HomeMy WebLinkAboutResolution - 2019-R0409 - Intercon Demolition - 11_19_2019Resolution No. 2019-RO409
Item No. 6.10
November 19, 2019
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, Public Works Contract No. 14972 for 50`h Street
Tank Demolition as per ITB 20-14972-TF, by and between the City of Lubbock and Intercon
Demolition of Lubbock, 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 November 1.9, 2019
L.- -
DANIEL M. POPE, MAYOR
E-11 449
4. jV —
eb ca Garza, City Secreta
APPROVED AS TO CO ''ENT:
Jesica McEachern, Assistant City Manager
APPROVED AS TO FORM:
ft-lhj� —
Ke li Leisure, Assistant City Attorney
ccdocs?RES.Contract 14972 - 501h Street Tank Demolition
October 31, 2019
BOND CHECK
BEST RATING: _______
LICENSED IN TEXAS
DATE: ______ BY: ______
CONTRACT AWARD DATE: November 19, 2019
CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE
CITY OF LUBBOCK
SPECIFICATIONS FOR
50th Street Tank Demolition
ITB 20-14972-TF
CONTRACT 14972
PROJECT NUMBER: 92452.9241.30000
Plans & Specifications may be obtained from
www.bidsync.com
Page Intentionally Left Blank
ADDEND80
Page Intentionally Left Blank
ADDENDUM 1
Time for Completion/Revised Bid
Form/Reference Form/Reports
ITB 20-14972-TF
50th Street Tank Demolition
DATE ISSUED: October 22, 2019
CLOSE DATE: October 31, 2019 at 2:00 p.m.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
Time for Completion / Revised Bid Form
The following items on the Bid Form have been revised and must be submitted with the response. The
revised Bid Form is attached to this addendum. Please acknowledge reception of this addendum on
the signature page of the Revised Bid Form.
The following items have been revised:
1. Time for completion has been modified:
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 30
Consecutive calendar Days and to finally complete the project within 45 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 $200 for each consecutive
calendar day after substantial completion and $200 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.
Reference Form
1. The reference form for ITB 20-14972-TF is attached.
Reports
1. The Tank Inspection Report and Tank Paint Report are attached.
All requests for additional information or clarification must be submitted in writing and directed to:
Teofilo Flores, Asst. Director
City of Lubbock
Purchasing and Contracts Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Questions may be faxed to (806)775-2164 or Email to TKFlores@mylubbock.us
Questions are preferred to be posted on BidSync: www.bidsync.com
THANK YOU,
Teofilo Flores
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 bids. It shall be the bidder’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 ITB 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
BID SUBMITTAL FORM
LUMP SUM PRICE BID CONTRACT
DATE: _______________________________________
PROJECT NUMBER: ITB 20-14972-TF, 50th Street Tank Demolition
Bid of ___________________________________________________________________ (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the 50th Street Tank Demolition, having carefully examined
the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site
of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project
including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to
construct the project in accordance with the plans, specifications and contract documents, within the time set forth
therein and at the price stated below.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices stated
below.
ITEM
NO. DESCRIPTION ESTIMATED
QUANTITY
UNIT OF
MEASURE
TOTAL LUMP SUM
1.
Mobilization - Contractor mobilization
including move-in and move-out cost from site
location.
1 LS
2.
Provide and maintain a Traffic Control Plan -
Preparation, approval from COL Traffic
Engineering to the site, and all other work
considered incidental to this item.
1 LS
3.
Demolition of an elevated 1,000,000 gallon
storage tank, on 50th Street and Joliet Avenue in
Lubbock, TX including all equipment, labor, and
materials needed.
1 LS
4.
Foundation Removal including all equipment,
labor, and materials needed - Foundation
removal including tank foundation piers,
concrete slab, concrete piers, and concrete
overflow drainage. Existing surface features such
as the concrete slab and piers are also to be
removed.
1 LS
5.
Fence Removal including all equipment, labor,
and materials needed - Fence surrounding the
area of the tank is to be removed. Fence materials
include chain-link, brick, wood, and gate. Fence
posts with concrete are both to be removed.
1 LS
REVISED
ITEM
NO. DESCRIPTION ESTIMATED
QUANTITY
UNIT OF
MEASURE
TOTAL LUMP SUM
6.
24" SCRC Water Line Removal including all
equiment, labor, and materials needed - Removal
of a 24-inch diameter Steel Cylinder Reinforced
Concrete water line; Length of 65 feet.
1 LS
Total Base Bid, Items (1-6) $
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 30 Consecutive calendar Days and to finally
complete the project within 45 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 $200 for each
consecutive calendar day after substantial completion and $200 for each consecutive calendar day after final
completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions
of the Agreement.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 70 calendar days after
the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work
on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check
or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies,
and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him
_____________ Bidder’s Initials
REVISED
Enclosed with this bid is a Cashier's Check or Certified Check for _________________________________ Dollars
($___________) or a Bid Bond in the sum of _________________________________ Dollars ($___________), which it is
agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner
and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if
any) with the Owner within 10 business days after the date of receipt of written notification of acceptance of said bid;
otherwise, said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
(Seal if Bidder is a Corporation)
ATTEST:
_________________________________________
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No. _______ Date_________
Addenda No. _______ Date_________
Addenda No. _______ Date_________
Addenda No. _______ Date_________
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over $50,000): Date P.O./Contract Issued:
RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS.
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME,
AND YOUR COMPANY NAME AND ADDRESS.
M/WBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
Date:
Authorized Signature
______________________________________
(Printed or Typed Name)
_____________________________________
Company
______________________________________
Address
_____________________, ________________
City, County
_____________________, ________________
State Zip Code
Telephone: ______ - _____________________
Fax: -
FEDERAL TAX ID or SOCIAL SECURITY No.
____________________________________________
EMAIL: _____________________________________
Pursuant to Texas Local Government Code 252.043(g), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
City of Lubbock, TX
ITB 20-14972-TF
50th Street Tank Demolition
Reference Form
Please list three references of current customers who can verify the quality of service your company
provides. The City prefers users of similar size and scope of work. Please do not use the City of
Lubbock.
REFERENCE ONE
Government/ Company Name: _________________________________________________________
Address: ___________________________________________________________________________
Contact Person and Title: _____________________________________________________________
Phone: ______________________________________Fax:__________________________________
REFERENCE TWO
Government/ Company Name: _________________________________________________________
Address: ___________________________________________________________________________
Contact Person and Title: _____________________________________________________________
Phone: ______________________________________Fax:__________________________________
REFERENCE THREE
Government/ Company Name: _________________________________________________________
Address: ___________________________________________________________________________
Contact Person and Title: _____________________________________________________________
Phone: ______________________________________Fax:__________________________________
Analytical Results
ProQuality Lab
Your Resource for Laboratory Solutions
659 Henderson Dr. Suite H
Cartersville, GA 30120
Phone: 770-382-4400
Fax: 770-382-4408
12/10/2018
EPA ID: GA01200
Utility Service Co, Inc
Lara Anderson
P.O. Box 1330
Perry, GA 31069
Lubbock Tank, 1MG Elev, Wolfforth, TXProject:
43357
Legs
Steven Todd
ST 2018-10 Exterior
Lab Sample ID:
Description:
Sample ID:
Units Analyst
Analysis
DateMethodResultAnalyte
Detection
Limit
Sampled By:
11/13/2018Sample Date:
PO Number:
PQ-
Chromium (Cr)EPA 6010B ND mg/kg RAR12/7/201850
Lead (Pb)EPA 6010B 186 mg/kg RAR12/7/2018100
Respectfully Submitted,
ProQuality Lab
by:
Laboratory Case Narrative
ND = Not Detected above the Detection Limit
All QA/QC data quality objectives were met on this project.
Page 1 of 1
CSG
July 16, 1996
Mr. Soo Koon Soon, P.E.
Water Utilities Division
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79401
RE: Elevated Tank at 50th and Joliet
Dear Sir:
Regarding the referenced project, abrasive blasting operations to remove paint from the
tank were completed on June 17, 1996. Boundary sampling and personal exposure
sampling were conducted utilizing the techniques described in the project specifications.
Results of sampling are enclosed with this letter.
The low flow sampling technique utilized for boundary sampling identified the daily
exposure potential of an individual at the each pump location to be below 30 µg/m' , the
target limit identified in the specifications. Regarding the personal exposure sampling, the
field conditions, the limited number of blasting days, the variety of blasting techniques,
the range of daily tasks performed by the blaster, and other impact conditions, made it
difficult to obtain true 8-hour personal exposure samples representing the greatest
potential airborne concentrations (worst case exposure) for each of the on -site tasks.
However, in my opinion, the types of respiratory protection utilized for the vacuum -assist
and wet abrasive blasting were adequate.
In summary, sampling was performed utilizing the techniques described in the project
specifications. No conclusions regarding areal environmental impacts from the results of
low flow boundary sampling.
Sincerely yours,
Raymond C. Vaughn, P. ., CIH, CSP
Vice President
enclosures
copies: file
Gary Johnson, TMI Coatings
COMPLIANCE SERVICES GROUP, INC.
Engineers & Scientists
7B19 University, Suite 2A
[BOB] 748-0040
Lubbock, Texas 79423-212B FAX [BOB] 74B-0030
BOUNDARY SAMPLE LOG - page 1
Elevated Water Tank - 50th & Joliet, Lubbock, TX
Sample Number
Sample Date
Flow Rate
Elapsed Time
Concentration
0110-01
01/10/96
4.980 I/min
240 min
BDL
Location: SW corner of property; Analytical Method: NIOSH 7082, Flame AA
0110-02
01/10/96
5.120 l/min
240 min
BDL
Location: N fenceline of property; Analytical Method: NIOSH 7082, Flame AA
0115-04
01/15/96
4.769 l/min
441 min
1 µg/m'
Location: Upwind (S); Analytical Method: NIOSH 7082, Flame AA
Comment: Sample was taken adjacent to 50th Street (15 feet from the passing traffic) with the wind blowing
into the sampling cassette; likely represents automobile exhaust lead deposits stirred by passing traffic.
0115-05
01/15/96
5.234 I/min
445 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0115-06
01/15/96
T3 l/min
391 min
448 µg/m3
Location: Base of shroud along seam opening; Analytical Method: NIOSH 7082, Flame AA
Comments: This sample cassette was overloaded and is statistically invalid.
0129-04
01/29/96
8.462 l/min
335 min
TBDL
Location: Upwind (SE); Analytical Method: NIOSH 7082, Flame AA
0129-05
01/29/96
8.529 I/min
328 min
BDL
Location: Downwind (NW); Analytical Method: NIOSH 7082, Flame AA
0206-01
02/06/96
3.868 l/min
254 min
BDL
Location: Upwind (SW); Analytical Method: NIOSH 7082, Flame AA
0206-02
02/06/96
7.110 I/min
238 min
BDL
Location: Downwind (NE); Analytical Method: NIOSH 7082, Flame AA
Comments: Variation between initial flow and final flow indicative of a problem with the flow contol valve.
0206-03
02/06/96
3.861 l/min
270 min
BDL
Location: Upwind (SW) fenceline; Analytical Method: NIOSH 7082, Flame AA
0212-07
02/12/96
5.060 l/min
258 min
BDL
Location: Upwind (S) fenceline; Analytical Method: NIOSH 7082, Flame AA
0212-08
02/12/96
5.5.06 I/min
252 min
3 µg/m'
Location: Downwind (N) fenceline; Analytical Method: NIOSH 7082, Flame AA
Notes: (1) Sampling pump volumetric flow rates were based upon an average of the calibrated initial and
final flows. No adjustments were taken to compensate for flow variations associated with
elevation, changes in outside temperature or barometric pressure.
(2) No blank sample results were reported; all results were below detectable limits (BDL).
BOUNDARY SAMPLE LOG - page 2
Elevated Water Tank - 50th & Joliet, Lubbock, TX
Sample Number
Sample Date
Flow Rate
Elapsed Time
Concentration
0223-05
02/23/96
7.67 Umin (err)
355 min
BDL
Location: Upwind (SW); Analytical Method: NIOSH 7082, Flame AA
Comments: (1) The pump flow rate was reported in error and should have been 3.829 Umin; (2) There was an
excessive variation between initial and final flow determined for the pump.
0223-06
02/23/96
4.840 Umin (err)
353 min
BDL
Location: Downwind (NE); Analytical Method: NIOSH 7082, Flame AA
Comments: There was an excessive variation between initial and final flow determined for the pump.
0310-03
03/10/96
4.419 Umin
370 min
BDL
Location: Upwind (S) fenceline; Analytical Method: NIOSH 7082, Flame AA
0310-04
03/10/96
4.754 Umin
370 mn
BDL
Location: Downwind (N) fenceline; Analytical Method: NIOSH 7082, Flame AA
0313-02
03/13/96
2.816 I/min
120 min
BDL
Location: Upwind (E) fenceline; Analytical Method: NIOSH 7082, Flame AA
Note: There is no corresponding downwind sample due to battery failure on the downwind pump.
0319-01
03/19/96
T.442 Umin
F183 min
BDL
Location: Downwind (S) fenceline; Analytical Method: NIOSH 7082, Flame AA
0319-02
03/19/96
3.097 Umin
180 min
BDL
Location: Upwind (N) fenceline; Analytical Method: NIOSH 7082, Flame AA
0320-01
FO3/20/96
2.242 Umin
563 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0320-02
03/20/96
3.404 Umin
601 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0321-01
FO3/21/96
2.385 Umin
F450 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
--T03/21/96
0321-02
3.342 Umin
450 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0322-01
03/22/96
3.747 Umin
415 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
Notes: (1) Sampling pump volumetric flow rates were based upon an average of the calibrated initial and
final flows. No adjustments were taken to compensate for flow variations associated with
elevation, changes in outside temperature or barometric pressure.
