HomeMy WebLinkAboutResolution - 2005-R0342 - Contract For Remediation Of Former Police Firing Range - MT, LLC Of Wheat Ridge - 07_28_2005Resolution No. 2005-R(
July 281,2005'
Item 32
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock, a Contract for remediation
of former police firing range — 615 Municipal Drive, by and between the City of Lubbock
and MT2, LLC of Wheat Ridge, Co., and related documents. Said Contract is attached
hereto and incorporated in this resolution as if fully set forth herein and shall be included
in the minutes of the City Council.
Passed by the City Council this 28th day of July , 2005.
MARC MC OUGAL, MAYOR
ATTEST:
Rebec a Garza, City Secretary
APPROVED AS TO CONTENT:
S
Dan Dennison
Environmental Compliance Manager
APPROVED AS TO FORM:
Jo M. Knight, Assist ity ttorney
gs/ccdocshes-Contract-MTz LLC
July 18, 2005
No Text
I
City of Lubbock
PURCHASING DEPARTMENT
ROOM 204, MUNICIPAL BUILDING
1625 13T11 STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806) 775-2164
http://purchasing.ci.lubbock.tx.us
ITB # 05-062-MA, Addendum #2
ADDENDUM #2
05-062-MA
Remediation Former Police Range - 615
Municipal Drive
DATE ISSUED: June 8, 2005
CLOSE DATE: June 15, 2005 @ 3:00 P.M. CST
NEW CLOSE TIME: June 15, 2005 @ 4:00 P.M. CST
The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any
item called for in the ITB documents is supplemented here, the original requirements, not affected by this
addendum, shall remain in effect.
I. Bid Due Time as CHANGED from June 15, 2005 @ 3:00 PM to June 15, 2005 @ 4:00 PM.
i
THANK YOU,
'=M- asta 1=701azez
CITY OF LUBBOCK
._. Marta Alvarez
Senior Buyer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the
bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or
any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source.
Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five
(5) business days prior to the bid close date. A review of such notifications will be made.
ITB#05-062-MAAd2 1
�.J
City of Lubbock
PURCHASING DEPARTMENT
_ ROOM 204, MUNICIPAL BUILDING
1625 13TH STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806) 775-2164
http://purchasing.ci.lubbock.4,x.us
ITB # 05-062-MA, Addendum #1
ADDENDUM #1
05-062-MA
Remediation Former Police Range - 615
Municipal Drive
DATE ISSUED: May 24, 2005
I OLD CLOSE DATE: June 1, 2005 @ 3:00 P.M. CST
NEW CLOSE DATE: June 15, 2005 @ 3:00 P.M. CST
The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any
item called for in the ITB documents is supplemented here, the original requirements, not affected by this
addendum, shall remain in effect.
1. Bid Due Date as CHANGED from June 1, 2005 @ 3:00 PM to June 15, 2005 @ 3:00 PM.
THANK YOU,
Aa tta --4f1azsz
CITY OF LUBBOCK
3 Marta Alvarez
Senior Buyer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the
bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or
any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source.
Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five
(5) business days prior to the bid close date. A review of such notifications will be made.
ITB#05-062-MAAd1 1
CITY OF LUBBOCK
SPECIFICATIONS FOR
REMEDIATION OF FORMER POLICE FIRING RANGE - 615
MUNICIPAL DRIVE
ITB #05-062-MA
Plans & Specifications may be obtained, at the bidder's expense, from
THE REPRODUCTION COMPANY
htti)://-Dr.thereproductioncom,ogLny.com/
Phone: (806) 763-7770
"A City Of Planned Progress "
CITY OF LUBBOCK
Lubbock, Texas
CITY OF LUBBOCK
INVITATION TO BID
[TOM
TITLE: REMEDIATION OF FORMER POLICE FIRING RANGE - 615 MUNICIPAL DRIVE
ADDRESS: LUBBOCK, TEXAS
ITB NUMBER: 05-062-MA
PROJECT NUMBER: 8502.8107
CONTRACT PREPARED BY: PURCHASING & CONTRACT MANAGEMENT
I
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID SUBMITTAL — BID FOR LUMP SUM CONTRACTS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ITB #05-062-MA
Sealed bids addressed to Victor Kilman, Purchasing & Contract Manager, City of Lubbock, Texas, will be
received in the office of the Purchasing & Contract Manager, Municipal Building, 1625 13th Street, Room 204, Lubbock,
Texas, 79401, until 3:00 o'clock p.m. on the 1st day of June, 2005, or as changed by the issuance of formal addenda to
all planholders, to furnish all labor and materials and perform all work for the construction of the following described
project:
"REMEDIATION OF FORMER POLICE FUZING RANGE - 615 MUNICIPAL DRIVE"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
¢ Purchasing & Contract Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid
is actually in the office of the Purchasing & Contract Manager for the City of Lubbock, before the expiration of the date
above first written.
Bids are due at 3:00 o'clock p.m. on the 1st day of June, 2005, and the City of Lubbock City Council will
consider the bids on the 23rd day of June, 2005, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as
soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities.
The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government
Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds
should be issued by a company carrying a current Best Rating of B or su erior.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid
submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen
(15) days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY
t ' WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN
DISQUALIFICATION OF THE BID SUBMITTAL.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre bid
conference on 24th day of Mav, 2005 at 11:00 o'clock a.m., in TRAINING ROOM L01, Lubbock, Texas.
I
Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q,
Lubbock, Texas 79405, PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE BIDDER'S EXPENSE,
FROM THE REPRODUCTION COMPANY, hiip://pr.thereproductioncompany.com/, Phone: (806) 763-7770.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in the contract documents on file in the office of the Purchasing & Contract Manager of the City of Lubbock,
which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision
of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and
payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response
to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings
and bid openings are available to all persons regardless of disability. If you would like bid information made available in
a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-
2018 at least 48 hours in advance of the meeting.
THE
REPRODUCTION
COMPANY
West Texas Reprographics Headquarters
2102 Ave. Q
Lubbock, TX 79411
(806)763.7770
z... (888) 889-5978
kifp://pr.fhereproductioncompany.com
CITY OF LUBBOCK
VICTOR MAN
PURCHASING & CONTRACT MANAGER
GENERAL INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
1 BID DELIVERY, TIME & DATE
1.1
The City of Lubbock is seeking written and sealed competitive bids to furnish REMEDIATION OF
FORMER POLICE FIRING RANGE - 615 MUNICIPAL DRIVE per the attached specifications
and contract documents. Sealed bids will be received no later than 3:00 p.m. CST, the 1st day of June,
2005 at the office listed below. Any bid received after the date and hour specified will be rejected and
returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or
container plainly labeled in the lower left-hand corner: "ITB #05-062-MA, REMEDIATION OF
FORMER POLICE FIRING RANGE - 615 MUNICIPAL DRIVE" and the bid opening date and
time. Bidders must also include their company name and address on the outside of the envelope or
container. Bids must be addressed to:
Victor Kilman Purchasing& Contract Manager
g
City of Lubbock
1625 13th Street, Room 204
'
Lubbock, Texas 79401
1.2
Bidders are responsible for making certain bids are delivered to the Purchasing & Contract Management
Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If
bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a
receipt.
1.3
Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WII.L NOT ACCEPT FAX BIDS.
1.4
The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING
2.1
For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a non-mandatM pre -bid meeting
--
will be held at 11:00 a.m., May 24th, 2005 in TRAINING ROOM LO 1, Lubbock, Texas. All persons
attending the meeting will be asked to identify themselves and the prospective bidder they represent.
2.2
It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The
City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do
not attend the pre -bid meeting.
3 ADDENDA & MODIFICATIONS
3.1
Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over
the Internet at http://www.RFPde op t.com. We strongly suggest that you check for any addenda a
minimum of forty-eight hours in advance of the response deadline. BUSINTKSSES WITHOUT
INTERNET ACCESS may use computers available at most public libraries.
3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Purchasing & Contract Management Department. At the
request of the bidder, or in the event the Purchasing & Contract Management Department deems the
interpretation to be substantive, the interpretation will be made by written addendum issued by the
Purchasing & Contract Management Department. Such addenda issued by the Purchasing & Contract
Management Department will be available over the Internet at http:Hwww.RFPdepot.com and will
become part of the proposal package having the same binding effect as provisions of the original ITB.
NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a
request for interpretation considered, the request must be submitted in writing and must be received by
L the City of Lubbock Purchasing & Contract Management Department no later than five (5) days before
the bid closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
supplied by the City of Lubbock Purchasing & Contract Management Department in writing or in this
ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after
receipt of this ITB with any individuals, employees, or representatives of the City and any information
that may have been read in any news media or seen or heard in any communication facility regarding this
bid should be disregarded in preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
F", 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
4 comply, in every detail, with all provisions and requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents,
shall be given to the Purchasing & Contract Manager and a clarification obtained before the bids
are received, and if no such notice is received by the Purchasing & Contract Manager prior to the
opening of bids, then it shall be deemed that the bidder fully understands the work to be included
and has provided sufficient sums in its bid to complete the work in accordance with these plans
and specifications. If bidder does not notify Purchasing & Contract Manager before bidding of
any discrepancies or omissions, then it shall be deemed for all purposes that the plans and
specifications are sufficient and adequate for completion of the project. It is further agreed that
any request for clarification must be submitted no later than five (5) calendar days prior to the
opening of bids.
5 BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline
to release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General
or a court of competent jurisdiction that such information is in fact not privileged and confidential under
...., 2
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
7 LICENSES, PERMITS, TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or
may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their bid submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with
any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered,
conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special
treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise
of discretion concerning this bid.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
11 PLANS FOR USE BY BIDDERS
_. It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice
,_. to Bidders.
