Loading...
HomeMy WebLinkAboutResolution - 2016-R0067 - Contract For Northwest Water Reclamation Plant - Utility Contractors Of America - 02_25_2016Resolution No. 2016-R0067 Item No. 5.10 February 25, 2016 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock Contract 12681 for Northwest Water Reclamation Plant Raw Sewage & Water Activated Sludge Offsite Pipeline, by and between the City of Lubbock and Utility Contractors of America, Inc., and any 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 February 25, 2016 ATTEST: GLEN C. 6KF4TSON, MAYOR 1�" 4 it, -A/ ----) Reb cca Garza, City Secr tart' ED AS 70 CONTENT: P.E., Director of Public Works APPROVED AS TO FORM: f Amy L. Si , Depy6 Cit orney RES.Contract-Utility Contractors of America, Inc 2.4.16 Contract is viewable in the Office of the City Secretar y CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. 12016-9330 CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Utility Contractors of America, Inc. Lubbock. TX United States gate Filed, 02/04/2016 2 Name of governmental entity or state agency that is a party to tFW contract for Wich the form is]Date being filed. City of Lubbock Acknowledged: g Provide the identification number used by the governmental entity or state agency to track or Identify the contract, and provide a description of the goods or services to be provided under the contract. Contract 12681 / RFP 16-12681- Northwest Water Reclamation Plant Raw Sewage & Waste Activated Sludge Offsite Pipelines 4 Nature of interest {check applicable} Name of Interested Parry City, State, Country (place of business) Controlling Intermediary Ziegner, Jonathan Lubbock, TX United States X Lane, Ty Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct a.,';,:,; Tammy VanBuren ,? Notary Pubiic State of Texas Commission t > p vas nature of authorized \` tember 27.2016 9 agent of conrrau-ting business entity 5e AFFIX NOTARY STAMP 1 SEAL ABOVE Qlr} Sworn to and subscnb re me, by the said this the day of 20&, to c Lness my hand and seal of office. 7 �� 2fnry\ Signature of Printed name of office administering oath Title of officer adrinistering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.34944 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-9330 Date Filed: 02/04/2016 Date Acknowledged: 02/10/2016 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Utility Contractors of America, Inc. Lubbock, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being fled. City of Lubbock 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 goods or services to be provided under the contract. Contract 12681 1 RFP 16-12681- Northwest Water Reclamation Plant Raw Sewage & Waste Activated Sludge Offsite Pipelines 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Ziegner, Jonathan Lubbock, TX United States X Lane, Ty Lubbock, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP 1 SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.34944 BOND CHECK BEST RATING: LICENSED IN TEXAS DATE: BY: CONTRACT AWARD DATE: February 25, 2016 CITY OF LUBBOCK SPECIFICATIONS FOR Northwest Water Reclamation Plant Raw Sewage & Waste Activated Sludge Offsite Pipeline RFP 16-12681-TF CONTRACT 12681 PROJECT NUMBER: 92221.8242.30000 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.thereproductioncompany.com Phone: (806) 763-7770 CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank 1 I ADDENDA ADDENDUM I Revised Proposal Submittal Form & Engineer's Addendum No. 1 RFP 16-12681-TF Northwest Water Reclamation Plant Raw Sewage & Waste Activated Sludge Offsite Pipelines DATE ISSUED: January 22, 2016 CLOSE DATE: January 26, 2016 at 3:00 p.m. 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. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Revised Proposal Submittal Form Several items on the Proposal Submittal Form have been revised and the revised form must be submitted with the proposal. 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. Engineer's Addendum No. 1 1. Questions asked via BidSync and email have been answered via this addendum. 2. Revisions to Specifications are included in this addendum. 3. Modifications to plan sheets and modified plan sheets are attached. 4. Burlington Northern & Santa Fe Railway Company Documents are included: a. Exhibit A 1/16/2015 — RR Signal Sketch b. Exhibit A 11/16/2014 — Preliminary Paving Plan c. Exhibit D 1/16/2015 — RR Signal Cost Estimate d. Exhibit D 2/13/2015 — Concrete Crossing Cost Estimate 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 TKFloresAa mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com 11 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 offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or Iimits 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. a CITY OF LUBBOCK, TEXAS NORTHWEST WATER RECLAMATION PLANT RAW SEWAGE AND WASTE ACTIVATED SLUDGE OFFSITE PIPELINES ADDENDUM NO. 1 JANUARY 21, 2016 ADDENDUM NO. 1 The following responses to questions, additions, deletions, modifications, and clarifications shall be made to the appropriate sections of the Contract Documents. Bidder shall acknowledge the receipt of this Addendum in the space provided on the Bid Form. CE OF r� `S *:' * /I of : of NATHAN K. RIGLER i................................. 107685 11FSg�� ENS�NG`�= January 21, 2016 ............................... JASON L. SWOFFORD .. t............................ z 67911 January 21, 2016 Addendum No. 1 1 Northwest Water Reclamation Plant Raw Sewage and Waste Activated Sludge Offsite Pipelines C. 1. Responses to Questions a. Question 2 -Spec 02326, 2.1, E calls for Casing End Seals, Neoprene Rubber by APS, Cascade, or PSI. While Spec 02349, 2.1, 4 calls for Hard rubber Model PL Link Seal. What type of End Seals for the casing will be required? Please Clarify. (Submitted: Jan 13, 2016 11:54:04 AM CST) Response - All casing end seals shall comply with Specification 02326, 2.1, E. Requirements of Specification 02349, 2.1, 4 shall not apply. See Changes to Specifications included with Addendum No. 1. b. Question 3 - Spec 02326, 2.1, D, 4 calls for 8-inch wide Casing spacers for carrier sized 24-inch and smaller. While Spec 02349, 2.1, 5, g calls for Runners with a minimum length of 11-inches. What size of casing spacer will be required? Please Clarify. (Submitted: Jan 13, 2016 11:54:34 AM CST) Response - All casing spacers shall comply with the requirements of Specification 02326. 2.1, D. Requirements of Specification 02349, 2.1, 5, shall not apply. See Changes to Specifications included with Addendum No. 1. c. Question 4 - What Bid Item(s) should the various sized Drop assemblies Pay under? (Submitted: Jan 13, 2016 12:09:49 PM CST) Response - Manhole Drop assemblies are to be paid under Item 35, 'Extra Vertical Feet for 60" I.D. Fiberglass Drop Manhole Riser.' d. Question 5 - Bid Item #31, FRP TEE BASE MANHOLE WITH CONCRETE ENCASEMENT calls for a Qty of 9-EA, Plans show 12 EA. Please verify qty. (Submitted: Jan 14, 2016 8:43:23 AM CST) Response - Twelve (12) FRP Tee Base Manholes. See Revised Proposal Submittal Form included with Addendum No. 1. e. Question 6 - Bid Item #32, FRP TEE BASE DROP MANHOLE WITH CONCRETE ENCASEMENT calls for a Qty of 17-EA, Plans show 15 EA. Please verify qty. (Submitted: Jan 14, 2016 8:43:46 AM CST) Response - Fifteen (15) FRP Tee Base Drop Manholes. See Revised Proposal Submittal Form included with Addendum No. 1. Question 7 - 2.1-A-8-b-1) Roundness. The difference between the major and minor outside diameters shall not exceed 0.1 percent of the nominal outside or inch, whichever is less. Delete the whole section. This requirement is not required in ASTM D3262 . In addition, this tolerance is more related to the OD -controlled manufacturing process such as CCFRPM (Submitted: Jan 14, 2016 9:22:25 AM CST) Response — All pipe proposed to be installed must meet the requirements of ASTM D3262. The more stringent requirement for roundness shall be modified to comply with the recommendations in the referenced ASTM standard. See Changes to Specifications included with Addendum No. 1. Addendum No. 1 2 Northwest Water Reclamation Plant Raw Sewage and Waste Activated Sludge Offsite Pipelines g. Question 8 - 2.1-A-8-c-1) Wall Thickness. Provide minimum single point thickness no less than 98 percent stated design thickness Wall Thickness. Provide pipe wall thickness in accordance with ASTM D3262 subsection 6.2.3. The specification should be reference to the ASTM D3262 standard and not necessarily to a specific manufacturing method. (Submitted: Jan 14, 2016 9:22:56 AM CST) Response - All pipe proposed to be installed must meet the requirements of ASTM D3262. The more stringent requirement for wall thickness shall be modified to comply with the recommendations in the referenced ASTM standard. See Changes to Specifications included with Addendum No. 1. h. Question 9 - 2.1-A-8-d-1) End Squareness. Provide pipe ends square to pipe axis with maximum tolerance of 1/8 inch. End Squareness. Provide pipe ends square to pipe axis in accordance with ASTM D 3262 subsection 6.2.4. The specification should be reference to the ASTM D3262 standard and not necessarily to a specific manufacturing method. (Submitted: Jan 14, 2016 9:23:05 AM CST) Response - All pipe proposed to be installed must meet the requirements of ASTM D3262. The more stringent requirement for end squareness shall be modified to comply with the recommendations in the referenced ASTM standard. See Changes to Specifications included with Addendum No. 1. i. Question 10 - 1.5-A-4, 2.1-A-13-c "Beam Load". Replace by "Pipe Stiffness". The term Pipe Stiffness is used in the FRP industry to specify how resistant the pipe is to external load (see ASTM D3262 Table 1). Beam Load is more related to a concrete pipe (Submitted: Jan 14, 2016 9:23:15 AM CST) Response — The term "Beam Load" in the specifications shall be replaced with the term "Pipe Stiffness". All pipe proposed to be installed shall meet the requirements i of ASTM D3262. All pipe shall have a minimum SN 46 rating. See Changes to Plan Sheets included with Addendum No. 1. Question 11 - Spec 03301, 2.2, B states "Frames and covers shall be by East Jordan Iron works as shown in the contract drawings. Covers shall be fiberglass reinforced plastic, bolted and gasketed." While Detail 1/DTL-004 shows both the Std EJIW Cast Iron MH Frame and Cover as well as a Bolted and Gasketed MH Frame and Cover by Advanced Industrial Composites Inc. Please Clarify what will be expected. (Submitted: Jan 14, 2016 9:59:06 AM CST) Response: All manhole rings and covers shall be East Jordan Iron Works Cover ID 41430090A01. Material shall be cast iron. See Changes to Specification Section 02606 and 03301 included with Addendum No. 1. k. Question 12 - Sheet DTL-004, Detail 2 calls for Manhole Utility Markers, while Spec 03301 does not reference them. Will these be the same as those called out in 13592, 2.2, B: 3-1/2" diameter, 72" Long (Cottmark 503&504, Arris Poly dome or =)? (Submitted: Jan 14, 2016 10:07:42 AM CST) Addendum No. 1 Northwest Water Reclamation Plant Raw Sewage and Waste Activated Sludge Offsite Pipelines Response - Yes. Manhole Utility Markers are to be "Cottmark 503&504, Arris Poly Dome or OWNER approved equal meeting all requirements and specifications." Manhole Utility Markers are to be'minimum 3-1/2" in Diameter and 72" length minimum' as called out in DTL-004 Detail 2. Markers to be placed adjacent to all manholes outside the limits of paving. See Changes to Specification Sections 02606 and 03301 included with Addendum No. 1. 1. Question 13 - Spec 13592, 2.2, F mentions Marker Balls, but there locations are not noted anywhere. Will they be required? If they are required, at what locations? (Submitted: Jan 14, 2016 10:15:42 AM CST) Response - Marker Balls shall be placed under pullbox lid in accordance with Specification 13592, 3.2, D: "All pullboxes shall have a round marker ball placed at the center of the lid to assist in the locating of the pullbox during future excavations." m. Question 14 - Spec 02871, 3.6, B mentions Trace Wire, but the details nor the City of Lubbock standards require Trace wire for Sanitary Sewer. Will Trace Wire be required? (Submitted: Jan 14, 2016 10:22:26 AM CST) Response - Tracer wire will not be required for the RS or WAS line. See Changes to Specification Section 02871 included with Addendum No. 1. n. Question 15 — Overall Bid. There is no bid item for subgrade prep for the Flex Base or the 2" HMAC or to match either of the 2 demo and salvage asphalt pavement Qty items. How will this be paid for and how many sy should be anticipated? (Submitted: Jan 18, 2016 6:04:11 PM CST) Response - Subgrade preparation shall be bid with Pay Item 48 — Excavation for Roadways and Ditches and Pay Items 50 and 75 — Embankment Borrow as described in Section 01020, 2.30 and 2.32 of the Specifications. 2. Revised Proposal Submittal Form 3. Changes to Specifications a. Section 01020 1. Replace Section 01020 with Section 01020R b. Section 02326 1. Delete 2.1.D c. Section 02349 1. 2.1.4 1. Delete 2.1.4.a-b. Replace with "a. All end seals shall comply with Section 02326, 2.1.E of the Specifications." 2. 2.1.5.b 1. Add "5) Spacer width shall be 8 inches for pipe diameters 24 inches and smaller, 12 inches for pipe diameters 26 inches and larger." Addendum No. 1 4 Northwest Water Reclamation Plant Raw Sewage and Waste Activated Sludge Offsite Pipelines i_ 3. 2.1.5.g 1. Delete 2.1.5.g.1.a. Replace with "a) For 8 inch wide spaces runners shall have a minimum width of 1 inch and a minimum length of 7 inches, for 12 inch wide spacers runners shall have a minimum width of 2 inches and a minimum length of 11 inches." d. Section 02606 1. Add 3.1.G "G. Utility Markers 1. The utility marker shall be used to alert excavators there is buried sewer line in the area and to obtain a location prior to any excavation. The locate marker shall be placed within 18 inches of all manholes outside the limits of pavement. 2. The utility marker shall be a minimum of 3-1/2 inches diameter and 72 inches length. The installed height of the marker post shall be 48 inches above ground line. 3. The utility marker shall be highly flexible and able to with stand repeated impacts by vehicles and livestock. 4. All locate and marker post shall be guaranteed not to fade, peel or disband for the life of the post. The posts shall be white in color with the top 18 inches being green in color with the OWNER's contact in formation and the words "Warning Buried Sewer Pipeline," as shown in the plan details. 5. The utility marker shall be Cottmark 503&504, Arris Poly Dome or OWNER approved equal meeting all requirements and specifications." e. Section 02660 1. 1.5.A.4 1. Replace the term "Beam Load" with "Pipe Stiffness" 2. 1.7.A.1. 1. Delete 1.7.A.1 Replace with "Contractor shall ensure that pipe is transported to the project site in a manner that prevents damage to the pipe, fittings, and appurtenances in accordance with manufacturers recommendations." 3. 2.1.A.8 1. Delete 2.1.A.8.a thru 2.1.A.8.e 4. 2.1.A.13.c 1. Replace the term "Beam Load" with "Pipe Stiffness" f. Section 02730 1. Delete 3.3.D.5 Replace with "The deflection test shall be run with a Go No Go full circle mandrel to ensure that the maximum allowable deflection is not exceeded." Addendum No. 1 Northwest Water Reclamation Plant Raw Sewage and Waste Activated Sludge Offsite Pipelines g. Section 02871 1. Delete 3.6.B h. Section 03301 1. Delete 2.2.B 2. Add 3.3.M I'M. Utility Markers 1. The utility marker shall be used to alert excavators there is buried sewer line in the area and to obtain a location prior to any excavation. The locate marker shall be placed within 18 inches of all manholes outside the limits of pavement. 2. The utility marker shall be a minimum of 3-1/2 inches diameter and 72 inches length. The installed height of the marker post shall be 48 inches above ground line. 3. The utility marker shall be highly flexible and able to with stand repeated impacts by vehicles and livestock. 4. All locate and marker post shall be guaranteed not to fade, peel or disband for the life of the post. The posts shall be white in color with the top 18 inches being green in color with the OWNER's contact in formation and the words "Warning Buried Sewer Pipeline," as shown in the plan details. 5. The utility marker shall be Cottmark 503&504, Arris Poly Dome or OWNER approved equal meeting all requirements and specifications." 4. Changes to Plan Sheets a. Replace Sheet DTL-004 with Sheet DTL-004 included with Addendum No. 1. b. Replace Sheet P-003 with Sheet P-003 included with Addendum No. 1. c. Replace Sheet P-004 with Sheet P-004 included with Addendum No. 1. 5. The Burlington Northern & Santa Fe Railway Company Documents The documents provided herein are preliminary and subject to change. CONTRACTOR is responsible for coordination with BNSF to determine final costs and required activities associated with railroad crossing extension. a. Exhibit A 1/16/2015 — RR Signal Sketch b. Exhibit A 11/16/2014 —Preliminary Paving Plan c. Exhibit D 1/16/2015 — RR Signal Cost Estimate d. Exhibit D 2/13/2015 — Concrete Crossing Cost Estimate Addendum No. 1 6 Northwest Water Reclamation Plant Raw Sewage and Waste Activated Sludge Offsite Pipelines REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 16-12681-TF — Northwest Water Reclamation Plan Raw Sewage & Waste Activated Sludge Offsite Pipeline Proposal of _ called Offeror) (hereinafter 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 construction of a Northwest Water Reclamation Plan Raw Sewage & Waste Activated Sludge Offsite Pipeline 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 Estimated Unit Unit Price Extended Amount No. Quantity 1 MOBILIZATION 1 LS $ $ OPERATIONAL AND BYPASS 2 PUMPING PLAN (300-800 GPM 1 LS $ $ FOR 2 DAYS) 48" FIBERGLASS SEWER PIPE 3 (SN 72) AND 66" PLATE LINER 740 LF $ $ STEEL CARRIER BY BORING 48" FIBERGLASS SEWER PIPE 4 (SN 72) BY BORING WITHOUT 362 LF $ $ CASING 42" FIBERGLASS SEWER PIPE 5 (SN 72) AND 60" PLATE LINER 125 LF $ $ STEEL CARRIER BY BORING 36" FIBERGLASS SEWER PIPE 6 (SN 72) AND 45" STEEL CASING 203 LF $ $ PIPE BY BORING 36" FIBERGLASS SEWER PIPE 7 (SN 72) BY BORING WITHOUT 610 LF $ $ CASING 30" FIBERGLASS SEWER PIPE 8 (SN 72) AND 42" STEEL CASING 160 LF $ $ PIPE BY BORING 9 15" SDR-35 PVC SEWER PIPE 150 LF $ $ AND 22" STEEL PIPE CASING BY REVISED Item Description Estimated Unit Unit Price Extended Amount No. Quantity BORING 12" SDR-35 PVC SEWER PIPE 10 AND 20" STEEL CASING PIPE BY 110 LF $ $ BORING 10" SDR-35 PVC SEWER PIPE 11 AND 20" STEEL CASING BY 1,517 LF $ $ BORING 12 10" SDR-35 PVC SEWER PIPE BY 145 LF $ $ BORING WITHOUT CASING 8" SDR-35 PVC SEWER PIPE AND 13 16" STEEL CASING PIPE BY 170 LF $ $ BORING 48" FIBERGLASS SEWER PIPE 14 BY OPEN CUT (30 - 35 FT CUT 3,171 LF $ $ DEPTH) 48" FIBERGLASS SEWER PIPE 15 BY OPEN CUT (35 - 40 FT CUT 1,913 LF $ $ DEPTH) 42" FIBERGLASS SEWER PIPE 16 BY OPEN CUT (20 - 25 FT CUT 651 LF $ $ DEPTH) 42" FIBERGLASS SEWER PIPE 17 BY OPEN CUT (25 - 30 FT CUT 2,944 LF $ $ DEPTH) 42" FIBERGLASS SEWER PIPE 18 BY OPEN CUT (30 - 35 FT CUT 1,328 LF $ $ DEPTH) 36" FIBERGLASS SEWER PIPE 19 BY OPEN CUT (15 - 20 FT CUT 4,480 LF $ $ DEPTH) 30" FIBERGLASS SEWER PIPE 20 BY OPEN CUT (30 - 35 FT CUT 20 LF $ $ DEPTH) 21 18" SDR-35 PVC SEWER PIPE BY 40 LF $ $ OPEN CUT (30-35 FT DEPTH) 22 12" SDR-35 PVC SEWER PIPE BY 20 LF $ $ OPEN CUT (5-10 FT DEPTH) 10" SDR-35 PVC SEWER PIPE BY 23 OPEN CUT (5 - 10 FT CUT 855 LF $ $ DEPTH) 10" SDR-35 PVC SEWER PIPE BY 24 OPEN CUT (10 - 15 FT CUT 13,488 LF $ $ DEPTH) 10" SDR-35 PVC SEWER PIPE BY 25 OPEN CUT (15 - 20 FT CUT 1,468 LF $ $ DEPTH) 26 8" SDR-35 PVC SEWER PIPE BY 20 LF $ $ OPEN CUT (5-10 FT DEPTH) 27 8" SDR-35 PVC SEWER PIPE BY 80 LF $ $ OPEN CUT (10-15 FT DEPTH) Offeror's Initials REVISED Item Description Estimated Unit Unit Price Extended Amount No. Quantity 28 8" SDR-35 PVC SEWER PIPE BY 130 LF $ $ OPEN CUT (15-20 FT DEPTH) 29 6" SDR-35 PVC SEWER PIPE BY 60 LF $ $ OPEN CUT (5 -10 FT DEPTH) 30 6" SDR-35 PVC SEWER PIPE BY 20 LF $ $ OPEN CUT (15 -20 FT DEPTH) 31 FRP TEE BASE MANHOLE WITH 12 EA $ $ CONCRETE ENCASEMENT 32 FRP TEE BASE DROP MANHOLE 15 EA $ $ WITH CONCRETE ENCASEMENT 33 48" I.D. CLOSED END 40 EA $ $ FIBERGLASS MANHOLE EXTRA VERTICAL FEET FOR 60" 34 I.D. STANDARD FIBERGLASS 188 EVF $ $ MANHOLE RISER EXTRA VERTICAL FEET FOR 60" 35 I.D. FIBERGLASS DROP 385 EVF $ $ MANHOLE RISER 36 TIE TO 48" PVC PIPE STUB AT 1 EA $ $ STA.10+16.51 37 TIE TO 36" PIPE OR 36" PLUG AT 1 EA $ $ STA.175+44.04 38 VACUUM TESTING OF 26 EA $ $ MANHOLES POST CONSTRUCTION 39 CLEANING AND TV 18,799 LF $ $ INSPECTION OF ALL SANITARY SEWER (RS LINE ONLY) 40 TRENCH SAFETY SYSTEM FOR 955 LF $ $ TRENCHES 5'-10' DEEP 41 TRENCH SAFETY SYSTEM FOR 29 713 LF $ $ TRENCHES OVER 10' DEEP ' TEMPORARY EROSION, 42 SEDIMENT, AND WATER 1 LS $ $ POLLUTION