HomeMy WebLinkAboutResolution - 2017-R0165 - Utility Contractors Of America, Inc. - 05/11/2017Resolution No. 2017-RO165
Item No. 6.7
May 11, 2017
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, Change Order No. 1 to that certain Contract No. 12733 by
and between the City of Lubbock and Utility Contractors of America, Inc. for the Canyon Lakes
Sanitary Sewer Interceptor Rehabilitation Phase 1, and related documents. Said Change Order
No. 1 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 May 11. 2017
DANIEL M. POPErMAYOR
ATTEST:
a Garza, City
AS TO C
L. WodjlFranVin, P.E., Director ohPublic Works
APPROVED AS TO FORM:
K lli Leisure, Assistant City Attorney
RES.ChgOrd# ].Contract 12733-UtiI ityContractorsofAmerica
04.05.17
City of Lubbock
Purchasing and Contract Management
Change Order
Contract No: 12733 Contractor: Utility Contractors of America, Inc.
Change Order No. 001 Contract Title: Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 1
BID/RFP No. 16 -12733 -TF Project Number: 160-10629-101
1. "Change Order" means a written order to a Contractor executed by the Owner in accordance with the contract authorizing an
addition to, deletion from, or adjustment or revision of the requirements of the contract documents, or an adjustment to the
compensation payable to Contractor, or to the time for performance of the contract and completion of the Project, or a
combination thereof, which does not alter the nature of the thing to be constructed and is an integral part of the project objective.
Adjustments to "Estimated Quantities" to a line item in a Unit Price contract do not require a Change Order. All work that alters
the nature of the thing to be constructed or that is not an integral part of the project objective must be let out for public bid.
Description of change (alteration, deviation, addition, or deletion) caused by conditions encountered during construction
not covered by the specifications and drawings of the project (attach additional pages if necessary):
The Work of this Project involves the rehabilitation of the Canyon Lakes Sanitary Sewer.
Change Order 1 include modifications to the original construction documents to add new
segments and to adjust the intent of the original drawings. Refer to the attachments.
2. Where the Change Order is negotiated, the Change Order must be fully documented and itemized as to costs, including material
quantities, material costs, taxes, insurance, employee benefits, other related costs, profit and overhead. Where certain unit prices
are contained in the initial contract, no deviations are allowed in computing negotiated change order costs.
ITEMIZED COSTS MUST BE FULLY DOCUMENTED AND ATTACHED TO THIS FORM.
ITEM DESCRIPTION AMOUNT
A. ORIGINAL CONTRACT VALUE: $ 5,09793600
B. AMOUNT OF THIS CHANGE ORDER: council approval required ifover 525,000 $ 350,67911
COST CENTER: 30000 ACCOUNT: 92318
C. PERCENT OF CONTRACT VALUE THIS CHANGE ORDER (B A): +6.88
0/0
D. AMOUNT OF PREVIOUS CHANGE ORDERS: $ 0.00
E. TOTAL AMOUNT OF ALL CHANGE ORDERS (B+D): $ 359,67911
F. PERCENT OF CONTRACT OF ALL CHANGE ORDERS (E A): 25"„ increase +666 010
or decrease
G. NEW CONTRACT AMOUNT (A+E): $ 5,448.617.11
3. It is mutually agreed that the above dollar amount and the time extension, as applicable, as set forth in this Change Order constitutes
full compensation to the Contractor for all costs, expenses and damages to the Contractor, whether direct, consequential or otherwise,
in anyway incident to, or arising out of or resulting directly or indirectly; from the work performed or modified by the Contractor
under this Change Order.
This Change Order is not valid without the following signatures (please sire in order and return 3 originals with Contract Cover Sheet to
Purchasing- and Cont% cr, ana enient D_ fEartmeng:
(I) CONTRACTOR Date (2) PROJECT ARCHITECT EN` EER at e�
Approved as to Content
jApp ye to Fso
NE ' EPRESENTATNE a (4) ITY ATTORNEY Date
f' �`
✓ (5) CAPI AL PROJECTS MANAGER Date (6) PURCHASING AND CONTRACT MANAGER Date
ange Orders over S25,000 require a Contract C Sat
Sheet and the following signure
CITY�F"2EK ATTE
5/11/17 a5/11/17
(7) MAYOR Date (8) CITY SECETARY ate
Council Date: May 11, 2017 Agenda Item #: 6.7 Resolution #: 20 - 165
PUR45 (Rev 12'2012)
City of Lubbock
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 1
Change Order No. 1
DESCRIPTION OF CHANGE ORDER
a. Per PCM No. 1, for relocation of the 16" water line at University Avenue to
accommodate rehabilitation of interceptor crossing.
b. Per PCM No. 2, for casing limit modifications per the revised TxDOT crossing permit
at Clovis Road and Texas 289 Loop.
c. Per PCM No. 3, for modified bore alignment accommodation at the Texas Loop 289
Crossing and rerouting of 12" force main.
d. Per PCM No. 4, for the addition of new manholes at Canyon Lake Drive and Joyland.
e. Per PCM No. 4A, a revision to the original PCM 4, upsizing the manhole at Canyon
Lake Drive.
f. Per PCM No. 5, for the removal and replacement of the existing 30" sanitary sewer
aerial section at Segment 21 on the Downtown interceptor. The metal pipe had open
holes and public pedestrian traffic.
g. Per PCM No. 6, for the installation of 157 LF of encased pipe at Segment 6/7 by
open -cut, additional utility investigation for Segment 15 and a credit for not grouting
the casing installations.
h. Per PCM No. 7, for the removal and replacement of the existing 24" sanitary sewer
aerial section at Segment 22 on the Downtown interceptor and next to the aerial
section in PCM No. 5. The metal pipe was very thin and was developing holes and
had public pedestrian traffic.
i. Per PCM No. 8, for completion of a sanitary sewer point repair in the middle of the
MLK Blvd median to fix damage caused by a light pole installation.
j. Per PCM No. 8A, a revision to the original PCM 8 to change from a point repair to a
manhole installation.
k. Per PCM No. 9, for additional casing at the TxDOT access road from Clovis Road to
the Texas Loop Frontage Road at the request of TxDOT.
EFFECT OF CHANGE
Extended Additional
Item Description Unit Cost Days
a.
PCM No. 1
Lump Sum
$
29,400.00
30
b.
PCM No. 2
Lump Sum
$
0.00
0
C.
