action sheet public worksicip and land use committee …€¦ · action sheet item from the public...

78

Upload: others

Post on 25-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request
Page 2: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

1

ACTION SHEET

ITEM FROM THE

PUBLIC WORKSICIP AND LAND USE COMMITTEE MEETING

OF

MONDAY, AUGUST 8, 2016

ITEMS

REQUEST FOR APPROVAL OF INSTALLATION OF BIKE LANE PAVEMENT MARKINGS UTILIZING STATE PRICE AGREEMENTS 60-805-16-13992 AND 50-805-15-13228 WITH SAN BAR CONSTRUCTION CORP. IN THE AMOUNT OF $61,773.40 (RICK DEVINE)

PUBLIC WORKS COMMITTEE ACTION: Approved on Consent

FUNDING SOURCE: 32815

SPECIAL CONDITIONS I AMENDMENTS I STAFF FOLLOW UP:

VOTE FOR AGAINST ABSTAIN

CHAIRPERSON IVES X

COUNCILOR MAESTAS X

COUNCILOR RIVERA X

COUNCILOR TRUJILLO X

COUNCILOR VILLARREAL X

Page 3: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

2

CCfi~~ ©if ~~~~ W®S)~®W? ~®~@©

memo Date: July 25, 2016

To: Public Works Committee

Via:

From:

Subject:

Background:

. ~.,Public Works Department Director

John J. Romero, Engineering Division Director £ Rick Devine, Engineer Supervisor

Installation of bike lane pavement markings on Osage, W. Alameda, and Siringo Rd. by San Bar Construction Corp. in the amount of $61,773.40.

The Bicycle and Trail Advisory Committee (BTAC) identified the following streets for bike lanes:

1. Osage Ave. from Rosina St. to San IIdefonso 2. W. Alameda from St. Francis to Defouri St. 3. Siringo Rd. From St. Francis to Miguel Chavez

BTAC approved the plans for Osage and W. Alameda in October of2015. The Siringo plans were submitted to BT AC in April of 2016. Pricing for the above mentioned installation is based on the attached New Mexico State Price Agreements, numbers 60-805-16-13992 and 50-805-15-13228 with San Bar Construction Corp. which expires on March 10, 2017 and October 4, 2016 respectively. Please refer to attached Engineers estimate and the quote for details. Sufficient funds are available in Business Unit 32815.

Requested Action: Approval to install bike lane pavement markings on the above mentioned streets in the amount of $61,773.40 as estimated by San Bar Construction Corp.

If you require additional information, please advise.

Attachments: Engineers Estimate Quote from San Bar Construction Corp. New Mexico State Price Agreements 40-805-13-10335 & 32-805-00~08698

Page 4: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

3

CITY OF SANTA FE- TRAFFIC ENGINEERING DIVISION

INSTALLATION Of NEW BIKE LANES ON W ALAMEDA, FROM ST. FTU<NCIS 10 DE FOURI /IND ON OSAGE FROM ROSINA TO SAN IIDEFONSO AND ON SIRINGO FROM ST FHANCIS TO MIGUEL CHI\VEZ ENGINEER'S EfiTIMATF

USING NMDOT PRICE AGREEMENTS- sr,N BAH CONSTHUCTION CORP PRICES

-----·--··------··------~_§_r·-----------~ DES __ c;_RIPTION ---------·

NMDOT PURCHASING AGHEEMENT NO .. 60-805 .. 16-13992

......... -

0!!9 4" REFLECTORIZED PAINTED MARKINGS WHITE .F _ $0 9~ ___ ..... 9%~ -~ -·----=-____g __ $2~?_10 059 4"-RE~iz[o PAINTED MAHKINGS yellow . l'_'·r'c-.. ------+- $0.0500 11250 8456 o $9q~:o.Q 064 MOBILIZATION MILE .. EOOOO GO 60 60 S1BO.OO OG5 Ohlifr:ration of exiSting long line pave;neiit markings within District 5 4:(5' .r $0.5000 5625 4000 3504 $6,S64 50

inch stripe 066 Obliteration of existing pavement markings for District 5 SF $2 0000 0 0 $400.00 200

067 __ ~jlgf1~~·1J.'!fS>blito.r:?J!?:n of pavement_l1)_?rkings in DistrictS --~L_t -$2.5000 -----60 -~ 60 $450.00 068 Layollt of passing/no passing zO!les, unmarked roadways, and auxiliary LF ..... _ -----sn~o36o ------225o - iit\ ----- 2ooo --s1(io:92

lanes to include lefl and right lanes, and acceleration and deceleration lanes within District 5. This item will be measured by thF. linear foot of center line stripe or length of auxiliary lanes(s) Mobilization included.

-----------+---------··--j--------------- NMDOT PIJi~CIIASINGAGl~EEMENT NO. 50-805-15-132328

-. -·--,--------- .. -· ------ ... ·------- ...... ________ , ............... -------· -

BID ------·- ITEM OESCHIPTION .. --UNIT --I-UNIT PRICE --

_ITEM$. ·--:--:--,---c-:--:-c-:c-:----c--:-::-·-c-.,..·-=----c:-:-,....-,:---=-""""------c-c---------c 038 Materials & Placement of Durable Plastic Reflective Preformed Patterned ----u:----~-~ ..... - $:?.05 - ---------:~c:-Uc:H:-:4'"--+----;;-50:::=oof--::$:-;1-;:8-,.?:::3:2:-:_7c:i0

Pavernent Striping Taf)e. White and yellow 4" 60 mil.

-o4i Materials &'riacement of Durable Plastic Reflective Preformed Patterned ~F··- ,__ $7.20. ·---·-------!··"---+---

Pavement Markings (crosswalks & stop bars). 12 inch .

042 .. ·Materials &-Placement of Durable Plastic Reflective Prefonned r>auerned Pavement Markings (crosswalks & stop bars). 24 inch .

043 Materials and Placement of Durable Plastic-Reflective Preformed Patterned Pavement Markings (lenends and symbols)

LF. $13.95

$12 .. 90 922 280 524 $22,265.40

046 Mobilization Required to c-~mpiete Work (one-way, one-time co;1tinuous 'MILE---1--~ ... $4:50 -- ···"co ---60 ----·---60 · .... _ $810 .. 00

travel within the state of New Mexico by Contractors crew to reach each site. mileage to be verified by map miles by shortest or most reasonable routes of travel) - .... _,,______ -----·---- -------.. ~-~-------- .. -----

045 .... EradicationfObliteraHon. Pavemen1 Marking (legends and Syrnbols)

046

047

Mobilizatio.n Required to Complete work (One-Way, One Time Continuous Travel wilhin the State

Traffic Control (Urban) (within (he corporate limits of urban areas with 20,000 population and over) reql!ited to complete work. To include all signing and traffic channelization devices for adequate handling of traffic

__ '!l<?..UD<e!YJ:!l.M...JlJ.JQ\1~!?..L-------·-----

SF $2.75 $0.00

MILE $4.50 0

$60.00 20 10 20 $3,000 00

HOUH

N(W MEXICO GRT 83D5% $4,740.8:3

Page 5: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

4

San Bar Construction Corporation 9101 Broadway SE Albuquerque, NM 87105 www.sanbarcc.com

Phone: 505-452-8000

Fax: 505-452-8800

To:

Proposal

Project:

. ~ <B!J~i~;iitHnxm<!!!TIID

Proposal: 16K0722E

Date: 7/22/2016

Estimator Attn: Estimator

Santa Fe Alameda and Osage Striping Various Locations Santa Fe, Nf'1

!Estimator . KYLE MORITOMO

Reference Description · Quantity UOM Unit Price Extended Price

13228 50·805-15-13228 Reflectorized Pavement Markings

13228-038 Materials and Placement of Plastic Reflective 8,894.00 LF $2.0500 $18,232.70 Pavement Stripe Tape, 0 to 50,000

13228-041 Materials and Placement of Plastic Reflective 298.00 LF $7.2000 $2)45.60 Markings (Crosswalks, Stop Bars) 12 Inch

13228-042 Materials and Placement of Plastic Reflective 51.00 LF $13.9500 $711.45 Markings (Crosswalks, Stop Bars) 24 Inch

13228-043 Materials and Placement of Plastic Reflective 1,726.00 SF $12.9000 $22,265.40 Markings (Legends and Symbols)

13228-046 Mobilization Required to Complete Work (One-Way, 180.00 MJ $4.5000 $810.00 One-Time)

13228-047 Traffic Control (Urban) 50.00 HR $60.0000 $3,000.00

Total13228 50-805-15-13228 Reflectorized Pavement Markings $47,165.15

13992 Statewide Striping 60·805-16-13992

13992-057 Placernent of High-Durable Painted Markings 4" 41,640.00 LF $0.0500 $2,082.00 Stripe 22-25 Mills

13992-064 Mobilization for 05 for Emergency Striping Work 180.00 MI $1.0000 $180.00

13992-065 Obliteration of Long Line Pavement Markings 05 (4- 13,129.00 LF $0.5000 $6,564.50 6" Stripe)

13992-066 Obliteration of Pavement Markings 05 200.00 LF $2.0000 $400.00

13992-067 Mobilization for Obliteration of Pavement Markings 180.00 Ml $2.5000 $450.00 05

13992-068 Layout of Passing/No-passing zones, Unmarked 6,364.00 LF $0.0300 $190.92 Roadways and Aux Lanes 05

Total13992 Statewide Striping 60-805-16-13992 $9,867.42

99999 Sales Tax

99999-999 Sales Tax 8.3125% 1.00 LS $4,740.830 $4,740.83

Total99999 Sales Tax $4,740,83

Page 1

Page 6: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

5

San Bar Construction Corporation 9101 Broadway SE Albuquerque, NiYJ 87105 www.sanbarcc.com

Proposal

Phone: 505A52-8000

Fax: :iOS-452-8800

Proposal: 16K0722E Date: 7/22/2016

...

Estu .. acv'

Attn: Estimator

Project:

Santa Fe Alameda and Osage Striping Various Locations Santa Fe, Ntv1

Proposal Total:

Proposal excludes layout, blue staking, traffic control, concmle conng, mmoval of curing compound and sweeping.

Permanent Markings include one mobilizations. Excludes curb nose pain!ing, if required a charge of $3.00/SF will be added to invoice. Layout points lo be provided by general contractor at 30' to 40' intervals maximum

Excludes taxes, permits, project spec;ifi(~ certificelions (sucll as railroad nagger). and bonds.

Proposal valid for 30 days.

$61,773.401

Please contact Kyle or Brad in our scheduling department mgarding any pre or post bid scllcduling concerns They c;.an be reached al the above phone number or [email protected] or Bradb@sanbarcc<com.

Marking Removal requires general contractor to provide clean water onsite for mmoval equip men! and disposal area onsile !or removal debris. Excludtss seal coal after removal. Marking Rernoval includes one mobilization.

General Information NMDOT OBE 99·10-13

NM Contractors License 30106 GA98" GF01 Federa!ID Number 85·0378983

Public; Works Registration Number 019108201 1!323 Bond Hale $5A0/1,000 (Minimurn $100 00)

Accepted by:

Title:

Date:

Page 2

Page 7: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

6

Jul 25 2B1n 11:43:58 ACORD,., ~·

XDimensional Tech -> signal sluw

CERTIFICATE OF LIABILITY INSURANCE

Faye 1:!82 Dt. IE! MM/ODNYYY)

0'7/J!S/2016

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CEIHIFICA l'E OF INSURANCE DOES NOT CONSlTfUTE A CONTf<tACT BETWEEN THE ISSUING fNSURER(SJ. AUTHORIZED REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER. IMPORT ANT: If the c~:rHficate holder is an AO D::clo::T::-:IO:-cN:c-A-:-L:-:::IN~8:::cU'""R=E:::D-, -::-th_e_po--:1-:-ic-y""(i-es-:)-m-u.s-:t-:l:-la-v-~··-A::-:D=-:D:::I;;;T::-:!O~N:-:-A-:-l;-;;!N:-:-S;;:U~R;:;:·ED-·pr~>vlsions or b£! endorsed. II SUBROGATION IS WAIVED, subjact to tho terms and conditions of the policy, cert<Jin policies may requir» an llndorsemf!nt A statP.tmmt on this c~Jrtifi<:i!:te does no! confe-r rl2_l_!!~~-~~ of such endo~s_)_. --~---~-~~-~-w---·~--

PROD\.JCER Ed RisJ«<;( Pi\ni<~la tnEur;;.nc{>, l:nc. "Alloa, 320 ~<>ld AV<Htu'!' Svl, St9 '100. .. _iSOS) 766.}67§

INSllRfW san nar co:natru•::t.:l.on Corp ..

Albuquerque Nld 8'1105

509952J:l37

509952)~54

WC1000005)3~-2016A

!N&\J~cil{l>J ~f~QKDING c.oYEi\A.OS

!NSURERA· lluilcl<'l:t'll T:rnot

INSUfl.E.R .B .. : Continant.al ... .S::aaua.l.ty C_orn:pani'

II:JS.U.I\~":.f:: N£iti_ot1a l .. )tt:re !rHH.J.ran<:J." C~pan ..

IN$UI',E'f.: f:l .. :zall uy .. Fo:t'!!i" I>1<'lt>rtu·,ee corupaox..

l:l!i:SGRIP'TION OF OPERATIONS I LOCATIONS I VEH!Cl6~ (ACORD 101. M<lillon•1 RC!!lluf~~ SCI>M\11~, rr.;JY IJ& <m&tt"" If ni¢1~ •Pi!CO Ia requlfi>(Ji GG!HH'al. li,.,btli.t:y and auto l;!.al>.O.ity poli<:1$.G12 contain 1< "Dllmki!~ l\.d<lit;ional inau.r&<'l" p>:ov.tsion that ~Qt~~lj~h~~ th~ Qcop~ of ~dq~tion~l in~u~0d ~ov~r~g9 gr~nted to th¢ c~rtif~c~tQ hold~~. P~r ~ blanket: wAi vllor· o£ aub=:oga t:l.i.m and wh-.re permi t:l:eod by th~ Hl:.n te law, the inaure:t wa.J. V<.Hl 1 te right: to tnxh:rogat:"' agt;dnt:t t'h« c"'rt:.;tf.ic.l<t<!! ).l<?1<S«r by rel!,!l<'u> o!; p.\l.yra<;r•l;& jjii;,d«. ur.~der >)<>.I.Ho:ral li~abU.:l.lji. ""·'~.o liability and wod:e•" a compensation insurance but only under t.he cirou:matanaee stated i11 tbe po:Ud.es. G!l'na:ro.l tia.hil:i.ty policy will pay for a cov~:t:<>d loss on >'t primary hUis .and. tbe Company will not sl'l<ek oont;~:ibuttou tro'W the c.,rt-ificate Holder for such loli.<lil' until thGI Company's pdroary lim:i.tfl of .:).i.#.bil~t;y 114'1'<; ):,;,:.;;n <!JX.hil.',H~t.e<:.\.J.<JEt Pod.t;"' AS~'<'>c\l~t><itM; jjGQ•Su!i·t6-13992., Stlll.t"' of ~M.w M«x.:l.co, General services Department, Purchasing Division

CERTIFICATE HOLDER CAr~CELLATION

;$-

2(11·U

204}B

nH\M

SHOULD ANY OF THl'r ASOV!il OESO~I!'.ED POLICIES BE CANCELLED BEFORE THe EX!'>IRATION OATS THE'.F!EOF, NO 'flOE WILL BE D!'lLIVEREt> IN

City of Santa 1\'e ACCORDANCe WIT!~ TtlE POLICY PROVISIONS.

Att..n• !!nli);irtMrirt<;J Pt>pt PO Box 909 AUTfWRll:F.D ~EPRI;Si?.>lT.A TtV$

:;<00 J:.iti.OOl.l\ Av<~; /;~~~ -~~::-;{? S<tnta l?a NM 67504,2:319 /,.

@ 198S·20Hi .A. CORD CORPORATION • .A.!I rights reserved. ACORD .Z& (201 6/03) Tha ACORD name, and logo are, reglst~r~d mark;:. of ACORD

Page 8: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

7

GSD/PD (Rev. 01!11) State of New Mexico

General Services Department Purchasing Division

Price Agreement Amendment

r A:w~-~d-ed_vc.nci0;;·----- -------- ------ -------3 Vendors

Price Agreement Number: 60-805-16-13992

Price Agreement Amendment No.: One

) L!!:!!~!'-~!1£....1'{.!!~.:~···-

Term: March 11, 2(H6-Mnrch 10, 2017

Ship To: Procurement Specialist: Eric Sanchez ~ .,J New Mexico Department ofTmnsportation

Various Locations Telephone No.: (505} 827-0554

Invoice: New Mexico Department of Transportation Vm·ious Locations

-------------------------------~-

For questioos regarding this Price Agreement please contuct: Angela Martinez 505-828-5127

Title: Statewide Striping

This Price Agreement Amendment is to be attached to the respective Price Agreement and become a part thereof.

This amendment is issued to reflect the following effective immediately:

See attached pages for changes.

The provisions of the Price Agreement shall remain in full force and effect, except as modified by this amendment.

Accepted for the State of New Mexico

Purchasit~g~· is'on, 1 !00 SL Francis Drive 87505, PO Box 6850, Suntn Fe, NM 87502-6&50 (505) 827-0472 LM;es

Date:4/ll/l6

Page 9: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

8

Amendment number One for 60-805-16-13992

Change Current Language From_;,

Public \Vorks Minimum Wnge Act:

is a Public Works Contract subject to the provisions of the Public Works Minimum Wage

Act, Section 13-4-ll through 13-4-17, et Seq. NMSA 1978 as amended. Minimum wage rates as detennined and published by the New Mexico Department of Work Force Solutions

(NMDWS), Santa Fe, New Mexico shall be in effect and utilized by the vendor during the life of

this Price Agreement.

a Contractor or Subcontractor is willfully paying employees covered by the Public Works

Minimum Wage Act, lower rates than required, the contractor or subcontractor may lose their

right to proceed with the work.

Public \Vor){S Minimum Wage Act:

This is a Public Works Contract subject to the provisions of the Public Works Minimum Wage

Act, Section 13-4-11 through 13-4-17, et. Seq. NMSA I 978 as amended. Minimum wage rates as determined and published by the New Mexico Department of Work Force Solutions

(NMDWS) shall be in effect and utilized by the vendor during the life of this Price Agreement.

If a Contractor or Subcontractor is wHifully paying employees covered by the Public Works

Minimum Wage Act, lower rates than required, the contractor or subcontractor may lose their

right to proceed with the work.

This is a federal participation Price Agreement. You are hereby advised that wherever differences exist between the minimum wage rates shown under wage decisions of the NMDWS

and those shown under U.S. Department of Labor Wage Decision and any modification thereto

noted in the contract assembly, the higher wage rates shall govern.

Please replace the federal language clause (I 51 Section, Page IO) in its entirety with the attached

clause per new FHW A requirements. The new clause has been attached.

Page 10: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

9

Federal Funding Requirements:

Federal Funds may be utilized for this Price Agreement at the discretion of the NMDOT. The Required Contract Provisions Federal-Aid Construction Information Hstcd below is located at the following website:

http:Udot.state.nm.us{content/dam/nmdot/Procurement/fedlanguage3-2010.pdf

The following Federal-Aid Construction Information is an integral part of the price agreement:

l. Notice to Contractors-Civil Rights Obligations (August 13, 20 15). L Title VI H. Disadvantaged Business Enterprise (DBE) III. Subcontractor Prompt Payment Provisions Clarification of Good Cause and

Prohibition of Cross~ Project Offset IV. Required Contract Provisions Federal-aid Construction Contracts and Supplements

(FHWA-1273- Revised May 1, 2012) ., General

• Nondiscrimination

• Non-segregated Facilities

• Davis-Bacon and Related Act Provisions

• Contract Work Hours and Safety Standards Act Provisions

• Subletting or Assigning the Contract

• Safety: Accident Prevention

"' False Statements Concerning Highway Projects

• Implementation of Clean Air Act and Federal Water Pollution Control Act

.. Compliance with Government-wide Suspension and Debarment Requirements

• Certification Regarding Use of Contract Funds for Lobbying V. Supplemental EEO Requirements VI. Indian Preference VII. NMDOT on the Job Training (OJn Program VIU. Wage Rates IX. labor Reporting and Submission of Weekly Payrolls X. Title VI Assurances Appendix A and Appendix E

2. Notice to Contractors- Toll Free Number to report bid rigging- USDOT 3. Declaration of Non-Collusion for Award of Contract (Form No. A-87 New 11-89

attached) must be completed and submitted with proposal). 4. Disclosure of Lobbying Activities (Revised H/24/98 attached). Must be completed and

submitted with the proposal.