PREVENTION 43 PREPARATION OF RIGHT OF 18 STA $ $ WAY REMOVE AND SALVAGE 44 THOROUGHFARE ASPHALT 6,514 SY $ $ PAVEMENT AND BASE (8"-13") REMOVE AND SALVAGE NON- 45 THOROUGHFARE ASPHALT 4 311 SY $ $ PAVEMENT AND BASE ' MATERIAL (8"-13") 46 REMOVE CONCRETE 508 SY $ $ (PAVEMENT) 47 REMOVE CONCRETE 30" CURB 10 LF $ $ AND GUTTER 48 EXCAVATION FOR ROADWAYS 2,400 CY $ $ AND DITCHES Offeror's Initials REVISED Item Description Estimated Unit Unit Price Extended Amount No. Quantity OVER EXCAVATION OF 49 TRENCHES, ROADWAYS AND 1,000 CY $ $ DITCHES BEYOND LIMITS OF LINES SHOWN IN PLANS 50 EMBANKMENT BORROW 700 CY $ $ 5I HMAC TY C (2") (ROADWAY) 12,836 SY $ $ 52 FLEXIBLE BASE (6") 5,245 SY $ $ 53 8" THICK CONCRETE 469 SY $ $ PAVEMENT 54 6" THICK CONCRETE FILLET 39 SY $ $ AND VALLEY GUTTER 55 FLOWABLE FILL (18-INCH 8,188 SY $ $ TRENCH CAP) 56 TYPE II PAVEMENT MARKINGS 1,111 LF $ $ (4")(YELLOW) 57 TYPE II PAVEMENT MARKINGS 4,919 LF $ $ (4")(WHITE) 58 TRAFFIC CONTROL 15 MO $ $ 59 HYDROSEEDING 46,534 SY $ $ 60 SODDING 3,656 SY $ $ 61 30" CONCRETE CURB AND 10 LF $ $ GUTTER 62 5" CONCRETE FLUME 233 SY $ $ 63 13.5"X22" REINFORCED CONC. 180 LF $ $ ARCH PIPE 64 5" CONCRETE RIPRAP 22 SY $ $ 65 3" CONDUIT (SLICK BORE) 1,619 LF $ $ 66 3" CONDUIT PIPE (SHARED 14,462 LF $ $ TRENCH) 67 CONCRETE PULL BOXES 34 EA $ $ 68 PROTECTION OF EXISTING 670 LF $ $ FENCE Total Base Bid, Items 1-68 Offeror's Initials REVISED ALTERNATE BID 1 ITEM (SUBSTITUTE POLYMER CONCRETE MANHOLES FOR 48" I.D. CLOSED END FIBERGLASS MANHOLE) Item Description Estimated Unit Unit Price Extended Amount No. Quantity 33A 48" I.D. POLYMER CONCRETE 40 EA $ $ MANHOLE 33B EVF FOR 48" I.D. POLYMER 358 EVF $ $ CONCRETE MANHOLES 33C VACUUM TESTING OF 40 EA $ $ MANHOLES Total Alternate Bid, Items 1-32, 33A, 33B, 33C, 34-68 Offeror's Initials ALTERNATE BID 2 ITEM (SUBSTITUTE POLYMER CONCRETE MANHOLE RISERS FOR FIBERGLASS MANHOLE RISERS - RS LINE ONLY) Item Estimated No. Description Quantity Unit Unit Price Extended Amount 34A EVF FOR 60" I.D. POLYMER 188 EVF $ $ CONCRETE MAHOLES 35A EVF FOR 60" I.D. POLYMER 385 EVF $ $ CONCRETE DROP MANHOLES Total Alternate Bid, Items 1- 33, 34A, 35A, 36 - 68 Offeror's Initials ALTERNATE BID 3 ITEM (SUBSTITUTE DISPOSAL OF ASPHALT PAVEMENT AND BASE FOR SALVAGING MATERIALS) Item No. Description Estimated Quantity Unit Unit Price Extended Amount REMOVE AND DISPOSE OF 44A THOROUGHFARE ASPHALT 6,541 SY $ $ PAVEMENT AND BASE (8"-13") REMOVE AND DISPOSE OF 45B NON -THOROUGHFARE 4,311 SY $ $ ASPHALT PAVEMENT AND BASE MATERIAL (8"-13") Total Alternate Bid 2, Items 1-43, 44A, 45A, 46-68 Offeror's Initials REVISED ADD -ALTERNATE 1 BID ITEM - FIBER OPTIC CONDUIT ALONG WAS LINE (SHEETS FO - 017 TO FO - 020) Item Description Estimated Unit Unit Price Extended Amount No. Quantity 69 3" CONDUIT PIPE (SHARED 3650 LF $ $ TRENCH) 70 3" CONDUIT BY OPEN CUT (4-6 75 LF $ $ FT CUT DEPTH) 71 CONCRETE PULL BOXES 10 EA $ $ Total Add -Alternate 1, Items 69 - 71 Offeror's Initials ADD -ALTERNATE 2 BID ITEM - N. SLIDE ROAD PAVING AND BNSF RAILROAD CROSSING RECONSTRUCTION (N. SLIDE ROAD STATION 117+59.25 TO STATION 121+36.25) Item Description Estimated Unit Unit Price Extended Amount No. Quantity 72 PREPARATION OF RIGHT OF 4 STA $ $ WAY REMOVE AND SALVAGE NON - 73 THOROUGHFARE ASPHALT 1,821 SY $ $ PAVEMENT AND BASE MATERIAL 8"-13") 74 REMOVE EXISTING SET 1 EA $ $ 75 REMOVE EXISTING 4X6 FT BOX 5 LF $ $ CULVERT 76 EMBANKMENT BORROW 350 CY $ $ 77 HMAC TY C (2") (ROADWAY) 3,019 SY $ $ 78 FLEXIBLE BASE (6") 3,019 SY $ $ 79 TYPE II PAVEMENT MARKINGS 515 LF $ $ (4")(YELLOW) 80 TYPE II PAVEMENT MARKINGS 243 LF $ $ (8")(YELLOW) 81 TYPE II PAVEMENT MARKINGS 808 LF $ $ (4")(WHITE) 82 TYPE II PAVEMENT MARKINGS 191 LF $ $ (24")(WHITE) PREFABRICATED PAVEMENT 83 MARKINGS (ARROW) IN 2 EA $ $ ACCORDANCE WITH TXDOT STANDARDS PREFABRICATED PAVEMENT 84 MARKINGS (RR CROSSING) IN 4 EA $ $ ACCORDANCE WITH TXDOT STANDARDS Offeror's Initials I 6 .A REVISED Item Description Estimated Unit Unit Price Extended Amount No. Quantity 85 STREET SIGN 2 EA $ $ 86 STOP SIGN 4 EA $ $ 87 ONE-WAY SIGN 1 EA 88 SMALL SIGN POST 4 EA 89 5" CONCRETE FLATWORK 272 SY $ $ 90 24" CONCRETE CURB AND 286 LF $ $ GUTTER 91 18" REINFORCED CONCRETE 148 LF $ $ PIPE 92 4'X2' CONCRETE BOX CULVERT 64 LF $ $ 93 SAFETY END TREATMENT 2 EA $ $ (SET) TYPE II FOR 18" RCP SAFETY END TREATMENT 94 (SET) TYPE II FOR 4'X2' BOX 1 EA $ $ CULVERT TRAFFIC CONTROL IN ACCORDANCE WITH TMUTCD FOR 95 CLOSURE OF SLIDE ROAD (N. CR 1 MO $ $ I900) FOR RECONSTRUCTION OF PAVEMENT AND SIGNALIZED RAILROAD CROSSING COORDINATE WITH BNSF, EXECUTION OF BNSF RIGHT OF ENTRY AGREEMENT, AND PROVIDE NECESSARY INSURANCE 96 INACCORDANCE WITH BNSF 1 LS $ $ REQUIREMENTS TO FACILITATE CONSTRUCTION OF PAVEMENT AND SIGNALIZED RAILROAD CROSSING BNSF FLAGMEN FOR DURATION 97 SUFFICIENT TO PERFORM ALL 25 DAYS $ $ WORK WITHIN LIMITS OF BNSF RIGHTS -OF -WAY EXTENSION OF RAIL ROAD CROSSING PLANKS AND RAILS, 98 CONSTRUCTION OF CROSSING 1 LS $249,417.00 $249,417.00 ARMS AND SIGNALS BY BNSF FORCES Per Exhibit D Total Add -Alternate 2, Items 72 - 98 Offeror's Initials 7 REVISED 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 ( ) Calendar t Days• d ( ) Written Days Completed by Contractor CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $1000.00 for each consecutive` calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. VI Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) 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 Address Offeror acknowledges receipt of the following addenda: City, County Addenda No. Date State Zip Code Addenda No. Date Telephone: - `- Addenda No. Date Fes' - Addenda No. Date Email: FEDERAL TAX ID or SOCIAL SECURITY No. MBE Firm: Woman /W Black American Native American Hispanic American Asian Pacific American Other (Specify) Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Tex. Occ. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas: 0425-013-03 ' SECTION 01020R MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. PART 2 - PAY ITEMS 2.1 PAY ITEM NO. 1 — MOBILIZATION A. The cost for mobilization shall be limited to no more than 5% of the Contract amount for construction items (materials and labor) bid for this project. B. Mobilization shall include costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. This would include the movement of personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. This Item will be measured by the lump sum as the work progresses. C. Payment. Partial payments of the lump sum bid for mobilization will be as follows. The adjusted Contract amount for construction Items as used below is defined as the total Contract amount less the lump sum for mobilization. 1. Payment will be made upon presentation of a paid invoice for the payment bond, performance bond, and required insurance. The combined payment for bonds and insurance will be no more than 10% of the mobilization lump sum. 2. When 1 % of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 3. When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid will be paid. Previous payments under the Item will be deducted from this amount. 4. When 10% of the adjusted Contract amount for construction Items is earned, 90% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 5. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate after final acceptance of the project. 2.2 PAY ITEM NO. 2 — OPERATIONAL AND BYPASS PUMPING PLAN This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to prepare an operational plan and bypass pumping as a shop drawing prior to beginning construction. Anticipated flow rates range from 300 to 800 gallons per minute and the expected duration of bypass pumping activities is two (2) days. The operational plan shall include, at a minimum, the contractor's sequence of construction to minimize disruption to the sanitary sewer collection system. The bypass pumping plan shall include those terms identified in the plans. Measurement for payment shall be on a lump sum basis. REVISED JANUARY 2016 01020R - Page 1 of 11 ° MEASUREMENT AND PAYMENT M:\2013\NWWRP_DESIGMDOCUMENTS\SPECS\DIVERSIONSLUDGE SPECS\01020R MEASUREMENT AND payment 20160121.doc 0425-013-03 2.3 PAY ITEM NO. 3 — 48-INCH FIBERGLASS SEWER PIPE (SN 72) AND 66-INCH CASING PIPE 6 OR TUNNEL LINER PLATE INSTALLED BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 48-inch SN 72 fiberglass sewer pipe and 66-inch steel casing pipe or tunnel liner plate including, but not limited to, casing spacers or steel skids, grout, and end seals as shown on the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. 2.4 PAY ITEM NO. 4 — 48-INCH FIBERGLASS SEWER PIPE (SN 72) INSTALLED BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 48-inch SN 72 fiberglass sewer pipe by other than open cut as described in the technical specifications. Measurement for payment shall be on a linear foot basis. 2.5 PAY ITEM NO. 5 — 42-INCH FIBERGLASS SEWER PIPE (SN 72) AND 60-INCH CASING PIPE OR TUNNEL LINER PLATE INSTALLED BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 42-inch SN 72 fiberglass sewer pipe and 60-inch steel casing pipe or tunnel liner plate including, but not limited to, casing spacers or steel skids, grout, and end seals as shown on the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. 2.6 PAY ITEM NO. 6 — 36-INCH FIBERGLASS SEWER PIPE (SN 72) AND 45-INCH CASING PIPE OR TUNNEL LINER PLATE INSTALLED BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 36-inch SN 72 fiberglass sewer pipe and 45-inch steel casing pipe or tunnel liner plate including, but not limited to, casing spacers or steel skids, grout, and end seals as shown on the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. 2.7 PAY ITEM NO. 7 — 36-INCH FIBERGLASS SEWER PIPE (SN 72) INSTALLED BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 36-inch SN 72 fiberglass sewer pipe by other than open cut as described in the technical specifications. Measurement for payment shall be on a linear foot basis. 2.8 PAY ITEM NO. 8 — 30-INCH FIBERGLASS SEWER PIPE (SN 72) AND 42-INCH CASING PIPE OR TUNNEL LINER PLATE INSTALLED BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 30-inch SN 72 fiberglass sewer pipe and 42-inch steel casing pipe or tunnel liner plate including, but not limited to, casing spacers or steel skids, grout, and end seals as shown on the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. 2.9 PAY ITEM NO. 9 — 15-INCH SDR-35 PVC SEWER PIPE AND 22-INCH CASING PIPE INSTALLED BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 15-inch PVC sewer pipe and 22-inch steel casing pipe including, but not limited to, casing spacers or steel skids, grout, and end seals as shown on the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. 2.10 PAY ITEM NO. 10 — 12-INCH SDR-35 PVC SEWER PIPE AND 20-INCH CASING PIPE INSTALLED BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 12-inch PVC sewer pipe and 20-inch steel casing pipe including, but not limited to, casing spacers or steel skids, grout, and end seals as shown on the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. REVISED JANUARY 2016 01020R -Page 2 of 11 MEASUREMENT AND PAYMENT M:\2013\NVJWRP_DESIGN\DOCUMENTS\SPECS\DIVERSIONSLUDGE SPECS\01020R MEASUREMENT AND payment 20160121.doc a 0425-013-03 2.11 PAY ITEM NO. 11 — 10-INCH SDR-35 PVC SEWER AND 20-INCH CASING PIPE INSTALLED BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 10-inch PVC sewer pipe and 20-inch steel casing pipe including, but not limited to, casing spacers or steel skids, grout, and end seals as shown on the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. 2.12 PAY ITEM NO. 12 — 10-INCH SDR-35 PVC SEWER PIPE INSTALLED BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 10-inch PVC sewer pipe by other than open cut as described in the technical specifications. Measurement for payment shall be on a linear foot basis. 2.13 PAY ITEM NO. 13 — 8-INCH SDR-35 PVC SEWER PIPE AND 16-INCH CASING PIPE OR TUNNEL LINER PLATE INSTALLED BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 8-inch PVC sewer pipe and 20-inch steel casing pipe or tunnel liner plate including, but not limited to, casing spacers or steel skids, grout, and end seals as shown on the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. 2.14 PAY ITEM NO. 14 THROUGH 20 — 48, 42, 36, 30-INCH FIBERGLASS SEWER PIPE INSTALLED BY OPEN CUT (VARIOUS DEPTHS AND PIPE STIFFNESS) This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install the above referenced fiberglass sewer pipe by open cut at various depths measured to the flow line as shown in the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. 2.15 PAY ITEM NO. 21 THROUGH 30 — 18, 12, 10, 8, AND 6-INCH SDR-35 PVC SEWER PIPE INSTALLED BY OPEN CUT (VARIOUS DEPTHS) This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install the above referenced PVC sewer pipe by open cut at various depths measured to the flow line as shown in the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. 2.16 PAY ITEM NO. 31 AND 32 — FRP TEE BASE FOR STANDARD AND DROP MANHOLE WITH CONCRETEENCASEMENT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install manhole base as shown in the plans, specifications and details. Measurement for payment shall be on as per each basis. 2.17 PAY ITEM NO. 33 — 4 FOOT DIAMETER CLOSED END FIBERGLASS MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install a 4 foot diameter closed end fiberglass manhole as shown in the plans, specifications and details. Measurement for payment shall be on as per each basis. 2.18 PAY ITEM NO. 34 & 35 — EXTRA DEPTH FOR 60-INCH INSIDE DIAMETER FIBERGLASS STANDARD AND DROP MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 60-inch inside diameter fiberglass manholes at depths greater than that of the tee base. Manhole depths shall be measured from proposed rim elevation to flow line as shown in the plans. Measurement for payment shall be on a vertical foot basis. 2.19 PAY ITEM NO. 36 — CONNECT PROPOSED 48-INCH SN72 FIBERGLASS PIPE TO EXISTING 48-INCH PVC PIPE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to connect proposed 48-inch SN72 fiberglass sewer pipe to existing 48-inch PVC sewer pipe stub at RS STA 10+16.51 and grades shown on the plans. Measurement for payment shall be on as per each basis. REVISED JANUARY 2016 01020R - Page 3 of 11 MEASUREMENT AND PAYMENT M:12013\NWWRP_DESIGMDOCUMENTS\SPECS\DIVERSIONSLUDGE SPECS101020R MEASUREMENT AND payment 20160121.doc 1 0425-013-03 2.20 PAY ITEM NO. 37 —PLUG PROPOSED 36-INCH SN72 FIBERGLASS SEWER PIPE OR CONNECT TO EXISTING 36" SEWER PIPE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to plug to a proposed 36-inch fiberglass sewer pipe at RS STA 175+44.04 and grades shown on the plans or connect to existing 36-inch sewer pipe. Measurement for payment shall be on as per each basis. 2.21 PAY ITEM NO. 38 AND 33C — VACUUM TESTING OF MANHOLES This pay items shall consist of all work, labor, materials, equipment and incidentals necessary to vacuum test manholes in accordance with TCEQ requirements at locations indicated on the plans, specifications and proposal form. Measurement for payment shall be on a per each basis. ' 2.22 PAY ITEM NO. 39 — POST CONSTRUCTION CLEANING AND TV INSPECTION (RS LINE ONLY) This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to perform post construction television inspection of all sanitary sewer in accordance with the technical specifications. Measurement for payment shall be on a linear foot basis. 2.23 PAY ITEM NO.40 THROUGH 41 —TRENCH SAFETY SYSTEM This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely furnish, install and remove a trench safety system as required at various depths indicated. The Contractor is reminded that he must fully comply with OSHA requirements in all cases and no separate payment will be made for such compliance. Measurement for payment shall be on a linear foot basis. 2.24 PAY ITEM NO. 42 — TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION PREVENTION AND CONTROL The unit price shall include furnishing and installing all materials, filing Notice of Intent/Termination forms, inspections, maintenance, silt fences, hay bales, san bags, biodegradable logs, construction entrance/exit, diversion swales and any other measure and/or incidentals required for compliance with TPDES Permit. Payment will be made at the unit price bid per lump sum for the Storm Water Pollution Prevention Plan. Partial payment will be made on a pro-rata basis as a percentage of the construction contract duration. The sum of the partial payments made for storm water pollution prevention shall not exceed 90% of the lump sum price bid for storm water pollution prevention prior to the termination of the construction contract. No partial payment will be made for partial storm water pollution prevention measures. Payment shall not be made for this item where the Owner determines a lack of evidence that storm water pollution prevention measures were used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where storm water pollution prevention is required because of work being remedied due to not meeting the requirements of the plans and specifications. 2.25 PAY ITEMS NO. 43 AND 71 — PREPARING RIGHT OF WAY Measurement will be made on the 100-foot centerline stations. Payment will be made at the unit price bid per centerline station of right-of-way preparation. The unit price shall include all labor, equipment, and incidentals necessary to clear, grub and remove all items that are in conflict with proposed improvements that are not called out to remain and are not included in the bid items. This work shall include, but not be limited to, removal of landscaping features, trees, stumps, bushes, vegetation, roots, shrubs, edging, fences, miscellaneous stone, existing utilities to be abandoned, etc. No separate payment will be made for disposing of excess material. Any existing improvement shown to remain on the plans, which is damaged or destroyed by these operations, shall be replaced at the Contractor's expense. All work shall be performed in accordance with TxDOT Specification Item 100. 2.26 PAY ITEM NO. 44 — REMOVAL AND SALVAGE OF THOROUGHFARE HMAC TYPE C 2-INCH PAVEMENT AND ASPHALT STABALIZED BASE (8"-13") Measurement will be made of the area, in square yards, of asphalt (HMAC) and asphalt stabilized base (ASB) material removed and salvaged to depth of thirteen inches. Payment will be made at the unit price bid per square yard of asphalt surfacing and stabilized base removed. The contractor shall ensure that the Owner has the opportunity to measure the square yards of asphalt surfacing prior to removal. If asphalt surfacing and base are removed without measurement by the Owner, no payment will be made for that removal. The unit price bid shall include milling, sawing, REVISED JANUARY 2016 0102OR - Page 4 of 11 MEASUREMENT AND PAYMENT M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\DIVERSION-SLUDGE SPECSX01020R MEASUREMENT AND payment 20160121.doc .. 0425-013-03 separating for salvage, hauling to City of Lubbock Caliche Canyon Landfill, 8425 North Avenue P, or other location as directed by Engineer, labor and equipment, and any incidental asphalt paving repair. All work shall be performed in accordance with Section 02221 — Removing Existing Pavements. 2.27 PAY ITEM NO. 45 AND 72 — REMOVAL OF HMAC TYPE C 2-INCH PAVEMENT AND FLEXIBLE BASE (8"-13") Measurement will be made of the area, in square yards, of asphalt (HMAC) and flexible base material removed and salvaged to depth of thirteen inches. Payment will be made at the unit price bid per square yard of asphalt surfacing and stabilized base removed. Flexible base material shall become property of the contractor. The contractor shall ensure that the Owner has the opportunity to measure the square yards of asphalt surfacing prior to removal. If asphalt surfacing and base are removed without measurement by the Owner, no payment will be made for that removal. The unit price bid shall include milling, sawing, separating HMAC for salvage, hauling to City of Lubbock Caliche Canyon Landfill, 8425 North Avenue P, or other location as directed by Engineer, labor and equipment, and any incidental asphalt paving repair. All work shall be performed in accordance with Section 02221 — Removing Existing Pavements. 2.28 PAY ITEM NO. 46 — REMOVE CONCRETE (PAVEMENT) Removing concrete pavement will be measured by the square yard (regardless of thickness). The Contractor shall ensure that the Owner has the opportunity to measure the quantity of concrete to be removed, prior to removal. If concrete is removed without measurement by the Owner, no payment will be made for that removal. The unit price bid is full compensation for breaking the concrete, incidental asphalt repair, loading, hauling and salvaging or legally disposing of the material, equipment, labor, tools and incidentals necessary to complete the work. All work shall be performed in accordance with Section 02221 — Removing Existing Pavements. 