HomeMy WebLinkAboutResolution - 2021-R0082 - Contract 15725 with Barricades Unlimited 3.9.2021Resolution No. 2021-R0082
Item No. 7.8
March 9, 2021
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Service Contract No. 15725 for pavement marking
and striping removal as per ITB 21-15725-CM, by and between the City of Lubbock and
Barricades Unlimited, of Lubbock, Texas, and related documents. Said Contract is attached
hereto and incorporated in this resolution as if fully set forth herein and shall be included in
the minutes of the City Council.
Passed by the City Council on March 9, 2021
DANIEL M. POPE, MAYOR
ATTEST:
Rebe ca Garza, City Secr to
APPROVED AS TO CONTENT:
�-Q .111
Jes ern, Assistant City Manager
APPROVED AS TO FORM:
M *"�c
.,Ili Leisure, Assistant City Attorney
ccdocs/RES.Contract 15725 Pavement marking and striping removal
February 22, 2021
Resolution No. 2021-R0082
Contract 15725
City of Lubbock, TX
Contract for
Pavement Marking and Striping Removal
THIS CONTRACT made and entered into this 9th day of March 2021, by and between the City of
Lubbock ("City"), and Barricades Unlimited, ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids for Pavement Marking and Striping Removal and
bids were received and duly opened as required by law; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City authorized the execution,
in the name of the City a contract with said Contractor covering said services for Pavement Marking and Striping
Removal.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the financial
consideration hereinafter referred to, the parties hereby covenant and agree as follows:
1. In accordance with City's specifications and Contractor's bid, copies of which are attached hereto and made
part hereof, Contractor will deliver to the City, Pavement Marking and Striping Removal services and more
specifically referred to as Items one (1) through seven (7) on the bid submitted by the Contractor or in the
specifications attached hereto.
2. The City promises and agrees to employ, and does employ, the Contractor to cause to be done the work
provided for in this Contract and to complete and finish the same according to the attached specifications,
offer, and terms and conditions contained herein.
The contract shall be for a term of one (1) year, with the option of two (2), one (1) year extensions, said date
of term beginning upon formal approval. All stated annual quantities are approximations of usage during the
time period to be covered by pricing established by this bid. Actual usage may be more or less. Order quantities
will be determined by actual need. The City of Lubbock does not guarantee any specific amount of
compensation, volume, minimum, or maximum amount of services under this bid and resulting contract. The
Contractor must maintain the insurance coverage required during the term of this contract including any
extensions. It is the responsibility of the Contractor to ensure that valid insurance is on file with the Purchasing
and Contract Management Department as required by contract or contract may be terminated for non-
compliance.
4. Prices quoted shall be set for a period for one (1) year, said date of term beginning upon City Council date of
formal approval. The rate may be adjusted upward or downward at this time at a percentage not to exceed the
effective change in Consumer Price Index (CPI) or Product Price Index (PPI), which ever is most appropriate
for the specific contract for the previous 12-months at the City's discretion, the effective change rate shall be
based on either the local or national index average rate for all items. If agreement cannot be reached, the
contract is terminated at the end of the current contract period.
5. This contract shall remain in effect until the first of the following occurs: (1) the expiration date, (2)
performance of services ordered, or (3) termination of by either party with a 30 day written notice. The City of
Lubbock reserves the right to award the canceled contract to the next lowest and best bidder as it deems to be
in the best interest of the city.
6. Contractor shall at all times be an independent contractor and not an agent or representative of City with regard
to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or
representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking
for or on behalf of City.
7. Insurance Requirements
SECTION A. Prior to the approval of this contract by the City, the Contractor shall furnish a completed Insurance
Certificate to the City, which shall be completed by an agent authorized to bind the named underwriter(s) to the
coverages, limits, and termination provisions shown thereon, and which shall furnish and contain all required
information referenced or indicated thereon. THE CITY SHALL HAVE NO DUTY TO PAY OR PERFORM UNDER
THIS CONTRACT UNTIL SUCH CERTIFICATE SHALL HAVE BEEN DELIVERED TO THE CITY.
SECTION B. The City reserves the right to review the insurance requirements of this section during the effective
period of the contract and to require adjustment of insurance coverages and their limits when deemed necessary and
prudent by the City based upon changes in statutory law, court decisions, or the claims history of the industry as well
as the Contractor.
