HomeMy WebLinkAboutResolution - 2024-R0195 - Contract 17930, With Veit National Corporation, 1017 East 29Th St - 04/09/2024Resolution No. 2024-RO195
Item No. 6.37
April 9, 2024
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Con rac' iNo.17930 for 1017 East 29th Street
Demolition Services, by and between the City of Luobock and Veit National Corporation, of
Alvarado, Texas, and related documents. Said Contract is attached hereto and incorporated in
this resolution as if fully set forth herein and shall be included in the minutes of the City
Council.
Passed by the City Council on April 9, 2024
TRAY PAYN MAYOR
ATTEST:
Courtney Paz, City Secretary
APPROVED AS TO CONTENT:
APPROVED AS TO FORM:
ttorney
RES.Contract- Veit National Corporation 17930
PROPOSAL SUBMITTAL FORM
LUMP SUM PROPOSAL CONTRACT
DATE: March 6. 2024
PROJECT NUMBER: RFP 24-17930-TF, 1017 East 29th Street Site Demolition Services
Proposal of Veit National Corporation (hereinafter
called Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Offeror, in compliance with your Request for Proposals for construction of the referenced project, having
carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related
contract documents and the site of the intended work, and being familiar with all of the conditions
surrounding the construction of the intended project including the availability of materials and labor, hereby
intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans,
specifications and contract documents, within the time set forth therein and at the price stated. The price to
cover all expenses incurred in performing the work required under the contract documents.
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: 80
(to Substantial Completion)
TOTAL CONSECUTIVE CALENDAR DAYS: 100 (to Final Completion)
(not to exceed 180 consecutive calendar days to Substantial Completion 1210 consecutive calendar days
to Final Completion).
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" of the Owner and to substantially complete the project within 180 Consecutive Calendar Days
with final completion within 210 Consecutive Calendar Days as stipulated in the specification and other
contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $25 for
each consecutive calendar day after substantial completion and liquidated damages in the sum of$25 for each
consecutive calendar day after final completion set forth herein above for completion of this project, all as
more fully set forth in the General Conditions of the Agreement.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the
Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The
Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled
closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this proposal,
and he further agrees to commence work on the date specified in the written notice to proceed, and to
substantially complete the work on which he has proposed; as provided in the contract documents.
City of Lubbock, TX
Community Development
RFP 24-17930-TF
1017 East 29th Street Site Demolition Services
Veit National Corporation of Alvarado, TX
Items
General
QTY Unit Extended
+/- U/M Price Cost
#1-1 Total cost of materials and labor for services, as specified 1 LS $678,678.00 $678,678.00
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's
check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract,
obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after
notice of award of the contract to him.
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with
this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum
o frhirty-three thousand nine hundred thirty-three and nine ten0ollars ($ 33,933.90 ), which it is agreed shall be
collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract
documents, insurance certificates, and the required bond (if any) with the Owner within
ten (10) business days after the date of receipt of written notification of acceptance of said
proposal; otherwise, said check or bond shall be returned to the undersigned upon
demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound
and include all contract documents made available to him for his inspection in accordance with
the Notice to Offerors.
Pursuant to Texas Local Government Code
252.043(g), a competitive sealed proposal that
has been opened may not be changed for the
purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS
TO THE PROPOSAL PRICE MUST BE MADE
ON THE PROPOSAL SUBMITTAL FORM
PRIOR TO PROPOSAL OPENING.
•``W C O 11,
(Seal if Offeror is a Corporation,", .•P o°p
ATTEST: •0
SEAL z°
Secretary '% . ?i�rz�•� °
Offeror acknowledges receipt of the toftMvili addenda:
Addenda No. 1
Date 2/24/24
Addenda No. 2
Date 2/29/24
Addenda No.
Date
Addenda No.
Date
Date: March 6, 2024
May-k Soxaai iig
fdark Son agile (Mat 8, 2 418:24 CST)
Authorized Signature
Mark Sonaglia COO & Secretary
(Printed or Typed Name)
Veit National Corporation
Company
8224 S IH 35W Suite C,
Address
Alvarado Johnson
City, County
Texas 76009
State Zip Code
Telephone: 785 - 640-2476
Fax: 763- 428-8348
Email: mark.sonagliaa@veitnational.com
FEDERAL TAX ID or SOCIAL SECURITY
No.
37-1505727
iVI/1VVBF Firm: Woman Black American Native American
Hispanic American I Asian Pacific American I j Other (Specify)
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1 of 1
Complete Nos. 1 - 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete NOS, 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2024-1138941
Veit National Corporation
Alvarado, TX United States
Date Filed:
03/26/2024
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
17930
Demolition
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
I Intermediary
Veit, Kelly
Rogers, MN United States
X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
Mark Sona lia
My name is g ,and my date of birth is
My address is 14000 Veit Place, Rogers MN 55374 USA
(street) (city) (state) (zip code) (country)
declare under penalty of perjury that the foregoing is true and correct.
Executed in Johnson County, State of Texas on the 26 day of March 2024
(month) (year)
_Alw-k sOL1agQ
Mark Sonaglia (Mar 26, Ki24 10:58 CDT)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.5b3Sd027
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1of1
Complete Nos. 1 - 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2024-1138941
Veit National Corporation
Alvarado, TX United States
Date Filed:
03/26/2024
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged.,
03/27/2024
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
17930
Demolition
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Veit, Kelly
Rogers, MN United States
X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is and my date of birth is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of on the day of , 20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.5b35d027
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE: April 9, 2024
CITY OF LUBBOCK
SPECIFICATIONS FOR
1017 East 29th Street Site Demolition Services
RFP 24-17930-TF
CONTRACT: 17930
PROJECT NUMBER: 151.8801
Plans & Specifications may be obtained from
https://ci-lubbock-tx.bonfirehub.com/
City of
Lubbock
CITY OF LUBBOCK
Lubbock, Texas
Page Intentionally Left Blank
Addenda
Page Intentionally Left Blank
*kAlri-
'`b�oek Lub
ADDENDUM 1
Additional Specifications
RFP 24-17930-TF
1017 East 29th Street Site Demolition Services
DATE ISSUED: February 20, 2024
CLOSING DATE: March 7, 2024, at 3:00 p.m.
The following items take precedence over specifications for the above named Request for Proposals (RFP).
Where any item called for in the RFP documents is supplemented here, the original requirements, not affected
by this addendum, shall remain in effect.
Additional Specifications
Please see the attached specifications. Please incorporate the information with your response to
the request for proposals.
All requests for additional information or clarification must be submitted in writing and directed to:
Teofilo Flores
City of Lubbock
Purchasing and Contracts Management Office
1314 Ave K, Floor 9
Lubbock, Texas 79401
Questions may be emailed to TKF I ores 2mylubbock.us
Questions are preferred to be posted on https://ci-lbbock-tx.bonfirehub.com/
THANK YOU,
% & P4ft"
CITY OF LUBBOCK
Teofilo Flores
Assistant Director
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to
advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently
restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by
the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications
will be made.
011(
M
ironmental
reet
9404
57
°1-800-658-6018
SPECIFICATIONS
FOR
DEMOLITION
AT
FORMER CORONADO APARTMENT COMPLEX
ESHAP DEMOLITION OF ALL STRUCTURES
1017 EAST 29TH STREET
FOR
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK., TEXAS 79457
FEBRUARY- ARCH 2O24
KC PROJECT # 24-02-75
LUBBOCK A.BILENE SAN ANGELO
1205 E. 46TH STREET 2032 E. HIGHWAY 80 324 W. 26TH STREET, STE. B
79404 79601 76903
806.763.6157 325.669.8487 325944 .0931
Demolition
TABLE OF CONTENTS
Part 1: General Information
1.1 Related Documents
1.2 Project Work Covered By Contract Documents
1.3 Work By Owner
1.4 Contractor Use Of Site And Premises
1.5 Work Sequence
1.6 Owner Occupancy
1.7 Preconstruction Meeting
1.8 Examination
1.9 Scope Of Work
Part 2: Construction Facilities and Temporary Controls
2.1
Related Documents
2.2
Temporary Water Service
2.3
Temporary Sanitary Facilities
2.4
Barriers
2.5
Water Control
2.6
Security
2.7
Parking
2.8
Progress Cleaning
2.9
Project Signs
Part 3: Building Demolition
3.1
Related Documents
3.2
General Demolition
3.3
Project Record Documents
3.4
Qualifications
3.5
Regulatory Requirements
3.6
Project Conditions
Part 4: Backfilling
4.1
Related Documents
4.2
References
4.3
Preparation
4.4
Backfilling
4.5
Schedule
4.6
Scarifying
4.7
Tolerances
4.8
Field Quality Control
4.9
Finished Site
Part 5: Execution
5.1 Preparations
5.2 Demolition Requirements
5.3 Demolition
5.4 Disposal
Demolition
Project: City of Lubbock
Former Coronado Apartment Complex
1017 East 29th Street
Lubbock, Texas 79404
PART 1: GENERAL INFORMATION
1.1 Related Documents
A. Drawings, General Conditions of the Contract for Construction and Summary of Work —
General Requirements apply to Work of this Section.
1.2 Project Work Covered By Contract Documents
A. Without force or effect, work of the total Project consists of demolition of all buildings,
structures, facilities, and other debris (including brush) that comprise the property.
B. Removal and transportation of asbestos contaminated building materials and concrete
foundations using National Emissions Standards for Hazardous Air Pollutants (NESHAP)
methods to appropriate landfill. The Contractor must have certification for National
Emission Standards for Hazardous Air Pollutants (NESHAP). The Contractor must
also have a license for hazardous waste transportation or utilize an approved
waste hauling company with appropriate licensing and all trucks must be
preapproved to transport hazardous waste. Certification/licensing of contractor
and any subcontractors must be submitted for review prior to the award of
contract.
1.3 Work By Owner
A. There will be no work by owner except utility disconnects.
B. The City of Lubbock reserves the right to remove any fixtures or personal property
from the premises prior to demolition of the structures. Being awarded the
contract for demolition does not automatically entitle the owner, agent, or
contractor to possession of property which is present in the structures at the time
the contract is awarded.
1.4 Contractor Use Of Site And Premises
A. Construction Operations: Limited to areas limited to site boundaries.
B. Time Restrictions for Performing Work
1. Normal working hours will be 8:00 am to 5:00 pm. Monday -Friday
2. Coordinate with Owner and Consultant for all work to be accomplished outside of
the normal working hours.
C. Utility Outages and Shutdown
1. All utilities will be disconnected by the owner.
1.5 Work Sequence
A. Coordinate demolition schedule and operations with Consultant/Owner.
B. Approximate start date is to be determined upon completion of bid review.
C. The Contractor shall have the project completed in 200 calendar days from the
start date unless a project extension has been granted by The City of Lubbock.
1.6 Owner Occupancy
A. This building is unoccupied.
Demolition
1.7 Preconstruction Meeting
A. Consultant will schedule a meeting after Notice to Proceed.
B. Attendance Required: Consultant, Contractor and Owner
C. Agenda:
1. Submission of insurance certificates and bonding
2. Distribution of Contract Documents
3. Designations of personnel representing the parties in Contract and the
Consultant.
4. Procedures and processing of field decisions applications for payments, proposal
request, Change Orders and Contractor closeout procedures.
5. Scheduling
6. Use of premises by Owner and Contractor.
7. Owner's requirements.
8. Construction facilities and controls provided by Owner.
9. Security and housekeeping procedures
10. Procedures for maintaining record documents.
1.8 Examination
A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent
Work.
B. Examine and verify specific conditions described in individual specification sections.
C. Verify that utility services are available, of the correct characteristics, and in the correct
location.
1.9 Scope Of Work
The following shall be applicable to the project site as defined by the property boundaries:
A. The Contractor is required to acquire a SWPPP specific plan for the site and submit it to
the City of Lubbock in enough time before the project start date in order to allow for review of
the plan. The Contractor is required to follow all requirements of the SWPPP during the
project duration and is also responsible for upkeeping of all plan components such as silt
fences, drainage locations, vegetated swale locations, etc.
B. The Contractor shall completely dismantle and demolish all of the structures and
improvements located on said parcels not within the public right of way.
C. All utilities, including sanitary sewer outlets, shall be capped after the structures have
been removed.
D. The Contractor will be responsible for locating, marking, and protecting all utilities. The
Contractor shall follow all NESHAP regulations regarding demolition of asbestos containing
building materials.
E. Septic tanks, storm cellars, etc. shall be filled with authorized fill material and need not be
removed.
F. The Contractor shall utilize wet demolition techniques during all demolition work at the
site.
G. The Contractor shall ensure that no visible emissions (visible dust) are created during the
project. All debris loads leaving the premises shall be covered with a tarpaulin after being
adequately wetted and loaded for transport.
H. Remove all trees and shrubs that are not healthy or that are in the way of demolition.
Healthy trees that are not in the way of demolition shall be protected and maintained.
I. All work shall be under the management of the Consultant and Owner.
J. All manifest and load receipts shall be supplied daily to the consultant's on site
supervisor.
K. The Contractor shall install a temporary 6' chain link fence around demolition site.
Demolition
PART 2: CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
2.1 Related Documents
A. Drawings, General Conditions of the Contract for Construction, Supplementary
Conditions and General Requirements apply to work of this Section.
2.2 Temporary Water Service
A. The Contractor will be responsible for utilizing a meter on afire hydrant for water use for
the duration of the project.
2.3 Temporary Sanitary Facilities
A. Provide and maintain required facilities and enclosures.
2.4 Barriers
A. Entrance to work site by other than owner, contractor and consultant is limited.
2.5 Water Control
A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain
pumping equipment.
B. Protect site from pudding or running water. Provide water barriers as required to protect
site from soil erosion.
C. Implementation and ongoing use of the site SWPPP.
2.6 Security
A. Provides security at all times during work.
B. Provide temporary fencing to contain work site.
2.7 Parking
A. All parking is to be confined to the property of the work or at location as designated by
the owner.
2.8 Progress Cleaning
A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and
orderly condition at all times.
B. Remove waste materials, debris, and rubbish from site and dispose off -site at intervals as
required to maintain clean site.
C. Asbestos containing building debris must be kept wet at all times before loading of waste
for transport.
2.9 Project Signs
A. No signs are allowed without Owner's permission except those required by law.
Demolition
PART 3: BUILDING DEMOLITION
3.1 Related Documents
A. The Drawings, General Conditions of the Contract for Construction, Supplementary
conditions and General Requirements apply to the work of this Section.
3.2 General Demolition
A. Demolition of designed structures and slab and removal of materials from site.
B. Demolition of all below grade construction, including foundations, and footings to 3' below
grade. Disconnecting, capping and removal of identified utilities.
C. Removal of identified utilities.
3.3 Project Record Documents
A. Accurately record actual locations of capped utilities and subsurface obstructions.
3.4 Qualifications
A. Demolition Firm: Company specializing in performing the Work of this Section with
minimum of five -.,.ears documented experience.
B. Any sub -contractor must be approved by the owner.
3.5 Regulatory Requirements
A. Conform to applicable code for demolition of structures, safety of adjacent structures,
dust control, runoff control and disposal.
B. Obtain required permits from authorities.
C. Notify affected utility companies before starting work and comply with their requirements.
D. Do not close or obstruct roadways or hydrants without permits.
E. Conform to applicable regulatory procedures when discovering hazardous or
contaminated materials.
F. Comply with governing EPA/TDSHS Notification Regulations before beginning
demolition. Comply with hauling and disposal regulations of Authorities having
Jurisdiction.
G. Before starting demolition, the Owner, Agent, or Contractor must secure a Demolition
Permit from the Building Inspection Department located on the 1 St floor of the Lubbock
Citizens Tower, 1314 Avenue K; Lubbock, Texas 79401: 806-775-2087.
H. Before starting demolition, the Owner, Agent, or Contractor must ensure that all utilities
are disconnected.
I. Improvements shall not be moved to or reassembled in any other or new locations
unless approved by the Owner's Representative.
3.6 Project Conditions
A. Conditions existing at the time of Pre -Proposal inspection will be maintained by Owner as
far as practical.
B. Storage or sale of removed items or materials on site is not Permitted.
Demolition
PART 4: BACKFILLING
4.1 RELATED DOCUMENTS
A. The Drawings, General Conditions of the Contract for construction,
Supplementary Conditions and — General Requirements apply to the work of this
Section.
4.2 REFERENCES
A. ASTM D698 — Test Methods for Moisture -Density Relations of Soils and Soil -
Aggregate Mixtures, Using 5.5 lb. (2.49 Kg) Rammer and 12-inch (304.8 mm)
Drop.
B. ASTM D2922 — Test Methods for Density of Soil and Soil Aggregate in Place by
Nuclear Methods (Shallow Depth).
C. Fill Materials: Shall be free of all organic materials, including wood, upholstery or
bedding materials, cloth, paper, trash, etc.
D. Fill Materials: Concrete, stone, or brick masonry assemblies, etc. are permitted in
fill if this material and other rubble are covered with earth, permitting a use of
more of a raked -clean condition. (Suggest two (2) feet of topsoil)
4.3 PREPARATION
A.
Compact sub -grade to density requirements for subsequent backfill materials.
B.
Cut-out soft areas of sub -grade not capable of compaction in place. Backfill with
fill and compact to density equal to or greater than requirements for subsequent
fill material.
C.
Scarify and proof roll sub -grade surface to a depth of 8 inches to identify soft
spots; fill and compact to density equal to or greater than requirements for
subsequent fill materials.
4.4 BACKFILLING
A.
Backfill areas to contours and elevations with unfrozen materials.
B.
Systematically backfill to allow maximum time for natural settlement. Do not
backfill over porous, wet, frozen, or spongy sub -grade surfaces.
C.
Fill: Place and compact material in equal continuous layers not exceeding 8
inches compacted depth.
D.
Employ a placement method that does not disturb or damage other work.
E.
Maintain optimum moisture content of backfill materials to attain required
compaction density.
F.
Make gradual grade changes. Blend slope into level areas.
G.
Remove surplus backfill materials from site.
H.
Leave fill material stockpile areas free of excess fill materials.
I.
Roto till topsoil to provide maximum of 1 '/2 inch diameter dirt clods, hand rake
smooth.
J.
Provide a minimum of an 8-inch-deep layer of topsoil.
4.5 SCHEDULE
A.
Fill material: 90% density, ASTM D-1557
B.
Topsoil: 85% density, ASTM D-1557.
4.6 SCARIFYING
A. Scarify existing lawn (turf) areas compacted during demolition to a minimum of 6
inches deep, if necessary.
B. Reshape and level to meet adjacent undisturbed areas.
C. Roto till area to provide maximum of 1 '/2 inch diameter dirt clods, hand rake
smooth.
4.7 TOLERANCES
A. Top Surface of General Backfilling: Plus or minus 1 inch from required/existing
elevations.
Demolition
4.8 FIELD QUALITY CONTROL
A. Compaction testing will be performed in accordance with ASTM D6938, if
required by The City of Lubbock.
B. If tests indicate Work does not meet specified requirements, remove work,
replace, and retest.
4.9 FINISHED SITE
C. The ground shall be left in a clean (raked) condition without any debris, trash,
etc. and suitable for maintenance to be performed by others.
D. The site shall be graded to provide adequate drainage; ponding of water will not
be permitted.
Demolition
PART 5: EXECUTION
5.1 Preparations
A. A temporary 6" fence shall be erected.
B. Furnish sanitary facilities at contractor's discretion.
C. Mark locations of utilities.
5.2 Demolition Requirements
A. Conduct demolition to minimize interference with adjacent structures and occupancies.
B. Cease operations immediately if adjacent structures appear to be in danger. Notify
Owner and Architect/Consultant. Do not resume operations until directed.
C. Conduct operations with minimum interference to public or private accesses. Maintain
protected egress and access at all times
D. Sprinkle Work with water to minimize dust. Provide hoses and water connections for this
purpose. There shall be no visible dust.
E. There shall be no use of cutting torches until work area is clear of all flammable material.
Contractor shall maintain a fire watch and shall employee the use of portable fire
suppression devices during all use of cutting torch operations.
F. Use of any type of explosives is prohibited.
5.3 Demolition
A. Disconnect, remove, cap, and identify designated utilities within designated areas.
B. Remove all water lines and piping.
C. Remove concrete slabs on grade.
D. Rough grade and compact areas affected by demolition to ensure water draining.
E. Remove demolished materials from site.
F. Do not burn or bury materials on site. Leave site in clean condition.
G. Remove temporary work.
5.4 Disposal
A. All demolition material must be disposed of in a certified landfill and waste manifest
tickets shall be furnished to the owner and consultants. Waste disposal locations must
be approved by the City of Lubbock.
B. Waste loaded into a truck or dumpster shall not be removed from the site until the owner
or owner representative has signed the waste manifest and received a copy of the waste
manifest.
C. All Asbestos Contaminated Waste must be transported and disposed of in accordance
with all NESHAP requirements. Waste disposal receipts from each load of waste must
be immediately supplied to the owner or owner's representative.
No Text
LYI�it
nvironmentai
Street
s79404
157
1-800-658-6018
SPECIFICATIONS
FOR
ESHAP DEMOLITION
AT
FORMER CORONADO APARTMENT COMPLEX
NESHAP DEMOLITION OF ALL STRUCTURES
1017 EAST 29TH STREET
LUBBOC, TEXAS 79404
FOR
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCKo TEXAS 79457
FEBRUARY- ARCH 2O24
KC PROJECT # 24-02-75
LUBBOCK ABILENE SAN ANGELO
1205 E. 46TH STREET 2032 E. HIGHWAY 80 324 W. 26T}I STREET, STF. B
79404 79601 76903
806.763.6157 325.669.8487 325944.0931
Environmental
1205 E. 46th Street
Lubbock, Texas 79404
(806)763-6157
Project Name: 1-800-658-6018
City of Lubbock
Former Coronado Apartment Complex
1017 East 291h Street
Lubbock, Texas 79404
February 20, 2024
Demolition of all structures on project site following NESHAP guidelines & demolition of all other
designated materials and items on project site, as identified.
The following project managers for King Consultants, Inc. have the authority to conduct the
responsibilities and functions, including final clearance inspections as stated in the specifications of this
project and any other project to which they are assigned.
Name
PM #
AMT #
Laurent Dinka
50-1407
70-6539
Dixie Rumsey
Consultant
10-5885
Benjamin Rumsey
50-1764
70-6912
Luis Baca
50-1037
70-5804
Austin Williams
50-1972
70-7130
Stacy Jennings
50-1308
70-6450
Samuel Valerio
50-1729
70-6876
Marcus Preston
50-1470
70-6568
Curtis Childers
50-1873
70-7035
Jeremy Probasco
50-1937
70-7103
Araceli Rodriquez
50-1916
70-7081
Michael Monte
50-1282
70-2804
Kendon Draper
50-1964
70-7135
Henry King, Consultant
TDSHS #10-5135
Expiration Date Feb. 7, 2025
Jace Hassoldt, Consultant
TDSHS #10-5759
Expiration Date Feb. 12, 2025
ENVIRONMENTAL SPECIALISTS
Dixie Rumsey, Consultant
TDSHS #10-5885
Expiration Date Sept. 29, 2025
ABILENE SAN ANGELO
2032 EAST HIGHWAY 80 2141 OFFICE PARK, SUITE 9
79601 76904
325.669.8487 325.668.7333
ASBESTOS ABATEMENT
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TEXAS 79457
FEBRUARY-MARCH 2O24
CONSULTANT
JACE HASSOLDT
KING CONSULTANTS, INC.
1205 E. 46TH STREET
LUBBOCK, TEXAS 79404
(806) 763-6157
colli*ltant
Asbestos Abatement
TABLE OF CONTENTS
Part 1 General Information
1.1 Bid Requirements
1.1.1 Site Investigation
1.1.2 Discrepancies
1.1.3 Insurance Requirements and Bid Security
1.2 Licenses and Qualifications
1.3 Definitions
1.4 Scope of Work
1.5 Description of Work
1.6 Applicable Standards and Guidelines
1.7 Submittals and Notices
1.8 Site Security
1.9 Emergency Planning
1.10 Pre -start Meeting
Part 2 Materials and Equipment
2.1 Materials
2.2 Equipment
2.3 Substitutions
Part 3 Execution
3.1 Preparation
3.1.1 Work Area Pre -cleaning
3.1.2 Worker Decontamination Enclosure
3.1.3 Waste Container pass -out Airlock
3.1.4 Barriers Between the Work Area and Occupied Areas
3.1.5 Maintenance of Enclosures
3.1.6 Establishing Emergency Exits
3.1.7 Removing and Cleaning Fixtures from Area
3.1.8 Removal of Building Structural Components
3.1.9 Commencement of Work
3.1.10 Enclosure System Approval
31.11 Alternative Procedures
3.2 Workplace Entry and Exit Procedures
3.3 Training
3.4 Respiratory Protection
3.5 Protective Clothing
3.6 Removal Procedures
3.7 Clean-up
3.8 Lock -down
3.9 Final Inspection and Clearance Air Monitoring
3.10 Disposal Procedures
3.11 Transportation to the Landfill
3.12 Disposal at Landfill
3.13 Re-establishment of the Work Area and Systems
3.14 Repairs
Part 4 Support Activities
4.1 Training
4.2 Medical Monitoring
4.3 Safety
February -March 2024 Project Manual -1 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
PART 1 GENERAL INFORMATION
1.1 Bid Requirement
1.1.1 Site Investigation
1.1.1.1 By Submitting a Bid, the contractor acknowledges that he has investigated and satisfied
himself as to (A) the conditions affecting the work, including but not limited to physical
conditions of the site which may bear upon site access, handling and storage of tools and
material, access to water, electric and other utilities or otherwise affect performance of
required activities:(B) The character and quantity of all surface and subsurface materials
or obstacles to be encountered insofar as this information is reasonably ascertainable
from an inspection of the site, including exploratory work done by the Building Owner or a
designated consultant, as well as information presented in drawing and specifications
included with this contract. Any failure by the Contractor to acquaint himself with available
information will not relieve him from the responsibility for estimating properly the difficulty
or cost of successfully performing the work. The Building Owner is not responsible for
any conclusions or interpretations made by the Contractor on the basis of the information
made available by the Building Owner: (C) Has completely read these specifications and
agrees to all parts of it. Agrees that upon entering either a written or verbal agreement
and does start work on the project as outlined in these specifications that the contractor
agrees to all terms and stipulations as outlined in these specifications.
1.1.1.2 No Bids will be accepted from any Contractor who has not inspected the job site either in
person or through a qualified designated representative. The walk through is mandatory.
1.1.1.3 Failure to meet any of the conditions of these specifications will result in the forfeit of the
Bid Security.
1.1.1.4 Hold harmless and indemnity agreement. By entering into either a verbal or written
agreement the contractor agrees to hold harmless and to indemnity the Consultant and
owner from any legal action resulting from any action caused by either the contractor or
any employee or sub -contractor. This includes but is not limited to any legal action
resulting from an OSHA violation, TDSHS rules violation, or any other violation or injury
to any employee other than employees of the Consultant.
1.1.2 Discrepancies
1.1.2.1 Should a Person submitting a Bid find discrepancies in the plans and/or specifications or
should he be in doubt as to the meaning or intent of any part thereof, he must, prior to
commencement of work, request clarification from the Consultant or Building Owner.
Discrepancies with regard to conflicts between the Contract Documents and applicable
Federal, State or Local regulations or requirements shall be included therein. Failure to
request such clarification is a waiver to any claim by the Person submitting a Bid for
expense made necessary by reason of later interpretation of the Contract Documents by
the Building Owner.
1.1.2.2 Copy of the plans will be at the back of these specifications, when available.
1.1.2.3 Oral explanations or instructions will not be binding, only written addenda are binding.
1.1.3 Insurance Requirements and Bid Security — See City of Lubbock Requirements
1.1.3.1 Insurance requirements -The Contractor shall purchase and maintain insurance that will protect him
from claims that may arise out of or result from his activities under this Contract, whether those
activities are performed by himself or by any Subcontractor or by anyone directly or indirectly
employed by any of them or by anyone for whose acts any of them may be liable. The contractor
agrees to name King Consultants or any of its subsidiaries or sister companies as additional
insured. Failure to do this does not relieve the contract of all liability resulting from any legal action.
1.1.3.2 Required Workers Compensation Insurance Coverage - 28 TAC 110.110(c)(7), adopted to
implement Texas Labor Code 406.096
The owner shall use the following language for Bid specifications and contracts for building or
construction, without any additional works or changes, except those required to accommodate the
specific document in which they are contained or to impose stricter standards of documentation.
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
February -March 2024 Project Manual - 2 1017 East 291h Street; Lubbock, Texas
Asbestos Abatement
statutory workers' compensation insurance coverage for the person's or entity's employees
providing services on a project is required 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 Texas Labor Code 406.096) include
all persons or entities performing all or part of the services the contractor has undertaken to
perform on the project, regardless of whether that person contracted directly with the contractor
and regardless of whether that person has employees. This includes, without limitation,
independent contractors, subcontractors, leasing companies, motor carriers, owner -operators,
employees or any such entity, or employees or any entity that 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 services related to a project. Services do not include
activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and
delivery of portable toilets.
1.1.3.3 The contractor must provide a certificate of coverage to the owner prior to being awarded the
contract. The contractor agrees to name King Consultants or any of its subsidiaries or sister
companies as additional insured. Failure to do this does not relieve the contract of all liability
resulting from any legal action.
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 building owner showing that coverage has been extended.
The contractor shall obtain from each person providing services on a project, and provide to the
governmental entity:
A certificate of coverage, prior to that person beginning work on the project, so the building owner
will have on file certificates of coverage showing coverage for all persons providing services on the
project; and
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 ends during the
duration of the project.
The contractor shall retain all required certificates of coverage for the duration of the project and for
one year thereafter.
The contractor shall notify the building owner in writing by certified mail or personal delivery, within
ten 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.
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.
February -March 2024 Project Manual - 3 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
The contractor shall 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, which meets the statutory requirements of Texas Labor Code
401,011(44) for all of its employee's providing services on the project for the duration of the project.
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.
3. 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.
4. Obtain from each person with whom it contracts, and provide to the contractor:
a. A certificate of coverage, prior to the other person beginning work on the project; and
b. 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.
5. Retain all required certificates of coverage on file for the duration of the project and for one year
thereafter.
6. Notify the building owner in writing by certified mail or personal delivery, within ten 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
7. Contractually require each person with whom it contracts to perform as required by items 1-6, with
the certificates of coverage to be provided to the person for whom they are providing services.
By signing this contract or providing or causing to be provided a certificate of coverage, the
contractor is representing to the building owner that all employees of the contractor who will
provide services on the project will be covered by workers' compensation coverage for the duration
of the project, that the coverage will be based on proper reporting of classification codes and
payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carvers 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.
The contractors' failure to comply with any of these provisions is a breach of the contract by the
contractor that entitles the building owner to declare the contract void if the contractor does not
remedy the breach within ten days after receipt of notice of breach from the building owner.
The coverage requirement recited above does not apply to sole proprietors, partners, and
corporate officers who are excluded from coverage in an insurance policy or certificate of authority
to self -insure that is delivered, issued for delivery, or renewed on of after January 1,1996.38 TAC
110.110(I)
1.1.3.4 The contractor shall submit a certificate of Asbestos Abatement general liability insurance for
personal injury, occupational disease and sickness or death, premises -operations, products
February -March 2024 Project Manual - 4 1017 East 291h Street; Lubbock, Texas
Asbestos Abatement
completed operations hazard, contractual insurance, independent contractors, and broad form
property damage. Insurance shall include "Occurrence" claim provisions.
Minimum Coverage Shall Be:
$1,000,000.00 Combined Single Limit for Bodily Injury and Property Damage
$ 500,000.00 Bodily Injury
$ 500,000.00 Property Damage (each occurrence)
$2,000,000.00 Aggregate limit
The property owner and the Consultant shall be named as additional insured.
In addition to the above general liability insurance the contractor will be required to furnish the
following additional insurance:
1.1.3.3.1 Installation Floater (not applicable)
The contractor shall, during the progress of the work, maintain insurance equal to the full amount of
the cost of the project plus three percent for additional costs. The policy shall be inland marine
form, subject to the approval of the Owner. The insurance shall cover all work incorporated in the
building project and all materials for the same, in or about the premises. Money received under any
such insurance shall be paid in the same manner as monthly progress payments in relation to the
cost incurred in the rebuilding or reparation of the work destroyed or damaged. Floaters Installation
Insurance shall be subject to a deductible of $1,000.00 for all losses occasioned by perils insured.
All other losses will be at the risk of the contractor(s).
Owner's Liability Insurance
The contractor shall obtain, at his expense, an Owner's Protection Liability Insurance Policy,
naming the Owner, its employees and the Consultant as insured, with the following limits:
$ 500,000.00 Each Occurrence
1,000,000.00 Aggregate
Certificates of Insurance for the above coverage shall be filed with the Owner before work is
started.
1.1.3.3.2 Pollution Liability Insurance
The asbestos abatement contractor shall provide the Owner an insurance certificate for Pollution
Liability Insurance in the amount of $1 million dollars for the asbestos waste transportation
company. Should the abatement contractor transport their own waste, they must provide this
insurance.
1 1.3.4 The Contractor shall provide vehicle liability and property damage insurance for the duration of
the project for all owned, hired, and non -owned vehicles with the following limits.
Bodily Injury $ 300,000.00 (each person)
Bodily Injury 500,000.00 (each occurrence)
Property Damage 300,000.00 (each occurrence)
1.1.3.5 Should the person submitting a Bid to whom the contract is awarded fail or be unable to execute
the contract for any reason within (30) days after notification of award, then an amount equal to
the difference between the acceptable Bid price and that of the next highest person submitting a
Bid shall be paid to the Building Owner as liquidated damages.
1.1.3.5.1 If required by the owner, the contractor will furnish a payment bond and performance bond in the
amount of 100% of the contract price. This bond must be written by a Surety Company listed by
the United States Department of the Treasury (Federal Register Circular 570) as an acceptable
surety on Federal Bonds and shall hold a B+ or better rating by A.M. Best Company, Oldwick, N.J.
February -March 2024 Project Manual - 5 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
The right to accept a Bid from a company with an acceptable bond that is not treasury listed shall
be reserved by the owner.
1.1.3.6 As a prerequisite to signing the contract, the contractor shall have fumished Performance and
Payment Bonds if required and Certificates of Insurance.
1.2 Licenses and Qualifications
1.2.1 Contractor must be licensed as required by the Texas Department of State Health
Services for the purpose of removal, encapsulation, enclosure, demolition and
maintenance of structures or components covered by or composed of asbestos -
containing materials. In accordance with Texas Department of State Health Services
regulations (295.31(e) each person on the job site must have the identification card
issued by the TDSHS, proof of required training, current physical, and current respirator
fit test prior to work.