12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be
the bidder's responsibility to advise the Purchasing & Contract Manager if any language, requirements,
etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a
single source. Such notification must be submitted in writing and must be received by the City of
Lubbock Purchasing & Contract Management Office no later than five (5) calendar days before the bid
closing date. A review of such notifications will be made.
12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO
BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR
DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
MARTA ALVAREZ, SENIOR BUYER
City of Lubbock
1625 13th Street
Lubbock, Texas 79401
A
Fax: (806) 775-2164
Email: MAlvarez@mylubbock.us
RFPDepot: http://www.RFPdepot.com
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within FORTY-
FIVE (45) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed
issued by the City of Lubbock to the successful bidder.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified.
3'
J 14 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
15 AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to
execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately
until incorporated into the project. The presence or absence of a representative of the City on the site will not
relieve the Contractor of full responsibility of complying with this provision. The specifications for materials
and methods set forth in the contract documents provide minimum standards of quality, which the Owner
believes necessary to procure a satisfactory project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the
Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in
the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such
defects appear within ONE year from date of final acceptance of the work as a result of defective
materials or workmanship, at no cost to the Owner (City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
w
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination, as
the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will
be recognized and accommodated and will not, in any way, result in hardware, software or firmware
failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate
the procedures it intends to follow in order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
_ 4
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
' Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or
any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
a The contractor will be furnished one set of plans and specifications, and related contract documents for his use
during construction. Plans and specifications for use during construction will only be furnished directly to the
Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or
others, as required for proper prosecution of the work contemplated by the Contractor.
19 PROTECTION OF THE WORK
F The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
20 TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to
provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not
relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or
damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired
immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
22 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of
barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
r
23 EXPLOSIVES
23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result
of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall
use utmost care so as not to endanger life or property and the Contractor shall further use only such
methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
23.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and
such notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting fiom his blasting operations.
24 CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated by
this contract is in progress.
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the
City and written notice of cancellation or any material change will be provided ten (10) days in advance
of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the
right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life
of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein
also shall be acceptable. Such insurance shall be carried with an insurance company authorized to
transact business in the State of Texas and shall cover all operations in connection with this contract,
whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL
INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF
LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT
IJ NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL
BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF
OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR.
26 LABOR AND WORKING HOURS
26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem
wages included in these contract documents. The wage rate that must be paid on this project shall not be
less than specified in the schedule of general prevailing rates of per diem wages as above mentioned.
The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
6
i 3 Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations
thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract
documents does not release the Contractor from compliance with any wage law that may be applicable.
Construction work under this contract requiring an inspector will not be performed on weekends or
holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
necessary service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
.° approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
27
28
29
L
26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site
of the work shall not later than the seventh day following the payment of wages, file with the Owner's
Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each
employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit
shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown)
have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must
classify employees according to one of the classifications set forth in the schedule of general prevailing rate of
per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty
to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic
employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the
wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem
wages included in these contract documents.
PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
PREPARATION FOR BID
29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the price written in words and the price
written in figures, the price written in words shall govern.
29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If
a bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized.
If the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid.
The bid shall be executed in ink.
29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
28.3.1 Bidder's name
28.3.2 Bid for (description of the project).
29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been
opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL
FORM PRIOR TO BID OPENING.
30 BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
(j) All other documents made available to bidder for his inspection in accordance with the Notice to
Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
31 QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified
therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to
satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable
investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the
bidder shall firrnish to the City of Lubbock all information for this purpose that may be requested. The bidder's
bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or
investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out
the obligations of the contract and to complete the work described therein. Evaluation of the bidder's
LL qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
I- 8
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
Minimum Qualifications
Company Experience — Contract shall indicate the number of years that it has been in business as a
going concern and demonstrate that it has offered and performed remediation services during this time.
Contractor shall indicate the number of projects that it has successfully completed during the previous
five years involving the stabilization of metals. Client references pertaining to the projects shall be
included along with general project information regarding size, scope, execution details, etc.
Key Personnel — Contractor shall provide resumes for a primary and alternate site superintendent who
will execute the project. Indicate the number of years that each superintendent has field supervisory
experience, and the number of metals stabilization projects completed by each superintendent. Client
references pertaining to the projects shall be included along with general project information regarding
size, scope, execution details, etc.
Contractor shall also provide resumes for a primary and alternate Project Manager who will be the
contractor's prime contact between the Owner and the Owners representative. The Project Manager shall
have a B.S. Degree in engineering, enviromnental science, or a similar field and experience as a project
manager (indicate number of years experience). Indicate the number of successfully completed metals
stabilization projects for each project manager. Client references pertaining to the projects shall be
included along with general project information regarding size, scope, execution details, etc.
Schedule — The contractor shall submit a draft schedule that meets the requirement for project
completion in 30 calendar days from the date of mobilization.
Technical Approach — The contractor shall submit a detailed technical approach demonstrating an
understanding of the scope of work and the technical aspects of the work. The purpose is to provide the
Owner with a thorough understanding of how the contractor proposes to complete the scope of work as
specified. The submitted technical approach will serve as the basis for an operational workplan during
remediation. The written proposal shall address in detail, at a minimum, the following aspects of the
work:
Mobilization
Site Facilities
Site Layout
Sequencing
Cleaning of adjacent properties
Demolition
Decontamination/Recycling of concrete
Recycling of steel
Screening/Recycling of spent bullets
Removal of soil from under trough and around wells
Health and safety
Decontamination
Air monitoring
Dust control
I ; Cross contamination prevention
Transportation and disposal
Soil management — new range
Stabilization
Grading
Site Restoration/Seeding
.,.j 32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid amount.
32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to
specifications is primary in determining the best low bid. Failure to comply with the specifications may
result in disqualification of the bid.
32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be
cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED
BY THE REQUIREMENTS OF THIS INVITATION TO BID.
10
BID SUBMITTAL
BID SUBMITTAL
LUMP SUM BID CONTRACT
DATE: June 14, 2005
PROJECT NUMBER: #05-062-MA — REMEDIATION OF FORMER POLICE FIRING RANGE
— 615 MUNICIPAL DRIVE
Bid of MT2, LLC (Metals Treatment Technolol;ies) (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of a REMEDIATION OF
FORMER POLICE FIRING RANGE — 615 MUNICIPAL DRIVE having carefully examined the plans,
specifications, instructions to bidders, notice to bidders and all other related contract documents and the
site of the intended work, and being familiar with all of the conditions surrounding the construction of
the intended project including the availability of materials and labor, hereby intends to furnish all labor,
materials, and supplies; and to construct the project in accordance with the plans, specifications and
contract documents, within the time set forth therein and at the price stated below. The price to cover all
expenses incurred in performing the work required under the contract documents.
MATERIALS: Eleven Thousand Four Hundred Ten Dollars ($ 11,410.00)
SERVICES: One Hundred Sixty -One Thousand Two Hundred Thirty Dollars ($161,230.00)
TOTAL BID: One Hundred Seventy -Two Thousand Six Hundred Forty Dollars ($172,640.00)
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be
specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within
45 (FORTY-FIVE) consecutive calendar days thereafter as stipulated in the specifications and other
contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $0
(ZERO) for each consecutive calendar day in excess of the time set forth herein above for completion of
this project, all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in
accordance with instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any
formality in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty
(30) calendar days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this bid,
and he further agrees to commence work on or before the date specified in the written notice to proceed,
and to substantially complete the work on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a
cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond
from a reliable surety company, payable without recourse to the order of the City of Lubbock in an
amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that
bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds
(if required) within fifteen (15) days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
_ Dollars ($ ) or a Bid Bond in the sum of 5% of $id TotAhEight asjj
hundred Thirty -'Two Dollars ($$,632.00), which it is agreed
shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted
by the Owner and the undersigned fails to execute the necessary contract documents, insurance
certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date
of receipt of written notification of acceptance of said bid; otherwise said check or bond shall be
returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and
include all contract documents made available to him for his inspection in accordance with the Notice to
Bidders.
Pursuant to Texas Local Government Code 252.043(a),
a competitive sealed bid that has been opened may not
be changed for the purpose of correcting an error in
the bid price. THEREFORE, ANY CORRECTIONS
TO THE BID PRICE MUST BE MADE ON THE BID
SUBMITTAL FORM PRIOR TO BID OPENING.
(Seal if Bidder is a Corporation)
Attest:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No. 1 Date May 24, 2005
Addenda No. 2 Date June 8, 2005
Addenda No. O&A Date thru June 13, 2005
Addenda No. Date
MIWBE Firm
Date: June 14 2005
thorized Signature
James M. Barthel
(Printed to Typed Name)
MT2. LLC
Company
12441 W. 49`h
Avenue, Suite 3
Address
Wheat Ridge
, Jefferson
City,
County
Colorado
80033
State
Zip Code
Telephone: 303
- 456-6977
Fax: 303 -
456-6998
Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
2
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
LIST OF SUBCONTRACTORS
R & R Drilling — Lubbock, TX
Minority Owned
Yes
No
❑
0
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH
INSURANCE CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO
SECTION 28G OF THE GENERAL CONDITIONS.
3
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have
been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by
the City of Lubbock, I will be able to, within fifteen (15) days after being notified of such award by the
City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined
in this bid/proposal.
