Loading...
HomeMy WebLinkAboutResolution - 2016-R0005 - Utility Contractors Of America - 01/14/2016No.2016-R0005 Iffew-1H 14, 2016 RESOLUTION I:3D1YsjDLY91FAT 01131-vaM71DINU1'(616180[4)I01100aY.IC[NIWK610III.3.3101.7;4 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 No. 12640 for Construction of the Downtown Duct System, Phase Three, by and between the City of Lubbock and Utility Contractors of America, Inc., 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 January 14, 2016 GLENP�dBffRfSrON, MAYOR ATTEST: Reb cca Garza, City Secretarn APPROVED ASIZO CONTENT: P.E., Director of Public Works APPROVED AS TO FORM: RES.ContracOUtility Contractors of America, Inc 12.14.15 BOND CHECK BEST RATING: LICENSED IN TEXAS DATE: BY: CONTRACT AWARD DATE: January 14, 2016 CITY OF LUBBOCK SPECIFICATIONS FOR Construction of the Downtown Duct System, Phase Three ITB 16-12640-TF CONTRACT 12640 PROJECT NUMBER: 92227.9240.30000 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.thereproductioncompany.com Phone: (806) 763-7770 City of Lubbock TEXAS CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE ADDENDUM �por bbock TEXAS ADDENDUM I Revised Bid Form/Clarifications & Changes ITB 16-12640-TF Construction of the Downtown Duct System, Phase Three DATE ISSUED: December 7, 2015 CLOSE DATE: December 10, 2015 at 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Revised Bid Form The following items on the Bid Form have been revised and must be submitted with the response. The revised Bid Form is attached to this addendum. Please acknowledge reception of this addendum on the signature page of the Revised Bid Form. The following items have been revised: 1. Item #103 — Replace roof drains along Avenue J adjacent to Welch Plumbing. 2. Item #37 — Add an additional item for Remove Stormwater Inlets 3. Item #38 — Add an additional item for Replace Stormwater Inlets 4. Item #53 — Correct the quantity from 116,265 to 119,265 The following were asked by bidsync and during the proposal conference. Clarifications & Changes 1. Bid Item #53 The Question was asked for Item #53, the bid item lists 116,265 LF but Exhibit A totals 119,265. Can you clarify? ANSWER: Exhibit is correct. The quantity for Item #53 is 119,265 feet. The new bid form has been adjusted to reflect the change. 2. Trees for the Project The Question asked was what type of trees and shrubs does the City want? ANSWER: An approved list of acceptable trees is in the Downtown Design Guidelines. It is available online at http://www.mylubbock.us/does/default-source/planning-file- library/downtown-public-improvements-design-standards.pdf? sfvrsn=2 3. Shrubs The question asked was what size are the shrubs? ANSWER: All replacement trees or shrubs should be comparable in size to the plants being removed or a minimum of 4" caliper for the trees as described in the Downtown Design Guidelines. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores(cr�,mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, CITY OF LUBBOCK Teofilo Flores 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 bids. It shall be the bidder's responsibility to advise the Director of Purchasing and Contract Management if anlanguage, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. REVISED BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE PROJECT NUMBER: ITB 16-12640-TF, Construction of the Downtown Duct System, Phase Three Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of Construction of the Downtown Duct System, Phase Three, having carefully examined the plans, specifications, instructions to bidders, notice to bidders 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 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. 1 Bidder's Initials: REVISED City of Lubbock Downtown Renovation Phase III BASE BID Item Name of Pay Item with Unit Price in Words Est. Unit Unit Bid Amount Bid No. Quantity Price 1 (PAY ITEM) Mobilization Complete in place, for the sum of: 1 LS Dollars and Cents per unit 2 Traffic Control Complete in place, for the sum of: 8 MO Dollars and Cents per unit 3 Storm Water Control Complete in place, for the sum of. 8 MO Dollars and Cents per unit 4 Remove Trees Complete in place, for the sum of. 26 EA Dollars and Cents per unit 5 Remove Shrubs and Plants Complete in place, for the sum of. 80 EA Dollars and Cents per unit 6 Remove and Replace Chain Link Fence Complete in place, for the sum of: 1 EA Dollars and Cents per unit 7 Remove Concrete Driveways, and Alleys Complete in place, for the sum of: 682 SY Dollars and Cents per unit 8 Remove Sidewalk Complete in place, for the sum of: 4,184 SY Dollars and Cents per unit Bidder's Initials: REVISED City of Lubbock Downtown Renovation Phase III 9 Remove Asphalt Pavement Complete in place, for the sum of 462 SY Dollars and Cents per unit 10 Remove Brick Pavement Complete in place, for the sum of: 478 SY Dollars and Cents per unit 11 Remove Curb and Gutter Complete in place, for the sum of 300 LF Dollars and Cents per unit 12 Trench Excavation Complete in place, for the sum of: 9,807 CY Dollars and Cents per unit 13 Trench Excavation in Rock Complete in place, for the sum of 2,887 CY Dollars and Cents per unit 14 BORE & Install 2-6"HDPE Conduits, Approx. 15' Deep, 60' Long Complete in place, for the sum of: 9 EA Dollars and Cents per unit 15 Trench Shoring (Trench Boxes, etc.) At Intersections With Storm Sewe Complete in place, for the sum of 9 EA Dollars and �16 Cents per unit Trench Barricades and Public Protection Complete in place, for the sum of 6,160 LF Dollars and Cents per unit Bidder's Initials: REVISED City of Lubbock Downtown Renovation Phase III 17 Provide and Install Concrete Sand Bedding For Atmos and LP&L Complete in place, for the sum of 2,730 CY Dollars and Cents per unit 18 Provide and Install 1 1/2 sackFlowable Backfill Complete in place, for the sum of: 10,921 CY Dollars and Cents per unit 19 10 Provide and Install New 4" Caliper Trees Complete in place, for the sum of. 26 EA Dollars and Cents per unit 20 Provide and Install New Shrubs Complete in place, for the sum of: 80 EA Dollars and Cents per unit 21 Install New ADA Ramp at Street Corners Complete in place, for the sum of: 30 EA Dollars and Cents per unit 22 Install New ADA Ramp at Alleys Complete in place, for the sum of: 8 EA Dollars and Cents per unit 23 ME - New 4" Thick Concrete Replacement Complete in place, for the sum of: 865 SY Dollars and Cents per unit 24 New 6" Thick Replacement Concrete Driveways and Alleys Complete in place, for the sum of: 682 SY Dollars and Cents per unit Bidder's Initials: REVISED City of Lubbock Downtown Renovation Phase III 25 Replacement 30" Concrete Curb and Gutter Complete in place, for the sum of 200 LF Dollars and Cents per unit 26 Mq Replacement 24" Concrete Curb and Gutter Complete in place, for the sum of: 100 LF Dollars and Cents per unit 27 Install 5" Fibermesh Concrete Replacement Sidewalk With Leave Outs for Brick Paver Outline As Per Detail Sheet C-2 Complete in place, for the sum of: 4,184 SY Dollars and Cents per unit 28 Install Brick Pavers in Leave Outs of Sidewalk As Per Detail Sheet C-2 Complete in place, for the sum of. 14,955 LF Dollars and Cents per unit 29 Purchase item, Sidewalk Replacement Brick Paver For the sum of: 44,865 EA Dollars and Cents per unit 30 Install Brick and Concrete Crosswalks In Locations Shown As Per Detail, Sheet C2 Complete in place, for the sum of: 15 EA Dollars and Cents per unit 31 Purchase item, Traffic Bearing Crosswalk Brick Paver For the sum of: 24,000 EA Dollars and Cents per unit 32 New Asphalt Replacement Paving Complete in place, for the sum of: 462 SY Dollars and Cents per unit Bidder's Initials: REVISED City of Lubbock Downtown Renovation Phase III 33 Replace Original Brick Pavement With Original Bricks Complete in place, for the sum o£ 478 SY Dollars and Cents per unit 34 Jackhammer Old Traffic Light Foundations Complete in place, for the sum of: 13 EA Dollars and Cents per unit 35 Remove Brick Wall, 9th & J Complete in place, for the sum of. 1 EA Dollars and Cents per unit 36 Remove 4' high Brick Planter, 9th & Texas Avenue Complete in place, for the sum of: 2 EA Dollars and Cents per unit 37 Remove Storm Water Inlets Complete in place, for the sum of: 2 EA Dollars and Cents per unit 38 Replace Storm Water Inlets Complete in place, for the sum of: 2 EA Dollars and Cents per unit 39 Install Pull String (Mule Tape) In All Conduits Except Atmos and LP& Complete in place, for the sum of: 146,555 LF Dollars and Cents per unit "6M Install 6" 90 Degree Sweeps Complete in place, for the sum of: 4 EA Dollars and Cents per unit Bidder's Initials: REVISED City of Lubbock Downtown Renovation Phase III 41 Install 4" 90 Degree Sweeps Complete in place, for the sum o£ 864 EA Dollars and Cents per unit 42 Install 2" 90 degree Sweeps Complete in place, for the sum of: 292 EA Dollars and 43 Install 6" 45 Degree Sweeps Complete in place, for the sum of. 8 EA Dollars and Cents per unit 44 Install 4" 45 Degree Sweeps Complete in place, for the sum of: 76 EA Dollars and Cents per unit 45 Install 2" 45 degree Sweeps Complete in place, for the sum of: 8 EA Dollars and 46 Install 4" PVC Stub Ups Into 4" Sweeps inside of Pullboxes Complete in place, for the sum of: 864 EA Dollars and Cents per unit 47 IF Install 2" PVC Stub Ups Into 2" Sweeps inside of Pullboxes Complete in place, for the sum of: 292 EA Dollars and Cents per unit 48 Install 36" x 24" x 30" Pullbox/Handhole Complete in place, for the sum o£ 147 EA Dollars and Cents per unit Bidder's Initials: REVISED City of Lubbock Downtown Renovation Phase III 49 Install 48" x 96" x 48" AT&T Manhole Complete in place, for the sum of 7 EA Dollars and Cents per unit 50 Purchase Item, 24 x 36 x 30 Pullbox/Handhole, Labeled As Per Exhibit' For the sum of: 147 EA Dollars and Cents per unit Purchase Item, 48 x 96 x 48 Manhole, AT&T Complete in place, for the sum of 7 EA Dollars and Cents per unit 52 Purchase Item, 6" HDPE Conduit in Sticks, No Reels Color Quantities on Exhibit "A" For the sum of: 12,130 LF Dollars and Cents per unit 53 Purchase Item, 4" HDPE Conduit in Sticks, No Reels Color Quantities on Exhibit "A" For the sum of 119,265 LF Dollars and Cents per unit 54 Purchase Item, 2" HDPE Conduit in Sticks, No Reels Color Quantities on Exhibit "A" For the sum of 16,680 LF Dollars and Cents per unit 55 Purchase Item, 4" Schedule 40 PVC for Stub Ups in Pullboxes For the sum of: 2,504 LF Dollars and Cents per unit 56 Purchase Item, 2" Schedule 40 PVC, Street Lights&Stub Ups in Pullbo For the sum of: 6,648 LF Dollars and Cents per unit Bidder's Initials: REVISED City of Lubbock Downtown Renovation Phase III 57 Purchase Item, 6" Schedule 80 PVC 90 Degree Sweep For the sum of: 4 EA Dollars and Cents per unit 58 Purchase Item, 4" Schedule 80 PVC 90 Degree Sweep For the sum of: 864 EA Dollars and Cents per unit 59 Purchase Item, 2" Schedule 80 PVC 90 Degree Sweep For the sum of 292 EA Dollars and Cents per unit 60 Purchase Item, 6" Schedule 80 PVC 45 Degree Sweep For the sum of: 8 EA Dollars and Cents per unit 61 Purchase Item, 4" Schedule 80 PVC 45 Degree Sweep For the sum of: 76 EA Dollars and Cents per unit 62 Purchase Item, 2" Schedule 80 PVC 45 Degree Sweep For the sum of: 8 EA Dollars and Cents per unit 63 ME - Purchase Item, 6" PVC Coupling For the sum of 8 EA Dollars and Cents per unit 64 Purchase Item, 4" PVC Coupling For the sum of: 1,880 EA Dollars and Cents per unit Bidder's Initials: REVISED City of Lubbock Downtown Renovation Phase III 6s Purchase Item, 2" PVC Coupling For the sum of: 600 EA Dollars and Cents per unit 66 Trench Profile F-14, 2 x 6", 23 x 4", 5 x 2" Conduits, with l x 4" Atmos Li Complete in place, for the sum of: 245 LF Dollars and Cents per unit 67 Trench Profile F-15, 2 x 6", 24 x 4", 6 x 2" Conduits, with l x 4" Atmos Li Complete in place, for the sum of. 115 LF Dollars and Cents per unit 68 Trench Profile F-16, 2 x 6", 29 x 4", 3 x 2" Conduits, with 1 x 4" Atmos Li Complete in place, for the sum of: 30 LF Dollars and Cents per unit 69 Trench Profile J-1, 2 x 6", 23 x 4", 2 x 2" Conduits, with 1 x 4" Atmos Lin Complete in place, for the sum of. 705 LF Dollars and Cents per unit 70 Trench Profile J-2, 2 x 6", 25 x 4", 4 x 2" Conduits, with l x 4" Atmos Lin Complete in place, for the sum of: 600 LF Dollars and Cents per unit 71 Trench Profile J-3, 2 x 6", 21 x 4", Conduits, with l x 4" Atmos Line Complete in place, for the sum of: 1,080 LF Dollars and Cents per unit 72 Trench Profile J-5, 2 x 6", 19 x 4", 4 x 2" Conduits, with l x 4" Atmos Lin Complete in place, for the sum of: 25 LF Dollars and Cents per unit 10 Bidder's Initials: REVISED City of Lubbock Downtown Renovation Phase III 73 Trench Profile J-6, 2 x 6", 28 x 4", 4 x 2" Conduits, with l x 4" Atmos Lin Complete in place, for the sum of: 30 LF Dollars and Cents per unit 74 Trench Profile J-7, 2 x 6", 19 x 4", 2 x 2" Conduits, with 1 x 4" Atmos Lin Complete in place, for the sum of: 250 LF Dollars and Cents per unit 75 or Trench Profile J-8, 4 x 6", 22 x 4", 6 x 2" Conduits, with 1 x 4" Atmos Lin Complete in place, for the sum of. 30 LF Dollars and Cents per unit 76 Trench Profile J-9, 4 x 6", 16 x 4", 4 x 2" Conduits, with 1 x 4" Atmos Lin Complete in place, for the sum of: 30 LF Dollars and Cents per unit 77 Trench Profile J-10, 4 x 6", 18 x 4", 2 x 2" Conduits, with 1 x 4" Atmos Li Complete in place, for the sum of. 270 LF Dollars and Cents per unit 72 Trench Profile J-11, 4 x 6", 14 x 4", Conduits, with l x 4" Atmos Line Complete in place, for the sum of: 125 LF Dollars and Cents per unit 79 Trench Profile J-12, Bore and Install 2 - 4" Conduits Complete in place, for the sum of: 490 LF Dollars and Cents per unit 80 Trench Profile J-13, 5 x 4", 3 x 2" Conduits,with 1 x 2" Atmos line Complete in place, for the sum of: 1035 LF Dollars and Cents per unit 11 Bidder's Initials: REVISED City of Lubbock Downtown Renovation Phase III 81 Trench Profile 3-14, 2 x6", 24 x 4", 4 x 2" Conduits,with l x 4" Atmos line Complete in place, for the sum of: 240 LF Dollars and Cents per unit 82 Trench Profile J-15, 2 x 6", 20 x 4", Conduits,with l x 4" Atmos line Complete in place, for the sum of: 75 LF Dollars and Cents per unit 83 ff WE Trench Profile J-16, 2 x 6", 18 x 4", 2 x 2" Conduits,with l x 4" Atmos lint Complete in place, for the sum of. 175 LF Dollars and Cents per unit 84 Trench Profile J-18, 2 x 6", 18 x 4" Conduits,with l x 4" Atmos line Complete in place, for the sum of: 270 LF Dollars and Cents per unit 85 Trench Profile J-20, 2 x 6", 23 x 4", 2 x 2" Conduits,with 1 x 4" Atmos lint Complete in place, for the sum of. 15 LF Dollars and Cents per unit 86 Trench Profile M-9, 4 x 4" Conduits Complete in place, for the sum of: 75 LF Dollars and Cents per unit 87 Trench Profile M-13, 7 x 4", 3 x 2" Conduits, with l x 2" Atmos Line Complete in place, for the sum of: 75 LF Dollars and Cents per unit 88 Trench Profile A -A, 3 x 4", 4 x 2" Conduits, with l x 2" Atmos Line Complete in place, for the sum of: 630 LF Dollars and Cents per unit 12 Bidder's Initials: REVISED City of Lubbock Downtown Renovation Phase III 89 Trench Profile 13-13, 3 x 4", 4 x 2" Conduits, with l x 2" Atmos Line Complete in place, for the sum of: 360 LF Dollars and Cents per unit 90 Trench Profile C-C, l x 4", 4 x 2" Conduits, with l x 2" Atmos Line Complete in place, for the sum of: 360 LF Dollars and Cents per unit 91 ff Trench Profile D-D, l x 4", 4 x 2" Conduits, with l x 2" Atmos Line Complete in place, for the sum of. 270 LF Dollars and Cents per unit 92 Trench Profile E-E, 3 x 2" Conduits, with 1 x 2" Atmos Line Complete in place, for the sum of: 420 LF Dollars and Cents per unit 93 Trench Profile F-F, 3 x 2" Conduits, with 1 x 2" Atmos Line Complete in place, for the sum of. 360 LF Dollars and Cents per unit 94 Trench Profile G-G, 5 x 2" Conduits, with 1 x 2" Atmos Line Complete in place, for the sum of: 30 LF Dollars and Cents per unit 95 Trench Profile H-H, 2 x 4" Conduits, with 1 x 2" Atmos Line Complete in place, for the sum of: 30 LF Dollars and Cents per unit 96 Trench Profile J-J, 2 x 4" Conduits, with 1 x 2" Atmos line Complete in place, for the sum of: 30 LF Dollars and Cents per unit 13 Bidder's Initials: REVISED City of Lubbock Downtown Renovation Phase III 97 4" to 4" Atmos tie in, 9th & Avenue J Complete in place, for the sum o£ 1 EA Dollars and Cents per unit 98 Atmos Equipment, Install 4" to 2" Tap 7EA Complete in place, for the sum of: Dollars and Cents per unit 99 Atmos Equipment, Install 2" to 2" Tap Complete in place, for the sum of. 18 EA Dollars and Cents per unit 100 Atmos Equipment, Install 21' Valves Complete in place, for the sum of: 50 EA Dollars and Cents per unit 101 Atmos Equipment, Install 4" Valves Complete in place, for the sum of 3 EA Dollars and Cents per unit 102 Atmos Equipment, Install Sleeve Around Gas Line As Required Complete in place, for the sum of: 1,000 LF Dollars and Cents per unit 103 Iff Replace roof drains at Welch Plumbing Complete in place, for the sum of: 4 EA Dollars and Cents per unit 14 Bidder's Initials: REVISED City of Lubbock Downtown Renovation Phase III TOTAL AMOUNT BID - BASE BID (Total Amount Bid in Words) (Total Amount Bid, Numerical Value) Dollars 15 Bidder's Initials: REVISED Bidder 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 160 WORKING DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,015 for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 70 calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him Bidder's Initials 16 REVISED Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid 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 bid 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 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Addenda No. Addenda No. Addenda No. M/WBE Firm: Date Date Date Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: - FEDERAL TAX ID or SOCIAL SECURITY No. Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over $50, 000): Date P.O./Contract Issued: RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS 17 Contractor Checklist 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 unbound copy of every item Iisted. 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. 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 SECURITYnumber. 8. ✓ Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. r Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. Utility Contractors of America, Inc_ (Type or Print Company Name) 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 3-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-4. SAFETY RECORD QUESTIONNAIRE 3-5. SUSPENSION AND DEBARMENT CERTIFICATION 3-6. CONFLICT OF INTEREST QUESTIONNAIRE 4. LIST OF SUB -CONTRACTORS 5. PAYMENT BOND 6. PERFORMANCE BOND 7. CERTIFICATE OF INSURANCE 8. CONTRACT 9. GENERAL CONDITIONS OF THE AGREEMENT 10. DAVIS BACON WAGE DETERMINATIONS 11. SPECIFICATIONS Pj NOTICE TO BIDDERS ITB 16-12640-TF Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 p.m. on December 10, 2015, 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: Construction of the Downtown Duct System, Phase Three After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 p.m. on December 10, 2015, and the City of Lubbock City Council will consider the bids on January 21, 2015, 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 bids and waive any formalities. The successful bidder 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 bidder 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 should be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. The estimated budget for the construction phase of this project is $4,300,000. Bidders 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 bid 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 bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself 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 bid submitted. There will be a non -mandatory pre -bid conference on December 1, 2015 at 10:00 a.m., at 1625 13t' Street Room 204, Lubbock, Texas. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from hqp://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3 Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at www.thereproductioncompany.com. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Sixty (60) days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. Attention of each bidder 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 Bidders. Each bidder's 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 bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids 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 -bid meetings and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK . lama ACvaYeZ DIRECTOR OF PURCHASING AND CONTRACT MANAGEMENT 4 GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Construction of the Downtown Duct System, Phase Three per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m., on December 10, 2015 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB 16-12640-TF, CONSTRUCTION OF THE DOWNTOWN DUCT SYSTEM, PHASE THREE" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non- mandatory Dre-bid meetinLy will be held at 10:00 a.m., on December 1, 2015. at 1625 13th Street Room 204, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most Public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid 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 amendment 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 ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB 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 bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the bid closing date. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB 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 bid shall be paid by the bidder. 6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be 6 notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid 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 bidder is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder 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 bid, the bidder certifies and represents to the City the bidder 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 bid. 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 bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing and Contract Management Office if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Sr. Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: tflores@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 160 Working Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 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. [E!VNI `AUTIMU1 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 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 five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 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 bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder 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 bidder. (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 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, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder 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. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED TO ON AUTO/GENERAL LIABILITY ON A PRIMARYAND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A 10 WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder 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 bidders' 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 bidder'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 the contract requiring an inspector shall not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sunday 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 Sunday 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 ($60) 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. 11 29 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid 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 bidder without being considered. PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name 29.3.2 Bid for "ITB 16-12640-TF, CONSTRUCTION OF THE DOWNTOWN DUCT SYSTEM, PHASE THREE" Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.4 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. 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. 12 31 QUALIFICATIONS OF BIDDERS The bidder 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 bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder 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 bidder. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors 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 three (3) 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 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 102 plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, 13 AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 33.2 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. 34 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project 34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 34.3 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: hqp://www.wdol.gov/dba.aspx 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock sixty dollars ($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. 14 PAGE INTENTIONALLY LEFT BLANK BID SUBMITTAL FORM PAGE INTENTIONALLY LEFT BLANK I i. REVISED BID SUBMITTAL FORM UNIT PRICE BID CONTRACT DATE: December 10, 2015 PROJECT NUMBER: ITB 16-12640-TF Construction of the Downtown Du ct uct System, Phase Three Bid of Utili Contractors of America, Inc. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of Construction of the Downtown Duct System, Phase Three, having carefully examined the plans, specifications, instructions to bidders, notice to bidders 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 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. I Bidder's Initials: 0-1 REVISED City of Lubbock Downtown Renovation Phase III BASE BID Item No. Name of Pay Item with Unit Price in Words Est. uanti Unit Unit Bid price Amount Bid 1 (PAY ITEM) Mobilization Complete in place, for the sum of I LS 009 7i-sn gimt-2eq %�'toUSQ�t"I Dollars and =O A-)n Cents per unit Traffic Control Complete in place, for the sum of: �►�u5[�nel -76fee AindreclDollars and 8 MO y, 3WIR 34, 4100,0 _rdcsc A)o Cents per unit 3 Storm Water Control Complete in place, for the sum of. -ree- kL 8 Mo Tkr jsarxC rdfPk4Dollars and A-) Cents per unit Remove Trees Complete in place, for the sum of. f-ILAndre6 ?G EA o0 r1.y0 Dollars and A.)o Cents per unit Remove Shrubs and Plants Complete in place, for the sum of. so FA ~ UPC Dollars and Cents per unit 6 J.•.S Remove and Replace Chain Link Fence Complete in place, for the sum of: 1 EA P 7,p[� re 7,� ,Dollars and Cents per unit 7 Remove Concrete Driveways, and Alleys Complete in place, for the sum of 683 SY y5 IS rt. U4 Dollars and Cents per unit 8 Remove Sidewalk Complete in place, for the sum of: 4,184 SY '�,� 9a,C)q Dollars and %V Cents per unit Bidder's Initials: / I REVISED 0 City of Lubbock Downtown Renovation Phase III I F 0 I I Remove Asphalt Pavement Complete in place, for the sum of: 462 ao 5Y 3D r m 1 �, SiinO t rty Dollars and /L} Cents per unit 10 Remove Brick Pavement Complete in plpce, for the sum of: 478 SY lod y7, SC&' +rl r Dollars and f Cents per unit Remove Curb and Gutter Com Mete in place, for the sum of: 300 LF qOQ-, Dollars and Cents per unit 12 Trench Excavation Complete in place, for the sum of: 9,807 ao CY /7 U 2r1P11 Dollars and Cents per unit 13 Trench Excavation in Rock Com lete in plac_, for the sum of 2,887 CY 55ee 1,1-6�7151R0 Ea-- Dollars and Cents per unit 14 BORE & Install 2-6"HDPE Conduits, Approx. 15' Deep, 60' Long Complete 'n place, for the s m of: Gne fl 9 EA l,5W�' 13, car]"o SC,,,, it1P YJf ollars and /U (] Cents per unit 15 Trench Shoring (Trench Boxes, etc.) At Intersections With Storm Sewe Complete in place, or the sumo : 9 E rA 7Gb� Lo, 3C70� _ ]Pr1 rt fV Dollars and Cents per unit 14 ;, Trench Barricades and Public Protection Complete in place, for the sum of: 6,160 73 LF y— rep L1r Dollars and 77— Cents per unit Bidder's Initials: JX 11 REVISED City of Lubbock Downtown Renovation Phase III 17 Provide and Install Concrete Sand Bedding For Atmos and LP&L Complete in ace, for the sum of: 2,730 CY 5DO-s 31p,5� FqO 'tL Dollars and Cents per unit 1s Provide and Install 1 112 sackFlowable Backlill Complete in place, for the sum of: 10,921 CY 73 7 ,4&3? L2f 7i,ree Dollars and tWP_4'"1 FU -p— Cents per unit Provide and Install New 4" Caliper Trees CComplete in�lace, for the sum ��, ' EA �� $`� ~ aori �t 11r1('I'i?t^i� fiat fit! Dollars and rl�Qa )j Cents per unit 20 OF Provide and Install New Shrubs Complete in place, for the sum of: 80 EA no �3.D�f�� 5 t Y'�l( �1t^2� Dollars and Zj Cents per unit Install New ADA Ramp at Street Corners Completeplace, for the sum of: 30 EA _lin S,und red MR Dollars and y- P Cents per unit 22 _ Install New ADA Ramp at Alleys Co plete in ce, for the sum oh PL11-6CEd& 8 EA n I cLa 3 Uy-3na C QDollars and Cents per unit New 4" Thick Concrete Replacement Compl a in placeJor the sum of: 865 SY I—jour Dollars and Cents per unit 24 _ I New 6" Thick Replacement Concrete Driveways and Alleys Complete in place, for the sum of: 682 SY 79eg qQ' 10OR Dollars and Cents per unit 4 Bidder's Initials: ek I n F REVISED City of Lubbock Downtown Renovation Phase III Replacement 30" Concrete Curb and Gutter Complete in place, for the sum of: 200 LF ,Dollars and Cents per unit 26 Replacement 24" Concrete Curb and Gutter Complete in place, for the sum of: 100 LF p~ D a� a+ �voo Ld3EJ0± -f L IL and ,Dollars A—)o Cents per unit 27 Install 5" Fibermesh Concrete Replacement Sidewalk With Leave Outs for Brick Paver Outline As Per Detail Sheet C-2 mI Complete in place, for sum of 4,184 SY 7ot +au ��UPJlI j f [ -o C] _ _Dollars and Cents per unit 28 AMPOC Install Brick Pavers in Leave Outs of Sidewalk As Per Detail Sheet C-2 Complete in place, for the sum of: 14,955 LF �� /3q.545' -lU_l {ice Dollars and Cents per unit #y Purchase item, Sidewalk Replacement Brick Paver For the sum of: 44,865 E A! yD r pO �,S f 1 _[- fl m. Dollars and Cents per unit a� Install Brick and Concrete Crosswalks In Locations Shown As Per Detail, Sheet C2 Complete in pl ce, for the sumo f: 15 EA pb q 0 /V iClPL��{lC, Dollars and Cents per unit 51 Purchase item, Traffic Bearing Crosswalk Brick Paver For the um of: 24,000 i '� t15 / � 3�+ Dollars and -� Cents per unit 3'ilk- New Asphalt Replacement Paving Compl in place, for the sum of f 462 SY do 3 lCoQa i t Dollars and C] Cents per unit Bidder's Initials: 4 F 11 I F REVISED City of Lubbock Downtown Renovation Phase Ili 33 Replace Original Brick Pavement With Original Bricks Complete in place, for the sum of: Si 478 SY oo !� — C� Dollars and Cents per unit 34 ' Jackhammer Old Traffic Light Foundations Complete in place, for the sum of I,,I� y I �_ 13 FA a' a,�ou 35 ,oar= , �.1LZ a 15CM HL1r1"ollars and ,U Cents per unit 35 J. Remove Brick Wall, 9th & J mpl-ettc in place, for the sumo : 1 EA l �iOD J csuoa= r LJSCM r i ollars and /U Cents per unit 36 Remove 4' high Brick Planter, 9th & Texas Avenue Completej'p place, for the sum of: '/ /L 2 EA 1, 4 a, �1OD� j �C7 ollars and Cents per unit 7 Remove Storm Water Inlets Complete 'n place, for the sum of: W—und-mllarsand 2 EA a`3,7UC��' Cents per unit 38 Replace Storm Water Inlets Co lete i lace, for the sum of: %p p I,II Wuscrld /wd Aydnec 2 EA ��,vo q,,9 - ao fill jr Dollars and Cents per unit 39 f Install Pull String (Mule Tape) In All Conduits Except Atmos and LP& Complete in place, for the sum of: Un 146,555 LF C329 3-K Dollars and jjWF Cents per unit 40 Install 6" 90 Degree Sweeps plet 'n plac ,for the s m of %� �r 4 EA l �o�� �7a°o 1 Dollars and Cents per unit Bidder's Initials: I r. REVISED City of Lubbock Downtown Renovation Phase ill 41 Install 4" 90 Degree Sweeps Co pIe in place, f the sum of t'e.-Q Dollars and 864 EA C63P9 71, 7/9'— as Cents per unit 42 � Install 2" 90 degree Sweeps Comple e inplace, foI the sum of- 292 1 �,�oo 93 F� / i�-e. Dollars and ' 43 Install 6" 45 Degree Sweeps Complete 'n place, fort a sum of Dollars and $ EAR (p Cents per unit 44 Install 4" 45 Degree Sweeps CompI t in Iace, for a sum of h ��' oc �f3 - O° ' i'�� Dollars and EA Cents per unit 45 Install 2" 45 degree Sweeps Comple a in place, fo the sum of: 1 A �300 loCo�Qo _P_ Dollars and ,/ J 46 Install 4" PVC Stub Ups Into 4" Sweeps inside of Pullboxes Compl a in place, f the sum of: 864 EA od ss3r �1 71, 7/a� -2-e- Dollars and Cents per unit 47 Install 2" PVC Stub Ups Into 2" Sweeps inside of Pullboxes Complete in place, for th sum of 29? EA ao 00 -� Dollars and Q Cents per unit 48 Install 36" x 24" x 30" Pullbox/Handhole Clete in place, for the sum of- 47p° O JA/ a°O 54 71-L o Dollars and 147 EA Cents per unit Bidder's Initials: REVISED City of Lubbock Downtown Renovation Phase III Install 48" x 96" x 48" AT&T Manhole Com lete in pla e, for thy sum or. 7 EA _ lUu� 7OC�� c'e Dollars and Cents per unit 50 - Purchase Item, 24 x 36 x 30 Pullbox/Handhole, Labeled As Per Exhibit For the sum ofjj 147 E A�~ eo _ i1�t(1[LQtC`�J Dollars and Cents per unit 51 " y Purchase Item, 48 x 96 x 48 Manhole, AT&T r_nmplete in place, for the sum of: �jj -j� rl �� 7 EA 1, 500— /p, 5CO IrtU fL'(10ollars and Cents per unit 52 Purchase Item, 6" HDPE Conduit in Sticks, No Reels Color Quantities on Exhibit "A" Qo �a For the sum of- 12,130 LF 350 Dollars and 1 Cents per unit 53 ., Purchase Item, 4" HDPE Conduit in Sticks, No Reels Color Quantities on Exhibit "A" o0 For the sum of- 119,265 LF o� a3SS, 53� W Dollars and Cents per unit ,1 Purchase Item, 2" HDPE Conduit in Sticks, No Reels Color Quantities on Exhibit "A" For the sum of: 16,680 LF C7 Dollars and Cents per unit s5 - Purchase Item, 4" Schedule 40 PVC for Stub Ups in Pullboxes For theof.