Loading...
HomeMy WebLinkAboutResolution - 5246 - Contract - Plains Builders Inc - Concrete Water Tank Painting - 08_22_1996RESOLUTION NO.5241 August 22, 1996 Item #20 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 with Plains Builders, Inc. of Amarillo, Texas, to furnish and install all materials and services as bid for the Concrete Water Tank Painting, attached hereto and which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail Passed by the City Council this ATTEST: Ft arold Willard, APPROVED AS TO CONTENT: it Victor Kilman,lPurchasing Manager APPROVED AS TO FORM: Attorney DGV:js/K-PBI.RES ccdocs/August 12, 1996 Interim City Secretary CITY OF LUBBOCK SPECIFICATIONS FOR CONCRETE WATER TANK PAINTING BID #13627 .�1910rlC' CITY OF LUBBOCK 9 to Lubbock, Texas N to Q1 r City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 606-767-2167 CORRECTED COPY MAILED TO VENDOR: OLD CLOSE DATE: NEW CLOSE DATE: ITB #13627 - CONCRETE WATER TANK PAINTING ADDENDUM 91 Officc of Purchasing July 16, 1996 July 17, 1996 @ 2:00 P.M. July 23, 1996 @ 4:00 P.M. The following items take precedence over specifications for the above named 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. Please note the following Industrial Hygienist located in Lubbock, Texas: Raymond Vaughn Clark Delavan Compliance Services Group, Inc. King Consultants 7619 University, Suite 2A 1205 E. 46th Street Lubbock, Texas 79423-2123 Lubbock,Texas 79404 Phone (806) 748-0040 Phone (806) 763-6157 Fax (806) 748-0030 Fax (806) 985-4019 2. Please note the following information on material suppliers: Tenemec Representative Joe Berry Techno Coatings, Inc. 4975 Preston Park Blvd. Suite 480 Piano, Texas 75093 Phone (214) 985-4020 Fax (214) 985-4019 SIKA Representative James Robbs 14331 Ablon Dallas, Texas 75234 Phone (214) 243-4552 Fax (214) 243-4431 Thoruseal Seal Representative John Hale 3839 50th Street Lubbock, Texas 79413 Phone (806) 797-4346 Fax (806) 7979-1409 r_ 6:pmchaddeod-Ldoo711096 3:09 PM 1 1 3. The independent Certified Industrial Hygienist Technician must collect soil samples from five different locations on each job site and test the soil samples for total metal content E on basic 8 heavy metals before and after lead abatement work Contractor will remove 4 any soil with any increase of 8 heavy metals and replace the soil removed. F F1- 4. Please note the following electrical power available at the various sites: LHB, 3000 North Quaker Ave. 2300 Volts & 120 Volts P.S. #6, 402 66th Street 440 Volts & 120 Volts P.S. #4, 202 North Interstate 27 4160 Volts & 120 Volts Sandhills Pump Station 2300 Volts & 120 Volts 5. For the surface preparation for System 1 and System 3, only remove all loosely bonded coatings and other visible contaminants. Removal operation should be minimal and only to the areas that would compromise the integrity of the new coating. 6. Contractor may hydroblast or water blast or wet abrasive blasting. No dry abrasive blasting will be allowed and no sand will be allowed to be used. 7. Enclosed please find the revised Bid Submittal form. Please note the corrections to the descriptions of Bid Item 1 and 4. Also, the corrections to the tank dimensions Bid Item 3 and 4. Please submit your bid on the revised form. 8. Change the bid closing: from: July 17, 1996 @ 2: 00 P.M. to: July 23, 1996 @ 4:00 P.M. All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to : PLEASE RETURN ONE COPY WITH YOUR BID. r LR Enclosure Laura Ritchie Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806)767-2164 THANK YOU, 90,L tau LAURA RITCHIE BUYER rs pwchadd®aa.dao 71161961:53 PM 1 I BID SUBMITTAL LUMP SUM BID CONTRACT PLACE: r i DATE: r PROJECT NUMBER: 13627 -CONCRETE WATER TANK PAINTING Bid of _ (hereinafter called Bidder) (� To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) i Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a F I F F PW k 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 vwrk required under the contract documents. BID ITEM 1. Complete removal and disposal of existing paint or coating containing lead from the vertical surfaces of Sandhills 5 Million Galion ground storage tank, 8 miles Northwest of they City of Sudan. Vertical surfaces consist of the edge of the lid and the wail of the tank. Sealing the vertical surfaces of the tank. Dimensions: Approximately 219' D x T H MATERIALS: ($ ) SERVICES: ($ ) TOTAL BASE BID ITEM 1: ($ ) BID ITEM 2. Removal and disposal of existing loose coating system from the wall and dome roof of the LHB - 5 Million Gallon ground storage tank located at 3000 North Quaker Avenue and recoating the outside wail and dome roof of the tank Dimensions: Approximately 160' D x 43' H MATERIALS: ($ ) SERVICES: ($; ) 1 TOTAL BASE BID ITEM 2: ($; ) I BID ITEM 3. Removal and disposal of loose coating from the outside wall and dome roof of the P.S. No. 4.5 Million Gallon ground storage tank located at 202 North 1-27, and recoating the whole tank Dimensions: Approximately 207' D x 31' H MATERIALS: _($ ) SERVICES: ($ ) TOTAL BASE BID ITEM 3: ($ ) BID ITEM 4. Complete removal and disposal of existing paint or coating containing lead from the vertical surfaces of P.S. No. 6 - 2 Million Gallon ground storage tank located at 402 66 Street. Vertical surfaces consist of the edge of the roof and the wall of the tank. And sealing the vertical surfaces of the tank. Dimensions: Approximately 140' D x 10" H MATERIALS: ($ ) SERVICES: ($ ) FTOTAL BASE BID ITEM 4: ($ ) FTOTAL BASE BID: MATERIALS: ($ SERVICES: ($ ) r TOTAL BASE BID (Items 1 through 4) ($ ) ALTERNATE BID ITEM 1. Rehabilitate all the spalled concrete areas of the concrete lid or roof of Sandhills 5 Million Gallons Ground Storage Tank This includes spalled areas greater than 1/2 the thickness of the reservoir. MATERIALS: ($ ) SERVICES: ($ ) TOTAL ALTERNATE BID ITEM 1: ($ ) r.. (Amount shall be shown in both words and figures. 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 fully complete the project within 100 (ONE HUNDRED) 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 $200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. l Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the _ bidding. 0 is l The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work r.. on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a guarantee that bidder will enter Into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ), Mich it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by f the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) 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. Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: Fax Number. (Seal if Bidder is a Corporation) ATTEST: r Secretary t e r LIST OF SUBCONTRACTORS Minority Owned Yes No 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r F PLACE: DATE: BID SUBMITTAL LUMP SUM BID CONTRACT PROJECT NUMBER: 13627 - CONCRETE WATER TANK PAINTING Bid of - (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 for bids for the construction of a 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 i.- work required under the contract documents. BID ITEM 1. Complete removal and disposal of existing paint or coating containing lead from the vertical surfaces of Sandhills 5 Million Gallon ground storage tank, 8 miles Northwest of the City of Sudan. Vertical surfaces consist of the edge of the lid and the wall of the tank. Sealing the vertical surfaces of the tank. As specified herein. Dimensions: Approximately 219' D x T H MATERIALS: ($ ) SERVICES: ($ ) TOTAL BASE BID ITEM 1: ($ ) BID ITEM 2. Removal and disposal of existing loose coating system from the wall and dome roof of the LHB - 5 Million Gallon ground storage tank located at 3000 North Quaker Avenue and recoating the outside wall and dome roof of the tank. As specified herein. Dimensions: Approximately 160' D x 43' H MATERIALS: ($ ) SERVICES: ($ ) TOTAL BASE BID ITEM 2: ($ ) r BID ITEM 3. Removal and disposal of loose coating from the outside wall and dome roof of the P.S. No. 4-5 Million Gallon ground storage tank located at 202 North 1-27, and recoating the whole tank. As specified herein. Dimensions: Approximately 207' D x 31' H MATERIALS: ($ ) SERVICES: ($; ) TOTAL BASE BID ITEM 3: U; ) I BID ITEM 4. Complete removal and disposal of existing paint or coating containing lead from the vertical surfaces of P.S. No. 6 - 2 Million Gallon ground storage tank located at 402 66 Street. Vertical surfaces consist of the edge of the roof and the wall of the tank And sealing the vertical surfaces of the tank. As specified herein. Dimensions: Approximately 140' D x 10" H MATERIALS: ($ ) SERVICES: ($ ) TOTAL BASE BID ITEM 4: ($ ) TOTAL BASE BID: MATERIALS: ($ ) SERVICES: ($ ) r.. TOTAL BASE BID (Items 1 through 4) ($ ) 7 7 ALTERNATE BID ITEM 1. Rehabilitate all the spalled concrete areas of the concrete lid or roof of Sandhills 5 Million Gallons Ground Storage Tank. This includes spalled areas greater than 112 the thickness of the reservoir. As specified herein. MATERIALS: ($ ) SERVICES: ($ ) TOTAL ALTERNATE BID ITEM 1: ($ ) ALTERNATE BID ITEM 2. Complete removal and disposal of existing paint system from the outside wall and the Mole 2 doors of the pump building at the LHB - 5 Million Gallon ground storage tank located at 3000 North Quaker Ave., and recoat the outside wall with System 1, and the complete doors and frames with prime coat Tenemec Series 50-330 Poly-Ura-Prime 2.5 mils and finish coat Series 75 Endura Shield @ 4 mils. As specified herein. Dimensions: Building -Approximately 14' H x 5T L x 31' W; Door 1 - Approximately 8' H x 8' W Door 2 - Approximately 8' H x 4' W MATERIALS: ($ ) SERVICES: ($ ) TOTAL ALTERNATE BID ITEM 2: ($ ) r f ► (Amount shall be shown in both words and figures. 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 fully complete the project within 100 (ONE HUNDRED) 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 $200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. r t; r r F Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled dosing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of _ Dollars Mich 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 and the required bond (if any) with the Owner within ten (10) 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. (Seal if Bidder is a Corporation) ATTEST: Secretary Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax Number: - 1. 2. 3. 4. 5. 6. 7. s. 10. UST OF SUBCONTRACTORS Minority Owned Yes No 0 ❑ ❑ ❑ 0 ❑ ❑ 0 ❑ ❑ 0 0 ❑ ❑ ❑ 0 ❑ ❑ ❑ ❑ r r l City of Lubbock P.O. Box 2000 Lubbock. Texas 79457 606-767-2167 t. MAILED TO VENDOR: July 16, 1996 Office of Purchasing OLD CLOSE DATE: July 23, 1996 @ 4:00 P.M. NEW CLOSE DATE: July 25, 1996 @ 4:00 P.M. ITB #13627 - CONCRETE WATER TANK PAINTING ADDENDUM #2 The following items take precedence over specifications for the above named 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. Request for interpretation of specifications must be addressed to Laura Ritchie Box 2000 Lubbock,Texas 79457 Fax (806) 767-2164 to be given consideration and must be received at least five (5) days prior to the date fixed for the opening of bids. 2. A bidder may submit a bid even though they did not attend the pre -bid meeting provided the bidder made all investigations and examinations necessary to ascertain all site conditions and requirements affecting the full performance of the contract. Before submitting a bid, each bidder must thoroughly examine the P oiect sites to ensure that the services you are bidding meet the intent of these specifications. Site visits must be scheduled by contacting Soo Koon Soon at (806) 767-2343. 3. Enclosed please find a CORRECTED COPY of Addendum #1. Please note the correction of the Bid Number. 4. Enclosed please find the revised Bid Submittal form. Please note the addition of Alternate Bid Item #2. This alternate is for work to be completed on the Pump Building located adjacent to LHB - 5 Million Gallon ground storage tank located at 3000 North Quaker Avenue. Please submit your bid on the revised form. A 6:Parc6:tddxd Ldoc 7/1616 310 PM jl t r i 5. Change the bid closing: from. July 23, 1996 C 4.00 P.M. to: July 25, 1996 @ 4:00 P.M. All requests for additional information or clarification must be submitted in writing and directed to: Laura Ritchie Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 7M7 r Questions may be faxed to: (806)767-2164 THANK YOU, - LAi RITCHIE BUYER PLEASE RETURN ONE COPY WITH YOUR BID. LR Enclosure 6:pGKL—'dmda.doo 7116M 237 PM r t ., F F City of Lubbock P.O. Box 2000 Lubbock, Texas 7J457 606-767-2167 MAILED TO VENDOR: CLOSE DATE: ITB 013627 - CONCRETE WATER TANK PAINTING Office of Purchasing July 22, 1996 July 25, 1996 @ 4:00 P.M. ADDENDUM 93 The following items take precedence over specifications for the above named 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. Alternate Bid Item #2: The lead content is approximately 25 PPM for the Pump Building located adjacent to LHB - 5 Gallon ground storage tank located at 3000 North Quaker Avenue. All requests for additional information or clarification must be submitted in writing and directed to: Laura Ritchie Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to : (806)767-2164 PLEASE RETURN ONE COPY WITH YOUR BID. LR THANK YOU, 4uta fjtic7u--4�� LAURA RITCHIE BUYER 6yurc addend-Ldoc 7MM6 3:19 PM CITY OF LUBBOCK INVITATION TO BID FOR TITLE: CONCRETE WATER TANK PAINTING ADDRESS: LUBBOCK, TEXAS BID NUMBER: 13627 PROJECT NUMBER: 9751.9226 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX 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 SPECIAL CONDITION NOTICE TO BIDDERS i NOTICE TO BIDDERS BID #13627 1. Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 17th day of July. 1996, 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: f "CONCRETE WATER TANK PAINTING" 1 After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. t It is the sole responsibility of the bidder to Insure that his bid Is actually in the office of the Purchasing Manager C for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 8th day of August, 1996, 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 f j $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. f' 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 10 days after notice of award of the contract to him. ` 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 t" thoroughly investigated and considered in the preparation of the bid submitted. There will be a MANDATORY prebid conference on 10th day of July, 1996, at 9:00 o'clock a.m., in the Training Room L-01, Lubbock, Texas 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 Manager of the City of Lubbock, which j 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. I I, i r- 1 F I f 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 Human Relations Office at (806) 767-2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK ti&!Ij VICTOR KILMAN PURCHASING MANAGER Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street, Room L-04, Lubbock, Texas 79401; Telephone (806)767-2167/Fax (806)767-2164. GENERAL INSTRUCTIONS TO BIDDERS ••► GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the CONCRETE WATER TANK PAINTING. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. 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. - 3. 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 of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. r" 4. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: LAURA RITCHIE BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806)767-2164 TIME AND ORDER FOR COMPLETION r` The construction covered by the contract documents shall be fully completed within 100 (ONE HUNDRED) ? consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. f�f The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the f 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 insure completion of the project within the time specified. 6. PAYMENT f All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the r contract documents. r 7. 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. 8. 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. 9. GUARANTEES 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). 10. PLANS FOR THE CONTRACTOR 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. 11. PROTECTION OF THE WORK 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 swom statement of the current financial condition of the bidder. `- (c) Equipment schedule. 12. TEXAS STATE SALES TAX 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. 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. r R 13. 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 r immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. r 14. 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, t- and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and J 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. 15. EXPLOSIVES 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. Explosive materials shall not be stored or kept at the construction site by the Contractor. 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 from his blasting operations. 16. 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. 17. 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) 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 insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, 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. 18. LABOR AND WORKING HOURS 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 which 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 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: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (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. — 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 y 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. 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. 19. 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, swom, 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. 20. 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. 21. PREPARATION FOR BID 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 - i I FM I typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 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. 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: (a) Bidder's name (b) Bid for (description of the project). Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 22. 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. 0) Insurance Certificates. 0) 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. 23. 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 in regard to 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 furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid 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 qualifications shall include: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. r 4. The quality of performance of previous contracts or services. 7 BID SUBMITTAL F BID SUBMITTAL LUMP SUM BID CONTRACT rr �- PLACE: Lv y � lyc-- DATE: "7 PROJECT NUMBER: 13627 - CONCRETE WATER TANK PAINTING Bid ofe.lA7sLr�P� .t�x� �— (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 for bids for the construction of a 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 fumish all labor, l 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. i BID ITEM 1. Complete removal and disposal of existing paint or coating containing lead from the vertical surfaces of Sandhills 5 Million Gallon ground storage tank, 8 miles Northwest of the City of Sudan. Vertical surfaces consist of the edge of the lid and the wall of the tank. Sealing the vertical surfaces of the tank As i specified herein. Dimensions: Approximately 218' D x T H eo 1. MA SE C TO (� BID ITEM 2. Removal and disposal of existing loose coating system from the wall and dome roof of the LHB - 5 9 Million Gallon ground storage tank located at 3000 North Quaker Avenue and recoating the outside wall and dome roof of the tank. As specified herein. Dimensions: Approximately 160' D x 43' H r C F BID ITEM 3. Removal and disposal of loose coating from the outside wall and dome roof of the P.S. No. 4-5 Million Gallon ground storage tank located at 202 North 1-27, and recoating the whole tank. As specified herein. r Dimensions: Approximately 20-P D x 31' H oa l MATERIALS:17 ($ r SERVICES: ( TOTAL BASE BID ITEM 3: F it F BID ITEM 4. Complete removal and disposal of existing paint or coating containing lead from the vertical surfaces of P.S. No. 6 - 2 Million Gallon ground storage tank located at 402 66 Street. Vertical surfaces consist of the edge of the roof and the wall of the tank And sealing the vertical surfaces of the tank As specified herein. Dimensions: Approximately 140' D x 10" H Do TOTAL BASE BID: MATERIALS: 00- SERVICES: QAe TOTAL BASE BID (Items 1 throug /.mrkfMIx 010 c '7 -7 _ ) ALTERNATE BID ITEM 1. Rehabilitate all the spalled concrete areas of the concrete lid or roof of Sandhiils 5 Million Gallons Ground Storage Tank. This includes spalled areas greater than 1/2 the thickness of the reservoir. As specified herein. MATERIALS: d � SERVICES: a ($,��7 ) TOTAL ALTE ATE ($ BI ITEM 1: ALTERNATE BID ITEM 2. Complete removal and disposal of existing paint system from the outside wall and the whole 2 doors of the pump building at the LHB - 5 Million Gallon ground storage tank located at 3000 North Quaker Ave., and recoat the outside, wail with System 1, and the I^ complete doors and frames with prime coat Tenemec Series 50-330 Poly-Ura-Prime L 2.5 mils and finish coat Series 75 Endura Shield @ 4 mils. As specified herein. Dimensions: Building -Approximately 14' H x 57 L x 31' W; Door 1 - Approximately 8' H x 8' W Door 2 - Ap roxim ely 8' H x 4' W MATERIALS: SERVICES: VQ � TOTAL ALTE EID ITEM 1. r (Amount shall be shown in both words and figures. 