1.2.1.1 Contractor shall demonstrate prior experience on asbestos abatement projects of similar
nature and scope through the submission of letters of reference from the Building
Owner's including the name, address, and telephone number of contact person
(someone specifically familiar with the Contractor's work) for at least three (5) previous
users of service. Include descriptions of projects, locations, and records of all air
monitoring data that were generated during the project.
1.2.1.2 In addition, Contractor shall furnish a copy of work procedure (e.g., containment, decon-
unit, respirator, emergency plan, etc.).
1.2.1.3 The contractor shall submit a notarized statement, signed by an officer of the company,
containing the following information.
1.2.1.4 A record of any citations issued by Federal, State or Local regulatory agencies relating to
asbestos abatement activity. Include projects, dates, and resolutions.
1.2.1.5 A list of penalties incurred through non-compliance with asbestos abatement project
specifications including liquidated damages, over -runs in scheduled time limitations and
resolutions.
1.2.1.6 Situations in which an asbestos related contract has terminated including projects, dates
and reasons for termination.
1.2.1.7 A listing of any asbestos -related legal proceedings/claims in which the Contractor (or
employees scheduled to participate in this project) has participated or is currently
involved. Include descriptions of role, issue, and resolution to date.
1.2.1.8 A certified statement listing all owners of said company and their ownership in any.
other asbestos related companies or other professional entities.
1.2.1.9 All personnel working on this project shall be able to meet all requirements of the Federal
Security. No person with a felony record conviction will be allowed to work on this project.
1.2.1.10 The primary contactor shall be the licensed asbestos abatement contractor and shall be
the one submitting the bid.
1.3 Definitions
1.3.1 Abatement - Procedures to control fiber release from asbestos -containing materials.
Includes removal, encapsulation, enclosure, repair, demolition, and renovation activities.
1.3.1.1 ACGIN - American Conference of Governmental Industrial Hygienists, 6500 Glenway
Avenue, Building D-5, Cincinnati, Ohio 45211.
1.3.1.2 Adequately wet — Sufficiently mixed or penetrated with liquid clean through with no dry
material to prevent the release of particulates. If visible emissions are observed coming
from asbestos -containing material, then that material has not been adequately wetted.
However, the absence of visible emissions is not sufficient evidence of being adequately
wet.
1.3.1.3 AHERA — Asbestos Hazard Emergency Response Act of 1986, Public Law 99-519. The
act amends the Federal Toxic Substances Control Act, 15 United States Codes, §2641,
et seq., by requiring an inspection of all school buildings (Grades K-12), all school
administrations to develop plans for controlling asbestos in or removing asbestos from
school buildings and providing penalties for non-compliance.
February -March 2024 Project Manual - 6 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
1.3.1.4 AIHA - American Industrial Hygiene Association, 4676 Columbia Parkway (R-8)
Cincinnati, Ohio 45226.
1.3.1.5 Airlock - A system for permitting ingress and egress with minimum air movement
between a contaminated area and an uncontaminated area, typically consisting of two
curtained doorways separated by distance of at least 3 feet such that one passes through
one doorway into the airlock, allowing the doorway sheeting to overlap and close off the
opening before proceeding through the second doorway, thereby preventing flow -through
contamination.
1.3.1.6 Air monitoring - The process of measuring the fiber content of a known volume of air
collected during a specific period of time. The procedure normally utilized for asbestos
follows the NIOSH Standard Analytical Method for Asbestos in Air, Method 7400. For
clearance air monitoring, electron microscopy methods may be utilized for lower
detectability and specific fiber identification.
1.3.1.7 Air Sampling Professional - The professional contracted or employed by the Building
Owner to supervise and/or conduct air monitoring. This individual may also function as
the Asbestos Project Manager, if qualified. Supervision of air sampling and evaluation of
results should be performed by an individual who has completed an EPA approved
NIOSH 582 course and has specialized experience in air sampling for asbestos. Other
acceptable Air Sampling Professionals include Environmental Engineers, Architects,
Chemists, and Environmental Scientists or others with equivalent experience in asbestos
air monitoring and asbestos abatement. This individual shall not be affiliated in any way
other than through this contract with the Contractor performing the abatement work.
1.3.1.8 Amended Water - Water to which a surfactant has been added.
1.3.1.9 ANSI - American National Standards Institute, 1430 Broadway, New York, N.Y.
10018.
1.3.1.10 Asbestos - the asbestiform varieties of serpentine (chrysotile) rie beckite
(crocidolite), cum mingtonite-grunerite (amosite), anthrophyllite, and actinolite, and
tremolite.
1.3.1.11 Asbestos abatement — The removal, the encapsulation, or the enclosure of
asbestos for the purpose of, that has the effect of reducing or eliminating airborne
concentrations of asbestos fibers or amounts of ACM.
1.3.1.12 Asbestos abatement contractor — A person who undertakes to perform asbestos
removal, enclosure, or encapsulation for others under contract or other agreement, or
who bids to undertake asbestos activities.
1.3.1.13 Asbestos abatement supervisor — An individual who is in the direct and
responsible charge of the personnel, practices, and procedures of an asbestos
abatement operation or project.
1.3.1.14 Asbestos consulting activities — consulting activities in public buildings include:
the designing of asbestos abatement projects; the inspection for asbestos -containing
materials (ACM); the evaluation and selection of appropriate asbestos abatement
methods and project layout; the preparation of plans, specifications and contract
documents; the review of environmental controls, abatement procedures for personal
protection employed during the project; the design of area and clearance air monitoring of
the project; any inspection, management planning, air monitoring, or project management
performed by of for the consultant or consulting agency; consultation regarding
compliance with various regulations and standards; recommending abatement options;
and representing the consultant agency or consultant in obtaining consulting work.
1.3.1.15 Asbestos -containing building material (ACBM) — Surfacing ACM, thermal system
insulation ACM, or miscellaneous ACM that is found in or on interior structural members
or other parts of a public or commercial building.
1.3.1.16 Asbestos -containing Material (ACM) — Materials or products that contain more
than 1.0% of any kind or combination of asbestos, as determined by the Environmental
Protection Agency (EPA) recommended methods as listed in EPA/600/R-93/116, July
1993 "Method for the Determination of Asbestos in Bulk Building Materials". This means
any one material component of a structure or any layer of a material sample. Composite
sample analysis is not allowed.
February -March 2024 Project Manual - 7 1017 East 291h Street; Lubbock, Texas
Asbestos Abatement
1.3.1.17 Asbestos -containing Waste Material - Includes mill tailings or any waste that
contains commercial asbestos and is generated by a source subject to the provisions of
40 CFR Part 61, Subpart M. This term includes filters from control devices, friable
asbestos waste material, and bags or other similar packaging contaminated with
asbestos. As applied to demolition and renovation operations, this term also includes
regulated asbestos -containing materials, and materials contaminated with asbestos
including disposable equipment and clothing.
1.3.1.18 Asbestos exposure — Airborne asbestos fiber concentrations resulting from
disturbance or deterioration of asbestos or asbestos containing material (ACM).
1.3.1.19 Asbestos project design — Asbestos abatement project design includes the
inspection of public buildings for asbestos containing material (ACM), the evaluation and
selection of appropriate asbestos abatement methods, project layout, the preparation of
plans, specifications and contract documents, and the review of environmental controls,
abatement procedures and personal protection equipment employed during the project.
1.3.1.20 Asbestos Project Manager - That person designated by the Consultant to
manage all asbestos work.
1.3.1.21 Asbestos -related activity — The disturbance (whether intention or unintentional),
removal, encapsulation, or enclosure of asbestos, including preparations or final
clearance, the performance of asbestos surveys, the development of management plans
and response actions, asbestos project design, the collection or analysis of asbestos
samples, monitoring for airborne asbestos, proposing for a contract for any of these
activities, or any other activity required to be licensed under the Texas Asbestos Health
Protection Act.
1.3.1.22 Asbestos removal — Any action that dislodges, strips, or otherwise takes away
asbestos containing material (ACM).
1.3.1.23 Asbestos reporting unit (ARU) — An asbestos reporting unit is 160 square feet or
260 linear feet or 35 cubic feet of ACBM in public buildings or RACM in facilities, as
defined under NESHAP.
1.3.1.24 Asbestos survey — An inspection of a building or facility to determine the location,
quantity, and condition of asbestos -containing material (ACM) therein by taking samples
for analysis or by visual inspection.
1.3.1.25 ASTM - American Society for Testing and Materials, 1916 Race Street,
Philadelphia, PA 19103.
1.3.1.26 Authorized Visitor - The Building Owner (and any designated representatives)
and any representative of a regulatory or other agency having jurisdiction over the
project.
1.3.1.27 Building Owner - The Owner or his authorized representative.
1.3.1.28 Certified Industrial Hygienist - (CIH) An industrial hygienist certified in
Comprehensive Practice by the American Board of Industrial Hygiene. (See Section
1.3.1.2 for address).
1.3.1.29 Clean Room - An uncontaminated area or room which is a part of the worker
decontamination enclosure system with provisions for storage of worker's street clothes
and clean protective equipment.
1.3.1.30 Commercial asbestos — Any material containing asbestos that is extracted from
ore and has value because of its asbestos content (NESHAP definition, 1990).
1.3.1.31 Commercial Building — The interior of any industrial or federal government owned
building. Interior space includes exterior hallways connecting buildings, porticos, and
mechanical systems used to condition interior space.
1.3.1.32 Competent person — The individual designated as the competent person as
required by the United States Occupational and Health Administration regulations in 29
CFR, §1926.58.
1.3.1.33 Containment — A portion of the regulated area that has been sealed and placed
under negative air pressure with high efficiency particulate air -filter (HEPA) filtered
negative air machines.
1.3.1.34 Contractor — A person under contract to perform a service with wage or income
reporting and tax responsibilities.
February -March 2024 Project Manual - 8 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
1.3.1.35 Curtained Doorway - A device to allow ingress and egress from one room to
another while permitting minimal air movement between the rooms, typically constructed
by placing two overlapping sheets of plastic over an existing or temporarily framed
doorway, securing each along the top of the doorway, securing the vertical edge of one
sheet along one vertical side of the doorway and securing the vertical edge of the other
sheet along the opposite vertical side of the doorway. Other effective designs are
permissible if approved in advance by the Consultant.
1.3.1.36 Decontamination Enclosure System - A series of connected rooms, separated
from the work area and from each other by air locks, for the decontamination of workers
and equipment. The system shall be in accordance with TAHPR 295.60 (e).
1.3.1.37 Demolition - The wrecking or taking out of any load -supporting structural member
of a facility together with any related handling operations.
1.3.1.38 Designated person — The individual designated under Asbestos Hazard
Emergency Response Act (AHERA) to oversee all asbestos activities to include
compliance with all laws, regulations, and rules.
1.3.1.39 Employee — A person who is paid a salary, wage, or remuneration by an entity
for services performed and has a relationship with the entity that would result in the entity
being liable for that person's acts or judgements.
1.3.1.40 Encapsulant - A liquid material which can be applied to asbestos -containing
material which controls the possible release of asbestos fibers from the material either by
creating a membrane over the surface (Bridging encapsulant) or by penetrating into the
material and binding its components together (Penetrating encapsulant).
1.3.1.41 Encapsulation - The application of an encapsulant to asbestos -containing
materials to control the release of asbestos fibers into the air.
1.3.1.42 Enclosure - The construction of an airtight, impermeable, permanent barrier
around asbestos -containing material to control the release of asbestos fibers into the air.
1.3.1.43 EPA - U.S. Environmental Protection Agency, 401 M. Street S.W., Washington,
D. C. 20460.
1.3.1.44 Equipment Decontamination Enclosure System - That portion of a
decontamination enclosure system designed for controlled transfer of material and
equipment into or out of the work area, typically consisting of a washroom and holding
area.
1.3.1.45 Equipment Room - A contaminated area or room which is part of the worker
decontamination enclosure system with provisions for storage of contaminated clothing
and equipment.
1.3.1.46 Facility - Any institutional, commercial, or industrial structure, installation, or
building.
Facility component - Any pipe, duct, boiler, tank, reactor turbine or furnace at or in a
facility or any structural member of a facility.
1.3.1.47 Facility owner — The owner of record of any facility or public building or any
person who exercises control over a facility or public building to the extent that said
person contracts for or permits renovation to or demolition of said facility or public
building.
1.3.1.48 Federal government owned building — Any building, which is not a school building
as defined in 40 CFR 763.83, owned by the United States Federal Government or any
other type of US military building.
1.3.1.49 Fixed object - A piece of equipment or furniture in the work area which cannot be
removed from the work area.
1.3.1.50 Friable Material - Materials that when dry can be crumbled, pulverized, or
reduced to powder by hand pressure, and includes previously nonfriable material after
such previously nonfriable material becomes damaged to the extent that, when dry, it
may be crumbled, pulverized, or reduced to powder by hand pressure.
1.3.1.51 Glovebag Technique - A method with limited applications for removing small
amounts of friable asbestos -containing material from HVAC ducts, short piping run,
valves, joints, elbows, and other non -planar surfaces in a non -contained (plasticized)
work area. The govebag assembly is a manufactured or fabricated device consisting of a
February -March 2024 Project Manual - 9 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
glovebag (typically constructed of 6 mil transparent polyethylene or polyvinylchoride
plastic) two inward projecting long sleeves, an internal tool pouch, and an attached,
labeled receptacle for asbestos waste. The glovebag is constructed and installed in such
a manner that it surrounds the object or material to be removed and contains all asbestos
fibers released during the process. OSHA's definition of a glove bag is that it may be no
larger than 60"40", may be used only one time, may not be slid along the pipe, and may
not be joined to form a continuos line of glove bags. All workers who are permitted to use
the glovebag technique must be highly trained, experienced, and skilled in this method.
This definition will be strictly applied to on all projects.
1.3.1.52 HVAC - Heating, ventilation, and air conditioning system.
1.3.1.53 HEPA Filter - A high efficiency particulate air filter capable of removing particles
0.3 microns in diameter with 99.97% efficiency.
1.3.1.54 HEPA Vacuum - A vacuum system equipped with HEPA filtration.
Holding Area - A chamber in the equipment decontamination enclosure located between
the washroom and an uncontaminated area. The holding area comprises an airlock.
Independent third -party air monitor — A person retained to collect area air samples to be
analyzed by and for the owner of the building or facility being abated. The person must
not be employed by the abatement contractor to analyze any area samples collected
during the abatement projects being monitored or the clearance samples.
1.3.1.55 Industrial building — Any building where industrial or manufacturing operations or
processes are conducted to which access is limited principally to employees and
contractors of the facility operator or to invited guests under controlled conditions.
1.3.1.56 Inspection — Any activity undertaken in a school building, public building, or
commercial building to determine the presence or location, or to access the condition of,
friable or non -friable asbestos -containing building material (ACBM) or suspected ACBM,
whether by visual or physical examination, or by collecting samples of such material. This
term includes reinspection's of friable and non -friable known or assumed ACBM which
has been previously identified. The term does not include the following:
A. periodic surveillance of the type described in 40 CFR §763.92(b) solely for the
purpose of
B. recording or reporting a change in the condition of known or assumed ACBM.
C. inspections performed by employees or agents of the federal, state, or local
government solely for the purpose of determining compliance with applicable
statutes or regulations; or
D. visual inspections of the type described in 40 CFR §763.90(I) solely for the
purpose of determining completion of response actions.
1.3.1.57 Layer — Any constituent of an asbestos bulk sample that exhibits different
physical properties such as color or composition and can be readily separated from the
rest of the sample with an instrument such as a modeler's knife.
1.3.1.58 License — Any license or regulation issued under this chapter.
1.3.1.59 Licensee — A person who meets all qualifications and has been issued a license
or registration by the Texas Department of State Health Services in accordance with
these sections.
1.3.1.60 Major Fiber Release Episode — Any uncontrolled or unintentional disturbance of
ACBM, resulting in a visible emission, which involves the falling or dislodging of more
than 3 square or linear feet of friable ACBM.
1.3.1.61 Management plan — A written plan describing appropriate actions for surveillance
and management of asbestos containing material (ACM).
1.3.1.62 Minor Fiber Release Episode — Any uncontrolled or unintentional disturbance of
ACBM, resulting in a visible emission, which involves the falling or dislodging of 3 square
or linear feet or less of friable ACBM.
1.3.1.63 Movable Object - A piece of equipment or furniture in the work area which can be
removed from the work area.
1.3.1.64 Negative Pressure Ventilation System - A portable exhaust system equipped with
HEPA filtration and capable of maintaining a constant low velocity air flow into
contaminated areas from adjacent uncontaminated areas.
February -March 2024 Project Manual -10 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
1.3.1.65 NESHAPS - The National Emission Standards for Hazardous Air Pollutants (40
CFR Part 61).
1.3.1.66 NIOSH - The National Institute for Occupational Safety and Health CDC-NIOSH,
Building J N.E., Room 3007, Atlanta, Ga. 30333.
1.3.1.67 Nonfriable material — Material which, when dry, may not be crumbled, pulverized,
or reduced to powder by hand pressure.
1.3.1.68 NVLAP — The National Voluntary Laboratory Accreditation Program.
1.3.1.69 Operations and maintenance (O&M) — Operations and maintenance activities are
repairs, maintenance, renovation, installation, replacement, or cleanup of building
materials or equipment.
1.3.1.70 Operations and maintenance (O&M) manual — A record or O&M activities in a
public building. The public building owner shall record each individual O&M activity in the
manual, including the date of activity, the persons performing the activity, complete
description of the activity, including methods used to prevent the emission of asbestos
fibers, and the amount of asbestos removed. An updated total of the amount of asbestos
abated shall be kept as a comparison to the amount estimated in the annual O&M
notification. The manual will be made available to the department upon request.
1.3.1.71 OSHA - The Occupational Safety and Health Administration, 200 Constitution
Ave. Washington, D.C. 20210.7
1.3.1.72 Outside Air - The air outside buildings and structures.
1.3.1.73 PAT — Proficiency Analytical Testing.
1.3.1.74 PCM — Phase -contract microscopy, a method of analysis for overall airborne fiber
counts using an optical microscope.
1.3.1.75 PEL — Permissible Exposure Limit as defined by OSHA regulations (29 CFR
§1926.1101).
1.3.1.76 PLM — Polarized -light microscopy, a method of analysis for detection of the
presence and type of asbestos.
1.3.1.77 Plasticize - To cover floors and walls with plastic sheeting as herein specified.
1.3.1.78 Prior Experience - Experience required of the contractor on asbestos projects of
similar nature and scope to ensure capability of performing the asbestos abatement in a
satisfactory manner. Similarities shall be in areas related to material composition, project
size, abatement methods required, number of employees and the engineering, work
practice and personal protection controls required.
1.3.1 79 Public building — The interior space of a building used or to be used for the
purposes that provide for public access or occupancy, including prisons and similar
buildings. Interior space includes exterior hallways connecting buildings, porticos, and
mechanical systems used to condition interior space. The term includes any building
during a period of vacancy, including the period during preparations prior to actual
demolition. The term does not include:
A. an industrial facility to which access is limited principally to employees of the
facility because of processes or functions that are hazardous to human safety or
health.
B. a federal building or installation (civilian or military).
C. a private residence.
D. an apartment building with no more than four dwelling units; or
E. a manufacturing facility or building that is limited to workers and invited guests
under controlled conditions.
F. a building, facility, or any portion of which has been determined to be structurally
unsound and in danger of imminent collapse by a professional engineer,
registered architect, or a city, county, or state government official.
1.3.1.80 Regulated area — The demarcated area in which asbestos abatement activity
takes place, and in which the possibility of exceeding the permissible exposure limits
(PEL) for the concentrations of airborne asbestos exists.
1.3.1.81 Renovation — Additions to or alterations of the building for purpose of restoration
by removal, repairing, and rebuilding.
February -March 2024 Project Manual -11 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
1.3.1.82 Removal - The stripping of any asbestos -containing materials from surfaces or
components of a facility.
1.3.1.83 Renovation — Additions to or alterations of the building for purpose of restoration
by removal, repairing, and rebuilding.
1.3.1.84 Response action — A method, including removal, encapsulation, enclosure,
repair, and operation and maintenance, which protects human health and the
environment from friable ACBM.
1.3.1.85 Responsible person — The individual that is designated by the licensed Asbestos
Abatement Contractor, Asbestos Operations and Maintenance Contractor, Asbestos
laboratory, Asbestos Consultant Agency, or Asbestos Management Planner Agency, as
responsible for their operations and compliance with these rules.
1.3.1.86 Shower room - A room between the clean room and the equipment room in the
worker decontamination enclosure with hot and cold or warm running water controllable
at the tap and suitably arranged for complete showering during decontamination.
1.3.1.87 Small-scale, short -duration activities (SSSD) — are tasks such as, but not limited
to removal of asbestos -containing insulation on pipes; removal of small quantities of
asbestos -containing insulation on beams or above ceilings; replacement of an asbestos -
containing gasket on a valve; installation or removal of a small section of drywall;
installation of electrical conduits through or proximate to asbestos -containing materials.
These tasks, when performed in a commercial building, do not require accreditation.
SSSD can be further defined by the following considerations.
A. Removal of small quantities of ACM only if required in the performance of
another maintenance activity not intended as asbestos abatement.
B. Removal of asbestos -containing thermal system insulation not to exceed
amounts greater than those which can be contained in a single glove bag.
C. Minor repairs to damaged thermal system insulation which do not require
removal.
D. Repairs to a piece of asbestos -containing wallboard.
E. Repairs, involving encapsulation, enclosure, or removal, to small amounts of
friable ACBM only if required in the performance of emergency or routine
maintenance activity and not intended solely as asbestos abatement. Such work
may not exceed amounts greater than those which can be contained in a single
prefabricated mini enclosure. Such an enclosure shall conform spatially and
geometrically to the localized work areas, in order to perform its intended
containment function.
1.3.1.88 Staging area - Either the holding area or some area near the waste transfer
airlock where containerized asbestos waste has been placed prior to removal from the
work area.
1.3.1.89 Start date — The dates defined as:
A. asbestos abatement start date — the date on which the disturbance of asbestos
begins.
B. demolition/renovation start date — the date on which the demolition or renovation
process begins.
1.3.1.90 Stop date — the dates defined as:
A. asbestos abatement stop date (completion date) — The date upon which air
monitoring clearance of asbestos abatement has been achieved. Where air
clearance is not required, such as roofing removal, the date upon which the removal
of asbestos -containing material is complete.
B. Demolition/renovation stop date — the date on which the demolition or renovation is
complete.
1.3.1.91 Strip - To take off friable asbestos materials from any part of facility.
1.3.1.92 Structural Member - Any load -supporting member of a facility, such as beams
and load -supporting walls or any non -load -supporting walls or any non -load -supporting
member, such as ceilings and non -load -supporting walls.
1.3.1.93 Surfactant - A chemical wetting agent added to water to improve penetration.
February -March 2024 Project Manual -12 1017 East 291h Street; Lubbock, Texas
Asbestos Abatement
3.1.94 Survey — An activity undertaken in a school building, or a public and commercial
building to determine the presence or location, or to access the condition of, friable or
non -friable asbestos- containing building material (ACBM) or suspected ACBM, whether
by visual or physical examination, or by collecting samples of such material. This term
includes reinspection's of friable and non -friable known or assumed ACBM which has
been previously identified. The term does not include the following:
A. periodic surveillance of the type described in 40 CFR §763.92(b) solely for the
purpose of recording or reporting a change in the condition of known or assumed
ACBM.
B. inspections performed by employees or agents of federal, state, or local
government solely for the purpose of determining compliance with applicable
statutes or regulations; or
C. visual inspections of the type described in 40 CFR §763.90(I) solely for the
purpose of determining completion of response action.
1.3.1.95 TEM — Transmission Electron Microscopy.
1.3.1.96 Transportation of asbestos containing material (ACM) — Moving asbestos
material from one site to another.
1.3.1.97 Visible Emissions - Any emissions containing particulate material that are
visually detectable without the aid of instruments. This does not include condensed un-
combined water vapor.
1.3.1.98 Waste Transfer Airlock - A decontamination system utilized for transferring
containerized waste from inside to outside of the work area.
1.3.1.99 Wet Cleaning - The process of eliminating asbestos contamination from building
surfaces and objects by using cloths, mops or other cleaning utensils which have been
dampened with water and afterwards thoroughly decontaminated or disposed of as
asbestos contaminated waste.
1.3.2 Work Area - Designated rooms, spaces, or areas of the project in which asbestos
abatement actions are to be undertaken or which may become contaminated as a result
of such abatement actions. A contained work area is a work area which has been sealed,
plasticized, and equipped with a decontamination enclosure system. A non -contained
work area is an isolated or controlled -access work area which has not been plasticized
nor equipped with a decontamination enclosure system.
1.3.3 Worker Decontamination Enclosure - A decontamination system consisting of a clean
room, a shower room and an equipment room separated from each other and from the
work area airlocks and contained doorways. This system is used for all workers entering
and exiting the work area and for equipment.
1.3.1.102 Working days — Monday through Friday including holidays which fall on those days.
February -March 2024 Project Manual - 13 1017 East 29th Street; Lubbock, Texas
�HAS$p, 1ii,.
Asbestos Abatement `„ S . O9J'
CP
1.4 Scope of Work
1.4.1 This specification covers the abatement of asbestos hazards from building structur
components listed in 1.4.2. It is the intent of the Contract Documents to show al�,7tn
work necessary to complete the project. `7!F _'f 0
1.4.1.1 Project schedule is as follows:
Pre -Construction Meeting: First Day of Project
Notification Date: In sufficient time to begin on selected start date.
Bond and Insurance Submitted: To Consultant before start of project.
Project Start Date: TBD
Project Completion Date: 200 calendar days after start date.
1.4.2 NEHHAP demolition is to be performed for The City of Lubbock at the Former Coronado
Apartment Complex located at 1017 East 29th Street in Lubbock, Texas.
1.4.3 A floor plan of the facility is located at the back of these specifications in Appendix A.
1.4.4 All submittal forms are located at the back of these specifications in Appendix B.
1.4.5 The work will consist of the removal of the following asbestos -containing
materials:
Site Demolition
• Demolition of all structures on the project site is to be completed following NESHAP
guidelines. All structures on the site are known to contain ACBM but have been
determined by the City of Lubbock to be structurally unsound or unsafe.
• Demolition of all other designated materials and items on the project site, as identified in
the demolition specifications and bid documents.
Note:
No work may beciin until notice to proceed is given by_the building owner or his representative. No
abatement procedures may begin unless the consultant manager is on site and is
notified that work is about to begin.
This includes all prep work. including arrival and stocking. This also includes all project
tear down.
FIRE RETARDANT POLY SHALL BE USED.
All work must be done following all Federal, State and Local Regulations. Where a conflict exists
between these specifications and/or regulations, the more stringent shall apply. The contractor
and all workers are to be licensed by the State of Texas.
All quantities are aS ,,Lrroximate and must be verified by the contractor during the walk rough.
The abatement contractor is responsible for all sampling as required by OSHA and shall be made
available to the project manager daily. The abatement contractor must give the project manager a
letter stating exactly how this OSHA sampling is to be accomplished prior to the start of work.
Negative exposure data will not be acceptable in lieu of personal OSHA sampling.
February -March 2024 Project Manual -14 1017 East 29th Street; Lubbock, Texas
p,. HAS.... �.
Asbestos Abatement ` 'QG
r�
1.4.2.1 Pre -abatement air sampling of the designated work area and the adjoining area if1
accomplished by the project manager/air monitor technician. The project m5pot
monitoring technician has the express permission to conduct the final visudfinspection
and to take the final clearance air samples.
1.4.2.1.1 The air monitoring scheme for this project shall be a minimum of the following:
♦ Base Line Samples — There shall be a minimum of 5 samples taken of each work
area prior to the disturbance of ACM. There is to be a minimum 1250 liters taken at
not over ten (10) liters per sample, these samples are to be archived for 60 days.
When there are multiple work areas the base lines are to be taken just prior to
starting in that work area.
♦ Prep Work Samples — There is to be a minimum of one (1) sample for each adjacent
area and three (3) samples in the work area taken each day. These are to be taken
at 4 to 5 liters collecting approximately 1250 liters per sample each. When feasible
there should be a set of samples taken during the morning shift and the evening shift.
The PM/AMT may use his desecration to vary from this sampling when a different
sampling strategy will better serve representative sampling of the work progress.
♦ Ambient Samples — The following areas are the minimum requirements for ambient
air samples, or work samples. Adjacent area, one (1) per area, negative pressure
machines, at least one (1) in the negative air exhaust (if there is more than one
machine, rotate the samples each time a new cassette or sample is started at each
machine), a minimum number of samples to assure that all areas of the containment
are being sampled during a work shift, care must be taken to assure that there are no
dead spaces that are not sampled, one (1) at the bag -out area, one (1) at the decon
exit. These samples are to be analyzed at the end of each shift.
♦ For all NESHAP work one (1) sample shall be taken down wind and one (1) sample
up wind. When work is be conducted in an occupied building additional sampling is to
be conducted within the occupied areas. Size of occupied area shall dictate the
number of samples to be taken in these areas. A minimum of one (1) shall be taken
with no more than three (3) total be taken unless instructed by the consultant.
♦ Aggressive Clearance Samples — If the samples are to be analyzed by PCM there is
to be a minimum of five (5) samples taken inside containment; one (1) field blank and
one (1) box blank taken at approximately 1250 liters per sample. If the samples are to
be analyzed by TEM there are to be 5 samples taken inside, 5 samples taken
outside, 1 box blank and 2 field blanks.
♦ The Project manager/Air monitor technician must remain on site while the final
clearance samples are running unless access to the regulated area can be
controlled.
♦ The project manager assigned to this project has express permission to conduct
visual clearance and to take the above specified clearance sampling.
All daily samples are to be taken using 25 mm cassettes with an 0.8 MCE filter. These samples
are to be analyzed according to the NIOSH 7400 protocol, counting rules using a Phase Contract
Microscope.
Each day there are to be a minimum of two (2) field blanks or 10% of the total samples collected
analyzed.
Samples are to be analyzed at the end of each shift and results posted. Should the results of any
outside samples be above the clearance level of 0.010 f/cc, work is to be suspended, and the
consultant notified. All corrective action is to be documented. Should it be discovered that there
has been a breech, the area where the breech occurred is to be completely cleaned using a
HEPA vacuum and/or wet wipe.
February -March 2024 Project Manual -15 1017 East 291h Street; Lubbock, Texas
Asbestos Abatement
These are the minimum air monitoring requirements. Should, during the course of the pro
PM/AMT see the need for additional sampling they are to proceed and notify the Consume
approval.
1.4.2.1.2 The contractor is responsible for all scaffolding used on the project and for the
training required by OSHA of all employees including the PM/AMT on the project. This
includes all rolling towers, platform scaffolding and all other ladders or scaffolding used
on this project. The consultant accepts no responsibility, nor liability for the erection of
any scaffolding, for the load limits of any scaffolding or for other safety issues involving
any scaffolding or ladders used except those responsibilities to the Consultant's
employees. All scaffolding is to be designed by a registered engineer and he is to stamp
and sign this design and a copy of this is to be given to the Consultant. The Consultant is
to be held harmless and is to indemnify from any legal action arising from any accident in
connection with any scaffolding, rolling towers or ladders used on this project.
1.4.2.2 No pre -abatement work is to start until the project manager or consultant has approved
all submittals required in these specifications. All submittals must be provided to the
consultant or the PM/AMT no later than the pre -start meeting.
1.4.2.3 Pre -Abatement
1.4.2.3.1 The representative for The City of Lubbock must be notified as to the work schedule
and warning signs as required in 3.1.1.1 of these specifications are to be posted.
1.4.2.3.2The contractor is responsible for securing the work area as specified in 1.8. The
perimeter of the regulated work area must have barricades installed.
1.4.2.3.3 Pre -clean the work area using HEPA vacuum and/or wet wipes.
1.4.2.3.3Remove any furniture, fixtures and equipment from the work area and store as directed
by the Owner. After all the work is complete all removed items are to be replaced in their
original locations.
1.4.2.3.4Install critical barriers and seal all electrical outlets, vents, lights, other openings, and
objects which cannot be disconnected or removed from the work area.
1.4.2.3.6 Set up containment as required in 3.1.1.
1.4.2.3.7 Set up worker decontamination enclosure system as required in 3.1.2.
1.4.2.3.8 Establish and mark emergency exits as required in 3.1.3.5.
1.4.2.3.9Install pressure differential ventilation equipment to provide an air change in the work
area every 15 minutes. This ventilation system is to remain in operation until final air
clearance is received.
1.4.2.3.10 A strip recorder will be used to measure the negative air pressure within
containment and a complete copy of this is to be provided to the Consultant each day. A
negative pressure of 0.02 inches H2O or greater is to be maintained at all times.
1.4.2.4 Abatement Activities
1.4.2.4.1 All HVAC and any other ventilation must be shut down and disconnected and locked -out
and tagged -out when possible.
1.4.2.4.2Removal of asbestos containing material must be pre -wet with amended water and
removed one section at a time.
1.4.2.4.3Contaminated material is to be bagged in small sections as it is removed. No buildup of
debris is to occur on the floor. Bags must be washed and placed in a second bag when
bagging out. Bagged material must be removed through the decon unit or through a bag
out chamber.
1.4.2.4.4Work time shall be 7:00 A.M. to 5:00 P.M. Monday through Friday, unless prior
arrangements are made with the Owner and the Consultant. The contractor shall work a
minimum of eight -hour work shifts. A shift must not exceed 8 hours unless a previous
arrangement has been made and approved by the project manager. If the contractor
works beyond an 8-hour shift, he will be back charged for the PM/AMT time at a rate of
time and a half for weekdays and double time for weekends.
1.4.2.4.5Contractor is to furnish the Project Manager with a work schedule showing the start time
and stop time each day and projected completion date.
February -March 2024 Project Manual -16 1017 East 29th Street; Lubbock, Texas
Asbestos AbatementLp
,fT
1.4.2.4.6The Contractor will be back charged by the Owner for the Project Manager's time and,:
expenses plus 10% when the Contractor fails to work within these scheduled wor
h
a
due to late arrivals or no-shows.
1.4.2.4.7The Contractor will be back charged by the Owner for the Project Manaus time n :t`'``
expenses plus 10% for failure to have on -site his competent person, a required by
OSHA and TAHPR, or failure to have adequate personnel or equipment.
1.4.2.4.8Charges for the Project Manager will be charged back to the Contractor by the Owner
should the project not be completed on the date specified in the contract.
NOTE: It is not the intent of the Owner to penalize the Contractor for unavoidable acts of God,
but to confirm the intentions of the Owner's contract with the Contractor. It is the intent to ensure
the Contractor will maintain an adequate workforce, equipment, and materials to complete this
project in a timely and adequate manner as called for by the Contract and these specifications.
