Loading...
HomeMy WebLinkAboutResolution - 2021-R0092 - Cost Sharing Agreement with Lubbock Co., Indiana between Woodrow and 130th 3.23.2021Resolution No. 2021-R0092 Item No. 6.6.1 March 23, 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, a Cost Sharing and Reimbursement Agreement No. 15827 for the paving of Indiana Avenue/CR 2100 from 130th Street (FM 1585) to Woodrow Road, by and between the City of Lubbock and Lubbock County, 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 23, 2021 DANIEL M. POPE, AYOR ATTEST: Rebe ca Garza, City Se" APPROVED AS TO CONTENT: Jesica c achern, Assistant City Manager 1(�(4 - (fiau-44- Ili Leisure, Assistant City Attorney ccdocs/RES.Contract 15823 Indiana Paving Interlocal 03.11.21 Resolution No. 2021-R0092 COST SHARING AND REIMBURSEMENT AGREEMENT THIS AGREEMENT is entered into the 23rd day of March , 2021 by and between the City of Lubbock, Texas, a Texas Home Rule Municipality ("City"), and Lubbock County ("County"), herein referred to separately as "Party" and collectively as "Parties." RECITALS WHEREAS, in light of significantly increased traffic in proximity to Indiana Avenue/CR 2100 from 130th Street (FM 1585) to Woodrow Road the City and County recognize the need for a joint effort to pave that portion of roadway ("Project"); and WHEREAS, the entirety of Indiana Avenue/CR 2100 from 130th Street (FM 1585) to Woodrow Road is within Lubbock County and a portion is within the city limits of the City of Lubbock; and WHEREAS, the City and County find that it is in the best interest of the public health, safety, and welfare of the citizens of both the City and County to complete the Project; and WHEREAS, Texas Government Code section 791.028(b) permits a local government to contract with another local government to pay jointly all or part of the costs of a highway project; and WHEREAS, the Parties hereto agree that in order to expedite paving for the Project, and to fully fund and equitably share among the primary beneficiaries in the expense associated therewith, that the County shall contribute, through partial reimbursement, toward the costs for work to be completed pursuant to the Project as set forth herein. TERMS NOW, THEREFORE, in consideration of the promises and mutual agreements hereinafter set forth, the Parties hereby do mutually agree as follows: 1.0 Parties Obligations 1.1 City. City shall fund the Project as set forth herein, and with due care oversee the work done pursuant to the Project to completion, unless written consent is otherwise provided by all Parties hereto. 1.2 County. County shall reimburse City for a portion, as defined in Exhibit A, of the costs incurred by the City for the Project in an amount not to exceed THREE MILLION and 00/100 DOLLARS ($3,000,000.00). Cost sharing and Reimbursement Agreement — Indiana Paving COL & County Page 1 of 4 2.0 Reimbursements 2.1 County. Upon selection of a contractor for paving via a City -issued request for proposals, County shall pay the City the amount set forth in Section 1.2 and Exhibit A as valued by the contract selected by the City within thirty (30) business days from award of contract. The County will be responsible for any amendments associated with the County's portion of the project. The County's portion shall not exceed a total of $3,000,000. 