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 t "Notice to Proceed" of the Owner and to fully complete the project within 100 (ONE HUNDRED) consecutive calendar t 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 $200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions f of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the i bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the wprk covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ i ) or a Bid Bond in the sum of 54� Dollars ($ J, Mich 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 and the required bond (if any) with the Owner within ten (10) 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. (Seal if Bidder is a Corporation) ATTEST: Secretary / LT Authorized Signaturie Tim Koetting (Printed or Typed Name) ins Builder Company P.O. Box 7009 Address ®mnri11n Randall City, County UXMC: , 79114-7008 State Zip Code Telephone:806 355-8191 Fax Number.806 - 354-0112 L A m�w&'MQ UFE&cASUAI-TY BID BOND ,KNOW ALL MEN BY THESE PRESENTS, That we, Plains Builders, Inc. P.O. Box 7008 r Amarillo, Texas 79114 THE ATNA CASUALTY AND SURETY COMPANY Hartford, Connecticut 06115 Bond No. as Principal, hereinafter called the Principal, and THE ETNA CASUALTY AND SURETY COMPANY, of Hartford, Connecticut, a corporation duly organized under the laws of the 7State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock, Lubbock, Texas as Obligee, hereinafter called the Obligee, in the sum of Five Percent Of The Total Amount Bid*** Dollars 5$ 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 Project No. 13627, Painting Water Tank 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 rspecified 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 25th day of July F, 4u'kl,4�- (Witness) L � (Witness) F=AIA DOCUMENT A310 BID BOND FEBRUARY 1970 ED. FrHE AMERICAN INSTITUTE OF ARCHITECTS 1S-1669-c.1 10.70 ,19 96 Plains Builders, Inc. (Principal) (Seal) L/t cw_ r t E+It. (Title) TH TNA CASUALTY AND RETY COMPANY ice•... �.,. �, ► , _, _, (Av'orney-in Vact1 CAT. 227641 PRINTED 414 U.S.A I Mt At i iliA GAJUAL 1 T AINU JUMt I T t:UMVAIN T Hartford, Connecticut 06156 r L POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYISI-IN-FACT KNOW ALL MEN BY THESE PRESENTS. THATTHE AETNA CASUALTY AND SURETY COMPANY, a corporation duly organized under the laws of the State of Connecticut, and having its principal office in the City of Hartford, County of Hartford, State of Connecticut, hath made, constituted and appointed, and does by these presents make, constitute and appoint Lee Napier, Dan B. Flemming, William L. Hamilton, Jr., John W. Murray James J. Bovenzi, Susan Nicks * Amarillo,TX of ,its true and lawful Attorney(s)-in-Fact, with lull power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there desig- nated , the following Instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incidents thereto F and to bind THE AETNA CASUALTY AND SURETY COMPANY, thereby as fully and to the same extent as If the same were signed by the duly authortzed officer. of THE AETNACASUALTY AND SURETY COMPANY, and all the acts of said Attomey(s)-In-Fact,pumuant to the authority herein given, are hereby ratified and confirmed. This appointment Is made under and by authority of the following Standing Resolutions of said Company, which Resolutions are now in full force and effect - VOTED. That each of the following officers: Chairman, Vice Chairman, President, Any Executive Vice President, Any Group Executive, Any Senior Vke President. Any Vice President, Any Assistant Vice President, Any Secretary, Any Assistant Secretary, may from time to time appoint Resident Vice Presidents, Resident Assistant Secretaries, Attorneys -in -Fact, and Agents to act for and on behalf of the Company and may give any such appointee such authority as his certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors may at any time remove any such appointee and revoke the power and authority given him or her. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the Chairman, the Vice Chairman, the President, an Executive Vice President, a Group Executive, a Senior Vice President, a Vice President. an Assistant Vice President or by a Resident Vice President, pursuant to the power prescribed in the certificate of authority of such Resident Vice President, and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary or by a Resident Assistant Secretary, pursuant to the power prescribed in the certificate of authority of such Resident Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys•in-Fact pursuant to the power prescribed in his or their certificate or certificates of authority. This Power of Attorney and CertBlcam of Authority Is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Board of Directors of THE AMA CASUALTY AND SURETY COMPANY which Resolution Is now In full force and effect: VOTED: That the signature of each of the following officers: Chairman, Vice Chairman, President, Any Executive Vice President. Any Group Executive, Any Senior Vice President, Any Vice President, Any Assistant Vice President Any Secretary, Any Assistant Secrotary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds end undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificete bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power to executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, THE AETNA CASUALTY AND SURETY COMPANY has caused this instrument to be signed by its Assistant Vic* President and its corporate seat to be hereto affixed this 2nd day of June ' 19 93 THE AUSOMPANY "• -e 4• State of Connecticut 4O� y Gear Tho ss. Hartford County of Hartford Assistant Vice heslden On this 2nd day of June ,19 93 before me personally come GEORG£ W, THOMPSON tome known, who, being by me duty sworn, did depose and say: that he/she is Assistant Vlea President of THE AETNA CASUALTY AND SURETY COMPANY, the corporation described in and which executed the above instrument; that he/she knows the seal of said corporation; that the seal affixed to the said instrument Is such corporate seal; and that he/she executed the said instrument on behalf of the corporation by authority of his/(her office under the Standing Resolutions thereof. •� u e` •� My commission expires August 71.199E Notary Public Dorothy L Mart! CERTIFICATE 1. tha undersigned, Secretary of THE AETNA CASUALTY AND SURETY COMPANY, a stock corporation of the State of Connecticut DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Board of Directors, as set forth In the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut- Dated this 25 t h day of July .19 96 es/ - ��' 1 ... � i ��,iP William T. DiRoberts .S-19I1f(M) t3-93) Secretary l ABID BOND l . �- UFE&CAVJA Y KNOW ALL MEN BY THESE PRESENTS, l That we, Plains Builders, Inc. P.O. Box 7008 Amarillo, Texas 79114 THE ATNA CASUALTY AND SURETY COMPANY Hartford, Connecticut 06115 Bond No. Cc [Ply as Principal, hereinafter called the Principal, and THE ETNA CASUALTY AND SURETY COMPANY, of Hartford, Connecticut, a corporation duly organized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock, Lubbock, Texas t. F as Obligee, hereinafter called the Obligee, in rthe sum of Five Percent Of The Total Amount Bid*** Dollars l (S 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 F Project No. 13627, Painting Water Tank 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 to 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. rSigned and sealed this 25th day of July .19 96 r F (Witness) (Witness) AIA DOCUMENT A310 BID BOND �+ FEBRUARY 1970 ED. k THE AMERICAN INSTITUTE OF ARCHITECTS t _43-I869.G) 10.70 Plains Builders, Inc. (Principal) (Seal) (Title) THE ETNA CASUALTY AND SURETY COMPANY By James TSovenzi (Attorney -in -Fact) CA r. 227641 PRINTED 4N U.S.A LIST OF SUBCONTRACTORS Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ PAYMENT BOND BOND CHECK BEST RATING. LICE: SED IN TEXAS DATE_ ` y STATUTORY PAYMENT BOND - TEXAS Aetna Casualty & Surety Company of America Hartford Connecticut 06156 KNOW ALL MEN BY THESE PRESENTS, that PLAINS BUILDERS, I NC. P. 0. BOX 7008, AMARILLO, TX 79114 (hereinafter called the Principal(s), as Principal(s) and AETNA CASUALTY & SURETY COMPANYOF AMERICA (hereinafter called the Surety(ies), as Surety(ies), are held and finely bound unto CITY OF LUBBOCK, LUBBOCK COUNTY, LUBBOCK, TX r k hereinafter called the Obligee), in the amount of THREE HUNDRED NINE THOUSAND TWO HUNDRED TWENTY THREE AND N01100 ----------------------------------------------------- ($ 309, 223. 00---------- )Dollars for the payment where of, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain contract with the Obligee, dated the 22ND day of AUGUST 19 96 , to CONCRETE WATER TANK PAINTING*- BID #13627 which contract is hereby referred to and made a part hereof and to the same extent R 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 Chapter 2253 of the Texas Government Code and all liabilities on this bond shall be determined in accordance with the provisions of said Code 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 27TH day of AUGUST 19 -96 PLAINS BUILDERS, INC.. -~ Principal` . y BY: iGC 7fe�t idrrJt Principal A CASUAL & SUfirVY COMPANY OF AMERICA ram! ,. J S J .0z' �p ey-irt-_FOct S-1876-13-1 (10-95) r STATUTORY PAYMENT BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE AETNA CASUALTY & SURETY COMPANY OF AMERICA Hartford, Connecticut 06156 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN -FACT KNOW ALLMEN BY THESE PRESENTS, THAT AETNA CASUALTY & SURETY COMPANY OF AMERICA. a corporation duly organized under the laws of the State of Connecticut, and having Its principal office In 1he City of Hartford. County of Hartford. State of Connecticut, hath made, constituted and appointed, and does by these presents make, constitute and appoint Lee Napier, Dan B. Flemming, William L. Hamilton, Jr., John W. Murray, James J. Bovenzi or Susan Hicks - - of Amarillo, Texas , Its true and lawful Attorneys -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated , the following instrument(s): by his sole signature and act, any and all bonds, recognizences, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any and all consents incident thereto not exceeding the stem of FIFTY MILLION (S50,000,000.00) DOLLARS - and to bind AETNA CASUALTY & SURETY COMPANY OF AMERICA. thereby as fuilyandto the same extent as If the same were signed bytho dulyauthoAted officers of AETNA CASUALTY & SURETY COMPANY OF AMERICA, and all the acts of sold Attornsysdn-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Company which Resolutions are now in full force and effect VOTED: That each of the following officers: President. Any Executive Vice President. Any Senior Vice President, Any Vice President. Any Assistant Vice President, Any Secretary, Any Assistant Secretary, may from time to time appoint Resident Vice Presidents, Resident Assistant Secretaries, Attomeysdn-Feet, and Agents to act for and on behalf of the Company and may give any such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, reeognizenees, contracts of indemnity, and otherwritings obligatory in the nature of s bond, recognizance, or conditional undertaking, and arty of said officers or the Board of Directors may st any time remo m any such appointee and revoke the power and authority given him or her. VOTED. That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when la) signed bythe President, an Executive Vice President, a Senior Vice President. a Vice President, an Assistant Vice President orbys ResidentVice President, pursuanttothe power prescribed in the certificate of outhorityof such Resident Vice President, and dulyattested and sealed with the Company's seat by a Secretary or Assistant Secretary or by a Resident Assistant Secretary, pursuant to the power prescribed in the certificate of authority of such Resident Assistant Secretary; or (b) duly executed }under seal, if required) by one or more Attomeysdn-Fact pursuant to the power proscribed in his or her certificate or their certificates of authority. This Power of Attorney and Certificate of Authority Is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Board of Dhwwm of AETNA CASUALTY & SURETY COMPANY OF AMERICA which Resolution Is now In full force apd effect: VOTED: That the signature of each of the following officers: President. Any Executive Vice President. Any Senior Vice President, Any Vice PresidenL Any Assistant Vice President. Any Secretary, Any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -In -Fact for purposes only of oxecuting and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or artifiate bearing such facsimile signature or facsimile seal sham be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it Is attached. W WITNESS WHEREOF, AETNA CASUALTY & SURETY COMPANY OF AMERICA has caused this instrument to be signed by its Vice President, and Its corporate seal to be hereto affixed this 1st day of November , 1g 95 AETNA CASUALTY & SURETY COMPANY OF AMERiCA I wrr M�� By State of Connecticut Tarry F. w koas. Hartford I Vice President County of Hartford On this lst day of November ,19 95 , before me personally came TERRY F. LUKOW to me known, who, being by me duly tiwom,did depose and say-. thathe/sheIsVieePresidentofAETNACASUALTY&SURETYCOMPANYOFAMERICA,thecorporationdescribedInandwhich exerted the above instrument; that he/she knows the seal of said corporation; that the seal affixed to the said Instrument is such corporate seal; and that It"he executed the said instrument on behalf of the corporation by authority of hialher office under the Standing Resolutions thereof. sq ••n"n•don ••one A•tlu•t 21. 11" Notwy PuNic t, �•.`. Dorothy L. Marti CERTIFICATE 1,the undersigned. AssistantSecretary of AETNACASUALTY& SURETYCOMPANYOFAMERCIA,a atoekcorporation ofthe Stateof Connectieut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remsins In full fora and has not been revoked; and furthermore, that the Standing Rasolutions-of the Board of Directors, asset forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, In the City of Hartford, State of Connecticut Dated this 2 7TH day of AUGUST ' 19 96 ,,... 4 By g�:= • d t Rose Gonsoulin '` ....✓f Assistant Secretary CS-2422 (7•25) The undersigned surety company represents that it is duly qualified to do business in Texas and hereby designates, Howard Cowan, an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Aetna Casualty and Surety Company 41, *By Q�X�., Yes J. Bo Attorney -In -Fact Approved as to Form City of Lubbock Y� ,ty 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 a copy of power of attorney for our files. PERFORMANCE BOND BOND CHECK BEST RATING LICEN ED I IXAS� 0 F STATUTORY PERFORMANCE Aetna Casualty & Surety Company of America BOND - TEXAS Hartford Connecticut oetss KNOW ALL MEN BY THESE PRESENTS, that . PLAINS BUILDERS, INC. P. O. BOX 7008, AMARILLO, TX 79114 (hereinafter called the Principal(s), as Principal(s) and AETNA CASUALTY & SURETY COMPANY OF AMERICA (hereinafter called the Surety(ies), as Surety(ies), are held and firmly bound unto CITY OF LUBBOCK, LUBBOCK COUNTY, LUBBOCK, TX hereinafter called the Obligee), in the amount of THREE HUNDRED NINE THOUSAND TWO HUNDRED TWENTY THREE AND N01100-------------------------------- --------------------- ($ 309, 223.00-----------jDollars for the payment where of, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain contract with the Obligee, dated the 22ND day of AUGUST , 19 96 , to CONCRETE WATER TANK PAINTING - BID 41362.7 ` which contract is hereby referred to and made a part hereof and to the same extent if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall w faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise tc remain in full force and effect, PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code and all liabilities on this bond shall be determined in accordance with the provisions of said Code 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 27TH day of AUGUST • 19 96 I 4, S-1 875-A-1 (10-95) PLAINS BUILDERS,INC. Principal BY: llrce �r tr rn Principal A ALTY & SU COMPANY OF AMERICA e JAMErT.OENZ Att ey-in-Fact F STATUTORY PERFORMANCE BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE The undersigned surety company represents that it is duly qualified to do business in Texas and hereby designates, Howard Cowan, an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Aetna Casualty and Surety Companv 4 *By h� lafes I Bo i, Attorney -In -Fact Approved as to Form City of Lubbock Y� City 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 a copy of power of attorney for our files. AETNA CASUALTY ih SURETY COMPANY OF AMERICA is Hartrord. Connecticut 06156 �+ POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL MEN BY THESE PRESENTS, THAT AETNA CASUALTY Q SURETY COMPANY OF AMERICA. a corporation duly organised under the laws of the it State of Connecticut, and having its principal office in the City of Hartford. County of Hartford. State of Connecticut hath meads, constituted and appointed, and does by these presents make, constitute and appoint Lee Napier, Dan B. Flemming, William L.. Hamilton, Jr. , John N. Murray, James J. Bovenzi or Susan Hicks - - of Amarillo, Texas , its true and lawful Attorneys -in -Fact. with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be Riled in, within the area there designated , the following instrument(s): by his sole signature and act, any and all bonds, recognizances, contracts of Indemnity, and otherwritings obligatory in then nature ofat bond, recognizance, or conditional undertaking, and arty and all consents incident thereto rift exceeding the Stm1 Of FIFTY MILLION (S50,000,000.00) DOLLARS — d. and to bind AETNA CASUALTY 1k SURETY COMPANY OF AMERICA. thereby &s fully and lathe same extent as If the same wars signed by the duty authorized offieere of AETNA CASUALTY Q SURETY COMPANY OF AMERICA. and all the sets of sold Attomays-in-Fact pursuant to the authority herein given, we hereby ratified and confirmed This appointment is made under and by authority of the following Standing Resolutions of said Company which Resolutions are now in full force and effect: VOTED: That each of the following officers: President Any Executive Vice President, Any Senior Vice ProsidenL, Arty Vice President. Any Assistant Vice President. Arty Secretary,Any Assistant Secretary, may from time to time appoint Resident Vice Presidents, Resident Assistant Secretaries, Attorneys -In -Fact. and Agents to act for and on behalf of the Company and may give any such appointee such authority as his or her certificate of authority may proscribe to sign with the Company's name and anal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of* bond, recognizance, or conditional undertaking, and any of said officers orthe Board of Directors may at any time remove any such appointee and revoke the power and authority given him or her. VOTED. That any bond, recognizance, contract of indemnity, or writing obligatory In the nature of a bond, recognizance, or conditional undertaking &hall be valid and binding upon the Comparrywhen (a) signed by the President, an Executive Vice President, a Senior Vice President. a Vice President, an Assistant Vice President or by a Rssident Vice President, pursuant lathe power prescribed in the certificate of authority of such Resident Vice Presidentand duly onested and sealed with the Company's seal by a Secretary or Assistant Secretary or by a Resident Assistant Secretary, pursuant to the power prescribed in the certificate of authority of such Resident Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact pursuant to the power prescribed in his or her certificate or their certificates of authority. This Power of Attorney and Cortifieato of Authority is signed and cooled by facsimile under and by authority of the following Standing Resolution voted by the Board of Directors of AETNA CASUALTY S SURETY COMPANY OF AMERICA which Resolution Is now In full force apd offeet VOTED: That the signature of each of the following officers: President, Any Executive Vice President, Any Senior Vice President, Any Vice President Any Assistant Vice President, Any Secretary, Any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-In•Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so oxecuted and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it Is attached. IN WITNESS WHEREOF, AETNA CASUALTY Q SURETY COMPANY OF AMERICA has caused this instrument to be signed by its Vim President and Its corporate seal to be hereto affixed this 13t day of November 1995 AETNA CASUALTY S SURETY COMPANY OF AMERICA �.... 