James M. Barthel
Con for (Signature) Contractor (Print)
CONTRACTOR'S FIRM NAME: MT2, LLC (Metals Treatment Technologies)
CONTRACTOR'S FIRM ADDRESS: 12441 W. 49A Avenue, Suite 3
Wheat Ridge, CO 80033
Name of Agent/Broker: Acordia
Address of Agent/Broker: 5600 S. Ouebec Street, Suite 300A
City/State/Zip: Greenwood Village, CO 80111
Agent/Broker Telephone Number: (720) 528-7585
Date: June 14, 2005
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please contact the
Purchasing Manager for the City of Lubbock at 806 775-2165.
BID #05-062-MA - REMEDIATION OF FORMER POLICE FIRING RANGE - 615 MUNICIPAL DRIVE
4
I
SAFETY RECORD QUESTIONNAIRE
(Must Be Submitted With Bid Submittal)
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to
Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and
criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts.
The definition and criteria for determining the safety record of a bidder for this consideration shall be:
The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City
may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or
caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may
consider, among other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the bidder for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations
within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to,
the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the
Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the
Texas National Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas
Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the
Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental
protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the
United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or
federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions,
administrative orders, draft orders, final orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of
the bidder and his or her ability to perform the services or goods required by the bid documents in a safe
environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock.
In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential
contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three
(3) questions and submit them with their bids:
OUESTION ONE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO X
If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its
bid submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION TWO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO X
If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its
bid submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
OUESTION THREE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, ever been convicted, within the past ten (10) years, of a criminal offense
which resulted in serious bodily injury or death?
YES NO X
If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its
bid submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, if any, and penalty
assessed.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected.
President and CEO
Title
SUSPENSION AND DEBARMENT CERTIFICATION
Federal law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from
contracting with or making sub -awards under covered transactions to parties that are suspended or
debarred or whose principals are suspended or debarred. Covered transactions include procurement
contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions
(e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their
organization and its principals are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals
are suspended or debarred by a Federal agency.
16165 ',�M AVULTAM
Signature of Comp:
Date Signed: June 14, 2005
Printed name of company official signing above: James M. Barthel
7
THE AMERICAN INSTITUTE OF ARCHITECTS
r-
AIA Document A310
Bid Bond
BOND # 04262005-1
KNOW ALL MEN BY THESE PRESENTS, that we
METALS TREATMENT TECHNOLOGIES
12441 W. 49TH. AVENUE, STE. 3 WHEAT RIDGE, CO 80033
(Here insert full name ,and address or legal title of Contractor)
as Principal, hereinafter called the Principal, and
CONTRACTORS BONDING AND INSURANCE COMPANY
P.O. BOX 9271 SEATTLE, WA 98109-0271
a corporation duly organized under the laws of the State of WASHINGTON as Surety, hereinafter called the Surety, are held and
firmly bound unto CITY OF LUBBOCK
(Here insert full name ,and address or legal title of Owner)
as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid -Dollars ($ 5%), for the payment
of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for
REMEDIATION OF FORMER POLICE FIRING RANGE, 615 MUNICIPAL DRIVE, LUBBOCK, TX
(Here insert full name, address and description of project)
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee
in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or Contract Documents with
good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in
the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the
Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such
larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid then this
obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this 26th day of April. 2005.
4((Witness)
( 1 ess) C RYL M. HUSTED
METALS TREATMENT TECHNOLOGIES
(P ' cipal) 6 (Seal)
(Title) , C e- I oC4
CONTRACTORS BONDING AND INSURANCE
COMPANY
(Surety (Seal)
(Title)DARRELL C.R. OLSON, Attorney -in -Fact
AIA DOCUMENT A310 BID BOND AIA ® FEBRUARY 1970 ED THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W. WASHINGTON, D.C. 20006 1
WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution.
No Text
PAYMENT BOND
f I
BOND #KA3144
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
METALS
KNOW ALL MEN BY THESE PRESENTS, that
as
TREATMENT TECHNOLOGIES, LLC
(hereinafter called the Principal(s),
Principal(s), and
CONTRACTORS BONDING AND INSURANCE COMPANY
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of * Dollars ($ 172 , 640.0))lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
*ONE HUNDRED SEVENTY TWO THOUSAND SIX HUNDRED FORTY AND 00/100**
-, WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of
20 , to
REMEDIATION OF FORMER POLICE FIRING RANGE, 615 MUNICIPAL DRIVE
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond
in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay
all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
3RD . day of AUGUST 20 05.
CONTRACTORS BONDING AND INSURANCE COMPANY METALS TREATMENT TECHNOLOGIES, LLC
Surety (Company Name)
*gy,
(Title) STEVEN L . WALKER
ATTORNEY —IN —FACT
1
By: J-imLS IY7 fia,��1P�
(Printed Name)
(Sigfdure)
Pre-(. 4 i* Cf-0
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates STEVE WALKER an agent x adxkHhbv t]cto whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship.
CONTRACTORS BONDING AND INSURANCE
Surety COMPANY
* By:
(Title)
Approved as to form: STEVEN L. WALKER
ATTORNEY —IN —FACT
City of Lubbock
By:
Attorney
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files. a
2
in
No Text
BOND #KA3144
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
METALS TREATMENT TECHNOLOGIES, LLC
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
CONTRACTORS BONDING AND INSURANCE COMPANY
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of * Dollars ($172,640.0 lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
*ONE HUNDRED SEVENTY TWO THOUSAND SIX HUNDRED FORTY AND 00/100**
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the _ day of
, 20_, to
REMEDIATION OF FORMER POLICE FIRING RANGE, 615 MUNICIPAL DRIVE
and said principal under the law is required before commencing the work provided for in said contract to execute a bond
in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall
faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall
be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 3RD .
day of AUGUST , 20 05 .
CONTRACTORS BONDING AND INSURANCE COMPANY
Surety
* By:
(Title) STEVEN L. WALKER
ATTORNEY —IN —FACT
METALS TREATMENT TECHNOLOGIES. LLC
(Company Name) )
By: Tamo M �lG�f 41
(Print d Name
A
( nature)
Aej ty�-1 5r nL-:G1
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates STEVE WALKER an agentto whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship.
CONTRACTORS BONDING AND INSURANCE
Surety COMPANY
*By:
(Title)
STEVEN L. WALKER
Approved as to Form ATTORNEY —IN —FACT
City of Lubbock
B
Attorney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
2
i
i
A
CERTIFICATE OF INSURANCE
ACORN. CERTIFICATE OF LIABILITY INSURANCE 08/02 joy
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Acordia Mountain West, Inc. CO ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
5600 South Quebec, Suite 3 0 0 -A HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
�70528-7600
reenwood Village, CO 80111
INSURERS AFFORDING COVERAGE
INSURED —----
Metals Treatment Technologies, L.L.C. INSURERA:HudSOn Insurance Company
- --
1dba MT2 , Inc. INSURERB: Pinnacol Assurance
12441 W. 49th Street, Suite 3 INSURERC:
"Wheat Ridge, CO 80033 INSURER D:
—�--
I INSURER E:
COVERAGES
~ THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
VTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY
EY EFFECTIVE
P DATE EXPIRATION
M/DDD/yy)
, LIMITS
A
GENERAL LIABILITY
FEC610 3 0 7 3
0 7/ 2 8/ 0 5
0 7/ 2 8/ 0 6
EACH OCCURRENCE___!! $3 , 0 0 0, Q 00
X 1 COMMERCIAL GENERAL LIABILITY
I X CLAIMS MADE EFk OCCUR
FIRE DAMAGE (Any one tire) 1 $5 0 10 0 0
MED EXP (Any one person) $ 5 0 0 0
PERSONAL & ADV INJURY $4 , 0 0O000
X ICont r Pollution
GENERAL AGGREGATE $4 0 0 0, 0 0 0
1 GEN'L AGGREGATE LIMITAPPLIES PER:
L t POLICY PRO, 1 1 LOC
I
f
PRODUCTS -COMP/OP AGG ; $ , 0 0 0-
i
A
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED
I SCHEDULED AUTOS
FEC 610 3 0 7 3
(
0 7/ 2 8/ 0 5
I
0 7/ 2 8/ 0 6
COMBINED SINGLE LIMIT
(Ea accident) $1 , 0 0 0 , 0 0 0
BODILY INJURY j $
(Per person)
_
X HIREDAUTOS
X 1 NON -OWNED AUTOS
- ---
BODILYINJURY $
(Per accident)
_ —
PROPERTY DAMAGE ' $
(Per accident)
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT $
OTHER THAN EA ACC S
AUTO ONLY: AGG $
I
ANY AUTO
_I
j EXCESS LIABILITY
OCCUR _ CLAIMS MADE !
EACH OCCURRENCE $
_
AGGREGATE _ ;$
I
# $
DEDUCTIBLE
!$
RETENTION $
B
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
4061663
10 / 0 1/ 0 4 110
/ 0 1/ 0 5
WCY LIMITS IX iO R
_
E.L. EACH ACCIDENT $1 0 0 0, 000
E.L. DISEASE -EA EMPLOYEE $1 , 0 0 0 000
E.L. DISEASE - POLICY LIMIT ( $1 0 0 0 000
I
A ;OTHER
!Professional
FEC6103073 107/28/05
07/28/061$3,000,000
Each Occ.
;Liability
1$4,000,000
Aggregate
DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
LAC, and its predecessors, affiliates and successors, officers,
employees, agents and representatives additional are included as
Additional Insureds on all policies except Workers' Compensation. A
Waiver of Subrogation applies on all policies.
CERTIFICATE HOLDER
City of Lubbock
PO Box 2000
Lubbock, TX 79457
SHOULD ANYOFTH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -DAYS WRITTEN
NOTICE TOTHE CERTIFICATE HOLDER NAMED TOTH E LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABJATYOFANYKIND UPON THE INORER,ITSAGENTS OR
AUTHORIZED
ACORD25-S(7/97)1 of 2 #S199487/M199482 BS1 m ACORD CORPORATION 19E
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD25-s(7i97)2 of 2 #S199487/M199482
t
0 HUDSON
INSURANCCuv.