3.0 Breach The failure of either Party to comply with their obligations, including but not limited to promptly reimbursing City the agreed amounts set forth in Section 2.0, shall constitute a breach of this Agreement. 4.0 Waiver The waiver of any requirement hereunder by any Party hereto shall not be effective unless properly authorized and in writing. 5.0 Term; Termination This Agreement shall automatically terminate after final reimbursement by the County to the City, or the City's termination of its Contract with the contractor, whichever should occur first. This Agreement is not subject to early termination by any Party. 6.0 Texas Law to Apply This Agreement shall be construed under and in accordance with the laws of the State of Texas, and all obligations of the Parties created hereunder are performable in Lubbock County, Texas. 7.0 Notice All notices, whether for reimbursement or otherwise, shall be in writing and may be hand delivered, or sent by registered or certified mail, postage prepaid, return receipt requested to the following addresses: City of Lubbock Attn: Michael G. Keenum P.E. P.O. Box 2000 Lubbock, Texas 79457 8.0 Legal Construction Lubbock County Attn: Jennifer Davidson PO Box 10536 Lubbock, Texas 79408 If any one or more of the provisions contained in this agreement shall for any reason be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision hereof and this agreement shall be construed as if such invalid, illegal, or unenforceable provisions had never been contained herein. Cost Sharing and Reimbursement Agreement — Indiana Paving COL & County Page 2 of 4 9.0 Non Arbitration The parties reserve 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 parties 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, the former shall control. 11.0 Entire Agreement This Agreement supersedes any and all other agreements, either oral or in writing, between the Parties hereto with respect to the subject matter hereof and contains all of the covenants and agreements between the Parties with respect to said matter. Each Party to this Agreement acknowledges that no representations, inducements, promises, or agreements, oral or otherwise, have been made by any Party or anyone acting on behalf of any Party which are not embodied herein and that no other agreements, statement, or promise not contained in this Agreement shall be valid or binding. No modification concerning this instrument shall be of any force or effect, excepting a subsequent amendment in writing signed by the Parties. No official, representative, agent or employee of either entity, has any authority to modify this Agreement except pursuant to express authority to do so granted by the governing body. 12.0 Parties Bound/Authority This Agreement shall be binding upon and inure to the benefit of the Parties to it and their respective legal representatives, successors and assigns where permitted by this Agreement. The undersigned represent and warrant their authority to execute this Agreement, and to bind the Parties hereto. IN WITNESS WHEREOF, the Parties hereto have executed this Agreement as of the date first written above. City of Lubbock: Lubbock County: 2 L"QAv"' 4 DANIEL M. P E, Mayor CURTIS PARRISM, County Judge Cost Sharing and Reimbursement Agreement — Indiana Paving COL & County Page 3 of 4 Attest: kcaarza, ity ecr Approve as to Content: Michael