Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2018-R0237 - Pavement Restoration - 07/26/2018
Resolution No. 2018-RO237 Item No. 6.6 July 26, 2018 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: 'ITIAT the Mayor of the City of Lubbock is Hereby authorized and directed to execute for and on behalf of the City ol' Lubboc;k, Contract No. 14049 for Asphalt Rejuvenation as per RFP 18-14049=DF, by and between the City of Lubbock and Pavement Restoration, Inc., of Boerne, 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 T July 26, 2018 DANIEL M. POPE, MAYOR ATTEST: Re ecca Garza, City ,'ecr ary APPROVED AS TO CONTEND: McEachern, Assistant City Manager APPROVED AS TO DORM: S I K li Leisure, Assistant City Attorney ccdocs/RES. PUbIic Works C oiilract 14049,Asphall Re.juvenal iori 07.10.2018 REVISED Enclosed with this proposal is a Cashier's Check or C ruined Check Enclosed with this proposal is a Cashier's Check or Certified Check for 5 Q � 117 E O W❑ Dollars (S -- ) or a Proposal Bond in the sure of - - - Dollars (S_ _ ), 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 rails to execute the necessary contract documents, instrrance certificates, and the required bored (if any) with the Owner within ten (10) business days sifter 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 itiltli the Notice to Offferors- Punuant to Texas Ucai Government Code 252.043{g}, a competlilve sealed propusak that has been opened may not be changed for the purpose of correcting an errur In the proposal price. TIIEREFORE, ANY CORRECTIONS TO TI1E PROPOSAL PRICE NIUST BE; MADE ON "IE PROPOSAL. S[1 h1I11AL FORM11 PRIOR TO PROPOSAL, OPFNING. Authori I ire (Seal if Offeror is a Corporation) ATTEST: 21)-MN� Secretary Offeror acl:nowledges receipt of the follo►ring addenda: Addenda No. I Date %� ► Y Addenda Na- _Date �p I Addenda No, Date Addenda No. Date State dT16 as County of Kendall I7h1s suitB eni as acknawtedged Wore me i\U(3 --W 15clAn'�) - (PPrinted or Typed Name) j 6svj Company �t k utALL&Y +<V\OtA- Address - C3aL.}evv—. City, County —Ty_ _--- State Zip Code Telephone: (Z ij - 1,;)--7t c, Fa-x: _` Q - 84 Enutil: �OtS , W Ayf _ mR cor l FEDERAL TAX 1b450CIA..L SPCUR1TV No. 14 l53 L�-:X Dl{_- Commislon Notary In Ken l Coutrty, TX E.xplrea: cJ 1-- W"'BE Finn Roman Black American Nn ivc AmEri= Ells is American Asian Pacific American Qthcr S ifr i y TIMOTHY - NoTaple ryO5 uG5sao� Texas My Ccmmission Exprses �"r January 01. 2019 REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: r���l �$- PROJECT NTM$ER: RFP 18-14049-TF Asphalt Rejuvenation Proposal of Pf1U�e-0—T�&_M"-nprL j 1 v' C _ _ (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called (honer) Ladies and Gentlemen: The Ofi'eror, in compliance with your Request for Proposals for the Asphalt Rejuvenation having carefully examined the plans, specifications, inMctions to offerors, notice to offerors and all other related contract documents and the site of the intended work-, and being familiar %%idi all of the conditions surrounding Elie construction of the intended project Including the availability of materials and labor, hereby intends to famish 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 UIM UNIT COST EXTENDED COST 1 Preservative seal, or approved equal, including labor, equipment, material, sand, and sweeping, 691,293 SY NCIK .rls complete and in place. PROPOSED CONCSTRUCTION TIME: 1. Contractors proposed CONTRUCTION TIME for completion: TOTAL CALENDAR DAYS:. d (to Substantial Completion) TOTAL CALENDAR DAYS:. �}_ (to Final Completion) not to exceed 90 days to Substantial Completion / 120 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 O%%ner and to substantially complete the project within 90 Consecutive Calendar Days with final completion within 120 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 ofS S1,204.28 for each consecutive calendar day after substantial completion stet forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. CERTIFICATE OF INTERESTED PARTIES FORM 1295 loll 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: 2 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2018-380712 Pavement Restoration inc Boerne, TX United States Date Filed: 07/17/2018 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: 07/17/2018 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. 14049 ASPHALT REJUVENATOR 4 Name of Interested Party City,State, Country (place of business) Nature of interest (check applicable) Controlling intermediary 1NIGGINS, Robert BOERNE, 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) (stale) (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 (Oaclarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711 CERTIFICATE OF INTERESTED PARTIES FORM 1295 l of 1 Complete Nos. 1- d and 6 if there are Interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 it there are m interested parties. CERTIFICATION OF FILING Cardlicmte Number: 1 Hama of business entity filing form, and the city, state and country of the business entity's place of business. 2010-380712 Pavement Restoration inc Boerne, TX United Slates Dote Filed: BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: July 26, 2018 CITY OF LUBBOCK SPECIFICATIONS FOR Asphalt Rejuvenation RFP 18-14049-TF CONTRACT: 14049 PROJECT NUMBER: 92435.30000 Plans & Specifications may be obtained from Bidsync.com 1k kki of Lubbock iFNAS CITY OF LUBBOCK Lubbock, Texas Pate Intentionally Left Blank ADDENDA Page Intentionally Left Blank q ME . ity of A400 Lubbock iFCA ADDENDUM I Project Locations REP 18-14049-TF Asphalt Rejuvenation DATE ISSUED: June 13, 2018 CLOSE DATE: June 20, 2018, at 2:00 p.m. CST The following items take precedence over specifications for the above named Request for Proposals (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. Project Locations Please see the attached list of the designated project areas. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores(c-r�,mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, ay, 011 0 1 Z CITY OF LUBBOCK Teofilo Flores Senior Buyer 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. Rejuvenator HVJ_ID Stre StreetName: Stre FromStreet: etPr etSu Segment: Application: ContractYear: 2018 8568 20TH ST AVE R -- WLL 11690 20TH ST AVE T -- WLL 2921 20TH ST AVE U -- WLL 2922 20TH ST AVE V CL 2923 20TH ST AVE W -- CL 5140 20TH ST AVE X -- WLL 3 20TH 6210 21ST ST AVE P -- WLL 6209 21ST ST DIXIE DRIVE -- CL 6208 21ST ST AVE Q-- WLL 11808 21ST ST AVE R -- CL 11691 21ST ST AVE S WLL ToStreet: Comments: ContractNumber: AVE S -- ELL AVE S -- ELL AVE V -- ELL AVE W -- CL AVE X -- ELL UNIVERSITY AVE -- ELL 04-Apr-18 8:49 AM Length: Width: Added SecArea: KeyMa Council SegNo Sq Yds: p: District DateCompleted: 303.00 22.00 0.00 629.00 26.00 0.00 636.00 26.00 0.00 651.00 26.00 0.00 637.00 26.00 0.00 943.00 26.00 0.00 DIXIE DRIVE -- CL 301.00 26.00 0.00 AVENUE Q -- ELL 308.00 26.00 0.00 AVE R CL 285.00 26.00 0.00 AVE S -- ELL 320.00 26.00 0.00 AVE T -- ELL 632.00 26.00 0.00 741 1,817 1,837 1,881 1,840 2,724 10,840 870 890 823 924 1,826 3 3 3 3 3 3 3 3 3 3 3 1 1801 1 1901 1 2101 1 2201 1 2301 1 2401 1 1601 1 1650 1 1701 1 1715 1 1901 Page 1 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 2920 21ST ST AVE U -- WLL AVE V -- CL 636.00 26.00 0.00 1,837 3 1 2101 2919 21ST ST AVE V -- CL AVE W -- CL 651.00 26.00 0.00 1,881 3 1 2201 2918 21ST ST AVE W -- CL AVE X -- ELL 637.00 26.00 0.00 1,840 3 1 2301 2616 21ST ST AVE X -- WLL UNIVERSITY AVE -- ELL 942.00 26.00 0.00 2,721 3 1 2401 3 21ST 13,612 2615 22ND ST AVENUE P--295FTWEST AVENUEQ--ELL 315.00 32.00 0.00 1,120 3 1 1601 2615 22ND ST AVENUE P -- WLL AVENUE P -- 295 FT WEST 295.00 26.00 0.00 852 3 1 1601 2614 22ND ST AVE Q-- WLL AVE S -- ELL 607.00 26.00 0.00 1,754 3 1 1701 2613 22ND ST AVES--WLL AVET--ELL 632.00 26.00 0.00 1,826 3 1 1901 2612 22ND ST AVE T -- WLL AVE U -- CL 340.00 26.00 0.00 982 3 1 2001 2611 22ND ST AVE U -- CL AVE V -- CL 651.00 26.00 0.00 1,881 3 1 2101 2610 22ND ST AVE V -- CL AVE W -- CL 651.00 26.00 0.00 1,881 3 1 2201 8530 22ND ST AVE W -- CL AVE X -- CL 672.00 26.00 0.00 1,941 3 1 2300 Page 2 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 9558 22ND ST AVE X -- CL UNIVERSITY AVE -- ELL 953.00 26.00 0.00 2,753 3 1 2401 5162 22ND PL AVE X WLL UNIVERSITY AVE -- ELL 939.00 26.00 0.00 2,713 3 1 2401 3 22ND 17,703 2917 23RD ST AVENUE P -- WLL AVENUE Q-- ELL 607.00 26.00 0.00 1,754 3 1 1601 2916 23RD ST AVE Q-- WLL AVE S ELL 607.00 26.00 0.00 1,754 3 1 1701 2915 23RD ST AVE S -- WLL AVE T-- ELL 637.00 26.00 0.00 1,840 3 1 1901 2914 23RD ST AVET--WLL AVEU CL 341.00 26.00 0.00 985 3 1 2001 2913 23RD ST AVE U -- CL AVE V CL 651.00 26.00 0.00 1,881 3 1 2101 2912 23RD ST AVE V -- CL AVE W -- ELL 636.00 26.00 0.00 1,837 3 1 2201 2911 23RD ST AVE W -- WLL AVE X -- ELL 621.00 46.00 0.00 3,174 3 1 2301 640 23RD ST AVE X -- WLL UNIVERSITY AVE -- ELL 941.00 26.00 0.00 2,718 3 1 2401 3 23RD 15,943 2956 24TH ST AVE P -- WLL AVE Q-- ELL 606.00 26.00 0.00 1,751 3 1 1601 Page 3 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 2957 24TH ST AVE Q-- WLL AVE S -- ELL 609.00 26.00 0.00 1,759 3 1 1701 2958 24TH ST AVE S -- WLL AVE T ELL 635.00 26.00 0.00 1,834 3 1 1901 2959 24TH ST AVE T -- WLL AVE U -- ELL 342.00 26.00 0.00 988 3 1 2001 2960 24TH ST AVE U -- CL AVE V -- CL 651.00 26.00 0.00 1,881 3 1 2101 2961 24TH ST AVE V -- CL AVE W -- ELL 636.00 26.00 0.00 1,837 3 1 2201 5245 24TH ST AVE X -- WLL UNIVERSITY AVE -- ELL 941.00 26.00 0.00 2,718 3 1 2401 3 24TH 12,768 2910 25TH ST AVE S -- CDs EAST AVE S -- ELL 385.00 26.00 118.00 1,230 3 1 1701 2909 25TH ST AVE S -- WLL AVE T -- ELL 660.00 26.00 0.00 1,907 3 1 1901 2908 25TH ST AVE T -- WLL AVE U -- ELL 343.00 26.00 0.00 991 3 1 2001 2907 25TH ST AVE U -- CL AVE V -- CL 650.00 26.00 0.00 1,878 3 1 2101 2906 25TH ST AVE V -- CL AVE W -- CL 649.00 26.00 0.00 1,875 3 1 2201 2905 25TH ST AVE W -- CL AVE X -- ELL 635.00 26.00 0.00 1,834 3 1 2301 Page 4 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 5244 25TH ST AVE X -- WLL UNIVERSITY AVE -- ELL 940.00 26.00 0.00 2,716 3 1 2401 3 25TH 12,431 2904 26TH ST AVE Q-- WLL AVE S -- ELL 606.00 26.00 0.00 1,751 3 1 1701 2903 26TH ST AVE S -- WLL AVE T -- ELL 634.00 26.00 0.00 1,832 3 1 1901 2902 26TH ST AVE T WLL AVE U CL 343.00 26.00 0.00 991 3 1 2001 2901 26TH ST AVE U -- CL AVE V -- CL 649.00 26.00 0.00 1,875 3 1 2101 2900 26TH ST AVE V -- CL AVE W -- CL 649.00 26.00 0.00 1,875 3 1 2201 2899 26TH ST AVE W -- CL AVE X -- ELL 637.00 26.00 0.00 1,840 3 1 2301 5161 26TH ST AVE X -- WLL UNIVERSITY AVE -- ELL 941.00 26.00 0.00 2,718 3 1 2401 3 26TH 12,882 2892 27TH ST AVE P -- WLL AVE Q-- ELL 604.00 26.00 0.00 1,745 3 1 1601 2893 27TH ST AVE Q WLL AVE S ELL 606.00 26.00 0.00 1,751 3 1 1701 2894 27TH ST AVE S -- WLL AVE T -- ELL 634.00 26.00 0.00 1,832 3 1 1901 Page 5 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 2895 27TH ST AVE T -- WLL AVE U -- CL 342.00 26.00 0.00 988 3 1 2001 2896 27TH ST AVEU CL AVEV --CL 649.00 26.00 0.00 1,875 3 1 2101 2897 27TH ST AVE V -- CL AVE W -- CL 650.00 26.00 0.00 1,878 3 1 2201 2898 27TH ST AVE W -- CL AVE X -- ELL 637.00 26.00 0.00 1,840 3 1 2301 5160 27TH ST AVE X -- WLL UNIVERSITY AVE -- ELL 940.00 26.00 0.00 2,716 3 1 2401 3 27TH 14,625 2881 28TH ST AVE P -- WILL AVE R-- ELL 620.00 26.00 0.00 1,791 3 1 1601 2882 28TH ST AVE Q-- WLL AVE S -- ELL 605.00 26.00 0.00 1,748 3 1 1701 2883 28TH ST AVE S -- WLL AVE T -- ELL 633.00 26.00 0.00 1,829 3 1 1901 2884 28TH ST AVE T -- WLL AVE U -- CL 341.00 26.00 0.00 985 3 1 2001 2885 28TH ST AVE U -- CL AVE V -- CL 651.00 26.00 0.00 1,881 3 1 2101 2886 28TH ST AVE V -- CL AVE W -- CL 649.00 26.00 0.00 1,875 3 1 2201 2887 28TH ST AVE W -- CL AVE X -- ELL 637.00 26.00 0.00 1,840 3 1 2301 Page 6 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 5159 28TH ST AVE X -- WLL UNIVERSITY AVE -- ELL 941.00 26.00 0.00 2,718 3 1 2401 3 28TH 14,667 639 29TH ST AVENUE P -- WLL AVENUE Q-- ELL 630.00 26.00 0.00 1,820 3 1 1601 2827 29TH ST AVE Q-- WLL AVE S -- ELL 608.00 26.00 0.00 1,756 3 1 1701 2826 29TH ST AVE S WILL AVE T ELL 633.00 26.00 0.00 1,829 3 1 1901 2825 29TH ST AVE T -- WLL AVE U -- ELL 341.00 26.00 0.00 985 3 1 2001 2824 29TH ST AVE U -- CL AVE V -- CL 650.00 26.00 0.00 1,878 3 1 2101 2823 29TH ST AVE V -- CL AVE W -- CL 650.00 26.00 0.00 1,878 3 1 2201 2822 29TH ST AVE W -- CL AVE X - ELL 637.00 26.00 0.00 1,840 3 1 2301 5158 29TH ST AVE X -- WLL UNIVERSITY AVE -- ELL 940.00 26.00 0.00 2,716 3 1 2401 3 29TH 14,702 2659 30TH ST AVE Q WLL AVE S ELL 608.00 26.00 0.00 1,756 3 1 1701 2658 30TH ST AVE S -- WILL AVE T -- ELL 633.00 26.00 0.00 1,829 3 1 1901 Page 7 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 2657 30TH ST AVE T -- WLL AVE U -- CL 340.00 26.00 0.00 982 3 1 2001 2656 30TH ST AVE U CL AVE V -- CL 651.00 26.00 0.00 1,881 3 1 2101 2655 30TH ST AVE V -- CL AVE W -- CL 650.00 26.00 0.00 1,878 3 1 2201 2654 30TH ST AVE W -- CL AVE X -- ELL 637.00 26.00 0.00 1,840 3 1 2301 5143 30TH ST AVE X -- WLL UNIVERSITY AVE -- ELL 940.00 26.00 0.00 2,716 3 1 2401 3 30TH 12,882 2686 31ST ST AVE Q-- WLL AVE S ELL 606.00 26.00 0.00 1,751 3 1 1701 2687 31ST ST AVE S -- WILL AVE T -- ELL 633.00 26.00 0.00 1,829 3 1 1901 2688 31ST ST AVE T -- WLL AVE U -- CL 340.00 26.00 0.00 982 3 1 2001 2689 31ST ST AVE U -- CL AVE V -- CL 651.00 26.00 0.00 1,881 3 1 2101 2690 31ST ST AVE V -- CL AVE W -- CL 649.00 26.00 0.00 1,875 3 1 2201 2691 31ST ST AVE W -- CL AVE X -- ELL 637.00 26.00 0.00 1,840 3 1 2301 5145 31ST ST AVE X -- WLL UNIVERSITY AVE -- ELL 940.00 26.00 0.00 2,716 3 1 2401 Page 8 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 3 31ST 12,874 2579 32ND ST AVENUE P-- WLL AVENUE Q-- ELL 690.00 26.00 0.00 1,993 3 1 1601 2578 32ND ST AVE Q-- WLL AVE S -- ELL 605.00 26.00 0.00 1,748 3 1 1701 2577 32ND ST AVES--WLL AVET--ELL 632.00 26.00 0.00 1,826 3 1 1901 2576 32ND ST AVET WLL AVEU CL 341.00 26.00 0.00 985 3 1 2001 2575 32ND ST AVE U -- CL AVE V -- CL 651.00 26.00 0.00 1,881 3 1 2101 2574 32ND ST AVE V -- CL AVE W -- CL 649.00 26.00 0.00 1,875 3 1 2201 2573 32ND ST AVE W -- CL AVE X -- ELL 637.00 26.00 0.00 1,840 3 1 2301 9573 32ND ST AVE X -- WLL UNIVERSITY AVE -- ELL 942.00 26.00 0.00 2,721 3 1 2401 3 32ND 14,869 2568 33RD ST AVE Q-- WLL AVE S-- ELL 605.00 32.00 0.00 2,151 3 1 1701 2567 33RD ST AVES WILL AVET ELL 632.00 32.00 0.00 2,247 3 1 1901 2566 33RD ST AVE T -- WLL AVE U -- CL 341.00 32.00 0.00 1,212 3 1 2001 Page 9 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 2565 33RD ST AVE U -- CL AVE V -- CL 651.00 32.00 0.00 2,315 3 1 2101 2564 33RD ST AVE V -- CL AVE W -- CL 649.00 32.00 0.00 2,308 3 1 2201 2563 33RD ST AVE W -- CL AVE X -- ELL 639.00 32.00 0.00 2,272 3 1 2301 5132 33RD ST AVE X -- WLL UNIVERSITY AVE -- ELL 968.00 32.00 0.00 3,442 3 1 2401 3 33RD 15,947 8526 AVE R AV 19TH ST -- SLL 20TH ST -- CL 316.00 26.00 0.00 913 3 1 1901 3089 AVE R AV 20TH ST -- CL 21ST ST -- NLL 339.00 26.00 0.00 979 3 1 2001 3 AVE R 1,892 3062 AVE S AV 19TH ST -- SLL 20TH ST -- CL 316.00 29.00 0.00 1,018 3 1 1901 3061 AVE S AV 20TH ST -- CL 21ST ST -- CL 350.00 29.00 0.00 1,128 3 1 2001 8091 AVE S AV 21ST ST -- CL 22ND ST -- CL 352.00 26.00 0.00 1,017 3 1 2101 8090 AVE S AV 22ND ST CL 23RD ST CL 349.00 26.00 0.00 1,008 3 1 2201 8089 AVE S AV 23RD ST -- CL 24TH ST -- CL 351.00 26.00 0.00 1,014 3 1 2301 Page 10 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 8088 AVE S AV 24TH ST -- CL 25TH ST -- CL 348.00 26.00 0.00 1,005 3 1 2401 8087 AVE S AV 25TH ST CL 26TH ST -- CL 351.00 26.00 0.00 1,014 3 1 2501 6222 AVE S AV 26TH ST -- CL 27TH ST -- CL 350.00 26.00 0.00 1,011 3 1 2601 8086 AVE S AV 27TH ST -- CL 28TH ST -- CL 350.00 26.00 0.00 1,011 3 1 2701 8085 AVE S AV 28TH ST -- CL 29TH ST -- CL 352.00 26.00 0.00 1,017 3 1 2801 8084 AVE S AV 29TH ST -- CL 30TH ST -- CL 350.00 26.00 0.00 1,011 3 1 2901 8083 AVE S AV 30TH ST -- CL 31ST ST -- CL 350.00 26.00 0.00 1,011 3 1 3001 8082 AVE S AV 31ST ST -- CL 32ND ST -- CL 350.00 26.00 0.00 1,011 3 1 3101 8081 AVE S AV 32ND ST 33RD ST 353.00 26.00 0.00 1,020 3 1 3201 8080 AVE S AV 33RD ST -- CL 34TH ST -- NLL 332.00 30.00 0.00 1,107 3 1 3301 3 AVE S 15,403 6212 AVE T AV 19TH ST -- SLL 20TH ST -- CL 324.00 30.00 0.00 1,080 3 1 1901 6211 AVE T AV 20TH ST-- CL 21ST ST -- CL 349.00 30.00 0.00 1,163 3 1 2001 Page 11 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 3031 AVE T AV 21ST ST -- CL 22ND ST -- CL 353.00 26.00 0.00 1,020 3 1 2101 8052 AVE T AV 22ND ST -- CL 23RD ST CL 349.00 26.00 0.00 1,008 3 1 2201 8051 AVE T AV 23RD ST -- CL 24TH ST -- CL 351.00 26.00 0.00 1,014 