include
all contract documents made available to him for his inspection in accordance with the Notice to Offerors.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed proposal that has been opened may not
be changed for the purpose of correcting an error in the
proposal price. THEREFORE, ANY CORRECTIONS TO THE
PROPOSAL PRI[F MUST RE MADE ON THE PROPOSAL
(Seal if Offeror is a Corporation)
Secretary
Offeror acknowledges receipt of the following addenda:
Addenda No. 1 Date S-1q-Z(
Addenda No. Z_ Date 5-/y'2l
Addenda No. 3 Date 5-/ -Z I
Addenda No. z{ Date S-le-Z I
M/WBE Firm:
Date: �zoz l
A horized Signature
(Printed or Typed Name)
F,INK3 LE45E SE2uzcE ,3Z,je-
Company
po sox 4IS-6
/7o? FA300
Address
Z6 U,6644A, 0
NOGKGE
City,
County
TX
, 91536
State
Zip Code
Telephone: 9 -
9qy• 74//S
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
_
1of1
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
i Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2021-771101
RINKS LEASE SERVICE
LEVELLAND, TX United States
Date Filed:
06/24/2021
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City Of Lubbock
Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify
description of the services, goods, or other property to be provided under the contract.
the contract, and provide a
REP 21-15803-JM
Provide Labor and material to install annexation water lines Alcove
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Perez, Leanna
Levelland, TX United States
X
Middleton, Randall
Levelland, TX United States
X
Middleton, Kip
Levelland, TX United States
X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION * y
My name is L ea ,n n 0. Pe' � �V and my date of birth is
My address is 2 V Q Ty, , �34-> -S.
(street) (city) (state) (zip code) (country)
declare under penaltyof perjurythatthe foregoing is true and correct.
y
Executed in A C7 j 1 County, State of T� [�Gt G on the
day of e— 20_ 2,1.
9
(rnonth) (year)
Pro (I AA
Signature of authorized agent of contracting b6iness entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.l.cenc!96a
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
Complete Nos. 1 - 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2021-771101
RINKS LEASE SERVICE
LEVELLAND, TX United States
Date Filed:
06/24/2021
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City Of Lubbock
Date Acknowledged:
06/25/2021
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
RFP 21-15803-JM
Provide Labor and material to install annexation water lines Alcove
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Perez, Leanna
Levelland, TX United States
X
Middleton, Randall
Levelland, TX United States
X
Middleton, Kip
Levelland, TX United States
X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is and my date of birth is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of on the day of , 20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a
No Text
Pate Intentionally Left Blank
ADDENDA
Page Intentionally Left Blank
10-C'Ty of
ibbock
TEXAS
ADDENDUM I
Revised Plans & Revised Proposal Submittal
Form
RFP 21-15803-JM
ANNEXATION WATER LINES - ALCOVE
DATE ISSUED: May 14, 2021
CLOSING DATE: May 19, 2021 at 2:00 p.m.
The following items take precedence over the proposal dates for the above named Request for Proposal
(RFP). Where any item called for in the RFP documents is supplemented here, the original requirements,
not affected by this addendum, shall remain in effect.
Please review, incorporate, and acknowledge the information in this addendum on the signature
page of the Revised Proposal Submittal Form.
Revised Plans & Revised Proposal Submittal Form:
1. Updated the Title Block on P-6, P-7, and P-8 to say "Proposed 12" and 16" PVC" instead of
"Proposed 16" PVC" to clarify that W-4 is 16" PVC north of 66th Street, and 12" PVC south of 66th
Street.
2. Updated the profile and water line summary on P-7 and P-8 to correctly label the 12" proposed
water line.
3. Updated the Title Block on P-14 and P-15 to say "Proposed 8" PVC" instead of "Proposed 12"
PVC" to clarify that W-8 and W-9 are both to be 8" water lines.
4. Line item 7b on the bid tab should be 580 LF instead of 560 LF.
All requests for additional information or clarification must be submitted in writing and directed to:
Jessie Montes
City of Lubbock
Purchasing and Contracts Management Office
1314 Ave K, Floor 9
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to JMontesmylubbock.us
Questions are preferred to be posted on Bonfire: https:Hci-lubbock-tx.bonfirehub.coM/portal
THANK YOU,
pdj& N"ad
CITY OF LUBBOCK
Jessie Montes
Buyer III
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the proposer's responsibility to
advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently
restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by
the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications
will be made.
REVISED:
PROPOSAL SUBMITTAL FORM
EXTENDED COST PROPOSAL CONTRACT
DATE
PROJECT NUMBER: RFP 21-15803-JM Annexation Water Lines - Alcove
Proposal of
Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
(hereinafter called
The Offeror, in compliance with your Request for Proposals for the Annexation Water Lines - Alcove having carefully
examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents
and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the
intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and
supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the
time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work
required under the contract documents.
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
Base Bid: W-1, W-2, W-3, W-4, W-5, and W-6
General
Mobilization/Demobilization -
1
Contractor mobilization
1
LS
including move -in and move -out
cost from each site location.
Provide and maintain a SWPPP -
2'
Including preparation, NOI, NOT,
1
LS
and all other work considered
incidental to this item.
Provide and maintain a Traffic
Control Plan - Preparation,
3'
approval from COL Traffic
1
LS
Engineering to all sites, and all other
work considered incidental to this
item.
4
Trench Safety - Complete and in
21 758
LF
place.
'
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
Street Repair
Removal and repair asphalt
paving, including all material,
equipment and labor to perform sub
5.
grade compaction and testing.
60
SY
HMAC installation per
Specifications and all other work
considered incidental to this item.
Gravel driveway repair, including
all material, equipment and labor to
6.
perform sub grade compaction and
15
EA
testing. Flex Base installation per
Specifications and all other work
considered incidental to this item.
Concrete curb and gutter repair,
including all material, equipment
and labor to perform sub grade
�'
compaction and testing. Installation
10
SY
per Specifications, including
required ADA accomodations, and
all other work considered incidental
to this item.
Flowable backfill as approved,
8.
complete and in place per
30
CY
Specifications.
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
Water System Improvements
Furnish and install 6" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
9.
compaction, and tested as herein
244
LF
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 8" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
10.
compaction, and tested as herein
52
LF
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 16" steel
encasement with 8" C-900 DR-18
pvc pipe by bore, provide all casing
spacers and backfilled to 95%
11.
compaction, and tested as herein
33
LF
specified, including all fittings,
equipment, tools, and labor to
perform work, as herein specified.
Furnish and install 10" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
12
compaction, and tested as herein
53
LF
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 16" steel
encasement with 10" C-900 DR-
18 pvc pipe by bore, provide all
casing spacers and backfilled to
95% compaction, and tested as
13
herein specified, including all
33
LF
fittings, equipment, tools, and labor
to perform work, as herein
specified.
Furnish and install 12" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
compaction, and tested as herein
14.
specified, including all fittings,
13,709
LF
equipment, tools, and labor to
perform work.
Furnish and install 12" C-900
DR-18 approved water pipe by
means other than open cut as
15.
herein specified, including all
220
LF
fittings, equipment, tools, and labor
to perform work.
Furnish and install 20" steel
encasement with 12" C-900 DR-
18 pvc pipe by bore, provide all
casing spacers and backfilled to
16.
95% compaction, and tested as
334
LF
herein specified, including all
fittings, equipment, tools, and labor
to perform work, as herein
specified.
Furnish and install 16" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
compaction, and tested as herein
17.
specified, including all fittings,
7,700
LF
equipment, tools, and labor to
perform work.
Tie to existing water line as herein
18
specified, including all equipment,
9
EA
tools, and labor to perform work.
Furnish and install 6" gate valve
and box as herein specified,
19.
including all equipment, tools, and
15
EA
labor to perform work.
Furnish and install 8" gate valve
and box as herein specified,
20.
including all equipment, tools, and
1
EA
labor to perform work.
Furnish and install 10" gate valve
and box as herein specified,
21.
including all equipment, tools, and
1
EA
labor to perform work.
Furnish and install 12" gate valve
and box as herein specified,
22.
including all equipment, tools, and
23
EA
labor to perform work.
Furnish and install 16" gate valve
and box as herein specified,
23.
including all equipment, tools, and
12
EA
labor to perform work.
Furnish and install 10" x 12"
Tapping Sleeve and Valve as
herein specified, including all
24.
equipment, tools, and labor to
1
EA
perform work.
Furnish and install 12" x 16"
Tapping Sleeve and Valve as
25.
herein specified, including all
1
EA
equipment, tools, and labor to
perform work.
Furnish and install Fire Hydrant,
as herein specified, including all
26
fittings, equipment, tools, and labor
15
EA
to perform work. Remove and
salvage existing Fire Hydrant.
Furnish and install 12" air relief
valve as herein specified, including
27.
all equipment, tools, and labor to
5
EA
perform work.
Furnish and install sign at
Railroad ROW Boundary as
28.
herein specified, including all
2
EA
equipment, tools, and labor to
perform work.
Railroad Coordination - All items
necessary for compliance with
29'
Lubbock and Western Railway
1
LS
permit, including but not limited to,
insurance, inspection, and flagmen
requirements.
Total Base Bid (Items 1-29)
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
Alternate 1: W-7
la
Trench Safety - Complete and in
1 406
LF
place.
'
Provide and maintain a Traffic
Control Plan - Preparation,
2a
approval from COL Traffic
1
LS
Engineering to all sites, and all other
work considered incidental to this
item.
Furnish and install 6" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
3a
compaction, and tested as herein
7
LF
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 12" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
compaction, and tested as herein
specified, including all fittings,
4a
equipment, tools, and labor to
1,399
LF
perform work.
Furnish and install 20" steel
encasement with 12" C-900 DR-
18 pvc pipe by bore, provide all
casing spacers and backfilled to
Sa
95% compaction, and tested as
603
LF
herein specified, including all
fittings, equipment, tools, and labor
to perform work, as herein
specified.
Furnish and install sign at
Railroad ROW Boundary as
6a
herein specified, including all
2
EA
equipment, tools, and labor to
perform work.
Furnish and install 6" gate valve
and box as herein specified,
7a
including all equipment, tools, and
1
EA
labor to perform work.
Furnish and install 12" gate valve
and box as herein specified,
8a
including all equipment, tools, and
3
EA
labor to perform work.
Flowable backfill as approved,
9a
complete and in place per
280
CY
Specifications.
Removal and repair asphalt
paving, including all material,
equipment and labor to perform sub
10a
grade compaction and testing.
40
SY
HMAC installation per
Specifications and all other work
considered incidental to this item.
Concrete curb and gutter repair,
including all material, equipment
and labor to perform sub grade
11 a
compaction and testing. Installation
10
SY
per Specifications and all other
work considered incidental to this
item.
Railroad Coordination - All items
necessary for compliance with
12a
Lubbock and Western Railway
1
LS
permit, including but not limited to,
insurance, inspection, and flagmen
requirements.
Alternate 1 Bid (Items la-12a)
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
Alternate 2: W-8, W-9 (Pine Hills)
Mobilization/Demobilization -
lb
Contractor mobilization including
1
LS
move -in and move -out cost from
each site location.
Provide and maintain a SWPPP -
2b
Including preparation, NOI, NOT,
1
LS
and all other work considered
incidental to this item.
Provide and maintain a Traffic
Control Plan - Preparation,
3b
approval from COL Traffic
1
LS
Engineering to all sites, and all other
work considered incidental to this
item.
4b
Trench Safety - Complete and in
3 777
LF
place.
'
Furnish and install 6" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
5b
compaction, and tested as herein
42
LF
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 8" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
6b
compaction, and tested as herein
3 695
LF
specified, including all fittings,
'
equipment, tools, and labor to
perform work.
Furnish and install 8" C-900 DR-
18 approved water pipe by means
other than open cut as herein
7b
specified, including all fittings,
580
LF
equipment, tools, and labor to
perform work.
Furnish and install 10" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
8b
compaction, and tested as herein
40
LF
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 16" steel
encasement with 8" C-900 DR-18
pvc pipe by bore, provide all casing
spacers and backfilled to 95%
9b
compaction, and tested as herein
43
LF
specified, including all fittings,
equipment, tools, and labor to
perform work, as herein specified.
Furnish and install 6" gate valve
and box as herein specified,
lob
including all equipment, tools, and
7
EA
labor to perform work.
Furnish and install 8" gate valve
and box as herein specified,
1 lb
including all equipment, tools, and
7
EA
labor to perform work.
Furnish and install 10" gate valve
and box as herein specified,
12b
including all equipment, tools, and
2
EA
labor to perform work.
Furnish and install 6" x 6" Cut -in
Tee as herein specified, including
13b
all equipment, tools, and labor to
1
EA
perform work.
Furnish and install Fire Hydrant,
as herein specified, including all
14b
fittings, equipment, tools, and labor
6
EA
to perform work. Remove and
salvage existing Fire Hydrant.
Removal and repair asphalt
paving, including all material,
equipment and labor to perform sub
15b
grade compaction and testing.
50
SY
HMAC installation per
Specifications and all other work
considered incidental to this item.
Gravel driveway repair, including
all material, equipment and labor to
perform sub grade compaction and
16b
testing. Flex Base installation per
4
EA
Specifications and all other work
considered incidental to this item.
Flowable backfill as approved,
l7b
complete and in place per
70
CY
Specifications.
Alternate 2 Bid (Items lb-17b)
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: (to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS: (to Final Completion)
(not to exceed 300 consecutive calendar days to Substantial Completion / 330 consecutive calendar days to Final
Completion).
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to
Proceed" of the Owner and to substantially complete the project within 300 Consecutive Calendar Days with final
completion within 330 Consecutive Calendar Days as stipulated in the specification and other contract documents.
Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $300 for each consecutive calendar
day after substantial completion and liquidated damages in the sum of $300 for each consecutive calendar day after final
completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of
the Agreement.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to
reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be
good for a period of sixty 60 calendar days after the scheduled closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to
commence work on the date specified in the written notice to proceed, and to substantially complete the work on which
he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total
amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance
policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him.
Offeror's Initials
Enclosed with this proposal is
Enclosed with this proposal is a Cashier's Check or Certified Check
a Cashier's Check or Certified Check for
or a Proposal Bond in the sum of
Dollars ($ )
Dollars ($ ), which
it is agreed shall be collected and retained by the Owner as liquidated damages in the event the
proposal is accepted by the Owner and the undersigned fails to execute the necessary contract
documents, insurance certificates, and the required bond (if any) with the Owner within ten (10)
business days after the date of receipt of written notification of acceptance of said proposal;
otherwise, said check or bond shall be returned to the undersigned upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include
all contract documents made available to him for his inspection in accordance with the Notice to Offerors.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed proposal that has been opened may not
be changed for the purpose of correcting an error in the
proposal price. THEREFORE, ANY CORRECTIONS TO THE
PROPOSAL PRICE MUST RF MADE ON THE PROPOSAL
(Seal if Offeror is a Corporation)
ATTEST:
Secretary
Offeror acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date:
Authorized Signature
(Printed or Typed Name)
Company
Address
City,
State
Telephone:
County
Zip Code
M/WBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
10-C'Ty of
ibbock
TEXAS
ADDENDUM 2
Revised Plans
RFP 21-15803-JM
ANNEXATION WATER LINES -
ALCOVE
DATE ISSUED: May 14, 2021
CLOSING DATE: May 19, 2021 at 2:00 p.m.
The following items take precedence over the proposal dates for the above named Request for Proposal
(RFP). Where any item called for in the RFP documents is supplemented here, the original requirements,
not affected by this addendum, shall remain in effect.
Please review, incorporate, and acknowledge the information in this addendum on the signature
page of the Revised Proposal Submittal Form.
Revised Plans & Revised Proposal Submittal Form:
1. Updated the Title Block on P-6, P-7, and P-8 to say "Proposed 12" and 16" PVC" instead of
"Proposed 16" PVC" to clarify that W-4 is 16" PVC north of 66th Street, and 12" PVC south of 66"
Street.
2. Updated the profile and water line summary on P-7 and P-8 to correctly label the 12" proposed
water line.
3. Updated the Title Block on P-14 and P-15 to say "Proposed 8" PVC" instead of "Proposed 12"
PVC" to clarify that W-8 and W-9 are both to be 8" water lines.
All requests for additional information or clarification must be submitted in writing and directed to:
Jessie Montes
City of Lubbock
Purchasing and Contracts Management Office
1314 Ave K, Floor 9
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to JMontesmylubbock.us
Questions are preferred to be posted on Bonfire: https:Hci-lubbock-tx.bonfirehub.coM/portal
THANK YOU,
pdj&
CITY OF LUBBOCK
Jessie Montes
Buyer III
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the proposer's responsibility to
advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently
restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by
the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications
will be made.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
10-C'Ty of
ibbock
TEXAS
ADDENDUM 3
Revised Proposal Submittal Form & New Closing
Date
RFP 21-15803-JM
ANNEXATION WATER LINES - ALCOVE
DATE ISSUED: May 18, 2021
NEW: CLOSING DATE: May 21, 2021 at 2:00 p.m.
The following items take precedence over the proposal dates for the above named Request for Proposal
(RFP). Where any item called for in the RFP documents is supplemented here, the original requirements,
not affected by this addendum, shall remain in effect.
Please review, incorporate, and acknowledge the information in this addendum on the signature
page of the Revised Proposal Submittal Form.
Revised Proposal Submittal Form & New Closing Date:
1. Line Item 30 Furnish and install 16" C-900 DR-18 approved water pipe by means other than open
cut as herein specified, including all fittings, equipment, tools, and labor to perform work..
2. The closing date has changed from May 19, 2021 @ 2:00 PM to May 21, 2021 @ 2:00 PM
All requests for additional information or clarification must be submitted in writing and directed to:
Jessie Montes
City of Lubbock
Purchasing and Contracts Management Office
1314 Ave K, Floor 9
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to JMontesmylubbock.us
Questions are preferred to be posted on Bonfire: https:Hci-lubbock-tx.bonfirehub.coMZportal
THANK YOU,
P4&�" W404M
CITY OF LUBBOCK
Jessie Montes
Buyer III
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the proposer's responsibility to
advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently
restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by
the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications
will be made.
REVISED:
PROPOSAL SUBMITTAL FORM
EXTENDED COST PROPOSAL CONTRACT
DATE:
PROJECT NUMBER: RFP 21-15803-JM Annexation Water Lines - Alcove
Proposal of (hereinafter called
Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for the Annexation Water Lines - Alcove having carefully
examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents
and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the
intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and
supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the
time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work
required under the contract documents.
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
Base Bid: W-1, W-2, W-3, W-4, W-5, and W-6
General
Mobilization/Demobilization -
Contractor mobilization
1
including move -in and move -out
1
LS
cost from each site location.
Provide and maintain a SWPPP -
2
Including preparation, NOI, NOT,
1
LS
and all other work considered
incidental to this item.
Provide and maintain a Traffic
Control Plan - Preparation,
3.
approval from COL Traffic
1
LS
Engineering to all sites, and all other
work considered incidental to this
item.
4
Trench Safety - Complete and in
21 758
LF
place.
'
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
Street Repair
Removal and repair asphalt
paving, including all material,
equipment and labor to perform sub
5.
grade compaction and testing.
60
SY
HMAC installation per
Specifications and all other work
considered incidental to this item.
Gravel driveway repair, including
all material, equipment and labor to
6'
perform sub grade compaction and
15
EA
testing. Flex Base installation per
Specifications and all other work
considered incidental to this item.
Concrete curb and gutter repair,
including all material, equipment
and labor to perform sub grade
�'
compaction and testing. Installation
10
SY
per Specifications, including
required ADA accomodations, and
all other work considered incidental
to this item.
Flowable backfill as approved,
8.
complete and in place per
30
CY
Specifications.
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
Water System Improvements
Furnish and install 6" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
9.
compaction, and tested as herein
244
LF
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 8" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
10.
compaction, and tested as herein
52
LF
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 16" steel
encasement with 8" C-900 DR-18
pvc pipe by bore, provide all casing
spacers and backfilled to 95%
11.
compaction, and tested as herein
33
LF
specified, including all fittings,
equipment, tools, and labor to
perform work, as herein specified.
Furnish and install 10" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
12
compaction, and tested as herein
53
LF
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 16" steel
encasement with 10" C-900 DR-
18 pvc pipe by bore, provide all
casing spacers and backfilled to
95% compaction, and tested as
13
herein specified, including all
33
LF
fittings, equipment, tools, and labor
to perform work, as herein
specified.
Furnish and install 12" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
compaction, and tested as herein
14.
specified, including all fittings,
13,709
LF
equipment, tools, and labor to
perform work.
Furnish and install 12" C-900
DR-18 approved water pipe by
means other than open cut as
15.
herein specified, including all
220
LF
fittings, equipment, tools, and labor
to perform work.
Furnish and install 20" steel
encasement with 12" C-900 DR-
18 pvc pipe by bore, provide all
casing spacers and backfilled to
16.
95% compaction, and tested as
334
LF
herein specified, including all
fittings, equipment, tools, and labor
to perform work, as herein
specified.
Furnish and install 16" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
compaction, and tested as herein
17.
specified, including all fittings,
7,700
LF
equipment, tools, and labor to
perform work.
Tie to existing water line as herein
18
specified, including all equipment,
9
EA
tools, and labor to perform work.
Furnish and install 6" gate valve
and box as herein specified,
19.
including all equipment, tools, and
15
EA
labor to perform work.
Furnish and install 8" gate valve
and box as herein specified,
20.
including all equipment, tools, and
1
EA
labor to perform work.
Furnish and install 10" gate valve
and box as herein specified,
21.
including all equipment, tools, and
1
EA
labor to perform work.
Furnish and install 12" gate valve
and box as herein specified,
22.
including all equipment, tools, and
23
EA
labor to perform work.
Furnish and install 16" gate valve
and box as herein specified,
23.
including all equipment, tools, and
12
EA
labor to perform work.
Furnish and install 10" x 12"
Tapping Sleeve and Valve as
herein specified, including all
24.
equipment, tools, and labor to
1
EA
perform work.
Furnish and install 12" x 16"
Tapping Sleeve and Valve as
25
herein specified, including all
1
EA
equipment, tools, and labor to
perform work.
Furnish and install Fire Hydrant,
as herein specified, including all
26
fittings, equipment, tools, and labor
15
EA
to perform work. Remove and
salvage existing Fire Hydrant.
Furnish and install 12" air relief
valve as herein specified, including
27.
all equipment, tools, and labor to
5
EA
perform work.
Furnish and install sign at
Railroad ROW Boundary as
28.
herein specified, including all
2
EA
equipment, tools, and labor to
perform work.
Railroad Coordination - All items
necessary for compliance with
29.
Lubbock and Western Railway
1
LS
permit, including but not limited to,
insurance, inspection, and flagmen
requirements.
Furnish and install 16" C-900 DR-18
approved water pipe by means
other than open cut as herein
30.
specified, including all fittings,
290
equipment, tools, and labor to
perform work.
Total Base Bid (Items 1-30)
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
Alternate 1: W-7
la
Trench Safety - Complete and in
1 406
LF
place.
'
Provide and maintain a Traffic
Control Plan - Preparation,
2a
approval from COL Traffic
1
LS
Engineering to all sites, and all other
work considered incidental to this
item.
Furnish and install 6" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
3 a
compaction, and tested as herein
7
LF
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 12" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
compaction, and tested as herein
specified, including all fittings,
4a
equipment, tools, and labor to
1,399
LF
perform work.
Furnish and install 20" steel
encasement with 12" C-900 DR-
18 pvc pipe by bore, provide all
casing spacers and backfilled to
Sa
95% compaction, and tested as
603
LF
herein specified, including all
fittings, equipment, tools, and labor
to perform work, as herein
specified.
Furnish and install sign at
Railroad ROW Boundary as
6a
herein specified, including all
2
EA
equipment, tools, and labor to
perform work.
Furnish and install 6" gate valve
and box as herein specified,
7a
including all equipment, tools, and
1
EA
labor to perform work.
Furnish and install 12" gate valve
and box as herein specified,
8a
including all equipment, tools, and
3
EA
labor to perform work.
Flowable backtill as approved,
9a
complete and in place per
280
CY
Specifications.
Removal and repair asphalt
paving, including all material,
equipment and labor to perform sub
10a
grade compaction and testing.
40
SY
HMAC installation per
Specifications and all other work
considered incidental to this item.
Concrete curb and gutter repair,
including all material, equipment
and labor to perform sub grade
11 a
compaction and testing. Installation
10
SY
per Specifications and all other
work considered incidental to this
item.
Railroad Coordination - All items
necessary for compliance with
12a
Lubbock and Western Railway
1
LS
permit, including but not limited to,
insurance, inspection, and flagmen
requirements.
Alternate 1 Bid (Items 1 a-12a)
ITEM
DESCRIPTION
QTY (+/-)
U/M
UNIT COST
EXTENDED
COST
Alternate 2: W-8, W-9 (Pine Hills)
Mobilization/Demobilization -
lb
Contractor mobilization including
1
LS
move -in and move -out cost from
each site location.