(2) No blank sample results were reported; all results were below detectable limits (BDL).
BOUNDARY SAMPLE LOG - page 3
Elevated Water Tank - 50th & Joliet, Lubbock, TX
Sample Number
Sample Date
Flow Rate
Elapsed Time
Concentration
0322-02
03/22/96
2.834 Umin J
415 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0331-01
03/31/96
T2--229Ymin
602 min
3 µg/m3
Location: Upwind (NW); Analytical Method: NIOSH 7082, Flame AA
Comments: Sample was taken by a dumpster at the gate entrance to the project site and adjacent to the a side
street with considerable traffic; wind was blowing from the NW (the street area) directly into the immediate path
of the sample cassette which was located less than 20 feet from the street area; likely represents the measureable
presence of automobile exhaust lead deposits in the street which were being stirred up by passing traffic and
blown by the wind; similar result was recorded on 01/15/96 for Sample 40115-04.
0331-02
03/31/96
2.950 Vmin
600 min
BDL
Location: Downwind (S) fenceline; Analytical Method: NIOSH 7082, Flame AA
0408-01
04/08/96
2.916 Umin
230 min
BDL
Location: Upwind (S) fenceline; Analytical Method: NIOSH 7082, Flame AA
0408-02
04/08/96
2.856 Umin
230 min
BDL
Location: Downwind (N) fenceline; Analytical Method: NIOSH 7082, Flame AA
0409-01
04/09/96
2.857 Vmin
375 min
BDL
Location: Upwind (S) fenceline; Analytical Method: NIOSH 7082, Flame AA
0409-02
04/09/96
2.898 Umin
375 min
BDL
Location: Downwind (N) fenceline; Analytical Method: NIOSH 7082, Flame AA
0415-01
04/15/96
2.825 Umin
210 min
BDL
Location: Upwind (S) fenceline; Analytical Method: NIOSH 7082, Flame AA
0415-02
04/15/96
3.184 Umin
210 min
BDL
Location: Downwind (N) fenceline; Analytical Method: NIOSH 7082, Flame AA
0426-01
04/26/96
3.306 Umin
255 min
BDL
Location: Upwind (S) fenceline; Analytical Method: NIOSH 7082, Flame AA
0426-02
04/26/96
3.015 Umin
255 min
BDL
Location: Downwind (N) fenceline; Analytical Method: NIOSH 7082, Flame AA
Notes: (1) Sampling pump volumetric flow rates were based upon an average of the calibrated initial and
final flows. No adjustments were taken to compensate for flow variations associated with
elevation, changes in outside temperature or barometric pressure.
(2) No blank sample results were reported; all results were below detectable limits (BDL).
BOUNDARY SAMPLE LOG - page 4
Elevated Water Tank - 50th & Joliet, Lubbock, TX
0502-01
05/02/96
3.283 I/min
364 min
BDL
Location: Upwind (N) fenceline; Analytical Method: NIOSH 7082, Flame AA
0502-02
05/02/96 T3-816
I/min
364 min
BDL
Location: Downwind (S) fenceline; Analytical Method: NIOSH 7082, Flame AA
0507-01
05/07/96
3.677 Umin
483 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0507-02
05/07/96
3.321 I/min
480 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0508-01
05/08/96
2.841 Umin
550 min T4
µg/m'
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0508-02
05/08/96
2.828 I/min
550 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0520-01
05/20/96
3.063 I/min
418 min
BDL
Location: Downwind (N) fenceline; Analytical Method: NIOSH 7082, Flame AA
0520-02
05/20/96
3.129 I/min422
min
BDL
Location: Upwind (S) fenceline; Analytical Method: NIOSH 7082, Flame AA
0521-01
05/21/96
3.494 I/min
485 min
BDL
Location: Upwind (N) fenceline; Analytical Method: NIOSH 7082, Flame AA
0521-02
05/21/96
3.573 I/min
482 min
BDL
Location: Downwind (S) fenceline; Analytical Method: NIOSH 7082, Flame AA
----7-05/22/96
0522-01
3.089 Umin
491 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA,
0522-02
05/22/96
3.103 I/min
540 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0523-01
05/23/96
2.732 I/min
491 min
BDL
Location: Upwind (S) fenceline; Analytical Method: NIOSH 7082, Flame AA
Notes: (1) Sampling pump volumetric flow rates were based upon an average of the calibrated initial and
final flows. No adjustments were taken to compensate for flow variations associated with
elevation, changes in outside temperature or barometric pressure.
(2) No blank sample results were reported; all results were below detectable limits (BDL).
BOUNDARY SAMPLE LOG - page 5
Elevated Water Tank - 50th & Joliet, Lubbock, TX
Sample Number
Sample Date
Flow Rate
Elapsed Time
Concentration
0523-02
05/23/96
2.522 Umin
530 min
BDL
Location: Downwind (N) fenceline; Analytical Method: NIOSH 7082, Flame AA
0524-01
05/24/96
2.759 Umin
540 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0524-02
05/24/96
2.694 Umin
540 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0527-01
05/27/96
2.518 Umin
430 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0527-02
05/27/96
2.807 Umin
430 min J
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0529-01
05/29/96
2.669 Umin
480 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0529-02
05/29/96
3.335 Umin
480 min
1 µg/m,
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0601-01
06/01/96
2.923 Umin
420 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0601-02
06/01/96
3.083 Umin
420 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0603-01
06/03/96
3.017 Umin
435 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0603-02
06/03/96
T2.760 Umin
435 min
BDL
Location: Downwind; Analytical Method NIOSH 7082, Flame AA
0604-01
06/04/96
2.936 Umin
245 min
BDL
Location: Upwind; Analytical Method NIOSH 7082, Flame AA
0604-02
06/04/96
3.222 Umin
245 min
BDL
Location: Downwind; Analytical Method NIOSH7082, Flame AA
Notes: (1) Sampling pump volumetric flow rates were based upon an average of the calibrated initial and
final flows. No adjustments were taken to compensate for flow variations associated with
elevation, changes in outside temperature or barometric pressure.
(2) No blank sample results were reported; all results were below detectable limits (BDL).
BOUNDARY SAMPLE LOG - page 6
Elevated Water Tank - 50th & Joliet, Lubbock, TX
Sample Number
Sample Date
Flow Rate
Elapsed Time
Concentration
0605-01
06/05/96
2.859 ]/min
554 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0605-02
06/05/96
2.822 ]/min
554 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0606-01
06/06/96
2.500 ]/min
569 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0606-02
06/06/96
2.633 I/min
569 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0607-01
06/07/96
2.734 ]/min
360 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0607-02
06/07/96
2.779 ]/min
360 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
-7
0608-01
06/08/96
2.718 l/min
305 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0608-02
06/08/96
2.822 I/min
305 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0610-01
06/10/96
2.685 I/min
415 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0610-02
06/02/96
2.685 ]/min
415 min --[BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0611-01
06/11/96
2.700 ]/min
473 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0611-02
06/11/96 T2-689
I/min
474 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0612-01
06/12/96
2.715 I/min
461 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
Notes: (1) Sampling pump volumetric flow rates were based upon an average of the calibrated initial and
final flows. No adjustments were taken to compensate for flow variations associated with
elevation, changes in outside temperature or barometric pressure.
(2) No blank sample results were reported; all results were below detectable limits (BDL).
BOUNDARY SAMPLE LOG - page 7
Elevated Water Tank - 50th & Joliet, Lubbock, TX
Sample Number
Sample Date
Flow Rate
Elapsed Tune
Concentration
0612-02
06/12/96
2.736 I/min
416 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0613-01
06/13/96
2.806 I/min
449 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0613-02
06/13/96
2.668 I/min
449 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0614-01
06/14/96
2.667 Umin
307 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0614-02
06/14/96
2.953 I/min
307 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
0617-01
06/17/96
2.597 Umin
353 min
BDL
Location: Upwind; Analytical Method: NIOSH 7082, Flame AA
0617-02
06/17/96
T,811 Umin
353 min
BDL
Location: Downwind; Analytical Method: NIOSH 7082, Flame AA
Notes: (1) Sampling pump volumetric flow rates were based upon an average of the calibrated initial and
final flows. No adjustments were taken to compensate for flow variations associated with
elevation, changes in outside temperature or barometric pressure.
(2) No blank sample results were reported; all results were below detectable limits (BDL).
PERSONAL EXPOSURE SAMPLING LOG - page 1
Elevated Water Tank - 50th & Joliet, Lubbock, TX
Sample Number
Sample Date
Flow Rate
Elapsed Time
Concentration
Individual
Soc. Sec. Number
0115-01
01/15/96
2.065 I/min
412 min
1881 µg/m'
Craig Johnson
477-90-3369
01 15-02
01/15/96
2.043 I/min
391 min
1377 µg/m'
Bruce Cook
394-60-8888
Location: Personal exposure samples within the shroud containment; Job Function: Abrasive Blasters; Respirator Utilized: Bullard 77 Series CF Hood
Comments: Each sample cassette demonstrated gross overloading due to an extensive capture of coarse blasting dust. Sampling was a very messy process
with the blaster, hood, pump and cassette covered with a heavy layer of the wet abrasive blasting media. Approximately %z of the sampling time was spent in
the blasting process. The samples demonstrated a high capture of lead but are not statistically valid due to overload condition.
0129-03
01/29/96
2.121 I/min
115 min
25 pg/m'
Simulation
None
Location: Experimental sample within the shroud containment to simulate a personal exposure during a 2-hour period when blasting was conducted
sporadically; Job Function: Abrasive Blaster; Respirator Utilized: Bullard 77 Series CF Hood.
0130-03
01/30/96
2.142 I/min
381 min
74 µg/m'
Rick Galley
471-62-2855
Location: Personal exposure sample within the shroud containment; Job Function: Abrasive Blaster; Respirator Utilized: Bullard 77 Series CF Hood
Comments: This sample was taken during the application of an alternative wet blasting method; cassette overload did not occur.
0212-03
02/12/96
2.110 I/min
159 min
77 µg/m'
Dan Jacob
473-84-8808
0212-04
02/12/96
2.142 I/min
88 min
74 µg/m'
Bill Arndt
433-80-3469
0212-05
02/12/96
2.084 I/min
120 min
64 µg/m'
Dan Jacob
473-84-8808
0212-06
02/12/96
2.099 I/min
rl 14 min
18 µg/m'
Bill Arndt
433-80-3469
Location: Personal exposure sample within the shroud containment; Job Function: Abrasive Blaster; Respirator Utilized: Bullard 77 Series CF Hood
Comments: Approximately % of the sampling time was spent in the blasting process. None of the cassettes demonstrated overloading, the deposits in the
cassettes appeared to be dry, and the amount of wet abrasive dust deposited on the blaster, hood, pump, and cassette was minimal in comparison to the
previous sampling episodes.
Notes: (1) Sampling pump volumetric flow rates were based upon an average of the calibrated initial and final flows. No adjustments were taken to
compensate for flow variations associated with elevation, changes in outside temperature or barometric pressure.
(2) No blank sample results were reported on this form; all blank results were below detectable limits (BDL).
PERSONAL EXPOSURE SAMPLING LOG - page 2
Elevated Water Tank - 50th & Joliet, Lubbock, TX
Sample Number
Sample Date
Flow Rate
Elapsed Time
Concentration
Individual
Soc. Sec. Number
0223-01
02/23/96
2.106 Umin
242 min
783 µg/m'
Dan Jacob
473-84-8808
Location: Personal exposure sample within the shroud containment; Job Function: Abrasive Blaster; Respirator Utilized: Bullard 77 Series CF Hood
Comments: Good sample collection with approximately 2-1/2 hours of the total time spent in blasting.
0223-02
02/23/96
2.100 I/min
241 min
494 µg/m'
Bill Arndt
433-80-3469
Location: Personal exposure sample within the shroud containment; Job Function: Abrasive Blaster; Respirator Utilized: Bullard 77 Series CF Hood
Comments: The internal filter and sampling line of the pump demonstrated contamination indicating a tubing leak at the connection to the pump. It is likely
that the sample understates the exposure level.
0313-01
03/13/96
2.032 I/min
69 min
392 EIg/m'
Bill Arndt
433-80-3469
Location: Personal exposure sample within the shroud containment; Job Function: Abrasive Blaster; Respirator Utilized: Bullard 77 Series CF Hood.
Comments: Good sample collection with the bulk of time spent in blasting.
0320-03
03/20/96
1.953 I/min
253 min
527 µg/m'
Simulated
None
Location: An area sample taken inside the containment for the purposes of simulating and verifying prior personal exposure sampling over a similar
timeframe; Comments: The recorded concentration closely matches prior personal sample results over a similar period of time for the same blasting
pattern.
0331-03
03/31/96
1.916 I/min
603 min
691 ilg/m'
Simulated
None
Location: An area sample taken just inside the shroud at the entrance area to simulate the worst case exposure for an individual entering and leaving the
shroud during blasting to assist the blasters; Comments: Sample cassette demonstrated overloading due to the excessive capture of coarse blasting dust and
is not statistially valid; sample was taken during a blasting day of ten 8 hours with the overloaded results similar in outcome and magnitude to a boundary
sample taken just along a leaking seam of the shroud on 01/15/96 (Sample #01 15-06).
0507-03
05/07/96
1.963 I/min
185 min
BDL
Bill Arndt
443-80-3469
Location: Personal exposure sample on the top of the tank; Job Function: Blaster (IPEC vacuum blast); Respirator Utilized: Half -Face with HEPA filters.
Notes: (1) Sampling pump volumetric flow rates were based upon an average of the calibrated initial and final flows. No adjustments were taken to
compensate for flow variations associated with elevation, changes in outside temperature or barometric pressure.
(2) No blank sample results were reported on this form; all blank results were below detectable limits (BDL).