5i 1 '4 f - ,�- � State of Connecticut ti� Terry F. LLkow r,r. I so. Hartford Vice President i County of Hartford ' On this 15t day of November 16 95 , before me personally came TERRY F. LUKOW to me known. who, being by me duly swom,did depose and say. that he/she is Vice President of AETNA CASUALTY& SURETY COMPANY Of AMERICA, the corporation described in and which PM axsewed the above Instrument: that he/she knows the seal of said corporation; that the seat affixed to the said Instrument is such corporate seal; and that he/she executed the said Instrument on behalf of the corporation by authority of hiWber office under the Standing Resolutions thereof. +er, . « sly eoer,waloe saoew Awvn 31. toss NCO" POW Dorothy L Marti CERTIFICATE I.the undersigned. Assistant Secretary of AETNA CASUALTY S SURETYCOMPANY OFAMERCIA, a stock corporation of the State of Connecticut. DO HEREBY CERTIFY that the foregoing and attached Power of Anomey and Certificate of Authority remains In full force and has not been revoked; and furthermore, that the Standing Resolutions of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 2 7TH day of AUGUST ' 19 96 w (..�.ly lay flaw Gonroulln Assistant Secretary S-24M 17-951 CERTIFICATE OF INSURANCE MPJ). INSUR�4►t�10E BIDDER ISSUE DATE (MWuoorYY) L08/27/96 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE SECOND PAGE OF THIS FORM. PRODUCER COMPANY I BINDER NO. HRH of Amarillo 1800 Washington, Suite 400 I United States Fidelity & BINDER212� 37 EFFECTIVE A ME ; DATE TIME P 0 BOX 1149 ! 08/22/96 12 : 011 X! AM X i12:of / r--- PM ' 10/22/96 1 Amarillo, TX 79105 Nool THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY PER EXPIRING POLICY NO: CODE SUB -CODE 18-6507 µ, IZEOS�RJ�'TIO 1FConcretell WaterRlanKdlniLai@ ing - JJ l d{� ## 13 6 2 7 Y �`Bid INSURED City of Lubbock c/o Plains Builders, Inc. i P. 0. Box 7008 Amarillo, TX 79114 COVERAGES EIIMITS;,: TYPE OF INSURANCE COVERAGEIFORMS I AMOUNT DEDUCTIBLE; COINSUR. PROPERTY CAUSES OF LOSS I I BASIC 7-7 �JBROAD�SPEC.iI I I � ! � f GENERAL UABIUTY i GENERAL AGGREGATE ! i2 0 0 O 0 0 0 COMMERCIAL GENERAL LIABILITY( PRODUCTS-COMPIOP AGG. $0 j CLAIMS MADE I X OCCUR( PERSONAL & ADV.INJURY $O X OWNER'S f&CONTRACTOR'S PROT.' EACHOCCURRENCE j $1 000000 FIRE DAMAGE (Anyone fire) !so $0 PIETRO DATE FOR CLAIMS MADE: MED.EIMNSE (My one persori AUTOMOBILE UABIUTY ':COMBINED SINGLE LIMIT IS ANY AUTO BODILY INJURY (Per person) i S ALL OWNED AUTOS BODILY INJURY (Per accident) S SCHEDULEDAUTOS PROPERTY DAMAGE S HIRED AUTOS MEDICAL PAYMENTS S NON -OWNED AUTOS PERSONAL INJURY PROT. ! S ! GARAGE LIABILITY UNINSURED MOTORIST S i AUTO PHYSICAL DAMAGEOEDUCTIBLE___� ALL VEHICLES SCHEDULED VEHICLES I (ACTUAL CASH VALUE J COLLISION: STATEDAMOUNT S OTHER THAN COL. JOTHER EXCESSUABIUTY IEACHOCCURRENCE S UMBRELLA FORM AGGREGATE S OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE. ISE.LF-INSURED RETENTION S } STATUTORY LIMITS WORKER'S COMPENSATION 1EACHACCIDENT $ AND f— EMPLOYER'S LIABILITY .DISEASE -POLICY LIMIT f D—ISEASE•EACHEMPLOYEE S SPECIAL CONDITIONSIOTHER COVERAGES Estimated premium: TBD Policy Period: 8/22/96 - 12/1/96 Binder is subject to actual policy forms, conditions and exclusions. p I C '1- f f f CONDITIONS + This Company binds the kind(s) of Insurance stipulated on the previous page. The Insurance is subject to the terms, conditions and limitations of the policy(ies) in current use by the Company. This binder may be cancelled by the Insured by surrender of this binder or by written notice to the Company stating when cancellation will be effective. This binder may be cancelled by the Company by notice to the Insured in accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this binder is not replaced by a policy, the Company is entitled I to charge a premium for the binder according to the Rules and Rates in use by the Company. APPLICABLE IN NEVADA �. Any person who refuses to accept a binder which provides coverage of less than $1,000,000.00 when proof is required: (A) Shall be fined not more than $500.00, and (B) Is liable to the party presenting the binder as proof of Insurance for actual damages sus- tained therefrom. ACORQ 75-S (7190) 2 of 2 #212 AID11R11. CERTIFICATE OF INSU PRODUCER HRH Company of Amarillo P.O. Box 1149 1800 Washington, Suite 400 Amarillo, TX 79105 INSURED Plains Builders, Inc. P. O. Box 7008 Amarillo, TX 79114 DATE (MM/ODfYY) ANCE 07/17/96 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY AUnited States Fidelity & Guaranty Ci COMPANY BTexas Workers Compensation Ins. Fun( COMPANY C COMPANY D COVERAGES THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY EXPIRATION; DO TYPE OF INSURANCE POLICYNUMBER I DATE(MM/DD/YY) I DATE(MM/DDIYY) LIMITS A 'GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITI ~j _ ICLAIMSMADE X OCCUR OWNER'S i CONTRACTOR'S PRO1 TC14149892900 U l/ U l/ V b! l l/ U l/ V b [PRODUCTS-COMPIOPAG GENERAL AGGREGATE [PERSONAL i ADV INJURY EACH OCCURRENCE $1 , 000. 000 IFIRE DAMAGE (Anvone fkHISSU. UUU i ME D EXP (Any one person) 1$5 , 0 0 0 A AUTOMOBILE LIABILITY TB13151372300 01/01/96 12/01/96 X ;ANY I `COMBINED SINGLE LIMIT ,$1 , 000, 000 AUTO BODILY iarson) INJURY p: _1 ALL OWNED AUTOS I =1 SCHEDULED AUTOS (P HIRED AUTOS BODILY INJURY NON-OWNEDAUTOS (Per accident) � I PROPERTY DAMAGE i GARAGE LIABILITY AUTOONLY-EAACCIDENT ;$ OTHER THAN AUTO ONLY: i ANY AUTO i EACH ACCIDENT :S j AGGREGATE �S I A . EXCESS LIABILITY ULC1455156890 :!01/01/96 12/01/96 EACH OCCURRENCE Q. 000, 000 X! UMBRELLA FORM i AGGREGATE 42,000,000 r r OTHER THAN UMBRELLA FORM! S B WORKERS COMPENSATION AND j TSF0001053095 01/01/96 12/01/96 ! STATUTORY LIMITS E EMPLOYERS LIABILITY ' EACH ACCIDENT s500,000 THE PROPRIETOR/ j INCL 1 DISEASE -POLICY LIMIT S5 O O, 000 PARTNERS/EXECUTIVE —j OFFICERS ARE: ! EXCL. I i ' DISEASE -EACH EMPLOYEE :35 0 0 , 0 0 0 OTHER DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/SPECUIL ITEMS Certificate holder is listed as an additional insured on General Liability (See Attached Schedule.) CERTIFICATE MOLDER > : CANCELLATION . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Lubbock EXPIRATION DATE THEREOF, THE ISSUING COMPANYWILL ENDEAVOR TO MAIL P . 0. BOX 2000 .10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Lubbock, TX 79457 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVEk4N ; 5 N Et,vy ACORD`25-S:(3M3)1 of 2 #M4 0 0 LVG 0 ACORD.CORPORATION<1993 DESCRNRTINS Continued from page 1.) _ _ and Auto Liability policies. A Waiver of Subrogation in favor of the Certificate holder is listed on the General Liability, Auto Liability and Workers Compensation policies. CISGEM 252 (3/93)2.'. of 2 . " #M4 0 0'" i MGM. CERTIMCE OF 14.E 1N E CATE(MMIDO/YY) 07/17/96 Plains Builders, Inc. P. O. Box 7008 Amarillo, TX 79114 COMPANY AUnited States Fidelity & Guaranty CI COMPANY BTexas Workers Compensation Ins. Funl COMPANY C COMPANY D OOVEfiAGES _. t THIS M TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. O I TYPE OF INSURANCE POLICY NUMBER LTRi A 1 GENERAL LIABILITY MS MADE! XI Of A CONTRACTOR'S TC14149892900 eOLICY EFFECTIVE POLICY EXPIRATION DATE (MMIOD/YY) 1 DATE (MMIDD/YY) 01/01/961112/01/96 LIMITS iGENERALAGGREGATE s2,000,000 PRODUCTS-COMPIOPAGG 52 000 000 PERSONAL A ADV INJURY $1 O O O 0 O 0 EACH OCCURRENCE $l 0 0 O 0 0 0 FIRE DAMAGE (AM one fire)IS50, 000 MFf)FYPfAnv nnw nwrennl 'tr1 _ nfI IT A AUTOM0BI LIE LIABILm TE13151372300 01/01/96 12/01/96 X i ANYAU70 i I COMSINE DSINGLE LIMIT ,$1, 000, 000 r 'BODILY INJURY (Per person) ALLOWNEDAUTOS I I SCHEDULED AUTOS i HIRED AUTOS BODN I LY INJURY (Per alccident) I= r ON -OWNED AUTOS 1: f i PROPERTY DAMAGE GARAGE LIABILITY 1 AUTO ONLY -EA ACCIDENT Q rOTHER THAN AUTO ONLY, ANYAUTO i EACH ACCIDENT S I I I AGGREGATE $ I I i hLIABILITY ULC1455156890 ' 01/01/96 112/01/96 EACH OCCURRENCE S2,000,000 UMBRELLA FORM AGGREGATE s2,000,000 I�--I OTHER THAN UMBRELLA FORM I r ! -- BR WORKERS COMPENSATION AND TSF0001053095 101101196 12/01/96 ISTATUTORYLIMITS { EMPLOYERS' LIABILITY � ACCIDENT 5500, 000 THE PROPRIETOR/ INCL _EACH DISEASE -POLICY LIMIT $5 0 0 , 000 PARTNERS/EXECUTIVE OFFICERS ARE EXCL I DISEASE -EACH EMPLOYEE: $5 0 0 , 0 0 0 OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHIC LESIVECIAL fTEMS Ea11314DER ... . ` :..... CEUA ON :..... . SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Lubbock EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL P . 0. BOX 2000 '40 DAYSWRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Lubbock, TX 79457 SUTFAILURE TO MAIL SUCH NOTICE £HALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND MW THE COMPANY ITS ENTS OR REPRESENTATIVES AUTHORIZED R NTATIVE (3/93)'1 of l 4M4 0 0 .. LVG '6 !CORPORATION i 1993 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Appropriate Insurance Agent/Broker Prior to Award of Contract I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Agent (Signature) Agent (Print) 4 r F F F Name of Agent/Broker: Address of Agent/Broker: City/State/Zip: Agent/Broker Telephone #: ( ) Date: CONTRACTOR'S NAME: (Print or Type ) CONTRACTOR'S ADDRESS: NOTE TO AGENT/BROKER If this time requirement 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 Citv of Lubbock at (806)767-2165. BID #13627 - CONCRETE WATER TANK PAINTING I r r L A CONTRACTOR SHALL: CONTRACTOR CHECKLIST (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 showing 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 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: r i REQUIRED WORKERS' COMPENSATION COVERAGE "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 5121440- 3789 to receive information on the legal requirementfor 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 project; (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 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.❑ r PM I- U I- Z O U FCONTRACT STATE OF TEXAS COUNTY OF LUBBOCK 6 . THIS AGREEMENT, made and entered into this 22nd day of August, 1996, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as. OWNER, and PLAINS BUILDERS. INC. of the City of Amarillo, Countv of Randall, and the State of Texas. hereinafter termed CONTRACTOR. r 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 # 13627 - CONCRETE WATER TANK PAINTING - $309,223.00 1" f 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 rcontract documents as defined in the General Condition of Agreement. 4. 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 WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, ftf" Texas in the year and day first above written. r ATTE§T: f cfe6retary ` aAPPROV D AS TO CONTENT: Owner's Representative APOVED AS NO FOAM: r' Citq-Attomey r i ATTEST: Corporate Secretary CITY OF 4LUBBy:MAY CONTRACTOR: (OWNER) PLAINS BUILDERS, INC. By: l� PRINTED NAME: TITLE:�- COMPLETE ADDRESS: Plains Builders, Inc. P.O. Box 7008 Amarillo, Texas 79114-7008 r r GENERAL CONDITIONS OF THE AGREEMENT r t F. FOR t r 1. r i GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the wore! Owner, or the expression Party of the First Part, 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 the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to wit: PLAINS BUILDERS. INC. who has agreed to perform the work embraced in this contract, or to his or their legal representative. 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, under whose supervision these contract documents, including plans and specifications, were prepared, and MICHAEL MURPHY, CHIEF ENGINEER, who will inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in 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 Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. 1 5. INTERPRETATION OF PHRASES 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. 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 him who gives the notice. 7 8. WORK 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 with one copies of all Plans, Profiles and Specifications without expense to him and he 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 of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the "a basis of his onsite observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. 13. LINES AND GRADES All lines and grades shall be fumished by the Owner's Representative whenever 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 his 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 him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. s' 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 shall review all work Included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it Is further agreed that 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 this contract. He 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 Owner's Representatives' estimates and findings shall be conditions precedent to the right to any action on the contract, and to any rights of the Contractor to receive any money under this contract. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the . Contractor a written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work or the interpretation of the contract, specifications and plans. 15. SUPERINTENDENCE AND INSPECTION 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 engineers, supervisors or inspectors so appointed, when such directions and instructions are 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 t inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his decision. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall 1 keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory 1 to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. 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. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any Csubcontractors, or any of his 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 himself 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 effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 7 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, 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 him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's 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 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 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 reasonable 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 work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any 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 Observer has previously accepted the work through oversight or otherwise. If any 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 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 bome by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work 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 this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. r' 22. DEFECTS AND THEIR REMEDIES �I It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owners Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. It is further agreed that any remedial action r` contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS 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 any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. 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 actual field cost of the work, plus fifteen (15%) percent. In the event said extra work be performed and paid for under Method (C), 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, r 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 him for his 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 he should receive compensation or an adjustment in the construction time, he shall 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). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract 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. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his bid to complete the work in accordance with these plans and specifications. It is further understood that any request for clarification must be submitted no later than five 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 his 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 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, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any — r f character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. i The safety precautions taken shall be the sole responsibility of the Contractor, in his 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 Owners Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. 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) days in advance of cancellation or change. All r policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from r. the Contractor to the effect that no work on this particular project shall be subcontracted. 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 prior to contract. execution. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B. Owners Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. r For bodily injuries, including accidental death and or property damage, $500.000 Combined Single Limit. This policy shall be submitted prior to contract execution. r E C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $250,000 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles, The City is to be named as an 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 Policy The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $0.00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance 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 0 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. 2. 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. l 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: k (a) a certificate of coverage, prior to that person beginning work on the project, so the govemmental 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. 7. 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. 9. 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 J^ one year thereafter; i (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 (1) - (T), 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 bome 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. m 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: r� t (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 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: 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 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 5121440-3789 to receive Information on the 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 (h) contractually require each person with whom it contracts to provide services on a project, to: () 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; (III) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (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 project; (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 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 (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than 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. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance 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. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. ._ Any and all communications between any party under this paragraph must be in writing. r 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. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend E 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 harmless from any loss on account thereof. If ' the material or process specified or required by Owner is an infringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 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 effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he 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. 