3 1 2301 8050 AVE T AV 24TH ST -- CL 25TH ST -- CL 350.00 26.00 0.00 1,011 3 1 2401 8049 AVE T AV 25TH ST -- CL 26TH ST -- CL 350.00 26.00 0.00 1,011 3 1 2501 8048 AVE T AV 26TH ST -- CL 27TH ST -- CL 351.00 26.00 0.00 1,014 3 1 2601 8047 AVE T AV 27TH ST -- CL 28TH ST -- CL 349.00 26.00 0.00 1,008 3 1 2701 8046 AVE T AV 28TH ST -- CL 29TH ST -- CL 349.00 26.00 0.00 1,008 3 1 2801 8045 AVE T AV 29TH ST -- CL 30TH ST -- CL 351.00 26.00 0.00 1,014 3 1 2901 8044 AVE T AV 30TH ST -- CL 31ST ST -- CL 350.00 26.00 0.00 1,011 3 1 3001 8043 AVE T AV 31ST ST -- CL 32ND ST -- CL 352.00 26.00 0.00 1,017 3 1 3101 8042 AVE T AV 32ND ST -- CL 33RD ST -- CL 354.00 26.00 0.00 1,023 3 1 3201 Page 12 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 8041 AVE T AV 33RD ST -- CL 34TH ST -- NLL 330.00 30.00 0.00 1,100 3 1 3301 3 AVE T 15,502 3007 AVE U AV 19TH ST -- SLL 20TH ST -- CL 324.00 26.00 0.00 936 3 1 1901 3008 AVE U AV 20TH ST -- CL 21ST ST -- CL 353.00 26.00 0.00 1,020 3 1 2001 3009 AVE U AV 21ST ST -- CL 22ND ST NLL 337.00 26.00 0.00 974 3 1 2101 8018 AVE U AV 22ND ST -- SLL 23RD ST -- NLL 322.00 26.00 0.00 930 3 1 2201 3010 AVE U AV 23RD ST -- SLL 24TH ST -- NLL 322.00 26.00 0.00 930 3 1 2301 8019 AVE U AV 24TH ST -- SLL 25TH ST -- NLL 322.00 26.00 0.00 930 3 1 2401 8020 AVE U AV 25TH ST 26TH ST 323.00 26.00 0.00 933 3 1 2501 8021 AVE U AV 26THST--SLL 27THST--NLL 351.00 26.00 0.00 1,014 3 1 2601 8022 AVE U AV 27THST--SLL 28THST--NLL 323.00 26.00 0.00 933 3 1 2701 8023 AVE U AV 28THST--SLL 29THST--NLL 323.00 26.00 0.00 933 3 1 2801 8024 AVE U AV 29TH ST -- SLL 30TH ST -- NLL 323.00 26.00 0.00 933 3 1 2901 Page 13 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 8025 AVE U AV 30TH ST -- SLL 31ST ST -- NLL 323.00 26.00 0.00 933 3 1 3001 8026 AVE U AV 31STST--SLL 32NDST NLL 325.00 26.00 0.00 939 3 1 3101 3011 AVE U AV 32ND ST -- SLL 33RD ST -- NLL 324.00 26.00 0.00 936 3 1 3201 8027 AVE U AV 33RD ST -- SLL 34TH ST -- NLL 314.00 32.00 0.00 1,116 3 1 3301 3 AVE U 14,390 8007 AVE V AV 19TH ST -- SLL 20TH ST -- NLL 313.00 26.00 0.00 904 3 1 1901 8006 AVE V AV 20TH ST -- SLL 21ST ST -- NLL 324.00 26.00 0.00 936 3 1 2001 8005 AVE V AV 21STST--SLL 22NDST--NLL 323.00 26.00 0.00 933 3 1 2101 8004 AVE V AV 22ND ST -- NLL 23RD ST -- SLL 322.00 26.00 0.00 930 3 1 2201 8003 AVE V AV 23RD ST -- NLL 24TH ST -- SLL 322.00 26.00 0.00 930 3 1 2301 8002 AVEV AV 24THST--SLL 25THST--NLL 323.00 26.00 0.00 933 3 1 2401 8001 AVEV AV 25THST--SLL 26THST--NLL 323.00 26.00 0.00 933 3 1 2501 8000 AVE V AV 26TH ST -- NLL 27TH ST -- SLL 323.00 26.00 0.00 933 3 1 2601 Page 14 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 7999 AVE V AV 27TH ST -- SLL 28TH ST -- NLL 323.00 26.00 0.00 933 3 1 2701 7998 AVE V AV 28TH ST SLL 29TH ST-- NLL 323.00 26.00 0.00 933 3 1 2801 7997 AVE V AV 29TH ST -- SLL 30TH ST -- NLL 323.00 26.00 0.00 933 3 1 2901 7996 AVE V AV 30TH ST -- SLL 31ST ST -- NLL 323.00 26.00 0.00 933 3 1 3001 7995 AVE V AV 31ST ST NLL 32ND ST -- SLL 324.00 26.00 0.00 936 3 1 3101 7994 AVE V AV 32ND ST -- SLL 33RD ST -- NLL 324.00 26.00 0.00 936 3 1 3201 7993 AVE V AV 33RD ST -- SLL 34TH ST -- NLL 314.00 32.00 0.00 1,116 3 1 3301 3 AVE V 14,152 7951 AVE W AV 19TH ST -- SLL 20TH ST -- NLL 313.00 26.00 0.00 904 3 1 1901 7952 AVE W AV 20TH ST -- SLL 21ST ST -- NLL 324.00 26.00 0.00 936 3 1 2001 7953 AVE W AV 21STST--SLL 22NDST--NLL 323.00 26.00 0.00 933 3 1 2101 2951 AVE W AV 22ND ST -- SLL 23RD ST -- SLL 361.00 26.00 0.00 1,043 3 1 2201 2952 AVE W AV 23RD ST -- SLL 24TH ST CL 327.00 32.00 0.00 1,163 3 1 2301 Page 15 of 41 Rejuvenator HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: etPr etSu Segment: Application: Comments: 6170 AVE W AV 24TH ST -- CL 25TH ST -- NLL 7954 AVE W AV 25TH ST SLL 26TH ST-- NLL 2953 AVE W AV 26TH ST -- SLL 27TH ST -- NLL 7955 AVE W AV 27TH ST -- SLL 28TH ST -- NLL 7956 AVE W AV 28TH ST -- SLL 29TH ST -- NLL 7957 AVE W AV 29TH ST -- SLL 30TH ST -- NLL 7958 AVE W AV 30TH ST -- SLL 31ST ST -- NLL 7959 AVE W AV 31STST--SLL 32NDST--NLL 7960 AVE W AV 32ND ST -- SLL 33RD ST -- NLL 7961 AVE W AV 33RD ST -- SLL 34TH ST -- NLL 3 AVE W 6150 AVE X AV 19TH ST -- SLL 20TH ST -- NLL 2869 AVE X AV 20TH ST EAST JUNCTION -- NLL 21ST STREET -- CL 04-Apr-18 8:49 AM Length: Width: Added SecArea: KeyMa Council SegNo Sq Yds: p: District DateCompleted: 336.00 26.00 0.00 971 3 1 2401 322.00 26.00 0.00 930 3 1 2501 323.00 26.00 0.00 933 3 1 2601 323.00 26.00 0.00 933 3 1 2701 323.00 26.00 0.00 933 3 1 2801 323.00 26.00 0.00 933 3 1 2901 322.00 26.00 0.00 930 3 1 3001 323.00 26.00 0.00 933 3 1 3101 323.00 26.00 0.00 933 3 1 3201 313.00 32.00 0.00 1,113 3 1 3301 14,521 308.00 26.00 0.00 890 3 1 1901 363.00 26.00 0.00 1,049 3 1 1911 Page 16 of 41 Rejuvenator HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: etPr etSu Segment: Application: Comments: 2871 AVE X AV 21ST ST EAST JUNCTION -- CL 22ND ST-- NLL 2872 AVE X AV 22ND ST -- SLL 22ND PL -- CL 2874 AVE X AV 22ND PL 23RD ST WEST JUNCTION -- CL 6152 AVE X AV 23RD ST WEST JUNCTION -- CL 24TH ST -- CL 2875 AVE X AV 24TH ST -- CL 25TH ST WEST JUNCTION -- CL 5164 AVE X AV 25TH ST WEST JUNCTION -- CL 26TH ST WEST JUNCTION -- CL 6154 AVE X AV 26TH ST WEST JUNCTION -- CL WEST JUNCTION -- CL 2878 AVE X AV 27TH ST WEST JUNCTION -- CL 28TH ST WEST JUNCTION -- CL 2879 AVE X AV 28TH ST 28TH ST 2879 AVE X AV 28TH ST 28TH ST 7919 AVE X AV 28TH ST WEST JUNCTION -- CL 29TH ST -- CL 7920 AVE X AV 29TH ST -- CL 30TH ST -- CL 04-Apr-18 8:49 AM Length: Width: Added SecArea: KeyMa Council SegNo Sq Yds: p: District DateCompleted: 446.00 26.00 0.00 1,288 3 1 2105 191.00 26.00 0.00 552 3 1 2201 302.00 26.00 0.00 872 3 1 2304 305.00 26.00 0.00 881 3 1 2401 305.00 26.00 0.00 881 3 1 2501 307.00 26.00 0.00 887 3 1 2512 214.00 26.00 0.00 618 3 1 2607 287.00 26.00 0.00 829 3 1 2705 28.00 26.00 0.00 81 3 2801 28.00 26.00 0.00 81 3 2801 329.00 26.00 0.00 950 3 1 2805 349.00 26.00 0.00 1,008 3 1 2901 Page 17 of 41 Rejuvenator HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: etPr etSu Segment: Application: Comments: 7921 AVE X AV 30TH ST -- CL 31ST ST -- CL 7922 AVE X AV 31ST ST -- CL 32ND ST CL 2880 AVE X AV 32ND ST -- CL 33RD ST -- CL 7923 AVE X AV 33RD ST -- CL 34TH ST -- NLL 3 AVE X 3127 DIXIE DR 19THST 21ST ST 3 DIXIE 3 5138 21ST ST UNIVERSITY AVE -- WLL AKRON AVE -- CL 2617 21ST ST AKRON AVE -- CL BOSTON AVE -- ELL 4 21ST 2609 22ND ST UNIVERSITY AVE -- WLL AKRON AVE -- CL 2608 22ND ST AKRON AVE -- CL BOSTON AVE -- ELL 4 22ND 5137 23RD ST UNIVERSITY AVE -- WLL AKRON AVE -- ELL 04-Apr-18 8:49 AM Length: Width: Added SecArea: KeyMa Council SegNo Sq Yds: p: District DateCompleted: 350.00 26.00 0.00 1,011 3 1 3001 348.00 26.00 0.00 1,005 3 1 3101 357.00 26.00 0.00 1,031 3 1 3201 330.00 26.00 0.00 953 3 2 3301 14,867 669.00 26.00 0.00 1,933 3 1 1901 1,933 289,405 539.00 26.00 0.00 1,557 4 3 2502 799.00 26.00 0.00 2,308 4 3 2601 3,865 538.00 26.00 0.00 1,554 4 3 2504 816.00 26.00 0.00 2,357 4 3 2601 3,911 537.00 26.00 0.00 1,551 4 3 2501 Page 18 of 41 Rejuvenator HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: etPr etSu Segment: Application: Comments: 2602 23RD ST AKRON AVE -- CL BOSTON AVE -- ELL 4 23RD 5136 24TH ST UNIVERSITY AVE -- WLL AKRON AVE -- CL 2599 24TH ST AKRON AVE -- CL BOSTON AVE -- ELL 4 24TH 5135 25TH ST UNIVERSITY AVE -- WLL AKRON AVE -- CL 2594 25TH ST AKRON AVE -- CL BOSTON AVE -- ELL 4 25TH 5134 26TH ST UNIVERSITY AVE -- WLL AKRON AVE -- CL 2593 26TH ST AKRON AVE -- CL BOSTON AV ELL 4 26TH 5142 27TH ST UNIVERSITY AVE -- WLL AKRON AVE -- CL 2650 27TH ST AKRON AVE -- CL BOSTON AVE -- ELL 4 27TH 5133 28TH ST UNIVERSITY AVE -- WLL AKRON AVE -- CL 04-Apr-18 8:49 AM Length: Width: Added SecArea: KeyMa Council SegNo Sq Yds: p: District DateCompleted: 802.00 26.00 0.00 2,317 4 3 2601 3,868 536.00 26.00 0.00 1,548 4 3 2503 803.00 26.00 0.00 2,320 4 3 2601 3,868 535.00 26.00 0.00 1,546 4 3 2503 802.00 26.00 0.00 2,317 4 3 2601 3,863 536.00 26.00 0.00 1,548 4 3 2503 802.00 26.00 0.00 2,317 4 3 2601 3,865 538.00 26.00 0.00 1,554 4 3 2503 802.00 26.00 0.00 2,317 4 3 2601 3,871 538.00 26.00 0.00 1,554 4 3 2503 Page 19 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 2585 28TH ST AKRON AVE -- CL BOSTON AVE -- ELL 800.00 26.00 0.00 2,311 4 3 2601 4 28TH 3,865 5239 29TH ST UNIVERSITY AVE -- WLL AKRON AVE -- CL 537.00 26.00 0.00 1,551 4 3 2503 2584 29TH ST AKRON AVE -- CL BOSTON AVE -- ELL 802.00 26.00 0.00 2,317 4 3 2601 4 29TH 3,868 4 34,844 7749 1ST ST TROY AVENUE -- WLL UTICA AVENUE -- ELL 257.00 32.00 0.00 914 20 6 4701 4037 1ST ST N UTICA AVENUE -- WLL N UTICA AVENUE -- CDS WEST 216.00 32.00 285.00 1,053 20 6 4801 4032 1ST PL UTICA AVENUE -- ELL UTICA AVENUE -- CDS WEST 646.00 32.00 289.00 2,586 20 6 4801 4011 1ST PL WHISPERWOOD BLVD NORTH WHISPERWOOD BLVD SOUTH 110.00 32.00 0.00 391 20 6 5093 BOUND -- SW LL BOUND -- NE LL 6629 1ST PL WHISPERWOOD BLVD SOUTH WHISPERWOOD BLVD -- CDS SW 677.00 32.00 973.00 3,380 20 6 5101 BOUND -- SW LL THEN NE 20 1ST 8,324 7748 2ND ST TROYAVENUE--WLL UTICAAVENUE--ELL 272.00 32.00 0.00 967 20 6 4731 9226 2ND DR UTICA AVENUE -- WLL 2ND STREET-- CENTER OF CURVE 536.00 32.00 0.00 1,906 20 6 4801 Page 20 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 9225 2ND ST UTICA AVENUE -- WLL 2ND DRIVE -- CENTER OF CURVE 289.00 32.00 0.00 1,028 20 6 4801 4004 2ND ST WHISPERWOOD BLVD WHISPERWOOD BLVD 105.00 32.00 0.00 373 20 6 5095 NORTHBOUND --SWLL SOUTHBOUND --NELL 4003 2ND ST WHISPERWOODBLVD -- SW VG ZOARAVENUE --CL 438.00 32.00 0.00 1,557 20 6 5101 9229 2ND ST ZOAR AVENUE -- CL SLIDE ROAD -- E ER 247.00 32.00 0.00 878 20 6 5117 20 2ND 6,709 6668 AMHERST ST N TOLEDO AVENUE -- WLL N TOPEKA AVENUE -- DEAD END 550.00 32.00 0.00 1,956 20 6 4701 WEST 4046 AMHERST ST N TROY AVENUE -- ALLEY EAST N TROY AVENUE -- ELL 146.00 32.00 0.00 519 20 6 4722 7750 AMHERST ST NTROYAVENUE--WLL NUTICAAVENUE--ELL 259.00 32.00 0.00 921 20 6 4731 4013 AMHERST ST NUTICAAVENUE --WLL NVALEAVENUE --CL 270.00 32.00 0.00 960 20 6 4801 4012 AMHERST ST N VALE AVENUE -- CL N VICKSBURG AVENUE -- CL 149.00 32.00 0.00 530 20 6 4901 9228 AMHERST ST N VICKSBURG AVENUE -- CL N WAYNE AVENUE -- CL 304.00 32.00 0.00 1,081 20 6 4905 6635 AMHERST ST N WAYNE AVENUE -- CL N YORK AVENUE -- CL 382.00 32.00 0.00 1,358 20 6 5001 Page 21 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 6634 AMHERST ST NYORKAVENUE --CL WHISPERWOODBLVD --NELL 329.00 32.00 0.00 1,170 20 6 5101 20 AMHERST 8,495 7754 AUBURN ST NTOLEDOAVENUE--WLL NTOPEKAAVENUE--ELL 502.00 32.00 0.00 1,785 20 6 4700 20 AUBURN 1,785 4090 BATES ST N TOLEDO AVENUE -- WLL COLGATE DRIVE -- SE LL 338.00 32.00 0.00 1,202 20 6 4701 12354 BATES ST N TROY AVENUE -- ALLEY EAST N TROY AVENUE -- ELL 138.00 32.00 0.00 491 20 6 4722 20 BATES 1,693 4070 COLGATE DR N TOLEDO AVENUE -- WLL N UTICA DRIVE -- CL 225.00 32.00 0.00 800 20 6 4701 4071 COLGATE DR N UTICA DRIVE -- CL BATES STREET -- CL 167.00 32.00 0.00 594 20 6 4801 9582 COLGATE DR BATES STREET CL N TOPEKA AVENUE -- NORTH END 196.00 32.00 0.00 697 20 6 4806 OF CURVE 20 COLGATE 2,091 9583 N TOLEDO AV AMHERST ST AUBURNST 274.00 32.00 70.00 1,044 20 6 101 7758 N TOLEDO AV AUBURN STREET --CL BATES STREET --CL 277.00 32.00 0.00 985 20 6 201 6674 N TOLEDO AV BATES STREET -- CL COLGATE DRIVE -- CL 269.00 32.00 0.00 956 20 6 209 Page 22 of 41 Rejuvenator HVJ_ID Stre StreetName: Stre FromStreet: etPr etSu Segment: Application: 4091 N TOLEDO AV COLGATEDRIVE --CL 8580 TOLEDO 20 TOLEDO 4073 N TOPEKA 4072 N TOPEKA 20 TOPEKA 6655 TROY 9224 N TROY 4044 N TROY 4043 N TROY 20 TROY 6653 N UTICA 6651 UTICA AV 4TH STREET -- CDS NORTH AV AMHERSTSTREET--NLL AV AUBURN STREET-- CL ToStreet: Comments: COLGATE DRIVE -- DEAD END NORTH 4TH STREET -- NLL AUBURN STREET -- CL COLGATE DRIVE -- NE END OF CURVE 04-Apr-18 8:49 AM Length: Width: Added SecArea: KeyMa Council SegNo Sq Yds: p: District DateCompleted: 141.00 32.00 0.00 501 20 6 301 549.00 54.00 160.00 3,454 20 6,940 338.00 32.00 0.00 1,202 20 231.00 26.00 0.00 667 20 1,869 AV 1ST STREET -- CL 2ND STREET -- CDS 609.00 32.00 112.00 2,277 20 AV 1ST STREET -- CL AMHERST STREET WEST 725.00 32.00 0.00 2,578 20 JUNCTION -- CL AV AMHERSTSTREET --CL BATES STREET --CL 572.00 32.00 0.00 2,034 20 AV BATES STREET -- CL NORTH LOOP 289 -- SLL 291.00 32.00 0.00 1,035 20 7,924 AV 1ST STREET WEST JUNCTION -- CL 1ST PLACE WEST JUNCTION -- CL 335.00 32.00 0.00 1,191 20 AV 1ST PLACE WEST JUNCTION -- CL 2ND STREET WEST JUNCTION -- CL 298.00 32.00 0.00 1,060 20 6 301 6 101 6 201 6 101 6 101 6 113 6 201 6 101 6 105 Page 23 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 6650 UTICA AV 2ND STREET WEST JUNCTION -- CL 2ND DRIVE -- CL 319.00 32.00 0.00 1,134 20 6 117 6654 N UTICA AV AMHERST STREET EAST JUNCTION -- 1ST STREET WEST JUNCTION -- CL 517.00 32.00 0.00 1,838 20 6 121 CL 4040 N UTICA AV AMHERST STREET --CL AMHERST STREET -- CDSNORTH 583.00 32.00 265.00 2,338 20 6 128 8381 N UTICA DR N LOOP 289 -- SLL COLGATE DRIVE -- NE LL 675.00 32.00 0.00 2,400 20 6 201 6649 UTICA AV 2ND DRIVE -- CL WHISPERWOOD BLVD -- NLL 376.00 32.00 0.00 1,337 20 6 301 4038 UTICA AV WHISPERWOOD BLVD NB -- SW LL WHISPERWOOD BLVD SB -- NE LL 102.00 72.00 132.00 948 20 6 5093 20 UTICA 6648 N VALE 4036 VALE 20 VALE 4030 N VICKSBURG 4031 VICKSBURG 20 VICKSBURG AV AMHERST STREET -- NLL N LOOP 289 -- SLL AV WHISPERWOOD BLVD SOUTH WHISPERWOOD BLVD SOUTH BOUND BOUND -- COS SOUTH 591.00 32.00 0.00 167.00 32.00 348.00 AV AMHERSTSTREET--NLL AMHERST STREET -- CDs NORTH 406.00 32.00 294.00 AV WHISPERWOOD BLVD SOUTH WHISPERWOOD BLVD SOUTH 363.00 32.00 226.00 BOUND -- SLL BOUND -- CDS SOUTH 12,246 2,101 942 3,043 1,738 1,517 3,255 20 20 20 20 6 101 6 301 6 101 6 301 Page 24 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 9223 N WAYNE AV AMHERSTSTREET --NLL AMHERSTSTREET--CDs NORTH 405.00 32.00 294.00 1,734 20 6 101 4019 WAYNE AV WHISPERWOOD BLVD NB -- SW LL WHISPERWOOD BLVD SB -- NE LL 109.00 32.00 0.00 388 20 6 295 4020 WAYNE AV WHISPERWOODBLVD--SLL 4TH STREET -- NLL 554.00 32.00 0.00 1,970 20 6 301 20 WAYNE 4,092 4010 SB WHISPERWOOD BV 2NDSTREET --CL YORKAVENUE --CL 310.00 32.00 0.00 1,102 20 6 0 4016 NB WHISPERWOOD BV AMHERSTSTREET --CL N LOOP 289 -- SLL 510.00 32.00 0.00 1,813 20 6 0 4009 SB WHISPERWOOD BV YORK AVENUE -- CL WAYNE AVENUE -- CL 283.00 32.00 0.00 1,006 20 6 0 6633 SB WHISPERWOOD BV 1ST PLACE --CL NLOOP 289--SLL 521.00 32.00 0.00 1,852 20 6 0 5110 SB WHISPERWOOD BV VALE AVENUE -- CL 4TH STREET-- N ER 323.00 32.00 0.00 1,148 20 6 0 6631 SB WHISPERWOOD BV WAYNE AVENUE -- CL VICKSBURG AVENUE -- CL 323.00 32.00 0.00 1,148 20 6 0 6630 SB WHISPERWOOD BV VICKSBURG AVENUE -- CL VALE AVENUE -- CL 268.00 32.00 0.00 953 20 6 0 4018 NB WHISPERWOOD BV UTICA AVENUE -- CL WAYNE AVENUE -- CL 689.00 32.00 0.00 2,450 20 6 0 5111 NB WHISPERWOOD BV UTICA AVENUECL4TH STREET -- N LL 354.00 32.00 0.00 1,259 20 6 0 Page 25 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 6640 NB WHISPERWOOD BV 2ND STREET-- CL WAYNE AVENUE -- CL 542.00 32.00 0.00 1,927 20 6 0 6639 NB WHISPERWOOD BV 2ND STREET CL AMHERSTSTREET --CL 335.00 32.00 0.00 1,191 20 6 0 6632 SB WHISPERWOOD BV 1ST PLACE --CL 2ND STREET --CL 333.00 32.00 0.00 1,184 20 6 0 9221 WHISPERWOOD CI WHISPERWOOD BLVD -- NE ILL ENTIRE CIRCLE AND DRIVE 1,267.00 32.00 k###### 5,757 20 6 1 20 WHISPERWOOD 22,790 9222 N YORK AV AMHERSTSTREET --NLL AMHERSTSTREET -- CD NORTH 430.00 32.00 294.00 1,823 20 6 101 6642 YORK AV WHISPERWOODBLVD --SLL WHISPERWOODBLVD--CDS 733.00 32.00 260.00 2,866 20 6 301 SOUTH 20 YORK 4,689 9219 ZOAR AV 2ND STREET -- SILL 2ND STREET -- CDS SOUTH 638.00 32.00 278.00 2,546 20 6 201 20 ZOAR 2,546 20 98,491 6016 74TH PL UNIVERSITY AVENUE-- WLL AKRONAVENUE --CL 380.00 32.00 0.00 1,351 61 4 2501 10158 74TH ST ELGIN AVENUE ELL UNIVERSITY AVENUE WLL 2,547.00 40.00 0.00 11,320 61 4 2503 2469 74TH PL AKRON AVENUE -- CL CANTON AVENUE -- CL 1,107.00 32.00 0.00 3,936 61 4 2601 Page 26 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 2470 74TH PL CANTON AVENUE -- CL DETROIT AVENUE -- CL 816.00 32.00 0.00 2,901 61 4 2801 2412 74TH PL DETROITAVENUE --CL DETROITAVENUE--CDS WEST 232.00 32.00 290.00 1,115 61 4 2901 9765 74TH ST GARY AVENUE -- CL HARTFORD AVENUE -- CL 636.00 38.00 0.00 2,685 61 4 3201 2042 74TH ST HARTFORD AVENUE -- CL INDIANA AVENUE -- ELL 607.00 38.00 0.00 2,563 61 4 3301 61 74TH 25,871 2671 75TH ST AKRON AVENUE WLL CANTON AVENUE ELL 1,102.00 32.00 0.00 3,918 61 4 2601 7793 75TH ST CANTON AVENUE WLL DETROITAVENUE --CL 684.00 32.00 0.00 2,432 61 4 2805 2405 75TH ST DETROIT AVENUE -- CL ELGIN AVENUE -- ELL 280.00 32.00 0.00 996 61 4 2901 9131 75TH ST FLINT AVENUE CL GARY AVENUE ELL 620.00 38.00 0.00 