- 2,504 LF ,7 n-P. Dollars and Ao-rt-ri/--,` -P_ Cents per unit Purchase Item, 2" Schedule 40 PVC, Street Lights&Stub Ups in Pu For the sum off: ) 6,648 LF f)§ 3, (oS1 Mars and Cents per unit 8 Bidder's Initials: 1/7�7 I REVISED City of Lubbock Downtown Renovation Phase II! Purchase Item, 6" Schedule 80 PVC 90 Degree Sweep For t§e sum of —Tk 4 EA 33 e j 32 oar L Dollars and Cents per unit Purchase Item, 4" Schedule 80 PVC 90 Degree Sweep For the sum of LQjue�N B64 EA ao O° _ Dollars and Cents per unit Purchase Item, 2" Schedule 80 PVC 90 Degree Sweep For the sum of: 2q EA 5p a '" oO r 73U 7L� C7_ Dollars and Cents per unit 60 Purchase Item, 6" Schedule 80 PVC 45 Degree Sweep Fort a sum of 8 EA Dollars and Cents per unit 61 Purchase Item, 4" Schedule 80 PVC 45 Degree Sweep For the sum of 76 EA % � QQ 570 Dollars and Cents per unit 62 Purchase Item, 2" Schedule 80 PVC 45 Degree Sweep Fo/�e sum of: ! j qo J 5 ao V� _ _Dollars and t /1 Cents per unit 63 Purchase Item, 6" PVC Coupling Fort a sum of 8 EA 3� `rD Dollars and C ants per unit 64 Purchase Item, 4" PVC Coupling For the sum of 1,880 F '� �L5 � � nn °0-r di7a�n !1� Dollars and Cents per unit Bidder's Initials: /i' REVISED City of Lubbock Downtown Renovation Phase Ill Purchase Item, 2" PVC Coupling For the su f: C 600 FA 3� o� Dollars and -P— Cents per unit J. Trench Profile F-14, 2 x 6", 23 x 4", 5 x 2" Conduits, with l x 4" Atmos Li Complete in place, forthe sum of- 245 Ll 99� dl W ) J " r-, -p- Dollars and Cents per unit 0 Trench Profile F-15, 2 x 6", 24 x 4", 6 x 2" Conduits, with l x 4" Atmos Li of- Complete in place, for the sT�t pp �, 115 LF �}Z5 1V f1� C� Q Dollars and Cents per unit Trench Profile F-16, 2 x 6", 29 x 4", 3 x 2" Conduits, with I x 4" Atmos Li Complete in place, for t e sum of9)qa-- CIt tl-� Dollars and 30 LF Cents per unit 69 Trench Profile J-1, 2 x 6", 23 x 4", 2 x 2" Conduits, with I x 4" Atmos Lin Complete in place, for the sum of- 705 LF �} % Dollars and r-3 Cents per unit 70 Milli Trench Profile J-2, 2 x 6", 25 x 4", 4 x 2" Conduits, with I x 4" Atmos Lin Complete in place, for the sum of - 600 LF o0 4Fi � 00 rjcd, ADD i Dollars and Cents per unit 71 Trench Profile J-3, 2 x 6", 21 x 4", Conduits, with 1 x 4" Atmos Line Complete in pl ce, for the sum of 1,080 LF r�11 oa `7� � 00 J�, �o�f� Dollars and Cents per unit 72 = , Trench Profile J-5, 2 x 6", 19 x 4", 4 x 2" Conduits, with l x 4" Atmos Lin Complete in place, for the sum of: 25 9toe2 Q__W If 5 t V Dollars and LF Cents per unit 10 Bidder's Initials: I REVISED ICity of Lubbock Downtown Renovation Phase Ili F r Trench Profile J-6, 2 x 6", 28 x 4", 4 x 2" Conduits, with l x 4" Atmos Lin Complete in place, for the sum of 30 LF c� Dollars and Cents per unit Trench Profile J-7, 2 x 6", 19 x 4", 2 x 2" Conduits, with I x 4" Atmos Lin Complete in place, for the sum of: 250 LF C?jPW 0`W4,DOC _ n �-EV jL _ _Dollars and Cents per unit 75 s Trench Profile J-8, 4 x 6", 22 x 4", 6 x 2" Conduits, with l x 4" Atmos Lin Co lete in place, for the sum of- 30 LF Q%� rr11 Dollars and Cents per unit 76JEW— 'french Profile J-9, 4 x 6", 16 x 4", 4 x 2" Conduits, with l x 4" Atmos Lin Complete in place, for the sum of- 30 LF S i K- Dollars and Cents per unit 77 . Trench Profile J-10, 4 x 6", 18 x 4", 2 x 2" Conduits, with l x 4" Atmos Li Complete in place, for the sum of: 4c��� 0 0 ` C1 Si Dollars and 270 LF o?5,4ao Cents per unit 71) Trench Profile J-11, 4 x 6", 14 x 4", Conduits, with l x 4" Atmos Line Complete in place, for the sum of: ' I 125 LF od 13,L�w— �y 1 f\P` V i Dollars and Cents per unit 79 rn Trench Profile J-12, Bore and Install 2 - 4" Conduits Complete in place, for the sum of od _lc�l'.S,D�Str Dollars and 490 LF Cents per unit Trench Profile J-13, 5 x 4", 3 x 2" Conduits,with I x 2" Atmos line - sum of Complete in place, for thhe 1035 LF !� I L) 0 Dollars and AJ en Cents per unit I I Bidder's Initials: J,$ I r REVISED City of Lubbock Downtown Renovation Phase III 1s 1 Trench Profile 3-14, 2 x6", 24 x 4", 4 x 2" Conduits,with 1 x 4" Atmos line f: Complete in place, for the suN't ')4() LF Q� ,, �o 'gS'5o — /) i t1� &Q Dollars and Cents per unit Trench Profile J-15, 2 x 6", 20 x 4", Conduits,with I x 4" Atmos line Complete in lace, for the surA of: 75 LF $00 7SNJ a f (lEight _Dollars and Cents per unit 83 Trench Profile J-16, 2 x 6", 18 x 4", 2 x 2" Conduits,with 1 x 4" Atmos lint Com lete in place, for �tt*h *e sum f: A t 175 LF as o0 i �� L� Dollars and . .�] Cents per unit $4 Trench Profile J-18, 2 x 6", 18 x 4" Conduits,with 1 x 4" Atmos line lete in place, for the sum f: T-t 270 LF Dollars and Cents per unit 45 Trench Profile J-20, 2 x 6", 23 x 4", 2 x 2" Conduits,with l x 4" Atmos Iin Complete in lace, for the sum of 15 LF do as t 1 Dollars and Cents per unit Trench Profile M-9, 4 x 4" Conduits Complete 1 place, for the sum of 75 LF Dollars and %u Cents per unit 87 Trench Profile M-13, 7 x 4", 3 x 2" Conduits, with l x 2" Atmos Line Ca plete in place, for the sum of: 75 LF C}a� zo, 9af j � r\ Try c7 Dollars and Cents per unit Trench Profile A -A, 3 x 4", 4 x 2" Conduits, with I x 2" Atmos Line Cte in place, for the sum of: --7,- M 630 LF Qa°Q 571960c < n2� 0 _Dollars and Cents per unit 12 Bidder's Initials: k" I REVISED DCity of Lubbock Downtown Renovation Phase III 11 11 Trench Profile B-B, 3 x 4", 4 x 2" Conduits, with 1 x 2" Atmos Line _. I - . Complete in place, for the sum of: 360 LF oa Cia— as 33,lao Dollars and Cents per unit 90 Trench Profile C-C, l x 4", 4 x 2" Conduits, with I x 2" Atmos Line G lete in place, for sum of 4a°Q 33, l ao� /u i>4al Its]C7 Dollars and 360 LF Gents per unit 91 1- Trench Profile D-D, I x 4", 4 x 2" Conduits, with I x 2" Atmos Line Co plete in place, for the sum of- ��� 270 LF do l Dollars and AJM Gents per unit Trench Profile E-E, 3 x 2" Conduits, with 1 x 2" Atmos Line Co��mp��letc ' place, for the sum of. 420 LF yOoo `Seu(2J'-) Dollars and Gents per unit 93 Trench Profile F-F, 3 x 2" Conduits, with 1 x 2" Atmos Line Co�plete ' place, forrtthesu-m' of: 360 LF3a� oo _� l�� V�J�� Dollars and AJg Cents per unit 94 Trench Profile G-G, 5 x 2" Conduits, with 1 x 2" Atmos Line Comlete iF place,! fort a sum of lot Dollars and Cents per unit 95 Trench Profile H-H, 2 x 4" Conduits, with 1 x 2" Atmos Line Co m lete in lace, for the sum of: 30 LF �-�00 °Q u,�f� Dollars and Cents per unit % Trench Profile J-J, 2 x 4" Conduits, with 1 x 2" Atmos line Complete i place, for the sum of: 30 LF XjeAr1 Dollars and Cents per unit 13 Bidder's Initials: Z8= I REVISED City of Lubbock Downtown Renovation Phase Eil 97 4" to 4" Atmos tie in, 9th & Avenue J CAITPIC in lace, for the s f 1 ds 1 EA,�7� and Cents per unit 98 Atmos Equipment, Install 4" to 2" Tap plete ii p``lace, far the um of gUrJrtdars 5p EA i 1 3ULJ9����2 and Cents per unit Atmos Equipment, Install 2" to 2" Tap C. plete i place, for the u f: ArXkedllars B EAIj�f9 i /4?,5 U_ 7��t and Cents per unit 100 Atmos Equipment, Install 2" Valves Complete in place] ffr the s m of: s0 EA 00 L�L� —Dollars and Cents per unit 101 _ Atmos Equipment, Install 4" Valves plete i place, for the su of: � Vedic llars and EA 1' Q 390J.0 Cents per unit 102 Atmos Equipment, Install Sleeve Around Gas Line As Required Complete in place, for the sum of I,000 LF pp / % ! 0 /7, QQC� ,52L�2�'1 � g n Dollars and Cents per unit 103 Replace roof drains at Welch Plumbing MDlete in pl ce, for the sum f: I A 2� 1�CQ11SA�� ollars and Cents per unit 14 Bidder's Initials: A C C REVISED City of Lubbock Downtown Renovation Phase Ili TOTAL AMOUNT BID - BASE BID � q a 9qt 9 37 (Total Amount Bid, Numerical Value) c l ir Our ! �y� ;IUDn '�Z p j4u►dr-ec4 )J;ne-tyA ine-7AoySQQd -7Z3o %�urtdre� cJ2tJ�� Ci4�5 (Total Amount Bid in Words) 15 Bidder's Initials: j V,-, L REVISED Bidder 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 160 WORKING DAYS thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,015 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. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of'70 calendar days after the i scheduled closing time for receiving bids. The undersigned Bidder 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 bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders 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 bid 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 bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him Bidder's Initials luf n nvVISED Enclosed with this bid is a Cashier's Check or Certified Check for Dollars (S__ ) or a Bid Bond in the sum of Five Percent Dollars (S 5% ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid 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 10 business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(g), a competitive scaled bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: 4jimac Secret Bidder acknowledges receipt of the following addenda: Addenda No. I Date 12/07/15 Addenda No. Date Addenda No. Date_ Addenda No. Date MAYBE Firm: Date: December 10, 2015 Au igne d Signature T (Printed or Typed Name) Utility Contractors of America, Inc. Company _5805 CR 7700 Address Lubbock Lubbock City, County _ TX 79424 State Zip Code Telephone: 806 Fax: 806 863-2642 - 863-4132 FEDERAL TAX ID or SOCIAL SECURITY No. 75-2214193 Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Finn/Individual: Date of Award by City Council (for bids over $50,000): Date P.O./Contract Issued: RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS 17 OWNER: (Name, legal statits and address CITY OF LUBBOCK P.0 BOX 2000 LUBBOCK, TEXAS 79457 _ Liberty �Mutug- SURETY Bid Bond Document A31 OTM - 2010 Conforms with The American Institute of Architects AIA Document 310 CONTRACTOR: SURETY: (Name. legal status and address) (Name, legal slants and principal place of business) UTILITY CONTRACTORS OF AMERICA, Liberty Mutual Insurance Company INC. 175 Berkeley Street 5805 CR 700 Boston, MA 02116 LUBBOCK, TEXAS 79424 Mailing Address for Notices Liberty Mutual Insurance Company Attention Surety Claims Department 1001 4th Avenue. Suite 1700 Seattle. WA 98154 This document has Important legal consequences 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 Pro!ect number. ifany) CONSTRUCTION OF DOWNTOWN DUCT SYSTEM. PHASE 3 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 are 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 gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project 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 furnished 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 herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and seams this 10th (II'itness) (3111imess) CARLA ROGdS LMS-10054 08n a day of DECEMBER , 2015 UTILITY (Sure!}% ERICA, INC. (Seal) I s t! jJ?GOµPOIp,y�� a 1912 ~dyl ,J�CNue .aa 0/7 * THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated, Certificate No. Win 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 organued under the laws of the State of New lianlpshira, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company Is a corporation duty organized under the laws of the State of Indiana {herein oollecbvely called the'Compamesl pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Howard Cowanv Marta Hill all of the city of Lubbock , state of Tx each individually if there be more than one named. its true and lawful attorney -in -fact to make, execute. seal. acknowledge and delver, for and on its behalf as surety and as its act and deed, any and al undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shag be as binding upon the Companies as if they have been duly signed by the president and aftested by the secretary of the Companies in their own proper persons IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this—!Qg day of . January 2015 l STATE OF PENNSYLVANIA COUNTY OF MONTGOMERY American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West can Insurance Company By: David M. Carey, Assistant Secretary On this 30th day of January 2015. before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and 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, execute The foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereuntoFr4qk'o befty ra fie and affixed my notarial seat at Plymouth Meeting. Pennsylvania, on the day and year first +above /wrriiftte'n {} it Tnaxa?ernta nal�ry,�:lr By Teresa Pastelia . Notary Public I My r�omFiwcn F aw** W-rch 21 , M:;'*r Va�, -a.-.&�- w.ftn-&d This Powerof Attorney is made and executed 'atitl{ority of the fotloWrig By-laws and Authorizations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance Company, liberty Mutual Insurance Company, 6 Amerrcait Insurance Company which resolutions are now in full force and effect reading as falim: ARTICLE IV -OFFICERS - Section 12. Power ofAttomey. Any officer or otherofficial of the Corporation authorized forthat purpose in writing by the Chairman orthe President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such aftomeys-in-fact, as may be necessary to act in behalf of the Corporation to orate, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, r£cognizences and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall 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 executed, such instruments shall be as binding as I signed by the President eM attested to by the Secretary. Any power or authority granted to any representative or attomey4n-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE All - Execution of Contracts - SECTION 5. Surety Bonds and Undeftakings. 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 president may prescribe, shall appoint such aftomeys•in•fact, as may be necessary to act in behalf of the Company to intake, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, reoognizances and other surety obligations. Such a tomeys4n-fact subject to the Imitations set forth in their respective powers of attorney, shall have full power to bind the CorMany by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shah be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such atlomeysmin- fact as may be necessary to act on behalf of the Company to make, execute, seal, ackno►vledge and delver as surety any and all undertakings, bonds, recognizanees and other surety obligations. Author nation - By unanimous consent of the Company's Board of Directors, the Company consents that facsirrife or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of allomey issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I. Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty MAuad Insurance Company, and WTast American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full ionoe and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 1 OTH day of DECEMBER , 20 15 By: >�~ Gregory flu Davenport, Assistant Secretary LMs 12673 122o13 184 of 20D I 0 0 CONTRACTORS STATEMENT OF QUALIFICATIONS Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY. - Does the organization stress and support safety as an important function of the work process? D. OUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy andJor 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: i3 Bidder's Initials: r Contractor's General Information Organization Doing Business As Utility Contractors of America, Inc. Business Address of Principle Office 5805 CR 7700 Lubbock, Texas 79424 Telephone Numbers Main Number 806-863-2642 Fax Number 806-863-4132 Web Site Address www.ucatexas.com Form of Business (Check One) X 1A Corporation A Partnership An Individual .` Date of Incorporation - November 1, 1987 State of Incorporation Texas Chief Executive Officer's Name Britt Lane President's Name Ty Lane Vice President's Name(s) Chris Balios Troy Lane Secretary's Name Wanda Garrett Treasurer's Name [1(a Partnership Date of Organization Marty Hamm State Whether partnership is general or limited IndividualIf an Name Business Address -previE-07 organizationIdentify all iri�iv-ic!55197-of "named which exert a significant amount of business control over the Indicatiors of Organization Average Number of Current Full 44 Average Estimate of Revenue forth Time Employees I I current Year Bidder's Initials:_ 0 0 0 u C Contractor's Organizational Experience Organization Doing Business As Utility Contractors of America, Inc. Business Address of Regional Office 5805 CR 7700 Lubbock, TX 79424 Name of Regional Office Manager Ty Lane Telephone Numbers Main Number 806-863-2642 Fax Number 806-863-4132 Web Site Address www.ucatexas.com List of names that this organization currently, has or anticipates operating under over the history of tho organization, including the names of related companies doing business: Names of Organization From Date To Date List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Years experience in projects similar to the proposed project: 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 any 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. Bidder's Initials: /L,- E Contractor's Proposed Key Personnel Organization Doing 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 Balios are Mce 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. Expevieoce of Key Personnel 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 Balios Pro ect Safe Officer Jonathan Zie ner 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. Bidder's Initials: i b 0 m 0 Proposed Project Manager Organization Doing Business As Utility Contractors of America, Inc. IFL Name of Individual Jonathan Ziegner Years of Experience as Project Manager 19.6 Years of Experience with this Organization 0.6 Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Estimated Project Project Completion Date Reference Contact Information (listing name's iridic'ate-s Name Wood Franklin approval to contacting Name the names individuals as a 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 mk n mail. Iub Project All City of Lubbock Projects Project South Lubbock Drainage Candidate role on Project Candidate role on Project I Project Manager CandidateAlternate 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 Name of Assignment Percent of Time Used for this Estimated Project Project Completion Date Reference Contact Information (listing names