PCM No. 3
Ne.
Lump Sum
c
$
0.00
0
El.
e.
ISM
PCM No. 4A
Lamn ,Q�^.^�^�12
Lump Sum
$
41,600.00
12
f.
PCM No. 5
Lump Sum
$
180,217.67
45
9.
PCM No. 6
Lump Sum
$
-84,648.56
0
h.
PCM No. 7
Lump Sum
$
151,685.00
0
—�
j.
PGM Ne 8
PCM No. 8A
Lump Sum
Lump Sum
$
$
35 775.0A
21,175.00
21
21
k.
PCM No. 9
Lump Sum
$
11,250.00
0
Total $ 350,679.11 108
ewnkwood,Andrewsrews'■`�s�nAoNcirf-
am,Inc.
A DALY CUA+PA`.'+
PROPOSED CONTRACT MODIFICATION NO. 1
Date: September 20, 2016
Project: Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase I
Project No.: RFP 16 -12733 -TF
Contract For: City of Lubbock
Contract Date: July 11, 2016(NTP)
Subject of Proposed Contract Modification: 16" Water Line Repair at University Avenue
Description (List attachments, if any): This PCM is for the relocation of the existing 16" water line at University
Avenue in order to rehabilitate Canyon Lakes Sanitary Sewer Interceptor. See attachment 1, 16" Water Main Repair and
Relocation and UCA Proposal for $29,400 and 30 calendar days.
Reason for Change: Previously unidentified conflict with proposed Canyon Lakes Interceptor and existing 16" water line
at University Avenue owned by the City of Lubbock.
Recommended Lockwood, Andrews & Newnam Inc.
By: Engineer
9/20/2016
R resents a Date
Accepted By: Utility ntractors of America
Contractor
9/20/2016
resentative Dale
Approved By:
Owner
Representative (Sign, Keep Original Copy and Return All Others. See Heading for Return Address.) Date
Lockwood, Andrews
& am, Inc.
ri LNewnEO . D kLY COMP %NN
City of Lubbock
16" Water Main Repair Relocation Repair
Lockwood, Andrews & Newnam, Inc.
The following outlines the necessary steps to restore the existing 16" bar wrapped concrete cylinder pipe
water main to active service by installing a relocation section to remove the obstruction to a 36" steel
encasement pipe for a gravity sewer main. Refer to the attached drawings. The relocation shall be
completed as follows:
1.0 The Contractor shall remove a section of the existing water main and continue the installation of
the 36" steel encasement for the gravity, sewer main. The steel encasement pipe shall be
installed to the ROW line or a minimum of 9' past the centerline of the existing water main,
whichever is greater.
2.0 Once Encasement pipe is installed, the clearances for the relocated line shown in the attached
drawing shall be maintained.
3.0 The Contractor shall weld a plain end (PE) adapter on each end of the remaining 16" pipe with a
butt strap. The installation of the adapter and butt strap shall be according to the requirements of
the manufacturer of the bar wrapped pipe, FORTERRA. PE adapters shall be epoxy coated for
corrosion resistance.
4.0 The Contractor shall then install epoxy coated 16" ductile iron 900 (MJxMJ) bends as shown on
the attached drawings. Bends shall be secured to the PE pipes through the use of EBAA Iron
MEGA -LUG restraint glands or the approved equivalent. These pipe restraints shall be installed
according to the manufacturer's recommendations.
5.0 The Contractor shall then install either 16 inch C900 PVC pipe as shown on the attached detail.
All pipe shall utilize EBBA Iron MEGA -LUG PVC restraint glands or the approved equivalent
installed in accordance with the manufacturer's recommendations. The Contractor shall maintain
the minimum required distance of 18" of clearance on all sides of the new gravity sewer steel
casing.
6.0 The Contractor shall install all 901 (MJxMJ) bends and pipe with EBAA Iron MEGA -LUG pipe
restraints.
7.0 The Contractor shall install a 1" epoxy coated saddle on the highest point of the piping with a one
inch corp stop for 1 inch Copper tubing. This tubing shall extend upward to an access box just off
the ROW which will house an air release valve. The air release valve shall be an A.R.I. S-050
valve and shall be all plastic. Valve shall be installed such that is always maintained vertically.
Contractor shall drive a steel fence post in the ground and zip tie 1" Copper tubing to post to
maintain vertical installation with'/" zip ties. Air release valve shall be installed in a standard
COL water meter box 6" off the ROW.
8.0 All of the installation shown in the details will have to be backed or stabilized with concrete or
flowable fill as shown on the plans.
1320 South University Drive, Ste 450 • Fort Worth, Texas 76107 • 817.820.0420 • Fax: 817.820.0441 • www.lan-inc.com
�n
Lockwood, Andrews
& Newnam, Inc.
A LEO A DALY COMPANY
A. Concrete Backfill. Contactor shall backfill all voids with 3000 psi concrete. Concrete
shall be required between the two lower 16" 900 bends, under the 36" casing All fittings
and piping shall be wrapped in plastic prior to installation of concrete. Care shall be taken
to ensure that concrete does not fall into steel encasement pipe.
B. Flowable Backfill. All fittings and piping shall be wrapped in plastic prior to installation of
flowable fill. Once plastic wrapping are installed, Contractor shall carefully install flowable
fill according to the detail to completely encapsulate the installation as shown in the
detailed drawings attached.
10.0 General Backfill. Contractor shall install and compact backfill in 8" lifts to restore shoulder behind
the curb to its original condition on the TxDOT ROW.
1320 South University Drive, Ste 450 • Fort Worth, Texas 76107 • 817.820.0420 • Fax: 817.820.0441 • www.lan-inc.com
I ,III
I II
lu W
IIS
VLV o II
I IIS
III "
IT,
oC.O.L. METER BOX FOR
AIR RELEASE VALVE x III
I
329+00
16" WATERLINE \
IMPROVEMENTS AT \ ,
WASTEWATER CROSSING.
SEE SHEETS 2 & 3.
I
7III ' CANYON LAKES INTERCEPTOR
� I TIT-\ Q
= I I 24" WW IN 36" STEEL CASING
x 0 L
i I GUY IN ul
� .
i
PP '�
O TRANS]goX VLT
r- -3197-
I I � �
3197 _-_�_ I I
�
IIS
III W
I N II
I II
II
16" WATERLINE CROSSING - PLAN VIEW
SCALE: 1"--20'
CANYON LAKES INTERCEPTOR
16" WATERLINE CROSSING - N UNIVERSITY AVENUE
�n
0
SHEET 1 OF 3
Lockwood, Andrews
& Newnam, Inc.