2,618 61 4 3101 2278 75TH ST GENEVA AVENUE -- CDS EAST GENEVA AVENUE -- CL 299.00 32.00 220.00 1,283 61 4 3201 2279 75TH ST GENEVA AVENUE -- CL HARTFORD AVENUE -- CL 301.00 32.00 0.00 1,070 61 4 3209 2280 75TH ST HARTFORD AVENUE -- CL HARTFORD AVENUE -- CDS WEST 543.00 32.00 220.00 2,151 61 4 3301 61 75TH 14,468 Page 27 of 41 Rejuvenator HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: etPr etSu Segment: Application: Comments: 7803 76TH ST UNIVERSITY AVENUE WLL AKRON AVENUE ELL 4337 76TH ST AKRON AVENUE WLL CANTON AVENUE ELL 2430 76TH ST DETROIT AVENUE -- CDS EAST ELGIN AVENUE ELL 2376 76TH ST ELGIN AVENUE WLL FLINT AVENUE ELL 2159 76TH ST FLINT AVENUE WLL GARY AVENUE ELL 2158 76TH ST GARY AVENUE -- WLL GENEVA AVENUE -- CL 2157 76TH ST GENEVA AVENUE -- CL HARTFORD AVENUE -- CL 2156 76TH ST GARY AVENUE WLL INDIANA AVENUE 61 76TH 4336 77TH ST AKRON AVENUE WILL CANTON AVENUE ELL 9780 77TH ST ELGIN AVENUE ELL DIXON AVENUE WLL 2274 77TH ST FLINT AVENUE WLL GARY AVENUE ELL 2275 77TH ST GARY AVENUE -- WLL HARTFORD AVENUE -- CL 04-Apr-18 8:49 AM Length: Width: Added SecArea: KeyMa Council SegNo Sq Yds: p: District DateCompleted: 341.00 32.00 0.00 1,212 61 4 2501 1,288.00 32.00 0.00 4,580 61 4 2601 510.00 32.00 144.00 1,957 61 4 2901 600.00 38.00 0.00 2,533 61 4 3001 597.00 38.00 0.00 2,521 61 4 3101 338.00 38.00 0.00 1,427 61 4 3201 299.00 38.00 0.00 1,262 61 4 3209 1,249.00 38.00 0.00 5,274 61 4 3301 20,766 1,338.00 32.00 0.00 4,757 61 4 2601 164.00 32.00 0.00 583 61 4 2901 591.00 32.00 0.00 2,101 61 4 3101 633.00 32.00 0.00 2,251 61 4 3201 Page 28 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 2276 77TH ST HARTFORD AVENUE -- CL HARTFORD AVENUE -- CDS WEST 553.00 32.00 290.00 2,256 61 4 3301 61 77TH 11,948 2476 78TH ST UNIVERSITY AVENUE -- WLL AKRON AVENUE NORTH 379.00 32.00 0.00 1,348 61 4 2501 2475 78TH 2474 78TH 2473 78TH 6017 78TH 11326 78TH 2271 78TH 2270 78TH 2269 78TH 5899 78TH 61 78TH ST AKRON AVENUE NORTH JUNCTION -- CL ST AKRON AVENUE SOUTH JUNCTION -- CL ST BOSTON AVENUECL ST CANTON AVENUECL ST DETROIT AVENUE -- CL ST ELGIN AVENUE -- WLL ST FLINT AVENUE -- CL ST GARY AVENUE -- WLL ST HARTFORD AVENUE --CL JUNCTION -- CL AKRON AVENUE SOUTH JUNCTION -- CL BOSTON AVENUE --CL CANTON AVENUECL DETROIT AVENUE -- CL ELGIN AVENUE ELL FLINT AVENUE -- CL GARY AVENUE ELL HARTFORD AVENUE --CL INDIANA AVENUE ELL 288.00 32.00 0.00 611.00 32.00 0.00 498.00 32.00 0.00 301.00 32.00 0.00 500.00 32.00 0.00 641.00 38.00 0.00 637.00 38.00 0.00 638.00 32.00 0.00 618.00 32.00 0.00 1,024 61 2,172 61 1,771 61 1,070 61 1,778 61 2,706 61 2,690 61 2,268 61 2,197 61 19,024 Page 29 of 41 4 2509 4 2601 4 2701 4 2801 4 2811 4 3001 4 3101 4 3201 4 3301 Rejuvenator HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: etPr etSu Segment: Application: Comments: 2429 79TH ST UNIVERSITY AVENUE WLL AKRON AVENUE CL 2428 79TH ST AKRON AVENUE CL BOSTON AVENUE CL 2427 79TH ST BOSTON AVENUE CL ELGIN AVENUE ELL 2314 79TH ST FLINT AVENUE -- CDS EAST FLINT AVENUE -- CL 2315 79TH ST FLINT AVENUE -- CLQ GARY AVENUE -- ELL 2316 79TH ST GARY AVENUE -- CDS WEST GARY AVENUE WLL 2267 79TH ST HARTFORD AVENUE WLL INDIANA AVENUE ELL 61 79TH 6007 80TH ST UNIVERSITY AVENUE WLL AKRON AVENUE CL 2426 80TH ST AKRON AVENUE -- CL BOSTON AVENUE -- CL 2425 80TH ST BOSTON AVENUE -- CL ELGIN AVENUE ELL 2266 80TH ST FLINT AVENUE -- CDS EAST FLINT AVENUE -- CL 2265 80TH ST FLINT AVENUE -- CL GARY AVENUE -- ELL 04-Apr-18 8:49 AM Length: Width: Added SecArea: KeyMa Council SegNo Sq Yds: p: District DateCompleted: 641.00 32.00 0.00 2,279 61 4 2501 599.00 32.00 0.00 2,130 61 4 2601 1,278.00 32.00 0.00 4,544 61 4 2701 603.00 32.00 290.00 2,434 61 4 3001 631.00 32.00 0.00 2,244 61 4 3101 574.00 32.00 290.00 2,331 61 4 3201 600.00 32.00 0.00 2,133 61 4 3301 18,095 657.00 32.00 0.00 2,336 61 4 2501 606.00 32.00 0.00 2,155 61 4 2601 1,299.00 32.00 0.00 4,619 61 4 2701 602.00 32.00 290.00 2,430 61 4 3001 637.00 32.00 0.00 2,265 61 4 3101 Page 30 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 2264 80TH ST GARY AVENUE WLL HARTFORD AVENUE ELL 593.00 32.00 0.00 2,108 61 4 3201 2263 80TH ST HARTFORD AVENUE CL INDIANA AVENUE ELL 606.00 32.00 0.00 2,155 61 4 3301 61 80TH 18,068 2421 81ST ST UNIVERSITY AVENUE WLL AKRON AVENUE NORTH 664.00 32.00 0.00 2,361 61 4 2508 JUNCTION -- CL 2422 81ST ST AKRON AVENUE NORTH AKRON AVENUE SOUTH 234.00 32.00 0.00 832 61 4 2601 JUNCTION -- CL JUNCTION -- CL 2423 81ST ST AKRON AVENUE SOUTH BOSTON AVENUE -- ELL 341.00 32.00 0.00 1,212 61 4 2607 JUNCTION -- CL 2424 81ST ST BOSTON AVENUE CL ELGIN AVENUE ELL 1,280.00 32.00 0.00 4,551 61 4 2701 2252 81ST ST ELGIN AVENUE -- WLL ELKRIDGE AVENUE -- CL 305.00 32.00 0.00 1,084 61 4 3001 2251 81ST ST ELKRIDGEAVENUE --CL FLINT AVENUE --CL 333.00 32.00 0.00 1,184 61 4 3007 2250 81ST ST FLINT AVENUE -- CL FREMONT AVENUE -- CL 326.00 32.00 0.00 1,159 61 4 3101 2249 81ST ST FREEMONT AVENUE -- CL GARY AVENUE ELL 308.00 32.00 0.00 1,095 61 4 3107 2248 81ST ST GARY AVENUE -- WLL HARTFORD AVENUE SOUTH 316.00 32.00 0.00 1,124 61 4 3201 JUNCTION -- CL Page 31 of 41 Rejuvenator HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: etPr etSu Segment: Application: Comments: 2247 81ST ST HARTFORD AVENUE SOUTH HARTFORD AVENUE NORTH JUNCTION -- CL JUNCTION -- CL 2246 81ST ST HARTFORD AVENUE -- CL INDIANA AVENUE ELL 61 81ST 6078 AKRON 6079 AKRON 6080 AKRON 6081 AKRON 7865 AKRON 7107 AKRON 6077 AKRON 2739 AKRON 61 AKRON 7825 BOSTON AV 74TH PLACE SLL AV 75TH STREET -- CL AV 76TH STREET -- CL AV 77TH STREET -- CL AV 78TH STREET SLL AV 79TH STREET SLL AV 80TH STREET SLL AV 81ST STREET SLL AV 78TH STREET SLL 75TH STREET -- CL 76TH STREET -- CL 77TH STREET -- CL 78TH STREET -- NLL 79TH STREET NLL 80TH STREET NLL 81ST STREET NLL 82ND STREET NLL 79TH STREET NLL 04-Apr-18 8:49 AM Length: Width: Added SecArea: KeyMa Council SegNo Sq Yds: p: District DateCompleted: 321.00 32.00 0.00 1,141 61 4 3209 613.00 32.00 0.00 278.00 32.00 0.00 293.00 32.00 0.00 290.00 32.00 0.00 274.00 32.00 0.00 275.00 32.00 0.00 270.00 32.00 0.00 274.00 32.00 0.00 253.00 42.00 0.00 279.00 38.00 0.00 2,180 61 17,923 988 61 1,042 61 1,031 61 974 61 978 61 960 61 974 61 1,181 61 8,128 1,178 61 4 3301 4 7401 4 7501 4 7601 4 7701 4 7801 4 7901 4 8001 4 8101 4 7801 Page 32 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 4347 BOSTON AV 79TH STREET SLL 80TH STREET NLL 276.00 38.00 0.00 1,165 61 4 7901 7104 BOSTON AV 80THSTREET SILL 81STSTREET NLL 279.00 38.00 0.00 1,178 61 4 8001 4348 BOSTON AV 81ST STREET SILL 82ND STREET NLL 256.00 38.00 0.00 1,081 61 4 8101 61 BOSTON 4,602 7800 CANTON AV 74TH PLACE -- SILL 75TH STREET EAST JUNCTION -- CL 247.00 32.00 0.00 878 61 4 7401 2649 CANTON AV 75TH STREET EAST JUNCTION -- CL 75TH STREET WEST JUNCTIN -- CL 167.00 32.00 0.00 594 61 4 7501 5141 CANTON AV 75TH STREET WEST JUNCTION -- CL 76TH STREET -- CL 179.00 32.00 0.00 636 61 4 7509 2648 CANTON AV 76TH STREET -- CL 77TH STREET -- CL 353.00 32.00 0.00 1,255 61 4 7601 2647 CANTON AV 77TH STREET -- CL 78TH STREET -- NLL 274.00 32.00 0.00 974 61 4 7701 61 CANTON 4,337 2588 DETROIT AV 76TH STREET SILL 78TH STREET NLL 463.00 32.00 0.00 1,646 61 4 7601 61 DETROIT 1,646 7788 DIXON AV 74TH PLACE SLL 75TH STREET NLL 280.00 32.00 0.00 996 61 4 7401 9779 DIXON AV 77TH STREET -- CDS SOUTH 77TH STREET CL 249.00 32.00 220.00 1,105 61 4 7701 Page 33 of 41 Rejuvenator HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: etPr etSu Segment: Application: Comments: 61 DIXON 04-Apr-18 8:49 AM Length: Width: Added SecArea: KeyMa Council SegNo Sq Yds: p: District DateCompleted: 2396 ELGIN AV SOUTH LOOP 289 SLL 74TH STREET -- CL 482.00 38.00 0.00 5970 ELGIN AV 74TH STREET -- CL 75TH STREET -- CL 705.00 38.00 0.00 2395 ELGIN AV 75TH STREET-- CL 76TH STREET WEST JUNCTION -- CL 169.00 38.00 0.00 5116 ELGIN AV 76TH STREET WEST JUNCTION CL 76TH STREET EASTJUCNTION CL 142.00 38.00 0.00 5269 ELGIN AV 76TH STREET EAST JUNCTIONCL77TH STREET --CL 185.00 38.00 0.00 2394 ELGIN AV 77TH STREET -- CL 78TH STREET -- CL 332.00 38.00 0.00 8464 ELGIN AV 78THSTREET --CL 79THSTREET --CL 330.00 38.00 0.00 5969 ELGIN AV 79TH STREET -- CL 80TH STREET -- CL 326.00 38.00 0.00 5968 ELGIN AV 80THSTREET --CL 81STSTREET WEST JUNCTION --CL 213.00 38.00 0.00 2393 ELGIN AV 81STSTREET WEST JUNCTION --CL 81ST STREET EAST JUNCTIN -- CL 121.00 38.00 0.00 5967 ELGIN AV 81ST STREET EAST JUNCTION -- CL 82ND STREET -- NLL 291.00 38.00 0.00 61 ELGIN 2,101 2,035 2,977 714 600 781 1,402 1,393 1,376 899 511 1,229 13,917 61 61 61 61 61 61 61 61 61 61 61 4 7201 4 7401 4 7501 4 7511 4 7601 4 7701 4 7801 4 7901 4 8001 4 8101 4 8105 Page 34 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 7093 ELKRIDGE AV 81ST STREET -- CDS SOUTH 81ST STREET SILL 325.00 32.00 290.00 1,446 61 4 8101 61 ELKRIDGE 1,446 9132 FLINT AV 75TH STREET -- NLL 76TH STREET EAST JUNCTION -- CL 223.00 38.00 0.00 942 61 4 7501 2349 FLINT AV 76TH STREET EAST JUNCTION -- CL 76TH STREET WEST JUNCTION -- CL 71.00 38.00 0.00 300 61 4 7513 5937 FLINT AV 76TH STREET WEST JUNCTION CL 77TH STREET CL 292.00 38.00 0.00 1,233 61 4 7601 5938 FLINT AV 77TH STREET -- CL 78TH STREET -- NLL 274.00 38.00 0.00 1,157 61 4 7701 7641 FLINT AV 78TH STREET SILL 79TH STREET NLL 232.00 32.00 0.00 825 61 4 7801 7084 FLINT AV 79TH STREET SILL 80TH STREET NLL 235.00 32.00 0.00 836 61 4 7901 7085 FLINT AV 80THSTREET SILL 81STSTREET NLL 239.00 32.00 0.00 850 61 4 8001 7086 FLINT AV 81ST STREET -- CDS SOUTH 81ST STREET SILL 327.00 32.00 290.00 1,453 61 4 8101 61 FLINT 7,596 7087 FREMONT AV 81ST STREET CDS SOUTH 81STSTREET SILL 322.00 32.00 290.00 1,435 61 4 8101 61 FREMONT 1,435 9764 GARY AV 74TH STREET -- NLL 75TH STREET -- CL 312.00 38.00 0.00 1,317 61 4 7401 Page 35 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 7460 GARY AV 75TH STREET -- CL 76TH STREET -- CL 297.00 38.00 0.00 1,254 61 4 7501 7461 GARY AV 76TH STREET CL 77TH STREET CL 292.00 38.00 0.00 1,233 61 4 7601 7462 GARY AV 77THSTREET --CL 78THSTREET --CL 293.00 38.00 0.00 1,237 61 4 7701 7463 GARY AV 78TH STREET -- CL 79TH STREET -- CL 288.00 38.00 0.00 1,216 61 4 7801 5795 GARY AV 79TH STREET -- CL 80TH STREET -- CL 291.00 38.00 0.00 1,229 61 4 7901 7037 GARY AV 80THSTREET --CL 81STSTREET --CL 290.00 38.00 0.00 1,224 61 4 8001 61 GARY 8,710 7635 G EN EVA AV 75TH STREET SLL 76TH STREET NLL 244.00 32.00 0.00 868 61 4 7501 61 GENEVA 868 7615 HARTFORD AV 74TH STREET SLL 75TH STREET NLL 236.00 38.00 0.00 996 61 4 7401 7613 HARTFORD AV 76TH STREET SLL 77TH STREET NLL 234.00 32.00 0.00 832 61 4 7601 5911 HARTFORD AV 77TH STREET SLL 78TH STREET NLL 232.00 32.00 0.00 825 61 4 7701 7614 HARTFORD AV 78TH STREET SLL 79TH STREET -- CL 274.00 32.00 0.00 974 61 4 7801 Page 36 of 41 Rejuvenator HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: etPr etSu Segment: Application: Comments: 7075 HARTFORD AV 79TH STREET -- CL 80TH STREET -- CL 5912 HARTFORD AV 80THSTREET CL 81ST STREET CL 7081 HARTFORD AV 81ST STREET --CDS SOUTH 81ST STREET SLL 61 HARTFORD 61 5428 83RD ST GARDNER AVENUE -- CDS EAST GARDNER AVENUE -- CL 309 83RD ST GARDNER AVENUE CL GENOA AVENUE NORTH JUNCTION -- CL 308 83RD ST GENOA AVENUE NORTH GENOA AVENUE SOUTH JUNCTION -- CL JUNCTION -- CL 307 83RD ST GENOA AVENUE SOUTH HOMESTEAD AVENUE -- ELL JUNCTION -- SLL 100 83RD 6968 84TH 317 84TH 100 84TH 5429 85TH ST FRANKFORD AVENUE -- WILL ST GENOA AVENUE -- WLL GARDNER AVENUE -- ELL GENOA AVENUE -- COS EAST ST GARDNER AVENUE -- CDS EAST GARDNER AVENUE -- CL 04-Apr-18 8:49 AM Length: Width: Added SecArea: KeyMa Council SegNo Sq Yds: p: District DateCompleted: 286.00 32.00 0.00 1,017 61 4 7901 277.00 32.00 0.00 985 61 4 8001 343.00 32.00 290.00 1,510 61 4 8101 7,139 208,088 572.00 30.00 250.00 2,157 100 5 5801 113.00 30.00 0.00 377 100 5 5901 104.00 30.00 0.00 347 100 5 5905 606.00 30.00 0.00 2,020 100 5 5909 4,901 563.00 33.00 0.00 2,064 100 5 5801 494.00 29.00 146.00 1,738 100 5 5903 3,802 562.00 29.00 153.00 1,964 100 5 5800 Page 37 of 41 Rejuvenator 04-Apr-18 8:49 AM HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo etPr etSu Sq Yds: p: District Segment: Application: Comments: DateCompleted: 312 85TH ST GARDNER AVENUE -- CL GENOA AVENUE SOUTH 122.00 29.00 0.00 393 100 5 5901 JUNCTION -- CL 313 85TH ST GENOA AVENUE SOUTH GENOA AVENUE NORTH 102.00 29.00 0.00 329 100 5 5905 JUNCTION -- CL JUNCTION -- CL 314 85TH ST GENOA AVENUE -- CL GENOA AVENUE -- CDS WEST 564.00 29.00 153.00 1,970 100 5 5909 100 85TH 4,656 310 86TH ST GENOA AVENUE -- CDS GENOA AVENUE -- CL 682.00 29.00 0.00 2,198 100 5 5801 311 86TH ST GENOA AVENUE -- CL GENOA AVENUE -- CDs WEST 665.00 29.00 153.00 2,296 100 5 5901 100 86TH 4,494 8807 87TH ST FULTON AVENUE -- CDS EAST FULTON AVENUE -- CL 387.00 29.00 194.00 1,441 100 5 5801 8961 87TH ST FULTON AVENUE -- CL GENOA AVENUE -- CL 303.00 29.00 0.00 976 100 5 5811 8962 87TH ST GENOA AVENUE -- CL HOMESTEAD AVENUE -- ELL 708.00 29.00 0.00 2,281 100 5 5901 100 87TH 4,698 8707 88TH ST FRANKFORD AVENUE -- WLL FULTON AVENUE NORTH 429.00 29.00 190.00 1,572 100 5 5801 JUNCTION -- CL 8850 88TH PL FULTON AVENUE -- CDS EAST FULTON AVENUE -- CL 543.00 29.00 190.00 1,940 100 5 5801 Page 38 of 41 Rejuvenator HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: etPr etSu Segment: Application: Comments: 8849 88TH ST FULTON AVENUE NORTH FULTON AVENUE SOUTH JUNCTION -- CL JUNCTION -- CL 8808 88TH ST FULTON AVENUE -- CL FULTON AVENUE -- CDS WEST 8809 88TH PL FULTON AVENUE -- CL GENOA AVENUE -- CL 8708 88TH PL GENOA AVENUE -- CL GENOA AVENUE -- CDS WEST 100 88TH 5047 89TH 8963 89TH 8964 89TH 100 89TH 301 90TH 300 90TH 299 90TH 100 90TH ST FRANKFORD AVENUE -- WLL ST FULTON AVENUE -- CL ST GENOA AVENUE -- CL ST FULTON AVENUE -- CDS EAST ST FULTON AVENUE -- CL ST GARDNER AVENUE -- CL FULTON AVENUE -- CL GENOA AVENUE -- CL HOMESTEAD AVENUE -- ELL FULTON AVENUE -- CL GARDNER AVENUE -- CL HOMESTEAD AVENUE -- ELL 04-Apr-18 8:49 AM Length: Width: Added SecArea: KeyMa Council SegNo Sq Yds: p: District DateCompleted: 154.00 29.00 0.00 496 100 5 5811 817.00 29.00 190.00 171.00 29.00 0.00 648.00 29.00 190.00 430.00 29.00 0.00 325.00 29.00 0.00 688.00 29.00 0.00 389.00 29.00 190.00 324.00 29.00 0.00 690.00 29.00 0.00 2,823 100 551 100 2,278 100 9,660 1,386 100 1,047 100 2,217 100 4,650 1,443 100 1,044 100 2,223 100 4,710 5 5815 5 5820 5 5901 5 5801 5 5813 5 5901 5 5801 5 5813 5 5901 Page 39 of 41 Rejuvenator HVJ_ID Stre StreetName: Stre FromStreet: ToStreet: etPr etSu Segment: Application: Comments: 296 91ST ST FULTON AVENUE -- CDS EAST FULTON AVENUE -- CL 297 91ST ST FULTON AVENUE -- CL GARDNER AVENUE -- CL 298 91ST ST GARDNER AVENUE -- CL HOMESTEAD AVENUE -- ELL 100 91ST 8709 FULTON AV 87THSTREET SLL 88TH STREET -- NLL 8710 FULTON AV 88THSTREET --SLL 88TH PLACE -- NLL 381 FULTON AV 89THSTREET --SLL 90THSTREET --NLL 377 FULTON AV 91STSTREET --SLL 92NDSTREET --NLL 100 FULTON 373 GARDNER AV 83RDSTREET SLL 84THSTREET NLL 374 GARDNER AV 84THSTREET --NLL 85THSTREET --NLL 355 GARDNER AV 90THSTREET SLL 91ST STREET NLL 100 GARDNER 8636 G ENOA AV 82ND STREET --- SLL 83RD STREET -- NLL 04-Apr-18 8:49 AM Length: Width: Added SecArea: KeyMa Council SegNo Sq Yds: p: District DateCompleted: 455.00 29.00 190.00 1,656 100 5 5801 256.00 29.00 0.00 825 100 5 5815 691.00 29.00 0.00 2,227 100 5 5901 4,708 265.00 29.00 0.00 854 100 5 8701 267.00 29.00 0.00 860 100 5 8801 268.00 29.00 0.00 864 100 5 8901 265.00 29.00 0.00 854 100 5 9101 3,432 265.00 33.00 229.00 1,201 100 5 8301 306.00 33.00 220.00 1,342 100 5 8401 271.00 29.00 0.00 873 100 5 9001 3,416 489.00 39.00 0.00 2,119 100 5 8209 Page 40 of 41 Rejuvenator HVJ_ID Stre StreetName: Stre FromStreet: etPr etSu Segment: Application: 354 GENOA AV 83RDSTREET --SLL 353 GENOA AV 84TH STREET CL 5437 GENOA AV 85TH STREET--SLL 370 GENOA AV 86TH STREET--SLL 8711 GENOA AV 88TH PLACE --SLL 100 GENOA 100 449 04-Apr-18 8:49 AM ToStreet: Length: Width: Added SecArea: KeyMa Council SegNo Sq Yds: p: District Comments: DateCompleted: 84TH STREET -- CL 286.00 33.00 190.00 1,239 100 5 8301 85TH STREET NLL 296.00 33.00 190.00 1,275 100 5 8401 86TH STREET -- NLL 271.00 33.00 0.00 994 100 5 8501 87TH STREET -- NLL 268.00 29.00 0.00 864 100 5 8601 89TH STREET -- NLL 263.00 29.00 0.00 847 100 5 8809 7,338 60,465 691,293 Page 41 of 41 q ME . ity of A400 Lubbock iFCA ADDENDUM 2 Close Date Extension / Revised Proposal Submittal Form RFP 18-14049-TF Asphalt Rejuvenation 0 DATE ISSUED: June 19, 2018 NEW CLOSE DATE: June 27, 2018, at 2:00 p.m. CST The following items take precedence over specifications for the above named Request for Proposals (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. Close Date Extension The proposal due date has been extended to June 27, 2018, at 2:00 p.m. CST. Revised Proposal Submittal Form The proposal submittal form has been revised and must be submitted with the response. The revised Proposal Submittal Form is attached to this addendum. Please acknowledge reception of this addendum on the signature page of the Revised Proposal Submittal Form. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFloreskmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, CITY OF LUBBOCK Teofilo Flores Senior Buyer 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 UNIT PRICE PROPOSAL CONTRACT DATE PROJECT NUMBER: RFP 18-14049-TF Asphalt Rejuvenation 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 Asphalt Rejuvenation 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 Preservative seal, or approved equal, including 1 labor, equipment, material, sand, and sweeping, 691,293 SY complete and in place. PROPOSED CONCSTRUCTION TIME: 1. Contractors proposed CONTRUCTION TIME for completion: TOTAL CALENDAR DAYS: (to Substantial Completion) TOTAL CALENDAR DAYS: (to Final Completion) (not to exceed 90 days to Substantial Completion / 120 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 90 Consecutive Calendar Days with final completion within 120 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 $ $1,204.28 for each consecutive calendar day after substantial completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. REVISED Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) 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 SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. Date: Authorized Signature (Printed or Typed Name) (Seal if Offeror is a Corporation) ATTEST: Company Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Address City, County State Zip Code Telephone: - Fax: Email: FEDERAL No. TAX ID or SOCIAL SECURITY M/WBE Firm: Woman Black American Native American Hispanic American I I Asian Pacific American Other (Specify) Cily of Lubbock Bid RFP 18-14049-TF City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 18-14049-TF Asphalt Rejuvenation 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. The bidder MUST 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. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. z Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include fnrnn's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 8. / Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. ./ Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel 10. Complete and submit the LIST OF SUB -CONTRACTORS. / DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 11. v Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 12. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. ?A VWA MT 1CV5WC A t1DA (Type or Print Company Name) 6/1/2018 1:35 PM P. 5 Pate Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269-151 THRU 2269-058 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4-7. PROPOSED LIST OF SUB -CONTRACTORS 5. 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 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 H . CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 11. GENERAL CONDITIONS OF THE AGREEMENT 12. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank Notice to Offerors RFP 18-14049-TF 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 City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 PM on June 20, 2018, 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 following described project: Asphalt Rejuvenation 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. It is the sole responsibility of the proposer 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. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 2:00 PM on June 20, 2018, and the City of Lubbock City Council will consider the proposals on July 12, 2018, at the City Hall, 1625 13th Street, 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 proposer 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 proposer 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. 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 proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. 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 http://www.bidsync.com 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. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror 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. There will be a non -mandatory pre -proposal conference on June 12, 2018, at 10:00AM, in the City of Lubbock, Purchasing and Contract Management Office, Room 204,1625 13th Street, Lubbock, TX 79401. Attention of each proposer 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. 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. 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, . Alarta-ACvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY, TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Asphalt Rejuvenation per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 PM, June 20, 2018, at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left- hand corner: "RFP 18-14049-TF, Asphalt Rejuvenation" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 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, June 12, 2018, in the City of Lubbock, Purchasing and Contract Management Office, Room 204, 1625 13th Street, Lubbock, TX 79401. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer'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. ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. 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. 3.2 Any proposer 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 proposer, 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 http://www.bidsync.com 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. 3.3 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 a proposer 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. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer 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. 4.2 Before submitting a proposal, each proposer 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 proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 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 proposer 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 proposer 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. 5 PROPOSAL PREPARATION COSTS 5.1 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. 2 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 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. 6.2 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) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES 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. 9 CONFLICT OF INTEREST 9.1 The proposer 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. 9.2 By signing and executing this proposal, the proposer 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. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 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. 11 PLANS FOR USE BY OFFERORS 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. 3 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors 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 City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: TKFloresgmylubbock.us Bidsync: www.bidsvnc.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 90 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT 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 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. 4 16 MATERIALS AND WORKMANSHIP 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 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR 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. 5 19 PROTECTION OF THE WORK 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 a proposer the following information: (a) The experience record of the proposer 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 proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 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. 20.2 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. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES 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. 22 BARRICADES AND SAFETY MEASURES 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. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 6 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer 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. 25 INSURANCE 25.1 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. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer 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 proposer' 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 proposer'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: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 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. 26.2 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. 26.3 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 7 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. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 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 forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES 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 proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 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. 29.2 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. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name_ 29.3.2 Proposal "RFP 18-14049-TF ASPHALT REJUVENATION" 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. 30 31 29.5 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 SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (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 proposer for his inspection in accordance with the Notice to Offerors. 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. QUALIFICATIONS OF OFFERORS The proposer 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 proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer'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 proposer 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 proposer. (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 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. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, 5% for Safety Record Questionnaire, and 5% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio (EMR). Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, 10 will receive zero points for this portion of the selection criteria. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the EMR. 32.4 5% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.6 The estimated budget for the construction phase of this project is $800,000 32.7 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 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. 33.2 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. 33.3 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, 11 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. 33.4 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. 33.5 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. " 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, 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. 34.2 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. 35 PREVAILING WAGE RATES 35.1 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. 35.2 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. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: http://www.wdol.gov/dba.asvx 12 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 35.5 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. 13 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 Page Intentionally Left Blank REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: � � i $ PROJECT NUMBER: Proposal of Y,ikJ� Offeror) RFP 18-14049-TF Asphalt Rejuvenation T vl I O1 C _- ,. (hereinafter called 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 Asphalt Rejuvenation 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 A expenses incurred in performing the work required under the contract documents. ITEM DESCRIPTION QTY U/M UNIT COST EXTEONSDDED 1 Preservative seal, or approved equal, including labor, equipment, material, sand, and sweeping, 691,293 SY complete and in place. PROPOSED CONCSTRUCTION TIME: 1. Contractors proposed CONTRUCTION TIME for completion: TOTAL CALENDAR DAYS:. -(to Substantial Completion) TOTAL CALENDAR DAYS: (to Final Completion) not to exceed 90 days to Substantial Completion 1 120 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 90 Consecutive Calendar Days with final completion within 120 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 S S1,204.28 for each consecutive calendar day after substantial completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. REVISED Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 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 REVISED Enclosed with this proposal is a Cashier's Check or C rtified Check Enclosed with this proposal is a Cashier's Check or Certified Check for _ _ �� 1 T-'� $ Ott D Dollars (S ) or a Proposal Bond in the sum of Dollars (S _ _ ), 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 SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date,,-6— « � Y Addenda No. -Z Date , y Addenda No. Date Addenda No. Date State oT Texas County of Kendall I7hla state ent as eclmawledged birbre me I° Commislon Notary in Kan County. TX E*ras• r- ]WWBE Firm: I I Woman z LOWSKI No airy Public. State of Texas = My Commission Expires ?,N • January 07, 2019 Date: 60-- O 1 �3 (Printed or Typed Name) Company -- ki V VNu& t<V\6LL- Address city,county C ty -21Rt Zip Code State Telephone: i? - :z --7 t d Fax: - S L+- Email: VOA. W cZ� vi TOt CJ]M FEDERAL TAX ID or SOCIAL SECURITY No. 14 l5`3 --� o MERCHANTS BONDING COMPANYQ MERCHANTS NATIONAL BONDING, INC. 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 Pavement Restoration, Inc. Bond No. NTX577I (hereinafter called the Principal) as Principal, and the Merchants National Bonding, Inc. (hereinafter called Surety), as Surety, are held and firmly bound to City of Lubbock, Texas (hereinafter called the Obligee) in the full and just sum of ( 5% of Bid Amount ) 5% of Bid Amount 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 6th day of June 2018 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Bid RFP 18-14049-TF Asphalt Rejuvenation 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 National Bonding, Inc. , 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. Witness Attest Pavement Restoration, Inc. Principal By10 - Jeff Willis, Pr t National Bonding, Inc, Liwosz, CON 0333 (2115) MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All 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, Douglas W King; Dwight Wilson; Kelly B Sutton; Michelle D Liwosz; Robert B Nation, Sherry R Heywood their true and lawful Atlomey(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, 2016. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any vice President shall have power and authority to appoint Attorneys -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 Attomey 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 Attorney -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 Slate 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 6th day of April 2017 �•.•'��10N4� .•• ,NG CO ••. ' p0 ••'' . • .-* V • 0,?*- •• MERCHANTS BONDING COMPANY (MUTUAL) Z4�� �� �• �OV��PaA'OJi9'y�: MERCHANT NATIONAL BONDING, INC. 0. _ =~ 1933 By/ .�J�hI•... , ,.•;'���. •.di`Y . \1a•` President STATE OFIOWA so COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Lary Taylor, to me personally known, who being by me duly swum 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. APFtfAI S AUCIA K. GRAM z° . • Commission Number 767430 My Commission Expires 4 {( r April 1, 2020 Notary Public (Expiration of notary's commission does not Invalidate this instrument) I, Wiliam Wamer, 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 afrmd the seal of the Companies on this 6th day of June 2018 ,•,,.. �...,�,• ••••... •.•• rORpGR.4 a ••��?O�pOq •%'9y' Sj/ . il/ �j 1933 �� C; Secretary ;� • yJa. �-Y• POA0018 (3117) "'"'`••• ••••�`•• 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. QUALITY 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: PAVEMENT ESTORATION.Inc ORGANIZATION CHART MANAGERIAL STRUCTURE fbst Office ftV532 . awm, Twcas 78006. 