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