indicates Name approval to contacting Name the names individuals as a Title/Position Title/Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Bidder's Initials: n Proposed Project Superintendent Organization Doing Business As Primary Candidate Name of Individual Utility Contrators of America, Inc. Chris Balios Years of Experience as Superintendent 27 Years of Experience with this Organization 27 Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact information Name (listing names indicates Wood Franklin ap'proval to contacting the names individuals as a 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@.mylubbock.us E-mail Jturpin@mail.ci.lubbockJx.us Project All City of Lubbock Projects Project South Lubbock Sanitary Sewer Candidate role on Project Alternate Name of Individual Candidate role on Project Candcla-t-741 Supervisor Marty Hamm Years of Experience as Superintendent 27 Years of Experience with this Organization 27 Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of rime Used for this Project Estimated Project Completion Date f rence Contact Information Name (listing names indicates Wood Franklin approval to contacting Name the names individuals as a 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@mvlubbock.us E-mail Jturpin@mail.ci.lubbock.tx.us Project All City of Lubbock Projects Project Candidate role on Project Candidate role on Project Bidder's Initials:_ 0 0 0 0 0 ri Proposed Project Safety Officer Organization Doing Business As CandidatePrimary Name of Individual Utility Contrators of America, Inc. Jonathan Ziegner Years of Experience as Safety Officer 19.6 Years of Experience with this Organization 0.6 Number of similar projects as Safety Officer Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Bidder's Initials: IProposed Project Quality Control Manager I I I r u F Organization Doing Business As Primary Candidate Name of Individual Utility Contrators of America, Inc. Jonathan Ziegner Years of Experience as Quality Control Manager 19.6 Years of Experience with this Organization 0.6 Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact information Name (listing names indicates approval to contacting Wood Franklin Name the names individuals as a 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@mylubbock.us E-mail lturpinQ mail .ci.Iubbock.tx.us Project All City of Lubbock Projects Project South Lubbock Sanitary Sewer Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project Project Manager Years of Experience as Quality Control Manager Years of Experience with this Organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Estimated Project Project Completion Date -Reference C I If n (listing names indicates Name approval to contacting Name the names individuals as a Title/Position Title/Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Bidder's Initials: V� QContractors Project Experience and Resources I I It Organization Doing Business As Utility Contractors of America, Inc. Projects 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 information orm 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 C. 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 314 Excavator (2) Pipe Installation x Skid Loader (2) Embedment x 420 Rubber tire backhoe (2) Site Maintenance x 308 Excavator (2) Pipe Installation x ,pivision of Work between • on and -Subcontractor What work will the organization complete using its own resources? Trenching/Backfilling, Pipe and Manhole Installation What work does the organization propose to subcontract on this project? Tunneling, Paving, Striping, Traffic Control, SW3P, Surveying Bidder's Initials: �� I U Contractor's Subcontractors and Vendors I Organization Doing Business As Utility Contractors of America, Inc. Project Su. . Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts) Name Work to be Provided Est. Percent of Contract HUB/MWBE firm Provide information on the proposed key personnel, project experience and description of past relationship and work experience for each subcontractor listed above using the Project information Forms EqUiprnent-Ve—ndwa7rm Provide a list of major equipment proposed for use on this project. Attach additional information if necessary Vendor Name Equipment/ Material Provided Furnish only Furnish and install HUB / MWBE Firm �nrner fY A1e r:CJ 5✓ ' a 1 rnat ' C,1 .i Bidder's Initials: iv, 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 JEstimated 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 - i General Description of Project: Project Cost $12,482,611.80 Estimated Completion Date April 2016 Key Project Personnel Project Manager Superintendent Safe Officer Safety Quality Control Jonathan Ziegner Chris Balios Jonathan Zlegner 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.lubboc Designer Construction Manager Aaron Rader Engineer 181' FSii aaron.rader@kimley-ho 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 Zlegner Chris Balios Jonathan Ziegner Jonathan 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 maL.._..ubbock.tx.us Designer Construction Manager Aaron Rader Engineer (817) 335-6511 aaron,rader@kimley- horn -corn 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 Date Project Completed 10/1/2007 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 ogineer (806) 748-4496 Designer Construction Manager Rob Comey Engineer Project Owner City of Lubbock, Texas 7Project Name Railport Industrial Improvements General Description of Project: 9505 LF of 8" and 16" Waterline; 6133 LF of 6" and 10" Sewerline Project Cost $1,255,983.00 1 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 wfranklin m lubbock.us Designer Brian Stephens Engineer (806) 473-2200 bstephens@team-psc.com Construction Manager Mark Carpenter Inspector (806) 473-2200 Project Owner City of Lubbock, Texas I Project Name South Central Drainage Improvements General Description of Project: 29990 LF of 24" to 72" Cast In Place Storm Sewer up to 50' in depth Project Cost $5,811,646.00 1 Date Project Completed 9/30/2008 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 Mike Keenum City Engineer (806) 775-2393 mkeenum@mvlubbock.us Designer Paul Mcmillan Engineer (806) 473-2200 pmcmillan@team-psc.com Construction Manager Don McClenan Inspector (806) 473-2200 dmcclenan@team-psc.com 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 wfranklin@mylubbock.us Designer Gary Dawson Engineer (806) 775-2343 edawson@mylubbock.us Construction Manager Rod Pederson Inspector (806) 928-6561 Project Owner Lubbock Economic Development Alliance I Project Name Lubbock Business Park - Phase 1A 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[ n-psc.com Construction Manager Mark Carpenter Inspector (806) 777-0160 Project Owner City of Lubbock, Texas I 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 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 IDate 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 1b General Description of Project: 2410' -10", 3280' -12", 2315'-20" Waterline and 4156' - 12" Sewerline Project Cost $1,004,550.48 Date 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 rhumahries@allenbutler.net Project Owner City of Lubbock, Texas I 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 IDate Project Completed 5/2/2010 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 EnLr+neer (512) 912-5188 wfranklin@mvlubbock.us john.marier@hdrinc.com r - C--1 = 7-7 7-7 Project Owner City of Post, Texas I 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 Balios 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 ataylort@nosti:arza.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 ISO Project Name Cooper Middle School General Description of Project: 3575 LF 8" Waterline; 2930 LF 10" Sewerline; Liftstation Project Cost $502,090.00 Date 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 mreed mail.ci.Iubbock.tx.us Designer Gary Dawson Engineer (806) 743-2201 gdawson@team-psc.com Construction Manager Micheal Haverdink Project Manager (806) 745-9450 michael@sandiaconst.com 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 $1,330,284.8$ 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 Direct '"' 775-2343 wfranklinlEmylubbock.us Designer Leslie Bruce Engineer Construction Manager Rick Humphries Project Manager ( �-7498 rhumphries@allenbutier.net Project Owner City of Denver City I Project Name Denver City Well Field Improvements General Description of Project: Installation of 16" waterline and Pump station Imp. Project Cost $488,974.50 1 Date Project Completed 8/31/2011 Key Project Personnel Project Manager Project Safety Officer Quality Control Ty Lane Leo Garcia Chris B; os 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 ( 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 'n' Project Manager (817) 491-0946 RCDuininck@dbitx.com Project Owner City of Plainview, Texas I 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 Bali Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Telephone Email Owner Mike Gillilai Engineer (806) 296-1150 mRiliilandPd.plainview.tx_us Designer Construction Manager Brandon Autry Fr seer (806) 771-5976 bautry@amdeng.com Project Owner City of Levelland 7Project Name Lee St. Water System Improvements General Description of Project: Installation of 14" HDPE water line; Pump Station Improvements Project Cost $761,015.00 Date 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 jDate 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 mkeenumimy.lubboi .� Designer Construction Manager Joseph Van Deventer En, - (806) 795-6827 JVanDeventer@SGSEng.com 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 Safe Officer Safety Quality Control Ty Lane Marty Hamm Chris Ba -os 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 (Rnal n7a GVillarreal@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 IDate Project Completed February 2013 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Steve Levitt Chris Balios Ch- is 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 o@levellandi was.or Designer Construction Manager Kristi Laverty neer (806) 473.3634 klaverty@team-i3sc.com f-.._J 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 rhumphries@alienbutler.com Project Owner Costca Project Name Costco Warehouse, Lubbock General Description of Project: Water & Sanitary Sewer Infastructure Project Cost $936,831.00 Date 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 erry Pollock Project Manager (425) 531-1077 ier ryp�iacksondean.com Project Owner City of Lubbock I 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) 775-2392 Mkeenum@mail u,bb, X.tx,c Designer Construction Manager Rick Humphries Project Manager (806) 745-749f rhumphries@allenbutier.com Project Owner City of Lubbock JProject 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 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@maii.ci.lubbock.tx.us Designer Construction Manager Paul McMillian sneer (806) 473-2200 PMcmillen team- sc.com Project Owner City of Lubbock Project 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 Ballos Reference Contact Information (listing names indicates approval to contacting the named individuals as a reference) Name Title/Position Telephone Email Owner Josh Kristinek Engineer 106) 7717 '- JKristinek@mall.ci.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 ;y 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 Mkeenum@mail.ci.lubbock.tx.us - Designer Construction Manager Paul McMillian Engineer (806) 473-2200 PMcmillen@team-psc.com 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 Safety Officer Quality Control ry Lane Marty Flamm 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 -hn Turpin Engineer (806) 775-2342 Jturein@mail.ci.lubbock.tx Designer Construction Manager Project Owner City of Lubbock Project Name Northwest Water Reclamation Plan' General Description of Project: Project Cost $1,245,847.30 Date Project Completed July 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 John Turpin Engineer (806) 775-234, Abbock.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 $20,545,0' IDate Project Completed November 2015 Key Project Personnel Project Manager Superintendent Safety Officer Quality Control Ty Lane Chris Balios Chris Balios Chris Ballos 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 7nginE (817) 335-6511 aaron.rader@kimiey-horn.com 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 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 Alex Kingston Engineer (806) 473-2200 Akin-gston@team-psc.com Project Information Sheet Current Project Owner I City of Lubbock 1project Name Traffic Engineering Trenching & Boring Services General Description of Project Various trenching and boring projects for the City of Lubbock BudgetProject — Budget History Schedule Performance Amount % of Bi Amount Date Days Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ - J0% Actual / Estimated Substantial Completion Date Nov 2017 Final Cost $ 12,161,566.00 JActual / Estimated Final Completion Date 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 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 Rudy Garza City of Lubbock, Texas (806) 775-2174 R_b—T22! �.m�..., Designer Construction Manager Surety Howard Cowan Number of Issues J10Xd11An10UnEinv0 ve m eso ve resolved 0 issues Attorney $0.00 Liberty Mutual Number of issues Pending {806) 722-266 Iota[ amount involve 0 in Resolved issues Project Information Sheet Current 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 Bid 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 , Contract Final Completion Date at Notice to Proceed April 2016 Unforeseen Conditions Change Order Authorized Substantial Completion Hate Design Issues Change Order Authorized Final Completion Date Total $ 561,338.00 n Actual / Estimated Substantial Completion Date Aph Final Cost S 12.482,611..80 Actual / Estimated Final Completion Date April 20. ; Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Chris Be 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 Change approvalReference Contact Informatio�—(fistino names indicates Name Title/position Organization Telephone Email Owner Zoltan Fekete Engineer City of Lubbock, Texas (806) 775-3317 ZFekete(&mail.ci.lubbock.tx.us Designer Construction Manager Aaron Rader Engineer Kimley Horn Associates (817) 335-6511 aaron.rader@kimley-horn.com Surety Howard Cowan I Attorney I Liberty Mutual 1 (806) 722-2663 MWIVAMNAMERTIN l . . 2= resolved I 0 issues I$0.00 asommk.— Number of issues Pending I Olin Resolved issues $0.00 Project Information Sheet Current Project Owner I City of Lubbock Project Name 2" Water Line Change Out General Description of Project . F3M,MMMQ1f i Budget History Schedule Performance Amount % of aid Amount Date Days Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 10% Actual / Estimated Substantial Completion Date Final Cast Actual / Estimated Final Completion Date .f Project Manager Project Sup Safety Officer - Quality Manager Name Jonathan Ziegner 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 Change Name Title/position Organization Telephone Email Owner Zoltan Fekete Engineer City of Lubbock, Texas (806) 775-3317 ZFekete(o)maii.ci.lubbock.tx.u:: Designer Construction Manager I Aaron Rader Engineer Kimley Horn Associates (817) 335-6511 aaron.rader@kimley-horn.com Surety Howard Cowan I Attorney liberty Mutual (806) 722-2663 or 1Resolutionby.Arbitration,. resolved IMTissues Dispute Boards I$0.00 Number of issues Pending I Olin Resolved issues $0,00 Project Information Sheet rmmnlutad Project Owner City Of Lubbock, Texas 1projectName F 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 ar i 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% 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 $ 3,767,944.32 Actual / Estimated Final Completion Date 806 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Marty Hamm Taylor Condit Chris Balios Percentage of Time Devoted to the Project 50% 100% 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 Name Title/position Organization Telephone Email Owner Brian Wilson Engineer TxDot (806) 748-4496 Designer Engineer PBQ&D inc. Construction Manager (David Ockerma.. Inspector City of Lubbock (806) 548-4152 Surety Issues / Disputes —Resolved um er o issues resolved 4 Howard Cowan rr P—endin'o Resolution by Arbitration, o a moun invo ve In esa ve issues Attorney SafeCo Litigation or Dispute Review Boards $316,404.00 Number of issues Pending (425) 376-6535 o a amoun invo ve 0 in Resolved issues $316,404.00 Project Information Sheet Cmmniptad Project Owner I City of Lubbock, Texas Project Name 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. Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,214,548.00 Notice to Proceed 8/1/2007 240 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 41,435.00 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 41,435.00 3.41% Actual / Estimated Substantial Completion Date Final Cast $ 1,255,983.00 Key . . Actual /Estimated Final Completion Date Project Manager Project Sup Safety Officer 3/7/2008 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 Ye 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 Directi City of Lubbock (806) 775-2343 wfranklin m lubbock,us Designer Brian Stephens Engineer Parkhiil,5mith & Cooper (806) 473-2199 bsteohensOteam-osc.com Construction Manager Mark Carpenter Inspector Parkhiii,5mith & Cooper (806) 473-2200 mcarpenter@team-psc.com Surety Issues/ Disputes • • um er ov issues resolved 6 Howard Cowan =-PMing Resolution. • on, o a maun inva ve in eso ve issues t Attorney 5afeco , or Dispute Review Boards $41,435.00 Number of issues Pending (425) 376-6535 o a amoun invo ve 0 in Resolved issues $41,435.00 Project Information Sheet Completed Project Owner City of Lubbock, Texas Project Name 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. o Budget History Schedule Performance Amount % of Bid Amount Date Days 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 Design Issues Change Order Authorized Final Completion Date Total 0.00% Actual / Estimated Substantial Completion Date Final Cost Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality 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 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 mkeenum@mail.ci.lubback.tx.us Designer Paul Mcmillan Engineer Parkhill,5mith&Cooper (806) 775-2393 PmcmillanCtteam-osc.com Construction Manager Don McClenan Inspector Parkhill,Smith&Cooper (806) 773-2200 dmcclenan@team-psc.com Surety Howard Cowan / DiTp-utesResolved or Peiid­ino Resolution by 4r�bitration, um er o issues o a moun invo ve m eso ve resolved 0 issues Attorney Safeco Boardsissues Litigation or Dispute Review 1 $0.00 Number of issues Pending (425) 376-6535 o a amoun mvoIve-L&T Olin Resolved issues $0.00 Project information Sheet Completed Project Owner City of Lubbock, Texas Project Name 98th Street Roadway & Drainage Improvements General Description of Project The Project Consisted of 6972 LF of 24" to' 6" Open Cut Storm Sewer with Curb inlet; 6540 LF of 6" to 16" Water Pipe ranging in depth form 5'-25'. Project Budget111111111116. Budget History Schedule Performance Amount %of Bid Amount Date Days Bid $ 3,790,134.00 Notice to Proceed 4/25/2006 Change Orders lContract Substantial Completion Date at Notice to Proceed 180 Owner Enhancements $ 95,099.58 L% Contract Final Completion Date at Notice to Proceed -150 Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total $ 95,099.58 i.51 q Actual / Estimated Substantial Completion Date '1,+717008 '30 Final Cost S �.coc� ---- -a ra Actual / Estimated Final Completion Project Manager Date Project Sup Safety Officer lu-'1/2008 Quality Manager Name Ty Lane Cody Hamm Cody Hamm Chris Balios Percentage of Time Devoted to the Project 50% 100% 100% 50% 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 n_ 'r r r r r Name Organization Telephone Email Owner Wood Franklin 7Engineer City of Lubbock (806) 775-2343 wfranklin@mvlubbock,us Designer Gary Dawson City of Lubbock (806) 775-2343 pdawson@mviubbock.us Construction Manager Ron Pederson rkhlll,Smith&Cooper (806) 928-6561 Surety Howard Cowan I Attorney Safeco 1 (425) 376-653S Issues / Disputes r r Um er p ISSUeS resolved 4 or r r by r r or O a mOun InVO Ve In eS4 Ve issues $95,099.58 r Boards Number of issues Pending ' o a amount moun 111. Ve Olin Resolved issues $108,421.50 Project Information Sheet [emniPtPd Project Owner 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. Budget History Schedule Performance Amount % of Bid 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 4 Actual / Estimated Substantial Completion Date Final Cost $ s_RnA 790.17 JActual / Estimated Final Completion Date 4 816 Project Manager Project Sup Safety Officer 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 Va, uez 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 Referenc... Name . I Title/position Organization Telephone Email Owner LEDA (806) 749-4500 Designer Mark Haberer Engineer Parkhill,Smith&Cooper (806) 473-2200 mhaberer@team-osc.com (806) 777-0160 Construction Manager Mark Carpenter Inspector City of Lubbock Surety Issues / Disputes R6�olved um er o issues resolved 5 Howard Cowan or Pending Resolution by Arbitration, o a moun �nvo ve �n eso ve issues Attorney Litigation or Dispute $964,128.17 Safeco 1 Review Boards Number of issues Pending (425) 376-6535 o a amoun mvo ve 0 in Resolved issues $964,12$.17 Project Information Sheet Completed Project Owner 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 Storm 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; 3B0 LF 30" Bored Storm Sewer, and 1541 LF 24" Bored Storm Sewer. Budget History ISchedule 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 f 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 1.47% Actual / Estimated Substantial Completion Date Final Cost $ 30,704,058.50 lActual / Estimated Final Completion Date Lu Project Manager Project Sup Safety Officer Quality Manager Name r . Chris Balios Taylor Condit Marty Hamm Percentage of Time Devoted to the Project +.; 60% 60% 40% Proposed for this Project t _. -c Chris Balios Taylor Condit Marty Hamm Did individual Complete the Project? Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name77Parkhill,Smith Organization Telephone Email Owner Mike Keenum City of Lubbock, Texas (806) 775-2393 Mkeenum@mail.ci.lubbock.tx.us Designer Paul McMillen &Cooper (806) 473-2200 pmcmillentiDteam-osc.com Construction Manager Don McClenan Inspector Parkhill,Smith & Cooper (806) 473-2200 dmclenan@team-psc.com Surety um er o issues resolved 3 Howard Cowan oUP Amountinvolved in Resolved issues Attorney Safeco (425) 376-6535 I a a amountmvo ve $5,004,603.00 Number of issues Pending 0 in Resolved issues $500,463.00 rl � � © Cl © C7 C7 C"'3 C'� Project Information Sheet Completed Project Owner I City of Lubbock, Texas Project 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 N, 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 _9 Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date sues Change Order Authorized Final Completion Date $ Actual / Estimated Substantial Completion Date i "FinalCost 985,321.00 Actual / Estimated Final Completion DateMEW- 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 Balios Did individual Complete the Project? Yes Yes Yes If not, who started or completed the project in their place. , Reason for Change irl Organization Telthne Email *Buyer Name Owner Darleen Doss City of Lubbock (806) ddoss@myiubbock.us Designer Brian Stephens Engineer Parkhill,Smith&Cooper (806) bsteohensiyteam-osc.com Construction Manager Mark Carpenter Inspector City of Lubbock (806) 777-0160 Surety Howard Cowan Attorney I Safeco (425) 376-6535 um er or issues resolved 0 110talAMOUntinvoilweainmesolvoeT issues $0.00 o a amount involve Number of issues Pending 0 in Resolved issues $0.00 Project Information Sheet Completed Project Owner Lubbock Economic Development Alliance JProject Name Lubbock Business Park - Phase 18 General Description of Project Installation of 2410' -10", 3280' -12", 2315'-20" Waterline and 4156' -12" Sewerline a• Budget History Schedule Performance Amount % of Bid 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 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 .60% Actual / Estimated Substantial Completion Date Final Cost 1,004,550.48 • Actual / Estimated Final Completion Date 3/1/2011 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 Did individual Complete the Project? If not, who started or completed the project in their place. Reason for Change Or anlzatlon Name Title/position Telephone Email Owner Designer Brian Stephens r ngineei Parkhill,Smlth&Cooper (806) 473-2200 bstephens@team-psc.com Construction Manager Jason Hetler Allen Butler Construction (806) 745-7498 Jason@alIenbutier.net Surety Howard Cowan Attorney1 Liberty Mutual (806) 722-2663 Issues / Disputes Resolved um er o issues resolved I 4 or aing Resolution by • • Dispute o a ounj-FnVU.W,,-iTF.%e5a ve issues $25,491.28 . Review Boards dlwl o aI unx invoival—F 1 Number of issues Pending in Resolved issues Project Information Sheet Comoleted Project Owner ubbock, 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. .• -� 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 $ 251,075.17 ;.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 ;.04% Actual / Estimated Substantial Completion Date Final Cost $ 5,228,109.47 JActual / Estimated Final Completion Date 5/2/2010 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Leo Garcia Taylor Condit Chris Balios Percentage of Time Devoted to the Project 50% 100% 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. I Chad Pabody Reason for Change Ltr= - ... Name Title/position Organization - Telephone Email Owner Zoltan Fekete Engineer City of Lubbock, Texas (806) 775-3377 zfekete@mylubbock.us Designer John Marler Engineer HDR (512) 912-5188 iohn.marler(@hdrinc.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 r .. um er Or issues resolved 4 . o a moun invo ve in eso ve issues $251,075.17 :,. iota amountinvo ve Number of issues Pending 0 in Resolved issues $251,075.17 Project Information Sheet Comoleted Project Owner City of Post, Texas Project Name Post/Cedar Hills Water System Improvements General Description of Project Installation of 27,000 LF of 6" HDPE Waterline by boring. Project .• Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 875,309.90 Notice to Proceed 2/1/2010 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 167,077.80 09% 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 167,077.80 1.09% Actual / Estimated Substantial Completion Date Final Cost $ 1,042,387.70 Actual / Estimated Final Completion Date 3,1.�/201 Project Manager Project Sup Safety Officer Quality Manager Name Chad Pabody Cody Hamm Chad Pabody Ty Lane Percentage of Time Devoted to the Project 25% 100% 25% 25% Proposed for this Project Chad Pabody Cody Hamm Chad Pabody Ty Lan, Did individual Complete the Project? Yes No Yes Yes If not, who started or completed the project in their place. Troy Lane Reason for Change Resignation Name Organization Title/position Telephone Email Owner Arbie Taylor City Mgr. City of Post, TX (806) 495-2811 atavlor@nostearza.net Designer Dwight Brandt Engineer Brandt Engineers (806) 681-8631 DLBrandt@brandtensineers.com Construction Manager Oscar Ostis RPR Brandt Engineers (806) 681-8631 Oostis@brandtengineers.com Surety Rds6lv—Vdror um er o issues resolved 5 Howard Cowan 7Pending Resolution by Arbitration,Boards o a moue MV ve in eso ve issues Attorney $267,077.80 Liberty Mutual Number of issues Pending (806) 722-2663 o a amounx olvebT ve 0 in Resolved issues $167,077.80 Project Information Sheet rmmniatari Project Owner City of Wolfforth Project Name Wolfforth Sewer Expansion General Description of Project Budget HistorySchedule Performance Amount % of Bid Amount Date Days Bid $ 1,100,215.00 Notice to Proceed 9/1/2010 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 15,250.00 39% 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 4 15,250.00 39% Actual / Estimated Substantial Completion Date Final Cost $ 1, 115,465.00 Actual / Estimated Final Completion Date 4/29/2011 Project Manager Project Sup Safety Officer 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? "es Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Name Title/position Organization Telephone Email Owner Doug Hutchison Inspector (806) 885-4120 Designer Construction Manager Michael Adams 0 Engineering (806) 791-2300 mkhae - msrdoidengineerina.wm Surety um er or issues resolved 1 Howard Cowan 01al AMOUREinvo ve in eso v issues Attorney $15,250.00 Liberty Mutual Number of issues Pending (806) 722-2663 lotal amount invo ve lin Resolved issues $15,250.00 Project Information Sheet Completed Project Owner I Lubbock Cooper ISD 1project Name Cooper Middle School General Description of Project 3575 LF 8" Waterline; 2930 LF 10" Sewed 1ne Budget Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 488,248.00 Notice to Proceed 8/1/2009 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements lContract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues $ 13,842.00 Change Order Authorized Final Completion Date Total $ 13,842.00 Actual / Estimated Substantial Completion Date Final Cost $ 502,090.00 Key Project P'l Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer -1/27/2011 Quality Manager Name Ty Lane Lorenzo Vasquez Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Lorenzo Vasquez 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 Reference Contactn Name Title/position Organization Telephone Small Owner Marsha Reed Engineer City of Lubbock (806) 775-2335 mreed@maiI.ci.lubb2.ck.tx.us Designer Gary Dawson Engineer Parkhill,5mith&Cooper (806) 743-2201 rzdawsonPteam-osc.com Construction Manager Michael Haverdink Project Mgr Sandia Construction (806) 745-9450 michael@sandiaconst.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 Issues / Disputes rum er o issues eso{ved d 3 or Pending Resolution by Arbitration, o a moun mvo ve m 0o ve issues Litigation or Dispute $13,842.00 Review Boards o a amoun invo ve Number of issues Pending in Resolved issues Project Information Sheet Completed Project Owner 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 3 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 36,787.38 o 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 / Estimated Substantial Completion Date Final Cost $ 1,330,284.88 Actual / 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? I Yes Yes Yes If not, who started or completed the project in their place. Reason for Change 4 Name Title/position Organization Telephone Email Owner Wood Franklin iblic Works Directi City of Lubbock (806) 775-2343 wfrankiin@mvlubbock.us Designer Leslie Bruce Engineer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 rhumphries@alienbutler.net Surety Tssues / Disputes R�s I o j' um er o issues resolved 2 Howard Cowan or Pending Resolution by Arbitration, o a moun invo in eso ve issues Attorney Liberty Mutual Litigation or Dispute Review Boards $36,787.38 Number of issues Pending (806) 722-2663 o a amoun invo ve in Resolved issues $36,787.38 Project Information Sheet Comoleted Project Owner z r' ' r Project Name Denver City Well 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 8.72% 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 % Actual / Estimated Substantial Completion Date Final Cost 488,974.50 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 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 Ballos 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 ..IZZ. Name WFI END Title/position Organization Telephone Email Owner Designer Construction Manager James Tompkins (432) 523-2181 1 JamesT@wtcengineering.com Surety - um er o issues72isoues resolved Howard Cowan r . . • • • . a moun mvo ve m Resolved I Attorney . . / $2920378.75 I Liberty Mutual (806) 722-2663 • i o a amountinvolved 1 Number of issues Pending in Resolved issues $292,378.75 Project Information Sheet r..mnlaro.r Project Owner City of Plainview Project Name Plainview Water Reconstruction General Description of Project Installation of 12", 10", 8", 6", 4" water lines Schedule Performance Budget History Amount % 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 Sue 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 I Yes Yes If not, who started or completed the project in their place. r Change Name Title/position Organization Telephone Email Mike Gillilana Engineer City of Plainview (806) 296-1150 meilliland@ci.plainview.tx.us :Designer on Manager Brandon Autry Engineer AMD Engineering (806) 771-5976 bautry@amdeng.com issues resolved 1 Howard Cowan mm Q a moue mvolveo In KeRolved issues Attorney $23,929.00 Liberty Mutual Number of issues Pending (806) 722-2663 lotalamount Invo ve lin Resolved issues $23,929.00 � �� © © Cl L"� r-7 Project Information Sheet Cmmnletad Project Owner City of Lubbock Project Name Quaker Ave Reconstruction from 114th to FM 1585 General Description of Project allation of water, sewer, & storm sewer lines F BudgetProject Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 663,467.00 Notice to Proceed 4/1/2011 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 11,800.76 1. 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 3, :- n 1.78% Actual / Estimated Substantial Completion Date Final Cost n, i,?b1 ', ti Actual / Estimated Final Completion Date 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 Lane Marty Hamm Chris Balios Chris Balios Did individual Complete the Project? - Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Title/position Organization Telephone Email Name Owner Designer Construction Manager Kyle Duininck Project Mgr Dulninck Brother (817) 491-0946 RCDuininck@dbitx.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 ;, . :.. . o a amountinvolved $11,800.76 Number of issues Pending in Resolved issues $11,800.76 um Der o issues resolved , a a Amountinvolved m esa ve issues r- '-'7 © © C Project Information Sheet Cmmnlptpd Project Owner I City of Levelland lProject Name Lee St. Water System Improvements General Description of Project Installation of 14" water line .