Provide and maintain a SWPPP -
2b
Including preparation, NOI, NOT,
1
LS
and all other work considered
incidental to this item.
Provide and maintain a Traffic
Control Plan - Preparation,
3b
approval from COL Traffic
1
LS
Engineering to all sites, and all other
work considered incidental to this
item.
4b
Trench Safety - Complete and in
3 777
LF
place.
'
Furnish and install 6" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
5b
compaction, and tested as herein
42
LF
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 8" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
6b
compaction, and tested as herein
3 695
LF
specified, including all fittings,
'
equipment, tools, and labor to
perform work.
Furnish and install 8" C-900 DR-
18 approved water pipe by means
other than open cut as herein
7b
specified, including all fittings,
580
LF
equipment, tools, and labor to
perform work.
Furnish and install 10" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
8b
compaction, and tested as herein
40
LF
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 16" steel
encasement with 8" C-900 DR-18
pvc pipe by bore, provide all casing
spacers and backfilled to 95%
9b
compaction, and tested as herein
43
LF
specified, including all fittings,
equipment, tools, and labor to
perform work, as herein specified.
Furnish and install 6" gate valve
and box as herein specified,
lob
including all equipment, tools, and
7
EA
labor to perform work.
Furnish and install 8" gate valve
and box as herein specified,
1 lb
including all equipment, tools, and
7
EA
labor to perform work.
Furnish and install 10" gate valve
and box as herein specified,
12b
including all equipment, tools, and
2
EA
labor to perform work.
Furnish and install 6" x 6" Cut -in
Tee as herein specified, including
13b
all equipment, tools, and labor to
1
EA
perform work.
Furnish and install Fire Hydrant,
as herein specified, including all
14b
fittings, equipment, tools, and labor
6
EA
to perform work. Remove and
salvage existing Fire Hydrant.
Removal and repair asphalt
paving, including all material,
equipment and labor to perform sub
15b
Fade compaction and testing.
50
SY
HMAC installation per
Specifications and all other work
considered incidental to this item.
Gravel driveway repair, including
all material, equipment and labor to
perform sub grade compaction and
16b
testing. Flex Base installation per
4
EA
Specifications and all other work
considered incidental to this item.
Flowable backfill as approved,
17b
complete and in place per
70
CY
Specifications.
Alternate 2 Bid (Items lb-17b)
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: (to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS: (to Final Completion)
(not to exceed 300 consecutive calendar days to Substantial Completion / 330 consecutive calendar days to Final
Completion).
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to
Proceed" of the Owner and to substantially complete the project within 300 Consecutive Calendar Days with final
completion within 330 Consecutive Calendar Days as stipulated in the specification and other contract documents.
Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $300 for each consecutive calendar
day after substantial completion and liquidated damages in the sum of $300 for each consecutive calendar day after final
completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of
the Agreement.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to
reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be
good for a period of sixty 60 calendar days after the scheduled closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to
commence work on the date specified in the written notice to proceed, and to substantially complete the work on which
he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total
amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance
policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him.
Offeror's Initials
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is
a Cashier's Check or Certified Check for Dollars ($ )
or a Proposal Bond in the sum of Dollars ($ ), which
it is agreed shall be collected and retained by the Owner as liquidated damages in the event the
proposal is accepted by the Owner and the undersigned fails to execute the necessary contract
documents, insurance certificates, and the required bond (if any) with the Owner within ten (10)
business days after the date of receipt of written notification of acceptance of said proposal;
otherwise, said check or bond shall be returned to the undersigned upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include
all contract documents made available to him for his inspection in accordance with the Notice to Offerors.
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed proposal that has been opened may not
be changed for the purpose of correcting an error in the
proposal price. THEREFORE, ANY CORRECTIONS TO THE
PROPOSAL PRICE MUST RF MADE ON THE PROPOSAL
(Seal if Offeror is a Corporation)
ATTEST:
Secretary
Offeror acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date:
Authorized Signature
(Printed or Typed Name)
Company
Address
City,
State
Telephone:
County
Zip Code
M/WBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
� City of
ibbock
TEXAS
ADDENDUM 4
New Closing Time
REP 21-15803-JM
ANNEXATION WATER LINES - ALCOVE
DATE ISSUED: May 18, 2021
NEW: CLOSING DATE: May 21, 2021 at 3:00 p.m.
The following items take precedence over the proposal dates for the above named Request for Proposal
(RFP). Where any item called for in the RFP documents is supplemented here, the original requirements,
not affected by this addendum, shall remain in effect.
Please review, incorporate, and acknowledge the information in this addendum on the signature
page of the Revised Proposal Submittal Form.
Revised Proposal Submittal Form & New Closing Time:
1. The closing date has changed from May 19, 2021 @ 2:00 PM to May 21, 2021 @ 3:00 PM
All requests for additional information or clarification must be submitted in writing and directed to:
Jessie Montes
City of Lubbock
Purchasing and Contracts Management Office
1314 Ave K, Floor 9
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to JMontesmylubbock.us
Questions are preferred to be posted on Bonfire: https:Hci-lubbock-tx.bonfirehub.coMZportal
THANK YOU,
P"& W&OAM
CITY OF LUBBOCK
Jessie Montes
Buyer III
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the proposer's responsibility to
advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently
restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by
the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications
will be made.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10
11
12
13
INDEX
NOTICE TO OFFERORS
GENERAL INSTRUCTIONS TO OFFERORS
TEXAS GOVERNMENT CODE § 2269
PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time)
4-1. PROPOSAL SUBMITTAL FORM
4-2. SUBMITTAL OF DOCUMENTS ON CONTRACTOR'S CHECKLIST
4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS
POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days
after the close date when proposals are due)
5-1. FINAL LIST OF SUB -CONTRACTORS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CITY OF LUBBOCK WAGE DETERMINATIONS
SPECIAL CONDITIONS (IF APPLICABLE)
SPECIFICATIONS
Page Intentionally Left Blank
NOTICE TO OFFERORS
Pate Intentionally Left Blank
GENERAL INSTRUCTIONS TO OFFERORS
Pate Intentionally Left Blank
00 cnof
ibbock
TExas
RFP 21-15803-JM Annexation
Water Lines - Alcove
1. NOTICE TO OFFERORS
1.1. Offerors may submit proposals electronically by uploading required documents at the City
of Lubbock's partner's website, Bonfire. Refer to Exhibit A for Bonfire Submission
Instructions. This Request for Proposals is for your convenience in submitting an offer for
the specified services.
1.2. Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract
Management, City of Lubbock, Texas, will be received in the office of the Director of
Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9,
Lubbock, Texas, 79401, until 2:00 PM on May 19, 2021, or as changed by the issuance
of formal addenda to all planholders, to furnish all labor and materials and perform all
work for the construction of the above referenced.
1.3. After the expiration of the time and date above first written, said sealed proposals will be
opened in the office of the Director of Purchasing and Contract Management and publicly
read aloud. Bids will be opened via teleconference if date/time stamped on or before the
deadline stated at the office listed above. The Zoom meeting information is as follows:
Website: https:llzoom.uslj/9759171012
Meeting ID: 975 917 1012
Passcode: 1314
1.4. It is the sole responsibility of the offeror to ensure that his proposal is actually in the office of
the Director of Purchasing and Contract Management for the City of Lubbock, before the
expiration of the date above first written. Any proposal received after the date and hour
specified will be rejected and returned unopened to the offeror.
1.5. Proposals are due at 2:00 PM on May 19, 2021, and the City of Lubbock City Council will
consider the proposals on June 8, 2021, at the Citizens Tower, 1314 Avenue K, Lubbock,
Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject
any or all proposals and waive any formalities. The successful offeror will be required to
furnish a performance bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds
$100,000 and the successful offeror will be required to furnish a payment bond in accordance
with Chapter 2253, Government Code, in the amount of 100% of the total contract price in
the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a
company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A
FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE
CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND
APPROVED.
1.6. Offerors are required, whether or not a payment or performance bond is required, to submit a
cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal
bond from a reliable surety company, payable without recourse to the order of the City of
Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a
guarantee that offeror will enter into a contract and execute all necessary bonds within ten
(10) business days after notice of award of the contract to the Offeror. FAILURE OF THE
OFFEROR TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL
SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND
RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL.
1.7. Copies of plans and specifications may be obtained at bidder's expense from the City of
Lubbock Purchasing and Contract Management office. Plans and specifications can be
viewed online and downloaded from https:Hci-lubbock-tx.bonfirehub.com/portal/ at no cost.
In the event of a large file size, please be patient when downloading or viewing.
BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most
public libraries.
1.8. Offerors may view the plans and specifications without charge at The Reproduction
Company, 2102 Avenue Q, Lubbock, Texas 79405 or at
http://pr.thereproductioncompany.com/. ONE SET OF PLANS AND SPECIFICATIONS
MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION
COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit
Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if
documents are returned in good condition within Sixty (60) days of the opening of
Proposals. Additional sets of plans and specifications may be obtained at the offeror's
expense.
1.9. It shall be each offeror's sole responsibility to inspect the site of the work and to inform
Offeror regarding all local conditions under which the work is to be done. It shall be
understood and agreed that all such factors have been thoroughly investigated and considered
in the preparation of the proposal submitted.
2. PRE -PROPOSAL MEETING
2.1. For the purpose of familiarizing offerors with the requirements, answering questions, and
issuing addenda as needed for the clarification of the Request for Proposals (RFP)
documents, a non -mandatory pre -proposal conference will be held at 10:00AM, May 6,
2021, via teleconference. The Zoom meeting information is as follows:
Website:
https://zoom.us/j/9759171012?pwd=bkFtRTN1cXV 1 SkhWdkZiMDk4MXh2dzO9
Meeting ID: 975 917 1012
Passcode: 1314
2.2. All persons attending the meeting will be asked to identify themselves and the prospective
offeror they represent.
2.3. It is the offeror's responsibility to attend the pre -proposal meeting though the meeting is not
mandatory. The City will not be responsible for providing information discussed at the pre -
proposal meeting to offerors who do not attend the pre -proposal meeting. Attention of each
offeror is particularly called to the schedule of general prevailing rate of per diem wages
included in the contract documents on file in the office of the Purchasing and Contract
Management Office of the City of Lubbock, which document is specifically referred to in
this notice to offerors. Each offerors attention is further directed to Texas Government Code,
Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the
above wage scale and payment by the contractor of the prevailing rates of wages as
heretofore established by owner in said wage scale.
3. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities
to submit proposals in response to this invitation and will not be discriminated against on the
grounds of race, color, sex, disability, or national origin in consideration for an award.
4. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -
proposal meetings and proposal openings are available to all persons regardless of disability. If you
require special assistance, please contact the Purchasing and Contract Management Office at (806)
775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the
meeting.
CITY OF LUBBOCK,
Marta Alvarez
DIRECTOR OF PURCHASING &
CONTRACT MANAGEMENT
GENERAL INSTRUCTIONS TO OFFERORS
(Continued)
ADDENDA & MODIFICATIONS
5.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information
available over the Internet at https://ci-lubbock-tx.bonfirehub.copVportal/. We strongly suggest
that you check for any addenda a minimum of forty-eight hours in advance of the response
deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at
most public libraries.
5.2 Any offeror in doubt as to the true meaning of any part of the specifications or other documents
may request an interpretation thereof from the Director of Purchasing and Contract Management.
At the request of the offeror, or in the event the Director of Purchasing and Contract Management
deems the interpretation to be substantive, the interpretation will be made by written addendum
issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and
Contract Management Office will be available over the Internet at https://ci-lubbock-
tx.bonfirehub.com/portal/ and will become part of the proposal package having the same binding
effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR
INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation
considered, the request must be submitted in writing and must be received by the City of Lubbock
Purchasing and Contract Management Office no later than five (5) calendar days before the
proposal closing date.
5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of
Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only
information supplied by the City of Lubbock Purchasing and Contract Management Office in
writing or in this RFP should be used in preparing proposal responses. All contacts that an offeror
may have had before or after receipt of this RFP with any individuals, employees, or
representatives of the City and any information that may have been read in any news media or seen
or heard in any communication facility regarding this proposal should be disregarded in preparing
responses.
5.4 The City does not assume responsibility for the receipt of any addendum sent to offerors.
6 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
6.1 Each offeror shall carefully examine all RFP documents and thoroughly familiarize itself with all
requirements before submitting a proposal to ensure that their proposal meets the intent of these
specifications.
6.2 Before submitting a proposal, each offeror shall be responsible for making all investigations and
examinations that are necessary to ascertain conditions and requirements affecting the
requirements of this Request for Proposals. Failure to make such investigations and examinations
shall not relieve the offeror from obligation to comply, in every detail, with all provisions and
requirements of the Request for Proposals.
6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract
documents, shall be given to the Director of Purchasing and Contract Management and a
clarification obtained before the proposals are received, and if no such notice is received by
the Director of Purchasing and Contract Management prior to the opening of proposals,
then it shall be deemed that the offeror fully understands the work to be included and has
provided sufficient sums in its proposal to complete the work in accordance with these plans
and specifications. If offeror does not notify the Director of Purchasing and Contract
Management before offering of any discrepancies or omissions, then it shall be deemed for
all purposes that the plans and specifications are sufficient and adequate for completion of
the project. It is further agreed that any request for clarification must be submitted no later
than five (5) calendar days prior to the opening of proposals.
7 PROPOSAL PREPARATION COSTS
7.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred
in the preparation and submission of a proposal.
7.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any
services or equipment.
7.3 All costs related to the preparation and submission of a proposal shall be paid by the offeror.
8 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION
ACT
8.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial
decision, including trade secrets and commercial or financial information, clearly identify those
portions.
8.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors
and keeps the proposals secret during negotiations. All proposals are open for public inspection
after the contract is awarded, but trade secrets and confidential information in the proposals are
not open for inspection. Tex. Loc. Govt. Code 252.049(a)
8.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the
Texas Public Information Act.
8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request
using the link provided below.
https:Hlubbocktx. og_vqa.us/WEBAPP/_rs/(S(quiyirflbtihahjnycegmpcs))/SupportHome.aspx
8.5 For more information, please see the City of Lubbock Public Information Act website at:
https://ci.lubbock.tx.us/pages/public-information-act
9 LICENSES, PERMITS, TAXES
9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the
offeror is or may be required to pay.
10 UTILIZATION OF LOCAL BUSINESS RESOURCES
10.1 Prospective offerors are strongly encouraged to explore and implement methods for the utilization
of local resources, and to outline in their proposal submittal how they would utilize local resources.
11 CONFLICT OF INTEREST
11.1 The offeror shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Lubbock.
11.2 By signing and executing this proposal, the offeror certifies and represents to the City the offeror
has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the
receipt of special treatment, advantage, information, recipient's decision, opinion,
recommendation, vote or any other exercise of discretion concerning this proposal.
12 CONTRACT DOCUMENTS
12.1 All work covered by the contract shall be done in accordance with contract documents described
in the General Conditions.
12.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract
documents for the construction of this project and shall be responsible for the satisfactory
completion of all work contemplated by said contract documents.
13 PLANS FOR USE BY OFFERORS
13.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on
the project covered by the contract documents be given a reasonable opportunity to examine the
documents and prepare a proposal without charge. The contract documents may be examined
without charge as noted in the Notice to Offerors.
14 PAYMENT
14.1 All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents.
15 AFFIDAVITS OF BILLS PAID
15.1 The City of Lubbock reserves the right, prior to final acceptance of this project to require the
Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the
construction of the improvements contemplated by the contract documents have been paid in full
and that there are no claims pending, of which the Contractor has been notified.
16 MATERIALS AND WORKMANSHIP
16.1 The intent of these contract documents is that only materials and workmanship of the best quality
and grade will be furnished. The fact that the specifications may fail to be sufficiently complete
in some detail will not relieve the Contractor of full responsibility for providing materials of high
quality and for protecting them adequately until incorporated into the project. The presence or
absence of a representative of the City on the site will not relieve the Contractor of full
responsibility of complying with this provision. The specifications for materials and methods set
forth in the contract documents provide minimum standards of quality, which the Owner believes
necessary to procure a satisfactory project.
17 PLANS FOR THE CONTRACTOR
17.1 The contractor will, upon written request, be furnished up to a maximum of five sets of plans and
specifications and related contract documents for use during construction. Plans and specifications
for use during construction will only be furnished directly to the Contractor. The Contractor shall
then distribute copies of plans and specifications to suppliers, subcontractors or others, as required
for proper prosecution of the work contemplated by the Contractor.
18 PROTECTION OF THE WORK
18.1 The Contractor shall be responsible for the care, preservation, conservation, and protection of all
materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means
of construction, and any and all parts of the work whether the Contractor has been paid, partially
paid, or not paid for such work, until the date the City issues its certificate of completion to
Contractor. The City reserves the right, after the proposals have been opened and before the
contract has been awarded, to require of an offeror the following information:
(a) The experience record of the offeror showing completed jobs of a similar nature to the one
covered by the intended contract and all work in progress with bond amounts and percentage
completed.
(b) A sworn statement of the current financial condition of the offeror.
(c) Equipment schedule.
19 TEXAS STATE SALES TAX
19.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to
provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
19.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to
buy the materials to be incorporated into the work without paying the tax at the time of purchase.
20 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
20.1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract
documents in such a way as to exercise due care to locate and prevent damage to all underground
pipelines, utility lines, conduits or other underground structures which might or could be damaged
by Contractor during the construction of the project contemplated by these contract documents.
The City of Lubbock agrees that it will furnish Contractor the location of all such underground
lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor
of his responsibilities aforementioned. All such underground lines or structures, both known and
unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this
contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock,
Texas, and/or the owning utility at the Contractor's expense.
21 BARRICADES AND SAFETY MEASURES
21.1 The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and
danger signals, and shall take such other precautionary measures for the protection of persons,
property and the work as may be necessary. The Contractor will be held responsible for all damage
to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred,
the damaged portion shall be immediately removed and replaced by Contractor at his own cost and
expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not
cease until the date of issuance to Contractor of City's certificate of acceptance of the project.
22 EXPLOSIVES
22.1 The use of explosives will not be permitted
22.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
23 CONTRACTOR'S REPRESENTATIVE
23.1 The successful offeror shall be required to have a responsible local representative available at all
times while the work is in progress under this contract. The successful offeror shall be required to
furnish the name, address and telephone number where such local representative may be reached
during the time that the work contemplated by this contract is in progress.
24 INSURANCE
24.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to
do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished
to the City and written notice of cancellation or any material change will be provided ten (10) days
in advance of cancellation or change. All policies shall contain an agreement on the part of the
insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost
and expense through the life of this contract, insurance protection as hereinafter specified.
Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be
carried with an insurance company authorized to transact business in the State of Texas and shall
cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor.
A certificate of insurance specifying each and all coverages shall be submitted before contract
execution.
25 LABOR AND WORKING HOURS
25.1 Attention of each offeror is particularly called to the schedule of general prevailing rate of per
diem wages included in these contract documents. The wage rate that must be paid on this project
shall not be less than specified in the schedule of general prevailing rates of per diem wages as
above mentioned. The offeror's attention is further directed to the requirements of Texas
Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage
schedules above mentioned and the offeror's obligations thereunder. The inclusion of the schedule
of general prevailing rate of per diem wages in the contract documents does not release the
Contractor from compliance with any wage law that may be applicable. Construction work under
this contract requiring an inspector will not be performed on Sundays or holidays unless the
following conditions exist:
25.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
necessary service to its citizens.
25.1.2 Delays in construction are due to factors outside the control of the Contractor. The
Contractor is approaching the penalty provisions of the contract and Contractor can show
he has made a diligent effort to complete the contract within the allotted time.
25.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to
the weekend or holiday he desires to do work and obtain written permission from the Owner's
Representative to do such work. The final decision on whether to allow construction work
requiring an inspector on Sundays or holidays will be made by the Owner's Representative.
25.3 In any event, if a condition should occur or arise at the site of this project or from the work being
done under this contract which is hazardous or dangerous to property or life, the Contractor shall
immediately commence work, regardless of the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to property or life.
26 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
26.1 The contractor and each of his subcontractors shall pay each of his employees engaged in work on
the project under this contract in full (less mandatory legal deductions) in cash, or by check readily
cashable without discount, not less often than once each week. The Contractor and each of his
subcontractors shall keep a record showing the name and occupation of each worker
employed by the Contractor or subcontractor in the construction of the public work and the
actual per diem wages paid to each worker. This record shall be open at all reasonable hours
to inspection by the officers and agents of the City. The Contractor must classify employees
according to one of the classifications set forth in the schedule of general prevailing rate of per
diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as
a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each
laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer,
workman or mechanic is paid less than the wages assigned to his particular classification as set
27
29
forth in the schedule of general prevailing rate of per diem wages included in these contract
documents.
PROVISIONS CONCERNING ESCALATION CLAUSES
27.1 Proposals submitted containing any conditions which provide for changes in the stated proposal
price due to increases or decreases in the cost of materials, labor or other items required for the
project will be rejected and returned to the offeror without being considered.
PREPARATION FOR PROPOSAL
28.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the
form shall be correctly filled in, stating the price in numerals for which he intends to do the
work contemplated or furnish the materials required. Such prices shall be written in ink,
distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the
extended total for a bid item, the unit price will be taken. A bid that has been opened may
not be changed for the purpose of correcting an error in the bid price.
28.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized
agent. If a proposal is submitted by a firm, association, or partnership, the name and address of
each member must be given and the proposal signed by a member of the firm, association or
partnership, or person duly authorized. If the proposal is submitted by a company or corporation,
the company or corporate name and business address must be given, and the proposal signed by
an official or duly authorized agent. Powers of attorney authorizing agents or others to sign
proposals must be properly certified and must be in writing and submitted with the proposal. The
proposal shall be executed in ink.
28.3 Pursuant to Texas Local Government Code 252.04360, a competitive sealed proposal that
has been opened may not be changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE
MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
28.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening
of the proposals, but no proposal may be withdrawn or altered thereafter.
BOUND COPY OF CONTRACT DOCUMENTS
29.1 Offeror understands and agrees that the contract to be executed by offeror shall be bound and
include the following:
(a) Notice to Offerors.
(b) General Instructions to Offerors.
(c) Offeror's Submittal.
(d) Statutory Bonds (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
(j) All other documents made available to offeror for his inspection in accordance with
the Notice to Offerors.
29.2 If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be
considered incorporated by reference into the aforementioned contract documents.
30 QUALIFICATIONS OF OFFERORS
30.1 The offeror may be required before the award of any contract to show to the complete satisfaction
of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide
the service specified therein in a satisfactory manner. The offeror may also be required to give a
past history and references in order to satisfy the City of Lubbock about the offeror's qualifications.
The City of Lubbock may make reasonable investigations deemed necessary and proper to
determine the ability of the offeror to perform the work, and the offeror shall furnish to the City of
Lubbock all information for this purpose that may be requested. The offeror's proposal may be
deemed not to meet specifications or the proposal maybe rejected if the evidence submitted by, or
investigation of, the offeror fails to satisfy the City of Lubbock that the offeror is properly qualified
to carry out the obligations of the contract and to complete the work described therein. Evaluation
of the offeror's qualifications shall include but not be limited to:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the
service required.
(b) The ability of the offeror to perform the work or provide the service promptly or within the
time specified, without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the offeror.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
(f) The experience and qualifications of key project personnel
(g) Past experience with the Owner
30.2 Complete and submit the PROPOSED List of Sub -Contractors. Seven (7) business days after
closing, complete and submit the FINAL List of Sub -contractors.
(a) If no sub -contractors will be used please indicate so.
30.3 Before contract award, the recommended contractor for this project may be required to show that
he has experience with similar projects that require the Contractor to plan his work efforts and
equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall
include a complete list of ALL similar municipal and similar non -municipal current and completed
projects for the past five (5) years for review. This list shall include the names of supervisors and
type of equipment used to perform work on these projects. In addition, the Contractor may be
required to provide the name(s) of supervisor(s) that will be used to perform work on this project
in compliance with City of Lubbock specifications herein.
31 SELECTION
31.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most
advantageous to the City of Lubbock considering the relative importance of evaluation factors
included in this RFP.
31.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER
UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY
COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR
GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE
REQUIREMENTS OF THIS REQUEST FOR PROPOSAL.
31.3 The City shall select the offeror that offers the best value for the City based on the published
selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract
with the selected offeror. The City and its engineer or architect may discuss with the selected
offeror options for a scope or time modification and any price change associated with the
modification. If the City is unable to negotiate a contract with the selected offeror, the City shall,
formally and in writing, end negotiations with that offeror and proceed to the next offeror in the
order of the selection ranking until a contract is reached or all proposals are rejected.
31.4 In determining best value for the City, the City is not restricted to considering price alone, but may
consider any other factor stated in the selection criteria.