PERSONAL EXPOSURE SAMPLING LOG - page 3
Elevated Water Tank - 50th & Joliet, Lubbock, TX
Sample Number
Sample Date
Flow Rate
Elapsed Time
Concentration
Individual
Soc. Sec. Number
0507-04
05/07/96
1.941 I/min
304 min
12 µg/m'
Bill Arndt
443-80-3469
Location: Personal exposure sample on the top of the tank; Job Function: Blaster (IPEC vacuum blast); Respirator Utilized: Half -Face with HEPA filters.
Notes: (1) Sampling pump volumetric flow rates were based upon an average of the calibrated initial and final flows. No adjustments were taken to
compensate for flow variations associated with elevation, changes in outside temperature or barometric pressure.
(2) No blank sample results were reported on this form; all blank results were below detectable limits (BDL).
CORROSION - CONTROL - CONSULTANTS - AND LABS, INC.
ANALYTICAL REPORT
Thursday, January 25, 1996
CLIENT: Compliance Services Group, Inc. DATE RECEIVED: 1 / 16196
7619 University Avenue, Suite 2A DATE COMPLETED: 1/17/96
Lubbock, TX 79423-2126 P.O.# / PROJ. #: 14290
INVOICE #: 10794
SAMPLE HISTORY
SAMPLED BY: Raymond Vaughn
JOB LOCATION: Lubbock, TX
G METHOD: NIOSH 7082
Lab Time Flow Rate
Number (min.) (L/min.) Element
13140 412 2.065 Lead
Cassette # 0115-01, Blaster
13141 391 2.043 Lead
Cassette # 0115-02, Blaster
13142 441 4.769 Lead
Cassette # 0115-04, Area, Up
13143 445 5.234 Lead
Cassette # 0115-05, Area, Down
13144 391 3.824 Lead
Cassette # 01 15-06, Base
13145 240 4.98 Lead
Cassette # 0110-1
13146 240 5.12 Lead
Cassette # 0110-2
" Below Detectable Limit
Analyte Conc. detection limit = 2.0 ug
DATE SAMPLED:
DESCRIPTION: Air Monitor Cassette Filters
Operating
Anal)rte Airborne Detection Flagged
Conc. Cone. Limits Data
1600ug 1881 ug/m3 2.4ug/m3 9
1100ug 1377 ug!m3 2.5 ug/m3 9
2.2ug 1 ug,'m3 1.0ug/m3
*BDL *BDL 0.90ug'm3
670ug 448 ug/m3 1.3 ug!tn3 9
*BDL *BDL 1.7 ug/m3
*BDL *BDL 1.6 ucr/m 3
RECEIVED
FEB 1 1656
COMPLIANCE SERVICES GROUP, INC.
TEST REVIEWED BY : !� - 1, Q C
4403 DONKER CT. - KENTWOOD, MI 49512-4054 - 616-940-3112 - FAX: 616-940-8139
CORROSION - CONTROL - CONSULTANTS * AND LABS, INC.
ANALYTICAL REPORT
Wednesday, January 31, 1996
CLIENT: Compliance Services Group, Inc. DATE RECEIVED: 1/30/96
7619 University Avenue, Suite 2A DATE COMPLETED: 1/31/96
Lubbock, TX 79423-2126 P.O.# / PROJ. #: 14290
INVOICE #: 10824
SAMPLE HISTORY
SAMPLED BY: Clark DeLauan
JOB LOCATION: Lubbock, TX
METHOD: NIOSH 7082
Lab Time
FloNv Rate
Number (min.)
(L/min.)
Element
13255 439
2.187
Lead
Cassette #
0129-01
13256 434
2.117
Lead
Cassette #
0129-oL
13257 115
2.081
Lead
Cassette #
0129-0�
13258 335
8.462
Lead
Cassette #
0129-0.4
13259 328
8.529
Lead
Cassette #
0129-0 -
13260 320
- 6
Lead
Cassette #
0129-04
I * Below' Detectable Limit
Below
Conc. detection limit = 2.0 ug
I TEST REVIEWED BY
Analyte
Conc.
*BDL
*BDL
6.0 ug
* BDL
*BDL
*BDL
DATE SAMPLED: 1/29/96
DESCRIPTION: Air Monitor Cassette Filters
Airborne
Conc.
*BDL
Operating
Detection Flagged
Limits Data
2.1 ug/m3
*BDL 2.2 ug/m'
25 ug/m3 8.4ug/m3
*BDL 0.71 ug/m3
*BDL
*BDL
0.72 ug/m3
1.0 ug/m 3
RECEIVED
FEB 51gc36
COMPLIANCE SERVICES GROUP, INC.
4403 DONKER CT. - KENTWOOD, MI 49512-4054 - 61b--940-3112 • FAX: 616-940-8139
CORROSION - CONTROL - CONSULTANTS - AND LABS, INC.
ANALYTICAL REPORT
Thursday, February 01, 1996
CLIENT : Compliance Services Group, Inc. DATE RECEIVED: 1/31/96
7619 University Avenue, Suite 2A DATE COMPLETED: 2/1/96
Lubbock, TX 79423-2126 P.O.# / PROJ. # : 14290
INVOICE #: 10827
SAMPLE HISTORY
SAMPLED BY: Clark DeLauan DATE SAMPLED : 1 /30/96
JOB LOCATION: Lubbock TX DESCRIPTION : PAM
METHOD: NIOSH 7082
Operating
Lab Time Flow Rate
Analyte
Airborne
Detection
Number (min.) (L/min.)
Element
Conc.
Conc.
Limits
13264 429 4.59
Lead
*BDL
*BDL
1.0 u0/m3
Cassette # 0130-01
13265 431 4.775
Lead
*BDL
*BDL
1.0 u;/m3
j Cassette # 0130-02
13266 381 2.142
Lead
60u-
74 ug/m3
2.5ua/m3
Cassette # 0130-03
13267 378 3.982
Lead
8.2ug
5 u-/m3
1.3 ug/m3
Cassette # 0130-04
13268
Lead
*BDL
*BDL
2.0 uc,
Cassette # 0130-05
RECEIVED
+ Below Detectable Limit
F E B 5 I996
Analyte Conc. detection limit = 2.0 ug
COMPLIANCE SERVICES GRCUP, INC
Flagged
Data
ti J TEST REVIEWED BY: i7n B
4403 DONKER CT. - KENTWOOD, MI 49512-4054 - 616-940-3112 - FAX: 616-940-8139
CORROSION • CONTROL • CONSULTANTS • AND LABS, INC.
ANALYTICAL REPORT
Tuesday, February 13, 1996
CLIENT : Compliance Services Group, Inc. DATE RECEIVED: 2/9/96
7619 University Avenue, Suite 2A DATE COMPLETED: 2/9/96
Lubbock, TX 79423-2126 P.O.# / PROJ. #: 14290
INVOICE #: 10856
SAMPLE HISTORY
SAMPLED BY: Ray Vaughn
JOB LOCATION: Lubbock, TX
METHOD: NIOSH 7082
Lab Time
Flow Rate
Number (min.) (L/min.)
Element
13421 254
3.87
Lead
Cassette #
0206-01
13422 238
7.11
Lead
Cassette #
0206-02
13423 270
3.86
Lead
Cassette #
0206-03
13424 240
3.5
Lead
Cassette #
0206-04
13425 510
2.72
Lead
Cassette #
0207-01
13426 514
2.07
Lead
Cassette #
0207-02
13427 505
2.04
Lead
Cassette #
0207-03
* Below Detectable Limit
Analyte Conc. detection limit = 2.0 ug
J TEST REVIEWED BY:
Analyte
Cone.
*BDL
*BDL
*BDL
*BDL
*BDL
*BDL
*BDL
DATE SAMPLED: Varies
DESCRIPTION: Air Monitor Cassette Filters
Airborne
Conc.
*BDL
*BDL
*BDL
*BDL
*BDL
*BDL
*BDL
Operating
Detection
Limits
2.0 ug/m 3
1.2 ug/m 3
1.9 ug/m 3
2.4 ug/m 3
1.4 ug/tn 3
1.9 ug/m 3
1.9 ug/m3
Flagged
Data
RECEIVED
FEB 2 C 19-06
C0(1j?iIA1':CE HERVICES GRGJP, f1JC
4403 DOWER CT. • KENTWOOD, MI 49512-4054 • 616-940-3112 • FAX: 616-940-8139
CORROSION • CONTROL • CONSULTANTS • AND LABS, INC.
ANALYTICAL REPORT
CLIENT : Compliance Services Group, Inc.
7619 University Avenue, Suite 2A
Lubbock, TX 79423-2126
SAMPLE HISTORY
SAMPLED BY: Ray Vaughn
JOB LOCATION: Lubbock, TX
METHOD: NIOSH 7082
Lab Time
Flow Rate
Number (min.) (L/min.)
Element
13479 465
2.09
Lead
Cassette #
0210-01
13480 463
2.12
Lead
Cassette #
0210-02
13481 462
2.03
Lead
Cassette #
0211-01
13482 459
2.11
Lead
Cassette #
0211-02
13483 402
3.53
Lead
Cassette #
0212-01
13484 402
2.99
Lead
Cassette #
02 12-02
13485 159
2.11
Lead
Cassette #
0212-03
Analyte
Cone.
*BDL
*BDL
*BDL
*BDL
*BDL
*BDL
26 ug
Friday, February 16, 1996
DATE RECEIVED: 2114/96
DATE COMPLETED: 2/16/96
P.O.# / PROJ. # :
INVOICE #: 10866
DATE SAMPLED: 2-13-96
DESCRIPTION: PAM
Airborne
Cone.
*BDL
*BDL
*BDL
*BDL
*BDL
*BDL
77 ug/m3
Operating
Detection
Limits
2.1 ug'm3
2.0 ug/m 3
2.1 ug/m3
2.1 ug/m3
1.4 ug/m 3
1.7 ug/m 3
6.0 ug/m3
Flagged
Data
* Below Detectable Limit E
RECEtV �.=°
Analyte Cone. detection limit = 2.0 ug
FEB
CG'�;PIiF'�CE SEl",'10ES CROUP, I1JC.
j TEST REVIEWED BY:
4403 DONKER CT. • KENTWOOD, MI 49512-4054 616-940-3112 • FAX: 616-940-8139
CORROSION - CONTROL • CONSULTANTS * AND LABS, INC.
ANALYTICAL REPORT
CLIENT: Compliance Services Group, Inc.
7619 University Avenue, Suite 2A
Lubbock, TX 79423-2126
SAMPLE HISTORY
SAMPLED BY: Ray Vaughn
JOB LOCATION: Lubbock, TX
Friday, February 16, 1996
DATE RECEIVED: 2/14/96
DATE COMPLETED: 2/16/96
P.O.# / PROJ. # :
INVOICE #: 10866
DATE SAMPLED: 2-13-96
DESCRIPTION: PAM
METHOD: NIOSH 7082
Operating
Lab Time Flow Rate
Analyte
Airborne
Detection Flagged
Number (min.) (L/min.)
Element
Cone.
Cone.
Limits Data
13486 88 2.14
Lead
14ug
74 ug/m3
10.6ug/m3
Cassette # 0212-04
13487 120 2.08
Lead
16 ug
64 ug/m 3
8.0 ug/m 3
Cassette # 0212-05
13488 114 2.09
Lead
4.2uo
18 ug/m3
8.4ug1m3
Cassette # 0212-06
13489 258 5.06
Lead
*BDL
*BDL
1.5 ug/m3
Cassette # 0212-07
13490 252 5.51
Lead
3.5 ug
3 ug/m 3
1.4 ug/m 3
Cassette # 0212-08
13491 480 2
Lead
*BDL
*BDL
2.1 ug/m3
Cassette # 0212-09
* Below Detectable Limit
Analyte Cone. detection limit = 2.0 ug
RECEIVED
FEB °u
COWLIMI'VE SERVICES GROUP, I;;C.
TEST REVIEWED BY:
4 - T
4403 DONKER CT. KENTWOOD, MI 49512-40 4 - 616-940-3112 - FAX: 616-940-8139
CORROSION • CONTROL • CONSULTANTS • AND LABS, INC.
ANALYTICAL REPORT
CLIENT : Compliance Services Group, Inc.
7619 University Avenue, Suite 2A
Lubbock, TX 79423-2126
SAMPLE HISTORY
SAMPLED BY: Ray Vaughn
JOB LOCATION: Lubbock, TX
METHOD: NIOSH 7082
Lab Time
Flow Rate
Number (min.)
(L/min.)
Element
13776 242
2.11
Lead
Cassette #
0223-01
13777 241
2.1
Lead
Cassette #
0223-02
13778 182
7.67
Lead
Cassette #
0223-05
13779 182
4.7
Lead
Cassette #
0223-06
* Below Detectable Limit
Analyte Cone. detection limit = 2.0 ug
Tuesday, March 05, 1996
DATE RECEIVED: 311/96
DATE COMPLETED: 3 /5i'96
P.O.# / PROJ. # : 14290
INVOICE #: 10913
DATE SAMPLED: 2/291/96
DESCRIPTION: PAM
Operating
Analyte Airborne Detection Flagged
Cone. Cone. Limits Data
400ug 783 ug/m3 3.9 ug'm3 9
250 ug 494 ug/m 3 4.0 ug•'m 3 9
*BDL *BDL 1.4 ug,'m3
*BDL *BDL 2.3 ug/m3
RECEIVED
MAR 141996
COMPLIANCE SERVICES GROUP, INC.
TEST REVIEWED BY: ri
4403 DONKER CT. KENTWOOD, MI 49512-4054 • 616-940-3112 • FAX: 616-940-8139
.r
CORROSION • CONTROL • CONSULTANTS • AND LABS, INC.