Failure to meet the dates may be the cause of the implementation of the Liquidated Damage
Clause of the contract.
1.4.2.4.9 Final inspection according to specifications. See Section 3.9
1.4.2.4.10Final air samples will be taken by the Project Manager. Samples shall be analyzed by
PCM. Should this set fail the contractor will have to re -clean and a second set of samples taken.
Expenses incurred for the collection of this set will be paid for by the contractor.
1.4.2.4.11 Disposal and transportation as per 3.10 of specification.
1.4.2.4.12 Complete documentation as per EPA requirements.
1.4.2.4.13 The required minimum work force for this project is to be a sufficient number of
certified asbestos workers to complete this project as scheduled, the number of
workers must be approved by the project manager, and there must be sufficient
certified supervisors. The supervisor must be present at all times and must go into the
containment at least 25% of the time. All workers on this project must have a current
state asbestos license when applicable in hand as well as current certification and
physical. No pending application for workers or supervisors will be acceptable. All
workers must have current certification as required by AHERA, and a current state
license. If the project manager feels that there are too many workers in the work area,
he has the authority to remove any number of workers he deems adequate. No work
may be conducted unless the Consultants Project Manager is present at the job site.
1.5 Description of Work
1.5.1 The work specified herein shall be the removal and disposal of asbestos -containing
materials by competent persons; trained, knowledgeable and qualified in the techniques
of abatement, handling and disposal of asbestos containing and asbestos contaminated
materials and the subsequent cleaning of contaminated areas, who comply with all
applicable Federal, State, and Local regulations and are capable of and willing to perform
the work of this Contract.
1.5.2 The Contractor shall supply all labor, materials, services, insurance, permits and
equipment necessary to carry out the work in accordance with all applicable Federal,
State and Local regulations, and these specifications. The Contractor shall NOT be
responsible for the TDSHS notification fee. This fee shall be the responsibility of the
Building Owner.
1.5.3 The Contractor shall pay all royalties and license fees. The Contractor shall defend all
suits or claims for infringement of any patent rights and shall save the Consultant and
Owner harmless from loss on account hereof, except that the Owner shall be responsible
for all such loss when a particular design process on the product of a particular
manufacture or manufacturer is specified, but if the Contractor has reason to believe the
design, process or product specified is an infringement of a patent the Contractor shall be
responsible for such loss unless he promptly gives such information to the Owner.
1.5.4 The Contractor is responsible for the grounds surrounding the buildings as well as the
building itself during the removal time. If there is any damage to the property, any of it's
furnishings, finishes or any other of the owner's property. If there is any damage to any of
the proceedings the contractor shall pay full replacement cost.
1.5.4.1 If the Owner permits the Contractor to use any of the Owner's equipment, tools or
facilities, such use will be gratuitous and the Contractor shall release the Owner from any
February -March 2024 Project Manual -17 1017 East 291h Street; Lubbock, Texas
Asbestos Abatement
responsibility arising from claims for personal injuries, including death, arising out of the
use of such equipment, tools, or facilities irrespective of the condition thereof or any
negligence on the part of the Owner in permitting their use.
1.6 Applicable Standards and Guidelines
1.6.1 General Requirements
1.6.1.1 All work under this contract shall be done in strict accordance with all applicable Federal,
State and Local regulations, standards and codes governing asbestos abatement and
other trade work done in conjunction with the abatement.
1.6.1.2 The most current edition of any relevant regulation, standard, document, or code shall be
in effect. Where conflict among the requirements or with these specifications exists the
most stringent requirements shall be utilized.
1.6.1.3 Copies of all standards, regulations, codes. M.S.D. Sheets and other applicable
documents, including this specification and those listed in Section 1.6.2 shall be available
at the work site in the clean change area of the worker decontamination system.
1.6.2 Specific Requirements.
1.6.2.1 Occupational Safety and Health Administration (OSHA)
1.6.2.1.1 Title 29 Code of Federal Regulations, Section 1910,1001-General Industry Standard for
Asbestos.
1.6.2.1.2 1926.1101, titled, "Occupational Exposure to Asbestos, Tremolite, Anthophyllite,
Actinolite", October 11, 1994.
1.6.2.1.3 Title 29 Code of Federal Regulation, Section 1910, 134 General Industry Standard for
Respiratory Protection.
1.6.2.1.4 4 Title 29 Code of Federal Regulations, Section 1926 Construction Industry.
1.6.2.1.5 Title 29 Code of Federal Regulations, Section 1910.2 Access to Employee Exposure
and Medical Records.
1.6.2.1.6 Title 29 Code of Federal Regulations, Section 1910.1200 Hazard Communication.
1.6.2.2 Environmental Protection Agency (EPA)
1.6.2.2.1 Title 40 Code of Federal Regulations, Part 61, Subparts A and M (Revised Subpart B)-
National Emission Standard for Asbestos.
1.6.2.2.2Title 40 CFR Part 61, Subpart G, 763.120-763.126 and Appendices A, C, D, and E titled
Asbestos Abatement Projects: Worker Protection Rules" February 25, 1987.
1.6.2.2.3Title 40 CFR Part 763 Subpart E, 763.80-763.99, and Appendices A and B titled,
Asbestos Containing Materials in Schools" (AHERA rules), July 1, 1992. Plan" February
3, 1994.
1.6.2.2.4Title 40 CFR Part 763 Subpart E, Appendix B, titled, Work Practices and Engineering
Controls for Small Scale, Short Duration Operations Maintenance and Repair (O&M)
Activities Involving ACM", July 1,1992.
1.6.2.2.5Title 40 CFR Part 763, Subpart E, Appendix D, titled, "Transport and Disposal of
Asbestos Waste" July 1, 1993.
1.6.2.2.6Title 40 CFR Part 763, Subpart F, Appendix A, Section 1, Titled," Polarized Light
Microscopy", July 1, 1992.
1.6.2.2.7Title 40 CFR Part 763, Subpart E, Appendix A, titled, "Transmission Electron Microscopy
Analytic Methods", July 1, 1992.
1.6.2.2.8Title 49 CFR Chapter 1, Part 172, Appendix A, Subchapter C, October 1, 1992, and Title
49 CFR Chapter 1, Part 172, Appendix A, Subpart H, October 1, 1992.
(The above regulations are required to be on the job site as required by the TDSHS (295.33).
1.7 Submittals and Notices
1.7.1 Contractor shall:
1.7.1.1 Prior to Commencement of Work:
1.7.1.1.1 All projects regardless of size must have a notification sent to the Texas Department of
State Health Services (11) eleven working days prior to the start of the project. It is the
responsibility of the abatement contractor to send this notification. The building owner is
responsible for the permit fee that is required by the Texas Department of State Health
Services unless there is a prior agreement with the owner. Provide the Building Owner
and Consultant with a copy of the notification.
February -March 2024 Project Manual -18 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
1.7.1.1.2Submit proof satisfactory to the Building Owner that required permits, license, site
location and arrangements for transport and disposal of asbestos -containing waste
materials have been made. Obtain and submit a copy of handling procedures and list of
protective equipment utilized for asbestos disposal at the landfill, signed by the Landfill
Owner (Required for all abatement projects).
1.7 1.1.3Submit documentation satisfactory to the Building Owner that the Contractor's
employees, including foreman, supervisors and any other company personnel or agents
who may be exposed to airborne asbestos fibers or who may be responsible for any
aspects of abatement activities, have received adequate training that includes, at a
minimum, information in Part 4, Section 4.1 of this document.
1.7.1.1.4Submit documentation from a physician that all employees or agents who may be
exposed to airborne asbestos in excess of background level have been provided with an
opportunity to be medically monitored to determine whether they are physically capable
of working while wearing the respirator required without suffering adverse health effects.
In addition, document that personnel have received medical monitoring as required in
OSHA 29 CFR 1910.1001. The Contractor must be aware of and provide information to
the examining physician about unusual conditions in the workplace environment (e.g.,
high temperatures, humidity, chemical contaminant) that may impact on the employee's
ability to perform work activities.
1.7.1.1.5Contractor should, after inspection of job site, submit in writing to the Owner any existing
damage found.
1.7.1.1.6Spray glue shall not be applied to any walls, doors, or any other finished surface within
any building. Damage caused by any spray glue is the sole responsibility of the
abatement contractor and must be cleaned prior to leaving the project. If the contractor
does not do so the owner will have the spray glue removed and back charge the
contractor. Where splash guards are attached to a finished surface it is recommended
that the contractor use 3M no stick blue tape. The abatement contractor shall repair any
damage to any finished surface caused by his work. Where painting is required, it shall
be the entire area damaged, i.e., if it is a wall, it shall be painted corner to corner, floor to
ceiling. If the paint cannot be matched at the owners request the entire room or units,
i.e., doors etc. must be painted in a color selected by the owner. The abatement
contractor shall also exercise caution and common sense when removing any cove base
and make sure that there is no damage to the walls. Any damage caused by removal of
the cove base shall be repaired at the abatement contractor's expense.
1.7.1.1.7Any damage other than as listed in 1.7.1.1.6 that is caused to the building or any
building components or building furnishings shall be repaired at the abatement
contractor's expense.
1.7.1.1.8Submit manufacturer's certification that the HEPA vacuum, negative pressure ventilation
units and other local exhaust ventilation equipment conform to ANSI 29,2-79.
1.7.1.1.9Document NIOSH approvals for all respiratory protective devices utilized on the site.
Include manufacturer certification of HEPA filtration capabilities for all cartridges and
filters.
1.7.1.1.10 Submit documentation of respirator fit testing for all Contractor employees and
agents who must enter the work area. This fit testing shall be in accordance with
qualitative procedures as detailed in the OSHA Standard 29 CFR 1910.1025 Appendix
D Qualitative Fit Text Protocol or be quantitative in nature.
1.7.1.2 Submit copies of all M.S.D. sheets for all products that are to be used on the project.
Copies of these sheets must be kept in a notebook at the job site.
1.7.1.1.9.1 Submit documentation of your company's Hazard Communication Program.
1.7.1.2 During Abatement Activities:
1.7.1.2.1 Submit copies of all transport manifests, trip tickets and disposal receipts for all asbestos
waste materials removed from the work area during the abatement process to the
building owner or his representative.
1.7.1.2.2Submit daily copies of work site entry logbooks with information on worker and visitor
access.
February -March 2024 Project Manual -19 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
1.7.1.2.3Submit logs documenting filter changes on respirators, HEPA vacuums, negative
pressure ventilation units, and other engineering controls.
1.7.1.2.4Submit results of materials testing conducted during abatement activities (e.g., testing of
encapsulant for depth of penetration, testing of substitute materials for adherence to
encapsulated surfaces).
17.1.2.5 Post in the clean room area of the worker decontamination enclosure a list containing the
names, addresses, and telephone numbers of the Contractor, the Building Owner, the
Asbestos Project Officer, The General Superintendent, the Air Sampling Professionals,
the Testing laboratory and any other personnel who may be required to assist during
abatement activities (e.g. Safety Officer, Building Maintenance Supervisor, Energy
Conservation Officer).
1,7.1.2.6 The contractor shall certify in writing that no materials used in the work contain
lead or asbestos materials in them in excess of amounts allowed by Local/State
standards, laws, codes, rules and regulations; the Federal Environmental Protection
Agency (EPA) standards and/or the Federal Occupational Safety and Health
Administration (OSHA) standards, whichever is most restrictive. The Contractor shall
provide this written certification as part of his submittals under Section 1.7 of the
specifications.
1.7.2 Owner Shall:
1.7.2.1 Prior to Commencement of Work:
1.7.2.1.1 Notify occupants of work areas that may be disrupted by the abatement of project dates
and requirements for relocation. Arrangements must be made prior to start, for
relocation of desks, files, equipment, and personal possessions to avoid unauthorized
access into the work area.
1.7.2.1.2Document that Owner's employees who will be required to enter the work area during
abatement have received training equal to that detailed in Part 4, Section 4.1. (This
training may be provided by the Contractor's or the Owner's training consultant at the
Owner's discretion).
1.7.2.2 During Abatement
1.7.2.2.1 Submit to the Contractor, results of bulk material analysis and air sampling data
collected during the course of the abatement.
1.7.2.2.2The Contractor will be responsible for personal air monitoring as required by OSHA for
his employees.
1.7.2.2.3The Owner will be responsible for furnishing an Asbestos Consultant. The Consultant
may assign some on -site duties to a Project Manager/Air Monitoring Professional. This
Project Manager/Air monitor technician will be in charge of all air monitoring as required
by the Owner. The Project Manager will have the authority to stop work at any time he
feels it necessary, because of the failure of the Contractor to follow these specifications
or regulations. Any unsafe conditions that result in any accident or injury shall be the
responsibility of the contractor and said contractor shall hold the owner and the
consultant harmless from any legal proceeding or claims. The Project Manager/Air
monitor technician shall be responsible for the final visual inspection and for the taking of
the final clearance air sample and said responsibilities have been granted to the Project
Manager/Air Monitor Technician by the consultant.
1.7.2.2.4The Project Manager/Air monitor technician shall be responsible for the final visual
inspection and for the taking of the final clearance air samples.
1.7.3 Construction Contractor Shall:
1.7.3.1 Prior to Commencement of Work:
1.7.3.2 The construction contractor shall certify in writing that no materials used in the work
contain lead or asbestos materials in them in excess of amounts allowed by Local/State
standards, laws, codes, rules and regulations; the Federal Environmental Protection
Agency (EPA) standards and/or the Federal Occupational Safety and Health
Administration (OSHA) standards, whichever is most restrictive. The Contractor shall
provide this written certification as part of his submittals under Section 1.7 of the
specifications.
February -March 2024 Project Manual - 20 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
1.8 Site Security
1.8.1 The work area is to be restricted to authorized, trained, and protected personnel only.
These may include the Contractor's employees, employees of Subcontractors, Owner
employees and representatives, State and Local inspectors and any other designated
individuals. A list of authorized personnel shall be established prior to job start and
posted in the clean room of the worker decontamination facility.
1.8.1.1 Entry into the work area by unauthorized individuals shall be reported immediately to the
Building Owner and the project manager by the Contractor.
1.8.1.2 In addition to the above logbook, each worker or each licensee on the project must keep
a daily record of his or her activities (TDSHS Regulations 295.58 (d)).
1.8.1.3 A Logbook shall be maintained in the clean -room area of the worker decontamination
system. Anyone who enters the work area must record their name, affiliation, time in and
time out for each entry.
1.8.1.4 Access to the work area shall be through a single worker decontamination system
located at (designated location at the work site). All other means of access (Doors,
windows, hallways, etc.) shall be blocked or locked so as to prevent entry to or exit from
the work area. The only exceptions to this rule are the waste pass -out airlock which shall
be sealed except during the removal of containerized asbestos waste from the work area,
and emergency exits in the case of fire or accident. Emergency exits shall NOT be locked
from the inside; however, they shall be sealed with polyethylene sheeting and tape until
needed. Emergency exits shall have a sign and be clearly marked.
1.8.1.5 Contractors should have control of site security during abatement operations, in order to
protect work efforts and equipment.
1.8.1.6 Contractor will have Owner's assistance in notifying building occupants of impending
activity and enforcement of restricted access by Owner's employees.
1.9 Emergency Planning
1.9.1 Emergency planning shall be developed prior to abatement initiation and agreed to by
Contractor and Owner.
1.9.1.1 Emergency procedures shall be in written form and prominently posted in the clean
change area and equipment room of the worker decontamination area. Everyone, prior to
entering the work area, must read and sign these procedures to acknowledge receipt and
understanding of work site layout, location of emergency exits and emergency
procedures.
1.9.1.2 Emergency planning shall include written notification for police, fire and emergency
medical personnel of planned abatement activities, work schedule and layout of work
area, particularly that which may affect response capabilities.
1.9.1.3 Emergency planning shall include considerations of fire, explosion, toxic atmospheres,
electrical hazards, slips, trips and falls, scaffolding, eye protection, confined spaces, and
heat related injury. Written procedures shall be developed and employee training in
procedures shall be provided. Daily safety meetings in accordance with OSHA are the
responsibility of the contractor.
1.9.1.4 Employees shall be trained in evacuation procedures in the event of workplace
emergencies.
1.9.1.4 For non -life -threatening situations, employees injured or otherwise incapacitated shall
decontaminate following normal procedures with assistance from fellow workers, if
necessary, before exiting the workplace to obtain proper medical treatment.
1.9.1.5 For life -threatening injury or illness, worker decontamination shall take least priority after
measures to stabilize the injured worker, remove him from the workplace and secure
proper medical treatment.
1.9.1.6 The telephone numbers of all emergency response personnel shall be prominently
posted in the clean change area and equipment room, along with the location of the
nearest telephone.
1.9.1.7 There must be a telephone available for emergency use at all times. If the owner does
not have one on site, the contractor must provide one at his expense.
February -March 2024 Project Manual - 21 1017 East 291h Street; Lubbock, Texas
Asbestos Abatement
1.10 Pre -Start Meeting
1.10.1 The successful Proposer shall attend a pre -start job meeting. Attending this meeting will
be representatives of the Owner and the Owner's agents along with testing/monitoring
personnel (e.g., Asbestos Project Manager, Air sampling Professional) who will actually
participate in the Owner's testing/monitoring program.
1.10.1.1 The Contractor and supervisory personnel who will provide on -site direction of
the abatement activities must attend.
1.10.1.2 At this meeting, the Contractor shall provide all submittals as required in Section
1.7. Failure to do this will result in the Contract being awarded to the next qualified
Proposer. In addition, he shall be prepared to provide detailed information concerning:
1.10.1.3 Preparation of work area.
1.10.1.4 Personnel protective equipment including respiratory protection and protective clothing.
1.10.1.5 Employees who will participate in the project, including delineation of experience,
training, and assigned responsibilities during the project.
1.10.1.6 Decontamination procedures for personnel, work area and equipment.
1.10.1.7 Abatement methods and procedures to be utilized.
1.10.1.8 OSHA Required air monitoring procedures.
1.10.1.9 Procedures for handling and disposing of waste materials.
1.10.1.10 Procedures for final decontamination and cleanup.
1.10.1.11 A sequence of work and performance schedule.
1.10.1.12 Procedures for dealing with heat stress.
1.10.1.13 Emergency procedures.
1.10.1.14Items that MUST be presented at the pre -start meeting are; Performance and Payment
Bond, if required, Insurance Certifications as required in 1.1, asbestos workers
certifications, physicals and required State license for those workers to work on this
project only, logs documenting filter changes in respirators, HEPA vacuum and negative
pressure ventilation units as required in 1.7, and work schedule. Failure to have this
material ready at the pre -start meeting could result in the project being awarded to the
next person who submitted a Bid.
1.10.1.15The contractor shall submit the name of the project supervisor, (THIS SUPERVISOR
CANNOT BE REPLACED WITHOUT PRIOR NOTIFICATION AND APPROVAL OF
THE PROJECT MANAGER). The project supervisor is to be present at all times and
spend 25% of his time in containment. He is to see that there is someone to maintain
the containment at all times. It is his responsibility to ensure that all TDSHS, EPA,
OSHA and the project specifications are followed at all times. He is to report any failure
to do so to the Consultants Project Manager immediately.
PART 2 MATERIAL AND EQUIPMENT
2.1 Materials
2.1.1 General (All abatement projects)
2.1.1.1 Deliver all materials in the original packages, containers or bundles bearing the name of
the manufacturer and the brand name.
2.1.1.2 Store all materials subject to damage off the ground away from wet or damp surfaces and
under cover sufficient enough to prevent damage or contamination. Replacement
materials shall be stored outside of the work area until abatement is completed.
2.1.1.3 Damaged, deteriorating or previously used materials shall not be used and shall be
removed from the work site and disposed of properly.
2.1.1.4 Polyethylene sheeting for walls and stationary objects shall be a minimum of 4-mil thick.
For floors and all other uses sheeting of at least 6-mil thickness shall be used in widths
selected to minimize the frequency of joints. All poly is to be fire retardant.
2.1.1.5 Method of attaching polyethylene sheeting shall be agreed upon in advance by the
Contractor and Building Owner and selected to minimize damage to equipment and
surfaces. Method of attachment may include any combination of duct tape or other
waterproof tape, furring strips, spray glue, staples, nails, screws, or other effective
procedures capable of sealing polyethylene to dissimilar finished or unfinished surfaces
under both wet and dry conditions (including the use of amended water).
February -March 2024 Project Manual - 22 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
2.1.1.6 Polyethylene sheeting utilized for worker decontamination enclosure shall be opaque
white or black in color.
2.1.1.7 Sufficient protection should be placed under scaffold legs, ladders, or other equipment to
prevent damage to any building components, equipment, or furnishings.
2.1.1.8 Disposal bags shall be of 6-mil polyethylene, pre- printed with labels as required by EPA
regulation 40 CFR 61. 152 (b) (i) (iv) or OSHA requirement 29 CFR 1910.1001 (g) (2) (ii).
2.1.1.9 Disposal drums shall be metal or fiberboard with locking ring tops.
2.1.1.10 Stick -on labels as per EPA or OSHA requirements (see 2.1.1.8) for disposal
drums, bags or wrapped ACM.
2.1.1.11 Warning signs and generator identification labels as required by TAHPR and OSHA.
2.1.2 Removal
2.1.2.1 Surfactant (wetting agent) shall be a 50/50 mixture of polyoxyethlyene ether and
polyoxyethylene ester, or equivalent, mixed in a proportion of 1 fluid ounce to 5 gallons of
water or as specified by manufacturer. (An equivalent surfactant shall be understood to
mean a material with a surface tension of 29 dynes/cm as tested in its properly mixed
concentration using ASTM method D1331-56- "Surface and Interfacial Tension of
Solutions of Surface -Active Agents").
2.1.2.2 After removal, a lock down spray must be used to contain any fiber remaining imbedded
in the substrate. Care must be taken to cover the entire work area completely.
2.1.2.3 Additional materials as necessary for removal, as specified in 2.1.2.
2.2 Equipment
2.2.1 General
2.2.1.1 A sufficient quantity of negative pressure ventilation units equipped with HEPA filtration
and operated in accordance with ANSI 29.2.79 (local exhaust ventilation requirements)
and EPA guidance document EPA 560/5-83-002 Guidance for controlling Friable
Asbestos -Containing Materials in Building Appendix F: Recommended Specifications
and Operating Procedures for the Use of Negative Pressure Systems for Asbestos
Abatement shall be utilized so as to provide a minimum of one work place AIR CHANGE
EVERY 15 MINUTES. A pressure differential of 0.02 in. H2O as measured with a
recording manometer.
To calculate total air flow requirement:
Total ft.3 /min=Vol. of work area (in ft.3)
To calculate the number of units needed for the abatement: Number of units needed=
(total cu. ft./min.) (capacity of unit (use 80% of rated capacity) in cu. ft./min.).
If air -supplied respirators are utilized, estimate the volume of supplied air, and add to
workplace air volume when calculating ventilation requirements. For small enclosures
and glove bags, an HEPA filtered vacuum system may be utilized to provide negative air
pressure.
2.2.1.2 Type "C" air supplied respirators in positive pressure or pressure demand mode with full
face piece and HEPA filtered disconnect protection are recommended by the U.S. EPA
for all full shift abatement work until the successful completion of final clearance air
monitoring. Powered air purifying respirators equipped with HEPA filters and full -face
pieces of respirators with a higher NIOSH assigned protection factor may be used for
inspection or repair work for less than 1 hour duration per day. A sufficient supply of
charged replacement batteries and filters and a flow test meter shall be available in the
clean change area for use with powered air purifying respirators. Half Mask respirators
with dual high -efficiency (HEPA) filters may be utilized during work area preparation
activities if approved by the Consultant. (See Section 3.4.1.2.) Spectacle kits and
eyeglasses must be provided for employees who wear glasses and who must wear full -
face piece respirators. Respirators shall be provided that have been tested and approved
by the National Institute of Occupational Safety and Health for use in asbestos
contaminated atmospheres with air volumes and pressures to accommodate respirator
manufacturer's specifications. The compressed air systems shall have a receiver of
adequate capacity to allow escape of all respirator wearers from contaminated areas in
the event of compressor failure. Manufacturer approved emergency egress filters must
be in place on each face piece. Compressors must meet the requirements of 29 CFR
February -March 2024 Project Manual - 23 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
1910.134 (d). Compressors must have an in -line carbon monoxide monitor and an
audible alarm and periodic inspection of the carbon monoxide monitor must be
evidenced. Documentation of adequacy of compressed air systems/respiratory protection
system must be retained on site. This documentation will include a list of compatible
components with the maximum number and type of respirators that may be used with the
system. Periodic testing of compressed air shall ensure that systems provide air of
sufficient quality (Grade D breathing air as described in Compressed Gas Association
Commodity Specifications G-7.1).
2.2.1.3 Full body disposable protective clothing, including head, body, and foot covering (unless
using footwear as described in 2.2.1.5) consisting of material impenetrable by asbestos
fibers (Tyvek R or equivalent) shall be provided to all workers and authorized visitors in
sizes adequate to accommodate movement without tearing.
2.2.1.4 Additional safety equipment (e.g. hard hats, meeting the requirements of ANSI Standard
Z89.1-1981, eye protection, meeting the requirements of ANSI Standard Z87.2-1979,
safety shoes, meeting the requirement of ANSI Standard Z41.1-1067, disposable PVC
gloves), as necessary shall be provided to all workers and authorized visitors.
2.2.1.5 Non -Skid footwear shall be provided to all abatement workers. Disposable clothing shall
be adequately sealed to the footwear to prevent body contamination.
2.2.1.6 A sufficient supply of disposable mops, rags and sponges for work area decontamination
shall be available.
2.2.2 Removal
2.2.2.1 A sufficient supply of scaffolds, ladders, lifts, and hand tools (e.g., scrapers, wire cutters,
brushes, utility knives, wire saws, etc.) shall be provided as needed. The use of all
ladders and scaffolding must be in strict adherence with OSHA regulations.
Scaffolding:
The contractor is responsible for all scaffolding used on the project and for the training
required by OSHA of all employees and the PM/AMT on the project. This includes all
rolling towers, platform scaffolding, man lifts and all other ladders or scaffolding used on
this project. The consultant accepts no responsibility or liability for the erection of any
scaffolding, for the load limits of any scaffolding or for other safety issues involving any
scaffolding or ladders used on this project.
All scaffolding must be erected by a scaffolding company that has been in business for a
minimum of three years. All scaffolding that is erected is to be designed by a licensed engineer
and a signed, stamped copy of his approval must be given to the building owner or his
representative. No work on the scaffolding may begin until this has been done. The
consultant shall be held harmless and indemnity against any accident or legal action resulting
from this scaffolding.
2.2.2.2 Sprayers with pumps capable of providing 500 pounds per square inch (psi) at the nozzle
tip at a flow rate of 2 gallons per minute for spraying amended water.
2.2.2.3 Rubber dustpans and rubber squeegees shall be provided for cleanup.
2.2.2.4 Brushes utilized for removing loose asbestos -containing material shall have nylon or fiber
bristles, not metal.
2.2.2.5 A sufficient supply of HEPA filtered vacuum systems shall be available during cleanup.
2.2.3 Enclosures
2.23.1 Hand tools equipped with HEPA filtered local exhaust ventilation shall be utilized during
the installation of enclosures and supports if there is any need to disturb asbestos -
containing materials during this process.
2.3 Substitutions
2.3.1 Approval Required:
2.3.1.1 The Contract is based on the materials, equipment and methods described in the
Contract Documents.
2.3.1.2 The Building Owner will consider Bids for substitutions of materials, equipment, and
methods only when such Bids are accompanied by full and complete technical data and
all other information required by the Owner to evaluate the proposed substitution. Any
February -March 2024 Project Manual - 24 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
substitution request is to be submitted through the Consultants Project Manager for
approval.
2.3.1.3 Do not substitute materials, equipment, or methods unless such substitution has been
specifically approved for this work by the Building Owner and Consultant.
2.3.2 "Or equal":
2.3.2.1 Where the phrase " or equal" or "or equal as approved by the Owner" occurs in the
Contract Document, do not assume that materials, equipment, or methods will be
approved by the Owner unless the item has been specifically approved for the work by
the Owner and Consultant
2.3.2.2 The decision of the Owner or his representative shall be final.
PART 3 EXECUTION
3.1 Preparation
3.1.1 Work Area (The contractor shall not work in more than one containment at a time
with out prior approval from the Consultant)
3.1.1.1 Post signs meeting the specifications of TAHPR and OSHA in English and Spanish at
any location and approaches to a location where airborne concentrations of asbestos
may exceed ambient background levels. Signs shall be posted at a distance sufficiently
far enough away from the work area to permit an employee to read the sign and take the
necessary protective measures to avoid exposure. Additional signs may need to be
posted following the construction of workplace enclosure barriers.
3.1.1.2 Ensure safe installation (including ground faulting) of temporary power sources and
equipment by compliance with all applicable electrical code requirements and OSHA
requirements for temporary electrical systems. Contractors shall connect to the existing
Owner system using only licensed tradesmen and in accordance with all State and local
regulations and building codes. All cost for electricity shall be paid for by the Owner. less
otherwise specified. If Owners electrical source is inadequate, the Contract. shall provide
alternate electrical power at the Contractor's expense. Tying in of contractors panel to
existing electrical panel shall be done by a licensed electrical contractor and shall be paid
for by the contractor.
3.1.1.3 Shut down and lock out and tag -out all heating, ventilation, and air conditioning system
(HVAC) components that are in, supply or pass through the work area. (Note: Interiors of
existing ductwork may require decontamination. This may be done during the pre -
cleaning phase of operations before the ductwork is sealed off or during the final cleaning
phase prior to re -engagement of the system. Appropriate equipment and control
measures shall be utilized to prevent contamination of building spaces during this
operation. Adequate cleaning of ductwork may sometimes be accomplished by drawing
high volumes of air through the system using the HEPA filtered negative pressure
ventilation units) Investigate the work area and agree on pre -abatement condition with
the Building Owner. Seal all intake and exhaust vents in the work area with tape and E-
mil polyethylene. Also seal any seams in system components that pass through the work
area. Remove all HVAC filters and place in labeled 6-mil polyethylene bags for staging
and eventual disposal as asbestos -contaminated waste.
3.1.1.4 The Contractor shall provide sanitary facilities for abatement personnel outside of the
enclosed work area and maintain them in a clean and sanitary condition throughout the
project. If facilities are not available for use from the Owner, the Contractor shall provide
temporary facilities at the Contractors expense. These facilities must meet OSHA's
minimum standard.
3.1.1.5 The Owner will provide water for construction purposes. Contractors shall connect to the
existing Owner system using only licensed tradesmen and in accordance with all State
and local regulations and building codes.
3.1.1.6 Pre -clean all movable objects within the work area using a HEPA filtered vacuum and/or
wet cleaning methods as appropriate. After cleaning, these objects shall be removed
from the work area and carefully stored in an uncontaminated location. (Carpeting,
drapes, clothing, upholstered furniture, and other fabric items may be disposed of as
asbestos contaminated waste or cleaned as asbestos contaminated items utilizing HEPA
vacuum techniques and off- premises steam cleaning. Since adequate cleaning of
February -March 2024 Project Manual - 25 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
severely contaminated fabric is difficult, the Building Owner or Consultant must carefully
consider whether this option is appropriate. After abatement, all moved items are to be
replaced in their original location.
3.1.1.7 Pre -clean all fixed objects in the work area using HEPA filtered vacuum and/or wet
cleaning techniques as appropriate. Careful attention must be paid to machinery behind
grills or gratings where access may be difficult. After pre -cleaning, enclose fixed objects
in 4-mil polyethylene sheeting and seal securely in place with tape.
3.1.1.8 Pre -clean all surfaces in the work area using HEPA filtered vacuums and/or wet cleaning
methods as appropriate. Do not use any methods that would raise dust such as dry
sweeping or vacuuming with equipment not equipped with HEPA filters. Do not disturb
asbestos -containing materials during the pre -cleaning phase.
3.1.1.8.1 Seal off all windows, doorways, elevator opening, corridor entrances, drains,
ducts, grills, grates, diffusers skylights and any other openings between the work area
and uncontaminated areas outside of the work area (including the outside of the building,
tunnels and crawl spaces) with 6-mil polyethylene sheeting and tape (see Section 3.1.4-
Isolation work area from occupied areas).
3.1.1.10 Cover floors in the work area with polyethylene.
3.1.1.10.1.1 The floor shall be covered with two layers of 6-mil (minimum) sheeting. Both layers
shall extend up the wall a minimum of 12" under the wall poly. Additional layers of
sheeting may be utilized as drop cloths to aid in cleanup of bulk materials. All poly is
to be fire retardant.
3.1.1.10.2Plastic shall be sized to minimize seams. If the floor area necessitates seams, those on
successive layers of sheeting shall be staggered to reduce the potential for water to
penetrate to the flooring material. Do NOT locate any seams at wall/floor joints.
3.1.1.10.3 Floor sheeting shall extend a minimum of 12" up the side walls of the work area.
3.1.1.10.3Sheeting shall be installed in a fashion so as to prevent slippage between successive
layers of material. (Vinyl sheeting may be used for improved traction on floors).
3.1.1.11 Walls shall be covered with a minimum of two layers of 4-mil polyethylene sheeting. All
poly is to be fire retardant.
3.1.1.12 For the removal of floor tile and or mastic only all critical barriers shall be
installed. There shall be a four -foot splash guard of 6 mil poly placed on all walls
in lieu of full containment. Negative pressure and full decon is required.
3.1.1.12.1 Plastic shall be sized to minimize seams. Seams shall be staggered and separated by
a distance of at least 6 feet.
3.1.1.12.2Wall sheeting shall overlap floor sheeting by at least 12 inches beyond the wall/floor
joint to provide a better seal against water damage and for negative pressure.
3.1.1.12.3Wall sheeting shall be secured adequately to prevent it from falling away from the
walls. This will require additional support attachment when negative pressure
ventilation systems are utilized. (Note: See Section 2.1.1.5.)
3.1.1.12.41-ower utilities as necessary and re -install in a manner which permits proper utilization
and does not disturb the integrity of the enclosure. Utility maintenance should not
require the enclosure to be opened or disturbed. (If it does, an alternative abatement
strategy is indicated.)
3.1.2 Worker Decontamination Enclosure Systems
3.1.2.1 Worker decontamination enclosure systems shall be provided at all locations where
workers will enter or exit the work area. One system at a single location for each
contained work area is preferred. These systems may consist of existing rooms outside
of the work area, if the layout is appropriate, that can be enclosed in plastic sheeting and
are accessible from the work area. When this situation does not exist, enclosure systems
may be constructed out of metal, wood, or plastic support as appropriate.
3.1.2.2 Plans for construction, including materials and layout, shall be submitted as shop
drawings, and approved, in writing or verbally by the Building Owner or his representative
prior to work initiation. Worker decontamination enclosure systems constructed at the
work site shall utilize 6-mil opaque black or white polyethylene sheeting or other
acceptable materials for privacy.