• Budget History ISchedule 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) -13% Actual / Estimated substantial Completion Date Final Cost $ 761,015.00 Actual / Estimated Final Completion Date [ r - i Project Sup Safety Officer quality Manager Project Manager Name Ty Lai Chris Balios Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Laf Chris Balios Chris Balios Chris Balios Did individual Complete the Project? Yes Yes Yes If not, who started or completed the project in their place. Reason for Change Organization Telephone Email Name Title/position Owner Designer Construction Manager Leonard Nail Engineer Parkhill,Smith&Cooper (806) 473-2200 snail@team-psc.com Surety tt . r •• um er of issues resolved 0 Howard Cowan • . . . , . o a moun involved in eso ve issues Attorney . • CI $0.00 Liberty Mutual • C r. . Number of issues Pending (806) 722-2663 o a amount involve 0 in Resolved issues $0.00 awrr a�a �� >�r nwilrrz ■rlr �� Project Information Sheet rmmnlatad Project Owner I City of Lubbock Project Name Lubbock Downtown Redevelopment General Description of Project Budget History ISchedule Performance Amount % of Bid Amount Date Days Bid $ 2,074,508.00 Notice to Proceed 1/31/2012 Change Orders Contract Substantial Completion Date at Notice to Proceed 11/25/2012 Owner Enhancements $ (16,033.96) 17°o 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 (16,033.96) .77% Actual / Estimated Substantial Completion Date Nov 2012 Final Cost $ 2,058,474.04 Actual / Estimated Final Completion Date December 2012 Project Sup Safety Officer Quality Manager Project Manager Name Ty Lane Troy Lane Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane oy Lane Chris Balios Chris Balios Did individual Complete the Project? Yes I Yes Yes Yes r place. If not, who started or completed the ptVanDeventer Reason for Change Name Alm, -fix• Title/position Organization Telephone _ Email Owner City Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum@mall.ci.lubbock.tx.us Designer Construction Manager Jose Engineer SGS Engineering (806) 795-6827 )VanDeventer@SGSEng.com Surety Howard Cowan r . , •.. . . . I . Number O ISsues oral moun involved in Resolved resolved 0 issues Attorney . . r $0.00 Liberty Mutual :.. . Number of issues Pending (806) 722-2663 O a amoun fnvo Ve a in Resolved issues $o.00 Project Information Sheet Completed Project Owner DCOS Project Name Industrial Park General Description of Project Water and Sanitary Sewer Infastructure Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,199,151.15 Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $ 269,497.00 22.47% 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 269,497.00 22.47% Actual / Estimated Substantial Completion Date Final Cost 1,468,648.15 jActual / Estimated Final Completion Project Manager Date Project Sup Safety Officer January 2013 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 Ballos Chris Balios Did individual Complete the Project? Yes Yes Yes I 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 George Vill_.. - Engineer Parkhill, Smith & Cooper (806) 473-3563 GVillarreal@team-psc.com Surety Howard Cowan Attorney I Liberty Mutual (806) 722-2663 um er Dissues I OLdi Amountinvolved m eso ve $0.00 a amoun mva veresolved Number of issues Pending issues 1 7oinonesolved Project Information Sheet Completed Project Owner City of Levelland Project Name 2012 Water System Improvements General Description of Project Replace 2" cast iron water with 6" and 8" pvc Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 249,210.00 Notice to Proceed 11/26/2012 _;..} Change Orders Contract Substantial Completion Date at Notice to Proceed 5/25/2013 1110 Owner Enhancements $ 1,600.00 - Contract Final Completion Date at Notice to Proceed 6/24/2013 ".J) Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total 1,600.00 �.64% Actual / Estimated Substantial Completion Date Final Cost 250,810.00 Actual / Estimated Final Completion Date E , L Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Steve Levitt Chris Balios Chris Balios Percentage of Time Devoted to the Project Proposed for this Project Ty Lane Steve Levitt 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 N . . .. . Name Title/position Organization Telephone Email Owner Erik Rejino City of Levelland, Texas (806) 894-0113 ere'ino levelllandtexas.or Designer Construction Manager Kristi Laverty Engineer Parkhill, Smith & Cooper (806) 473-3634 klaverty@team-psc.com Surety um er o issuesMAW resolved 0 Howard Cowan In= 20 ' o a moun mvo involved in Resolved issues Attorney Liberty Mutual $0.00 Number of issues Pending (806) 722-2663 o a amount involve 0 in Resolved issues $0.00 Project Information Sheet Cmmnlr+tad Project Owner City of Lubbock JProject Name Reconstruction & widening of Frankford Ave General Description of Project Remove and Relocate water and sewer infastructure for new road '�roject Budgetand 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 3.33% 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 4.33% Actual / Estimated Substantial Completion Date C Final Cost 287,978.50 JActual / Estimated Final Completion Date 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 :hris Balios Did individual Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. Reason for Change ZZIZ�M, I. ... Organization Telephone Email Name Title/position Owner Mike Keenum City Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum@mail.ci.lubbock.tx.us Designer Construction Manager Rick Humphrie, Project Mgr Allen Butler Construction (806) 745-7498 rhumphries@allenbutler.net Surety um er ot Issues161:51 resolved 0 Howard Cowan Amountinvolved In Resolved issues Attorney $0.00 Liberty Mutual (806) 722-2663 Iota amountInvolved Number of issues Pending 0 in Resolved issues 1 $0.00 Project Information Sheet Completed Project Owner City of Lubbock Project Name 98th St. Paving Improvements (Albany to Huron) General Descri tion of Project Water and Sanitary Sewer Infastructure , / Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $955,577.52 Notice to Proceed 8/22/2011 Change Orders lContract Substantial Completion Date at Notice to Proceed Owner Enhancements 121,512.02 ".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 Project Sup Safety Officer 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 Wood Franklir iblic Works Direct City of Lubbock, Texas (806) 775-2343 wfrankiin@mall.ci.lubbock.tx.us Designer Construction Manager Rick Humphrie_ Project Mgr Allen Butler Construction (806) 745-7498 rhumphries@allenbutler.net Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 Issue .. um er o issues resolved 0 o a moon mvo ve m esa ve issues Dispute $0.00 Review :. o a amours invo ve Number of issues Pending 0 in Resolved issues $0.00 --I I C-7 C'-1 7--7 � J 71 J Project Information Sheet Cmmnlptpd Project Owner I Costcc Project 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 3.41% 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 41 , Actual / Estimated Substantial Completion Date Final Cost Actual / Estimated Final Completion Date 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 Bal 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/position7ackson Telephone Email Owner 7Constructio Designer Construction Manager Jerry Pollock Project Mgr (425) 531-1077 jerryp@jacksondean.com Surety 'S. um er o issues resolved 0 Howard Cowan o a moun invo ve in eso ve issues Attorney I Liberty Mutual :.. , 50.00 Number of issues Pending '806j 722-2663 o a amoun invo ve 0 in Resolved issues $0.00 Project Information Sheet Completed Project Owner City of Lubbock Project Name Milwaukee Ave Paving Improvement General Description of Project Remove and Relocate water and sewer infastructure for new road a • , UL Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 2,511,467.50 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 �E 1.6,464.r 7 12 b0 Actual / Estimated Substantial Completion Date Final Cost 2,827,452.27 Actual / Estimated Final Completion Date 01/2014 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 Organization Telephone Email Name Title/position Owner Mike Keenum City Engineer City of Lubbock, Texi (806) 775-2393 Mkeenum mail.ci.lubbock.tx.us Designer Construction Manager Rick Humphries Project Mgr Allen Butler Construction (806) 745-7498 rtiumphries@allenbutler.net Surety Howard Cowan Resolved or Pendingr by • er ooun Lr0 issues Attorney r or D-Ispute $0A0 Liberty Mutual Review Boards- Number of issues Pending (806) 722-2663 - volveri—F veolved 0 in Resolved issues $0.00 Project Information Sheet completed Project Owner City of Lubbock Project 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 00% Actual / Estimated Substantial Completion Date Final Cost $ ,Ui 510.0i: U- , al /Esimated Final Completion 7Matner tPr Date Project Sup Safety Officer May 2014 Quality Manager Name ane MartyHamm 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 _MkeenumCamall.d.lubbock.tx.us Designer Construction Manager Surety Howard Cowan .. um er o issues a a moun involved in Resolved resolved I 0 issues Attorney r $0.00 Liberty Mutual :.. Number of issues Pending (806j 722-2663 A lotalamount involved ) in Resolved issues $0.00 Project Information Sheet CmmnlatPd Project Owner City of Lubbock JProject Name East Erskine 5tree 12" Water Line Extension General Description of Project Budget History Schedule Performance Amount % of Bid Amount Date Days Bid S 298,366.00 Notice to Proceed 12/3/2014 ) Change Orders Contract Substantial Completion Date at Notice to Proceed 3/3/2015 Owner Enhancements 3,262.00 ! .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 1.09% Actual / Estimated Substantial Completion Date Feb 2015 Final Cost JActual / Estimated Final Completion Date Feb 2015 Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Marty Hamm Chris Balios Chris Ballos 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 ,.. Title/position Organization Telephone Email Name Owner Josh Kristinek Engineer City of Lubbock (806) 775-3397 Jkr_istinek@mail.ci.lvbbock.tx.us Designer Construction Manager Surety Howard Cowan awl 01 Attorney 1 $0.00 I Liberty Mutual (806) 722-2663 Number of issues Pending Olin Resolved issues 0 resolved I 0 issues Project Information Sheet Completed Project Owner City of Lubbock Project Name Northwest Lubbock Drainage Improvements General Description of Project "Sewerructure (10 x 10 Boxes) -Xs MM14derilm Budget History Schedule Performance Amount % of Bid Amount Date Days aid $ 30,899,370.70 Notice to Proceed 4/23/2012 Change Orders Contract Substantial Completion Date at Notice to Proceed 4/3/2014 710 Owner Enhancements $ 5,080,518.00 16.44% Contract Final Completion Date at Notice to Proceed 5/18/2014 755 Unforeseen Conditions Change Order Authorized Substantial Completion Date 12/20/2014 Design Issues Change Order Authorized Final Completion Date Total 5,080,518.00 04% Actual / Estimated Substantial Completion Date Final Cost 35,979,888.70 Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer Quality Manager Name Ty Lane Troy Lane Chris Ballos 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 Mike Keenurr City Engineer City of Lubbock, Texas (806) 775-2393 Mkeenum@mail.ci.Iubbock.tx.us Designer Construction Manager Paul McMillen Engineer Parkhill, Smith & Cooper (806) 473-2200 pmcmlllen@team-psc.com Surety Howard Cowan resolved D issues ; Attorney Liberty Mutual (806) 722-2663Abb $0.001 Number of issues Pending Olin Resolved issues $0.00 Project Information Sheet Completed Project Owner City of Lubbock Project Name Buffalo Lake Water Line Replacement General Description of Pra-ect .• •• Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 154,215,10 Notice to Proceed 2/9/2015 60 Change Orders Contract 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 1 4/10/2015 Final Cost JActual / Estimated Final Completion Date Project Manager Project Sup Safety Officer 1 4/10/2015 Quality Manager Name Ty Lane Marty Hamm Chris Ballos 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 John Turpin Engineer City of Lubbock (806) 775-2342 Jtur in mail.ci.lubbock.tx.us Designer Construction Manager Surety Howard Cowan resolved I 0 issues Attorney $0.00 Liberty Mutual (806) 722-2663 Number of issues Pending Olin Resolved issues $0.00 Project Information Sheet Completed Project Owner City of Lubbock Project Name Northwest Water Reclamation Plant General Description of Project ..TIT Ul.. , Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $ 1,245,847.30 Notice to Proceed Change Orders lContract 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 $ - 3,00% Actual / Estimated Substantial Completion Date Final Cost 1 1,245,847.30 JActual / Estimated Final Completion Date 'Y30/2015 Project Manager Project Sup Safety officer Quality Manager Name TI 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 Telephone Email Name Title/position Organization Owner John Turpin Engineer , -. Lubboc}= (806) 775-2342 Jturpin@mail.ci.lubbock.tx.us Designer Construction Manager Surety resolved I 0 Howard Cowan issues Attorney aberty Mutual $0.00 Number of issues Pending (806) 722-2663 Olin Resolved issues 0.00 Project Information Sheet Completed Project Owner I City of Brownfield Project Name Water & Sewer Extension General Description of Project Installation of 13,700' 8" Water Line, 6,900' 6" Force Main, 3,290' f Force Main under Pavement, Lift Station Budget History Schedule Performance Amount % of Bid 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-«.,tio� Ana Project Manager Project Sup Safety Officer Quality Manager Name Jonathan Ziegner Chris Balios Jonathan Ziegner Jonathan Ziegner Percentage of Time Devoted to the Project Proposed forth is Project Did individual Complete the Project? If not, who started or completed the project. in their peace. Reason for Change It ... Name Title/position Organization Telephone Email Owner Designer Construction Manager Alex Kingstom Engineer Parkhill, Smith & Cooper (806) 473-2200 AKingston@team-psc.com Surety Howard Cowan Attorney Liberty Mutual (806) 722-2663 resolved I D issues $0.001 Number of issues Pending I Olin Resolved issues $0.00 Project Information Sheet Completed Project Owner I City of Lubbock Project 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' s a• s • '9 s 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 4% Actual / Estimated Substantial Completion Date October 2015 Final Cost JActual / Estimated Final Completion Project Manager Date Project Sup Safety Officer October 2015 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 Name Title/position Organization Telephone Email Owner Zoltan Fekete Engineer City of Lubbock, Texas (806) 775-3317 ZFeketeC&mail.cl.lubbock.tx.us Designer Construction Manager Aaron Rader Engineer Kimley Horn Associates (817) 335-6511 aaron.rader@kimley-horn.com Surety Resolved um er o issues resolved 0 Howard Cowan J Attorney , o a moun mvo ve m eso ve issues $0.00 Liberty Mutual Boards Number of issues Pending (806) 722-2663 o a amoun mvo ve 0 in Resolved issues 50.00 I R u 0 r1 City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Bidder Must be submitted with Bid I, the undersigned Bidder, certify that the insurance requirements contained in this bid 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 bid. ,A �� Ty Lane Con DO (Cfriginal 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 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management Office for the City of Lubbock at (806) 775-2572. ITB 16-12640-TF Construction of the Downtown Duct System, Phase Three I I City of Lubbock, TX 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 bids 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 bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: CThe City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidents 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. j 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 bidder 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 I f 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 CI Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. Convictions of a criminal offense within the past ten (10) years, which resulted from bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, 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 bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid 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. `Bidder's Initials 0 QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, 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 bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: l Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of criminal offense which resulted from serious bodily injury or death? / YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid 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. ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire shall be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Ik zz�� Signatur Ty Lane, President Title I City of Lubbock, TX Suspension and Debarment Certification Federal Law {A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME:_. Utility Contractors of America, Inc. FEDERAL TAX ID or SOCIAL Signature of Company 75-2214193 Printed name of company official slgnir}d above: Ty Lane, President Date Signed: December 10, 2015 PAGE INTENTIONALLY LEFT BLANK LIST OF SUB -CONTRACTORS I I 0 E u I 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. ITB 16-12640-TF Construction of the Downtown Duct System, Phase Three LIST OF SUB CONTRACTORS Company Name Location Services Provided She11� 5r�� r s L Abock ar Tprn5 Tree Prop- Lu66c. -eP-s Scott St�hen S Lr h E 1 Lr Gcr+COPS tJnl:rn;+- c s PFP Utility Contractors of America, Inc. Company 5805 CR 7700 Address Lubbock, Lubbock City, County TX 79424 State Zip Code Telephone: 806 - 863-2642 Fax: 806 - 863-4132 Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO 2 r R r L11 if r V 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. M. ITB 16-12640-TF Construction of the Downtown Duct System, Phase Three FINAL LIST OF SUB CONTRACTORS Company Name Location Services Provided dms Tree 1�- Lace I-Alzc�Ck -Frees ,L]C3rr: eS /-uJobg r nfr o -T� '5� PPP Utility Contractors of America, Inc. Company 5805 CR 7700 Address Lubbock Lubbock City, County TX 79424 State Zip Code Telephone: 806 - 863-2642 Fax: 806 - 863-4132 Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Cl ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID CLOSING. IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO. 3 PAYMENT BOND STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Utility Contractors of America, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Four Million Two Hundred Ninety -Nine Thousand Two Hundred Thirty -Seven Dollars and Eighth ($4,299,237.80) 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 14th day of January, 2016, to ITB 16-12640-TF Construction of the Downtown Duct System, Phase Three and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of , 2016. Surety (Company Name) *By: By: (Title) (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: Approved as to form: City of Lubbock By: City Attorney (Title) * Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. PERFORMANCE BOND PAGE INTENTIONALLY LEFT BLANK STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Utility Contractors of America, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Four Million Two Hundred Ninety -Nine Thousand Two Hundred Thirty - Seven Dollars and Eighth ($4,299,237.80) 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 14th day of January, 2016, to ITB 16-12640-TF Construction of the Downtown Duct System, Phase Three and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 52016. Surety (Company Name) *By: By: (Title) (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: Approved as to form: City of Lubbock By: City Attorney (Title) * Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. CERTIFICATE OF INSURANCE PAGE INTENTIONALLY LEFT BLANK CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. hijury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos El GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATIONFLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto /General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. PAGE INTENTIONALLY LEFT BLANK CONTRACT Contract 12640 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 14" day of January, 2016, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Utility Contractors of America, Inc. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: ITB 16-12640-TF Construction of the Downtown Duct System, Phase Three and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Conditions of Agreement. Utility Contractors of America, Inc.'s bid dated December 10, 2016 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: CITY OF LUBBOCK, TEXAS (OWNER): Utility Contractors of America, Inc. By: PRINTED NAME: TITLE: COMPLETE ADDRESS: Company Address City, State, Zip ATTEST: Corporate Secretary By: Glen C. Robertson, Mayor ATTEST: Rebecca Garza, City Secretary APPROVED AS TO CONTENT: Neil Welch, P.E., Assistant City Engineer L. Wood Franklin, P.E., Director of Public Works APPROVED AS TO FORM: Amy Sims, Deputy City Attorney GENERAL CONDITIONS OF THE AGREEMENT PAGE INTENTIONALLY LEFT BLANK GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Utility Contractors of America, Inc., who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Neil Welch, P.E., Assistant City Engineer, so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or inspectors shall act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension shall be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades are needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any Office, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment are permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work shall be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests shall be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such 4 tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind shall be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 6 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its Offices, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change shall be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury With Heavy Equipment Endorsement XCU B. Owner's and Contractor's Protective Liability Insurance. - NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. E. Umbrella Liability Insurance - NOT REQUIRED. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000 Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and G (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who shall provide services on the project shall be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: 10 (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; 11 (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its Offices, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract 12 and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its Offices, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its Offices, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its Offices, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. 13 If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,015 PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in 14 which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its Offices, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall 15 determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 16 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, 17 machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be 18 liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by 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. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least 19 twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. HOUSE BILL 2015 House Bill 2015, signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual that has been misclassified (Texas Government Code Section 2155.001). 20 DAVIS BACON WAGE DETERMINATIONS PAGE INTENTIONALLY LEFT BLANK EXHIBIT A General Decision Number: TX150007 01/02/2015 TX7 Superseded General Decision Number: TX20140007 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 * 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 LoaderBackhoe..............$ 14.18 Mechanic .................... $ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt .............$ 10.95 Roller, Other ...............$ 10.36 Scraper ..................... $ 10.61 Spreader Box ................ $ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: an existing published wage determination a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested 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 DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS PAGE INTENTIONALLY LEFT BLANK City of Lubbock DOWNTOWN REDEVELOPMENT Phase III Project CONDUIT SYSTEM SPECIFICATIONS October 23, 2015 SGS Engineering LLC Introduction The purpose of this document is to provide specifications for an underground duct system for the utilities affected by the relocation of existing overhead electric and communication cables within the Lubbock Downtown Redevelopment Project. This construction work will provide the downtown area with an underground electric, gas, and communication system capable of serving the downtown Lubbock area for many years. Project Scope This Project will provide the trench with a conduit and piping system for the relocated utilities within the downtown redevelopment project area. This conduit corridor will provide an underground system of conduits for eight Lubbock utility companies as well as the City of Lubbock. These utility companies include: Lubbock Power & Light, Atmos Energy, Sudden Link, NTS Communications, Poka Lambro, Plateau Wireless, Rhino Communications, and AT&T. The project will include: trench excavation, trench compaction, installation of the duct system, and replacing or improving affected surface infrastructure. Overview Phase III of the Downtown Redevelopment Project is generally bounded by Mac Davis Lane on the north and 19t' Street on the south along Avenue J with an extension on 14t' from Avenue J to Texas Avenue and an extension on 9t' Street from Avenue J to Texas Avenue. A three foot wide "green area" has been designated adjacent to the streets in each block where possible for aesthetic improvements to downtown Lubbock. The trench system will be located adjacent to the designated green area where possible. The east side of Avenue J from Mac Davis Lane to 19'' Street, the south side of 14t' Street from Avenue J to Texas Avenue, and the north side of 9t' Street from Avenue J to Texas Avenue has been designated a backbone conduit corridor. Standard of Work 1. All work shall be done in a thorough and workmanlike manner in accordance with the Plans, Specifications, and Construction Drawings and in accordance with the City of Lubbock Downtown Public Improvements Design Standards dated April 22, 2015. Adjacent Land Contractor shall insure that there will be access to parking lots and driveways during construction. 2. Contractor shall notify owners and tenants of impending construction a minimum of 48 hours prior. 3. Contractor shall be responsible for obtaining a signed Right of Entry form where sidewalk forming will encroach on to the adjacent property. General Safe 1. Drawings and Maps a. All drawings and maps accompanying this Specification or listed herein shall be considered a part of these Plans and Specifications. b. Accompanying drawings are as follows: D-1 Phase III Conduit Route D-2 Phase III Intersection and Sidewalk Details C-1 Phase III Conduit System, Ave. J, 19thst. to 18th St. C-2 Phase III Conduit System, Ave. J, 18th St. to 17th St. C-3 Phase III Conduit System, Ave. J, 17th St. to 16th St. C-4 Phase III Conduit System, Ave. J, 16th St. to 15th St. C-5 Phase III Conduit System, Ave. J, 15th St. to 14th St. C-6 Phase III Conduit System, Ave. J, 14th St. to 13th St. C-7 Phase III Conduit System, Ave. J, 13th St. to Broadway C-8 Phase III Conduit System, Ave. J, Broadway to Main St. C-9 Phase III Conduit System, Ave. J, Main St. to loth St. C-10 Phase III Conduit System, Ave. J, 10th St. to 9th St. C-11 Phase III Conduit System, Ave. J, 9th St. to 8th St. C-12 Phase III Conduit System, Ave. J, 8th St. to 7th St. C-13 Phase III Conduit System, Ave. J, 7th St. to Mac Davis Lane C-14 Phase III Conduit System, Mac Davis Lane, Ave. J to Texas Ave. C-15 Phase III Conduit System, 14th St., Ave. M to Ave. L C-16 Phase III Conduit System, 14' St., Ave. L to Ave. K C-17 Phase III Conduit System, 14th St., Ave. K to Ave. J C-18 Phase III Conduit System, 14' St., Ave. J to Texas Ave. C-19 Phase III Conduit System, 9' St., Ave. J to Texas Ave. 1. The work shall be performed in accordance with all applicable Federal, State, and Local Safety Regulations. 2. The Contractor shall be responsible for the observance of proper safety practices and the avoidance of unnecessary damage to property by all personnel engaged in the work. 3. The Contractor shall take all steps necessary to prevent damage or interference with existing power lines, communication facilities, roadways, railroads, waterways, buried cables, pipelines, and other facilities adjacent to or crossing the project right-of-way. 4. Neither the professional activities of the DESIGN PROFESSIONAL, nor the presence of the DESIGN PROFESSIONAL or the DESIGN PROFESSIONAL's employees and sub - consultants at the construction site, shall relieve the General Contractor and any other entity of their obligations, duties, and responsibilities including, but not limited to, construction means, methods, sequences techniques, or procedures necessary for performing, superintending, or coordinating all portions of the work of construction in accordance with the contract documents and any health or safety precautions required by any regulatory agencies. 5. The DESIGN PROFESSIONAL and DESIGN PROFESSIONAL's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. 6. The General Contractor is solely responsible for jobsite safety. The contractor shall provide a Storm Water Pollution Prevention Plan (SWP3) and implement these measures in a manner which will meet the requirements of the of the Texas Pollution Discharge Elimination System (TPDES) General Permit No. TXR150000. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assessed by TCEQ or EPA for failure to comply with any part of the permit requirements. The Contractor shall submit a Notice of Intent (NOI) and a Notice of Termination (NOT) independently of the Owner. 2. It is the Contractor's responsibility to insure that his/her Storm Water Pollution Prevention Plan is in full compliance with the TPDES permit. The Contractor shall modify the document as necessary to show implementation plans, dates of construction activities, best management practices, inspection reports and any other information pertinent to the plan or otherwise required to ensure that the plan remains in compliance with the permit. 3. Fines levied against the Owner by the TCEQ for the Contractor's failure to comply and maintain the SWP3 shall be paid by the Contractor. 4. Storm water must be adequately routed during construction operations in the same general direction as currently occurs. 5. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented as specified in the SWP3 and in a timely manner during the construction process to minimize erosion and sediment run-off. 6. Contractor shall ensure that any soil tracked off site is cleaned from existing roads, alleys, and any adjacent property as soon as possible. Contractor shall check for any pollutants tracked or washed off -site and perform necessary clean-up measures at the end the day. 7. The SWP3 will be provided by the Contractor and keep a copy of the SWP3 on site at all times. 4 8. A completed NOI form must be submitted a minimum of 48 hours prior to start of construction. No work will be permitted until NOI is filed. 9. Contractor shall maintain SWP3 in accordance with the TDPES permit to insure that the SWP3 reflects current project conditions and remains in compliance with the permit. 10. A completed NOT form must be submitted prior to the finalization of this contract 11. The Contractor shall furnish Owner with a copy of NOI and NOT. Trench Profile 1. Trench profiles for each section of the Downtown Redevelopment are detailed in the drawings. The profile addresses the size of the excavated trench as well as the size and location of each conduit or pipe in a particular trench section. 2. It is the responsibility of the contractor to match these specifications and drawings when constructing any portion of the trench. 3. Existing utilities may be adjusted where possible and adjustments may need to be made to the trench cross sections to construct the duct system around existing utilities. Conduit APPROVED CONDUIT 1. All conduit shall be electrical grade, rigid, nonmetallic, schedule 80, and of standard size (2",4",or 6"diameter) as provided by Innerduct or approved equal. 2. For 2", 4", and 6" conduit, the only approved type is HDPE (high density polyethylene), which conforming to the following color scheme. The conduit shall be a solid color as identified. Color assignments are subject to change. a. Red Conduit: Dedicated to LP&L's distribution. b. Black Conduit: Dedicated to Lubbock Power and Light fiber. c. Purple Conduit: Dedicated to the City of Lubbock Traffic and Communication d. Green Conduit: Dedicated to NTS Communications. e. Blue Conduit: Dedicated to Suddenlink. f. Orange Conduit: Dedicated to AT&T Communications. g. Black Conduits with Stripes: Dedicated to Atmos Energy (supplied by Atmos) h. Pink Conduit: Dedicated to Plateau and Poka Lambro Communications i. Gray Conduit: Dedicated to Rhino Communications 3. 4" gray or white, schedule 40 PVC will be used as stub ups out of sweeps in pullboxes/handholes. USE OF CONDUIT The Contractor shall provide and install the conduit system in accordance with the layout provided by SGS Engineering's approved design drawings. a. SGS Engineering must approve in writing any proposed changes to the conduit or conduit layout. SGS Engineering reserves the right to approve the type of conduit to be used prior to installation. b. Conduits are required for all cables runs. Each utility shall furnish and install the number and type of conductors/cables within each individual conduit. c. The conduits as well as all associated components (terminal adaptors, couplings, sweeps, etc.) shall be furnished and installed by the Contractor. CONDUIT INSTALLATION 1. The contractor shall ensure throughout the duration of the project all conduits remain free from obstruction and debris. 2. Conduit shall be run in a straight and level path wherever possible, as specified by drawings. The only abrupt changes in conduit direction (elevation or sideways) shall be to circumnavigate obstruction by pre-existing conditions, or to accommodate entrance into pullboxes/handholes for each individual company. Exceptions will be made for bends at pad mounted equipment, pullboxes/hanholes, or manholes. 