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