SECTION C. Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are approved by
the City, the Contractor shall obtain and maintain in full force and effect for the duration of this contract, and any
extension hereof, at Contractor's sole expense, insurance coverage written by companies approved by the State of Texas
ana acceptable to ttie city, in the tonowtniz type(s) ana
TYPE OF INSURANCE
GENERAL LIABILITY
® Commercial General Liability
❑ Claims Made ® Occurrence
® W/Heavy Equipment ® XCU
® To Include Products of Complete Operation Endorsements
SIONAL LIABILITY
C
AUTOMOTIVE LIABILITY
® Any Auto
❑ Scheduled Autos
❑ Non -Owned Autos
❑ All Owned Autos
❑ Hired Autos
COMBINED SINGLE LIMIT
General Aggregate $1,000,000
Products-Comp/Op AGG X
Personal & Adv. Injury X
Contractual Liability X
Fire Damage (Any one Fire)
Med Exp (Any one Person) X
General Aggregate
Per Occurrence $1,000,000
EXCESS LIABILITY
® Umbrella Form Each Occurrence $4,000,000
Aggregate
GARAGE LIABILITY
❑ Any Auto Auto Only - Each Accident
❑ Other than Auto Only:
Each Accident
Aggregate
❑ BUILDER'S RISK ❑ 100% of the Total Contract Price
❑ INSTALLATION FLOATER ❑ 100% of the Total Material Costs
❑ CARGO
® WORKERS COMPENSATION STATUTORY AMOUNTS OR
OCCUPATIONAL MEDICAL AND DISABILITY
® EMPLOYERS' LIABILITY $1,000,000
JOTHER: COPIES OF ENDOSEMENTS ARE REQUIRED
® City of Lubbock named as additional insured on Auto/General Liability on a primary and non-contributory bases.
® To include products of completed operations endorsement.
® Waiver of subrogation in favor of the City of Lubbock on all coverages, except
IMPORTANT: POLICY ENDORSEMENTS
The Contractor will provide copies of the policies without expense, to the City and all endorsements thereto
and may make any reasonable request for deletion, revision, or modification of particular policy terms,
conditions, limitations, or exclusions (except where policy provisions are established by law or regulation
binding upon either of the parties hereto or the underwriter of any of such policies). Upon such request by the
City, the Contractor shall exercise reasonable efforts to accomplish such changes in policy coverages, and shall pay
the cost thereof. Any costs will be paid by the Contractor.
REQUIRED PROVISIONS
The Contractor agrees that with respect to the above required insurance, all insurance contracts and certificate(s) of
insurance will contain and state, in writing, on the certificate or its attachment, the following required provisions:
a. Name the City of Lubbock and its officers, employees, and elected representatives as additional insureds, (as
the interest of each insured may appear) as to all applicable coverage;
b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change;
c. Provide for notice to the City at the address shown below by registered mail;
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees, and elected
representatives for injuries, including death, property damage, or any other loss to the extent same may be
covered by the proceeds of insurance;
e. Provide that all provisions of this contract concerning liability, duty, and standard of care together with the
indemnification provision, shall be underwritten by contractual liability coverage sufficient to include such
obligations within applicable policies.
NOTICES
The Contractor shall notify the City in the event of any change in coverage and shall give such notices not less than 30
days prior the change, which notice must be accompanied by a replacement CERTIFICATE OF INSURANCE.
All notices shall be given to the City at the following address:
Marta Alvarez, Director of Purchasing & Contract Management
City of Lubbock
1314 Avenue K, Floor 9
Lubbock, Texas 79401
SECTION D. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the Contractor
shall not relieve the Contractor of full responsibility or liability for damages and accidents as set forth in the contract
documents. Neither shall the bankruptcy, insolvency, or denial of liability by the insurance company exonerate the
Contractor from liability.
8. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or interests accruing
from this Contract without the written consent of the other.
9. 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.
10. At any time during the term of the contract, or thereafter, the City, or a duly authorized audit representative of
the City or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's
records and books relevant to all services provided to the City under this Contract. In the event such an audit
by the City reveals any errors or overpayments by the City, Contractor shall refund the City the full amount of
such overpayments within 30 days of such audit findings, or the City, at its option, reserves the right to deduct
such amounts owing the City from any payments due Contractor.
11. 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 Contractor on 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.
12. The Contractor shall not assign or sublet the contract, or any portion of the contract, without written consent
from the Director of Purchasing and Contract Management. Should consent be given, the Contractor shall
insure the Subcontractor or shall provide proof on insurance from the Subcontractor that complies with all
contract Insurance requirements.
13. Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands,
and will be in full compliance with all terms and conditions and the descriptive material contained herein and
any additional associated documents and Amendments. The City disclaims any terms and conditions provided
by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and
conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein
shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any
prior conflicting terms shall be of no force or effect.
