Loading...
HomeMy WebLinkAboutResolution - 2023-R0569 - Service Contract 17592, With MH Civil Constructors, Inc - 12/05/2023Resolution No. 2023-R0569 Item No. 5.5 December 5, 2023 RESOLUTYON 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, Service Contract No. 17592 for Consri-uction Services for Repair of Drainage Infrastructure as per RFP 24-17592-KM, by and between the City of Lubbock and MH Civil Constructors, Inc., of Amarillo, TX, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on December 5, �023 TRAY Y •, MAYOR ATTEST: Cou ney Paz, City Secretary APPROVED AS TO CONTENT: �� Gtil Erik Rejino, Assistant City Manager APPROVED AS TO FORM: elli Leisure, Senior Assistant City Attorney ccdocs/RES.ServiceContract 17592 Construction Services for Repair of Drainage Infrastructure 11.14.23 Resolution No. 2023-R0569 Contract 17592 City of Lubbock Construction Services for Repair of Drainage Infrastructure Agreement This Service Agreement (this "Agreement") is entered into as of the Sthday of December 2023 ("Effective Date") by and between MH Civil Constructors, Inc. (the Contractor), and the City of Lubbock (the "City"). RECITALS WHEREAS, the City has issued a Request for Proposals 24-17592-KM, Construction Services for Repair of Drainage Infrastructure and WHEREAS, the proposal submitted by the Contractor has been selected as the proposal which best meets the needs of the City for this service; and WHEREAS, Contractor desires to perform as an independent contractor to provide Construction Services for Repair of Drainage Infrastructure, upon terms and conditions maintained in this Agreement; and NOW THEREFORE, for and in consideration of the mutual promises contained herein, the City and Contractor agree as follows: City and Contractor acknowledge the Agreement consists of the following exhibits which are attached hereto and incorporated herein by reference, listed in their order of priority in the event of inconsistent or contradictory provisions: 1. This Agreement 2. Exhibit A— General Requirements 3. Exhibit B— Schedule of Rates Proposal Form 4. Exhibit C— Insurance Requirements Scope of Work Contractor shall provide the services that are specified in Exhibit A. The Contractor shall comply with all the applicable requirements set forth in Exhibit B and Exhibit C attached hereto. Article 1 1.1 The contract shall be for a term of one (1) year, with the option of four (4), one year extensions, said date of term beginning upon formal approval. This Contract will renew automatically for the additional terms, unless either Party gives 90-day written notice to terminate the Contract. 1.2 All stated annual quantities are approximations of usage during the time period to be covered by pricing established by this bid. Actual usage may be more or less. Order quantities will be determined by actual need. The City of Lubbock does not guarantee any specific amount of compensation, volume, minimum, or maximum amount of services under this bid and resulting contract. 1.3 The Contractor must maintain the insurance coverage required during the term of this contract including any extensions. It is the responsibility of the Contractor to ensure that valid insurance is on file with the Purchasing and Contract Management Department as required by contract or contract may be terminated for non-compliance. 1.4 A) Prices quoted shall be guaranteed for a period for six (6) months upon City approval. The rate may be adjusted at the City's discretion for the effective change in Consumer Price Index (CPI) or Product Price Index (PPI) as appropriate. B) Further, if the Contractor can provide documentation for actual charges for material, labor, etc. that demonstrates that the change in CPI or PPI is not sufficient, the Contractor shall provide such documentation to the City, and at the City's sole discretion, the contractual rate may be further adjusted. If agreement regarding a new rate cannot be reached, the City shall terminate at the end of the current contract period. C) If an adjustment to pricing is granted under this section, the Contractor must provide the Director of Purchasing and Contract Management written, quarterly documentation to justify the ongoing adjustment. If no such documentation is timely received, the rate will automatically revert to the initial, awarded rate. 1.5 This contract shall remain in effect until the first of the following occurs: (1) the expiration date, (2) performance of services ordered, or (3) termination of by either party with a 30 day written notice. The City of Lubbock reserves the right to award the canceled contract to the next lowest and best bidder as it deems to be in the best interest of the city. ArNcle 2 Miscellaneous. 2.1 This Agreement is made in the State of Texas and shall for all purposes be construed in accordance with the laws of said State, without reference to choice of law provisions. 2.2 This Agreement is performable in, and venue of any action related or pertaining to this Agreement shall lie in, Lubbock, Texas. 2.3 This Agreement and its Exhibits contains the entire agreement between the City and Contractor and supersedes any and all previous agreements, written or oral, between the parties relating to the subject matter hereof. No amendment or modification of the terms of this Agreement shall be binding upon the parties unless reduced to writing and signed by both parties. 