31.5 A proposal will be subject to being considered irregular and may be rejected if it shows
omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of
the items specified, if the unit prices are obviously unbalanced (either in excess of or below
reasonably expected values), or irregularities of any kind.
32 ANTI -LOBBYING PROVISION
32.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE
CONTRACT AWARD, OFFERORS, INCLUDING THEIR AGENTS AND
REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH
ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE
REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE
OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS.
32.2 This provision is not meant to preclude bidders from discussing other matters with City Council
members or City staff. This policy is intended to create a level playing field for all potential
bidders, assure that contract decisions are made in public, and to protect the integrity of the bid
process. Violation of this provision may result in rejection of the bidder's bid.
33 PROTEST
33.1 All protests regarding the RFP process must be submitted in writing to the City Director of
Purchasing and Contract Management within 5 working days after the protesting party knows of
the occurrence of the action which is protested relating to advertising of notices deadlines, proposal
opening and all other related procedures under the Local Government Code, as well as any protest
relating to alleged improprieties with the RFP process. This limitation does not include protests
relating to staff recommendations as to award of contract. Protests relating to staff
recommendations may be directed to the City Manager. All staff recommendations will be made
available for public review prior to consideration by the City Council as allowed by law.
FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A
WAIVER OF ANY PROTEST.
34 PREVAILING WAGE RATES
34.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the worker
is employed by the contractor or any subcontractor in the execution of the contract for the project.
34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less
than the general prevailing rate of per diem wages for the work of a similar character in the locality
in which the work is performed, and not less than the general prevailing rate of per diem wages
for legal holiday and overtime work.
34.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that
the worker is paid less than the wage rates stipulated in the contract.
Page Intentionally Left Blank
TEXAS GOVERNMENT CODE & 2269
SUBCHAPTER D.
SELECTING CONTRACTOR FOR CONSTRUCTION
SERVICES THROUGH COMPETITIVE SEALED PROPOSALS
Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a)
In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity
requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor
for the construction, rehabilitation, alteration, or repair of a facility.
(b) In selecting a contractor through competitive sealed proposals, a governmental entity shall
follow the procedures provided by this subchapter.
Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or
designate an architect or engineer to prepare construction documents for the project. The selected or
designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051,
Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the
governmental entity, the governmental entity shall select the engineer or architect on the basis of
demonstrated competence and qualifications as provided by Section 2254.004, Government Code.
Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request
for competitive sealed proposals that includes construction documents, selection criteria and the weighted
value for each criterion, estimated budget, project scope, estimated project completion date, and other
information that a contractor may require to respond to the request. The governmental entity shall state in
the request for proposals the selection criteria that will be used in selecting the successful offeror.
Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive,
publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors.
(b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity
shall evaluate and rank each proposal submitted in relation to the published selection criteria.
Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror
that submits the proposal that offers the best value for the governmental entity based on:
(1) the selection criteria in the request for proposal and the weighted value for those criteria in the request
for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a
contract with the selected offeror. The governmental entity and its architect or engineer may discuss with
the selected offeror options for a scope or time modification and any price change associated with the
modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected
offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and
proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals
are rejected. In determining best value for the governmental entity, the governmental entity is not restricted
to considering price alone, but may consider any other factor stated in the selection criteria.
Page Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
REVISED:
PROPOSAL SUBMITTAL FORM
EXTENDED COST PROPOSAL CONTRACT
DATE: XA �Z I ziZ7Z
PROJECT NUMBER: RFP 21-158034M Annexation Water Lines - Alcove
Proposal of 0_ 1 NBC S GEAS,E S u_ 1 c. _ .T.y _ _ (hereinafter called
Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for the Annexation Water Lines - Alcove having carefully
examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents
and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the
intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and
supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the
time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work
required under the contract documents.
ITEM
DESCRIPTION
QTY (+1-}
U/M
UNIT COST
EXTENDED
COST
Base Bid: W-1, W-2, W-3, WA W-5, and W-6
General
Mobilization/Demobilization -
1
Contractor mobilization
including move -in and move -out
1
LS
ry�
I Qj000.
R
I0.ow• oo
cost from each site location.
Provide and maintain a SWPPP -
2
Including preparation, NOI, NOT,
1
LS
1 d (o
10000 00
and all other work considered
/
/ '
incidental to this item.
Provide and maintain a Traffic
Control Plan - Preparation,
3'
approval from COL Traffic
1
LS
?� qWQQ
17,q00.00
Engineering to all sites, and all other
,
work considered incidental to this
item.
4
Safety - Complete and in
21,758
LF
1 , SQ
321637,00
place.reench
ITEM
DESCRIPTION
QTY
UIM
UNIT COST
EXTENDED
COST
Street Repair
Removal and repair asphalt
paving, including all material,
equipment and labor to perform sub
5.
grade compaction and testing.
60
SY
bS.
p
1100.00
HMAC installation per
Specifications and all other work
considered incidental to this item.
Gravel driveway repair, including
all material, equipment and labor to
6
perform sub grade compaction and
15
EA
Soc�
7 S00.00
testing. Flex Base installation per
•
i
Specifications and all other work
considered incidental to this item.
Concrete curb and gutter repair,
including all material, equipment
and labor to perform sub grade
7'
compaction and testing. Installation
10
SY
(JOO. OO
140 00
per Specifications, including
required ADA accomodations, and
all other work considered incidental
to this item.
Plowable backfill as approved,
8.
complete and in place per
30
CY
z i Q, oo
613 00. oo
Specifications.
ITEM
DESCRIPTION
QTY (+/ }
U/M
UNIT COST
EXTENDED
COST
Water System Improvements
Furnish and install 6" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
9.
compaction, and tested as herein
244
LF
oV
6,599.00 Q
specified, including all fittings,
r
equipment, tools, and labor to
perform work.
Furnish and install 8" C-900 DR
18 approved water pipe in open
cut trench, backfilled to 95%
1fl'
compaction, and tested as herein
including fittings,
52
LF
'0
G00, 00
specified, all
•00
2
equipment, tools, and labor to
perform work.
Furnish and install 16" steel
encasement with 8" C-900 DR-18
pvc pipe by bore, provide all casing
spacers and backfilled to 95%
11.
compaction, and tested as herein
33
LF
2.�G 1 S. 00
%'(,f z 5.00
specified, including all fittings,
equipment, tools, and labor to
perform work, as herein specified.
Furnish and install 10" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
12
compaction, and tested as herein
53
LF
QQ
3� 3 -iQ ��
specified, including all fittings,
,
equipment, tools, and labor to
perform work.
Furnish and install 16" steel
encasement with 10" C-900 DR
18 pvc pipe by bore, provide all
casing spacers and backfilled to
95% compaction, and tested as
13
herein specified, including all
33
LF
V40,00
f z . QO
fittings, equipment, tools, and labor
to perform work, as herein
specified.
Furnish and install 12" C-900
DR 18 approved water pipe in
open cut trench, backfilled to 95%
compaction, and tested as herein
14.
specified, including all fittings,
13,709
LF
s" 8.00
7 15' 122,00
equipment, tools, and labor to
perform work.
Furnish and install 12" C-900
DR-18 approved water pipe by
means other than open cut as
15
herein specified, including all
220
LF
�, 00
1 7
fittings, equipment, tools, and labor
��
to perform work.
Furnish and install 20" steel
encasement with 12" C-900 DR-
18 pvc pipe by bore, provide all
casing spacers and backfilled to
16.
95% compaction, and tested as
herein specified, including all
334
LF
3� ?. 00
1 ZZ.,S78.
fittings, equipment, tools, and labor
to perform work, as herein
specified.
Furnish and install 1611 C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
17.
compaction, and tested as herein
specified, including all fittings,
7,700
LF
p
1 3. DO
?r6 00,00
equipment, tools, and labor to
perform work.
Tie to existing water line as herein
18
specified, including all equipment,
tools, labor to
9
EA
F [-
+�7 0.00
15 7 SO - 00
and perform work.
Furnish and install G" gate valve
19.
and bog as herein specified,
including all equipment, tools, and
15
EA
1
1,14 40.00
labor to perform work.
Furnish and install 8" gate valve
and box as herein specified,
20.
including all equipment, tools, and
1
EA
! q CO 00
1 qQD OQ
labor to perform work.
-
+
/
Furnish and install 10" gate valve
and box as herein specified,
21.
including all equipment, tools, and
1
EA
21900,00
2/800, 00
labor to perform work.
Furnish and install 12" gate valve
and box as herein specified,
22.
including all equipment, tools, and
23
EA
3 2 7S. QD
7s, 3Zs"• 00
labor to perform work.
Furnish and install 16" gate valve
and box as herein specified,
23.
including all equipment, tools, and
12
EA
Sy 70 pQ
d i, 6 j0 . oc
labor to perform work.
Furnish and install 10" x 12"
Tapping Sleeve and Valve as
herein specified, including all
24.
equipment, tools, and labor to
1
EA
S 7 7o . oo
s/ % 7O , oo
perform work.
Furnish and install 12" x 16"
Tapping Sleeve and Valve as
25
herein specified, including all
1
EA
7dW
equipment, tools, and labor to
perform work.
Furnish and install Fire Hydrant,
as herein specified, including all
26.
fittings, equipment, tools, and labor
to perform work. Remove and
15
EA
3 2 SO .00
4f8,7s0 .
salvage existing Fire Hydrant.
Furnish and install 12" air relief
27.
valve as herein specified, including
all equipment, tools, and labor to
5
EA
S Z/25% oo
7 71 Zs' . Co
perform work.
Furnish and install sign at
Railroad ROW Boundary as
28.
herein specified, including all
2
EA
6W.00
� Z00.0O
equipment, tools, and labor toi
perform work.
Railroad Coordination - All items
necessary for compliance with
2'
Lubbock and Western Railway
permit, including but not limited to,
1
LS
S
S �I� . (�
insurance, inspection, and flagmen
requirements.
Furnish and install 16" C-900 DR-18
approved water pipe by means
other than open cut as herein
30.
specified, including all fittings,
0'00
3 1,110o.�
equipment, tools, and labor to
perform work.
Total Base Bid (Items 1-30)
ITEM
DESCRIPTION
QTY (+/-) -F
U/M
UNIT COST
EXTENDED
COST
Alternate
1: W 7
la
Trench Safety - Complete and in
1,406
LF
• v�
S iO Z '
place.
Provide and maintain a Traffic
Control Plan - Preparation,
2a
approval from COL Traffic
Engineering to all sites, and all other
1
LS
3 `�,�
37S'0.00
work considered incidental to this
item.
Furnish and install 6" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
3a
compaction, and tested as herein
7
LF
) to
7� 00
'
specified, including all fittings,
W �
equipment, tools, and labor to
perform work.
Furnish and install 12" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
compaction, and tested as herein
specified, including all fittings,
4a
equipment, tools, and labor to
1,399
LF
l0
3s, 3 3 9
perform work.
,
/
Furnish and install 20" steel
encasement with 12" C-900 DR-
18 pvc pipe by bore, provide all
casing spacers and backfilled to
5a
95% compaction, and tested as
herein specified, including all
603
LF
372 Z .00
224/316,oc
fittings, equipment, tools, and labor
to perform work, as herein
specified.
Furnish and install sign at
Railroad ROW Boundary as
6a
herein specified, including all
equipment, tools, and labor to
2
EA
/
b00, l0
11200. 00
perform work.
Furnish and install 6" gate valve
and box as herein specified,
7a
including all equipment, tools, and
1
EA
q qO , l0
//zj qo, to
labor to perform work.
1
Furnish and install 12" gate valve
8a
and box as herein specified,
including all equipment, tools, and
3
EA
3 Z %S. OO
9192S.00
labor to perform work.
Flowable backfill as approved,
9a
complete and in place per
280
CY
210. QO
s8 $� ,cam
Specifications.
i
Removal and repair asphalt
paving, including all material,
10a
equipment and labor to perform sub
grade compaction and testing.
40
SY
G S G0
66 00 , QQ
HMAC installation per
'
I
Specifications and all other work
considered incidental to this item.
Concrete curb and gutter repair,
including all material, equipment
and labor to perform sub grade
1 l a
compaction and testing. Installation
10
SY
L10D. oo
1-1coo. o0
per Specifications and all other
:1
work considered incidental to this
item.
Railroad Coordination - All items
necessary for compliance with
12a
Lubbock and Western Railway
permit, including but not limited to,
1
LS
j S�.Q(�
j S=i00
insurance, inspection, and flagmen
requirements.
Alternate I Bid (Items la-12a)
1 6 S Cl q,
ITEM
DESCRIPTION
QTY (+/-)T
UIM
UNIT COST
EXTENDED
COST
Alternate
2: W-8, W-9 (Pine Hills)
Mobilization/Demobilization -
1 b
Contractor mobilization including
move -in and move -out cost from
1
LS
8400,00
8.6w. QD
each site location.
Provide and maintain a SWPPP -
2b
Including preparation, NOI, NOT,
and all other work considered
I
LS
Z500.00
2 ��' Od
incidental to this item.
Provide and maintain a Traffic
Control Plan - Preparation,
3b
approval from COL Traffic
Engineering to all sites, and all other
1
LS
p
O700.00
g700 • W
work considered incidental to this
item.
4b
Trench Safety - Complete and in
3,777
LF
. SO
5-6 (as . ,-Q
place.
Furnish and install 6" C-900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
5b
compaction, and tested as herein
specified, including all fittings,
42
LF
3�
S� Z ,
equipment, tools, and labor to
perform work.
Furnish and install 8" C 900 DR-
18 approved water pipe in open
cut trench, backfilled to 95%
6b
compaction, and tested as herein
3,695
LF
��
1 33 0Zo
specified, including all fittings,
,�
equipment, tools, and labor to
perform work.
Furnish and install 8" C-900 DR-
18 approved water pipe by means
other than open cut as herein
7b
specified, including all fittings,
580
LF
5S.00
;Of%'f 0
equipment, tools, and labor to
perform work.
Furnish and install 10" C-900
DR-18 approved water pipe in
open cut trench, backfilled to 95%
8b
compaction, and tested as herein
40
LF
? 1,CO
3)60,00
specified, including all fittings,
equipment, tools, and labor to
perform work.
Furnish and install 16" steel
encasement with 8" C-900 DR-18
pvc pipe by bore, provide all casing
9b
spacers and backfillcd to 95%
compaction, and tested as herein
43
LF
Z 2S7, QQ
qb 75, 44
specified, including all fittings,
equipment, tools, and labor to
perform work, as herein specified.
Furnish and install 6" gate valve
10b
and box as herein specified,
including all equipment, tools, and
7
EA
�ILin, 00
�Q� OS. 00
labor to perform work.
Furnish and install 8" gate valve
1 lb
and box as herein specified,
including all equipment, tools, and
7
EA
p 00.00
3, 3W,CO
labor to perform work.
Furnish and install 10" gate valve
and box as herein specified,
12b
including all equipment, tools, and
2
EA
MO. , 0c)
5400,00
labor to perform work.
Furnish and install 6" x 6" Cut -in
l3b
Tee as herein specified, including
all equipment, tools, and labor to
1
EA
Z6 9s-, 00
2(a W, 00
perform work.
Furnish and install Fire Hydrant,
as herein specified, including all
14b
fittings, equipment, tools, and labor
6
EA
7)Z� CO
IgSW.00
to perform work. Remove and
O
i
salvage existing Fire Hydrant.
Removal and repair asphalt
paving, including all material,
equipment and labor to perform sub
15b
grade compaction and testing.
50
SY
(�y5 C7Q
'
gZS� •�
HMAC installation per
Specifications and all other work
considered incidental to this item.
Gravel driveway repair, including
all material, equipment and labor to
perform sub grade compaction and
16b
testing. Flex Base installation per
4
EA
� 00
Z 00
Specifications and all other work
G
considered incidental to this item.
Flowable backfill as approved,
1
complete and in place per
70
CY
Z Q , DO
1 �%(�.
Specifications.
�
Alternate 2 Bid (Items lb-17b)
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: 2 % 0 (to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS: 3C)o (to Final Completion)
not to exceed 300 consecutive calendar days to Substantial Completion 1330 consecutive calendar days to Final
Completion).
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to
Proceed" of the Owner and to substantially complete the project within 300 Consecutive Calendar Days with final
completion within 330 Consecutive Calendar Days as stipulated in the specification and other contract documents.
Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $300 for each consecutive calendar
day after substantial completion and liquidated damages in the sum of $300 for each consecutive calendar day after final
completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of
the Agreement.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to
reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be
good for a period of six 60 calendar days after the scheduled closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to
commence work on the date specified in the written notice to proceed, and to substantially complete the work on which
he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total
amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance
policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him_
Offeror's Initials
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is
a Cashier's Check or Certified Check for Dollars ($ )
or a Proposal Bond in the sum of Dollars {$ ), which
it is agreed shall be collected and retained by the Owner as liquidated damages in the event the
proposal is accepted by the Owner and the undersigned fails to execute the necessary contract
documents, insurance certificates, and the required bond (if any) with the Owner within ten (10)
business days after the date of receipt of written notification of acceptance of said proposal;
otherwise, said check or bond shall be returned to the undersigned upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include
all contract documents made available to him for his inspection in accordance with the Notice to Offerors.
Pursuant to Texas local Government Code 252.043(g), a
competitive sealed proposal that has been opened may not
be changed for the purpose of correcting an error in the
proposal price. THEREFORE, ANY CORRECTIONS TO THE
PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL
(Seal if Offeror is a Corporation)
Secretary
i
Offferor acknowledges receipt of the following addenda:
Addenda No. Date S / -Z
Addenda No. �_ Date S-! y •Z (•Z
Addenda No. 3 Date S• 1 -Z 1
Addenda No. _ Dater Z
Date: �i4 21 , ZDz 1 .
A Zhorized Signature
(Printed or Typed Name)
JAJK3
vrc ..�c
Company
Ao sox yr&
/ 70 7 6ki l
Address
zeyseu4d4
f.
yk&4E)!
City,
County
Tx
99536
State
Zip Code
Telephone: gM -
`f /S
M/WBE Firm: I X I Woman I Black American
Hisnanic American I Asian Pacific American
MERCHANTS
BONDING COMPANY.
MERCHANTS BONDING COMPANY (MUTUAL P.O_ BOX 14498. DES MOINES, IOWA 50306-3498
PHONE: (800,, 678--8171 FAX: (515) 243-3854
BID BOND
PUBLIC WORK
KNOW ALL PERSONS BY THESE PRESENTS:
That RINK'S LEASE SERVICE, INC.
Bond No.
(hereinafter called the Principal) as Principal, and the Merchants Bonding Company (Mutual)
(hereinafter called Surety), as Surety, are held and firmly bound to CITY OF LUBBOCK
(hereinafter called the Obligee) in the full and just sum of (----------------- ---------------------- 5%----------------------------------
FIVE PERCENT OF THE GREATEST AMOUNT 131
Dollars
good and lawful money of the United States of America, to the payment of which sum of money well and truly to be
made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly
and severally, firmly by these presents.
Signed and dated this 21st day of
MAY
2021
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for
ANNEXATION WATER LINES PROJECT - ALCOVE
RFP 21-15803-JM
according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and
enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give
bond for the faithful performance thereof with the Merchants Bonding Company (Mutual) , as Surety, or with
other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee
the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this
obligation shall be null and void; otherwise it shall be and remain in full force and effect.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed.
Attest:
w
MARLA HhL
RINK'S LEASE SERVICE, INC.
P ipal
By
Merch is Bonding .o (Mutual)
By v "L) --- -
HOWARD CO AN, ATTORNEY -IN -FACT
CON 0333 (2115)
a
MERCHANTS
BONDING COMPANY -
POWER OF ATTORNEY
KnowAll Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.
both being corporations of the State of Iowa (herein collectively called the "Companies') do hereby make, constitute and appoint, individually,
Howard Cowan; Marta Hill
their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity
of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any
actions or proceedings allowed by law.
This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
of Merchants National Bonding, Inc., on October 16, 2015.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 11th day of February 2020
••P�I0Nq''•• •'•
''��� • �0,, (�•,•• N„ C94A•• MERCHANTS BONDING COMPANY IMUTUAL}
�y..4pR R4J`..Z; �•�OvOp�Q9'�Ji9y; MERCHANT NATIONALBONDING,INC.
.j,
o-
2003 ;� y 1933 ;••c: By
••i•�k/••'• .7••O' ••• �1a• President
STATE OF IOWA •�'"'■■"''�• •'' • • •' •
COUNTY OF DALLAS ss.
On this 11th day of February 2020 before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
�VIRw4 0. POLLY MASON
• • • Commission Number 750576 M '�
My Commission Expires
Notary Public
January 07, 2023
(Expiration of notary's commission
does not invalidate this instrument)
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full
force and effect and has not been amended or revoked
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 21st day of MAY , 2021
••'SIONq .•` 0112 Cp'•.
2003 x; ; y 1933 r cr. Secretary
;;�; •may•
A .
POA 0018 (1/20)
Page Intentionally Left Blank
Contractors Statement of Qualifications
Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the
Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate
evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following
Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of
the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER.
In evaluating a firm's qualifications, the following major factors will be considered:
A. FINANCIAL CAPABILITY:
For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the
CONTRACTOR'S ability to secure bonding satisfactory to the OWNER.
B. EXPERIENCE:
Do the organization and key personnel have appropriate technical experience on similar projects?
C. SAFETY:
Does the organization stress and support safety as an important function of the work process?
D. OUALITY OF WORK:
(1) Does the organization have a commitment to quality in every facet of their work - the process as well
as the product?
(2) Does the organization have a written quality philosophy and/or principles that exemplifies their
work? If so, submit as Attachment "A".
(3) Has this organization ever received an award or been recognized for doing "quality" work on a
project? If so, give details under Attachment "A".
E. CONFORMANCE TO CONTRACT DOCUMENTS:
(1) Does the organization have a commitment and philosophy to construct projects as designed and as
defined in the Contract Documents?
The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to
require the submission of additional information.
The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the
lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non-
responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and
developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm.
Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any
such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of
the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER
resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages.
Complete the following information for your organization:
Contractor's General Information
Organization Doing Business As
'S f cE
Business Address of Principle Office
i.**► 3 ao
No 9133
Q (Cox
Telephone Numbers
— i . 7 y j S
- Z I S1
Main Number
_ BI &I - 7yj.S
Fax Number
806, 99 Lf , ITg9 t
Web Site Address
rr;Axs Incif 0%.01. COS
Form of Business (Check One)
Date of Incorporation
A Corporation A Partnership
'"SA�OJ VAit B
An Individual
State of Incorporation
7E>(q
Chief Executive Officer's Name
Ks P MtaoGETOW
President's Name
Vice President's Name(s)
Secretary's Name
1494ai-PiA Peeor
Treasurer's Name
Date of Organization
A
State whether partnership is general or
limited
Name
N
Business Address
organization
N A
Average Number of Current Full Time
Employees
Average Estimate of Revenue for the
Current Year
Zi��iC�O
Contractor's Organizational Experience
Organization Doing Business As
EWA I G,04 LW ,,C.
Business Address of Regional Office
D % N� 00 u o X
79336
pp CK 6 ►.
+'
Name of Regional Office Manager
K, P A/00 av— J
Telephone Numbers
CI - 7HjS 0006 _ gcj & f .Z
1-511
Main Number
t f
Fax Number
(o - 3 q q
Web Site Address t e;AKS i nt d? aao 1. c.o.•+
Ortyanization History
List of names that this organization currently, has or anticipates operating under over the history of the organization,
including the names of related companies presently doing business:
Names of Organization
From Date
To Date
N �?
List of companies, firms or organizations that own any part of the organization.
Name of companies, firms or organization
Percent Ownership
NA
Years experience in projects similar to the proposed project: 3 Z
As a General Contractor
1 3 Z
As a Joint Venture Partner
Q
Has this or a predecessor organization ever defaulted on a project or failed to complete any work
awarded to it?
N O
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization been released from a bid or proposal in the past ten years?
/V O
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever been disqualification as a bidder or proposer by any
local, state, or federal agency within the last five ears?
N O
If yes provide full details in a separate attachment. See attachment No.
Is this organization or your proposed surety currently in any litigation or contemplating
litigation?
/V D
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever refused to construct or refused to provide materials
defined in the contract documents?
AJ O
If yes provide full details in a separate attachment. See attachment No.
Contractor's Proposed Key Personnel
Organization Doing Business As I JZJQk�r--C,
Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart.
Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment
No. Lt
n
KV1 P %%� 1 ADGETbj — 1' zesl ae. ,7 /Ge o
FAra41-6 /)11004070N -V JC,6 Pejeslogr T /G
01>51 E 70it"Z OF P ADOvc,-rIooJ
(1q V ID 13F.•4-1, 1 TE Z - S7E;,d 09�-J V-
�I Mn+y LITTLE _ SAFOTy
'311v1 E¢ oC94#jw - OQul PmE,r7 FoW rn,, J
Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational
cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this
description- See attachment No.
ICAI-pie AS A1300E
Provide information on the key personnel proposed for this project that will provide the following key functions.