14. TEXAS GOVERNMENT CODE SECTION 2252.152
The Contractor (i) does not engage in business with Iran, Sudan or any foreign terrorist organization and (ii)
it is not listed by the Texas Comptroller under Section 2252.153, Texas Government Code, as a company
known to have contracts with or provide supplies or services to a foreign terrorist organization. As used in
the immediately preceding sentence, "foreign terrorist organization" shall have the meaning given such
term in Section 2252.151, Texas Government Code.
15. TEXAS PUBLIC INFORMATION ACT
The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and
the contractor or vendor agrees that the contract can be terminated if the contractor or vendor
knowingly or intentionally fails to comply with a requirement of that subchapter.
To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to:
(1) preserve all contracting information related to the contact as provided by the records retention requirements
applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental
body any contracting information related to the contract that is in the custody or possession of the entity on
request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the
governmental body all contracting information related to the contract that is in the custody or possession of the
entity; or (B) preserve the contracting information related to the contract as provided by the records retention
requirements applicable to the governmental body.
16. TEXAS GOVERNMENT CODE SECTION 2271.002
The Contractor warrants that it complies with Chapter 2271.002 of the Texas Government Code by verifying
that:
(1) The Contractor does not boycott Israel; and
(2) The Contractor will not boycott Israel during the term of the Agreement.
Pursuant to Section 2271.002, Texas Government Code:
1. `Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise
taking any action that is intended to penalize, inflict economic harm on, or limit commercial
relations specifically with Israel, or with a person or entity doing business in Israel or in an
Israeli -controlled territory, but does not include an action made for ordinary business
purposes; and
2. "Company " means a for profit sole proprietorship, organization, association, corporation,
partnership, joint venture, limited partnership, limited liability partnership, or any limited
liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent
company or affiliate of those entities or business associations that exist to make a profit.
17. CONFIDENTIALITY
The Contractor shall retain all information received from or concerning the City and the City's business in
strictest confidence and shall not reveal such information to third parties without prior written consent of the
City, unless otherwise required by law.
18. INDEMNITY
The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents,
and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or
description, including without limiting the generality of the foregoing, all expenses of litigation, court costs,
and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any
person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the
Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions
under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided
herein shall survive the expiration or termination of this agreement.
19. This Contract consists of the following documents set forth herein; Invitation to Bid No. 21-15725-CM,
Specifications, and the Bid Form.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first above
written. Executed in triplicate.
CITY OF LUBB K
Daniel M. Pope, Mayor
ATTEST:
ebe ca Garza, City Secretary
APPROVED AS TO CONTENT:
Traffic Operations
Name (Printed) Da /
4elli&sure,Assistanto
O FRM:City Attorney
CONTRACTOR
BY� ��-
Authorized Representative
T:> Pto , r> C2�w 5
Print Name
zOO Z G100% .u. IZA
Address
L" 66 o c.1- o 76 '754 Zy
City, State, Zip Code
City of Lubbock, TX
Purchasing and Contract Management
ITB 21-15725-CM
Pavement Marking and Striping Removal
Specifications
Scope:
1. PAVEMENT MARKINGS
REMOVAL: All existing pavement markings shall be obliterated before the installation of
new pavement markings. Water or sand blasting are recommended methods for removing
existing pavement markings from brick pavement material. The removal process shall not
significantly damage any pavement material. The Engineer or his designee may stop work
at any time if surface damage is deemed unacceptable.
2. TRAFFIC CONTROL
2A. SPECIFICATIONS: All traffic control must comply with the 2011 Texas Manual on
Uniform Traffic Control Devices, Revision 2. Contractor is responsible for planning traffic
control phases. Contractor is responsible for all traffic control devices and personnel. A
City of Lubbock Barricade Permit is required before work begins. Contact Traffic
Operations at 806-775-2132 for permit.
211. NO ROAD CLOSURES: At no time shall the roadway be closed to through traffic in
either direction of travel, however, short-term stoppages are acceptable.
2C. PARKING AND PROPERTY ACCESS: If on -street parking must be prohibited to
perform work, the City of Lubbock Traffic Operations office and any adjacent properties
must be contacted 24-hours in advance. Access to adjacent properties must be maintained at
all times except during pavement marking cure time.