2.29 PAY ITEM NO. 47 — REMOVE CONCRETE CURB AND GUTTER Removing concrete curb and gutters will be measured by the linear foot. The Contractor shall ensure that the Owner has the opportunity to measure the quantity of concrete to be removed, prior to removal. If concrete is removed without measurement by the Owner, no payment will be made for that removal. The unit price bid is full compensation for breaking the concrete, incidental asphalt repair, loading, hauling and salvaging or legally disposing of the material, equipment, labor, tools and incidentals necessary to complete the work. All work shall be performed in accordance with Section 02221 — Removing Existing Pavements. 2.30 PAY ITEM NO. 48 — EXCAVATION FOR ROADWAYS AND DITCHES Measurement will be made of the volume, in cubic yards, of roadway and ditch excavation. Payment will be made at the unit price bid per cubic yards. The unit price bid shall be complete compensation for excavation, loading, hauling, and stockpiling to location specified on plans, proof rolling, dewatering, stripping topsoil, scarifying subgrade, subgrade preparation to depths shown on typical sections, complete in place, and shall include replacing subgrade, reworking, shaping, moisture conditioning, density control compaction, and any incidental work required to complete the work. All work shall a performed in accordance with Section 02300 — Earthwork. 2.31 PAY ITEM NO. 49 — OVER EXCAVATION OF TRENCHES, ROADWAYS AND DITCHES BEYOND LIMITS OF LINES SHOWN IN PLANS Measurement will be made of the volume, in cubic yards, of trench, roadway, and ditch excavation beyond the limits of the lines shown in the plans, as directed by the Engineer, to treat or replace deficient subgrade, including subgrade removal and replacement with a suitable material, or approved treatment of unsuitable material, and all borrow material. Payment will be made at the unit price bid per cubic yard. The unit price bid shall be complete compensation for excavation, loading, hauling, stockpiling to location specified on plans, proof rolling, dewatering, stripping topsoil, scarifying subgrade, placing acceptable excavated material as backfill density controlled compaction, and all incidentals to complete the work. All work shall be performed in accordance with Section 02300 — Earthwork. REVISED JANUARY 2016 01020R - Page 5 of 11 MEASUREMENT AND PAYMENT M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\DIVERSIONSLUDGE SPECS\01020R MEASUREMENT AND payment 20160121.doc 0425-013-03 2.32 PAY ITEM NO. 50 AND 75 — EMBANKMENT BORROW Measurement will be made of the volume, in cubic yards, of embankment or borrow. Limit of payment for "borrow" is finished subgrade elevation. Payment will be made at the unit price bid per cubic yard. The unit price bid is full compensation for furnishing and installing borrow necessary to backfill to the top of finished subgrade elevation, this includes any and all borrow material, density controlled compaction, proof rolling, subgrade preparation to depths shown on typical sections, complete in place, and shall include replacing subgrade, reworking, shaping, moisture conditioning, density control compaction, and any incidental work required to complete the work. All work shall - be performed in accordance with Section 02318 — Borrow. 2.33 PAY ITEM NO. 51 AND 76 — HMAC TYPE C (2") Measurement will be made of the area, in square yards, of asphalt paving actually constructed. Payment will be made at the unit price bid per square yard for the depth shown on the typical sections. The unit price bid shall include furnishing and installing all materials, tack and prime coats, compaction and all incidentals necessary to complete the work. All work shall be performed in accordance with City of Lubbock Standard Street Specifications 8.9. 2.34 PAY ITEM NO. 52 AND 77 — FLEXIBLE BASE (6") Measurement will be made of the area, in square yards, of flexible base. Payment will be made at the unit price bid per square yard. The unit price shall be complete compensation for the flexible base as shown on typical sections, complete in place, and shall include shaping, density control and any incidental work required to complete the work. All work shall be performed in accordance with City of Lubbock Standard Street Specifications Section 8.8. 2.35 PAY ITEM NO. 53 — CONCRETE STREET PAVEMENT (8") Measurement will be made of the area, in square yards, of 8" thick concrete street pavement. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, toe walls, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. All work shall be performed in accordance with City of Lubbock Standard Street Specifications Section 8.7. 2.36 PAY ITEM NO. 54 — CONCRETE FILLET AND VALLEY GUTTER (6") Measurement will be made of the area, in square yards, of 6" thick concrete street pavement. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, toe walls, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. All work shall be performed in accordance with City of Lubbock Standard Street Specifications Section 8.7. 2.37 PAY ITEM NO. 55 — FLOWABLE FILL (18" TRENCH CAP) Measurement will be made of the area, in square yards, of flowable fill. Payment will be made at the unit price bid per square yard. The unit price shall be complete compensation for the flexible base as shown on typical sections, complete in place, and shall include shaping, density control and any incidental work required to complete the work. 2.38 PAY ITEM NO.56 AND 78 — PAVEMENT MARKINGS 4" (YELLOW) Measurement will be made of the linear feet of broken and continuous 4" yellow pavement marking. Payment will be paid for at the unit price of linear foot. The unit price shall include furnishing and installing all materials, sealers, removal, of markings not in alignment or sequence with proposed markings, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 and TxDOT Standards. 2.39 PAY ITEM NO. 57 AND 80 — PAVEMENT MARKINGS 4" (WHITE) Measurement will be made of the linear feet of broken and continuous 4" white pavement marking. Payment will be paid for at the unit price of linear foot. The unit price shall include furnishing and installing all materials, sealers, removal, of markings not in alignment or sequence with proposed markings, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 and TxDOT Standards. REVISED JANUARY 2016 01020R - Page 6 of 11 MEASUREMENT AND PAYMENT M:\2013\NWWRP_DESIGN\D000MENTS\SPECS\DIVERSIONSLUDGE SPECS\01020R MEASUREMENT AND paymen[_20160121.doc 0425-013-03 2.40 PAY ITEM NO. 58 AND 95 — TRAFFIC CONTROL Payment will be made at the unit price bid per month for traffic control measures actually installed in accordance with Section 01570 — Maintenance and Control of Traffic. Partial payment will be j made on a pro-rata basis as a percentage of the construction contract duration. The sum of the partial payments made for traffic control shall not exceed 90% of the extended bid price for traffic r , control prior to the termination of the construction contract. No partial payment will be made for partial traffic control measures. Payment shall not be made for this item where the Owner determined a lack of evidence that the traffic control was used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where traffic control is required because of work being remedied due to not meeting the requirements of the plans and specifications. 2.41 PAY ITEM NO. 59 — HYDROSEED Measurement will be made of the area, in square yards, of hydro seed shown on plans or outlined in the specifications. Hydroseed will be paid for at the unit price bid per square yard. The unit price bid shall include spreading topsoil, fertilization, watering, maintenance, and all incidentals necessary to complete the work. All work shall be performed in accordance with Section 02934 — Hydromulch Seeding. 2.42 PAY ITEM NO. 60 — SODDING Measurement will be made of the area, in square yards, of Sodding shown on plans or outlined in the specifications. Sodding will be paid for at the unit price bid per square yard. The unit price bid shall include fertilizing, spreading of sod and all incidentals necessary to complete the work. All work shall be performed in accordance with Section 02938 — Sodding. 2.43 PAY ITEM NO.61 AND 89 — 24-INCH CONCRETE CURB AND GUTTER Payment will be made at the unit price per linear foot. This item shall consist of the work, labor and materials required. Concrete curb and gutter shall conform to city standards. All work shall be performed in accordance with Section 02525 — Miscellaneous Roadway Construction. 2.44 PAY ITEM NO. 62 — 5-INCH CONCRETE FLUME Measurement will be made of the area, in square yards. Payment will be in accordance of 5-inch concrete flume actually constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. 2.45 PAY ITEM NO.63—13.5X22-INCH REINFORCED CONCRETE ARCH PIPE Measurement will be made of the length, per linear foot of RCP actually installed. The work performed and materials furnished will be paid at the unit price bid per linear foot of RCP. This price is full compensation for structural excavation and backfill, constructing, furnishing, transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; connecting to new or existing structures; breaking back, removing, and disposing of portions of the existing structure; replacing portions of the existing structure; cutting pipe ends on skew or slope, removal; and equipment, labor, tools, and incidentals. All work shall be performed in accordance with TxDOT Specification Item 464 and TxDOT Standards. 2.46 PAY ITEM NO. 64 — S' CONCRETE RIPRAP Measurement will be made of the area, in square yards, of concrete riprap actually constructed. Payment will be made at the unit price bid per square yard specified on plans. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, toe walls, reinforcement, forming, finishing, jointing, and all incidentals necessary to complete the work. All work shall be performed in accordance with City of Lubbock Standard Street Specifications Section 8.7. 2.47 PAY ITEM NO. 65 — 3-INCH CONDUIT PIPE INSTALLED BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 3-inch conduit pipe by other than open cut as shown in the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. REVISED JANUARY 2016 01020R -Page 7 of 11 MEASUREMENT AND PAYMENT M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\DIVERSIONSLUDGE SPECS101020R MEASUREMENT AND payment 20160121.doc 1 0425-013-03 2.48 PAY ITEM NO. 66 AND 69 — 3-INCH CONDUIT PIPE INSTALLED IN SHARED SEWER TRENCH BY OPEN CUT LL This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 3-inch conduit pipe in shared sewer trench as shown on the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. 2.49 PAY ITEM NO. 67 — CONCRETE PULL BOXES This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install concrete pull boxes as shown in the plans, specifications and details. Measurement for payment shall be on as per each basis. 2.50 PAY ITEM NO. 68 — PROTECTION OF EXISTING FENCE Protecting existing fence will be measured by the linear foot of fence protected. This unit price bid is full compensation for mobilization, installation, maintenance, and removal of temporary protection measures. All work shall be performed in accordance with Section 01500 — Temporary Facilities and Controls. 2.51 PAY ITEM NO.70 — 3-INCH CONDUIT IN SEPARATE TRENCH This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 3-inch conduit pipe by open cut at various depths measured to the flow line as shown in the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. 2.52 PAY ITEM NO. 73 — REMOVE EXISTING SET Removing concrete Safety End Treatment (SET) will be measured by per each basis (regardless of size). The Contractor shall ensure that the Owner has the opportunity to quantify the structure to be removed, prior to removal. If the structure is removed without quantification by the Owner, no payment will be made for that removal. The unit price bid is full compensation for breaking the concrete, incidental asphalt repair, loading, hauling and salvaging or legally disposing of the material, equipment, labor, tools and incidentals necessary to complete the work. All work shall be performed in accordance with Section 02221— Removing Existing Pavements. 2.53 PAY ITEM NO.74 — REMOVE EXISTING 4X6 FOOT BOX CULVERT Removing 4x6 foot box culvert will be measured by linear foot (regardless of depth). The Contractor shall ensure that the Owner has the opportunity to measure and quantify the structure to be removed, prior to removal. If concrete is removed without measurement by the Owner, no payment will be made for that removal. The unit price bid is full compensation for breaking the concrete, incidental asphalt repair, loading, hauling and salvaging or legally disposing of the material, equipment, labor, tools and incidentals necessary to complete the work. All work shall be performed in accordance with Section 02221— Removing Existing Pavements. 2.54 PAY ITEM NO. 79 — PAVEMENT MARKINGS 8" (YELLOW) Measurement will be made of the linear feet of broken and continuous 8" yellow pavement marking. Payment will be paid for at the unit price of linear foot. The unit price shall include furnishing and installing all materials, sealers, removal, of markings not in alignment or sequence with proposed markings, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 and TxDOT Standards. 2.55 PAY ITEM NO. 81 — PAVEMENT MARKINGS 24" (WHITE) Measurement will be made of the linear feet of broken and continuous 24" white pavement marking. Payment will be paid for at the unit price of linear foot. The unit price shall include furnishing and installing all materials, sealers, removal, of markings not in alignment or sequence with proposed markings, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 and TxDOT Standards. 2.56 PAY ITEM NO. 82 — PAVEMENT MARKINGS (ARROW) A count will be made of the number of arrows actually installed. Payment will be made at the unit price bid per each arrow installed. The unit price bid shall include furnishing and installing all REVISED JANUARY 2016 0102OR -Page 8 of 11 MEASUREMENT AND PAYMENT M:\2013\NWWRP_DESIGN\DOCUMENTS\SPECS\DIVERSIONSLUDGE SPECSX01020R MEASUREMENT AND payment 20160121.doc 0425-013-03 materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 668 and 678 and TxDOT Standards. 2.57 PAY ITEM NO. 83 — PAVEMENT MARKINGS (RR CROSSING) A count will be made of the number of markings actually installed. Payment will be made at the unit_ price bid per each installed. The unit price bid shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be ,J performed in accordance with TxDOT Specification Item 668 and 678 and TxDOT Standards. 2.58 PAY ITEM NO.84 — STREET SIGN A count will be made of the number of street signs actually installed. Payment will be made at the unit price bid per each installed. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 636, 643, 644 and 656 and TxDOT Standards. 2.59 PAY ITEM NO. 85 — STOP SIGN A count will be made of the number of stop signs actually installed. Payment will be made at the unit price bid per each installed. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 636, 643, 644 and 656 and TxDOT Standards. 2.60 PAY ITEM NO. 86 — ONE-WAY SIGN A count will be made of the number of one-way signs actually installed. Payment will be made at the unit price bid per each installed. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 636, 643, 644 and 656 and TxDOT Standards. 2.61 PAY ITEM NO. 87 — SMALL SIGN POST A count will be made of the number of sign posts actually installed. Payment will be made at the unit price bid per each installed. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 644 and 656 and TxDOT Standards. 2.62 PAY ITEM NO.88 — 5-INCH CONCRETE FLATWORK Measurement will be made of the area, in square yards, of 5-inch concrete flatwork actually constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. 2.63 PAY ITEM NO. 91 — 18-INCH REINFORCED CONCRETE PIPE Measurement will be made of the length, per linear foot of RCP actually installed. The work performed and materials furnished will be paid at the unit price bid per linear foot of RCP. This price is full compensation for structural excavation and backfill, constructing, furnishing, transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; connecting to new or existing structures; breaking back, removing, and disposing of portions of the existing structure; replacing portions of the existing structure; cutting pipe ends on skew or slope, removal; and equipment, labor, tools, and incidentals. All work shall be performed in accordance with TxDOT Specification Item 464 and TxDOT Standards. 2.64 PAY ITEM NO. 92 — 4X2 FOOT CONCRETE BOX CULVERT Measurement will be made of the length, per linear foot of Culvert actually installed. The work performed and materials furnished will be paid at the unit price bid per linear foot of Culvert. This price is full compensation for structural excavation and backfill, constructing, furnishing, transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; connecting to new or existing structures; breaking back, removing, and disposing of portions of the existing structure; replacing portions of the existing structure; cutting pipe ends on skew or slope, removal; and equipment, labor, tools, and incidentals. All work shall be performed in accordance with TxDOT Specification Item 462 and TxDOT Standards. REVISED JANUARY 2016 0102OR - Page 9 of 11 MEASUREMENT AND PAYMENT a , M:\2013\NWWRP_DESIGMDOCUMENTS\SPECS\DIVERSIONSLUDGE SPECS\01020R MEASUREMENT AND payment 20160121.doc I 0425-013-03 2.65 PAY ITEM NO. 93 — SAFETY END TREATMENT (SET) TYPE II FOR 18 INCH RCP rt Measurement will be made on a per each basis. The work performed and materials furnished will be paid at the unit price per each SET installed. This price is full compensation for structural excavation and backfill, constructing, furnishing, transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; connecting to new or existing structures; breaking back, removing, and disposing of portions of the existing structure; replacing portions of the existing structure; cutting pipe ends on skew or slope, removal; and equipment, labor, tools and incidentals. All work shall be performed in accordance with TxDOT Specification Item 467 and TxDOT g Standards. 2.66 PAY ITEM NO. 94 — SAFETY END TREATMENT (SET) TYPE II FOR 4X2 FOOT CONCRETE BOX CULVERT Measurement will be made on a per each basis. The work performed and materials furnished will be paid at the unit price per each SET installed. This price is full compensation for structural excavation and backfill, constructing, furnishing, transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; connecting to new or existing structures; breaking back, removing, and disposing of portions of the existing structure; replacing portions of the existing structure; cutting pipe ends on skew or slope, removal; and equipment, labor, tools and incidentals. All work shall be performed in accordance with TxDOT Specification Item 467 and TxDOT Standards. 2.67 PAY ITEM NO. 95 — BNSF COORDINATION AND INSURANCE This item shall consist of all work necessary to facilitate the following items related to the reconstruction of paving improvements and a signalized railroad crossing: A. Coordination and scheduling with BNSF B. Execution of BNSF Right of Entry Agreement C. Obtain necessary insurance policies based upon the requirements of BNSF. The Contractor shall provide copies of all agreements and insurance policies associated with this pay item. Payment will be made on a lump sum basis upon the successful execution of all necessary agreements and obtaining insurance policies. 2.68 PAY ITEM NO. 97 — BNSF FLAGMEN This pay item shall consist of the costs charged to the contractor by BNSF for the presence of a BNSF provided flagman. Payment shall be made on a per day basis for each day that a flagman is present on the job site. The Contractor shall provide documentation from BNSF indicating the number of days flagmen were present with each request for payment. 2.69 PAY ITEM NO. 98 — EXTENSION OF RAIL ROAD CROSSING PLANKS AND RAILS, CONSTRUCTION OF CROSSING ARMS AND SIGNLAS BY BNSF FORCES This pay item shall consist of the costs charged to the contractor by BNSF for the removal of crossing surfaces and tracks from N. Slide Road, establishment of subgrade base, install new track panels, reinstall/re-use existing timber and concrete crossing surface, and relocate new crossing signal. The contractor shall provide documentation from BNSF indicating the costs paid by the contractor to BNSF with the CONTRACTOR'S request for payment. 