Provide information for candidates for each of these positions on the pages for each of these key personnel. Also
provide biographical information for each primary and alternate candidate as an attachment. The biographical
information must include the following as a minimum: technical experience, managerial experience, education and
formal training, work history which describes project experience, including the roles and responsibilities for each
assignment, and primary language. Additional information highlighting experience which makes them the best
candidate for the assignment should also be included.
Role
Primary Candidate
Alternate Candidate
Project Manager
kip ^O
ZAXQ4 4
Project Superintendent
JF4DO46 rod"Z
DA4019) $Ew1 iT
Project Safety Officer
107,E Z47=6
'JAWE.Z /r&s ",.v
Quality Control Manager
A*4 AI
pE
If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much
time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will
be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided
between this project and their other assignments.
z4pe K filop!„rm a W I&C ge beua .A
Uak 70jo AF AlS 7r^e 70 &O44U7r
30 7Q As P"3"r on.4.- 4c oe.
-7-0 iurs PanEz'r
E
4
Proposed Project Managers
Organization Doing Business As
Name of Individual
L7 I..jk.j Z64Sg Cffeoia r�
KS p M0694,7004
Years of Experience as Project Manager
33
Years of Experience with this organization
Number of similar projects as Project Manager
s
Number of similar projects in other positions
---
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
G�TY of Go soc.+c - ,es>NxFoeo
5a %
-ZS-Z I
�.,jALSI� �Cl�oca�.•`- u
O %
5 -2$ -Z 1
I DOr�+4416%..
GW- 6010 4
Reference Contact
Information(listing names indicates ap roval to contacting the
names individuals as a reference
Name
A LCA Z42
Name
2
Title/ Position
S74-9-710w0 SP .A"
Title/ Position
6,j & of
RA4XM1ZX
Organization
Q
Organization
Telephone
-
Telephone
•
E-mail
E-mail
KOAt&XICL
Project
-CPZ Aem 4eeg
Project
Candidate role on
Project
Name of Individual
PeDS T /�7i4•�A4�EL
Candidates role
on Project pQauvr
,,, ,J
Years of Experience as Project Manager
10
Years of Experience with this organization
Number of similar projects as Project Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
CIZZ QF4QWOCA AAi4e.0r
70 %
6 -3d - Z i
1001" 7013
Z O %
ov - God,
,. r-O4, Ake,
Name .�i A! N
10 - Z I
Name of LX Zle.K
Title/ Position
Title/ Position
N rp
Or anization
Organization
Telephone
51 _ S 2 3 '%
Telephone
- S
E-mail
s ,,.
E-mail
Project
AR ous plr,i
Project
f.
Candidate role on
Project
&4WA4 Fo2frrA.-+
Candidate role on
Project
�061-55-77CS /�1A�+.q�„E2
. "a%.
:ONe
Proposed Project Superintendent
Organization Doing Business As
Name of Individual
(I% paSet Serve !f— a-nC
ed i -e "rrr ez
Years of Experience as Project Superintendent
dr
Years of Experience with this organization
Number of similar projects as Superintendent
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Con1pletign Date
1
/00
Reference Contact
Information(listing names indicates ap roval to contacting the
names individuals as a reference
Name
/,u1q
Name
(' i
Title/ Position
p
Title/ Position
RUR1411pni
Organization
Qn,Organ
zation
Telephone
-
Tele hone
1 S - `713 ,—
E-mail
E-mail
Project Jr,2.7
!iUJrProject
I yken n
Candidate role on
Project
of Individual
7Yeamrs
JrNTA6.✓T
Candidate role on
Project
I Z
of Experience as Project Superintendent
a
Years of Experience with this organization
Number of similar projects as Superintendent
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Co let' n Date
/0670
i
NameName
i
Il
Title/ Position
i.a-Cr Q
Title/ Position
tban"
Organization
C/71y or 40ZOr
anization
-�onslra
VV
Telephone
gob - Sij - 4 /
Telephone
30
E-mail
E-mail
P ;
Project
'I f i&AwX0g0gD • "s
Project
Le re -I I a
Candidate role on
Project
s V�E¢/^rrF�o6
Candidate role on
Project
UP er + n-i en de of
ks
Proposed Project Safety Officer
Organization Doing Business As
Name of Individual
n k S ease �'�' ✓ �n C
ryti rV1 1-
Years of Experience as Project Safety Officer
Years of Experience with this organization
Number of similar projects as Safety Officer
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Co leti n Date
f
as
e W%
5r iC/QW r
Reference Contact
Information(listing names indicates ap val to contacting the
names individuals as a reference
Name
Name
'
Title/ Position
j
Titlei Position
Or anization
Organization
Telephone
—
Telephone
E-mail
P
E-mail
M.,
Project
M
Project'01
fn
Candidate role on
Pro'ect
Name of Individual
�
Candidate role on 1-5uperi n-e n denf
Project
ra A W
Years of Experience as Project Safety Officer
�j--
Years of Experience with this organization
Number of similar projects as Safety Officer
Number of similar projects in other positions
s
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Copipletion Date
S
'f
Name
Name j
Title/ Position
1,,aJJWJitleiPositiWj12
an
Organization
Organ zation
Telephone
Of T731
Tele hone d'
o
E-mail
E-mail
my
Project
Project
'
Candidate role on
Project
g �f E� P-10f� man
ice'
Candidate role on
Project
n
`�� ��Pa n
e-
A
Proposed Project Quality Control Manager
Organization Doing Business As
Name of Individual
i n 5 z a er ✓ i (°
y .�
Years of Experience as Quality Control Manager
Years of Experience with this organization
Number of similar projects as Quality Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
c/ ry OorLvoew E
90010
— 30• I
BMD/N4 3'als
0070
o•A-Gviu
Dr uli Foy A c ueE
I0 9".
1-1s -
Reference Contact
Information(listing names indicates ap roval to contacting the
names individuals as a reference
Name
'38T T oj"mAA
Name
t >A.-J,;L Z
Title/ Position
Goes
Title/ Position
Organization
Rol x
Or anizati
Oxy
Tele hone
Telephone
E-mail
7�T�lD�++�' f8p , ec.,%
E-mail
,v Row�sws
Project
CA"-Oulr Lifi-Diek
I Project
1WA&7PiPJ S.S.r
Candidate role on
Project
Name of Individual
Candidate role on
Project
Years of Experience as Quality Control Manager
f
Years of Experience with this organization
114
Number of similar projects as Quality Manager
Number of similar projects in other positions
sD
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Co letion Date
/0
',
Name 70�2X AmAZAZ
Name al
Title/ Position
�, rpr.9
Titlei Position
QJ SP
Or anization
Q
Organization
OXV
Telephone
17SCI - Mt.
Telephone
-. G38• Z4.iP
UiN 5
E-mail
-
E-mail
Project
ICA07 6LOOD LOWAS
Project
100
Candidate role on
Project
Of&A7 4- - Q
/� 1
Candidate role on
Project
Awl
Contractor's project Experience and Resources
Organization Doing Business As ! Nk S Lf.�LtE SBP.sII ,LtiL ,
Provide a list of major projects that are currently underway, or have been completed within the last ten years on
Attachment A
Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five
ears which specifically illustrate the organizations capability to provide best value to the Owner for this project.
Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the
proposed key personnel.
Provide a description of your organizations approach to completing this project to provide best value for the Owner.
Including a description of your approach in the following areas:
I. Contract administration
2. Management of subcontractor and suppliers
3. Time management
4. Cost control C.•�,
5. Quality management
6. Project site safety
7. Managing changes to the project
8. Managing equipment
9. Meeting HUB / MWBE Participation Goal
Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necess
Equipment Item
Primary Use on Project
Own
BWiill
Lease
pl /NG► / �wt o�
2 -
,.
O X S
L n!
3 - gogg zn&gffZM& r
QDC4.r0AADA S %
.444
GO 7e t. /v A Q
X
Z - LIAWI- 7-f4ocXr
IhO uAte,
X.
INCKUoOS 7e41404S
c .-4,
N P
What work will the organization complete using its own resources?
EGG tin" Arsec 7r4> w" D17v&,v6, LAYr.-.;4
/,cJy�/G1A41 VALUES f C17JT7A*J, I30&AJe,-
TOVAIG C0AJ7 cr4t co," e4c W ONE TES7i•J4, f C464-3
What work does the organization 2ro2ose to subcontract on thisproject?
` 50"f ACewSs ILIL f X Xr,�6 5T-47e.
• So�C �E,.as�rr rAF5
Contractor's Subcontractors and Vendors
Organization Doing Business As j ,S eas-e Se r V i ie 'VAC.
I-IroJect Subcontractors
Provide a list of subcontractors that will provide more than 10 2ercent of the work based on contract amounts
Name
Work to be Provided
Est. Percent
of Contract
HUB/MWBE
Firm
Provide information on the proposed key personnel, project experience and a description of past relationship and work
ex erience for each subcontractor listed above using the Project Information Forms.
Provide a list of major equipment ro osed for use on this project. Attach Additional Information if ary
Vendor Name
Equipment / Material Provided
Furnish
Only
Furnish
and
Install
HUB/M
WBE
Firm
t�
10
Attachment A
Current Projects and Project Completed within the last 1p Years
Project Owner
I ;A 0
Project Name
I �} Vi'Qn f
General Description of Project: 3 DOD 1 " V Line— .ti-- r-
Project Cost / 9y7 000
1 1 Date Project Umpleted 3D a 1
KeyProject Personnel fdol tie
J Rank i t �1; t
Project Manager
] g
Project Superintendent
J A
Safety Officer
Y
Quality Control
Manager
Name
�\
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
pS
•,�
C'
S— Q
r�
Designer
—
Construction Manager
— s 6-3
Project Owner
O Project Name
General Description of Project: S- " — co '
Project Cost
I Date Project Completed
1Jr- ` a T a
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
ana er
Name
`
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title.' Position
Organization
Telephone
E-mail
Owner
Ank. Rxik r{+
l
Designer
Construction Manager
CL m
Project Owner
1projectName
General Description of Project: t i SP t Li ;
�}
?' h
Project Cost
I Date Project Completed
"7
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name VP6C}
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
�.�. a —
D¢-)sx104 ®JTr&.=iN0
Designer
k
Construction Manager
—3
lev�e.►land+e aS . o I
M
,boek
boe4L
)&. L<
On
tegh
ExAI, o4
1
owl
Attachment B
Proiect information
Project Owner I
C J~
Project Name
TCb#Oys7501 yyjr
General Description of Project
3150' (, � roc. U rec oxig r .4PPueTE,,jq•,jcE9
7etory Schedule Performance
Amount
% of Bid
Amount
Date
Days
Bid
S j Lea
Notice to Proceed
Change Orders
��d
Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements
Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions
Change Order Authorized Substantial Completion Date
Z
l i0
Design Issues
° o
Change Order Authorized Final Completion Date
_T 1.)
Total
c
Actual / Estimated Substantial Completion Date
747
Final Cost ] 141, q0
Actual 1 Estimated Final Completion Date ZQ Z D
Project Manager Project Sup Safety Officer Quality Control
Manager
Name
W I ,1 Di n.n DAvio ,✓
Percentage of Time Devoted to the Project
5; D o 10070 �oIon+'
O
Proposed for this Project
i/o too Yo /
Did Individual Start and Complete the Project?
Wr Y9,S
If not, who started or completed the project in their place.
t -
Reason for change. -
Name Titlei Position Organization Telephone E-mail
Owner
W-EUL9 &AfTW_ GJ ,qA,)
K011FE G 9066d,644
oN~ - 'fib - ?IOo OE (V GO- `p, co.�+
Designer
)'�QXKJLG K4ZOvat egeg la ,
Construction Manager �� •' •`
"` '� `^ '"
Sure I MAVA WejeYf__� maw
---j==MW=,WMMMM"
Lou - J a 2 - Z 6 3 11m*"Aill,c asac
Number of Issues
Resolved A
Total Amount involved in
Resolved Issues
��51
J1A
Number of Issues
Pendin
Total Amount involved in
131A Resolved Issues I I.J/A
12
k
cA
'reject Information
Project Owner
General Description of Project
III
Project Name I -a.
- .
Is
Budget History Schedule Performance
Amount % of Bid
Amount
Bid Notice to Proceed
Change Orders Contract Substantial Completion Date at Notice to Proceed
Owner Enhancements Contract Final Completion Date at Notice to Proceed
Unforeseen Conditions Change Order Authorized Substantial Completion Date
Design Issues Change Order Authorized Final Completion Date
Total Actual 1 Estimated Substantial Completion Date
Final Cost / q47 U 0 0 Actual / Estimated Final Completion Date
Project Manager Project Sup Safety
Name
Percentage of Time Devoted to the Project
Proposed for this Project
Did Individual Start and Complete the Project? �S
If not, who started or completed the project in their place.
Reason for change.
Title/ Position
Owner ,
Designer
Construc7Manager7M!S0,VC-n,$r t
Suret
Number of Issues N�ATotal Amount involved in
Resolved Resolved Issues
- rl kl-t I
12
Officer
.11 N\,
�IN�• MR W., %.
MUSIMT."T r .• L
C1'i<<t Boards
ber of Issues® , o , �.
Pending
Date
E-mail
Attachment B
. ._ r _
Days
Control Manager
Al
47TAO�04A`r 0 -Z
Attachment Cfornaae 9.
Rink's Lease Service is accustomed to working within contract guidelines with attention to deadlines,
details, safety, a budget and quality. Rink's reputation and safety record for 32 years is evidence.
1) Kip Middleton uses the contract as the blueprint for the project to insure all aspects are included
and completed.
2) Sub -contractors will be used on a limited basis for this project. Material suppliers have been
contacted and are fully able to meet the supply needs.
3) The time frame for projects is always a concern and is in the forefront of daily goals, to meet
completion date. Rink's has the personnel, expertise and equipment to meet the project start
and finish dates. Employees work 7 am to 5 pm Monday -Friday for a 50 hour week.
4) Kip has bid jobs at Rink's for 30 years. He understands the need to provide quality materials and
services at a cost effective price. Change orders are avoided when possible.
5) The personnel outlined on previous pages, have years of experience installing pipelines. Quality
of installation will be monitored daily since these specialists will be on site throughout the
project.
6) Rink's personnel have worked under Occidental Permian safety regulations for 30 years. These
guidelines are the strictest of OSHA. Rink's takes pride in its exemplary safety record. All safety
precautions will be studied, preempted and strictly followed. All personnel are trained in:
a. Driving safety
b. Manual lifting
c. Trench I ng/Shori ng
d. Fall protection
e. H2S/First Aid CPR
f. Electrical Safety
g. Fire Protection
h. Heavy Equipment Operation and Spotting Training
i. Hot Work
j. Lock Out -Tag Out
k. STOP Work Authority is granted to all employees
7) Rink's has the experience and knowledge to adjust to changes as outlined by the project
engineer.
8) Randall Middleton will oversee the appropriate equipment needed for the project. Equipment
will be moved in and out, so as not to congest the work area.
9) Rink's Lease Service, Inc. actively participates with HUB/MWBE in that is it owned by:
Kip Middleton/President — 40% ownership
Randall Middleton/Vice President — 30% ownership
Leanna Perez/Secretary-Treasurer — 30% ownership
X7VC910f-'� 14
Utility Specific Projects within the last 10 years
2020 — City of Lubbock 1-27 and North Frankford Water Line Annexation
2020 — City of Levelland Industrial Rail Park Improvement
2020 — City of Hereford TCDP Water System Improvement
2020 — City of Crane DOT Water Line Relocation
2016 -- City of Floydada DOT Water Line Relocation
2015 -- City of Abernathy Water Line
2015 — City of Sundown Water Line
2013 — City of Levelland Water Line
Rink's Lease Service's pipe line installation expertise and safety training have been
primarily utilized in the oil and gas industry for the last 10-15 years, because of
the demand for oil production and quality contractors.
The attached list of all jobs completed by Rink's Lease Service for the last 10
years, is evidence of Rink's ability to install various kinds of pipe lines with
attention to quality, safety, time constraints and guidelines.
SPECIFIC TO THE CITY OF LUBBOCK PROJECTS
The jobs listed below are outside the 10-year time frame for completed jobs;
however, they are specific to the City of Lubbock and its continued growth.
2005 -- Marsha Sharp Freeway Utility Project - $1,239,114
2004 -- City of Lubbock Water/Sewer - $ 452,864
2003 -- City of Lubbock Water/Sewer — $ 4,428
2002 -- City of Lubbock Water/Sewer - $198,343
2001-- City of Lubbock Water/Sewer - $ 832,680
2000 -- Lubbock/Reese Annexation $ 1,226,264
//r&4g/#6kr/ - 1.4
Date i7./31/2020
Completidjow
Date
Invoiced
David B.
Oxy
Youkum 94714 1950'-3"HPFG 30cl
1/8/2020
$
21,82S.00
David B.
Oxy
Youkum 0' 3 #4727 270'-2" & 57"HPFG 10c1
1/8/2020
$
8,48S.00
,Jimmy L
Oxy
WODC #M 869 970 4400'- 20& 3"inj lines 25c1
1/21/2020
$
40,799.00
Eddie T.
Silver Creek
SWO line 10,100'-8" Poly & 3 road crossings Inv #1
1/28/2020
$
71,420.00
David B.
Oxy
YWCU #4614 344W - 4" Zaplok flowline
1/29/2020
$
14,560.00
David B.
Oxy
YWCU #4615 29W P. 4" Zaplok flowline
1/29/2020
$
12,640.00
David B.
Oxy
WODC 8863 864 865 321W - 2"& 3"HPFG 26cl
2/11/2020
$
34,S86.00
David B.
Oucy
YWCU #4718 483' - 4" HPFG 13cl
2/11/2020
$
9,038.95
David 0.
Oxy
YWCU #4719 483' - 4" HPFG 13cl
2/11/2020
$
8,038.95
David B.
Oxy
YWCU #4720 484' - 4" HPFG 14cl
2/11/2020
$
8,224.60
David B.
Oxy
WODC #866 600'- 2" HPFG 10cl
2/18/2020
$
5,950.00
Jimmy L
Oxy
WODC #867 871 450'-2" 1500'-3" Steel & HPFG 10cl
2/20/2020
$
23,560.00
Eddie T.
Silver Creek
SWD line 6,650'-B" Poly Inv #2
2/20/2020
$
34,590.00
Eddie T.
Silver Creek
Pocahantas 4,550'-6"Poiy 110'-12" Bore
3/6/2020
$
31,535.00
Jimmy L
Oxy
WODC #872-976 4900'- inj lines 40'-6"bore 47cl
3/11/2020
$
48,574.00
Eddie T.
Oxy
SSAU 1650'- 8" LPFG 130'-12"Bore 12cl
3/20/2020
$
31,490.00
Eddie T.
Oxy
BRU 4252121'- 8" Bore 15W - 3" SS Pipe
4/1/2020
$
11,000.00
Eddie T.
Silver Creek
Jessie James to Doc Holiday 49W 2- 4" Poly lines
S/1/2020
$
22,855.44
Eddie T.
City Crane
HW 385 35W - 2"& 4" Water Lines, 554- 6" bore
7/16/2020
$
232,008.00
immy L
Osborn Heirs
San Andres #1061700' - 3" poly @ Plains
8/7/2020
$
9,795.00
David B.
City Levelland
Rail Park 6- 8" Sewer Line 2 manholes
80'
8/19/2020
$
4S,380.00
Eddie T.
City Hereford
31W - 6" Water Line and fittings
10/20/20ZO
$
1S8,141.40
Eddie T.
City Lubbock
Annexation Waterline Invoice 1 1916' -12" PVC
10/30/2020
$
191,614.53
Eddie T.
Jimmy L
Eddie T.
Jimmy L
Eddie T.
City Lubbock
Oxy
City levelland
Oxy
City Lubbock
Annexation Water line Invoice 2 4291' -12" PVC
AICFU 245W - $" HPFG 10c1
South College ave 70' - 2" Road Bore
AICFU 1i30' - 2" HPFG 6cl
Annexation Water line Invoice 3 6923' -12" PVC
11/30/2020
12/2/2020
IV10/20ZO
12/22/2020
12/31/2020
Total
$
$
$
$
$
$
170,321.23
38,686.00
3,S00.00
8,960.00
223,113.68
1r4?A, M71i
Date
12/31/2019
Foreman
COmPany
Jobs in Progress
Amount
Invoiced
David B.
Oxy
GU #4701 Wilder 5100'- 3" Zaplok 2890'- 2" HPFG
$ 40,230.00
$
43,380.00
Eddie T.
Eddie T.
Oxy
Oay
Tupelo Flowilne 5000'- 3" & 4" 2aplok
$ 47,150.00
$
21,854.00
Biloxi Flowline 14000'- 3" & 4" ZaplOk
$ 70,370.00
$
60A94.00
Jimmy L»
WODC Injection lines
$ 261,000.00
Totals by Crew
Eddie T.
Oxy
Levelland Area Pipeline Project
Invoiced
Alfredo R.
R2
Levelland Area Pipeline project
$
947,044.50
David B.
Oxy
Levelland Area Pipeline Project
$
4 450390
. , 0
44,039
Jimmy L.
0XV
Denver City Pipeline Project
$
.0
'er F.
Oxir
Denver City Pipeline Project
$
706,264.83
$
99,306.00 ;
Total
$
2,966,501.93
Hourly Work
welders
Oxy
Chase, Mark, Woodfow,
Welders
Oxy
Cory, Victor, Dalton, Sonny
$ 4,500.00
Daily
Completed Jobs
Date
Invoiced
Richard R.
Oxy
WODC #849,851,852 282V 2"-" Steel &HPFG 20d
1/4/2019
$
23,750.00
David B.
Oxy
WSDU CTB Disposal 1200' - 3" HPFG
1/8/2019
$
5,200.00
Alfredo, R.
Oxy
WRKM 096 970'- 2" Steel Scl
1/9/2019
$
9,314.00
Eddie T.
Oxy
SEW Rowlines 27,990'- 31mLPFG, 90'-16"Bore, 26d
1/14/2019
$
125,539.00
Alfredo R.
Oxy
WRKM #148&149 174&- 2"Steel, 17d
1/14/2019
$
18,113.00
David B.
Oxy
WSDU #245 650' - 3" LPFG 2cl
1/24/2019
$
4,573.00
Alfredo R.
Oxy
HT BOW #66 4400' - 3" LPFG 64cl
1/24/2019
$
39,800.OD
Alfredo R.
Oxy
HT Boyd 9 R 480'- 2" HP FG
1/29J2019
$
3,120.00
David B.
Oxy
WSDU Disposal well Sand pad 3" Pipe 1200'
1/29/2019
$
1,020.00
Eddie T.
Oxy
SEW Rowlines 26,580'- 3"LPFG, 80 -16"Bore, 43d
1/31/2019
$
129,997.00
David B.
Oxy
WSDU #232 2580'- 2" HPFG 15d
2/4/2019
$
19,395.00
Eddie T.
Oxy
SELU Flowlines 1381V - 3" LPFG, 80'-16"Bore,15cl
2/13/2019
$
75,9W.00
Alfredo R.
Silver Creek
Curly Bill 2 H hw 125 21W -12" Bore and Casing
2/15/2019
$
18,742.50
David B.
Oxy
WSDU Header 1 A 4320"- 8" & 3"LPFG 18d
2/i8/Z019
$
72,270.00
Edo R.
JLvdie T.
Oxy
Oxy
SEU 8-1 tronkline fm 303 100' -12" Road Bore
5ELU
2/25/20i9
$
6,200.00
CO2 1,680'-10" LP FG 15c1
2/26/2029
$
25,830.00
Amedo R.
Eddie T.
Oxll
Oxy
WSDU #241 & 4248 2100'- 2"& 4" Steel 25c1
- •die T.
Oxy
INCA 91 2CM- 3" 111 10d
.'myJRichar
Oxy
SELU 2650'- 6" LPFG Gas Line 22d
DU 77 3500'-8"&l0"LpFG,140'-12"&16 -----
Alfredo R.
Jimmy L
OxY
4d
WSDU #237 #238 #240 16W - 2" Steel 18c1
Jimmy L
Walsh
gusher #2H 1550' - 4" Poly Flowline
Eddie T.
Walsh
WBU U.#3H 2300' - 4" Poly Flowllne
Oxy
LLU Residue " "
Ses line 1000'-2 HPfG, 50.6
J1mmy L.
Oxl►
bore,l8cl
DU 2W ditch for fiber cable
Eddie T.
David B.
my
OXY3"
wODC #857 4000 . ZaRbk surface flowllne
Eddie T.
Oxy
M DU sat 3A 7080' - 8" & 3" LPFG 20D' - bore 28ci
Eddie T.
Oxy
WODC ass 1020'- 2"Steel & 2"HPFG 9d
11 Ill,
Eddie T.
Dxy
WODC #859 2b0IIIIII '
5 - 3" ZaPlok
Alhedo R.
Oxy
WODC #861 1520' - 3" Zapiok
Eddie 7.