G. Keenum, P.E., Division Director Of Engineering/City Engineer Jestca cEachern, Assistant City Manager Approve as to Form: �r K i tsure, Assistant City Attorney CellPinn,ounClerky ty ID, A J nifer D v dson, .E. trector of Public Works en f lb ck Dis is A o ey's Office Civi ivision Cost Sharing and Reimbursement Agreement — Indiana Paving COL & County Page 4 of 4 Exhibit A REVISED: PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: Februa!y 26, 2021 PROJECT NUMBER: RFP 21-15758-JM Indiana Avenue 130th to Woodrow Road Proposal of West 1 e\as PaN ing,. Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Indiana Avenue 130th to Woodrow Road having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Bid Item No. TaDOT Item No. Description Unit Estimated Quantity Unit Price Extension BASE BID 1 100 Prepare ROW sta 96.25 S2,000.00 S 192.500.00 2 103 Dispose of Water Well ea 1.00 S500.00 $500.00 3 104 Remove Concrete (Curb & Gutter) If 2,898.00 S10,00 S28.980.00 4 104 Remove Concrete (Driveway) sy 1,264.00 520.00 S25.280.00 5 104 Remove Concrete (Sidewalk) sy 508.00 S2o.0 S 10,1 0.00 6 105 Remove Asphalt Pavement (2.5" to 3.5") sy 34,007.00 "A.00 S 136,028M 7 105 Remove Asphalt (Driveway) sy 1,185.00 54.00 S4,740.00 8 110 Excavation (Roadway) cy 20,128.00 S50) SI0u.64o,0o 9 110 Excavation (Channel) cy 1,305.00 S5.0 S6,525.Ii0 Exhibit A 10 132 Embankment (Density Control) cy 5,666.00 -1 S33,996.00 11 164 Broadcast Seeding (Perm) (Urban) (Sandy) sy 63,676.00 0 S; I.33R.00 12 168 Vegetative Watering mg 1,072.00 S42.890.00 13 169 Soil Retention Blankets (CL 1) (TY B) sy 178.00 WKWO 14 247 Flexible Base (12") (Ty A) (Gr 1-2) sy 46,339.00 S20.oll S926.780.00 15 305 Salvage & Haul Asphalt Pavement (2.5" to 3.5") ton- mi 5,611.00 $0.25 S 1.40175 16 310 Prime Coat (MC-30) ga 9,268.00 S4.06 517,072.05 1 ' 316 A,,phalt (AC-10) (Detour Areas) ga 8,075.00 S4 in S36,337.50 18 3 : is Aggregate (Ty PB) (Gr-4) (SAC-B) (Detour Areas) cy 251.00 S60.(x) S 15.060.00 19 340 HMAC (Ty C) (PG 70-28) (2") ton 4,843.80 S12O.oO 5581,256.00 20 340 HMAC (Ty B) (PG 70-28) (4") ton 9,687.00 S 105.0( S I ,017, 135.00 21 351 Flexible Pavement Structure Repair sy 300.00 "0.00 $15,000,Oo 22 360 Concrete Pavement Approach (CRCP) (8") sy 4,891.00 $80.00 S391,2 0.00 23 401 Flowable Backfill cy 200.00 5100.00 S20,000.00 24 432 Concrete riprap (4") cy 150.00 S300.00 S45.000,00 25 462 Concrete Box Culvert (4' x 21) if 98.00 S400.00 S39.200.00 26 464 RC Pipe (CL V) (24") if 92.00 S 150.00 S 13,800.00 27 464 RC Pipe (CL V) (18") If 198.00 S 100.00 S 19.800.00 28 466 Wingwall (PW-1) (HW=3) ea 2.00 S ,Oo0.00 � I6.000.00 29 467 SET (TY I) (18 IN) (6:1) (C) ea 8.00 1Q,000.00 S 16.000.00 30 467 SET (TY 1) (24 Ili) (6:1) (C) ea 4.00 S3,000 Oc � 17.000.00 31 479 Adjust Manhole ea 11.00 S 1,000.00 SII,OOU.w 32 479 Adjust Water Valve ea 24.00 $500.00 S12,000.00 33 n/a Relocate Fire Hydrant ea 2.00 S3,00( ) 6,0()0.t)0 n 496 Remove Structure (Pipe) if 178.00 S30.00 S5?40.0u Exhibit A 35 496 Remove Structure (SET) ea 6.00 S 1,000.00 56 000.00 36 496 Remove Rock Riprap sy 95.00 S40.00 S3,800.00 37 500 Mobilization Is 1.00 S600,000.00 S600,000mO 38 502 Barricades, Signs and Traffic Handling mo 13.00 $5.000.00 S65.000.00 39 502 Portable Changeable Message Boards ea 3.00 S7,0M.00 S21,000.00 40 506 Rock Filter Dam (Install) (Ty 1) If 400.00 S30.0 S 12.000.00 41 