2.4 This Agreement may be executed in counterparts, each of which shall be deemed an original. 2.5 In the event any provision of this Agreement is held illegal or invalid, the remaining provisions of this Agreement shall not be affected thereby. 2.6 The waiver of a breach of any provision of this Agreement by any parties or the failure of any parties otherwise to insist upon strict performance of any provision hereof shall not constitute a waiver of any subsequent breach or of any subsequent failure to perform. 2.7 This Agreement shall be binding upon and inure to the benefit of the parties and their respective heirs, representatives and successors and may be assigned by Contractor or the City to any successor only on the written approval of the other party. 2.8 All claims, disputes, and other matters in question between the Parties arising out of or relating to this Agreement or the breach thereof, shall be formally discussed and negotiated between the Parties for resolution. In the event that the Parties are unable to resolve the claims, disputes, or other matters in question within 30 days of written notification from the aggrieved Party to the other Party, the aggrieved Party shall be free to pursue all remedies available at law or in equity. 2.9 At any time during the term of the contract, or thereafter, the City, or a duly authorized audit representative of the City or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided to the City under this Contract. In the event such an audit by the City reveals any errors or overpayments by the City, Contractor shall refund the City the full amount of such overpayments within 30 days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 2.10 The City reserves the right to exercise any right or remedy to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 2.11 The contractor shall not assign or sublet the contract, or any portion of the contract, without written consent from the Director of Purchasing and Contract Management. Should consent be given, the Contractor shall insure the Subcontractor or shall provide proof of insurance from the Subcontractor that complies with all contract insurance requirements document, this provision shall control. 2.12 Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 2.13 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 2.14 Texas Public Information Act. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contract as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 2.15 No Boycott of Israel. Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 2.16 Texas Government Code 2274. By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. 2.17 Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. 2.18 Confidentiality. The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 2.19 Indemnify. The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first above written. Executed in triplicate. CITY OF LUBBOCK Tray Payne, ar W ^ TTEST: Courtney Paz, City Secretary CONTRACTOR . _—,- � �.�� � � � � - j ' - � - - Jose A. Tellez Print Name 621 SW 6th Ave Address APPROVED AS TO CONTENT: � �,p �--� yr� Mike Keenum, Division Director of Engineering 1 City Engineer Amarillo, TX 79101 City, State, Zip Code APPROVED AS TO FORM Kel i Leisure, Senior Assistant City Attorney Exhibit A City of Lubbock, TX RFP 24-17592-KM Construction Services for Repair of Drainage Infrastructure GENERAL REQUIREMENTS 1. INTENT a) The City of Lubbock (hereinafter called "City") is seeking proposals from interested firms and individuals, (hereinafter called "Proposer") to provide a Construction Services for Repair of Drainage Infrastructure contract. b) Offerors are invited to submit demonstrated competence and qualifications of their firm for providing these services. c) The information contained within this document is intended to provide interested firms with the requirements and criteria that will be used to make the selection. 2. BACKGROUND Throughout the city of Lubbock there are numerous drainage improvements in various stages of disrepair that need repair or replacement. Severe cases may even subject some of the City's infrastructure to failure and are in need of replacement or repair. Repair and/or reconstruction of these channels will attempt to minimize future erosion and safety concerns in these areas. Complaints and the underlying safety hazards associated with the drainage infrastructure necessitate ongoing repairs. This service contract will provide the opportunity to have a contractor identified that can respond quickly and is capable of making the necessary repairs as problems are identified. 