Attention of the bidder is particularly directed to the current requirements as to resident Contractor's preference, per section I 3-4-3 NMSA 1978. The provisions of sections I 3-4-1 through 13-4-4 NMSA 1978 shall not apply to this price agreement.

Page 11: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

10

Awarded Vendor:

State of New Mexico General Services Department

Price Agreement

GSD/PD (Rev. 5/16/12)

3 Vendors (Sec page seven) Price Agreement Number; 60-805-16-13992

Telephone No.:

Shi To: New Mexico Department of Transportation Various Locations

r--~-----·-···-······-··--·····~--~--~~·-·-·-----~-~-----Invoice: New Mexico Department of Transportation Various Locations

'-~--~--· - ·-------1 For questions regarding this contract please contact:

Angela Martinez 505-827-5127

Title: Statewide Striping

Tenn: March H, 2016-March 10, 2017

Payment Terms: Net 30

F.O.B.: Destination

Delivery: As Requested

_;; '

Procurement Specialist: Eric Sanchez&g

Telephone No.: 505-827-0554

This Price Agreement is made subject to the "terms and conditions" shown on the reverse side of this page, and as indicated in this Price Agreement.

Accepted for the State of New Mexico

Date: 03/09/16

Purchasing Div~on, 1100 St. Francis Drive, PO Box 6850, Santa Fe, NM 87502-6850 (505) 827-0472 LM;cs0,{

Page 12: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

11

State ofNew Mexico General Department

Purchasing Division Price Agreement#: 60-805-16-13992

Page-2

Conditions (Unless othenvise specified)

l. Gcncnd: When the State Purchasing Agent or his/her issues a purchase document in response to the Vendor's bid, a binding contract is created.

2. in Quantity: No variation Jn the quantity of any item called for by this order will be accepted unless such variation bas been caused by conditions of loading, shipping, packing or allowances in manufacluring process and then only to the if any, specified in this order.

3. Assignment~ a. Neither the order, nor any interest therein, nor any claim thereunder, shall be assigned or transferred by the Vendor, as set forth in Subparagraph 3b or as expressly authorized in writing by the State Purchasing Agent or his/her designee. No such assignment or transfer shall relieve the Vendor from the obligations and liabilities under this order.

b. Vendor agrees that any and nil claims for overcharge resulting from antitrust violations which are borne by the State as to goods) services, and materials purclwsed in connection with this bid are hereby assigned to the State.

4. State Furnished l)roperty: State furnished property shall be returned to the State upon request in the same condition as received except for ordinary wear, tear and modifications ordered hereunder.

5. Discmmts~ Prompt payment discounts will not be considered in computing the low bid. Discounts for payment within twenty (20) days wiH be considered after the award of the contract Discounted time will be computed fi·om the date of receipt of the merchandise invoice, whichever is later.

6. Inspection: Final inspection and acceptance will made at the destination. Supplies rejected at the destination for nonconformance with specitlcations shall be removed at £he Vendor's risk and expense, promptly afier notice of rejection.

7. Inspection of Plant: The State Purchasing Agent or his/her designee may inspect, at any reasonable time, the part of the Contractor's, or any subcontractor's plant or place of business, which is related to the performance of this contract

8. Commercial Warr •. mty: The Vendor agrees that the supplies or services fllrnished under this order shall be covered by the most favorable commercial warranties the Vendor gives for such to any customer for such supplies or services. The rights and remedies provided herein shall extend to State and are in addition to and do not limit any rights afforded to the State by any other clause of this order. Vendor agrees not to disclaim warranties of fitness for a particular purpose of merchantability.

9. Tnxes: The unit price shall exclude all state taxes.

10. Pncking, Shipping and Invoicing:

a. The State's purchasing document number and the Vendor's name, user's name and location shall be shown on each packing and delivery ticket, package, bill of lading and other correspondence in connection with the shipments. The user's count will be accepted by the Vendor as final and conclusive on all shipments not accompanied by a packing ticket

b. The Vendor's invoice shall be submitted duly certified and shall contain the following information: order number, description of supplies or services, quantities, unit price and extended totals. Separate invoices shall be rendered for each and every complete shipment

c. Invoices must be submitted to the using agency and NOT the State Purchasing Agent

ll. Default: The State reserves the right to cancel all or any part of this order without cost to the State, if the Vendor fails to meet the provisions of this order and, except as otherwise provided herein, to hold the Vendor liable for any excess cost occasioned by the State due to the Vendor's default. The Vendor shall not be liable for any excess cost<; if failure to perform the order out of causes beyond the control and without the fault or negligence of the Vendor,

Page 13: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

12

ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 60-805-16-13992

Page-3 such causes include but are not restricted to, acts of God or the public enemy, acts of the State or Federal Government, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, unusually severe weather and defaults of subcontractors due to any of the above, unless the State shall determine that the supplies or services to be furnished by the subcontractor were obtainable from other sources in sufficient time to permit the Vendor to meet the required delivery scheduled. The rights of the State provided in this paragraph shall not be exclusive and are in addition to any other rights now being provided by law or under this order.

12. Non-Collusion: In signing this bid the Vendor certifies he/she has not, either directly or indirectly, entered into action in restraint of free competitive bidding in connection with this offer submitted to the State Purchasing Agent or his/her designee.

13. Noruiiscrimination: Vendor doing business with the State ofNew Mexico must be in compliance with the Federal Civil Rights Act of 1964 and Title VII of the Act (Rev. 1979) and the Americans with Disabilities Act of 1990 (Public Law 101-336).

14. The Procurement Code: Sections 13-1-28 through 13-l-99 NMSA 1978, imposes civil and criminal penalties for its violation. In addition the New Mexico criminal statutes impose felony penalties for bribes, gratuities and kickbacks.

15. All bid items are to be NEW and of most current production, unless otherwise specified.

16. Payment for Purchases: Except as otherwise agreed to: late payment charges may be assessed against the user state agency in the amount and under the conditions set forth in Section 13-1-158 NMSA 1978.

17. Workers' Compensation: The Contrnctor agrees to comply with state laws and rules pertaining to Workers' Compensation benefits for its employees. If the Contractor fails to comply with Workers' Compensation Act and applicable rules when required to do so, this Agreement may be terminated by the contracting agency.

18. Bids must be submitted in a sealed envelope with the bid number and opening date clearly indicated on the bottom left hand side of the front of the envelope. Failure to label bid envelope will necessitate the premature opening of the bid in order to identity the bid number.

I 9. Contractor Personnel: Personnel proposed in the Contractor's written proposal to the Procuring Agency are considered material to any work performed under this Price Agreement. Once a Purchase Order or contract has been executed, no changes of personnel will be made by the Contractor without prior written consent of the Procuring Agency. Replacement of any Contractor personnel, if approved, shall be with personnel of equal ability, experience, and qualifications. The Contractor will be responsible for any expenses incurred in familiarizing the replacement personnel to insure their being productive to the project immediately upon receiving assignments. Approval of replacement personnel shall not be unreasonably withheld. The Procuring Agency shall retain the right to request the removal of any of the Contractor's personnel at any time.

20. Subcontracting: The Contractor shall not subcontract any portion ofthe Price Agreement without the prior written approval of the Procuring Agency. No such subcontracting shall relieve the Contractor from its obligations and liabilities under this Price Agreement, nor shall any subcontracting obligate payment from the Agency.

21. Records and Audit: The Contractor shall maintain detailed time and expenditure records that indicate the date, time, nature, and cost of services rendered during this Price Agreement's term and effect, and retain them for a period of three (3) years from the date of final payment under this Price Agreement. The records shall be subject to inspection by the Agency, State Purchasing Division, Department of finance and Administration, and for lnformation Technology contracts, State Chief Jnfonnation Officer. The Agency shall have the right to audit billings, both before and after payment. Payment for services under this Price Agreement shall not foreclose the right of the Agency to recover excessive or illegal payments.

22. The foregoing requirements for Contractor Personnel, Subcontracting, and Audit shall be inserted into all subcontracts from the prime contractor to the subcontractor.

Page 14: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

13

ofNew Mexico General Department

Purchasing Division P~ice Agreement 60-805- I 6-! 3992

Pnge·-4

New Employees Coverage

A. If Contractor has, or grows to, six ( 6) or more employees \vim work, or who are expected to work, an average of at least 20 hours per week over a six (6) month period during the term of the Contractor certifies, by signing this agreement, to have in place, and agrees to maintain for the tem1 of the contract, health insurance for its Mexico Employees and offer that health insurance to New Mexico Employees if the expected annual value in the aggregate of any and all contracts between Contractor and the State exceeds $250,000 dollars.

B. Contractor agrees to maintain a record of the number of its New Mexico Employees who {a) accepted health insurance; (b) declined health insurance due to other health insurance coverage already in place; or (c) declined health insurance for other reasons. These records are subject to review and audit by a representative of the state.

C. Contractor agrees to advise all of its New Mexico Employees of the availability of publicly financed health care coverage programs by providing each of its New Mexico Employees with, as a minimum, the following web site link to additional infommtion: http://if!.;)_y.renewmexico.state.nm.us/.

{ l) "New Mexico Employee" means any resident of the State of New Mexico employed by Contractor who performs the majority ofthe employee's work for Contractor within the State ofNew Mexico, regardless of the location of Contractor's office or offices; and

(2) means to make available, without unreasonable restriction, enrollment in one or more health coverage plans and to actively seek and encourage participation in order to achieve the goals of Executive Order 2007-049. This could include State publicly financed public health coverage programs such as Insure New A1exico!

Page 15: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

14

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 60-805-16-13992

New Mexico Pay Equity Initiative

Page-5

Contractor agrees, if it has ten ( 1 0) or more New Mexico employees OR eight (8) or more employees in the same job classification, at any time during the term of this contract, to complete and submit the PE 10-249 form on the annual anniversary of the initial report submittal for contracts up to one (1) year in duration. If contractor has (250) or more employees, contractor must complete and submit the PE250 fonn on the annual anniversary of the initial report submittal for contracts that are up to one ( l) year in duration. For contracts that extend beyond one (I) calendar year, or are extended beyond one ( 1) calendar year, contractor also agrees to complete and submit the PEl 0~249 or PE250 fonn, whichever is applicable, within thirty (30) days of the annual contract anniversary date of the initial submittal date or, if more than 180 days has elapsed since submittal of the last report, at the completion of the contract, whichever comes first. Should contractor not meet the size requirement for reporting at contract award but subsequently grows such that they meet or exceed the size requirement for reporting, contractor agrees to provide the required report within ninety (90) days of meeting or exceeding the size requirement. That submittal date shall serve as the basis for submittals required thereafter.

Contractor also agrees to levy this requirement on any subcontractor(s) performing more than l 0% of the dollar value of this contract if said subcontractor(s) meets, or grows to meet, the stated employee size thresholds during the tem1 of the contract. Contractor further agrees that, should one or more subcontractor not meet the size requirement for reporting at contract award but subsequently grows such that they meet or exceed the size requirement for reporting, contractor will submit the required report, for each such subcontractor, within ninety (90) days of that subcontractor meeting or exceeding the size requirement. Subsequent report submittals, on behalf of each such subcontractor, shall be due on the annual anniversary of the initial report submittal. Contractor shall submit the required fonn(s) to the State Purchasing Division of the General Services Department, and other departments as may be determined, on behalf of the applicable subcontractor(s) in accordance with the schedule contained in this paragraph. Contractor acknowledges that this subcontractor requirement applies even though contractor itself may not meet the size requirement for reporting and be required to report it self.

Two (2) copies of the Pay Equity Worksheet shall be submitted prior to Award by the prospective Awarded Vendor.

The PE !0-249 and PE250 worksheet is available at the following website: http://www.generalservices.state.nm.us/statepurchasing!GuidesProcedures.aspx

Page 16: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

15

Article I- Statement of Work

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 60-805-16-13992

Dc1>artmcnt Price Agreement Page-6

Under the tenns and conditions of this Price Agreement, the using agency may issue orders for items and/or services described herein.

The terms and conditions of this Price Agreement shall form a part of each order issued hereunder.

The items and/or services to be ordered shall be !isted under Article IX- Price Schedule. All orders issued hereunder will bear both an order number and this Price Agreement number. It is understood that no guarantee or warranty is made or implied by either the New Mexico State Purchasing Agent or the user that any order for any definite quantity will be issued under this Price Agreement. The Contractor is required to accept the order and furnish the items and/or services in accordance with the articles contained hereunder for the quantity of each order issued.

Article II-Term The term of this Price Agreement for issuance of orders shall be as indicated in specifications.

Article IH -Specifications Items and/or services furnished hereunder shatl conform to the requirements of specifications and/or drawings applicable to items listed under Article IX - Price Schedule. Orders issued against this schedule will show the applicable price agreement item(s), number(s), and price(s); however they may not describe the itcm(s) fully.

Article IV- Shipping and Billing Instructions Contractor shall ship in accordance with the instructions ofthis form. Shipment shall be made only against specific orders which the user may place with the contractor during the term indicated in Article II ,~ Tern1. The Contractor shall enclose a packing list with each shipment listing the order number, price agreement number and the commercial parts number (if any) for each item. Delivery shall be made as indicated on page 1. If vendor is unable to meet stated delivery the State Purchasing Agent must be notified.

A.rtide V- Termination This Price Agreement may be terminated by either signing party upon written notice to the other at least thirty (30) days in advance of the date of termination. Notice of termination of the price agreement shall not affect any outstanding orders.

Article VI- Amendment This Price Agreement may be amended by mutual agreement of the New Mexico State Purchasing Agent or his/her designee and the Contractor upon written notice by either party to the other. An amendment to this Price Agreement shall not affect any outstanding orders issued prior to the effective date of the amendment as mutually agreed upon, and as published by the New Mexico State Purchasing Agent or his/her designee. Amendments affecting price adjustments and/or the extension of a price agreement expiration date are not allowed unless specifically provided for in the bid and price agreement specifications.

Artide VIl - Isstmncc or Orders Only written signed orders are valid under this Price Agreement

Artidc VID- Packing (if appUcablc) Packing shall be in conformance with standard commercial practices.

Article IX- Prkc Schedule Prices as listed in the price schedule hereto attached are firm.

Page 17: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

16

Awarded Vendors:

(AA) 0000011297 Highway Supply, LLC 6221 Chappell RD NE Albuquerque, NM 87113 505-345-8295

{AB)0000046200 J ~ H Supply Co. Inc 2132 Osuna Rd NE Albuquerque, NM 87113 505·344-6006

(AC)0000049822 San Bar Construction Corp. 9101 Broadway SE Albuquerque, NM 87105 505-452-8000

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 60-805-16-13992

Page-7

Page 18: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

17

State of New Mexico General Services Department

Purchasing Division Agreement#: 60-805-16-13992

Establish a Agreement Statewide for the New Mexico Depmtment of Transportation. Price Agreernent includes materials, labor and equipment as per the spec~ifications contained herein.

Page-8

All work performed this contract shaH meet the specifications as set forth in this Price Agreement, the New Mexico State Department of Transportation Standard Specifications for Highway and Bridge Construction, current edition, current special provisions and supplemental specifications. They are available on the NMDOT website, at the following link: http://dotstate.nm.us/en/PSE.html and they are available purchase at the General Office Financial Control Office contact (505) 827-5338.

The Contractor shall perform with its own organization at least 40% of the work based on the total purchase order antount and comply with section 108.1 of the New Mexico State Department ofTransportation Standard Specifications for Highway and Bridge Construction, current edition.

Vendors are required to have prior product approval through the NMDOT Product Evaluation Program in order for bid item to be awarded.

Terms of Price Agreement: The term of this price agreement is for a period year from date of award with an option to extend for a period of one ( 1) year. by mutual price agreement of boih parties and the approval of the Purchasing Director at the same prices, tenns and conditions. This price agreement shall not exceed two (2) years.

Performance, Payment Materials Bonds: Upon the issuance of a purchase order, the successful awarded contractor(s) must provide a performance bond and a payment and materials bond equal to l 00% of the total purchase order. Said bonds must be provided to the requesting District Engineer or their designee prior to the commencement of work. Failure to comply shaH result in the purchase order being issued to another vendor and difference being charged back to the awarded contractor(s).

The performance bond is to secure the New Mexico Department of Transportation for losses and damages sustained by reason of default by vendor. A payment bond is to guarantee that subcontractors and material suppliers on the project will be paid. The materials bond is to guarantee availability of equipment and acceptance of product.

Tax Note: Ptice shall not include State Gross Receipts or Local Option Tax. Taxes shall be added to the invoice at current rates as a separate item to be paid by users.

Bidding Information: The conditions and specifications set out in the Invitation to Bid are inseparable and indivisible. Any vendor, by submitting a bid, agrees to be bound by all such conditions and/or specifications. All conditions and specifications in the Invitation to Bid~ and all other documents required to be submitted, shaH be returned by the vendor in their bid package. Failure to do so or any attempt to vary or change the conditions or specifications of the Invitation to Bid shall, at the discretion of the State ofNew Mexico, constitute grounds for r~jection of the entire bid.

State Compensation

Page 19: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

18

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-805-!6-13992

Page-9 The prices quoted herein represent the total compensation to be paid by the State ofNew Mexico for goods and/or services provided. It is understood that the party providing said goods and/or services to the State of New Mexico is responsible for payment of all costs of labor, equipment, tools, materials, federal taxes, permits, licenses, fees, and any other items necessary to complete the work provided. The prices quoted in this Price Agreement include an amount sufficient to cover such costs.

The Contractor shall be considered an independent Contractor and not an employee of the State of New Mexico. The New Mexico Department of Transportation shall provide direction regarding the performance required by this Price Agreement.

Vendor is requested to indicate their Federal Tax ID number, New Mexico Gross Receipts or Social Security Number

Bid Review: The New Mexico Department of Transportation shall perform a bid analysis of the bids received to include a determination of qualification in accordance with the standards and requirements of the Price Agreement. The analysis and recommendation for award will be sent to State Purchasing for a determination.

Method of Award: Method of award shall be to multiple vendors for each group. Items shall be awarded to multiple vendors per group follows:

District One Items District Two Items District Three Items District Four Items District Five Items District Six Items

001 thru 014 015 thru 028 029 thru 042 043 thru 056 057 thru 070 071 thru 084

For a bid to be considered for award to a group, prices must be submitted for all items for that group. Failure to do so wm result in the bid being deemed irregular and rejected from consideration for award to that group.

This Price Agreement may be awarded to one or more vendors, but not to exceed three vendors per group.

Utilization ofVcndors: The following procedure for the utilization of vendors shaH be used on multiple source Price Agreements.

1. The selection of a vendor from a multiple source price agreement to complete a project shall be based on the purchase order.

2. The District Engineer or their designee shall evaluate the estimated quantities, unit costs, total costs per item, and total project costs for each awarded vendor.

3. The vendor selected to perform the work on the project shall be the vendor providing services for the specific project estimate at the lowest overall cost to the New Mexico Department of Transportation and able to meet all project delivery requirements including project schedule. A vendor not offering

Page 20: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

19

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 60-805-16-13992

Page-10 the lowest cost to the New Mexico Department of Transportation can be used for the specific project the vendor providing the lowest overall cost is unable to meet all project requirements as determined and documented by the District Engineer or their designee. Any changes to the original purchase order will require a modification fonn signed by the District Engineer or their designee. All supporting documentation shall be maintained in the project file.

Public WorJ4:.S Minimum Wage Act: This is a Public Works Contract subject to the provisions of the Public Works Minimum Wage Act, Section l3A~ ll through 13-4~ 17, et Seq. NMSA 1978 as amended. Minimum rates as determined and published by the New Mexico Department of Work Force Solutions (l'-l"MDWS), Santa Fe, Nev·l Mexico shall be in effect and utilized by th vendor during the life of this Price Agreement

This is a federal participation Price Agreement You are hereby advised that wherever differences exist between the minimum wage rates shown under wage decisions ofNMDWS, Santa Fe, New Mexico and those shown under U.S. Department of Labor Wage Decision and any modification thereto noted in the contract assembly, the higher wage rates shaH govern.

Price Agreement Order: For projects over $60,000.00 where a purchase order has been issued, a Wage Rate Decision number must be requested by the Agency. The Wage Rate Decision number can be obtained by completing and submitting the New Mexico Department of Work Force Solutions, Public Works request for a Wage Rate Decision form, available at:

Federal Funding Requirements: Federal Funds may be utilized for this Price Agreement at the discretion of the NMDOT. The Requh·ed Contract Provisions Federal-Aid Construction Information listed below is located at the following website:

httg://dot.state.nm.us/content/ dnm/nmdot/Procurement/fedlanguage3-20 l 0. pdf

The following Federal-Aid Construction Information is an integral part of the price agreement: l. Notice to Contractors-Civil Rights Obligations (August 13, 2015).