Silver Creek
WSGU V5L #81 #lM3 990'-2"HPFG '-2"SteBi 33c1
Eddie T.
Walsh
Bledsoe 107- -12" Road Bore
Alfredo R.
Oxy
Cohagen Heirs 1320' 4" Poly Gas Line
Eddie T.
Walsh
SEU Header 3-2 Trunkline 1760' - 6" Zaplok Surface
Affredo R.
Oxy
Higginbotham ASH 5600'- 3" FIGFlowllne
immy L.
Oxy
5LA #337 312011 4" Zaplok Florvline 57d
DU 77 5470'- 8"8e 11, 1I 10"LPFG, North
Eddie T.
Walsh
end, 78c1
Hicks S1ND 2220' - 4" HPFG
David
v''4ie T..
Oxy
Oxy
WSOU Header 1A 8760'- 3" LPFG 24d
T.
WODC #854 2600' - 3" Zaplok Flowline
je
Eddie T.
Oxy
Oxy
WODC #855 4000' . 3" Zaplok Flowline
David B.
Oxy
Denver Unit Section 77 408 -16" Road Bores
Alfredo R•
Oxy
LLU SB 330C 94g0'- 3"Lp� 80--16" Bore 51cl
Alfredo R.
Oxy
yWCU inj 810'- 2" & 5520'- 3"HPFG 79ci
David B.
Oxy
YWCU Jnj Well 146E13 960'- 2"HPFG 17d
Alfredo R.
Oxy
WSDU #230 HW 301 100'- 8" Road sore
Alfredo R.
Oxy
YWCU #4612 4780' - 4" Zaplok Flowline
Alfredo R.
Oxy
YWCU #4613 2730' - 4" Zaplok Fbwllne
David B.
Oxy
Hatbick #2H 3470' - 4" Zapiok Fiawline
David B.
Oxy
CMU Hdr 3-2 6840'-3"HPFG 100'-$"bore 47CI
Jimmy L.
Oxy
WSDU well #230 840- 3"LPfG 3d
David B.
Y
DU section 77 Flowlines 31900.3 " Zaplok Surface
David B.
Oxy
LLU valve 44 #227 to #249 1Z50'- 2"HPFG 27cl
Eddie T.
Oxy
LLU valve 44 #225 to #241 13uw- 2"HPFG 21d
Eddie T.
Ox
PCCU CTB to WIS 3500'-6"HPFG 18d
AdR.
y
Oxy
""CM to WI5 2750'-6"HPFG & 5"LP 4 Id
0FG
avid
David
Ox1/
ScorpJan #2H #3H99#4H, 9790'- 4" Zaplok Flowlines
Eddie T'
T.
MY
LLU V 44 #391,3,405,248, 3200--2"HPFG 31d
Jimmy L.
Oxy
WSOU #227 & 9243
David B.
Oxy
DU Jnj #7758 & #77191Q'. 2 HPFG2 6cl
I y L.
Oxf►
MMU #69 2030'- 3" LPFG 12d
4irredo R•
MYScorPJon
DU IN #7717 1830'- 2" Um 17d
#7 & #S 2660'- 2" HPFG 35c1
5
22,821.00
$
19,040.00
$
26,375.00
$
104,860.00
$
17,592.00
$
11,939.85
$
17.717.19
S
11900, .00
T-2,120.00 $
12,800.00
$
129,380.00
$
14,121.00
S
8,5sa.oa
4/Z5/2019
$
9,856.00
4/30/2019
$
35,700.00
4/30/2019
$
34,935.00
5/6/2019
$
140,890.00
5/8/2019
$
I6,095,00
5/1S/201g
$
51,080.00
5/20/2019
$
8,400.00
5/20/2019
$
12,600.00
5/ 271 / 019
$
27,336.00
5/31/2019
$
65,125.00
6/3/2019
$
66,415.00
6/12/2019
$
10,703.00
6/12/2019
$
51000.00
6/24/2019
$
200120.00
6/24/2019
$
11,640.00
6/27/2019
$
16,480.00
7/1/2019
$
64,525.00
7/5/2019
$
5,985.00
7/9/2019
$
106,500.00
7/12/2019
$
12,8S0.00
7/17/2019
$
12125.00
7/17/2019
$
44-625.00
7/17/2019
$
61,287.50
7/18/2019
$
42,800.00
7/26/2019
$
26,225.00
7/30/2019 $ 18,67S.00
8/1/2019 $ 18,700.00
8/6/20i9 $ 15,295.00
8/6/2019 $ 13,785.00
8/6/2019 $ 24,745.00
anedo R.
Alfmi R.
Oxy
Oxy
GU #3003 1260'- 2"HPFG 9cl
2/15/2019
yid B.
GU #300 1280'- 3" Zaplok Flowline
$
30,395.00
Ad B'
�
� Boyd 922 1350' . 3M LPFG 20d
Boyd
8/15/2019
8/ZQJ�19
$
4,040.00
Eddie T.
Oxy
#27 13S0' - 2 HPFG 2
0c1WSDI! #158,141,142,160,178
8/20/2019
$
$
12,275.00
12,275.00
immy L.
Alfredo R.
Oxy
6060`-3" LPFG 29N
DU lnj 6260'- 2" HPFG 25'- 6"Bore 25cl
8/20/2019
$
41,065.00
David B.
Silver Creek
GU eery 650'- 5"HPFG 52c1
GC to CEI SWD water line
9/6/2019
9/6/2039
$
$
45,170.00
17,127.50
immy L
!#mmy L
Oxy
17,600'- 6" Poiy
1N#Ilar+d Unit 1000'- 6" HPFG 49c1
9/18/2019
$
97,240.00
Jimmy L
Walsh
Walsh!Y
D8vM3H 2O00'-4" flowllne,2000'-4"ply gas line
W8D
9/24/2019
9/30/20i9
$
23,9T5.00
David !3.
Oxy
.411141H 2400'-4"poh► flowline
$
21,OOO.DO
OxY
Ratliff to SELU 3000'- 4"LPFG 3750'- 3"HI�FG 23N
10/1/2019
$
17,400.00
David B.
Silver Creek
SELU #248
Bl� '- 3" ��' 26c1
HW 125
10/7/2019
10/11/2Q19
$
$
54,650.00
Eddie T.
Oxy
110' -12" road bore
BRU 4200'-16"IPFG Gas Line
10/11/2019
$
39,6SO.00
9,817.50
Javier F.
Jimmy L
Oxy
39c1
NDU 514 H 3670'- 4" Zaplok
10/22/2019
$
116,235.OQ
David B.
Oxy
Oxy
WE#69 #298 8430'- 3"iPFG 1Q4'-12"Stl 70c1
CLU sat 18 floyvlines
1p/22/2019
10/28/2019
$
$
19,3%.00
6911S9.00
Timmy L
J#mmy L
Walsh
4510`- 3" LPFG 24N
Thelma Nelson #5H 2210'- 4" Paly flowline 7e1
11/4/2019
$
3019S5.00
David B.
Walsh
Oxy
Pharr #1H 3000'- 8" pol
11/11/2019
I
$
18,139.54
Jirrrmy L
Oxy
CLU Sat 18 4650'- 3"& 44 LPFGrgp 2"Bore 3icl
Sak Creek #C320R 3450'-
uine
/11/2019
�
$
30,281.25
58555.00
Timmy L
E*'''ie T.
Oxy
O
3" zaplok surface fiowline
Soft Creek #E329 28Q0'- 3" zaplok surface fiowflne
il/26/2Q19
/ / 019
$
12,810.00
I y 1"
xY
Bilox# #1H gas/flowline 6760'- 3"& 7060'- 4" Zapfok
11/26/2019
$
10,633.00
Timmy L
Oxy
SRCU #5511 1750' - 3" Zaplok
1 2/2/2019
$
60,494.00
jimmy L
Oxy
SRCU #5512 2300' - 3^ 2aplak
111111111
12/11/2019
$
6,615.00
addle T.
SCFU #C710 320' - 4" Zaplok
12/11/2019
$
9,540.00
)avid 8.
Oxy
Oxy
Tupelo 4100' - 4" Zapfak Flowlihe
12/12/2019
12/u/x019
$
1,280.00
addle T.
Oxy
GU Wilder 5100`-3"Za fo "HPFG, 38c1
$
21,8S4.00
Tupelo 160'- 4" & 960'- 3" Zapiok
12/17/2019
$
43,380.00
12/31/2019
S
9.049.00
Total S 2,966,501.83
Date
12/31/2018
Foreman
Company
Jobs in Progress
David B.
oxy
you vs N I,- z"
Amount
invoiced
Eddie T.
Oxy
SELU CO2 Expansion$
17,500.00
Alfredo
Oxy
WRKM 002 F.xpan UM
$
533,000.00
$
144,752.00
Richard R.
Jimmy L
Oxy
WODC vow, - 2"thru 6" In ection Unes
$
$
340,000.00
182,000.00
$
142,553.00
$
76,98S.00
totals by Crew
Eddie T.
u+iz/Alfredo
Oxy
ieve[land Area Pipeline Project
Invoiced
Levelland Area Pipeline
$
755,285.00
David B.
OXY
Leveltand Area Pipeline Project
$
797,241.75
Richard R.
oxy
Denver City Pipeline Project
$
62205 11.10 ,
Jim= L
Walsh
Walsh Plains Rowlines
$
866.G83.10
Total $ 3,350,817.70
Hourly Work
Welders
Oxy
Chase, Mary, Woodrow
Welders
Oxy
Cory, Andy, victor, Blake, Crey
Completed lobs
$ 'O0
Daily
Eddie T.
Oxy
WSDU Header 3A fast 10,450'- 3" LPFG 21 d
Date
Invoiced
Lui; L
Oxy
WSDU Header #1 East 17,690'- 3" LPFG 48d
1/10/2018
$
51,154.50
Eddie T.
Gxy
WSDU Header 3A North 8290' - 3" LPFG 42d
1/23/201$
$
92,788.50
David B.
Lutz L
Oxy
III
WSDU Hdr 1A 3640'-2o" LPFG 33d W.16" Bore
29/
2018 1
/ /
S
$
51,121.50
59,268.00
Richard R.
Watsh
WSDU #11$0 1540' - 3" LPFG 16ci
Goog ns 8Qa0' - 8" poly
1/30/2018
$
11,871.o0
David B.
Oxy
CLU Inj 3700'-4"& 5540-2"HPFG, 2401- 4"Steel,
�8/2018
$
90,750.00
Richard R.
Walsh
45c1
Sawyer Flowiines 10,400' - 4" Poly 4d
2/16/2028
$:23,640.63
73,377.00
Luiz L
Eddie T.
Oxy
Oxy
WSDU Header 2 12,280=3"LPFG 240'-12"Bare 23d
2/22/2018
2/2z/2018
$47,600.00
$76,224.00
IAIRiCM lnj 4200`-3"& 5300'-2"HPFG,100' 8"bore,
Richard R.
Walsh
lOid
WBD SWD 2200' - 6" Poly 2cl
RB/-2018
384,455.OD
Wiz L
Oxy
WSDU Header 2 22,970-3"LPFG Sid
3/2/2018
$
Richard R.
Oxy
SLA #327 4200'- 3" Zaplok 25d
3/14/2018
$7,633.50
David B.
Richard R.
Oxy
Walsh
WSDU SB1 2120'- 8" FG Gas line W-12" Bore 23d
3/19/2018
3/22/2018
$
$
31,890.00
David B.
Oxy
Hu fines & Cochise Batteries 830' .{^
3/29/2018
$
32,154.00
12,289.79
W. Welch #4966 is00' - 3" LPFG
Lutz L
Oxy
WSDU Hdr 2 17,870`-3" LPFG SW
a/Z/2018
$
4,200.00
Richard R.
Eddie T.
Oxy
Oxy
LLU [o-oP #5,24,25,26 5360'-2" HPFG 60 -6^ bore 21d
4/1/2018
/1/2018
$
$
$4,757.50
Richard R.
A.CT.
WSDU hdr 4 90So' . 8" LPl`•G 63d
1st Invoke 7S00 ft - 4"& 6"
4/2S/2018
$
39,814.00
110,810.00
id B.
It"le 7.
Oxy
Oxy
poly
WSDU V5 A & B 3720-2"& 478D'-4" Steel 84c1
3/1/2018
S/8/2018
$
$
71,718.75
WSDU SB3 410- 8"LPFG Scl
95,342.00
5/17/2018
$
$,342.00
David a.
Richard R.
chard R.
Richard R.
Richard R.
David B.
Richard R.
David B.
Lutz L
Richard R.
Richard R.
Eddie T.
David B.
David 6.
Richard R.
Richard R.
Immy L
Jimmy L
Jimmy L
immy L
Eddie T.
David B.
David B.
die-,-T
mm��
Eddie T.
Alfredo R.
Eddie T.
Jimmy L
David B.
Richard R.
David B.
Eddie T.
Alfredo R.
Alfredo R.
Alfred R.
Eddie T.
Eddie T.
Eddie T.
David 8.
Eddie T.
lmmy L
Timmy L
Ufredo R.
-'edo R.
-jjrny L
lavid S.
"�]►
A.C.T.
WSDU VS E & F 1770'- 2" & 4360'- 4"Steel 30d
Walsh
2nd Invoice 790a'- 4"& 21,700`. 6" Poly 240'-16" Bore
Dianne Chapin #2 2930' 4" Poly lci
Walsh
Dianne Chapin #3 2930' 4" poly icl
Walsh
Dianne Chapin #4 29W 4" Poly 1d
Silver Creek Vlrgel to Geronimo 100' -12" Road Bore @ Bledsoe
Walsh
WBO SAU 2875' - 4- Poly 4ci
y
D"N
WSDU VS B 800'- 4" Steel 200'- a 4el
Walsh
WSDU VS-0 4300'- 4" & 4870'- 2"Steel 99c1
Chapin #3 3100- - 4" Poly
Walsh
Chapin #4 31W - 4" Poly
WSDU VS7174Q -2"& 1023(r-4-$t1230'-S"bore 100d
Walsh
Chapin #3 40'- 24" cr 175 bore and casing
Walsh
ZC.T.
Chapin #4 40'- 24" cr 175 bore and casing
Final 9,950'-4"& 16,970'-6"poly, casing, hydrovac
OXY
] WU 1S6A 750Zapiok Fbwrline
Walsh
Davis #2H S500'- 4"pay Flowline &Gas Line
Walsh
Caldwell #iH 5250'- 4-Poly FIowllne &Gas Line
Walsh
Davis #3H 3800'- 4" Poly Fiowline
Walsh
WBD SAU 2H 73W - 4" Pay flowline and Gas line
Oxy
WSDU 8 yards asphait repair
Element
Martin Co Water Line Lamesa 12,100' -Ditch
Element
Martin Co Water Line Lamese 1,325' - Ditch
Silver Creek
HW 219212V -10" road Bore
Walsh
Higginbotham #6 7150' - 3" FG Fiowline
Y
WSDU V�A230'-2"& 120'-4"HPFG 23d
�1►
WSDU V'-2"& 600Q--4"Steel,80'-8Zre,62ci
Oxy
WSDU VSB 28SO'- 2"& 2700'- 4"HPFG 3
Walsh
Brahaney iH 8840' - 4" Poly
Oxl►
WW U vs) uoa- =-a no'- a w, 274a z-s 1o4a'- 4-sd, W bore, Ur
�y
DU #4768 3290'- 2"Steel & 2"HPFG 46c1
Walsh
Plains CR 270 75' -12" Bore in rock
Silver Creek
brans, hw 1169 90' -12" Road Bore
qxy
WSDU VS H 3360'- 2" & 3430'- 4-mil 56c1
YE=
WSDU VS G #72 1680' - 2" HP FG
NY
WSDU VS 1 #120 600' - 2" HP FG
)Xy
WSDU VS C,D,E 4630'-2" & 1950`-4"HPFG 32d
)Xy
ISLA#341H 1500'- 4" Zoplok 13c1
)Xy
ILLU Ellis and West Ave 16W - 6" Bores
vxi►
SEW #326 ZS50' - 3"LPFG 17d
Walsh
Gusher 3900'- 4" poly 7cl
Walsh
Sawyer Road Bore
Ol/
WRKM #72 #327 #303 7S70'575FG 36d
Oxy
WRKM #80 2,000'- 4" Steel 19d
Walsh
Cohagan Heirs 1H 2960' - 4" Poly 2ci
Silver Creek
16ledsoe hw 125 12" Bore 105'
-r'vI,waa
5
173,336.25
6 ------ $
$
13,379.54
6/7/2018
$
13,379.S4
6/7/2018
$
13,379.54
6/9/2018
$
8,712.50
6/14/2018
$
28,096.49
6/19/2018
$
19,100.00
6/22/2018
$
306,S64.00
6/26/2018
$
16,335.94
6/Z6/2018
$
16,335.94
6/29/2019
$
155,649.00
7/6/2018
$
5,142.50
7/6/2018
$
5,142.50
7/9/2018
$
152,484.69
7/2011,
$
2,650.00
j7/15�/20U
$
30,679.697/2018
$
$
E23,41.417/2018
21.88
7/24/2018
$
44,970.32
20/2018
$
4,000.00
F/
7/27/2018
$
19,762.50
E018
$Z�11.72
2018
$
9,562.50
1012018
,785.00
!8/2018
,775.00
t5$49,310.63
10/2018
.3/2018
$
S4,790.00
7/2018 $ S3,617.00
7/2018 $ 11,634.38
2/2018 $ 8,032.50
1/2018 $ 60,795.00
$ 7,200.00
_$ 99,830.00
$ 19,350.00
$ 34,345.32
$ 10,285.00
$ 46.692.58
$ 22,737.50
$ 9,371.25
No Text
Date
12/31/2017
I:oreMan Company lobs in Progress
David B.
Oxy1Nsou
Gas Uri"
Amount
Invoiced
MY
WSDUI Injection Una
Lutz
Lutz L
OxyEddr
1Alspv
Totals by Crew
T.
Oxy
Levelland Area pipeline RrvjM
Invoiced
Richard
Rrd R.
Oxy
Welch Area pipeline Prnjeel
$
970,612.0o
Is L
Omf
Lev�ellaad Area pipeline Pit
$
419,476.00
David B.
Oxy
Leveltand Area Plpellne Project
$
834,274.50
$
752,227.75
Hourly Work
Total
$
2,976,59R25
Weirs
MY
Randall, Chad, Marl, Ci�arile. Woodrow,
welders
Oxy
dory. Andy. v�r,Vinoe,David,
$ 31000.00
Daily
Completed lobs
David 8.
E7xy
sundown Unit 7390 ft 2" steel 62d
Date
Invoiced
T.
rard R
Obey
Oxy
14.59r-3"LppG x00 =12"Bone 33d
Cedar
�017
1/13/2017
$
S
GS,526.00
Ridrard R
Oxy
Lela Collett 5 790 ft 3" LPFG 2d
Cedar take Cotlettt 917
1116/2I117
$
75,945.50
5,%3.00
Rtdeard R.
4xy
1900 ft 3" LPFG
Cedar Lake Collets 918 670 ft 3" LPF6
1/16/2017
$
10,770.00
Rkhand R.
Oxy
Cedar Lake Collett 919 1O ft 3" LPFG id
1/16/=7
$
4,489.00
Ltik L
Oxy
Sf:W 910E 97S ft 2" Steel 7d
1/16/2017
$
00
Eddie T.
Walsh
Byrd 308 Plains 160 ft-160 Road Bore
2/1/2017
$
91M.00
Richard R.
OXy
S. Welcie 9270E W 10" Bore
Z/6%fQ17
$
1GA90.00
David L
OXy
Sundown Unit C+D2 In] 11,560 ft 2" Steel SSd
217, 17
$
SA39.50
Eddie T.
David B.
OXy
SEUf f mihm 23,14d-3"EPFG i0D'-8"lfore 63d
�15 7
3%�i7
$
97,67i.00
Lentz L
Oxy
5erndorrm Unit CO2 IN 9,W. - 2" Steel 33d
SELU
3/3/ 7
$
$
i13,7o0.50
78,180.00
Rid�ard R
Obey
flawiines 23,31W-3" IJ*6 uY.ig- Bare S2cl
Boyd
3/7/1017
$
3570 ft 6" Steel am
119,Mid
David B.
Sundown Unit 992 510 ft 2" HP FG 3d
3/30/2017
$
48,874.50
Lutz L
SEW ft wtlnes 8010 ft 3" LP FS 24d
3l23/2017
$
3,586.y0
David B.
SEW CD2 Inj #373 0374 #37S 36W 30d
31`31/20i7
$
4Z,gg p
idwrd R.
Oxy
GM1C Gas Linea surface 29211 �c
4% 017
$
34,740.00
D
David B.
Oxy
WRlfM 9142 & 9143 reroute4/7�17
202V 201 HP FG 26d
$
9,15L00
Eddie T.
Lulz L
�Y
SEW CO2 In) 11,75W-3" 5,M,.2" Steel 169d
4/18/2017
4
/24/2p27
$
$
13,047.00
Richard R.
r
SEW CO2 IN 11,M-3" 2,590 r Steel 69d
5�17
$
175,074.SQ
yid B.
SEW 002 Irrj 326W . 4" Sheet W - $" Bore 18cl
Sundown Unit #101
5/3/2017
$
MA20.00
41,25&00
I.. le T.
Oxy
6W-2w HP FG 9d
Sundown Unit Road Bores 721- 8" & 72--18"
5
$
5.040.00
S/4/2017
$
glass&00
Emn" B.
David B.
'DxV
IillaHh
TOW Unit V%�%-i"�P�y1
Plakrs'�"N+ i7d
NeboO ZM
S�/2017
$ A,
told B.
i51t 24' Rom Bore
Byrd Z77 IH 85 ft 24" Road Bore
5/i6if�Qi7
$ 9,681.2!
Richard R.
Lutz L.
Oxy
1AI5QU FlowOnes 19,010' - 3" LPai'i 27d
20/2Di7
$ 11,198.7;
EddieT.W-MmInes
16SDU p 11,560' - 3" LPFG 31d
6/9/2017
6/t9/Z017
$ 96�
d B•
Obry
SELU I168 869 870 - 3" iPFG 65d
443�0 =2" HG
%/miI
$ 63,73Z.0[
$.952.St
ddrard R'
Rchard R.�,�"
Oxy
ZId
INSOU fines 14AW - 3" LPM 20d
6/28/2017
$ 31,294.Sa
:ddle/Laiit
Bowline
7/5/2017
$ 69 738.0Q
ddiejLuiz
nes 24,Q�0-3" IpyG, 200•, iz
. "� 52d
7/3/2Oty
$ 3,584.p0
Qrcy
WSDU Flowlines 22,140'-3" LPFG, bid
7/17/201I
$ 121,802.50
dd1e T.
OxY
Sundown Unit 8104 & 8105 90(r-3" LPFO
7/�/Z017
$ L22,106.00
�avld B.
IdzIRdkird
OxY
1
LLU 8S17 14� =2" MPPG & 3" Steel iSc�
7/19�7
$ 7,495.00
Oxy
avid
avid B.
WSDU Flowiirm 9760' 3"LPFG 47d
7%/2017
$ 18,iS4.00
avid B,
Oxy
L1U SB 290 4d
$/?,/2017
$ 57,402.00
Mid B.
O cV
Berry Wik+ooton 610 - 4" LPFG !I Bne 2d
7
$ 10,260.0o
avid B.
Wam
r/�vis Plains ib0'- 24" & 7S'- 6" Road Bores
8/8/2017
$ 4,722.So
chard R.
�1►
SEU #&8 900�- 3" LPFG 18d
8/1d/7
$ Z0,867.50
Idle T.
Oxy
WSDU Ines 15,730'-3" iI�FG iS0 =12A Bore 41d
�0/Z017
$ 8,235.00
ti L
Oxy
WSDU inj 86S 5350'-4" HPM 38d
B/VM7
$ 93,192.50
mid B.
Oxy
WSDti Fkwlirrss 10 ,560 =3" LPFG 160'-22" Bore 24d
8/u/2ot7
$ 50'"0.00
the T.
mil/
S. Welch 82706 7,770 =3" HPFG 44d
9/1/2017
$.424.00
rid B.
Oxy
Ysuta
WSDU 8210 1120'-2" 25SV-4• NPFG, 40',8"bore, 51d
Derwer
g /7/2017
/1 17
$ 71,M.00
die T.
city CR 435 100 ft 8" Road Bore
$ 42,178.5o
die
Oxy
WSDU 837 to 8106 2010' - 4" HPFG 14d
9/13/2017
$ 5,31250
T.
Oxy
SEU 8Z-123 3420 ft r UVG S2d
17
$ 18,%4.00
z L
Oxy
WSDU Ll186 8i 8167 6M, - 3" L,PFG 32d
10/10/2017
$ ?.$,833.00
IL
Oxy
WSDU Header 82 flowlines 16,7.60'-30LPI:G
10/u/Z017
$ 40,638.00
rid B.
B.