A SUBSIDIARY OF LEO A DALY I
3220
3210
3200
3190
[clEil8A
3170
3160
1 "AIR RELEASE -
EXIST. GROUND
18" MIN. -
Q
PROP. 16" W.L. (C900)
v L_
24" WW IN
36" CASING L 18" MIN. (TYP.)
16" WATERLINE CROSSING
(WATER OVER WASTEWATER)
SCALE: 1"--10'
3220
3210
3200
3190
3180
3170
3160
SHEET OF
CANYON LAKES INTERCEPTOR Lockwood, Andrews
& Newnam, Inc.
16" WATERLINE CROSSING - N UNIVERSITY AVENUE A SUBSIDIARY OF LEO A D A L Y
M N
O d
CC w
W Q.
Z
E
O J Oc
m
as
�WI or-; I J<
Wob
x Z<
O� Cc,-
� Nw QN i �� I W
rna ��o wh� I �1- Irm
waw om m` I `�� I �Z
o� �O CL CoLU Z
I W3 I =W
Lu
a
�
UO Q wp ° 0 0
OxOr Ww ° Um
or m W J
ZW�uj
co i
C
Ww v
W
J a � �W
� w
C/)
Qm W�0? w
IWjQ� �
Q N
W w w
V- Q U
° Z
O
O Z CC
O U
w
CL
O Z U oo = --i Z J w
W� a^ JAM 1z UQ Q
ui
C) LL LU I QJ I mcc m
U mJZ I m� I �m aiwo
^w I m0 �vz
o� I (Q I LLI CoQ
Cal I �'<� I �Z Leo
Z
� I w3 I
C U o Q
O
Z .= N
Proposal
From: Utility Contractors of America, Inc Project: 1257
5805 CR 7700 Description: 16' Water Line repair for Canyon
Lubbock, TX 79424 USA Lakes (University Avenue)
Phone: 806-863-2642
Fax: 806-863-4132
ITEM/ DESCRIPTION BID QTY U/M UNIT BID AMOUNT
16" C-905
20.000
LF
$500.00
$10,000.00
16" C-905 Water Pipeline Restrained
1" Air Valve
1.000
EA
$1,600.00
$1,600.00
1" Air valve w/box
DI Fittings
1.000
LS
$4,000.00
$4,000.00
Ductile Iron Fittings
Flow Fill
10.000
CY
$100.00
$1,000.00
Flowable Backfill
3,000 psi concrete
10.000
CY
$130.00
$1,300.00
3,000 psi concrete
Trench Safety
1.000
LS
$1,500.00
$1,500.00
Trench Safety
Tie to Existing 16"
2.000
EA
$5,000.00
$10,000.00
Tie to Existing 16" SCRC
Proposal
TOTAL BID: $29,400.00
Signature:
LanLockwood,, Andrews
&_NewnanInc.
A LC:, A UA V C.M ABY
PROPOSED CONTRACT MODIFICATION NO.2
Date: September 26. 2016
Project: Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase I
Project No.: RFP 16 -12733 -TF
Contract For: City of Lubbock
Contract Date: July 11, 2016(NTP)
Subject of Proposed Contract Modification: Clovis Road/Texas 289 Loop TxDOT Crossing Permit
Description (List attachments, if any): This PCM is for the casing limit modifications per the revised TxDOT crossing
permit at Clovis Road and Texas 289 Loop. See attachment 1, TxDOT Crossing Approval Form (LBB20160105155814),
and attachment 2, Canyon Lakes Sanitary Sewer Interceptor Rehabilitation — Phase 1 plan sheet C-212.
Reason for Change: Casing limits modified per TxDOT comments.
Recommended e s & Newnan Inc.
By:
9/26/2016
*Q�nkagtors
Date
Accepted By: of America
Ctillty
Con
��- /
1 09/27/2016
resenlative V Dale
Approved By:
Owner
Representative (Sign, Keep Original Copy and Return All Others. See Heading for Return Address.) Date
Approval Form
Online version 11/2005
To Zoltan Fekete
City of Lubbock
1625 13th Street
Lubbock, TX 79407
APPROVAL
Date 9/13/2016
Application No. LBB20160105155814
District App. No. Sewer
Highway SL 0289
Control Section 078302
Maintenance Section LubLB) bock County Maintenance SE Office
County Lubbock
TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by
Notice of Proposed Utility Installation No. LBB20160105155814 (District Application No. Sewer) dated 9/13/2016 and
accompanying documentation, except as noted below.
Not applicable
When installing utility lines on controlled access highways, your attention is directed to governing laws, bspecially to
Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access
Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b)
nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an
intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for
normal service and maintenance operations. The Installation Owner's rights of access to the through -traffic roadways
and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an
emergency situation occurs and usual means of access for normal service operations will not permit the immediate
action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of
the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and
ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the
Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation
Owner for convenience and safety of highway traffic.
The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum
inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or
all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel
compliance.
It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or
upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line,
subject to provisions of governing laws, by giving thirty (30) days written notice.
If construction has not started within six (6) months of the date of this approval, the approval will automatically expire
and you will be required to submit a new application. You are also requested to notify this office prior to
commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of-
way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance,
type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in
highway planting and beautification, by reducing damage due to trimming.
Special Provisions:
GENERAL NOTES SANITARY SEWER LINES
You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper
inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification.
DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are
also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at
the job site at all times.
By
Title
District
Texas Department of Transportation
Ted Moore
Director of Maintenance
Lubbock
GENERAL NOTES
A copy of the approved Notice of Proposed Installation and all of its attachments must be kept on site and
accessible at all times during construction. This includes the complete Notice, Approval Form, any
approved Amendments, and General Notes and Special Provisions. If this information is not on the job
site, construction may be halted until it can be provided.
Once a permit is approved, no changes shall be made without prior authorization from TxDOT. When field
changes are needed, TxDOT must review and approve these changes. If the scope of work changes
significantly, the utility company may be asked to stop construction and submit a revised request that
reflects these amendments for approval.
All utility installations authorized by the department shall be subject to inspection and testing as may be
deemed necessary by TxDOT to verify that work is being done in accordance with the Utility
Accommodation Rules and TxDOT requirements. If the department determines that the facility was not
installed in the location and at the depth shown on the approved notice, the department may require the
utility to take appropriate corrective action as determined by TxDOT.