ANALYTICAL REPORT
Thursday, March 14, 1996
CLIENT : Compliance Services Group, Inc. DATE RECEIVED: R12/96
7619 University Avenue, Suite 2A DATE COMPLETED: 3/13/96 RECEIVED
Lubbock, TX 79423-2126 P.O.# / PROJ. #:
INVOICE #: 10935
MAR 181996
SAMPLE HISTORY
COMPLIANCE SERVICES GROUP, INC.
SAMPLED BY: DATE SAMPLED:
JOB LOCATION: Refurbish Water Tanks Lubbock, DESCRIPTION: lH air sampling
Texas
METHOD: NIOSH 7082
Operating
Lab Time Flow Rate
Analyte
Airborne
Detection Flagged
Number (min.) (L/min.)
Element
Cone.
Cone.
Limits Data
13856 370 4.4
Lead
*BDL
*BDL
1.2 ug/m3
Cassette # 0310-03
13857 370 4.75
Lead
*BDL
*BDL
1.1 ug/m3
Cassette # 0310-04
13858 360 5
Lead
*BDL
*BDL
1.1 ug/m3
Cassette # 0310-05
* Below Detectable Limit
Analyte Conc. detection limit = 2.0 ug
TEST REVIEWED BY:
ti
4403 DONKER CT. • KENTWOOD, MI 49512-4054 616-940-3112 • FAX: 616-940-8139
-- CORROSION • CONTROL • CONSULTANTS • AND LABS, INC.
ANALYTICAL REPORT
Monday, March 18, 1996
CLIENT : Compliance Services Group, Inc. DATE RECEIVED: 3/15/96
7619 University Avenue, Suite 2A DATE COMPLETED: 3/18/96
Lubbock, TX 79423-2126 P.O.# / PROJ. # : 14290 DECEIVED
INVOICE #: 10945
SAMPLE HISTORY
i SAMPLED BY: Ray Vaughn
1 JOB LOCATION: Lubbock, TX
METHOD: NIOSH 7082
Lab Time Flow Rate
Number (min.) (L/min.) Element
13902 69 2.032 Lead
Cassette # 0313-01
13903 120 2.816 Lead
Cassette # 0313-02
* Below Detectable Limit
Analyte Cone. detection limit = 2.0 ug
MAR 2 5 1996
DATE SAMPLED: 3/13/96 COMPLIANCE SERVICES GROUP, iNC.
DESCRIPTION: PAM
Operating
Analyte
Airborne
Detection Flagged
Cone.
Cone.
Limits Data
55 ug
392 ug/m 3
14 ug/m 3
*BDL
*BDL
5.9 ug/m3
( ' TEST REVIEWED BY:
I
/( Ile
4403 DONKER CT. • KENTWOOD, MI 49512-4054 616-940-3112 • FAX: 616-940-8139
CORROSION - CONTROL - CONSULTANTS - AND LABS, INC.
ANALYTICAL REPORT
Wednesday, March 20, 1996
CLIENT : Compliance Services Group, Inc. DATE RECEIVED: 3/20/96 RECEIVED
7619 University Avenue, Suite 2A DATE COMPLETED: 3/20/96
Lubbock, TX 79423-2126 P.O.# / PROJ. #: 14290
INVOICE #: 10959 MAR 2 6 1996
SAMPLE HISTORY
SAMPLED BY: Ray Vaughn
JOB LOCATION: Lubbock, TX
METHOD: EPA 600/R-93/200M
Lab Time Flow Rate
Number (min.) (L/min.)
Element
13964 183 3.44
Lead
Cassette # 0319-01
13965 180 3.09
Lead
Cassette # 0319-02
13966 180 3
Lead
Cassette # 0319-03
* Below Detectable Limit
Analyte Conc. detection limit = 2.0 ug
COMPLIANCE SERVICES GROUP,
DATE SAMPLED: 3/19/96
DESCRIPTION: PAM
Operating
Analyte
Airborne
Detection Flagged
Cone.
Cone.
Limits Data
*BDL
*BDL
3.2 ug/m3
*BDL
*BDL
3.6 ug/m 3
*BDL
*BDL
3.7 ug/m3
TEST REVIEWED BY
C art- 61(— e- e
4403 DONKER CT. - KENTWOOD, MI 49512-4054 - 616-940-3112 - FAX: 616-940-8139
i
CORROSION • CONTROL • CONSULTANTS • AND LABS, INC.
ANALYTICAL REPORT
Wednesday, April 03, 1996
CLIENT : Compliance Services Group, Inc. DATE RECEIVED: 4/2/96
7619 University Avenue, Suite 2A DATE COMPLETED: 4/3/96 '
Lubbock, TX 79423-2126 14290
INVOICEOJ # . 10975 RECEIVED
SAMPLE HISTORY
SAMPLED BY: Clark DeLavan
JOB LOCATION: Lubbock, TX
METHOD: NIOSH 7082
Lab Time
Flow Rate
Number (min.) (L/min.)
Element
14044 536
2.24
Lead
Cassette #
0320-01
14045 601
3.4
Lead
Cassette #
0320-02
14046 450
2.39
Lead
Cassette #
0321-02
14047 450
3.34
Lead
Cassette #
0321-01
14048 253
1.95
Lead
Cassette #
0320-03
14049 415
3.75
Lead
Cassette #
0322-01
14050 415
2.83
Lead
Cassette #
0322-02
* Below Detectable Limit
Analyte Conc. detection limit = 2.0 ug
Analyte
Cone.
*BDL
*BDL
*BDL
*BDL
260 ug
*BDL
*BDL
APR - 9 1996
DATE SAMPLED: 3/20/96 �:OMPtIANCE SERVICES GROUP,'NC.
DESCRIPTION: PAM
Airborne
Cone.
*BDL
*BDL
*BDL
*BDL
527 ug/m 3
*BDL
*BDL
Operating
Detection
Limits
1.7 ug/m 3
1.0 ug/m'
1.9 ug/m 3
1.3 ug/m 3
4.1 ug/m 3
1.3 ug/m 3
1.7 ug/m 3
Flagged
Data
TEST REVIEWED BY:, r
4403 DONKER CT. • KENTWOOD, MI 49512-4054 • 616-940-3112 • FAX: 616-940-8139
CORROSION - CONTROL - CONSULTANTS - AND LABS, INC.
ANALYTICAL REPORT
i
CLIENT : Compliance Services Group, Inc.
7619 University Avenue, Suite 2A
Lubbock, TX 79423-2126
Wednesday, April 03, 1996
DATE RECEIVED: 4/2/96
DATE COMPLETED : 4/3/96ECEiVED
P.O.# / PROJ. #: 14290
INVOICE #: 10975
APR - 9 1996
SAMPLE HISTORY
COMPLIANCE SERVICES GROUP, LNG. i
SAMPLED BY: Clark DeLavan DATE SAMPLED : 3/31/96
JOB LOCATION: Lubbock, TX DESCRIPTION: PAM
METHOD: NIOSH 7082
Operating
Lab Time Flow Rate
Analyte
Airborne
Detection Flagged
Number (min.) (L/min.)
Element
Cone.
Cone.
Limits Data
14051 602 2.23
Lead
4.5 ug
3 ug/m 3
1.5 ug/m 3
Cassette # 0331-01
14052 600 2.95
Lead
*BDL
*BDL
1.1 ug/m3
Cassette # 0331-02
14053 603 1.92
Lead
800 ug
691 ug/m 3
1.7 ug/m 3 9
Cassette # 0331-03
* Below Detectable Limit
Analyte Cone. detection limit = 2.0 ug
TEST REVIEWED BY: JJ'
c�
4403 DONKER CT. - KENTWOOD, MI 49512-4054 - 616-940-3112 - FAX: 616-940-8139
CORROSION - CONTROL - CONSULTANTS - AND LABS, INC.
ANALYTICAL REPORT
Tuesday, April 16, 1996
i
CLIENT : Compliance Services Group, Inc. DATE RECEIVED: 4/12/96
7619 University Avenue, Suite 2A DATE COMPLETED: 4/16/96 RECEIVED
Lubbock, TX 79423-2126 P.O.# / PROJ. #:
INVOICE #: 11005 APR 2 2 1996
SAMPLE HISTORY COMPLIANCE SERVICES GROUP, INC
SAMPLED BY: Ray Vaughn DATE SAMPLED: 4/8,96
JOB LOCATION: Lubbock, TX DESCRIPTION: PAM
METHOD: NIOSH 7082
Lab Time
Flow Rate
Number (min.) (L/min.)
Element
14185 230
2.92
Lead
Cassette #
0408-01
14186 230
2.85
Lead
Cassette #
0408-02
14187 375
2.86
Lead
Cassette #
0409-01
14188 375
2.89
Lead
Cassette #
0409-02
14189 360
2
Lead
Cassette #
0409-03
* Below Detectable Limit
Analyte Cone. detection limit = 2.0 ug
Analyte
Cone.
*BDL
*BDL
*BDL
*BDL
*BDL
Airborne
Cone.
*BDL
*BDL
*BDL
*BDL
*BDL
Operating
Detection
Limits
3.0 ug/m3
3.0 ug/m3
1.9 ug/m 3
1.8 ug/m 3
2.8 ug/m 3
Flagged
Data
TEST REVIEWED BY.
1
4403 DONKER CT. - KENTWOOD, MI 49512-4054 - 616-940-3112 - FAX: 616-940-8139
CORROSION • CONTROL • CONSULTANTS - AND LABS, INC.
ANALYTICAL REPORT
Thursday, April 25, 1996
CLIENT : Compliance Services Group, Inc. DATE RECEIVED: 4/18/96 RECEIVED
7619 University Avenue, Suite 2A DATE COMPLETED : 4/22/96
Lubbock, TX 79423-2126 P.O.# / PROJ. # : 14290 MAY 2 1996
INVOICE #: 11015
SAMPLE HISTORY
SAMPLED BY: Ray Vaughn
JOB LOCATION: Lubbock, TX
METHOD: NIOSH 7082
Lab Time
Flow Rate
Number (min.) (L/min.) Element
14226 210
2.825 Lead
Cassette #
0415-01
14227 210
3.184 Lead
Cassette #
0415-02
* Below Detectable Limit
Analyte Conc. detection limit = 2.0 ug
Analyte
Conc.
*BDL
*BDL
COMPLIANCE SERVICES GROUP, I
DATE SAMPLED: 4/15/96
DESCRIPTION: Personal Air Monitor Cassette Filters
Airborne
Cone.
*BDL
*BDL
Operating
Detection
Limits
3.4 ug/m'
3.0 ug/m 3
Flagged
Data
i
TEST REVIEWED BY : /'%����C�
4403 DONKER CT. • KENTWOOD, MI 49512-4054 616-940-3112 FAX: 616-940-8139
CORROSION • CONTROL • CONSULTANTS • AND LABS, INC.
�f
I
ANALYTICAL REPORT
I' Friday, May 03, 1996
CLIENT : Compliance Services Group, Inc. DATE RECEIVED: 4'29!96 D
7619 University Avenue, Suite 2A DATE COMPLETED : 5/3/96 DECEIVE
Lubbock. TX 79423-2126 P.O.# / PROJ. # : 14290
INVOICE #: 11050 AY 91996
SAMPLE HISTORY
COMPLIANCE SERVICES GROUP,
SAMPLED BY: Ray Vaughn DATE SAMPLED: 412l/96
JOB LOCATION: Lubbock, TX DESCRIPTION: PAM
METHOD: NIOSH 7082
Operating
Lab Time Flow Rate
Analyte
Airborne
Detection Flagged
Number (min.) (L/min.)
Element
Cone.
Cone.
Limits Data
14445 480 2.66
Lead
*BDL
*BDL
1.6 ug/m3
Cassette # 0421-01
14446 480 2.89
Lead
18 ug
13 ug/m3
1.4 ug/m3
Cassette # 0421-02
14447 255 3.31
Lead
*BDL
kBDL
2.4ug/m3
Cassette # 0426-01
14448 255 3.02
Lead
*BDL
*BDL
2.6 ug'm3
Cassette # 0426-02
14449 260 3
Lead
*BDL
*BDL
2.6 ug/m3
i Cassette # 0426-03
* Below Detectable Limit
Analyte Cone. detection limit = 2.0 ug
I
i J
TEST REVIEWED BY: '� Z
I 1�
4403 DONKER CT. KENTWOOD, MI 49512-4054 616-940-3112 FAX: 616-940-8139
�--- CORROSION - CONTROL - CONSULTANTS - AND LABS, INC.
ANALYTICAL REPORT
Tuesday, May 14, 1996
CLIENT: Compliance Services Group, Inc. DATE RECEIVED: 5/9/96
7619 University Avenue, Suite 2A DATE COMPLETED: 5/14/96
Lubbock, TX 79423-2126 P.O.# / PROJ. #: 14290
INVOICE #: 11086
SAMPLE HISTORY
SAMPLED BY: Ray Vaughn DATE SAMPLED : 5/2/96
JOB LOCATION: Lubbock, TX DESCRIPTION: PAM
METHOD: NIOSH 7082
Operating
Lab Time Flow Rate Analyte Airborne Detection Flagged
Number (min.) (L/min.) Element Conc. Conc. Limits Data
14594 364 3.28 Lead *BDL *BDL 1.7 ug/m3
Cassette # 0502-01
14595 364 3.8 Lead *BDL *BDL 1.4 ug/m3
Cassette # 0502-02
14596 483 3.68 Lead *BDL *BDL 1.1 ug/m3
Cassette # 0507-01
14597 480 3.32 Lead *BDL *BDL 1.3 ug/m3
Cassette # 0507-02
14598 185 1.96 Lead *BDL *BDL 5.5 ug/m'
Cassette # 0507-03
14599 304 1.94 Lead 7.0ug 12 ug/m3 3.4ug/m3
Cassette # 0507-04
14600 240 9 Lead *BDL *BDL 0.9 ug/m3
Cassette # 0507-05
* Below Detectable Limit
Analyte Conc. detection limit = 2.0 ug�i tl
�gg6
TEST REVIEWED ED BY:
r �lN�ESE�VICES�ROJP,�NC.