February -March 2024 Project Manual - 26 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
3.1.2.3 The worker decontamination enclosure system shall consist of at least one clean room, a
shower room, and an equipment room, each separated from each other and from the
work area by airlock.
3.1.2.4 Entry to and exit from all airlocks and decontamination enclosure system chambers shall
be through curtained doorways consisting of two sheets of overlapping polyethylene
sheeting. One sheet shall be secured at the top and left side, the other sheet at the top
and right side. Both sheets shall have weights attached to the bottom to ensure that they
hang straight and maintain a seal over the doorway when not in use. Doorway design,
providing equivalent protection and acceptable to the Building Owner may be utilized.
3.1.2.5 Access between any two rooms in the decontamination enclosure system shall be
through an airlock with at least 3 feet separating each curtained doorway. Pathways into
(from clean to contaminated) and out from (contaminated to clean) the work area shall be
clearly designated.
3.1.2.6 A clean room shall be sized to adequately accommodate the work crew. Benches shall
be provided as well as hooks for hanging up street clothes. (Lockers may be provided for
valuables, however, workers may be requested to secure valuables in their cars) Shelves
for storing respirators shall also be provided in this area. Clean disposable clothing,
replacement filters for respirators, towels and other necessary items shall be provided in
adequate supply in the clean room. A location for posting shall also be provided in this
area. Whenever possible, a lockable door shall be used to permit access into the clean
room from outside the work area. Lighting, heat, and electricity shall be provided as
necessary for comfort. This space shall not be used for storage of tools, equipment, or
materials, (except as specifically designated) or as office space.
3.1.2.7 The shower room shall contain showers sufficient to meet OSHA minimum standards.
Each showerhead shall be supplied with hot and cold water adjustable at the tap. The
shower enclosure shall be constructed to ensure against leakage of any kind. An
adequate supply of soap, shampoo and towels shall be supplied by the Contractor and
available at all times. Shower water shall be drained, collected, and filtered through a
system with at least 5-micron particle size collection capability. (Note: A system
containing a series of several filters with progressively smaller pore sizes is
recommended to avoid rapid clogging of filtration system by large particles.
3.1.2.8 The equipment room shall be used for storage of equipment and tools at the end of a
shift after they have been decontaminated using a HEPA filtered vacuum and/or wet
cleaning techniques as appropriate. Replacement filters (in sealed containers until used)
for HEPA vacuums and negative pressure ventilation equipment, extra tools, containers
of surfactant and other materials and equipment that may be required during the
abatement may also be stored here as needed. A drum lined with a labeled 6-mil
polyethylene bag for collection of disposable clothing shall be located in this room.
Contaminated footwear (e.g., rubber boots, other reusable footwear) shall be stored in
this area for reuse the following workday.
3.1.3 Waste container pass -out airlock (usually required only on large jobs) and
emergency exits.
3.1.3.1 The waste container pass -out airlock shall be constructed at some location away from the
worker decontamination enclosure system. Wherever possible, this shall be located
where there is direct access from the work area to the outside of the building.
3.1.3.2 This airlock system shall consist of an airlock, a container staging area, and another
airlock with access to outside the work area.
3.1.3.3 The waste container pass -out airlock shall be constructed in a similar fashion to the
worker decontamination enclosure system using materials and airlock and curtain
doorway design.
3.1.3.4 This airlock system SHALL NOT be used to enter or exit the work site.
3.1.3.5 Emergency exits shall be established and clearly marked with duct tape arrows or other
effective designations to permit easy location from anywhere within the work area. They
shall be secured to prevent access to uncontaminated areas and still permit emergency
exiting. These exits shall be properly sealed with polyethylene sheeting which can be cut
February -March 2024 Project Manual - 27 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
to permit egress if needed. These exits may be the worker decontamination enclosure,
the waste pass -out airlock and/or other alternative exits satisfactory to fire officials.
3.1.4 Barriers and Isolation of the Work Area.
3.1.4.1 The contaminated work area shall be separated from uncontaminated occupied areas of
the building by the construction of airtight barriers. (Building Owner must clearly identify
all areas that will be occupied.)
3.1.4.2 Walls shall be constructed of wood or metal framing to support barriers in all openings
larger than 4'x8'.
3.1.4.3 A sheeting material (plywood, drywall) of at least 3/8" thickness shall be applied to the
work side of the barrier.
3.1.4.4 Cover both sides of partition with a double layer of 6-mil polyethylene sheeting with
staggered joints and seal in place.
3.1.4.5 Caulk edges of partition at floor, ceiling, walls, and fixtures to form an airtight seal.
3.1.5 Maintenance of workplace barriers and worker decontamination enclosure systems.
3.1.5.1 Following completion of the construction of all polyethylene barriers and decontamination
system enclosures, allow overnight settling to ensure that barriers will remain intact and
secured to walls and fixtures before beginning actual abatement activities. No abatement
work may begin until approval of the containment has been received from the project
manager. No work may be preformed unless the project manager has been notified and
is on sire.
3.1.5.2 All polyethylene barriers inside the workplace, in the worker decontamination enclosure
system, in the waste container pass -out airlock and at partitions constructed to isolate the
work area from occupied area shall be inspected at least twice daily, prior to the start of
each day's abatement activities and following the completion of the day's abatement
activities. Document inspections and observations in the daily project log.
3.1.5.3 Damage and defects in the enclosure system are to be repaired immediately upon
discovery.
3.1.5.4 Use smoke tubes to test the effectiveness of the barrier system when directed by the
Building Owner.
3.1.5.5 At any time during the abatement activities after barriers have been erected, if visible
material is observed outside of the work area or if damage occurs to barriers, work shall
immediately stop, repairs be made to barriers, and debris/residue cleaned up using
appropriate HEPA vacuuming and wet mopping procedures.
3.1.5.6 If air samples collected outside of the work area during abatement activities indicate
airborne fiber concentrations 0.01 f/cc or greater, or per -measured background levels
(which is lower) work shall immediately stop for inspection and repair of barriers. Cleanup
of surfaces outside of the work area using HEPA vacuum or wet cleaning techniques may
be necessary.
3.1.5.7 Install and initiate operation of air filtration equipment as needed to provide one air
change in the work area every 15 minutes. (See Section 2.2.1.1) Enough exhaust air
must be vented through a HEPA filter to maintain a lower air pressure within the
enclosure system than the outside air pressure. Openings made in the enclosure system
to accommodate these units shall be made airtight with tape and/or caulking as needed.
If more than one unit is vented to the outside, they should be turned on 1 at a time,
checking the integrity of wall barriers for secure attachments and need for additional
reinforcements. Ensure that adequate power supply is available to satisfy the
requirements of the air filtration equipment. Air filtration equipment shall be exhausted to
the outside of the building wherever feasible. They shall not be exhausted into occupied
areas of the building. A twelve -inch expansion duct shall be used to reach from the work
area to the outside when required. Careful installation, air monitoring and daily
inspections shall be done to ensure that the duct does not release fibers into
uncontaminated building areas.
3.1.6 Establishing Emergency Exits
3.1.6.1 Emergency exits shall be established and clearly marked with duct tape arrows or other
effective designations to permit easy location from anywhere within the work area. They
shall be secured to prevent access to uncontaminated areas and still permit emergency
February -March 2024 Project Manual - 28 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
exiting. These exits shall be properly sealed with polyethylene sheeting which can be cut
to permit egress if needed. These exits may be the worker decontamination enclosure,
the waste pass -out airlock and/or other alternative exits satisfactory to fire officials.
3.1.7 Removing and Cleaning Fixtures
3.1.7.1 Remove, clean, and enclose in polyethylene the ceiling mounted objects such as lights
and other items that may interfere with the abatement process and were not previously
cleaned and sealed off. Utilize localized spraying of amended water and/or HEPA
vacuum to reduce fiber dispersal during the removal of these fixtures.
3.1.8 Removal of building structural components, not used.
3.1.8.1 All building structural components that can be removed are to be cleaned and moved to a
secure storage area prior to abatement. After abatement is complete all components are
to be replaced in original location and condition.
3.1.9 Commencement of work shall not occur until:
3.1.9.1 No abatement work is to start until the Owners Project Manager has given his approval
and all of section 3.1.10 has been completed. In addition, no work shall be performed
without first notifying the consultant's project manager that work is about to commence.
No work may be preformed unless the consultant's project manager is on site.
3.1.10 Enclosure systems approval
3.1.10.1 Negative pressure ventilation systems are functioning adequately, and negative pressure
is a minimum .02-inch water column on the manometer.
3.1.10.2All pre -abatement submissions, notification, posting and permits have been provided and
are satisfactory to the Building Owner (see Section 1.7).
3.1.10.3 All equipment for abatement, clean-up and disposal is on hand.
3.1.10.4 All worker training (and certification) is completed.
3.1.10.5 Contractor receives written permission from Building Owner or his Representative to
commence abatement.
3.1.11 Alternative Procedures
3.1.11.1 Procedures described in this specification are to be utilized at all times.
3.1.11.2If specified procedures cannot be utilized, a request must be made in writing to the
Building Owner providing details of the problem encountered and recommended
alternatives.
3.1.11.3Alternative procedures shall provide equivalent or greater protection than procedures
that they replace.
3.1.11.4Any alternative procedure must be approved in writing by the Building Owner prior to
implementation.
3.2 Workplace Entry and Exit Procedures
3.2.1 Personnel entry and exit.
3.2.1.1 All workers and authorized personnel shall enter the work area through the worker
decontamination enclosure system.
3.2.1.2 All personnel who enter the work area must sign the entry log, located in the clean room,
upon entry and exit.
3.2.1.3 All personnel, before entering the work area, shall read and be familiar with all posted
regulations, personal protection requirements (including workplace entry and exit
procedures) and emergency procedures. A sign -off sheet shall be used to acknowledge
that these have been reviewed and understood by all personnel prior to entry.
3.2.1.4 All personnel shall proceed first to the clean room, remove all street clothes, and
appropriately don respiratory protection (as deemed adequate for the job condition). And
washable and/or disposable coveralls, head covering and foot covering. Hard hats, eye
protection and gloves shall also be utilized if required. Clean respirators and protective
clothing shall be provided and utilized by each person for EACH SEPARATE ENTRY into
the work area.
3.2.1.5 Personnel wearing designated personal protective equipment shall proceed from the
clean room through the shower room and equipment room to the main work area.
3.2.1.6 Before leaving the work area all personnel shall remove gross contamination from the
outside of respirators and protective clothing by brushing and/or wet wiping procedures.
(Small HEPA vacuums with brush attachments may be utilized for this purpose, however,
February -March 2024 Project Manual - 29 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
larger machines may tear the suits) Each person shall clean bottoms of protective
footwear in the walk -off pan just prior to entering the equipment room.
3.2.1.7 Personnel shall proceed to the equipment room where they remove all protective
equipment except respirators. Deposit disposable (and washable) clothing into
appropriately labeled containers for disposal (and laundering).
3.2.1.8 Reusable, contaminated footwear shall be stored in the equipment room when not in use
in the work area. Upon completion of abatement, it shall be disposed of as asbestos
contaminated waste. (Rubber boots may be decontaminated at the completion of the
abatement for reuse.)
3.2.1.9 Still wearing respirators, personnel shall proceed to the shower area, clean the outside of
the respirators and the face area under running water prior to removal of respirator and
shower and shampoo to remove residual asbestos contamination. Various types of
respirators will require slight modification of these procedures. An airline respirator with
HEPA filtered disconnect protection may be disconnected in the equipment room and
worn into the shower. A powered air -purifying respirator face -piece will have to be
disconnected from the filter/power pack assembly, which is not waterproof, upon entering
the shower. A dual cartridge respirator may be worn into the shower. Cartridges must be
replaced for each new entry into the work area.
3.2.1.10 After showering and drying off, proceed to the clean room and don clean
disposable (and/or washable) clothing if there will be later re-entry into the work area or
street clothes if it is the end of the work shift.
3.2.1.11 These procedures shall be posted in the clean room and equipment room.
3.2.2 Waste container pass -out procedures.
3.2.2.1 Asbestos contaminated waste that has been containerized shall be transported out of the
work area through the waste container pass -out airlock (or through the worker
decontamination enclosure if a separate airlock has not been constructed).
3.2.2.2 Waste pass -out procedures shall utilize two teams of workers, an "inside" team and an
"outside" team.
3.2.2.3 The inside team wearing appropriate protective clothing and respirators for inside the
work area shall clean the outside, including bottom, of properly labeled containers (bags,
drums, or wrapped components) using HEPA vacuum and wet wiping techniques and
transport them into the waste container pass -out airlock. No worker from the inside team
shall further exit the work area through this airlock.
3.2.2.4 The outside team wearing protective clothing and appropriately assigned respirators,
shall enter the airlock FROM OUTSIDE THE WORK AREA, enclose the drums in clean,
labeled 6 mil polyethylene bags and remove them from the airlock to the outside. No
worker from the outside team shall further enter the work area through this airlock.
3.2.2.5 The exit from this airlock shall be secured to prevent unauthorized entry.
3.3 Training
3.3.1 Prior to commencement of abatement activities all personnel who will be required to enter
the work area or handle containerized asbestos containing materials must have received
adequate training required by the Texas Department of State Health Services. All
personnel on the job site that enter the containment must have Texas licenses in hand
(See Part 4, Section 4.1, Training)
3.3.1.1 Special on -site training on equipment and procedures unique to this job site shall be
performed as required.
3.3.1.2 Training in emergency response and evacuation procedures shall be provided.
3.4 Respiratory Protection
3.4.1 All respiratory protection shall be provided to workers in accordance with the submitted
written respiratory protection program, which includes all items in OSHA 29 CRF
1910.134 (b) (1-11). This program shall be posted in the clean room of the worker
decontamination enclosure system.
3.4.1.1 Workers shall be provided with personally issued, individually identified (marked with
waterproof designations) respirators.
3.4.1.2 Respirators shall be selected that meet the following level of protection requirements: All
workers, foremen, superintendents, authorized visitors and inspectors must have
February -March 2024 Project Manual - 30 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
personally issued and marked equipment approved by NIOSH or MSA. Minimum
respiratory protection required for this project must meet the requirement levels for the
fiber concentration as determined by the personal samples and/or area samples. Prep
work must be conducted using'/2 face respirators with dual filter HEPA cartridges where
there is a possibility of exposure to asbestos fibers. It is the responsibility of the
contractor to furnish all personnel with respirators in accordance with the OSHA
requirements as listed above. If there is any doubt as the protection needed the respirator
used should be adequate to meet the maximum anticipated concentration. It is the
contractor's responsibility to meet or exceed the required respiratory protection at all
times.
3.4.1.3 Fit testing
3.4.1.4 Workers must perform positive and negative air pressure fit tests each time a respirator is
put on, whenever the respirator design so permits. Powered air- purifying respirators
shall be tested for adequate flow as specified by the manufacturer.
3.4.1.5 Workers shall be given a qualitative fit test in accordance with procedures detailed in the
OSHA lead Standard (29 CFR 1910.1025, Appendix D Qualitative Fit Test Protocols) for
all respirators to be used on this abatement project. An appropriately administered
quantitative fit test may be substituted for the qualitative fit test.
3.4.1.6 Documentation of adequate respirator fit must be provided to the Building Owner.
3.4.1.7 No one wearing a beard shall be permitted to don a respirator and enter the work area.
3.4.1.8 Additional respirators (minimum of 2 of each type) and training on their donning and use
must be available at the work site for authorized visitors who may be required to enter the
work area.
3.5 Protective Clothing.
3.5.1 Disposable clothing including head, foot and full body protection shall be provided in
sufficient quantities and adequate sizes for all workers and authorized visitors.
3.5.1.1 Hard hats, protective eye wear, gloves, rubber boots and/or other footwear shall be
provided as required for workers and authorized visitors. Safety shoes may be required
for some activities.
3.6 Removal Procedures.
3.6.1 Clean and isolate the work area in accordance with Section 3.1
3.6.1.1 Wet all asbestos containing material with an amended water solution using equipment
capable of providing a fine spray mist, in order to reduce airborne fiber concentrations
when the material is disturbed. Saturate the material to the substrate, however, do not
allow excessive water to accumulate in the work area. Keep all removed material wet
enough to prevent fiber release until it can be containerized for disposal. If work area
temperatures are below 32 F and amended water is subject to freezing, dry removal
permits and procedures must be utilized (See 2.1.2.1) Maintain a high humidity in the
work area by misting or spraying to assist in fiber settling and reduce airborne
concentrations. Wetting procedures are not equally effective on all types of asbestos
containing materials but shall none -the -less be used in all cases.
3.6.1.2 Special circumstances (e.g. live electrical equipment, high amosite content of material,
materials previously coated with an encapsulant or paint) may prohibit the adequate use
of wet methods to reduce fiber concentrations. For these situations, dry removal may be
required. The Contractor will have to acquire special permits, different from those
mentioned herein, from the NESHAP enforcement agency.
3.6.1.3 Saturated asbestos containing material shall be removed in manageable sections.
Removed material should be containerized before moving to a new location for
continuance of work. Surrounding areas shall be periodically sprayed and maintained in a
wet condition until visible material is cleaned up.
3.6.1.4 Material removed from building structures or components shall not be dropped or thrown
to the floor. Material should be removed as intact sections or components whenever
possible and carefully lowered to the floor. If this cannot be done for materials greater
than 50 feet above the floor, a dust -tight chute shall be constructed to transport the
material to containers on the floor or the material may be containerized at elevated levels
(e.g. on scaffolds) and carefully lowered to the ground by mechanical means. For
February -March 2024 Project Manual - 31 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
materials between 15 and 50 feet above the ground they may be containerized at
elevated levels or dropped onto inclined chutes or scaffolding for subsequent collection
and containerization.
3.6.1.5 Containers (6 mil polyethylene bags or drums) shall be sealed when full (Wet material
can be exceedingly heavy.) Bags shall not be over -filled. They should be securely sealed
to prevent accidental opening and leakage by tying the tops of bags in an overhand knot
or by taping in gooseneck fashion. Do not seal bags with wire or cord. (Bags may be
placed in drums for staging and transportation to the landfill. Bags shall be
decontaminated on exterior surfaces by wet cleaning and HEPA vacuuming before being
placed in clean drums and sealed with locking ring tops).
3.6.1.6 Large components removed intact may be wrapped in 2 layers of 6 mil polyethylene
sheeting secured with tape for transport to the landfill. If wrapped in this manner they
shall have the proper label.
3.6.1.7 Asbestos containing waste with sharp -edged components (e.g., nail, screws, metal lath,
tin sheeting) will tear the polyethylene bags and sheeting and shall be placed in drums for
disposal.
3.6.1.8 After completion of all stripping work, surfaces from which asbestos containing materials
have been removed shall be wet brushed and sponged or cleaned by some equivalent
method to remove all visible residue.
3.7 Clean-up Procedure
3.7.1 Remove and containerize all visible accumulations of asbestos containing material and
asbestos contaminated debris utilizing rubber dustpans and rubber squeegees to move
material around. DO NOT use metal shovels to pick up or move accumulated waste.
Special care shall be taken to minimize damage to floor sheeting.
3.7.1.1 Wet clean all surfaces in the work area using rags, mops, and sponges as appropriate.
3.7.1.2 Remove the cleaned outer layer of plastic sheeting from walls and floors, windows, and
doors. HVAC system vents and all other openings shall remain sealed. The negative
pressure ventilation units shall remain in continuous operation. Decontamination
enclosure systems shall remain in place and be utilized.
3.7.1.3 After cleaning the work area, HEPA vacuum and wet clean all objects and surfaces in the
work area again.
3.7.1.4 Remove all containerized waste from the work area and waste container pass -out airlock.
3.7.1.6 Decontaminate all tools and equipment and remove at the appropriate time in the
cleaning sequence.
3.7.1.6 Inspect the work area for visible residue. If any accumulation of residue is observed, it
will be assumed to be asbestos and the 24-hour settling period/cleaning cycle repeated.
3.7.1.7 The work area shall be cleaned until it is in compliance with State and Local
requirements and any more stringent criteria agreed upon by the Contractor and Owner
prior to initiation of abatement activities. Additional cleaning cycles shall be provided, as
necessary, at no cost to the Building Owner until these criteria have been met.
3.7.1.8 Following the satisfactory completion of clearance air monitoring, remaining barriers may
be removed and properly disposed of. A final visual inspection by the Owner's
representative shall ensure that no contamination remains in the work area.
Unsatisfactory conditions may require additional cleaning and air monitoring. (See
Section 3.10 Re-establishment of the Work Area)
3.8 Lock -Down
3.8.1 After final inspection in accordance with 3.9.
3.8.1.1 Repair damaged and missing areas of existing (sprayed) (troweled) materials with non -
asbestos containing substitutes(specify) Material must adhere adequately to existing
surfaces and provide an adequate base for application of encapsulating agents. Filler
material shall be applied in accordance with the manufacturer's recommended
specifications.
3.8.1.2 Remove loose or hanging asbestos containing materials in accordance with the
requirements of Section 3.6.
3.8.1.3 After the work area has been rendered free of visible residues by the Project Manager/Air
monitor technician and final approval given, a thin coat of satisfactory lock -down agent
February -March 2024 Project Manual - 32 1017 East 291h Street; Lubbock, Texas
Asbestos Abatement
shall be applied to all surfaces in the work area including structural members, building
components and plastic sheeting on walls, floors, and covering non -removable items, to
seal in non -visible residue.
3.8.1.4 The flash point for the lock -down must be 140 degrees or higher.
3.8.1.5 If a mastic remover is used it must be compatible and applicable to the space, occupancy
and future occupancy and use and must not have a flash point of greater than 140
degrees.
3.9 Final Inspection and Clearance Air Monitoring
3.9.1 Final Inspection
3.9.1.1 Enter all spaces for the purpose of inspecting the work prior to lock down in all areas
where asbestos abatement was performed in order to inspect the work at close range.
Get close enough to touch the surface from which ACM was removed, or on which other
abatement operations were performed. It is important that all areas of abatement be
accessed and inspected. Should this inspection uncover that the work area is in fact not
ready for lock down and final clearance samples, the inspection should be suspended
until the area has been additionally cleaned.
3.9 1.2 The contractor supervisor must always accompany the inspection during this inspection.
A worker with cleaning tools and/or HEPA vacuum should also accompany this
inspection so that minor items may be cleaned immediately. Should this additional
cleaning prove to be in excess the inspection should be suspended until additional
cleaning has been done and the job supervisor has requested another final visual.
3.9.1.3 Inspect all surfaces from which ACM has been removed for completeness of removal.
Thorough inspection for the presence of residue is essential. The surface from which
ACM was removed should be touched and brushed for the purpose of dislodging any
ACM debris that may not be visible. Should this brushing cause the release of residue or
the visibility of airborne residue, the surface brushed should be re -cleaned. This process
can be greatly enhanced by using a narrow beam flashlight during the inspection. Unless
the lighting is very good a flashlight should always be used. To obtain the best results
when using a flashlight while brushing the abated surface it should be held parallel to the
abated surfaces. The room light should be minimized during this type of inspection to
enhance the effects of the flashlight. The surface should also be rubbed by hand to
assure its cleanliness.
3.9.1.4 Pay special attention to areas that are difficult to reach or to see. Use a small screwdriver
for poking into places such as the spaces between steel beams and the roof or ceiling
frames or air duct flanges. Give special care to elbows, valves, and tees on the
mechanical system.
3.9.1.5 No lock -down is to be applied until this inspection is complete and the inspector has
given the approval for lock -down. After the lock -down is applied the area should be
reinspected to ensure that all surfaces have been completely coated with the lock -down.
3.9.1.6 Should the abatement of any areas not include the complete removal of all ACM the
remaining ACM must be inspected to assure that there are no damaged areas. This
inspection must assure that there will be no fiber release from this material if left
undisturbed.
3.9.2 Clearance Air Monitoring
3.9.2.1 Following the completion of clean-up operations, and after inspection by the project
manager and the project supervisor, final samples shall be taken as set forth by the
AHERA guidelines. The project manager has the express permission of the Consultant to
conduct the final clearance inspection and sampling.
3.9.2.2 Permission for this final visual and for the final air samples is given to the project
manager for this project.
3.9.2.3 Samples shall be taken following E.P.A. guidelines. Negative pressure ventilation units
shall NOT be shut down until final clearance is achieved.
3.9.2.4 Final air samples shall be analyzed as per section 1.4.2.4.10. Should the first set fail the
contractor will completely re -clean the area and a second set of finals will be taken. The
cost of these additional samples will be paid for by the contractor.
February -March 2024 Project Manual - 33 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
3.9.2.5 All samples at all locations shall indicate concentrations of airborne fibers less than or
equal to the requirements as set forth in the AHERA regulations.
3.9.2.6 Aggressive sampling shall be performed with portable fans circulating air in the work area
to simulate actual use conditions. Negative pressure ventilation units shall NOT be
utilized for this purpose.
3.9.2.7 Final air samples shall be analyzed as per section 1.4.2.4.10, samples taken during the
course of the project as well as background samples will be analyzed by PCM.
3.9.2.8 All samples at all locations shall indicate concentrations of airborne fibers less than 0.01
f/cc for release of the work area.
3.9.2.9 Areas exceeding this level shall be re -cleaned using procedures in Section 3.7 and re-
tested until satisfactory levels are obtained.
3.9.2.9 The Cost of re -testing shall be borne by the Contractor.
3.10 Disposal Procedures
3.10.1 As the work progresses, to prevent exceeding available storage capacity on site, sealed
and labeled containers of asbestos containing waste shall be removed and transported to
the pre -arranged disposal location.
3.10.1.1 Disposal must occur at an authorized site in accordance with regulatory
requirements of NESHAP and applicable State and Local guidelines and regulations.
3.10.1.2 All dump receipts, trip tickets, transportation manifests or other documentation of
disposal shall be delivered to the Building Owner for his records. A recommended record -
keeping format utilizes a chain of custody form, which includes the names, and
addresses of the Generator (Building Owner), Contractor, pickup site, and disposal site,
the estimated quantity of the asbestos waste and the type of containers used. The form
should be signed by the Generator, the Contractor, and the Disposal Site Operator, as
the responsibility for the material changes hands. If a separate hauler is employed, his
name, address, telephone number and signature should also appear on the form.
3.11 Transportation to the landfill
3.11.1 Once drums, bags and wrapped components have been removed from the work area,
they shall be loaded into an ENCLOSED truck or dumpster for transportation. At no time
is the asbestos waste to be stored in anything that is not enclosed and lockable. All
dumpsters must be enclosed.
3.11.1.1 When moving containers, utilize hand trucks, carts, and proper lifting techniques
to avoid back injuries. Trucks with lift gates are helpful for raising drums during truck
loading.
3.11.1.2 The enclosed cargo area of the truck shall be free of debris and lined with 6-mil
polyethylene sheeting to prevent contamination from leaking or spilled containers. Floor
sheeting shall be installed first and extended up to the side walls. Wall sheeting shall be
overlapped and taped into place.
3.11.1.3 Drums shall be placed on level surfaces in the cargo area and packed tightly
together to prevent shifting and tipping. Large structural components shall be secured to
prevent shifting and bags placed on top. Do not throw containers into truck cargo area.
3.11.1.4 Personnel loading asbestos waste shall be protected by disposable clothing
including head, body, and foot protection and, at a minimum, half face piece, air purifying
dual cartridge respirators equipped with high efficiency filters.
3.11.1.5 Any debris or residue observed on containers or surface outside of the work area
resulting from clean-up or disposal activities shall be immediately cleaned up using HEPA
filtered vacuum equipment and/or wet methods as appropriate.
3.11.1.6 Large metal dumpsters are sometimes used for asbestos waste disposal. These
should have doors or tops that can be closed and locked to prevent vandalism or other
disturbance of the bagged asbestos debris and wind dispersion of asbestos fibers. Un-
bagged material shall not be placed in these containers, nor shall it be used for non -
asbestos waste. Bags shall be placed, not thrown into containers to avoid splitting.
February -March 2024 Project Manual - 34 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
3.11.2 Before the waste leaves the owner's site it must have a waste manifest properly
filled out and signed by the owner or his representative. The contractor must then
make sure that the owner's copy is given to the individual signing the waste
manifest.
3.12 Disposal at the landfill
3.12.1 Prior to unloading the waste, a manifest is to be presented to the landfill operator for
signing. The landfill operator then must, after signing it, send the original copy of the
waste manifest to the owner.
3.12.2 Upon reaching the landfill, trucks are to approach the dump location as closely as
possible for unloading of the asbestos containing waste.
3.12.2.1 Bags, drums, and components shall be inspected as they are off-loaded at the
disposal site. Material in damaged containers shall be re -packed in empty drums or bags,
as necessary. (Local requirements may not allow the disposal of asbestos waste in
drums. Check with appropriate agencies and institutions for appropriate alternative
procedures.)
3.12.2.2 Waste containers shall be PLACED on the ground at the disposal site, not
pushed or thrown out of trucks (weight of wet material could rupture containers).
3.12.2.3 Personnel off-loading containers at the disposal site shall wear protective
equipment consisting of disposable head, body, and foot protection and, at a minimum,
half -face piece, air purifying dual cartridge respirators equipped with high efficiency filters.
3.12.2.4 Following the removal of all containerized waste, the truck cargo area shall be
decontaminated using HEPA vacuums and/or wet methods to meet the no visible residue
criteria. Polyethylene sheeting shall be removed and discarded along with contaminated
cleaning materials and protective clothing, in bags or drums at the disposal site.
3.12.2.5 If landfill personnel have not been provided with personal protective equipment
for the compaction operation by the landfill operator Contractor shall supply protective
clothing and respiratory protection for the duration of this operation.
3.13 Re-establishment of the Work Area and Systems
3.13.1 Re-establishment of the work area shall only occur following the completion of clean-up
procedures and after clearance air monitoring has been performed and documented to
the satisfaction of the Building Owner.
3.13.1.1 Polyethylene barriers shall be removed from walls and floors at this time,
maintaining decontamination enclosure systems and barriers over doors, windows, etc.
as required.
3.13.1.2 The Contractor and Owner shall visually inspect the work area for any remaining
visible residue. Evidence of contamination will necessitate additional cleaning
requirements in accordance with Section 3.7.
3.13.1.3 Additional air monitoring shall be performed in accordance with Section 3.9 if
additional clean-up is necessary.
3.13.1.4 Following satisfactory clearance of the work area, remaining polyethylene
barriers may be removed and disposed of as asbestos contaminated waste.
3.13.1.5 At the discretion of the Contractor, mandatory requirement for personal protective
equipment may be waived following the removal of all barriers.
3.13.1.6 Re -secure mounted objects removed from their former positions during area preparation
activities.
3.13.1.7 Relocate objects that were removed to temporary locations back to their original
positions.
3.13.1.8 Re-establish HVAC, mechanical and electrical systems in proper working order. Remove
contaminated HVAC system filters and dispose of as asbestos contaminated waste.
Decontaminate filter assembly using HEPA vacuums and wet cleaning techniques. Install
new filters in HVAC systems. Dispose of old filters.
February -March 2024 Project Manual - 35 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
3.14 Repair
3.14.1 Repair all areas of damage that occurred as a result of abatement activities.
PART 4: SUPPORT ACTIVITIES AND PERSONNEL
4.1 Training
4.1.1 Training shall be provided by the contractor to all employees or agents who may be
required to disturb asbestos containing or asbestos contaminated materials for
abatement and auxiliary purposes and to all supervisory personnel who may be involved
in planning, execution, or inspection of abatement projects.
4.1.1.1 All workers must have a minimum of 24 hours training as required by the EPA, OSHA,
NIOSH, and any state requirements, such as additional training and license.
4.1.1.2 All workers must have received the required medical examination.
4.1.1.3 All workers must be trained in the proper use of the type of respirators used in this job.
4.1.1.4 Personal hygiene including entry and exit procedures for the work area, use of showers
and prohibition of eating, drinking, smoking, and chewing in the work area.
4.1.1.5 Special safety hazards that may be encountered including electrical hazards, air
contaminant, wetting agents, encapsulants, materials from Owner's operation, fire and
explosion hazards, scaffold and ladder hazards, slippery surfaces, confined spaces, heat
stress and noise.
4.1.1.6 Workshops affording both supervisory personnel and abatement workers the opportunity
to see the construction of containment barriers and decontamination facilities.
4.1.1.7 Supervisory personnel shall, in addition, receive training or contract specifications, liability
insurance and bonding, legal considerations related to abatement, establishing
respiratory protection medical surveillance programs, EPA, OSHA (and State) record
keeping requirements and other topics as requested by the Building Owner.
4.1.1.8 Training must be provided by individuals qualified by virtue of experience and education
to discuss the topic areas in 4.2.
4.1.1.9 Training is to have occurred within 12 months prior to the initiation of abatement activities.
4.1.1.10 Contractor must document training by providing date of training, training entity,
course outline, and names and qualifications of trainers.
4.2 Medical Monitoring.
4.2.1 Medical Monitoring must be provided by the Contractor to any employee or agent that
may be exposed to asbestos in excess of background levels during any phase of the
abatement project. (Due to the synergistic effect between smoking and asbestos
exposure, it is highly recommended that only non-smokers be employed in positions
which may require them to enter asbestos contaminated atmospheres).
4.2.1.1 Medical monitoring shall include at a minimum:
4.2.1.2 A work/medical history to elicit symptomatology of respiratory disease.
4.2.1.3 A chest x-ray (posterior -anterior, 14x13 inches) evaluated by a certified B-reader.
4.3 Safety
4.3.1 PPE — All personal protective equipment must be properly maintained and cleaned. A
record of all maintenance and cleaning must be kept and available for verification.
4.3.2 Potable water — There must be potable water available for the workers. It must be
dispensed from a tap and there must be disposable cups available.
4.3.3 Toilets — There must be sufficient toilet facilities to meet OSHA's minimum requirements.
4.3.4 Illumination — There must be sufficient lighting to meet OSHA's minimum requirements.
4.3.5 Haz-Com — There must be a Hazardous Communications Program on the project with
proof of employee acknowledgment of this program.
4.3.6 Fire Extinguishers — There must be sufficient fire extinguishers to meet OSHA's minimum
requirements.
4.3.7 Air Flow — If any electrical or other equipment must be left operational inside the
containment it must:
A. Be isolated from the contained work area with its own access that is completely
separate from the work area.
B. Sufficient airflow must be maintained to assure proper operation for the duration
of the project.
February -March 2024 Project Manual - 36 1017 East 29th Street; Lubbock, Texas
Asbestos Abatement
4.3.8 Electrical — All electrical must be locked out and tagged out when possible. In addition, all
electrical within the containment must be checked by a competent person.
4.3.9 Fall Protection — Fall protection must be provided to meet OSHA's minimum
requirements.