2.70 PAY ITEM NO. 33A — 48-INCH INSIDE DIAMETER POLYMER CONCRETE MANHOLES This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to 48-inch inside diameter polymer concrete manholes in accordance with the plans. Manholes shall include the manhole base, pipe stub outs or fittings for pipe connections, eccentric cone, cast iron frame and cover, and any and all appurtenances necessary for installation at depths of 0 to 4 feet. Measurement for payment shall be on a per each basis. 2.71 PAY ITEM NO 33B — EXTRA DEPTH FOR 48-INCH INSIDE DIAMETER POLYMER CONCRETE STANDARD MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 48-inch inside diameter polymer concrete manholes at depths greater than 4 feet. Manhole depths shall be measured from proposed rim elevation to flow line as shown in the plans. Measurement for payment shall be on a vertical foot basis. REVISED JANUARY 2016 01020R - Page 10 of 11 MEASUREMENT AND PAYMENT M:\2013\NWWRP_DESIGMDOCUMENTS\SPECS\DIVERSIONSLUDGESPECSX01020RMEASUREMENTANDpayment 20160121.doc 0425-013-03 2.72 PAY ITEM NO. 34A & 35A — EXTRA DEPTH FOR 60-INCH INSIDE DIAMETER POLYMER CONCRETE STANDARD AND DROP MANHOLE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 60-inch inside diameter polymer concrete manholes at depths greater than 6 feet. Manhole depths shall be measured from proposed rim elevation to flow line as shown in the plans. Measurement for payment shall be on a vertical foot basis. 2.73 PAY ITEM NO. 44A & 45A — REMOVAL OF HMAC TYPE C 2-INCH PAVEMENT AND BASE MATERIAL (8"-13") Measurement will be made of the area, in square yards, of asphalt (HMAC) and asphalt stabilized or flexible base material removed and legally disposed of offsite to a depth of thirteen inches. Payment will be made at the unit price bid per square yard of asphalt surfacing and stabilized base removed. The contractor shall ensure that the Owner has the opportunity to measure the square yards of asphalt surfacing prior to removal. If asphalt surfacing and base are removed without measurement by the Owner, no payment will be made for that removal. The unit price bid shall include milling, sawing, hauling, and legally disposing of the material. All work shall be performed in accordance with Section 02221 — Removing Existing Pavements. END OF SECTION REVISED JANUARY 2016 0102OR - Page 11 of 11 MEASUREMENT AND PAYMENT 1 _A M:12013\NWWRP_DESIGN\D000MENTS\SPECS\DIVERSION-SLUDGE SPECS\01020RMEASUREMENT AND payment 20160121.doc _ ~T� FOR sTOAI s:AEE APPUGTIOI u iiuslRj CUSfpA LUf:O Re 24 POST TIP WIN COIGN AS PER UTUIY COLDII TNIIE M,N ■rNRRIrRD VPeL ON a m0Q 1' REFU:CRIQ NOTES: TAPE NIM COLDII Ae WI Apt I/Tx/I'( CttLN f. % A IIYMW TABLE 1- RAIN STMTM r eaoN W. a ]-I/2• N OWICIDR AMO T2• -/2- DINT M Lnlcm MIrAAI z FOR MNepRLS. PLACE e MARKERS ' r FROM FIBERGLASS PIPE TABLE COVER DEPTH (FT.) NOMINAL STIFFNESS 10 TO 15 SN 46 Q 15 TO 20 20 TO 25 25 TO 30 SN 46 30 TO 40 SN 72 1Rv o r PFE�IIE NOTE: ALL PIPE LOCATED IN TUNNEL, BORE, OR CASING i E >. w»iacs aunsE a PANNc /1\ SHALL BE SN 72 MANHOLE PRATE TOP. otL/ 2'' of" N FIE WrAs swi NOT INK MWm3. �l E E \ \ lI1RlIY TABLE W A� E E.VNTAIif $FUEItI QmR MOM40lE COVER TOP VIM SECTION O-D R R],e'DA I I 2 a 1/2' zt a UTILITY WARNING LABEL A A SEA MANHOLE UTILITY MARKER DETAIL Z SECTION e-9 NOT TO SCALE eAF>tL calFAcrm TO STANDARD DUA2IFR CAST Se[ NO wa PROC1011 NON RING ! WIER (ASTM 0-1557) PR]ING NCS CAST N TRA SDgN w � roR MPTNID, TYP. OF 3 FACTORY BONOED JURY I. 9AMAM fi1�1 M/HIDIE i4AlE AID T1PKA KNMT sci EAON cDlal L0. ]ONr OF RWR • IVIG A O x eIMeI >ewNm waIN 'FNAA�e AIo cwu MA%MAI awe ® m,aR Loa NA30011Am ADAhTN@!f ,e• NrAAAAI YAu1 iHC016S ]o• of } NLY16 ANMOLE COVO BOTTOM VEW ElEVA110N ViM OONCRTE EASE AS IRVIAPED TO COUIITeWGT NATATION, SEE NOTE TYPICAL MAN NS FRA W AND 4' AD 3 leDN COhR 32 3/Ir ON F WED MATCH PAVMG THpO1ESS as MN e• µ RING BAR SECTIONAL VEW 'R$MOS"•In ecx-srwAAc Rwur W CR LADDA)ST ENT (mAxR i Vm10 9NLL K IiMNa�T w CAMEE A wx te-) I— SECTOR NaLF SECTION SMNOIIm MANHOLE� ER PAVEMENT UNDER NATURAL C= ND BOLT DOWN MANHOLE FRAME AND COVER NOT TO SCALE SEE MWgIE COUM DETAI I rrotEs: CONII OF ro PC Q SLAKIENI TY T� pTA2. RYIGG O CXWM a ENON� AS 9PEDPtm m T,E i i � i a dL each / COATING. MN } INCH 11UCIORE55 Ci te• CONCRETE - 5000 PSI • " DAYS p J O .... _._. ..I.. ..._ ..� Pvc STW F �F7 w H' 0 �x 1 O o Z �OF6�yC \/\/\/\ \/ \/\ \/\�F \.� P a•-e- aF LLI coLRSE Z g 5 U LLI N g3 WASTE A0VATED SLUDGE FIBERGLASS MANHOLE n a NOT TO SCALE 4000 PSI CONCRETE ST0 30. MH FRAME a LID r cNAAm M. _30me .TON TOP OF ADRUAT �h^tr MN.y PAVMG I r,e• M4 SURE Og01w .' ! . e• SURFACE MATLTR PAOCNf MNFNIL ANO llNpfME55 � I ,e• I • ' 3000 M CONCRETE NOT NOT TO SCALE NoeNBRE FILL i FTw at CONUI[TE E R=R OtCFiUI. OOWACTED TO OE olmm .. eACKFMO C TO ! MkNNK) DRMAN ED PRFO Wx IIOOFIEO 006 REMgpIEo AS SECTIONS NOT TO SCALE 04-04 »" DTL-004 0425-013-01 (PfW TTD' Rw MM OF 51E100 • W-2 5, •� 19'-ZT 91• 10' ) (VA��ES) MYNW SRE SRE EX. 10EC! U! Of SEED- EE110E � 1 t �IX. VIAES wAES IX R - V/WES YW WI Of61NL • ew OISTUESm MI FA WISIDE Of PROP09lD —5cw 9 9E TIIEATm MfM 0� S® ! EFPINIIDI ql O11Q AFPRpED iTPE W EROAOR CDWr D YEA4WE5 gID11 SEE t6Ef A •• AOp110NR 55' Rar eEfila AT STA 101+31.1t PROPOSED N. SLIDE ROAD STATION 101+25 TO STATION 102+22.45 1 NTS (P Q T/o• now ee• 55• uns or SEEDEq •2r DF 510- 12]' lei' r»'ARP SRE SRE EX PDICE a - cm REDEw) � I¢ I yµ� • C—E DMTUFam AM OIIISGE Of PROPOSED PA%010R SI s T11EATm w1M Daum SEED OIICM 0l E DfE1wFO ON ! PERRIIER OR OT qO APPRaED i W 010510w Cam YEA9MES SEE RESET A KM/PKME S,EEIS PROPOSED TYPICAL SECTION STATION 102+22.45NTTTO STATION 111+00 z AyR Rwrt Eo¢e - y m 0 �U Fy W � 9" U< �� w 033 g0 0 w a U 0 zz H 3 o� AW.E IX61MG PAVp10rt O/2TiNT0 PMADOR EDGES BA ;KF EO wON TOPSOI (EOL SPD) Y MWL PO 70 - 10 PRUE COAT — !' FLCGBLLE BASE COURSE W 6 oK Rol aw 13� aOCifY CDRrRaum SUSCRAOE (9es •ao. PROCTOR) aR� OIilREG. 1, INSET ANTS wrs Dmmm r alww .rtsi.ils cr�xm wne Rntxm Z r---• r--- �-- �- r- - r--� ---, r--, ---� --7 SS' RQY SEMW 1z.S' TO• x I NARRANI E>oSg1,MG-� / ORCN E DEPKD ONE �"" PROPOSED N. SLIDE ROAD SNEE STATION 111+00 TO STATION 117+50 4 NTS E (PL1) 016I oR T1WT RQY LRRTs OF SEED N zw m Q. (VANES) lllns m SEmN it-Te• (NAFFS) o' • ('�isl Tr-DD' (MNTFS) TE NTO EYISIINO� Z; .exec SEE OW A TyRTs OP sEmRlo• (BEE PUN) TIE M EYISTMO PROPOSED N. SUDE ROAD STATION 117+50 TO STATION 119+35 S f (PW TRav a+ T><oor R011 Tx POSE I(ro nnr«l �1 . FMIMtE 06TR+BE9 APFA OU190E aF PROPOSED PAAEYEMT SIMLL X TREATED MIM ORR1ID SCW t IERTRIIIR qP OTlklt APPR01E0 T'rPE � EROSION COMIItOL AIEASI.PES rE TNTD u6TTNc w• ro Tv bNea) uxTs � �Rw. 1 1► SEE R6ET A • GO6E DGTURBW ATIFA WTSIOE OF PROPOSm PAWTOfT SNIT. BE TREATW RRH DRl1ED SEED t PERRIIf0. OR OIIEX APPI10.w TYPE w EROSION CDNTRaL NEAANI6 RAM DOWa T E� AT STA 13 7. PROPOSED N. SUDE ROAD STATION 119+35 TO STATION 121+12NTS 8 11E RRO 6p5R'O •MW DWT AM OUTSDE M PROPOSED PAWIDIT 5 !E TREATW MIRI DRl1ED SEW PERTl1IM M ORED APPRWED TYPE W EROSIOI CONTROL IEMAP N EY o �U Fh w 0�3 z0 P a a o vau a z zN a a .,TO En511N0 Wow WOE LOGTpN OTmrzD Putva,r EDGES ur•RnAm rRTN TaPsaTL (TADi SPD) z' NNAc PD A - 20 P COAT C nmasu TSAa minx Tz• DENSM DOWRDUED (wx Noo. AROCTDR) S BO ME BAR 6 owe TNOI ON OTaDRAW Oruywa aNRi ciaQs c�D® 1MR uT.D�m Nql T• INSET A NTS 04 13 P-004 The Burlington Northern & Santa Fe Railway Company TO LITTLEFIELD TO LUBBOCK EASTWARD APPR.2985' 120' MIN. WESTWARD APPR.2685' 55MPH SSMPH 20' MIN.->J�- MIN.-i> INSTALL-CATES & FLASHERS ET-k-WICIEWLT INSTRUMENT HOUSE BELL -91� METER CROSSING CONTROLL CONNECTIONS BIDIRECTIONAL CROSSING CONTROL UNIDIRECTIONAL CROSSING CONTROL ro, COUPLER OR TERMINATION GUARD RAIL TURN LAN IV SUPE RNo DOT 1 014 920 T PROZECT # 56,549 Warning device placement; Clearance to C.L. TrocK = Min. 12' Edge of Road to C.L. Foundation: Min. 4'3" witri curb. Min. 8'3" witriout curb. Max. 12' House Clearance: 25' Min. to Near Roll 30' Min. to Edge of Rood ALL LIGHTS TO BE LED EXHIBIT A - RR Signal Sketch BNSF RA,(L WAY' CO. LOCATION: LUBBOCK, TX STREET: N SLIDE ROAD L S: 710 7 M.P. 83.81 DOT *1 014 920 T DIVISION: KANSAS SUBDIVISION: SLATON KANSAS CITY NO SCALE DATE: 01/16/2015 FILE: 5654 9-S TA TESKE TC H-.dcjn AMW --J I I own» mono /� euan,No ro RFC om*rr3 calloeeis cnoaaiNo a Aewuar , R' T vRovosen m`e *tern rnos6Noe lo I � ov AmRA�r vAv�eNr � , Nan*N ane Ro nWu er K SLIDE ROAD ,z �..— — — — — — r— •� aomro neouoN TPAFIG wMIL 1PAO(VgRI( AID PAV02Hl WpElOge — — � _ !S ]tl' rl�iP10 A / ! PRovoern PELOGTED \ LONLL MTE / j / /fROP��fD P.,tlID CONCRETI VM f Wt. Fa�E Jt9 � I / 2 / zo EI6S1l4 anwu are / j//�j / IVBP RqY / / oxr:c,nNa rev+n / � / vRovoero PROPOlLO rOOE / o an / vRrusr coNamre PLVIWO N1M leee[R ruERn Av, eua. _ _ Aorcrnr vA�rirt uono - — Eeerra vacvo-Rn'uraa PROPOBEO ROW Au Row No moPewr uee vaWt+ oN na auWw NrVE rfN1 s,mcreovcreeo oN tb oapw MIOo R®a A60d�TE4 NL. QQ Z XOa p o my��. a� oEn Ua ° 0 zO z w 6 ONE PICK ON gtCRNL pINYk1C, S ocva,m awiw .irs/iRs - a[n¢u sx Q c�e>tm svc fS - w EXHIBIT A W16-01l-01 EXHIBIT D ••*•• MAINTAIN PROPRIETARY CONFIDENTIALITY ..... EXHIBIT D - Railroad Signal Cost Estimate BNSF RAILWAY COMPANY N- Slide Road - DOT No- 014920T FHPM ESTIMATE FOR Revised on 1/1612015 CITY OF LUBBOCK LOCATION BROADVIEW DETAILS OF ESTIMATE PLAN ITEM: 000254829 VERSION: 2 PURPOSE, JUSTIFICATION AND DESCRIPTION N SLIDE ROAD LUBBOCK TX; RELOCATE NW CROSSING SIGNAL; KANSAS DIV; SLATON SUBDIV; LS 7107; MP 0083.81; DOT# 014920T. SEQ# 56549. MONTHLY POWER UTILITY COST CENTER: 61836. THE MATERIAL LIST BELOW REFLECTS TYPICAL REPRESENTATIVE PACKAGES USED FOR ESTIMATING PURPOSES ONLY. THIS ESTIMATE IS GOOD FOR 90 DAYS. THEREAFTER THE ESTIMATE IS SUBJECT TO CHANGE IN COST FOR LABOR, MATERIAL, AND OVERHEAD. CONTRACTS HAVE BEEN ESTABLISI IED FOR PORTIONS OF SIGNAL WORK ON THE BNSF RAILROAD. w.**w«s...........saw.#........ SIGNAL WORK ONLY •a=«##=a#ss*«*wtwa«*w.... *•**** MAINTAIN PROPRIETARY CONFIDENTIALITY PRIMARY FUNDING SOURCE IS FHWA •• BUY AMERICA(N) APPLIES •• DESCRIPTION QUANTITY U/M COST TOTALS LABOR s:ssss*s.. INSTALL INSULATED JOINT 16.0 MH 448 PLACE FIELD WELDS - CAP 64.0 MH 1,877 REMOVE RETIRED INSULATED JOINT 19.04 NIH 576 SIGNAL FIELD LABOR - CAP 272.0 MH 9,142 PAYROLL ASSOCIATED COSTS 7,283 DA OVERHEADS 10,010 EQUIPMENT EXPENSES 3,087 INSURANCE EXPENSES 1,853 TOTAL LABOR COST 33,276 33,276 MATERIAL INSUL IT WIPLATES-GENERIC40 FT -BONDED FOR 2.0 EA 4,500 PLUG RAIL-40 FT -GENERIC -FOR SIGNAL PROJECTS 2.0 EA 1,674 WELDKIT, GENERIC FOR ALL RAIL WEIGFITS 8.0 KT 543 CABLE, 2C/6 TW 500.0 FT N 700 CABLE, 5CJI0 70.0 FT N 147 CABLE, 506 500.0 FT N 2,350 CABLE, 7C114 500.0 FT N 960 CANTILEVER 1.0 EA N 18.349 CONDUIT, PVC 4", SCH 80 300.0 FT N 1,017 FIELD MATERIAL 1.0 LS N 3,693 FILL DIRT 20.0 CY N 500 FOUNDATION, CANT 1.0 EA N 3,611 FOUNDATION, STEEL 1.0 EA N 755 GATE ARMS 1.0 EA N 575 GATE KEEPER 2.0 EA N 3,929 GATE MECHANISM, M95 LO EA N 8315 LED LIGHT 12.0 EA N 2,544 LED LIGHT GATE KIT 2.0 EA N 392 SHUNT, NBS 2.0 EA N 2,258 SIGN, 3 TRACK 1.0 EA N 33 SURFACE ROCK 10.0 CY N 500 MATERIAL HANDLING 335 USE TAX 4,449 OFFLINE TRANSPORTATION 656 TOTAL MATERIAL COST 62,784 62,784 OTHER Page 1 of 2 #kiidRRkRR CONTRACT ENGINEERING DIRECTIONAL BORING TOTAL OTHER ITEMS COST PROJECT SUBTOTAL CONTINGENCIES BILL PREPARATION FEE GROSS PROJECT COST LESS COST PAID BY BNSF TOTAL BILLABLE COST 1.0 LS N 300.0 FT N 6.000 I5,000 21,000 2I,000 II7,060 11,496 1,286 129,842 25,970 103,872 Page 2 of 2 EXHIBIT D '***# MAINTAIN PROPRIETARY CONFIDENTIALITY "*»» EXHIBIT D - Concrete Crossing Cost Estimate BNSF RAILWAY COMPANY N. Slide Road - DOT No. 014920T FIIPM ESTIMATE FOR Revised on 2/13/2015 TXDOT LOCATION BROADVIEW DETAILS OF ESTIMATE PLAN ITEM: 407808000 VERSION: 2 PURPOSE. JUSTIFICATION AND DESCRIPTION PIP KSW DI V SLATON SUB LS 7107 MP 83.814 - DO'I" # 014920T - PARTIALLY BILLABLE TO TXDOT BNSF TO REMOVE CROSSING SURFACES AND TRAKS FROM N.SLIDE ROAD, Es rABLISI1 SUBGRADE BASE, INSTALL NEW TRACK PANELS FOR THE WIDENED ROADWAY, REINSTALL./RF.-USE. EXISTING TIMBER AND CONCRETE CROSSING SURFACES, PRIMARY FUNDING SOURCE IS FIi WA •• BUY AMERICA(N) APPLIES 4° DESCRIPTION QUANTITY U/M COST TOTAL S LABOR PLACE FIELD WELDS - CAP REPLACE PUBLIC CROSSING - TOTAL REHAB UNLOAD CROSSING MATERIAL - PUBLIC - CAP PAYROLL ASSOCIATED COSTS DA OVERIIEADS EQUIPMENT EXPENSES INSURANCE EXPENSE'S TOTAL LABOR Cos MATERIAL TRACK PANEL, 136 STANDARD RAIL, 40 FT- 10 FI' TIES - TRACK PANEL, 136 S"rANDARD RAIL, 80 FT - 10 FT TIES - SPIKE, TBR SCREW 3/4"XI3", F%ROAD XING WELDKIT, GENERIC FOR ALL RAIL WEIGHTS CONC I3608-SEC WITII FILLER FOR 10' WOOD TIES *t CONCRETE XFNG RAMP AND PANEL RESTRAINT, MATERIAL HANDLING USE TAX OFFLINE TRANSPORTATION TOTAL MATERIAL COST OTHER Asphalt Approaches Asphalt Under Crossing Fabric Perf. PVC Drain Pipe TOTAL OTHER ITEMS COST PROJECT SUBTOTAL CONTINGENCIES BILL PREPARATION FEE GROSS PROJECT COST LESS COST PAID BY BNSF TOTAL BILLABLE COST 88.0 Mll 2,581 176.0 M11 4,886 88.0 Mil 2,443 6,536 8,445 5,380 1,663 2.0 EA °» 4.0 EA 396.0 EA *» 11.0 KT " 176.0 FT " 3.0 ST '* 13.0 NT 348.0 NT 174.0 LF 196.0 LF 31,934 31,934 10,998 43,620 891 746 28,072 684 4,248 7,329 1,068 97,656 97,656 975 26, 100 3,480 3,920 34.475 34,475 164,065 16,066 1,802 181,933 36,388 145,545 i� i' -' City of Lubbock, TX Purchasing and Contract Management N. Contractor Checklist for RFP 16-12681-TF Northwest Water Reclamation Plant Raw Sewage & Waste Activated Sludge Offsite Pipeline Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1. ✓ Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. 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. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken." 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. This must include the signature of the agent or broker. 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. ✓ 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 firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. E , 8. ✓ Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: t 9. ✓ Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING k DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE -> INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. Utility Cotractors of America, Inc. (Type or Print Company Name) 1 Page Intentionally Left Blank 1 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. 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 11. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 12. GENERAL CONDITIONS OF THE AGREEMENT 13. DAVIS-BACON WAGE DETERMINATIONS 14. SPECIAL CONDITIONS (IF APPLICABLE) 15. SPECIFICATIONS (i Page Intentionally Left Blank 11 NOTICE TO OFFERORS fa eIntentionally Left Bank � � \� � NOTICE TO OFFERORS RFP 16-12681-TF f 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 3:00 P.M. on January 26, 2016 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: Northwest Water Reclamation Plant Raw Sewage & Waste Activated Sludge Offsite Pipeline 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 3:00 P.M. on January 26, 2016, and the City of Lubbock City Council will consider the proposals on February 25, 2016, 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 Ratinp- 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. 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 January 14, 2016, at 10:00AM., City of Lubbock, Committee Room 103, 1625 13th Street, Lubbock, TX 79401. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at hD://pr.thereproductioncompaliy.com/. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days of the opening of Proposals. Additional sets of plans and`. specifications may be obtained at the proposer's expense. j 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) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta ACvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank Hl GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Northwest Water Reclamation Plant Raw Sewage & Waste Activated Sludge Offsite Pipeline per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 PM, January 26, 2015 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 16-12681- TF, Northwest Water Reclamation Plant Raw Sewage & Waste Activated Sludge Offsite Pipeline" 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 t 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 nre-nronosal conference will be held at January 14. 2016. at 10:00AM.. Citv of Lubbock, Committee Room 103, 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. 3 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 .t 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 An proposer in doubt as to the true meaning of an art of the specifications or other documents Yp p g any p 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 hqp://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 seven (7) 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 seven (7) calendar days prior to the opening of proposals. 2 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. 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. 3 (" P f 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. 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 seven (7) 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 SEVEN (7) 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: TKFlores@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 330 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. 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 i 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 ten 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. 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 �i t t 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. 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. t__ 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 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 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. The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the 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 30 31 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 16-12681-TF, Northwest Water Reclamation Plant Raw Sewage & Waste Activated Sludge Offsite Pipeline" 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. 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 9 fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the ' proposer fY h' P P P P Yq riY 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, 25% for Contractor Qualifications, 5% for Safety Record, and 10% 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 25% 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 10 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. The Contractor must submit this ratio with his bid. Contractors with an Experience Modification Ratio greater than 1 will receive zero points for safety. 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 32.4 10% 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. The estimated budget for the construction phase of this project is $14,000,000. 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 11 ,i 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, 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 12 g { a t locality in which the work is performed, and not less than the general prevailing rate of per diem t--. 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.aspx 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 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: January 26, 2016 PROJECT NUMBER: RFP 16-12681-TF — Northwest Water Reclamation Plan Raw Sewage & Waste Activated Sludge Offsite Pipeline Proposal of Utility Contractors of America, Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Northwest Water Reclamation Plan Raw Sewage & Waste Activated Sludge Offsite Pipeline having carefully examined J 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 the work required under the contract documents. performing Item No. Description Estimated Quantity Unit Unit Price Extended Amount 1 MOBILIZATION I LS $ 5�e& $ 00 2 OPERATIONAL AND BYPASS PUMPING PLAN (300-800 GPM I LS S J' POD' S j�( FOR 2 DAYS 3 48" FIBERGLASS SEWER PIPE (SN 72) AND 66" PLATE LINER 740 LF S 1, 90d" 9 ca S 'M D0D r STEEL CARRIER BY BORING 4 48" FIBERGLASS SEWER PIPE (SN 72) BY BORING WITHOUT 362 LF S 190bb am S O/P37./ow CASING 42" FIBERGLASS SEWER PIPE co 5 (SN 72) AND 60" PLATE LINER 125 LF S l,ol�p S / STEEL CARRIER BY BORING 6 36" FIBERGLASS SEWER PIPE (SN 72) AND 45" STEEL CASING 203 LF $ ga�fa $ PIPE BY BORING 36" FIBERGLASS SEWER PIPE 7 (SN 72) BY BORING WITHOUT 610 LF S 1 ,p0* $ CASING 8 30" FIBERGLASS SEWER PIPE (SN 72) AND 42" STEEL CASING 160 LF S 7QQp� S // 0' DQQC-10 PIPE BY BORING 9 15" SDR-35 PVC SEWER PIPE 150 LF AND 22" STEEL PIPE CASING BY 5 tau_ Item No. Description Estimated Quantity Unit Unit Price Extended Amount BORING 12" SDR-35 PVC SEWER PIPE ` � oe 3b, ADO 10 AND 20" STEEL CASING PIPE BY 110 LF $ 3 $ BORING 11 10" SDR-35 PVC SEWER PIPE AND 20" STEEL CASING BY 1,517 LF S oc ! $ [t��Ln, BORING 12 10" SDR-35 PVC SEWER PIPE BY 145 LF $ 3 DUB $ y3, 0co BORING WITHOUT CASING 13 8" SDR-35 PVC SEWER PIPE AND 16" STEEL CASING PIPE BY 170 LF 00 $ o!