7ef- 813.323.2710 Fav 830.33f 3484 IL: ro6.w&pavcrrstora com VALS: wwty payem tore-com CS')Fr q7, -.!)V ��� ATTACHMENT 1 pg 11 ORGANIZATION CHART PRESIDENT - ROB WIGGINS Sales and Marketing Texas, Contracting, Insurance, Administration VICE PRESIDENT - JEFF WILLIS Administration, Accounts SECRETARY- HUBERT BEASLEY Sales and Marketing - Colorado, Contracting, Insurance OPERATIONS MANAGER — MARK WIGGINS Company Safety Officer, Company Operations and Logistics, Emulsions and Distribution TREASURY DAVE WILLIS ACCOUNTS — KRYSTAL WILLIS Accounts, Comptroller COMPANY ENGINEER -- DON WARD P.E. Engineering, Emulsion Plant Safety Officer, Sales Texas SALES MANAGER — ARIZONA — JON KREIBECK Sales and Marketing PROJECT SUPERINTENDENTS — Rejuvenator Crew Operations, Safety and Quality Control MATT ZEHR KEVAN JONES CODY BLEVINS DEAN BUCHANAN TRISTAN WIGGINS qbst 007co O&V532. Omm, Tor," 78006. Td- 813.323.2710 Far. 83a336.3484 EJWf. pLverejtqn@mmcom %Nft unmya%wrstom com PAVEMENT ESTORATION.Inc ATTACHMENT 2 pg 11 MANAGERIAL STRUCTURE LUBBOCK REJUVENATION CHART See important NOTE bottom of page PROJECT MANAGER - MARK WIGGINS Company Safety Officer, Company Quality Control, Operations and Logistics, Emulsions and Distribution Alternate ROBERT WIGGINS - PRESIDENT PROJECT SUPERINTENDENT — Rejuvenator Crew Operations, Safety and Quality Control DEAN BUCHANAN Alternate TRISTAN WIGGINS PROJECT SAFETY OFFICER - MARK WIGGINS Alternate ROBERT WIGGINS QUALITY CONTROL MANAGER - MARK WIGGINS Alternate ROBERT WIGGINS NOTE: The Project Superintendents also provide 100% on the ground SAFETY and QUALITY CONTROL Response and Actions with strong reporting protocols established to the Project Manager — Mark Wiggins Out Offrca &K1532 . Qww, Taros 78006. Ter- 813.323.2710 Far. 83a33f 3484 E2WF. prtyerestore@msn.com %,%a uww, tort City of Lubbock Bid RFP 18-14049-TF Contractor's General Information Organization Doing Business As Ad4tMEm �,p an In C Business Address of Principle Office m VA16- f t,(V%OL . 5 "5 W S-%, -ST o*AV>c -TK - cAgvvM Fi 71 ooC 3 3CL6 Telephone Numbers Main Number Fax Number %30 33rb 343b. Web Site Address VTbR�. LOM Form of Business (Check One) Date of Incorporation L,,fA Corporation A Partnership -7 % I -�Ocs j An Individual State of Incorporation tO Chief Executive Officer's Name "i RT W yti In :�, President's Name Ro%IAT W ICICI 1 S Vice President's Name(s) i Secretary's Name ggscr Spou Treasurer's Name Date of Organization DAVm Wit -Lis State whether partnership is general or limited Name Business Address IdLntif� .111 indi%i(ILHIIS not IH-eviotisly organization imnied which exert a significant aniount of business Control o%-erlhe, R rn!�A A F mnw Indicators of Organization Size Average Number of Current Full Time Employees Average Estimate of Revenue °ZS the Current Year for lie, miu lon 611/2018 1;36 PM P. 36 City of Lubbock Bid RFP 18-14049-TF Contractor's Organizational Experience Organization Doing Business As AV1,'t(t%A-T E.�rM"Tlc fI IM Business Address of Regional Office tit Vckuvf Vtlou Evtn t —T-K Z S CDC Name of Regional Office Manager o62,RT W RckI M Telephone Numbers Ism Z:Zz IZi 10 Main Number Fax Number $30 33G 3 b Web Site Address pPrVtKS,aT ZE . COM . List oFnames that this organization currently, has or anticipates operating under over the history of the organization, includin the names of related com anies resenll doingbusiness: Names of Organization From Date To Date List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Years experience in projects similar to the proposed project:-FpuR"Ia*--t1 As a General Contractor I j U, I As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? If yes provide full details in a separate attachment. See attachment No. Has this this or a predecessor organization been released from a bid or proposal in the past ten ears? N 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 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? ND 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? wo If yes provide full details in a separate attachment. See attachment No. 10 6/1/2018 1:36 PM p. 37 �J1PAVEMENT PROJECT MANAGER, PROJECT SUPERINTENDENT, SAFETY OFFICER, QUALITY CONTROL ftst Office Sar1S32 . Booms, Togas 78006. 7eL 813-323.2710 TaG 830.33C3484 EXAM m64ftayetestom corn ryNEB: unm. pave� com AVEMENT ESTORATION.Inc ATTACHMENT 3 pg 11 EXPERIENCE OF KEY PERSONNEL LUBBOCK REJUVENATION PROJECT MANAGER_ TDvM DEVOTED TO CONTRACT 20% MARK WIGGINS TECHNICAL EXPERIENCE 1) Operation and Maintenance of all Agricultural farm equipment, irrigation, Plant, pumps 2) Installation and Fabrication of Production lines (automated and manual) 3) Training and implementation of new Lean Production concepts, projects and Initiatives 4) Operation and Maintenance of Asphalt Emulsion mill and plant 5) 12 years field management of Rejuvenation projects MANAGEMENT EXPERIENCE I) British army 2) Owner /Managing Director — Two Petroleum Gas stations, Commercial Agricultural Farm, Wholesale /Retail Garden Nursery (10 years in the Petroleum and Agricultural Industries SOUTH AFRICA) 3) Production Manager- Operational, Health and safety ,QC responsibilities for entire Shift production lines Lean manufacturing Manager — applying new procedures and concepts enhancing productivity, efficiency and Health & Safety to Site and other sites within the Group Senior Operations Manager- oversaw whole Operational role of the production side of Factory (7 years UK) 4) 12 years Project Management experience Pavement Restoration EDUCATION AND FORMAL TRAINING 1) Colorado aero tech — Licensed Engineer 2) Various Health and Safety programs, IOSH certified (Osha) , HACCP Cert (Hazard analysis) 3) MDP ( Management development courses) 4) BSc Industrial Management WORK HISTORY PROJECT EXPERIENCE 1) Development of Agricultural farm planning and resources, new fields, dams and irrigation, crops, housing 2) Commissioning of new automated production lines from planning to operational state, Operation launch of new products from development to point of sale 3) Implementation of Continuous improvement projects based around Efficiency, Safety, Cost reduction, Hygiene 4) Commissioning ofPRI Yard and Emulsion plant from Concept to Operational standards 5) 12 years Field experience Rejuvenation Projects 0& Ofca BaX1532.OMM, Temras 78006. TeE 813.323.2710 Fad 83Q3363484 EN)IIL: gqkarestore@msn.com ` MR- ttfurcy pat�stomcom Ceti i.11�, �i. PAVEMENTESTORATION.Inc ATTACHMENT 3 pg 11 EXPERIENCE OF KEY PERSONNEL LUBBOCK REJUVENATION PROJECT SUPERINTENDENT — TEWE DEVOTED TO CONTRACT 100%. NOTE; also acts as a safety and quality control member DEAN BUCHANAN TECHNICAL EXPERIENCE Fabrication and installation of control systems on column type distillation unit for essential oils including operations and fractionation of oils to customer specification. Operation and maintenance of steam type continuous feed crude oil extraction plant Operation and Maintenance of Sand and Spray distributor trucks, Train the trainer operation and safety protocols. Crew safety and training operations, Traffic control , Rejuvenator application as per Tricor Refineries Best practices MANAGEMENT EXPERIENCE Terminal manager — Southwest Logistics Acting as truck broker to LaFarge Corporation to provide independent haulers to various aggregate plants on a daily basis as well as the daily operations of owned equipment. Pavement Restoration Crew Management on multiple city and county projects all Rejuvenation, Daily Safety briefs, Traffic control, Resident Notification and Resolution solutions, Rejuvenator application on multiple projects EDUCATION AND FORMAL TR H-UNG Universal Technical Institute -Phoenix Az MSHA certified Title 30 Part 46 (surface mining) 40 hour HAZWOPER Various safe driver programs (Smith System, etc) PRI Vehicle and Personnel Training, Processes and Safety Elements training, Pre Construction Protocols training Reclamite Rejuvenator product training, application, testing, Best practices PRI Safety Protocols Manual Training and sign off — see attached Booklet WORK HISTORY PROJECT EXPERIENCE Bringing Patterson Creek Quarry to from concept to operation maintaining MSHA compliance during all aspect from removal of overburden thru construction of actual crusher. Navigating the permit process to receive operational status not only with MSHA but with TECQ as well. 5 years Crew Management Operations and Project Superintendent with Pavement Restoration on multiple Rejuvenation Projects for cities and counties in Texas including several years on Lubbock Rejuvenation contract fast gjq?ae Bat1532 . eon=, Texas 78006. TeX- 813.323.2710 T'a.>g 830.3363484 EVIL: pgkerestore@msn. cm 'WWumw payerrstomcom PAVEMENT ESTORATION, Inc ATTACHMENT 3 pg 11 EXPERIENCE OF KEY PERSONNEL LUBBOCK REJUVENATION ALTERNATE PROJECT SUPERINTENDENT— TEVIE DEVOTED TO CONTRACT 100% . NOTE : Also acts as a safety and quality control TRISTAN WIGGINS TECHNICAL EXPERIENCE PLANT AND EQUIPMENT TRAINING AND PROCESSES SAFETY PROTOCOLS COURSE MANAGEMENT EXPERIENCE 2 YEARS PRI REJUVENATION PROJECTS EDUCATION AND FORMAL TRAIl41NG UNIVERSITY DEGREE COMPLETED 2017 2 YEAR FIELD TRAINING WITH PRI ON REJUVENATION PROJECTSUNDER MARK WIGGINS LEADERSHIP WORK HISTORY PROJECT EXPERIENCE 6 YEARS FIELD EXPERIENCE ON REJUVENATION PROJETCS TRAFFIC CONTROL QUALITY CONTROL AND AUDIT PROCESSESS CREW MANAGEMENT Mast Olm Bax 1.532 . Boem, ?e.Xas 78006. 7eL 813.323.2710 T'auC 830.336 3484 95ML: pay_erestore@msm corn WE& unm paycrrstmcgm ESTORATION.Inc ATTACHMENT 3 pg 11 EXPERIENCE OF KEY PERSONNEL LUBBOCK REJUVENATION PROJECT SAFETY OFFICER-- TIM DEVOTED TO CONTRACT 20%. NOTE: Our Project Superintendents, Dean Buchanan and Tristan Wiggins, also act as safety and quality control on site 100% MARK WIGGINS TECHNICAL EXPERIENCE SEE PROJECT MANAGER EXPERIENCE SHEET MANAGEMENT EXPERIENCE EDUCATION AND FORMAL TRAINING WORK HISTORY PROJECT EXPERIENCE Post Off ice Bax1532 . emm, Tm as 78006. ?ef- 813.323.2710 ftC. 830.336 3484 SIG: euvereszoreumimcom W5R SIFT w. cam PAVEMENT ESTORATION.Inc ATTACHMENT 3 pg 11 EXPERIENCE OF KEY PERSONNEL LUBBOCK REJUVENATION PROJECT QUALITY CONTROL MANAGER — TIME DEVOTED TO CONTRACT 20%. NOTE: Our Project Superintendents, Dean Buchanan and Tristan Wiggins, also act as safety and quality control on site 100% MARK WIGGINS TECHNICAL EXPERIENCE SEE PROJECT MANAGER SHEET MANAGEMENT EXPERIENCE EDUCATION AND FORMAL TRAINING WORK HISTORY PROJECT EXPERIENCE Post Offla ftXIS32.Omm, 7erar 78006. 7eL 813.323.2710 Emc 830 336.3484 AIL: payerestore@msmcom `VFA- ugm.yayemriomcom City of Lubbock Bid RFP 18-14049-TF Contractor's Proposed Key Personnel ization Doing Business As en %nc- Provide a brief description of the managerial structure of the organization and illustrate with an orb Include the title and names of key personnel. Include this chart at an attachment to this description. No. [ Rjaawr WmlnN N,RmeWr -nc NwafiM V? % 4uAT 14W.P " MArtt¢lit�C 04ki< W 144tw5 l7ON WARD P.F. —VEX%RT%#t» Ptz M� tf4 tnizational cart. See attachment CR�w rnA��r�� Vx.V An -Tam> Cbpy Q L. v ulz m NIT Z1-H R -MIZO n W lesca 1S 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. 2 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 MRKK Wye ltlN &&&KEw1441 S Project Superintendent DMn -ate vat44t� Project Safety Officer thRRX W14Wi-A RbSEA r Wt44tn.-�- Quality Control Manager 'DMA QW."AA -fit-01mr) WIWAN 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. --Zbm. s . -t, 611120181;36 PM p, 30 City of Lubbock Bit! RFP 18-14049-TF Proposed Project Managers Organization Doing Business As Name of Individual �1!>•afy1�YSC ��pTOQfP*Zlp� �>nt M�iZK Wl�S�f15 Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager b i �.Wiaflt~tT1ot1 Q Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Cfrf Osr 002im-bA % 3o 01- Z506 C rry o I RvirA 5'/is --Xwn*- ao CT( of yAlLUO(nb --SW'M a18 Reference Contact Information (listing names indicates ap val to contacting the names individuals as a reference) Name UWAim M TCt Name vtgyprnp iAmRtPxiAw Title/ Position - L kJLSt)Gk Title/ Position etyri Organization C_(" OP Organization DTr.�SiA Tele hone S06 QGL ck Telephone 4.zol 35 32 Z E-mail DSITrri U ,, ZMAU..Q. LtkWA*x E-mail Pill RtiCyE) OOEAtA TiC.S Project iaoto -2no I Project -mr, .'lo1Z -ZC1� Candidate role an Project Name of Individual [Z, T . Candidates role an Project OB�QT W1441+t1� Years of Experience as Project Manager eZ p YiL] Years of Experience with this organization I kir If WIN Number of similar projects as Project Manager 1b5 Qta.uV%A G Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date I� Ip�rCT Ot CO Av uAki 4 uwr, At, #n Pir 'Tlit ws. T;Ma c0-4 &V, t_AftocK. Name DWA1N Name kQVVgr= 1{MA`ii�llriAN Title/ Position Title/ Position ;zAcanssZ Organization crry CW t,�K Organization Cl Telephone SOb 9'AS 904 Telephone LOA 3asugwz E-mail VMffMtxt_ar[1R1L.Ct.LxAa E-mail tTywmwva0Ofofl-- ci Project 'FAA%1OA oio - bt'7 Project ATtoh Candidate role on Project c�+� n,R,p%Q%V 1v '4 {�Rc��-r O\JZAb%ROT Candidate role on Project C09rc irc"11% * Qeoazc r autet.%%Wr I? WV20181-36 PM R�� City of Lubbock Bid RFP 18-14049-TF Proposed Project Superintendent Organization Doing Business As Name of Individual qx„t Cori lyx n UIiLHi�t>!1�iN Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent 1 Number of similar projects in other positions .r Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date C-CP( OF 00950;P% ?)WA COWAT7 1100 top-7/0- --,T-IXVNF 18 Ct= OF 1 Qv vlel l00' o dun t� Reference Contact Information (listing names indicates a ravai to contacting the names individuals as a reference) Name —MN7 VP*,,G-u rZ Name C Q, mp-T Title/ Position n itior too t~%iIZ Title/ Position VN Organization 1&2ALAR Organization oG QYlYlSc Tele hone Ztb Z3S 6110 Telephone Z -72.1 �I E-mail E-mail Lx C-,--� CIA 4.r4 Project a Project p�p� Candidate role on Project Name of Individual T � R Candidate role on Project 'Tkk:hirRN W 14411J Years of Experience as Project Superintendent Years of Experience with this organization Number of similar projects as Superintendent t-2 Number of similar projects in other positions 17 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date C-M or- onz-40Q 5o - . — a01s CITY O= UUL% "W 3o d/a to Name D1 01f .. V%?-1ZR0 Name tt1 M t -M-,i— Title/ Position trr Ju► l ftgA-A,0P^T Title/ Position -JTR`ztc i%.% - Organization CV" acnd&a--A Organization C.tTV ov tAX%e.0CW Telephone 432. $b9 Telephone 92s aq0 E-mail Fft -c*,t-GZ O v E-mail Project -">n Project ph Candidate role on Project [� Candidate role on Project Rt._t PRtSSEaC� at�Pi2 RIM 13 611120181.36 PM P. 41) City of Lubbock Bid RFP 18-14o49-TF Proposed Project Safety Officer Organization Doing Business As Name of Individual AV'orn�r►T iz1ve ►Tan i}Qk W l4yltt\J Years of Experience as Project Safety Officer Years of Experience with this organization t3 Number of similar projects as Safety Officer l50 4 Number of similar projects in other positions N/A Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date ODIXITZA to % Tuunf o -9 Yln to 4t4Rt�� to .. Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name VA1R0 AMRIA"PLA Name OWN%f) Title/ Position [ Title/ Position Organization es —=A Organization C I Y oil- trtASSOGK Telephone Telephone Wft IM `12.8 29O E-mail 32 35 2 E-mail Project 23 W1W%ArnOV\ I Project -rton Candidate role on Project Name of Individual Candidate role on Project I ebZT W tc e,If%, Years of Experience as Project Safety Officer Years of Experience with this organization I 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 Completion Date NlL — vi�t AN ALci�lilt�T� ti-oR C" OF LV► M"K Name OV Name , 118%1`1 1 Title/ Position Title/ Position Organization to -Organization L Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project 14 6/1/2018 1:36 PM p. 41 City of Lubbock Bid RFP 18-14049-TF Proposed Project Quality Control Manngcr Organization Doing Business As Name of Individual n IAAnA Years of Experience as Quality Control Manager Years of Experience with this organization 5 Number of similar projects as Quality Manager 5 Number of similar projects in other positions SO i Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 11KRO, WLUA" '% ft21 =S Ctr1 OF tD.VVICT bop a -cunt zot'& Reference Contact Information (listing names indicates ap val to contacting the names individuals as a reference) Name OrrY IrPoQu.Z Name Title/ Position i�TA 10K1 MAhA`hXL Title/ Position 5 Organization K V-"XAe- CO Organization Telephone kt 6i10 Telephone Z MV -Z'x.DC\ E-mail G.