The utility owner shall be responsible for the safety of, and shall minimize the disruption to, the traveling
public with proper traffic control. Appropriate measures shall be taken in the interest of safety, traffic
convenience, and access to adjacent property. Warning and protective devices including flaggers shall be
used to prevent traffic hazards and to ensure the safety of the traveling public. Traffic Control Plans shall
be in accordance with the Texas Manual of Uniform Traffic Control Devices. Any lane closures require
TxDOT authorization and a 48 hour notice prior to set up.
All personnel within the right-of-way shall wear high -visibility safety apparel that meets the Performance
Class 2 or 3 requirements of the ANSI/ISEA 107-2004.
Any utility pits or above ground obstructions within the horizontal clearance shall be properly protected, in
compliance with National Cooperative Highway Research Project Report 350, with concrete traffic
barriers, metal beam guard fencing, appropriate end treatments, or other appropriate warning devices.
No construction work within the right-of-way will be allowed on Saturday, Sunday, Federal Holidays,
during inclement weather or before or after sunset unless the contractor has written permission from
TxDOT.
Lines crossing beneath any existing highway shall be installed by boring or tunneling. Jacking or Water
Jetting will not be permitted. Annular voids greater than one inch between the bore hole and the casing
shall be filled with a slurry grout or other Plowable fill acceptable to the department.
Excavated material shall be backfilled immediately after operations have been completed. Said material
shall be compacted to a density approximating the adjacent undisturbed soil using mechanical equipment.
All excess excavation, materials, supplies, etc. shall be removed from the right-of-way after installation is
complete and the right-of-way reshaped to its original condition including fertilizing, seeding and/or sod as
may be required when existing grass has been disturbed.
The utility shall not cut into the pavement or concrete surfaces without written permission from the
department.
When nonmetallic pipe is installed, whether longitudinally or crossings, a durable metal wire or other
district -approved means of detection shall be concurrently installed.
Lubbock District Revised July 2014 Ijp
SPECIAL PROVISIONS
SANITARY SEWER LINES
LOCATION — All parallel underground utilities shall be placed on uniform alignment
within five feet of the right of way line. In no case shall the utility be placed in the
bottom of the ditch or on the front slope. Any alignment change outside of five feet from
the right of way MUST BE APPROVED BY TxDOT.
LONGITUDINAL — The minimum depth of cover shall be 30 inches.
CROSSINGS — The minimum depth of cover to the top of the casing shall be 30 inches,
but not less than 18 inches below any pavement structure.
Underground utilities crossing the highway shall be encased in the interest of safety,
protection of the utility, protection of the highway, and for access to the utility.
Pressurized line crossings under paved highways within the limits of the right of way
shall be placed in steel encasement pipe. Gravity flow lines not conforming to the
minimum depth of cover shall be encased in steel or concrete. Casing lengths with no
longitudinal connection must be the full width of the right of way.
MATERIAL TYPE - All material types used for sanitary sewer lines shall conform to
30 TAC 317.2 and applicable local requirements.
INSTALLATION - Lines placed beneath any existing highway shall be installed by
boring or tunneling. Jacking or Water Jetting will not be permitted.
MANHOLES — Manholes serving sewer lines up to 12 inches shall have a maximum
inside diameter of 48 inches. For lines larger than 12 inches, the manhole inside diameter
may be increased an equal amount, up to a maximum diameter of 60 inches. Manholes
for large interceptor sewers shall be designed to keep the overall dimensions to a
minimum. The outside diameter of the manhole chimney at the ground level shall not
exceed 36 inches.
LIFT STATIONS — Lift stations and pump stations for sanitary sewer lines exceeding
48 inches inside diameter shall be located outside the limits of the right of way.
Lubbock District Revised July 2014 ljp
LanLAndrewsockwo,
& Newnamod, Inc.
A LW A DALY COM P,
PROPOSED CONTRACT MODIFICATION NO. 3
Date: October 26, 2016
Project: Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase I
Project No.: RFP 16 -12733 -TF
Contract For: City of Lubbock
Contract Date: July 11, 2016(NTP)
Subject of Proposed Contract Modification: Force main extension and revised manhole location at Clovis
Road/Texas 289 Loop to accommodate modified bore alignment and the existing 42 -in waterline.
Description (List attachments, if any): This PCM is to accommodate the modified bore alignment at the Texas Loop
289 Crossing. Reference the attached drawing for proposed revisions including the following: Re-route the 12 -in force
main to the proposed manhole at Station 7+61.24 above the existing 42 -in COL waterline and abandon the existing 12"
gravity sewer from Station 7+61.24 southwest and existing manholes on the southwest side of Landmark Ln.
Reason for Change: Revised bore alignment across the Texas Loop 289 Crossing (contractor hit a segment of rock
causing the bore alignment to shift horizontally approximately 6 -ft).
Recommended Lockwood, Andrews & Newnam Inc.
By: Engine r
10/26/2016
preve Date
Accepted By: �WR:ontractors of America
Contractor
9e94_6f t /0 10/28/2016
presentative Date
Approved By:
Owner
Representative (Sign, Keep Original Copy and Return All Others. See Heading for Return Address.) Date
LanLcokwood, Andrews&Newnam, Inc.
A LCo A DALV COAlPA\Y
PROPOSED CONTRACT MODIFICATION NO.4
Date: December 9, 2016
Project: Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase I
Project No.: RFP 16 -12733 -TF
Contract For: City of Lubbock
Contract Date: July 11, 2016(NTP)
Subject of Proposed Contract Modification: Additional 5' Diameter Manholes on Canyon Lakes 24" Interceptor.
Description (List attachments, if any): This PCM adds manholes at Canyon Lake Drive and Joyland. The two 5'
diameter manholes shall be installed at the locations shown in the attached Exhibits A & B. This adds twelve (12) days
to the contract.
Reason for Change: This change provides access to the sewer line in order to accommodate the Phase IA cleaning &
CCN contract.
Recommended Lockwood, Andrews & Newnam. Inc.
By: Engineer
L!
12/9/2016
Representative Dale
Accepted By: Utility Contractors of America
Contractor
[yyfyL 12/13/2016
resentative ' F Date
Approved By: City of Lubbock
Owner
Representative (Sign, Keep Original Copy and Return All Others. See Heading for Return Address.) Date
DUNBAR
HISTORICAL
LAKE
PA.