%'`j — $ BORING 14 48" FIBERGLASS SEWER PIPE BDS OPEN CUT (30 - 35 FT CUT 3,171 LF $ 7J, 3e)= 7 qb 00 $ %'1 `j f I� ` ` J 48" FIBERGLASS SEWER PIPE I5 BY OPEN CUT (35 -40 FT CUT 1,913 LF $ $ Q )Q, � I y-) MtLJ DEPTH) 17C 16 42" FIBERGLASS SEWER PIPE BY OPEN CUT (20 - 25 FT CUT 651 LF $ a � $ q f % 3 0� DEPTH 17 42" FIBERGLASS SEWER PIPE BY OPEN CUT (25 - 30 FT CUT 2,944 LF $ p�-]Q $� DEPTH 18 42" FIBERGLASS SEWER PIPE BY OPEN CUT (30 - 35 FT CUT 1,328 LF oa $ ao DE 36" FIBERGLASS SEWER PIPE 00 19 BY OPEN CUT (15 - 20 FT CUT 4,480 LF $ DEPTH 20 30" FIBERGLASS SEWER PIPE BY OPEN CUT (30 - 35 FT CUT 20 LF $ 5000= eo $ /o f L—)LX DEPTH 21 18" SDR-35 PVC SEWER PIPE BY 40 LF $ �5CPL' $ ? $ / OPEN CUT (30-35 FT DEPTH) , 22 12" SDR-35 PVC SEWER PIPE BY 20 LF $ /v�oo $ neo OPEN CUT (5-10 FT DEPTH) 23 10" SDR-35 PVC SEWER PIPE BY OPEN CUT (5 - 10 FT CUT 855 LF $ $ oG� $ DEPTH 24 10" SDR-35 PVC SEWER PIPE BY OPEN CUT (10 - 15 FT CUT 13,488 LF $ 3��� $ ycq, zp�(�n� DEPTH 25 10" SDR-35 PVC SEWER PIPE BY OPEN CUT (15 -20 FT CUT 1,468 LF $ nn o0 $ DEPTH 26 8" SDR-35 PVC SEWER PIPE BY 20 LF $ o® $ OPEN CUT (5-10 FT DEPTH) 27 8" SDR 35 PVC SEWER PIPE BY 80 LF $ yIs OPEN CUT (10-15 FT DEPTH) Offeror's Initials Item No. Description Estimated Quantity Unit Unit Price Extended Amount 28 8" SDR-35 PVC SEWER PIPE BY 130 LF o0 $ �,0�' oO $ %, SOO — OPEN CUT (15-20 FT DEPTH) 29 6" SDR-35 PVC SEWER PIPE BY 60 LF �,y� c5a $ ` f� --- n ad $ d� y[7 OPEN CUT (5 -10 FT DEPTH) 30 6" SDR-35 PVC SEWER PIPE BY 20 LF $ 5g oa $ , �Uod OPEN CUT (15 -20 FT DEPTH) 31 FRP TEE BASE MANHOLE WITH 12 EA $ $ CONCRETE ENCASEMENT 32 FRP TEE BASE DROP MANHOLE 15 EA $ '25 Loci ' $ 75 000co WITH CONCRETE ENCASEMENT 33 48" I.D. CLOSED END 40 EA $ /mall $ l /00, coo eb FIBERGLASS MANHOLE EXTRA VERTICAL FEET FOR 60" L/J(�� o0 ��•��� r 34 I.D. STANDARD FIBERGLASS 188 EVF $ $ MANHOLE RISER 35 EXTRA VERTICAL FEET FOR 60" I.D. FIBERGLASS DROP 385 EVF $ o® MANHOLE RISER 36 TIE TO 48" PVC PIPE STUB AT I EA $ Ja,L�X7� $ /p%.000aga STA. 10+16.51 37 TIE TO 36" PIPE OR 36" PLUG AT 1 EA $ 5CY7� $ Jr� STA. 175+44.04 � 38 VACUUM TESTING OF 26 EA $ 100'-6 $ MANHOLES POST CONSTRUCTION 39 CLEANING AND TV 18,799 LF $ 'doh $ 37, 5Q 96 -' INSPECTION OF ALL SANITARY SEWER RS LINE ONLY) 40 TRENCH SAFETY SYSTEM FOR 955 LF $ / $ TRENCHES Y-10' DEEP 41 TRENCH SAFETY SYSTEM FOR 29,713 LF $ TRENCHES OVER 10' DEEP 42 TEMPORARY EROSION, SEDIMENT, AND WATER 1 LS $ a5,o� o0 $ aJ, POLLUTION PREVENTION 43 PREPARATION OF RIGHT OF 18 STA $ , 3, C Ct:f' $ y,0CXjw- 44 REMOVE AND SALVAGE THOROUGHFARE ASPHALT 6,514 SY $ Q—p PAVEMENT AND BASE 8"-13" REMOVE AND SALVAGE NON- 45 THOROUGHFARE ASPHALT 4,311 SY $ '"- $ y$ oa PAVEMENT AND BASE MATERIAL 8"-13" 46 REMOVE CONCRETE 508 5Y $ ^ (PAVEMENT) 47 REMOVE CONCRETE 30" CURB 10 LF $ $ ��,ca AND GUTTER 48 EXCAVATION FOR ROADWAYS 2,400 CY '7 AND DITCHES 1-7 Offeror's Initials 3 Item No. Description Estimated Quantity Unit Unit Price Extended Amount OVER EXCAVATION OF 49 TRENCHES, ROADWAYS AND 1,000 CY $ 17 SU $ 7/ 50000 DITCHES BEYOND LIMITS OF LINES SHOWN IN PLANS 50 EMBANKMENT BORROW 700 CY $ /Oa' $ -7, COO gaz 51 HMAC TY C (2") (ROADWAY) 12,836 SY $ fq $ ay31 $ $yam 52 FLEXIBLE BASE (6") 5,245 SY $ /g Oo $ �%'�', (055i 53 8" THICK CONCRETE 4b9 SY $ $ y5, Dow ee PAVEMENT S4 6" THICK CONCRETE FILLET 39 SY o0 $ J��- 00 $ 3r�(x] — AND VALLEY GUTTER 55 FLOWABLE (18•INCH 8,188 SY $ °p $ L/55jr rja� TRENCH CAFILL 56 TYPE II PAVEMENT MARKINGS 1,111 LF $ / oQ $ /ill o0 (4 )(YELLOW)i 57 TYPE 11 PAVEMENT MARKINGS 4,919 LF $ (4 )(WHITE) 58 TRAFFIC CONTROL 15 MO $ ttyf $ 59 HYDROSEEDING 46,534 SY $ �� $ y�y� 60 SODDING 3,656 SY $ c 61 30" CONCRETE CURB AND 10 LF $ f �/ °� $ GUTTER 62 5" CONCRETE FLUME 233 SY $ $ y/ 4/y&eo- 63 180 LF $ a57Cb S 44�I�oa� ARCX22PREINFORCEDCONC. 64 5" CONCRETE RIPRAP 22 SY $ q j °e $ d i-� t 65 3" CONDUIT (SLICK BORE) 1,619 LF $ $ L01 4'75 66 33- CEONID�UIT PIPE (SHARED 14,462 LF $ a° $ �� �G� 60 t 67 CONCRETE PULL BOXES 34 EA $ /I $ 5% '-ZOO 68 OF EXISTING 670 LF $ $ li 3� /l�00 PROTECTION O'er $ &06!um 5:0- Total Base Bid, Items 1-" )9— Offeroes Initials 9 REVISED AL ATE BID 1 ITEM (SUBSTITUTE POLYMER CONCRETE MANHOLES FOR 48" I.D. CLOSED END MAN E) Item Description Estimated Unit Unit Price Extended Amou No. Quantity 33A 48" I. POLYMER CONCRETE 40 EA $ xis $ g `9 MAN H + 33B EVF FOR $"NHOLES POLYMER 358 EVF $ ,5 5 $ ��[D�� CONCRETE + 33C VACUUM STING OF 40 EA $ I rUO $ 1q, MANHOLES L� ALTERNATE BID 2 ITEM (SUBSTITUTE RISERS - RS LINE ONLY) i ALTERNATE BID 3 ITEM MATERIALS) Total rnate Bid, Items 1-32, 33A, 33% 33C, 68 Oi%ror's Initials YMER CONCRETE MAN LE RISERS FOR FIBERGLASS MANHOLE Item Description Estim d Unit Un rice Extended Amount No. Quanti 34A EVF FOR I.D. POLYMER 188 EVF L15 $ 4-- MAHOLES CONCRETE" CONCRETE 35A FOR 385 EV $ �f j $ SOS, Do(7 CONCRETEEVF MANHOLES s l4p, 6`fD Total Alternate Bid, Items t- 33, 34A, 35A, 36-68 Offeror's Initials F ASPHAL\PAENT AND BASE FOR SALVAGING Item No. Estimated Description Quantity I Unit Unit Price Extended Amount 44A REMOVE AND DISPOSE THOROUGHFARE ASP T 6,541 SY $ ' $ PAVEMENT AND BA 8"-13" + REMOVE AND DIS E OF 45B NON-THOROUG RE 4,31 I SY $ $ 3d ASPHALT PAV ENT AND r BASE MATE L 8"-I3" $ D6� Total Alternate Bid 2 Item -43 44A, 45A-� 46-68 Offe 's Initials 5 REVISED rL". R.ADD-ALTERNATE I BID ITEM -FIBER OPTIC CONDUIT ALONG WAS LINE (SHEETS FO - 017 TO FO - 020) Item No. Description Estimated Quantity Unit Unit Price Extended Amount 69 3" CONDUIT PIPE (SHARED 3650 LF $ y�v $ G cao TRENCH) 70 3" CONDUIT BY OPEN CUT (4-6 75 LF $ /! boa $ -750oo FT CUT DEPTH) 71 CONCRETE PULL BOXES 10 EA $ �, %�� oa $ 7, CO Total Add -Alternate 1, Items 69 - 71 1L OffercWs Initials �s ' ADD -ALTERNATE 2 BID ITEM - N. SLIDE ROAD PAVING AND BNSF RAILROAD CROSSING RECONSTRUCTION (N. ' SLIDE ROAD STATION 117+59.25 TO STATION 121+36.25) �9 Item No. Description Estimated Quantity Unit Unit Price Extended Amount 72 W YARATION OF RIGHT OF 4 STA $��C�(bb REMOVE AND SALVAGE NON- 73 THOROUGHFARE ASPHALT 1,821 SY $ � ` $ /y��� PAVEMENT AND BASE MATERIAL 8"-13" 74 REMOVE EXISTING SET 1 EA $ cy, 5t7�4 75 REMOVE EXISTING 4X6 FT BOX 5 LF $ (� 1 $ CULVERT 76 EMBANKMENT BORROW 350 CY $ / ao $ 3, ciQ �50':�22 77 HMAC TY C (2") (ROADWAY) 3,019 SY $ $ 57, 3(0 / CiQ 78 FLEXIBLE BASE (6") 3,019 SY $ 90� $ 79 TYPE II PAVEMENT MARKINGS 515 LF $ $ (4 )(YELLOW) G� 80 TYPE II PAVEMENT MARKINGS 243 LF $ % — cis $ (, 7Q J (8„)(YELLOW) 81 TYPE II PAVEMENT MARKINGS 808 LF $ �� $ a� (4")(WHITE) 82 TYPE 11 PAVEMENT MARKINGS 191 LF 50 $ / / -- SD $ (24")(WHITE) PREFABRICATED PAVEMENT ap 83 MARKINGS (ARROW) IN 2 EA $ $ / r 700 ACCORDANCE WITH TXDOT STANDARDS 84 PREFABRICATED PAVEMENT MARKINGS (RR CROSSING) IN 4 EA $ y �� 00 $ i w — ACCORDANCE WITH TXDOT STANDARDS &� Offeror's Initials REVISED Item No. Description Estimated Quantity Unit Unit Price Extended Amount 85 STREET SIGN 2 EA $ 3�(�cc CLQ $ CSC) 86 STOP SIGN 4 EA $ 39D00 $ / 5&ogo— 87 ONE-WAY SIGN 1 EA ��0 390q0-- 88 SMALL SIGN POST 4 EA eo Cp �� CIO- 89 5" CONCRETE FLATWORK 272 SY $ 6g06 $ /Z, <' '(tee-/� 90 24" CONCRETE CURB AND 286 LF $ 53� $ TER 91 18" REINFORCED CONCRETE 148 LF $ $ PIPE 92 4"AT CONCRETE BOX CULVERT 64 LF $ `LLJ- $ 93 SAFETY END TREATMENT 2 EA o0 $ 3,%CaL� oQ $ (SET) TYPE II FOR 18" RCP 94 SAFETY END TREATMENT (SET) TYPE Ii FOR 4'X2' BOX 1 EA $ 5,4CX) p- $ CULVERT TRAFFIC CONTROL IN 95 ACCORDANCE WITH TMUTCD FOR CLOSURE OF SLIDE ROAD (N. CR 1 MO ;r-�� $ �Jt-�-' ca $ F�� S� 1900) FOR RECONSTRUCTION OF r PAVEMENT AND SIGNALIZED RAILROAD CROSSING COORDINATE WITH BNSF, EXECUTION OF BNSF RIGHT OF ENTRY AGREEMENT, AND PROVIDE NECESSARY INSURANCE 96 MACCORDANCE WITH BNSF 1 LS $ $ i REQUIREMENTS TO FACILITATE CONSTRUCTION OF PAVEMENT AND SIGNALIZED RAILROAD CROSSING 97 BNSF FLAGMEN FOR DURATION SUFFICIENT TO PERFORM ALL 25 DAYS $ $ 99 5W WORK WITHIN LIMITS OF BNSF RIGHTS -OF -WAY EXTENSION OF RAIL ROAD CROSSING PLANKS AND RAILS, 98 CONSTRUCTION OF CROSSING 1 LS $249,417.00 $249,417.00 ARMS AND SIGNALS BY BNSF FORCES Per Exhibit D s 5zl� -z111,7 2a Total Add -Alternate 2, Items 72 - 98 Offeroes Initials 7 REVISED (� 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 (ai 7 U ) C&Iendar DAY-S. ( IGJD "unarm �7712Ue.nit%-/ ) Written Days Completed by Contractor CONSECUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages the sum of $10" for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. It/ — Offeror's Initials 93 REVISED .F I Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Five Percent Dollars ($ 5% ), 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. (Sea] if Offeror is a Corporation) ATTEST: Secret Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date_1/22/16 Addenda No. Date Addenda No. Date___, Addenda No. Date — (Printed or Typed Name) Utility Coontractors_Qf America, Inc. Company 5805 CR 7700 - _ Address _ Lubbock Lubbock City, County TX 79424 State Zip Code Telephone: 806 - 863-2642 Fax: 806 - 863-4132 A Email: projects@ucatexas.com FEDERAL TAX ID or SOCIAL SECURITY No. 75-2214193 MIW BE Firm: Woman Black American Native American His anic American Asian Pacific American Other tS ecif ) Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Tex. Occ. Code. Chapter 2301 to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas: t 9 Document A31®TM - 2010 Conforms with The American institute of Architects AIA Document 310 FZIM --+l -J CONTRACTOR: (Name, legal status and address) UTILITY CONTRACTORS OF AMERICA, INC. 5805 CR 7700 LUBBOCK, TEXAS 79424 OWNER: (Name, legal status and address) CITY OF LUBBOCK SURETY: (Name, legal statits and principal place of business) Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 Mailing Address for Notices Liberty Mutual Insurance Company Attention: Surety Claims Department 1001 4th Avenue, Suite 1700 Seattle, WA 98154 This document has important legalconsequences. Consultation with an attorney Is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. BOND AMOUNT: FIVE PERCENT OF THE GREATEST AMOUNT BID ------ ------------------------- PROJECT: (Name, location or address, and Project number, if any) NORTHWEST WATER RECLAMATION PLANT RAW SEWAGE AND WASTE ACTIVATED SLUDGE OFFSITE PIPELINE RFP 16-12681-TF The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and Fives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Projcct and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been fumished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hcrefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shalt be construed as a statutory bond and not as a common law bond. Signed and sealed this 26th day of JANUARY , 2016 iI UTILITY CONTRACTORS OF AMERICA, INC. wdw {Princ' al (Seal) ( t'ilness) -Ur—uw %_ J�I A f i tfref Liberty Mutual Insurance Co a %Nsu { (Satre cJp�oaro p Oiliness) ARLA ROGER � Z 3 o d+ r 1912 4 0 e)AOWARD COW0, ATTORNEY- N—FACT rd�$'� H as t.Ms-10D54 08110 t _ _ Y THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney Ilmka the acts of those named here(., and they have no authority to bind the Company except in the manner and to the extent herein stated, Certificate No. 7r26es1 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company Is a corporation duly organized under the laws of the State of Massachusetts, and WeslAmerican insurance Company Is a corporation duly organized under the laws of the State of Indiana (herein collectively called the'Companiosl, pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Howard Cowan- Marla Hill tf . an of the city of Lubbock , stale of TX each individually it there be more than one named, its true and lawful altomeyirl-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its ad and deed, any and all undertakings, bonds, recognizances and Dther surety obligations, In pursuance of these presents and shall be as binding upon the Companies as if they have been duty signed by the president and attesled by the secretary of the Companies In their own proper persons. J IN WITNESS WHEREOF, this Power of Attorney has been subscribed blr an authorized offer or official of the Companies and the corporate seals of the Companies have been affixed Call! thereto this 301h day of Sertember 2015 � �ytaD CASL PLAY iNSU *L tttSUq4 �14NSUgq American Fire and Casualty Company R°�� The Ohio Casualty insurance Company a 190ti o O t979 1912 ° 1991 Ubedy Mutual Insurance Company Z O R b " b WastAmefican Insurance Company = ] or r 1 a 1 0 + By: ! STATE OF PENNSYLVANIA ss David M. CareK'AssistantSecretary = COUNTY OF MONTGOMERY es ca On this 30th day of September 2015 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Freund v u w Casualty Company, Liberty Mutual insurance Company, The Ohio Casualty Insurance Company, and West American insurance Company, and that he, as such, being authorized so to do; y,� j execute the foregoing instrument for the purposes therein contained by signing on behalf of the corp orations by himself as a duty authorized officer. a IN WITNESS WHEREOF, I have hereunto subscribed m name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. WP pgsr COMMONWEALTH OF PENNSYLVANIA o"aer�ff NotarialSoah v 4- 7 Teresa Pastexa, Notary Public By: G OF Plymouth T1vp., Montgomery County Teresa Pastena, Notary Public r My Commission Expires Mardi 28, 2017 , ® Member Pennsytvanta AssociartonRNotaries �qY IL E This Power of Attomey is made and executed pursuant to by authority of the foikrMng By-laws and Authorizations of Amefican Fire and Casualty Company, The Ohio Casualty Insurance m Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: M ` ARTICLE IV— OFFICERS — Section 12 Power ofAtt meyAnyofficerorotherofficialoftheCorporationauthorized(orthatpurposeinwritingbytheChairmanorthePresident,andsubject ® c -49 to such I ntitatton as the Chairman or the President may prescribe, shall appoint such anomeys-In•fact, as may be necessary to ad in behalf of the Corporation to make, execute, seal, .2� m I) j acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective :5 } powers of attorney, shalt have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so G executed, such instruments she!] be as binding as if signed by the President and attested to by the Secretary. Any pourer or authority granted to any representative or atfomey-in•fad under t the provnlons of this anode may be revoked at any time by the Board, the Cha mean, the President or by the officer or officers granting such power or authority C , � N ARTICLE XIII — Execution of Contracts — SECTION 5.. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, ' and subject to such limitations as the chairman or the prescient may prescribe, shall appoint such attorneys-in•fact, as may be necessaryto actin behalf of the Company to make, execute, M r r] , seal, ackrhowtedge and deliver as surety any and an undertakings, bonds, recognizances and other surety obligations. Such attorneys-infact subject to the limitations set forth in then G C? v respective powers of attomey, shelf have full power to bind the Company by their signature and execution of any such Instruments and to attach thereto the seal of the Company, When so 010 executed such Instruments shalt be as binding as if signed by the president and attested by the secretary. � r Certificate of Designation — The President of the C acting g Company,., ling pursuant to the Bylaws of the Company, autfhtxizes David M. Corey, Assistant Secretary to appoint such atttxneys•in- fact as may be necessary to ad on behalf of the Company to make, execute, sea), acknowledge and deliver as surety any and an undertakings, bonds, recognizances and other surety obligations, Authorizatlon — By unanimous consent of the Company`s Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a car ified copy of any power of attorney Issued by the Company in Connection with surely boards, shall ire valid and binding upon the Company with the same force and effed as tltough manually affixed. 1, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casually Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the Original poorer of attorney of which the foregoing is a full, true and correct copy of the Power of Ahomey exacrrted by said Companies, is In full force and effect and has not been revoked. t IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this _211M day of TANTTARY 20 j,f , 4 iyNx u a9�� J �rfc 2m aJ. u4e yr 14 a 1906 a a 1919 1912 ° ` 1991 o By: a Gregory W. Davenport, Assistant Secretary S .. 13 of 200 CMS 12813 12203 l 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: 10 Contractor's General Information Contractor's Organizational Experience Or anization Doing Business As Utility Contractors of America, Inc.. 5805 CR 7700 Business Address of Regional Office Lubbock, TX 79424 Name of Regional Office Manager Ty Lane Telephone Numbers Main Number 806-863-2642 Fax Number 806-863-4132 We Site Address w.uca xa . List of names that this organization currently, has or anticipates operating under over the history of th organization, including the names of related companies doing business: Names of Or anization From Date To Date List of companies, firms or or anizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Years experience in projects similar to the proposed project: As a General Contractor 28 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? No If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten years? No 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 a2X local, state, or federal agencey within the last five years? No 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? No 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? NO If yes provide full details in a separate attachment. See attachment No. Contractor's Proposed Key Personnel Organization Doin Business As Utility Contractors of America, Inc. Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart as an attachment to this description. See Attachment No. 1 Ty Lane is the President, Marty Hamm, Troy Lane and Chris Ballos are Vice Presidents and at times act as Project Managers as well as Superintendents. Jonathan Ziegner is the Project Manager on major projects. Superintendents are Leo Garcia, Gilbert Prieto, Bo Rodriguez, Jr, Steve Levitt and Josh Lane and they answer ultimately to Ty Lane and then to the Vice Presidents. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart as an attachment to this description. Chris Balios is to be the Project Superintendent. Jonathan Ziegner is to be the acting Project Manager, Safety Officer. and Quality Control Manager. 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 Project Manager Jonathan Ziegner Project Superintendent Chris Ballos Project Safety Officer Jonathan Ziegner Quality Control Manager" Jonathan Ziegner 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 time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how much time it to be divided between this project and their other assignments. IJI Proposed Project Manager Name of rI Completion Date Name Wood Franklin Name Mike Keenum Title/Position Public Works Director Title/Position City Engineer Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2343 Telephone 806-775-2393 E-mail wfranklin mylubbock.us E-mail mkeenum@maiI.cLIubbock.tx.us Project All City of Lubbock Projects I Project South Lubbock Drainage I i Candidate role on Candidate role on Name of Individual Years of Experience as Project Manager Years of Experience with this Organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Percent of Time Used Name of Assignment I Project Date Name Name Title/Position Title/Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Candidate role on Proposed Project Superintendent Proposed Project Safety Officer Name Wood Franklin Name John Turpin Title/Position Public Works Director Title/Position Engineer Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2343 Telephone 8067752342 E-mail wfranklin m lubbock.us E-mail Jturoin mail.ci.lubbock.tx.us Pro ect All City of Lubbock Projects Project South Lubbock Sanitary Sewer Candidate role on Candidate role on Name of Individual Troy Lane Years of Experience as Safety Officer 25 Years of Experience with this Organization 25 Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Percent of Time Used for this Estimated Project Name of Assienment Proiect Comaletion Date Name Wood Franklin Name John Turpin Title/Position Public Works Director Title/Position Engineer Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2343 Telephone 8067752342 E-mail wfranklin0mylubbock.us E-mail JturninC&mall.cl.lubbock.tx.us Project All City of Lubbock Projects Project Candidate role on Project Candidate role on Project Proposed Project Quality Control Manager Organization Doing Business As Utility Contrators of America, Inc. Name of Individual Jonathan Ziegner Years of Experience as Quality Control Manager 20 Years of Experience with this Organization 0.7 Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Percent of Time Used for this Estimated Project Name of Assignment Project Completion Date Name Wood Franklin Name John Turpin Title/Position Public Works Director Title/Position Engineer Organization City of Lubbock Organization City of Lubbock Telephone 806-775-2343 Telephone 8067752342 E-mail wfranklin _ myiubbock.us E-mail Jturvin@mail.cHubbocktx.us Project Candidate role on Protect All City of Lubbock Projects Project Candidate role on Protect South Lubbock Sanita Sewer Project Manaeer Name of Individual Years of Experience as Quality Control Manage Years of Experience with this Organization Number of similar projects as Quality Manager Number of similar projects In other positions Current Project Assignments Name of Assignment (Name Percent Name E-mail E-mail Project I Project Candidate role on lCandidate role on Date Contractors Project Experience and Resources Organization Doing Business As Utility Contractors of America, Inc. Provide a list of Major Projects that are currently Underway, or have been completed within the last five years. See Attachment Provide a completed project in ormat on form 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. See Attachment Include a completed project information form for projects which illustrate the experience of the proposed key personnel. See Attachment 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: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control S. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Participation Goal Provide a list of major equipment proposed on this project. Attach additional information if necessary Equipment Item Primary Use on Project Own Will Buy Lease 330 Excavator (2) Pipe Installation x 95OG Loader (2) Embedment x 420 Rubber tire backhoe (1) Site Maintenance x 14G Maintainer Site Maintenance x 349 Excavator (2) Pipe installation x What work will the organization complete using its own resources? Trenching/Backfilling, Pipe and Manhole Installation What work does the organization Rropose to subcontract on this project? Tunneling, Paving, Striping, Traffic Control, SW3P, Surveying C Contractor's Subcontractors and Vendors Business As Utilitv Contractors of America. Inc. Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts) Name I Work to be Provided I Est. Percent of Contract IHUB/MWBE firm IProvide information on the proposed key personnel, project experience and description of past relationship and work experience for each subcontractor listed above usine the Proiect information Forms Provide a list of major equipment proposed for use on this project. Attach additional information if necessary Furnish Fumish and Vendor Name Equipment/ Material Provided only install HUB / MWBE Firm Attachment A Current Major Projects Project Owner City of Lubbock Project Name Traffic Engineering Trenching and Boring Services General Description of Project: Project Cost $12,161,566.00 IlEstimated Completion Date November 2017 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Rudy Garza (806) 775-2174 RBGarza@mail.ci.lubbock.tx.us Designer Construction Manager Project Owner City of Lubbock Project Name South Lubbock Sanitary Sewer Extension - Phase 2 General Description of Project: Project Cost $12,482,611.80 lEstimated Completion Date April 2016 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Jonathan Ziegner Chris Balios Jonathan Ziegner Jonathan Ziegner Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Zoltan Fekete (806) 775-3317 ZFekete@mail.ci.lubbock.tx.us Designer Construction Manager Aaron Rader Engineer (817) 335-6511 aaron.rader kimley-horn.com Project Owner City of Lubbock Project Name 2" Water Line Change Out General Description of Project: Project Cost $1,528,625.00 Estimated Completion Date Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Jonathan Ziegner Chris Balios Jonathan Ziegner Jonathan Ziegner Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Josh Flud (806) 775-3161 JFlud@mylubbock.us Designer Construction Manager Project Owner City of Lubbock Project Name Pump Station intake Meter General Description of Project: Project Cost $640,425.00 Estimated Completion Date November 2016 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Jonathan Ziegner Chris Balios Jonathan Ziegner Jonathan Ziegner Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner John Turpin (806) 775-2342 JTurnin@mail.ci.lubbock.tx.us Designer Construction Manager Brian Beach Freese & Nichols (210) 837-2476 brb@freese.com Project Owner City of Lubbock Project Name Construction of Downtown Dud System, Phase 3 General Description of Project: Project Cost $4,299,237.80 lEstimaWd Completion Date 160 days from Notice to Proceed Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Jonathan Ziegner Chris Balios Jonathan Ziegner Jonathan Ziegner Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Major Projects completed within the last 10 Years Project Owner TXDOT Project Name Marsha Sharp Freeway General Description of Project: 24" & 30" steel cylinder water lines Project Cost $3,767,944.32 1 Date Project Completed 10/112007 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Marty Hamm Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Brian Wilson Engineer (806) 748-4496 Designer Construction Manager Rob Comey Engineer (806) 771-7283 Project Owner City of Lubbock, Texas Project Name Railport Industrial improvements General Description of Project: 9505 LF of 8" and 16" Waterline; 6133 LF of 6" and 10" Sewerline Project Cost $1,2S5,983.00 I Date Project Completed 3/7/2008 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Cody Hamm Cody Hamm Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Public Works Director (806) 775-2343 wfranklinmylubbock.us Designer Brian Stephens Engineer (806) 473-2200 bstephens@team-psc.com Construction Manager Mark Carpenter Inspector (806) 473-2200 F L__.. _.. Project Owner City of Lubbock, Texas Project Name 98th Street Roadway & Drainage improvements General Description of Project: Project Cost $3,885,233.58 Date Project Completed 10/1/2008 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Lorenzo Vasquez Taylor Condit Chris Balios Reference Contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Public Works Director (806) 775-2343 wfranklin0mylubbock.us Designer Gary Dawson Engineer (806) 775-2343 gdawson@mylubbock.us Construction Manager Rod Pederson Inspector (806) 928-6561 Project Owner Lubbock Economic Development Alliance Project Name Lubbock Business Park - Phase IA and 2A General Description of Project: 881 LF 6" Waterline; 136' 8" Waterline; 3575 LF of 10" Waterline; 10162 LF 12" Waterline and 5698 LF of 12" Sewerline Project Cost $5,808,790.17 1 Date Project Completed 1/8/2009 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Leo Garcia Taylor Condit Chris Balios Reference Contact Information (listing names indicates approval to contacting the names Individuals as a reference) Name Title/Position Telephone Email Owner LEDA (806) 749-4500 Designer Mark Haberer Engineer (806) 473-2200 mhaberer@team-psc.com Construction Manager Mark Carpenter Inspector (806) 777-0160 Project Owner City of Lubbock, Texas Project Name South Lubbock Drainage Project General Description of Project: 46210 LF of 24"-54" Storm Sewer;10,958 LF 24" -54" Bore. Depths 5'-25' Project Cost $30,704,058.50 1 Date Project Completed 6/1/2009 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Leo Garcia Taylor Condit Chris Balios Reference Contact information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Marsha Reed Engineer (806) 775-2335 mreed@mail.ci.lubbock.us Designer Paul McMillan Engineer (806) 743-2200 pmcmillan@team-psc.com Construction Manager Don McClenan Inspector (806) 781-8480 dmcclenan@team-psc.com _.. �._.� Project Owner City of Lubbock, Texas Project Name Pump Station No.15 General Description of Project: 23380' 16" Waterline; 1665' 24" Steel Casing in Bore and Pump Station Improvements Project Cost $1,985,321.00 1 Date Project Completed 1/15/2010 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Cody Hamm Chad Pabody Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Darlene Doss Buyer (806) 775-2168 ddoss@mylubbock.us Designer Brian Stephens Engineer (806) 473-2200 bstephens@team-psc.com Construction Manager Mark Carpenter Inspector (806) 777-0160 Project Owner Lubbock Economic Development Alliance Project Name Lubbock Business Park - Phase lb General Description of Project: 2410' -10", 3280' -12", 2315'-20" Waterline and 4156' - 12" Sewerline Project Cost $1,004,550.48 IDate Project Completed 3/1/2010 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Lorenzo Vasquez Chad Pabody Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Brian Stephens Engineer (806) 473-2200 bstephens@team-psc.com Construction Manager Rick Humphries Project Manager (806) 745-7498 rhumphries@allenbutier.net Project Owner City of Lubbock, Texas Project Name 34th Street Waterline Replacement General Description of Project: 500' - 6", 1000'- 8",100'-10", 4800'-12",18500'-16" and 6200'- 24" Waterline Project Cost $5,228,109.47 Date Project Completed S/2/2010 Key Project Personnel Project Manager Project Ty Lane Leo Garcia Safety Officer Quality Control Chad Pabody Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Wood Franklin Public Works Director (806) 775-2343 John Marler Engineer (512) 912-5188 wfranklin@mylubbock.us john.marler@hdrinc.com Project Owner City of Post, Texas Project Name Post/Cedar Hills Water System Improvements General Description of Project: Installation of 27,000 LF 6" HDPE Waterline by boring and Pump station Improvements Project Cost $1,042,387.70 1 Date Project Completed 3/15/2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Chad Pabody Troy Lane Chad Pabody Chris Bathos Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Arbie Taylor City Manager (806) 495-2811 ataylor@oostFarza.net Designer Dwight Brandt Engineer (806) 681-8631 DLBrandt@brandtengineers.com Construction Manager Oscar Ostos RPR (806) 681-8631 OscarO@brandtengineers.com Project Owner City of Wolfforth, Texas Project Name Wolfforth Sewer Expansion General Description of Project: Project Cost $1,115,465.00 Date Project Completed 4/29/2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Leo Garcia Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Doug Hutchison Inspector (806) 885-4120 Designer Construction Manager Michael Adams Project Manager (806) 791-2300 michael.adams@ojdengineering.com Project Owner Lubbock Cooper ISD Project Name Cooper Middle School General Description of Project. 3575 LF 8" Waterline; 2930 LF 10" Sewerline; Liftstation Project Cost $502,090.00 jDate Project Completed 7/27/2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Lorenzo Vasquez Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Marsha Reed Engineer (806) 775-2335 rnreed@mail.ci.lubbock.tx.us Designer Gary Dawson Engineer (806) 743-2201 gdawson@team-psc.com Construction Manager Micheal Haverd'ink Project Manager (806) 745-9450 michael@sandiaconst.com ro. v S s, r v v.,...�,.� �. , . ,� �.�...,. �s :�, . 4, .�� t, . ,�" ��.......... ...:d ., ��,. � ».., .b Ma.�,,� �, ,�„ � a�, Project Owner City of Lubbock, Texas Project Name Indiana Paving improvements General Description of Project: Installation of 6017 LF 10" & 15" Sewerline, 6958 LF 12" Waterline, 11 Manholes, 72" Steel Casing Project Cost $1,330,284.88 1 Date Project Completed 7/29/2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Lorenzo Vasquez Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Public Works Director (806) 775-2343 wfranklin@mylubbock.us Designer Leslie Bruce Engineer Construction Manager Rick Humphries Project Manager (806) 745-7498 rhumphries@allenbutier.net Project Owner City of Denver City Project Name Denver City Well Field improvements General Description of Project: Installation of 16" water line and Pump station Imp. Project Cost $488,974.50 jDate Project Completed 8/31/2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Leo Garcia Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager James Tompkins (432) 523-2181 JamesT@wtcengineering.com Project owner City of Lubbock, Texas Project Name Quaker Ave Reconstruction from 114th to FM 1585 General Description of Project: installation of water, sewer, & storm sewer lines Project Cost $675,267.76 1 Date Project Completed 8/31/11 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Ryan Duininck Project Manager (817) 491-0946 RCDuininck@dbitx.com Project Owner City of Plainview, Texas Project Name Plainview Water Reconstruction General Description of Project: Installation of 12", 10", 8", 6", 4" water lines Project Cost $1,550,258.75 Date Project Completed December 2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Chris Balios Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Mike Gilliland Engineer (806) 296-1150 meilliland@ci.plainview.tx.us Designer Construction Manager Brandon Autry Engineer (806) 771.5976 bautry@amdeng.com Project Owner City of Levelland Project Name Lee St. Water System improvements General Description of Project: installation of 14" HDPE water line; Pump Station Improvements Project Cost $761,015.00 jDate Project Completed April 2012 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Chris Balios Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Leonard Nail Engineer (806) 473-2200 (nail@team-psc.com Project Owner City of Lubbock Project Name Lubbock Downtown Redevelopment General Description of Project: Project Cost $2,058,474.04 Date Project Completed December 2012 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Troy Lane Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Mike Keenum City Engineer (806) 775-2393 mkeen um m lubbock.us Designer Construction Manager Joseph Van Deventer Engineer (806) 795-6827 JVanDeventer@SGSEng,com ..1 - Lam. {-..�.-..t J Project Owner DCOS Project Name Industrial Park General Description of Project: Water & Sanitary Sewer Infastructure Project Cost $1,468,648.15 Date Project Completed January 2013 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager George Villarreal Engineer (806) 473-3563 GVillarreai@team-psc.com Project Owner City of Levelland Project Name 2012 Water System Improvements General Description of Project: Replace 2" Cast Iron with 6" & 8" PVC Project Cost $250,810.00 Date Project Completed February 2013 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Steve Levitt Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Erik Rejino (806) 894-0113 ereiino@levellandtexas.org Designer Construction Manager Kristi Laverty Engineer (806) 473-3634 klavertv@team-psc.com Project Owner City of Lubbock Project Name Reconstruction & Widening of Frankford Ave (98th to 114th) General Description of Project: Remove & Relocate water & sewer infastructure for new road Project Cost $287,978.50 Date Project Completed July 2013 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner John Turpin Engineer (806) 775-2393 JTuroin@mailsi.lubbock.mus Designer Construction Manager Rick Humphries Project Manager (806) 745-7498 rhumphries@allenbutler.com Project Owner City of Lubbock Project Name 98th St Paving Improvements (Albany to Huron) General Description of Project: Water & Sanitary Sewer Infastructure Project Cost $1,077,089.54 Date Project Completed July 2013 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Wood Franklin Public Works Director (806) 775.2343 wfranklin@mvlubbock.us Designer Construction Manager Rick Humphries Project Manager (806) 745-7498 rhuinohries@allenbutier.com Project Owner Costco Project Name Costco Warehouse, Lubbock General Description of Project: Water & Sanitary Sewer Infastructure Project Cost $936,831.00 jDate Project Completed October 2013 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Chris Balios Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Jerry Pollock Project Manager (425) 531-1077 ierrvp@iacksondean..com Project Owner City of Lubbock Project Name Milwaukee Ave Paving Improvements General Description of Project: Remove & Relocate water & sewer infastructure for new road Project Cost $2,827,952.27 1 Date Project Completed January 2014 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Mike Keenum City Engineer (806) 775-2393 Mkeenum@mail.ci.lubbock.tx.us Designer Construction Manager Rick Humphries Project Manager (806) 745-7498 rhumphries@alienbutler.com Project Owner City of Lubbock 7IRect Name Slide Road Water Line Extension General Description of Project: Extend Water Line on Slide Rd from 98th St to FM 1585 Project Cost $701,510.00 1 Date Project Completed May 2014 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Chris Balios Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Mike Keenum City Engineer (806) 775-2393 Mkeenum@mail.ci.lubbock.tx.us Designer Construction Manager Paul McMillian Engineer (806) 473-2200 PMcmillenPteam-psc.com Project Owner City of Lubbock 1Project Name East Erskine Street 12" Water Line Extension General Description of Project: Project Cost $301,628.00 Date Project Completed February 2015 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Marty Hamm Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Josh Kristinek Engineer (806) 775-3397 JKristinek@mail.c1.lubbock.tx.us Designer Construction Manager Project Owner City of Lubbock Project Name Northwest Lubbock Drainage Improvements General Description of Project: Storm Sewer Infrastructure (10 x 10 Boxes) Project Cost $35,979,888.70 1 Date Project Completed March 2015 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Troy Lane Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Mike Keenum City Engineer (806) 775-2393 Mkeenumg)mail.ci.lubbock.tx.us Designer Construction Manager Paul McMillian Engineer (806) 473-2200 PMcmillenOteam-asc.com .ria 77-7-1 � s s Project Owner City of Lubbock Project Name Buffalo Lake Water Line Replacement General Description of Project: Project Cost $154,215.10 Date Project Completed April 2015 Key Project Personnel Project Manager Superintendent Ty Lane Marty Hamm Safety Officer Quality Control Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager John Turpin Engineer (806) 775-2342 Jtur2in@mail.ci.iubbock.tx.us Project Owner City of Lubbock Project Name Northwest Water Reclamation Plant General Description of Project: Project Cost $1,245,847.30 Date Project Completed July 201E Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Chris Balios Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner John Turpin Engineer (806) 775-2342 Jturpi @mail.ci.iubbock.tx.us Designer Construction Manager Project Owner City of Lubbock Project Name South Lubbock Sanitary Sewer Extension - Phase 1 General Description of Project: Project Cost $20,545,010.74 jDate Project Completed November 2015 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Chris Balios Chris Balios Chris Balios Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Zoltan Fekete (806) 775-3317 ZFeketePmail.ci.lubbock.tx.us Designer Construction Manager Aaron Rader Engineer (817) 335.6511 aaron.rader@kimley-horn.com �,w�...».w•.r .^^ Pra+mm*m"wvoa a✓^'^o+..:....axat B"°'.®`+aM1 wn^ . d""". Y°^°^`" i a aw.mmam.;..y ^m..