%XLOqkUzai XGt .o E-mailOM Project I Project h , Candidate role on Pro'ect Name of Individual Candidate role on Project ``�^�'7�• -�1 4%W% Years of Experience as Quality Control Manager S Years of Experience with this organization Number of similar projects as Quality Manager 12. Number of similar projects in other positions 1 2-1 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date C t OD E=A so % Tta.t1 Zo1 Zs C %-t" I OF L1x&%a .X 50 o/ Name l€[ Fi CRRO Name lt1 TC lit Title/ Position 5-r thkKKit Title/ Position 'l'S Organization ap LAPA Organization Telephone %In WX VL Telephone E-mail E-mail Project Project OA Candidate role on Project'] G� Candidate role on Project �wAm � 6/1/2018 1:36 PM p, 42 City of Lubbock Bid RFP 18-14049-TF Contractor's Project Experience and Resources Doing Business As 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 years 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 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal 1 IuvIu%, a ilat u, 11u u1 c u1n1c,u PlUPUMCU wr u>c vn tins PWICU1. r►uacn nuowonai iniormanan it necessary Equipment Item Primary Use on Project Own ill Buy Lease WiTI10MATM aRttA'i —wm k ON Ruw�M t SQtno wrRack '&A u E"T�r T �w 2W P W A 'C"WIC L C OL ✓ What work will the organization complete using its own resources? l06'% of PA03-r- .-r COMPL-F-ITd -MUUI PAV%1"Wr RSIM"Q.PrT IbN to subcontract on this 1J l L I� 611/2018 1:36 PM P 43 City of Lubbock Bid RFP 18-14049-TF Contractor's Subcontractors and Vendors Organization Doing Business As fl MfhT tm-bi2pmof\ knc Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est. Percent HUB/MWBEof Contract Firm Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessa Furnish Furnish HUB/M Vendor Name Equipment / Material Provided I and WBE Only Install I Firm 17 81U20181.36 PM P. 44 City of Lubbock Bid RFP 18-14049-TF Proiect Information Project Owner oNtm- T 0 Project Name General Description of Project T10V l Project Budgetand Schedule Performance Budget History Schedule Performance Amount % of Bid Amount Date Days 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 / Estimated Substantial Completion Date Final Cost PersonnelKc� Project Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Control Manager Name Percentage of Time Devoted to the Project Proposed for this Project Did Individual Start and Complete the Project? If not, who started or completed the project in their place. Reason for change. Reference Contact Information (listing nanies indicates appFM 21 . contacting Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Suret d or Pending Resolution by Arbiiration,Dispute Number of Issues Total Amount involved in Resolved Resolved Issues Number of Issues Total Amount involved in PendingResolved Issues 16 6/112018 1:36 PM p_ 46 PAVEMENT IT ESTORATION.Inc .5 j�lr, ♦ CURRENT PROJECTS AND PROJECTS COMPLETED LAST 10 YEARS NOTE: ONLY TEXAS SHOWN, NOT AZ, CO, UT NOTE: ONLY PROJECTS OVER $100000 SHOWN fbst O,fflae BaX1532. Omm, T&Xas 78006. Tee- 813.323.2710 IV 830.3363484 AIL: rokw0paycrtstomaom %AEZ www. mmutomaom City of Lubbock Current Projects and Project Completed within the last 10 Years B1A§ggRfT1t kTF Project Owner G1TY Q Project Name ELsA General Description of Project: Project Cost SL61 SS Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer amity Control Manager Name +MIRRLC W l Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner D UAA W MITEIALL. Designer Construction Manager Project Owner C l-rN Project Name f EV General Description of Project: Project Cost SOo cr* Date Project Completed Key Project Personnel Namt Project Manager Project Superintendent Safety Officer Quality er Control MARk V 1 WV1Y Reference Contact Information (listing names indicates approval to contacting the names Individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner m or- uLe_..,soc.L< lProjectNaTne General Description of Project: Project Cost Sop c0d Date Project Completed O Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name SIC kc&l Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title! Position Organization Telephone E-mail Owner m <MiTC1�kiLl �4TS Designer Construction Manager 18 611120181:36 PM p.45 Cf yr of Lubbock Current Projects and Project Completed within the last 10 Years B�kagagiir -I V Project Owner C L OF- 80Cx- Project Name General Description of Project: Project Cost Gl 7 06Q Date Project Completed �p Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name MR RK W ICAV j Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Tide/ Position Organization Telephone E-mail OwnerCW1 Csumw's .� c �T RI Designer Construction Manager Project Owner 1 ' Project Name j}f4�,t� General Description of Project: ZT Project Cost 5Oo CM Date Project Completed '� Q Key Project Personnel Project Manager Project Superintendent Safety Officer IWtctcttN) QualityControl 1 Control Name Reference Contact Information (fisting names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer 117Y Construction Manager Project Owner I CaN ©r- Project Name General Description of Project: Project Cost 5 COO 000 Date Project Completed -z p 1 Key Project Personnel Project Manager Project Superintendent Safety Officer Qualiq Control ManaRer Name mAipLy W tkctwh , Reference Contact information (Ilstiag names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner COOn, Designer Construction Manager 19 8/1/2018 1:36 PM 0.45 CIy of t.Wftck Current Projects and Project Completed within the last 10 Years 9%#WRi&WTF project Owner I CM1 C)T7 0c LZ Project Name M011 General Description of Project: ftowtv�W-nov\ Project Cost LZ CE p 1 Date Project Completed Key Project Persomrei project Manager Project Superintendent Safety Officer Quality Control ar Name 4l Reference Contact Information. (listing names Indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner 1N� Dcsigner Construction Manager Project Owner Project Name p General Description of Project: �p Project Cost O 6D Date Project Completed 20 V Key Project Personnml Project Manager Project Superintendent Safety Of rim Quality Control Name I M1A,ARk W rA I A J Rekrence Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title! Position Organization Telephone E-mail owner Cpp Designer Construction Manager Project Owner I General Description of Project *MC)VA . Project Cost B DD O Date Project Completed �p p Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Name LMA Rk W144 t3\ Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Owner Desigm Name Tidef Position Organization U-3t3DCrK Telephone E-mail Construction Manager 18 W112018 Ux PM City of Lubbodc Current Projects and Project Completed within the last 10 Years ATt5EdRit ATF Project Owner I Q>26_xAR_ Qpuk)- 'Y Project Name General Description of Project. �} Project Cost LSO O oo p Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control er Name Vet ORK W 4Ctct) fJ Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner y v �z R 2 Co atv o ar, a Designer Construction Manager Project Owner I Is 2!v INIK Co Project Name 71W General Description of Project: —n 14T1 py\ Project Cost I 1h Sqz�o aoo Date Project Completed oZQ Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control _ er Name O1,"A t%Xq AZT Reference Contact Information (listing names indicates approval to contacting the names Individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner TOMI v Designer Construction Manager Project Owner I fs �IOVR C p 1 `� Project Name General Description of Project: P,p Project Cost SM ppp Date Project Completed eZ Q s Key Project Personnel Project Manager Project Superintendent Safety Officer art' Control Manager Name MPM W <<tet A *,.A Reference Contact Information (listing names indicates approval to contacting the names Individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner ,may Designer Construction Manager 1S e1112ola 1:36 PM v City of Lubbock Current Projects and Project Completed within the last 14 Years §ggRfnBf1T HTF Project Owner I t& Z>-X CJC� Project Name 's General Description of Project: F,`UW�V�}f4'R01.] Project Cost 9d �Q Date Project Completer) _�01 Key Project Personnel Project Manager Project Superintendent Safety Officer Ott' Control Manager Name K W 1Ct41 VN Reference Contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title) Position Organization Telephone E-mail Owner t `I V AMIG LUL k Designer Construction Manager ProjectOwner 12-xPI1R CO Project Name A-0PALT- -TLOK General Description of Project: %7YV0JVV A-r10 A Project Cost 5 oo o0o Date Project Completed a o 3 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control 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 �, V fr_,O.UIEZ A Designer Construction Manager Project Owner Project Name 'R+AL'` General Description of Project: VI_UtJa'ec t 1plV Project Cost 0 Lt-M0 Date Project Completed oZ 0 KeyProject Personnel ] Project Manager j g Project Su j Superintendent Safety Officer 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 NMI V Designer Construction Manager ]8 61112ola im Pm p. 45 My of Lubbock Current Projects and Project Completed within the last 10 Years §SEdFn-bi "A TF Project Owner a:y..(Z CO Lx= I Project Name General Description of Project: g—a? %YVA-riO n Project Cost 60tO Date Project Completed Z p y Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name lv\pgv, wte'ta -1 Reference Contact Information (listing names indicates approval to contacting the names Individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner X {� C*p Project Name �MWp General Description of Project: n pvN Project Cost 1 s b00 Date Project Completed Z010 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name KuAkiQK ulCtttm% Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title! Position Organization Telephone E-mail Owner V 6etX1Q Designer Construction Manager Project Owner X co Project Name l.TOn General Description of Project TZ U>J-C. -. jT,(5 J Project Cost o o Date Project Completed O k Key Project Personnel Project Manager Project Superintendent Safety Officer Quit" Control Mann er Name to bC W Lettan-a Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner AI k ol*>_ Designer Construction Manager 611120181:36 PM p_ 46 GKy of Lubbock Current Projects and Project Completed within the last 10 Years BJkagagf A-4J JkTF Project Owner J1', Cp Project Name's VN General Description of Project: 11 b VA Project Cost d Date Project Completed Key Project Personnel Project Manager d�� Project Superintendent Safety Officer Quality Control I Manager Name MPAV, WItt41 - Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner ►N181*(T' rAtvk*.%_R L'Zh C $5 f"Sl scoo Designer Construction Manager b �. Project Owner IRIAW11.1 c9 Project Name General Description of Project: Tl ()" Project Cost $ D O © 0 o Date Project Completed Key Project Personnel Project Manager INAVI Project Superintendent Safety Officer Quality Control Manager Name W 144W Reference Contact Information (listing names Indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner -m P3%AT l� Designer Construction Manager Project Owner l' C-0 Project Name Krt jJ.7i_,Tm11c-y10k General Description of Project: Project Cost q -:;L 000 Date Project Completed I dC) Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name u W lttctlll'J Reference Contact information (listing names indicates approval to contacting the names Individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner SCOZT lV1N8�2T 1, Designer Construction Manager Is 611/2018 1:36 PIN R 45 Current Projects and Project Completed within the last 10 Years Project Owner I IRAw'-, CO:aAT{ — General Description of Project: `p-TMs' no Project Cost Key Project Personnel Name Reference Contact Information (Acting names indicates approval Name Title/ Po Owner bLoTr M��aQT Designer Construction Manager Project Owner , �l(1�1�1W1 General Description of Project: Pu_T�Y101-1 Project Cost _ �_. _ 3a1 l bp❑ Key Project Personnel Name Reference Contact Information (listing names indicates approval Name Title/ Po Owner Designer Construction Manager Project owner General Description of Project: Project Cost DSO Key Project Personnel Name Reference Contact Information (Acting names indicates approval Name Title/ Po Owner Designer Construction Manager City of Lubbock Project Name Q 'r J.Z � &J h Dale Project Completed '� C Project Manager Project Superintendent Safety Officer M* W RIM A to contacting the names individuals as a reference) sition Organization TelenhnnP ProjectName Date Project completed �C Project Manager Project Superintendent Safety Officer RW W 1441Y1,) to contacting the names individuals as a reference) sition Organization Telephone Project Name Pp L-r t3' {<WWFN Date Project Completed Project Manager Project Superintendent Safety Officer to contacting the names individuals as a reference) sition I Oraanimtinn I Talenhnn lR E-mail E-mail Z Quality E-mail H#&Edm�ni JkTF Control Control SM2018 i za Pm p. 45 Current Projects and Project Completed within the last 10 Years Project Owner "6 C© General Description of Project: Project Cost 3Z50 MC Key Project Personnel Name Reference Contact Information (listing names indicates approval Name Title/ Po Owner Designer Construction Manager Project Owner General Description of Project: R'n o vo Project Cost 300 Key Project Personnel Name Reference Contact Information (listing names indicates approval Name Title/ Po Owner Designer Construction Manager Project Owner Iro General Description of Project: or) Project Cost cj Epp Key Project Personnel Name Reference Contact Information (listing names Indicates approval Name Title/ Po Owner %Cdrr l.to" M F Designer Construction Manager City of Lubbodc Name Date Project Completed Project Manager Project Superintendent Safety Officer mtacting the names individuals as a reference) Organization Telephone Project Name -r OOO Date Project Completed Project Manager Project Superintendent SafetyOfficer kV- uAcil to contacting the names individuals as a reference) sition Organization Telephone Name Date Project Completed p21 Project Manager Project Superintendent Safety Officer M*CQV wl44th, l - I - to contacting the names individuals as a reference) 5ition I Onz nization Trinnhnnw 18 k#&gd fltfR ATF Quality E-mail Quality Control E-mail E-mail Control 8112018 1:36 PM R. 45 My of Lubbodc Current Projects and Project Completed within the last 10 Years BIOA%CA6ftTF Project Owner ,Ar1%lJ Co Project Name General Description of Project: Project Cost Narmppp Date Project Completed Key Project Personnel Project Manager Project Supermtendent Safety Officer Quality Control Mena er Name 1� 1 icit'tiA Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner AV 1, C 0 LLAT1 Project Name General Description of Project: �� 'tom �.V1 A r- p Project Cost 'SM000 Ct bO OW Date Project Completed ZO t'a t't(Uj Key Project Personnel Project Manager Project Superintendent Safety Officer Quality er Control Name MPOU, WLtttt V-)- . Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner t Wr UNAAZ .RT Designer Construction Manager Project Owner I I Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer 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 Designer Construction Manager 1R 8I1/20181:38 Phil Q. 45 Ctty of lubbodt Current Projects and Project Completed within the last 10 Years "%ite tL TF Project Owner ( 'F WiI t' � Project Name 710n General Description of Project: Project cost (� nete Project completed 1 Key Project Personnel Project Manager Project Superint«udent Safety Officer Quality Control er Neme 41 Reference Contact Information (listing names Indicates approval to contacting the names individuals as a reference) Name Tide/Position Organization Telephone E-mail Owner S03 Designer Construction Manager Project owner I C (TY M Mt k-6qNr-> Project Nam, General Description of Project: p Project cost T. Date Project Completed Key Project Pem mtcl Project Manager Project Superintendent Safety Offic,r arty Control Manager Name iMARk W l441tM1 a Reference Contact Irtiormatlon (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone Email owner 4A8� +ice 1 iMl ► U4 32 68S 1120 �iw1e_e-UE LVA n o � Designer u�i+nn'1'�1cPti� Construction Manager Project Owner C. 77 OF a Project Name General Description of Project l4--n0yA . Project cost t OOO oaD Date Project Completed 20I 0 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control r Nam, IMARte uwtth Reference Contact Information (listing names Indicates approval to contacting the names Individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner §NM NA 90b t".,tt 2,VL"c— `M 55bZi De4w Construction Managa 18 atirma i:x Pm P. 45 City of Lubbock Current Projects and Project Completed within the last 10 Years H%#WI%bTF Pr*ctOwner Gl OF owrtww.