Metals Treatment Technologies,
Endorsement Number: 7
AUTOMATIC ADDITIONAL INSURED -
OWNERS, LESSEES OR CONTRACTORS
This endorsement, effective 07/28/2005 attaches to and forms a part of Policy Number
FEC6103073. This endorsement changes the Policy. Please read it carefully.
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
CONTRACTORS POLLUTION LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
Any person(s) or organization(s) whom the Named Insured agrees, in a written contract,
to name as an additional insured. However, this status exists only for the project
specified in that contract.
The person or organization shown in this Schedule is included as an insured, but only with
respect to that person's or organization's vicarious liability arising out of your ongoing operations
performed for that insured.
FE I-0104-319-E
RUG-03-2005 09:50 SANFORD AGENCY 806 ?92 9344 P.01
ALiL-M M CERTIFICATE OF LIABILITY INSURANCE 08iO3/200S
PRo Ea (806) 92-5S64 FAX (806)792-9344 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Sanford Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
6303 Indiana HOLDER. THIS CERTIFICATE DOE$ NOT AMEND, EXTEND OR
ALTER THE COVERAGE ORDED BY THE POLICIES BELOW.
P.O. Box 64790
Lubbock, TX 79464 INSURERS AFFORDING COVERAGE NAIL 6
NSURED ll—&—Y-fft—C-fiing Nsvwx National American Ins. Co.
4818 Kant Street INSURER B:
Lubbock, TX 7941S INSWIRC:
INSURER 0:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUOJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMrrs SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
DO
n pB DF p,MBRANCS
POLICY NUMBER
POLICY EFFECTIVE
PO Y EXPIRATION
Lown
GENERAL LIABILITY
EACH OCCLBiRENCE
S 1.0001M
EFOE 'NTE,°,,,
s 100,0�0t
N7 COMMERCIAL GENERAL LIABILITY
OP12226423
10/25/2004
10/iS/ZOOS
CLAIMS MADE a OCCUR
MEO EXP (Any one person)
_
$ S 001
A
PERSONAL A ADV INJURY
i 1 0000(
GENERAL AGGREGATE
$ 2ION,=
GENT AGGREGATE LIMIT APPLIES PER:
POLICY X jER(',TLl LOC
PRODUCTS . COMPIOP AGG
S 2 000' 00(
AUTOM009.9 LIA BIWTY
ANY AUTO
OA11775423
10/25/2004
10/25/2005
CONNED SINGLE LIMIT
(Ee
9 1000,00(
A
ALL OWNED AUTOS
X SCHEDULED AUTOS
X HIRED AUTOS
X NON -OWNED AUY03
BODILY INJURY
(PerP—)
S
BODILY INJURY
(Per Bement)
;
PROPERTY DAMAGE
(Per ecmen1)
S
GARAGE LIABILITY
AUTO ONLY -EA ACCIDENT
A
ANYAUTO
OTHERTHAN EAACC
S
=-•11I-_�
AUTO ONLY; AGO
EXCESSIUMBRELLA LIABILITY
EACH OCCURRENCE
:
OCCUR CLAIMS MADE
AGGREGATE
_
S _�
�T
5
S
DEDUCTIBLE
s
RETENTION S
WORKERS COMPENSATION ANDTATU-
EMPLOYERS' UASIUTY
ANY PROPRIETORIPARTNER/EXECUTIVE
E.L. EACH ACCIDENT
S ..__..
E.L. DISEASE - EA EMPLOM4
S
OFFICER/MEMRr;R EXCLUDED?
MAeawbe antler
PROVISIONS bdav
E.L. DISEASE - POLICY LIMIT I
S
LOTH ER
7tractorsA Equip
OP12116423
10/25/2004
10/25/200S
Scheduled equipment
$368,000
ERTIFICATPTION OFE HOLDER/ISNAMED AS BLANKETTNAD M INSURED ON AUTO AND GL WYTH A BLANKET WAIVER OF
SUBROGATION ON GL & AUTO AS REQUIRED BY WRITTEN CONTRACT.
METALS TREATMENT TECHNOLOGIES, LLC
12441 WEST 49TH AVENUE, STE 3
WHEAT RIDGE, CO 80033
ACORD 25 (200110B) FAX: (303)4S6-6998
SWUM ANY OF THE ABOVE DESCRIBED POLK:IES BE CANCELLED BEFORE THE
M(PSRTION DATE THEREOF, THE 18811111410 INSURER WILL FNDEAVOR TO MAIL
DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAH. SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LUMLm
OF ANY HIND UPON THE INSURER, ITS AGENTS OR REPRESENTAMES.
AUTHORIZED REPRESENTATIVE *1*- AI 1 A /7
1981
AUG-03-2005 09:51 SANFORD AGENCY
806 792 9344 P.02
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001108)
AUG-03-2005 09:51 SANFORD AGENCY 606 ?92 9344 P.03
...>,.Ir4M yIIV.■� s ii 03/01/2005
F%'WDUCER'(906) 79Z-5S64 I AX (806) 792-9344 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Sanford Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
6303 Indiana HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED 13Y THE POLICIES BELOW.
P.O. Box 64790
Lubbock, TX 79464 INSURERS AFFORDING COVERAGE NAIC #
INeLIRISD R11701tching INSURERA: National American Ins. Co.
481E Kent Street INSURERS:
Lubbock, TX 79415 INSURERC:
INSURER D;
INSURER E
COA Haig
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGRE43ATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSK
wal
TYPEOFINSURANCE
POLICYNUMBER
POLICY 9FFWRVE
POLICYEXPiRA N
LUiT3
aENERAL LIABILITY
EACH OCCURRENCE
S 1, 000, 01
-Xj COMMERCIAL GENERAL uASILITY
OP12116423
10/25/2004
10/2S/2005
DAMAGETOAnrAl
i 100.0
CLAIMS MADE a OCCUR
MED EKP (Any one person)
3 5 01
A[P7
PERSONAL & ADV INJURY
S 1,000,04
GIIERAL AGGREGATE
i 2100.0
GEN'L AGGREGATELIIMII..RT APPLES PE
PRODUCTS - COMP10P AGG
3 2 000 . 01
POLICY X JEGT M LOC
AUTOMOBILE LIABILITY
ANY AUTO
OA11775423
10/25/2004
10/25/2005
GOMBgVEDSINGLELIMIT
(Me eccldent)
s 1,000,01
BOMYINJURY
(Per P-)
i
A
ALLOWNEDAUTO$
X SCHEDULED AUTOS
X HIRED AUTOS
X NON -OWNED AUTOS
BODILY INJURY
(Per accident)
i
PROPERTY DAMAGE
(Paraccident)
3
GARAGE LJAWJJTY
AUTO ONLY - EA ACCIDENT
S
OTHER THAN GA ACC
i
ANY AUTO
AUTO ONLY: ACGCG
S_..
E XCIEMMBRELLA LtMILITY
EACH OCCURRENCE
s
OCCUR CLAIMS MADE
AGGREGATE
S
3
i
DEDUCTIBLE
S
RETENTION 3
W0MRS COMPENSATION AND
FA
EMPLOYFRS' UABILI TY
ANY PROPRIETORIPARTNERIEXECUTWE
I
El EACH ACCIDENT
S
E.L. D18EmE - EA EMPLOYE
s
OFFICERLMEMBER EXCLUDED?
■yp�� deeu►►O undo
SPECIAL PROV1910N3 (1elOW
E.L. DISEASE •POLICY LIMIT I
i
A
HER
onttractors Equip
0P12116423
10/25/2004
10/25/2005
Scheduled equipment
$368,000
DESCRIPTION OF; OPERATIONS I LOCATIONS I VIMLE3I EXCLUSIONS ADDED BY ENDORSELONT I SPECIAL PROVISIONS
ERTIFICATE HOLDER IS NAMED AS PRIMARY ADDITIONAL INSURED ON AUTO AND GL WITH A BLANKET WAIVER OF
SUBROGATION ON GL & AUTO AS REQUIRED BY WRITTEN CONTRACT.
City of Lubbock
P.O. BOX 2000
LUBBOCK, TX 79457
ACORD 25 (2001108) FAX., 775-3281
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE IS MW INSURER WILL ENDEAVOR TO MAIL_
10 DAYS WRITTEN NOTICE YO THE CERTWICATE HOLDER NAMED TO TH! LEFT.
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY VAND UPON THE INSURER. rM AGENTS OR REPRESENTA ES. ..
TION 199
AUG-03-2005 09:51 SANFORD AGENCY
806 792 9344 P.04
IMPORTANT
If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of ouch endorsoment(s).
-A If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this tone does not constitute a contract between
_ the issuing insurar(s), authorized representative or producer, and the certificate holder, nor does it
j affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
{
s
wf
1
_J
ACORD 28 (2001108)
TOTAL P.04
MIX121rd H Wea
,7 A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based
on proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage shoving workers' compensation coverage to the governmental entity
{ prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
€ extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to
provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE
CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON
THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S
RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
2
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
' identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the
PI legal requirement for coverage, to verify whether your employer has provided the required coverage, or
to report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
proj ect;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of
this rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of
the coverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.;
3
CONTRACT
CONTRACT
# 5983
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 28th day of July, 2005 by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and MTz, LLC of the City of Wheat Ridge, County of Jefferson and the State of
Colorado hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID #05-062-MA - REMEDIATION OF FORMER POLICE FIRING RANGE - 615 MUNICIPAL DRIVE-
$172,640.00
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract
documents as defined in the General Condition of Agreement. MTz, LLC's bid dated June 14th, 2005 is incorporated
into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNEV WHEREOF, th arties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the ar and day first ove written.