BID FORM
City of Lubbock, TX
Purchasing and Contract Management
Pavement Marking and Striping Removal
ITB No. 21-15725-CM
In compliance with the Invitation to Bid 21.15725-CM, the undersigned Bidder having examined the invitation to Bid and
Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material,
equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations
and for the prices set forth on this form. A bid will be subject to being considered irregular and may be rejected if it shows
omissions, alterations of form, conditional alternate bids, additions or alternates in lieu of the items specified, if the unit
prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. The
Invitation to Bid 21-15725-CM is by reference incorporated in this contract. The Bid Form must be completed in blue or
black ink or by typewriter.
ITEM
QTY
(+ -)
UOM
DESCRIPTION
UNIT PRICE .
(b)
EXTENDED
COST
** Delivery
days ARO
(a)
a x b)
1
875
LF
Remove 4 inch (Solid White)
D . po
1 -700•vv
2
7.630
LF
Remove 4 Inch (Solid White) —
Parking
jl
3
8,148
LF
Remove 4 Inch (Broken White)
sw,5/0
4
6,369
LF
Remove 4 Inch (Double Yellow)
/ fib
l� �yo •yv
5
2,342
LF
Remove 8 inch (Solid White)
aye - Zo
6
843
LF
Remove 4 Inch (Solid White) — Lane
Drop,
pO
r� Ley 4/o
7
608
LF
Remove 24 Inch (Solid White)
/• Go
�! ql op
Total (Items 1- 7)
S 'J/j �'PZ • S/o
*PRICE- F.O.B. Destination, Freight Pre -Paid and Allowed "Days After Receipt of Order (ARO)
Unless otherwise specified herein, the City may award the bid either item -by —item or on an all -or -none basis for any
item or group of Items shown on the bid.
The City of Lubbock is seeking a contract for with one or more contractors. In order to assure adequate coverage. the
City may make multiple awards, selecting multiple vendors to provide the products desired, if multiple awards are in
the best interest of the City. A decision to make a multiple award of this Bid, however, is an option reserved by the
City, based on the needs of the City.
PAYMENT TERMS AND DISCOUNTS -Bidder offers a prompt payment discount of %, net —calendar days
Discounts will not be considered in determining low bid. Unless otherwise indicated 6n the Bid Form, payment terms will
be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or
after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City
within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date
of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event
occurs later. Discounts for payment in less than ten days will not be considered.
MOST FAVORED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone
else. including its most favored customer. for like quality and quantity of the products/services; does not include an element
of profit on the sale in excess of that normally obtained by the Bidder on the sate of productstservices of like quality and
quantity; and does not include any provision for discounts to selling agents. If at any time during the contract period, the
supplier should sell or offer for sale to any other customer, an equal or less quantity of similar contract products of like or
better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same product(s) at the
lower price(s) on all deliveries made during the period in which such lower price(s) is effective.
1NTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the
State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as
provided for by the interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at
the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if
he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other
governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions,
specifications, and pricing would apply?
Other governmental entities that might have interests in this contract are Frenship Independent School District,
Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School
District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal
Power Agency, Lynn County, and City of Wolfforth.
YES t�-' NO
• If you (the bidder) checked YES, the following will apply:
• Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be
eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation.
All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental
entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental
entity's debts. Each governmental entity will order their own materials/service as needed
THIS BID IS SUBMITTED BY &(T%0 JCS Udttl&t a corporation organized under the laws of the State of
TerCa.S , or a partnership consisting of or individual trading as
of the City of
Firm: Agri_ ca')e-,s (M ( i M jr�
Address: Z06 aL C t U :.S 9j City: L-LAbo!L L State: .rX zip NC__
Bidder acknowledges receipt of the following addenda -
Addenda No. Addenda No. Addenda No. Addenda No.
Date Date Date Date
MnVBE
Hisoanie American
Black
B) ---"__::�P e__ � Date Z " �%' Zo Z 1
f rnhori.ed Representative mtlsst sign by (rand ,,
Officer Name and Title: 1 �Pl V % C> Crzx-r u S Coo
Please Print
Business Telephone Number 806 - ! / sao FAX:
E-mail Address: Dt' WSJ0k3e4T, L4ail ij M t'�t'.)� Cent
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm Individual:
Date of Award by City Council (for bids over S50.000): 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.
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1of1
Complete Nos. 1- 4 and 6 If there are interested parties.
OFFICE USE ONLY
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
2021-725518
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Barricades Unlimited
lbbock, TX United States
Date Filed:
03/10/2021
2
Name of govermnental entity or state agency that Is a party to the contract for which ft form Is
being filed.
City of Lubbock
Date Acknowledged:
g
Provide the Identification number used by the governmental entity or state agency to track or Identify tits contract, and provide a
description of the services, goods, or other property to be provided under the contract.