33. ASSIGNMENT AND SUBLETTING ` The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of 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 his full obligations to the Owner, as provided by this contractual agreement. t` 34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES if 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 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 on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, 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 ,.R compensation, the sum of $200.00 (TWO HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic change and conditions and usual Industrial conditions prevailing in this locality. i The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event r sustain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. 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 his 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 his own force, the Owner's 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 cant' 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. EXTENSION OF TIME The Contractor agrees that he has submitted his 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 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his 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. The Contractor may apply in writing for an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the Contractor supported by all requested documentation shall then consider such written request and respond to Contractor in writing granting or rejecting the request for an extension of time to complete the project. 37. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. 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 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 for the various classes of work to be done and material to be fumished 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. It is understood and agreed that the actual amount of work to be done and the materials to be G d 39 40. 41. 42. 43. t l 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. 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 he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. 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 specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid 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 him 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. 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 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 which have not theretofore been timely filed as provided in this contract. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment 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; said statement shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work. 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 this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained percentage due Contractor. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall inspect the r work and within said time, if the work be found to be completed or substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 44. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance 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 special conditions (if any) of this contract or required in the specifications made a part of this contract. 45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. 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. 46. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he 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 substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 47. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. -- (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts.withheld because of them. 48. TIME OF FILING CLAIMS 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) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand k r-+ for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It Is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents. 49. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, 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. After receiving said notice of abandonment, 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 case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide 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 his 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. However, 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. When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 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, 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 certificate of completion. 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 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. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there r remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together i with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety 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 subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) 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. 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 which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor at the prices stated in the attached bid, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to cant' the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS 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. All bonds, if required, 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. And it is further agreed that this contract shall not be in effect until such bonds are so furnished. 52. 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. 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss 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 and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and bome by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control his 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 his 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 Contractors own employees or to any other person, firm, or corporation. 55. 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 he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 7 F CURRENT WAGE DETERMINATIONS r 1, A t=JV 1U 11V.1 .IV. J1�1 March 14, 1996 Item #19 RESOLUTION WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public i works contracts for the City of Lubbock in accordance with the provisions of Vernon's !� Ann.Civ.St., Art. 5159a; and i' WHEREAS, such wage rates were established by Resolution No. 719 enacted February 1 f 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by i� Resolution No. 2502 enacted January 8, 1987; and I WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: i r- BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall be t as set forth in the following named exhibits, which exhibits shall be attached hereto and made ` ;; a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction r Exhibit C. Overtime Rate G Exhibit D: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. P" Passed by the City Council this 14th ATTEST: &e,— I i C-X& Betty M. Anson, City Secretary APPROVED AS TO CONTENT: lw�/ av�� Mary AndrWws, Managing Director of Human Resources APPROVED AS TO FORM: afold Willard; Assistant City Attorney H W :da/ccdocs/pubworks. res February 14. 1996 rch , 1996. YOR 7 I is r L City of Lubbock Building Construction Trades Prevailing Rates Craft Acoustical Ceiling installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Floor Installer Glazier Insulator-PipingB oiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified HourlyRate 10.00 11.00 5.50 8.00 11.00 11.00 6.00 11.00 6.00 7.50 10.00 13.00 6.00 8.50 7.50 8.50 8.00 9.00 5.50 8.00 5.50 5.50 9.50 10.50 6.00 8.00 5.50 8.75 5.50 10.00 Is Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 6.00 Asphalt Shoveler 5.50 Concrete Finisher 7.35 Concrete Finisher -Helper 5.75 Electrician 10.50 Flagger 5.50 Form Setter 6.50 Form Setter -Helper 5.50 Laborer -General 5.50 Laborer -Utility 6.25 Mechanic 7.25 Mechanic -Helper 5.50 Power Equipment Operators Asphalt Paving Machine 7.00 Bulldozer 7.00 Concrete Paving Machine 7.00 Front End Loader 6.50 Heavy Equipment Operator 7.00 Light Equipment Operator 6.50 Motor Grader Operator 8.50 Roller 6.00 Scraper 6.50 Tractor 6.50 Truck Driver -Light 6.00 Truck Driver -Heavy 6.50 L: r i EXAiBIT C Prevailing Wage Rates Overtime Rate i The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT D Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. b. SPECIFICATIONS r f City of Lubbock Water Utilities Engineering Technical Specifications For Painting Concrete Tanks Prepared by Lubbock Water Utility Engineering L ' 7 CITY OF LUBBOCK PAINTING CONCRETE TANKS TABLE OF CONTENTS SECTION DESCRIPTION 01010 Summary of Work 01019 Contract Considerations 01039 Coordination and Meetings 01300 Submittals 01500 Construction Facilities and Temporary Controls 01700 Contract Closeout 09900 Removal and Disposal of Lead Paint 09906 Painting Concrete Tanks F r e 01010 - 1 SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.1 SECTION INCLUDES A. Contract Description. B. Work by Owner. C. Owner and Contractor Responsibilities. D. Contractor use of site. E. Work Sequence. F. Owner occupancy. G. Warranty H. Property Protection 1.2 CONTRACT DESCRIPTION A. All paint removal operation must comply with 30 TAC Section 111.137 Control Requirements For Surfaces With Coatings Containing Less Than One Percent Lead. B. This project involves the repainting four concrete ground storage water containing tanks at the following location: 1. Low Head B - 5 million gallon ground storage tank located al. 3000 North Quaker Ave. (U.S. 84 and Quaker Ave). Removal and disposal of loose paint or coating from the wall and dome roof. Areas to be coated include the outside wall and dome roof. The dimension of the tank is 159 ft in diameter, wall height - 25 ft from the ground and dome roof height is 43 ft from the ground (Refer to Appendix A for detail dimensions). 2. Pump Station No. 4 - 5 million gallon ground storage tank located at 202 North I- 27 (Municipal Drive and I-27). Removal and disposal of loose paint or coating from the wall and dome roof of the tank. Areas to be painted include the outside wall and the dome roof. The dimension of the tank is 207 ft in diameter, wall height is 5 ft from the ground and dome roof height is 31 R from the ground (Refer to Appendix A for detail dimensions). 3. Pump Station No. 6 - 2 million gallon ground storage tank located at 402, 66th St. (East 66th and Loop 289). Complete removal and disposal of the existing coating on the outside wall and the edge of the roof of the tank. The outside wall will only be the area to be sealed. The dimension of the tank is 1; 7 City of Lubbock, Painting Concrete Tanks 01010 - 2 140 ft in diameter, and wall height is 10 ft (Refer to Appendix A for detail dimensions). 4. Sandhills Storage Reservoir - 5 million gallon ground storage tank located at approximately 8 miles northwest of Sudan. This tank will involve concrete rehabilitation on the lid or roof of the tank, refer to Section 09906, Part 4 - Concrete Repair. Complete removal and disposal of the existing coating on the outside wall and the edge of the roof the tank. The outside wall will only be the area to be sealed. The dimension of the tank is 219 ft in diameter and wall height is 7 ft (Refer to Appendix A for detail dimensions). C. Contract Type: Each ground storage tank: Lump Sum for each of the following: a. tanks to include furnishing of all labor, materials, tools, and equipment required for painting structures. b. concrete rehabilitation work, labor and equipment as required in these specifications. C. Areas of the tank to be painted or sealed shall be according to Section 09906 - Painting Concrete Tanks. d. All the water used to clean the tank must be contained and tested for the basic 8 heavy metals according to 40 CFR 261 to establish that waste water does not contain hazardous waste. The ground containment shall be waterproof to protect contamination to the ground. The tank shall be partially contained in the direction of the -' wash to minimize the nuisance caused to the surrounding neighbors. e. Removal and disposal of paint containing lead. f. Containment system as required by 30 TAC 111.137. -.. g. Establish the level of lead, cadmium and chromium on the ground for pre and post deleading operations. D. After the Prebid meeting, there will be a site visitation, the Contractor shall be responsible to determine the accessibility and storage spaces required for each site. All associated cost with accessibility and storage shall be included in this contract. E. Contract Time for the entire project will be 90 calendar days from the date of Notice to Proceed and the liquidated damages will be $200.00 per dam. 1.3 ANALYTICAL RESULTS A. Analytical Results of composite samples of paint chips are as follows and for more detail information see Analytical Results For Paint Samples Section. Total Lead Content Tank Description (PM Low Head B - 5 million gallon ground storage tank located at 3000 North Quaker Ave. 8.2 Pump Station No. 4 located at 202 North 127 50.3 City of Lubbock, Painting Concrete Tanks I i 01010 - 3 F Pump Station No. 6 located at 402 66th St. 23.7 Sandhills ground storage tank located at 8 miles northwest of Sudan 42.5 1.4 WORK BY CONTRACTOR A. The Contractor shall perform all the work specified in the individual sections and shall include the following: 1. Provide labor, equipment, and materials to remove and dispose lead paint according to Section 09900. 2. Provide labor, equipment, and materials to repaint steel tanks as specified in Section 09905. 3. Retain an independent Certified Industrial Hygienist to be onsite when performing lead abatement work for the project, according to Section 09900. 4. Retain an independent laboratory to conduct the test required in Section 09900. 5. Design and construct a full containment (shroud and support) system with negative air ventilation when necessary to meet Environmental protection Agency - EPA, Occupational Safety and Health Administration - OSHA and Texas Natural Resource Conservation Commission - TNRCC rules and regulations. 6. Design and construct a ground (tarp) protection system to prevent any contamination to the soil from this project. 7. Design and construct a containment system for rainwater runoff and run-on. 8. Contractor shall be responsible for profiling the any hazardous waste which include sample collection; laboratory analysis and profile paperwork, and responsible for obtaining an identification number and preparing a manifest system for tracking the waste from generation to final disposal. Owner's Representative will sign as the generator. 9. Contractor shall be responsible for all cost associated with sampling and analysis to determine if the waste is hazardous. 10. Contractor shall be responsible for all the cost associated with the profile analysis of the waste which include sample collection, laboratory analysis and profile paperwork. 11. Contractor shall be responsible for all the cost of the proper disposal of all waste including hazardous waste generated from this job. 12. Contractor shall be responsible for providing their own locks and keys. 13. Contractor shall complete all the work at each tank location before proceeding to a new tank location. Completion of all the work includes final cleaning, final disposal of all the waste, final inspection and all the steps in this specification. 14. Contractor shall retain a Professional Engineer in the State of Texas to design the structural work of a flush -type cleanout manway and crowsnest platform according to Section 05500. 1.5 OWNER AND CONTRACTOR RESPONSIBILITIES A. Owner's Responsibilities: 1. Arrange for and deliver Owner reviewed Shop Drawings, Product Data, and Samples, to Contractor. 2. On delivery, inspect Products jointly with Contractor. C City of Lubbock, Painting Concrete Tanks 01010 - 4 B. Contractor's Responsibilities: 1. Review Owner reviewed Shop Drawings, Product Data, and Samples. 2. Receive and unload Products at site; inspect for completeness or damage jointly with Owner. 3. Handle, store, install and finish Products. 4. Repair or replace items damaged after receipt. 5. Arrange and pay for Product delivery to site. 6. Submit claims for transportation damage and replace damaged, defective, or deficient items. 7. Arrange for manufacturers' warranties, inspections, and service. 1.6 CONTRACTOR USE OF SITE A. Access to Site: Limited to Owner and Contractor only. B. Time Restrictions for Performing Work: Monday to Friday, 8 a.m. to 5 p.m. Request in writing 3 working days in advance for work to be performed outside this time. 1.7 WORK SEQUENCE A. Proceed to work in the following sequence to accommodate Owner's occupancy requirements for the entire period, 1. Tank 1: Sandhills ground storage tank. 2. Tank 2: Low Head B. 3. Tank 3: Pump Station No. 4. 4. Tank 4: Pump Station No. 6 B. Final inspection of each tank shall be accepted by the Owner's Representative before the commencement of any work on the next tank. 1.8 OWNER OCCUPANCY A. The Owner will not occupy the site during the entire repainting operation except during inspection. B. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations outside the site. 1.9 WARRANTY A. Contractor shall warrant for two(2) years after the date of final acceptance of the work. B. On the eleventh month of each subsequent year from the date of final acceptance, Owner's Representative will schedule an annual Inspection with the presence of the Contractor to inspect for defect assessment on the work performed. Repaint any work that is considered defective by the Owner's Representative and to his satisfaction. C. Contractor shall remedy any defects in workmanship, and pay for any and all damages of any nature whatsoever resulting in defects at no cost to the Owner (City of Lubbock). City of Lubbock, Painting Concrete Tanks 01010 - 5 I I I I 1.10 PROPERTY PROTECTION A. Contractor shall be aware of surrounding residences and commercial businesses or buildings in the vicinity of the tanks. Extreme care should be used in protecting buildings and vehicles from falling debris, sand, paint, water or any materials which might cause damage. B. Contractor shall immediately correct any damage to the property to the satisfaction of property owner. Payment shall be withheld in the amount of any claims until such time the claims are satisfied. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION City of Lubbock, Painting Concrete Tanks 7 01019 - 1 7 SECTION 01019 CONTRACT CONSIDERATIONS PART 1 GENERAL 1.1 SECTION INCLUDES A. Schedule of values. B. Application for payment. C. Change procedures. D. Measurement and payment - Lump Sum. 1.2 SCHEDULE OF VALUES A. Submit a printed schedule on AIA Form G703 - Application and Certificate for Payment Continuation Sheet. Contractor's standard form or electronic media printout will be considered. B. Submit Schedule of Values in duplicate within 5 days after date established in Notice to Proceed. C. Format: Itemize based on individual tanks. D. Include within each line item, a direct proportional amount of Contractor's overhead and profit. E. Revise schedule to list approved Change Orders, with each Application For Payment. 1.3 APPLICATIONS FOR PAYMENT r A. Submit three copies of each application on AIA Form G702 - Application and Certificate for Payment and AIA G703 - Continuation Sheet or Contractor's electronic media driven form. t B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. r C. Payment Period: Monthly, submit application for payment at the 25th day of each month. D. Include an updated construction progress schedule. E. Submit the following along with the application for final payment: 1. The documentation for the completed and signed `manifest' for the hazardous l l waste. 2. Signed affidavit from the Notary Public that all claims on thisjob has been settled. �► 3. Contractor warranties for this job shall be signed and sealed by a Notary Public. City of Lubbock, Painting Concrete Tanks 01019 - 2 1.4 CHANGE PROCEDURES A. The Owner's Representative will be advised of minor changes in the Work not involving an adjustment to Contract Sum or Contract Time as authorized by AIA A201, 1987 Edition, Paragraph 7.4, EJCDC, 1990 Edition Paragraph 9.5 by issuing supplemental instructions on AIA Form G710. B. The Owner's Representative may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be considered valid. Contractor will prepare and submit an estimate within 3 days. C. The Contractor may propose changes by submitting a request for change to the Owner's Representative, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum and Contract Time with full documentation and a statement describing the effect on Work by separate or other Contractors. D. Stipulated Sum Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Owner's Representative. E Maintain detailed records of work done on Time and Material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. F. Execution of Change Orders: Owner's Representative will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.5 DEFECT ASSESSMENT A. Repaint any work that is considered defective by the Owner's Representative and to his satisfaction. 