I. Title VI II. Disadvantaged Business Enterprise (DBE) III. Subcontractor Prompt Payment Provisions- Clarification of Good Cause and Prohibition of Cross­

Project Offset IV. Required Contract Provisions Federal-aid Construction Contracts and Supplements (FHW A-1273-

Revised May l, 2012) "' General

~ Nondiscrimination e Non-segregated Facilities

• Davis~ Bacon and Related Act Provisions

• Contract Work Hours and Safety Standards Act Provisions

e Subletting or Assigning the Contract

* Safety: Accident Prevention

Page 21: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

20

State ofNew Mexico General Services Department

Purchasing Division Price Agreement #: 60-805-16-13 992

• False Statements Concerning Highway Projects

• Implementation of Clean Air Act and Federal Water Pollution Control Act

• Compliance \vith Government-wide Suspension and Debarment Requirements

e Certification Regarding Use of Contract Funds for Lobbying V. Supplemental EEO Requirements VI. Indian Preference VII. NMDOT on the Job Training (OJT) Program VIII. Wage Rates IX. Labor Reporting and Submission of Weekly Payrolls X. Title VI Assurances Appendix A and Appendix E

2. Notice to Contractors- Toll Free Number to report bid rigging- USDOT

Page-l 1

3. Declaration of Non-Collusion for Award of Contract (Form No. A-87 New 11-89) must be completed and submitted with proposal.

4. Disclosure of Lobbying Activities (Revised 11/24/98). Must be completed and submitted with the proposal.

Attention of the bidder is particularly directed to the current requirements as to resident Contractor's preference, per section 13-4-3 NMSA 1978. The provisions of sections 13-4-1 through 13-4-4 NMSA 1978 shall not apply to this price agreement.

The Contractor Agrees To: A. Provide competent supervision and skilled personnel to perform all work covered by this price

agreement.

B. Comply with all local, state, and federal laws governing safety, health and sanitation. The Contractor shall provide all safeguards, safety devices and protective equipment, and take any other needed actions necessary to protect the safety and health of employees on-the-job, the safety of the public, and to protect property in connection with the performance of the work covered by the price agreement.

C. Indemnify and hold harmless The State ofNew Mexico, its officers and employees, against liability, claims, damages, losses and/or expenses arising out of bodily injury to persons or damage to property caused by, or resulting from, Contractor•s and/or its employees, own negligent act(s) or omission(s) while Contractor, and/or its employees, perform(s) or fails to perform its obligations and duties under the terms and conditions of this price agreement. This hold harmless and indemnification clause is subject to the immunities, provisions and limitations of the tort claims act (41-4-1, et seq., N.M.S.A. 1978 comp.) and section 56-7-1 N.M.S.A. 1978 comp. and any amendments thereto.

It is specifically agreed between the parties executing this price agreement that it is not intended by any of the provisions of any part of the price agreement to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the price agreement to maintain a suit(s) for wrongful death(s), bodily and/or personal injury(ies) to person(s), darnage(s) to property(ies) and/or any other claim(s) whatsoever pursuant to the provisions of this price agreement

D. Comply with state laws and rules pertaining to worker's compensation insurance coverage for its employees. If the Contractor fails to comply with the Worker's Compensation Act and applicable rules when required to do so, the purchase order may be cancelled effective immediately.

Page 22: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

21

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-805-16-13992

Page-12

E. Be responsible for all cleanup work on the project site and al the equipment storage areas prior to the t1nal inspection and acceptance.

Insu.nmcc Requirements: The Contractor shall procure and maintain at the Contractors expense insurance of the kinds and in amounts herein provided. This insurance shall be provided by insurance companies authorized to do business in the State ofNew Mexico and shaH cover all operations under the price agreement, whether performed by the Contractor, the Contractor's agents or employees or by Sub-Contractors. All insurance provided shall remain in full force and effect for the entire period of the work, up to and including final acceptance, and the removal of all equipment, employees, agents and Sub-Contractors therefrom.

(A) Public Liability and Automobile Lhtbility Insurance

1. General Liability: bodily injury liability and prope1ty damage liability insurance applicable in full to the subject project shall be provided in the following minimum amounts:

Bodily Injury Liability: $1,000,000 each person; $2,000,000 each occurrence (annual aggregate)

Property Damage Liability: $2,000,000 each occurrence (annual aggregate)

a. The policy to provide this insurance is to be written on a Comprehensive General Liability Form or Commercial General Liability Form which must include the following:

1. Coverage for liability arising out of the operation of independent Contractors 2. Completed operation coverage 3. Attachment of the Broad Form Comprehensive General Liability Endorsement

b. In the event that the use of explosives is a required part of the price agreement, the Contractor's insurance must include coverage for injury to or destruction of property arising out of blasting or explosion.

c. In the event that a fonn of work next to an existing building or structure is a required part of price agreement, the Contractor's insurance must include coverage for injury to or destruction of property arising out of:

l. The collapse of or structural injury to building or structures due to excavation, including burrowing, filling or backfilling in connection therewith, or to tunneling. cofferdam work or caisson work or to moving, shoring, underpinning, razing or demolition of building or structures or removal or rebuilding of structural supports thereof.

d. Coverage must be included for injury to or destruction of property arising out of injury to or destruction of wires, conduits, pipes, mains, sewers or other similar property or any

Page 23: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

22

ofNew Mexico General Services Department

Purchasing Division Price Ab,rreement #: 60-805-16·13992

Page-13

apparatus in connection therewith below the surface of the ground. If such i11jury or destruction is caused by or occurs during the use of mechanical equipment for the purpose of excavating, digging, or drilling, or to injury to or destruction of property at any time resulting there from.

2. Automobile liability insurance coverage for the Contractor (whether included in the policy providing general liability insurance or in a separate policy) must provide liability for the ownership, operation and maintenance of owned, non-owned, and hired cars. The limits of liability for automobile liability insurance shall be provided in the following amounts:

Bodily Injury Liability: $1,000~000 each person; $2,000,000 each occurrence (annual aggregate)

Property Damage Liability: $2,000,000 each occurrence {annual aggregate)

(B) Worker's Compensation Insurance: The Contractor shall also carry Worker's Compensation Insurance or otherwise fully comply with provisions of the New Mexico Workman's Compensation Act and Occupational Disease Disablement Law.

If the Contractor is an "owner~operator" of such equipment, it is agreed that the State of New Mexico assumes no responsibility, financial or otherwise, for any injuries sustained by the "owner-operator" during the performance of said price agreement.

(C) Certificate of Insurance/Department as Additional Insured: The Contractor being awarded Price Agreement shall furnish evidence of Contractor's insurance coverage by a Certificate oflnsurance. The Certificate of Insurance shall be submitted prior to award of the Price Agreement.

The Contractor shall have the New Mexico Department of Transportation named as an additional insured on the Comprehensive General Liability Fonn or Commercial General Liability Form furnished by the Contractor pursuant to Paragraph (A) 1 and (A) 2, of this subsection. The Certificate of Insurance shaH state that the coverage provided under the policy is primary over any other valid and collectible insurance.

The Certificate of Insurance shall also indicate compliance with these specifications and shall certify that the coverage shall not be changed, cancelled or allowed to lapse without giving the New Mexico Department of Transportation thirty (30) days written notice. Also, a Certificate ofinsurance shall be furnished to the New Mexico Department of Transportation on renewal of a policy or policies as necessary during the terms of this price agreement.

The New Mexico Department of Transportation shall not issue a notice to proceed until such time as the above requirements have been met

(D) Umbrella Coverage: The insurance limits cited in the above paragraphs are minimum limits. This specification is no way intended to define what constitutes adequate insurance coverage for individual Contractor. The New Mexico Department of Transportation will recognize following form excess

Page 24: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

23

of New Mexico Department

Purchasing Djvision Agreement 60-805·16- J 3992

coverage (Umbrella) as meeting the requirements of Subsection (A) l.a this price agreement, should such insurance othenvise meet requirements of subsections.

Pnge-14

(E) Other Required Insurance: Contractor shaH procure and maintain, when required by the New Mexico Department of Transportation, fonn and of bailee such as, but not limited to, builder's risk insurance, Contractor)s equipment insurance, rigger's liability property insurance, etc. ln an amount necessary to protect the New Mexico Department of Transportation against claims, losses, and expenses arising the damage, disappearance or destruction of property of others in the care, custody or control of the Contractor, including property of others being installed, erected or worked upon by the Contractor, his or Sub~Contractors.

(F) Railroad Insurance: In the event that railroad property is affected by the su~ject price agreement, the Contractor, in addition to the above requirernents, shall be required to furnish a Railroad Protective Liability policy in the name of the railroad company involved. In addition, on those rails that are used by the National Railroad Corporation (NRPC), the Contractor will also obtain a Railroad Protective Liability Policy in the name ofNRPC.

limits ofliability for the Railroad Protective Liability Policy (or policies) must be negotiated with the railroad company on a hazard and risk In no event will the limits exceed the following:

Bodily Injury Liability, Property Damage Liability: $2,000,000 each occurrence

Liability and Physical Damage to Property: $6,000,000 aggregate

The limits ofliability stated above apply to the coverage's as set forth in the Railroad Protective Liability Endorsement Form, subject to the terms, conditions, and exclusions found in the form.

The policy must afford coverage as provided in the Standard Railroad Protective Liability Endorsement (AASHTO Form).

The Contractor shall be considered an independent contractor and not an employee of the State of New Mexico. However, directions as to the time and place of performance and compliance with rules and regulations may be required.

The conditions listed in the above paragraphs are an integral part of this bid and shall be conditions regulating the perfonnance of any price agreement between the Bidder and the State of New Mexico and any Commission, Divisions, or Department thereof.

Statewide Striping Specifications: The Contractor shall abide with NMDOT Standard Specifications for Highway and Bridge Construction, current edition. Division 700 - Traffic Control Devices and with the Manual of Unifom1 Traffic Control Devices (MUTCD), current edition, including Part 6- Temporary Traffic ControL

General Requirements:

Page 25: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

24

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-805-16-13992

Page-lS A. The Contractor shall furnish all equipment, labor, material and tools required to perform the work

specified. All equipment proposed to be utilized to accomplish the work described herein, shall be capable, have the capacity and be in good mechanical condition to meet the requirements of the work and services required by this price agreement. Downtime due to equipment failure shall not exceed one (1) day. Should downtime in excess of one (1) day occur, the Contractor shall notify the Department of tbe problem as well as provide the estimated downtime. The Department reserves tbe right, if more than one (I) day of downtime occurs; to utilize an alternate bidder, to complete the work deemed essential.

B. The Contractor shall be responsible for inspecting the roadway('s) prior to placement of the painted marking. All incidental diti, debris, oil, rocks, chips or any material that would affect the quality of the markings shaH be removed by the contractor prior to applying any markings. This work shall be incidental placement of painted marking item('s) with no additional cost to the Department Excessive dirt, debris, oil, rocks, chips or any other material present will be immediately reported to the Department for removal by department forces or to be paid under the item for Sweeping. Such locations shall not be striped until removal of debris has been completed.

C. The Contractor shall have sole responsibility for all clean-up of materials resulting from the transportation of matetials and/or work perfonned under this contract

D. The Contractor shall be responsible for all damages resulting tl:om paint materials getting on public vehicles.

E. The Contractor shall utilize the NMDOT's Maintenance Standard Drawings for Mobile Operations. If a deviation from these standards is to occur, the District Engineer or his designee shall review and approve any changes prior to the beginning of operations. Ail lane closures and detours must also be approved by the District Engineer or their designee. The District Engineer or their designee may also require that the Contractor provide sufficient flagmen, additional shadow vehicles and/or truck mounted attenuators when deemed necessary for safety and/or to allow adequate time for material to cure to a non-tracking state. The Contactor shall remove or cover temporary signing that is not required during non-working hours and nighttime hours. At least one lane shall be kept open to traffic when working on a two-lane road. Treated roadways shall be re-opened to traffic during nighttime or nonworking hours. All traffic control costs shall be incidental and included in the cost(s) of the bid item(s).

F. The Contractor is responsible for restriping any areas where vehicles have tracked through fresh paint.

Storage, Spill Mitigation and Disposal of Material: The Contractor shall be responsible for the disposal of ail waste material associated with any and all activities covered in this price agreement. All waste shall be transported to an appropriate facility for proper handling and disposal. Documentation of the treatment of all waste material shall be provided to the Department by the Contractor.

The Contractor shall provide the Department with a spill recovery plan including: name, address, and phone number for the person designated as the Contractor's response coordinator; name, address and phone numbers of persons qualified, capable and on-call to do any cleanup.

Page 26: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

25

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 60-805-!6-13992

Page-16

Material storage, including all materials and material containers, shall be stored according to manufacturer requirements. No material or storage containers shall be stored, staged or left for any period oftime within the Department right-of-way.

Materials and equipment may be stored at maintenance patrol yards only when authorized by the District Engineer or their designee.

G. A complete and detailed quality control/quality assurance plan shall be submitted by the Contractor to each District Engineer or their Designee prior to commencement of any work, and shall include:

m Detailed quality control/quality assurance program - Materials testing procedures - In-place field testing -Weather monitoring and reporting methods - Billing fom1at and frequency - Reporting methods and frequency - Scheduling format, method and frequency -Request for changes (i.e., previously submitted schedules, specified materials, etc.)

Quality and Application Tolerance: Standards of quality perfonnance indicated or specified herein shalt be understood to be minimum requirements.

Paint and glass beads shall be tested at a minimum of once annually and at least two weeks prior to any work that is authorized under this Price Agreement. The contractor shaH supply samples of all batch numbers of paint and glass beads to the Department's State Materials Laboratory. All paint and bead testing shaH be done in accordance with the New Mexico State Department of Transportation Standard Specifications for Highway and Bridge Construction, current edition, current special provisions and supplemental specifications.

The finished stripe shall be smooth, aesthetically acceptable and free from undue waviness. The end of the stripe shaH be square and free from splatter, dribble or any trailing. Centerline stripe and edge stripe shall be 4 inches to 6 inches wide. White channelizing stripes for left tum bays shall be 4 inches to 8 inches wide. Stripe width variation of more than '14" shall require reduction in pay or rework, at the Department's discretion. The space or gap between double yellow stripes shall be 4 inches clear. A reduction in pay or rework, at the Department's discretion, shall be required for a gap less than 3.75 inches or greater than 4.25 inches. The Vendor shall be subject to liquidated damages of a price reduction of up to ten percent (1 0%) of the total purchase order, for pavement markings that are not in place as specified above.

Glass reflectorized beads shall be applied on the wet paint at a minimum rate of six pounds to each gail on of paint, except where specified at a different rate in the material specification. All painted stripes are to receive glass beads at this rate. Any stripe discovered to have been applied without glass beads shall be restriped by the contractor within 24 hours.

Any stripe discovered to have been applied with insufficient quantities of glass beads will be cause for the District Engineer or their designee to require either rework by the Contractor at no charge to the department or reduce payment in accordance with table 704.5.1:1 ofthc NMDOT Standard Specifications for Highway and Bridge Construction, current edition.

Page 27: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

26

State ofNew Mexico General Services Department

Purchasing Division Price Agreement #: 60-805-!6-!3992

Page-17

For standard waterbome acrylic paint, painted stripes shaH be installed at 18 mils wet film thickness or at a minimum rate of 19.75 gallons of paint per mile of solid 4-inch line or 4.94 gallons of paint per mile ofbroken 4-inch line, or in accordance with manufacturer's recommendations for successive generations of pavement materials. The Department Inspector shall perform spot checks for wet material thickness compliance and require inspection of quantities of material desired.

For high build acrylic paints required to be installed at 22 to 25 mils wet film thickness the minimum rate is 24.14 to 27.43 gallons of paint per mile of solid 4-inch stripe or 6.04 to 6.86 gallons of paint per mile of broken 4-inch stripe. Application rates will be adjusted as necessary to conform to manufacturer's reconunendations for successive generations of pavement materials. The Department Inspector shaH perfonn spot checks for wet material thickness compliance and require inspection of quantities of material desired.

The following table correlates wet mil thickness for 4-inch stripe, paint volume and stripe length.

PAINT THICKNESS PAINT (GAL/MILE) (MIL) (FT/GAL)

30.72 28 172 29.62 27 178 28.53 26 185 27.43 25 193 26.33 24 201 25.23 23 209 24.14 22 219 23.04 21 229 21.94 20 241 20.85 19 253 19.75 18 267 18.65 17 283 17.55 16 300 16.45 15 320 15.36 14 344 14.26 13 370 13.16 12 401 12.06 I 1 437 10.96 10 481 9.86 9 535

For striping below acceptable standards, the District Engineer or their designee will require either rework by the contractor at no charge to the department or will reduce payment in accordance with table 704.5.1:1 of the NMDOT Standard Specifications for Highway and Bridge Construction, c.urrent edition.

No time extensions wili be allotted to the striping schedule to accomrnodate rework required due to deficient striping determined to be the cause of the contractor.

The Traffic Operations Engineer, the District Engineer, or their designees shall have the right and authority to reject materials or workmanship from the contractor. Materials and workmanship may be rejected for failure

Page 28: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

27

State of New Mexico General Services Department

Purchasing Division Price Agreement#; 60-805-16-13992

Page-18

to meet specifications or to perform satisfactorily upon application, or for failure to be delivered or completed at the time specified. Material or workmanship that are rejected shall not be paid for, and the State, the NMDOT, its agents or employees shaH not be liable to the contractor in any way for any damages of any nature whatsoever resulting from the rejection of the materials or workmanship. When materials or workmanship are rejected, the contractor shall be informed of the reason for the rejection in writing as soon as practical after the rejection. The contractor agrees to indemnify the State for any and all losses incurred due to delay in shipment or installation, or rejection of material or workmanship.

Any error in striping pattem deemed by the Department's representative to be the responsibility of the contractor shaH be corrected at the Contractor's expense, using approved methods. Covering or obliterating any stripe with black paint is strictly prohibited. Pavement markings not applied in accordance with plans and specifications shall be subject to the price reduction schedule consistent with section 704 of the NMDOT Standard Specifications for Highway and Bridge Construction, current edition.

Striping requiring obliteration shall be removed using only water blasting in accordance with the latest NMDOT standards and specifications. Stripe obliteration shall not deform or damage the roadway surface. The contractor shall use equipment capable of delivering water pressure at 36,000 PSI. The contractor shall collect aH debris from the obliteration process and dispose of the material in an approved environmentally sound manner. Note: no payment shail be made to the contractor for obliteration of the contractor's improperly installed or rejected pavement markings.

Element Drop-In Specifications For High Build Paint Binders:

Wet/Dry Reflective Elements: Bonded core reflective elements shall contain either clear or yellow tinted ceramic beads bonded to the opacified core. These elements shall not be manufactured using lead, chromate or arsenic. All "dry­performing" ceramic beads bonded to the core shall have a minimum index of refraction of 1.9. AU "wet performing" ceramic beads bonded to the core shall have a minimum index of refraction of2.4. The mix of the elements shall be SO% dry performing and 50% wet performing. Installation of elements shall be in accordance with manufacturer's requirements.

Reflective media application·~ The specified reflective media shall be dropped immediately after binder application. Reflective Media consists ofretroreflective elements followed by glass beads (dropped in that order) commonly called "double-drop" and shaH be applied to achieve the application rates shown in Table 1 and Table 2.

Table 1 El t A r f R t ~ H' l B 'ld P . t n· d s l cmen .ppliCa wn a cs or ~gn Ul am m cr

Units Minimum for smooth pavement surfaces

Pounds per 4-inch linear foot O.Olllbs

1 Pounds I I 00 Sg ft 1 3.31bs

'

Page 29: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

28

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 60-805-16-!3992

Table 2 Application R f. H' h P f Gl B d (NMDOT S ccification) ates or Jgl er ormancc ass ea s r>

Units Minimum for smooth pavement surfaces

Pounds II 00 Sq ft 10 lbs

Page-19

Retrorejlectance Typical minimum initial retrorejlectance values are shown in Table 3. Typical retrorejlectivity is averaged over many readings [mcd(fi-2)(fc-1)} metric equivalent [mcd(m-2)(lux-1JI

Dry Reflective Elements:

T . lM' . .nnca numum Table 3

I ·r l R t fl m Hl c rore cctance VI a ucs White Yellow

Dry (ASTM E1710) 500 375 Wet recovery (ASTM E2177) 21-

~" 200 Wet continuous (ASTM E2176J 75 60

The bonded core reflective elements shall contain either clear or yellow tinted ceramic beads bonded to the opacified core. These elements shall not be mamifactured using lead, chromate or arsenic. All "dry­performing" ceramic beads bonded to the core shall have a minimum index of refraction of 1.9. Installation of elements shall be in accordance with manufacturer's requirements.