506 Rock Filter Dam (Remove) If 400.00 S 15.00 S6.000.00 42 506 Construction Exits (Install) (Ty 1) sy 200.00 S 15.00 S3,000.00 43 506 Construction Exits (Remove) sy 200.00 15.0t ,3,0M.00 44 506 Erosion Control Log (Install) (8") if 2,313.00 55.00 S 11.56SM5 45 506 Erosion Control Log (Remove) (8") If 2,313.00 SSW S 1 1.565.0p 46 506 Blading Work (Erosion Control) hr 80.00 S20.00 S1,600.00 47 508 Construct Temporary Pavement Widening sy 811.00 S30.00 S24.330.00 48 508 Construct Temporary Driveway sy 1,330.00 >>0.00 S-'Q'900.00 49 529 Concrete Curb & Gutter if 5,040.00 S 15.0t S75.600.n0 50 5_' ConcreteCurb(Ribbon) 1r 1,098.00 SI5A S16,470.00 51 529 Concrete Curb (Flume) If 8,210.00 S20.00 S 164.200.00 52 530 Intersections & Turnouts (Concrete) sy 2,227.00 Su0.00 5178.160 00 53 530 Driveways (Concrete) sy 1,348.00 S30.00 S107,840.00 54 530 Intersections & Turnouts (HMAC) sy 4,551.00 $50 00 S227,550.O() 55 n/a Driveway/Alley Approach (Millings) sy 356.00 SS,00 S 1.780.00 56 531 Concrete Sidewalk (4") sy 2,334.00 550.00 SI W700.00 57 531 ADA Curb Ramp ea 14.00 S2,000.00 S28,000.00 58 560 Mailbox Assembly (Single) (TWG) (Ty 1) ea 4.00 S300.00 S 1.200.00 59 610 Roadway Illumination Assemblies ea 17.00 S7.000.00 S 119,000,00 60 618 Conduit (PVC) (Sch 40) (2") If 4,902.00 S7.00 S_+4.314.00 Exhibit A 61 618 Conduit (PVC) (Sch 40) (3") if 798.00 $9.00 S7,I32,01 62 620 Electrical Conductors (No 6) (Insulated) If 14,706.00 S2.00 S 29.412.00 63 624 Ground Boxes ea 17.00 5700.00 511.900 00 64 628 Electrical Services ea 1.00 S7,000.00 S7.000.00 65 644 Remove small sign assembly ea 13.00 S200.0 S2,600,00 66 644 Small sign assembly ea 21.00 $700,00 S14,700.00 67 662 Wk Zn Pav Markings (Ty 1) (W) (4") (Sid) If 13,096.00 '. I .n0 S 1 ,096.00 68 662 Wk Zn Pav Markings (Ty 1) (W) (24") (Sid) If 200.00 S25.00 $g,000.r10 69 662 Wk Zn Pav Markings (Ty 1) (Y) (4") (Sid) If 13,329.00 �10 50 S6,60-4.50 70 666 Pav Markings (Ty 1) (W) (4") (Brk) (100 Mil) if 410.00 50.70 $287,00 71 666 Pav Markings (Ty 1) (W) (4") (Sid) (100 Mil) If 14,329.00 b0.70 S 10,030?0 72 666 Pav Markings (Ty 1) (W) (8") (Sid) (100 Mil) if 2,914.00 11100 S2 014,00 73 666 Pav Markings (Ty 1) (W) (8") (Dot) (100 Mil) If 242.00 S I.00 5242.00 74 666 Pav Markings (Ty 1) (W) (12") (Sid) (100 Mil) If 1,455.00 J5.0o 7,275.00 75 666 Pav Markings (Ty 1) (W) (24") (Sid) (100 Mil) If 1,228.00 $ ln_00 512,280M 76 666 Pav Markings (Ty 1) (Y) (4") (Brk) (100 Mil) If 3,884.00 S 1.00 S3.88 F.00 77 666 Pav Markings (Ty 1) (Y) (4") (Sid) (100 Mil) If 22,731.00 �0.75 S 17,049.25 78 666 Pav Markings (Ty 1) (Y) (12") (Sid) (100 Mil) If 534.00 c5.00 S2,670.00 79 668 Prefab Pav Markings (Ty C) (W) (Arrow) ea 10.00 00.00 S7,000A0 80 672 Raised Pav Marker (Ty I-C) ea 14.00 6.00 SS4.00 81 672 Raised Pav Marker (Ty II -A -A) ea 396.00 S6.00 S2.376.00 82 677 Eliminate Existing Pavement Markings If 4,284.00 S I .