I I 1 "N'T
Zfl
SHEET KEY MAP
CITY OF LUBBOCK
180.0'0"
45' CANYON LAKES INTERCEPTOR
30" SANITARY SEWER
r
L •
'CIl OF LUBB06ff
PROP. 5' DIA. WWMH
PROVIDE 5' STUB—OUT
AT —0.08% SLOPE FOR
FUTURE CONNECTION. CITY OF
FL EXIST. 30"=3133.72 LUBBOCK
FL PROP. 30"=3133.62
DEPTH=5.98
SEE NOTE 1.
N=7268529.55
E=963042.98
RESTORE ROAD TO ORIGINAL CONDITION.
REFER TO COL PAVEMENT REPAIR DETAILS.
1. FIELD VERIFY FLOWLINE OF EXISTING 30" SANITARY
SEWER AT MANHOLE, AND INSTALL PROPOSED 5'
STUB—OUT WITH A FLOWLINE ELEVATION 0.10' BELOW
EXISTING SEWER AT —0.08% SLOPE.
CANYON LAKES SANITARY SEWER INTERCEPTOR REHABILITATION
PCM 4 - EXHIBIT A
NEW MANHOLE AT CANYON LAKE DRIVE
0 12.6 26 60
caF�
1 INCH = 60 Ff
Lockwood, Andrews
& Newnam, Inc.
A SUBSIDIARY OF LEO A QALY
JOYLAND
AMUSEMENT
PARK
1� MARSHA SHARP FWY
N
x
MARSHA SHARP FWY. E BROADWAY
SHEET KEY MAP
SCUP: 1.-2000'
PROP. 5' DIA. WWMH
FL EXIST. 24"=3146.88
(FIELD VERIFY)
RIM=3166.6±
DEPTH=22.00'
N=7277849.16
E=953909.45
CANYON LAKES INTERCEPTOR
24" SANITARY SEWER
152'24'55"
® I
JOYLAND AMUSEMENT PARK
f CITY OF LUBBOCK
CANYON LAKES SANITARY SEWER INTERCEPTOR REHABILITATION
PCM 4 - EXHIBIT B
NEW MANHOLE AT JOYLAND
0 12.8 ab 60
( IN FEET )
1 INCH = 50 Ft
Lockwood, Andrews
& Newnam, Inc.
A SUBSIDIARY OF LEO A DALY
p
CANYON LAKES SANITARY SEWER INTERCEPTOR REHABILITATION
PCM 4 - EXHIBIT B.1
I n
I AS-BUILTS
Lockwood, Andrews
& Newnam, Inc.
A SUBSIDIARY OF LEO A DALY I
`7
4
p
CANYON LAKES SANITARY SEWER INTERCEPTOR REHABILITATION
PCM 4 - EXHIBIT B.1
I n
I AS-BUILTS
Lockwood, Andrews
& Newnam, Inc.
A SUBSIDIARY OF LEO A DALY I
Lan&,o
Lckwood,Andrews
Newnam,Inc.
tri � n,ety co,.;PA
PROPOSED CONTRACT MODIFICATION NO. 4A
Date: February 8, 2017
Project: Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase I
Project No.: RFP 16 -12733 -TF
Contract For: City of Lubbock
Contract Date: July 11, 2016(NTP)
Subject of Proposed Contract Modification: Additional Manholes on Canyon Lakes Interceptor.
Description (List attachments, if any): This PCM is a revision to the original PCM 4 and adds manholes at Canyon
Lake Drive and Joyland. The 5' diameter manhole and 7' diameter manhole, shall be installed at the locations shown in
the attached Exhibits A & B. This adds twelve (12) days to the contract.
See itemized unit price below:
• Item 17 — New 60 -inch diameter fiberglass manhole $14,000/EA. Additional cost of $14,000.00.
• Item 19 — New 60 -inch diameter fiberglass beyond 6 VF $350NF (16 VF). Additional cost of $5,600.00
• Item 20 — New 84 -inch diameter fiberglass manhole $22,000/EA. Additional cost of $22,000.00.
The total increase in contract price for changes in these items is $41,600.00. 12 days will be added to the contract for
these changes.
Reason for Change: This change provides access to the sewer line in order to accommodate the Phase IA cleaning &
CCTV contract.
Recommended Lockwood, An.0rews & Newnam, Inc.
By: Engineer
L� 02/08/2017
Representative Date
Accepted By: Utility Contractors of America
Contractor
rult�trL Zc�, 02/09/2016
Resentalive 4t! Dale
Approved By: City of Lubbock
Owner
Representative (Sign. Keep Original Copy and Return All Others. See Heading for Return Address.) Date
180'0'0" ,
—_,
CANYON LAKES INTERCEPTOR
30" SANITARY SEWER
CITY OF LUBBOCK'
LIL -
n..
DUNBAR
HISTORICAL
_- _LAKE 1636
SHEET KEY MAP
SCAM ,•—sooty
CITY OF LUBBOCK
RESTORE ROAD TO ORIGINAL CONDITION.
REFER TO COL PAVEMENT REPAIR DETAILS.
PROP. 7' DIA. WWMH.
PROVIDE 5' STUB–OUT
AT –0.04% SLOPE FOR CITY OF
FUTURE CONNECTION. LUBBOCK
SEE ENLARGED VIEW
ON EXHIBIT A.1.
FL EXIST.30"=3131.91
FL PROP. 30"=3131.91
DEPTH=7.69
SEE NOTE 1.
N=7268529.55
E=963042.98
1. FIELD VERIFY FLOWLINE OF EXISTING 30" SANITARY
SEWER AT MANHOLE, AND INSTALL PROPOSED 5'
STUB–OUT AT SAME FLOWLINE ELEVATION AT MANHOLE
CONNECTION WITH A –0.04% SLOPE OUT.
CANYON LAKES SANITARY SEWER INTERCEPTOR REHABILITATION
PCM 4 - EXHIBIT A
NEW MANHOLE AT CANYON LAKE DRIVE
0 12.5 25 50
(IN FM)
1 OUCH = 60 FT
Lockwood, Andrews
& Newnam, Inc.
A SUBSIDIARY OF LEO A DALY
EXISTING 30" SEWER
V:
i
PROPOSED 7' DIA. WWMH
ON EXISTING 30" INTERCEPTOR.