3. SCOPE OF WORK The Contractor shall have the ability to make repairs andlor replace existing drainage infrastructure. The types of repairs will vary based on the specific situations, and materials such as gabion baskets, turf reinforcement mats, rock riprap, concrete lining, and more are expected to be used for the repairs. Most of the existing failures are in or around drainage channels that have experienced erosion due to possibly undersized drainage capacity or wave action undercutting of structures. This service contract will help to repair many of these instances that are present all over town. Specific direction will be provided by the Engineering Department as to which particular location needs attention and which methodology will be utilized. The Contractor must be able to mobilize and respond quickly, especially at times when an emergency type of repair is needed. Detailed Scope: • Provide all labor, materials, tools, supervision and equipment to fully perform the work of repair and/or replacement of concrete drainage channels as well as the earthwork grading necessary for the repair. The methods of construction shall conform to the requirements of all applicable American Society of Testing Materials (ASTM) Standards as well as all the American National Standards Institute (ANSI) and NSF International Standards. • Utilize a variety of techniques to repairlreplace other drainage infrastructure throughout the City of Lubbock. Specific direction for locations and type of repairs will be provided by the City. Coordination with Contractor will be essential in helping determine the best repair process to help prevent future damage in the immediate area. • Provide traffic control as necessary in accordance with applicable TXDOT and TMUTCD regulations. • Furnish cleanup and restoration of the site to pre-construction conditions or better. • Carry out operations in accordance with local, state, federal and OSHA safety regulations • Provide before and after photos of each project/repair. 4. CITY'S RESPONSIBILITIES The City Engineering Deparhnent will identify, assess, and prioritize specific problems. The City will notify Contractor of locations requiring repair and a description of the field conditions at repair locations, along with the type of repair method(s) to be utilized. 5. CONTRATOR'S RESPONSIBILITIES Contractor will be required to perform repairs to the City's surface drainage features. Contractor is responsible for all means and methods used to complete the repairs, as directed by the City. Contractor shall be responsible for providing the following at levels adequate to complete repairs in a timely manner as outlined below: • Qualified Labor • Tools • Equipment • Transportation • Services (including fuel, electricity, water, and communications) The Contractor shall be responsible for notifying the Engineering Department for each of the working days of this contract. A worker is employed on a public work if the worker is employed by the Contractor or any sub-contractor in the execution of the contract for the project. See Exhibit A, B and C for wage rates. A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. A Contractor or sub-contractor 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. 6. WATER QUALITY PROTECTION OR STORM WATER QUALITY Much of the work on this contract will occur at or near local playa lakes. As such, the Contractor shall take all necessary steps to protect the playa lakes from discharges of construction-related materials into the lakes. This will require the use of Best Management Practices (BMPs) such as providing sediment controls, temporarily rerouting drainage flows during construction, and providing an area for concrete washout. Specific BMPs questions can be directed to the Engineering Department. The Contractor is responsible for damage resulting from performing repair and clean-up of effected area. 7. CONTRACTOR'S LICENSE CLASSIFIACTION Contractor shall possess a valid Contractor's license at the time of request for proposal closing date and for the duration of the Contract. Failure to possess the specified license shall render the proposals as non-responsive. The Contractor is responsible for meeting all Contract conditions and City Standards & Details for all work performed. Substandard work, as determined solely by the City, shall be redone at the expense of the Contractor. 8. REPAIR STANDARDS Final repair shall provide for fully functional and flowing condition of surface drainage features. The current City Standard Specifications & Details at the time of repair shall be complied with. The Technical Memorandum for Construction Services for Repair of Drainage Infrastructure — BT-08LR shall be adhered to for types and techniques of repairs. All Federal, State, and Local health and safety rules and regulations shall be complied with. 9. MATERIALS AND SUPPLIES Contractor will use materials and supplies that conform to the material being repaired or replaced. Alternate materials may be used upon request and approval from a City of Lubbock Engineer. Contractor will be required to provide necessary materials for completion of work. 10. SCHEDULING Time is of the essence for all work contemplated by the Contract. Contractor will make a good faith effort to start repairs within five (5) days of notification or in accordance with a written schedule approved by the City. If repair cannot be completed within a timely period, Contractor shall provide written notification to the City detailing reasons for delay and anticipated completion schedule within two (2) days of notification. Normal work hours are anticipated to be Monday through Friday 7:00 am to 5:00 pm. Any work outside of these times needs prior authorization from the City at least 48 hours in advance. 