Oxy
40d
WSDU Her in 5,200 -u " 10 FG W-20 bore 48d
10/30/2017
$'87,012.00
old
�
WSDU Header 2 gasline ZOSO=1Q"LPFG 7d
11/ 1 7
$ 83,380.00
har
hard It.
Oxy
IIICFU 8121 52&-4" 7aplolc
il/13/2017
$ 29,026.00
WSOti Header 4 Gas Line 400 R 10" LPFG liq
11/�%17
$ 2,340.00
d B.
Silver Creek
Bledsoe 90 R 8 Rafted Bore
u/17/2017
$ 7,030.00
ie T.
2ff
LLU LJ852 13001- 3" LPFG 8d
11/15/2017
$ 4.781.25
i@ T.
OxY
uu 8847 700' - 3" LPFG
il/17/2017
$ 9,193.00
le T.
le T.
�Y
Oxy
WSDU Header 3A 16,840'-3"LPFG i70'-12" evre 3Zd
11/17/2017
11/17/2017
$ 4,75S.00
83
LLU 017 6S0' - 3" Zaplak 3d
$ 100,186.00
Id B.
Waite
Plains SW - 24" Road Bare
11/22/2017
$ 5,162.50
L.
WSDU Header 2 North 21,2ZD -3" LPFG 44d
100�17
$ I0,ZB5.00
d B.
fnergen
Whiteface Unit 2,$$0'- 3" HpFG
12/8/2017
$ 107,697.00
d B.
Oxy
WSOU Header 3 2.3W-12" LPFG 27d
12/WM17
$ 22,95(L00
e T.
Oxy
S'ELU Sat 1 4800 - 3"& 6"1PFG 100'{"& 12milm
i017
$ 40552.00
38d
12/19/2017
$ 67,220.00
Total it 2-976 can ;i
Foreman Company fobs in progress
Richard R, Oxy Cedar Lake flow thm 5150 R 3 u—%
David B. Oxy Sundown Unit CO2 ln*tlon 60,OODft 2"& 4" steel
Wiz & Eddie 4x]I SELU 135,00 R 3" LP FG Fiowllnes
Luis L 0xy SELU 9,300 ft 2" Steel CO2 Inj Llrtes
Totals by Crew
Eddie T.
utuit
L,eY,aArea MLejIne Pro
Ridiard R.
oxy
Welch Area Pipe me Project
Lulz L
Oxy
Le"Nowl Area Pipeline project
David B.
CWV
d.evselland Area Pipeline Pr ect
Albert T.
Bar+es
Varies Road sores
Work
Welders
—�.
Oxy
r ay %na% �ry�, Charlie, Woodrow,
i~or y, Andy, Vietar,Vinoe,MWW,
Completed lobs
Wiz L
Oacy
ODgWUNUG 2,486'-3" Zapiak
Linz L
Oxy
DU Kline 057 ft - 20 & 3" HP FG 59d
David B.
Oxy
LW Pha 4 G02 8257'-2" 4150'-4"steel. IW-6"bore 63d
Eddie T.
ONY
CA4U 8261 875 ft 2" HP FG 10d
Rldwrd R.
Oxy
DU loop line 4310 ft 6" HPFG 27d
.ulz L.
DU #5420 3550 ft - 3" Zapdpic
Elbert T.
Slwwndoa
Post HW 669 200 ft 16" Bore
tibert T.
Sliver Creek
Delothe Erand CR 60 R 8" Bore
.ulz L
Oxy
Cedar lake #705 204V 3" LPFG 13d
:idle T.
Roydada
Water tine Rn d Pay Est 3M ft 8" & 10"
Word R.
Oxy
YWCU 94712 & 4714 11,071 ft 3" Zapk*
ddie T.
Oxy
LLU Pha 4 CO2 12 77S-3"LPFG, 2W_24"bore, 37d
ulz L
OnY
SLA #334 3"0 ft 3" LP FG 44d
:iehard R.
Oxy
DU Battery 3 4,263' 12"LP FG 41d
avid 8.
0xY
LW Pha 4 CO2 13,916 "steel 100'�8"bore 66d
�Y
C114U #396 2530'-3" Lp FG Sd
date
Amount
13 0
MOO
Total
3,000.00
Date
3/U/ZMG
12/31/2016
Invoiced
227,933.0[
Invoiced
1,398,393.60
689,981.25
623,599.90
926,533.95
Daily
Invoiced
$ 7,%5.80
5 5S,187.SO
S 10,727.50
$ 26, MOD
$ 3,952.50
$ 15AU.00
$ 97,054.00
$ 32,363.80
$ 116,499.75
S 3Q478.SO
S 87,555.SS
S 130,844AO
13,153.50
Lutz L
Ridnard R.
Oxy
Oxy
Lonesone Dove #2 780 ft 3" LPFG 19d
()DC
3/1S/2016
$
Disposal 2,131'- 8" Zaplok 130 ft 12" Bore
7,362.00
ill
LW Pita 4 flowiiees 17,340 ft 3" LPFG S8d
S
DU In 11198' . r' 1480' - 3" HPFG 32d
'
Lulz L
Cedar lake #713 2920 ft 3" LP F619 d
4/1S/2016
$
26,161.OD
Eddie T.
Oxy
LLU Pha 4 CO2 13,960 ft 3" !P F6 58d
4/15/2016
$
24,919.00
Luiz L
y
Cedar Lake #714 630 - 3" L PFG, 22Q'. 3=y
4/15/2016
$
93,817.00
Eddie T.
Oxy
,
LW Pha 4 flowunes =3,210 It 3" LP FG 41d
4 12016
$
8,144.00
Richard R.
Oxy
AICFU 1572 ft 6" HPFG 20d
/2D16
$
72,M.50
Eddie T.
Oxy
M A #33S S400 ft 3" LP FG 62d
/�16
$
19,363.20
David B.
Oxy
LLU Pho 4 8as line, 7430' 10"2aplok,100'-16"bore,
4'/26/2016
$
41,580.00
Lutz L
Oxy
Sld
Cedar Lake #M 1020 ft 3" UWG FloWine Sd
4/29/2016
$
129,121.50
Lunlz L
Oxy
Cedar Lake #39R 1326 ft-2- Steel
4/29/Za16
$
10,839.00
Wiz L
Oxy
Cedar Lake #716 3880 ft -a- Uwe 18d
5/16/2016
$
15,97&30
Richard R.
O ry
PCCU Hdr 2 3128 ft - 4" HPFG 3Sd
S/16/2016
$
39A4&00
DavW B.
Eddie T.
Oxy
Oxy
LLU Pita 4 7,115 R$" LPFG 100 ft -16" 6or�e S6d
5/i6/2016
8/81/2016
$
$
41,479.00
t,uiz L
ill
S.U. Flowiines 32,140 R-3" LPFG, 140 16 Bore, 48d
6/7/2016
$
98,701.25
174,383.D0
Cedar Lake #312 1390 ft 2 Steel 2d
"
Richard R.
David a.
Oxy
Oxy
PCCU Hdr 1 7,305 ft3" HPFG, 7S'-12" sore 36d
�
6/8/2016
6/u/2o16
$
$
13,670.50
Sundown Unit 12,020 ft 3" LP FG 48d
84,573.73
Eddie T.
Oxy
Sundown UnR 24,080 ft 3" LP FG 37d
6/2.9/2016
$
73,387.00
Richard R.
Oxy
WODC #489, #111. 5742 ft 3" Zaplok
7/1/2016
$
123,180.00
David 9•
Oxy
Sundown Unit fkflnes 11,140 ft 3" LP FG 36d
7/11/2016
$
17,GS2.60
Wiz L
_
Qxy
S. Wekh320'-2"1660'-3"5020'�=HPFG 90'-12"bore 60d
7/19/2016
$
64,863.Qp
rd R.
Z�%ard R.
Oxy
Oxy
WODC #176, #M #317 4723'- 2" HP FG 9Sd
7/W/�6
8/2/2016$
$
90,003.00
WODC #543 2770 ft 3";Z p
44,794.10
addle T.
Oxy
TWriliey Al 1973'- 4"poll► flowllne 2d
S/8/M6
$
9,341.00
zddie T.
Oxy
Sundown unit 37570' 3"LPFG,7W-X" 140'-16 bore 143d
l /
$
14,618.75
lavid B.
Oxy
Sundowrn unit 4300'-12' LPFG 33d
/ /201 6
$
22S,917.502016
Uftrd R.
Oxy
WODC Sat L 312S ft 8" Zaplok
8/17/2015
$
75,460.00
uiz L
Oxy
LLU #439 12W ft 3" We 7d
8/17/2016
S
24,742.W
tiehard R.
Oxy
NE Mallet Batt 49 20 W - 4" Zaplok
8/ /20a 6
$
8,430.00
'ek t~
OxY
SEU #8.3 1750 ft 3" LPFG 7d
8�/2ms
$
8,S87S0
Eddie T.
L
Oxy
Sundown unit ArMines 6570'-3" LP FG 34d
s/8/2016
9/22/2016
$
$
11,812.50
.uiz
3ddie T.
Walsh
Oxy
Thelrrna Nelson 80 ft -16" core
WSDU #72
g/�6
$
39.616.50
g,160.00
addle T.
0xy
1560 ft 2• HPFG 14d
SEW Trunkline QW-10" LPFG, 7046"bore, 25d
9/�/Z016
$
11,694.00
tidrard R.
Oxy
S.Wekh Flovrlirnes 9810'-3"LPFG 4pd
10/S/2015
$
64 ,930.00
iichard R.
�1►
HT Boyd RCF 1215 ft ditch for fiber optic cable
10/6/2016
$
55.301.00
addle T.
Ritter
LW 140 ft 120 Road Bore
10/6/2016
$
4,070.?S
mit & Eddie
Oxy
SELU Flowlines 24,910'-3"LPFG 7S'3"Bare 72d
10/14/2016
10/24/2016
$ 3,500.00
)avid B.
Oxy
Suedotwn Veit 10,180'- 4"Steel, 80'-12"Bore 83c1
$ 136,317.50
ulz &Eddie
Oxy
SELU Flowlines 11,940'-3"LPFG 150' 24 Borp 43d
"
10/��6
�/2016
S
$
125,618.00
;ithard R.
►avid B.
Oxy
Sr Welch 16rS10 ft 3" LP FG 60'-w Bore 22d
11/14/2016
$
87,204.00
Oxy
Sundown Unit 6,440 ft 2" Steel COZ Lines 20d
88,i52.00
ay •
OXV
SEW 4770 ft 2" Steel 32d
11%2112016
$
$3,040.00
r•
OXY
ISELU Trunldine 2953 ft IV LPFG SOd
11/29/201$
$
44,$68.00
11/Z9/ZOZ6
$
47,217.85
lowl
LS
os`t"I'mi
la
i s along uUn uhm"nszi
9M..9 ALVST sr'�r'sa�a mas tico 10w
I.E-,OLL'Zt sauS,KoyM� ►xo -a l
tart sin Qs m oz a sm n-ni zi
Foreman
Uis
ddie T.
ichard R.
avid B.
L
orn
Eddie T.
iltili
SRL
Foe V.
welders
We m
Uchard R.
oxy
oei L
pxl/
:osle L
pZy
iavid B.
ddle T.
pxy
khard/Joe!
Qxy
tdhard R.
pry
rile L
My
uie L
ndd B.
Neal Farms
Idle T.
MY
II S.
0XV
►bs in Pro ress
Ka1ne 4250 ft 3" HP FG
081161 2600 ft 3" Zaplok Flmwine
b k 8' a 10' water Une
Loop Line 9000' . 6" NP FG
Pha 4 4200'_ 4■ g� 2i,00p'_ 2' Steel and Bores
wars oy crew
Denver lily Area pip ProjW
��Y/Sndown water p�
Denver City gr�ea p�p,e� P�
Le+reiiland Area pipeline Project
Levelland Area Pipeline proj�
Denver MY Area Pipeline Project
rlourlY Work
Hpvrfy Gam
Randan, lltad, Jody, . Charlie,
Woodrow, Andy
completed Jobs
DU MD 04 7180 = $' Lp�
N52R 5225 Ft 2' HP FG 26d 4' Pah►. 90d
wgf
DU balls Phase 2 10A"' 2"& 3' lnj ilrws 151d
AE Coe Inj 3300'-4' 9950=2" HPPG IIIIIIIIII ',8
80"bore 45d
Cedar Lake 0614 & 06i8 7890 =3" LP . 39d
COU 01607 7 01908 3710 R 2' HP FG 17d
DU Batts Phase 2 7,393 ft 2'- 4' Steel and HP FG 67d
DU Bat 5 Gas Line Mitt6' Poy 20c1
Sundmn Unit 11,000 fit 6' LP FG 75d
WROA Sat 4 1385 ft 4' LP FG 14d
Hw 1585 & dt 95 farm :ILM it ditch and blade worts
DU 084i7,8425,842g 8,0Q2 III=2"IIIg� 3'inj rues 36d
NWMU Sat 23 $E 3 11,780'.{" IPFG 190 =3D" bore q6d
date
Amount
$ 40A
250AW.D0
Total
Date
890 00
4,000 00
12/29/2025
Invoiced
H
Invoiced
S 160,082.13
$ >iia3,o92.40
$ 813,961.40
$ 70Z267.64
$ 530,256.55
$ 276,939.00
Invoiced
V7 137,4s2.50
a 90,017.50
$ 61,937.00
$ 27,179.00
67,SM410
$ -14,492.50
1(Q2,525.00
S 11.931.25
i 2,97S00
.
72,149.90
115,802.00
r F. pxy MFDU 016 5
T. +�1; 3" Eddie TMPFG in rock
F 94d
� DV Batt 1 Rhaae 4 g _ flowlines 28,930 f! 3` 2ap� �/ZOiS $ 67.40I.SG
� Fadoeh A6 262q ft 3` k / /2D15 $ 87,049.00
_1e L OXY NEMU to CNRI 3/27/2015
�' K. 5ta►anson Farm 842fi Aft"All HR PG 6Ei' 10" Boer 4$rf 4 $ 7,93Z.20
Richard R. Ant" 65 ft -12 Raad Bore pn Sheri Rd /1/ZD35 $ 00
DU well #2625,s52$,5529 10,174 it 3" Iaplok �
L $ 3,640.00
Rolle O�ty SELU lnj Lines 85' - 6` Road 4/1/2015
David B` Oxy pDfr#122 $ #312 � "� HW 303 $ 35,038,05
3096 2 HPFG 42d �2/20i5 $ 3,825.00
crier F. Oxy CRgI #1115iR 8e 4/6/20iS $ 27,533.20
i3avid B. 4220 ft 4" Poly FbwHne
Eddie T. West Welch HW 137 Road BM 108 ft of ib" � .20 4/T/2015 $ 17,128.00
WSSAU #3a1 ups It 3" Zapla $ 10,465 r F. pxY 4/14/2015
David B. pxY AtCI #43 R #604R #605R 5,574 ft 3" Zaplak $ 4,232.00
Rorie 1. ft 3 LP FG 34d 44/2� $ 71.70
Eddie T. S�Phens°n #1 3,350 ft 3" EP FG 64 ft 10"call 2.25
WSSAU #u0i 2,275 ft 3" Zaplok 42d 4/23/20iS $ 27,098.30
Eddie T. Oxy WSSAU RTl & Ci'l 3,69p ft - 4" 4,660 ft- 3" Zaplok ��015
Richard R. f]xy DU Bat# 5 9,231 ft 2"& 3" lnj tires, ua' 8" Bore 47 $ 6,955.00
Rldlani R. �2�2015 $ 29,986.50
acY willa,ti 133 � 1358 i732 =2" Steel d $ s2,zo3.m
crier F. 1A15SAU 116i3 3,?18 ft 3" Zaplok ' 1554'-2" HRFG 7ci 4/29/2015
David B. 4/30/20i5 $ 21,359.60
�1/ AICFU t1377 3,850 ft 3" LP FG lSd $ 9,79a.40
Richard R. Oxy DU we1187433 622 ft 2" steeIII' 5d l 4/3%015 $ 26,652.S0
Javier F. pxy 5/7/2p15 $
David B. p 3470=3"po1yR,6035'-4"solb,331.90
ufiorce,1185 =iaP S/IS/201f
David a. miter #i 4240 ft 4" LP FG 57d 5 18 2o1s $ 4i,97Z.00
1► MMU #i9 LM ft 2 HMG 6d / / $ 39,010.10
ward R. $
Y H►U/DU Prod 18,191=3` 7.aplak ua'-16" Bore, 2d 5//2015
t' AE Coe fh} 1310'-4,14330' 2`HPFG, 2i3'.12`Bore 6/t1J $ 72,919.ia Javier l : t),cy rdiah a,376'-4" " •41d 6/1s/2M $ 100,I.00
David 8. Oxy LLU #247� 244 -8 Bore, 9d 6/16/20y5
Javier F. OxY MFU #2i67.406,266, 3590'-2"1360'.3"Ni�FG 41d $ 61,41$.90
tchard R. 398�8 h 3 Zaplok 6/24/2015 $ 37,473.50
MIU/DU 817Z9,1T30,1731,i732 2S,397' .l '�L` $ 11,556AO
taste L t]xy ERKM Water tracer lie wok 6/�I� $ 75,116.60
"chard R. Oxy BRU #5411 RTP 265a ft 3` k 6" l:G 21d 6/3a/2015
:dale T. $ 32,235.0b
Y �r Fstlrnate #1 1a" Water line b/3a/2o15 $ 8,0M.00
avier F. DxY GDU 4m 2437' 2" HP FG 11d �/�2oi5 $ 13b,7i9.00i tichar4 R. OxY Willard unit 97 A 32M ft 3` 7aplgk 7/8/2py� $ W,487.90
)avid B. 10" LLU #706 3820 ft 3" iP Ff 7/10/2pss $ 9,880.00
David B. OxY LLU 45291520 ft 2" HPFG DU 12d 7/17/2a15 $ 25,598.0a
vile L, tbtY ERt{M Water transfer 4S10 R 6" LPFG I10-10"stl 50d 7I / $ 10-99&00
ruler F. � 7/27/2415
avid B. !hj �� 4" HP FG 13 d $ 46,053.00
�h LLU #540 858 ft 2" HP FG Sd 7/27/2015 $ ?3,277.00
idle T. Aberratf,y PaY Estimate tit 14" Water line 7/30/2015 $ 5,95L70
Idle T. 8/1/2015 $ 200,613.6D
avid B. pwxy A}(�U83 2680 R 2"Water line 8,/1/2Q15 $ 3
mie L HPFG 16d 8/13/201, 3,930.00
�Y AE Coe 15,870' 3"4"6" LPFG 111 16"road crossi $ 18,642.00
chard R. try Beds 63 2894 #t 3" Zapiak n8 3Zd 8,/21/2a15 $ 87,252.00
hard R. QxY DU "P" une 8035'- 4"$ 6" Steel 1259,8" 8/24/2MS $ 9,07&20
Walsh Gibson 4,628'-40 Po Bare 115d 9/2/2015
!v Water tine /3/=ois $ �'SD4.70
9
$ 38,439.69
dale T. Sundown
avid B. EsUnmft 82 6" Waterline
cLU Batt �198 20Ci0: t0" sch 80 9/1/2015 $ 80,109.00
dais T. Pat Estua
i t+e 83 FbM 14" W"w Tine 9/14/2p� 3 $ 41,163.50
le L +dam Oil
asle y 3'
-
y 4 .40
chard YWU 03704 74=2"HPG 12d $ S400
Idle T.
MIMI I 3221 ft - 3' k 10/8%2015 $ 6,873.30
Chard R. � ovrn ��� 83 6" Water Line � $ 9,993.80
Sat �2 3M -10" LPM 156'-10" Bwe 40d 0/t5/2Q15 $ 108.367.20
avid B. Oxy CLU an 1350 ft 3" LP l:G 9d 10/L9/Z 5 $ 62,915.10
nrid 8. icy AE Coe19 1075 ft 3" LP FG 8d 10/21/2Q15 $ io,747.50
Wild B. Oxy AE Coe #1
► Pvid $P &� 10/26/2015 7,691.25
SEU83-72 1603G
Lm 1D/ ,
hard R.Oxy $ 8190,00
fie T.IIIII 60"GWCU 8SSOrl 1350 it - 2" Staie�ss R 68ore 7d 11/9/2015
$ 32,539.00
hand R.
Y�da 1570 ft of 10" PVC water line Pay Est ft11/9/2D15 $ 48,26L50
Oxy DU 84344 3613 ft 3` Za0lolc 17,/16%2015 $ 11-OU,O0
s L axy WU/OaC 12AM R 2"& 3" lj lines u/16/20is $ 5,854.40
rid B. 4xy n12d -'ft* ier Unfr 2 wen #32 zi70' 2"HPFG i8d 1��I2015 $ 92.3o4.so
fd B. Walsh Mason A-1H 1800 ft dlt 1, and batkfill 11/18/2015 $ 15,77S.00
+id B, Wafsh Watson 2-H 1050 ft ditch and badcfili $ 5,33S.o0
le T. FkWdada 2450 ft of 8" & 10" Wake.. tine �/4/20iS $ 3,M.7S
le T. Sundown Pay Estimate #4 6"and 4" waternes #2/S/2ois $ 44,05S.00
L R, � VDU , canes 4$43 ft 6" HP FG 16d 9/ $ 66,us.s0
L 12%18/2015 $ 59,763.75
DC/WU �13• 4.813,817 13,300 -3" Zg/ $ 40.S82.S0
Total $ 3,677,281.64
if
lie
hard R.
L
rid s
er F.
M.
ike M.
E
Richard R.
Idle T.
I
David S.
David B.
R_M —
os L
![F
P
RidUa,d R.R.
r F:
�ylar F.
tichard RR.
ddie T.
David B �~
like M
osle L
'ard A.
�fe T.
��
=5
Date 12/31/2014
TOWS bv crew
Denver Aga �peline PIIIIIr+pjet#
Invoiced
y Area Pipeline project
$
237,310.24
Denver Cft Area �peiine Project
$
795,94S.35
Leveifand Area pipeline project
$
398,070.58
Welch Area Pipeline ftoje�
$
664,982.95
De+nner CItI► Area Pipeline Prpj�w
$
IS 5,550.45
sutratt to Danny Mfatsorr
$
62D,OSS.75
_
$
Tatal
256,891.20
�Rmpfeted Jobs
EAKM #3 24U ft 3" Lp FG 16d
Date
Invoiced
MMU #2 19M ft 2" HP FG 6d
1/9/2014
$
13,477.50
DU #4111 1799 ft 2" steei 002 Inj 5d
�g/2014
$
11,170.00
Lauhoff #3, 7, 5-A 3630 ft 2" HP FG 12d
T+IiO%2014
$
15,152.00
NYl1 Mallet #179 1600 ft 3" LP FG 7d
i%1'4%2014
$
20,110.00
MFU #175 3520 ft 4" 2aplock surface
1/16/2D14
$
9.640 .00
BRU MrnkliMe repiace 208 ft 10° Road Bone
1/21/2014
$
12,456.5D
LLU #833 L34 ft 3" 2aplodt 10d
�/17/2014
$
10,400.00
S. Wekh lej 3650 ft 2" HP FG sM
1/ /2D14
$
11,145.00
W. Wei #4972 310 It 3" Lp FG id
28/2014
$
32,685.00
WODC S.E. new dr1Ns 23,3q,3' 3" ZWOCIt 110' 24" Bone
1/23/2014
$
3,180.00
N1NCU #176-i79 21,111 R 3" Zapd
2/28
$
78,247.50
MR Barry tp Barry Unit 26M ft 4" LP FG Ud
2/4/2014
$
83,937.."
Went Welch #601 1460 FG 6SB
fe22[
9ta
4/04
0
20,455.WestW
Welch 2" d
ft 2" HP FG 2d
?/6/24ft
450
14,975.00Wet
11,820.00
West Welch 814111111 'S140 ft 2' HP FG 65 ft 8" bore ?1d
Tjrnw #404 3740
2/25/2014
2/25/2014
$
5.340.00
ft 3" LP F6 12d
aawaber #131,730 ft 6"
2/27/ZD14
$
$
36,M.00
347 ft i2" rand b111 I'llares
Willard Unk #6A 3905 ft 3" �k
2/26/2014
$
�.010.00
256,891.20
ODC SE i=lank RTP R CTP 15,62D ft 3" 2apiodt 7d
3/3/2014
$
10,623.50
OM SE Hank D*Wrj, 2410ft
3//33//22D01144
$
49,400.003ack5d#75
WU 2069ft"
32aplok
$
75,940.00
NWCU SAT B Trunkline 7,225 ft 6" Poly 70d
3014
$
5,494.50
W. Welch 0681 & #6810 5935 ft 3" 2aplodt wriaoe
3/7/2014
$
66,720.00
WU #159X 1664 ft 2" Steel
3/fiJ2014
$
14,837.50
LLU #427 5,050 ft 3" LP FG 30d
3/f 3/20] 4
$
13,552.00
#9bB 81Z it 2" NP FG 72o ft 2" Steel 4d
3/4fti 4
$
31,375.00
�WClI It[ St 2820 ft 2" NP FG 17d
3/26%2014
<<.___ _
$
8,832.OD
rticrsard R. O
David B. oDC # I529 R 3" Zaplok sd
R. WU Pha 4 7282 ft 2"? 0 ft 3" lP FG 12d 4/7/2014 $ 5,619.E
_.. Rorie L Oxy SIM *27 28 3 �# Bnes x6d 4/10/201$ 15,628.E
Eddie T. Oxy GU 2014 236S•S R 3" 3A z" HP q FG 34d $ 57,694.9
Rldherd R. 10d 4/10/2014 $ 28,7S9.5S
R.