�— Project Name 710ri General Description of Project: 1 [ Project Cost [0M ©po Date Project Completed Key Project Personnel AW&4u Project Manager Project Superintendent Safety officer Quality Control er Name wy-tqtm Reference Contact Information (fisting names Indicates approval to contacting the names Individuals as a reference) Name Title! Position Organization Telephone E-trail Owm Vttrl�. Dedpar Construction Manager Project owner C lT 01=- () (,,n,"-,:) 'aaaaProject Name General Description of Project: 'no Project Cost 77O= I Date Project Completed Kay Project Personnel project Manager Project Superintendent Safety Officer Quality Control Name YV1ARk W t441+1 J Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner 1+M MA V1 CD Designer — OV Construction Manager Project Owner I C,,%- i Q 1p- Q 0EZ—,AA Project Name General Description of Project knovA - Project Cost 5$9 aw Date Project Completed 2O1 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control r Na tr�n,ARV "c,4M Reference Contact Information (listing names Indicates approval to contacting the names Individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner V of DFrp',+A Designer [Construction Manager 111IMIS IM PM p 4S Coy of Lubbock Current Projects and Project Completed within the last 10 Years B%M#i&ftTF Project Owner I CITE OF 0 -bz Project Namo `norx General Description of Project Project cost 63, 6 0M Date Project completed 20 Key Project Personnel Project Manager IMAev Project Superintendent Safety Officer amity Control er Name WI-Iqlm, Reference Contact Informatton (listing names indicates approval to contacting the names Individuals as a referente) Name Tide/Position Organization Telephone E-mail Owner �,Q�ItPIh� Doaigner Construction Manager Project Owner I Project Name p LT— 0yx General Description of Project: �p Project Cost 000 Date Project Completed zo is Key Project Personnel Name Project Manager ivoARle-VitrAmJ Project Superintendent Safety Officer Qualsty Control MWMW Reference Contact Information (listing names Indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail owner Dcsigaer Construction Mangw Project Owner I Name MISSION General Description of Project #rJ-%pyA . Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety officer amity Control er Name tMA(he wt44tr1 Reference Contact Information (listing names Indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager City of Lubbock Current Projects and Project Completed within the last 10 Years a%Mfl; "Tw Project Owner I C—l'rti 0F Project Name i10n Ueneral Description of Project: Project Cost Date Project Completed '.ZO Key Project Persormal Project Manager 1MW2V Project Superintendent Safety Officer wit' Control Manager Name kog.C.Itt% Reference Contact Information (listing names Indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner `LA~ Z MOSAISIZ3A Desig m Construction Manager Project Owner C.CT;f I' O A1z""JA Pmjcct Name p CX-- C asse fA General Description of Project: -np Project Coat U I Date Project Completed iZ Key Project Personnel Name Project Manager Project Superintendent Safety Officer Quality Control Marlager W1ARk W t441r1 J Reference Contact Informatlon (listing names Indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone Email Owner -� Designer Construction Manager Project Owner I C-%." —or RVIrick lPmjectN=e V&A-Bpv'k General Description of Project k-nt)VA . Project Cost ZMWD Date Project Completed Key Project Personnel Project Mariager Project Superintendent Safety Officer Quality Control r Name MARk wt44t>n Reference Contact Information (listing names Indicates approval to contacting the names Individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner DAWO cri o %Nn D 1 Qtv \,A S C%TX 1,Zl u. ot,. Desrgneer c v Construction Manager !A W12018 a:e PM CNy of Lubbock Current Projects and Project Completed within the last 10 Years 6t k&WTF Project Owner I C_kTN Off' l R\ii%N S I Project Name p 710ri General Description of Project: wncA Project cost Date Project Key Project Persormel Project Manager Completed Quality Control Project Supeitendent Safety Officer Name 4 t Reference Contact InIb mation (fisting names indicates approval to contacting the names Individuals as a reference) Name Title/ Position Organization Telephone E-mail owns Q« t v+ Designer Construction Manages Project Owner CAI-f Of RVtA Project Name I Genand Description of Project: TIO Project Cost n p Boo Date Project Completed Q Key Project Personnel Project Manager Project Superintendent ..Safety Officer Quality Control Name tMAMC W VAIVN Reference Contact Information (listing names indicates approval to contacting the names Individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Construction Manager t� erica QU1r1 Project Owner Project Name General Description of Project: Project Cost 1 '3--k Od 0 Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer minty Control Name �MAIN "qC-. f1 r Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Owner Designer Construction Manager Name 0, 011`t*T Title/ Position Organization 1'2VIhS Telephone E-mail t]11MIS IM PM p, # City of Lubbock Current Projects and Project Completed within the last 10 Years 6r.IMf41E Project Owner I G l'C`( OF W Lit 0 V-*— Project Name ?1pY� (leneral Description of Project -ri Project Cost aZ1 Date Project Completed ZO i Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manner Name 4l Reference Contact Information (listing names Indicates approval to contacting the names Individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner wk ov Construction Manager Project Owner GLTI O C=' W Lrt MCL- Project Name 0 General Description of Project: :n Project Cost p Date Project Completed '.;t O rA Kay Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Name L&A V- W (4 IA1J Reference Contact Information (listing names Indicates approval to contacting the names individuals as a reference) Name Title! Position Organization Telephone E-mail Owner ,p1L Construction Manager Project Owner C tTY OF V-1L-gOR.!Z- Project Name General Description of Project: Project Cost SO o00 Date Project Completed 6Zt, �2 Key Project Pommel Project Manager Project Superintendent Safety Officer Quality Control Marmer Name MAI?k 4rt% Reference Contact Information (listing names Indicates approval to contacting the named individuals as a reference) Owner Name Title/ Position Organization Telephone E-mail D Construction Manager 1$ 611f4la 1:X PIN P. 45 City of t.uWx& Carrent Projects and Project Completed within the last 10 Years A&W Project Owner CLT►j pF• r(1C0rLL Project Name Ori General Description of Project Project Cost ITIQCyp 000 Date Project Completed 20 1 Key Project Personnel Project Manger Project Superintendent Safety Officer Quality Control Name 4l , Refereace Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title! Position Organization Telephone E-mail owner fl�1r4�ROD t:�rn��R V*A C A MYN q56 681 t115,1 Mxcllftp CZ Design rncAufr . n l.T Construction Manager Project Owner I C LT"( O C NS Project Name P Cr` 0 General Description of Project: %DO Project Cost t 56 OOp Date Project Completed Kay Project Personnel Project Manager t Alzk W ml m J Project Superintendent .Safety Officer Control QualityMan Name Reference Contact Information Whig names Indicates approval to contacting the names individuals as a reference) Name Title! Position Organization Telephone E-mail owner t DU q tpO Designer Construction Manager Project Owner _-Project Nome Genend Description of Project k1.\0y1 Project Cost U kb 4 OCE Date Project Completed riv-S Key Project Pemanel Project Manager Project Superntendent Safety Officer Quality Control r Name 1MARk Wt4ctkr% Rehreace Contact Information (listing names Indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer —IMMt 6t� C I.Construction Manager 111 13/1rms I= PM My of Lubbodc Current Projects and Project Completed within the last 10 Years ProjectOwncr I CC" OF 0ACOAArr'A Project Name 710ri General Description of Project: Project Coat O fop Data Project Completed Key Project Personnel Project Manager impou Project Superintendent Safety Officer Quality Control Name W ytlqltv� Reference Contact information (Usttng names indicates approval to contacting the names individuals as a reference) Name Title! Position Organization Telephone E-mail owns cal- ate. 5101M V)C lorikEn Designer Construction Managcx ProjectC+twcr CM 01R gpAALh"CO Project Name p ,(�kSTWSA#Mf1 General Description of Project: aNtw AIT-10.v\ Project Cost too enion Date Project Completed :Zp 1 Key Project Personnel Project Project Manager Project Superintendent Safety Officer Quality Control I Manager Name W trAIV% J Reference Contact Infa matlon (lhting names indicates apptoval to contacting the names individuals as a reference) Name Title! Position Organization Telephone E-mail Owner COW KI\ftfp ppas -rx . 4ov Construction Manager Ptojecl Owner Project Name ��TlQl�1 General Description of Project kJ-\0VA . Project cost kpd egn Date Project Completed 201� Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control r Name MARk W144U1 Reference Contact information (listing names indicates approval to contacting the names Individuals as a reference) Name Titlel Position Organization Telephone Owner D'l KV\App Dcaigw COrl9irrrCti6Q Manager E-mail is 611=e IM PIN P. 45 City of Lubbodc Current Projects and Project Completed within the last 10 Years B #24#iibf'TF Project Owner I ca y (S MUA- o Project Name Ineyx General Description of Project: Project Cost $ 5 M) Date Project Completed Key Project Personnel Project Manager imu Project Superintendent Safety Officer rurality Control Name lowtAMON Reference Contact Information Mstittg names Indicates approval to contacting the names individuals as a reference) Name Title! Position Organization Telephone & ail Owe D PI' ci Construction Manager Project Owner 1 777 QF C NkXA 1\b Project Name ([ General Description of Project: Project Coat t00 me) Date Project Completes ©�S Key Project Pe: =ml Project Manager Project Superintendent Safety Officer Quality Control Name "Rk W RCLIA Reference Contact Information (listing names indicates approval to contacting the names individuals as a referenca) Name Title/ Position Organization Telephone E-mail owner Atp +4R�lr�n Designer Construction Manager Protect t]wrrrQ � OF C"Waip, PARK' Pmje ct Name V&A-npT General Description of Project: Project Cost rj O ©OO Date Project Completed ZO l ,9 %A Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name IMARV wt44tn Reference Contact Infbrinatlon (listing names Indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail owner Designer k b 1 P 1 0 b 8S5 Rw 113 M C *RPM ctov Uu xfk. 1B p_ 45 City of LWAc * Current Projects and Project Completed within the last 10 Yean 0♦ ,!MIitIt�IIIIIW Reject owner I CA-" F 1F}9— fl K Pmjcct Namc ?10YL General Description of Project -Z,IQ Project cost 35 bop Ddte Project completed Zp 1-7 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Name in I Reference Contact Information (fisting names Indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner G N Designer Construction Manager Project Owner I rk TJ CSOAe eApb< Project Name FZVtW Cr— e MEN General Description of Project: ono Project Cost ZQ 000 Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control lw'! er Name "Rk w iA a Reference Contact Information (listing names indicates approval to contacting the names Individuals as a reference) Name Title/ Position Orga=ation Telephone E-mail owner}{u Designer Construction MmuW K Project Owner C C SMA PAW Project Name General Description of Project kn0VA . Project Cost 0 bate Project Completed 'ZQ Key Project Pommel Project Manager Project Superrmtcmdent Safety Officer Nome IMAQk Wt441t1 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone Owe In Y�tk� � aC Designer Construction Manager Quality Control MWISE E-mail ]a enrMeIM iM CRy of LWbaek Current Projects and Project Completed within the last 10 Years tit: Vi i, =;iii: Project owner I C%rV CUAA IAAK Project Name -A0YL General Description of Project Project cost ppp Date Projact completed Key Project Personnel Project Manager Project Superintendent Safety Officer Duality Control Manager Nana 41 Reference Contact Information (fisting names indicates approval to contacting the names individuals as a reference) Name Tidd Position Organization Telephone E-mail Owner DAW *x IL CUSP& ZVI Designer Construction Meneger Project Owner I Cl G (L{/1 Project Name O General Description of Project: �p Project Cost 7 GO CcoDate Project Completed ©�'3 Key Project Personnel Project Mama er j S IV) J Project 5 j Superintendent Safety Officer Quality Control Mamer Name Rekrance Contact Iaformation (Wong names Indicates approval to contacting the names individuals as a reference) Name Title) Position Organization Telephone E-mail Owner Designer Construction nagar Prcjeclowtmr CkT-t C"Ale 9k Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Superintendent Safety Officer Project MMis:] Quality Control Name MAQk r Rekrence Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner DbRLAA worgromlP Designer Construction Manager City of Lubbock B AttacllMrtt i9TF Current Projects and Project Completed within the last 10 Years Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer 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 Designer Construction Manager Project Owner I ect Name General Description of Project: Project Cost Dale Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Owner Name Title/ Position Organization Telephone E-mail Designer Construction Manager Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent I Safety Officer Quality Control i Manager Name I Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Owner Name Title/ Position Organization Telephone E-mail Designer Construction Manager 18 6/1/2018 1:36 PM p, 45 Page Intentionally Left Blank City of Lubbock Bid RFP 18-14049-TF City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal 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 iyeting all of the requirements defined in this proposal. Contractor 'Qz3-R-r Wt 4tin-'-4 Contractor (Print) CONTRACTOR'S BUSINESS NAME: rFV�xvlr�rT �Q�na� Inc (Print or Type) CONTRACTOR'S FIRM ADDRESS: irk VALLVy %�CAOLJ - %0VR-A . 7X -70-CM 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. RFP 18-14049-TF - Asphalt Rejuvenation 61112018 1;36 PM 1J.,. Pale Intentionally Left Blank City of Lubbock Bid RFP 18-14049-TF 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. Specificnlly, 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. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. 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: QUESTION 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 cif ons 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 dispasiti n of offense, if any, and penalty assessed. Offeror's Initials 6/1l2018 1:36 PM P. 49 City of Lubbock Sid RFP 18-14049-TF 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 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 (1 Q) years, of a criminal offense which resulted in serious bodily injury or death? YES NO 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 -72 Provide your company's Experience Modification Rate and supporting information: P PP g 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 onysions may cause my proposal to be rejected. Signature Title 611120181:35 PM P. 50 City of Lubbock Bid RFP 18-14049-TF City of Lubbock, TX RFP 18-14049-TF 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: 1VW2A-V- „�� OA �V)C_ FEDERAL TAX ID or SOCIAL SECURUPY No. U� ] q 34 2 o Signature of Company Official: Printed name of company official Date Signed: 6 U)kgC%t11't'k Q_%01bSKr 6/1/2018 1:36 PM P. 51 City of Lubbock Bid RFP 18-14049-TF City of Lubbock, TX Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel RFP 18-14049-TF House Bill 89, adopted by the 851h Legislature, created §2270.001, Texas Government Code, Section Subtitle F, Title 10, requires a company entering to a contract with a governmental entity or state agency to verify that the company: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. (Effective September 1, 2017) I, the undersigned agent for the company named below, certify that the Company does not boycott Israel and will not boycott Israel during the term of the contract. COMPANY NAME: L-OmwT QMWA r\. `11L Signature of Company Official: Date Signed: I; 1,1 j %-6 Printed name of company official signing above: koN '- W 6/1/2018 1.36 PM p. 52 City of Lubbock Bid RFP 18-14049-TF 1. 