+n yq m nM a w«� a W®O4 �- a u Project Owner City of Brownfield Project Name Water & Sewer Extension General Description of Project: Project Cost $1,279,031.00 Date Project Completed November 2015 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Jonathan Ziegner Chris Baiios Jonathan Ziegner Jonathan Ziegner Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Designer Construction Manager Alex Kingston Engineer (806) 473-2200 Akingston@team-Usc.com Project Information Sheet Current Project Information Sheet Curre Project Owner I City of Lubbock Project Name South Lubbock Sanitary Sewer Extension - Phase 2 General Description of Project Installation of 23,800' Fiberglass Sewer Pipe, ranging in size from 12" — 48" and depths from 0' — 25+' Budget History Schedule Performance Amount % Of Bi Amount Date Days Bid $ 11,921,273.80 Notice to Proceed 6/15/2015 Change Orders Contract Substantial Completion Date at Notice to Proceed April 2016 Owner Enhancements $ 561,338.00 4.71% Contract Final Completion Date at Notice to Proceed April 2016 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 561,338.00 4.71% Actual J Estimated Substantial Completion Date April 2016 Final Cost $ 12,482,611.80 Actual / Estimated Final Completion Date I April 2016 Project Manager I Project Sup ISafety Officer lQuality Manager Name I Jonathan Ziegner I Chris Balios I Jonathan Ziegner I Jonathan Ziegner Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Chance Name Title/position Organization Telephone Email Owner Zoltan Fekete Engineer City of Lubbock, Texas (806) 775-3317 ZFekete@maii.cl.lubbock.tx.us Designer Construction Manager Aaron Rader Engineer Kimley Horn Associates (817) 335-6511 aaron.rader@kimley-horn.com Surety # a • r• resolved 0 Howard Cowan e e • s • • issues Attorney Liberty Mutual s e # e S s. e $0.04 Number of issues Pending (806) 722-2663 Olin Resolved issues $0.00 Project Information Sheet Current Project information Sheet Current Project Information Sheet Current Project Information Sheet Completed Project Owner City Of Lubbock, Texas JProject Name Marsha Sharp Freeway General Description of Project This Project consisted of 27,154 LF of 24" to 60" Cast -In -Place Pipe and Steel Cylindar Lines with inlets and Junction Boxes ranging in depth from 6' to 24' Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 3,451,540.15 Notice to Proceed 7/5/2005 840 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 316,404.17 9.17`Yo 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 $ 316,404.17 9.17% Actual / Estimated Substantial Completion Date Final Cost a e $ 3,767,944.32 Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 10/1/2007 806 Quality Manager Name Ty Lane Marty Hamm Taylor Condit Chris Balios Percentage of Time Devoted to the Project 50% 1DO% 50% 30% Proposed for this Project Ty Lane Marty Hamm Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change e • a a ... a Name •• a a Title/position Organization Telephone Email Owner Brian Wilson Engineer TxDot (806) 748-4496 Designer Engineer PBQ&D Inc. Construction Manager David Ockerman Inspector City of Lubbock (806) 548-4152 Surety t a a •a um er resolved 4 Howard Cowan e a a a s a s loxalAmountinvolvedinKesolved issues Attorney e a 0 $316,404.00 SafeCo a e•. • Number of issues Pending (425) 376-6535 Iotalamount involved Olin Resolved issues $316,404.00 Project Information Sheet Completed Project Owner I City of Lubbock, Texas JProject Name I Railport Industrial Improvements General Description of Project The Project consisted of 1680 LF of 8" Waterline; 7825 LF of 16" Waterline; 4123 LF 6" Sewerline; and 2010 LF of 10" Sewerline. Schedule Performance Amount Amount Date Days Bid $ 1,214,54&00 Notice to Proceed B/1/2007 240 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 41,435.00 3.41% Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues lChange Order Authorized Final Completion Date Total $ 41,435.00 3.41% Actual / Estimated Substantial Completion Date Final Cost $ 1,255,983.00 lActual / Estimated Final Completion Date 3/7/2008 217 Project Manager Project Sup Safety Officer quality Manager Name Ty Lane Cody Hamm T Condit/Cody Hamm Chris Balios Percentage of Time Devoted to the Project 40% 100% 100% 40% Proposed for this Project Ty Lane Cody Hamm Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change ♦ ♦ ♦ e e e ♦ Name ® s Title/position e ♦ Organization Telephone Email Owner Wood Franklin iblic Works Direct City of Lubbock (806) 775-2343 wfranklin@mylubbock.us Designer Brian Stephens Engineer Parkhill,Smith & Cooper (806) 473.2199 bsteohens@leam-nsc.cam Construction Manager Mark Carpenter Inspector Parkhili,Srith & Cooper (806) 473-2200 1 mcarpenter@team-psc.com Surety Number a issues resolved 6 Howard Cowan lufal Amountinvolveinvolvea In es issues Attorney $41,435.00 Safeco Number of issues Pending (425) 376-6535 amoun mvo ve 0 in Resolved issues "31. ��..--� r^--"^1 �.� r---^"n •^----(� r—•—..-u r--+ti r-----� •--^--•. r-----•� r--�---, ^--Z ^.""'1 '�--"+ r--"—� r,,,—""'l .-' i n-----� . t Project Information Sheet Completed Project Owner I City of Lubbock, Texas JProject Name I South Central Lubbock Drainage Project General Description of Project This Project Consisted of 29,990 LF of 24" to 72" Cast in Place Storm Sewer Ranging in Depths up to 50 feet. Performance Amount Bid $ 5,811,646.00 Notice to Proceed 2/25/2007 590 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 Change Order Authorized Final Completion Date $ - 0.00% Actual % Estimated Substantial Completion Date "Cost 0 $ 5,811,646.00 Actual / Estimated Final Completion Date Project Sup Safety Officer 9/ 0/2008 575 Quality Manager Project Manager Name Ty Lane/Troy Lane Leo Garcia Taylor Condit Chris Balios Percentage of Time Devoted to the Project 30% 100% 40% 60% Proposed for this Project Ty Lane Leo Garcia Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Mike Keenum City Engineer City of Lubbock (806) 775.2393 mkeenumC&mail.ci jubbock.tx.us Designer Paul Mcmillan Engineer Parkhill,Smith&Cooper (806) 775.2393 pmcmillan@team-nsc.com Construction Manager Don McClenan Inspector Parkhill,Smith&Cooper (806) 773-2200 1 dmcclenan@team-psc.com Surety Number o Issues resolved Howard Cowan Amountinvo ve inResolvedmoun Miisosuaces Attorney $0.00 Safeco Number of issues Pending (425) 376-6535 involved 0 in Resolved issues 1 $0.00 Project Information Sheet Completed Project Owner ICity of Lubbock, Texas JProject Name I 98th Street Roadway & Drainage Improvements General Description of Project The Project Consisted of 6972 LF of 24" to 36" Open Cut Storm Sewer with Curb inlet; 6540 LF of 6" to 16" Water Pipe ranging in depth form 5"-25°. Budget History Schedule Performance % of Bid Amount Amount Date Days Bid $ 3,790,134.00 Notice to Proceed 4/25/2006 Change Orders Contract Substantial Completion Date at Notice to Proceed 480 Owner Enhancements $ 95,099.58 2.51% Contract Final Completion Date at Notice to Proceed 250 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 95,099.58 2.51% Actual / Estimated Substantial Completion Date 5/5/2008 730 Final Cost $ 3,885,233.58 Actual / Estimated Final Completion Date 10/1/2008 e Project Manager Pra'ect Sup Safety Officer Quality Manager Name Ty lane Cody Hamm Cody Hamm Chris Balios Percentage of Time Devoted to the Project 50% 100% 100% 501/0 Proposed for this Project Ty Lane Cody Hamm Cody Hamm Chris Balios Did individual Complete the Project? Yes Yes Yes Yes if not, who started or completed the project in their place. Reason for Change ♦ a • ♦ a• • Name • e Title/position • e Organization Telephone Email Owner Wood Franklin iblic Works Directi City of Lubbock (806) 775-2343 wfranklin(&m ubbeck.us Designer Gary Dawson Engineer City of Lubbock (806) 775-2343 Rdpwson@ tibbock.us Construction Manager Ron Pederson Inspector Parkh€ll,Smith&Cooper (806) 928-6561 Surety Howard Cowan Attorney Safeco (425) 376-6535 SE Number a issues a a mountva v In es ve a amountInva ve resolved 4 issues $95,099.58 Number of issues Pending 0 in Resolved issues $108,421.50 r---� (�-----, /----^, A--•-� f ---,ate' �"�.---, ^--'a -� ...r. �..,.-"'", +'--^� "�'� ^--^-'*1 !'----"� ^"'.�!--r'-�-. ..---'�----� ----� Project Information Sheet Completed Project Owner I Lubbock Economic Development Alliance Project Name Lubbock Business Park - Phase 1A and 2A General Description of Project The Project consisted of 881 LF 6" Waterline; 136' 8" Waterline; 3575 LF of 10" Waterline; 10162 LF 12" Waterline and 5698 LF of 12" Sewerline, Performance Amount Amount Date Days Bid $ 4,844,662,00 Notice to Proceed 9/1/2007 700 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 964,128.17 19.90% Contract Final Completion Date at Notice to Proceed 2/3/2008 120 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 964,128.17 19.90% Actual / Estimated Substantial Completion Date Final Cost $ 5,808,790.17 • • Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 1/812009 818 Quality Manager Name Ty Lane Lorenzo Vasquez Taylor Condit Chris Balios Percentage of Time Devoted to the Project 30% 100% 30% 30% Proposed for this Project Ty Lane Lorenzo Vasquez Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization mom Telephone Email Owner LEDA (806) 749-4500 Designer Mark Haberer Engineer Parkhill,Smith&Cooper (806) 473-2200 mhaberer team-nsc.com Construction Manager Mark Carpenter Inspector City of Lubbock (806) 777-0160 Surety um er or issues resolved 5 Howard Cowan I I ofal Amountinvolvea in KeS0IVe0 issues Attorney $964,128.17 Safeco Number of issues Pending (425) 376-6535 n invo v Olin Resolved issues $964,128.17 Project information Sheet Completed Project Owner I City of Lubbock, Texas Project Name South Lubbock Drainage Project General Description of Project The Project consisted of 30,410 Lf of 54" Open Cut Storm Sewer pipe; 2826 LF of 42" Open Cut Storrs Sewer; 8058 LF of 36" Open Cut Storm Sewer;1354 LF Open Cut Storm Sewer, 3562 LF Open Cut storm Sewer. 6425 LF 54" Bored Storm Sewer; 702 LF 42" Bored Sorm Sewer; 2202 LF 36" Bored Storm Sewer; 380 LF 30" Bored Storm Sewer; and 1541 LF 24" Bored Storm Sewer. Budget History Schedule Performance Amount $ % of Bid Amount Date Days Bid $ 25,699,455.50 Notice to Proceed 10/27/2005 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 5,004,603.00 19.47% Contract Final Completion Date at Notice to Proceed 10/27/2009 1440 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 5,004,603.00 19,47% Actual / Estimated Substantial Completion Date 5/1/2009 1262 Final Cost $ 30,704,058.50 Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 1 6/1J2009 1292 Quality Manager Name Ty Lane Chris Balios Taylor Condit Marty Hamm Percentage of Time Devoted to the Project 60% 60% 60% 409'0 Proposed for this Project Ty Lane Chris Balios Taylor Condit Marty Hamm Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change + ♦ a a ♦ 0 ♦ Name ♦ 0 a ♦ Title/position Organization Telephone Email Owner Mike Keenum City Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum#2mail.ci.Iubbock.tx.us Designer Paul McMillen Engineer Parkhill,Smith & Cooper (806) 473.2200 pmcmil1en@!2am:g1g cam Construction Manager Don McClenan Inspector Parkh111,Smith & Cooper (806) 473-2200 dmclenan@team-psc.com Surety um er ot 1 sues resolved 1 3 Howard Cowan I 61al Amountin ve m o ve issues Attorney $5,004,603.00 Safeco Number of issues Pending (425) 376-6535 a oun invo e 0 in Resolved issues $500,463.00 7—�-+•y �.. L.. ,..»�! i......:_�""--...� i..e,....,. �� s . c. ,, •---7 £ `'% t-.: -..i C,----•3 1—.-..-7 I.....�.....f lJ L�.�➢ i ..! �.—..�.-....J Project Information Sheet Completed Project Owner I City of Lubbock, Texas JProject Name 16 Inch Supply Line to Pump Station 15 General Description of Project This project Consisted of 23,380 LF of 16" Waterline running through Lubbock Airport to Pump Station No.15. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 985,321,00 Notice to Proceed 6/29/2009 Change Orders Contract Substantial Completion Date at Notice to Proceed 180 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 $ - 0.00% Actual / Estimated Substantial Completion Date 12/24/2009 178 Final Cost $ 985,321.00 Actual / Estimated Final Completion Date 1/15/2010 224 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Cody Hamm Taylor Condit Chris Balios Percentage of Time Devoted to the Project 100% 30% 30% Proposed for this Project Ty Lane Cody Hamm Taylor Condit Chris Salios Did individual Complete the Project? Yes Yes No Yes If not, who started or completed the project in their place. Troy Lane Reason for Change Resignation Name Title/position Organization Telephone Email Owner Darleen Doss Buyer City of Lubbock (806) 775-2168 ddoss@mylubbock.us Designer Brian Stephens Engineer Parkhill,Smith&Cooper (806) 473-2200 bsteohensPteam-osc•com Construction Manager Mark Carpenter Inspector City of Lubbock (806) 777.0160 Surety urn er or issues resolved 0 Howard Cowan o a moun mvo ve in eso ve issues Attorney $0.00 Safeco ME i Number of issues Pending (425) 376-6535 o a amount inva veo 0 in Resolved issues $0.00 Project Information Sheet Completed Project Owner I Lubbock Economic Development Alliance JProject Name Lubbock Business Park - Phase 1B General Description of Project Installation of 2410' -10", 3280' -12", 2315'-20" Waterline and 4156' -12" Sewerline Budget History Schedule Performance %of Bid Amount Amount Date Days Bid $ 979,059.20 Notice to Proceed 6/15/2009 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 25,491.28 2.60% 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 $ 25,491.28 2.60% Actual / Estimated Substantial Completion Date Final Cost $ 1,004,550.48 Actual / Estimated Final Completion Date 3/1/2010 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Lorenzo Vasquez Chad Pabody Chris Balios Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Yes Yes Yes Yes Did individual Complete the Project? if not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Designer Brian Stephens Engineer Parkhfll,Smith&Cooper (806) 473-2200 bstephens@gam-psc.com Construction Manager Jason Hetler Allen Butler Construction (806) 745-7498 jason@allenbutier.net Surety ! c a •e erISsueS rre!o1ved 4 Howard Cowan o ® o e • o a AmountInvolved I eso ve issues Attorney • e e• 1 $75.491.28 Liberty Mutual a 20 a Number of issues Pending (806) 722-2663 o a amount involvea in Resolved issues `77 - - r � . w: Project Information Sheet Completed Project Owner City of Lubbock, Texas Project Name 34th Street Waterline Replacement Project General Description of Project This Project Constists the removal and replacement of 500 LF 6" Waterline; 1000 LF of 8" Waterline; 100' 10" Waterline; 4800 LF of 12" Waterline; 18500' 16' Waterline and 6200" of 24" Waterline and Relocating Steel Cylindar Lines. e - • • • r Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 4,977,034.30 Notice to Proceed 9/25/2008 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 252,075.17 5.04% 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 $ 251,075.17 5.04% Actual / Estimated Substantial Completion Date Final Cost $ 5,228,209.47 Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 5/2/2010 Quality Manager Name Ty Lane Leo Garcia Taylor Condit Chris Balios Percentage of Time Devoted to the Project 50% 1001ya 40% 40% Proposed for this Project Ty Lane Leo Garcia Taylor Condit Chris Balios Did individual Complete the Project? Yes Yes No Yes If not, who started or completed the project in their place. Chad Pabody Reason for Change Name Title/position Organization Resignation Telephone Email Owner Zoltan Fekete Engineer City of Lubbock, Texas (806) 775-3377 zfekete(almvlubbock.us Designer John Marler Engineer HDR (512) 912-5188 iohn.marleE@hdrinc.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 8 • s •• um er o issues resolved 4 a . • • e • e moun invo ve in eso ve issues e e 1 $251,075.17 • . e Number of issues Pending o a amountmvo 0 in Resolved issues $251.075.17 7 7 1 Project Information Sheet completea Project Owner Lubbock Cooper ISD Protect Name Cooper Middle School General Description of Project 13575 LF 8" Waterline; 2930 LF 10" Sewerline Amount Bid $ 48 Change Orders Owner Enhancements Unforeseen Conditions Design Issues $ 1 Total $ 1 Final Cost $ 5o Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their pi Reason for Change e e e e s Name Owner Marsha Reed Designer Gary Dawson Construction Manager Michael Haverdink Surety Howard Cowan Schedule Performance Notice to Proceed Contract Substantial Completion Date at Notice to Proceed Contract Final Completion Date at Notice to Proceed Change Order Authorized Substantial Completion Date Change Order Authorized Final Completion Date Actual / Estimated Substantial Completion Date Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Ty Lane Lorenzo Vasquez Chris Balios Ty Lane Lorenzo Vasquez Chris Balios Yes Yes Yes City of Lubbock (806) 775-2335 mree Parkhlli,Smith&Cooper (806) 743-2201 gd, Sandia Construction (806) 745-9450 mic Liberty Mutual (806) 722-2663 lotal amo At mvo ve .00 Number of issues Pending in Resolved issues Date 7 Chris Balios Chris Balios Yes Email Project Information Sheet Completed Project Owner I City of Lubbock Project Name Indiana Paving Improvements General Description of Project Installation of 6017 LF 10" & 15" Sewerline, 6958 LF 12" Waterline, 11 Manholes, 72" Steel Casing Budget History Schedule Performance Amount %of Bid Amount Date Days Bid $ 1,293,497.50 Notice to Proceed 2/1/2010 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 36,787.38 2.84% 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 $ 36,787.38 2.84% Actual J Estimated Substantial Completion Date Final Cost $ 1,330,284.88 • s a Actual J Estimated Final Completion Project Manager Date Project Sup Safety Officer 7/29/2011 Quality Manager Name Ty Lane Leo Garcia Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Leo Garcia Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change a ® a e ae a Name e• a e Title/position Organization Telephone Email Owner Woad Franklin bllc Works Direct City of Lubbock {806) 775-2343 wfranktin@mytubbock,us Designer Leslie Bruce Engineer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 rumphries@alienbutier.net Surety ® a • a um er resolved 2 Howard Cowan e • a a e e • lotalAmountinvolve m eso ve issues Attorney e • ® $36,787.38 Liberty Mutual a . e, e Number of issues Pending (806) 722-2663 o a a un nvolveo in Resolved issues $36,787.38 Project Information Sheet Lompietea Project Owner I City of Denver City Project Name Denver City Welt Field Improvements General Description of Project Installation of 16" water line Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 196,595.75 Notice to Proceed 6/1/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 292,378.75 148.72% 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 $ 292,378.75 148.72% Actual / Estimated Substantial Completion Date Final Cost $ 488,974.50 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 8/31/2011 Quality Manager Name Ty Lane Leo Garcia Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Leo Garcia Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change • Name Title/position Organization Telephone Email Owner Designer Construction Manager lames Tompkins (432) 523-2181 1 lamesT@wtcengineering.com Surety er o issues r2 Howard Cowan Attorney o a moun Invo ve m eso ve issues $292,378.75 Liberty Mutual Number of issues Pending (806) 722-2663 un mvo elved in Resolved issues $292,378.75 Project Information Sheet Completed Project Owner City of Plainview Project Name Plainview Water Reconstruction General Description of Project installation of 12",10", 8", 6", 4" water lines Budget History Schedule Performance Amount 9b of Bid Amount Date Days Bid $ 1,494,410.00 Notice to Proceed 3/1/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 55,848.75 3.74% 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 $ 55,848.75 3.74% Actual / Estimated Substantial Completion Date Final Cost $ 1,550,258.75 Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer December 2011 Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Chris Balios Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change e e e e a e e Name e e e e Title/position Organization Telephone Email Owner Mike Gilliland Engineer City of Plainview (806} 296-3150 Gilliland@ci.olainview.tx.us Designer Construction Manager Brandon Autry Engineer AMD Engineering (806) 771-5976 bautry@amdeng.com Surety p e e a um er !S Ue5 resolved 1 Howard Cowan Attorney e a e a e a a mOUn InVO ve in es0 ve issues $23,929.00 Liberty Mutual Number of issues Pending (806) 722-2663 total amount involved in Resolved issues $23,929.00 Project Information Sheet Project Information Sheet Completed Project owner I City of Levelland JProject Name Lee St. Water System Improvements General Description of Pro ect Installation of 14" water line Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 777,548.95 Notice to Proceed 8/22/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed 12/20/2011 Owner Enhancements $ (16,533.95) -2.13% Contract Final Completion Date at Notice to Proceed 1/19/2012 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ (16,533.95) -2.13% Actual / Estimated Substantial Completion Date Final Cost S 762.015.00 Actual / Estimated Final Completion Date 04/2012 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Chris Balios Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Chanae Name Email Construction Manager Leonard Nail Engineer Parkhill,Smith&Cooper (806) 473-2200 snail@team-psc.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 0 m • e m e e m • m e a e a i• Se. Numotra issues o maunE involveinvolveo in Resolved a amou in ve resolved 0 issues $0.00 Number of issues Pending 0 in Resolved issues $0.00 J Project Information Sheet Project Information Sheet Project Information Sheet 4 Project Information Sheet Completed Project Owner I City of Lubbock JProject Name Reconstruction & Widening of Frankford Ave General Description of Project Remove and Relocate water and sewer infastructure for new road Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 251,878.50 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 36,100.00 14.33% 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 $ 36,100.00 14.33% Actual / Estimated Substantial Completion Date 06/2013 Final Cost $ 287,978.50 .