Midland fanm g7a 7317 ft 3" Zaplok snriace 4 �/ 4 $ 911063.611
Ridhand U 1737 R 3" Zaplok /!S/?A14
Richard R. $ 21,Q33.6�
Rorie L 14C 1550 {t 3" Iaplok 4/3Q/20i4
1► LLU XSS2 ZS50 ft 3" LP FG 4/30/2014 $ 5,663.1[
Rorie L Suter fi4,9.17,g,3-31, 57�85 R 3" Zaplolc 49d S%S/2014 $ 5,120.00
Mike M. I SS7.So
Mike M. Oxy sRU N#47 2�2218 ft3"�Ia n 3700 R 6" steel 11d % 4/2014 $ 48,S56.25
Mlke M. airy BRU #4209 1150 ft 3" ...... $ 51,357.50
Eddie T. 4/2014 $ 7,653.40
Rorie LGU Sat G to F San ft 6" Poly 69 d 5/14/ZQ14 $ 3,945.40
Mike M. Steve farms dipch 3g40 ft s/14/20x4 $ 62 ZW.10
F.
BRU #3208 31" & 3" Zaplok flowrllne 5/19/2014 $ 10,244.Op
er Oxy WODC Cns 243Q'-4" 5/22/2Q14
Eddie T. Qxy BRU i13373 3650 ft 3" �.2"sd 700''-2"HPFG 70ri 5/23/ZQ� $ 9.892.70
Mike M. Qxy GU lnj Krell #1901 $ 94.448.75
David B. 12o R 6" Bone s/3/2014 $ 10,610.00
mil► S. Welch 240 = 3"HPFG gS4Q'. 6" HPFG S2d 6/9/20;4 $ 5,400.00
Eddie T. Oxy DU # I I i 0I i8434, 674511 0 ii,452 R 3" Zaplpk 6/23/2014 $ 1I5,884.00
er F Oxy YWCU 8,490 R 2" & 3" HP FG 84d11
7/11/2Ex4
Eddy T. � BRU #i3419 4475 R 3" Zaplok 7 15 2014 $ 34,570.60
4avid B. / / $ g8.346.SO
�1► Cedar lake #410 1525 R 3" ��� LP FG 22d 7/28/2014 $ 13,99LSO
die T. Oxy WSSAU 1532 ft 6" 7/30/2014
Tavier F. Oxy DU 5 #7449 2 �pAtrtd�e $ 14,483.75
Mike M. Bat01 8/4/2014 $ 9,024.20
Cedar lake #S2Q� 1325 R 2" HP FG id 8/i/2014 $ SIM80
David B. 8/8/2014
Richard R, 206Q R 3 LP FG 17d $ 9,012.50
kWeBRU 12,768'-4"sq, 111521-2"sti, 525' $" 5pm,111d 17,8q$.00
Awe L Oxy Q.0 to Cltatrlk Hil! 17,450 R 8" LPFG " 8/11/2014
vlikc M. oxy BRU Sat �2 z319 R 8" LP FG 29d 3 16 Bore Geld $,474.55
Juke M. 8/18/2014 $ 228,470.00
DU SWD 660 ft 4" HP FG id 8/18/2014 $ 34,558.95
miler F. Oxy DU salt 5 sun 0" 9 S/20/20i4
Wrier F. Oxy DU Bat 5 #8435 48548 #744$ 14,633' 3" > $ 8,451.OQ
8436, 8441, 8442 7447 20 763 3 8/u/2014 $ 43,897.40
avid B. Oxy S Welch Trct 6 to 15 2,675'-6" LPFG 50'-12" bore 23d 9/�014
avid T.
Oxy & Welch Trc .12 to 17-5 a (1 ft 6" LP 19c1 $ 6 'I Ar. 40
9/5/2014 $ 30,146.25
IIIIIII
idle T, axy IFA #96 244S R " 31'�plpk 9/9/2014
Idle T. Oxy► GU # 1901 #107 42704 9/10/2
2,121 R 2" HR 1`Cs 8d $ 10,4Q5.00
014 $ 7,821.00
we M. Oxy DUCRP Flare line 1195 ft 6" SII
teel 16d 4 $ LS.290.70
L On slaB'bter s Inj IC 2" 8c 2000' 4" HP FG 33d 9/IS/2M4 $ ZI,339.75
nrld B. Oxy W. Wekh #4513 " 3/ZS/2QI4 $ 48,i59.00
Tier F. 49! ft 3 !P FG 26d
�Y DU Bats 7452,7457,8437,85��$443 /2014 $ 36,675.00
ddSie L Oxy LLU 1l992 2170 ft 3' 7aplQk 13"V-3"zap 9/3[1/2014
pia B. oxy w weidh Aa12 & #2903 " $ a4,I44.Eb
4620 ft 3 LP FG 48c1 10/8/?.014 $ 6,856.00
hard R. Oxy DU Batt 5 in' 1Q568 ft 2 3" steel & HP FG 81d 10/9/2014 $ 35,022.00
e L � RL Siaa111fter Gas Li10/10/201q 97,252.15 Lard R. ne 6060'- 4" LP FG 75 = 8" BhKe $
29d !► DU Batt S #6455 #6456 15S'-2" HP M13g'_g"sd iQ/15/mYa $ 51,6W.00
� 10/22/2014 $ 2,720.90
avid B. SK Rogers 1Nfiitlrarral g"
vld B. Oxy W. W" #5305 #5308III 90 ft -12" 10/25
die T. Oxy T1A1[U38i5 8830 R 3" iP FG 18d 1 $ p,3SL8�
Aard R. '3'87.3944,�gg.4835.14279'3.zaplok 1p / $ 46'� 9(
DU Bat 5 #7454 258 ft 2" Steel 4d/i4 $ 43,101.2(
sie L 10/29/2014
� Mallet A #38 & #93 2250 ft 2" HP FG qd 10/30 2014 $ 2,84.9•iC
ole L MY Town Lot #12668 R 2 HIII P FG 9d 19 / S 14,377.M
ler F. Oxy7■MA839 1107' 3" . �phah repair 11/4/2014
Ile T. Oxy South W 2m 2 HP maw $ 27,698.20
arson I:lare 3250 R 3" Zaplpk 11/18/2014 $ 36,781.30
rtiard R. Oxy ou #8450 & #8556 M pbk 11/ig/2014 $ 10 o75.0D
Oxl1 3905 R 3 Ia 11118/2ota
14 HINQI #2041530 it T. 3" Zaplok S 11,51s.o0
NWCU #3$13 11/20/2014
yard R. ,3814,4711 11,410 R 3" ZaplQk $ 5.�5.00
DU SWD # 1 to 26C 4000 R 3" Zaplpk 1 /2014 $ 34,639.00
�r F' Oxy 1rWCU #2717 & #272p 1153 R 2" HP FG 22d 11/21/201
B' 4 $ 12,370.00
Qxy W. Wekh 6204 & 62g5 4840 3" Q 11/26/2024
e L UTG 60' 16 bore 28d $ 12,92$.10
AE Coe 243p'-4" NP FG 9000 x HP FG 3Od ui4/2Q14 $ 33,53950
e T. Oxy 1'WCU #180HZ 2270 ft 3" Ia1111'pbk=7/4/ZQ74 S 75,21moo
e T' Oxy YWCU 3718,3719 32/9/2014
T. .3720,3721,2716,2719 25,715 =3"rap 7,448.00
W 3946,4709,47xo,38t2A839 14,8W 3" ra u%/2D14 $ 77,072.00
T � YYIfCU 2604,2715,3723 12,743--3" Mplok 12Ig/2014 $ 44,170.00
r F. Oxy VWCU #372415pp R 2" HP FG 21d W9/2014 $ 39,580.40
B. Obcy W. welch tract 52 lnj 8850 ft 21/2" HP FG 47d �/11/2014 S 14,860,pp
M' Walsh Plains Road &m" =I-16a Bore, l6s"I Cut & Case �/16/2014 $ 79,807.50
B. � AICFU #100 2675 R 2" H 1 FG 21d u/19/2014 S Z0,859.54
TOXY1rWGU #4911 & 04912 5420 ft 3" Zaplok 6d 12/30/2014 $ 19,286.25
u/30/2014 $ 22,106.00
Total
7� 6 T Af
t.
Pate Intentionally Left Blank
Page Intentionally Left Blank
City of Lubbock, TX
Purchasing and Contract Management
Similar Projects and Reference Form
Please list three references of current customers who can verify the quality of service your company
provides. The City prefers customers of similar size and scope of work. Please do not use the City of
Lubbock.
REFERENCE ONE
Company Name: ____ PA e ly/ ZG
Address: `T Z Z Z 7k ST. 40 S JSOCK -K
Contact Person and Title: 2o IqA IL 9AJC�/�F�2
Phone: ' - Z411- 71 Zb
Email: L iA d*Jt . CQ
Similar Project: Year ZOZO — Za 2-
REFERENCE TWO
Company Name: PA+e,�cr/�
Address: JOtW_, G ST A zoo +e1GLo f o t
Contact Person and Title: I<� GLoo�� e�,, zse_
Phone: 906:'- 6,?0 - q/0's- Email: K6"VFG (� P, Ewa,,_ .Gor-%
Similar Project: Tepdo l..f bt Trc2r,^J S Year ZoZA__
/r+t rule/ftF.—TS
REFERENCE THREE
Company Name: 4 7-
Address: K/qS- AlWy 7'X 913-36
Contact Person and Title: sTeoo N 7—
Phone: SM _ - Z ,SOS Email: CLhMT _ 5570.A-1f, 0 . Coseri-
Similar Project: 5461-0 C-LDZ PIrEL/.ciff P20ZjEe:�_ Year. ZQ/Q- Zopq
Pate Intentionally Left Blank
City of Lubbock, TX
Purchasing and Contract Management
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Offeror
And Attached to Submittal
I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have
been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock,
I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock,
furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal.
CONTRACTOR'S BUSINESS NAME:
t,,uk
'e See 0 1 C 6
(Print or Type)
CONTRACTOR'S FIRM ADDRESS:
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this proposal and
award the contract to another contractor. If you have any questions concerning these
requirements, please contact the Director of Purchasing & Contract Management for the City of
Lubbock at (806) 775-2572.
The Proposer must complete, sign and return as part of their submittal response,
Pate Intentionally Left Blank
City of Lubbock, TX
Purchasing and Contract Management
Safety Record Questionnaire
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant
to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and
criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts.
The definition and criteria for determining the safety record of a proposer for this consideration shall be:
The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City
may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused
by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider,
among other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the proposer for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations
within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to,
the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the
Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the
Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas
Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the
Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental
protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the
United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state
or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions,
administrative orders, draft orders, final orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of
the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe
environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock.
In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential
contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following
four (4) questions and submit them with their proposals:
UESTION ONE
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for
such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3)
years?
YES NO
If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION TWO
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for
such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO 9
If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any,
and penalty assessed.
QUESTION THREE
Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such
firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense
which resulted in serious bodily injury or death?
YES NOS
If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with
its proposal submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
QUESTION FOUR
Provide your compan 's Experience Modification Rate and supporting information:
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be
rejected.
ignature ' 0400466 IM"0046MI-)
V IC-F, PeEslof--Jr
Title
City of Lubbock, TX
Purchasing and Contract Management
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from
contracting with or making sub -awards under covered transactions to parties that are suspended or debarred
or whose principals are suspended or debarred. Covered transactions include procurement contracts for
goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to
sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their
organization and its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and
its principals are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are
suspended or debarred by a Federal agency.
COMPANY NAME: iiINk s L }SE SgeLAI" ,"j"W e-
Signature of Company Official:
Date Signed:_ -9'/Z%' Z 1 _
Printed name of company official signing above: IZAmO 4GG 1)V10pt,670,j
Pate Intentionally Left Blank
PROPOSED LIST OF SUB -CONTRACTORS
Minority Owned
Company Name
Location Services Provided
Yes No
1.
I„ JLGST 7/G.. ms a c)e A*
cmm, rx Q a.,ines7wx cea sin+ r.
° X
2.
WA0,110it1�1&fj S6&jtc9S
LuFK/N, TX rr
o x
3.
LUF,90" 44AS
L0860UC r rX SONG dE�1rTY TLrSTli'Xi
? J
4.
5.
7.
a o
S.
o 0
g.
a o
10.
O O
11.
o 0
12.
O 0
13.
Cl a
14.
° °
15.
a o
16.
0 O
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR
RESPONSE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
01NK S E Sao me Zvc.
PRINT NAME OF COMPANY)
Pate Intentionally Left Blank
POST -CLOSING DOCUMENT REQUIREMENTS
The below -listed document must be received in the Purchasing and Contract Management Office
Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due.
FINAL LIST OF SUB -CONTRACTORS
Pate Intentionally Left Blank
FINAL LIST OF SUB -CONTRACTORS
Minority Owned
Company Name
Location Services Provided Yes No
1.
° °
2.
° °
3.
° °
4.
° °
5.
° °
6.
° °
7.
° °
8.
° °
9.
° °
10.
° °
11.
12.
13.
° °
14.
° °
15.
° °
16.
° °
SUBMITTED BY:
(PRINT NAME OF COMPANY)
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN
BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
Pate Intentionally Left Blank
PAYMENT BOND
Page Intentionally Left Blank
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that Rink's Lease Service, Inc. (hereinafter called the
Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Two Million Nine Hundred Thirty Nine Thousand Ninety Three Dollars
and Fifty Cents ($2,939,093.50) lawful money of the United States for the payment whereof, the said Principal
and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and
severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 2=day
of J_, 2021, to RFP 21-15803-JM Annexation Water Lines - Alcove
and said Principal under the law is required before commencing the work provided for in said contract to execute
a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work
provided for in said contract, 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 Section 2253.021(a) of
the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions
of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of
Surety
*By:
(Title)
2021.
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Pate Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship.
Surety
* By:
Approved as to form:
City of Lubbock
By:
City Attorney
(Title)
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
Pate Intentionally Left Blank
PERFORMANCE BOND
Pate Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that Rink's Lease Service, Inc. (hereinafter called the
Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Two Million Nine Hundred Thirty Nine Thousand Ninety Three Dollars
and Fifty Cents ($2,939,093.50) lawful money of the United States for the payment whereof, the said Principal
and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and
severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 2=day
of J_, 2021, to RFP 21-15803-JM Annexation Water Lines - Alcove
and said principal under the law is required before commencing the work provided for in said contract to execute
a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall faithfully perform the work in accordance with the plans, specifications and contract documents, 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 Section 2253.021(a) of
the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions
of said article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this _ day of 12021.
Surety
* By:
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Pate Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates
an agent resident in Lubbock County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship.
Surety
By:
(Title)
Approved as to Form
City of Lubbock
By:
City Attorney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
Pate Intentionally Left Blank
CERTIFICATE OF INSURANCE
Pate Intentionally Left Blank
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457 TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate,
insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions
f the standard policies used by this company, the further hereinafter
described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
❑ Commercial General Liability
General Aggregate $
❑ Claims Made
Products-Comp/Op AGG $
❑ Occurrence
Personal & Adv. Injury $
❑ Owner's & Contractors Protective
Each Occurrence $
❑
Fire Damage (Any one Fire) $
Med Exp (Any one Person)
$
AUTOMOTIVE LIABILITY
❑ Any Auto
Combined Single Limit $
❑ All Owned Autos
Bodily Injury (Per Person) $
❑ Scheduled Autos
Bodily Injury (Per Accident) $
❑ Hired Autos
Property Damage $
❑ Non -Owned Autos
11
GARAGE LIABILITY
❑ Any Auto
Auto Only - Each Accident $
❑
Other than Auto Only:
Each Accident $
Aggregate $
❑ BUILDER'S RISK
❑ 100% of the Total Contract Price
$
❑ INSTALLATIONFLOATER
$
EXCESS LIABILITY
❑ Umbrella Form
Each Occurrence $
Aggregate $
❑ Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ ❑ Included
Statutory Limits
Partners/Executive ❑ Excluded
Each Accident $
Officers are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less
than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less
than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LUBBOCK
(Name of Insurer)
By:
Title:
The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General
Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S.
THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
CONTRACTORCHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based on
proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior
to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing services
on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of coverage
of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission
rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish
and any other language common to the worker population. The text for the notices shall be the following
text provided by the commission on the sample notice, without any additional words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM
OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED
SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL
LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS
OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF
THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO
PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS
INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
COPIES OF THE ENDORSEMENTS ARE REQUIRED.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the project, regardless of the identity of their
employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for
coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide
coverage." and contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing
of any coverage agreements for all of its employees providing services on the project, for the
duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the project;
(C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of coverage
ends during the duration of the project;
(D) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(E) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(G) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas
and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or
any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of
insurance, required herein, including policies of insurance required to be provided by Contractor and its
subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights
to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of
any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity
with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall
cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or
separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
Pate Intentionally Left Blank
CONTRACT
Pate Intentionally Left Blank
Contract 15841
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 22"d day of June, 2021 by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and Rink's Lease Service, Inc. of the City of Levelland, County of Hockley and the
State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
RFP 21-15803-JM Annexation Water Lines - Alcove
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Condition of Agreement. Rink's Lease Service, Inc.'s proposal dated May 21, 2021 is
incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR:
PRINTR6
i
COMPLETE ADDRESS:
Company {
Address
City, State, Zip TX 741? L
Corporate Secretary
CITY OF LUBB CK TEXAS (OWNER):
By:
Daniel M. Pope, Mayor
ATTEST:
Rebedla Garza, City Secret
APPROVED AS TO CONTENT:
Engine Dep ent, Public Works
tbblwl X161
Name (Printed) #Date
APPROVED AS FORM:
K i Leisure, Assistant City Attorney
Page Intentionally Left Blank
CONFLICT OF INTEREST OUESTIONNAIRE CHAPTER 176
Pate Intentionally Left Blank
City of Lubbock, TX
Purchasing and Contract Management
Conflict of Interest Questionnaire &
Certificate of Interested Parties
CONFLICT OF INTEREST QUESTIONNAIRE (CIO)
It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause a
conflict of interest with the City of Lubbock
Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or
person considering doing business with a local government entity disclose in the Questionnaire, Form
CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with
a local government entity. By law, the questionnaire must be filed with the records administrator of the
City of Lubbock not later than the A business day after the date the person becomes aware of the facts
that require the statement to be filed. The questionnaire can be found at:
hM2s://www.ethics.state.tx.us/fortns/conflict/
For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000,
Lubbock, Texas, 79401
See Section 176.006, Local Government Code:
http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG. 176.htm.
A person commits an offense if the person violates Section 176.006, Local Government Code.
An offense under this section is a Class C misdemeanor.
CERTIFICATE OF INTERESTED PARTIES
Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government
Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics
Commission before entering into a contract with a local government entity when any of the following apply:
1) Contract requires an action or vote by the City Council (governing body); OR
2) Contract value is $1 Million or greater; OR
3) Contract is for services that would require a person to register as a lobbyist under Chapter
305 of the Government Code.
This must be done before executing the contract. The disclosure form may be found at
https://www.ethics.state.tx.us/whatsnew/elf info_forml295.htm. You must log in and create an account
the first time you fill out the form. Tutorial videos on how to log in for the first time and how to fill out
the form can be found through the link above. After you electronically submit the disclosure form, a screen
will come up confirming the submission and assigning a certificate number. Then, you must print the
form, have an authorized agent complete the declaration and sign, and provide it to the City (scanned email
copy is acceptable).
Pate Intentionally Left Blank
City of Lubbock, TX
Purchasing and Contract Management
TEXAS GOVERNMENT CODE SECTION 2252.152
I, �ANo4cc- 01WA67p.-J the undersigned representative of
K/ J S 46,41E SE4,ocE,,T,.+c. (Company or business name) being an adult
over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section
2252.152, certify that the company named above is not listed on the website of the Comptroller of the State
of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or
Section 2253.153. I further certify that should the above -named company enter into a contract that is on said
listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran,
Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and
Contract Department.
Company Name:
SIGNED BY:
Print Name &
Title:
Ji► 0 4GL lU t GE P�eEr/r>e..rT
Date Signed: S -/ Z/ - Z
City of Lubbock, TX
Purchasing and Contract Management
TEXAS GOVERNMENT CODE SECTION 2271.002
By signing below, Company hereby certifies the following:
1. Company does not boycott Israel; and
2. Company will not boycott Israel during the term of the contract.
Company Name:
SIGNED BY:
Print Name &
Title:
Date Signed:
r.�
L74N0414. ��ODt. 7��✓ thC16 PetS/�.•�T
5-N-Zr
The following definitions apply to this state statute:
(1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise
taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations
specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled
territory, but does not include an action wade for ordinary business purposes; and
(2) "Company" means an organization, association, corporation, partnership, joint venture, limited
partnership, limited liability partnership, or limited liability company, including a wholly owned
subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business
associations that exists to make a profit.
This Certification is required from a Company if the Company has 10 or more full-time
employees and the contract for goods or services (which includes contracts formed through
purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public
funds of the governmental entity.
NON -COLLUSION AFFIDAVIT
STATE OF TEXAS
LUBBOCK COUNTY
AA) 04� 9100e,07C40 being first duly sworn, on his/her oath, says that the
bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any
person not therein named; and s/he further says that the said respondent has not directly induced or solicited any
firm on the above work or supplies to put in a sham , or any other person or corporation to refrain from a statement
of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over
any other firm or firms.
l�vwk tse SeE"-'C.£ 7,AjC.
Firm
G�rGL1,4110A:. 074>•J
Name
Sign ure
VIC6 Pees/o,0-07'
Title
Subscribed and sworn to before me this ' { day of MC&tA2 2021
—odo o 0
My Commission Expires:
Leanna Perez
MY Commission Expires
07/24/2024
ID No. 3584712
NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION
Pate Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
MININKSAMINW91
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to
the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person,
persons, co -partnership or corporation, to wit
the work embraced in this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
As referred in General Conditions Cont'd
4. CONTRACT DOCUMENTS
who has agreed to perform
The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors,
Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement,
Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other
documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above
described materials are sometimes referred to herein as the "contract" or "contract documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary,"
"Prescribed," or words of like import are used, it shall be understood that the direction, requirement,
permission, order, designation or prescription of the Owner's Representative is intended; and similarly,
the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or
acceptable or satisfactory to the Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the
Contractor for performance of work on the project contemplated by these contract documents. Owner
shall have no responsibility to any Subcontractor employed by Contractor for performance of work on
the project contemplated by these contract documents, but said Subcontractors will look exclusively to
Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove
the selection of any subcontractor(s).
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a
member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent
certified mail to the last business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and
all other facilities necessary for the execution and completion of the work covered by the contract
documents. Unless otherwise specified, all materials shall be new and both workmanship and materials
shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind
and quality of materials. Materials or work described in words which so applied have well known,
technical or trade meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract
documents has been made suitable for use or occupancy or the facility is in a condition to serve its
intended purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and
shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's
Representative will check the Contractor's layout of all major structures and any other layout work done
by the Contractor at Contractor's request, but this check does not relieve the Contractor of the
responsibility of correctly locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor
and Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract
documents. Owner's Representative will not be required to make exhaustive or continuous onsite
inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible
for the construction means, methods, techniques, sequences or procedures, or the safety precautions
incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's
Representative will not be responsible for the Contractor's failure to perform the work in accordance with
the Contract Documents.
13. LINES AND GRADES
The Contractor is responsible for construction layout based on the control provided in the construction
documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished
from Resident Project Representative(s)) deems said lines and grades are necessary for the
commencement of the work contemplated by these contract documents or the completion of the work
contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in
order to permit Owner's Representative to comply with this requirement, but such suspension will be as
brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall
give the Owner's Representative ample notice of the time and place where lines and grades will be needed.