Reflective media application- The specified reflective media shall be dropped immediately after binder application. Reflective Media consists of retroreflective elements followed by glass beads (dropped in that order) commonly called "double-drop" and shall be applied to achieve the application rates shown in Table 4 and Table 5.

Table 4 El t A r ti R t ~ H' I B 'Id P . t B. d s em en •PPIICa on a es or I gil tU am mer

Units Minimum for smooth pavement surfaces

Pounds per 4-inch linear foot 0.011 lbs

Pounds I 1 00 Sq ft 3.3 lbs

Table 5 Application R f H' I P f Gl B d (NMDOT S ecification) ates or lgll cr ormancc ass ca s )

Units Minimum for smooth pavement surfaces

Pounds 11 00 Sq ft 10 lbs

Page 30: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

29

State ofNe\V Mexico General Services Department

Purchasing Division Price Agreement#: 60-805-16-13992

Page-20 Retrorejlectance - Typical minimum initial retroreflectance values are shown in Table 6. Typical retrorejlectivity is averaged over many readings [mcd(ft-2)(/c··l)} metric equivalent [mcd(m-2)(lu.x­l)].

Table 6 Typical Minimum Initial Rctrorcflcctance Values

White Yellow Dry(ASTM E1710) 900 700

Work Schedule: Except as otherwise approved in writing by the Department, the work shall be performed during daylight hours, Monday through Friday. No work shall be perfonned on state holidays or on weekends unless otherwise approved by the Department. The Contractor shaH avoid work during "rush hour" traffic in urban areas, unless prior approval is received from the Department.

A list of work required by the Department shall be provided to the Contractor. The Contractor shall provide a tentative schedule for performance of the work requested by the Department for approval by the District Engineer or their designee. The Contractor shall complete the \Vork in accordance with the approved schedule. Prior to conunencing any work, the Contractor shall receive written or verbal notification to proceed from the Department.

In specific locations requested by the District Engineer or their designee, the Contractor shall provide layout in the field where pavement markings are to be placed. The Contractor shall obtain concurrence from the District Engineer or their designee before the final markings are applied.

The Contractor shaH pmvide a minimum of24 hours' notice to the District Traffic Section of locationes) to be striped. When the work is to be performed at the beginning of work week (Monday), the Contractor shall provide notice by Friday of the proceeding week. Any additional work requested by the Department shall require a revised schedule, to include additional work, for approval by the District Engineer or their designee. Exceptions may be granted in writing by the District Engineer or their designee, upon approval of a revised written schedule for performance of the remaining work. Some projects may require urgent attention and completion within 24 hours, and may be required in addition to the approved schedule of work. The Contractor shall report to the District Engineer or their designee the total number oflinear feet of markings applied, material used and location(s) of completed work. Upon notification, the DepartmenCs representative shall conduct a final inspection. Work found to be in conformance with the contract shaH be accepted and scheduled for payment

Payment for non-conforming work shall be withheld until such a time as the work is brought into conformance and accepted by the Department's Representative.

A New Mexico Department of Transportation Inspector will inspect operations at the Department's discretion. The Contractor is still responsible for the project being completed in accordance with all plans and specifications. The Department inspector has the authority to stop the Contractor's work if he/she detennines

Page 31: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

30

State ofNew Mexico General Services Department

Purchasing Division Price Agreement #: 60-805-16-13992

Pnge-21

it is not in compliance with plans and specifications. Such work will be re-done at the Contractor's expense to the satisfaction of the Departnlent.

A New Mexico Department of Transportation inspector will at the Department's discretion measure the retro­reflectivity the markings using 30-m geometry. The markings will be measured within thirty (30) days of application. Except where specified in the material specification, the minimum retro-reftective value for white markings is 250 mcd/ml/lux the minimum retra-reflective value for yellow markings is 150 mcd/m2/lux. Measurements wili be taken randomly and when <my problem areas are found, measurements will be taken at a minimum of every 1/4 (0.25) mile and an average will be calculated for every mile. Average values that fall from 1-10 percent below minimum values will result in a 10 percent price reduction far that mile of roadway. Averages values that fall from 11-25 percent minimum values will result in a 25 percent price reduction for that mile of roadway. Average values that fall greater than 25 percent below minimum values wm require restriping of that mile of roadway at no additional cost to the N.MDOT. At the NJV1DOT's discretion, the striping may be inspected at night to detennine if the markings have sufficient retro-reflectivity.

To ensure timely placement of pavement the following delivery times shall be met from the date of the work order or agreed upon start date by the District Engineer or their designee:

PAVEMENT MARKINGS LINEAR FEET

0- 13,200,000 13,200,001 ~ 26,400,000 26,400,001 - 39,600,000 39,600,001 AND OVER

REQUIRED DELIVERY TIMES* NUMBER OF WORKING DAYS

15 30 60 **

*The Vendor shaH be subject to a price reduction equal to two percent (2%) of the total purchase order, per day for each working day the pavement markings are not in place as specified above.

**To be detennined by the District Engineer or their designee based on actual footage.

When elements are placed with beads using a double drop application, the Contractor may request to negotiate the required delivery times with the District Engineer or their designee based on the time required to obtain the elements and the additional time required far a double drop application.

The District Engineer or their designee has the authority to issue work orders to the second lowest priced contractor if the lowest priced contractor fails to deliver the work in the time allowed.

No person shall act as a contractor without a license issued by the Construction Industries Division (CID) classified to cover the type of work to be undertaken. No work shall be performed unless the Contractor has a valid license issued by the Construction Industries Division (CID) to bid and perform the type of work to be undertaken, section 60-13-12, NMSA 1978. Contractor license no. -------

Tn1ffic Control: The Contractor shall abide with the New Mexico Department of Transportation standard specifications for road and bridge construction, most current edition and special provisions and supplemental specifications, Section 700 on traffic control devices and with the Manual of Uniform Traffic Control Devices current

Page 32: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

31

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 60-805-!6-13992

edition, Part 6 ~ Temporary ControL Contractor shall submit a control plan to the District Engineer or their three prior to actual construction. The traffic control plan shall include the proposed signing, location of signs location and type of a!l traffic channelization devices to utilized, all lane closures and detours. The traffic plan must be approved by the Traffic Engine<:~r or their designee prior to the beginning of operations.

The Contractor shaH also provide sufficient when deemed necessary by the District Engineer or designee, to assist with the traffic during operations. The Contractor shaH also remove or cover temporary signing that is required during nonworking hours and night-time hours. At least one lane shall remain open to traffic, with adequate flagging, when working on two road and treated roadways shaH be reopened to during or nonworking hours.

and Invoicing: (15) days after the the Department receives written notice from the Contractor that payment is

requested for services, construction or of tangible personal property delivered on site and received, the Department shall issue a written certification of complete or partial acceptance or rejection of the services. construction, or items of tangible personal property. If the Department finds that the services, construction, or items of tangible personal property are not acceptable, it shall, within thirty (30) days after the date of receipt of V.'Titten notice from Contractor that payment is requested, provide to the Contractor, a letter of exception explaining the defect or objection to services, construction, or delivered tangible personal property along with the details of how the Contractor may proceed to provide remedial action.

Upon certification by the Department that the services, construction, or delivered tangible personal property have been received and accepted, payment shall be tendered to the Contractor within thirty (30) days after the date of certification. If ~ayment is made by the payment shall be deemed tendered on the date it is postmarked. After the thirtieth (301 1

) day from the date that written certification of acceptance is issued, late payment charges shaH be paid on the unpaid balance due on the cont.raet to the Contractor at the rate of one and one half percent (1 w 112%) per month. For purchases funded by state or federal grants to local public bodies, if the local public body has not received the funds from the federal or state funding agency, but has already certified that the services or items of tangible personal property have received and accepted, payments shall be tendered to the Contractor within five (5) working days of receipt of funds from that funding agency.

Final payment shall be made within thirty (30) days after the work has been approved and accepted by the Departmenes Secretary or his duly authorized representative.

The Contractor agrees to comply with state laws and rules pertaining to Workers' Compensation Insurance coverage for its employees. If Contractor fails to comply with the Workers' Compensation Act and applicable rules when required to do so, the Price Agreement may be cancelled effective immediately.

Invoice To: NM Department of Transportation General Office P.O. Box 1149

Fe5 NM 87504~1149

NM Department of Transportation District One

Page 33: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

32

P.O. Box 231 Deming, NM88030-0231

NM Department of Transportation District Two P.O. Box 1457 Roswell, NM 88202-1457

NM Department ofTransportation District Three P. 0. Box 91750 Albuquerque~ NM 87199-1750

NM Department of Transportation District Four P.O. Box 10 Las Vegas, NM 87701-0010

NM Department of Transportation District Five P.O, Box4127 Santa Fe, NM 87502-4127

NM Department of Transportation District Six P.O. Box 2159 Milan, NM 87021-2159

Escalation Clause:

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-805-!6-13992

Page-23

In the event of a product cost increase, an escalation request will be reviewed by this office on an individual basis. This measure is not intended to allow any increase in profit margin~ only to compensate for an actual cost increase.

Effective dates for increase will not be any sooner than fifteen days from the date the written request is received by this office. To facilitate prompt consideration, aU requests for price increase must include all infonnation listed below:

1. Price Agreement Item Number 2. Current Item Price 3. Proposed New Price 4. Percentage of Increase 5. Mill/Supplier Notification of price increase indicating percentage of increase including justification for

increase.

Page 34: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

33

This escalation concerning this

Mobilization:

ofNew Mexico Services Department.

Purchasing Division reemem #: 60-805-1 6-13 992

will be tenninated as soon as market stabilizes. Should you have please contact the Purchasing Division.

Page-24

Mobilization moves within the State of New Mexico to any job site as required. No payment will be made for moves of twenty-five (25) miles. Mileage will be measured and paid fi:om the Contractor's designated base to the job site or when applicable mileage wiH measured fi·om an existing job site to

new job will be for distance is less. No payment will be made the Contractor's return to his/her designated The District Engineer or their designee will approve the distance used for and their decision he finaL For the of this item, the Contractor shaH

designate a New base station -~-""·~··"·~··~---····-···-······ ................. "·~··-···~ .. -·-·

All quantities are to and all payments

measured by the District Engineer or their designee and shall be considered to be final same wHI be made on basis.

approximate quantities for each item are and are for purposes only. requirements will be as determined the District Engineer or designee and quantities may be increased or decreased

State of New Mexico does not guarantee any amount of as necessary to meet actual field requirements. work.

Item Article nnd Description Unit Price

Placement of reflectorized high-durable acrylic traffic painted markings at 22 to 25 mils wet film AA)$.0663 thickness for District I, 4 IN stripe, white and yellow (M-TPCWBACRHB ROHM & HAAS HD~21 type II emulsion AB)$.082 or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required. AC)$.0693 to complete work and all requisite traffic control. Labor and material.

002 100,000 Placement of retlectorized high~durable acrylic traffic painted markings installed at 22 to 25 mils wet film AA)$.0985 thickness for District t, 6 Thl stripe, white and yellow (M-TPCWBACRHB ROHM & HAAS HD-21 type II emulsion AB)$.115 or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required AC)$.1035 to complete work and all requisite traffic controL Labor and materiaL

Page 35: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

34

003 2,000,000 LF.

004 100,000 L.F.

I 005 50,000 L.F.

006 50,000 L.F.

007 100,000 L.F

008 1,500 Mile

009 5,000 L.F.

010 200 S.F.

State ofNew Mexico General Services Department

Purchasing Division Agreement#: 60-&05-!6·13992

Placement of reflectorized high-durable acrylic traffic painted markings installed at 15 to 17 mils wet film thickness for District I, 4 IN stripe, white and yellow (M-TPCWBACRHB ROHM & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required to complete work and aU requisite traffic control. Labor and material. Placement ofreflectorized high~durable acrylic traffic painted markings installed at 15 to 17 mils wet film thickness for District 1, 6 n~ stripe, white and yellow (M~ TPCWBACRHB ROHM & HAAS HD-2 J type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with waming lights and arrow board. Mobilization required

I '

to complete work and all requisite traffic controL Labor and j material.

ub!e drop wet/dry element bead add on for high durable acrylic traffic painted markings for District 1. This item to be used with paint applied at a minimum of22~25 mils wet film thickness.

Double drop dry element bead add on for high durable acrylic traffic painted markings for District 1. This item to be used with paint applied at a minimum of22-25 mils wet film thickness.

Milled 4~6" wide groove, 75- l 00 mil depth for District 1.

Mobilization for District 1 for emergency striping work .. ! I

Obliteration of existing long line pavement markings for District 1. 4-6 IN stripe.

Obliteration of existing pavement markings by the square foot for District 1.

..

Page-25

AA)$.05

AB)$.063

AC)$.05

AA)$.07

AB)$.095

AC)$.07

AA)$.095

AB)$.15

AC)$.082

AA)$.095

AB)$.12

AC)$.082

AA)$.50

AB)$.90

AC)$.45 AA)$3.50

AB)$1.25

AC)$1.00 AA)$.50

AB)$.80

AC)$.50 AA)$3.00

AB)$2.50

AC)$2.00

Page 36: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

35

011 100 Mile

012 100,000 FT.

013 100,000 L.F.

014 100 Mile

015 2,000,000 L.F.

016 100,000 L.F.

017 2,000,000 L.F.

L

State ofNew Mexico General Services Department

Purchasing Division Price Agreement #: 60~805-l 6-13992

Mobilization for obliteration of pavement markings for District 1.

Layout of passing/no-passing zones, unmarked roadways, and auxiliary lanes to include left and right lanes, and acceleration and deceleration lanes for District 1. This item will be measured by the linear foot of center line stripe or length of auxiliary lanes(s). Mobilization included.

Sweeping for District 1. This item to be measured by the linear foot of the stripe to be swept Sweeping shall be for the lane line where pavement markings are to be directly applied, not the entire roadway surface. For roadways with a centerline stripe, the centerline will be considered one lane line. Note, cases where debris requires more than one pass shall be considered incidental to the measurement.

Mobilization for sweeping for District 1.

Placement of reflectorized high-durable acrylic traffic painted markings installed at 22 to 25 mils wet film thickness for District 2, 4 IN stripe, white and yellow (M-TPCWBACRHB ROIDA & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required to complete work and all requisite traffic controL Labor and material. Placement of reflectorized high-durable acrylic traffic painted markings installed at 22 to 25 mils wet n lm thickness for District 2. 6 IN stripe, white and yellow (M-TPCWBACRHB ROHM & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required to complete work and all requisite traffic control. Labor and material. Placement ofreflectorized high-durable acrylic traffic painted markings installed at 15 to 17 mils wet film thickness for District 2, 4 IN stripe, white and yellow (M-TPCWBACRHB ROHM & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required to complete work and all requisite traffic controL Labor and materiaL

-- Page-26

AA)$2.75

AB)$4.00

AC)$2.50 t'\A)$.03

AB)$.05

AC)$.03

AA)$.03

AB)$.05

AC)$.03

AA)$5.00

AB)$3.00

AC)$2.50

AA)$.0659

AB)$.082

AC)$.0693

AA)$.0979

AB)$J 15

AC)$.1035

AA)$.05

AB)$.063

AC)$.05

Page 37: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

36

018 100,000

019 50,000

020 50,000

021 100,000

022 1,500

023 5,000

024 200

IL.F

IL.F.

ILF

IL.F

State ofNew Mexico General Services Department

Purchasing Division Price Agreement #: 60-805- 16-13992

Placement of reflectorized high-durable acrylic traffic painted markings installed at 15 to 17 mils wet film thickness for District 6 IN stripe, white and yellow (M-TPCWBACRHB ROHM & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required to complete work and all requisite traffic control. Labor and materiaL Double drop wet/dry element bead add on for high durable acrylic traffic painted markings for District 2. This item to be used with paint applied at a minimum mils wet film thickness.

Double drop dry element bead add on for high durable acrylic traffic painted markings for District 2. This item to be used with paint applied at a minimum mils wet fiim thickness.

Milled 4-6" wide groove. 75-l 00 mil depth for District 2.

Mile !Mobilization for District 2 for emergency striping work.

L.F. Obliteration of existing long tine pavement markings for District 2. 4-6 IN stripe.

S.F. Obliteration of existing pavement markings by the square foot for District 2.

Page-27

AA)$.07

AB)$.095

AC)$.07

I

AA)$.095

AB)$.15

AC)$.082

AA)$.095

12

AC)$.082

AA)$.45

AB)$.90

AC)$.45 AA)$350

AB)$1.25

AC)$1.00

AA)$.485

AB)$.80

A C)$. 50

AA)$2.50

I AB)$2.50

AC)$2.00

Page 38: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

37

025 100 Mile

026 100,000 FT.

027 100,000 L.F.

028 100 Mile

029 2,000,000 L.F.

030 100,000 L.F.

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-805--! 6-! 3992

Mobllization for obliteration of pavement markings for District 2.

-

. ··---Layout of passing/no-passing zones, unmarked roadvvays, and auxiliary lanes to include left and right lanes, and acceleration and deceleration lanes for District 2. This item will be measured by the linear foot of center line stripe or length of auxiliary lanes(s). Mobilization included.

Sweeping for District 2. This item to be measured by the linear foot of the stripe to be swept. Sweeping shall be for the Jane line where pavement markings are 10 be directly applied, not the entire roadway surface. For roadways with a centerline stripe, the centerline will be considered one lane line. Note, cases where debris requires more than one pass shall be considered incidental to the measurement.

-Mobilization for sweeping for District 2.

Placement of reflectol'ized high-durable acrylic traffic painted markings installed at 22 to 25 mils wet film thickness for District 3, 4 IN stripe, white and yellow (M-TPCWBACRHB ROHM & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required to complete work and all requisite traffic controL Labor and material. Placement of reflectorized high-durable acrylic traffic painted markings installed at 22 to 25 mils wet film thickness for District 3, 6 IN stripe, white and yellow (M-TPCWBACRHB ROHM & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required to complete work and all requisite traffic control. Labor and materiaL

Page-28

AA)$3.00

AB)$4.00

AC)$2.50

AA)$.03

AB)$.05

AC)$.03

AA)$.03

AB)$,05

AC)$.03

AA)$3.00

AB)$3.00

AC)$2.50

AA)$.08

AB)$.15

AC)$.95

AA)$.1188

AB)$.18

AC)$.1250

Page 39: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

38

031 2,000,000 L.F.

032 100,000 L.F.

033 50,000 L.F.

034 50,000 L.F.

035 100,000 L.F

036 1,500 Mile

037 5,000 L.F.

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 60-805-16-!3992

Placement of ref!ectorized high-durable acrylic traffic painted markings installed at 1 S to 17 mils wet film thickness for District 3, 4 IN stripe, white and yellow (M-TPCWBACR.HB ROHM & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required to complete work and all requisite traffic controL Labor and material. Placement of reflectorized high-durable acrylic traffic painted markings installed at J 5 to 17 mils wet film thickness for District 3, 6 IN stripe, while and yellow (M-TPCWBACRHB ROHM & HAAS HD-2 1 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and an·ow board. Mobilization required to complete work and all requisite traffic control. Labor and material. Double drop wet/dry element bead add on tor high durable acrylic traffic painted markings for District 3. This item to be used with paint applied at a minimum of22-25 mils wet film thickness.

Double drop dry element bead add on for high durable acrylic traffic painted markings for District 3. This item to be used with paint applied at a minimum of22-25 mils wet film thickness.

Milled 4-6u wide groove, 75-100 mil depth for District 3.

Mobilization for District 3 for emergency striping.

Obliteration of existing long line pavement markings for District 3. 4-6 IN stripe.

Page-29

AA)$.0565

AB)$.12

AC)$.075

AA)$.0856

AB)$.15

AC)$.1150

AA)$.095

AB)$.15

AC)$.0820

AA)$.095

AB)$.14

AC)$.0820

AA)$.50

AB)$1.75

AC)$.50 AA)$2.00

AB)$2.00

AC)$1.00

AA)$.60

AB)$1.50

AC)$.65

Page 40: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

39

03820o S.F.

039 100 Mile

040 100,000 FT.

041 100,000 L.F.

042 100 Mite

043 2,000,000 L.F.

044 100,000 L.F.

State ofNew lv1cxico General Services Department

Purchasing Division Price Agreement#: 60-805-16-13992

- -Obliteration of existing pavement rnarkings by the square foot for District 3.

Mobilization for obliteration of pavement markings for District 3.