15725
Pavement Marking and Striping Remove)
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
5
Check only If there Is NO Interested Party.
X
8
UNSWORN DECLARATION
�—, !
.
My address is CL C �ou i 1
(street) (CRY) (state) (zip code) (country)
I declare under penalty ofthat the foregoing is true and correct. ( ( t1
`perjury
Executed in V County, State of on the �ay of M�z�, ZO.
(month) (year)
Signature of uthorized agent acting business entity
(Dedarant)
corms provtoea oy t exas units t,;ommtsston www.etntcs.state.tx.us Version V1.i.ceffd98a
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
Complete Nos. 1 - 4 and 6 if there are interested parties.
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2021-725518
Date Filed:
03/10/2021
Date Acknowledged:
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Barricades Unlimited
lubbock, TX United States
2
Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
g
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
15725
Pavement Marking and Striping Removal
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
5
Check only if there is NO Interested Party. ❑
X
6
UNSWORN DECLARATION
My name is and my date of birth is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of on the day of , 20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a
Cheryl Brock
Changed On Description Before After Current Balance Cost of Good/Services Additional Info
01/12/2021
Cost Center/Project No @ Ri 8258.9244.30000
01/12/2021
Approved User ID
[none]
01/12/2021
Completed
No
01/12/2021
Complete Date
[none]
01/12/2021
Item Review Status ID
Under Review
01/12/2021
Passed
No
01/12/2021
StatusChangedDate
[none]
EnerGov Service
Changed On Description
01/11/2021 GeoRulesSubmittal
01/11/2021 End Date
01/11/2021
Workflow Status
01/11/2021
Workflow Status
01/11/2021
Workflow Status
01/11/2021
Plan Submittal added
01/11/2021
Start Date
01/11/2021
Workflow Status
01/11/2021
Plan Submittal added
01/11/2021
Start Date
01/11/2021
Workflow Status
01/11/2021
Plan workflow status change.
01/11/2021
Plan workflow status change,
01/11/2021
Plan workflow status change.
01/11/2021
Workflow Status
01/12/2021
Completed
01/12/2021
Complete Date
01/12/2021
Completed
01/12/2021
Submittal Status ID
Before
[none]
[none]
Started
Started
Not Started
8659.9244.30000
Brock, Cheryl
Yes
1/12/2021
Approved
Yes
1/12/2021
After
da60b349-67d0-4e40-9c4a-628577bdf8b
0
1/11/2021
Passed
Passed
Started
[none]
1/11/2021
Not Started
Started
[none]
1/11/2021
Not Started
Started
Started
No
[none]
No
Under Review
Initial Internal Review by Purchasing v.1
Approved
Department Head v.1 Auto Received:
Assistant City Manager/CFO v.1 Auto
Received:
Passed
Yes
1/12/2021
Yes
Approved
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
$400,000.00
$49,000.00
Item Review (Budget Director)
$400,000.00
$49,000.00
Item Review (Budget Director)
$400,000.00
$49,000.00
Item Review (Budget Director)
$400,000.00
$49,000.00
Item Review (Budget Director)
$400,000.00
$49,000.00
Item Review (Budget Director)
$400,000.00
$49,000.00
Item Review (Budget Director)
Current Balance
Cost of Good/Services
Additional Info
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
$400,000.00
$49,000.00
Plan workflow step text: (Initial Internal
Review by Purchasing)
$400,000.00
$49,000.00
Plan workflow step text: (Initial Internal
Review by Purchasing)
$400,000.00
$49,000.00
Plan workflow step action text:
(Completeness Check)
$400,000.00
$49,000.00
Plan workflow step text: (Initial Approvals)
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
$400,000.00
$49,000.00
Plan workflow step action text: (Assistant City
Manager/CFO)
$400,000.00
$49,000.00
Plan workflow step action text: (Assistant City
Manager/CFO)
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
$400,000.00
$49,000.00
Plan workflow step action text: (Department
Head)
$400,000.00
$49,000.00
Plan workflow step action text: (Department
Head)
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
$400,000.00
$49,000.00
Plan workflow step action text: (Assistant City
Manager/CFO)
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
February 24, 2021 Page 1 of 6