CITY OF
By:
MAYOR
ATI
_. City
(OWNER):
APP OVED AS TO CONTENT:
r
O er'Ll
entative
Director
APPROVED AS TO FORM:
-C Attorney
COMPLETE ADDRESS:
MT', LLC
12441 W. 49`h Avenue, Suite 3
Wheat Ridge, CO 80033
ATTEST:
Corporate Secretary
GENERAL CONDITIONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit MT2, LLC who has agreed to perform the work embraced in this contract, or
their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative STEVE CLAYBROOK ENVIRONMENTAL
COMPLIANCE SPECIALIST H, so designated who will inspect constructions; or to such other
representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any
particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction
of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the
Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
5. INTERPRETATION OF PHRASES
I Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
I
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member
of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to
the last business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials
or work described in words which so applied have well known, technical or trade meaning shall be held to refer
such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract
documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended
purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract documents.
Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the
quality or quantity of the work, nor will Owner's Representative be responsible for the construction means,
methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the
Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
1
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems
said lines and grades are necessary for the commencement of the work contemplated by these contract documents
or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall
suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension
will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor
shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed.
All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or
removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the
Owner's Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the
authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the
contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds
of work which are to be paid for under the contract documents, and shall determine all questions in relation to
said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to
the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
t-
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem
` proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is
furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all
reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper
inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of
any subordinate ns engineers, supervisors or inspectors so appointed, when such directions and instructions are
� p
consistent with the obligations of this Agreement and accompanying plans and specifications provided, however,
should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor
may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be
deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
(? Contractor and all risk in connection therewith shall be borne by the Contractor.
!._. 3
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
' inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
1 Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed
and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
a observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at
any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any
observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the
4
time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any
such work found to be defective or not in accordance with the contract documents, regardless of the stage of its
completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has
previously accepted the work through oversight or otherwise. If any such work should be covered without
approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for
examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at
a location where it is not convenient for Owner or Owner's Representative to make observations of such work or
require testing of said work, then in such event Owner or Owner's Representative may require Contractor to
furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons
competent to perform such tasks at the location where that part of the work is being manufactured or fabricated.
All such tests will be in accordance with the methods prescribed by the American Society for Testing and
Materials or such other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative,
be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use
i in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or
not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of
written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise
remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any
remedial action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
L The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for
a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount
of work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
L; expenses incurred in preparation for the work as originally planned.
I
L_.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have
been charged by a reasonable and prudent Contractor as a reasonable and necessary cost
for performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this
paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as
foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and
equipment, for the time actually employed or used on such extra work, plus actual transportation charges
necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social
Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers'
Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or
Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of
the actual field cost shall be kept and records of these accounts shall be made available to the Owner's
Representative. The Owner's Representative may also specify in writing, before the work commences, the
method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters
shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and
equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment
and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms
and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The
fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for
its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense
not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office
must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same
shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work.
Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment
therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the
work after making written request for written order and shall keep adequate and accurate account of the actual
field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before
the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
6
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
T Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If Contractor does not notify Owner's Representative before bidding
of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications
are sufficient and adequate for completion of the project. It is further agreed that any request for
clarification must be submitted no later than five (5) calendar days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality
of work with the rate of progress required under this contract, the Owner or Owner's Representative may order
the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor
shall comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
`; 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
1 " hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
C
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate
of insurance specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF
A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE
ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO
THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED.
IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL
PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR.
A. General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000
Combined Single Limit in the aggregate and per occurrence to include:
Lead/Abestos Liability Abatement
Fire Damage (Any one Fire)
Products & Completed Operations Hazard
Contractual Liability
Personal Injury
Advertising Injury
B. Owner's and Contractor's Protective Liability Insurance.
Not Required
C. Comprehensive Automobile Liability Insurance (Primary Additional Insured and Waiver of Subrogation
Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
L 8
Bodily Injury/Property Damage, $300,000 Combined Single Limit, to include all owned and non -owned
cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be
named as a primary additional insured on this policy for this specific job and copy of the endorsement
doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance/Installation Floater Insurance.
Not Required
E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
Not Required
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 0406.096, Texas Labor
_ Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
[ project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to
the governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed
by the Texas Workers' Compensation Commission, informing all persons providing services on
the project that they are required to be covered, and stating how a person may verify coverage
and report lack of coverage.
The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
10
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who
will provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the commission's Division of Self -
Insurance Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and Subcontractor shall submit to the
Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as
evidence of compliance with the above insurance requirements, signed by an authorized representative of
the insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form. (or identical copies thereof) contained in the
job specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of
the project based on proper reporting of classification codes and payroll amounts and
filling of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related
to this construction: project must be covered by workers' compensation insurance.
This includes persons providing, hauling, or delivering equipment or materials, or
providing labor or transportation or other service related to the project, regardless of
the identity of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 8001372-7713 or 512/804-
4000(http✓/www.twcc.state.U.us/twcccontacts.htIn to receive information of the
legal requirements for coverage, to verify whether your employer has provided the
required coverage, or to report an employer's failure to provide coverage; " and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
12
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
proj ect;
(vi) retain all required certificates of coverage on file for the duration of the project
£ and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
-t materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of
such individual in regard to job application procedures, the hiring, advancement, or discharge of employees,
employee compensation, job training, and other terms, conditions, and privileges of employment.
13
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees,
harmless against an and all claims liabilities losses damages, expenses and causes of action arising out of in
g� Y � g p g ,
any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and
furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of
this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor
shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid,
discharged or waived.
' 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device,
material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner
thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27
hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall
indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account
thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a
particular design, device, material or process or the product of a particular manufacturer or manufacturers is
specified or required in these contract documents by Owner; provided, however, if choice of alternate design,
device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all
of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything
herein to the contrary, if the material or process specified or required by Owner and/or this contract is an
infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement
to the Owner's Representative prior to bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save
harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of
any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the
Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's
Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract
for changes in the work. In the absence of timely written notification to Owner's Representative of such variance
or variances within said time, any objection and/or assertion that the plans and specifications are at variance with
any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its
employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and
without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner
may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
14
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of
r ' this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials
required in the performance of this contract, shall not relieve the Contractor from its full obligations to the
Owner, as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein
specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the
Owner may withhold permanently from Contractor's total compensation, the sum of $0 ZERO PER DAY, not
as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every
working day that the Contractor shall be in default after the time stipulated for substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner
as shall be most conductive to economy of construction; provided, however, that the order and time of
prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance
with this contract, the plans and specifications, and within the time of completion designated in the bid; provided,
also, that when the Owner is having other work done, either by contract or by its own force, the Owner's
L Representative may direct the time and manner of constructing work done under this contract so that conflicts
will be avoided and the construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which
the Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of
this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and
15
expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except
when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the
Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts,
acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written
request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative
( within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's
Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission
by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such
j delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed
waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage
shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to
be estimates, for the various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
�-, 39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work
by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
_ ' 16
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
F, work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
_ agents and employees, which have not theretofore been timely filed as provided in this contract.
L 42. PARTIAL PAYMENTS
43
44
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall
prepare a certificate for partial payment showing as completely as practical the total value of the work done by
the Contractor up to and including the last day of the preceding month. The determination of the partial payment
by the Owner's Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of
the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said
time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
17
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty
or warranties implied by law or otherwise.
Ir 45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's
Representative, Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
L_J 46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
18
r 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days
after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply
with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to
proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions
of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law,
contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the
following elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the
sum which would have been payable under this contract, if the same had been completed by said
Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion
of the work under substantially the same terms and conditions which are provided in this contract. In
case of any increase in cost to the Owner under the new contract as compared to what would have been
the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and
remain bound therefore. Should the cost to complete any such new contract prove to be less than that
which would have been the cost to complete the work under this contract, the Contractor or his Surety
shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of
completion.
4
19
In the event the statement of accounts shows that the cost to complete the work is less than that which would
have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract,
or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned
over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract
price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time
designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of
the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided,
however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving
of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only
to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from
the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the
net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be
made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release
any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other
than the Contractor or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in
this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided
in paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
., the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions
shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
20
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
t condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
- 55. HAZARDOUS SUBSTANCES AND ASBESTOS
L Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
R.... Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in
the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project
or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
t twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
eprovide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion.