---~--~------~-

Layout of passing/no-passing zones, unmarked roadways, and auxiliary lanes to include left and right lanes, and acceleration and deceleration lanes for District 3. This item will be measured by the linear foot of center line stripe or length of auxiLiary lanes(s). Mobilization included.

Sweeping, for District 3. This item to be measured by the linear foot of the stripe to be swept Sweeping shall be for the lane line where pavement markings are to be directly applied, not the entire roadway surfuce. For roadways with a centerline stripe, the centerline will be considered one lane line. Note, cases where debris requires more than one pass shaH be considered incidental to the measurement

Mobilization for sweeping for District 3.

Placement of reflectorized high-durable acrylic traffic painted markings installed at 22 to 25 mils wet. film thickness for District 4, 4 l'N stripe, white and yellow (M~ TPCWBACRHB ROHM & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required to complete work and all requisite traffic control. Labor and materiaL Placement of reflectorized high-durable acrylic traffic painted markings installed at 22 to 25 mils wet film thickness for District 4, 6 IN stripe, white and yellow (M-TPCWBACRHB ROHM & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required to complete work and all requisite traffic control. Labor and materiaL

Pagc-30

AA)$2.75

AB)$4.25

AC)$2.50 AA)$3.00

AB)$5.00

AC)$2.50 AA)$.05

AB)$.15

AC)$.03

AA)$.03

AB)$.25

AC)$.03

AA)$5.00

AB)$5.00

AC)$2.50

AA)$.0785

AB)$.082

AC)$.0693

AA)$.1166

AB)$.115

AC)$.1035

Page 41: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

40

045 2,000,000 L.F.

046 100,000 L.F. I

047 50,000 L.F.

048 50,000 L.F.

049 100,000 L.F

050 1,500 Mile

051 5,000 L.F.

State ofNe\V Mexico General Services Department

Purchasing Division Price Agreement#: 60-805·16·13992

Placement of ref1ectorized high-durable acrylic traffic painted markings installed at 15 to i 7 mils wet film thickness for District 4, 4 IN stripe, white and yellow (M-TPCWBACRHB ROHM & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with waming lights and arTow board. Mobilization required to complete work and all. requisite traffic control. Labor and materiaL Placement of reflectorized high-durable acrylic traffic painted markings installed at 15 to I 7 mils wet film thickness for District 4, 6 IN stripe, white and yellow (M~ TPCWBACRHB ROHM & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with waming lights and arrow board. Mobilization required to complete work and all requisite traffic control. Labor and material. Double drop wet/dry element bead add on for high durable acrylic traffic painted markings for District 4. This item to be used with paint applied at a minimum of22-25 mils wet film thickness.

Double drop dry element bead add on for high durable acrylic traf:fic painted markings for District 4. This item to be used with paint applied at a minimum of22-25 mils wet film thickness.

Milled 4-6" wide groove, 75-l 00 mil depth in District 4.

Mobilization for District 4 for emergency striping work.

Obliteration of existing long iine pavement markings for District 4. 4-6 IN stripe.

Page-31

AA)$.05

AB)$.63

AC)$.05

AA)$.0758

AB)$.095

AC)$.07

AA)$.095

AB)$.15

AC)$.082

AA)$.095

AB)$.12

AC)$.082

AA)$.50

AB)$.90

AC)$.45 AA)$3.50

AB)$1.25

AC)$1.00 AA)$.50

AB)$.90

AC)$.50

Page 42: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

41

052 200 S.F.

053 100 Mile

054 100,000 FT.

055 100,000 L.F.

056 100 Mile

057 2,000,000 L.F.

058 100,000 L.F.

State of New fv1exico General Services Department

Purchasing Division Price Agreement#: 60-305-!6-13992

Obliteration of existing pavement markings by the square foot for District 4.

Mobiliz.<ttion for obliteration of pavement markings for District 4.

~-

Layout of passing/no-passing zones, unmarked roadways, and auxiliary lanes to indude left and right lanes, and acceleration and deceleration lanes for District 4. This item will be measured by the linear foot of center line stripe or length of auxiliary lanes(s). Mobilization included.

Sweeping for District 4. This item to be measured by lhe linear foot of tbe stripe to be swept Sweeping shall be for the lane line where pavement markings are to be directly applied, not the entire roadway surface. For roadways with a centerline stripe, the centerline wilt be considered one lane line. Note, cases where debris requires more than one pass shall be considered incidental to the measurement.

Mobilization for sweeping for District 4.

Placement of reflectorized high-durable acrylic traffic painted markings installed at 22 to 25 mils wet film thickness for District 5, 4 IN stripe, white and yellow (M-TPCWBACRHB ROHM & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required to complete work and all requisite traffic controL Labor and material. Placement of reflectorized high~durab!e acrylic traffic painted markings installed at 22 to 25 mils wet film thickness for District 5, 6 IN stripe, white and yellow (M~ TPCWBACRHB ROHM & HAAS HD~21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required to complete work and all requisite traffic control. Labor and materiaL

Pagc-32

AA)$3.00

AB)$2.50

AC)$2.00 AA)$2.75

AB)$4.00

AC)$2.50

AA)$.03

AB)$.05

AC)$.03

AA)$.03

AB)$.05

AC)$.03

AA)$5.00

AB)$3.00

AC)$2.50

AA)$.0693

AB)$.082

AC)$.0693

AA)$.1029

AB)$.115

AC)$.1035

Page 43: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

42

059 2,000,000 L.F.

060 100,000 L.F.

061 50,000 L.F.

062 50,000 L.F.

063 100,000 L.F

064 1,500 Mile

065 5,000 L.F.

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#; 60-805-16-13992

Placement of reflectorized high-durable acrylic traffic painted markings installed at 15 to 17 mils wet film thiclmess for District 5, 4 IN stripe, white and yellow (M-TPCWBACRHB ROHM & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with waming lights and arrow board. Mobilization required to complete work and all requisite traffic control. Labor and material. Placement ofreflectorized high-durable acrylic traffic painted markings installed at I 5 to 17 mils wet film thickness for District 5, 6 fN stripe, white and yellow (M-TPCWBACRHB ROHM & HAAS HD-21 type H emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required to complete work and all requisite traffic control. Labor and material. Double drop wet/dry element bead add on for high durable acrylic traffic painted markings for District 5. This item to be used with paint applied at a minimum of22~25 mils wet film thickness.

Double drop dry element bead add on for high durable acrylic traffic painted markings for District 5. This item to be used with paint applied at a minimum of22-25 mils wet film thickness.

Milled 4-6" wide groove, 75-100 mil depth for District 5.

Mobilization for District 5 for emergency striping work.

Obliteration of existing long line pavement markings for District 5. 4-6 IN stripe.

Page-33

AA)$.05

AB)$.063

AC)$.05

AA)$.0758

AB)$.095

AC)$.07

AA)$.095

AB)$.15

AC)$.082

AA)$.095

AB)$.12

AC)$.082

AA)$.50

AB)$1.50

AC)$.45 AA)$3.50

AB)$1.50

AC)$1.00

AA)$.50

AB)$1.00

A C)$. 50

Page 44: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

43

' 066 200 --r-·

S.F.

067 100 Mile

068 100,000 FT.

069 100,000 L.F.

070 100 Mile

071 2,000,000 L.F.

072 100,000 L.F.

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 60-805~16-!3992

Obliteration of existing pavement markings by the square foot for District 5.

Mobilization for obliteration of pavement markings for District 5.

Layout of passing/no-passing zones, unmarked roadways, and auxiliary lanes to include left and right lanes, and acceleration and deceleration lanes for District 5. This item will be measured by the linear foot of center line stripe or length of auxiliary lanes(s). Mobilization included.

Sweeping for District 5. This item to be measured by the linear foot of the stripe to be swept. Sweeping shall be for the lane line where pavement markings are to be directly applied, not the entire roadway surface. For roadways with a centerline stripe, the centerline will be considered one lane tine. Note, cases where debris requires more than one pass shall be considered incidental to the measurement.

Mobilization for sweeping for District 5.

Placement of rei1ectorized high-durable acrylic traffic painted markings installed at 22 to 25 mils wet film thickness for District 6, 4 IN stripe, white and yellow (M~ TPCWBACRJ-IB ROHM & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required to complete work and ail requisite traffic controL Labor and material. Placement of reflectorized high-durable acrylic traffic painted markings installed at 22 to 25 mils wet film thickness for District 6, 6 fN stripe. \vhite and yellow (M-TPCWBACRHB ROHM & HAAS HD~21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required to complete work and all requisite traffic control. Labor and material.

Page-34

AA)$3.00

AB)$3.00

AC)$2.00 --AA)$2.75

AB)$4.00

AC)$2.50

AA)$.03

AB)$0.15

AC)$.03

AA)$.03

AB)$.25

AC)$.03

AA)$5.00

AB)$4.00

AC)$2.50

AA)$.0785

AB)$.082

AC)$.0693

A;\)$.1166

AIJ)$.115

AC)$.1035

Page 45: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

44

073 ,2,000,000 L.F.

I

074 100,000 L.F.

075 50,000 L.F.

076 50,000 L.F.

077 100,000 L.F

078 1,500 Mile

079 5,000 L.F.

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-805-16-13992

Placement ofreflectorized high-durable acrylic traffic painted markings installed at 15 to 17 mils wet film thickness for District 6, 4 IN stripe, white and yellow (M-TPCWBACRH:B ROHM & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. lv1obilization required to complete work and all requisite traffic controL Labor and material. Placement of reflectorized high-durable acrylic traffic painted markings installed at 15 to 17 mils wet film thickness for District 6, 6 IN stripe, white and yellow (M-TPCWBACRHB ROHM & HAAS HD-21 type II emulsion or DOW DT 400 NA emulsion). To include shadow vehicle with warning lights and arrow board. Mobilization required to complete work and all requisite traffic control. Labor and material. Double drop wet/dry element bead add on for high durable acrylic traffic painted markings for District 6. This item to be used with paint applied at a minimum of22-25 mils wet film thickness.

Double drop dry element bead add on for high durable acrylic traffic painted markings for District 6. This item to be used with paint applied at a minimum of22-25 mils wet film thickness.

Milled 4-6" wide groove, 75-100 mil depth for District 6.

Mobilization for District 6 for emergency striping.

Obliteration of existing long line pavement markings for District 6. 4-6 IN stripe.

Puge-35

AA)$.05

AI3)$.063

AC)$.05

Al\)$.0758

A 13)$.095

AC)$.07

--:\/\.)$.095

AB)$.15

/\C)$.082

Ai\)$.095

Al1\$.12

1\ C'~~.083

Ar\ )$.50

AB)$1.00

AC)$.45

Ai\ )'1;3.50

1\ 11)'\1.25

AC)$1.00

AI\ \$.50

AG)$.90

AC)$.50

Page 46: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

45

l 08\J -~

200

I

!---081 100

082 100,000

1---· 083 100,000

084 100

***84 Items Total***

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-805-!6·13992

SJ;:- Obliteration of existing pavement markings by tl)e square foot for District 6.

rvme Mo1rilization for obliteration of pavement markings for District 6.

T

l -----··

FT. Layout of passing/no-passing zones, unmarked roadways, and auxiliary lanes to include left and right lanes, and acceleration and deceleration lanes for District 6. This item will be measured by the linear foot of center line stripe or length of auxiliary hmes(s). Mobilization included.

-

AA)$3.00

AD)$2.50

AC)$2.00 AA)$2.75

AD)$4.00

AC)$2.50

A :$.03

A n)$.05

A\':1:.03 -----L.F. Sweeping for District 6. This item to be measured by the

linear foot of the stripe to be swept. S\veeping shaH be for A ''':..03 the Jane line where pavement markings are to be directly applied, not the entire roadway surface. For roadways with a A 1 1\~;.ns

centerline stripe, the centerline will be considered one lane AC'1~.o3 line. Note, cases where debris requires more than one pass

shall be considered incidental to the measurement Mobilization included.

···--· Mile Mobilization for sweeping for District 6. A/\)$5.00

Al\)~3.00

AC)~;2.50

Page-36

Page 47: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

46

----· Awarded Vendor:

State of New Mexico General Services Department

Price Agreen1ent

GSD/PD (Rev. 5/16/12)

2 Vendors (see page 7) Price Agreement Number: 50-805-15-13228

Payment Terms: Net 30

F.O.B.: Destination

Telephone No.: Dcliveiy: As Requested

--------·---.--------------------··------------------,

Ship To: New Mexico Department of Transportation (Various Locations)

Procurement Specialist: Eric Sanchez

~-----------------------------------~ Invoice: New Mexico Department of Transportation (Various Locations

For questions regarding this contract please contact: James Ortega 505-827-5135

Title: Reflectorized Pavement Markings

Term: October 5, 2015-0ctobcr 4, 2016

Telephone No.: 505-827-5135

This Price Agreement is made subject to the "tenus and conditions" shown on the reverse side of this page, and as indicated in this Price Agreement.

Accepted for the State ofNew Mexico

NeW'Mex1co.State Purcl1asing Agent

Pur~hasin~ysion, 1100 St. Francis Drive, PO Box 6850, Santa Fe, NM 87502-6850 (505) 827-0472 LM,es .(,~L .

~~- ., :::'·~~

Date: 9/30-15

Page 48: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

47

State ofNew Mexico General Services Department

Purchasing Division Price AgTcement #: 50-805-15-13228

Tenus and Conditions (Unless otherwise specified)

1. General: When the State Purchasing Agent or his/her desig11ee issues a purchase document in response to the Vendor's bid, a binding contract is created.

Page-2

2. Variation in Quantity: No variation in the quantity of any item called for by this order will be accepted unless such variation has been caused by conditions of loading, shipping, packing or allowances in manufacturing process and then only to the extent, if any, specified in this order.

3. Assignment: a. Neither the order, nor any interest therein, nor any c1aim thereunder, shall be assigned or transfen·ed by the Vendor, except as set fotih in Subparagraph 3b or as expressly authorized in writing by the State Purchasing Agent or his/her designee. No such assignment or transfer shall relieve the Vendor from the obligations and liabilities under this order.

b. Vendor agrees that any and all claims for overcharge resulting from antitrust violations which are bome by the State as to goods, services, and materials purchased in connection with this bid are hereby assigned to the State.

4. State Furnished Property: State furnished property shall be retLUned to the State upon request in the same condition as received except for ordinary wear, tear and modifications ordered hereunder.

5. Discounts: Prompt payment discounts will not be considered in computing the low bid. Discounts for payment within twenty (20) days will be considered after the award of the contract. Discounted time will be computed fi·om the date of receipt of the merchandise invoice, whichever is later.

6. Inspection: Final inspection and acceptance will be made at the destination. Supplies rejected at the destination for nonconfom1ance with specifications shall be removed at the Vendor's risk and expense, promptly after notice of rejection.

7. Inspection ofPlant: The State Purchasing Agent or his/her designee may inspect, at any reasonable time, the part of the Contractor's, or any subcontractor's plant or place of business, which is related to the performance of this contract.

8. Commercial Wan·anty: The Vendor agrees that the supplies or services fumished under this order shall be covered by the most favorable commercial wananties the Vendor gives for such to any customer for such supplies or services. The rights and remedies provided herein shall extend to the State and are in addition to and do not limit any rights afforded to the State by any other clause of this order. Vendor agrees not to disclaim warranties of fitness for a particular purpose of merchantability.

9. Taxes: The w1it price shall exclude all state taxes.

10. Packing, Shipping and Invoicing:

a. The State's purchasing document number and the Vendor's name, user's name and location shall be shown on each packing and delivery ticket, package, bill of lading and other correspondence in connection with the shipments. The user's count will be accepted by the Vendor as final and conclusive on all shipments not accompanied by a packing ticket.

b. The Vendor's invoice shall be submitted duly certified and shall contain the following infonnation: order number, description of supplies or services, quantities, unit price and extended totals. Separate invoices shall be rendered for each and every complete shipment.

c. Invoices must be submitted to the using agency and NOT the State Purchasing Agent.

I 1. Default: The State reserves the right to cancel all or any part of this order without cost to the State, if the Vendor fails to meet the provisions of this order and, except as otherwise provided herein, to hold the Vendor liable for any excess cost occasioned by the State due to the Vendor's default. The Vendor shall not be liable for any excess costs if failure to perform the order arises out of causes beyond the control and without the fault or negligence of the Vendor, such causes include but are not restricted to, acts of God or the public enemy, acts of the State or Federal Government,

Page 49: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

48

State ofNeYv Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

Page-3 fires, floods, epidemics, quarantine restrictions, strikes, fi-cight embargoes, unusually severe weather and defaults of subcontractors due to any of the above, unless the State shall detennine that the supplies or services to be furnished by the subcontractor were obtainable fi·om other sources in sufficient time to permit the Vendor to meet the required delivery scheduled. The rights of the State provided i:n this paragraph shall110t be exclusive and are in addition to any other rights now being provided by law or under this order.

12. Non-Collusion: In signing this bid the Vendor certifies he/she has not, either directly or indirectly, entered into action in restraint of free competitive bidding in connection with this offer submitted to the State Purchasing Agent or his/her designee.

13. Nondiscdmination: Vendor doing business with the State of New Mexico must be in compliance with the Federal Civil Rights Act of 1964 and Title VII of the Act (Rev. J 979) and the Americans with Disabilities Act of 1990 (Public Law 101-336).

14. The Procurement Code; Sections 13-1 -28 through 13-1-99 NMSA 1978, imposes civil and criminal penalties for its violation. In addition the New Mexico criminal statutes impose felony penalties for bribes, gratuities and kickbacks.

15. All bid items are to be NEW and of most c1ment production, unless otherwise specified.

16. Payment for Purchases: Except as otherwise agreed to: late payment charges may be assessed against the user state agency in the amount and under the conditions set forth in Section 13-1-1581\TMSA 1978.

17. Workers' Compensation: The Contractor agrees to comply with state laws and rules pertaining to Workers' Compensation benefits for its employees. If the Contractor fails to comply with Workers' Compensation Act and applicable rules when required to do so, this Agreement may be terminated by the contracting agency.

18. Bids must be submitted in a sealed envelope with the bid number and opening date clearly indicated on the bottom left hand side of the fi·ont of the envelope. Failure to label bid envelope will necessitate the premature opening of the bid in order to identify the bid number.

19. Contractor Personnel: Persmmel proposed in the Contractor's written proposal to the Procuring Agency are considered material to any work performed under this Price Agreement. Once a Purchase Order or contract has been executed, no changes of personnel will be made by tl1e Contractor without prior written consent of the Procuring Agency. Replacement of any Contractor personnel, if approved, shall be with personnel of equal ability, experience, and qualifications. The Contractor will be responsible for any expenses incurred in familiarizing the replacement personnel to insure their being productive to the project immediately upon receiving assignments. Approval of replacement personnel shall not be unreasonably withheld. The Procuring Agency shall retain the right to request the removal of any of the Contractor's pers01mel at any time.

20. Subcontracting: The Contractor shall not subcontract any portion of the Price Agreement without the prior written approval of the Procuring Agency. No such subcontracting shall relieve the Contractor from its obligations and liabilities under this Price Agreement, nor shall any subcontracting obligate payment from the Agency.

21. Records and Audit: The Contractor shall maintain detailed time and expenditure records that indicate the date, time, nature, and cost of services rendered during this Price Agreement's term and effect, and retain them for a period of three (3) years from the date of final payment under this Price Agreement. The records shall be subject to inspection by the Agency, State Purchasing Division, Department of finance and Administration, and for Information Technology contracts, State Chiefinformation Officer. Agency shall have the right to audit billings, both before and after payment. Payment for services under tllis Price Agreement shall not foreclose the right of the Agency to recover excessive or illegal payments.

22. The foregoing requirements for Contractor Personnel, Subcontracting, and Audit shall be inserted into all subcontracts from the prime contractor to the subcontractor.

Page 50: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

49

State of New Mexico General Services Depatiment

Purchasing Division Price Agreement#: 50-805-15-13228

New Mexico Employees Health Coverage Page-4

A. If Contractor has, or grows to, six (6) or more employees who work, or who are expected to work, an average of at least 20 hours per week over a six (6) montJ1 period during the term of the contract, Contractor certifies, by sig11ing this agreement, to have in place, and agrees to maintain for the term of the contract, health insurance for its New Mexico Employees and offer that health insurance to its New Mexico Employees if the expected annual value in the aggregate of any and all contracts between Contractor and the State exceeds $250,000 dollars.

B. Contractor agrees to maintain a record of the number of its New Mexico Employees who have (a) accepted health insurance; (b) declined health insurance due to other health insurance coverage already in place; or (c) declined health insurance for other reasons. These records are subject to review and audit by a representative of the state.