1.6 MEASUREMENT AND PAYMENT - LUMP SUM A. Authority: Measurement methods are based percentage of completion on individual tanks. B. Take measurements and compute according to the percentage of completion. Verify the quantities with the Owner's Representative. D. Payment Includes: Full compensation for required labor, Paint, Products, tools, equipment, plant and facilities, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. Full compensation shall also include the following: 1. Provide labor, equipment, and materials to remove and dispose paint containing paint as specified in Section 09900. 2. Provide labor, equipment, and materials to repaint concrete tanks as specified in Section 09906. City of Lubbock, Painting Concrete Tanks 01019 - 3 3. Provide labor, equipment, and materials to repair concrete tanks as specified in Section 09906. 4. Cost to retain an independent Certified Industrial Hygienist according to Section 09900. 5. Cost to retain an independent laboratory to conduct the test required in Section 09900. 6. Independent company to remove, transport, and dispose the hazardous waste to the nearest landfill certified to accept hazardous waste. 7. Independent company to remove, transport, and dispose the all non hazardous waste to the nearest landfill. r PART 2 PRODUCTS ti Not Used. PART 3 EXECUTION E: Not Used. END OF SECTION r j r City of Lubbock, Painting Concrete Tanks i. 01039 - 1 SECTION 01039 COORDINATION AND MEETINGS PART 1 GENERAL 1.1 SECTION INCLUDES A. Coordination and project conditions. B. Preconstruction meeting. C. Progress meetings. 1.2 COORDINATION AND PROJECT CONDITIONS A. Coordinate scheduling, submittals, and Work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Verify utility requirements and characteristics of operating equipment are compatible with building utilities. C. Coordinate completion and clean-up of Work of separate sections in preparation for Substantial Completion. D. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.3 PRECONSTRUCTION MEETING A. Owner's Representative will schedule a meeting after award of contract. B. Attendance Required: Owner's Representative and Contractor.. C. Agenda: 1. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. 2. Designation of personnel representing the parties in Contract. 3. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 4. Scheduling. 1.4 PROGRESS MEETINGS A. Owner's Representative will make arrangement for meetings, prepare agenda with copies for participants, preside at meetings.. B. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner Representative as appropriate to agenda topics for each meeting. City of Lubbock, Painting Concrete Tanks F 01039 - 2 D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Owner's Representative will record minutes and distribute copies within two weeks after meeting to participants, and designated recipients, identified at the Preconstruction Conference, and those affected by decisions made. Corrections, additions or deletions to the minutes shall be noted and addressed at the following meeting. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION City of Lubbock, Painting Concrete Tanks 01300 - 1 SE CTION 01300 r SUBMITTALS PART 1 GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Construction progress schedules. C. Proposed Products list. D. Product Data. E. Samples. i r„ F. Test reports. ' i G. Certificates. *' 1 H. Contractor's field reports. I. Erection drawings. J. Work progress photographs. 1.2 RELATED SECTIONS A. Section 01019 - Contract Considerations. B. Section 01700 - Contract Closeout: Contract warranties, bonds, manufacturers' certificates, and closeout submittals. r, 1.3 SUBMITTAL PROCEDURES A Transmit each submittal to Owner's Representative: Michael E. Murphy, P.E. . Chief Engineer Water Utilities Engineering City of Lubbock P.O. Box 2000 1625 13th Street Lubbock, Tx 79457 r B. Transmit two copies of each submittal unless otherwise specified in the individual sections. i C. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of Products required, field dimensions, adjacent construction Work, and coordination of r t City of Lubbock, Painting Concrete Tanks f t 01300 - 2 information is in accordance with the requirements of the Work and Contract Documents. D. Schedule submittals to expedite the Project, and deliver to Owner's Representative at business address. Coordinate submission of related items. E. For each submittal for review, allow 10 days excluding delivery time to and from the Contractor. F. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. G. When revised for resubmission, identify all changes made since previous submission. H. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with requirements. I. Submittals not requested will not be recognized or processed. J. Submittals will not be accepted from subcontractors, suppliers, or anyone other than the -- Contractor. 1.4 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial schedule in duplicate within 10 days after date of Owner -Contractor Agreement. B. Revise and resubmit as required. C. Submit revised schedules with each Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each major section of Work, identifying first work day of each week. E. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. F. Indicate estimated percentage of completion for each item of Work at each submission. 1.5 PROPOSED PRODUCTS LIST A. Within 10 days after date of Owner -Contractor Agreement, submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.6 PRODUCT DATA A. Submit the number of copies which the Contractor requires, plus two copies which will be retained by Owner's Representative. City of Lubbock, Painting Concrete Tanks 7 01300-3 B. Indicate conditions requiring special attention, and special environmental criteria required for application. C. After review provide copies for record documents described in Section 01700 - CONTRACT CLOSEOUT. 1.7 SAMPLES A. Submit to the Owner's Representative the abrasive blast medium samples for information. B. Color charts for Owner's Representative approval. C. Submit SSPC chart samples of abrasive blast finish surface preparation for comparisons. D. Include identification on each sample, with full Project information. E. Submit the number of samples specified in individual specification sections. F. Reviewed samples which may be used in the Work are indicated in individual specification sections. G. Samples will not be used for testing purposes unless specifically stated in the specification section. 1.8 TEST REPORTS A. Submit for the Owner's Representative knowledge as contract administrator or for the Owner. B. Submit test reports for information for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents. 1.9 CERTIFICATES A. Submit a copy of the Certified Industrial Hygienist (CIH). 1.10 CONTRACTOR'S FIELD REPORTS A. Maintain and submit daily logs for this project during the application of payment and c upon request from the Owner's Representative. 1.11 ERECTION DRAWINGS A. Submit certified shop drawings of the Shroud and support design by a Registered Professional Engineer to the Owner's Representative for review and approval. 1.12 WORK PROGRESS PHOTOGRAPHS A. Each month submit photographs with Application for Payment. B. Photographs: Two prints; color, matte, and 8 x 10 inch size. r r 1 City of Lubbock, Painting Concrete Tanks 01300 - 4 C. Take two site photographs from differing directions and three interior photographs of indicating the relative progress of the Work, five days maximum prior to submitting. D. Identify photographs with date, time, orientation, and project identification. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION City of Lubbock, Painting Concrete Tanks 7 01500 - 1 r- SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 GENERAL 1.1 SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, heat, ventilation, telephone service, water, and sanitary facilities. B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities: Access roads, parking, progress cleaning, project signage, and temporary buildings. 1.2 TEMPORARY ELECTRICITY A. Owner will pay cost of energy used. Contractor will provide all the necessary connections and feeders, and connect to the Owner's existing power service. Do not disrupt Owner's use of service. Exercise measures to conserve energy. B. Provide temporary electric feeder from existing electrical service at the site. Do not disrupt Owner's use of service. C. Complement existing power service capacity and characteristics as required. D. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required. Provide flexible power cords as required. E. Provide main service disconnect and over -current protection at convenient location. F. Permanent convenience receptacles may not be utilized during construction. G. Provide adequate distribution equipment, wiring, and outlets to provide single phase branch circuits for power and lighting. 1.3 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES A. Provide and maintain sufficient lighting for inside and outside the shrouded area to meet O.S.H.A. requirements. B. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. C. Maintain lighting and provide routine repairs. D. Permanent building lighting may not be utilized during construction. l: City of Lubbock, Painting Concrete Tanks 01500 - 2 1.4 TEMPORARY VENTILATION SYSTEM A. Provide and pay for ventilation system to meet the requirements of 29 C.F.R. 1910 and 1926 - OSHA rules and regulations, and produce the following conditions: 1. Necessary air movements. 2. Negative air pressure. _ 3. Visibility inside containment area. 4. Optimal environmental controlled conditions inside the containment regardless of outside conditions. B. Owner will pay cost of energy used. Exercise measures to conserve energy. C. Prior to operation of permanent equipment for temporary heating purposes, verify that installation is approved for operation, equipment is lubricated and filters are in place. Provide and pay for operation, maintenance, and regular replacement of filters and wom or consumed parts. D. Maintain minimum ambient temperature of 50 degrees F in the containment area. 1.5 TEMPORARY DECONTAMINATION AREA — A. The entrance to the shrouded area will also be used as the exit. B. A decontamination area will be designated for workers exiting the shrouded area. C. Workers will be required to be vacuumed of all possible lead containing dust in the decontamination area before they are allowed to exit the shrouded area. D. All the dust collected will be properly disposed off along with the rest of the waste generated in this project. 1.6 TELEPHONE SERVICE A. Provide, maintain, and pay for telephone service to field office at time of project mobilization. 1.7 FACSIMILE SERVICE A. This will be optional and at the discretion of the Contractor. 1.8 TEMPORARY WATER SERVICE A. Connect to existing water source for construction operations at time of project _ mobilization. Provide temporary back flow preventer to the existing water source. B. Owner will pay cost of water used. Exercise measures to conserve water. 1.9 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Do not discharge into the City sanitary sewer system. B. Provide washing facilities in accordance with 29CFR 1926.51. City of Lubbock, Painting Concrete Tanks I 01500 - 3 1.10 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas, and to protect existing facilities and adjacent properties from contamination of lead based paint debris. B. Provide suitable tarp for the protection for grass and plants from lead based paint debris. 1.11 FENCING A. Construction: Contractor's option on the type of fence to be used. Security is the full responsibility of the Contractor. B. If adequate fencing does not exist the Contractor shall provide 6 foot high fence around construction site; equip with vehicular and pedestrian gates with locks. 1.12 WATER CONTROL A. Protect site from running water. Provide water barriers as required to protect site from runoff. 1.13 SECURITY A. Provide security and facilities to protect Work, and existing facilities, and Owner's operations from unauthorized entry, vandalism, or theft. B. Coordinate with Owner's security program. 1.14 ACCESS ROADS A. Contractor shall determine if any access roads are necessary before submitting their bids. B. Upon the determination that access roads are necessary: 1. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. 2. Extend and relocate as Work progress requires. 3. Provide detours necessary for unimpeded traffic flow. 4. Provide and maintain access to fire hydrants, free of obstructions. 5. Provide means of removing mud from vehicle wheels before entering streets. 1.15 PARKING A. Construct temporary gravel surface parking areas to accommodate construction personnel. B. When site space is not adequate, provide additional off -site parking. 1.16 PROGRESS CLEANING AND WASTE REMOVAL A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. 7 L City of Lubbock, Painting Concrete Tanks r, 01500 - 4 B. Broom and vacuum clean interior areas prior to start of surface finishing, and continue clearing to eliminate dust. C. All the collected waste materials, debris, and rubbish shall be collected in designated containers for hazardous waste. 1.17 PROTECT IDENTIFICATION A. Provide 6 feet wide x 6 feet high project sign of exterior grade plywood and wood frame construction, painted, with exhibit lettering by professional sign painter or die cut vinyl self-adhesive letters with the following wording: Repainting Concrete Tanks Keep Out (in red) Authorized Personnel Only For information, please call: Lubbock Water Utilities (806) 767 - 2351 B. Erect on site at four sides of the fenced area. Do not erect signs on the fence. Construct temporary post for these signs. C. No other signs are allowed without Owner's Representative except those required by law. 1.18 FIELD OFFICES AND SHEDS A. Office: Weather tight, with lighting, electrical outlets, heating, cooling and ventilating equipment, and equipped with sturdy furniture drawing rack, and drawing display table. B. Provide space for Project meetings, with table and chairs to accommodate 6 persons. C. Provide separate lunch room away from containment area. D. Locate offices and sheds at furthest distance from containment area. 1.19 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Substantial -- Completion inspection. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing and permanent facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. City of Lubbock, Painting Concrete Tanks 01500 - 5 PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION City of Lubbock, Painting Concrete Tanks T` ,�A0I�IN PART 1 GENERAL 1.1 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Project record documents. D. Warranties and bonds. SECTION 01700 CONTRACT CLOSEOUT 1.2 RELATED SECTIONS A. Section 09900 - Removal and disposal of paint containing lead. AN 1.3 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has l" been inspected, and that Work is complete in accordance with Contract Documents and ready for Owner's Representative review. r B. Provide submittals to Owner's Representative that are required by governing or other E authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. b. D. Submit Contractor's Affidavit that all subcontractors and suppliers has been paid in full r before submitting application for final payment. 1.4 FINAL CLEANING A. Execute final cleaning prior to final project inspection. k B. Test the waste, abrasive blast medium, paint debris, surplus materials, rubbish, and f remove and disposal them according to TNRCC and EPA rules and regulations. 1.5 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Specifications. a 2. Addenda. ► 3. Change Orders and other modifications to the Contract. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. City of Lubbock, Painting Concrete Tanks i, 01700 - 2 D. Record information concurrent with construction progress. 1.6 A. IE HAZARDOUS WASTE RECORD KEEPING Submit to the Owner's Representative a complete set of the original and a copy of the duplicate of the `manifest' for hazardous waste together with the application for final payment. Conform to all the record keeping requirements in Closure Guidance Document No. 7 Removal of Paint Containing Lead or Other Hazardous Constituents. A copy of this document can be obtained from T'NRCC Reaion 2 Office. C. The following information on the waste generated to be disposed off will be typewritten and provided to the Owner's Representative: i. Dates. ii. Quantities generated. iii. Description, character and classification. iv. Methods of storage, processing and disposal. V. Quantity shipped off -site, - name, address and location of transporter and disposal facility. 1.7 WARRANTIES AND BONDS A. Provide duplicate notarized copies. B. Execute and assemble transferable warranty documents from Subcontractors, suppliers, —' and manufacturers. C. Provide Table of Contents and assemble in three D side ring binder with durable plastic cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within 10 days after acceptance, listing date of acceptance as start of warranty period. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION City of Lubbock, Painting Concrete Tanks l 09900 - 1 I r SECTION 09900 REMOVAL AND DISPOSAL OF PAINT CONTAINING LEAD PART 1-GENERAL 1.1 SECTION INCLUDES A. Work to be performed by the Contractor: 1. furnishing all supervision, labor, supplies, safety and monitoring devices, materials, tools and equipment necessary to handle, remove and contain potential existing hazardous waste materials such as lead -based paint and residual sludge (if applicable) to be hauled away and disposed of at an EPA -approved landfill or recycling plant. 2. preparing all permits and notifications required as specified herein. 1.2 RELATED SECTIONS A. Section 01010 - Summary of Work. B. Section 01300 - Submittals. C. Section 09905 - Coating Specification for Steel Tanks. 1.3 REFERENCES The publications listed below form a part of this specification to the extent referenced. A. Code of Federal Regulations (CFR): 1. 29 CFR 1910.134 Respiratory Protection 2. 29 CFR 1910.1025 Lead, General Industry 3. 29 CFR 1910.94 Ventilation 4. 29 CFR 1910.145 Specifications for Accident Prevention Signs & Tags 5. 29 CFR 1910.146 Permit Required Confined Spaces 6. 29 CFR 1926 Safety and Health Regulation for Construction 7. 29 CFR 1926.33 Acess to Employee Exposure and Medical Records 8. 29 CFR 1926.51 Sanitation 9. 29 CFR 1926.59 Hazard Communication 10. 29 CFR 1926.62 Lead 11. 29 CFR 1926.103 Respiratory Protection 12. 29 CFR 1926.451 Scaffolding 13. 29 CFR 1926.501-503 Fall Protection 14. 40 CFR, Part 50 National Ambient Air Quality 15. 40 CFR 261 Identification and Listing of Hazardous Waste City of Lubbock, Painting Concrete Tanks L91 F 16. 40 CFR 262 17. 40 CFR 263 18. 40 CFR 265 19. 40 CFR 262.12 20. 40 CFR 268.7 & 40 CFR 268.9 21. 40 CFR 262.20-23 22. 40 CFR 262.30-33 23. 40 CFR 265, Subparts I and J 24. 40 CFR 265.16 & 40 CFR 262.34 25. 40 CFR 262.40-44 09900 - 2 Standards Applicable to Generators of Hazardous Waste Standards Applicable to Transporters of Hazardous Waste Interim Status Standards for Owners and Operators of Hazardous Waste Treatment, Storage and Disposal Facilities EPA Identification Number Notification and Certification Manifesting the Waste Packaging and Labeling Requirements Container and Closure Requirements Contingency Plan and Training Recordkeeping and Reporting American National Standards Institute (ANSI) Publications: Z88.2.80 Practice for Respiratory Protection Department of Transportation (DOT): 49 CFR 178.115-118 55 Gallon Open Head Steel Drum (Cover #17C) U.S. Department of Labor, Occupational, Safety and Health Administration (OSHA): Publication 3126 Working With Lead in Construction Industry U.S. Environment Protection Agency (USEPA) Method 3050 Acid Digestion of Sediments, Sludges, and Soils. G. Texas natural Resource Conservation Commision (TNRCC): 1. Regulation 1 - 31 TAC Chapter I I I Control of Air Pollution From Visible Emission and Particulate Matter. 2. Closure Guidance Document No. 7 Removal of Paint Containing Lead or Other Hazardous Constituents. 