If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five
�.4 (5) days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible
for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
L..; 21
CURRENT WAGE DETERMINATIONS
RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Asbestos Worker
Asbestos Supervisor
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
�3
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -Heavy
Equipment Operator -Light
Fire Sprinkler Fitter -Journey
Fire Sprinkler Fitter -Apprentice
Floor Installer
Glazier
Insulator-Piping/Boiler
Insulator -Helper
Iron Worker
} Laborer -General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder -Certified
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Hourly
11.50
12.00
7.50
9.00
12.50
12.50
7.00
11.00
7.00
9.00
11.00
15.00
8.00
10.00
9.00
18.00
10.00
9.50
10.50
10.50
7.00
11.00
6.00
6.00
9.50
12.50
7.00
9.00
7.00
10.00
7.00
11.00
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Hourly Rate
Asphalt Heaterman
9.00
Asphalt Shoveler
7.50
Concrete Finisher
9.00
Concrete Finisher -Helper
7.50
Electrical Repairer -Equipment
12.50
r
Flagger
6.50
Form Setter
8.00
Form Setter -Helper
6.50
t-
Laborer -General
6.00
Laborer -Utility
6.75
Mechanic
9.00
Mechanic -Helper
7.00
Power Equipment Operators
�3
Asphalt Paving Machine
9.00
Bulldozer
9.00
Concrete Paving Machine
9.00
Front End Loader
9.00
Heavy Equipment Operator
9.00
Light Equipment Operator
8.00
Motor Grader Operator
10.25
Roller
7.00
Scraper
7.50
-Trailer
8.50
xTractor
Truck Driver -Heavy
8.00
Truck Driver -Light
7.00
2
EXHIBIT C
f Prevailing Wage Rates
Overtime Rate
- The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT D
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
SPECIFICATIONS
SUMMARY OF WORK
CITY OF LUBBOCK
REMEDIATION OF FORMER POLICE FIRING RANGE
615 MUNICIPAL DRIVE
1.0 GENERAL
Summary of Work
The City of Lubbock has operated the firing range on Municipal Drive for over 20 years as part of the City's Police
Academy. The Academy has relocated to the former Reese AFB on the west side of town, and the City is currently
operating a new firing range and training area just west of Reese AFB. The goal of this project is to close the former firing
range in accordance with the Texas Risk Reduction Program.
The general scope of work for this project involves the demolition of site features, screening and recycling of spent small -
arms ammunition, stabilization of hazardous soils, transportation and disposal, relocation of soils to the new police firing
range, and site restoration.
Project requirements are detailed in this document. Additionally, the following figures and tables are linked at the following
website: pr.thereproductioncompany.com :
Tables
Figures
Figure 1 — Grid Layout
Figure 2 — Soil Excavation at Trough
Figure 3 — Soil Excavation Plan
New Range Location Map
New Firing Range Details
Table 1 — Summary of Laboratory Data
Table 2 — Summary of Geotechnical Data
Table 3 — Summary of Soil Disposal
Contacts
The City of Lubbock is the Owner. The City of Lubbock contact is:
Victor Kilman, Purchasing & Contract Manager
City of Lubbock
1625 13t' Street
Lubbock, Texas 79457
Phone - 806-775-2167
Fax — 806-775-2164
vkilman(a)_mylubbock. us
The Contractor will be required to follow all applicable local, state, and federal laws and regulations pertaining to the work
specified herein.
The Contractor will be responsible for all permits, including but not limited to a general construction stormwater permit
' under the Texas Pollution Discharge Elimination System. The Contractor shall provide the Owner or Owner's
Representative with copies of all permits, stormwater plans, and inspection forms.
The Contractor will be required to keep and maintain a project file for the duration of the work. Records shall be provided
to the Owner or Owner's representative daily during the work. In general, records that will be required to be delivered to
the Owner's representative include but are not limited to the following:
• Daily Logs
• Waste Profiles
• Product Data
• Manifests and Weight Tickets
• Material Delivery Tickets
• Air Monitoring Results
• Health and Safety Records
• Analytical Results
• Recycling Receipts
9
Project Supervision
1.,.' The Contractor is required to maintain competent supervision on the project at all times, either the primary or alternate
Superintendent as submitted in the Invitation to Bid (ITB). Substitution of personnel shall be allowed upon prior written
approval of the Owner or Owner's representative.
The Contractor is required to provide a competent Project Manager at all times to act as the primary contact between the
Owner/Owner's Representative and the Contractor. The Project Manager shall be responsible for all deliverables and
responses as requested by the Owner/Owner's Representative, and will be required to attend the Pre -Construction
(: Meeting and any other meetings deemed necessary by the Owner or Owner's Representative. Should issues arise on the
project site the Project Manager shall be required to respond to a request for presence at the project site within 24 hours or
sooner if conditions warrant.
i
Housekeeping
The Contractor is required to keep the project work areas in a neat and tidy manner. Under no circumstances will the
_ Contractor allow off -site migration of dust, mud, dirt, or debris. Proper decontamination procedures will be employed to
prevent cross -contamination of soil and other media.
Texas Department of Transportation Property
Numerous bullet fragments have been deposited on the TXDOT property to the east of the range. The Contractor is
" required to perform a manual cleaning of the pavement the entire length of the property, to a limit approximately 35 feet
y east of the project site's east property line. All collected bullet fragments, dust, dirt, and debris will be handled in a manner
similar to other like materials located on the project site.
2.0 DEMOLITION
Contractor shall properly remove and recycle/dispose the following items and features, except where noted; Contractor to
retain all salvage rights:
• all wood and Astroturf
• all concrete to two feet below grade (see section regarding the target trough); concrete landings
i associated with the exit doors to the adjacent buildings to remain
• target building to remain
• all appurtenances related to the obstacle course
• light pole
• basketball goal
• all concrete retaining walls; the exception is the retaining wall and fence on the south side of the range,
j facing Municipal Drive, will remain in place; proper care shall be taken to protect this wall and fence;
J additionally, the sides will be trimmed to match the existing wall thickness.
• protect all utilities related to remaining facilities and buildings.
• all metal, wood, and concrete associated with the backstop
3
No Text
• electrical service associated with the range
® the chain link fence and gate at the Municipal Drive entrance to remain
I
v : All removed items shall be cleaned and decontaminated as necessary to remove accumulated mud and dirt.
5' Target Trough
j__
Contractor shall remove the target trough in its entirety. Soil that has accumulated in the trough shall be remediated prior
to demolition. All removed items shall be cleaned and decontaminated as necessary to remove accumulated mud and
dirt.
3.0 SCREENING OF BULLETS
The target impact area of the subject range contains large quantities of spent ammunition. The Contractor is to excavate
and screen soils to remove the gross lead that exists. It is generally expected that mechanical separation of bullets and
bullet fragments from surrounding soil will be conducted by the Contractor on Grids U and V to a depth of up to one foot,
and on Grids Y and Z to a depth of up to two feet.
Contractor shall screen the affected soils using methods designed by the Contractor to accomplish the task. Segregated
lead will be recycled as appropriate with the contractor retaining salvage rights. Soil remaining from the screening process
will be stabilized.
4.0 EXCAVATION AND STAGING
The site has been divided into 26 grids, as shown on Figure 1. Soil shall be excavated at a minimum to the depths shown.
Depth of excavation shall be verified by mutual agreement between the Contractor and the Owner/Owner's
Representative; if a disagreement arises as to completeness of excavation, the Owner's representative shall prevail in the
absence of any documentation such as a pre and post excavation survey performed by a Texas Registered Professional
Land Surveyor.
In areas where soil grids are separated by pavement, grid boundaries for purposes of excavation shall be interpreted as
being at the mid -point in the concrete between the adjacent grid boundaries.
_. All soil shall be excavated and staged on site. Soil may be staged within the grid boundaries from which it was excavated.
Soil relocated outside of the grid of origin shall be staged on poly sheeting. All stockpiles shall be covered with poly
sheeting when not in use.
Contractor shall be required to hand -expose and/or locate all utilities scheduled to remain.
Stockpiled soil will be stabilized and/or sampled in accordance with the submitted workplan, and as required for approval
from the disposal facility.
Contractor shall assist the Owner/Owner's Representative in obtaining soil samples from under and around the target
trough and the wet wells after excavation in these areas has been completed. Results of the laboratory analysis, paid for
-- by the Owner, will be provided to the Contractor in approximately 3 days from the time of sample collection by the
Owner/Owner's Representative,
5.0 STABILIZATION
Based on previous analytical results, some soils contain leachable levels of metals above RCRA regulatory limits. The
most heavily impacted soils at the site are likely to be in the areas of bullet impact, such as in Grids U, V, Y, and Z. All
- soils that exceed regulatory limits shall be stabilized as necessary. No hazardous waste will be permitted to leave the site.
6.0 HEALTH AND SAFETY
Safety is the highest priority during work at the Site and the Owner has established a goal of zero incidents for all
r. projects. All work activities at the Site will be conducted in compliance with all applicable safety, health, and environmental
L.:: 4
regulations and codes. All work shall be performed in a manner which minimizes the probability of near misses,
equipment/property damage, or personal injury. All safety related incidents, including near misses, shall be reported
immediately to the on -site Owner/Owner's representative.
TRAINING:
All employees shall receive training that fulfills the requirements of all applicable federal, state, and local regulations prior
to beginning work at the Site. The minimum required training will include, but may not be limited to, the following:
® Employees with duties on the Site must have completed the initial 40-hour "HAZWOPER" training and annual 8-
hour "HAZWOPER Refresher' training in accordance with 29 CFR 1910.120(e) and 1926.65(e).
• Employees who directly supervise or manage site workers must have completed the 8-hour "Hazardous Waste
Supervisor' training in accordance with 29 CFR 1910.120(e)(4).
• All employees must also have completed "Hazard Communication" training in accordance in 29 CFR 1910.1200.
• All employees must have completed "Lead Awareness" training in accordance with 29 CFR 1926.62(I).
MEDICAL SURVEILLANCE:
All employees with duties on the Site shall be under an annual medical monitoring program that complies with 29 CFR
1910.120(f) and 29 CFR 1926.620). Personnel entering the Exclusion Zone must be approved for the use of respirators
by a physician or similar health care provider. In addition, due to the contaminants present (i.e., lead), pre -work and post -
project blood lead and zinc protoporphyrin (ZPP) analyses shall be performed on personnel that may be exposed to >_30
pg/m3 lead. The contractor shall be responsible for selecting an Occupational Medicine physician and enrolling applicable
employees in a blood lead/ZPP testing program.