E �OM,L
4403 DONKER CT. - KENTWOOD, MI 49512-4054 - 616-940-3112 - FAX: 616-940-8139
-- CORROSION • CONTROL • CONSULTANTS • AND LABS, INC.
ANALYTICAL REPORT
CLIENT : Compliance Services Group, Inc.
7619 University Avenue, Suite 2A
Lubbock, TX 79423-2126
SAMPLE HISTORY
SAMPLED BY: Ray Vaughn
JOB LOCATION: Lubbock, TX
METHOD: NIOSH 7082
Lab Time
Flow Rate
Number (min.) (L/min.)
Element
14683 550
2.83
Lead
Cassette #
0508-01
14684 550
2.84
Lead
Cassette #
0508-02
14685 300
1.91
Lead
Cassette #
0508-03
14686 418
3.06
Lead
Cassette #
0520-01
14687 422
i
3.13
Lead
Cassette #
0520-02
* Below Detectable Limit
Analyte Conc. detection limit = 2.0 ug
Analyte
Conc.
5.5 ug
*BDL
*BDL
*BDL
*BDL
Thursday, May 23, 1996
DATE RECEIVED: 5/21/96
DATE COMPLETED: 5/23/96
P.O.# / PROJ. # : 14290
INVOICE #: 11118
DATE SAMPLED: 5/8/96
DESCRIPTION: PAM
Airborne
Conc.
4 ug/m 3
*BDL
*BDL
*BDL
*BDL
Operating
Detection
Limits
1.3 ug/m 3
1.3 ug,'m 3
3.5 ug/m 3
1.6 ug/m 3
1.5 ug/m3
RECEIVED
Flagged
Data
MAY 2 8 4996
TEST REVIEWED BY
COMtLIANCE SERVICES GROUP, INC.
4403 DONKER CT. • KENTWOOD, MI 49512-4054 • 616-940-3112 • FAX: 616-940-8139
CORROSION - CONTROL - CONSULTANTS * AND LABS, INC.
ANALYTICAL REPORT
Thursday, May 30,1996
CLIENT: Compliance Services Group, Inc. DATE RECEIVED: 5/28/96
7619 University Avenue, Suite 2A DATE COMPLETED: 5/29/96
Lubbock, TX 79423-2126 P.O.# / PROJ. #: 14290
INVOICE #: 11146
RECEIVED
SAMPLE HISTORY
SAMPLED BY: DATE SAMPLED: JUN - 61996
JOB LOCATION: Lubbock, TX --Refurbish Water DESCRIPTION • PAMS
Tanks COMPLIANCE SERVICES GROUP, INC.
METHOD: NIOSH 7082
Operating
Lab Time Flow Rate
Analyte
Airborne
Detection Flagged
Number (min.) (L/min.)
Element
Cone.
Cone.
Limits Data
14765 485 3.494
Lead
*BDL
*BDL
1.2 ug/m3
Cassette # 0521-01
14766 482 3.576
Lead
*BDL
*BDL
1.2 ug/m3
Cassette # 0521-02
14767 491 3.089
Lead
*BDL
*BDL
1.3 ug/m3
Cassette # 0522-01
14768 540 3.103
Lead
*BDL
*BDL
1.2 ug/m3
Cassette # 0522-02
* Below Detectable Limit
Analyte Conc. detection limit = 2.0 ug
TEST PERFORMED BY:
4403 DONKER CT. - KENTWOOD, MI 49512-4054 - 616-940-3112 - FAX: 616-940-8139
CORROSION • CONTROL • CONSULTANTS - AND LABS, INC.
ANALYTICAL REPORT
Monday, June 24, 1996
CLIENT : Compliance Services Group, Inc. DATE RECEIVED: 5/31/96
7619 University Avenue, Suite 2A DATE COMPLETED : 6/3/96
Lubbock, TX 79423-2126 P.O.# / PROJ. #: 14290
INVOICE #: 11161
SAMPLE HISTORY
SAMPLED BY: Ray Vaughn
JOB LOCATION: Lubbock, TX
METHOD: NIOSH 7082
Lab Time Flow Rate
Number (min.) (L/min.) Element
14825 530 2.73 Lead
Cassette # 0523-01
14826 530 2.52 Lead
Cassette # 0523-02
14827 540 2.76 Lead
Cassette # 0524-01
14828 540 2.69 Lead
Cassette # 0524-02
14829 430 2.52 Lead
Cassette # 0527-01
* Below Detectable Limit
Analyte Cone. detection limit = 0.5 ug
DATE SAMPLED: 5/23/96
DESCRIPTION: PAM
Analyte
Airborne
Cone.
Cone.
*BDL
*BDL
*BDL *BDL
*BDL *BDL
*BDL *BDL
*BDL *BDL
RECEIVED
JUL -11996
COMPLIANCE SERVICES GROUP, M.
Operating
Detection
Limits
0.3 ug/m 3
0.4 ug/m 3
0.3 ug/m 3
0.3 ug/m 3
0.5 ug/m 3
Flagged
Data
TEST REVIEWED BY �L
4403 DONKER CT. KENTWOOD, MI 49512-4054 • 616-940-3112 • FAX: 616-940-8139
CORROSION • CONTROL • CONSULTANTS * AND LABS, INC.
ANALYTICAL REPORT
Monday, June 24, 1996
CLIENT: Compliance Services Group, Inc. DATE RECEIVED: 5/31/96
7619 University Avenue, Suite 2A DATE COMPLETED : 6/3/96
Lubbock, TX 79423-2126 P.O.# / PROJ. #: 14290
INVOICE #: 11161 RECEIVED
SAMPLE HISTORY
JUL -1 1996
SAMPLED BY: Ray Vaughn DATE SAMPLED: 5/27/96
JOB LOCATION: Lubbock, TX DESCRIPTION: PAM COMPLIANCE SERVICES GROUP, INC
METHOD: NIOSH 7082
Operating
Lab Time Flow Rate
Analyte
Airborne
Detection Flagged
Number (min.) (L/min.)
Element
Conc.
Conc.
Limits Data
14830 430 2.81
Lead
*BDL
*BDL
0.4 ug/m3
Cassette # 0527-02
14831 600 14.4
Lead
*BDL
*BDL
0.1 ug/m3
Cassette # 0527-03
14832 480 2.67
Lead
*BDL
*BDL
0.4 ug/m3
Cassette # 0529-01
14833 480 3.33 Lead
Cassette # 0529-02
* Below Detectable Limit
Analyte Conc. detection limit = 0.5 ug
0.96 ug
I ug/m 3 0.3 ug/m 3
TEST REVIEWED BY:
4403 DONKER CT. KENTWOOD, MI 49512-4054 • 616-940-3112 • FAX: 616-940-8139
CORROSION • CONTROL • CONSULTANTS • AND LABS, INC.
ANALYTICAL REPORT
Monday, June 24, 1996
CLIENT: Compliance Services Group, Inc. DATE RECEIVED: 6/5/96
7619 University Avenue, Suite 2A DATE COMPLETED: 6/6/96
Lubbock, TX 79423-2126 P.O.# / PROJ. #: 14290 RECEIVED
INVOICE #: 11173
SAMPLE HISTORY
SAMPLED BY: Ray Vaughn
JOB LOCATION: Lubbock, TX
METHOD: NIOSH 7082
Lab Time Flow Rate
Number (min.) (L/min.) Element
14877 420 2.923 Lead
Cassette # 0601-01
14878 . 420 3.083 Lead
Cassette # 0601-02
14879 435 3.017 Lead
Cassette # 0603-01
14880 435 2.76 Lead
Cassette # 0603-02
14881 245 2.936 Lead
Cassette # 0604-01
* Below Detectable Limit
Analyte Cone. detection limit = 2.0 ug
Analyte
Cone.
*BDL
*BDL
*BDL
*BDL
*BDL
JUL -1 1999
DATE SAMPLED COMPLIANCE SERVICES GROUP, JAIL
DESCRIPTION: Air Monitor Cassette Filters
Airborne
Cone.
*BDL
*BDL
*BDL
*BDL
*BDL
Operating
Detection
Limits
1.6 ug/m 3
1.5 ug/m3
1.5 ug/m3
1.7 ug/m 3
2.8 ug/m3
Flagged
Data
i f
TEST REVIEWED BY : .
4403 DONKER CT. KENTWOOD, M1 49512-4054 616-940-3112 FAX: 616-940-8139
CORROSION • CONTROL • CONSULTANTS • AND LABS, INC.
ANALYTICAL REPORT
Monday, June 24, 1996
CLIENT: Compliance Services Group, Inc. DATE RECEIVED: 6/5/96
7619 University Avenue, Suite 2A DATE COMPLETED : 6/6/96
Lubbock, TX 79423-2126 P.O.# / PROJ. #: 14290
INVOICE #: 11173
SAMPLE HISTORY
SAMPLED BY: Ray Vaughn DATE SAMPLED :
JOB LOCATION: Lubbock, TX DESCRIPTION: Air Monitor Cassette Filters
METHOD: NIOSH 7082
Operating
Lab Time Flow Rate Analyte Airborne Detection Flagged
Number (min.) (L/min.) Element Conc. Conc. Limits Data
14882 245 3.222 Lead *BDL *BDL 2.5 ug/m3
Cassette # 0604-02
14883 240 3.2 Lead *BDL *BDL 2.6 ug/m3
Cassette # 0604-03
* Below Detectable Limit
Analyte Conc. detection limit = 2.0 ug
TEST REVIEWED BY:
4403 DONKER CT. KENTWOOD, MI 49512-4054 616-940- • FAX: 616-940-8139
CORROSION • CONTROL • CONSULTANTS • AND LABS, INC.
ANALYTICAL REPORT
Wednesday, June 12, 1996
CLIENT: Compliance Services Group, Inc. DATE RECEIVED: 6/11/96
7619 University Avenue, Suite 2A DATE COMPLETED: 6/12/96 RECEIVED
Lubbock, TX 79423-2126 P.O.# / PROJ. # : 14290
INVOICE #: 11197
SAMPLE HISTORY
SAMPLED BY: Ray Vaughn
JOB LOCATION: Lubbock, TX
METHOD: NIOSH 7082
Lab Time
Flow Rate
Number (min.) (L/min.)
Element
14967 554
2.859
Lead
Cassette #
0605-01
14968 554
2.822
Lead
Cassette #
0605-02
14969 569
2.5
Lead
Cassette #
0606-01
14970 569
2.633
Lead
Cassette #
0606-02
14971 360
2.734
Lead
Cassette #
0607-01
14972 360
2.779
Lead
Cassette #
0607-02
14973 480
2.8
Lead
Cassette #
0607-03
* Below Detectable Limit
Analyte Conc. detection limit = 2.0 ug
Analyte
Cone.
*BDL
*BDL
*BDL
*BDL
*BDL
*BDL
*BDL
JUN 19 1996
COMPLIANCE SERVICES GROUP, INC.
DATE SAMPLED: varies
DESCRIPTION: personal air monitor
Airborne
Conc.
*BDL
*BDL
*BDL
*BDL
*BDL
*BDL
*BDL
Operating
Detection
Limits
1.3 ug/m3
1.3 ug/m 3
1.4 ug/m 3
1.3 ug/m 3
2.0 ug/m 3
2.0 ug/m 3
1.5 ug/m 3
Flagged
Data
TEST REVIEWED BY
4403 DONKER CT. KENTWOOD, MI 49512-4054 • 616-940-3112 • FAX: 616-940-8139
CORROSION - CONTROL - CONSULTANTS - AND LABS, INC.
ANALYTICAL REPORT
Wednesday, June 12, 1996
CLIENT: Compliance Services Group, Inc. DATE RECEIVED: 6/11/96
7619 University Avenue, Suite 2A DATE COMPLETED : 6/12/96
Lubbock, TX 79423-2126 P.O.# / PROJ. #: 14290 RECEIVED
INVOICE #: 11197
SAMPLE HISTORY
SAMPLED BY: Ray Vaughn
JOB LOCATION: Lubbock, TX
METHOD: NIOSH 7082
Lab Time
Flow Rate
Number (min.)
(L/min.) Element
14974 305
2.718 Lead
Cassette # 0608-01
14975 305
2.822 Lead
Cassette # 0608-02
* Below Detectable Limit
Analyte Conc. detection limit = 2.0 ug
Analyte
Cone.
*BDL
*BDL
JUN 19 7996
DATE SAMPLED • varies COMPLIANCE SERVICES GROUP,
DESCRIPTION: personal air monitor
Airborne
Cone.
*BDL
*BDL
Operating
Detection
Limits
2.4 ug/m3
2.3 ug/m 3
Flagged
Data
TEST REVIEWED BY: ,
4403 DONKER CT. * KENTWOOD, MI 49512-4054 - 616-940-3112 - FAX: 616-940-8139
CORROSION • CONTROL • CONSULTANTS • AND LABS, INC.
ANALYTICAL REPORT
Tuesday, June 25, 1996
CLIENT: Compliance Services Group, Inc. DATE RECEIVED: 6/19/96
7619 University Avenue, Suite 2A DATE COMPLETED: 6/21/96
Lubbock, TX 79423-2126 P.O.# / PROJ. #: 14290
INVOICE #: 11223
SAMPLE HISTORY RECEIVEG
SAMPLED BY : Ray Vaghn
JOB LOCATION: Lubbock, Texas
METHOD: NIOSH 7082
Lab Time Flow Rate
Number (min.) (L/min.) Element
15073 415 2.685 Lead
Cassette # 0610-01
15074 415 2.685 Lead
Cassette # 0610-02
15075 473 2.7 Lead
Cassette # 0611-01
15076 474 2.689 Lead
Cassette # 0611-02
15077 416 2.715 Lead
Cassette # 0612-01
' Below Detectable Limit
Analyte Cone. detection limit = 2.0 ug
Analyte
Cone.