All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction
or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced
by the Owner's Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative (as distinguished from Resident Project Representative(s))has the authority to review all
work included herein. The Owner's Representative has the authority to stop the work whenever such
stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative
shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid
for under the contract documents, and shall determine all questions in relation to said work and the
construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative
shall be conclusive in the absence of written objection to same delivered to Owner's Representative
within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence
of timely written objection by Contractor, as provided herein, any and all objection or objections shall be
deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint
from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident
Project Representative, as the said Owner's Representative may deem proper to inspect the materials
furnished and the work done under this Agreement, and to see that said material is furnished and said
work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable
aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper
inspection and examination of the work. The Contractor shall regard and obey the directions and
instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions
and instructions are consistent with the obligations of this Agreement and accompanying plans and
specifications provided, however, should the Contractor object to any orders by any subordinate engineer,
supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the
Owner's Representative for its decision. In the absence of timely written objection by Contractor, as
provided herein, any and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract
and shall keep on the work, during its progress, a competent superintendent and any necessary assistants,
all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its
absence and all directions given to superintendent shall be binding as if given to the Contractor. It is
expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor
is essential to the proper performance of the work and lack of such supervision shall be grounds for
suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the
Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons
performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature
and location of the work, the confirmation of the ground, the character, quality and quantity of materials
to be encountered, the character of equipment and facilities needed preliminary to and during the
prosecution of the work, and the general and local conditions, and all other matters which in any way
affect the work under the contract documents. No oral agreement or conversation with any officer, agent,
or employee of the Owner, or Owner's Representative either before or after the execution of this contract,
shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as
set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall
be in writing, and executed by Owner's Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of
the work to be done, or from the action of the elements, or from any unforeseen circumstance and the
prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the
type of work required under this contract, to do the work; and agrees that whenever the Owner's
Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's
Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner
or Owner's Representative, such person or persons shall be discharged from the work and shall not again
be employed on the work without the Owner's Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the
prosecution and completion of this contract where it is not otherwise specifically provided that Owner
shall furnish same, and it is also understood that Owner shall not be held responsible for the care,
preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of
the work until it is finally completed and accepted.
The building of structures for the housing of workers or equipment will be permitted only at such places
as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or
about such structure shall at all times be maintained in a manner satisfactory to the Owner's
Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as
shall be approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Contractor is responsible for construction quality control testing, cost, and reporting of the type and
extent required by the contract documents. The Owner or Owner's Representative shall have the right at
all times to observe and test the work. Contractor shall make necessary arrangements and provide proper
facilities and access for such observation and testing at any location wherever such work is in preparation
or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner
or Owner's Representative and shall give ample notice as to the time each part of the work will be ready
for such observation. Owner or Owner's Representative may reject any such work found to be defective
or not in accordance with the contract documents, regardless of the stage of its completion or the time or
place of discovery of such errors and regardless of whether Owner's Representative has previously
accepted the work. If any such work should be covered without approval or consent of the Owner, it
must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's
expense. In the event that any part of the work is being fabricated or manufactured at a location where it
is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to
furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons
competent to perform such tasks at the location where that part of the work is being manufactured or
fabricated. All such tests will be in accordance with the methods prescribed by the American Society for
Testing and Materials or such other applicable organization as may be required by law or the contract
documents.
If any such work which is required to be inspected, tested, or approved is covered up without written
approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or
Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost
of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided
herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and
any work which meets the requirements of any such tests or approvals but does not meet the requirements
of the contract documents shall be considered defective, and shall be corrected at the Contractor's
expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made
by Owner, Owner's Representative, or other persons authorized under the contract documents to make
such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work
in accordance with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work
for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as
unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall,
after receipt of written notice thereof from the Owner's Representative, forthwith remove such material
and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract
documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be
at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may
see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any
part thereof, either before or after the beginning of the construction, without affecting the validity of this
contract and the accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the
basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they
increase the amount of work, and the increased work can fairly be classified under the specifications,
such increase shall be paid according to the quantity actually done and at the unit price established for
such work under this contract; otherwise such additional work shall be paid for as provided under Extra
Work. In case the Owner shall make such changes or alterations as shall make useless any work already
done or material already furnished or used in said work, then the Owner shall recompense the Contractor
for any material or labor so used, and for actual expenses incurred in preparation for the work as originally
planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may
be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any
change, alteration or addition to the work as shown on the plans and specifications or contract documents
and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph
23.
It is agreed that the Contractor shall perform all extra work under the observation of the Owner's
Representative when presented with a written work order signed by the Owner's Representative; subject,
however, to the right of the Contractor to require written confirmation of such extra work order by the
Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra
work shall be determined by the following methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1)
actual field cost of the extra work, plus fifteen (15%) percent to the firm actually
performing the work, and additional higher -tier markups limited to 5% to cover
additional overhead and insurance costs; or (2) the amount that would have been
charged by a reasonable and prudent Contractor as a reasonable and necessary cost
for performance of the extra work, as estimated by the Engineer and approved by
the Owner..
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this
paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such
as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery
and equipment, for the time actually employed or used on such extra work, plus actual transportation
charges necessarily incurred, together with all expenses incurred directly on account of such extra work,
including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage
and Workers' Compensation and all other insurances as may be required by law or ordinances or directed
by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the
form in which accounts of the actual field cost shall be kept and records of these accounts shall be made
available to the Owner's Representative. The Owner's Representative may also specify in writing, before
the work commences, the method of doing the work and the type and kind of machinery and equipment
to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed
upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless
otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the
Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent
(15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit,
overhead, general superintendence and field office expense, and all other elements of cost and expense
not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or
Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and
operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative.
In case any orders or instructions appear to the Contractor to involve extra work for which Contractor
should receive compensation or an adjustment in the construction time, Contractor shall prior to
commencement of such extra work, make written request to the Owner's Representative for a written
order authorizing such extra work. Should a difference of opinion arise as to what does or does not
constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its
performance, the Contractor shall proceed with the work after making written request for written order
and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method
(C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra
work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the proposal,
the specifications, plans and other contract documents, is to be done for the prices quoted by the
Contractor and that such price shall include all appurtenances necessary to complete the work in
accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices
of any discrepancies or omissions in these plans, specifications, or contract documents, shall be
given to the Owners' Representative and a clarification obtained before the proposals are received,
and if no such notice is received by the Owner's Representative prior to the opening of proposals,
then it shall be deemed that the Contractor fully understands the work to be included and has
provided sufficient sums in its proposal to complete the work in accordance with these plans and
specifications. If Contractor does not notify Owner's Representative before offering of any
discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications
are sufficient and adequate for completion of the project. It is further agreed that any request for
clarification must be submitted no later than five (5) calendar days prior to the opening of
proposals. In the absence of a requested clarification for a conflict in the documents prior to
proposals being reviewed, it will be assumed that the Contractor proposes the higher cost
alternative on conflicts identified after proposals are reviewed.
26. RIGHT OF OWNER TO MODIFY METHODS AND EOUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the
quality of work with the rate of progress required under this contract, the Owner or Owner's
Representative may order the Contractor in writing to increase their safety or improve their character and
efficiency and the Contractor shall comply with such order. If, at any time, the working force of the
Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in
writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of
compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL
INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with
an insurance company licensed to transact business in the State of Texas, which policy shall comply with
the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise
reasonable precaution for the safety of employees and others on or near the work and shall comply with
all applicable provisions of federal, state and municipal laws and building and construction codes. All
machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual
of Accident Prevention in Construction" of Associated General Contractors of America, except where
incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and
insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its
officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or
causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or
unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to,
related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner
whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject
matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may
be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the
work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any
assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
As referred in General Conditions Cont'd
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with
Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability
because of the disability of such individual in regard to job application procedures, the hiring,
advancement, or discharge of employees, employee compensation, job training, and other terms,
conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN,
AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27
hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its
officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses
and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers,
workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power
tools, and supplies, incurred in the performance of this contract and the project which is the subject matter
of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all
obligations of the nature hereinabove designated have been paid, discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device,
material or process covered by letters patent or copyright by suitable legal agreement with the Patentee
or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor
in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or
copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and
employees harmless from any loss on account thereof, except that Owner shall defend all such suits and
claims and shall be responsible for all such loss when a particular design, device, material or process or
the product of a particular manufacturer or manufacturers is specified or required in these contract
documents by Owner; provided, however, if choice of alternate design, device, material or process is
allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents
and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement,
the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the
Owner's Representative prior to offering.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances
and regulations, which in any manner affect the contract or the work, and without limiting, in any way,
manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify
and save harmless the Owner and Engineer and all of its officers, agents, and employees against any
claims arising from the violation of any such laws, ordinances, and regulations, whether by the
Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications
are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and
any necessary changes shall be adjusted as provided in the contract for changes in the work. In the
absence of timely written notification to Owner's Representative of such variance or variances within
said time, any objection and/or assertion that the plans and specifications are at variance with any federal,
state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees
or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without
such notice to the Owner's Representative, Contractor shall bear all costs arising there from.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers,
insofar as the same regulates the objects for which, or the manner in which, or the conditions under which
the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract
to the same effect as though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the
fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the
work, or materials required in the performance of this contract, shall not relieve the Contractor from its
full obligations to the Owner, as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
Please see attached.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the
Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as
shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of
the work is conducted every business day until completed, regardless if the work will be substantially or
finally complete ahead of specified deadlines in the agreement, unless the City determines time off from
said prosecution is necessary or reasonable and Contractor received said determination in writing from
the City. Further, when the Owner is having other work done, either by contract or by its own force, the
Owner's Representative (as distinguished from the Resident Project Representative) may direct the time
and manner of constructing work done under this contract so that conflicts will be avoided and the
construction of the various works being done for the Owner shall be harmonized. Additionally, inclement
weather shall be the only other reason consistent, daily prosecution of the work may not take place on
those inclement weather days.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at
which the Contractor will start the several parts of the work and estimated dates of completion of the
several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its proposal in full recognition of the time required for the
completion of this project, taking into consideration the average climatic range and industrial conditions
prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34
hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension
of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's
Representative, employees of the Owner or other contractors employed by the Owner, or by changes
ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request
for extension shall be in writing with the written request for same setting forth all justifications, in detail,
for the request, and submitted to Owner's Representative within twenty (20) calendar days of the
occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant
the extension no later than within twenty (20) calendar days of written submission by Contractor shall be
deemed a denial, and final. Further, in the absence of timely written notification of such delay and request
for extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time
herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays
incident to such work, whether growing out of delays due to unusual and unanticipated circumstances,
difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall
be made by the Contractor for hindrance or delays from any cause during the progress of any part of the
work embraced in this contract except where the work is stopped by order of the Owner or Owner's
Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the
Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor.
38. OUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed
length, area, solid contents, number and weight only shall be considered, unless otherwise specifically
provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this
contract, including the specifications, plans and other contract documents are intended to show clearly
all work to be done and material to be furnished hereunder. Where the estimated quantities are shown,
and only when same are expressly stated to be estimates, for the various classes of work to be done and
material to be furnished under this contract, they are approximate and are to be used only as a basis for
estimating the probable cost of the work and for comparing their proposals offered for the work. In the
event the amount of work to be done and materials to be furnished are expressly stated to be estimated,
and only when same are expressly stated to be estimated, it is understood and agreed that the actual
amount of work to be done and the materials to be furnished under this contract may differ somewhat
from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project, provided
that the over run or under run of estimated quantities32 note exceed 15% of the estimated quantity.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any
way encountered, which may be injured or seriously affected by any process of construction to be
undertaken under this agreement, from any damage or injury by reason of said process of construction;
and Contractor shall be liable for any and all claims for such damage on account of his failure to fully
protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by
Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner
and Engineer, and any of its officers, agents and employees, against any and all claims or damages due
to any injury to any adjacent or adjoining property, related to, arising from or growing out of the
performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of
all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity
with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price
set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor
hereby agrees to receive such price in full for furnishing all materials and all labor required for the
aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same
and the whole thereof in the manner and according to this agreement, the attached specifications, plans,
contract documents and requirements of Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance
of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance
of defective work. Contractor shall at any time requested during the progress of the work furnish the
Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding
indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner,
by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any
work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute
a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been
timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an
application for partial payment. Owner's Representative shall review said application for partial payment
if submitted, and the progress of the work made by the Contractor and if found to be in order, shall
prepare a certificate for partial payment showing as completely as practical the total value of the work
done by the Contractor up to and including the last day of the preceding month. The determination of
the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total
amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof,
which 5% shall be retained until final payment, and further, less all previous payments and all further
sums that may be retained by Owner under the terms of the contract documents.
Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5
percent standard retainage until actually incorporated into the project.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other
rights to enforce the express terms of the contract documents, and all remedies provided therein, as to
any and all work performed, to be performed and/or materials delivered hereunder, including, but limited
to, work to which said partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-
one (31) working days after the Contractor has given the Owner's Representative written notice that the
work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the
work and within said time, if the work be found to be substantially completed in accordance with the
contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of
substantial completion. Notwithstanding the issuance of a certificate of substantial completion,
Contractor shall proceed with diligence to finally complete the work within the time provided in this
contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written
notice of final completion, the Owner's Representative shall proceed to make final measurement to
determine whether final completion has occurred. If the Owner's Representative determines final
completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by
Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st
working day after the date of certification of final completion, the balance due Contractor under the terms
of this agreement. Neither the certification of final completion nor the final payment, nor any provisions
in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty
which may be required in the contract documents and/or any warranty or warranties implied by law or
otherwise.
45. CORRECTION OF WORK
As referred in General Conditions Cont'd
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold
or nullify the whole or part of any certification to such extent as may be necessary to protect itself from
loss on account of:
(a) Defective work not remedied and/or work not performed,
(b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) Damage to another contractor,
(d) Notification to owner of failure to make payments to Subcontractors or Suppliers,
(e) Failure to submit up-to-date record documents as required,
(f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner,
(g) Failure to provide Project photographs required by Specifications.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to
the Owner, in the amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the
Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days
after the Owner's Representative has given any direction, order or instruction to which the Contractor
desires to take exception. Timely written notice of dispute as provided in this contract of any decision
by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of
any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice
of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15)
calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed
denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative,
shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the
Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a
waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's
Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar
days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor
fails to comply with the written orders of the Owner's Representative, when such orders are consistent
with this contract, then the Surety on the bond shall be notified in writing and directed to complete the
work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required
by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor
shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from
the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together
with any materials and equipment under the contract for work, may be held for use on the work by the
Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the
Contractor shall not receive any rental or credit therefore (except when used in connection with Extra
Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being
understood that the use of such equipment and materials will ultimately reduce the cost to complete the
work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with
the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall
fail to proceed with diligence to complete the project as contemplated and in compliance with all terms
and provisions of the contract documents, then the Owner may exercise any and all remedies available
to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion
of the work in either of the following elective manners:
(a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials
and supplies as said Owner may deem necessary to complete the work and charge the expense of
such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the
expense so charged shall be deducted and paid by the Owner out of such moneys as may be due,
or that may thereafter at any time become due to the Contractor under and by virtue of this
Agreement. In case such expense is less than the sum which would have been payable under this
contract, if the same had been completed by the Contractor, then said Contractor shall receive the
difference. In case such expense is greater than the sum which would have been payable under
this contract, if the same had been completed by said Contractor, then the Contractor and/or its
Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a
newspaper having a general circulation in the County of location of the work, may let the contract
for the completion of the work under substantially the same terms and conditions which are
provided in this contract. In case of any increase in cost to the Owner under the new contract as
compared to what would have been the cost under this contract, such increase shall be charged to
the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete
any such new contract prove to be less than that which would have been the cost to complete the
work under this contract, the Contractor or his Surety shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work
shall have been finally completed, the Contractor and his Surety shall be so notified and certification of
completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized
statement of the contract accounts, certified to by Owner's Representative as being correct shall then be
prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety,
or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days
after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which
would have been the cost to the Owner had the work been completed by the Contractor under the terms
of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to
be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site
of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to
complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to
pay the amount due the Owner within the time designated hereinabove, and there remains any machinery,
equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized
list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the
respective addresses designated in this contract; provided, however, that actual written notice given in
any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall
be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner
to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum
derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be
made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall
release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to
persons other than the Contractor or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies
provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner,
irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise,
any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited
to, liquidated damages, as provided in paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work
actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and
Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may
suffer in connection with the project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government
Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price
exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety
Company listed on the State Treasury's "Approved" list and authorized to do business in the State of
Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special
conditions conflict with any of the general conditions contained in this contract, then in such event the
special conditions shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature
of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from
unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be
encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own
cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and
authority to direct, supervise, and control its own employees and to determine the method of the
performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have
the right to observe Contractor's work during Contractor's performance and to carry out the other
prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative
hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an
independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's
own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work,
and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding,
and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in
good order and condition. In case of dispute Owner may remove the debris and charge the cost to the
Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder,
as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts
and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of,
or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project
site, or any other property of the City, without the written consent of the Owner's Representative. If
Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum
products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is
necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos,
Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20)
days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute
discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's
Representative within five (5) days of the receipt of said request, said request shall be deemed to be
denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be
responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise
required for proper performance of the actions contemplated by this Contract and, in particular, in all
aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective
equipment, including without limitation, personal protective gear, necessary to provide protection from
exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual
appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council
of the City of Lubbock for the goods or services provided under the contract, the City will terminate the
contract, without termination charge or other liability, on the last day of the then -current fiscal year or
when the appropriation made for the then -current year for the goods or services covered by this contract
is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of
this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but
failure to give such notice shall be of no effect and the City shall not be obligated under this contract
beyond the date of termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly
authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times,
reserves the right to audit Contractor's records and books relevant to all services provided under this
Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor
shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings,
or the City, at its option, reserves the right to deduct such amounts owing the City from any payments
due Contractor.
58. NON -ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent
jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its
unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive,
and may be exercised concurrently. To the extent of any conflict between this provision and another
provision in, or related to, this document, this provision shall control.
59. CONTRACTOR ACKNOWLEDGES
Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive material
contained herein and any additional associated documents and Amendments. The City disclaims any
terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event
of conflict between these terms and conditions and any terms and conditions provided by the Contractor,
the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the
final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect.
60. LABOR CODE CHAPTER 214
Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who
contracts with a governmental entity to provide a service as defined by Section 2155.001, Government
Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201,
any individual the person directly retains and compensates for services performed in connection with the
contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a
person who contracts with a governmental entity to provide a service as defined by Section 2155.001,
Government Code. A subcontractor shall properly classify, as an employee or independent contractor in
accordance with Chapter 201, any individual the subcontractor directly retains and compensates for
services performed in connection with the contract for which the subcontractor is retained. (c) A person
who fails to properly classify an individual as required by Subsection (a) or (b) shall pay to the
commission a penalty equal to $200 for each individual that the person has not properly classified. (d)
The commission may not take action to collect a penalty under this section from a person after the third
anniversary of the date on which the violation occurred.
61. CERTIFICATE OF INTERESTED PARTIES
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section
2252.908 requires a business entity entering into certain contracts with a governmental entity or state
agency to file with the governmental entity or state agency a disclosure of interested parties at the time
the business entity submits the signed contract to the governmental entity or state agency. Section
2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business
entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section
2252.908 applies only to a contract that requires an action or vote by the governing body of the
governmental entity or state agency before the contract may be signed or has a value of at least $1 million.
Instructions for completing Form 1295 are available at:
hllps:Hci.lubbock.tx.us/departments/purchasing/vendor-information
62. TEXAS GOVERNMENT CODE SECTION 2252.152
Vendors/Contractors/Providers must be in compliance with the provisions of §2252.152 and
§2252.153 of the Texas Government Code, which states in part, contracts with companies engaged in
business with Iran, Sudan, or Foreign Terrorist Organizations are prohibited. A governmental entity
may not enter into a contract with any company listed on the Comptroller of the State of Texas website
identified under Section 806.051 or Section 2253.253, which do business with Iran, Sudan or any
Foreign Terrorist Organization. By submitting a signed response to this request, contractor verified to
Lubbock County that it is not on any such list.
63. TEXAS GOVERNMENT CODE SECTION 2271.002
The Contractor warrants that it complies with Chapter 2271.002 of the Texas Government Code by
verifying that:
1. Company does not boycott Israel; and
2. Company will not boycott Israel during the term of the contract.
Pursuant to Section 2271.002, Texas Government Code:
(1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or
otherwise taking any action that is intended to penalize, inflict economic harm on, or limit
commercial relations specifically with Israel, or with a person or entity doing business in
Israel or in an Israeli -controlled territory, but does not include an action made for
ordinary business purposes; and
(2) "Company" means an organization, association, corporation, partnership, joint
venture, limited partnership, limited liability partnership, or limited liability company,
including a wholly owned subsidiary, majority -owned subsidiary, parent company, or
affiliate of those entities or business associations that exists to make a profit.
64. CONTRACTOR ACKNOWLEDGES
Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive material
contained herein and any additional associated documents and Amendments. The City disclaims any
terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the
event of conflict between these terms and conditions and any terms and conditions provided by the
Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided
herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no
force or effect.
65. TEXAS PUBLIC INFORMATION ACT
The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract
and the contractor or vendor agrees that the contract can be terminated if the contractor or
vendor knowingly or intentionally fails to comply with a requirement of that subchapter.
To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees
to: (1) preserve all contracting information related to the contact as provided by the records retention
requirements applicable to the governmental body for the duration of the contract; (2) promptly provide
to the governmental body any contracting information related to the contract that is in the custody or
possession of the entity on request of the governmental body; and (3) on completion of the contract,
either: (A) provide at no cost to the governmental body all contracting information related to the contract
that is in the custody or possession of the entity; or (B) preserve the contracting information related to
the contract as provided by the records retention requirements applicable to the governmental body.
66. CONFIDENTIALITY
The Contractor shall retain all information received from or concerning the City and the City's business
in strictest confidence and shall not reveal such information to third parties without prior written consent
of the City, unless otherwise required by law.
67. INDEMNITY
The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers,
agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character,
type, or description, including without limiting the generality of the foregoing, all expenses of litigation,
court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or
sustained by any person or persons or property, to the extent arising out of, related to or occasioned by,
the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the
performance, operations or omissions under this agreement and/or the use or occupation of city owned
property. The indemnity obligation provided herein shall survive the expiration or termination of this
agreement.
Page Intentionally Left Blank
CITY OF LUBBOCK WAGE DETERMINATIONS
Page Intentionally Left Blank
EXHIBIT A
City of Lubbock
Building Construction
Prevailing Wage Rates
Craft Hourly Rate
Automatic Fire Sprinkle Fitter, Certified
28.00
Block, Brick, and Stone Mason
23.00
Carpenters -Acoustical Ceiling Installation
16.00
Carpenter -Rough
13.00
Carpenter -All other work
16.50
Caulker/Sealers
12.00
Cement & Concrete Finishers
16.67
Commercial Truck Drivers
10.26
Crane & Heavy Equipment Operator
20.00
Door & Hardware Specialist
16.00
Drywall and Ceiling Tile Installers
16.00
Drywall Finishers & Tapers
12.00
Electrician
21.21
Floor Layers -Carpet and Resilient
18.00
Floor Layers -Specialty
18.00
Floor Layers -Wood
18.00
Glaziers
17.00
Heating, Air Conditioning & Refrigeration Svc. Tech
21.31
HVAC Mechanic Helper
13.62
HVAC Sheet metal Ductwork Installer
19.30
HVAC Sheet metal Ductwork Installer Helper
13.85
Insulation Workers -Mechanical
12.00
Irrigator -Landscape Certified
13.50
Laborer: Common or General
11.65
Laborer: Mason Tender -Brick
17.00
Laborer: Mason Tender-Cement/Concrete
16.92
Laborer: Roof Tear off
11.09
Roofer
17.44
Painters (Brush, Roller & Spray)
12.00
Paper Hanger
13.00
Pipe Fitters & Steamfitters
24.10
Plaster, Stucco, Lather and EIFS Applicator
17.00
Plumber/Medical Gas Installer
22.83
Plumber Helper
14.20
EXHIBIT B
City of Lubbock
Heavy and Highway
Prevailing Wage Rates
Craft
Hourly Rate
Power Equipment Operator -Tower Crane
30.00
Hydraulic Crane Operators 60 tons & above
32.00
Operator Backhoe/Excavator/Truck hoe
20.25
Bobcat/Skid Steer/Skid Loader
15.22
Drill
16.00
Grader Blade
18.00
Loader
18.00
Mechanic
22.85
Paver (Asphalt, Aggregate, & Concrete)
17.00
Roller
15.00
Reinforcing Iron & Rebar Workers
14.33
Sheet Metal Workers, Excludes HVAC Duct Installation
21.38
Structural Iron & Steel Workers/Metal Building Erector
15.00
Asphalt Distributor Operator
16.50
Asphalt Paving Machine Operator/Spreader Box Operator
18.75
Backhoe Operator
18.00
Cement Mason/Concrete Finishers (Paving Structures)
15.00
Crane Operator (Hydraulic)
25.00
Electrician
17.50
Laborer
13.50
Laborer, Common
15.64
Laborer, Utility
13.50
Crane, Lattice Boom 80 Tons or Less
30.00
Loader/Backhoe
18.00
Roller/Other
15.00
Welder Certified/Structural Steel Weld
25.00
SPECIFICATIONS
Page Intentionally Left Blank