11. PROCTECTION OF EXISTING FACILITIES 11.1. GENERAL The Contractor shall protect all existing utilities and improvements not designated for removal and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to our better than they were prior to such damage or temporary relocation. The Contractor shall verify the exact locations and depths of all utilities shown and the Contractor shall make exploratory excavations of all utilities that may interfere with the Work. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. 11.2. RIGHTS-OF-WAY The Contractor shall not do any work that would affect any oil, gas, sewer, or water pipeline; any telephone, communication cable, fiber optic transmission line, or electric transmission line; any fence; or any other structure, nor shall the Contractor enter upon the right-of-way involved until notified by the Engineer that the City has secured authority therefore from the proper party. After authority has been obtained, the Contractor shall give said party due notice of its intention to begin work, and shall give said party convenient access and every facility for removing, shoring, supporting, or otherwise protecting such pipeline, transmission line, ditch, fence, or structure, and for replacing same. When two (2) or more contracts are being executed at one time, on the same or adjacent land in such manner that work on one contract may interfere with that on another, the City shall determine the sequence and order of the Work. When the territory of one contract is the necessary or convenient means of access for the execution of another contract, such privilege of access or any other reasonable privilege may be granted by the City to the Contractor so desiring, to the extent, amount, in the manner, and at the times permitted. 11.3. RESTORATION OF PAVMENT General: All paved areas, including asphalt concrete berms, cut or damaged during construction, shall be replaced with similar materials of equal thickness to match the existing adjacent undisturbed areas. Exceptions would be specific resurfacing requirements of the permit-issuing agency. All temporary and permanent pavement shall conform to the requirements of the City. All pavement, which is subject to partial removal, shall be neatly saw cut in straight lines per City specifications. The Contractor shall be responsible for the repair of all trenches and paved areas that settle or fail within one year of construction. Temporary Resurfacing: Wherever required by the public authorities having jurisdiction, the Contractor shall place temporary surfacing promptly after backfilling and shall maintain such surfacing for the period of time fixed by said authorities before proceeding with the final restoration of improvements. Permanent Resurfacing: In order to adhere to the City of Lubbock Standard Specifications & Details regarding adjacent surfaces, the Contractor shall saw cut back and trim the edge so as to provide a clean, sound, vertical joint before permanent replacement of an excavated or damaged portion of pavement. 12. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. DAVIS BACON WAGE DETERNIINATIONS Exhibit A "General Decision Number: TX20230002 01/06/2023 Superseded General Decision Number: TX20220002 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAW & HIGHWAY CONSTRUCTION PRO]ECTS Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-eacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). �If the contract is entered �. Executive Order 14026 � �into on or after January 30, � generally applies to the � �2022, or the contract is � contract. � �renewed or extended (e.g., an �. The contractor must pay � �option is exercised) on or � all covered workers at � �after 7anuary 30, 2022: � least $16.20 per hour (or � � � the applicable wage rate � � � listed on this wage � � � determination, if it is � � � higher) for all hours � � � spent performing on the � I I contract in 2023. I �If the contract was awarded on�. �or between January 1, 2015 and� �January 29, 2022, and the � �contract is not renewed or �. �extended on or after 7anuary � �30, 2022: � Executive Order 13658 � generally applies to the � contract. � The contractor must pay all� covered workers at least � $12.15 per hour (or the � applicable wage rate listed� on this wage determination,� if it is higher) for all � hours spent performing on � that contract in 2023. I The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2023 SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 13.55 ** ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 ** Structures ..................$ 13.52 ** LABORER Asphalt Raker ...............$ 12.28 ** Flagger .....................$ 9.30 ** Laborer, Common .............$ 10.30 ** Laborer, Utility............$ 11.80 ** Work Zone Barricade Servicer ....................$ 10.30 ** POWER EQUIPMENT OPERATOR: Asphalt Distributer.........$ 14.87 ** Asphalt Paving Machine......$ 13.40 ** Broom and Sweeper...........$ 11.21 ** Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator....$ 13.96 ** Excavator, 50,000 lbs or less ........................$ 13.46 ** Front End Loader Operator, Over 3 CY ...................