01/12/2021
Workflow Status
Started
Passed
$400,000.00
$49,000.00
Plan workflow step action text: (Budget
Director)
01/12/2021
Completed
No
Yes
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
01/12/2021
Complete Date
[none]
1/12/2021
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
01/12/2021
Completed
No
Yes
$400,000.00
$49,000.00
Plan submittal text: (1/1112021)
01/12/2021
Submittal Status ID
Under Review
Approved
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
01/12/2021
Workflow Status
Started
Passed
$400,000.00
$49,000.00
Plan workflow step action text: (Department
Head)
01/14/2021
End Date
[none]
1/14/2021
$400,000.00
$49,000.00
Plan workflow step text: (Initial Approvals)
01/14/2021
Workflow Status
Started
Passed
$400,000.00
$49,000.00
Plan workflow step text: (Initial Approvals)
01/14/2021
Completed
No
Yes
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
01/14/2021
Complete Date
[none]
1/14/2021
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
01/14/2021
Completed
No
Yes
$400,000.00
$49.000.00
Plan submittal text: (1/11/2021)
01/14/2021
Submittal Status ID
Under Review
Approved
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
01/14/2021
Workflow Status
Started
Passed
$400,000.00
$49,000,00
Plan workflow step action text: (Risk
Management Coordinator)
01/14/2021
Plan workflow status change-
Initial Approvals v.1 Approved
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
02/23/2021
End Date
[none]
2/23/2021
$400,000.00
$49,000.00
Plan workflow step text., (Final Approvals)
02/23/2021
Workflow Status
Started
Passed
$400,000.00
$49,000.00
Plan workflow step text: (Final Approvals)
02/23/2021
Completed
No
Yes
$400,000.00
$49,000.00
Plan submittal text: (2/23/2021)
02/23/2021
Complete Date
[none]
2/23/2021
$400,000.00
$49,000.00
Plan submittal text: (2/23/2021)
02/23/2021
Completed
No
Yes
$400,000.00
$49,000.00
Plan submittal text: (2/23/2021)
02/23/2021
Submittal Status ID
Under Review
Approved
$400,000.00
$49,000.00
Plan submittal text: (2/23/2021)
02/23/2021
Workflow Status
Started
Passed
$400,000.00
$49,000.00
Plan workflow step action text: (Create Final
Approvals)
02/23/2021
Plan workflow status change,
Final Approvals v.1 Approved
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
James Mullen
Changed On Description
01/14/2021 Assigned User ID
01/19/2021
AssignedTo
02/23/2021
Attachment added
02/23/2021
Attachment added
02/23/2021
End Date
02/23/2021
Workflow Status
02/23/2021
End Date
02/23/2021
Workflow Status
02/23/2021
End Date
Before After
Alvarez, Marta Morrison, Lainey
Alvarez, Marta Mullen, James
[none] 2/23/2021
Not Started Passed
[none] 2/23/2021
Not Started Passed
[none] 2/23/2021
Current Balance Cost of Good/Services Additional Info
$400,000.00
$49,000.00
Plan Submittal Item Review (Risk Management
Coordinator)
$400,000,00
$49,000.00
Plan (PUR-2021-15725)
$400,000.00
$49,000.00
Attachment (BarricadesUnlimited - Client Pack
- 1990472.PDF)
$400,000.00
$49,000.00
Attachment (Contract 15725.pdf)
$400,000.00
$49,000.00
Plan workflow step text: (Completion of
Contract Details)
$400,000.00
$49,000.00
Plan workflow step text: (Completion of
Contract Details)
$400,000.00
$49,000.00
Plan workflow step action text: (Attach
Insurance Information)
$400,000.00
$49,000.00
Plan workflow step action text: (Attach
Insurance Information)
$400,000.00
$49,000.00
Plan workflow step action text: (Upload
Contract)
February 24, 2021 Page 2 of 6
O2123/2021
Workflow Status
Not Started
Passed
$400,000.00
$49,000.00
02/23/2021
Geo Rules Caller Type
None
Submittal —Received
$400,000.00
$49,000.00
02/23/2021
Workflow Status
Not Started
Started
$400,000.00
$49,000.00
02/23/2021
Plan Submittal added
$400,000.00
$49,000.00
02/23/2021
Start Date
[none]
2/23/2021
$400,000.00
$49,000.00
02/23/2021
Workflow Status
Not Started
Started
$400,000.00
$49,000.00
Justin Dickson
Changed On Description
12/30/2020
Plan added
12/30/2020
Attachment added
12/30/2020
Attachment added
01/06/2021
Row 1 added to table Financ
01/06/2021
Row 2 added to table Financ
Lainey Morrison
Before After
Plan workflow step action text: (Upload
Contract)
Plan (PUR-2021-15725)