*BDL
*BDL
*BDL
*BDL
*BDL
DATE SAMPLED: varies JUL
DESCRIPTION: PAM 1 i-96
COMPLIANCE SERVICES GRO jp. ;NC
Airborne
Cone.
*BDL
*BDL
*BDL
*BDL
*BDL
Operating
Detection
Limits
1.8 ug/m 3
1.8 ug/m3
1.6 ug/m3
1.6 ug/m 3
1.8 ug/m3
Flagged
Data
TEST REVIEWED BY:
1
4403 DONKER CT. KENTWOOD, MI 49512-4054 616-940-3112 • FAX: 616-940-8139
CORROSION • CONTROL • CONSULTANTS • AND LABS, INC.
ANALYTICAL REPORT
Tuesday, June 25, 1996
CLIENT: Compliance Services Group, Inc. DATE RECEIVED : 6/19/96
7619 University Avenue, Suite 2A DATE COMPLETED: 6/21/96
Lubbock, TX 79423-2126 P.O.# / PROJ. #: 14290
INVOICE #: 11223
SAMPLE HISTORY
SAMPLED BY: Ray Vaghn
JOB LOCATION: Lubbock, Texas
METHOD: NIOSH 7082
Lab Time
Flow Rate
Number (min.) (L/min.)
Element
15078 416
2.736
Lead
Cassette #
0612-02
15079 449
2.806
Lead
Cassette #
0613-01
15080 449
2.668
Lead
Cassette #
0613-02
15081 307
2.667
Lead
Cassette #
0614-01
15082 307
2.953
Lead
Cassette #
0614-02
* Below Detectable Limit
Analyte Cone. detection limit = 2.0 ug
RECEIVED
DATE SAMPLED: varies JUL -11996
DESCRIPTION: PAM
COMPLIANCE SERVICES GROUP. iNC
Operating
Analyte
Airborne
Detection Flagged
Cone.
Cone.
Limits Data
*BDL
*BDL
1.8 ug/m3
*BDL
*BDL
1.6 ug/m3
*BDL
*BDL
1.7 ug/m3
*BDL
*BDL
2.4 ug/m3
*BDL
*BDL
2.2 ug/m3
/ f
TEST REVIEWED BY:
C#
4403 DONKER CT. KENTWOOD, MI 49512-4054 • 616-940-3112 • FAX: 616-940-8139
CORROSION • CONTROL • CONSULTANTS • AND LABS, INC.
ANALYTICAL REPORT
CLIENT: Compliance Services Group, Inc.
7619 University Avenue, Suite 2A
Lubbock, TX 79423-2126
SAMPLE HISTORY
SAMPLED BY: Ray Vaghn
JOB LOCATION: Lubbock, Texas
METHOD: NIOSH 7082
Lab Time Flow Rate
Number (min.) (L/min.) Element
15083 353 2.597 Lead
Cassette # 0617-01
15084 353 2.811 Lead
Cassette # 0617-02
* Below Detectable Limit
Analyte Cone. detection limit = 2.0 ug
Analyte
Cone.
*BDL
*BDL
Tuesday, June 25, 1996
DATE RECEIVED: 6/19/96
DATE COMPLETED: 6/21/96
P.O.# / PROJ. #: 14290
INVOICE #: 11223
RECEIVED
DATE SAMPLED: varies J U L -1 1996
DESCRIPTION: PAM COMPLIANCE SERVICES GROUP.
Airborne
Cone.
*BDL
*BDL
Operating
Detection
Limits
2.2 ug/m 3
2.0 ug/m 3
Flagged
Data
1
TEST REVIEWED BY:
u� +
+
4403 DONKER CT. KENTWOOD, MI 49512-4054 616-940-3112 FAX: 616-940-8139
Page Intentionally Left Blank
City of Lubbock, TX
ITB 20-14972-TF
50th Street Tank Demolition
Contractor Checklist
Before submitting your bid, please ensure you have completed and included the following documents in the order they
are listed. The contractor is only to submit (1) one original unbound copy of every item listed.
1. Carefully read and understand the plans and specifications and properly complete the BID
SUBMITTAL FORM. Signatures must be original, in blue or black ink, and by hand. The bidder
binds himself on acceptance of his bid to execute a contract and any required bonds, according
to the accompanying forms, for performing and completing the said work within the time stated
and for the prices stated below. The bidder MUST 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 changed for the purpose of correcting an error in the bid price. Include
corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL
TAX ID number or Owner's SOCIAL SECURITY number.
2. ►! Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide
a bid surety WILL result in automatic rejection of your bid.
3. Complete CITY OF LUBBOCK REFERENCE FORM.
4. Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
Contractor's signature must be original.
5. _Z Clearly mark the bid number, title, due date and time and your company name and address on the
outside of the envelope or container.
6. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office
prior to the deadline. Late bids will not be accepted.
7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be
explained in detail and submitted with Bid.
8_ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAX ID number or Owner's SOCIAL SECURITY number.
9. Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE.
10. Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel
11. Complete and submit the LIST OF SUB -CONTRACTORS.
_DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
12. Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED BEFORE !EQNTRACT IS FINALIZED:
13. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM
1295 within the specified time according to Texas Government Code 2252.908 using the Texas
Ethics Commission website.
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED
NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE
THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL.
t
(Type or Print Company Name)
Page Intentionally Left Blank
INDEX
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL — (must be submitted by published due date & time)
3-1. LUMP SUM PRICE BID SUBMITTAL FORM
3-2. CITY OF LUBBOCK REFERENCE FORM
3-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
3-4. SAFETY RECORD QUESTIONNAIRE
3-5. SUSPENSION AND DEBARMENT CERTIFICATION
3-6. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL
VERIFICATION
4. LIST OF SUB -CONTRACTORS
5. PAYMENT BOND
6. PERFORMANCE BOND
7. CERTIFICATE OF INSURANCE
S. CONTRACT
9. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176
10. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES
11. GENERAL CONDITIONS OF THE AGREEMENT
12. CITY OF LUBBOCK WAGE DETERNIINATIONS
13. SPECIAL CONDITIONS (IF APPLICABLE)
14. SPECIFICATIONS
2
Page Intentionally Left Blank
NOTICE TO BIDDERS
ITB 20-14972-TF
Sealed bids addressed to Matta Alvarez, Director of Purchasing and Contract Management, City of
Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City
Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 PM on October 31, 2019, or as
changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform
all work for the construction of the following described project:
50th Street Tank Demolition
After the expiration of the time and date above first written, said sealed bids will be opened in the office
of the Purchasing and Contract Management Office and publicly read aloud. It is the sole responsibility of
the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office
for the City of Lubbock, before the expiration of the date above first written.
Bids are due at 2:00 PM on October 31, 2019, and the City of Lubbock City Council will consider the
bids on November 19, 2019, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as
may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The
successful bidder will be required to furnish a performance bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price
exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with
Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said
contract price exceeds $50,000. Said statutory bonds should 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 AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS
AWARDED. The estimated budget for the construction phase of this project is $150,000.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's
or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of
the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all
necessary bonds (if required) within ten (10) business days after notice of award of the contract to him.
FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL
SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF
THE BID SUBMITTAL.
It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself
regarding all local conditions under which the work is to be done. It shall be understood and agreed that all
such factors have been thoroughly investigated and considered in the preparation of the bid submitted.
There will be a non -mandatory pre -bid conference on October 23, 2019, at 10:00 AM, at 162513' Street,
Purchasiniz Conference Roam, Rm 204, Lubbock, TX 79401.
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 http://www.bidsyne.com 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.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem
wages included in the contract documents on file in the office of the Purchasing and Contract Management
Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each
bidder's attention is finther 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.
The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises shall be afforded equal opportunities to submit
bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex,
disability, or national origin in consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid
meetings and bid openings are available to all persons regardless of disability. If you require special
assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to
Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
Jkl aria ACv arez
DIRECTOR OF PURCHASING
AND CONTRACT MANAGEMENT
4
GENERAL INSTRUCTIONS TO BIDDERS
BID DELIVERY, TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to fin-nish 50th Street Tank
Demolition per the attached specifications and contract documents. Sealed bids will be received no later
than 2:00 PM on October 31, 2019, at the office listed below. Any bid received after the date and hour
specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation
must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITS 20-14972-
TF, 50th Street Tank Demolition" and the bid opening date and time. Bidders must also include their
company name and address on the outside of the envelope or container. Bids must be addressed to:
Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract
Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered
at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that
provides a receipt.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing
addenda as needed for the clarification of the Invitation to Bid (TTB) documents, a non -mandatory pre -
bid meeting will be held October 23, 2019, at 10:00 AM, at 1625 13th Street, Purchasing
Conference Room, Rm 204, Lubbock, TX 79401. All persons attending the meeting will be asked to
identify themselves and the prospective bidder they represent.
2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The
City will not be responsible for providing information discussed at the pre -bid meeting to bidders who
do not attend the pre -bid meeting.
3 ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the TTB are made by ADDENDA information available over
the Internet at www.bidamc.com. 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.
3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Purchasing and Contract Management Office. At the request
of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation
to be substantive, the interpretation will be made by written addendum issued by the Purchasing and
Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office
will be available over the Internet at www.bidsync.com and will become part of the bid package having
the same binding effect as provisions of the original TTB. 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 bid closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of
Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only
information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or
in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before
or after receipt of this ITB with any individuals, employees, or representatives of the City and any
information that may have been read in any news media or seen or heard in any communication facility
regarding this bid should be disregarded in preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation
to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation
to comply, in every detail, with all provisions and requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents,
shall be given to the Purchasing and Contract Management Office and a clarification obtained
before the bids are received, and if no such notice is received by the Purchasing and Contract
Management Office prior to the opening of bids, then it shall be deemed that the bidder fully
understands the work to be included and has provided sufficient sums in its bid to complete the
work in accordance with these plans and specifications. If bidder does not notify Purchasing and
Contract Management Office before bidding of any discrepancies or omissions, then it shall be
deemed for all purposes that the plans and specifications are sufficient and adequate for
completion of the project. It is further agreed that any request for clarification must be submitted
no later than five (5) calendar days prior to the bid closing date.
5 BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline
to release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General
or a court of competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then
such information will be made available to the requester.
6.3 Marking your entire bid CONFIDENTIALIPROPRIETARY is not in conformance with the Texas Open
Records Act.
6.4 Pursuant to Section 552.301(c) of the Texas Government Code, the City of Lubbock has designated the
following email address for which public information requests may be made by an emailed request:
orr(dimylubbock.us. Please send this request to this email address for it to be processed.
6.5 For more information, please see the City of Lubbock Public Information Act website at:
hUs://ci.lubbock.tx.us/pages/public-information-act
7 LICENSES, PERMTFS, TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or
may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their bid submittal how they world utilize local resources.
9 CONFLICT OF INTEREST
9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with
any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered,
conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment,
advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of
discretion concerning this bid.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
11 PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered
by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice
to Bidders.
12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be
the bidder's responsibility to advise the Purchasing and Contract Management Office if any language,
requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated
in this ITB to a single source. Such notification must be submitted in writing and must be received by
the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days
before the bid closing date. A review of such notifications will be made.
12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION
TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR
DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Teofilo Flores, Assistant Director
City of Lubbock
Purchasing and Contract Management Office
1625 13th Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: TKFlores@mylubbock.us
Bidsync: www.bidsvnc.com
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within 20
Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of
Lubbock to the successful bidder.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified.
13.3 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.
14 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of
the contract documents.
15 AFFMAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to
execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately
until incorporated into the project. The presence or absence of a representative of the City on the site will not
relieve the Contractor of full responsibility of complying with this provision. The specifications for materials
and methods set forth in the contract documents provide minimum standards of quality, which the Owner
believes necessary to procure a satisfactory project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall Rumish 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 TWO years from date of final acceptance of the work as a result of defective
materials or workmanship, at no cost to the Owner (City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination,
as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations
will be recognized and accommodated and will not, in any way, result in hardware, software or firmware
failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate
the procedures it intends to follow in order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
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
ruder this Contract including, but not limited to, its right pertaining to termination or default.
17.4 The warranties contained herein are separate and discrete fiom any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes
or any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to Eve 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
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction., and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until
the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
20 TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to
provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such
a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits
or other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor
the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not
relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or
damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired
immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
22 BARRICADES AND SAFETY MEASURES
23
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.
23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of explosives,
the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect
result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor
shall use utmost care so as not to endanger life or property and the Contractor shall further use only such
methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
23.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and
such notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
24 CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated
by this contract is in progress.
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the
City and written notice of cancellation or any material change will be provided ten (10) days in advance
of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the
right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life
of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein
also shall be acceptable. Such insurance shall be carried with an insurance company authorized to
transact business in the State of Texas and shall cover all operations in connection with this contract,
whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall
be submitted before contract execution.
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF VSURANCE. 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.
26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem
wages included in these contract documents. The wage rate that must be paid on this project shall not
be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned.
The bidders' attention is further directed to the requirements of Texas Government Code, Chapter
2258, Prevailing Wage Rates providing for the payment of the wage schedules above mentioned and
the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem
wages in the contract documents does not release the Contractor from compliance with any wage law
that may be applicable. Construction work under the contract requiring an inspector shall not be
performed on weekends or holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
necessary service to its citizens.