C. Contractor agrees to advise all of its New Mexico Employees of the availability of State publicly financed health care coverage programs by providing each of its New Mexico Employees with, as a minimum, the following web site link to additional infonnation: J:illR:I/insurcnewmexico.state.nm.us/.

D. For purposes of this Paragraph, the following terms have the following meanings:

(1) "New Mexico Employee" means any resident of the State ofNew Mexico employed by Contractor who performs the majority of the employee's work for Contractor within the State ofNew Mexico, regardless of the location of Contractor's office or offices; and

(2) "offer" means to make available, without unreasonable restriction, enrollment in one or more health coverage plans and to actively seek and encourage participation in order to achieve the goals of Executive Order 2007-049. This could include State publicly financed public health coverage programs such as Insure New Mexico!

Page 51: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

50

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

New Mexico Pay Equity Initiative Page-5

Contractor agrees, if it has ten (1 0) or more New Mexico employees OR eight (8) or more employees in the same job classification, at any time during the term of this contract, to complete and submit the PEl 0-249 form on the annual anniversary of the initial report submittal for contracts up to one (1) year in duration. If contractor has (250) or more employees, contractor must complete and submit the PE250 form on the annual anniversary of the initial report submittal for contTacts that are up to one ( 1) year in duration. For contracts that extend beyond one (1) calendar year, or are extended beyond one (1) calendar year, contractor also agrees to complete and submit the PE 1 0-249 or PE250 form, whichever is applicable, within thi1iy (30) days of the annual contract anniversary date of the initial submittal date or, if more than 180 days has elapsed since submittal of the last report, at the completion of the contract, whichever comes first. Should contractor not meet the size requirement for reporting at contract award but subsequently grows such that they meet or exceed the size requirement for reporting, contractor agrees to provide the required report within ninety (90) days of meeting or exceeding the size requirement. That submittal date shall serve as the basis for submittals required thereafter.

Contractor also agrees to levy this requirement on any subcontractor(s) perfonning more than 10% of the dollar value of this contract if said subcontractor(s) meets, or grows to meet, the stated employee size thresholds during the te1m of the contract. Contractor further agrees that, should one or more subcontractor not meet the size requirement for reporting at contract award but subsequently grows such that they meet or exceed the size requirement for repmting, contractor will submit the required report, for each such subcontractor, within ninety (90) days of that subcontractor meeting or exceeding the size requirement. Subsequent repmt submittals, on behalf of each such subcontractor, shall be due on the annual anniversary ofthe initial repmt submittal. Contractor shall submit i.he required form(s) to the State Purchasing Division of the General Services Department, and other departments as may be determined, on behalf of the applicable subcontractor(s) in accordance with the schedule contained in this paragraph. Contractor acknowledges that this subcontractor requirement applies even though contractor itself may not meet the size requirement for reporting and be required to repott it self.

Two (2) copies of the Pay Equity Worksheet shall be submitted prior to Award by the prospective Awarded Vendor.

The PE 10-249 and PE250 worksheet is available at the following website: http://www.gencralscrviccs.state.nm.us/statcpurchasing/GuidcsProccdurcs.aspx

Page 52: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

51

Article I- Statement of Work

State ofNe\v Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

Department Price Agt·eernent

Under the terms and conditions of this Price Agreement, the using agency may issue orders for items and/or services described herein.

The terms and conditions of this Price Agreement shall fon11 a part of each order issued hereunder.

The items and/or services to be ordered shall be listed under Article IX- Price Schedule. All orders issued hereunder will bear both an order number and this Price Agreement number. It is understood that no guarantee or warranty is made or implied by either the New Mexico State Purchasing Agent or the user that any order for any definite quantity will be issued under this Price Agreement. The Contractor is required to accept the order and fumish the items and/or services in accordance with the articles contained hereunder for the quantity of each order issued.

Article II-Term The term of this Price Agreement for issuance of orders shall be as indicated in specifications.

Article Ill -specifications Items and/or services furnished hereunder shall conform to the requirements of specifications and/or drawings applicable to items listed under Article IX- Price Schedule. Orders issued against this schedule will show the applicable price agreement item(s), number(s), and price(s); however they may not describe the item(s) fully.

Article IV- Shipping and Billing Instructions Contractor shall ship in accordance with the instructions of this fonn. Shipment shall be made only against specific orders which the user may place with the contractor during the term indicated in Article II- Term. The Contractor shall enclose a packing list with each shipment listing the order number, price agreement number and the commercial parts number (if any) for each item. Delive1y shall be made as indicated on page l. If vendor is unable to meet stated delivery the State Purchasing Agent must be notified.

Article V- Termination This Price Agreement may be terminated by either signing party upon written notice to the other at least thirty (30) days in advance ofthe date of termination. Notice oftem1ination of the price agreement shall not affect any outstanding orders.

Article VI- Amendment This Price Agreement may be amended by mutual agreement of the New Mexico State Purchasing Agent or his/her designee and the Contractor upon written notice by either patiy to the other. An amendment to this Price Agreement shall not affect any outstanding orders issued prior to the effective date of the amendment as mutually agreed upon, and as published by the New Mexico State Purchasing Agent or his/her designee. Amendments affecting price adjustments and/or the extension of a price agreement expiration date are not allowed unless specifically provided for in the bid and price agreement specifications.

Article VII- Issuance o1· Orders Only written signed orders are valid under this Price Agreement.

Article Vlll- Packing (if applicable) Packing shall be in conformance with standard commercial practices.

Article IX- Price Schedule Prices as listed in the price schedule hereto attached are firm.

Page 53: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

52

Awarded Vendors:

(AA) 0000011297 Highway Supply, LLC 6221 Chappell RD NE Albuquerque, NM 87113 505-345-8295

(AB)0000049822 San Bar Construction Corp. 9101 Broadway SE Albuquerque, NM 87105 505-452-8000

State ofNew Mexico General Services Depru.iment

Purchasing Division Price Agreement 50-805-15-13228

Page-7

Page 54: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

53

State ofNew Mexico General Services Department

Purchasing Division Price Agreement #: 50-805-15-13228

Page-8 Establish a price agreement for Reflectorized Pavement Markings. This price agreement includes materials, labor and equipment as per the specifications contained herein.

All work performed under this contract shall meet the specifications as set f01ih in the Nev.r Mexico State Department of Transportation Standard Specifications for Highway and Bridge Constmction, cmrent edition and current special provisions and supplemental specifications.

Vendors are required to have prior product approval through the NMDOT Product Evaluation Program in order for bid item to be awarded.

TERMS OF PRICE AGREEMENT:

The tenn of this agreement shall be for one year from date of award with an option to extend for up to three (3) additional one year periods, by mutual agreement of all patiies and approval of the New Mexico State Purchasing Director at the same price, terms and conditions. This Price Agreement shall not exceed four (4) years.

PERFORMANCE AND PAYMENT AND MATERIALS BONDS:

Upon the issuat1ce of a purchase order, the successful awarded contractor(s) must provide a performance bond and a payment and materials bond equal to 1 00% of the total purchase order. Said bonds must be provided to the requesting District Engineer or their designee prior to the commencement of work. Failure to comply shall result in the purchase order being issued to another vendor and difference being charged back to the awarded contractor( s).

The performance bond is to secure the New Mexico Department of Transportation for losses and damages sustained by reason of default by vendor. A payment bond is to guarantee that subcontractors and material suppliers on the project will be paid. The materials bond is to guarantee availability of equipment and acceptance of product.

TAX NOTE:

Price shall not include State Gross Receipts or Local Option Tax. Taxes shall be added to the invoice at current rates as a separate item to be paid by users.

BIDDING INFORMATION:

The conditions and specifications set out in the invitation to bid are inseparable and indivisible. Any vendor, by submitting a bid, agrees to be bound by all such conditions and/or specifications. All conditions and specifications in the invitation to bid, and all other documents required to be submitted, shall be returned by the vendor in their bid package. Failure to do so or at1y attempt to vary or change the conditions or specifications of the invitation to bid shall, at the discretion of the State ofNew Mexico, constitute grounds for rejection of the entire bid.

The prices quoted herein represent the total compensation to be paid by the State of New Mexico for goods and/or services provided. It is understood that the party providing said goods and/or services to the State of New Mexico is responsible for payment of all costs of labor, equipment, tools, materials, federal taxes,

Page 55: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

54

State of New Mexico General Services Depmiment

Purchasing Division Price Agreement#: 50-805-15-13228

Page-9

pennits, licenses, fees, and any other items necessary to complete the work provided. The prices quoted in this price agreement include an amount sufficient to cover such costs.

The Contractor shall be considered an independent contractor and not an employee of the State of New Mexico. However, directions as to the time and place of perfonnance and compliance with rules and regulations may be required.

Vendor is requested to indicate their federal tax id number, New Mexico gross receipts or social security number -----

BID REVIEW:

The New Mexico Department of Transpmtation shall perfom1 a bid analysis of the bids received to include a determination of qualification in accordance with the standards and requirements of the price agreement. The analysis and recommendation for award will be sent to State Purchasing for a determination.

METHOD OF AWARD:

Method of award shall be to multiple vendors for each group as follows:

Descriptions Conventional Painted Markings Epoxy Reflectorized Markings Durable Plastic Reflective Preformed Markings Durable Plastic Reflective Preformed Pattemed Markings Thermoplastic Reflectorized Markings Durable Preformed Thermoplastic Reflectorized Markings

(Road Preheat Required) Preformed The1moplastic Reflectorized Markings

(No Road Preheat) Concrete Barrier Delineation (tape & panel) Reflectorized Raised Markings Portable Retro-reflect-o-meter Detectable Warning System

Items 001 thru 010 011 thru 022 023 thru 037 03 8 tlu_.u 049 050 thru 064 065 thru 072

073 thru 081 082 thru 087 088 thru 094 95 096 thru 101

For a bid to be considered for award to a group, prices must be submitted for all items for that group. Failme to do so will result in the bid being deemed irregular and rejected from consideration for award to that group.

This price agreement may be awarded to one or more vendors, but not to exceed three vendors per group.

UTILIZATION OF VENDORS:

The following procedure for the utilization of vendors shall be used on multiple source price agreements.

1. The selection of a vendor from a multiple source price agreement to complete a project shall be based on the purchase order.

Page 56: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

55

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

Page-10 2. The District Engineer or their designee shall evaluate the estimated quantities, tmit costs, total costs per

item, and total project costs for each awarded vendor.

3. The vendor selected to perform the work on the project shall be the vendor providing services for the specific project estimate at the lowest overall cost to the New Mexico Department of Transportation and able to meet all project delivery requirements including project schedule. A vendor not offering the lowest cost to the New Mexico Department of Transportation can be used for the specific project if the vendor providing the lowest overall cost is unable to meet all project requirements as detem1ined and docun1ented by the District Engineer or their designee. Any changes to the original purchase order will require a modification fonn signed by the District Engineer or designee. All supp01iing documentation shall be maintained in the project file.

PUBLIC WORKS MINIMUM WAGE ACT:

This is a Public Works price agreement subject to the provisions of the Public Works Minimum Wage Act, Section 13-4-11 through 13-4-17, et. Seq. NMSA 1978 as amended. Minimum Wage Rates as determined and published by the State Labor Commission, Santa Fe, New Mexico shall be in effect and utilized by the vendor during the term of this price agreement.

If a Contractor or Subcontractor is willfully paying employees covered by the Public Works Minimum Wage Act, lower rates than required, the contractor or subcontractor may lose their right to proceed with the work.

PRICE AGREEMENT ORDER:

For projects over $60,000.00 where a purchase order has been issued, a Wage Rate Decision number must be requested by the User Agency. The Wage Rate Decision nwnber can be obtained by completing and submitting the New Mexico Department of Work Force Solutions, Public Works request for a Wage Rate Decision form, available at: https://nm4myui. d ws. state. run. us/WageRateRequestWeb/WageRateReguestF orm.aspx

THE CONTRACTOR AGREES TO:

A. Provide competent supervision and skilled personnel to carry on all work in progress.

B. Comply with all local, state, and federal laws governing safety, health and sanitation. The Contractor shaH provide all safeguards, safety devices and protective equipment, and take any other needed actions necessary to protect the safety and health of employees on-the-job, the safety of the public, and to protect property in connection with the performance of the work covered by the price agreement.

C. Contractor shall indemnify and hold harmless The State of New Mexico, its officers and employees, against liability, claims, damages, losses and/or expenses arising out of bodily injury to persons or damage to property caused by, or resulting from, Contractor's and/or its employees, own negligent act(s) or omission(s) while Contractor, and/or its employees, perform(s) or fails to perform its obligations and duties under the terms and conditions of this price agreement. This hold harmless and indemnification clause is subject to the immw1ities, provisions and limitations of the tort claims act (41-4-1, et seq., N.M.S.A. 1978 comp.) and section 56-7-1 N.M.S.A. 1978 comp. and any amendments thereto.

Page 57: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

56

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

Page-l!

It is specifically agreed between the pmiies executing this price agreement that it is not intended by any of the provisions of any part of the price agreement to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the price agreement to maintain a suit(s) for wrongful death(s), bodily and/or personal injury(ies) to person(s), damage(s) to prope1ty(ies) and/or any other claim(s) whatsoever pursuant to the provisions of this price agreement.

D. A potential Contractor or the Contractor agrees to comply with state laws and rules pe1iaining to worker's compensation insurance coverage for its employees. If the Contractor fails to comply with the Worker's Compensation Act and applicable rules Yvhen required to do so, the pmchase order may be cancelled effective immediately.

E. Contractor shall be responsible for all cleanup work on the project site and at the equipment storage areas prior to the final inspection and acceptance.

INSURANCE REQUIREMENTS:

The Contractor shall procure and maintain at the Contractors expense insurance of the kinds and in amounts herein provided. This insurance shall be provided by insurance companies authorized to do business in the State of New Mexico and shall cover all operations under the price agreement, whether perfom1ed by the Contractor, the Contractor's agents or employees or by Sub-Contractors. All insurance provided shall remain in full force and effect for the entire period of the work, up to and including final acceptance, and the removal of all equipment, employees, agents and Sub-Contractors therefrom.

(A) Public Liability and Automobile Liability Insurance

1. General Liability: bodily injury liability and property damage liability insurance applicable in full to the subject project shall be provided in the following minimm amounts:

Bodily Injury Liability: $1,000,000 each person; $2,000,000 each occtmence

(annual aggregate) Property Damage Liability: $2,000,000 each occurrence

(annual aggregate)

a. The policy to provide this insurance is to be written on a Comprehensive General Liability Fonn or Comme1;cial General Liability Fo1m which must include the follO\ving:

1. Coverage for liability arising out of the operation of independent Contractors 2. Completed operation coverage 3. Attachment of the Broad Form Comprehensive General Liability Endorsement

b. In the event that the use of explosives is a required part of the price agreement, the Contractor's insurance must include coverage for injury to or destruction of property arising out of blasting or explosion.

Page 58: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

57

State ofNew Mexico General Services Department

Purchasing Division Price Agreement #: 50-805-15-13228

Paae-12 "'

c. In the event that a fonn of vvork next to an existing building or stmcture is a required pat1 of price agreement, the Contractor's insurance must include coverage for injury to or destruction of property arising out of:

1. The collapse of or structural lllJury to building or structures due to excavation, including burTO\ving, filling or backfilling in connection therev.rith, or to tmmeling, cofferdam work or caisson \Vork or to moving, shoring, underpinning, razing or demolition of building or structures or removal or rebuilding of structural supports thereof.

d. Coverage must be included for injmy to or destruction of property arising out of injury to or destmction of wires, conduits, pipes, mains, sewers or other similar property or any apparatus in c01mection therewith below the surface of the ground. If such injury or destruction is caused by or occurs during the use of mechanical equipment for the pmpose of excavating, digging, or drilling, or to injury to or destruction of property at any time resulting there from.

2. Automobile liability insurance coverage for the Contractor (whether included in the policy providing general liability insurance or in a separate policy) must provide liability for the ownership, operation and maintenance of ovvned, non-owned, and hired cars. The limits of liability for automobile liability insurance shall be provided in the following amounts:

Bodily Injury Liability:

$1,000,000 each person; $2,000,000 each occurrence (annual aggregate)

Property Damage Liability:

$2,000,000 each occurrence (annual aggregate)

(B) Worker's compensation insurance: The Contractor shall also carry Worker's Compensation Insurance or otherwise fully comply with provisions of the New Mexico Workman's Compensation Act and Occupational Disease Disablement Law.

If the Contractor is an "owner-operator" of such equipment, it is agreed that the State of New Mexico assumes no responsibility, financial or otherwise, for any injuries sustained by the "owner-operator" during the performance of said price agreement.

(C) Certificate of Insurance/Department as Additional Insured: The Contractor being awarded Price Agreement shall fumish evidence of Contractor's insurance coverage by a Certificate of Insurance. The Certificate ofinsurance shall be submitted prior to award of the Price Agreement.

The Contractor shall have the New Mexico Department of Transportation named as an additional insured on the Comprehensive General Liability Form or Commercial General Liability Form furnished by the Contractor pursuant to Paragraph (A) 1 and (A) 2, of this subsection. The Certificate

Page 59: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

58

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

Page-13 of Insunmce shall state that the coverage provided under the policy is primary over any other valid and collectible insurance.

The Certificate of Insurance shall also indicate compliance with these specifications and shall certify that the coverage shall not be changed, cancelled or allowed to lapse without giving the New Mexico Department of Transportation thirty (30) days \Nritten notice. Also, a Certificate of Insurance shall be fumished to the New Mexico Department of Transportation on renewal of a policy or policies as necessary during the te1ms of this price agreement.

The New Mexico Department of Transpoliation shall not issue a notice to proceed until such time as the above requirements have been met.

(D) Umbrella Coverage: The insurance limits cited in the above paragraphs are minimum limits. This specification is no way intended to define what constitutes adequate insurance coverage for individual Contractor. The New Mexico Department of Transportation will recognize following form excess coverage (Umbrella) as meeting the requirements of Subsection (A) l.a of this price agreement, should such insurance otherwise meet all requirements of such subsections.

(E) Other Required Insurance: The Contractor shall procure and maintain, when required by the New Mexico Department of Transp01tation, form and types of bailee insurance such as, but not limited to, builder's risk insurance, Contractor's equipment insurance, rigger's liability property insurance, etc. In an amount necessary to protect the New Mexico Department of Transportation against claims, losses, and expenses arising from the damage, disappearance or destruction of property of others in the care, custody or control of the Contractor, including property of others being installed, erected or worked upon by the Contractor, his agents, or Sub-Contractors.

(F) Railroad Insurance: In the event that railroad property is affected by the subject price agreement, the Contractor, in addition to the above requirements, shall be required to furnish a Railroad Protective Liability policy in the name of the railroad company involved. In addition, on those rails that are used by the National Railroad Passenger Corporation (NRPC), the Contractor will also obtain a Railroad Protective Liability Policy in the name ofNRPC.

The limits of liability for the Railroad Protective Liability Policy (or policies) must be negotiated with the railroad company on a hazard and lisk basis. In no event will the limits exceed the following:

Bodily Injury Liability, Property Damage Liability:

$2,000,000 each occurrence

Liability and Physical Damage to Property:

$6,000,000 aggregate

The limits of liability stated above apply to the coverage's as set folih in the Railroad Protective Liability Endorsement Fonn, subject to the terms, conditions, and exclusions found in the form.

Page 60: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

59

State ofNew Mexico General Services Department

Purchasing Division Price Agreement #: 50-805-l 5-13228

Page-14 The policy must afford coverage as provided in the Standard Railroad Protective Liability Endorsement (AASHTO Fmm).

The Contractor shall be considered an independent Contractor and not an employee of the State of New Mexico. However, directions as to the time and place of performance and compliance with rules and regulations may be required.

The conditions listed in the above paragraphs are an integral part of this bid and shall be the conditions regulating the performance of any price agreement between the Bidder and the State of New Mexico and any Commission, Divisions, or Department thereof.

SPECIFICATION J1'0R REI?LECTORIZED PAVEMENT MARKINGS:

The contractor shall abide with the New Mexico Department of Transportation Standard Specifications for Road and Bridge Construction, 2007 Edition, Division 700 on Traffic Control Devices and with the Manual of Uniform Traffic Control Devices, most recent adopted edition, Pmt VI-Traffic Control for Street and Highway Construction and Maintenance Operations.

Refer to Section 704 "PAVEMENT MARKJNGS" of the New Mexico Department of Transp01tation Standard Specifications for Highway and Bridge Construction, 2007 Edition for providing and placing pavement stripes.