>0 S6,426.00 85 678 Pave Surface Prep for Markings (4") if 2,123.00 S0.50 S 1,061.50 86 678 Pave Surface Prep for Markings (8") If 1,037.00 S0.80 S829.60 87 678 Pave Surface Prep for Markings (12") If 670.00 S4.00 S2,680.OU Exhibit A 88 678 Pave Surface Prep for Markings (24") If 36.00 c5-00 S 150.00 89 678 Pave Surface Prep for Markings (Arrow) ea 36.00 S60.00 S2.160.00 90 751 Salvage & Redistribute Landscape Rock sy 1,308.00 S 10.00 S 11,080.00 91 5039 Fence Special (Fence Notch) if 36.00 S20.u( S720.00 TOTAL BASE BID (1-91) SS `t22.77b.40 Bid TxDOT Description Unit Estimated Unit Price Extension Item No Item No. Quantity ADDITIVE ALTERNATE -1 Full width construction from 135th to FM 1585 (Flexible Pavement Section) (Additional Quantity Only) 3A 104 Remove Concrete If 438.00 S IO.ot (Curb & Gutter) Must match Item 3 unit rice 4A 104 Remove Concrete sy 145.00 S20.o0 $2 900.00 (Driveway) Must match Item 4 unit price 5A 104 Remove Concrete sy 63.00 S20.00 S 1?(4,00 (Sidewalk) Must match Item 5 unit rice 8A 110 Excavation cy 2,175.00 �.OU Slri.S7.(w (Roadway) Must match Item 8 unit price 10A 132 Embankment cy (286.00) S6.00 ($1,716.00) (Density Control) Must match Item 10 unit price I IA 164 Broadcast Seeding sy 1,633.00 S81e..50 (Perm)(Urban) (Sandy) Must match Item 11 unit price 12A 168 Vegetative mg 27.00 51.050.00 Watering Must match Item 12 unit price 13A 169 Soil Retention sy 88.89 S444.45 Blankets (CL 1) (TY B) Must match Item 13 unit price 14A 247 Flexible Base (12") sy 7,975.00 S20.00 S 159 500,00 (Ty A) (Gr 1-2) Exhibit A Must match Item 14 unit price 16A 310 Prime Coat (MC- ga 1,595.00 ,4.00 56,380,00 30) Must match Item 16 unit price 19A 340 HMAC (Ty C) (PG ton 826.00 $120.0o S99,1 20. 70-28) (2") Must match Item 19 unit rice 20A 340 HMAC (Ty B) (PG ton 1,652.00 $11)S,O l S 173.460 70-28) (4") Must match Item 20 unit rice 32A 479 Adjust Water Valve ea 2.00 5500.00 S I,0(x) Must match Item 32 unit rice 49A 529 Concrete Curb & if 1,393.00 S 15.00 S-20,895.00 Gutter Must match Item 49 unit price 53A 530 Driveways sy 145.00 S50A0 S11,600.00 (Concrete) Must match Item 53 emit rice 54A 530 Intersections & sy (1,866.00) 55c'i_00 ($93,300.00 Turnouts (HMAC)(Deduct) Must match Item 54 unit rice 56A 531 Concrete Sidewalk sy 63.00 S500.. c3,1500 (4") Must match Item 56 unit price 70A 666 Pav Markings (Ty if 620.00 50.70 �A- 1) (W) (4") (Brk) (100 Mil) Must match Item 70 unit price 71A 666 Pav Markings (Ty if (218.00) W.70 (S 152.60 1) (W) (4") (Sid) (100 Mil) Must match Item 71 unit price 72A 666 Pav Markings (Ty If 763.00 51.si 1) (W) (8") (Sid) (100 Mil) Must match Item 72 unit price 74A 666 Pav Markings (Ty If 1,692.00 S5.0o $8.460.00 1) (W) (12") (Sid) (100 Mil) Must match Item 74 unit price 75A 666 Pav Markings (Ty if 568.00 510.00 S516tt00. 1) (W) (24") (Sid) (100 Mil) Must Exhibit A match Item 75 unit price 76A 666 Pav Markings (Ty if 24.00 S 1.0[ 1) (Y) (4") (Brk) (100 Mil) Must match Item 76 unit rice 77A 666 Pav Markings (Ty if 401.00 S0.75 S300, 7 i 1) (Y) (4") (Sid) (100 Mil) Must match Item 77 unit price 78A 666 Pav Markings (Ty if 259.00 55.00 S 1,295 1) (Y) (12") (Sid) (100 Mil) Must match Item 78 unit price 79A 668 Prefab Pav ea 2.00 S700.Ot S1,4W.00 Markings (Ty C) (W) (Arrow) Must match Item 79 unit rice 80A 672 Raised Pav Marker ea 62.00 S6.0( 5372.00 (Ty I-C) Must match Item 80 unit rice TOTAL ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM 1585 (Flexible Pavement Section) 5420 42 l i o Total Amount with Alternate 1: $6,343,197.50 Bid Item TxDOT Description Unit Estimated Unit Price Extension No. Item No. Quantity Pavement Alternate Section (Rigid Pavement Section) (Roadway) Must match Item 8 unit price (Density Control) q,qqq. Must match Item 10 unit price „ , (Ty A) (Gr 1- 2)(Deduct) Must match Item 14 unit rice 30)(Deduct) Must r Exhibit