DELIVERABLES:
_f Dust Control Plan (DCP): This document should identify appropriate fence -line goals for Criteria Air Pollutants (including
lead and PM,o particulates) at the Site and the actions to be implemented to ensure compliance with the
National Ambient Air Quality Standards (NAAQS) in 40 CFR 50. The DCP may be submitted as a part of
the site specific Health and Safety Plan (HASP). The DCP portion will be reviewed for comment and
approval by the Owner or Owner's Representative prior to the initiation of field activities.
Emergency Response and Contingency Plan (ERCP): This document should identify the personnel responsibilities,
communication procedures, equipment, materials, and contingency plans to be implemented in the event
of a fire, spill, natural disaster, or medical emergency at the Site. The ERCP may be submitted as a part
of the site specific HASP.
Site Specific Health and Safety Plan (HASP): This document is a key element in the proper planning of project work,
which is necessary to assure that the goal of zero incidents is achieved. The HASP should specify the
policies and procedures which protect workers and the public from potential hazards posed by work at the
_r Site.
The HASP should identify the chemical, physical, and environmental hazards for each work task to be
performed; detail the policies, actions, and procedures to be implemented that mitigate these hazards by
means of an Activity Hazard Analysis or Job Safety Analysis; identify the lines of communication and
safety -related responsibilities of all personnel; specify the personal protective equipment (PPE)
requirements with selection criteria for respiratory protection; detail equipment and personnel
decontamination procedures; and identify the specific workplace air monitoring to be performed as well as
the associated action levels.
Lead Compliance Plan (LCP): This document should identify the specific procedures and controls necessary to prevent
employee exposures to lead that may occur during demolition activities at the Site. The LCP may be
submitted as a part of the site specific HASP.
I
SAFETY MEETINGS
I_._
All on -site personnel shall attend a pre -work, on -site, site -specific orientation which will be conducted by the Contractor's
€+.__= project health and safety officer, or designee. In addition, a daily tailgate safety meeting will be conducted each morning
prior to work and shall be attended by all personnel who will work on the site that day.
7.0 OFFSITE TRANSPORTATION AND DISPOSAL
Soil that has been profiled and approved for disposal will be loaded onto trucks for transportation to the Contractor -
designated landfill. The Contractor shall use care and caution as necessary to prevent truck traffic from impeding normal
pedestrian or vehicular traffic. At no time will any vehicle be permitted to leave the site with mud or dirt on the tires or
siderails. All loads will be covered during transportation.
8.0 SOIL RELOCATION
Once soil remediation activities have been completed, the remaining soil from the berms will be relocated to the new police
training area on Highway 114, approximately 1 mile west of the former Reese AFB. The soil will be removed to the extent
to provide a flat surface topography across the site.
The relocated soil will be graded and shaped into berms with the same cross -sectional dimensions as the berms at the
new range. The exact location will be determined by the Owner during construction. Although no compaction requirement
is specified, contractor shall use the necessary procedures to ensure constructed berms maintain their shape. Contractor
- shall be required to repair any slumps or slides within one year of project completion at no additional cost to the Owner.
Contractor shall protect all facilities at the new range, including but not limited to buildings, overhead utilities and guy wires,
sidewalks, septic systems, other site improvements. Ruts shall be repaired as necessary.
Contractor shall provide detailed material tracking logs to document that all soil was relocated as specified.
9.0 BACKFILL
The former firing range site will be graded as necessary to provide a uniform surface. Contractor shall exercise care so as
not to create drainage problems or flooding problems with adjacent properties. It is highly recommended that final grades
remain slightly below existing adjacent grades.
10.0 SITE RESTORATION
Contractor shall apply a minimum of 100 pounds of grass seed to the former range area after backfill/regarding operations
are complete. Grass seed may contain any number or combination of native and/or horticultural species. Broadcast
application is acceptable.
(-, The Owner/Owner's Representative will obtain confirmation samples after final grading has completed.
TABLE 1 - SUMMARY OF ANALYTICAL DATA
Client ID
Laboratory
Identifier
Sample
Date
Matrix
ercury,
Total
(mg/kg)
i ver,
Total
(mg/kg)
rsernc,
Total
(mg/kg)
arium,
Total
(mg/kg)
a mwm, 1
Total
(mg/kg)
,
Total
(mg/kg)
Lead, Total
(mg/kg)
ntimony,
Total
(mg/kg)
a ernum,
Total
(mg/kg)
ercen
Solids
(weight %)
GRID A 6"
L0502319-01
02/10/05
Soil
<0.304
<2.47
<6.18
142
<0.62
13.7
585
2.86
0.428
80.9
GRID B 6"
L0502319-02
02/10/05
Soil
<0.305
<2.32
5.98
131
<0.581
13.2
463
1.6
0.416
82.0
GRID C 6"
L0502319-03
02/10/05
Soil
<0.292
<2.34
<5.84
139
<0.584
13.1
117
<1.17
0.404
81.6
GRID D 6"
L0502319-04
02/10/05
Soil
<0.306
<2.33
16.7
135
<0.582
13.1
4080
190
0.452
81.8
GRID D 12"
L0502469-01
02/20/05
Soil
<0.315
<2.44
7
148
<0.611
13.1
16.8
<1.22
4.26
79.4
GRID E 6"
L0502319-05
02/10/05
Soil
<0.278
<2.32
5.84
117
<0.579
12.6
73.6
<1.16
0.386
83.0
GRID F 6"
L0502319-06
02/10/05
Soil
<0.283
<2.42
8.04
124
<0.605
12.7
22.9
<1.21
0.47
82.7
GRID G 6"
L0502319-07
02/08/05
Soil
<0.279
<2.24
<5.59
209
<0.559
10.5
43.4
<1.12
0.364
85.2
GRID H 6"
L0502319-08
02/08/05
Soil
<0.296
<2.32
<5.80
213
<0.580
10.7
47.5
<1.16
0.364
84.5
GRID 1 6"
L0502319-09
02/08/05
Soil
<0.301
<2.19
<5.46
162
<0.546
12.3
37.7
<1.09
0.264
81.7
GRID I SURFACE
L0502319-10
02/08/05
Soil
<0.295
<2.40
<6.01
198
<0.601
11.3
83
<1.20
<0.261
83.2
GRID J 6"
L0502319-11
02/09/05
Soil
<0.284
<2.11
<5.27
370
<0.527
7.79
29.7
<1.05
0.414
84.0
GRID J SURFACE
L0502319-12
02/09/05
Soil
<0.300
<2.40
<6.00
179
<0.600
10.3
75.8
<1.20
<0.240
83.4
GRID K 6"
L0502319-13
02/10/05
Soil
<0.299
<2.20
<5.49
133
<0.549
13.1
32.3
<1.10
0.427
83.5
GRID L 6"
L0502319-14
02/11/05
Soil
<0.289
<2.35
<5.88
206
<0.588
9.58
26
<1.18
0.3
85.1
GRID M 6"
L0502319-15
02/09/05
Soil
<0.293
<2.30
<5.75
205
<0.575
7.4
14.2
<1.15
<0.234
85.3
GRID N 6"
L0502319-16
02/09/05
Soil
<0.286
<2.29
<5.72
190
<0.572
5.66
<5.72
<1.14
<0.208
87.5
GRID N SURFACE
L0502319-17
02/09/05
Soil
<0.267
<2.31
<5.78
173
<0.578
5.94
7.19
<1.16
<0.214
86.5
GRID O 6"
L0502319-18
02/09/05
Soil
<0.289
<2.23
<5.57
236
<0.557
7.02
11.8
<1.11
<0.227
86.4
GRID O SURFACE
L0502319-19
02/09/05