SPECIFICATIONS FOR ELEMENT DROP IN BI~ADS WHEN SPECIFIED FOR USE IN THERMOPLASTIC TRAFFIC BINDERS

Wet/Dry Reflective Elements The bonded core reflective elements shall contain either clear or yellow tinted ceramic beads bonded to the opacified core. These elements shall not be manufactured using lead, chromate or arsenic. All "dry­performing" ceramic beads bonded to the core shall have a minimum index of refraction of 1.9. All "wet performing" ceramic beads bonded to the core shall have a minimum index of refraction of2.4. The mix of the elements shall be 50% chy performing and 50% wet perfo1ming. Installation of elements shall be in accordance with manufactures requirements.

Reflective media application - The specified reflective media shall be dropped immediately after binder application. Reflective Media consists of retroreflective elements followed by glass beads commonly called "double-drop" atld shall be applied to achieve the application rates shown in Table 1 and Table 2

Table 1 Element Applicatio R t ~ Tl n a es or 1ermo pi as IC m ers I f B" d

Units Minimum for smooth pavement surfaces

Pounds per 4-inch linear foot 0.022 lbs

Pounds I 100 Sq ft 6.61bs

Table 2 Application Rates for High Performance Glass Beads

I Units I ~~=~d Performance I

Page 61: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

60

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

I Pounds /100 Sq ft !1 0 lbs Page-15

Retroreflectance - Typical initial retroref1ectance values are shown in Table 3. Typical retroreflectivity is averaged over many readings [mcd (ft-2) (fc-1)] metric equivalent rmcd (m-2) (lux-1)]

Table 3 Typical Minimum Initial Retroreflectance Values White Yellow

Dry (ASTM E171Ql ___ 500 375 Wet recovery (ASTM E2177) 225 200 Wet continuous (ASTM E2176) 75 60

Dry Reflective Elements The bonded core reflective elements shall contain either clear or yellow tinted ceramic bead5 bonded to the opac~fzed core. These elements shall not be manufactured using lead, chromate or arsenic. All "dry­perform.ing" ceramic beads bonded to the core shall have a minimum index of refraction of 1.9. Installation of elements shall be in accordance with manufactures requirements.

Reflective media application - The specified reflective media shall be dropped immediately after binder application. Reflective Media consists of retroreflective elements followed by glass beads commonly called "double-drop" and shall be applied to achieve the application rates shown in Table 4 and Table 5.

Table 4 Element Applicatio R t f Th n a es or ermop!as IC m ers I f B' d Minimum for smooth

Units pavement surfaces Pounds per 4-inch linear foot 0.022 lbs

Pounds /100 Sq ft 6.61bs

Table 5 Application Rates for Hiah Performance Glass Beads ·F.'

Units Utah Performance Blend

Pounds /1 00 Sq ft 101bs

Retroreflectance - Typical initial retroreflectance values are shown in Table 6. Typical retroreflectivity is averaged over many readings [mcd (ft-2) (fc-1)] metric equivalent [mcd (m-2) (lux- I)]

Table 6 Typical Minimum Initial Retroreflectance Values

I I White I Yellow

TRAFFIC CONTROL:

The Contractor shall abide with the New Mexico Department of Transportation standard specifications for

Page 62: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

61

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

Page-16 road and bridge construction, most cunent edition and special provisions and supplemental specifications, section 700 on traffic control devices and with the Manual on Uniform Traffic Control Devices (JvfUTCD) current edition, patt VI - Traffic Control for Street and Highway Construction and Maintenance Operations. The contractor shall submit a traffic control plan to the District Engineer or their designee three weeks prior to actual construction. The Traffic control plan shall include the proposed signing, location of signs and location and type of all traffic chmmelization devices to be utilized, all lane closures and detours. The traffic plan must be approved by the Traffic Engineer or their designee prior to tbe begiru1ing of operations.

The Contractor shall also provide sufficient flagmen, when deemed necessary by the District Engineer or their designee, to assist with the traffic control during operations. The Contractor shall also remove or cover temporary signing that is required during nonworking hams and night-time hours. At least one lane shall remain open to traffic, with adequate flagging, when working on two lm1e road and treated roadways shall be reopened to traffic during night-time or nonworking hours.

METHOD OF MEASUREl\1ENT AND PAYMENT:

A New Mexico Depmiment of Transportation Inspector will inspect operations at the Department's discretion. The Contractor is still responsible for the project being completed in accordance with all plans and specifications. The Department inspector has the authority to stop the Contractor's work he/she determines it is not in compliance with plans and specifications. Such work will be re-done at fue Contractor's expense to the satisfaction of the Department.

A New Mexico Department of Transp011ation inspector will at the Department's discretion measure the retro­reflectivity of the markings using 30-m geometry. The markings will be measured within thitiy (30) days of application. Except where specified in the material specification, the minimum retro-reflective value for white markings is 250 mcd/m2/lux the minimum retro-reflective value for yellow markings is 150 mcd/m2/lux. Measurements will be taken randomly and when any problem areas are found, measurements will be taken at a minimum of every 114 (0.25) mile and an average will be calculated for every mile. Average values that fall from 1-10 percent below minimum values will result in a 10 percent price reduction for that mile of roadway. Averages values that fall from 11-25 percent minimum values will result in a 25 percent price reduction for that mile of roadway. Average values that fall greater than 25 percent below minimum values will require restriping of that mile of roadway at no additional cost to the NMDOT.

To insure timely placement of pavement markings, the following delivery times shall be met from the date of the work order:

l r~MENT MARKINGS PAVEMEl\TT MARKINGS i REQUIRED DELNERY TIMES* ARFEET SQUARE FEET I NUMBER OF WORKING DAYS

r o- l,soo,ooo 0-1,500 15 ---·-

1,500,001 - 3,000,000 1,500- 3,000 30 -~•~w•

3,000,001 - 4,500,000 3,000-4,500 45

4,500,001 - 6,000,000 4,500 6,000 -Ws .. ·---·-······----6,000,001 AND OVER 6,000 AND OVER

*The vendor shall be subject to a price reductiOn equal to two percent (2%) of the total purchase order, per day for each calendar day the Reflectorized Pavement Markings are not in place as specified above.

Page 63: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

62

State of New Mexico Services Depa1iment

Purchasing Division Price Agreement #: 50-805-15-13228

**May be negotiated with the District Engineer or his designee based on actual footage. Page-17

Should emergency work atiect the schedule of priority work or routine work, it will be the Contractor(s) responsibility to notify the NMDOT representative who issued the affected work in vvriting within two (2) working days after emergency work is issued.

The District Engineer has the authority to issue work orders to the second lowest priced Contractor if the lowest priced Contractor fails to deliver the work in the time allowed.

If the Contractor to perform the work and does not meet contractual schedule requirements such that price reductions are implemented, the state retains the right to cancel the Contractor from the applicable portions of the agreement.

Contractor shall notify the affected District Engineer or designee five (5) working days prior to starting work on any particular work order.

Upon completion of assigned work order, it shall be the Contractor's responsibility to notify the respective district engineer or designee to request final inspection. Failure to do so will result in the assessment of liquidated damages as indicated above. Department of Transportation will provide a field inspector to inspect the work.

PAYMENTS AND INVOICING:

WHhin fifteen days after the date the New Mexico Department of Transportation receives written notice from the Contractor that payment is requested for services, construction or items of tangible personal property delivered on site and received, the New Mexico Department of Transportation shall issue a wTitten certification of complete or partial acceptance or rejection of the services, construction or items of tangible personal property. the New Mexico Department of Transportation finds that the services, construction or items of tangible personal property are not acceptable, it shall, within thirty days after the date of receipt of written notice from the Contractor that payment is requested, provide to the Contractor a letter of exception explaining the defect or objection to the services, construction or delivered tangible personal property along \vith details of how the Contractor may proceed to provide remedial action. Upon cetiification by the New Mexico Department of Transportation that the services, construction or items of tangible personal property have been received and accepted, payment shall be tendered to the Contractor within thirty days after the date of certification. If payment is made by mail, the payment shall be deemed tendered on the date it is postmarked. Mter the thirtieth day from the date that written certification of acceptance is issued, late payment charges shall be paid on the unpaid balance due on the purchase order to the Contractor at the rate of 1 1/2 percent per month. For purchases funded by state or federal grants to local public bodies, if the public body has not received the funds from the federal or state funding agency, but has already certified that the services or items of tangible personal property have been received and accepted, payments shall be tendered to the Contractor within five working days of receipt of funds from that funding agency.

Final payment shall be made vvithin thirty days after the work has been approved and accepted by the New Mexico Department of Transportation's Secretary of his/her duly authorized representative. The Contractor agrees to comply with state laws and rules pertaining to worker's compensation insurance coverage for employees. If Contractor fails to comply with the workers' compensation act and applicable rules when required to do so the purchase order may be canceled effective immediately.

Page 64: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

63

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

INVOICE TO:

NM Department of Transportation 1120 Ccnillos Road- P.O. Box 1149 Santa Fe, NM 87504-1149

NM Department of Transportation District One US 70-80 East- P.O. Box 231 Deming, NM88030-0231

NM Depmiment of Transpo1iation District Two 4505 West Second St.- P.O. Box 1457 Roswell, NM 88202-1457

NM Department ofTransp01iation District Three 7500 East Frontage Road P. 0. Box 91750 Albuquerque, NM 87199-1750

NM Department of Transpoliation District Four Las Vegas, NM 87701-0010

NM Department of Transportation District Five Albuquerque Highway- P.O. Box 4127 (Coronado station) Santa Fe, NM 87502-4127

NM Depmtment of Transportation District Six 1919 Pinon Drive- P.O. Box 2159 Milan, NM 87021-2159

ESCALATION CLAUSE:

Page-18

In the event of a product cost increase, an escalation request will be reviewed by this office on m1 individual basis. This measure is not intended to allow any increase in profit margin, only to compensate for an actual cost increase.

Effective dates for increase will not be any sooner than fifteen days from the date the written request is received by this office. To facilitate prompt consideration, all requests for price increase must include all information listed below:

Page 65: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

64

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

1. Price Agreement Item Number 2. Cunent Item Price 3. Proposed New Price 4. Percentage oflncrease

Page-19

5. Mill/Supplier Notification of price increase indicating percentage of increase including justification for mcrease.

This escalation policy will be tenninated as soon as the market stabilizes. Should you have questions concerning this policy, please contact the State Purchasing Division .

.MOBILIZATION:

Mobilization for moves within the State of New Mexico to any job site as required. No payment will be made for moves of less than twenty-five (25) miles. Mileage will be measured and paid from the Contractor's designated base station to the job site or when applicable mileage will be measured from an existing job site to the new job site and payment will be for whichever distance is less. No payment will be made for the Contractor's return to his/her designated base station. The District Engineer or their designee will approve the distance used for payment and their decision shall be final. For the purpose of this item, the Contractor shall designate a New Mexico base station

All quantities are to be measured by the District Engineer or their designee and shall be considered to be final a11d all payments for the same will be made on this basis.

QUANTITIES:

The approximate quantities for each item are estimated and are for bidding purposes only. Actual requirements will be as detem1ined by the District Engineer or their designee and quantities may be increased or decreased as necessary to meet actual field requirements. The State of New Mexico does not guarantee any amount of work.

Page 66: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

65

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

Page-20

Article and Description Unit Price

Reflectorized Traffic Painted Pavement Markings, Not AA)$3.15 Limited to (Crosswalks, Stop Bars, Legends, Symbols AB)$3.25 and Cmb Painting) (15-18 Mil) Quantity: 0 to 250 Sq. Ft.

002 500 S.F. Reflectorized Traffic Painted Pavement Markings, Not AA)$2.90 Limited to (Crosswalks, Stop Bars, Legends, Symbols AB)$3.00 and Curb Painting) (15-18 Mil) Quantity: 251 to 500 Sq. Ft.

003 1000 S.F. Reflectorized Traffic Painted Pavement Markings, Not AA)$2.50 Limited to (Crosswalks, Stop Bars, Legends, Symbols AB)$2.50 and Curb Painting) (15-18 Mil) Quantity: 501 Sq. Ft. and Over

004 200 S.F. Eradication/Obliteration of Reflectorized Pavement AA)$2.25 Markings, Not Limited to (Crosswalks, Stop Bars, AB)$2.25 Legends, Symbols and Curb Markings), Black Paint Over Not Allowed. Allowed Removal Techniques Include Water Blasting or Other Acceptable Methods That Do Not Damage Existing Surface.

005 2000 L.F. Eradication/Obliteration of Reflectorized Pavement AA)$.90 Markings - 4 In. Line, Black Paint Over Not Allowed. AB)$.75 Allowed Removal Techniques Include Water Blasting Or Other Acceptable Methods That Do Not Damage Existing Surface.

006 1000 Mile Mobilization Required to Complete Work for AA)$5.00 Reflectorized Traffic Painted Pavement Markings (One AB)$5.00 Way, One-Time Continuous Travel within the Sate of New Mexico by Contractors Crew to Reach Each Site. Mileage to Be Verified By Map Miles by Shortest or Most Reasonable Routes of Travel)

007 100 Hour Traffic Control Urban (within the Corporate Limits of AA)$55.00 Urban Areas with 20,000 Population and Over) AB)$60.00 Required to Complete Work. To Include All Signing and Traffic Channelization Devices for Adequate Handling ofTraffic (Not Including Shadow Vehicle)

008 100 Hour Traffic Control (Rural Areas) Required To Complete AA)$55.00 Work to Include All Signing and Traffic AB)$40.00 Channelization Devices for Adequate Handling of Traffic Outside Areas Defined as Urban (Not Including Shadow Vehicle).

Page 67: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

66

State ofNew Mexico General Services Department

Purchasing Division Price Agreement #: 50-805-15-13228

Page-21

009 100 Hour Trailer Mounted Sequential Flashing Arr-ows/Flashing AA)$3.00 Directional Arrows as Reqwred by the Engineer of the AB)$4.00 Using Agency or their Designee That May Be Required to Complete \\/ork for Re:flectorized Traffic Painted Pavement Markings.

010 2000 S.F. Surcharge ($/SF) to Upgrade Items 1, 2, 3 to Hi-Build AA)$.20 Painted Markings (DT-400, HD-21) 25-27 Mil AB)$.50

011 50000 L.F. Materials and Placement of Epoxy Reflectorized AA)$.62 Pavement Markings, 4-Inch White and Yellow, to AB)$.65 Include Shadow Vehicle With Mounted Warning Lights and Arrow Board. Quantity: 0 to 50,000 L.F.

012 250000 L.F. Materials and Placement of Epoxy Reflectorized AA)$.48 Pavement Markings, 4-Inch \Vh.ite and Yellow, to AB)$.52 Include Shadow Vehicle with Mounted Warning Lights and Arrow Board. Quantity: 50,001 to 250,000 L.F.

013 500000 L.F. Materials and Placement of Epoxy Reflectorized AA)$.39 Pavement Markings, 4-lnch White and Yellow, to AB)$.47 Include Shadow Vehicle with Mounted Waming Lights and Arrow Board. Quantity: 250,001 to 500,000 L.F.

014 750000 L.F. Materials and Placement ofEpo?..)' Reflectorized AA)$.39 Pavement Markings, 4-lnch White and Yellow, to AB)$.47 Include Shadow Vehicle with Mounted Warning Lights and Anow Board. Quantity: Over 500,000 L.F.

015 6000 S.F. Materials and Placement of Epoxy Reflectorized AA)$6.00 Pavement Markings, (Crosswalks, Stop Bars) AB)$10.50

016 3000 S.F. Materials and Placement of Epoxy Reflectorized AA)$8.00 Pavement Markings, (Legends and Symbols) AB)$12.00

017 2000 L.F. Eradication/Obliteration of Pavement Markings, Cost AA)$.90 Per Lineal Foot of 4 Inch Stripe, Black Paint Over Not AB)$.75 Allowed, Allowable Techniques Include Water Blasting or Other Acceptable Methods That Do Not Damage Existing Surface.

018 200 S.F. Eradication/Obliteration of Pavement Markings, Cost AA)$2.50 Per Square Foot, Not Limited to (Crosswalks, Stop AB)$2.50 Bars, Legends, Symbols and Curb Marking) Black Paint Over Not Allowed; Allowable Techniques Include Water Blasting or other Acceptable Methods That Do Not Damage Existing Surface.

Page 68: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

67

019 1000 Mile

020 100 Hour

021 100 Hour

022 100 Hour

023 50000 L.F.

024 250000 L.F.

025 500000 L.F.

026 6000 L.F.

State ofNew Mexico General Services Department

Purchasing Division Price Agreement #: 50-805-15-13228

Mobilization Required to Complete Work for Epoxy AA)$45.00 Ref1ectorized Pavement Markings (One-Way, One- AB)$8.50 Time Continuous Travel Within The State ofNew Mexico by Contractors Crew to Reach Each Site. Mileage to Be Verified by Map Miles by Shortest or Most Reasonable Routes of Travel).

Traffic Control Urban (within the Corporate Limits of AA)$55.00 Urban Areas with 20,000 Population and Over) AB)$80.00 Required to Complete Work. To Include All Signing and Traffic Channelization Devices for Adequate Handling of Traffic (Not Including Shadow Vehicle).

·rraftic Control (Rural Areas) Required to Complete AA)$55.00 Work. To Include All Signing and Traffic AB)$60.00 Channelization Devices For Adequate Handling of Traffic Outside Areas Defined As Urban (Not Including Shadow Vehicle).

Trailer Mounted Sequential Flashing Arrows/Flashing AA)$3.00 Directional Arrows as Required by the Engineer of the AB)$4.00 Using Agency or their Designee That May Be Required to Complete Work for Epoxy Reflectorized Pavement Markings.

Materials and Placement of Durable Plastic Reflective AA)$.90 Preformed Pavement Striping Tape, White and Yellow, AB)$.83 4 Inch, 60 Mil., to Include Shadow Vehicle with Mounted Warning Lights and Arrow Board. Quantity: 0 to 50,000 L.F.

Materials and Placement of Durable Plastic Reflective AA)$.88 Prefonned Pavement Striping Tape, White and. Yellow, AB)$.75 4 Inch, 60 Mil., to Include Shadow Vehicle with Mounted Warning Lights and Arrow Board. Quantity: 50,001 to 250,000 L.F.

Materials and Placement of Durable Plastic Reflective AA)$.86 Prefonned Pavement Striping Tape, White and Yellow, AB)$.65 4 Inch, 60 MiL, to Include Shadow Vehicle with Mounted Waming Lights and Anow Board. Quantity: over 250,000 L.F.

Materials and Placement of Durable Plastic Reflective AA)$3.00 Preformed Pavement Markings, (Crosswalks and Stop AB)$3.20 Bars) 12 Inch

Page 69: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

68

State ofNew Mexico General Services Depatiment

Purchasing Division Price Agreement #: 50-805-15-13228

Pagc-23 027 3000 L.F. Materials and Placement of Durable Plastic Reflective AA)$6.00

Preformed Pavement Ivlarkings, (Crosswalks and Stop AB)$6.25 Bars) 24 Inch

028 3000 S.F. Materials and Placement of Durable Plastic Reflective AA)$7.00 Preformed Pavement Markings, (Legends and AB)$6.90 Symbols).

029 6000 L.F. Materials and Placement of Durable Plastic Reflective AA)$5.00 Prefom1ed Inter-section Grade Pavement Markings AB)$7.20 (Cross-walks and Stop Bars) 12 Inch.

030 3000 L.F. Materials and Placement of Durable Plastic Reflective AA)$9.00 Preformed Intersection Grade Pavement Markings AB)$13.95 (Cross-Walks and Stop Bars) 24 Inch.

031 3000 S.F. Materials and Placement of Durable Plastic Reflective AA)$13.75 Preformed Pavement Intersection Grade Pavement AB)$12.90 Markings (Legends and Symbols).

032 500 L.F. Eradication/Obliteration Pavement Marking Cost per AA)$.90 Lineal Foot of 4 Inch Stripe, Black Paint Over Not AB)$.90 Allowed. Allowed Removal Techmques Include Water Blasting or Other Acceptable Methods That Do Not Damage Existing Surface.

033 1000 S.F. Eradication/Obliteration of Pavement Marking (Stop AA)$2.50 Bars/Crosswalks/Curb Markings/Legends and AB)$2.75 Symbols) Black Paint Over Not Allowed. Allowed Removal Teclmiques Include Water Blasting or Other Acceptable Methods That Do Not Damage Existing Surface.

034 500 Mile Mobilization Required to Complete Work (One-Way, AA)$5.00 One-Time Continuous Travel within The State of New AB)$5.00 Mexico by Contractors Crew to Reach Each Site. Mileage to Be Verified by Map Miles by Shmtest or Most Reasonable Routes of Travel).