FL EXIST. 30" IN (NW)=3131.91
FL EXIST. 30" OUT (SE)=3131.91
FL PROP. •30" OUT (E)=3131.91
EXISTING 30" SEWER
PROPOSED 5 L.F., 30" STUB—OUT
FOR FUTURE CONNECTION ® —0.04%.
ENLARGED VIEW
SCALE: 1" = 5'
CANYON LAKES SANITARY SEWER INTERCEPTOR REHABILITATION
PCM 4 - EXHIBIT A.1 Lockwood, Andrews
NEW MANHOLE AT CANYON LAKE DRIVE A SUBSIDIARY
OFLEInc. A DALY
ENLARGED VIEW
MARSHA SHARP FWY.
PROP. 5' DIA. WWMH
FL EXIST. 24"=3146.88
(FIELD VERIFY)
RIM=3166.6±
DEPTH=22.00'
N=7277849.16
E=953909.45
JOYLAND
AMUSEMENT
PARK
MARSHA SHARP
N
2
CANYON LAKES INTERCEPTOR
24" SANITARY SEWER .\
152'24'55" �\
JOYLAND AMUSEMENT PARK \ \
CITY OF LUBBOCK r
R
1 ti
0 12.5 25 50
( IN Feer )
I INCH = 50 Fr
CANYON LAKES SANITARY SEWER INTERCEPTOR REHABILITATION
PCM 4 - EXHIBIT B Lockwood, Andrews
& Newnam, Inc.
NEWMANHOLE AT JOYLAND A SUBSIDIARY OF LEO A DALY
C 9 -W 2 R
CANYON LAKES SANITARY SEWER INTERCEPTOR REHABILITATION
PCM 4 - EXHIBIT B.1
I n
I AS-BUILTS
Lockwood, Andrews
& Newnam, Inc.
A SUBSIDIARY OF LEO A DALY
LanAoNLED
e+nmckwood,Andrews
am,Inc. A DALY COMPANY
PROPOSED CONTRACT MODIFICATION NO. 5
Date: November 15-2016
Project: Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase I
Project No.: RFP 16 -12733 -TF
Contract For: City of Lubbock
Contract Date: July 11, 2016(NTP)
Subject of Proposed Contract Modification: Existing gravity sanitary sewer aerial interceptor and manhole removal
and replacement at Segment 21 to accommodate failing pipe.
Description (List attachments, if any): This PCM is to accommodate the removal and replacement of the existing 30"
sanitary sewer aerial interceptor at Segment 21. Reference the attached drawings for proposed revisions including the
following: Remove and replace existing 30" ductile iron sewer main with 227 linear feet of 30" PVC pipe and embedment
from Station 0+00 to Station 2+26.94, remove and replace existing manhole DT2-005 at Station 0+00 and manhole
DT2-005B at Station 2+26.94, remove existing manhole DT2-005A at Station 0+71.42, install 1/8" x 2" straps and 3/8"
anchors to existing pipe supports, install approximately 16 cubic yards of flowable fill below the proposed 30" sewer line,
install approximately 180 cubic yards of dirt fill, include bypass pumping and site restoration.
$180,217.67 and 45 calendar days
Reason for Change: Existing sanitary sewer pipe is in poor condition with corroded segments of pipe with open holes
causing sanitary sewer overflows and inflow.
Recommended Lockwood, Andrews & Newnam, Inc.
By: Engineer
11115/2016
Representative Date
Accepted By. Utility Contractors of America
.
Contractor.
ru L� Z4¢g " P 12/01/2016
resentative 41 V Date
Approved By:
Owner
Representadve (Sign, Keep Orlglnal Copy and Return All Others. see Heeding for Return Address.) Data
Lubbock Canyon Lakes Interceptor Rehabilitation - Phase 1
PCM 5
PAY APPROXIMATE UNITS DESCRIPTION OF ITEM UNIT
TOTAL UCA COST
ITEM QUANTITY PRICE
PROPOSAL
New 2 EA Furnish and install 4 bollards around manhole $ 1,033.00
$ 2,066.00
New 16 CY Flowable Fill $ 100.00
$ 1,600.00
New 20 CY Topsoil $ 12.00
$ 240.00
New 1 1801 CY ISelect Fill Backfill $ 10.00
$ 1,800.00
New ? 1 LA lFurnish and install steel pipe straps with anchors $ 75.00
$ 525.00
TOTAL NEW ITEMS
$ 6,231.00
Setup, operate, maintain, and remove bypass pumping and
la
I
LS
appurtenances as required for segment 25 improvements
$ 30,000.00
$ 30,000.00
Furnish and install 30 -inch sanitary sewer (FRP or PVC)
09
22'
LF
by open cut (all depths), including excavation and trench
$ 375.00
$ 85,125.00
safety
Remove (all depths) existing manhole and replace with
new 60 -inch diamtec fiberglass manhole, including
15
2
11A
necessary excavation and connection(s) and
$ 16,000.00
$ 32,000.00
reconnection(s) to proposed and/or existing sanitary
sewer
27
227
LF
Remove and dispose of existing sanitary sewer (all depths,
$ 100.00
$ 22,700.00
i ie materials, and pipe diameters
Perform site restoration by hydromulch seeding of all
30
757
SY
areas disturbed during construction where existing
$ 5.50
$ 4.161.67
irrigation systems are not in place
TOTAL EXISTING BID ITEMS
$ 173,986.67
TOTAL PCM 5 1 $ 180,217.67
11/29/2016
Lockwood, Andrews
La
&Newnam, Inc.
A 1170 A 0A1Y CO%IPA%Y
PROPOSED CONTRACT MODIFICATION NO. 6
Date: January 18, 2017
Project: Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase I
Project No.: RFP 16 -12733 -TF
Contract For: City of Lubbock
Contract Date: July 11, 2016(NTP)
Subject of Proposed Contract Modification: Segment 6/7 Change to Open Cut, Casing grout credit and Segment 15
Utility Investigation
Description (List attachments, if any): Contractor is to install 157 LF of pipe at Segment 6/7 open cut (Item 3a). The
reduction in cost will be $400/1-F per email quote from UCA. This change reduces the contract amount by $62,800.00.
This change also includes the removal of all instances of grouting the annular space between carrier pipe and
encasement pipe from the contract. See itemized unit price reduction items below:
• Item 3b — Reduction of $18.52/1-F (273 LF) for a total item reduction of $5,055.96.
• Item 3c — Reduction of $18.52/1-F (138 LF) for a total item reduction of $2,555.76.