Soil
<0.266
<2.27
<5.68
243
<0.568
6.34
7.62
<1.14
<0.232
88.0
GRID P 6"
L0502319-20
02/09/05
Soil
<0.292
<2.29
<5.73
251
<0.573
7.4
11.2
<1.15
<0.234
85.5
GRID P SURFACE
L0502319-21
02/09/05
Soil
<0.293
<2.35
<58.7
239
<0.587
8.04
13.5
<1.17
NA
85.2
GRID Q 6"
L0502319-22
02/09/05
Soil
<0.271
<2.26
<5.66
169
<0.566
8.79
15.6
<1.13
NA
86.6
GRID R 6"
L0502319-23
02/09/05
Soil
<0.292
<2.33
<5.83
204
<0.583
10.7
40.2
<1.17
NA
85.7
GRID S 6"
L0502319-24
02/09/05
Soil
<0.291
11.2
8.56
218
1.45
24.5
54.4
25.2
NA
85.8
GRID T 6"
L0502319-25
02/09/05
Soil
<0.278
11.4
8.63
225
1.47
26.3
49.6
25.2
NA
84.2
GRID U 12"
L0502319-26
02/09/05
Soil
NA
NA
NA
NA
NA
NA
57.9
NA
NA
85.8
GRID U 24"
L0502319-27
02/09/05
Soil
<0.269
<2.10
<5.24
123
<0.524
11
144
<1.05
NA
88.4
GRID V 12"
L0502319-28
02/09/05
Soil
NA
NA
NA
NA
NA
NA
93
NA
NA
87.5
GRID V 24"
L0502319-29
02/09/05
Soil
<0.277
<2.17
<5.44
500
<0.544
11.6
49.2
<1.09
NA
90.2
GRID W 6"
L0502443-01
02/08/05
Soil
<0.287
<2.27
<11.4
247
<0.568
9.21
9.86
<1.14
14.3
87.2
GRID X 6"
L0502443-02
02/09/05
Soil
<0.296
<2.37
<29.6
255
<0.592
7.88
14.2
<1.18
16.7
84.5
GRID Y SURFACE
L0502319-30
02/10/05
Soil
NA
NA
NA
NA
NA
NA
74700
NA
NA
97.7
GRID Y 12"
L0502319-31
02/10/05
Soil
NA
NA
NA
NA
NA
NA
3270
NA
NA
90.2
GRID Y 36"
L0502319-32
02/10/05
Soil
<0.303
<2.35
<5.88
123
<0.588
14.6
79.9
<1.18
NA
82.6
GRID Z SURFACE
L0502319-33
02/10/05
Soil
NA
NA
NA
NA
NA
NA
83200
NA
NA
98.4
GRID Z 12"
L0502319-34
02/10/05
Soil
NA
NA
NA
NA
NA
NA
3920
NA
NA
94.4
GRID Z 36"
L0502319-35
02/10/05
Soil
<0.263
<2.14
<5.35
130
<0.535
13
1020
8.67
NA
93.5
DRAIN TROUGH
L0502318-01
02/08/05
Soil
NA
NA
NA
NA
NA
NA
7180
NA
NA
74.7
TABLE 1 - SUMMARY OF ANALYTICAL DATA
City of Lubbock Gun Range
Client ID
Laboratory
Identifier
Sample
Date
Matrix
ercury,
Total
(mg/1)
i ver,
Total
(mg/1)
rsenc,
Total
(mg/1)
anum,
Total
(mg/1)
a mium,
Total
(mg/1)
romium,
Total
(mg/1)
Lead, Total
(mg/1)
ntimony,
Total
(mg/1)
a enium,
Total
(mg/1)
GRID U 12"
L0502318-02
02/09/05
Leachate
NA
NA
NA
NA
NA
NA
<1.00
NA
NA
GRID V 12"
L0502318-03
02/09/05
Leachate
NA
NA
NA
NA
NA
NA
<1.00
NA
NA
GRID Y SURFACE
L0502318-04
02/10/05
Leachate
NA
NA
NA
NA
NA
NA
1540
NA
NA
GRID Y 12"
L0502318-05
02/10/05
Leachate
NA
NA
NA
NA
NA
NA
20.5
NA
NA
GRID Y 36"
L0502318-06
02/10/05
Leachate
" <0.005
<0.10
<1.0
<5.0
<0.10
<0.20
<1.0
<2.0
<0.80
GRID Z SURFACE
L0502318-07
02/10/05
Leachate
NA
NA
NA
NA
NA
NA
209
NA
NA
GRID Z 12"
L0502318-08
02/10/05
Leachate
NA
NA
NA
NA
NA
NA
7.44
NA
NA
GRID Z 36"
L0502318-09
02/10/05
Leachate
<0.005
<0.10
<1.0
<5.0
<0.10
<0.20
6.66
<2.0
<0.80
NA - Not Analyzed
BOLD - Analyte Detected
Table 2 - Summary of Geotechnical Data
Geotechnical Data
City of Lubbock
Lubbock, Texas
Ex -Situ Soil Density
Sample #
Location
Weight of
Soil, Ibs
Moisture
content, %
Volume,
ft3
Density,
pcf
Max. Dry
Density, pcf
Optimum
Moisture, %
7591
Grid E
14.9
21.9
0.2497
59.7
102.6
17.9
7592
Grid M
16.7
18.4
0.2497
66.9
114.0
13.8
11
TABLE 3 - SUMMARY OF SOIL WASTE DISPOSAL
SCREENING
STABILIZATION
GRID
EXCAVATION DEPTH
REQUIRED
REQUIRED
DISPOSAL
CONTRACTOR
PERMITTED
A
61NCHES
NO
OPTION
LANDFILL
CONTRACTOR
PERMITTED
B
6INCHES
NO
OPTION
LANDFILL
CONTRACTOR
PERMITTED
C
61NCHES
NO
OPTION
LANDFILL
CONTRACTOR
PERMITTED
D
12INCHES
NO
OPTION
LANDFILL
CONTRACTOR
PERMITTED
E
6INCHES
NO
OPTION
LANDFILL
CONTRACTOR
PERMITTED
F
61NCHES
NO
OPTION
LANDFILL
CONTRACTOR
PERMITTED
G
6INCHES
NO
OPTION
LANDFILL
CONTRACTOR
PERMITTED
H
61NCHES
NO
OPTION
LANDFILL
I
OINCHES
J
OINCHES
CONTRACTOR
PERMITTED
K
6INCHES
NO
OPTION
LANDFILL
CONTRACTOR
PERMITTED
L
6INCHES
NO
OPTION
LANDFILL
CONTRACTOR
PERMITTED
M
61NCHES
NO
OPTION
LANDFILL
N
OINCHES
NO
O
OINCHES
NO
P
OINCHES
NO
CONTRACTOR
PERMITTED
Q
6INCHES
NO
OPTION
LANDFILL
CONTRACTOR
PERMITTED
R
6INCHES
NO
OPTION
LANDFILL
CONTRACTOR
PERMITTED
S
6INCHES
NO
OPTION
LANDFILL
CONTRACTOR
PERMITTED
T
6INCHES
NO
OPTION
LANDFILL
CONTRACTOR
PERMITTED
U
12INCHES
YES
OPTION
LANDFILL
CONTRACTOR
PERMITTED
V
121NCHES
YES
OPTION
LANDFILL
W
OINCHES
NO
X
OINCHES
NO
CONTRACTOR
PERMITTED
Y
36INCHES
YES
OPTION
LANDFILL
CONTRACTOR
PERMITTED
Z
36INCHES
YES
OPTION
LANDFILL
7— 7— ----7 7— 7----',, --1 ----1 r-- ---7
-- - _j _ _7 J 2
CHAIN — FENCE %%
OE OF am UWTS OF PROJECT AREA
RAILROAD TIES ALONG TOP OF BER
N9
"A
4.
ASPHALT
24"
& CUTTER
4., L
z
r
EIR"
RAIL AO TIES ALONG TOP OF BERM o
BUILDNO
F OF BERM
41.8' 12.8-
A
P,
POSTS
19,7'
G
OBSTACLE TRWNINC OU,,e H
BRICK 81JUING
1
LEGEND.
SCALE-- 1" 30'
(CONTROL MONUMENT).
CLEAN OUT,
GAS RISER.
LIGHT POLE
— — —
— — 33.8'
—
AC AIR CONDITIONER.
EASEMENT CM CONTROL MONUMENT
— — — — — —
ES ELECTRIC BOX,
---
-- — — — — — — —
PMRD . PHYSICAL MONUMENT OF RECORD MNITY,
—
CONCRETE BLOCK BUILDING
— — — — — —
LOCATION OF UNDERGROUND UTILITIES DETERWED FROM
SURFACE EVIDENCE AND/OR REPORTED LOCATION AND
MAY OR MAY NOT CORRECTLY INMATE THE ACTUAL
LOCATION OR EXISTENCE OF THOSE UTXJM.
ADDITIONAL UTR.RiES MAY EXIST WHICH THIS SURVEY DOES
NOT INDICATE.
MGM OF WAY LINES ARE APPROXIMATE LOCATIONS.
THIS PLAT INVALK) UNLESS IT BEARS SURVEYOR'S
ORKM& SK4NATURE.
0 30 60
SCALE IN FEET
8081 Royal RMP, Sufte 250
Ir*q. Tel�a 75063
(214)277-7800
fq)(214)277-7879
GRID LAYOUT
City of Lubbock MF
ATION: CHECKED:
Former Police Firing Range
IGNED: JDETAILED: 1PROJECT NO, FIGURE:
MF TFR 836765 1 1
...... L t
:T WELL
j/ SOIL EXCAVATION
NOTES
1. Concrete trough to be removed, decontaminated as necessary, and rued.
2. Excavate wile minimum of two feet on all sides of trough.
3. Gravel under t ough shell be removed and managed with contaminated sob.
4. Soil excavation under trough shall extend vertically a minimum of two feet
from the bottom of the gravel bed.
5, Soil excavation around Wet wall shall exiend tow less than 18 inches laterally
from the center of the well In all directions for its entire length end shall extend a
minimum of three feet below the well terminus.
6. Contractor shall assist Engineer in obtaining samples from wet well and
trough area as needed.
EXCAVA
WELL TI
Soil Excavation at Trough
0 3 6
SCALE IN FEET
® 8081 Royal Ridge, Suite 260
Irving, Texas 75063
(214)277-7800
Sww' tax(214)277-7879
FnCE: DRAWING DATE:
Irving I
SOIL EXCAVATION AT TROUGH
LIENT: PM:
City of Lubbock MF
DCATION: CHECKED:
Former Police Firing Range
ESIGNED: DETAILED: PROJECT NO.: FIGURE:
MF TFR 2
777 7 --7,
0 30 60
SCALE IN FEET
® 8081 Royal S250
4vhlg, Texas eXas 750806 8
_ (214)277-7800
s ' W M214)Z77-7879
FFIC€: DRAWING DATE:
IMnO
SOIL EXCAVATION PLAN
City of Lubbock MF
ATM: CHECKED:
Former Police Firing Range
IGNEO: DETAILED: PROJECT NO.: FIGURE:
MF TFR 836765 8
No Text
I-, TopoZone - The Web's Topographic Map Page 1 of 1
j 0 0.6 1.2 1.8 2.4 3 km
0 0.4 0.8 1.2 1.6 2 ni
Map center is UTM 13 771757E 3719773N (WGS84/NAD83)
Wolfforth quadrangle M=7.919
C
Projection is UTM Zone 13 NAD83 Datum G=1.621
1.
L
http://www.topozone.com/print.asp?z=13 &n=3719772.99881076&e=77175 7.000257631 &s=100&size=s... 1 / 13/2005