4.3.10 Scaffold — All scaffolding must meet OSHA's minimum requirements and.
A. Must have a competent person as defined by OSHA on all projects where
scaffolding is erected.
B. All scaffold erection must be designed by a professional engineer, and after
creation must be inspected by this professional engineer.
C. All workers must be trained in scaffold safety as per OSHA requirements.
4.3.11 Flash Point — No material may be used with a flash point less than 140 degrees.
5. Post -Job Submittals
5.1 Post —Job Submittal Requirements
5.1.1 A copy of all contactor field notes and logs, dated and signed by the supervisor,
describing work performed each shift of each day, including the work practices and
procedures used.
5.1.2 Copies of the Daily Sign In/Out Log showing the following: job name, date, printed name,
signature, TDSHS license number, entry and departure times, type of respiratory
protection used, company or agency represented and reason for entry for all persons
entering the Regulated Area.
5.1.3 Copies of worker air monitoring results relative to OSHA respiratory protections laws.
5.1.4 Copies of all workers and supervisor's certification and licenses.
5.1.5 Copy of the waste manifest that was filled out prior to removal of waste to the landfill. It is
the contractor's responsibility to ensure that the landfill forwards a copy of the waste
manifest that they have signed to the owner.
February -March 2024 Project Manual - 37 1017 East 29th Street; Lubbock, Texas
E
am x
o
0 0
0 LU M
E
0
LL
CERTIFICATE OF WORKER'S RELEASE
(PER WORKER)
Owner: City of Lubbock, P.O. Box 2000, Lubbock_ Texas 79457
Project:
NESHAP Demolition of all structures & demolition of all other desi:: nated materials and
items on site -as identified
Address: Former Coronado Apartment Comdex,, 1017 East 29th Stream Lubbock, Texas 79404
Employee Name:
Employee SSN:
In consideration of my employment by (Contractor) in conjunction with the
removal and proper disposal of asbestos containing materials, or other work in asbestos -contaminated work
area(s), and for good, valuable, and sufficient consideration, herewith exchanged, the undersigned does hereby
acknowledge, warrant, represent, covenant, and agree as follow:
(1) 1 acknowledge and understand that I have been or will be employed in connection with the removal of,
proper disposal of, or other work in asbestos -contaminated work area. I acknowledge that I have been
advised of and understand the dangers inherent in handling asbestos and breathing asbestos dust,
including, but not limited to, THE FACT THAT ASBESTOS CAN CAUSE ASBESTOSIS AND IS A KNOW
CARCINOGEN AND CAN, THEREFORE, CAUSE VARIOUS TYPES OF CANCER.
(2) 1 acknowledge and understand that ANY CONTACT WITH ASBESTOS, WHETHER IT CAN BE SEEN OR NOT,
MAY CAUSE ASBESTOSIS AND VARIOUS FORMS OF CANCER, WHICH MAY NOT SHOW UP FOR MANY
YEARS, and I covenant and agree faithfully to take all precautions required of me.
(3) 1 hereby warrant and represent that I have not been disabled, laid -off, or compensated for damages due
to asbestosis or any other cancer disease.
(4) 1 represent that I can read the English language, or that I have had someone read this instrument to me,
and I understand the meaning of all the provisions contained herein.
Employee:
(Signature and Date)
I hereby certify and represent that the above information is correct and further certify that documentation of the
above represented facts will be provided to the Owner, if so directed. This Certificate of Worker's Release is valid
for the duration of the Project.
Contractor:
Name:
Title:
(Signature and Date)
Witness:
(Signature and Date)
Submittal Forms
DISPOSAL SITE INFORMATION
Owner: City of Lubbock, P.O. Box 2000 Lubbock, Texas 79457
Project: NESHAP Demolition of all structures &demolition of all other designated materials and
items on site, as identified
Address: Former Coronado A }artment Complex, 1017_East 29th Street; Lubbock, Texas 79404
The proposed disposal site for use in disposing of asbestos -containing waste and/or asbestos -contaminated debris
meets or exceeds all current federal and state regulatory requirements.
Landfill Name:
Owner:
Address:
Contact Person:
Telephone:
I hereby certify and represent that the above information is correct and further certify that documentation of the
above represented facts will be provided to the Owner, if so directed.
Contractor:
Name:
Title:
(Signature and Date)
2
Submittal Forms
*kAlri-
'`b�oek Lub
ADDENDUM 2
Revised Insurance Requirements Information
RFP 24-17930-TF
1017 East 29th Street Site Demolition Services
DATE ISSUED: February 29, 2024
CLOSING DATE: March 7, 2024, at 3:00 p.m.
The following items take precedence over specifications for the above named Request for Proposals (RFP).
Where any item called for in the RFP documents is supplemented here, the original requirements, not affected
by this addendum, shall remain in effect.
Revised Insurance Requirements Information
Please replace Item 28 of the General Conditions of the Agreement with the attached
information.
All requests for additional information or clarification must be submitted in writing and directed to:
Teofilo Flores
City of Lubbock
Purchasing and Contracts Management Office
1314 Ave K, Floor 9
Lubbock, Texas 79401
Questions may be emailed to TKF I ores 2mylubbock.us
Questions are preferred to be posted on https://ci-lbbock-tx.bonfirehub.com/
THANK YOU,
?eeX#P4ft"
CITY OF LUBBOCK
Teofilo Flores
Assistant Director
City of Lubbock
Purchasing and Contracts Management Office
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to
advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently
restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by
the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications
will be made.
REVISED
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in
the General Conditions of the contract documents, from an underwriter authorized to do business in the State
of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or
change. All policies of insurance, required herein, including policies of insurance required to be provided by
Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event
of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may
acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance
submitted to the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate
of insurance specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM
OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL
NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY
ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE
OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF
LUBBOCK IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE
OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS
COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE
ENDORSEMENTS ARE REQUIRED.
Commercial General Liability Requirements: $500K/occurrence (can be combined with an Excess Liability
to meet requirement). Commercial General Liability to include Products — Completion/OP, Personal and
Advertising Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one
person).
Automobile Liability Requirements: $500K/occurrence
Employer Liability Requirements: $500K/occurrence
Workers Compensation: $500K/occurrence. If the vendor is an independent contractor with no employees
and are exempt from providing Workers' Compensation coverage, they must sign a waiver (obtained from
COL Purchasing) and include a copy of their driver's license.
Employer Liability ($1) is required with Workers Compensation.
Pollution Liability Requirements: $500K occurrence / $1M aggregate
* The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional
insured status on a primary and non-contributory basis on all liability policies except professional liabilities
and workers' comp.
* Waivers of Subrogation are required for CGL, AL, and WC.
* To Include Products of Completed Operations endorsement.
* Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-payment.
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 aproject, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until
the Contractor's/person's work on the project has been completed and accepted by the
governmental entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to
a project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
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.
The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
The Contractor shall obtain from each person providing services on the project, and provide to
the governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate
of coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project
and for one year thereafter.
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.
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
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within
10 days after the person knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who
will provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification
codes and payroll amounts, and that all coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the commission's Division of Self -
Insurance Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the
Owner for approval five Certificates of Insurance covering each insurance policy carried and offered
as evidence of compliance with the above insurance requirements, signed by an authorized
representative of the insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the proposal specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the
job specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of
the project based on proper reporting of classification codes and payroll amounts and
filling of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period shown on
the Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the
governmental entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within
10 days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30-point bold type
and text in at least 19-point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related
to this construction project must be covered by workers' compensation insurance.
This includes persons providing, hauling, or delivering equipment or materials, or
providing labor or transportation or other service related to the project, regardless of
the identity of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-
4000 (www.tAstate.tx.us) to receive information of the legal requirements for coverage,
to verify whether your employer has provided the required coverage, or to report an
employer's failure to provide coverage; " and
(h) contractually require each person with whom it contracts to provide services on a
project, to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
`By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.", -
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
proj ect; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
proj ect;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
Page Intentionally Left Blank
1.
2.
3.
4.
5
6.
7.
8.
9.
10
11
12
13
INDEX
NOTICE TO OFFERORS
GENERAL INSTRUCTIONS TO OFFERORS
TEXAS GOVERNMENT CODE § 2269
PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time)
4-1. PROPOSAL SUBMITTAL FORM
4-2. SUBMITTAL OF DOCUMENTS
4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS
POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days
after the close date when proposals are due)
5-1. FINAL LIST OF SUB -CONTRACTORS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
WAGE DETERMINATIONS
SPECIAL CONDITIONS (IF APPLICABLE)
SPECIFICATIONS
Page Intentionally Left Blank
NOTICE TO OFFERORS
Pate Intentionally Left Blank
City of
Lubbock
TEXAS
RFP 24-17930-TF
1017 East 29th Street Site Demolition
Services
1. NOTICE TO OFFERORS
1.1. Offerors may submit proposals electronically by uploading required documents at the City of
Lubbock's partner's website, Bonfire. This Request for Proposals is for your convenience in
submitting an offer for the specified services. If submitting electronically, do not submit paper
documents. If you choose to submit in hard copy, submit one original paper copy of your
submittal to the office of the Director of Purchasing and Contract Management:
Physical: Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
13 14 Avenue K, 9th Floor
Lubbock, Texas 79401
Mailing: Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME
1.2. Proposals will be opened in the office of the Director of Purchasing and Contract Management,
Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as
shown below at 3:00 PM on March 7, 2024, 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
above referenced.
1.3. After the expiration of the time and date above first written, said sealed proposals will be opened
in the office of the Director of Purchasing and Contract Management and publicly read aloud.
Bids will be opened via teleconference if date/time stamped on or before the deadline stated at the
office listed above. The Zoom meeting information is as follows:
Website: https://zoom.us/j/9759171012?pwd=bkFtRTN1cXVISkhWdkZiMDk4MXh2dzO9
Meeting ID: 975 917 1012
Passcode: 1314
1.4. It is the sole responsibility of the offeror to ensure that his proposal is actually in the office of the
Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of
the date above first written. Any proposal received after the date and hour specified will be rejected
and returned unopened to the offeror.
1.5. Mailing of a proposal does not ensure that the proposal will be delivered on time or delivered at all.
If offeror does not hand deliver proposal, we suggest that he/she use some sort of delivery service
that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of
proposals, including those relegated to a courier agent who fails to deliver in accordance with the
time and receiving point specified.
1.6. Although offers may be submitted electronically, hard copy proposals will be accepted in person, by
United States Mail, by United Parcel Service, or by private
courier service. THE CITY WILL NOT ACCEPT FAX PROPOSALS.
1.7. Proposals may be withdrawn prior to the above scheduled time set for closing. Alteration made
before RFP closing must be initialed by offeror guaranteeing authenticity.
1.8. Proposals are due at 3:00 PM on March 7, 2024 and should be addressed to Marta Alvarez,
Director of Purchasing and Contract Management, City of Lubbock, Texas, Citizens Tower, 1314
Avenue K, Floor 9, Lubbock, Texas, 79401. The City of Lubbock Council members will consider
the proposals on March 26, 2024, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as
soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals
and waive any formalities. The successful offeror 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 offeror 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 $50,000. Said statutory bonds
shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS
MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE
CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND
APPROVFn_
1.9 NOTICE TO PROCEED WILL BE ISSUED 30 DAYS FOLLOWING THE AWARD OF
THE CONTRACT BY THE LUBBOCK CITY COUNCIL.
1.10. Please allow time to upload required documentation. 24hrs in advance is recommended.
1.11. Offerors 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 proposal 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 proposal submitted as a guarantee that offeror
will enter into a contract and execute all necessary bonds within ten (10) business days after notice
of award of the contract to the Offeror. FAILURE OF THE OFFEROR TO INCLUDE
PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A
NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE
PROPOSAL SUBMITTAL.
1.12. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock
Purchasing and Contract Management office. Plans and specifications can be viewed online and
downloaded from https://ci-lbbock-tx.bonfirehub.com/portal/ at no cost. In the event of a large file
size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET
ACCESS may use computers available at most public libraries.
1.13. It shall be each offeror's sole responsibility to inspect the site of the work and to inform Offeror
regarding all local conditions under which the work is to be done. It shall be understood and agreed
that all such factors have been thoroughly investigated and considered in the preparation of the
proposal submitted.
2. PRE -PROPOSAL MEETING
2.10. For the purpose of familiarizing offerors with the requirements, answering questions, and issuing
addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non-
mandatory pre -proposal conference will be held at 10:00AM, February 29, 2024, via
teleconference. The Zoom meeting information is as follows:
Website: https://zoom.us/j/9759171012?pwd=bkFtRTN1cXV1SkhWdkZiMDk4MXh2dz09
Meeting ID: 975 917 1012
Passcode: 1314
2.11. All persons attending the meeting will be asked to identify themselves and the prospective offeror
they represent.
2.12. It is the offeror's responsibility to attend the pre -proposal meeting though the meeting is not
mandatory. The City will not be responsible for providing information discussed at the pre -proposal
meeting to offerors who do not attend the pre -proposal meeting. Attention of each offeror 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 and Contract Management Office of the
City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors
attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, 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.
3. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit
proposals 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.
4. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal
meetings and proposal openings are available to all persons regardless of disability. If you require special
assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post
Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK,
Marta Alvarez
DIRECTOR OF PURCHASING &
CONTRACT MANAGEMENT
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO OFFERORS
Pate Intentionally Left Blank
GENERAL INSTRUCTIONS TO OFFERORS
1. OFFEROR INQUIRIES AND CLARIFICATION OF REQUIREMENTS
1.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It
shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any
language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the
requirements stated in this RFP to a single source. Such notification must be submitted in writing and
must be received by the City Purchasing and Contract Management Office no later than five (5) calendar
days before the proposal closing date. A review of such notifications will be made.
1.2 NO OFFEROR SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR
PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5)
CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO:
Teofilo Flores, Asst. Director
City of Lubbock
Purchasing and Contract Management Office
1314 Avenue K, Floor 9,
Lubbock, Texas, 79401
Fax: 806-775-2164
Email: TKFlores2mylubbock.us
Website: https://ci-lbbock-tx.bonfirehub.com/portal/
2. TIME AND ORDER FOR COMPLETION
2.1 The construction covered by the contract documents shall be substantially completed within 180
Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of
Lubbock to the successful offeror.
2.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified.
2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure
daily prosecution of the work is conducted every business day until the work is completed, regardless if
the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless
the City determines time off from said prosecution is necessary or reasonable and Contractor received
said determination in writing from the City. Additionally, inclement weather shall be the only other
reason consistent, daily prosecution of the work may not take place on those inclement weather days.
GUARANTEES
3.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner,
a written general guarantee which shall provide that the Contractor shall remedy any defects in the work,
and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects
appear within One year from date of final acceptance of the work as a result of defective materials or
workmanship, at no cost to the Owner (City of Lubbock).
3.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination,
as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations
will be recognized and accommodated and will not, in any way, result in hardware, software or firmware
failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate
the procedures it intends to follow in order to comply with all the obligations contained herein.
3.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
3.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes
or any document incorporated in this Contract by reference.
4. BASIS OF PROPOSALS AND SELECTION CRITERIA
4.1 The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas
Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is
equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, and
10 points for Construction Time. The selection criteria used to evaluate each proposal includes the
following:
4.1.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal
or, conversely, eliminated solely because of a high initial cost proposal. The following is the
formula used when determining price as a factor for construction contract proposals. The lowest
proposal price of all the proposals becomes the standard by which all price proposals are
evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and
dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the
maximum point value of the price factor for the price score. For Example: (Lowest Price/Current
Proposal Price) x Maximum Point Value = Price Score.
4.1.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's
qualifications, the City uses the "Contractor's Statement of Qualifications" attached within, past
experience with the contractor and the "Safety Record Questionnaire. The City may also
interview the job superintendent at a time to be named after receipt of proposals.
4.1.3 Each evaluator assigns points based upon the responses the contractor provides in the
"Contractor's Statement of Qualifications", any past experience with the contractor, and on safety
record information submitted. The City may consider any incidence involving worker safety or
safety of Lubbock residents, be it related or caused by environmental, mechanical, operational,
supervision or any other cause or factor under the contractor's control. Evaluators base their rating
primarily upon how well you document previous offenses with the date of the offense, location
where the offense occurred, type of offense, final disposition of the offense, and any penalty
assessed
4.1.4 The "Contractor's Statement of Qualifications" is a minimum.
4.1.4.1 You may provide additional pertinent information relevant to the project for which you
are submitting this proposal in an appendix.
4.1.5 10 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and
evaluators use the following formula when determining construction time as a factor for
construction contract proposals. The lowest construction time proposal of all the proposals
becomes the standard by which all the construction time proposals are evaluated. One at a time,
each proposal is evaluated by taking the lowest construction time and dividing it by the
construction time of the proposal being evaluated. That fraction is then multiplied by the
maximum point value of the construction time factor for the construction time score. For example:
(Lowest construction time/Current Proposal construction time) x Maximum Point Value =
Construction Time Score)
4.1.6 EVALUATION PROCESS: Evaluators independently review and score each proposal. The
Committee meets, to discuss the individual scores of each evaluator. If the individual scores are
similar, the Chairperson may average the scores then rank offerors accordingly. If the scores are
significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons
for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the
proposals. Scores may then be adjusted by the committee based on committee discussion.
4.1.7 Please note that offerors with higher qualifications scores could be ranked higher than offerors
with slightly better price scores.
4.2 The estimated budget for the construction phase of this project is $1,000,000.00.
4.3 Proposals shall be made using the forms provided.
GENERAL INSTRUCTIONS TO OFFERORS
(Continued)
5. ADDENDA & MODIFICATIONS
5.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over
the Internet at hiips://ci-lubbock-tx.bonfirehub.com/portal/. We strongly suggest that you check for
any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES
WITHOUT INTERNET ACCESS may use computers available at most public libraries.
5.2 Any offeror in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Director of Purchasing and Contract Management. At the
request of the offeror, or in the event the Director of Purchasing and Contract Management deems the
interpretation to be substantive, the interpretation will be made by written addendum issued by the
Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract
Management Office will be available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/
and will become part of the proposal package having the same binding effect as provisions of the original
RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to
have a request for interpretation considered, the request must be submitted in writing and must be
received by the City of Lubbock Purchasing and Contract Management Office no later than five (5)
calendar days before the proposal closing date.
5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any explanation or interpretation that is not in writing. Only information
supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP
should be used in preparing proposal responses. All contacts that an offeror may have had before or after
receipt of this RFP with any individuals, employees, or representatives of the City and any information
that may have been read in any news media or seen or heard in any communication facility regarding this
proposal should be disregarded in preparing responses.
5.4 The City does not assume responsibility for the receipt of any addendum sent to offerors
6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS
6.1 Each offeror shall carefully examine all RFP documents and thoroughly familiarize itself with all
requirements before submitting a proposal to ensure that their proposal meets the intent of these
specifications.
6.2 Before submitting a proposal, each offeror shall be responsible for making all investigations and
examinations that are necessary to ascertain conditions and requirements affecting the requirements of
this Request for Proposals. Failure to make such investigations and examinations shall not relieve the
offeror from obligation to comply, in every detail, with all provisions and requirements of the Request
for Proposals.
6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall
be given to the Director of Purchasing and Contract Management and a clarification obtained
before the proposals are received, and if no such notice is received by the Director of Purchasing
and Contract Management prior to the opening of proposals, then it shall be deemed that the
offeror fully understands the work to be included and has provided sufficient sums in its proposal
to complete the work in accordance with these plans and specifications. If offeror does not notify
the Director of Purchasing and Contract Management before offering of any discrepancies or
omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient
and adequate for completion of the project. It is further agreed that any request for clarification
must be submitted no later than five (5) calendar days prior to the opening of proposals.
7. PROPOSAL PREPARATION COSTS
7.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a proposal.
7.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or
equipment.
7.3 All costs related to the preparation and submission of a proposal shall be paid by the offeror.
8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION
ACT
8.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
8.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and
keeps the proposals secret during negotiations. All proposals are open for public inspection after the
contract is awarded, but trade secrets and confidential information in the proposals are not open for
inspection. Tex. Loc. Govt. Code 252.049(a)
8.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas
Public Information Act.
8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using
the link provided below.
https:///Iubbocktx.govga.us/WEBAPP/_rs/(S(quiyirflbtihahjny^ cegwpcs))/SLipportHome.aspx
8.5 For more information, please see the City of Lubbock Public Information Act website at:
https://ci.lubbock.tx.us/pa�es/public-information-act
9. LICENSES. PERMITS. Taxes
9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the offeror
is or may be required to pay.
10. UTILIZATION OF LOCAL BUSINESS RESOURCES
10.1 Prospective offerors are strongly encouraged to explore and implement methods for the utilization of
local resources, and to outline in their proposal submittal how they would utilize local resources.
11. CONFLICT OF INTEREST
11.1 The offeror shall not offer or accept gifts or anything of value nor enter into any business arrangement
with any employee, official or agent of the City of Lubbock.
11.2 By signing and executing this proposal, the offeror certifies and represents to the City the offeror has not
offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of
special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any
other exercise of discretion concerning this proposal.
11.3It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause
a conflict of interest with the City of Lubbock
11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor
or person considering doing business with a local government entity disclose in the Questionnaire, Form
CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest
with a local government entity. By law, the questionnaire must be filed with the records administrator
of the City of Lubbock not later than the Seventh business day after the date the person becomes aware
of the facts that require the statement to be filed. The questionnaire can be found at:
hLtps://www.ethics.state.tx.us/fonns/conflict/
For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000,
Lubbock, Texas, 79457
See Section 176.006, Local Government Code:
http://www.statutes.Iegis.state.tx.us/SOTWDocs/LG/htm/LG.176.htm.
A person commits an offense if the person violates Section 176.006, Local Government Code.
An offense under this section is a Class C misdemeanor.
12. CONTRACT DOCUMENTS
12.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
12.2 All offerors 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.
13. CERTIFICATE OF INTERESTED PARTIES
13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government
Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics
Commission before entering into a contract with a local government entity when any of the following
apply:
1) Contract requires an action or vote by the City Council (governing body); OR
2) Contract value is $1 Million or greater; OR
3) Contract is for services that would require a person to register as a lobbyist under Chapter 305
of the Government Code.
This must be done before executing the contract. The disclosure form may be found at
https://www.ethics.state.tx.us/whatsnew/elf_ info_forml295.htm. You must log in and create an
account the first time you fill out the form. Tutorial videos on how to log in for the first time and how
to fill out the form can be found through the link above. After you electronically submit the
disclosure form, a screen will come up confirming the submission and assigning a certificate number.
Then, you must print the form, have an authorized agent complete the declaration and sign, and
provide it to the City (scanned email copy is acceptable).
13.2 A contract described by Subsection (b) of Government Code Section 2252.908 entered into by a
governmental entity or state agency is voidable for failure to provide the disclosure of interested parties
required by this section only if: (1) the governmental entity or state agency submits to the business
entity written notice of the business entity 's failure to provide the required disclosure; and (2) the
business entity fails to submit to the governmental entity or state agency the required disclosure on or
before the loth business day after the date the business entity receives the written notice under
Subdivision (1).
14. PLANS FOR USE BY OFFERORS
14.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the
project covered by the contract documents be given a reasonable opportunity to examine the documents
and prepare a proposal without charge. The contract documents may be examined without charge as
noted in the Notice to Offerors.
15. PAYMENT
15.1 All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents.
16. AFFIDAVITS OF BILLS PAID
16.1 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.
17. MATERIALS AND WORKMANSHIP
17.1 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
proj ect.
18. PLANS FOR THE CONTRACTOR
18.1 The contractor will, upon written request, be furnished up to a maximum of five sets of plans and
specifications and related contract documents for use during construction. Plans and specifications for
use during construction will only be furnished directly to the Contractor. The Contractor shall then
distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper
prosecution of the work contemplated by the Contractor.
19. PROTECTION OF THE WORK
19.1 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 proposals have been opened and before the contract has been awarded, to
require of an offeror the following information:
(a) The experience record of the offeror showing completed jobs of a similar nature to the one
covered by the intended contract and all work in progress with bond amounts and percentage
completed.
(b) A sworn statement of the current financial condition of the offeror.
(c) Equipment schedule.
20. TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
21. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
2 1. 1 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, both known and unknown, cut or damaged by Contractor during
the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor
to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense.
22. BARRICADES AND SAFETY MEASURES
22.1 The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger
signals, and shall take such other precautionary measures for the protection of persons, property and the
work as may be necessary. The Contractor will be held responsible for all damage to the work due to
failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion
shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's
responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to
Contractor of City's certificate of acceptance of the project.
23. EXPLOSIVES
23.1 The use of explosives will not be permitted
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
24. CONTRACTOR'S REPRESENTATIVE
24.1 The successful offeror shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful offeror shall be required to furnish the
name, address and telephone number where such local representative may be reached during the time
that the work contemplated by this contract is in progress.
25. INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the
City and written notice of cancellation or any material change will be provided ten (10) days in advance
of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the
right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life
of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein
also shall be acceptable. Such insurance shall be carried with an insurance company authorized to
transact business in the State of Texas and shall cover all operations in connection with this contract,
whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
26. LABOR AND WORKING HOURS
26.1 Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem
wages included in these contract documents. The wage rate that must be paid on this project shall not be
less than specified in the schedule of general prevailing rates of per diem wages as above mentioned.
The offeror's attention is further directed to the requirements of Texas Government Code, Chapter 2258,
Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the
offeror's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem
wages in the 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 Sundays or holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent
effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
Sundays or holidays will be made by the Owner's Representative.
26.3In 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.
27. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
27.1 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
shall keep a record showing the name and occupation of each worker employed by the Contractor
or subcontractor in the construction of the public work and the actual per diem wages paid to each
worker. This record shall be open at all reasonable hours to inspection by the officers and agents
of the City. 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, sixty 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.
28. PROVISIONS CONCERNING ESCALATION CLAUSES
28.1 Proposals submitted containing any conditions which provide for changes in the stated proposal 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 offeror without being considered.
29. PREPARATION FOR PROPOSAL
29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form
shall be correctly filled in, stating the price in numerals for which he intends to do the work
contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and
legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a
bid item, the unit price will be taken. A bid that has been opened may not be chanted for the
purpose of correcting an error in the bid price.
29.2If the proposal is submitted by an individual, his name must be signed by him or his duly authorized
agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each
member must be given and the proposal signed by a member of the firm, association or partnership, or
person duly authorized. If the proposal is submitted by a company or corporation, the company or
corporate name and business address must be given, and the proposal signed by an official or duly
authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly
certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink.
29.3 Pursuant to Texas Local Government Code 252.043(2), a competitive sealed proposal that has been
opened may not be chanted for the purpose of correcting an error in the proposal price.
THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE
PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the
proposals, but no proposal may be withdrawn or altered thereafter.
30. BOUND COPY OF CONTRACT DOCUMENTS
30.1 Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the
following:
(a) Notice to Offerors.
(b) General Instructions to Offerors.
(c) Offeror's Submittal.
(d) Statutory Bonds (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
(j) All other documents made available to offeror for his inspection in accordance with
the Notice to Offerors.
30.2If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
31. QUALIFICATIONS OF OFFERORS
31.1 The offeror 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 offeror may also be required to give a past history and
references in order to satisfy the City of Lubbock about the offeror's qualifications. The City of Lubbock
may make reasonable investigations deemed necessary and proper to determine the ability of the offeror
to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose
that may be requested. The offeror's proposal may be deemed not to meet specifications or the proposal
may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of
Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete
the work described therein. Evaluation of the offeror's qualifications shall include but not be limited to:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the
service required.
(b) The ability of the offeror to perform the work or provide the service promptly or within the
time specified, without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the offeror
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
(f) The experience and qualifications of key project personnel
(g) Past experience with the Owner
31.2 Complete and submit the PROPOSED List of Sub -Contractors. Seven (7) business days after closing,
complete and submit the FINAL List of Sub -contractors.
(a) If no sub -contractors will be used please indicate so.
31.3 Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs
with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list
of ALL similar municipal and similar non -municipal current and completed projects for the past five (5)
years for review. This list shall include the names of supervisors and type of equipment used to perform
work on these projects. In addition, the Contractor may be required to provide the name(s) of
supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock
specifications herein.
32. SELECTION
32.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most
advantageous to the City of Lubbock considering the relative importance of evaluation factors included
in this RFP.
32.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR
OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY
TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES,
UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR
PROPOSAL.
32.3 The City shall select the offeror that offers the best value for the City based on the published selection
criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected
offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope
or time modification and any price change associated with the modification. If the City is unable to
negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations
with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is
reached or all proposals are rejected.
32.4In determining best value for the City, the City is not restricted to considering price alone, but may
consider any other factor stated in the selection criteria.
32.5A proposal will be subject to being considered irregular and may be rejected if it shows omissions,
alterations of form, conditional alternate proposals, additions or alternates in lieu of the items
specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected
values), or irregularities of any kind.
33. ANTI -LOBBYING PROVISION
33.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT
AWARD, OFFERORS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT
DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY
COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK
PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES,
BRIEFINGS, INTERVIEWS, OR PRESENTATIONS.
33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members
or City staff. This policy is intended to create a level playing field for all potential bidders, assure that
contract decisions are made in public, and to protect the integrity of the bid process. Violation of this
provision may result in rejection of the bidder's bid.
34. PROTEST
34.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing
and Contract Management within 5 working days after the protesting party knows of the occurrence of
the action which is protested relating to advertising of notices deadlines, proposal opening and all other
related procedures under the Local Government Code, as well as any protest relating to alleged
improprieties with the RFP process. This limitation does not include protests relating to staff
recommendations as to award of contract. Protests relating to staff recommendations may be directed to
the City Manager. All staff recommendations will be made available for public review prior to
consideration by the City Council as allowed by law.
FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A
WAIVER OF ANY PROTEST.
35. PREVAILING WAGE RATES
35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates,
with respect to the payment of prevailing wage rates for the construction of a public work, including a
building, highway, road, excavation, and repair work or other project development or improvement, paid
for in whole or in part from public funds, without regard to whether the work is done under public
supervision or direction. A worker is employed on a public work if the worker is employed by the
contractor or any subcontractor in the execution of the contract for the project.
35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than
the general prevailing rate of per diem wages for the work of a similar character in the locality in which
the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday
and overtime work.
35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the
City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker
is paid less than the wage rates stipulated in the contract.
TEXAS GOVERNMENT CODE § 2269
SUBCHAPTER D.
SELECTING CONTRACTOR FOR CONSTRUCTION
SERVICES THROUGH COMPETITIVE SEALED PROPOSALS
Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a)
In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity
requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor
for the construction, rehabilitation, alteration, or repair of a facility.
(b) In selecting a contractor through competitive sealed proposals, a governmental entity shall
follow the procedures provided by this subchapter.
Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or
designate an architect or engineer to prepare construction documents for the project. The selected or
designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051,
Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the
governmental entity, the governmental entity shall select the engineer or architect on the basis of
demonstrated competence and qualifications as provided by Section 2254.004, Government Code.
Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request
for competitive sealed proposals that includes construction documents, selection criteria and the weighted
value for each criterion, estimated budget, project scope, estimated project completion date, and other
information that a contractor may require to respond to the request. The governmental entity shall state in
the request for proposals the selection criteria that will be used in selecting the successful offeror.
Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive,
publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors.
(b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity
shall evaluate and rank each proposal submitted in relation to the published selection criteria.
Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror
that submits the proposal that offers the best value for the governmental entity based on:
(1) the selection criteria in the request for proposal and the weighted value for those criteria in the request
for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a
contract with the selected offeror. The governmental entity and its architect or engineer may discuss with
the selected offeror options for a scope or time modification and any price change associated with the
modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected
offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and
proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals
are rejected. In determining best value for the governmental entity, the governmental entity is not restricted
to considering price alone, but may consider any other factor stated in the selection criteria.
Page Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
Page Intentionally Left Blank
PROPOSAL SUBMITTAL FORM
LUMP SUM PROPOSAL CONTRACT
DATE: March 6. 2024
PROJECT NUMBER: RFP 24-17930-TF, 1017 East 29th Street Site Demolition Services
Proposal of Veit National Corporation
called Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
(hereinafter
The Offeror, in compliance with your Request for Proposals for construction of the referenced project, having
carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related
contract documents and the site of the intended work, and being familiar with all of the conditions
surrounding the construction of the intended project including the availability of materials and labor, hereby
intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans,
specifications and contract documents, within the time set forth therein and at the price stated. The price to
cover all expenses incurred in performing the work required under the contract documents.
PROPOSED CONSTRUCTION TIME:
1. Contractors proposed CONSTRUCTION TIME for completion:
TOTAL CONSECUTIVE CALENDAR DAYS: 80
TOTAL CONSECUTIVE CALENDAR DAYS: 100
(to Substantial Completion)
(to Final Completion)
(not to exceed 180 consecutive calendar days to Substantial Completion / 210 consecutive calendar days
to Final Completion).
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice
to Proceed" of the Owner and to substantially complete the project within 180 Consecutive Calendar Days
with final completion within 210 Consecutive Calendar Days as stipulated in the specification and other
contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $25 for
each consecutive calendar day after substantial completion and liquidated damages in the sum of $25 for each
consecutive calendar day after final completion set forth herein above for completion of this project, all as
more fully set forth in the General Conditions of the Agreement.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the
Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The
Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled
closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this proposal,
and he further agrees to commence work on the date specified in the written notice to proceed, and to
substantially complete the work on which he has proposed; as provided in the contract documents.
City of Lubbock, TX
Community Development
RFP 24-17930-TF
1017 East 29th Street Site Demolition Services
Veit National Corporation of Alvarado, TX
Items
Q'TY Unit Extended
+/- U/M Price Cost
General
91-1 Total cost of materials and labor for services, as specified 1 LS $678,678.00 $678,678.00
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's
check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract,
obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after
notice of award of the contract to him.
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with
this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum
O fihirty-three thousand nine hundred thirty-three and nine ten0ollarS ($ 33,933.90 ), which it is agreed shall be
collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract
documents, insurance certificates, and the required bond (if any) with the Owner within
ten (10) business days after the date of receipt of written notification of acceptance of said
proposal; otherwise, said check or bond shall be returned to the undersigned upon
demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound
and include all contract documents made available to him for his inspection in accordance with
the Notice to Offerors.
Pursuant to Texas Local Government Code
252.043(g), a competitive sealed proposal that
has been opened may not be changed for the
purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS
TO THE PROPOSAL PRICE MUST BE MADE
ON THE PROPOSAL SUBMITTAL FORM
PRIOR TO PROPOSAL OPENING.
P�; �09
(Seal if Offeror is a Corporation�;`��p �. P� ....