035 100 Hour Traffic Control Urban (Within The Corporate Limits of AA)$55.00 Urban Areas With 20,000 Population And Over) AB)$60.00 Required To Complete Work. To Include All Signing and Traffic Channelization Devices for Adequate Handling of Traffic (Not Including Shadow Vehicle).

036 100 Hour Traffic Control (Rural Areas) Required to Complete AA)$55.00 Work To Include All Signing and Traffic AB)$40.00 Channelization Devices for Adequate Handling of Traffic Outside Areas Defined as Urban (Not Including Shadoyv V chicle).

Page 70: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

69

037 100 Hour

038 50000 L.F.

039 250000 L.F.

040 500000 L.F.

041 6000 L.F.

042 3000 L.F.

043 3000 S.F.

044 500 L.F.

045 1000 S.F.

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

Trailer Mounted Sequential Flashing Arrow/Flashing Directional Arrows a.<; Requested by The Engineer of The Using Agency or Their Designee That May Be Required to Complete Work for Durable Plastic Reflective Preformed Pavement Markings.

Materials and Placement of Durable Plastic Reflective Prefom1ed Patterned Pavement Striping Tape, Vlhite and Yellow, 4 Inch, 60 Mil., to Include Shadow Vehicle With Mounted Waming Lights and Arrow Board Quantity: 0 to 50,000 L.F.

Materials and Placement of Durable Plastic Reflective Preformed Patterned Pavement Striping Tape, White and Yellow, 4 Inch, 60 Mil., To Include Shadow Vehicle With Mounted Warning Lights and Arrow Board Quantity: 50,001 To 250,000 L.F.

Materials and Placement of Durable Plastic Reflective Preformed Pattemed Pavement Striping Tape, White and Yellow, 4 Inch, 60 Mil., to Include Shadow Vehicle With Mounted Warning Lights and Arrow Board Quantity: Over 250,000 L.F.

Materials and Placement of Durable Plastic Reflective Prefonned Pattemed Pavement Markings (Crosswalks and Stop Bars) 12 Inch.

Materials and Placement of Durable Plastic Reflective Preformed Pattemed Pavement Markings (Crosswalks and Stop Bars) 24 Inch.

Materials and Placement of Durable Plastic Ref1ective

AA)$3.00 AB)$4.00

AA)$2.25 AB)S2.05

AA)$2.15 AB)$1.86

AA)$2.05 AB)$1.84

AA)$7.00 AB)$7.20

AA)$14.00 AB)$13.95

AA)$15.00 Pref01med Pattemed Pavement Markings (Legends and AB)$12.90 Symbols).

Eradication/Obliteration Pavement Marking Cost per AA)$.90 Lineal Foot of 4 Inch Stripe, Black Paint Over Not AB)$.90 Allowed. Allowed Removal Techniques Include Water Blasting or Other Acceptable Methods That Do Not Damage Existing Surface.

Eradication/Obliteration of Pavement Markings AA)$2.50 (Legends and Symbols) Black Paint Over Not AB)$2.75 Allowed. Allowed Removal Techniques Include Water Blasting or Other Acceptable Methods That Do Not Damage Existing Surface.

Page-24

Page 71: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

70

046 500 Mile

047 100 Hour

048 100 Hour

049 100 Hour

050 50000 l_,.F.

051 250000 LF.

052 500000 L.F.

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

Mobilization Required to Complete Work (One-Way, AA)$5.00 One-Time Continuous Travel within The State Of New AB)$4.50 Mexico By Contractors Crew To Reach Each Site. Mileage to be Verified By Map Miles By Shortest Or Most Reasonable Routes of Travel).

Traffic Control Urban (within The Corporate Limits of AA)$55.00 Urban Areas With 20,000 Population And Over) AB)$60.00 Required To Complete Work. To Include All Signing and Traffic Channelization Devices for Adequate Handling of Traffic (Not Including Shadow Vehicle).

Traffic Control (Rural Areas) Required to Complete AA)$55.00 Work to Include All Signing And Traffic AB)$40.00 Channelization Devices For Adequate Handling of Traffic Outside Areas Defined As Urban (Not Including Shadow Vehicle).

Trailer Mounted Sequential Flashing Arrow/Flashing AA)$3.00 Directional Ano\:VS as Requested By The Engineer of AB)$4.00 The Using Agency or their Designee That May Be Required To Complete Work for Durable Plastic Reflective Preformed Pavement Markings.

Materials and Placement of Thennoplastic AA)$.0044 Reflectorized Pavement Markings, White and Yellow, AB)$.0056 4-Inch 30 Mil. Thickness Minimum, 120 Mil. Thickness Maximum, to Include Shadow Vehicle with Mounted Waming Lights And An·ow Board, Price to Be Bid In Mil. Per Linear Foot Quantity: 0 to 50,000 L.F.Mil/LF

Materials and Placement of Thermoplastic AA)$.0042 Reflectorized Pavement Markings, White and Yell ow, AB)$.0048 4-Inch 30 Mil. Thickness Minimwn, 120 MiL Thickness Maximum, to Include Shadow Vehicle with Mounted Warning Lights and Anow Board, Price to Be Bid In Mil. Per Linear Foot Quantity: 50,001 To 250,000 L.F. Mil!Lf

Materials and Placement of Thennoplastic AA)$.0040 Reflectorized Pavement Markings, White and Yellow, AB)$.0045 4-Inch 30 Mil. Thickness Minimum, 120 Mil. Thickness Maximum, to Include Shadow Vehicle with Mow1ted Warning Lights and Anow Board, Price to Be Bid In Mil. Per Linear Foot Quantity: 250,001 To 500,000 L.F. Mil!Lf

Page-25

Page 72: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

71

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

Page-26

053 750000 L.F. Materials and Placement of Thennoplastic AA)$.0040 Reflectorized Pavement Markings, White and Yellow, AB)$.0043 4-Inch 30 Mil. Thickness Minimum, 120 Mil. Thickness Maximum, to Include Shadow Vehicle with Mounted Waming Lights and Arrow Board, Price to Be Bid In Mil. Per Linear Foot Quantity: Over 500,001 L.F. Mil/Lf

054 3000 L.F. Materials and Placement of Thermoplastic AA)$.0217 Reflectorized Pavement Mmkings (Cross-walks And AB)$.0290 Stop Bars) 30 Mil. Thickness Minimum, 120 Mil. Thickness Maximum, 12 Inch Price to Be Bid In Mil. Per Linear Foot. Mil/Lf

055 1500 L.F. Materials and Placement of Thermoplastic AA)$.0333 Reflectorized Pavement Markings (Cross-walks and AB)$.0395 Stop Bars) 30 Mil. Thickness Minimum, 120 Mil. Thickness Maximum, 24 Inch Price to Be Bid In Mil. Per Linear Foot. Mil!Lf

056 1500 S.F. Materials and Placement of Thermoplastic AA)$.0444 Reflectorized Pavement Markings (Legends and AB)$.0540 Symbols) 30 Mil. Thickness Minimum, 120 Mil Thickness Maximum. Price to Be Bid In Mil. per Square Foot.

057 50000 L.F. Double drop we1ldry element bead add on for AA)$.17 Thermoplastic Reflectorized Pavement markings. AB)$.18

058 50000 L.F. Double drop dry element bead add on for AA)$.16 Them1oplastic Reflectorized Pavement markings. AB)$.17

059 500 L.F. Eradication/Obliteration of Thennoplastic Pavement AA)$.90 Markings Cost per Lineal Foot Of 4 Inch Stripe, Black AB)$.95 Paint Over Not Allowed. Allowed Removal Techniques Include Water Blasting or Other Acceptable Methods That Do Not Damage Existing Surface.

060 1000 Mite Mobilization Required to Complete Work for AA)$8.00 Thermoplastic Reflectorized Pavement Markings AB)$5.00 (One-Way, One-Time Continuous Travel within The State Of New Mexico By Contractors Crew to Reach Each Site Mileage To Be Verified By Map Miles By Shortest or Most Reasonable Routes of Travel)

061 100 Hour Traffic Control Urban (within The Corporate Limits of AA)$55.00 Urban Areas with 20,000 Population And Over) AB)$50.00 Required To Complete Work. To Include All Signing And Traffic Channelization Devices for Adequate Handling of Traffic (Not Including Shadow Vehicle).

Page 73: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

72

State of New Mexico General Services Dcpmiment

Purchasing Division Price Agreement#: 50-805-15- J 3228

Page-27

062 100 Hour Traffic Control Urban (within The Corporate Limits of AA)$55.00 Urban Areas with 20,000 Population And Over) AB)$90.00 Required To Complete Work for Lane Extension Lines Through Intersections. To Include All Sigrnng And Traffic Channelization Devices for Adequate Handling ofTraffic (Not Including Shadow Vehicle).

063 100 Hour Traffic Control (Rural Areas) Required to Complete AA)$55.00 Work All Signing and Traffic Charmelization Devices AB)$30.00 for Adequate Handling of Traffic Outside Area Defined As Urban. (Not Including Shadow Vehicle).

064 100 Hour Trailer Mow1ted Sequential Flashing Anows/Flashing AA)$3.00 Directional Arrows as Required By The Engineer of AB)$4.00 The Using Agency or their Designee That May Be Required To Complete Work For Thermoplastic Reflectorized Pavement Markings.

065 3000 L.F. Materials and Placement of Durable Preformed AA)$5.00 Thermoplastic Reilectorized Pavement Markings- Pre- AB)$5.80 heating ofthe Road Required (Crosswalks and Stop Bars) 12 Inch.

066 1500 L.F. Materials and Placement of Durable Prefonned AA)$9.50 Thermoplastic Reflectorized Pavement Mar·kings- Pre- AB)$9.25 heating of the Road Required (Crosswalks and Stop Bars) 24 Inch.

067 1500 S.F. Materials and Placement of Durable Prefonned AA)$10.15 Thermoplastic Reflectorized Pavement Markings -Pre- AB)$1 0.15 heating of the Road Required (Legends and Symbols).

068 60 S.F. Eradication/Obliteration of Durable Thennoplastic AA)$3.00 Pavement Markings AB)$3.00 Legends/Symbols/StopBars/Crosswalks/Curb Markings) Black Paint Over Not Allowed. Allowed Removal Techniques Include Water Blasting or Other Acceptable Methods That Do Not Damage Existing Surface.

069 1000 Mile Mobilization Required to Complete Work for Durable AA)$5.00 Thermoplastic Reflectorized Pavement Markings AB)$5.00 (One-Way, One-Time Continuous Travel within The State OfNew Mexico By Contractors Crew to Reach Each Site Mileage To Be Verified By Map Miles By Shmiest or. Most Reasonable Routes of Travel)

Page 74: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

73

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

Page-28 070 100 Hour Traffic Control Urban (within The Corporate Limits of AA)$55.00

Urban Areas with 20,000 Population And Over) AB)$50.00 Required To Complete Work. To Include All Signing And Traffic Channelization Devices for Adequate Handling of Traffic (Not Including Shadow Vehicle).

071 100 Hour Traffic Control (Rural Areas) Required to Complete AA)S55.00 Work All Signing and Traffic Cham1elization Devices AB)$30.00 for Adequate Handling of Traffic Outside Area Defined As Urban. (Not Including Shadow Vehicle).

072 100 Hour Trailer Mounted Sequential Flashing Arrows/Flashing AA)$3.00 Directional Arrows as Required By The Engineer of AB)$4.00 The Using Agency or their Designee That May Be Required To Complete Work For Thermoplastic Reflectorized Pavement Markings.

073 500 L.F. Materials and Placement Of Preformed Thermoplastic AA)$1.85 Markings (No Pre-Heating ofThe Roadway Required), AB)$1.90 White and Yellow 4-Inch 125 MIL (Premark Plus or Equivalent)

074 5000 L.F. Materials and Placement of Preformed Thermoplastic AA)$5.65 Markings (No Pre-Heating of The Roadway Required), AB)$5.80 Crosswalks and Stop Bars, 125 Mil, 12 Inch (Premark Plus or Equivalent)

075 5000 L.F. Materials and Placement ofPrefonned Thermoplastic AA)$9.50 Markings (No Pre-Heating ofThe Roadway Required), AB)$9.25 Crosswalks and Stop Bars, 125 Mil, 24 Inch (Premark Plus or Equivalent)

076 5000 S.F. Materials and Placement of Prefotmed Thermoplastic AA)$10.00 Markings (No Pre-Heating of the Roadway Required), AB)$10.15 Legends and Symbols, 125 .Mil (Premark Plus or Equivalent)

077 500 L.F. Eradication/Obliteration of Pavement Markings Cost AA)$.95 Per Lineal Foot of 4 Inch Stripe, Black Paint Over Not AB)$.95 Allowed, Removal Techniques Include Water Blasting Or Other Acceptable Methods That Do Not Damage Existing Surface.

078 500 Mile Mobilization Reqrnred to Complete Work for AA)$5.00 Thermoplastic Pavement Marking System (One-Way, AB)$5.00 One-Time Continuous Travel within The State Of New Mexico By Contractors Crew to Reach Each Site. Mileage to Be Verified By Map Miles by Shortest or Most Reasonable Routes of Travel).

Page 75: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

74

State ofNew Mexico General Services Depa1iment

Purchasing Division Price Agreement #: 50-805-15-13228

Page-29 079 100 Hour Traffic Control Urban (within The Corporate Limits of AA)$55.00

Urban Areas With 20,000 Population and Over) AB)$50.00 Required To Complete Work. To Include All Signing and Traffic Channelization Devices for Adequate Handling ofTraffic (Not Including Shadow Vehicle).

080 100 Hour Traffic Control (Rural Areas) Required to Complete AA)$55.00 Work to Include All Signing and Traffic AB)$30.00 Cham1elization Devices For Adequate Handling of Traffic Outside Areas Defined As Urban (Not Including ShadO\v Vehicle).

081 100 Hour Trailer Mounted Sequential Flashing Arrows/Flashing AA)$3.00 Directional Arrows as Required By the Engineer of AB)$4.00 The Using Agency or their Designee That May Be Required to Complete Work For Thennoplastic Reflectorized Pavement Markings.

082 2000 L.F. Materials and Placement of Construction Work Zone AA)$9.00 and Permanent Concrete Barrier Wall Delineation, AB)$7.20 Durable Ref1ectorized Performed Marking Tape.

083 1000 L.F. Materials and Placement of Conugated Liner AA)$9.00 Delineation System Panel (3M LDSs 344/346 or AB)$7.20 Equivalent) on Pem1anent Concrete Barrier and/or Metal Guardrail.

084 50 Mile Mobilization Required to Complete Work for AA)$5.00 Construction Work Zone and Permanent Concrete AB)$5.00 Banier Wall Delineation, Durable Reflectorized Preformed Marking Tape (One-Way, One-Time Continuous Travel within The State ofNew Mexico By Contractors Crew to Reach Each Site. Mileage to Be Verified By Map Miles by Shortest or Most Reasonable Routes of Travel).

085 50 Hour Traffic Control Urban (within The Corporate Limits of AA)$55.00 Urban Areas with 20,000 Population and Over) AB)$9.50 Required To Complete Work for Construction Work Zone and Permanent Concrete BmTier Wall Delineation, Durable Ref1ectorized Preformed Marking Tape. To Include All Signing a11d Traffic Channelization Devices for Adequate Handling of Traffic (Not Including Shadow Vehicle).

Page 76: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

75

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

Page-30

086 50 Hour Traffic Control (Rural Areas) Required to Complete AA)$55.00 Work For Construction Work Zone and Permanent AB)$70.00 Concrete Barrier Wall Delineation, Durable Reflectorized Preformed Marking Tape. To Include All Signing and Traffic Channelization Devices For Adequate Handling of Traffic Outside Areas Defined as Urban ~ot Including Shadow Vehicle).

087 50 Hour Trailer Mounted Sequential Flashing Arrows/Flashing AA)$3.00 Directional Arrows as Required By The Engineer of AB)$4.00 The Using Agency or their Designee That May Be Required to Complete Work For Construction Work Zone and Permanent Concrete Barrier Wall Delineation, Durable Reflectorized Preformed Marking Tape.

088 1000 Each Materials and Placement of Reflectorized Raised AA)$4.00 Pavement Markings. AB)$4.50

089 100 Mile Mobilization Required to Complete Work for AA)$5.00 Reflectorized Raised Pavement Mark-ing (One-Way, AB)$5.00 One-Time Continuous Travel within The State Of New Mexico By Contractors Crew to Reach Each Site. Mileage to Be Verified by Map Miles by Shortest or Most Reasonable Routes of Travel).

090 1000 Each Materials and Placement ofin-Laid (Grooved) AA)$9.50 Reflectorized Raised Pavement Markings. AB)$10.25

091 100 Mile Mobilization Required to Complete Work for In-Laid AA)$7.00 (Grooved) Reflectorized Raised Pavement Markings AB)$10.00 (One-Way, One-time Continuous Travel within the State of New Mexico by Contractors Crc\v to Reach Each Site. Mileage to Be Verified By Map Miles by Shortest or Most Reasonable Routes of Travel)

092 100 Hour Traffic Control Urban (within The Corporate Limits of AA)$55.00 Urban Areas with 20,000 Population and Over) AB)$50.00 Required To Complete Work for Reflectorized Raised Pavement Markings. To Include All Signing and Traffic Channelization Devices for Adequate Handling of Traffic (Not Including Shadow Vehicle).

093 100 Hour Traffic Control (Rural Areas) Required to Complete AA)$55.00 Work For Reflectorized Raised Pavement Markings. AB)$30.00 To Include All Signing and Traffic Channelization Devices for Adequate Handling of Traffic Outside Areas Defined as Urban (Not Including Shadow Vehicle).

Page 77: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

76

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 50-805-15-13228

Page-31

094 100 Hour Trailer Mounted Sequential Flashing Arrows/Flashing AA)$3.00 Directional Arrows as Requested By The Engineer of AB)$4.00 The Using Agency or their designee That May Be Required to Complete Work for Reflectorized Raised Pavement Markings.

095 1 Each P01table Retroreflectometer Used For Measuring AA)$22,050.00 Reflectivity. Delta Light and Optics L TLX W /GPS or AB)$25,000.00 Approved Equal.

096 300 S.F. Materials and Placement of Detectable Waming AA)$75.00 Systems (Size will vary) AB)$85.00

097 50 S.F. Removal of Existing Detectable Warning Systems AA)$55.00 AB)$65.00

098 1000 Mile Mobilization Required to Complete Work for AA)$7.00 Detectable Warning Systems AB)$5.00

099 500 Hour Traffic Control, Urban, Required to Complete Work AA)$55.00 AB)$40.00

100 500 Hour Traffic Control, Rural, Required to Complete Work AA)$55.00 AB)$20.00

101 300 Hour Trailer Mounted Sequential Flashing Arrows/Flashing AA)$3.00 Directional Arrows AB)$4.00

***101 Items Total***

Page 78: ACTION SHEET PUBLIC WORKSICIP AND LAND USE COMMITTEE …€¦ · action sheet item from the public worksicip and land use committee meeting of monday, august 8, 2016 items request

77

FINANCE DEPARTMENT-FINANCE COMMIITEE

Finance Packet Checklist

Address memo to Finance Commiltee-lnitaled by aH Staff Provide exp!anatton if and when Budget available

Include Funding Source-Business Unit and Une item

Include approval term If requesting more than 1 yr term in memo matches term of Contract

Attach initialed illlemoaddress(,;d to Finance Committee

()O_:(' Cx::4\_b\i\.:""Q_J' en ·=s=-n :'.r.\ \~\1Js:~d-\ Ci'<' o·r b ~~ \L..,!L

\() e~1 ~lJ-X.' Ci.::.- l~\ C:.'v'-12\.-D

Need appro!Jalfrom legal-must be ''Aprroved As To Forni" City t\ttorney Include CRS #in contract lnciude Business Regrstration # in contract

AHach Summary of Con!ract and Agreement Form

A!tach Certificate of Insurance Attach Procurement Checklist

Submit sided copy of contract to Finance Forward Originals to the CHy Clerk's office

Route all contracts, MOU's and agreements Purchasing 1st for "Procurement Checklist''

For\vard to City Attorney for "Approved as to Form" Approval

Forward complete contract to Budget Officer for review and approval Forward BARS-to ;\ccounting for revie1.v and signature or Special Forvvard all other BARS directly to Office for review and approval Contracts >SSOk forward !o Finance Cornrnittee-aiJ others forward to Finance D·c:p::Jrtment

j 1 i3-0!20 15

\,./

<:_c'\ \ () ... J~.s.. ·rv"" c\.:c L· v\__cS'J

(C\ c\<' e e \"'<\.._Qj·{'-•. ~ -::o .J