A match Item 16 unit price 70-28) (2")(Deduct) Must match Item 19 unit rice 70-28) (4")(Deduct) Must match Item 20 unit price Approach (CRCP) (8") Must match Item 22 unit price (CRCP) (8") Adjustment for Markings (4") Must match Item 85 unit price for Markings (8") Must match Item 86 unit rice for Markings (12") Must match Item 87 unit rice QQD ' kings (24;' atch Item 788umnitprice Bid TxDOT Estimated Unit Price Item item No. Description Unit Quantity Extension No. Pavement Alternate Section (Rigid Section) with Additive Alternate #1 (Additional Quantity Only) (Curb & Gutter) Exhibit A Must match Item 3 unit price (Driveway) Must match Item 4 unit rice 69.00 (Sidewalk) Must match Item 5 unit rice (Roadway) Must match Item 8 unit rice (Density Control) Must match Item 10 unitprice (Perm)(Urban) (Sandy) Must match Item 11 unit rice Watering Must match Item 12 unit price 109.00 Blankets(CL 1) (TY B) Must match Item 13 unit price (CRCP) (8") Must match Item 92B unit rice Valves Must match Item 32 unit price Gutter Must match Item 49 unit price (Concrete) Must match Item 53 unit price Turnouts (HMAC) Must match Iten► 54 unit price (41') Must match Item 56 unit price 40@- 1) (W) (4") (Brk) (100 Mil) Must Exhibit A match Item 70 unit price 1) (W) (4") (Sid) (100 Mil) Must match Item 71 unit rice 1) (W) (811) (Sld) (100 Mil) Must match Item 72 unit price 1) (W) (12") (Sid) t,692. (100 Mil) Must match Item 74 unit rice 1) (VI) (24") (Sid) (100 Mil) Must match Item 75 unit price 1) (Y) (4") (Brk) (100 Mil) Must match Item 76 unit rice 1) (Y) (4") (Sid) (100 Mil) Must match Item 77 unit price 1) (Y) (12") (Sid) VV (100 Mil) Must match Item 78 unit price Markings (Ty C) (W) (Arrow) Must match Item 79 unit rice ON (Ty I-C) Must ew- match Item 80 unit price for Markings (4") Must match Item 85 unit price WO for Markings (8") Must match Item 86 unit price Exhibit A for Markings(12") Must match Item 87 unit price for Markings(24") Must match Item 88 unit price for Markings (Arrow) Must match Item 88 unit rice I TOTAL Pavement Alternate Section (Rigid Section) with Additive Alternate #1 Exhibit A PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 250 (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 280 (to Final Completion) . , Ld , t. ..' 1.i i Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 270 Consecutive Calendar Days with final completion within 300 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $750 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $750 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of s„i�c�2 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Exhibit A l i Offeror's Initials i Exhibit A Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of 5% of GAB Dollars ($ 5% of GAB ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: 9V2",� t Secr tary Offeror acknowledges receipt of the following addenda: Addenda No. I Date 2 09.%21 Addenda No. 2 Date 2/ 17/21 Addenda No. 3 Date 21/23/21 Addenda No. 4 Date 2/24/21 M/WBE Firm: Date: February 26, 2021 � f Authorized Si�Kare 1riell Janlagin (Printed or Typed Name) We,4 I exa. Paying. Inc Company 10104 Alcove Avenue Address Wol ffonh, t.ubbock, City, County Texas ,79382 State Zip Code Telephone: 80( 6) - 833-2882 Fax: (806) - 833-2884 Email: westtexasnavinard:-.sntc.net FEDERAL TAX 1D or SOCIAL SECURITY No. 75-2028682