(Seal
OP
Q-
ATTEST: : 2 0
SEAL : 0 =
Secretary
''l. FCOa►aP.�`�
Offeror acknowledges receipt of the fotlUtv'Ili�addenda:
Addenda No. 1
Date 2/24/24
Addenda No. 2
Date 2/29/24
Addenda No.
Date
Addenda No.
Date
Date: March 6, 2024
MaYI� So�ragGia
Mark Sonaglia (Mar 6, 20 4 18:24 CST)
Authorized Signature
Mark Sonaglia COO & Secretary
(Printed or Typed Name)
Veit National Corporation
Company
8224 S IH 35W Suite C,
Address
Alvarado
City,
Texas
State
Telephone: 785
Johnson
County
76009
Zip Code
- 640-2476
Fax: 76- 498-8348
Email: mark.sonaglia@veitnational.com
FEDERAL TAX ID or SOCIAL SECURITY
No.
37-1505727
NI/wBE Firm: Woman Black American Native American
Hispanic American I I Asian Pacific American Other (Specify)
INSURANCE REQUIREMENTS
1, the undersigned Bidder certify that the insurance requirements contained in this bid document have been
reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be
able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid
insurance certificate to the City meeting all of the requirements defined in this bid.
If the time requirement specified above is not met, the City has the right to reject this proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please contact the
Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572.
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting
with or making sub -awards under covered transactions to parties that are suspended or debarred or whose
principals are suspended or debarred. Covered transactions include procurement contracts for goods or services
equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their
organization and its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its
principals are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended
or debarred by a federal agency.
TEXAS GOVERNMENT CODE SECTION 2252.152
The undersigned representative of the undersigned company or business, being an adult over the age of eighteen
(18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company
named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of
companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. 1 further certify that
should the above -named company enter into a contract that is on said listing of companies on the website of the
Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I
will immediately notify the City of Lubbock Purchasing and Contract Department.
TEXAS GOVERNMENT CODE SECTION 2271.002
Company hereby certifies the following:
1. Company does not boycott Israel; and
2. Company will not boycott Israel during the term of the contract.
The following definitions apply to this state statute:
(1) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any
action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel,
or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an
action made for ordinary business purposes; and
(2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership,
limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned
subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit.
This Certification is required from a Company if the Company has 10 or more full-time employees and the
contract for goods or services (which includes contracts formed through purchase orders) has a value of
$100,000 or more that is to be paid wholly or partly from public funds of the governmental entity.
TEXAS GOVERNMENT CODE 2274
By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the
contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not
apply to the contract.
If Contractor is a company with 10 or more fiill-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have
a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association;
and will not discriminate during the term of the contract against a firearm entity or firearm trade association.
Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott
energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not
apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least
$100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott
energy companies; and will not boycott energy companies during the term of the Agreement. This verification is
not required for an agreement where a governmental entity determines that these requirements are inconsistent
with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or
management of debt obligations or the deposit, custody, management, borrowing, or investment of funds.
Agreement Example
Review
This sample Agreement has been reviewed and
(V is acceptable
( ) is acceptable as noted
Contractor Acknowledtement
In compliance with this solicitation, the undersigned, having examined the solicitation documents,
instructions to offerors, documents associated with the request for proposals, and being familiar with the
conditions to be met has reviewed the above information regarding:
• Insurance Requirements
• Suspension and Debarment Certification
• Texas Government Code Section 2252.152
• Texas Government Code Section 2271.002
• Texas Government Code 2274
An individual authorized to bind the company must sign the following section. Failure to execute this portion
may result in proposal rejection.
By signing below, the terms stated have been reviewed and approved.
Company Name: Veit National Corporation
Signed By:
Print Name and Title: Mark Sonaglia COO & Secretary
Date. March 6, 2024
E
AIA
Document A310TM
- 2010
Bid Bond
CONTRACTOR:
SURETY:
(Name, legal status and address)
(\'ame, legal status and principal place
Veit National Corporation
of business)
14000 Veit Place
Western Surety Company
Rogers, MN 55374
101 S Reid Street,
ADDITIONS AND DELETIONS:
Sioux Falls, SD 57103
The author of this document
OWNER:
has added information
(Name, legal status and address)
needed for its completion.
The author may also have
City Of Lubbock
revised the text of the
13 14 Avenue K,9th Floor
original AIA standard form.
Lubbock, Texas79401
An Additions and Deletions
Report that notes added
information as well as
revisions to the standard
form text is available from
BOND AMOUNT: 5% of Bid Amount
the author and should be
reviewed.
This document has important
PROJECT:
legal consequences.
Consultation with an
attorney is encouraged with
RFP 24-17930-TF
respect to its completion
1017 East 29th Street Site Demolition Services
or modification.
Any singular reference to
Contractor, Surety, Owner
or other party shall be
The Contractor and Surety are bound to the Owner in the amount set forth above, for the
considered plural where
payment of which the Contractor and Surety bind themselves, their heirs, executors,
applicable.
administrators, successors and assigns, jointly and severally, as provided herein. The
conditions of this Bond are such that if the Owner accepts the bid of the Contractor
within the time specified in the bid documents, or within such time period as may be
agreed to by the Owner and Contractor, and the Contractor either (1) enters into a
contract with the Owner in accordance with the terms of such bid, and gives such bond
or bonds as may be specified in the bidding or Contract Documents, with a surety
admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the
faithful performance of such Contract and for the prompt payment of labor and material
furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to
exceed the amount of this Bond, between the amount specified in said bid and such
larger amount for which the Owner 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. The Surety hereby waives any notice of an
agreement between the Owner and Contractor to extend the time in which the Owner
may accept the bid. Waiver of notice by the Surety shall not apply to any extension
exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids
specified in the bid documents, and the Owner and Contractor shall obtain the Surety's
consent for an extension beyond sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term
Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be
deemed to be Contractor.
ELECTRONIC COPYING of any
When this Bond has been furnished to comply with a statutory or other legal requirement portion of this AIA` Document
in the location of the Project an rovision in this Bond conflicting with said statuto Po another electronic file is
�' y p e ry rohibited and constitutes a
or legal requirement shall be deemed deleted herefrom and provisions conforming to violation of copyright laws
such statutory or other legal requirement shall be deemed incorporated herein. When so as set forth in the footer of
furnished, the intent is that this Bond shall be construed as a statutory bond and not as a this document.
common law bond.
AIA Document A310s - 2010. Copyright 1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: 'Phis AIA`
s ptF t-.-1 1 ,, c.1 c !! 1,. a,,,i 1„rurnat, n i T—t- «+ p,rod,,:.ronord strrhnrion of _h- AIA} ee maL�.
pore:.. ., .. may--`, `,t severe u.v,1 c ms..al c l—u—d �
_ _ _ad to th., .. —t nt pess:ble _nde-tFe
dra=c was•oroduceJ _by ALA sofe:are at 11:10:30or, 02/27/2017under Order Nou1311625799 1 whichelgireson )1/01/2018, and is net
___ resale.
User Notes:
(1113085000)
Signed and sealed this 5th day of March, 2024
(Witness)
See attached CA Notary Acknowledgment
(Gi,'itness)
Veit National Corporation
(Contractor as Principal)
—A".
(Title) Mark Sonaglia COO & Secretary
Western Surety Company "`: --`"''
(Sun
(Ti e) Ihab Loubieh, Attorney In Fact = — =
AIA Document A310n - 2010. Copyright 1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: This AIA"
Document is protected by V.S. Copyright Lev and International Treaties. Unauthorized reproduction or distribution of this AIA` Document,
or any portion of it, ma result in severe civil and criminal penalties, and will be prosecuted to the maximum extent passible under the 2
la--, This draft was produced by AIA software at 11:10:30 on 02/27/2011 under Order No.1311625799 1 which expires on 01101/2019, and is not
for resale.
User Notes:
(1113065000)
ACKNOWLEDGMENTS
Corporate Acknowledgment(s)
STATE OF Texas
ss: }
COUNTY OF Johnson County
On this 6 day of March , 2024, before me, the undersigned, a Notary Public in and
for the said State, personally appeared Mark Sonaglia , known to me
(or proved to me on the basis of satisfactory evidence) to be the _ COO/Secretary , of the_
Veit National Cor orratigrthe corporation that executed the within instrument and acknowledged to me that
such corporate xecuted the within instrum pursuant to ' s by-laws or a re olution of its board of directors.
P1 C0/�?,pO',. C �.�� seal)
O ,0 F?4�.. •�.
.•� "s Notary Public
_ S�L • O : My commission expires JUI 27 2027 a�P�e, IRMA PATRICIA BUSTILLIOS
Z 2](A►j�� �SNotary Public, State of Texas
�N.� /�V,.'0
%7 ti , Comm. Expires 07-27-2027
�, `•,•?/1/Zw.•� . of Notary ID 134478304
i hnn yPLMOr
Limited Liability Company Acknowledgment
STATE OF
ss
COUNTY OF
On this _day of , 20_, before me personally
appeared known by me to be the person
who is identified in and who executed the foregoing General Agreement of Indemnity, and who being by me duly sworn,
deposes and says that (s)he is the Manager of , a limited liability company, that
(s)he is duly authorized to execute said Agreement as the act and deed of said limited liability company.
(seal)
Notary Public
My commission expires _
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of San Francisco
On /I Xrd,7 S ZdzY before me, Maria Duran Rufino, Notary Public
(insert name and title of the officer)
personally appeared Ihab Loubieh
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal. MARIADURANR�FINO
Notary Public • California
`_ ~tea = San Francisco County
=^ ` Commission p 2321972
My Comm. Expires Mar 19, 2024
Signature(Seal)
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
know All Nlen By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make. constitute and appoint
Charles Nelson, Ihab Loubieh, Carly Foldenaur, Lou Nanne, Individually
of San Francisco. CA, its true and lawful Attomey(s)-in-Fact with full poker and authority hereby conferred to sign, seal and execute for and on its behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attomey, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions printed on the reverse hereof, duly adopted,
as indicated, by the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Assistant Vice President and its corporate seal
to be hereto affixed on this I Ith day of April, 2023.
uRETy
......
W WESTERN SURETY COMPANY
ads.._........ c
WQ% POq �i
_ «
z
♦k �T__.:O1Pc
kwµ�f
Larn Kasten, Assistant Vice President
State of South Dakota
ss
County of Minnehaha
On this l Ith day of April, 2023, before me personally came Larry Kasten, to me known, who, being by me duly swom, did depose and say: that he
resides in the City of Sioux Falls, State of South Dakota: that he is an Assistant Vice President of WESTERN SURETY" COMPANY described in and which
executed the above instrument: that he knows the seal of said corporation: that the seal affixed to the said instrument is such corporate seal; that it was so
affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledees same to be the act and deed of said corporation.
My commission expires
M.BENT
i ROTARY PUSLIC�)i
March 2, 2026 �� SOUTH DAKOTA
M. Bent, Notary Public
CERTIFICATE
1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attomey hereinabove set forth is still in
force, and further certify that the By -Law and Resolutions of the corporation printed on the reverse hereof is still in force. In testimonv yvhereof I have
hereunto subscribed my name and affixed the seal of the said corporation this 5th day of March, 2024.
, NMMMY
�`SVRE.... WESTERN SURETY COMPANY
r 1 .—........ o
3M:40Q-9p�`D`
CAN, ems,
w�
Fonn F4280-4-2023 ` - L. Nelson, Assistant Secretary
Go to www.cnasurety-Com > Gwner / Oblig-ee Services > Validate Bond Coverage, if you want to verify bond authenticity.
Authorizing By -Laws and Resolutions
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders
of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney. or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company.
The corporate seal is not necessary for the validity of any bonds, policies. undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile.
This Power of Attorney is signed by Lam' Kasten. Assistant Vice President. who has been authorized pursuant to the above Bylaw to
execute power of attorneys on behalf of Western Surety Company.
This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under
and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated
the 27th day of April. 2022:
"RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by
digital signatures and to ratify and confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered
the act and deed of the Company."
CNA
8500 Tower, 8500 Normandale Lake Blvd.,
Suile 600, Bloominglon, MN 55171
February 6, 2024
To Whom It May Concern:
Re: Veit National, Corporation
Surety Bond Reference
To Whom it May Concern:
We are pleased to provide the following information on behalf of Veit National, Corporation.
as part of your pre -qualification process
We have been providing surety bonds for Veit National, Corporation since 2021. We have
approved bonds for them covering jobs up to $60,000,000 with an aggregate work program
of $250,000,000. Presently the total value of bonded jobs for Veit National, Corporation is
under $5,000,000, We continue to be confident in Veit National, Corporation's ability to
perform and we highly recommend them for your favorable consideration.
Western Surety Company (A M. Best Rating A XIV), a CNA writing company, has the
privilege of providing surety bonds for Veit. Western Surety Company is licensed in all fifty
states and is shown on the July 15l 2022, Treasury Department Circular 570 with an
Underwriting Limitation of $152,157,000.
The issuance of any bid or final bond is contingent upon a satisfactory underwriting review at
the time a request for bonds is made. This review may include, but not be limited to,
acceptable contract terms, conditions, documents, bond forms, and confirmation of an
acceptable financing source and payment provisions. Any arrangement for bonds is a matter
between Veit National, Corporation and the surety and we assume no liability to you or your
third parties if for any reason we do not supply said bond or bonds.
Sincerely,
Western Surety Company
By.
Ihab Loubieh, Attorney -In -Fact
City of Lubbock
Insurance Requirement Affidavit
Project Number• RFP 24-17930-TF
I To Be Completed by Bidder or Offeror
I, the undersigned Bidder/Offeror certify that the insurance requirements contained in this bid/proposal
document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by
the City of Lubbock (City), I will be able to, within ten (10) business days after being notified of such
award by the City, furnish a valid insurance certificate and endorsements to the City meeting all of
the requirements presented herein.
7
Jacob Grace
Cont etor Representative (Original Signature) Contractor Representative (Printed)
Contractor's Business Name: Veit National Corporation
(Print or Type)
Contractor's Address: $224 S I 35VV Suite C, Alvarado, TX 76009
Contractor's Email Address: jacob.grace@veitnationa1.com
INSURANCE AGENT/BROKER CONTACT INFORMATION
Firm Name: NFP
Contact Name: Edgar Mendoza
Phone No.: (949) 669-1021 Email: Edgar. Mendoza@nfp.com
II NOTE TO CONTRACTOR II
If the time requirement specified above is not met, the City has the right to reject this bid/proposal and
award the contract to another contractor. If you have any questions concerning these requirements,
please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806)
775-2572.
Page Intentionally Left Blank
Contractors Statement of Qualifications
Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the
Project. Joint ventures shall be composed of not more than two firms and each firni must complete separate
evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following
Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of
the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER.
In evaluating a firms qualifications, the following major factors will be considered:
A. FINANCIAL CAPABILITY:
For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the
CONTRACTOR'S ability to secure bonding satisfactory to the OWNER.
B. EXPERIENCE:
Do the organization and key personnel have appropriate technical experience on similar projects?
C. SAFETY:
Does the organization stress and support safety as an important function of the work process?
D. QUALITY OF WORK:
(1) Does the organization have a commitment to quality in every facet of their work - the process as well
as the product?
(2) Does the organization have a written quality philosophy and/or principles that exemplifies their
work? If so, submit as Attachment "A".
(3) Has this organization ever received an award or been recognized for doing "quality" work on a
project? If so, give details under Attachment "A".
E. CONFORMANCE TO CONTRACT DOCUMENTS:
(1) Does the organization have a commitment and philosophy to construct projects as designed and as
defined in the Contract Documents?
The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to
require the submission of additional information.
The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the
lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non-
responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and
developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm.
Material misstatements on the qualifications forms may be grounds for rejection of the fitm's bid on this project. Any
such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate tennination of
the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER
resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages.
Complete the following information for your organization:
Contractor's General Information
Organization Doing Business As
Veit National Corporation
Business Address of Principle Office
8224 S IH 35W Suite C, Alvarado, TX 76009
Telephone Numbers
469-354-5981
Main Number
763-428-2242
Fax Number
763-428-8348
Web Site Address
www.veitnational.com
Form of Business (Check One)
Date of Incorporation
V A Corporation A Partnership An Individual
2/1 /2005
State of Incorporation
Florida
Chief Executive Officer's Name
Mark Sonaglia
President's Name
Tim Bixler President
Vice President's Name(s)
Mike Flahave
Secretary's Name
Mark Sona lia COO & Secretary
Treasurer's Name
Date of Organization
Brian Volke
N/A
State whether partnership is general or
limited
Name
N/A
N/A
Business Address
N/A
Identify all individuals not previously
named which exert a significant aillonlit of business control over tile
organization
Kelly Veit -Owner
OrganizationIndicators of
Average Number of Current Full Time
Employees 54
erage Estimate of Revenue for the
t_'urrentYear $8,900,000
Contractor's Organizational Experience
Organization Doing Business As
Veit National Corporation
Business Address of Regional Office
8224 S IH 35W Suite C, Alvarado, TX 76009
Name of Regional Office Manager
Mike Flahave
Telephone Numbers
Main Number
763-428-2242
Fax Number
763-428-8348
Web Site Address www.veitnational.com
Organiza tion1l !story
List of names that this organization currently, has or anticipates operating under over the history of the organization,
including the navies of related companies presently doing business:
Names of Organization
From Date
To Date
List of companies, firms or organizations that own any part of the organization.
Name of companies, firms or organization
Percent Ownership
Veit & Co
100%
Construction Experience
Years experience in projects similar to the proposed project:
As a General Contractor
15
1 As a Joint Venture Partner
Has this or a predecessor organization ever defaulted on a project or failed to complete any work
awarded to it?
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization been released from a bid or proposal in the past ten years?
NO
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever been disqualification as a bidder or proposer by any
local, state, or federal agency within the last five ears?
NO
If yes provide full details in a separate attachment, See attachment No.
Is this organization or your proposed surety currently in any litigation or contemplating
litigation?
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever refused to construct or refused to provide materials
defined in the contract documents?
NO
If yes provide full details in a separate attachment. See attachment No.
Contractor's Proposed Key Personnel
Organization Doing Business As Veit National Corporation
OrganizationProposed Project
Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart.
Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment
No. 1
Veit National Corporation (VNC) is a member of the Veit family of companies (Veit).
Veit is a specialty contractor serving the industrial, commercial, and municipal marketplace
for over 96 years in demolition, utilities, CIPP, foundations, earthwork, marine, and industrial
cleaning services. Veit completes an average of 500 projects annually. The gross revenue for
Veit has exceeded $200 million each of the last five years; we are on track to exceed
$300 million in revenue in 2024 for the third year in a row. To ensure success, Veit dedicated
top demolition talent to lead the VNC demolition team
they are Mike Flahave, Senior Director of Demolition, project Management and Strategy,
and Ryan Olson, Senior Director of Demolition, Operations and Business Development.
They have helped the Veit enterprise earn a solid reputation for completing fast -track and
difficult demolition projects on time and within budget.
Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational
cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this
description. See attachment No.2
To ensure success, Veit National dedicated top demolition talent to lead the
VNC demolition team they are Chester Grace, Senior Oper/Quality Manager,
and Jacob Grace, Project Manager, Patsy Bustillos, Project Coordinator, Jeremy Hanna
Safety Manager. No alternates.
Experience of Key Personnel
Provide information on the key personnel proposed for this project that will provide the following key functions.
Provide information for candidates for each of these positions on the pages for each of these key personnel. Also
provide biographical information for each primary and alternate candidate as an attachment. The biographical
information must include the following as a minimum: technical experience, managerial experience, education and
formal training, work history which describes project experience, including the roles and responsibilities for each
assignment, and primary language. Additional information highlighting experience which makes them the best
candidate for the assignment should also be included.
Role
Primary Candidate
Alternate Candidate
Project Manager
Jacob Grace
Project Superintendent
Humberto Noris
Project Safety Officer
Jeremy Hannack
Quality Control Manager
Chester Grace
If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much
time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will
be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided
between this project and their other assignments.
Proposed Project Managers
Organization Doing Business As
Name of Individual
Years of Experience as Project Manager
Years of Experience with this organization
Number of similar projects as Project Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
HEB Melissa
Highland Oak Apts
Taco Bites and Beats
Reference Contact Inrormation(listing names indicates
Name Chris PilotteChri
Title/ Position Project Manager
Organization Joeris Ceneral Contractors
Telephone (817) 204 0770
E-mail cpilotte@joeris.com
Project HEB Melissa
Candidate role on
Proiect Project Manager
Name of Individual
Years of Experience as Project Manager
Years of Experience with this organization
Number of similar projects as Project Man
Number of similar projects in other positio
Current Project Assignments
Name of Assignment
Veit National Corporation
Jacob Grace
8
4
30+
5+
Percent of Time Used for
this Project
Estimated Project
Completion Date
20%
March 2024
40%
April 2024
10%
March 2024
.,oval to contacting the
names individuals as a reference
Name
Jenna Brummett
Title/ Position
Regional Vice President of Construction
Organization
Gallagher Construction
Telephone
817-718-1876
E-mail
jbrurnmett@gallaghertx.com
Project
I TRVVD Central South Bypass Channet Demo of sttuctur
Candidates role
on Proiect
Project Manager
N/A
Percent of Time Used for Estimated Project
this Proiect Completion Date
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role on
Project
5
Proposed Project Superintendent
Organization Doing Business As
Name of Individual
Years of Experience as Project Superintendent
Years of Experience with this organization
Number of similar projects as Superintendent
Number of similar projects in other positions
Current Project Assignments
Name of Assigmnent
HEB -Melissa
Highland Oak Apts
Taco Bites and Beats
Reference Contact Information(listing names indicates
Name I Chris Pilotle
Title/ Position I Proiect Manager
Organization
Joeris General Contractors
Telephone
(817) 204 0770
E-mail
cpilotte@joeris.com
Project
HEB -Melissa
Candidate role on
Proiect
Superintendent/Operator
Name of Individual
Years of Experience as Project Sup
Years of Experience with this orgat
Number of similar projects as Supe
Number of similar projects in other
Current Project Assignments
Name of Assignment
Veit National Corporation
Humberto Noris
20+
2
s0+
60+
Percent of Time Used for
this Project
Estimated Project
Completion Date
10%
March 2024
80%
April 2024
5%
March 2024
oval to contacting the
names individuals as a reference
Name
Jenna Brummett
Title/ Position
Regional Vice President of Construction
Organization
Gallagher Construction
Telephone
817-718-1876
E-mail
jbruinmett@gallaghertx.com
Project
TRLND Certral City South Bypass Channel �emolifion o
Candidate role on
Proiect
Superintendent/Operator
N/A
Percent of Time Used for Estimated Project
this Proiect Completion Date
Name Name
Title/ Position Title/Position
Organization Organization
E-mail. E-mail
Project Project
Candidate role on Candidate role on
Project Project
6
Structures
Proposed Project Safety Officer
Organization Doing Business As
Name of Individual
Veit National Corporation
Jeremy Hannack
Years of Experience as Project Safety Officer
26+
Years of Experience with this organization
20+
Number of similar projects as Safety Officer
100+
Number of similar projects in other positions
100+
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
HEB -Melissa
5%
March 2024
Highland Oak Apts
10%
April 2024
Taco Bites and Beats
5%
March 2024
Reference Contact
Information Ilistin names indicates ap roval to contactingthe
names individuals as a reference
Name
Chris Pilotte
hlartle
Jenna Brummett
Title/ Position
Project Manager
Title! Position
Regional Vice President of Construction
Organization
Joeris Contractors
Organization
Gallagher Construction
Telephone
(817) 204 0770
Telephone
817-718-1876
E-mail
cpiloue@joeris.com
E-mail
jbrummett@gallaghertx.com
Project
HEB -Melissa
Project
TRIND Central City South Bypass Channel Demolition a
Candidate role on
Project
Alternate Candidate
Name of Individual
Safety Manager
Candidate role on
Protect Safety Manager
N/A
Years of Experience as Project Safety Officer
Years of Experience with this organization
Number of similar projects as Safety Officer
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
ROMMMEMIMMMMM
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role on
Project
Structures
Proposed Project Quality Control Manager
Organization Doing Business As
Name of Individual
Veit National Corporation
Chester Grace
Years of Experience as Quality Control Manager
20+
Years of Experience with this organization
5+
Number of similar projects as Quality Manager
15+
Number of similar projects in other positions
20+
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
HBB -Melissa
20%
March 2024
Highland Oak Apts
75%
April 2024
Taco Bites and Beats
5%
March 2024
Reference Contact
Information(listing names indicates ap roval to contactingthe
names individuals as a reference
Name
Chris Pflotte
Name
Jenna Brummett
Title/ Position
Project Manager
Title/ Position
Regional Vice President of Construction
Organization
Joeris General Contradors
Organization
Gallagher Construction
Telephone
(817) 204 0770
Telephone
817-718-1876
E-mail
cpilotte@joeris.com
E-mail
jbrummett@gallaghertx.com
Project
HEB -Melissa
Project
T€ VV1) Central City South Bypass Channel Demolition .
Candidate role on
Project
Alternate Candidate
Name of Individual
I Quality Control
Candidate role on
Project Quality Control
N/A
Years of Experience as Quality Control Manager
Years of Experience with this organization
Number of similar projects as Quality Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Name
Name
Title/ Position
Title/ Position
Oroanization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Pro ect
Candidate role on
Project
uclures
Contractor's Project Experience and Resources
Organization Doing Business As Veit National Corporation
Provide a list of major projects that are currently underway, or have been completed within the last ten years on
Attachment A
Provide a description of your organizations approach to completing this project to provide best value for the Owner.
Including a description of your approach in the following areas:
1. Contract administration
2. Management of subcontractor and suppliers
3. Time management
4. Cost control
5. Quality management
6. Project site safety
7. Managing changes to the project
8. Managing equipment
4. Meeting HLJB / MWBE Participation Goal
Provide a list of major equipment ro osed for use on this pE21ect. Attach Additional Information if necessa
Equipment Item
Primary Use on Project
Own
B ill
Lease
Excavator 340SB Caterpillar TQ/ TC
Demolish Buidling
CAT 267B Skidsteer
Clean Up
Truck Pickup 2015 Ford F250
Transportation
Tooth Bucket 336 54" DB EQ14635
Demolition
Trailer Enclosed Tool Eagle Cargo
Store tools
Division of • Organization
What work will the organization complete using its own resources?
85% Demolition
What work does the organization propose to subcontract on thisproject?
15% NESHAP
Contractor's Subcontractors and Vendors
Organization Doing Business As Veit National Corporation
Project Subcontractors
Provide a list of subcontractors that will provide more than 10 percent of the work based on contract amounts
Name
Work to be Provided
Est, Percent
of Contract
HUB/MWBE
Firm
Allen & Company
NESHAP
22%
Y
Earthworks
Trucking
15%
N
Provide information on the proposed key personnel, project experience and a description of past relationship and work
ex erience for each subcontractor listed above using the Project Information Forms.
Provide a list of major equipment ro osed for use on this project. Attach Additional Information if necessary
Vendor Name
Equipment / Material Provided
Furnish
Onlyand
Furnish
Install
HUB/lvi
WBE
Finn
NIA- Veit National owns all it's equipment
10
Attachment A
Current Projects and Project Completed within the last 10 Years
Project Owner
I Tarrant Regional Water District
Project Name
I TRWD Central City South Bypass Channel Demolition and Abatement of Structure
General Description of Project: Demolition of large commercial structures
Project Cost
248,335.00
Date Project Completed 12/2023
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Mang er
Name
Jacob Grace
Humberto Noris
Jeremy Hannack
Jacob Grace
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
Jenna Brummett
Regional VP of Construction
Gallagher Construction
817-718-1876
jbrummett@gallaghertx.com
Project Owner
I Terrell State Hospital
Project Name Demolition of hospital building
General Description of Project: Demolition of hospital building
Project Cost
663,158.00
Date Project Completed
7/20/23
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jacob Grace
Darrell Cruz
Jeremy Hannack
Chester Grace
Reference Contact Information (fisting names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
Jonathan Espinoza
Project manager
Liberty Demolition
214-864-7843
jonathan@liberty-demotition.com
Project Owner
Hat Creek
Development
Project Name 13051
Dove
Road, Grapevine, TX
General Description of Project: Demolish Buidling
Project Cost
343,834.00
Date Project Completed
10/20/23
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Jacob Grace
Darrell Cruz
Jeremy Hannack
Chester Grace
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
Cole Temple
Project Manager
Hat Creek Development
817-891-9756
cole.templel2@gmail.corr
Attachment B
Project Information
Project Owner
Tarrant Regional Water District
Project Namc
TRWD Central City South Bypass Channel Demolition and Abat
General Description of Project
Demolition of two buildigns (60,000 SF) and relocation of trolley car
Project Budget, Schedule Performance
ZP
Budget History Schedule Performance
Amount
% of Bid
Amount
Date
Days
Bid
246,137.00
Notice to Proceed
10/16/23
10
Change Orders
1,500.00
.01%
Contract Substantial Completion Date at Notice to Proceed
12/24/23
50
Owner Enhancements
NIA
Contract Final Completion Date at Notice to Proceed
12/24/23
50
Unforeseen Conditions
NIA
Change Order Authorized Substantial Completion Date
12/24/23
50
Design Issues
NIA
Change Order Authorized Final Completion Date
12/24/23
50
Total
247,637..00
Actual / Estimated Substantial Completion Date
12/17/23
43
Final Cost ,166,415.00 41 %
Key Project Personnel
Actual / Estimated Final Completion Date 12/17/23
Project Manager Project Su Safe Officer
J g J p t3' Quality Control
43
Manager
Name
Jacob Grace
Humberto Noris
Jeremy Hannack Chester Grace
Percentage of Time Devoted to the Project
75
100
25 80
Proposed for this Project
Y
Y
Y Y
Did Individual Start and Complete the Project?
Y
Y
Y
I F not, who started or completed the project in their place.
Reason for change.
approvalReference Contact Information (listing names indicates
Name Title/ Position Organization Telephone
E-mail
Owner
Brenton Dunn
Program Manager
TRWD 214-538-1678 brenton.dunn@trwd.com
Desinner
Construction Manager
Jenna Brummett
Regional VPof Construction
Gallagher Construction 817-718-1876 jibrummett@gallaghertx-corr
Suret
ResolvedIssues / Disputes or . Dispute Review Boards
Number of Issues Total Amount involved in Number of Issues Total Amount involved in
Resolved N/A Resolved Issues NIA Pending N/A Resolved Issues NIA
rmi
1J o. "'--
/
LEADERSHIP TEAM IRNA
Mark Sonaglia
Chief Operating Officer & Secretary
Mark has been a part of the Veit team since 2000, serving as Vice President of CIPP and Industrial
Cleaning. Today, he is the Chief Operating Officer at Veit National Corporation. He oversees CIPP
operations. He takes great pride in his field crews accomplishments and sees them as the key to
Veit National's success. He holds a degree in Environmental Studies from Rollins College.
Tim Bixler
President CIPP
Tim joined the Veit National Team in 2020, bringing with him over 30 years of industry -leading
knowledge in utility rehabilitation. Today he is the President of Veit National and works to manage
and lead the Veit National team. He holds a degree in Construction Management from Purdue
University and his background includes operations, engineering and founding AITC which would go
on to become part of Veit National Corporation in 2020.
Mike Flahave
Senior Director of Demolition, Project Management & Strategy
Mike has been with the Veit family demolition team for over a decade, leading the project
management team in demolition projects all over the country. He has formed successful, trusted
relationships with customers in the municipal, commercial and industrial marketplace in both
the private and public arenas. Mike holds a degree in Leadership Management from St. John's
University as well as a degree in Construction Project Supervision from Dunwoody College of
Technology.
Ryan Olson
Senior Director of Demolition, Operations & Business Development
Ryan has over two decades of industry experience and has been a key member of the Veit family
demolition team from the start. He began as an equipment operator and has worked his way up
to Senior Director. His long career in demolition allows him to see and understand all aspects of
a demolition project. He is responsible for all demolition field leadership and safety in addition
to exploring opportunites to expand the Veit National demolition offerings, technologies and
geographic markets.
Rick Shefka
Operations Manager
Rick is involved with projects from start to finish. He assists in creating estimates for bid
submittals, coordinates preconstruction meetings to ensure precision between project managers,
field staff, and office support, and is responsible for obtaining any necessary permits and licensing
for projects. He oversees daily operations of field crews on projects ensuring all aspects of the
project are met safely, on budget & within deadline. Rick has a degree in Business Administration,
Logistics & Supply Chain from East Carolina University.
veitnational.com (763) 428-2242 14000 Veit Place, Rogers, MN 55374
LrE7 �fflff
NATIONAL
Tim Reimann
President - Veit and Company, Ir
91
Mark Sonaglia
Chief Operating Officer
I
1161
Tim Bixler
President
r-J
Rick Shefka
Operations Manager
Ryan Olson
Senior Director of Demolition,
Operations and Business Development
No. 2
VEIT NATIONAL
Mike Flahave
Senior Director of Demolition,
Project Management and Strategy
Chester Grace Jacob Grace
Senior Project Manager, Demolition Project Manager, Demolition
MIKE FLAHAVE
NATIONAL
Senior Director of Demolition, Project Management & Strategy
Mike has been with the Veit family demolition team for over a decade, leading the project
management team in demolition projects all over the country. He has formed successful, trusted
relationships with customers in the municipal, commercial and industrial marketplace in both
the private and public arenas. Mike holds a degree in leadership Management from St. John's
University as well as a degree in Construction Project Supervision from Dunwoody College of
Technology.
EDUCATION +TRAINING
B.A. Leadership Management
St. John's University
A.S. Construction Project Supervision
Dunwoody College of Technology
OSHA 30 Hour
BNSF Contractor Training
BNSF Intermodal Training
Railroad Education
AGC Leadership Blueprint Class of 2019
Traveler's Crane Operations Class
EXPERIENCE 12Years — Industry Experience
Terrell State Hospital Demolition (Terrell, TX)
$633,000
• Demolition of four buildings
• 109,583 SF
1800 Timber Creek (Flower Mound, TX)
$155,000
• Demolition of 1-story & 2-story buildings
• Demolition of foundations, concrete drive & sidewalk
• Flag pole removal & shrub removal
Northwest High School Pkg 2 (Justin, TX)
$556,000
• Partial demolition of existing high school
• Demolition between two existing/active school buildings to
remain
• 96,000 SF
1001 University Drive Demolition (Fort Worth, TX)
$94,000
Demolition of five buildings located within one city block
3051 Dove Road (Southlake,TX)
$344,000
• Demolition of one-story commercial building
Wind Turbine Foundation (Glasscock County, TX)
$117,000
• Demolition of wind turbine
• Demolition of concrete foundation
Throckmorton ISD (Throckmorton, TX)
$104,000
• Demolition of house & AG school building
• included slabs & foundations
• install construction site fence
• Tree removal & sidewalk removal
Live Oak Building Demo (Red Oak, TX)
$202,000
• Demolition of commercial building
veitnational.com (763) 428-2242 14000Veit Place, Rogers, MN 55374
JEREMY HANNACK E�
Safety Manager
Jeremy Hannack has worked in the construction industry for over 25 years. He brings a wide range of
knowledge & experience with him. Jeremy is consistently developing & implementing processes & programs
for job sites, working with field employees & VPs to ensure OSHA compliance. He assists craft, project
managers, superintendents & leadership with all aspects of safety.