Plan workflow step text: (Final Approvals)
Plan submittal text: (2/23/2021)
Plan workflow step action text: (Create Final
Approvals)
Plan workflow step action text: (Create Final
Approvals)
Current Balance
Cost of Good/Services
Additional Info
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
$400,000.00
$49,000.00
Attachment (Estimate.pdt)
$400,000.00
$49,000.00
Attachment (Specifications.pdf)
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
Changed On
Description
Before
After
Current Balance
Cost of Good/Services
Additional Info
01/14/2021
Attachment added
$400,000.00
$49,000.00
Attachment (15725 ins req public works.pdf)
01/14/2021
Approved User ID
[none]
Morrison, Lainey
$400,000.00
$49,000.00
Item Review (Risk Management Coordinator)
01/14/2021
Completed
No
Yes
$400,000.00
$49,000.00
Item Review (Risk Management Coordinator)
01/14/2021
Complete Date
[none]
1/14/2021
$400,000.00
$49,000.00
Item Review (Risk Management Coordinator)
01/14/2021
Item Review Status ID
Under Review
Approved
$400,000.00
$49,000.00
Item Review (Risk Management Coordinator)
01/14/2021
Passed
No
Yes
$400,000.00
$49,000.00
Item Review (Risk Management Coordinator)
01/14/2021
StatusChangedDate
[none]
1/14/2021
$400,000.00
$49,000.00
Item Review (Risk Management Coordinator)
02/23/2021
Approved User ID
[none]
Morrison, Lainey
$400,000.00
$49,000.00
Item Review (Risk Management Coordinator)
02/23/2021
Completed
No
Yes
$400,000.00
$49,000.00
Item Review (Risk Management Coordinator)
02/23/2021
Complete Date
[none]
2/23/2021
$400,000.00
$49,000.00
Item Review (Risk Management Coordinator)
02/23/2021
Item Review Status ID
Under Review
Approved
$400,000.00
$49,000.00
Item Review (Risk Management Coordinator)
02/23/2021
Passed
No
Yes
$400,000.00
$49,000.00
Item Review (Risk Management Coordinator)
02/23/2021
StatusChangedDate
[none]
2/23/2021
$400,000.00
$49,000.00
Item Review (Risk Management Coordinator)
Marta Alvarez
Changed On
Description
Before
After
Current Balance
Cost of Good/Services
Additional Info
01/11/2021
Geo Rules Caller Type
None
Submittal —Received
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
01/11/2021
Workflow Status
Not Started
Started
$400,000.00
$49,000.00
Plan workflow step text: (Initial Internal
Review by Purchasing)
01/11/2021
Plan Submittal added
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
February 24, 2021 Page 3 of 6
01/11/2021
Start Date
[none]
1/11/2021
$400,000.00
$49,000.00
Plan workflow step action text:
(Completeness Check)
01/11/2021
Workflow Status
Not Started
Started
$400,000.00
$49,000.00
Plan workflow step action text:
(Completeness Check)
01/11/2021
Assigned User ID
Alvarez, Marta
Owens, Sharmon
$400,000.00
$49,000.00
Plan Submittal Item Review (Purchasing
Approval)
01/11/2021
Geo Rules Caller Type
None
Submittal —Received
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
01/11/2021
Completed
No
Yes
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
01/11/2021
Complete Date
[none]
1/11/2021
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
01/11/2021
Completed
No
Yes
$400,000.00
$49,000.00
Plan Submittal Item Review (Assistant City
Manager/CFO)
01/11/2021
Complete Date
[none]
1/11/2021
$400,000.00
$49,000.00
Plan Submittal Item Review (Assistant City
Manager/CFO)
01/11/2021
Item Review Status ID
Under Review
Not Required
$400,000.00
$49,000.00
Plan Submittal Item Review (Assistant City
Manager/CFO)
01/11/2021
Passed
No
Yes
$400,000.00
$49,000.00
Plan Submittal Item Review (Assistant City
Manager/CFO)
01/11/2021
StatusChangedDate
[none]
1/11/2021
$400,000.00
$49,000.00
Plan Submittal Item Review (Assistant City
Manager/CFO)
01/11/2021
Completed
No
Yes
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
01/11/2021
Submittal Status ID
Under Review
Approved
$400,000.00
$49,000.00
Plan submittal text: (1/11/2021)
01/11/2021
Geo Rules Caller Type
None
Submittal —Received
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
01/11/2021
GeoRulesSubmittal
[none]
67dd166f-52f7-420e-95c8-f314316e7cb
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
5
01/11/2021
Plan Submittal added
$400,000.00
$49,000.00
Plan submittal text. (1/11/2021)