1.4 SUBMITTALS A. Submit written notification as required by 30 TAC Chapter I I I - Regulation 1 Section 135, Control Requirements for Surfaces with Coatings Containing Lead to: Texas Natural Resource Conseration Commision Region 2, Air Program 4630 50th Street Suite 600 Lubbock, TX 79414-3509 the following information and provide a copy of this notification to Owner's Representative: 1. The location of the tank. 2. The name of the abrasive blasting company. City of Lubbock, Painting Concrete Tanks T 09900 - 3 3. The weight percent of lead in the coating. 4. A detail -specific plan of the removal, transport, disposal and permanent storage of lead paint which conforms to all Federal, State and local rules and regulation. k 5. A detail -specific plan from the Certified Industrial Hygienist for the monitoring the lead level. r 6. 1 The containment systems (shroud and support system), and the negative air ventilation where applicable. 7. The expected hours of operation and scheduled start and finish dates. 8. Type of temporary storage with liner and cover for hazardous waste. 9. A detail -specific plan to profile analysis the waste to determine the waste POW classification which include sample collection, laboratory analysis, and profile paperwork. 1.5 CONTAINMENT SYSTEM A The containment system shall consist of shroud and support, mechanisms for conveying debris, and ventilation system. B. The shroud and support system shall be designed to meet TNRCC, OSHA and EPA rules and regulations. 1. The joints and seams of the shroud must be fully sealed to prevent any release into the atmosphere. No release shall be permitted. Contractor shall be responsible for all the cleanup cost associated with the release. 2. Entryways into the containment consist of fully sealed entryways with air locks, reclosable doorways, or the use of overlapping door traps. Two stages air lock attached to the containment consist of 2 room or vestibules. The innermost vestibule of the air lock shall contain vacuuming equipment equiped with HEPA filters for the removal of contaminated dust and debris from the workers' clothes. Workers exit through the second vestibule which keeps dust and debris within containment from passing through to the outside. The room shall be maintained under negative air pressure. 3. Containment ceiling and floor must be approved by TNRCC Region 2 office. C. Ventilation system component shall include exhaust hood or enclosure, ductwork, air cleaning device, fan, and discharge stack. Contractor shall be responsible for designing sufficient make-up (supply) air, air flow, air pressure inside the containment, and air movement inside the containment. The designed ventilation shall utilize negative air pressure with sufficient air flow through the work area to carry dust away. 1.6 REMOVAL AND DISPOSAL A. Definitions: J 1. Area Monitoring: Sampling of lead concentrations within the lead control area and outside the lead control area which is representative of the airborne lead concentrations which may reach the breathing zone of personnel potentially exposed to lead. R City of Lubbock, Painting Concrete Tanks J,,t 09900 - 4 2. Lead: "Lead" means the metallic lead, inorganic lead compounds, and organic lead soaps. 3. Lead Control Area: An area where lead containing paint removal operations are performed which is isolated by physical boundaries to prevent unauthorized entry of personnel, and where lead -in -air measurements are taken at the boundary for monitoring of compliance with environmental regulations. Barriers to prevent the spread of lead dust, paint chips, or debris may be located at or within the boundaries of the lead control area. 4. Lead Permissible Exposure Limit (PEL): The limit is 50 micrograms per cubic meter of air as an 8 hour time weighted average as determined by 29 CFR 1910.1025. 5. Action Level: Employee exposure, without regard to the use of respirators, to an airborne concentration of lead of 30 micrograms per cubic meter or air averaged over an 9 hour period. 6. High Efficiency Particulate Air (HEPA) Filter Equipment: HEPA filtered vacuuming equipment with a UL 586 filter system capable of collecting and retaining lead containing paint dust. 7. Personal Monitoring: Sampling of lead concentrations within the breathing zone of an employee to determine the 8 hour time weighted average concentration in accordance with 29 CFR 1910.1025. The samples shall be representative of the employee's work tasks. The breathing zone shall be considered an area within 12 inches of the nose or mouth of an employee. 8. 8-Hour Time Weighted Average (TWA): The 8 hour TWA is the airborne concentration of lead averaged over an 8 hour workday to which an employee is exposed. B. Description of Work: The work covered by this section includes procedures and equipment required to remove the lead containing paint or protective coatings and to limit occupational and environmental exposure to lead when lead containing paint is removed. The work includes the disposal of the removed paint chips, abrasive media and associated waste. Perform work in accordance with 29 CFR 1910.1025 and the requirements specified herein. C. Waste Disposal: Waste materials and debris resulting from paint removal work shall be disposed of as specified herein by the Contractor. City of Lubbock, Painting Concrete Tanks 1••11 No waste stabilization will be allowed to be performed on project site. Waste stabilization shall be performed by and at the permanent Storage, Treatment and Disposal (STD) facility. D. Protection of Existing Work to Remain: Perform paint removal work without damage or contamination of adjacent areas. Where such work is damaged or contaminated, restore work to original condition or better. E. Medical Examinations: Before exposure to lead containing dust, the Contractor shall provide workers with a comprehensive medical examination as required by 29 CFR 1910.1025. The contractor shall establish the lead level in the blood for all employees involed with this project. 1. Medical Records: Maintain complete and accurate records of employee's medical records for a period of 40 years, or for 20 years after termination of employment, whichever is longer. F. Training: 1. The contractor shall be responsible for training all the employees according to the ' provisions of Tittle X - Residential Lead Based Paint Hazard Reduction Act of 1992. 2. Within one year prior to assignment to lead paint removal work, each employee shall be instructed for a minimum of 4 hours by a Certified Industrial Hygienist (CIH) with regard to the hazards of lead, safety, and health precautions; the use and requirements for protective clothing, equipment , and respirators; and the additional requirements of 29 CFR 1910.1025. Furnish each employee required to wear a negative pressure respirator with a respirator fit test administered by the CIH as required by 29 CFR 1910.1025. Fully cover engineering and other hazard control techniques and procedures. Submit certificates signed and dated by the CIH and by each employee that the employee has received training for a minimum of four hours. G. Respiratory Protection Program: r* The Contractor shall establish and implement a respiratory protection program as P required by ANSI Z88.2, 29 CFR 1910.134, 29 CFR 1910.1025 and 29 CFR 1926.103. t ) H. Monitoring: The Contractor shall measure and control lead dust outside of the work boundary but within the project site to less than 30 ug/m3 (micrograms/cubic meter) at all times. In rl City of Lubbock, Painting Concrete Tanks 1••11 ., addition, the controlled work area within the project site shall meet this criteria prior to release for unrestricted access. I. Safety and Health Compliance: In addition to the detailed requirements of this specification, the Contractor shall comply with all laws, ordinances, rules, and regulations of federal, state, and local authorities regarding handling, storing, transporting, and disposing of lead waste materials. The Contractor shall comply with the applicable requirements of the current issues of 29 CFR 1910.1025. J. Signs: The Contractor shall post the following warring signs in each work area where the PEL is exceeded for airborne lead. WARNING LEAD WORK AREA POISON NO SMOKING OR EATING (Note: This legend shall be readily visible) 1.7 WORKER PROTECTION OSHA requirements for protection of workers shall be in accordance with 29 CFR 1926.62. A. A written program addressing compliance with each of the items below shall be provided. Analysis of air monitoring filters shall be performed by an AIHA accredited laboratory for metal analysis. Blood lead testing shall be conducted by an OSHA approved laboratory. B. Protective work clothing and equipment must be provided by Contractor. No street clothing will be allowed in regulated areas. C. Hygiene facilities and practices will include daily showering when leaving the regulated area. D. Employee information and training will note the content of Chromium in the paint to be removed. 1.8 PROPERTY PROTECTION A. Contractor shall be aware of surrounding residences and commercial business or building in the vicinity of the tanks. Extreme care should be used in protecting building and vehicles from falling debris, chemicals, abrasive blast medium, paint, water or any materials which might cause damage or contamination. City of Lubbock, Painting Concrete Tanks 09900 - 7 B. Notify Owner's Representative of any damage or contamination as a result of this job to the Owner's Representative. Contractor shall immediately correct any damage to the r-' property to the satisfaction of property owner. Payment shall be witheld in the amount of any claims untill such time the claim are satisfied. Pak k C. Visible Emission: No emission will be allowed on the project. Project shall shut down immediately until corrections to the containment are made. Visible emisions shall be determined in accordance with SSPC Guide 6 (CON), Method A, General Surveillance 4 and shall not exceed Level 0 Emissions. D. When visible emissions are noted they will be photograph by a camera able to record date and time. E. If visual emissions occur that are too brief to photographed, time and date of visual emissions will be recordrd and project shut down. C+ F. Project will shut down until reason for visible emission is determined and corrective actions are taken. G. Contractor will not receive additional contract time or compensation if shut down is due to visible emissions. H. No increase in total lead content on the ground (soil) within the jobsite and the monitored area will be allowed between pre -project concentration and post project concentration. 1.9 REQUIRED SUBMITTALS The Contractor shall submit to the Owner the following for approval prior to commence any paint removal work. A. Documentation: Documentation evidencing experience of a minimum of two years in the lead control, j removal and abatement industry. A detailed listing of previously completed projects may be accepted in Iieu of a certification where such is not required by federal, state and local authorities. It is further required that all personnel engaged in the removal of hazardous lead contaminants must show proof of at least six (6) months experience in this line of work. B. Manufacturer's Certificates of Compliance: 1. Vacuum Filters 2. Respirators 7! City of Lubbock, Painting Concrete Tanks ! l: 09900 - 8 C. Manufacturer's Catalog Data: 1. Vacuum Equipment 2. Respirators 3. Power Tool Cleaning Equipment D. Lead Containing Paint Removal Plan: Submit a detailed job -specific plan of the work procedures to be used in the removal of lead containing paint. The plan shall be prepared by the Contractor's representative who will supervise and direct the paint removal operation and shall be reviewed by the CIH for conformance to the applicable referenced standards. The CIH shall note approval with signature, date and the CIH sequencing of related work, coordination with surface preparation and coating application work, disposal plan, air sampling plan, respirators, protective equipment, and a detailed description of the method used in order to remove paint and to control pollution. The air sampling portion of the plan shall include air sampling, training and strategy, sampling methodology, frequency and duration of sampling. The plan shall be approved prior to the start of paint removal work. Prior to beginning work, the Contractor and CIH shall meet with the Owner's Representative to discuss in detail the lead containing paint removal plan, including work procedures and precautions. E. Certified Industrial Hygienist (CIH): Retain an independent CIH technician under the supervision of the CIH to be onsite for the duration of the entire project. The C1H shall brief the Owner's Representative daily on his/her findings. Notify the Owner's Representative immediately when the Contractor is not in compliance with the Federal, State and local rules and regulation. CIH must be onsite during; the initial setup of the monitoring process of the lead abatement process. Submit the name, address, and telephone number of the CIH selected to review and approve the lead containing plan, indirect monitoring, inspection of the lead containing paint removal work for conformance with the approved removal plan, and perform training. Submit certification that the CIH is certified by the American Board of Industrial Hygiene in comprehensive practice. Include certification number and date. F. Testing Laboratory: Submit the name, address and telephone number of the testing laboratory selected to perform the gathering of all on-site/off-site samples, all on-site/off-site testing (as required), and reporting of all airborne concentrations of lead along with certification that persons doing the analysis have been judged proficient by successful participation within the last year in the National Institute for Occupational Safety and Health (NIOSH) Proficiency Analytical Testing (PAT) Program. The laboratory shall be accredited by the American Industrial Hygiene Association (AIHA). City of Lubbock, Painting Concrete Tanks 1••11 • r 8 t Submit the name, address and telephone number of the testing laboratory selected (if different) to perform all hazardous waste testing on the paint residue and chips, and the soil as required. Note: The Contractor shall not gather or obtain any samples required to be tested unless prior approval is obtained in writing from the Owner, and then, only obtained in the presence of the Owner's Project Representative. G. Permits and Notifications: Permits and EPA identification numbers in accordance with 40 CFR 262, 263, and 264 concerning the containment, generation, removal, hauling and disposal of hazardous waste shall be the complete responsibility of the Contractor and all regulations regarding the packaging and containment will be strictly adhered to. 1. TNRCC Air Program: Comply with 30 TAC Chapter 111- Regulation 1 Section 135, Control Requirements for Surfaces with Coatings Containing Lead. The Contractor shall contact the TNRCC Air Program, Region 2 Office at 4630 50th Street, Suite 600, Lubbock, Texas 79414, (806) 796 - 7092 to ensure that all precautions are taken and that proper notification (i.e. forms, permits, etc.) is provided at least 10 calendar days prior to commencement of work. 2. TNRCC Water Program: The Contractor shall contact the TNRCC Water Program Region 2 Office at 4630 50th Street, Suite 600, Lubbock, Texas 79414, (806) 796 - 7092 to ensure that all precautions are taken and that proper notification is provided at least one 10 calendar days prior to commencement of work. 3. Texas Department of Health: The Contractor shall contact the Texas Department of Health, Bureau of Solid Waste Management at 1100 W. 49th Street, Austin, Texas 78756, (512)458-7271 to ensure that all precautions are taken and that proper notification is provided at least 10 calendar days prior to commencement of work. H. Monitoring Results: Monitoring shall be completed and the results reviewed by the CIH within 24 hours of the initial removal operation. The CIH shall notify the Contractor and the Owner'r Representative immediately of exposure to lead at or in excess of the action level (AL) of 30 micrograms per cubic meter of air at the boundary areas. Submit monitoring results to the Owner's Representative within 3 working days, signed by the I testing laboratory employee performing the analysis. City of Lubbock, Painting Concrete Tanks 09900 - 10 I. Rental Equipment: If rental equipment is to be used during lead containing paint handling and disposal, furnish written notification to the rental agency concerning the intended use of the _ equipment and certify that the equipment is not contaminated with hazardous waste. Contractor must certify all rental equipment has been decontaminated when necessary before leaving the job site. r 1. Respiratory Protection Program: ANSI Z88.2, 29 CFR 1910.134, 29 CFR 1910.1025, 29 CFR 1910.146 and 29 CFR 1926.103. 2.0 EXECUTION 2.1 EQUIPMENT A. Respirators: The Contractor shall select respirators approved by the National Institute for Occupational Safety and Health (NIOSH), Department of Health and Human Services, for use in atmospheres containing lead dust. Respirators shall comply with the requirements of 29 CFR 1910.1025. B. Special Clothing: The Contractor shall furnish personnel exposed to lead containing dust with disposable protective whole body clothing, head covering, gloves and foot coverings. The Contractor shall also furnish disposable plastic or rubber gloves to protect hands. The level of protection can only be reduced after approval from the CIH. C. Warning Signs and Labels: Warning signs shall be provided at all approaches to the lead control areas. Locate signs at such a distance that personnel may read the sign and take the necessary precautions before entering the area. Provide and affix labels to impermeable bags, lead waste drums, and other containers containing lead materials, scrap, waste or debris. Signs and labels shall comply with the requirements of 29 CFR 1910.1025. D. Tools: Filters on vacuums shall be absolute HEPA filters and UL 586 labeled. E. Equipment: City of Lubbock, Painting Concrete Tanks 09900 - 11 Furnish the Owner's Representative with complete sets of personal protective equipment upon request, for entry to and inspection of the paint removal work within the lead controlled area. The personal protective equipment shall include respirators and disposable whole body coveralls. The quantity shall not exceed one set daily. 2.2 WORK PROCEDURES The Contractor shall perform removal of lead containing paint in accordance with 29 CFR 1910.1025 and as specified herein. Personnel shall wear and use protective clothing and equipment as specified herein. Eating, smoking or drinking is not permitted in the lead control area. No one shall be permitted in the lead control area unless they are provided with appropriate training and protective equipment. A. Lead Control Area Requirements: The Contractor shall establish a lead control area by roping off the area. Provide containment as required to maintain the airborne concentration of lead below 30 micrograms per cubic meter at the boundaries. During the paint removal operation, should the employees need to exit the controlled area, they shall be required to remove their disposable coveralls, place them in an approved impermeable disposable bag, and then exit the area such that no lead contamination leaves the lead control area on the bodies or clothing of those persons. Take personal air monitoring samples on employees that are anticipated to have the greatest risk of exposure as determined by the CIH. Take air monitoring samples on at least 25 percent of the work crem, or a minimum of two employees, whichever is greater, during each work shift. B. Monitoring: Monitoring of airborne concentrations of lead shall be in accordance with 29 CFR 1910.1025 and as specified herein. One Total Suspended Particulate (TSP) Monitor ,� shall be located near the mobile home park for the ground storage tank at Low rill Head B Pump Station in addition to the personal monitoring filter cassettes and ' pump. The safety and security of the TSP monitor will be the responsibility of the Contractor. Air monitoring and reporting shall be performed by a CIH or a full-time employee of the Contractor who is under the direction of the CIH. The Owner shall have the option to perform independent monitoring. Monitoring During Paint Removal Work: The CEWContractor shall perform personnel and area monitoring during the entire paint removal operation. If the boundary air monitoring samples show airborne concentrations have reached 30 micrograms per cubic meter of air, the work shall be stopped, the condition that caused the increase corrected, and the Owner's Representative shall be notified immediately. If adjacent areas are contaminated, the contaminated areas shall be cleaned and visually inspected. The CUPContractor shall certify that the area has been cleaned of lead contamination prior to release of this requirement. City of Lubbock, Painting Concrete Tanks 09900 - 12 C. Site Inspection: While performing paint removal work, the Contractor shall be subjected to on -site inspection by the Owner's Representative, who may be assisted by safety and health _ personnel. If the work is in violation of Contract Specification requirements, the Owner's Representative will issue a stop work order to be in effect immediately until the violation is resolved. D. Paint Removal: The Contractor shall select the paint removal process indicated herein to minimize contamination of work areas with lead containing dust. Minimize the discharge of dust to the atmosphere. Perform mechanical paint removal using containment enclosures, or other methods of dust abatement (if required). Collect paint residue and chips. For ground protection use protective sheeting of .6 mil polyethylene, tightly secured at perimeter with duct tape to prevent contact of lead contaminated paint chips and residue with the ground or escape of debris to the environment. The following methods of removal shall be utilized for the removal of lead or hazardous metals containing paints. 