2. 3. 4. 5. 6. 7. S. 9. 10. 11. 12. U. 14. 15. 16. Company Name PROPOSED LIST OF SUB -CONTRACTORS Location Services Provided Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: iYer+N1�h'i i�=or"N, I1,C (PRINT NAME OF COMPANY) RFP 18-14049-TF - Asphalt Rejuvenation 611/2018 1:36 PM p_ 54 Page 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 proposals are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank City of Lubbock Bid RFP 18-14049-TF FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. ❑ C 2. ❑ ❑ 3. o ❑ 4. ❑ ° 5. ❑ ❑ 6. ❑ ❑ 7. �111-' ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ❑ 11. El ❑ 12. z ❑ a 13. ° ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ SUBMITTED BY: �` R VIM S - (4aTCRx" orgy 1R C (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 18-14049-TF - Asphalt Rejuvenation 6/1/2018 1-36 PM P. 57 Page Intentionally Left Blank PAYMENT BOND Pate 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 Pavement Restoration, 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 Seven Hundred Ninety -Four Thousand Nine Hundred Eighty -Six Dollars and Ninety -Five Cents ($794,986.95) 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 26' day of July, 2018, to RFP 18-14049-TF Asphalt Rejuvenation 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) 2018. (Company Name) By: (Printed Name) (Signature) (Title) Page 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. Page Intentionally Left Blank PERFORMANCE BOND Pale 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 Pavement Restoration, 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 Seven Hundred Ninety -Four Thousand Nine Hundred Eighty -Six Dollars and Ninety -Five Cents ($794,986.95) 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 26t' day of July, 2018, to RFP 18-14049-TF Asphalt Rejuvenation 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 2018. Surety By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page 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. Page Intentionally Left Blank CERTIFICATE OF INSURANCE Pate Intentionally Left Blank TO: CITY OF LUBBOCK P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 THIS IS TO CERTIFY THAT CERTIFICATE OF INSURANCE DATE: TYPE OF PROJECT: (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 of 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 a&$ 1 I 9 04 13 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. Page Intentionally Left Blank CONTRACT Page Intentionally Left Blank Contract 14049 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 26" day of July, 2018 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 Pavement Restoration, Inc. of the City of Boerne, County of Kendall 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 18-14049-TF Asphalt Rejuvenation 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. Pavement Restoration, Inc.'s proposal dated June 20, 2018 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: Pavement Restoration, Inc. By: PRINTED NAME: TITLE: COMPLETE ADDRESS: Pavement Restoration, Inc. III Valley Knoll Boerne, TX 78006 ATTEST: Corporate Secretary CITY OF LUBBOCK, TEXAS (OWNER): LOW Daniel M. Pope, Mayor ATTEST: Rebecca Garza, City Secretary APPROVED AS TO CONTENT: Mike Gilliland, Public Works Superintendent L. Wood Franklin, P.E., Division Director of Public Works APPROVED AS TO FORM: Kelli Leisure, Assistant City Attorney Page Intentionally Left Blank CONFLICT OF INTEREST OUESTIONNAIRE CHAPTER 176 CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 7th business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://www.ci.lubbock.tx.us/departmentalwebsites/ departments/purchasing/vendor-information CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 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. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. 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. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, signing the form, and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: httns://www.ethics.state.tx.us/whatsnew/elf info forml295.htm Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Pate Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER 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 Pavement Restoration, Inc., who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative, Mike Gilliland, Public Works Superintendent, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS 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". 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. 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). 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. 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. 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. it. 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. pklI , _l210IIr01300 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. 4 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 6 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 EQUIPMENT 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 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 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. 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. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED E. Umbrella Liability Insurance — NOT REQUIRED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has 8 undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the 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. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 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. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 9 (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of 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: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end 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 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 person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. F. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. 10 (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) 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; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) 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; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) 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 (ii) 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; (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 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; (g) 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 Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text 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: 11 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 or 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 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) 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; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions.", (iv) 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; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) 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; 12 (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 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 (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 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 13 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 It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $$1,204.28 PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $$1,204.28 PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 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 at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that 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. 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. QUANTITIES 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 15 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. 16 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 Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 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 o£ 17 (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 18 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 19 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 $25,000. 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 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 20 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 21 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. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 61. HOUSE BILL 1295: DISCLOSURE 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: http://www.ci.lubbock.tx.us/departmental-websites/departments/purchasing/vendor-information :9A .14OU •L7►•1 SB 252 prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. iL 'I The Contractor warrants that it complies with Chapter 2270, Subtitle F, Title 10 of the Texas Government Code by verifying that: (1) The Contractor does not boycott Israel; and (2) The Contractor will not boycott Israel during the term of the Agreement. 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. 22 DAVIS-BACON WAGE DETERMINATIONS EXHIBIT A General Decision Number: TX180007 01/05/2018 TX7 Superseded General Decision Number: TX20170007 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above - mentioned types of contracts entered into by the federal government that are subject to the Davis - Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5. 1 (a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2018 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 Paving & Curb ............... $ 12.36 Structures ..................$ 13.52 1 I :•' ' Asphalt Raker ............... $ 12.28 Flagger.....................$ 9.30 Laborer, Common .............$ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer.................... $ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ........................ $ 13.46 Front End Loader Operator, Over 3 CY................... $ 12.77 Front End Loader, 3CY or less ........................ $ 12.28 LoaderBackhoe..............$ 14.18 Mechanic .................... $ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt .............$ 10.95 Roller, Other ...............$ 10.36 Scraper ..................... $ 10.61 Spreader Box ................ $ 12.60 Servicer $ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 FORM BUILDER/FORM SETTER WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health - related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health - related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested parry's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS Page Intentionally Left Blank City of Lubbock, TX RFP 18-14049-TF Asphalt Rejuvenator Specifications Scope of work: The contractor shall furnish all labor, materials, and equipment necessary to perform all operations for the application of a rejuvenating agent to asphaltic concrete surfaces at various locations throughout the City of Lubbock. A list of streets names to be rejuvenated will be provided by the city coordinator after the bid award. Material Performance: The rejuvenating agent shall have a record of at least five years of satisfactory service as a rejuvenating agent and in-depth sealer. Satisfactory service shall be based on the capability of the material to decrease the viscosity and increase the penetration value of the asphalt binder as follows. The viscosity shall be reduced by a minimum of 45 percent and the penetration value shall be increased by a minimum of 25 percent. Test data shall be performed on extracted asphalt cement from a pavement to a depth 2 inches. In addition, the pavement shall be in-depth sealed to the intrusion of air and water. Application Equipment: The distributor for spreading the emulsion shall be self-propelled, and shall have pneumatic tires. The distributor shall be designed and equipped to distribute the rejuvenating agent uniformly on variable widths of surface at determined and controlled rates from 0.05 to 0.5 gallons per square yard of surface, and with an allowable variation from any specified rate not to exceed 5 percent of the specified rate. Distributor equipment shall include full circulation spray bars, pump tachometer, volume measuring device and a hand attachment suitable for application of the emulsion manually to cover areas inaccessible to the distributor. The distributor shall be equipped to circulate and agitate the emulsion within the tank. The process shall include the application of sand to prevent tracking of the rejuvenating agent. The sand to be used shall be pre washed concrete sand and free flowing, without any leaves, dirt, stones, etc. Any wet sand shall be rejected from the job site. The truck used for sanding shall be equipped with a spreader that allows the sand to be uniformly distributed onto the pavement. The spreader shall be able to apply 1/2 pound to 3 pounds of sand per square yard in a single pass. The spreader shall be adjustable so as not to broadcast sand onto driveways or trees, or lawns. Application Temperature and weather Limitations: The temperature of the rejuvenating agent, at the time of application shall be as recommended by the manufacturer. The rejuvenating agent shall be applied only when the existing surface to be treated is thoroughly dry and when it is not threatening to rain. The rejuvenating agent shall not be applied when the ambient temperature is below 40 degrees Fahrenheit. Resident Notification and Street Obstructions: The Prime Contractor shall be responsible for notifying residents, 24 hours in advance to work being done. The hand-out must include brief description of work, schedule of work, any anticipated delays or parking issues, and expected start and completion date for all stages of work. Work will not take place without 24 hour notice to the residents. The notice will have a local number that residents can call to ask questions. The contractor shall place notices on cars parked in the roadway. Hand distribution of this notice will be considered incidental to the contract. Application of Rejuvenating Agent: The Rejuvenating agent shall be so applied that uniform distribution is obtained at all points of the areas to be treated. Distribution shall be commenced with a running start to insure full rate of spread over the entire area to be treated. Areas inadvertently missed shall receive additional treatment as may be required by hand sprayer application. Application of rejuvenating agent shall be on one-half width of the pavement at a time. When the second half of the surface is treated, the distributor nozzle nearest the center of the road shall overlap the previous application by at least on -half the width of the spray nozzle. After the street has been treated, the area within one foot of the curb line on both sides of the road shall receive an additional treatment of the rejuvenation agent. Said treatment shall be uniformly applied by a method acceptable to the Engineer. The combined mixture of rejuvenating agent and water shall be spread at a rate of 0.05 to 0.10 gallons per square yard, or as approved by the Engineer. Also, it shall have a cure time of 1 to 2 hours, and for environmental reasons, the rejuvenating agent shall be 100% Green and be free from any known carcinogens (no coal tar or any other carcinogens). SDS sheets must be submitted for the rejuvenating agent. All traffic control shall conform to the Texas Manual on Uniform Traffic Control Devices in accordance with the City of Lubbock Public Works Engineering Standard Paving Specifications, Section 10.1, Barricades. Street Sweepin& The contractor shall be responsible for sweeping and cleaning of the streets prior to, and after treatment. Prior to treatment, the streets will be cleaned of all standing water, dirt, leaves, foreign materials, etc. This work shall be done by mechanical sweeping, no power blowers will be accepted for use to clean streets. All sand used during treatment must be removed no later than 48 hours after treatment is completed.