$ 12.77 ** Front End Loader, 3CY or less ........................$ 12.28 ** Loader/Backhoe ..............$ 14.18 ** Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 ** Motor Grader, Rough........$ 16.15 ** Motor Grader, Fine..........$ 17.49 Pavement Marking Machine....$ 16.42 Reclaimer/Pulverizer........$ 12.85 ** Roller, Asphalt .............$ 10.95 ** Roller, Other ...............$ 10.36 ** Scraper .....................$ 10.61 ** Spreader Box ................$ 12.60 ** Servicer .........................$ 13.98 ** Steel Worker (Reinforcing).......$ 13.50 ** TRUCK DRIVER Lowboy-Float ................$ 14.46 ** Single Axle .................$ 12.74 ** Single or Tandem Axle Dump..$ 11.33 ** Tandem Axle Tractor with Semi ........................$ 12.49 ** ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($16.20) or 13658 ($12.15). Please see the Note at the top of the wage determination for more information. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after ]anuary 1, 2017. If this contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is 7uly 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in 7anuary of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APP�ALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISIO" EXHIBIT B & C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standards Act. Exhibit B City of Lubbock, TX RFP 24-17592-KM Construction Services for Repair of Drainage Infrastructure Schedule of Rates Proposal Form MH Civil Constructors, Inc. Location: Amarillo, TX Total: $658,000.00 # Items # 1-1 Supervisor # 1-2 Equipment Operator # 1-3 Truck Driver #1-4 Laborer #2-1 Supervisor #2-2 Equipment Operator #2-3 Truck Driver #2-4 Laborer #3-1 Supervisor • #3-2 Equipment Operator #3-3 Truck Driver #3-4 Laborer Estimated Annual Hours (+/-) 1500 1500 1500 1500 � 500 500 500 500 � 100 100 100 100 UOM HR HR HR HR � HR HR HR HR � HR HR HR HR F Iourly Rate 90.00 80.00 70.00 60.00 � 100.00 90.00 80.00 70.00 � 110.00 100.00 90.00 80.00 Total Cost 135,000.00 120,000.00 105,000.00 90,000.00 50,000.00 45,000.00 40,000.00 35,000.00 11,000.00 10,000.00 9,000.00 8,000.00 VENDOR ACKNOWLEDGEMENT In compliance with this procurement, the undersigned offeror having examined the request for proposal, instructions to offerors, documents associated with the request for proposals, and being familiar with the conditions to be met, has reviewed the information regarding: • insurance Requirements • Suspension and Debarment Certi�cadon • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 • Texas Government Code 2274 An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in proposal rejection. Aut zed Sig ture Jose Tellez Print/Type Name Project Engineer Title 1E�13if2023 , Date MH Civil Constructors, Inc. Company Name 621 SW 6th Ave. Address Amarillo, TX 79101 City, State Zip Code Contact for quesdoos, clarifications, etc. Name and Title: Jose Tellez Mailing Address: 621 SW 6th AVe. city, state, Zip: Amarillo, TX 79101 Telephone No: ($06) 367 - 6043 Fax No: N.A. E-Mail: bid@mh-civil.com Exhibit C INSURANCE REQUIREMENTS Prior to the approval of this contract by the City, the Contractor shall furnish a completed Insurance Certificate to the City, which shall be completed by an agent authorized to bind the named underwriter(s) to the coverages, limits, and termination provisions shown thereon, and which shall furnish and contain all required information referenced or indicated thereon. THE CITY SHALL HAVE NO DUTY TO PAY OR PERFORM UNDER THIS CONTRACT UNTIL SUCH CERTIFICATE SHALL HAVE BEEN DELIVERED TO THE CITY. The City reserves the right to review the insurance requirements of this section during the effective period of the contract and to require adjustment of insurance coverages and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decisions, or the claims history of the industry as well as the Contractor. Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are approved by the City, the Contractor shall obtain and maintain in full force and effect for the duration of this contract, and any extension hereof, at Contractor's sole expense, insurance coverage written by companies approved by the State of Texas and acceptable to the City, in the following type(s) and amount(s): Commercial General Liabilitv Requirements: $1 M occurrence /$2M aggregate (can be combined with an Excess Liability to meet requirement). CGL is required in ALL contracts. It is perhaps the most important of all insurance policies in a contractual relationship. It insures the Contractor has broad liability coverage for contractual activities and for completed operations. Commercial General Liability to include Products — Completion/OP, Personal and Advertising Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person). Automatically add an excess liability of $4M. Commercial General Liability Heavy Equipment Endorsement: Heavy equipment endorsement is required Commercial General Liabilitv Digging Endorsement: XCU endorsement is required Automobile Liability Requirements: $1 M/occurrence is needed Builder's Risk Requirements: Builder's Risk Insurance is needed for this project, and at a minimum, the insurance should cover the full insurable value of the improvements. Workers