3. All joints are to be cemented or fused using the material and methodology recommended by the manufacturer. 4. Both ends of each run are to be capped to ensure the conduit remains clean and dry and free from internal debris. The LP&L conduit as well as the Atmos piping shall be covered with a bedding material comprised of cement sand and compacted to 95% as shown on the drawings. 1 1/2 sack flowable backfill shall be used as the backfill material of the trench to the point as required to be the base material for the final surfacing. 6. The conduits shall be properly secured using rebar and tie wire at all locations of conduit spacers to prevent the conduits from floating due to rainfall or backfill material installation. 7. Pull strings (mule tape) shall be installed in all conduits. 8. Contractor will not excavate more than 3 blocks ahead of the concrete and sidewalk installation crew. CONDUIT AND PIPE SPACING 1. Spacers will be utilized wherever possible in order to maintain direction and placement of conduit within the trench. Spacer groups shall be installed following the conduit and spacer manufacture's recommendation for desired distances between spacers or no more than 10' apart along the trench. 2. Spacers shall be GS Industries of Bassett, Ltd. or approved equal. These spacers shall be used throughout the conduits' installation in order to maintain direction, plumb and spacing of conduit. 3. Spacers for Conduits shall be as follows: a. For 6" conduits, spacers shall be Underground Products of Bassett, VA, Product Codes 133-1 and 132-1. b. For 2" and 4" conduits, spacers shall be Underground Products of Bassett, VA, Product Codes 186-1 and 185-1. 4. Atmos Pipe and Valve Installation a. Atmos Energy shall provide all 2"and 4" piping for its requirements. Atmos Energy will also provide the required valves and associated items required for their installation as shown on the drawings. b. Specific Atmos Energy installation requirements included herein shall be strictly adhered to by the contractor. c. The contractor actually performing all of the work on the Atmos Energy facilities shall be an Atmos approved contractor. Pullboxes/Handholes 1. As shown on the drawings the Contractor shall install a group of pullbox/handhole boxes as shown in the plans, at almost every corner and alley, one for each of the communication utilities and the City of Lubbock. The pullbox/handhole boxes shall be 7 ARMORCAST: 24" X 36" X 30" (depth) polymer concrete box and 1 piece cover. Part number A6001974TAPCX30/A6001974HDAPCX30 or approved equal. 2. Conduits will enter the pullbox/handhole from the open bottom. 3. The pullbox/handhole boxes will be placed such that the top cover plate shall be level with the concrete pedestrian sidewalk. 4. Each pullbox/handhole shall have a cover which identifies the primary contents therein, and shall be cast with one of the following identifiers: "AT&T", "NTS", "Sudden Link", "City of Lubbock", "Lubbock Power & Light", Plateau, and "Poka Lambro" 5. The pullbox/handholes will be located by the Engineer. Manholes AT&T manholes will be installed generally where indicated on the drawings. The actual locations of the manholes will be provided by the Engineer. The manholes shall be furnished by the contractor for AT&T as required. Manholes shall generally be located in the designated green areas. Each manhole will be used only by AT&T. The AT&T conduits will move from the main ditch to the green area and back to the main ditch as shown on the drawings to provide access to each manhole. The manhole installation shall be per the detail drawing provided herein. 2. Ultimately the responsibility for accommodating any and all manholes with the appropriate conduits falls on the Contractor. Manholes shall be ARMORCAST: 48" X 96" X 48" (depth) Polymer Concrete Vault Assembly. Part number A6001449APCX48 or approved equal. Lubbock Power & Light (LP&L) 1. LP&L will provide and install any junction box enclosures and switch enclosures required for their service. Those to be installed in this phase of construction are shown on the drawings. The Contractor shall stop the LP&L conduits 10 ft. either side of any switch or enclosure location. LP&L will be responsible for turning up conduits at their locations. 2. The LP&L conduits shall be covered with bedding material comprised of cement sand and compacted to 95% as shown on the drawings. Sidewalk and street crossing replacement Decorative sidewalks and decorative crosswalks at street crossings to be installed using approved pavers and concrete runners as shown in detail detail on sheet C-2. 2. Contractor shall purchase approved brick pavers. 3. Broadway street crossings and brick replacement in streets will utilize original brick pavers. Tree and landscaping replacement 1. Decorative sidewalks and decorative crosswalks at street crossings to be installed using approved pavers and concrete runners as shown in detail detail on sheet C-2. 2. Contractor shall purchase approved brick pavers. 3. Broadway street crossings and brick replacement in streets will utilize original brick pavers. Atmos Energ This project involves the extension of 4" PE IP gas main and installation of 2" PE IP laterals. Atmos will: 1. Provide all materials. 2. Provide a list of special conditions. 3. Administer Lock Out/Tag Out/ Clearance procedures. 4. Provide compaction testing (the first test for each location). 5. Provide inspection- COMPANY may opt to provide inspection through a third party. 6. All pipe and fittings will be picked up at Atmos warehouse in Lubbock by CONTRACTOR unless specifically noted. Contractor will: 1. Ensure that he or his subcontractor is certified with Atmos and such certification shall be provided to the City of Lubbock. 2. Obtain all construction permits prior to construction. 3. Provide necessary supervision, labor and equipment to complete project. 4. Utilize a minimum of 2 each 3 man crews for the complete project. 5. Install the necessary tap fittings (tees, weldolets, threadolets, etc.). 6. Verify all locate wire is traceable prior to backfilling. 7. Perform all piping construction in accordance with the requirement of DOT CFR 49 Part 192, "Transportation of natural and other gas by pipeline; Minimum Federal Safety Standards" as administered by the Railroad Commission of Texas. 8. Be required to complete the Operator Qualification Personnel Survey. CONTRACTOR'S personnel must have proper Operator Qualification certification before award of project and maintain certification throughout the term of the project. CONTRACTOR will adhere to the West Texas Division Contractor Provisions for Compliance with Operator Qualification Rule. 9. Have an approved competent person on the job site at all times. The competent person(s) will be identified to the COMPANY at the pre -construction meeting. 10. Be responsible for completing the tapping and stoppling of any stopple fittings that will be installed. COMPANY must approve any third party service providers prior to performing any work. 10 11. Require each welder to keep their Operator Qualification Records on their person for the duration of the project. 12. Ensure that pipe abandoned in place is purged with air, checked with a CGI, & plates welded on each end or other method to cause closure of pipe ends.. 13. Install Safety fence around all open ditches in addition to parking equipment around bell holes whenever site is left unsupervised. 14. Provide flowable backfill and/or compaction as required by City of Lubbock. 15. Use specified backfill material directly around the pipeline. Backfill must provide firm support under the pipe. 16. Return any unused pipe and fittings to appropriate Atmos service center. 17. Provide a secure staging area for equipment and material. 18. Ensure Atmos personnel are notified 48 hours prior to exposing any Atmos active pipeline. Atmos personnel have the option to be on site during this excavation. 19. Be solely responsible for all paperwork including maps, test charts, & any other documentation required per Atmos closing packet. 20. Ensure that all pipe and fittings will be picked up at Lubbock warehouse by CONTRACTOR unless specifically noted. Other information: 1. Main and services are part of a 601b MAOP system and are to be subjected to a 1201b not to exceed 1301b proof pressure test with signed chart. 2. All work shall be performed in accordance with the Atmos Energy Contractor Construction Manual and the Atmos Energy Contractor Visitor Safety Manual. Both documents are available through ISNetworld Atmos Energy Bulletin Board. 3. All work shall be performed in accordance with the Code of Federal Regulations Part 192 Pipeline Safety Rules and all other applicable rules and regulations. 4. All existing piping will remain pressurized and in service until it is time to make the final tie-ins. 5. All cuts made on existing pipeline facilities are to be made by "cold cut" method and not "torch cut". 6. This pipeline facility is a pressurized gas I.P. line that normally operates at about 50 PSIG. 11 7. The cost of any repairs, cut outs, or extra testing caused by repairs, shall be borne by CONTRACTOR. 8. COMPANY shall be notified immediately if CONTRACTOR notices any materials that do not appear to match what was specified in the Engineering Requisitions. 9. The CONTRACTOR shall be solely responsible for all materials after custody has been transferred to him. Any materials damaged or lost after transfer to CONTRACTOR shall be replaced at CONTRACTOR'S expense. 10. If piping does not pass the strength test then the CONTRACTOR will locate the leak, repair the defect and re -test. This will be at the CONTRACTOR'S expense unless the failure is caused by a material defect. 11. The following items must be considered prior to pressurizing pipe for test: a. Material must be defect free including excessive wear. b. All fittings must be designed for the maximum pressures. c. CONTRACTOR must ensure that all threaded fittings are tightened properly prior to pressurizing pipe. 12 Bid Unit Description - Conduit System Pullbox/Handhole Purchase — Includes purchasing for pullbox/handhole and factory labeled for each utility as shown in specifications. (bid per pullbox/handhole) Pullbox/Handhole Installation — Includes excavation and installation of the pullbox/handholes as described in bid items #72 to connect the standard trench profile sections to pullbox/handholes at block corners and other locations. Conduits do not extend beyond the limits defined by the corner outline as shown on the drawings. (bid per pullbox/handhole) Manhole Purchase — Includes purchasing the manhole and factory labeled AT&T as shown in specifications. (bid per manhole) Manhole —Includes excavation and installation described in bid item #71. (bid per manhole) Atmos — Includes the installation only of equipment furnished by Atmos. Tapping of an existing main is included as well as the installation of taps and valves in the new system. The installation of the Atmos piping is included in the Trench Profile bid units. (bid per tap, valve, etc.) Trench Profile — Includes installation. The Trench Profile sections are defined as those sections that maintain the defined trench dimensions, sizes, and quantities. The Trench Profile sections end adjacent to the Pullbox/Handhole Configurations which define the conduit and piping at the corner of each block. (bid per foot of trench) Trench Excavation and Trench Excavation in Rock —Includes all excavation with the exception of Manholes and Pullboxws/handholes Conduit and Sweeps Purchase— Includes purchasing the conduits and sweeps in various colors and sizes as shown in specifications. Repair and replace surface infrastructure. 13 A 02• J 0 -Ctn[R CONCRETT TOP %'IF'N SPREAEER (3I) I OT- — 9V 45` SR1, MpR4MG 7 LIT I PIN 1 P7LrilER RCI IE)r" CCKREIE A CCVWER N9n-Step SI rka A O Sv .01 TTTT 50 3/+ uRUCRC►ST " 9 LOW ® STEEL REAW 12z) 32 3/4' _ HOG op 5TEEL 3- FRAME rLaAnRa NLi PCLYPAER CCNCRETE COVER LO DOM U 9 LOCATM BEAM XJ 54 Ifi' 1/4- Hill iiii iiii ill iiii iiii iiii iii 11 IIII IIII IIII III IIII IIII iiii iii LtfiIXG ,��� IIII II II II II I II II II IIII i i II i B0.r(�xj IIII IIII IIII III IIII IIII li it III li it li it I I IIII li it li i IIII IIII II I� III IIII IIII IIII � III I 89 t/a' 94' SM ICN A -A 114491AG-1449APCX48-M.dwa 1911312006 7:23:26 AM SECTION 9-B te�ei i �uc5 mom+. w POLYMER come Y"E 4AULf x 43- POLYMER CONCREIE VAULT ASSEIAELi s� A 141449 PPCX4 OPEN BASE 0 -Ctn[R CONCRETT TOP %'IF'N SPREAEER (3I) I OT- — 9V 45` SR1, MpR4MG 7 LIT I PIN 1 P7LrilER RCI IE)r" CCKREIE A CCVWER N9n-Step SI rka A O Sv .01 TTTT 50 3/+ uRUCRC►ST " 9 LOW ® STEEL REAW 12z) 32 3/4' _ HOG op 5TEEL 3- FRAME rLaAnRa NLi PCLYPAER CCNCRETE COVER LO DOM U 9 LOCATM BEAM XJ 54 Ifi' 1/4- Hill iiii iiii ill iiii iiii iiii iii 11 IIII IIII IIII III IIII IIII iiii iii LtfiIXG ,��� IIII II II II II I II II II IIII i i II i B0.r(�xj IIII IIII IIII III IIII IIII li it III li it li it I I IIII li it li i IIII IIII II I� III IIII IIII IIII � III I 89 t/a' 94' SM ICN A -A 114491AG-1449APCX48-M.dwa 1911312006 7:23:26 AM SECTION 9-B te�ei i �uc5 mom+. w POLYMER come Y"E 4AULf x 43- POLYMER CONCREIE VAULT ASSEIAELi s� A 141449 PPCX4 OPEN BASE A 2411 x 3611 BOX ASSEMBLY Al�l4y�� STraHDARD DIMEHION AIR MOR CAST .. UCTS COM PAN Y POLYMERCONCRETE A600074 LISTED B rxUf ilxC H PLAN VIF W 26 1 24 1 22 1 f2'� , I I 3' T � . I I� 24' 1 PIECE 00WER ::OLYM__R CONCR=TE COVF R �} r.1.I- 35 1 /a. 35 7 f5• ;3FrE.i/4" t,2'n1a. SECrON A —A. SECTION 13-13 srmru .l-N I-1 SEE Cr•AU . rrrrroaat Prcduote CoTpaW rEsauea n,e riol. Ib upd�iu ur -,.S rF.000C 15 LI5— --G APPLI1.ULE LIL &s n rum prrdi.ri inr- -otinr atngy trrr: wjhhAe n? 7g 3Twams AND =t UIRAIENTS E'' J_ 11 41 15 4" x 36" BOX ASSEMBLY 16" to 4211 DEPTHS Illl�'Jl'1 I � ��K11L'Eli�i� I � AMEN 974 pL2 dl ig 2 1'1tL'E Enl:;t _ WR04G UiYIQ? E!, IeGO - ME!,S'KD91d SCL -- — - — — SLP30iY' WAU VWJ£ JR 241 - - '•,AWFk Ch1"kFT= L9!+ER 'd1TH M1Cr1 SW S:R-bE 151ECIFY t .i fs D'F I_ ISEE LHJjj i9'_L�6w7 I �4l'ri+ER tAtXRUZ: -7-M A M OS ia. CE COVER 24"W x "L BOA[ Box .6GDm AWEMBLIES 36'x12" swiflr oeplteG 621ovv 10K a 7751674r�DMN.2 7I!alb$. 6 mm nbl 3a'x 17' 7gk 15 i 2% rYW1971-APaV 2?x€Cr719T4I t]!^PCrP 257:bs. B hex&Cmr A99elYtrrf 38"x1.9" 19K 6 Pzcolpj*-x-d 2311hs. 2B31bs_ 4 4 Aii` x 1 H, P24' PriK l h ; 2P AEOC1974TA'CX18.'Ay6C61 A?411DAPCMa am & Cover rnbl W' x 24" 12K ! .9 2eK 15 i 22 A t013r4AK'.WL AC0319:4-APC%241 A'-MlA74H-iOPW`C4 2F11M. 2AJI W' x 24' 33Me. 2 kK &CvM AmrnNy 2b' x38' x 36•' 24' x 36' z 3C' itK I A 20K 115 i 22 Aeitu19r4Aryx v'j W21b9. 2 .dui] 1974rAP-'xAG: AaWiQuH. PC;W 9&l Lhe. 2 Boa$ Cover 2d' Aaff, x W 10K a Mti11!�i4AW'.X36 326Iba. 2 Assem* 2=' x 26' x 36" 2bK E 16122 W7 bii 2 Bw&Dover 2b'x38"x42" 10K 8 A6tblLr, PC:H4a 9691bs. 2 blF Wx36' x 22" 2fK 15122 AID019:4TAPC'.x47;A9WlF-41 Q- 42 431 1ba. 2.. COMPONENTS ROWIPAL SIZE LIDAD ANSI AMU. PALLET UPlacemenl 24" x 3d"-' pc. lUK 6 , 6301975 l5Ibs. 21? COWS 24' x 26' - 1 c- 20K 15 f 0 _ M.bal 9; nT r Aml)i u ebHL: 157 iss. 33 lCepleaemeN CUverB 21" x 3F"- 2pc_ WK 24"3; 36' - 2 PC. 50k 8 A6301979 ys Ilr- a-p 15 1 22 A6DJ1978T.'P6L01@7eHD �2 rr- Req.1 54 bs. 21) Repla monk Boxes N'x96'x12" 1D{+snk 2.1' x 36' x 1V' I ILDe; 20K 22 22 AED3'9?4P-,Li2 1t46s. 9 12G ke. 1 AE03'9?•1}CX1w 21' X28-X2-1" 144+2AK 22 AED3'9?& D 24 IV1.xs. a 21' x S6' x 30' IN + 2AK 22 AE63-04?cC3: AEO]-9?4, D" -' 2 21' x S9' x W 10d 120K 22 JOcl Iris- 2 v.1' x'Jr x ar' 1 nK r v0k v 27e 1. 2 t Boxes ere Open Bolcom and Smekabla oleo evmlleule MM Sold 1 oauorn& THIS aR; _ur iS I I.'; -3 Tu 1°rLIG4EI-E UL 4 For elaee rent shown pleese cunw Armmmi t ProduM for more InWrnia6un_ 51 AWPOUS AiT Rr_I.1IRMEWS lr uL 40 Pullbox/Handhole 16 SPECIFY: ARMORCAST A6001974TAPCX30/A6001974HDAPCX30 or Approved equal Thee C,'rar�ev the sre ml tree Pales rar The IYnvrr..}.wn Pul+ir. inil..Wp..).P...& Tau n: FAu I�i:n Ii kill 9. ctk: c� %5a Ma*a V iuequal; *;uv iI Lin w 006-110-ra �: ioeh shim nr_: ialn. ;lr qua. as r{Ta-.xd M- tx 171rwar a-Flanr:n,, 11"N 1`40-if, TL irax frt +"vim f{ ~ �mfI1IiP .T Ba"tawn PuWw fni mLecnwts Dc5w Stamftrds 07ck VarA'rcc Ulft Sit .yJ 14 17 EXHIBIT "A" Downtown Redevelopement Phase III Conduit, Sweeps, and Pullbox Quantities Item Phase III Red 6" Conduit 12,130 ft Red 4" Conduit 20,640 ft Black 4" Conduit 6,085 ft LP&L Fiber Pullbox 8 ea Purple 4" Conduit 18,480 ft Purple 2" Conduit 1,520 ft City of Lubbock Pullbox 40 ea Blue 4" Conduit 15,375 ft Blue 2" Conduit 2,900 ft Suddenlink Pullbox 40 ea Green 4" Conduit 15,375 ft Green 2" Conduit 2,900 ft NITS Pull box 40 ea Conduit 30,30f ;e 2" Conduit 9,36, 4'x8' Manhole ' Pink 4" Conduits 1_ Plateau/Poka Lambro Pullbox 8 Gray 4" Conduits 2,785 ft Rhii 4 ea 4" Schedule 40 PVC for Pullbox Stub up 2,504 ft 2" Schedule 40 PVC for Pullbox Stub up 6,648 ft 6" PVC 90 Degree Sweep 4 ea 6" PVC 45 Degree Sweep 8 ea 4" PVC 90 Degree Sweep 864 ea 4" PVC 45 Degree Sweep 76 ea 2" PVC 90 Degree Sweep 292 ea 2" PVC 45 Degree Sweep 8 ea 6" Coupling 8 ea 4" Coupling 1,880 ea 2" Coupling 600 ea 6" 2 Way Spacers 606 ea 4" 3 Way Spacers 2,650 ea 2" 3 Way Spacers 400 ea 6" Conduit Plug 8 ea 4" Conduit Plug 864 ea 2" Conduit Plug 76 ea Brick Sidewalk Pavers 44,865 ea Brick Crosswalk Pavers 24,000 ea 18 19 19 Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR. Page is too large to OCR.