• Item 3d — Reduction of $18.52/1-17 (320 LF) for a total item reduction of $5,926.40.
• Item 3e — Reduction of $18.52/1-F (300 LF) for a total item reduction of $5,556.00.
• Item 4 — Reduction of $22.22/LF (225 LF) for a total item reduction of $4,999.50.
• Item 7 — Reduction of $18.52/LF (50 LF) for a total item reduction of $926.00.
• Item 11 — Reduction of $11.11/LF (18 LF) for a total item reduction of $199.98.
• Item 13 — Reduction of $14.81/1-F (716 LF) for a total item reduction of $10,603.96
The total reduction in contract price for changes in these items is $35,823.56.
Also included in this PCM is the Segment 15 additional utility investigation. This investigation includes full trench
excavation to new sewer flow line, with sand backfill, flowable fill cap, and all traffic control. The cost for this work is
$13,975 as quoted in email from UCA. This change increases the contract amount by $13,975.
When totaled, these three changes reduce the total contract amount by $84,648.56. No days will be added to the
contract for these changes.
Reason for Change: The first two changes are being made in order to save costs on the work performed in the
contract. The additional utility excavation work is to discover all unknown utilities along the pipeline trench.
Recommended Lockwood, Andrews & Newnam,
JInc.
By: Engineer �
//il� ! f 1/27/2017
.
Z �, �._.,
Representative It Date
Accepted By: Utility Contractors of America
Contractor
02/01/2017
presentative Date
Approved By:
Owner
Representative (Sign, Keep Original Copy and Return All Others. See Heading for Return Address.) Date
LanL,,&AN,,
ckwood,Andrews
ewnam,Inc.
r a oary c0,,.PA,;,,,
PROPOSED CONTRACT MODIFICATION NO. 7
Date: January 24, 2017
Project: Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase I
Project No.: RFP 16 -12733 -TF
Contract For: City of Lubbock
Contract Date: July 11, 2016(NTP)
Subject of Proposed Contract Modification: Existing gravity sanitary sewer aerial interceptor and manhole removal
and replacement at Segment 22 to accommodate failing pipe.
Description (List attachments, if any): This PCM is to accommodate the removal and replacement of the existing 24"
sanitary sewer aerial interceptor at Segment 22. Reference the attached drawings for proposed revisions including the
following: Remove and replace existing 24" ductile iron sewer main with 224 linear feet of 24" PVC pipe and embedment
from Station 532+08 to Station 534+32, remove and replace existing manhole DT1-006 at Station 532+08 and manhole
DT1-0068 at Station 534+32, remove existing manhole DT1-006A at Station 532+76, install 1/8"'x 2" straps and 3/8"
anchors to existing pipe supports, install approximately 14 cubic yards of flowable fill below the proposed 24" sewer line,
install approximately 150 cubic yards of dirt fill, include bypass pumping and site restoration. This PCM will add
approximately $151,685.00 to the contract. See attachment for detailed cost proposal. No additional days are given.
Reason for Change: Existing sanitary sewer pipe is in poor condition with corroded segments of pipe that are seeping
and weak. This Segment is being replaced with the adjoining 30" segment which will save money and eliminate future
sanitary sewer overflows and inflow caused by structural failure.
Recommended Lockwood, Andrews & Newnam, Inc.
By: Engineer
1/25/2017
Representative Date
Accepted By: Utility Contractors of America
Contractor
g&'�tat-� 02/01/2017
Rofesentative Date
Approved By:
Owner
Representative (Sign, Keep Original Copy and Return All Others. See Heading for Return Address.) Date
Lubbock Canyon Lakes Interceptor Rehabilitation - Phase 1
PCM 7
PAY APPROXIMATE UNITS DESCRIPTION OF ITEM UNIT
TOTAL UCA COST
ITEM QUANTITY PRICE
PROPOSAL
36 14 CY Plowable Fill $ 100.00
$ 1,400.00
37 150 CY Select Fill Backfill $ 10.00
$ 1,500.00
38 20 CN' Topsoil $ 12.00
$ 240.00
39 5 E_1 Furnish and install steel pipe stra s with anchors $ 75.00
$ 375.00
TOTAL NEW ITEMS
$ 3,515.00
Setup, operate, maintain, and remove bypass Pumping and
le
1
I'S
appurtenances as required for Segment 22 improvements
$ 20,000.00
$ 20,000.00
Furnish and install 24 -inch sanitary sewer (FRP or PVC)
8a
211
LI'
by open cut (all depths), including excavation and trench
$ 320.00
$ 71,680.00
safeq,
Remove (all depths) existing manhole and replace with
new 60 -inch diamter fiberglass manhole, including
18
2
E -k
necessary excavation and connection(s) and
$ 16,000.00
$ 32,000.00
reconnection(s) to proposed and/or existing sanitary
sewer
77
224
LF
Remove and dispose of existing sanitary sewer (all depths,
$ 100.00
$ 22,400.00
pipe materials, and pipe diameters
Perform site restoration by hydromulch seeding of all
30
380
SY
areas disturbed during construction where existing
$ 5.50
$ 2,090.00
irrigation systems are not in place
TOTAL
EXISTING BID ITEMS
$ 148,170.00
TOTAL PCM 7 1 $ 151,685.00
1/18/2017
Lan Lockwood, Andrews
&Newnam, Inc.
A I r�, A PAO' �
PROPOSED CONTRACT MODIFICATION NO. 8
Date: January 25, 2017
Project: Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase I
Project No.: RFP 16 -12733 -TF
Contract For: City of Lubbock
Contract Date: July 11, 2016(NTP)
Subject of Proposed Contract Modification: Point repair for Martin Luther King (MLK) Blvd Crossing of the Canyon
Lakes Interceptor
Description (List attachments, if any): Contractor is to complete a sanitary sewer point repair in the middle of the MLK
Blvd median by open -cut construction, install a shallow bore for by-pass piping under MILK Blvd, remove and replace
curb and gutter, remove and replace concrete median, and cut and grout by-pass bore upon completion. The cost for
this work is $43,900 as quoted in email from UCA.
See itemized unit price below:
• Item 25 — Sanitary sewer point repair by open cut $20,000/EA. Additional cost of $20,000.00.
• Item 41 — Shallow bore (3' deep) for by-pass piping under MILK Blvd $100/LF (80 LF). Additional cost of
$8,000.00.