Compensation Requirements: Statutory. If the vendor is an independent Contractor with no employees and are exempt from providing Workers' Compensation coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their driver's license... Employer Liability ($1 M) is required with Workers Compensation. • The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured status on a primary and non-contributory basis on all liability policies except professional liabilities and workers' comp. • Waivers of Subrogation are required for CGL, AL, and WC. • To Include Products of Completed Operations endorsement. • Carrier will provide a 30-day written notice of cancellation, 10-day written notice fornon- payment. • Carriers must meet a A.M. Best rating of A- orbetter. • Sub-contractors must carry same limits as listed above IMPORTANT: POLICY ENDORSEMENTS The Contractor will provide copies of the policies without expense, to the City and all endorsements thereto and may make any reasonable request for deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any of such policies). Upon such request by the City, the Contractor shall exercise reasonable efforts to accomplish such changes in policy coverages, and shall pay the cost thereof. Any costs will be paid by the Contractor. REQUIRED PROVISIONS The Contractor agrees that with respect to the above required insurance, all insurance contracts and certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following required provisions: a. Name the City of Lubbock and its officers, employees, and elected representatives as additional insureds, (as the interest of each insured may appear) as to all applicable coverage; b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change; c. Provide for notice to the City at the address shown below by registered mail; d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees, and elected representatives for injuries, including death, property damage, or any other loss to the extent same may be covered by the proceeds of insurance; e. Provide that all provisions of this contract concerning liability, duty, and standard of care together with the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such obligations within applicable policies. NOTICES The Contractor shall notify the City in the event of any change in coverage and shall give such notices not less than 30 days prior the change, which notice must be accompanied by a replacement CERTIFICATE OF 1NSURANCE. All notices shall be given to the City at the following address: Marta Alvarez, Director of Purchasing & Contract Management City of Lubbock 1314Avenue K, 9�' Floor Lubbock, Texas 79401 Approval, disapproval, or failure to act by the City regarding any insurance supplied by the Contractor shall not relieve the Contractor of full responsibility or liability for damages and accidents as set forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by the insurance company exonerate the Contractor from liability. CERTIFICATE OF INTERESTED PARTIES FORnn 1295 1 of 1 Complete Nos. l- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the ciry, state and country of the business entity's place Certificate Number: of business. 2023-1093123 MH Civil Constructors, Inc. Amarillo, TX Uni[ed States Date Filed: 2 Name of governmental entiry or state agency that is a party to the contract for which the form is 11/09/2023 being filed. Lubbock, City of Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. RFP 24-17592-KM Construction Services for Repair of Drainage Infrastructure 4 Nature of interest Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Hernandez, Saul B. Amarillo, TX United States X Moreno, Juan Amarillo, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION ►v�y name is Jose A. Tellez , and my date of birth is My address is 621 SW 6th Ave Amarillo TX , 79101 , USA (street) (city) (state) (zip code) (country) I declare under penalry of perjury that the foregoing is true and correct. Executed in Potter Counry, State of Texas , on the 9th day of November , 20 23 (month) (year) a ure authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.e ics.state.tx.us Version V3.5.1.Of381ab6 CERTIFICATE OF INTERESTED PARTIES FORnn 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the city, state and country of the business entiry's place Certificate Number: of business. 2023-1093123 MH Civil Constructors, Inc. Amarillo, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 11/09/2023 being filed. Lubbock, City of Date Acknowledged: 11/14/2023 3 Provide the identification number used by the governmental entiry or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. RFP 24-17592-KM Construction Services for Repair of Drainage Infrastructure Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Hernandez, Saul B. Amarillo, TX United States X Moreno, Juan Amarillo, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is , and my date of birth is My address is , (street) (city) (state) (zip code) (country) I declare under penalry of perjury that the foregoing is true and correct. Executed in Counry, State of , on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provitled by Texas Ethics Commissfon www.ethics.state.tx.us Version V3.5.1.Of381ab6