EDUCATION +TRAINING
CUTC—EMT
CVTC Hazardous Material Operations
OSHA 10 & 30 Instructor
SSHO
Flagger Trainer
OS-eRAILSAFE Training
OS-CN On -Track
OS -RR Contractor Orientation
CPR, First Aid & AED Instructor
Advanced Safety Certificate
National Safety Council
OSHA Disaster Site Instructor
ICRATrained
BNSF
Firefighter
CN Ontrack
NCCO Mobile & Tower Crane
IVES Certified MEWP Trainer
ASSP Member
Principles of Occupational Safety &
Health NCS
Safety Management Techniques—NSC
Fundamentals of Industrial Hygiene—NSC
Safety & Inspection for Hoists
RESPONSIBILITIES 26Years — Industry Experience
• Attends pre -construction meetings
• Attends weekly superintendents coordination meetings
• Performs site safety inspections
• Performs JHA audits & observations
• Takes the lead on accident & incident investigations
• Implements site specific health & safety plans
• Performs site safety training
• Reviews site specific safety plans with site employees
• Responsible for maintaining & updating Veit's sitesafety
plans
• Provides an internal safety resource for policies &proce-
dures
• Works with OSHA consultation on projects, assistingthe
General Contractor & owners with OSHA Compliance on
the job site
veitnational.com (763) 428-2242 14000 Veit Place, Rogers, MN 55374
E► JACOB GRACE NAT1oNAL
Project Manager/Estimator - Demolition
As Project Manager & Estimator, Jacob seeks out bid opportunities & is responsible for reviewing
plan specs, calculating quantities, gathering quotes & submittals, constructing the bid, & creating
the bid submittal. He obtains all necessary permits & licensing for projects & serves as the key
communicator between the customer & field workers. Throughout the project, Jacob works to
ensure all aspects of the project are met safely, on budget & completed within the time frame
agreed upon.
EDUCATION + TRAINING
B.S. Business Management
SW Oklahoma State University
Weatherford, OK
OSHA 30
EXPERIENCE 8 Years — Industry Experience
Throckmorton ISD (Throckmorton, TX)
• Commercial site preparation
• Safely removed asbestos containing veneer from the exist-
ing concrete wall structure so only that which contained
asbestos was hauled off in lined trailers & disposed of
properly in accordance with NESHAP regulations
• Steel & concrete recycling
TRWD Bypass Channel Demolition (Fort Worth, TX)
Total demolition of commercial building & residential
home clearing for Bypass Channel
Site heavily surrounded by fencing & trees
Included hauling & disposal of demolition materials
University Drive Demolition (Fort Worth, TX)
• Underground utilities
Northwest High School Pkg. 2 Demolition (Justin, TX)
Demolition of a portion of existing high school
Building demolished was 96,000 SF
Building located between two existing/active school build-
ings to remain
veitnational.com (763) 428-2242 14000 Veit Place, Rogers, MN 55374
■rr�rirr
EI
CHESTER GRACE
Senior Project Manager
As Senior Project Manager, Chester provides overall management direction of contracted work
from start to finish including preparing full estimates, bidding, pre -construction planning,
scheduling, cost containment, monitoring progress & compliance, & maintaining client contact
throughout the project. He is responsible for the overall direction of projects for the demolition
team, establishes project objectives, & coordinates bid requirements ensuring that the project
meets all safety goals on or under budget in the appropriate time fram allowed.
EDUCATION + TRAINING
OSHA 30
CPR, AED & First Aid
Bloodborne Pathogens
EXPERIENCE 24 Years — Industry Experience
Throckmorton ISD (Throckmorton, TX)
Commercial site preparation
Safely removed asbestos containing veneer from the exist-
ing concrete wall structure so only that which contained
asbestos was hauled off in lined trailers & disposed of
properly in accordance with NESHAP regulations
Steel & concrete recycling
Terrell State Hospital- Terrell, TX
Total demolition of hospital
Site heavily surrounded by fencing & trees
Included hauling & disposal of demolition materials
University Drive Demolition (Fort Worth, TX)
• Underground utilities
Northwest High School Pkg, 2 Demolition (Justin, TX)
• Demolition of a portion of existing high school
• Building demolished was 96,000 SF
• Building located between two existing/active school build-
ings to remain
veitnational.com (763) 428-2242 14000 Veit Place, Rogers, MN 55374
Building Communities Stronger
�HXTMP
Veit National is a growing specialty contractor providing pipe rehabilitation and demo)
services to help build communities stronger. Our work sets the stage for progress by
strengthening our infrastructure and clearing the way for development in our region.
We're here to build lasting relationships by helping to solve our client's biggest challe
whether they are repairing something old or making way for something new. We're
committed to delivering quality work and creating a customer experience that is
unmatched in our industry.
WE BREAK EVERYTHING BUT OUR WORD
Veit National offers full -service demolition capabilities performed with
exacting precision and safety. We approach projects by gaining a full
understanding of the owners' goals and objectives, beyond the scope
of our work. We then create comprehensive strategies for demolition
services that set our clients up for success. Our team of industry
experts bring decades of combined experience and knowledge in heavy
demolition to the table of every project they're involved with. We are
equipped with highly specialized heavy machinery and tools to perfor
our work safely and efficiently. Our equipment fleet consists of state
the -art machines operated and maintained with pride.
LOCATION
Texas Office
8224 S 135W Frontage Road
Suite C
Alvarado, TX 76009
Chester Grace, Senior Project Manager / Estimator
(903) 809-1555
rvarroxa�
For more information, visit our website at VeitNational.com
PNA1TIONAL
Job Description
248002 Highland Oaks Demolition
248001 Tacos, Bites and Heats
238039 Sunrise Lift Station 4210 - PO 24001205
238038 Sunrise Lift Station #209 - PO 24001209
238037 Sunrise Lift Station #161 - PO 24001170
238023 Savannah Storm 2023
228022 Sunrise Litt Station #108 - PO 23000730
228018 Savannah SANITARY
228017 Savannah STORMWATER
228013 Kennedy Blvd, Gravity Sewer Rehabilitation CIPP
Veit National Ongoing Projects
City
State
Customer Contact
Dallas
TX
KDP Knox, LLC Matthew Fisher
Dallas
TX
Quadrant Investments
Sunrise
FL
City of Sunrise Tim Koabel
Sunrise
FL
City of Sunrise Tim Koabel
Sunrise
FL
City of Sunrise Tim Koabel
Savannah
GA
City of Savannah, GA Stormwater Manager Kenneth Kelly
Sunrise
FL
City of Sunrise Tim Koabel
Savannah
GA
City of Savannah, GA Sewer Maintenance I David Hemphill
Savannah
GA
City of Savannah, GA Stormwater Manager Kenneth Kelly
Tampa
FL
City of Tampa Davey Henderson
Attachment A
Contact
Completion
Orig Contract
Phone Number
Date
Amount
214-809-8573
20%
$ 203,256.00
5%
$ 23,510.00
954-888-6081
80%
$ 143,360.00
954-888-6081
80%
$ 40,430.00
954-888-6081
50%
$ 154,685.00
912-651-4262
75%
$ 475,102.50
954-888-60B1
$ 135,760.00
912-658-7862
85%
$ 1,090,083.50
912-651-4262
90 %
$ 1,081,620.00
813.630-3910
95%
$ 854,155.00
$ 4,201,942.00
9NA
TION
A L
Contract administration: Contract administration will be handled by a team of project
coordinators and project managers that have 20+ years of experience.
2. Management of subcontractor and suppliers: Subcontractors will be managed on site by
the General Superintendent and foreman. The Project Manager will ensure the
subcontracted work is performed within the schedule allotted.
3. Time management: A project schedule will be provided biweekly to the owner, field
personnel and subcontractors.
4. Cost control: Budget and cost codes will be shared with all Veit National employees
involved with the project.
5. Quality management: "The Veit Way." Our operators and laborers are trained to leave a
site cleaner than expected. Near completion, Project Managers and Directors will tour the
project to ensure it meets the owner and Veit National's expectations.
6. Project site safety: All field personnel have been trained in OSHA-30. The Safety
Supervisor will make multiple project visits during demolition.
7. Managing changes to the project: The Project Coordinator and Project Manager will
work closely with the owner on any changes.
8. Managing equipment: Operator will fill out daily equipment checklists and address any
issues that might arise.
9. Meeting HUB 1 MWBE Participation: Goal 22%
veitnationo2.com (763) 428-2242 14000 Veit Nace, Rogers, MN 55374
Texas Historically Underutilized Business (HUB) Certificate
Certificate/VID Number: 1752780265000
Approval Date: July 14, 2022
4rHU Scheduled Expiration Date: July 14, 2026
5.atewide Historically Underutilized Business Program
The Texas Comptroller of Public Accounts (CPA), hereby certifies that
Allen & Company Environmental Services
has successfully met the established requirements of the State of Texas Historically Underutilized Business
(HUB) Program to be recognized as a HUB. This certificate printed July 14, 2022, supersedes any
registration and certificate previously issued by the HUB Program. If there are any changes regarding the
information (i.e., business structure, ownership, day to day management, operational control, business
location) provided in the submission of the business; application for registration/certification as a HUB, you
must immediately (within 30 days of such changes) notify the HUB Program in writing. The CPA reserves
the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be
suspended or revoked upon findings of ineligibiliy.
Statewide HUB Program
Statewide Procurement Division
Note: In order for State agencies and institutions of higher education (universities) to be credited for utilizing this business as a HUB, they must award
payment under the Certificate/VID Number identified above. Agencies, universities and prime contractors are encouraged to verify the company's HUB
certification prior to issuing a notice of award by accessing the Internet (https://rnycpa.cpa.state.tx.us/tpasscmbisearch/!ndex.jsp) or by contacting the HUB
Program at 512-463-5872 or toll -free in Texas at 1.888-863-5881.
WBENC
WOMEN'S BUSINESS ENTERPRISE
NATIONAL COUNCIL
JOIN FORCES, SUCCEED TOGETHER.
hereby grants
1,9192a, lNemellBusiness Enterpto rise Cam ►
Allen & Company Environmental Services
who has successfully met WBENC's standards as a Women's Business Enterprise (WBE).
This certification affirms the business is woman -owned, operated and controlled and is valid through the date herein.
Certification Granted: August 4, 2014
Expiration Date: August 4, 2024
WBENC National Certification Number: 2005125054
NAILS: 562910, 561790, 562112
UNSPSC: 76101603, 76101604
WBENC National WBE Certification was processed and validated by Women's
Business Council - Southwest, a WBENC Regional Partner Organization.
C� ecv_��NJ
Authorizcd by Bliss Coulter, President & CEO WOMEN'S
Women's Business Center
BUSINESS
COUNCIL
SOUTKWEST
Greatralas GREATER y
�& gl1 C1eSS WQMINS WBECFLORIDA weECMtTRONY ws��cRcnrE4�sr- WBECEAST WBECORV WBECPACIFIC �ulBusINESS WBECSOUTI WBECWEST
E COUNCIL BUSINESS �. VVI"" CENTEFMFNT
` _ ,,,SEA CENTER
COUNCIL 5YA!'1tL2J
Page Intentionally Left Blank
City of Lubbock, TX
Purchasing and Contract Management
Safety Record Questionnaire
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant
to Section 252,0435 of the Local Government Code, City of Lubbock has adopted the following written definition and
criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts.
The definition and criteria for determining the safety record of a proposer for this consideration shall be:
The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City
may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused
by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider,
among other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the proposer for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations
within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to,
the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the
Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the
Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas
Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the
Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental
protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the
United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state
or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions,
administrative orders, draft orders, final orders, and judicial final judgments.
Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of
the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe
environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock.
In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential
contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following
three (3) questions and submit them with their proposals:
OUESTION ONE
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for
such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3)
years?
YES NO
If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION TWO
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for
such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO
If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any,
and penalty assessed.
QUESTION THREE
Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such
firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense
which resulted in serious bodily injury or death?
YES NO v
If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with
its proposal submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
1 certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be
rejected.
Ma��r �anaRGia
(mark sonaglia (P.lar 6, 2 4 18:24 C5T)
Signature
Mark Sonaglia COO & Secretary
Title
0%) N F P1
March 6, 2024
Veit National Corporation
14000 Veit Place
Rogers, MN 55374
RE: Experience Rating Modification Factors -- 7 Year History
To Whom It May Concern,
Outlined below are the 7-year experience modification rating factors applicable to Veit National Corporation:
EFFECTIVE DATE
E-MOD FACTOR
01/01/2023 to 01/01/2025
0.99
01/01/2023 to 01/01/2024
0.89
01/01/2022 to 01/01/2023
0.80
01/01/2021 to 01/01/2022
0.65
01/01/2020 to 01/01/2021
0.69
01/01/2019 to 01/01/2020
0,67
01/01/2018 to 01/01/2019
0.70
If you need additional information, please do not hesitate to contact me.
Sincerely,
r% a
Lexi Abbate, CRIS
Assistant Vice President
949-305-3819
Lexi.Abbate(a)nfp.com
Property and casualty insurance services provided through NFP Property & Casualty Insurance Services, Inc (NFPPC) Other insurance
services provided through NFP Corporate Services (NY), LLC (NFPNY) and BLVD Agency, Inc. (BWD). NFPPC, NFPNY and SWD are
subsidiaries of NFP Corp. (collectively, NFP). Securities may be offered through Kestra Investment Services, LLC (Kestra IS). member
FINRAISIPC. Investment advisory services may be offered through Kestra Advisory Services, LLC, (Kestra AS), an affiliate of Kestra IS.
Neither Kestra IS nor Kestra AS are affiliated with NFP
Page Intentionally Left Blank
NON -COLLUSION AFFIDAVIT
STATE OF TEXAS
LUBBOCK COUNTY
Mark Sonaglia being first duly sworn, on his/her oath, says that the
bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any
person not therein named; and s/he further says that the said respondent has not directly induced or solicited any
firm on the above work or supplies to put in a sham , or any other person or corporation to refrain from a statement
of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over
any other firm or firms.
Veit National Corporation
Firm
Mark Sonaglia
Name
Mark Sonaglia (Mar 6,2 418:24CST)
Signature
COO/Secretary
Title
Subscribed and sw9T to before me this 6 !1 day of March 2024
Notary Public
a .�
`p��......�«,
IRMA PATRICIA 8USTILLIOS
�` '' "'B Notar Public, State of Texas
My Commission Expires: ;:; v
Comm, Expires 47-27 2427
of.,��•` Notary ID 134478304
NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION
Page Intentionally Left Blank
1.
2,
3.
4.
5.
G.
7.
8.
9.
10.
11.
12.
13.
14.
15.
M.
PROPOSED LIST OF SUB -CONTRACTORS
Company Name
Allen & Company
Earthworks
Minority Owned
Location Services Provided '14 es
No
Lubbock NESHAP and Wrapping Trailers x❑
°
Lubbock Trucking ❑
x❑
M
El
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR
RESPONSE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED
BY M At,tk SoHaO aCST}
Mario Sonaglia COO & Secretary
Veit National Corporation
(PRINT NAME OF COMPANY)
Page Intentionally Left Blank
POST -CLOSING DOCUMENT REQUIREMENTS
The below -listed document must be received in the Purchasing and Contract Management Office
Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due.
FINAL LIST OF SUB -CONTRACTORS
Pate Intentionally Left Blank
FINAL LIST OF SUB -CONTRACTORS
Minority Owned
Company Name
Location Services Provided Yes
No
1. Allen & Company
Ft Worth,TX NESHAP & Wrapping Trailers V
❑
2. Earthworks
Lubbock, TX Hauiling ❑
V
3.
4.
5.
6.
7.
8.
°
°
9.
°
°
10.
°
°
11.
°
°
12.
13.
14.
°
°
15.
°
°
16.
°
°
SUBMITTED BY:
Veit National Corporation
(PRINT NAME OF COMPANY)
THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN
BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
Page Intentionally Left Blank
PAYMENT BOND
Page Intentionally Left Blank
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
KNOW ALL MEN BY THESE PRESENTS, that Veit National Corporation (hereinafter called the
Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Six Hundred Seventy -Eight Thousand Six Hundred Seventy -Eight
Dollars $678 678) lawful money of the United States for the payment whereof, the said Principal and Surety
bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly
by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9te day
of April, 2024, to RFP 24-17930-TF 1017 East 29th Street Site Demolition Services
and said Principal under the law is required before commencing the work provided for in said contract to execute
a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work
provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of
the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions
of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of 2024.
Surety
*By
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Page Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates 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.
Surety
By:
Approved as to form:
City of Lubbock
By:
City Attorney
(Title)
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have
copy of power of attorney for our files.
Page Intentionally Left Blank
PERFORMANCE BOND
Pate Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that Veit National Corporation (hereinafter called the
Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Six Hundred Seventy -Eight Thousand Six Hundred Seventy -Eight
Dollars $678 678) lawful money of the United States for the payment whereof, the said Principal and Surety
bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly
by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9" day
of April, 2024, to RFP 24-17930-TF 1017 East 29th Street Site Demolition Services
and said principal under the law is required before commencing the work provided for in said contract to execute
a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this
obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of
the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions
of said article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument
this day of , 2024.
Surety
* By
(Title)
(Company Name)
By:
(Printed Name)
(Signature)
(Title)
Page Intentionally Left Blank
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates 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.
Surety
By:
(Title)
Approved as to Form
City of Lubbock
By:
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
copy of power of attorney for our files.
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457 TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate,
insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions
of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
LJ Commercial General Liability
General Aggregate $
LJ Claims Made
Products-Comp/Op AGG $
LJ Occurrence
Personal & Adv. Injury $
LJ Owner's & Contractors Protective
Each Occurrence $
❑
Fire Damage (Any one Fire) $
$
Med Exp (Any one Person)
AUTOMOTIVE LIABILITY
LJ Any Auto
Combined Single Limit $
LJ All Owned Autos
Bodily Injury (Per Person) $
LJ Scheduled Autos
Bodily Injury (Per Accident) $
LJ Hired Autos
Property Damage $
LJ Non -Owned Autos
LJ
GARAGE LIABILITY
LJ Any Auto
Auto Only - Each Accident $
LJ
Other than Auto Only:
Each Accident $
Aggregate $
LJ BUILDER'S RISK
LJ 100% of the Total Contract Price
$
LJ INSTALLATIONELOATER
$
EXCESS LIABILITY
LJ Umbrella Form
Each Occurrence $
Aggregate $
LJ Other Than Umbrella Form
$
WORKERS COMPENSATIONAND
EMPLOYERS' LIABILITY
The Proprietor/ LJ Included
Statutory Limits
Partners/Executive LJ Excluded
Each Accident $
Officers are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less
than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less
than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LUBBOCK
(Name of Insurer)
ma
Title:
The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General
Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S.
THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
CONTRACTORCHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based on
proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage 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 ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of coverage
of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission
rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish
and any other language common to the worker population. The text for the notices shall be the following
text provided by the commission on the sample notice, without any additional words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM
OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED
SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL
LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS
OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF
THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO
PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS
INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
COPIES OF THE ENDORSEMENTS ARE REQUIRED.
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 512-305-7238 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 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) 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:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(n) 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;
(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 (ten) 10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(G) 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.
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas
and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or
any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of
insurance, required herein, including policies of insurance required to be provided by Contractor and its
subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights
to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of
any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity
with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall
cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or
separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
Page Intentionally Left Blank
CONTRACT
Page Intentionally Left Blank
Contract 17930
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 9'h day of A ril, 2024 by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and Veit National Cor�oration of the City of Alvarado, County of Johnson and the
State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
RFP 24-17930-TF 1017 East 29th Street Site Demolition Services
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Condition of Agreement. Veit National Cornoration's proposal dated March 6, 2024, is
incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
T'he OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
rhe proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN�TNESS VVI�REOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
t' )NTRACTOR:
� it National Corporation
t�y:` �,
N�TED NAME: Tim Bixler
`��E: President
� �?'KPLETE ADDItESS:
� e National Corporation
�? 4 S� 35W Suite C
`��ti'arado, TX 76009
AI I�,ST:
CITY OF TEXAS (OWNER):
By:
Tray Pa , ayor
ATTES� '•
Courtne az, City Secretary
APPROVED AS TO C TENT:
Com mty Deve opment Representative
� V' i �l �,�G.�, ,t�
Name (Printed) Da e
APPROVED AS TO FORM:
epu orney
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
Page Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring
to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person,
persons, co -partnership or corporation, to wit Veit National Corporation who has agreed to
perform the work embraced in this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be
understood as referring to, City of Lubbock, or its representative David Robertson, Community
Development Assistant Director, so designated who will inspect constructions; or to such other
representatives, supervisors, architects, engineers, or inspectors as may be authorized by said
Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act
for the Owner under the direction of Owner's Representative, but shall not directly supervise the
Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders,
Response, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement,
Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all
other documents made available to Bidder for inspection in accordance with the Notice to Bidders.
The above described materials are sometimes referred to herein as the "contract" or "contract
documents".
5. INTERPRETATION OF PHRASES
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. The City reserves the right to
approve or disapprove the selection of any subcontractor(s).
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or
to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at
or sent certified mail to the last business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies,
machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel,
transportation and all other facilities necessary for the execution and completion of the work covered
by the contract documents. Unless otherwise specified, all materials shall be new and both
workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish
satisfactory evidence as to the kind and quality of materials. Materials or work described in words
which so applied have well known, technical or trade meaning shall be held to refer such recognized
standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the
contract documents has been made suitable for use or occupancy or the facility is in a condition to
serve its intended purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work
and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's
Representative will check the Contractor's layout of all major structures and any other layout work
done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the
responsibility of correctly locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished five copies of all Plans and Specifications without expense to
Contractor and Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality
of the executed work and to determine, in general, if the work is proceeding in accordance with the
contract documents. Owner's Representative will not be required to make exhaustive or continuous
onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be
responsible for the construction means, methods, techniques, sequences or procedures, or the safety
precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry
hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform
the work in accordance with the Contract Documents.
13. LINES AND GRADES
The Contractor is responsible for construction layout based on the control provided in the
construction documents. All lines and grades shall be furnished whenever Owner's Representative
(as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary
for the commencement of the work contemplated by these contract documents or the completion of
the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend
its work in order to permit Owner's Representative to comply with this requirement, but such
suspension will be as brief as practical and Contractor shall be allowed no extra compensation
therefore. The Contractor shall give the Owner's Representative ample notice of the time and place
where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the
Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its
employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's
expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the
Owner's Representative (as distinguished from Resident Project Representative(s))has the authority
to review all work included herein. The Owner's Representative has the authority to stop the work
whenever such stoppage may be necessary to ensure the proper execution of the contract. The
Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds
of work which are to be paid for under the contract documents, and shall determine all questions in
relation to said work and the construction thereof, and shall, in all cases, decide every question which
may arise relative to the execution of this contract on the part of said Contractor. The decision of
the Owner's Representative shall be conclusive in the absence of written objection to same delivered
to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's
Representative. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
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 distinguished
from Resident Project Representative, 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 inspector, the Contractor may within
fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or
objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this
contract and shall keep on the work, during its progress, a competent superintendent and any
necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent
the Contractor in its absence and all directions given to superintendent shall be binding as if given
to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable
representatives of the Contractor is essential to the proper performance of the work and lack of such
supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control
of the Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the
Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons
performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the
nature and location of the work, the confirmation of the ground, the character, quality and quantity
of materials to be encountered, the character of equipment and facilities needed preliminary to and
during the prosecution of the work, and the general and local conditions, and all other matters which
in any way affect the work under the contract documents. No oral agreement or conversation with
any officer, agent, or employee of the Owner, or Owner's Representative either before or after the
execution of this contract, shall affect or modify any of the terms or obligations herein contained.
Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or
amendments to the contract documents, shall be in writing, and executed by Owner's Representative
and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature
of the work to be done, or from the action of the elements, or from any unforeseen circumstance and
the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and
expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in
the type of work required under this contract, to do the work; and agrees that whenever the Owner's
Representative shall inform Contractor in writing that any person or persons on the work, are, in
Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise
unacceptable to Owner or Owner's Representative, such person or persons 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 workers or equipment will be permitted only at such
places as the Owner's Representative shall consent or direct, and the sanitary conditions of the
grounds in or about such structure shall at all times be maintained in a manner satisfactory to the
Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from
public 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 Contractor is responsible for construction quality control testing, cost, and reporting of the type
and extent required by the contract documents. The Owner or Owner's Representative shall have
the right at all times to observe and test the work. Contractor shall make necessary arrangements
and provide proper facilities and access for such observation and testing at any location wherever
such work is in preparation or progress. Contractor shall ascertain the scope of any observation that
may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time
each part of the work will be ready for such observation. Owner or Owner's Representative may
reject any such work found to be defective or not in accordance with the contract documents,
regardless of the stage of its completion or the time or place of discovery of such errors and
regardless of whether Owner's Representative has previously accepted the work. If any such work
should be covered without approval or consent of the Owner, it must, if requested by Owner or
Owner's Representative, be uncovered for examination at Contractor's expense. In the event that
any part of the work is being fabricated or manufactured at a location where it is not convenient for
Owner or Owner's Representative to make observations of such work or require testing of said work,
then in such event Owner or Owner's Representative may require Contractor to furnish Owner or
Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated.
All such tests will be in accordance with the methods prescribed by the American Society for Testing
and Materials or such other applicable organization as may be required by law or the contract
documents.
If any such work which is required to be inspected, tested, or approved is covered up without written
approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or
Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The
cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise
provided herein. Any work which fails to meet the requirements of any such tests, inspections or
approvals, and any work which meets the requirements of any such tests or approvals but does not
meet the requirements of the contract documents shall be considered defective, and shall be corrected
at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals
made by Owner, Owner's Representative, or other persons authorized under the contract documents
22
23
to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to
perform the work in accordance with the requirements of the contract documents.
DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the
work for use in the work or selected for the same, shall be deemed by the Owner or Owner's
Representative as unsuitable or not in conformity with plans, specifications and/or contract
documents, the Contractor shall, after receipt of written notice thereof from the Owner's
Representative, forthwith remove such material and rebuild or otherwise remedy such work so that
it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
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. hi case the Owner shall make such changes or alterations as shall
make useless any work already done or material already furnished or used in said work, then the
Owner shall recompense the Contractor for any material or labor so used, and for actual 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 proposal, except as provided under Changes and
Alterations in Paragraph 23.
It is agreed that the Contractor shall perform all extra work under the observation of the Owner's
Representative when presented with a written work order signed by the Owner's Representative;
subject, however, to the right of the Contractor to require written confirmation of such extra work
order by the Owner. It is also agreed that the compensation to be paid to the Contractor for
performing said extra work shall be determined by the following methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1)
actual field cost of the extra work, plus fifteen (15%) percent to the firm
actually performing the work, and additional higher -tier markups limited to
5% to cover additional overhead and insurance costs; or (2) the amount that
would have been charged by a reasonable and prudent Contractor as a
reasonable and necessary cost for performance of the extra work, as estimated
by the Engineer and approved by the Owner..
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of
this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all
workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks,
rentals on machinery and equipment, for the time actually employed or used on such extra work,
plus actual transportation charges necessarily incurred, together with all expenses incurred directly
on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds,
Public Liability and Property Damage and Workers' Compensation and all other insurances as may
be required by law or ordinances or directed by the Owner or Owner's Representative, or by them
agreed to. Owner's Representative may direct the form in which accounts of the actual field cost
shall be kept and records of these accounts shall be made available to the Owner's Representative.
The Owner's Representative may also specify in writing, before the work commences, the method
of doing the work and the type and kind of machinery and equipment to be used; otherwise, these
matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use
of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the
latest Schedule of Equipment and Ownership Expenses adopted by the Associated General
Contractors of America. Where practical, the terms and prices for the use of machinery and
equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit,
overhead, general superintendence and field office expense, and all other elements of cost and
expense not embraced within the actual field cost as herein defined, save that where the Contractor's
Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to
maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's
Representative. In case any orders or instructions appear to the Contractor to involve extra work for
which Contractor should receive compensation or an adjustment in the construction time, Contractor
shall prior to commencement of such extra work, make written request to the Owner's Representative
for a written order authorizing such extra work. Should a difference of opinion arise as to what does
or does not constitute extra work or as to the payment therefore, and the Owner's Representative
insists upon its performance, the Contractor shall proceed with the work after making written request
for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the
commencement of any extra work, any claim for payment due to alleged extra work shall be deemed
waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the
proposal, the specifications, plans and other contract documents, is to be done for the prices quoted
by the Contractor and that such price shall include all appurtenances necessary to complete the work
in accordance with the intent of these contract documents as interpreted by Owner's Representative.
Notices of any discrepancies or omissions in these plans, specifications, or contract documents,
shall be given to the Owners' Representative and a clarification obtained before the proposals
are received, and if no such notice is received by the Owner's Representative prior to the
opening of proposals, then it shall be deemed that the Contractor fully understands the work
to be included and has provided sufficient sums in its proposal to complete the work in
accordance with these plans and specifications. If Contractor does not notify Owner's
Representative before offering of any discrepancies or omissions, then it shall be deemed for
all purposes that the plans and specifications are sufficient and adequate for completion of the
project. It is further agreed that any request for clarification must be submitted no later than
five (5) calendar days prior to the opening of proposals. In the absence of a requested
clarification for a conflict in the documents prior to proposals being reviewed, it will be
assumed that the Contractor proposes the higher cost alternative on conflicts identified after
proposals are reviewed.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure
the quality of work with the rate of progress required under this contract, the Owner or Owner's
Representative may order the Contractor in writing to increase their safety or improve their character
and efficiency and the Contractor shall comply with such order. If, at any time, the working force
of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so
ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable
assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL
INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance
with an insurance company licensed to transact business in the State of Texas, which policy shall
comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all
times exercise reasonable precaution for the safety of employees and others on or near the work and
shall comply with all applicable provisions of federal, state and municipal laws and building and
construction codes. All machinery and equipment and other physical hazards shall be guarded in
accordance with the "Manual of Accident Prevention in Construction" of Associated General
Contractors of America, except where incompatible with federal, state or municipal laws or
regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold
harmless the Owner and Engineer and all of its officers, agents and employees against any all losses,
costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown,
fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to,
attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the
Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission,
execution and/or supervision of this contract, and the project which is the subject matter of this
contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion
as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice
which may be given by the Owners or the Owner's Representative concerning omissions under this
paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall
not be construed as any assumption of duty to supervise safety precautions by either the Contractor
or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to
the City and written notice of cancellation or any material change will be provided ten (10) calendar
days in advance of cancellation or change. All policies of insurance, required herein, including
policies of insurance required to be provided by Contractor and its subcontractors, shall contain a
waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation
that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of
any loss under such insurance or self-insurance. All certificates of insurance submitted to the City
in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract,
insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall
be acceptable. Such insurance shall be carried with an insurance company authorized to transact
business in the State of Texas and shall cover all operations in connection with this contract, whether
performed by the Contractor or a subcontractor, or separate policies shall be provided covering the
operation of each subcontractor. A certificate of insurance specifying each and all coverages shall
be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON
AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO
INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF
COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE
REQUIRED.
Commercial General Liability Requirements: $500K/occurrence (can be combined with an Excess
Liability to meet requirement). Commercial General Liability to include Products —
Completion/OP, Personal and Advertising Injury, Contractual Liability, Fire Damage (any one
fire), and Medical Expenses (any one person).
Automobile Liability Requirements: $500K/occurrence
Employer Liability Requirements: $500K/occurrence
Workers Compensation: $500K/occurrence. If the vendor is an independent contractor with no
employees and are exempt from providing Workers' Compensation coverage, they must sign a
waiver (obtained from COL Purchasing) and include a copy of their driver's license.
Employer Liability ($1) is required with Workers Compensation.
Pollution Liability Requirements: $500K occurrence/$IM aggregate
* The City of Lubbock (including its officials, employees and volunteers) shall be afforded
additional insured status on a primary and non-contributory basis on all liability policies except
professional liabilities and workers' comp.
* Waivers of Subrogation are required for CGL, AL, and WC.
* To Include Products of Completed Operations endorsement.
* Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-
payment.
* Carriers must meet an A.M. Best rating of A- or better.
* Subcontractors must carry same limits as listed above.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a
certificate of authority to self -insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the
project until the Contractor's/person's work on the project has been completed and
accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas
Labor Code) - includes all persons or entities performing all or part of the services
the Contractor has undertaken to perform on the project, regardless of whether that
person contracted directly with the Contractor and regardless of whether that person
has employees. This includes, without limitation, independent contractors,
subcontractors, leasing companies, motor carriers, owner -operators, employees of
any such entity, or employees of any entity which furnishes persons to provide
services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service
related to a project. "Services" does not include activities unrelated to the project,
such as food/beverage vendors, office supply deliveries, and delivery of portable
toilets.
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.