1. Power Tool Stripping Removal Systems: The VAC -PAC, or approved equal, an ultra -high performance vacuum system as designed by PENTEK, INC. (1026 Fourth Avenue, Coraopolis, PA 5108, (412) 262-0725 offers a two -stage positive filtration of toxic materials. The system shall be demonstrated to the Owner's Representative prior to approval. The system shall be compact, and feature an exclusive controlled seal drum fill system which allows the operator to fill, seal, remove and replace the waste drum under controlled vacuum conditions. This will assure positive control of waste and dust, and minimize the possibility of releasing airborne contamination during drum changing operations. This information is provided for convenience and is not intended to be a proprietary specification. The Abrasive Vacuum Blast System shall be fully pneumatic with a media recovery and separation system, capable of recycling the abrasive (aluminum oxide, steel shot, steel grit, etc. except for the prohibited use of sand that contains crystalline silica) and depositing the waste in a sealed drum. The compressed air shall provide dry, clean air to the blasting equipment such that the abrasive media will be dispensed in a uniform and consistent stream onto the exterior and interior surfaces being blasted. The Abrasive Blast System shall be fully pneumatic, providing dry, clean compressed air and dispensing the clean abrasive in a uniform and consistent stream onto the interior surfaces only. This system shall not be used to remove lead paint from the exterior surfaces of the tank. No sand shall be used for sand blasting. City of Lubbock, Painting Concrete Tanks i 09900 - 13 A Wet Abrasive Blast Cleaning System shall utilized compressed air to popel abrasive against the surface. Water is injected into the abrasive stream either before or after the abrasive exits the nozzle. The abrasive, paint debris, and water are collected for disposal. No water soluble abrasive will be allowed. No sand shall be used for sand blasting. These methods of removal shall be accomplished in accordance with all sections of this specification. 2. Chemical Stripping Removal System: The Peel-Awgy Paint Remover System, or approved equal, as manufactured by Dumond Chemicals, Inc., Houston, Texas (800) 245-1191, is an environmentally safe product which is suited for removing lead paint from a variety of surfaces (i.e.. cast iron, concrete, steel, brick, etc.). This product will assure positive control of waste and dust with no fumes and no flammable solvents (Peel -Away I System). This product does not remove rust and scale or generate airborne particulate. a. The manufacturer of the chemical stripper removal system shall provide the services of a qualified technical on -site representative to instruct the Contractor in the proper techniques for protective clothing, application and removal of the product to be used. b. Prior to use, the Contractor shall have the appropriate chemical stripper applied at various locations on the tank surfaces as test patches. These patches will determine thickness of application, reaction time and the proper product to use (if required). The Owner's Representative shall be notified at least 48 hours prior to performing these test patches. C. The Contractor shall install tarps or similar materials on the ground surface immediately under and adjacent to the area of the tank where the chemical stripper will be applied and removed. The tarps shall be watertight so as to completely contain any excess liquids from applications to or rinsing of the tank surfaces. The tarps shall extend a minimum of 20 feet out beyond the perimeter of the tank. d. The chemical stripper shall be sprayed onto the tank surfaces utilizing a spray rig designed to apply heavy, mastic type materials. The thickness shall vary between a minimum of 1/8 inch to 1/4 inch, however the test patches will dictate the actual thickness to use. e. After the manufacturer's recommended reaction time is complete, the chemical stripper and the reacted paint coatings shall be removed with a broad knife, a large commercial wet/dry power vacuum, or the Peel -Away filtered vacuum system. The Contractor shall remove the entire paint coating on the tank surfaces including all residue prior to the clean-up 7 City of Lubbock, Painting Concrete Tanks r- 09900 - 14 procedure by scraping, brushing, or wet power vacuuming. Special attention shall be paid to grooves and cracks. All waste products of the chemical _ stripper removal system shall be deposited into containers of 55 gallon drums furnished at the site by the Contractor. - f. The Contractor shall use pH paper to check the bare metal tank surfaces to assure the tank surfaces have been properly cleaned and neutralized. The pH shall be 7.0 (greenish) or greater. The surfaces may be flushed with water or a neutralizing agent to achieve the proper pH. This method of removal shall be accomplished in accordance with the applicable sections of this specification and as follows: Provide five (5) copies of the technical data sheets for the chemical stripper used including the manufacturers name, address and phone number, product description, basic use, limitations, precautions, shelf life, known environmental hazards and recommended application methods. E. Temporary Storage of Waste: Temporary storage must conform to 40 CFR 265, Subpart I - Use and Management of Containers and Subpart J - Tank Systems for Submit to the Owner's Representative the type of containers and its origin. Certify that the containers is free of hazardous waste. All the waste generated from this project will be stored in a lined container. Contractor shall maintain records on waste generated. The record keeping and reporting must conform to 40 CFR 262.40 through 262.44 and daily record shall also contain the following: 1. Description of the waste. 2. Date it was generated. 3. Contractor's representative signature for verification. Each container shall have hard top covers to keep rain water off the container and any loss of waste due to wind. Upon determination that the waste is hazardous, the Contractor shall properly dispose all hazardous waste that has been generated from blasting operation within two weeks from the date the blasting operation ended. No hazardous waste or any other waste will be allowed to be transported from the tank location that has the blasting operation completed to a new tank location. All the hazardous waste from each tank location must be transported for final disposal only. F. Selection and Removal of Representative Samples: Conform to EPA SW 846 in the selection and removal of representative samples. Submit to the Owner's Representative and TNRCC for approval the sampling procedures that will be used for the entire project. Include the following steps for composite sampling when using lined containers. A composite sample must be representative of the different layers of waste in the container. Contractor must explain in detail the method of composite sampling in their submittals for approval. City of Lubbock, Painting Concrete Tanks ' 09900 - 15 G. Testing of Contaminated Paint Residue: The selected Testing Laboratory shall test the composite sample for lead, cadmium, and chromium in accordance with 40 CFR 261 and 30TAC 335 to determine if any of the contaminants exhibit or exceed the maximum concentration of contaminants for toxicity characteristics. Use Toxicity Characteristic Leaching Procedure (TCLP), test Method 1311 in Test Method for Evaluating Solid Waste, Physical/Chemical Methods, EPA Publication SW-846, as incorporated by CFR 260.11. If using "power tool cleaning" or "abrasive blasting" equipment, and the Toxicity Characteristic Leaching Procedure with Solvents Testing if using a "chemical stripper removal system". Table 1 of 40 CFR 261.24 and 30 TAC 335.160 shall be used to determine the maximum concentration of contaminants for toxicity characteristic. Contaminant Regulatory Level (mg/1) Lead 5 Cadmium 1 Chromium 5 If the results of all the contaminants in each individual test is below the regulatory level, then the Contractor or Testing laboratory shall provide the resluts to the following persons or agencies: I. TNRCC Air Program (2 copies) 2. Owner (3 copies) The paint, residue, chips and spent abrasives determined to be non -hazardous waste shall be handled and disposed of in accordance with 40 applicable portions of CFR 260-266 and TNRCC Closure Guidance Document No. 7: Removal of Paint containing lead or other hazardous constituents. If any one contaminant from the results of any of the TCLP tests exhibit the regualtory level or exceeds the level they shall be considered hazardous waste due to its toxicity. Provided results to the following persons or agencies even if it is not hazardous; 4. Environmental Protection Agency (3 copies) 5. TNRCC - Water Program (3 copies) 6. Owner (3 copies) r" Contaminated paint, residue, chips and spent abrasives determined to be hazardous a waste shall be handled, treated in accordance with treatment plan and disposed of in accordance with 40 CFR 260-266, TAC 335 and TNRCC Closure Guidance Document !" No. 7: Removal of Paint containing lead or other hazardous constituents. x City of Lubbock, Painting Concrete Tanks 1: 09900 - 16 F. Testing of Lead Contaminated Soil: Testing of lead contaminated soil shall be in accordance with SW 846 - EPA Manual for Test Methods. The contaminants to be tested for shall be lead, cadmium and chrommium. At the Contractor's expense, a representative sample of soil, within the tank site working area, shall be obtained and a Hazardous Waste Determination shall be performed by the selected Testing Laboratory to determine the current level (ppm) of lead in the soil (if any). Soil sampling shall be also performed by the selected Testing Laboratory prior to and after the completion of the waste removal. The samples shall be analyzed for lead, cadmium, and chrommium content using atomic absorption techniques. No increase in total lead content will be allowed between pre -project concentration and post project concentration. The Contractor/Testing Laboratory shall be responsible for restoring and retesting the site to its original condition. Six (6) representative sites (see Figure 91 included at the end of this item) shall be identified and sampled by the selected Testing Laboratory under the supervision of the Owner's Representative with the following procedure: five (5) 3/4" x 1/2" deep plugs, one from each corner and one from the middle of a 12" x 12" area of soil shall be obtained by the selected Testing Laboratory prior to the commencement of and at the completion of the paint removal operations. The samples obtained from each 12" x 12" site shall be combined as a single sample, bagged, sealed, identified and taken or shipped to the approved laboratory for analysis of lead content determining if there has been any increase in lead content of the soil. The Contractor shall be completely responsible to provide exterior containment such as ground covers or tarping (if required or necessary) to protect surrounding natural ground soils from becoming exposed to stripped or blasted waste or dust debris. If it is determined that existing ground has been exposed by operations conducted by the Contractor, it shall be the Contractor's responsibility to provide for any additional testing and analyzation reports of soil samples to determine the extent of the exposure (if any) and recommendations for rectifying the problem. The Contractor shall bear all costs associated with correcting the contaminated ground soils due to negligence, lack of containment techniques and practices, or accidental release. 2.3 CLEAN UP AND DISPOSAL A. Clean Up: The Contractor shall maintain surfaces of the lead control area free of accumulations of paint chips and dust. Restrict the spread of dust and debris; keep waste from being distributed over the general area. Do not dry sweep the area. At the end of each shift and when the paint removal operation has been completed, the area shall be clean of visible lead paint contamination. The Contractor shall certify in writing that the area City of Lubbock, Painting Concrete Tanks 09900 - 17 r,. i boundary air monitoring samples are less than 30 micrograms per cubic meter of air, the respirator protection for the employees was adequate, the work procedures were performed in accordance with 29 CFR 1910.1025, and the wipe sampling and visual inspection indicates there are no visible accumulations of lead containing paint and dust on the work site. Do not remove the lead control area or roped off perimeter and warning signs prior to the Owner's receipt of the certification. The Owner's Project Representative will visually inspect the affected surfaces for residual paint chips and accumulate dust before removal of the lead control area. Areas showing dust or residual paint chips shall be recleaned. B. Disposal of Paint and Contaminated Dust Classified as Hazardous Waste: The Contractor shall be responsible for the daily logging of all removed, contained and stored waste materials. The Contractor shall collect lead containing waste, scrap, debris, bags, containers, equipment and lead contaminated clothing which may produce airborne concentrations of lead particles and place in sealed impermeable bags. Affix a caution label to each bag. Dispose of waste lead containing material at an Environmental Protection Agency (EPA) - approved landfill. Handling, transport, and disposal of lead or lead contaminated waste shall be in accordance with 40 CFR 260, 261, 262, 263, 264 and 265. Special Note: The Waste Hauler must have adequate hazardous waste handling insurance to completely cover any accidental spillage enroute to the landfill site. C. Manifesting the Waste Contractor shall be responsible for profiling the hazardous waste which include sample collection, laboratory analysis and profile paperwork, and responsible for all the proper documentation from the generation of the waste to final disposal. Contractor must manifest all the hazardous waste generated on behalf of the Owner's Representative in accordance with 40 CFR 262.20 through 262.23. On the manifest the contractor must describe the waste, designate the facility permitted to handle the waste, and include an alternative facility. The Owner's Representative will sign the mainfest as the generator of the waste. If the waste is transferred from one transporter to another, the manifest must be signed by the next transporter to acknowledge receipt of the waste. Each of the transporter must also keep a copy. Once the facility receives the waste for disposal, the signed copy of the manifest is returned to the generator. Contractor shall submit a copy of the signed manifest from the designated facility within 30 days of the date that the waste was accepted by the initial transporter. D. Landfill: n City of Lubbock, Painting Concrete Tanks 09900 - 18 The Contractor shall submit written evidence that the landfill for disposal is approved for lead disposal by the USEPA and state or local regulatory agency. Submit detailed _ delivery tickets certifying the amount of lead materials delivered to the landfill, within 7 working days after delivery. The tickets shall show as a minimum the ticket number; the name, address and phone number of the landfill; the name, address and phone number of the waste hauler; the weight of the waste disposed; the origin of the waste; and signed by both the agent of the landfill and the driver for the waste hauler, and dated. 3.0 MEASUREMENT AND PAYMENT The lump sum prices bid in the Proposal shall include full compensation for furnishing and performing all labor, materials, tools, and equipment including doing all the work involved to safely and legally control, remove, transport and dispose of hazardous waste complete in accordance with this Specification and Contract Documents. END OF SECTION City of Lubbock, Painting Concrete Tanks y- 09906 - 1 SECTION 09906 PAINTING CONCRETE TANKS PART 1 - GENERAL 1.1 SCOPE A. The work of this section includes the coating of exterior surfaces of the tank. 1.2 RELATED SECTIONS A. Section 01010 - Summary of Work. B. Section 01300 - Submittals. C. Section 09900 - Removal and disposal of lead paint. 1.4 SUBMITTALS A Submit according to Section 01300 - Submittals: Procedures for Submittals. B. Submit the following to the Owner's Representative within 14 days of the signed contract date. 1. Manufacturer's color charts. Submittals must be approved prior to application of the of the coating system. 2. Requests for substitution shall include manufacturer's literature for each product giving name, product number, generic type, descriptive information, solids by volume, recommended dry film thickness and certified lab test reports showing results to equal the performance criteria of the products specified herein. In addition, a list of five projects shall be submitted in which each product has been used and rendered satisfactory service. 1.5 CONTRACTOR A. The Contractor shall have five years practical experience and successful history in the application of specified product to surfaces of concrete water tanks. Upon request, he shall substantiate this requirement by furnishing a list of references and job completion. 1.6 QUALITY ASSURANCE A. General: Quality assurance procedures and practices shall be utilized to monitor all phases of surface preparation, application and inspection throughout the duration of the project. City of Lubbock, Painting Concrete Tanks 09906 - 2 Procedures or practices not specifically defined herein may be utilized provided they meet recognized and accepted professional standards and are approved by the Engineer. B. Application: No coating shall be applied: When the surrounding air temperature or the temperature of the surface to be coated or painted is below the minimum surface temperature for the products specified herein; or in rain, snow, fog or mist; when the temperature is less than 50F above the dew point; when the air temperature is expected to drop below 40°F within six hours after application of coating. Dew point shall measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychrometric Tables. If the above conditions are prevalent, coating or painting shall be delayed or postponed until conditions are favorable. The day's coating or painting shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions. C. Warranty Inspection: Warranty inspection shall be conducted during the eleventh month following completion of all coating and painting work. All defective work shall be repaired in accordance with this specification and to the satisfaction of the Owner's Representative. 1.7 SAFETY AND HEALTH REQUIREMENTS A. General: In accordance with requirements set forth by regulatory agencies applicable to the construction industry and manufacturer's printed instructions and appropriate technical bulletins and manuals, the Contractor shall provide and require use of personal protective lifesaving equipment for persons working on or about the project site. B. Head and Face Protection and Respiratory Devices: Equipment shall include protective helmets which shall be worn by all persons while in the vicinity of the work. In addition, workers engaged in or near the work during sandblasting shall wear eye and face protection devices and air purifying, half mask or mouthpiece respirators with appropriate filters. Barrier creams shall be used on any exposed areas of skin. C. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall be explosion -proof. Ventilation shall reduce the concentration of air contaminants to the degree a hazard does not exist. Air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured. D. Sound Levels: Whenever the occupational noise exposure exceeds maximum allowable sound levels, the Contractor shall provide and require the use of approved ear protective devices. E. Illumination: Adequate illumination shall be provided while work is in progress, including explosion -proof lights and electrical equipment. Conform with all applicable rules and regulation from O.S.H.A. Whenever required by the Owner's Representative, the Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The level of illumination for inspection purposes shall be determined by the Owner's Representative. City of Lubbock, Painting Concrete Tanks 09906 - 3 i L F. Temporary Ladders and Scaffolding: The contractor shall hire a professional engineer registered in the State of Texas to design the all temporary ladders and scaffolding. Conform to all Federal, State, and local rules and safety requirements. They shall be erected where requested by the Owner's Representative to facilitate inspection and be moved by the Contractor to locations requested by the Owner's Representative. PART 2 - WORKMANSHIP 2.1 Workers applying the paint shall be experienced and skilled in the type of application involved and the individual in responsible charge shall be familiar with the materials and systems being used. 2.2 The contractor shall particularly require that paint suppliers and subcontractors become familiar with the entire project to assure that all surfaces which require painting receive a properly coordinated system in accordance with the plans and specifications. 2.3 The contractor shall also be responsible for preventing the application of unsuitable materials to surfaces. 2.4 Exterior surfaces preparation. All surfaces to be painted must be clean and free of all loose scale, dirt, grease, calcimine, laitance, eifloresence, oil, form release agents, curing compounds/membranes, sealers, hardeners and other contaminants. Do not apply paint over dusting or chalking surfaces. Cleaning of surfaces shall be done by scraping, wire brushing or sand blasting. Paint shall be applied only when temperature is within the Manufacturer's recommended temperature range. 2.5 The contractor is cautioned to use extreme care when applying exterior paint to prevent fall -out into adjoining property or adjacent parked cars. Any claims for damage must be settled before final payment. 2.6 Cracks - Fill hairline cracks less than 1/64 inch wide by brushing Series 156 into them prior to applying Series 156 or 157 over the entire area to be coated. Most business cards are about 1/64 inch thick. For cracks wider than 1/64 inch and/or moving cracks, gaps and expansion joints use Series 152 Tneme-Tape. Refer to Series 152 product data sheet for details. Note: use Series 156 to embed Tneme-Tape prior to topcoating with either 156 or 157. 2.7 All Surfaces - Allow new concrete, plaster, stucco and masonry to cure 14 days. Level protrusions and mortar spatter. Bare cementitious surfaces cementitious can be slightly dampened with clean water if product is drying too rapidly during application. j� 2.8 Allow new concrete to cure for 28 days. Brush-off blast. Holes, pits, voids and cracks F1 should be filled with 63-1500 Filler and Surfacer (ANSLNSF Std. 61 certified). �l City of Lubbock, Painting Concrete Tanks 09906 - 4 PART 3 - MATERIALS r 3.1 Requests for substitution shall include manufacturer's literature for each product giving name, product number, generic type, descriptive information, solids by volume, recommended dry film thickness and certified lab test reports showing results to equal the performance criteria of the products specified herein. In addition, a list of five projects shall be submitted in which each product has been used and rendered satisfactory service. 3.2 Any material savings shall be passed to the owner in the form of a contract dollar reduction. 3.3 General contractor and painting contractor shall coordinate work so as to allow sufficient time for paint to be delivered to the job site. 3.4 All materials shall be brought to jobsite in original sealed containers. They shall not be used until the Owner's Representative has inspected contents and obtained data from information on containers or label. Materials exceeding storage life recommended by the manufacturer shall be rejected. 3.5 All materials shall be delivered to the job in their original containers with labels intact and seals unbroken, and they shall be observed thus by the owner's project representative before opening. Mixing, thinning and application of the coating materials shall be in exact accordance with the manufacturer's recommendations. 3.6 The contractor shall submit, in writing, to the owner's project representative, the name of the manufacturer of the paint proposed to used, the manufacturer's recommendation for use of his paint under the specified conditions and color cards of the proposed paint for color selection by the owner. This information shall be submitted prior to ordering the paint and in ample time so as not to delay the work. 3.7 All coatings and paints shall be stored in enclosed structures to protect them from weather and excessive heat or cold. Flammable coatings or paint must be stored to conform with City, County, State and Federal safety codes for flammable coating or paint materials. At all times coatings and paints shall be protected from freezing. The exterior tank coating systems are as follows: System 1 5 million gallon ground storage tank at Pump Station No. 4 System 2 5 million gallon ground storage tank at Sandhills 2 million gallon ground storage tank at Pump Station No. 6 City of Lubbock, Painting Concrete Tanks 09906 - 5 System 3 5 million gallon ground storage tank at Low Head B System 1 : Surface Preparation: Water blast the entire surface of the tank to be coated to remove all loosely bonded coatings and other visible contaminants that could cause loss of adhesion at 3000 psi pressure at head. Rinse with clean water and allow to dry thoroughly before recoating. Allow the surface to dry before applying the coating. Patch or fill all "bug holes" or voids with Tnemec Series 130-6603 Envirofill PC as manufactured by TENEMEC Company, Inc. Prime Coat: Tnemec Series 151 - Elasto-grip @ 1-2.5 dry mils over all existing exterior coatings or about 449 mil sq. ft./gal. Finish Coat: Tnemec Series 157 - Enviro-Crete @ 6 - 9.0 dry mils over all existing exterior coatings or about 890 mil sq. ft./gal. System 2 : Surface Preparation: Water blast the entire surface of the tank to be coated to remove all coatings and other visible contaminants that could cause loss of adhesion at 3000 psi pressure at head. Rinse with clean water and allow to dry thoroughly before recoating. Allow the surface to dry before applying the sealer. Patch or fill all "bug holes" or voids with Sika Series 110 - Armatec as bonding agent and Series 122 Plus - Top as a filler. 1 st Coat: Sika Series 70 - Sikagard @ 200 sq. ft./gal System 3 : Surface Preparation: Water blast the entire surface of the tank to be coated to remove all loosely bonded coatings and other visible contaminants that could cause loss of adhesion at 3000 psi pressure at head. Water blast all chalky mineral or cementatious surfaces.. Rinse with clean water and allow to dry thoroughly before recoating. Allow the surface to dry before applying the coating. Prime the entire surface of the existing coating and new Thoroseal coating with with one coat of Thoro Primer 1000 Patch or fill all "bug holes" or voids with Thorite 400 - Architectural as manufactured by Harris Specialty Chemicals, Inc. 1 City of Lubbock, Painting Concrete Tanks �i Apply the Thoroseal on the areas where the old coating has been removed and cleaned. Apply the Thorocoat over the entire wall and dome roof of the tank. Prime Coat: Thoroseal @ 2 lbs per sq. yd or 225 sq. ft per 50 lb bag for the walls and dome roof. Apply subsequent coating untill it is uniform with the existing coating. Allow 5 to 7 days to cure before priming with Thoro Primer 1000. 2 Coats Thorocoat @ 50 sq. ft. per gal. over the walls and dome roof at 15 dry mils total. PART 4 -EXECUTION 4.1 GENERAL A. All surface preparation, coating and painting shall conform to the manufacturer's printed instructions. Material applied to the surface prior to the approval of the Owner's Representative shall be removed and re -applied to the satisfaction of the Owner's Representative at the expense of the Contractor. B. All work shall be performed by skilled craftsmen qualified to perform the required work in manner comparable with the best standards of practice. Continuity of personnel shall be coordinated with the Owner's Representative. C. The Contractor shall provide a supervisor at the work site during cleaning and application operations. The supervisor shall have the authority to sign and change orders, coordinate work and make decisions pertaining to the fulfillment of the contract. D. Dust, dirt, oil, grease or any foreign matter that will affect the adhesion or durability of the finish must be removed by washing with clean rags dipped in an approved cleaning solvent and wiped dry with clean rags. E. Coating and painting systems include surface preparation, prime coating and finish coatings. Unless otherwise approved in writing by the Owner's Representative, prime coating shall be field applied. Where prime coatings are shop applied, the Contractor shall instruct suppliers to provide the prime coat compatible with the finish coat specified. Any,- a' -site work which does not conform to this specification that is damaged during transpof ltion, construction or installation shall be thoroughly cleaned and touched up in the field as directed by the Owner's Representative. The Contractor shall use repair procedures which insure the complete protection of all adjacent primer. The specified repair method and equipment may include wire brushing, hand or power tool cleaning, or dry air blast cleaning. In order to prevent injury to surrounding painted areas, blast cleaning may require use of lower air pressure, smaller nozzle and abrasive particle sizes, or shorter blast nozzle distance from surface shielding and masking. If damage is too extensive or City of Lubbock, Painting Concrete Tanks l 09906 - 7 r" i uneconomical to touch-up, then the item shall be re -cleaned and coated as directed by the Owner's Representative. F. The Contractor's coating and painting equipment shall be designed for application of materials specified and shall be maintained in first class working condition. Compressors shall have suitable traps and filters to remove water and oils from the air. Contractor's equipment shall be subject to approval of the Owner's Representative. G. Application of the first coat shall follow immediately after surface preparation and cleaning and before rust bloom occurs. Any cleaned areas not receiving first coat within this period shall be re -cleaned prior to application of first coat. H. Prior to assembly, all surfaces made inaccessible after assembly shall be prepared as specified herein and shall receive the coating or paint system specified. I. The number of coats called for in this schedule shall be considered minimum. If more coats are required for complete coverage and uniform appearance, they shall be applied. 4.2 SURFACE PREPARATION A. All surface preparation, coating and painting shall conform to the manufacturer's printed instructions. B. Abrasive used in blast cleaning operations shall be new, washed, graded and free of contaminants that would interfere with adhesion of coating or paint and shall not be reused unless specifically approved by the Owner's Representative. C. During blast cleaning operations, caution shall be exercised to insure that existing coatings or paint are not exposed to abrasion from blast cleaning. D. The Contractor shall keep the area of his work and the surrounding environment in a clean condition. He shall not permit blasting materials to accumulate as to constitute a nuisance or hazard to the accomplishment of the work, the operation of the existing facilities, or nuisance to the surrounding environment. E. Blast cleaned surfaces shall be cleaned prior to application of specified coatings or paint. No coatings or paint shall be applied over damp or moist surfaces. 4.3 APPLICATION - GENERAL City of Lubbock, Painting Concrete Tanks 09906 - 8 A. Coating and paint application shall conform to the requirements of the Steel Structures Painting Council Paint Application Specification SSPC-PA1, latest revision, for "Shop, Field and Maintenance Painting". B. Thinning shall be permitted only as recommended by the manufacturer approved by the Owner's Representative. C. Each application of coating or paint shall be applied evenly, free of brush marks, sags, runs, no evidence of poor workmanship. Care shall be exercised to avoid lapping on glass or hardware. Coatings and paints shall be sharply cut to lines. Finished surfaces shall be free defects or blemishes. D. Protective coverings or drop cloths shall be used to protect floors, fixtures, and equipment. Care shall be exercised to prevent coatings or paints from being spattered onto surfaces which are not to be coated or painted. Report surfaces from which materials cannot be satisfactorily removed to the Owner's Representative. 4.4 CLEAN UP A. Upon completion of the work, all staging, scaffolding and containers shall be removed from the site or destroyed in a manner approved by the Owner's Representative. Coating or paint spots or oil stains upon adjacent surfaces shall be removed and the jobsite cleaned. All damage to surfaces resulting from the work of this section shall be cleaned, repaired, or refinished to the satisfaction of the Owner's Representative at no cost to the Owner. 4.5 CONCRETE REPAIRS FOR SPALLED AREAS A. Remove all loose, deteriorated concrete, dirt, oil, grease and all bonding inhibiting materials from surface. Be sure that repair is not less than 1/8 inch in depth. B. Preparation work should be done by scrabble or other appropriate mechanical means to obtain an aggregate -fracture surface with a minimum surface profile of+/- 1/16 inch. C. Saturate surface with clean water. Substrate should be saturated surface dry (SSD) with no standing water during application. D. Mortar must be scrubbed into the substrate, filling all pores and voids. E. Force material against edge of repair, working towards center. F. After filling repair, consolidate, then screed. City of Lubbock, Painting Concrete Tanks r G. Apply in multiply lift, with thickness of less than 1 inch lift. Score top surface of each lift to produce a roughed surface for the next lift. 4.6 CONCRETE REPAIRS FOR AREAS WHERE MORE THAN HALF THE THICKNESS HAS BEEN SPALLED OR DETERIORATED A. Areas where more than 1/2 the thickness of the concrete lid has deteriorated, the Contractor must use the following steps: 1. Construct wood and metal forms to match, tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finish surfaces. 2. Erect formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 301. 3. Provide bracing to ensure stability of formwork. Shore or strengthen formwork subject to overstressing by construction loads. 4. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. 5. Apply form release agent on formwork in accordance with manufacturer's recommendations. END OF SECTION City of Lubbock, Painting Concrete Tanks No Text 1 i LARIAT -------------- --"------------ - ---- ----- ---------------- ---�•�. 17 1 2 9 PROGRESS ' � 1 " MULESHOE " 269 i 290 BAILEY @6 San3hilla ORAGE RESERvt i ! 3 5) ! ! 17 .1 � 2 4 7 1 ' SUDAN I 2419 --- NEED- IRCLE MORE BACK 4 r i STEGALL BAIL MORO I s ! i AMHERST 3 �7 3 L ------- J- xi ITTLEFIELD 326 � -- Site Plan Page 2 Wall and edge:�of'the lid to be sealed SAND HILLS FLAT ROOF z Ft. STORAGE 7 Ft. RESERVO I RI Located approximately 8 miles from northwest of Sudan Page 3 Dome roof to be painted 1 8. 08Ft. 25. 08Ft. Wall to be painted �- 1 59. 8 Ft. -� SOW HEAD B Located at 3000 North Quaker Ave. Page 4 Typical Wall Section of Lowhead B Page 5 26. 5 � Dome roof to be painted 1 4.4 Wall to be painted 207. 35 Ft. -) PUMP STATION �4 Located at 202 North Interstate 27 Page 6 I 10.6Ft. FLAT ROOF Wall and edge of the lid to be sealed 14 0 Ft. PUMP STATION Located at 402 66th Street Page 7 9. 6 Ft. Analytical Results for Paint Samples Exhibit A L 4387 - 1 Composite samples of paint chips for outer wall of Pump Station No. 4 - 5 million gallon tank ground storage tank. L4387 - 2 Composite samples of paint chips on the outside wall of Low Head B - 5 million gallon ground storage tank. Exhibit B L4755 - 1 Composite samples of paint chips on the outside wall of Pump Station No. b ground storage tank. L4755 - 2 Composite samples of paint chips on the outside wall of Bailey County or Sandhills - 5 million gallon ground storage tank. 7 LUBBOCK CHRISTIAN UNIVERSITY INSTITUTE OF WATER RESEARCH 5601 19th Street • Lubbock, TX 79407 • P.O. Drawer 16051 • Lubbock, TX 79490-6051 (806) 796-8900 • 1-800-678-8901 • Fax (806) 796-8902 Receiving Date: 12/01/95 Reporting Date: 12/07/95 Project Number. NONE GIVEN Project Name: REPAINT F4 GENOA Project Location: NONE GIVEN LAB NUMBER SAMPLE ID ANALYTICAL RESULTS FOR LUBBOCK WATER UTILITIES ATTN: SOO KOON SOON 1625 13TH ST. LUBBOCK, TX 79401 Sampling Date: 12/01/95 Sample Type: PAINT CHIPS Sample Condition: Sample Received By: GREEN Analyzed By: WL Cd Cr Pb (ppm) (ppm) (ppm ) ANALYSIS DATE 12/06/95 12/06/95 12/06/95 L4387-1 PUMP STATION NO.4 <2.5 4.1 50.3 L4387-2 LOWHEAD 8 <2.5 11.1 9.2 Quality Control 0.979 0.983 1.005 True Value QC 1.000 1.000 1.000 % Accuracy 97.9 98.3 100.5 Relative Percent Difference 0 9 7.4 METHODS: EPA 600/4-91-010, 1 200.7 1 200.7 1 200.7 *sample received by this laboratory loose, not sealed In paper envelope. F We,,' �" Wei Li, Chemist Date Exhibit A PLEASE NOTE: Liability and Damages. LCUMMs tiabdity and arenrs saclusom remedy for any ctmm anaing, wted+er based in awwact at wL OW be inited to Oe amount paid by fte client for Rye analyses 4.1 warms. including those for negligence and any other cause whet wwww shall be deemed waned unless made in writing and mcoked by LCLgWR w0un thirty = days after completion of the applicable semce n no event shau LcufWR be habit for we dental or consequential damages. Mhding, wM MXA Wnitation, business intomwtlons, toss of use, or loss of pofifs ineuned by diem ib sub xhares. affiliates a successors anung out of or related to fhe performance of services hereunder by LCUrWR. regardless of wtwdw such claim is based upon any of the above -stated masons or otherwise. 4387.XLS a LUBBOCK CHRISTIAN UNIVERSITY INSTITUTE OF WATER RESEARCH 6601 19th Street • Lubbock. TX 79407 • P.O. Drawer 16051 • Lubbock, TX 79490-6051 (806) 796-8900 9 1-800-678-8901 • Fax (806) 796-8902 Receiving Date: 05/30/96 Reporting Date: 06/04/96 Project Number. NOT GIVEN Project Name: NOT GIVEN Project Location: NOT GIVEN FLAB NUMBER SAMPLE ID ANALYTICAL RESULTS FOR CITY OF LUBBOCK ATTN: SOO KOON SONG 1625 13TH STREET LUBBOCK,TX 79457 FAX TO: 806-762-W25 Sampling Date: 05/29 & 30/96 Sample Type: SOLID Sample Condition: INTACT & COOL Sample Received By. LO Analyzed By: WL ,TOTAL METALS As Ag Ba Cd Cr Pb Hg Se (ppm) (ppm) (ppm) (ppm) (ppm) (ppm) (ppm) (ppm) ANALYSIS DATE: 6/3/96 5/29/96 6/3/96 5/31/96 6/3/96 5/31/96 6/3/96 6/3/96 L4755-1 PUMP STA. #6 18 4:5.0 860 <5.0 <2.5 23.7 0.25 <1 L4755-2 SAND HILLS <5 <2.5 450 <2.5 <1.25 42.5 >>2.13 15 Quality Control 2.320 0.49 4.640 0.45 4.825 46.8 0.0105 0.4300 True Value QC 2.500 0.50 5.000 0.50 5.000 50.0 0.0100 0.5000 % Accuracy 92.8 98.0 92.8 90.0 96.5 93.6 105 86.0 Relative Percent Difference 1.9 2.1 4.0 0 2.9 0 3.4 1.4 METHODS: EPA 600/4-91/010 1 200.71 200.71 200.71 200.71 200.71 239.21 245.11 200.7 r PJJ AR lfsktA i Burgess J. A o , ✓ . . Exhibit B dAlf� Date PLEUE NOTE Llabdtty and Damages. LCUM MS liability and chenrs eaduw4e remedy for any claim arising, whether based in contract or Lott shad be limited to the amount paid by the client for the analyses. All chums, including those for negligence and any other cause whatsdewer Nne shad be deemed waed unless made in writing and reced by LCUFM within thirty (30) days after completion of the appkabte seMCe. In no event shad LCUMlR be liable for incidental or consequential damages, including, wrthout limitation, business interruptions, loss of use, or lose of profits incurred by cierK As subludunes. affiliates or I successors ansatg out of or related ao the peRdrmance of sarvrces hereunder by LCUMfR, regardless of whether such claim is based upon any of the above•stated reasons or otherwise. 4 i L4755.XLS 1,