• Item 42 — Remove and replace curb and gutter $35/LF (30 LF). Additional cost of $1,050.00.
• Item 43 — Remove and replace concrete median $65/SY (25 SY). Additional cost of $1,625.00.
• Item 44 — Cut and grout by-pass bore $7.50/LF (80 LF). Additional cost of $600.00.
• Item 45 — MILK Blvd Traffic Control Plan and Implementation $4,500. Additional cost of $4,500.00.
The total increase in contract price for changes in these items is $35,775.00. 21 days will be added to the contract for
these changes.
Reason for Change: This change is being made due to an apparent structural pipe failure which is creating an
obstruction in the 30" Canyon Lakes Interceptor in this location.
Recommended Lockwood, Andrews & Newnam, Inc.
By: Engineer
C' 1/27/2017
Representative Date
Accepted By: Utility Contractors of America
Contractor
02/01/2017
reaentative Date
Approved By:
Owner
Representative (Sign, Keep Original Copy and Return All Others. See Heading for Return Address.) Date
Lan Lockwood, Andrews
tN
& Newna_m, Inc.
PROPOSED CONTRACT MODIFICATION NO. 8A
Date: March 24. 2017
Project: Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase I
Project No.: RFP 16 -12733 -TF
Contract For: City of Lubbock
Contract Date: July 11, 2016(NTP)
Subject of Proposed Contract Modification: Point repair for Martin Luther King (MLK) Blvd Crossing of the Canyon
Lakes Interceptor
Description (List attachments, if any): This PCM is a revision to the original PCM 8 and adds a new manhole to
complete a sanitary sewer point repair in the middle of the MLK Blvd median by open -cut construction, remove and
replace curb and gutter, remove and replace concrete median, and provide traffic control.
See itemized unit price below:
• Item 17 — Install new 60 -inch diameter fiberglass manhole $14,000/EA. Additional cost of $14,000.00.
• Item 42 — Remove and replace curb and gutter $35/LF (30 LF). Additional cost of $1,050.00.
• Item 43 — Remove and replace concrete median $65/SY (25 SY). Additional cost of $1,625.00.
• Item 45 — MLK Blvd Traffic Control Plan and Implementation $4,500. Additional cost of $4,500.00.
The total increase in contract price for changes in these items is $21,175.00. 21 days will be added to the contract for
these changes.
Reason for Change: This change is being made due to an apparent structural pipe failure which is creating an
obstruction in the 30" Canyon Lakes Interceptor in this location.
Recommended Lockwood Andrews & Newnam Inc.
By: Engineer
.. _. _ 3/24/2017
Representative Dale
Accepted By: Utility Contractors of America
Contractor
Jonathan Ziemer, P.E. 03/24/2017
Representative Dale
Approved By:
Owner
Representative (Sign, Keep Original Copy and Return All Others. See Heading for Return Address.) Dale
LanLockwood, Andrews
& , Inc.
,� 4Newnamer7 a r,Air cut.rnk`'
PROPOSED CONTRACT MODIFICATION NO. 9
Date: March 28, 2017
Project: Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase I
Project No.: RFP 16 -12733 -TF
Contract For: City of Lubbock
Contract Date: July 11, 2016(NTP)
Subject of Proposed Contract Modification: Extension of the Bore Casing at the turn off access road from Clovis
Road to the Texas 289 Loop Frontage Road of the Canyon Lakes Interceptor
Description (List attachments, if any): TxDOT originally permitted a 45 -foot bore under the above access road at
Segment 18. After the construction was staked, TxDOT asked for additional casing as a result of a site visit. The City
negotiated down to an additional 15 -feet of casing to comply with TxDOT's request. The Contractor is hereby required
to extend the casing by 15 -feet for a total of 60 -feet under the access road.
See itemized unit price below:
• Item 3e — Furnish and install 24 -inch sanitary sewer (FRP or PVC) and steel casing by auger bore at Segment
18 $750/1-F (15 LF). Additional cost of $11,250.00.
The total increase in contract price for changes in these items is $11,250.00. 0 days will be added to the contract for
these changes.
Reason for Change: This change is being made at the request of TxDOT after the permit was issued for work in this
location.
Recommended Lockwood Andrews & Newnam Inc.
By. Engineer
3/24/2017
Representative Date
r
Accepted By: Utility Contractors of America
Contractor
Jonathan Ziegner, P.E. 03/24/2017
Representative Date
Approved By:
Owner
Representative (Sign, Keep Original Copy and Return All Others. See Heading for Return Address.) Date
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
lofl
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:
2017-202333
Date Filed:
05/04/2017
Date Acknowledged:
05/08/2017
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
Utility Contractors of America, Inc.
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
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
12733
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 1
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
I Intermediary
Ziegner, Jonathan
Lubbock, TX United States
X
Lane, Ty
Lubbock, TX United States
X
5 Check only if there is NO Interested Party. ❑
6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct.
Signature of authorized agent of contracting business entity
AFFIX NOTARY STAMP / SEAL ABOVE
Sworn to and subscribed before me, by the said this the day of
20 , to certify which, witness my hand and seal of office.
Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath
Forms orovided by Texas Ethics Commission www.ethirs_state.tx_us
\/Arcinn \/1 n Raq
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
Complete Nos. i - 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:
I Name of business entity filing form, and the city, state and country of the business entity's Place
of business.
2017-202333
Utility Contractors of America, Inc.
Lubbock, TX United States
Date Filed:
05/04/2017
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
Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or Identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
12733
Canyon Lakes Sanitary Sewer Interceptor Rehabilitation Phase 1
4
Nature of interest
Name of Interested Party
City, State, Country (glare of business)
(check applicable)
Controlling
Intermediary
Ziegner, Jonathan
Lubbock, TX United States
X
Lane, Ty
Lubbock, TX United Stales
X
5 Check only if there is NO Interested Party. El
8 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct
Tammy VanBuren
.J = Notary Public, State of Texas
I ` My Commission Expires
September 27, 2020 Ignature of authorized agent of contracting business entity
AFFIX NOTARY STAMP / SEAL ABOVE
Swom to and subs the said Chris Bahos this the
4th day of May
20 17 t certify ch, witness my h and seal of office.
Tammy VanBuren
Signature of r administering o Printed name of officer administering oath Title of officer administering oath
rui mb piuviucu uy i exas Ethics t-ommisslon www.etnics.state.tx.us Version V1.0.883