♦. , Actual / Estimated Final Completion Date Project Sup Safety Officer 07/2013 Quality Manager Project Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Mike Keenum City Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum@m@II&i.lubbock.tx.us Designer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 rhumphries@allenbutler.net Surety ® ♦ ♦ a um er or issue resolved 0 Howard Cowan a ♦ ♦ c a ♦ ♦ o a moun involved in a ve issues Attorney ♦ a ® $0.00 Liberty Mutual ♦ La a Number of issues Pending (806) 722-2663 amount �nw ve 0 in Resolved issues $0.00 Project Information Sheet Completed Project Owner I City of Lubbock JProject,Name 98th St. Paving improvements (Albany to Huron) General Description of Project Water and Sanitary Sewer Infastructure Budget History Schedule Performance %of Bid Amount Amount Date Days Bid $955,577.52 Notice to Proceed 8/22/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 121,512.02 12.72% 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 $ 121,512.02 12.72% Actual / Estimated Substantial Completion Date Final Cost $ 1,077,089.54 Actual / Estimated Final Completion Date 1 07/2013 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Wood Franklin iblic Works Direct City of Lubbock, Texas (806) 775-2343 wfranklin@mail.ci.lubbock.tx.us Designer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 1 rhumphries@allenbutler.net Surety um er or issues resol I Howard Cowan Dial Amountinvolveinvolveo in He5olved issues Attorney $0.00 Liberty Mutual Number of issues Pending (806) 722-2663 amount ve 0 in Resolved issues $0.00 L.. ,.. ,.-.1 ��.,......A !.,»,.. .,.+ .......,...,. ..,,:.:.�.a 9.-.w.,.,..,e !� d.<.. 7771 L.=.,f „i ,—G:. E %: t � f Project Information Sheet Lompleteo Project Owner Costca JProject Name Costco Warehouse, Lubbock General Description of Project Water and Sanitary Sewer infastructure Budget History Schedule Performance Amount %of Bid Amount Date Days Bid $ 880,398.00 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 56,433.00 6.41% 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 $ 56,433.00 6.41% Actual J Estimated Substantial Completion Date 10/2013 Final Cost is 936,831.00 � • e Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer 10/2013 Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Chris Balios Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Chanee Name er Email Construction Manager Jerry Pollock Project Mgr ackson Dead Constructio (425) 531-1077 1 jerryp@jaeksondean.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 R r • • • • • s + r • a • i s . a . • Um er i UeS O aI Amountinvolved In ResolvedIota amours involved resolved 0 issues $0.00 Number of issues Pending 0 in Resolved issues $0.00 Project Information Sheet Completed Project Owner I City of Lubbock Project Name Milwaukee Ave Paving improvements General Description of Project Remove and Relocate water and sewer infastructure for new road Budget History Schedule Performance Amount %of Bid Amount Date Days Bid $ 2,521,467.50 Notice to Proceed Change orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 316,484.77 12.60% 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 $ 316,484.77 12.60% Actual / Estimated Substantial Completion Date Final Cost $ 2,827,952.27 ♦ ♦ Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 0112014 Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes if not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Mike Keenum City Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum0mail.ci.lubbock.tx.us Designer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 rhumphries@allenbutier.net Surety 0 ♦ • r ♦ er o issues 0 Howard Cowan • a ♦ ♦ e a o a oun i v ve in es v issues is "$0 .00 Liberty Mutual ♦um Number of issues Pending (806) 722-2663 a amoun r vresolved 0 in Resolved issues 1 $0.00 Project information Sheet Completed Project Owner City of Lubbock 1Project Name Slide Road Water Line Extension General Description of Project Extend Water Line on Slide Road from 98th St to FM 1585 Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 701,510,00 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 $ 0.00% Actual i Estimated Substantial Completion Date Final Cost $ 701,510.00 e e Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer May 2014 Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Mike Keenum Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum@mail.ci.lubbock.tx.us Designer Construction Manager Surety i e e -e um issues resolved 0 Howard Cowan Attorney e • e e • • e e e e 0 o a rnoun mvo ve in eso ve issues $0.00 Liberty Mutual s Sa, Number of issues Pending (806) 722-2663 o a amountnvo 0 in Resolved issues %00 Project Information Sheet completea Project Owner City of Lubbock Project Name East Erskine Stree 12" Water Line Extension General Description of Project Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 298,366.00 Notice to Proceed 12/3/2014 90 Change Orders Contract Substantial Completion Date at Notice to Proceed 3/3/2015 Owner Enhancements $ 3,262.00 1.09% Contract Final Completion Date at Notice to Proceed 3/3/2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 3,262.00 1.09% Actual / Estimated Substantial Completion Date Feb 2015 Final Cost $ 301,628.00 Actual / Estimated Final Completion Date Feb 2015 Project Manager I Project Sup ISafety Officer lQuality Manager Name I Tv Lane I Marty Hamm I Chris Batios I Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Josh Kristinek Engineer City of Lubbock (806) 775-3397 Jkristinektwmaii.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 ♦ • • Y 0 • 0 0 6 0 0 ♦ r 0 i• resolved I 0 issues $0.001 Number of issues Pendingl Olin Resolved issues $0.00 L,_,,`"� L L.. L�.. ..,. I �......3� �.. Project information Sheet Project Information Sheet completed Project Owner City of Lubbock 1project Name Buffalo Lake Water line Replacement General Descriation of Project Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 154,215.10 Notice to Proceed 2/9/2015 60 Change Orders lContract Substantial Completion Date at Notice to Proceed 4/10/2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed 4/10/2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ - 0.00% Actual / Estimated Substantial Completion Date 4/10/2015 Final Cost $ 154,215.10 Actual / Estimated Final Completion Date MMM 4/10/2015 Ictualitv Manager Project Manager JProject Sup ISafel Officer Name Ty Lane I Marty Hamm I Chris Balios I Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Chanee Name Title/position Organization Telephone IEmail Owner I John Turpin Engineer City of Lubbock (806) 775-2342 1 Jturain@mall.d.lubbock,tx.us iConstruction -. r. ,t ':�e^i, 'rt' .v °3' ,l ,, °i'.. ,.a.z. .HI'., i S'pf .`fis,f,,. 3i5 f{f }.. f? r t t- ,,=q .Ytrfi ,. Issues Des utesResolved,or=f?endm =Resoluto ;,b Arbitrationn-or:i7is f f t dt Q „g Y g r y => , sNsr:,s,.h'�r„:,���vsazd.�fis.z�`�.W��t.�s..�, C Project Information Sheet Completed Project Owner I City of Lubbock 1project Name Northwest Water Reclamation Plant General Description of Project Budget History Schedule Performance % of Bid Amount Amount Date Days Bid $ 1,245,847.30 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 $ - 0.00% Actual % Estimated Substantial Completion Date Final Cost $ 1,245,847.30 Actual j Estimated Final Completion Date 7/30/2015 Project Manager I Project Sup ISafety Officer lQualitv Manager Name I Ty Lane I Chris Balios I Chris Balios I Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change a e 4 e e e e e e e e Name Title/position Organization Telephone Email Owner Sohn Turpin Engineer City of Lubbock (806) 775-2342 lturaint�rnaii.ci.iubback.tx.us Designer Construction Manager Surety I Howard Cowan Attorney Liberty Mutual (806) 722-2663 • a e • e 9 e e a e e e e e i e . e. e resolved 0 issues $0.00 Number of issues Pendingi Olin Resolved issues I$0.00 Project information Sheet Completed Project Owner ICity of Brownfield JProject Name Water & Sewer Extension General Descri tion of Project installation of 13,700' 8" Water line, 6,900' 6" Force Main, 3,290' 6" Force Main under Pavement, Lift Station Budget History Schedule Performance % of Bid Amount Amount Date Days Bid $ 1,279,031.00 Notice to Proceed 6/8/2015 Change Orders Contract Substantial Completion Date at Notice to Proceed October 2015 Owner Enhancements Contract Final Completion Date at Notice to Proceed October 2015 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ - 0.00% Actual / Estimated Substantial Completion Date October 2015 Final Cost $ 1,279,031.00 Actual / Estimated Final Completion Date October 2015 Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Zlegner Chris Balios Jonathan Ziegner Jonathan Ziegner Percentage of Time Devoted to the Project Proposed for this Project Did Individual Complete the Project? If not, who started or completed the project in their place. Reason for Chance Name Owner Email Construction Manager Alex Kingstom Engineer Parkhill, Smith & Cooper (806) 473-2200 AKingston@team-psc.com Surety Howard Cowan Attorney liberty Mutual (806) 722-2663 $ p q • t \ W 0 0 � \ \ ♦ � \ e e \ resolved I 0 issues I lumber of issues, 0 in Resolved Issues $0.00 ^— r-77 ^1 r —^ r-- —� -----i i_ _.I . .3 ` ^� r— „_. _ �.. .. ¢._._..t i-_...---.5 �........i �._ t 1 ' Project Information Sheet Completed Project Owner City of Lubbock JProject Name South Lubbock Sanitary Sewer Extension - Phase 1 General Description of Project Installation of 35,400' Fiberglass Sewer Pipe, ranging in size from 24" •- 54" and depths from 0' — 42' Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 20,293,159.95 Notice to Proceed 5/19/2014 Change Orders Contract Substantial Completion Date at Notice to Proceed May 2015 Owner Enhancements $ (13,848.31) -0.07% Contract Final Completion Date at Notice to Proceed May 2015 Unforeseen Conditions $ 265,699.10 1.31% Change Order Authorized Substantial Completion Date October 2015 Design Issues Change Order Authorized Final Completion Date October 2015 Total $ 251,850.79 1.24% Actual / Estimated Substantial Completion Date October 2015 Final Cost $ 20,545,010.74 Actual / Estimated Final Completion Date October 2015 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change m e a s e e ! OWN— Name o e Title/position e e Organization Telephone Email Owner Zoltan Fekete Engineer City of Lubbock, Texas (806) 775-3317 ZFekete@maii.ci.lubbock.tx.us Designer Construction Manager Aaron Rader Engineer Kimley Horn Associates (817) 335-6511 1 aaron.rader@kimley-horn.com Surety Howard Cowan Attorney liberty Mutual im. Number of issues Pending (806) 722-2663 o a un involved 0 in Resolved issues S0.00 .Is a rtumoer of issues resolved •e 0 e eMIRIe e e e e o a mount. involveo in eso v issues e e i $0.00 C CITY OF LUBBOCK y INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Offeror Must be submitted with Proposal 1, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. _ Ty Lane #i�TnVac�tor (Original Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: Utility Contractors of America, Inc. (Print or Type) _ _ CONTRACTOR'S FIRM ADDRESS: 5805 CR 7700 Lubbock, TX 79424 11 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 16-12681-TF - Northwest Water Reclamation Plant Raw Sewage & Waste Activated Sludge Offsite Pipeline J Page Intentionally Left Blank r K SAFETY RECORD QUESTIONNAIRE The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. i c. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following three (3) 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 citations for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. _ Offeror's Initials U Ll 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. OUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES 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 Provide your company's Experience Modification Rate and supporting information: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK .652 I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. TX Lane, President Title 19 k MRS March 2, 2015 City of Lubbock { 1628 13" Street a Lubbock TX 79401 a member of K&S Group, Inc. Re: Utility Contractors of America, Inc.'s Workers Comp Policy Modifier To Whom It May Concern, Please see the below calculation of the total policy modifier for the current year. This modifier represents the experience modifier combined with a scheduled modifier determined by the insurance company. The schedule modification factor is comprised of all additional discounts provided by the insurance company for such items as, but not limited to: 1. UCA's implementation of safety recommendations of insurance carrier's safety department 2. UCA's enrollment in company healthcare network 3. Premium discount for size of operation 4. Underwriter's discretion In order to calculate this scheduled modifier you add up the three (3) discounts listed on the declarations page of the policy (scheduled credit, health care network and premium discount). I've attached a copy of the declarations page for the current Workers Compensation policy so you can see where the below reference discounts are shown in the rating. .15 (scheduled credit) + .12 (network credit) + .0780 (premium discount) = .348 This number is then applied against the experience modifier (1.00) to generate a policy modifier of .652, 2255 Ridge Road 0 Suite 333 0 F.O. Box 277 0 Rockwall, Texas 75087 Main (972) 771-4071 ° Toil Free (866) 823-0673 + Fax (972) 7714695 Amarillo ° Claude ® Dallas ® Denton ` El Faso 0 Ft. Worth ♦ Grapevine • Henrietta ♦ Houston o Plano .. . . 0 — . .. 6 n I A- 0 n-- A 4 C......1.1..1... 4 C......... + T.d— 4 \3r—^ 4 W"hlto 1:016 'I K&S .�txkolaeitzs d�et%s[Xrs1�f If you need any further explanation or have any questions about anything presented in this letter please give me a call, Since , Johnny Moss, Partner attachment r I I ynqvi it, WORKERS'COMPENSATION AND n EMPLOYERS LIABILITY INSURANCE POLICY 8210E Highway 280 Austin. Tww 787234098 UTILrTV CONTRACTORS OF AMERICA INC 5005 COUNTY ROAD 7700 a natal LUBBOCK, TX 78424-7074 aBURl3p wwallo aol>aM rntMwolaal+ices NOT MINAPI A90ft WHITE EHILLCdo" SEP I' 2 ) PO DBA: K&S7INSURANCE AG;ENCYy'&,r�� 03822 BOX ROCKWALL, TX 75087-0277 INFORMATION I (gas INSURED NAME EXTENDED P9) POLICY NUMBER TSF-0001204282 20140905 Fidsaral TOK ID 78-2214193 Bumm Nui abw 420078452 Branah DALLAS Pmgowd of 0001204202 KIMY CORPORATION InftrfmAe41 r:t MDUTHLY-113% 11 am4 rmda The Pdsy Petbd Is Doane 9-05-2014 To: 9-05-2015 1M A.M. etatRdWd tins at 9w laanMft r Mft rn•u3 A. walaw ocolvoodadow b ranaw Pad One of the polky appihn to um 1Morkel's' Compenswon Lew olths slalaar ited hers: TEXAS IL E RVIO srs LlablIllr Usrranc+s PAd Two of ow pocky apy/es Eo v" In each slate 11" In 9= 3A. The LNnlls o1 me Lkbft under Pert TvM axe BodAyt k" by Aoaldwt f 1, 000 , 00 0 EKh Accident Eiodily k*ay by Dbant t 1.000 ,000 f adt Eri�iOyaee Body b "by 0 1,000 ,000 Policy Ludt C. O0W 9tatata Msaranaea FW Thrss oA the parity spplia to the ehMm B my good hoM NONE 1] 1 D. TMie po ft WAINdes ttaese e001g4wronds and scbedulew Bee Schedule of Endorsements attaehad nay a The PmWwn iorthis policy will be dmbwn*md by our pwauft of Ratan, Cludlico0wiff,Rates and PLO" Flows. All hillaMmilm re**ud below is saaa Od tD vwgk4Wm and chwo by audit. TOTAL EUNIIATED STANDARD PREINUM :3 85 ,409.00 WAIVER OF SUBROGATION . . . . : 1,710.00 INCREASED EMPLOYERS LIABILITY LIMITS 1,744.00 TOTAL PH19AILM SUBJECT TO MODIFICATIONS . 88,943.00 PREMIUM MODIFIED TO REFLECT EXPERIENCE MOD OF�(, 1.00*i* .00 PREMIUM MODIFIED TO REFLECT SCHEDULE RATING OF ( .85 ). 13,341.00— WO=R8' COMP HEALTH CARE NETWORK DISCOUNT ( .12 ). 9,072.00 DEDUCTIBLE PREMIUM . . . . . . . . . . . . . . . • . . . . : . 00 ADM l RALTY/ FELA OR L 8 H W . . . . . . . . . . . . . . PREMIUM DISCOUNT. IF APPLICABLE ( 7.80 1 . . . . . . . . - 5,189.00— EXPENSE CONSTANT CHARGE . . . . . . . . . . . . . . . . . 150.00 TOTALESiINKTRDANNUAL. PREBI NI A 61 ,421 .00 Nall m plEmWM 230.00 DeP051717PREii6tl1a1 9,224.00 Issue Date: 9-03-2D14 ri p H H v n u 8 SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or t.' 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 1_.. debarred by a Federal agency. COMPANY NAME: Utility Contractors of America, Inc. 17 FEDERAL TAX ID or SOCIALS Cil ITY No. 75-2214193 i 1 Signature of Company Official: i..: Printed name of company officia s" ning above: Ty Lane Date Signed: 1/26/16 t Pate Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. ❑ ❑ 2. ❑ ❑ 3. ❑ ❑ 4. ❑ 0 5. 0 0 6. ❑ ❑ 7. ❑ ❑ 8. ❑ 0 9. a ❑ 10. ❑ ❑ 11. ❑ 0 12. a ❑ 13. 0 ❑ 14. ❑ ❑ 15. a ❑ 16. ❑ ❑ SUBMITTED BY: Utility Contractors of America, Inc. (PRINT NAME OF COMPANY) THIS FORM SHALL HE 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 16-12681-TF - Northwest Water Reclamation Plant Raw Sewage & Waste Activated Sludge Of1site Pipeline 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 1. 2. 3. 4. S. 6. 7. 8. 9. 10. 11. it 13. 14. 15. 16. FINAL LIST OF SUB -CONTRACTORS Company Name Location Servkes Provid n to SUBMITTED BY: jj& Contractors of America, Inc. (PRINT NAME OF COMPANY) - Minority Owned Yes No a ❑ ❑ ❑ a ❑ a a ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 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 16-12681-TF - Northwest Water Reclamation Plant Raw Sewage & Waste Activated Sludge ORsite Pipeline Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE j (CONTRACTS MORE THAN $50,000) art KNOW ALL MEN BY THESE PRE,8ENTS, that Utility Contractors of America Inc.4hereinafter called the Principal(s), as Principal(s), and ' l ax 1 414-9j� (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 Eleven Million Six Hundred Forty -Four Thousand Four Hundred Ninety -Nine Dollars ($11,644,499) 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 251h day of February, 2016, to RFP 16-12681-TF Northwest Water Reclamation Plant Raw Sewage & Waste Activated Sludge Offsite Pipeline 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 W EREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this ( day of ( 2016. (Alldmxt Surety (CompanyName) r r *By: GL (Title) A " c 4' The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby - designates COINAN 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. Ac . - A�4404W� % urety . G C� Approved as to form: City of Lubbock *By. (Title) MARLA HILL A' i ` Y I N FACT * Note: /IfXgned by an officer of the Surety Company there must be on file a certified extract from the by-laws showin§-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. 2 PERFORMANCE BOND Page Intentionally Left Blank oc-y'� I ill STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE 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 Eleven Million Six Hundred Forty -Four Thousand Four Hundred Ninety -Nine Dollars ($11,644,499) 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 251' day of February, 2016, to RFP 16-12681-TF Northwest Water Reclamation Plant Raw Sewage & Waste Activated Sludge Offsite Pipeline 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 i%A day of `^j1'�GL1C� , 2016. r C! A4 Surety (Company Name) * BY:'I Vk �A w Y (Title) �,--JLL �� V• * IN FACT (Title) The undersigned surety comVan represents that it is duly qualified to do business in Texas, and hereby designates 4--iC°_°' `" _' ' 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 (Title) MARLA H ILL Approved as to Form City of ATTY IN FAQT * Note: If/siVied by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing tW 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. 1. CERTIFICATE OF INSURANCE Figure: 28 TAC §1.601(a)(3) 1 IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact Home Office Surety at 1-610-832-8240 3 You may call (company)'s toll -free telephone number for information or to make a complaint at: (800) 472-5357 Surety Option #7 4 You may also write to Liberty Mutual Surety at: 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede contactar a servicio de la oficina principal de Surety al: 1-610-832-8240 Listed puede Ilamar al numero de telefono gratis de (company)'s para informacion o para someter una queja al: (800) 472-5357 Surety Opcion De #7 Usted tambien puede escribir a Liberty Mutual Surety 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462 5 You may contact the Texas Department of Puede comunicarse con el Departmento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at: acerca de companias, coberturas, derechos o quejas al: (800) 252-3439 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx. us E-mail: ConsumerProtection@tdi.state.tx.us 7 PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. (800) 252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). 8 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not Este aviso become a part or condition of the attached document. S-6128/LM 7/07 XDP