4. If the coverage period shown on the Contractor's current certificate of coverage ends
during the duration of the project, the Contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and
provide to the governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project,
so the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
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
proj ect;
(d) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on
the project; and
(2) a new certificate of coverage showing extension of coverage, prior to
the end of the coverage period, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the
project and for one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known, of any
change that materially affects the provision of coverage of any person
providing services on the project; and
(g) contractually require each person with whom it contracts to perform as
required by paragraphs (a) - (g), with the certificates of coverage to be
provided to the person for whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of
coverage, the Contractor is representing to the governmental entity that all employees
of the Contractor who will provide services on the project will be covered by worker's
compensation coverage for the duration of the project, that the coverage will be based
on proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance carrier or, in the case of a
self -insured, with the commission's Division of Self -Insurance Regulation. Providing
false or misleading information may subject the Contractor to administrative
penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract
by the Contractor which entitles the governmental entity to declare the contract void
if the Contractor does not remedy the breach within ten days after receipt of notice of
breach from the governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit
to the Owner for approval five Certificates of Insurance covering each insurance policy
carried and offered as evidence of compliance with the above insurance requirements, signed
by an authorized representative of the insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date
borne by such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the
date borne by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the
named insured at the address shown in the proposal specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change
in or cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof)
contained in the job specifications. No substitute of nor amendment thereto will be
acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete
proj ect.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the
duration of the project based on proper reporting of classification codes and
payroll amounts and filling of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to
the governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a
new certificate of coverage showing extension of coverage, if the coverage
period shown on the Contractor's current certificate of coverage ends during
the duration of the project;
(d) obtain from each person providing services on a project, and provide to the
governmental entity:
(i) a certificate of coverage, prior to that person beginning work on the
project, so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
proj ect; and
(ii) no later than seven days after receipt by the Contractor, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project;
(e) retain all required certificates of coverage on file for the duration of the
project and for one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of
any change that materially affects the provision of coverage of any person
providing services on the project;
(g) post a notice on each project site informing all persons providing services on
the project that they are required to be covered, and stating how a person may
verify current coverage and report failure to provide coverage. This notice
does not satisfy other posting requirements imposed by the Texas Worker's
Compensation Act or other commission rules. This notice must be printed
with a title in at least 30-point bold type and text in at least 19-point normal
type, and shall be in both English and Spanish and any other language
common to the worker population. The text for the notices shall be the
following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing
services related to this construction project must be covered by workers'
compensation insurance. This includes persons providing, hauling, or
delivering equipment or materials, or providing labor or transportation or
other service related to the project, regardless of the identity of their
employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or
512-804-4000 (www.tastate.tx.us) to receive information of the legal
requirements for coverage, to verify whether your employer has provided
the required coverage, or to report an employer's failure to provide
coverage; " and
(h) contractually require each person with whom it contracts to provide services
on aproject, to:
(i) provide coverage based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements for all of its
employees providing services on the project, for the duration of the
proj ect;
(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 following
language:
"By signing this contract or providing or causing to
be provided a certificate of coverage, the person
signing this contract is representing to the
governmental entity that all employees of the
person signing this contract who will provide
services on the project will be covered by workers'
compensation coverage for the duration of the
project, that the coverage will be based on proper
reprinting of classification codes and payroll
amounts, and that all coverage agreements will be
filed with the appropriate insurance carrier or, in
the case of a self -insured, with the commission's
Division of Self -Insurance Regulation. Providing
false or misleading information may subject the
Contractor to administrative penalties, criminal
penalties, civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project;
(v) obtain from each other person with whom it contracts, and provide to
the Contractor:
(1) a certificate of coverage, prior to the other person beginning
work on the project; and
(2) prior to the end of the coverage period, a new certificate of
coverage showing extension of the coverage period, if the
coverage period shown on the current certificate of coverage
ends during the duration of the 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 (i)-(viii), with the certificate of
coverage to be provided to the person for whom they are providing
services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with
Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability
because of the disability of such individual in regard to job application procedures, the hiring,
advancement, or discharge of employees, employee compensation, job training, and other terms,
conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN
AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph
27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of
its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages,
expenses and causes of action arising out of, in any way, manner or form, the demands of
subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts
thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the
project which is the subject matter of this contract. When Owner so desires, the Contractor shall
furnish satisfactory evidence that all obligations of the nature hereinabove designated have been
paid, discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design,
device, material or process covered by letters patent or copyright by suitable legal agreement with
the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided
by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement
of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its
officers, agents and employees harmless from any loss on account thereof, except that Owner shall
defend all such suits and claims and shall be responsible for all such loss when a particular design,
device, material or process or the product of a particular manufacturer or manufacturers is specified
or required in these contract documents by Owner; provided, however, if choice of alternate design,
device, material or process is allowed to the Contractor, then Contractor shall indemnify and save
Owner, and all of its officers, agents and employees harmless from any loss on account thereof.
Notwithstanding anything herein to the contrary, if the material or process specified or required by
Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless
it gives written notice of such infringement to the Owner's Representative prior to offering.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances
and regulations, which in any manner affect the contract or the work, and without limiting, in any
way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall
indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees
against any claims arising from the violation of any such laws, ordinances, and regulations, whether
by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and
specifications are at variance therewith, he shall notify the Owner's Representative in writing prior
to proposing and any necessary changes shall be adjusted as provided in the contract for changes in
the work. In the absence of timely written notification to Owner's Representative of such variance
or variances within said time, any objection and/or assertion that the plans and specifications are at
variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If
the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances,
rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear
all costs arising there from.
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 obj ects 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. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its 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 its full obligations to the Owner, as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the
date of beginning and time for completion as specified in the Notice to Proceed and contract
documents, respectively, of work to be done hereunder are essential conditions of this contract; and
it is further mutually understood and agreed that the work embraced in this contract shall be
commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time
herein specified, then the Contractor does hereby agree as part of the consideration for the awarding
of this contract, the Owner may withhold permanently from Contractor's total compensation, the
sum of $25 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages
for the breach of the contract as herein set forth for each and every working day that the Contractor
shall be in default after the time stipulated for substantially completing the work.
If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein
specified, then the Contractor does hereby agree as part of the consideration for the awarding of this
contract, the Owner may withhold permanently from Contractor's total compensation, the sum of
$25 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the
breach of the contract as herein set forth for each and every working day that the Contractor shall
fail to meet the time requirements stipulated for substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for
the substantial completion of the work described herein is reasonable time for the completion of the
same, taking into consideration the average climatic range and conditions and usual industrial
conditions prevailing in this locality. The amount is fixed and agreed upon by and between the
Contractor and the Owner because the actual damages the Owner would sustain in such event would
be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable
forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to
be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND
OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the
Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner
as shall be most conductive to economy of construction. The Contractor shall ensure daily
prosecution of the work is conducted every business day until completed, regardless if the work will
be substantially or finally complete ahead of specified deadlines in the agreement, unless the City
determines time off from said prosecution is necessary or reasonable and Contractor received said
determination in writing from the City. Further, when the Owner is having other work done, either
by contract or by its own force, the Owner's Representative (as distinguished from the Resident
Project 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. Additionally, inclement weather shall be the only other reason
consistent, daily prosecution of the work may not take place on those inclement weather days.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's
Representative, schedules which shall show the order in which the Contractor intends to carry on
the work, with dates at which the Contractor will start the several parts of the work and estimated
dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its proposal in full recognition of the time required for
the completion of this project, taking into consideration the average climatic range and industrial
conditions prevailing in this locality, and has considered the liquidated damage provisions of
paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it
request, an extension of time on this contract, except when its work has been delayed by an act or
neglect of the Owner, Owner's Representative, employees of the Owner or other contractors
employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or
the public enemy, fire or flood. Any request for extension shall be in writing with the written request
for same setting forth all justifications, in detail, for the request, and submitted to Owner's
Representative within twenty (20) calendar days of the occurrence of the event causing said delay.
A failure by Owner's Representative to affirmatively grant the extension no later than within twenty
(20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further,
in the absence of timely written notification of such delay and request for extension, as provided
herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the
time herein fixed, Contractor has taken into consideration and made allowances for all hindrances
and delays incident to such work, whether growing out of delays due to unusual and unanticipated
circumstances, difficulties or delays in securing material or workers, or any other cause or
occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause
during the progress of any part of the work embraced in this contract except where the work is
stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which
event, such expense as in the sole judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or
computed length, area, solid contents, number and weight only shall be considered, unless otherwise
specifically provided. In the event this contract is let on a unit price basis, then Owner and
Contractor agree that this contract, including the specifications, plans and other contract documents
are intended to show clearly all work to be done and material to be furnished hereunder. Where the
estimated quantities are shown, and only when same are expressly stated to be estimates, for the
various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for
comparing their proposals offered for the work. In the event the amount of work to be done and
materials to be furnished are expressly stated to be estimated, and only when same are expressly
stated to be estimated, it is understood and agreed that the actual amount of work to be done and the
materials to be furnished under this contract may differ somewhat from these estimates, and that
where the basis for payment under this contract is the unit price method, payment shall be for the
actual amount of work done and materials furnished on the project, provided that the over run or
under run of estimated quantities not exceed 15% of the estimated quantity.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in
any way encountered, which may be injured or seriously affected by any process of construction to
be undertaken under this agreement, from any damage or injury by reason of said process of
construction; and Contractor shall be liable for any and all claims for such damage on account of his
failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the
indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save
and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against
any and all claims or damages due to any injury to any adjacent or adjoining property, related to,
arising from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion
of all work by the Contractor, and on the delivery of all materials embraced in this contract in full
conformity with the specifications and stipulations herein contained, the Owner agrees to pay the
Contractor the price set forth in the proposal attached hereto, which has been made a part of this
contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials
and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for
well and truly performing the same and the whole thereof in the manner and according to this
agreement, the attached specifications, plans, contract documents and requirements of Owner's
Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the
performance of the contract, either wholly or in part, nor shall any certificate or payment be
considered as acceptance of defective work. Contractor shall at any time requested during the
progress of the work furnish the Owner or Owner's Representative with a verifying certificate
showing the Contractor's total outstanding indebtedness in connection with the work. Before final
payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no
outstanding liens against Owner's premises by reason of any work under the contract. Acceptance
by Contractor of final payment of the contract price shall constitute a waiver of all claims against
Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in
this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an
application for partial payment or, if the Contractor does not submit such application, the Owner's
Representative shall determine the amount to be partially paid. Owner's Representative shall review
said application for partial payment if submitted, and the progress of the work made by the
Contractor and if found to be in order, shall prepare a certificate for partial payment showing as
completely as practical the total value of the work done by the Contractor up to and including the
last day of the preceding month. The determination of the partial payment by the Owner's
Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total
amount of the Owner's Representative's Certificate of Partial Payment, less:
(i) in the event the total value of the contract is five million dollars or more, 5% of the amount thereof,
which 5% shall be retained until final payment, and further, less all previous payments and all further
sums that may be retained by Owner under the terms of the contract documents; or
(ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount
thereof, which percentage shall be retained until final payment, and further, less all previous payments
and all further sums may be retained by Owner under the terms of the contract documents
("Retainage").
If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract,
the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in
this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it
engages to comply with section 2252.032 of the Texas Government Code.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other
rights to enforce the express terms of the contract documents, and all remedies provided therein, as
to any and all work performed, to be performed and/or materials delivered hereunder, including, but
limited to, work to which said partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within
fifteen (15) calendar days after the Contractor has given the Owner's Representative written notice
that the work has been substantially completed, the Owner's Representative and/or the Owner shall
inspect the work and within said time, if the work be found to be substantially completed in
accordance with the contract documents, the Owner's Representative shall issue to the Owner and
Contractor a certificate of substantial completion. The work will be deemed substantially complete
when the work (or a specified portion thereof) has progressed to the point where, in the opinion of
the Owner or Owner's Representative, the work (or a specified portion thereof) is sufficiently
complete, in accordance with all the contract documents, including the Proposal and all applicable
technical specifications, so that the work (or a specified portion thereof) can be utilized for the
purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion,
release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial
completion for all of the work or a specified portion thereof. Notwithstanding the issuance of a
certificate of substantial completion, Contractor shall proceed with diligence to finally complete the
work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon
written notice of final completion, the Owner's Representative shall proceed to make final
measurement to determine whether final completion has occurred. If the Owner's Representative
determines final completion has occurred, Owner's Representative shall so certify to the Owner.
Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor
on or before the 31st working day after the date of certification of final completion, the balance due
Contractor under the terms of this agreement. Neither the certification of final completion nor the
final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or
any warranty or warranties implied by law or otherwise. Owner may, in its sole discretion, release
all or a portion of the Retainage for fully completed and accepted portions of the work.
Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute
between Owner and Contractor according to section 2252.032(f) of the Texas Government Code.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's
Representative on account of failure to conform to the contract documents, whether actually
incorporated in the work or not, and Contractor shall at its own expense promptly replace such
condemned materials with other materials conforming to the requirements of the contract
documents. Contractor shall also bear the expense of restoring all work of other contractors damaged
by any such removal or replacement. If Contractor does not remove and replace any such
condemned work within a reasonable time but not to exceed 30 days after a written notice by the
Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense.
.R
M
The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees
and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration
or other dispute resolution cost) arising out of or relating to such correction or removal.
Neither the final payment, nor certification of final completion or substantial completion, nor any
provision in the contract documents shall relieve the Contractor of responsibility for faulty materials
or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to
other work resulting therefrom, which shall appear within a period of one (1) year from the date of
certification of final completion by Owner's Representative.
PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence,
withhold or nullify the whole or part of any certification to such extent as may be necessary to protect
itself from loss on account of:
(a) Defective work not remedied and/or work not performed,
(b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) Damage to another contractor,
(d) Notification to owner of failure to make payments to Subcontractors or Suppliers,
(e) Failure to submit up-to-date record documents as required,
(f) Failure to submit monthly progress schedule updates or revised scheduled as requested by
Owner,
(g) Failure to provide Project photographs required by Specifications.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory
to the Owner, in the amount withheld, payment shall be made for amounts withheld because
of them.
CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the
Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar
days after the Owner's Representative has given any direction, order or instruction to which the
Contractor desires to take exception. Timely written notice of dispute as provided in this contract
of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing
and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters
set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative
within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said
objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial
by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further
agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims
of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's
agents and employees and Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15)
calendar days after written notification from the Owner or the Owner's Representative, or (2) if the
Contractor fails to comply with the written orders of the Owner's Representative, when such orders
are consistent with this contract, then the Surety on the bond shall be notified in writing and directed
to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a
bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-
compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove
from the work any machinery, equipment, tools, materials or supplies then on the job, but the same,
together with any materials and equipment under the contract for work, may be held for use on the
work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work;
and the Contractor shall not receive any rental or credit therefore (except when used in connection
with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract);
it being understood that the use of such equipment and materials will ultimately reduce the cost to
complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance
with the notice hereinbefore provided within ten (10) calendar days after service of such notice,
and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance
with all terms and provisions of the contract documents, then the Owner may exercise any and all
remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to,
providing for completion of the work in either of the following elective manners:
(a) The Owner may employ such force of persons and use of machinery, equipment, tools,
materials and supplies as said Owner may deem necessary to complete the work and charge
the expense of such labor, machinery, equipment, tools, materials and supplies to said
Contractor, and the expense so charged shall be deducted and paid by the Owner out of such
moneys as may be due, or that may thereafter at any time become due to the Contractor under
and by virtue of this Agreement. In case such expense is less than the sum which would have
been payable under this contract, if the same had been completed by the Contractor, then
said Contractor shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said
Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the
Owner; or
(b) The Owner, under sealed proposals, after notice published as required by law, at least twice
in a newspaper having a general circulation in the County of location of the work, may let
the contract for the completion of the work under substantially the same terms and conditions
which are provided in this contract. In case of any increase in cost to the Owner under the
new contract as compared to what would have been the cost under this contract, such increase
shall be charged to the Contractor and the Surety shall be and remain bound therefore.
Should the cost to complete any such new contract prove to be less than that which would
have been the cost to complete the work under this contract, the Contractor or his Surety
shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the
work shall have been finally completed, the Contractor and his Surety shall be so notified and
certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A
complete itemized statement of the contract accounts, certified to by Owner's Representative as
being correct shall then be prepared and delivered to Contractor and his Surety, if applicable,
whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as
reflected by said statement within 30 days after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that
which would have been the cost to the Owner had the work been completed by the Contractor under
the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the
balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or
supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if
applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or
his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of
the work, notice thereof, together with an itemized list of such equipment and materials shall be
mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this
contract; provided, however, that actual written notice given in any manner will satisfy this
condition. After mailing, or other giving of such notice, such property shall be held at the risk of
the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary
care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner
may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from
such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at
either public or private sale, with or without notice, as the Owner may elect. The Owner shall release
any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to
persons other than the Contractor or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the
extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the
remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner,
and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise
concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or
otherwise, including but not limited to, liquidated damages, as provided in paragraph 34,
hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work
actually performed by Contractor and/or its subcontractors as set forth in the contract documents,
and Owner shall not be liable for any consequential, punitive or indirect loss or damage that
Contractor may suffer in connection with the project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract
price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with
Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that
said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner,
and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to
do business in the State of Texas. It is further agreed that this contract shall not be in effect until
such bonds are so furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special
conditions conflict with any of the general conditions contained in this contract, then in such event
the special conditions shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the
nature of the work to be done, or from the action of the elements, or from any unforeseen
circumstance or from unusual obstructions or difficulties, naturally occurring, man-made or
otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne
by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power
and authority to direct, supervise, and control its own employees and to determine the method of the
performance of the work covered hereby. The fact that the Owner or Owner's Representative shall
have the right to observe Contractor's work during Contractor's performance and to carry out the
other prerogatives which are expressly reserved to and vested in the Owner or Owner's
Representative hereunder, is not intended to and shall not at any time change or effect the status of
the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the
work, and at the completion of the work Contractor shall remove all such debris and also its tools,
scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work
shall be left in good order and condition. In case of dispute Owner may remove the debris and
charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated
thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products
or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in
the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by
any party, on the Project site, or any other property of the City, without the written consent of the
Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance,
hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of
the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum
products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and
request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative
may grant or deny the request of Contractor and provide whatever requirements such consent, if
granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not
granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt
of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be
responsible for ensuring that all personnel involved in the Project are (i) trained for the level of
expertise required for proper performance of the actions contemplated by this Contract and, in
particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances,
hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and
utilize all protective equipment, including without limitation, personal protective gear, necessary to
provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual
appropriation for this purpose by the City. In the event of non -appropriation of funds by the City
Council of the City of Lubbock for the goods or services provided under the contract, the City will
terminate the contract, without termination charge or other liability, on the last day of the then -
current fiscal year or when the appropriation made for the then -current year for the goods or services
covered by this contract is spent, whichever event occurs first. If at any time funds are not
appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on
thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or
a duly authorized audit representative of the City, or the State of Texas, at its expense and at
reasonable times, reserves the right to audit Contractor's records and books relevant to all services
provided under this Contract. In the event such an audit by the City reveals any errors/overpayments
by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30)
days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing
the City from any payments due Contractor.
58. NON -ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a court of
competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to
exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative
and not exclusive, and may be exercised concurrently. To the extent of any conflict between this
provision and another provision in, or related to, this document, this provision shall control.
59. CONTRACTOR ACKNOWLEDGES
Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive material
contained herein and any additional associated documents and Amendments. The City disclaims any
terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the
event of conflict between these terms and conditions and any terms and conditions provided by the
Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided
herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no
force or effect.
60. LABOR CODE CHAPTER 214
Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who
contracts with a governmental entity to provide a service as defined by Section 2155.001,
Government Code, shall properly classify, as an employee or independent contractor in accordance
with Chapter 201, any individual the person directly retains and compensates for services performed
in connection with the contract. (b) In this subsection, "subcontractor" means a person directly
retained and compensated by a person who contracts with a governmental entity to provide a service
as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an
employee or independent contractor in accordance with Chapter 201, any individual the subcontractor
directly retains and compensates for services performed in connection with the contract for which the
subcontractor is retained. (c) A person who fails to properly classify an individual as required by
Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the
person has not properly classified. (d) The commission may not take action to collect a penalty under
this section from a person after the third anniversary of the date on which the violation occurred.
61. CERTIFICATE OF INTERESTED PARTIES
House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code.
Section 2252.908 requires a business entity entering into certain contracts with a governmental entity
or state agency to file with the governmental entity or state agency a disclosure of interested parties
at the time the business entity submits the signed contract to the governmental entity or state agency.
Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting
business entity, acknowledging that the disclosure is made under oath and under penalty of perjury.
Section 2252.908 applies only to a contract that requires an action or vote by the governing body of
the governmental entity or state agency before the contract may be signed or has a value of at least
$1 million. Instructions for completing Form 1295 are available at:
https://c i.lubbock.tx.us/departments/purchasing/vendor-information
62. TEXAS GOVERNMENT CODE SECTION 2252.152
Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization
Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from
entering into a contract with a vendor that is identified by The Comptroller as a company known to
have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist
organization.
63. TEXAS GOVERNMENT CODE SECTION 2271.002
Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a
contract that: (1) is between a governmental entity and a company with 10 or more full-time
employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public
funds of the governmental entity. (b) A governmental entity may not enter into a contract with a
company for goods or services unless the contract contains a written verification from the company
that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract.
64. CONTRACTOR ACKNOWLEDGES
Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive material
contained herein and any additional associated documents and Amendments. The City disclaims any
terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the
event of conflict between these terms and conditions and any terms and conditions provided by the
Contractor, the terms and conditions provided herein shall prevail. The terms and conditions
provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall
be of no force or effect.
65. TEXAS PUBLIC INFORMATION ACT
The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and
the contractor or vendor agrees that the contract can be terminated if the contractor or vendor
knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent
Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1)
preserve all contracting information related to the contract as provided by the records retention
requirements applicable to the governmental body for the duration of the contract; (2) promptly
provide to the governmental body any contracting information related to the contract that is in the
custody or possession of the entity on request of the governmental body; and (3) on completion of
the contract, either: (A) provide at no cost to the governmental body all contracting information
related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting
information related to the contract as provided by the records retention requirements applicable to
the governmental body.
66. CONFIDENTIALITY
The Contractor shall retain all information received from or concerning the City and the City's
business in strictest confidence and shall not reveal such information to third parties without prior
written consent of the City, unless otherwise required by law.
67. INDEMNITY
The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials,
officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any
kind, character, type, or description, including without limiting the generality of the foregoing, all
expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to
any property, received or sustained by any person or persons or property, to the extent arising out
of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or
subcontractors, related to the performance, operations or omissions under this agreement and/or the
use or occupation of city owned property. The indemnity obligation provided herein shall survive
the expiration or termination of this agreement.
68. PROFESSIONAL RESPONSIBILITY
All architectural or engineering services to be performed shall be done with the professional skill
and care ordinarily provided by competent architects or engineers practicing under the same or
similar circumstances and professional license.
69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C
(b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or
insufficiency in the plans, specifications, or other design documents, disclose in writing to the
person with whom the contractor enters into a contract the existence of any known defect in the
plans, specifications, or other design documents that is discovered by the contractor, or that
reasonably should have been discovered by the contractor using diligence, before or during
construction. In this subsection, ordinary diligence means the observations of the plans,
specifications, or other design documents or the improvement to real property that a contractor
would make in the reasonable preparation of a bid or fulfillment of its scope of work under normal
circumstances. Ordinary diligence does not require that the contractor engage a person licensed or
registered under Title 6, Occupations Code, or any other person with specialized skills. A
disclosure under this subsection is made in the contractor's capacity as contractor and not as a
licensed professional under Title 6, Occupations Code.
(c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the
consequences of defects that result from the failure to disclose.
70. GOVERNMENT CODE 2251.0521 UNSIGNED CHANGE ORDER
(a) A contractor or subcontractor may elect not to proceed with additional work directed by a
governmental entity if: (1) the contractor or subcontractor has not received a written, fully
executed change order for the governmental entity -directed additional work; and (2) the aggregate
actual or anticipated value of the additional work plus any previous governmental entity -directed
additional work for which the contractor or subcontractor has not received a written, fully executed
change order exceeds 10 percent of the contractor 's or subcontractor 's original contract amount.
(b) contractor or subcontractor who elects not to proceed with additional work as provided by this
section is not responsible for damages associated with the election not to proceed.
DAVIS BACON WAGE DETERMINATIONS
EXHIBIT A
"General Decision Number: TX20240280 01/05/2024
Superseded General Decision Number: TX20230280
State: Texas
Construction Type: Building
Counties: Crosby and Lubbock Counties in Texas.
BUILDING CONSTRUCTION PROJECTS (does not include single family
homes or apartments up to and including 4 stories).
Note: Contracts subject to the Davis -Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis -Bacon Act itself, but do not apply to
contracts subject only to the Davis -Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(1).
If the contract is entered
into on or after January 30,
2022, or the contract is
renewed or extended (e.g., an
option is exercised) on or
after January 30, 2022:
If the contract was awarded on
or between January 1, 2015 and
January 29, 2022, and the
contract is not renewed or
extended on or after January
30, 2022:
Executive Order 14026
generally applies to the
contract.
The contractor must pay
all covered workers at
least $17.20 per hour (or
the applicable wage rate
listed on this wage
determination, if it is
higher) for all hours
spent performing on the
contract in 2024.
Executive Order 13658
generally applies to the
contract.
The contractor must pay alli
covered workers at least
$12.90 per hour (or the
applicable wage rate listedi
on this wage determination,
if it is higher) for all
hours spent performing on
that contract in 2024.
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/05/2024
BOIL0074-003 07/01/2023
Rates Fringes
BOILERMAKER ......................$ 37.00 24.64
----------------------------------------------------------------
CARP0665-001 01/01/2022
Rates Fringes
CARPENTER ........................$ 24.98 7.83
----------------------------------------------------------------
ELEC0602-008 09/01/2022
Rates Fringes
ELECTRICIAN ......................$ 26.07 12.63
----------------------------------------------------------------
ENGIO178-005 06/01/2020
Rates Fringes
POWER EQUIPMENT OPERATOR
(1) Tower Crane .............$ 32.85 13.10
(2) Cranes with Pile
Driving or Caisson
Attachment and Hydraulic
Crane 60 tons and above.....$ 28.75 10.60
(3) Hydraulic cranes 59
Tons and under ..............$ 32.35 13.10
IRON0084-011 06/01/2023
Rates Fringes
IRONWORKER, ORNAMENTAL ........... $ 27.51 8.13
----------------------------------------------------------------
IRON0263-003 06/01/2023
Rates Fringes
IRONWORKER, STRUCTURAL ........... $ 27.89 7.93
----------------------------------------------------------------
PLUM0404-001 09/01/2022
Rates Fringes
PLUMBER ..........................$ 28.64 10.65
----------------------------------------------------------------
SHEE0049-001 06/01/2022
Rates Fringes
SHEET METAL WORKER (HVAC Duct
Installation Only) ...............$ 26.72 12.13
----------------------------------------------------------------
SUTX2014-060 07/21/2014
Rates Fringes
BRICKLAYER .......................$ 20.04 0.00
CEMENT MASON/CONCRETE FINISHER...$ 19.60 0.00
INSULATOR - MECHANICAL
(Duct, Pipe & Mechanical
System Insulation) ...............$
19.77
7.13
IRONWORKER, REINFORCING..........$
12.27
**
0.00
LABORER: Common or General......$
12.35
**
0.00
LABORER: Mason Tender - Brick...$
11.36
**
0.00
LABORER: Mason Tender -
Cement/Concrete..................$
10.58
**
0.00
LABORER: Pipelayer..............$
12.49
**
2.13
LABORER: Roof Tearoff...........$
11.28
**
0.00
OPERATOR:
Backhoe/Excavator/Trackhoe.......$
14.25
**
0.00
OPERATOR: Bobcat/Skid
Steer/Skid Loader ................$
13.93
**
0.00
OPERATOR: Bulldozer .............$
18.29
1.31
OPERATOR: Drill .................$
16.22
**
0.34
OPERATOR: Forklift ..............$
14.83
**
0.00
OPERATOR: Grader/Blade..........$
13.37
**
0.00
OPERATOR: Loader ................$
13.55
**
0.94
OPERATOR: Mechanic ..............$
17.52
3.33
OPERATOR: Paver (Asphalt,
Aggregate, and Concrete).........$
16.03
**
0.00
OPERATOR: Roller ................$
12.70
**
0.00
PAINTER (Brush, Roller, and
Spray) ...........................$
14.27
**
0.00
ROOFER ...........................$
13.75
**
0.00
SHEET METAL WORKER, Excludes
HVAC Duct Installation...........$
21.13
6.53
TILE FINISHER ....................$
11.22
**
0.00
TILE SETTER ......................$
14.00
**
2.01
TRUCK DRIVER: Dump Truck........$
12.39
**
1.18
TRUCK DRIVER: Flatbed Truck.....$
19.65
8.57
TRUCK DRIVER: Semi -Trailer
Truck ............................$
12.50
**
0.00
TRUCK DRIVER: Water Truck.......$
----------------------------------------------------------------
12.00
**
4.11
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
** Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026 ($17.20) or 13658
($12.90). Please see the Note at the top of the wage
determination for more information. Please also note that the
minimum wage requirements of Executive Order 14026 are not
currently being enforced as to any contract or subcontract to
which the states of Texas, Louisiana, or Mississippi, including
their agencies, are a party.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis -Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health -related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health -related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (iii)).
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of ""identifiers"" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than ""SU"" or
""UAVG"" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non -union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
National Office because National Office has responsibility for
the Davis -Bacon survey program. If the response from this
initial contact is not satisfactory, then the process described
in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION"
EXHIBIT B & C
City of Lubbock
Overtime
Legal Holiday
Prevailing Wage Rates
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor
Standards Act.
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
Page Intentionally Left Blank
SPECIFICATIONS
Page Intentionally Left Blank
INTRODUCTION
Through this Request for Proposals (RFP), the City of Lubbock (City) seeks proposals
from qualified building demolition contractors to assist in the complete and removal of
debris associated with the site. Contractor shall demolish all buildings, structures,
facilities, and other debris (including brush) that comprise the Property, and completely
remove same from the site. Contractor shall perform demolition operations in accordance
with all applicable laws and regulations.
Remove and haul asbestos contaminated building material and concrete foundations
using National Emissions Standards for Hazardous Air Pollutants (NESAHP) methods to
appropriate landfill. Contractor will need to have certification for National Emission
Standards for Hazardous Air Pollutants (NESHAP). Contractor must have a licensed for
hazardous waste transportation, trucks preapproved to transport hazardous waste.
Debris includes all materials associated with the structures, improvements and
foundations located at 1017 East 29th Street Lubbock, Texas. Backfill may be required to
leave a clean level lot.
The City can accept this waste with certain restrictions that will need to be met to satisfy
the City of Lubbock Solid Waste Landfill requirements. If you are not using the City of
Lubbock please provide where waste is being transported.
Contractor shall limit hours of operation, including staging and set up, to Monday
through Friday during the hours of 8:00 a.m. to 6:00 p.m. Special hours of operation
outside the normal hours must be approved in advance by the Owner's Representative.
Contractor shall limit noise pollution at all times to prevent objectionable conditions.
SCOPE OF WORK:
This Scope of Work includes the following components with respect to the Property:
A. Completely dismantle and demolish all of the structures and improvements
located on said parcels not within the public right of way.
B. All utilities, including sanitary sewer outlets, shall be capped after the structures
has been removed.
C. Contractor will be responsible for locating, marking, and protecting all utilities.
D. Septic tanks, storm cellars, etc. shall be filled with authorized fill material and
need not be removed.
E. Contractor shall utilize wet demolition techniques during all demolition work at
the site.
F. Contractor shall ensure that no visible emissions (visible dust) are created during
the project. All debris loads leaving the premises shall be covered with a tarpaulin
or sprayed with water to minimized dust loss during transportation.
AUTHORIZED PERMITS:
A. Before starting demolition, the Owner, Agent or Contractor must secure a
Demolition Permit from the Building inspection Department, located on the 1st
floor of the Lubbock Citizens Tower, 1314 Avenue K, Lubbock, TX 79401,
telephone: (806) 775-2087.
B. Before starting demolition, the Owner, Agent or Contractor must assure all
utilities are disconnected.
C. Improvements shall not be moved to or reassembled in any other or new location
unless approved by the Owner's Representative.
REMOVAL:
A. Removal of all material, debris, other improvements (i.e. fences, etc.) from said
parcel or parcels and any structure thereon so that the property will be cleared of
all such improvements. All debris will be removed and properly disposed of
offsite.
B. If applicable, underground fuel tanks shall be removed from site; excavation shall
be filled with authorized fill material of adequately compacted earth.
AUTHORIZED FILL MATERIAL:
A. Shall be free of all organic materials, including wood, upholstery or bedding
materials, cloth, paper, trash etc.
B. Concrete, stone or brick masonry assemblies, etc. are permitted in fill if this
material and other rubble are covered with earth, permitting a use of more of a
raked -clean condition (Suggest two (2) feet topsoil).
FINISHED SITE:
A. The ground shall be left in a clean (raked) condition and without any debris, trash
etc.; and suitable for maintenance by others.
B. The site shall be graded to provide adequate drainage; ponding of water will not
be permitted.
PRE -DEMOLITION REQUIREMENTS:
A. Contractor MUST schedule a meeting with the Owner's Representative at the
jobsite, prior to the execution of a Notice to Proceed.
B. Once a Notice to Proceed has been issued to the contractor, the contractor shall
provide the Owner's Representative 48-hour advance notice prior to commencing
work.
Landfill Disposal: Contractor shall transport all demolished materials off -site and
legally dispose of them. Contractor must supply the Town with copies of all
landfill and disposal receipts. All materials will have to go to Canyon or Snyder
for dumping.
QUALITY ASSURANCE:
Contractor shall comply with all applicable EPA, state and local notification
regulations before starting demolition. Contractor shall comply with hauling and
disposal regulations of authorities having jurisdiction; all other codes, standards,
regulations, and workers' safety rules that are administered by federal agencies
(EPA, OSHA, and NHDOT) or state agencies (NHDES, etc.); and any other local
regulations and standards (i.e. building and health & safety codes) that may apply.
The demolition contractor must secure all local permits. By submitting a proposal,
Contractor affirms that they have familiarized themselves with the legal
requirements (federal, state, and local laws, ordinances, rules and regulations) and
other conditions which may affect performance of this Scope of Work.
Notice: The City of Lubbock reserves the right to remove any fixtures or personal
property from the premises prior to demolition of the structure. Award of a
contract for demolition does not automatically entitle an owner, agent, or
contractor to possession of property which is present in the structure at the
time the contract is awarded.
Page Intentionally Left Blank
Parking Pharr ~ =ties = - ATMs
a -
ju
learuy Send to
Shake �
bock. TX 79404
1017 E 29th t
e
v
No Text
r � '• p
iw �'- �
,sreeye���dTL
" YB
g
Y,
P
R
a
AD
- e
lam. � rW
•y � r R °�
{R
A
�
y r
a
N"
P.
, +
w
�
Y
r
u
a R•
onto"
e
x
R
t
R
4 Y,
e
W
�,! a a
�'
�,.
n ky n
'� " p� 6 �
�. �
R
� .p
eW� b � Yr
�re. 4
�'(r;
vP
F
1113111111
7
Aoki. s,.
� - _ ' . � � �' ' • mar z �`
Flail
1L
13
�{. '
" .49
A m
moltd
In
1�
RRoF,
a W..EAML
i
r
.,.
u
L
.-
• -
IL
E
_
'
�a
z
6
m
9
! i
4-9
6
f
9 a
° .... °
i
_ _ F e 1.
•,
i
=3
_
amok
g ..
iu
� 7
k s
No Text
No Text
I
F L
11
Rl�wltim
m
..........
7w�
i� 08
•
�4� _
x •`,;i aah� a y4m'i�'�ll° "7!
A
Ar
o
Vj
yip*`dry qry � ve
k
ma
MR
It 7•
17
r i
0
r
No Text