10
26.1.2 Delays in constriction 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 constriction work requiring an inspector is to be performed on Sunday 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
Sunday or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the
project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable
without discount, not less often than once each week. The Contractor and each of his subcontractors
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 ($60) 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
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to
the bidder without being considered.
29 PREPARATION FOR BID
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 changed for the purpose of correcting an error in the
bid price.
29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent.
If a bid is submitted by a firm., association, or partnership, the name and address of each member must
be given and the bid signed by a member of the firm, association or partnership, or person duly
authorized. If the bid is submitted by a company or corporation, the company or corporate name and
business address must be given, and the bid signed by an official or duly authorized agent. Powers of
attorney authorizing agents or others to sign bids must be properly certified and must be in writing and
submitted with the bid. The bid shall be executed in ink.
29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
29.3.1 Bidder's name:
29.3.2 Bid for " ITB 20-14972-TF, 50TH STREET TANK DEMOLITION"
29.3.3 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening
of the bids, but no bid may be withdrawn or altered thereafter.
11
30
31
32
29.4 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been
opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBNHTTAL
FORM PRIOR TO BID OPENING.
BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder'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.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall
furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be
deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of,
the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of
the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
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 three (3) 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.
BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and
to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its
sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for
Bid Items 1 through 6 plus the sum of any Alternate Bids or Options the City may select.
12
32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response
to specifications is primary in determining the best low bid. Failure to comply with the specifications
may result in disqualification of the bid.
32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may
be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti-Tiust violations.
32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into
the State of Texas and under the laws of the State of Texas. In connection with the performance of work,
the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and
all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that
the same may be applicable.
32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED
BY THE REQUIREMENTS OF THIS INVITATION TO BID.
33 ANTI -LOBBYING PROVISION
33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT
AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL
NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE
LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY -
SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS
REQUESTED BY THE CITY.
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 PREVAILING WAGE RATES
34.1 Bidders 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
34.2 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.
34.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
to the City of Lubbock sixty dollars ($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.
13
35 PROTEST
35.1 All protests regarding the TTB 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 TTB 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.
14
BID SUBNHTTAL FORM
Page Intentionally Left Blank
REVISED
BID SUBMITTAL FORM
LUMP SUM PRICE BID CONTRACT
DATE: _ r D ^ a g -11 - - --
PROJECT NUMBER: ITB 24-14972-TF, 50th Street Tank Demolition
Bid of _T C (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the 50th Street Tank Demolition, having carefully examined
the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site
of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project
including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to
construct the project in accordance with the plans, specifications and contract documents, within the time set forth
therein and at the price stated below.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices stated
below.
ITEM
DESCRIPTION
ESTIMATED
UNIT OF
TOTAL LUMP SUM
NO.
QUANTITY
MEASURE
Mobilization - Contractor mobilisation
1.
including move -in and move -out cost from site
1
LS
location.
Provide and maintain a Traffic Control Plan -
2
Preparation, approval from COL Traffic
1
LS
Engineering to the site, and all other work
considered incidental to this item.
Demolition of an elevated 1,000,000 gallon
3.
storage tank, on 50th Street and Joliet Avenue in
I
LS
Lubbock, TX including all equipment, labor, and
materials needed.
a°°
Foundation Removal including all equipment,
labor, and materials needed - Foundation
removal including tank foundation piers,
4.
concrete slab, concrete piers, and concrete
1
LS
overflow drainage. Existing surface features such
as the concrete slab and piers are also to be
+� o-
removed.
J 1, d
Fence Removal including all equipment, labor,
and materials needed - Fence surrounding the
5.
area of the tank is to be removed. Fence materials
1
LS
include chain -link, brick, wood, and gate. Fence
posts with concrete are both to be removed."
REVISED
ITEM
NO.
DESCRIPTION
ESTIMATED
QTJANTTIY
UNIT OF
MEASURE
TOTAL LUMP SUM
24" SCRC Water Line Removal including all
equiment, labor, and materials needed - Removal
1
LS
�'
of a 24-inch diameter Steel Cylinder Reinforced
Concrete water line; Length of 65 feet.
r
Total Base Bid, Items (1-6)
S 5
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 30 Consecutive calendar Days and to finally
complete the project within 45 Consecutive calendar Days as stipulated in the specification and other contract
documents. Offeror hereby further agrees to pay to Owner as Iiquidated damages in the sum of $200 for each
consecutive calendar day after substantial completion and $200 for each consecutive calendar day after final
completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions
of the Agreement.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 70 calendar days after
the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work
on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check
or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies,
and execute all necessary bonds (if required) within 10 business days after notice of award of the contract to him
0 Bidder's Initials
REVISED
Enclosed with this bid is a Cashier's Check or Certified Check for Dollars
(� ) or a Bid Bond in the sum of 5,; Dollars ($), which it is
agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner
and the undersigned fails to execute the necessary contract documents, insurance certiificates, and the required bond (if
any) with the Owner within 10 business days after the date of receipt of written notifi ation of acceptance of said bid;
otherwise, said check or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(g) a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO DID OPENYING.
(Sea] if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No. Date 14 - ,2-i1
Addenda No. Date
Addenda No. Date
Addenda No. Date
MIWBE Firm: I Woman I I Black
Hisaanic American I I Asian
Date:
Awforbid Signature
(Printedor Typed NanQ
■r
Company
3 Y 04 �C ik ftL�rl.
Address
L4iiaek , Lid er_
City, County
l,GS . T, 79,`YQl
State Zip Code
Telephone: 3.2S - 4 4. -
Fax:
FEDERAL TAX ID or SOCIAL SECURITY No.
* ..VIM. �.
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firmftdividual:
Date of Award by City Council (for bids over $50,000): Date P.O./Contract Issued:
RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS.
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME,
AND YOUR COMPANY NAME AND ADDRESS.
Bid Bond
SURETY DEPARTMENT
Conforms with the American Institute of
Architects, A.I.A Documents No. A-310
KNOW ALL MIEN BY THESE PRESENTS,
That we, Intercon Construction Co. Ine.dba Intercon Demolition as Principal hereinafter called the Principal, and United
Fire & Casualty Campanv a corporation created and existing under the laws of the State of Iowa whose principal office
is in Cedar Rapids, IA as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock as Obligee,
hereinafter called the Obligee,
in the sum of Five Percent of the Greatest Amount Bid Dollars (5% CAB) for the payment of which sum, well and truly to
be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
and severally, firmly by these presents
Whereas, the Principal has submitted a bid for 50th Street Tank Demolition
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the
Obligee in accordance with the terns of such bid, and give such bond or bonds as may be specified in the bidding or contract
documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and
material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such
bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount
specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the
work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect
Signed and sealed this 31st day of October, 2019
Demolition
(Principal)
By r (SEAL)
United Fire & Casualty Comnanv
(Surety)
By (SEAL)
Jarrett Willson, Attof'ney-in-fact
� UNrMD MRP&,gASUAW, t5QWANY.: EDAR. RAPID, IA laquirles: Su rtrnetlt
[.fNrmD FIRE &. NDEmNf'1'Y C'�1MPAl�lY wr-.BsTEf `,TX I18 8etc�D� -d ATe SE
FINANCIAL. PACIFIC INSURANCE COMPANY. ROCKLIN, CA Cedar Rapids, IA SUGI
f CjURAlVC VE-WIFIE11COPY OF PO)kFR-OF AT-.Y
fans P1a 4ik at Ronne [bff-ice of'Cortloy S" Certification).
iC1+1OVii' AI:L P> itSQN r 81i TIIFS>~ Pt1 Sffi1TS 'Ffitii U.txiteil Fire & Cos ally Ctmspa y, a t 4tPQrI icm u[y of g . god tad existing unde�rthe laws:
of Sty of low#; Vilhad Fiie k Indaulia4y CogspanI & c tion duly cxlgauu6d. and exiling uadar tFte isws of t Site of l xis; and
I jnalaleal' PaciFtc Iasnite C+jmpatry, e cv�a[ian�ly atgad>arul•.existittg wtdtar. )avers nF theiatc of Califtiu {}teie. collectively tailed
the Companies), and having their corporate headquarters m Cedar Rapids, State of Iowa, does make, constituib mid appvsu
,)ERE.IVIY DARNETTr •h1ISTIE BECK. TONY FL#RRO, JAY JORDAN, ROBERT. G. KANUTH, JOHNNY MPSS. JADE PORTER,
JARRETT WILLS!*, EAC14 ZNDILtIDUALLY
thibir b►te and lawful A00fricy[s}in-Fact with p n aid authority hereby canferre'd. to s;W; seal and execpte at its behalf all lawftii 'bonds, .
tuidt kirngs and outer Wigatvey instrtiimots of: similar nature pmvfded that no single obligatiim s"I cXeeed $25 ,.t OQ-, OOD..00
aitil to bind the Comities titefteby as fully dad to * ssti% skew at if such iinslrudieuts *ere, signed by the duly aoi&rized of teas of the Cornpapies
attd all of the acts of sail Attomey. pursuant to the authority hes'eby given and hereby t md1bd and couf"rrn a
The Authority hereby.granted is com moos and shall remain in full force and effect until revoked by United Fine & Comisity Company, United Fire &
Indemnity, Company, and Financial Pacific [nuance Company.
This Power of Attorney is me&- and executed pit to and by authority of the following bylaw duly adopted onMay 15. 20 03 by the B00% of.
Ditc tors of Usit9d Pim dt Casually Company. United Fim & lad i nnify Company, and Financial Pacific insurance Company,
"Artiele V I — Surety Banda .ad tiatder-tnitinga"
Section 2, ;Appota'tinent of Attorney -in -Fact "The President or any Vice President, or any other officer of the Compamtev may, from fame to taut, appoint by vintner.
certificates attbxneys-irt-feet to act in behalf of the Companies in tht execution of policies of insurtince, bonds, urAertsloimgs end other obligatory inurtuir fsdiiilx stakurR
The signature of any officer attthortzod hereby. and the Corporate seal, may be atfixtd by facsimile to any power of awmay or special power of attorney or certification of
tither afaharized herby, such siiiitature and scat, when w used, being adopted by One Companies as the original signature of such officer and the original seal gf. the
Companies, to be viilid and binding upon the Companies with the same force and effect as though manually affixed. Such mttafineys•in- fact. subject to the limitations set:of
forth is dw# In spedive certrfkaws of authority shall have fall power to bmd the Companies by their stature and execution of any suck instruments sad to attach the seal
the Camtpa$jes there", The President or any Vice President, the Dowd of Direutors or any other offcer of the Companies may at any lima revolm all power and awhathy
previowly 00I to any attorney - in -fat t.
1N WITNESS WHER.F.OE, the COMPANIES have each causer! these presents -to be signed by its
u+ew� vice president and its cmpar to seal to be hereto affixed this 20t h day of February, 201B
t� CO"''O1"18 UNITED FIRE & CASUALTY COMPANY
SPALuw UNITED FIRE & INDEMNITY COMPC.
} FINANCIAL PACIFIC INSURANCE �DV ANY
Stall: of low ,.Cotutty of Limn. ss: - Vice President
On 26th day of Februaryy, 2015, before me per finally- cameDennis J. Richtnann
to. qw known, who. bmg by me duly . did depo and say; tlitat he resides m C Rapids, State of Iowa; that he is a Vice President of United Fee
& Casuglty Company, a VWe ,?XCst�sif finite ire ,& I0eihAity Company. atnd a V* Pmsidiiat of F.ilseaI Pac.ifo laswance Comp"y the
anrpomfians described in .tip which . 11t ahoy strttirtant; That he jAna�+a the seat. of said %otporatipd3s; that ftie4eaa# l �ixeti to :$te said
insErtimeui is such corporate scat; that it was aR`iixed ;purrsto authority givo by the Roth of DitectoA of seed c6�tiwIt and blot he signod his
nragM.Oiemto pursuant o. like authority, :tnd acicplow1wggs stunt; to be the act and deed .of laid lib ns-
e Pa[tfVlradQ4N
loaned Ntlrn f 7
COItMlllnu
aarnn numbeor 13274 (� OF"Notary I'tilrlic
Py=WsstonExpires 14 "010
My commission
f, A+LAfyt A- Bet.44h. AU"t`Semtm y of"'United Fire & Casualty appaay and Assistant Secretary of united Fire & iudc�dini� C0mv hij�,,I A auto
$ecs'etarty of FBiA*iel Pakifio�in�rar t CompauyAD hereby f y�tliet I have c�nmp d the forego•copy of Mlle P` f' and p ads and
the copy-�of :tiff S�tiain or'the:bylaws, a &iesolutiosta�of" �C: tltor&AU as ml, firth in said: Power of Attomey, wtLll fib e 11"iL.ON FILL III iti .
HONK OO10E b1twl
ID OPRPPRAT'IONS, and $at. the sot ie a& correct traiiscripts.theucof; and of the whole of tic paid originals; td 4M *said
Power df A habeen "ketl i5 now �dtflf forte and effect:
f l hav ed my name and affixed corporate seal of the said Corporations
If D h
4
+Tt....2.
� qV.F46 &*& Fn Cau Assistant W�-A",
11
This paper has a colored background and void pantograph.
United Fire Group
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:
United Fire & Casualty Company
United Life Insurance Company
Addison Insurance Company
Lafayette Insurance Company
United Fire & Indemnity Company
United Fire Lloyd
You may call United Fire & Casualty Company's toll free telephone number for information or
to make a complaint at:
800-343-9130
You may also write to United Fire & Casualty Company at:
United Fire & Casualty Company
Attn: Bond Department
P.O. Box 73909
Cedar Rapids, IA 52407-3909
-or street address -
United Fire & Casualty Company
Attn: Bond Department
118 Second Avenue SE
Cedar Rapids, IA 52401
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights or complaints at:
800-252-3439
You may write the Texas Department of Insurance at:
P.O. Box 149104
Austin, TX 78714-9I04
ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not
become a part or a condition of the attached document and is given to comply with Section
2253.48, Governmental Code, and Section 53-202, Property Code, effective September 1, 2001.