01/11/2021
Start Date
[none]
1/11/2021
$400,000.00
$49,000.00
Plan workflow step action text. (Risk
Management Coordinator)
01/11/2021
Workflow Status
Not Started
Started
$400,000.00
$49,000.00
Plan workflow step action text: (Risk
Management Coordinator)
01/11/2021
End Date
[none]
1/11/2021
$400,000.00
$49,000.00
Plan workflow step action text: (Facilities)
01/11/2021
Workflow Step General Reas
[none]
NR
$400,000.00
$49,000.00
Plan workflow step action text: (Facilities)
01/11/2021
Workflow Status
Not Started
Skipped
$400,000.00
$49,000.00
Plan workflow step action text: (Facilities)
01/11/2021
Plan Submittal added
$400,000.00
$49,000.00
Plan submittal text. (1/11/2021)
01/11/2021
Start Date
[none]
1/11/2021
$400,000.00
$49,000.00
Plan workflow step action text. (Budget
Director)
01/11/2021
Workflow Status
Not Started
Started
$400,000.00
$49,000.00
Plan workflow step action text: (Budget
Director)
01/11/2021
Workflow Step General Reas
SKIP : (By: Marta Alvarez)
$400,000.00
$49,000.00
NR
Sharmon Owens
Changed On
Description
Before
After
Current Balance
Cost of Good/Services
Additional Info
February 24, 2021
Page 4 of 6
01/12/2021
Scope
This invitation to bid
This invitation to bid is for removal of
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
is for removal of
pavement markings and striping for
pavement markings
Avenue K, Avenue L, Mac Davis Lane
and striping for
and other streets which will be restriped
Avenue K, Avenue
to different lane configurations. This will
L, Mac Davis Lane
be funded from Capital Improvement
and other streets
Project 8659 - Downtown One Way to
which will be
Two Way Street Conversions, C I P - 8658
restriped to
Downtown On Street Parking
different lane
Conversion, and operating budget for
configurations. This
striping maintenance (4525.8260).
will be funded from
Capital Improvemen
Project 8659
Downtown One
Way to Two Way
Street Conversions.
01/12/2021
Row 3 added to table Financ
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
01/12/2021
Generates Revenue? @ Rov
[none]
No
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
01/12/2021
Paid from Grant Funds? @ F
[none]
No
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
01/12/2021
Scope
This invitation to bid
This invitation to bid is for removal of
$400,000.00
$49,000.00
Plan (PUR-2021-15725)
is for removal of
pavement markings and striping for
pavement markings
Avenue K, Avenue L, Mac Davis Lane
and striping for
and other streets which will be restriped
Avenue K, Avenue
to different lane configurations. This will
L, Mac Davis Lane
be funded from Capital Improvement
and other streets
Project 8659 - Downtown One Way to
which will be
Two Way Street Conversions, C I P 8658 -
restriped to
Downtown On Street Parking
different lane
Conversion, and operating budget for
configurations. This
striping maintenance (4525.8260).
will be funded from
Capital Improvemen
Project 8659 -
Downtown One
Way to Two Way
Street Conversions,
CIP - 8658
Downtown On
Street Parking
Conversion, and
operating budget
for striping
maintenance
(4525.8260).
01/12/2021
Attachment deleted
$400,000.00
$49,000.00
Attachment (Estimate.pdf)
01/12/2021
Attachment added
$400,000.00
$49,000.00
Attachment (Estimate for PUR-2021-15727
Striping Removal.pdf)
01/12/2021
Approved User ID
[none]
Owens, Sharmon
$400,000.00
$49,000.00
Item Review (Purchasing Approval)
February 24, 2021
Page 5 of 6
01/12/2021
Completed
No
Yes
$400,000.00
$49,000.00
01/12/2021
Complete Date
[none]
1/12/2021
$400,000.00
$49,000.00
01/12/2021
Item Review Status ID
Under Review
Approved
$400,000.00
$49,000 00
01/12/2021
Passed
No
Yes
$400,000.00
$49,000.00
01/12/2021
StatusChangedDate
[none]
1/12/2021
$400,000.00
$49,000.00
Teofilo Flores
Changed On Description
12/31/2020 Plan Note added
Before After
Item Review (Purchasing Approval)
Item Review (Purchasing Approval)
Item Review (Purchasing Approval)
Item Review (Purchasing Approval)
Item Review (Purchasing Approval)
Current Balance Cost of Good/Services Additional Info
$400,000.00 $49,000.00 Plan note text: (Needs financial informaiton
added / specs added)
February 24, 2021 Page 6 of 6