BOi ID0012 0901
HOME 0FFICE• 1 18 Second Ave. SE, PO Box 73909, Cedar Rapids, IA 52407-3909 Phone. 319.399-5700 FAX. 119-399-5425
City of Lubbock, TX
iTB 20-I4972-TF
50th Street Tank Demolition
Reference Form
Please list three references of current customers who can verify the quality of service your company
provides. The City prefers users of similar size and scope of work. Please do not use the City of
Lubbock.
REFERENCE ONE
Government/ Company Name:
Address: 1(001? [_ _ & v. S
Contact Person and Title: JGtroh b'det lae d VO- _--
Phone: (�04) ?411f ....Ago( - Fax:�r/ -szL(OI -
REFERENCE TWO
Government/ Company Name: _. e O- RrnTe'
Address: 77,?d tent2`(.LA lar4kd T
Contact Person and Title: t
Phone: a/ Y ). - 1930 Fax:
REFERENCE THREE
Government/ Company Name: Lee � { i� r5 CmS Trru e 4,n
Address: ?g/Q LeLla^.6 Ave L a.4, I x 241423 ---
Contact Person and Title:
Phone: go(, -- 59g " DIGS Fax' _ --
Page Intentionally Left Blank
City of Lubbock, TX
Insurance Requirement Affidavit
To Be Completed by Bidder
Must be submitted with Bid
I, 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 (IU)
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.
"-tar �(Ori�ginal S�ignaWm�)��
Con (Print) 00,
CONTRACTOR'S BUSINESS NAME: -T-A 7Fe-l-ee "+ Dremoli li e/I
(Print or Type)
CONTRACTOR'S FIRM ADDRESS: —? t f tl q __L�a la u (?&(
Lwih�t . T c 79ge_r.
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to
another contractor. If you have any questions concerning these requirements, please contact the Director of
Purchasin & Contract Management Office for the City of Lubbock at (SW 775-2572.
ITB 20-14972-TF 50th Street Tank Demolition
Page Intentionally Left Blank
City of Lubbock, TX
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 bids on City contracts. Pursuant to Section
252.0435 of the Local Government Code, City of Lubbock. has adopted the following written definition and criteria for
accurately determining the safety record of a bidder prior to awarding bids on City contracts.
The definition and criteria for determining the safety record of a bidder for this consideration shall be:
The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The
City may consider any incidents involving worker safety or safety of the citizens of the City of Lubbock, be it related
or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City
may consider, among other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the bidder for violations of OSHA regulations within the past three (3) years-
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the
past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S_ Army
Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection
Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas 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 environmcntal 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, suspensionlrevocations of state or federal licenses or registrations, fines assessed,
pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and
judicial final judgments-
C
. Convictions of a criminal offense within the past ten (1 U) years, which resulted from bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment,
both for the workers and other employees of bidder and the citizens of the City of Lubbock.
In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential
contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3)
questions and submit them with their bids:
QUESTION ONE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm,
corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO7,Z
If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed.
Bidder's Initials
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm,
corporation, partnership or institution., received citations for violations of environmental protection laws or regulations, of
any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal Iicenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO^
If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
OUESTION THREE
Has the bidder, or the fun, corporation, partnership, or institution represented by bidder, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted from serious bodily injury or death?
YES NO-4—
If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire shall be investigated,
with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected.
Ad.%/�.
4, .
Weft 7%ozgS
Title
22
City of Lubbock, TX
Suspension and Debarment Certification
Federal Law (A-102 Common Rule and OMB Circular A-i 10) 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.
COMPANY NAME: 14jeLfM L)r r►a Z, ��.#• . _ _ _
FEDERAL TAX ID or SOCIAL SECURITY No. 7 5'.,? 1 5( Zil, 4,0
Signature of Company
Printed name of company official signing above: ��irr�c�ot
Date Signed: 10 A—M
23
City of Lubbock, TX
Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel
Section 2270.002, 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.
I, the undersigned agent for the company named below, certify that I have read the above statement and will
comply with its requirements
COMPANY NAIL:
Signature of Company
DateSigned: I D —21—Z9
Printed name of company official signing above:Cad, E��r� e-
24
LIST OF SUB -CONTRACTORS
Page Intentionally Left Blank
ITB 20-14972-TF 50th Street Tank Demolition
LIST OF SUB CONTRACTORS
Company Name Location Services Provided
2.
3.
4.
5.
6.
7.
9.
10.
11.
12.
13.
14.
15.
16.
Company
Address
City, County
State Zip Cade
Telephone: -
Fax: -
Minority Owned
Yes
No
❑
❑
❑
❑
❑
Cl
❑
❑
0
❑
11
0
❑
❑
❑
ra
❑
❑
1a
❑
❑
❑
❑
❑
C7
Q
❑
❑
❑
❑
❑
❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
38
Page Intentionally Left Blank
ITB 20-14972-TF 50th Street Tank Demolition
FINAL LIST OF SUB CONTRACTORS
Company Name Location Services Provided
2.
3.
4.
5.
b.
7.
S.
9.
10.
11.
12.
13.
14.
15.
16.
Company
Address
City,
State
Telephone:
Fax:
County
Zip Code
Minority Owned
Yes
No
❑
❑
❑
❑
❑
❑
❑
❑
❑
o
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
❑
THIS FORM SHALL BE COMPLETED AND RETURNED WITHIN 7 DAYS OF BID
CLOSING. IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO.
39
Page Intentionally Left Blank
PAYMENT BOND
Page Intentionally Left Blank
1
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 Intercon Demolition (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 One Hundred Fifty Thousand Dollars ($150,000)
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
19th day of November, 2019, to ITB 20-14972-TF, 50th Street Tank Demolition__________________
____________________________________________________________________________________
____________________________________________________________________________________
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 __________________, 2019.
___________________________ _______________________
Surety (Company Name)
*By:________________________ By:_________________________
(Title) (Printed Name)
___________________________
(Signature)
___________________________
(Title)
Page Intentionally Left Blank
2
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 Office 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
Page Intentionally Left Blank
1
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 Intercon Demolition (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 One Hundred Fifty Thousand Dollars ($150,000) 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 19th day
of November, 2019, to ITB 20-14972-TF, 50th Street Tank Demolition______________________________
________________________________________________________________________________________________
________________________________________________________________________________________________
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 ____________________, 2019.
____________________________ ______________________________
Surety (Company Name)
* By: _______________________ By:___________________________
(Title) (Printed Name)
______________________________
(Signature)
______________________________
(Title)
Page Intentionally Left Blank
2
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 Office 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
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 V SLTKAItiCE
POLICY I UTMBER
EFFECTIVE
EFFECTIVE
LI]IITS
DATE
DATE
GENERAL LL48ILITY
❑ Commercial General Liability
General Aggregate $
❑ Claims Made
Products-Comp/Op AGG $
❑ Occurrence
Personal & Adv_ Injury $
❑ Owner's & Contractors Protective
Each Occurrence $
ri
Fire Damage (Any one Fire) $
$
Med Exp (Any one Person)
AUTOMOTIVE LL4BILPPP
❑ Any Auto
Combined Single Limit $
❑ All Owned Autos
Bodily Injury (Per Person) $
❑ Scheduled Autos
Bodily Injury (Per Accident) $
❑ Hired Autos
Property Damage $
❑ Non-0wned Autos
Cv RAGE LL4BILI77'
❑ Any Auto
Auto Only - Each Accident $
❑
Other than Auto Only:
Each Accident $
Aggregate $
❑ BUILDER'S RISK
❑ 100516 of the Total Contract Price
$
❑ EVSTALL17YONFWATER
$
EXCE.SSLL48H=
❑ Umbrella Form
Each Occurrence $
Aggregate $
❑ Other Than Umbrella Form
$
WORKERS COMPENSA77ONAND
EMPLOYERS' LL48ILITY
The Proprietor/ ❑ Included
Statutory Limits
Partners/Executive ❑ Excluded
Each Accident $
Offices are:
Disease Policy Limit $
Disease -Each Employee $
G7HER
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)
By:
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 FUR_-NISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY
OF Li.BBOCK 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 (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment
and materials, or providing labor- or transportation or other service related to the project, regardless of the identity of their
employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 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
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing
of any coverage agreements for all of its employees providing services on the project, for the
duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
proj ect;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of coverage
ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
CONTRACT
Page Intentionally Left Blank
Contract 14972
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this I9t6 day of Novi, 2019, 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 Intercon Demolition of the City of Lubbock, County of Lubbock 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:
ITB 20-14972-TF 50th Street Tank Demolition
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 Conditions of Agreement. Intercon Demolition's bid dated October 29, 2019 is incorporated
into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment
on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR: CITY • LUBB TEXAS (OWNER):
By:
Daniel M. Pope, M yor
COMPLETE ADDRESS:
Intercon Demolition
3409 Idalou Road
Lubbock, TX 79403
ATTES !
C orate Secretary
ATTEST:
4Reec Garza, City Secretary
OVED TO CONTENT:
Turpin, P. �,-
oer+Capital Projects
Design
Mike Keenum, P.E., Division Director of Engineering/ City
Engineer
APP OVED AS TO FQM:
KPiLe"isure-, Assistant City Attorney
Contract 14972
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 19th day of November, 2019, 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 Intercon Demolition of the City of Lubbock, County of Lubbock 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 her ewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
ITB 20-14972-TF 50th Street Tank Demolition
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 Conditions of Agreement. Intercon Demolition’s bid dated October 29, 2019 is incorporated
into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment
on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR: CITY OF LUBBOCK, TEXAS (OWNER):
Intercon Demolition By: _______________________________________
Daniel M. Pope, Mayor
By:________________________________________ ATTEST:
PRINTED NAME:____________________________
TITLE:_____________________________________ ___________________________________________
Rebecca Garza, City Secretary
COMPLETE ADDRESS: APPROVED AS TO CONTENT:
Intercon Demolition ___________________________________________
3409 Idalou Road John Turpin, P.E., Assistant City Engineer/Capital Projects
Lubbock, TX 79403 & Design
___________________________________________
ATTEST: Mike Keenum, P.E., Division Director of Engineering/ City Engineer
___________________________________________
Corporate Secretary APPROVED AS TO FORM:
___________________________________________
Kelli Leisure, Assistant City Attorney
Page Intentionally Left Blank
CONFLICT OF INTEREST OUESTIONNAIR CHAPTER 176
FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY
This questionnaire reflects changes made to law by H.B. 23, 84'h Leg., Regular Session
Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the
Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists.
The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a
business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets
the requirements under Section 176.006(a).
By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later
than the 7'h business day after the date the vendor becomes aware of the facts that require the statement to be
filled.
Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts
Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors).
The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase
of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire"
regarding the vendor's business relationships, if any, with Council Members or the City Manager.
Compliance is the responsibility of each individual, business or agent who is subject to the law's filing
requirement. Questions about compliance should be directed to your legal counsel.
Office of the City Secretary
1625 13th Street, Room 206
Lubbock, TX 79401
Questionnaire is available at https:llci.lbbock.tx.us/departments/purchasinglvendor-information
Texas Government Code 2252.908
Disclosure of Interested Parties
Form 1295
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.
§2252908, Texas Government Code requires the commission to adopt rules necessary to implement the new
disclosure requirement and to prescribe the disclosure form. 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. Section 2252.908 provides definitions of certain terms occurring in the section.
House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016.
An interested party is defined as a person who has a controlling interest in a business entity with whom a
governmental entity or state agency contracts or who actively participates in facilitating the contract or
negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business
entity.
Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires
registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form,
signing, and returning the form to City of Lubbock Purchasing & Contract Management Department.
Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with
the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than
the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will
complete the form for the contract with which the form is associated. The completed form will be made
available via the Texas Ethics Commission website.
Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed
instructions are located at: https:llwww.ethics.state.tx.us/whatsnew/elf info forml295.htm
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 Intercon Demolition 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 John Turpin, P.E., Assistant City Engineer/Capital Projects
& Design, 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 Offerors, General Instructions to Offerors, Proposal, 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 Offeror
for inspection in accordance with the Notice to Offerors. 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 fiunished ten 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 famished shed 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 stricture
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 fin-nish Owner
or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform
such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in
accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable
organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and
shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner,
Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests,
or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements
of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use 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 farther agreed that any remedial action
contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the accompanying
bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid according
to the quantity actually done and at the unit price established for such work under this contract; otherwise such
additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or
alterations as shall make useless any work already done or material already furnished or used in said work, then the
Owner shall recompense the Contractor for any material or labor so used, and for 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 Conductor'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
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.
A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
The contractor shall have Comprehensive General Liability Insurance with limits of 51,000,000 Combined
Single Limit in the aggregate and $1,000,000 per occurrence to include:
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
w/Heavy Equipment
XCU
B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED
C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned
and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED
E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
The Contractor shall have Umbrella Liability Insurance in the amount of $4,000,000 on all contracts with
coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability
coverage's.
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $1,000.000
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or
entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor'slperson'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 foodlbeverage 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 mariner 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)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)
The name and address of the insured.
The location of the operations to which the insurance applies.
The name of the policy and type or types of insurance in force thereunder on the date borne by such
certificate.
The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
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.
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.
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.
If policy limits are paid, new policy must be secured for new coverage to complete project.
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 >W ORDERS' 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 identify
of their employer or status as an employee "
"Call the Texas Workers' Compensation Commission at 800-372-77I3 or 5I2-804-4000
(www tdi.state. tx.usl 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
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
proj ect;
(vi) retain all required certificates of coverage on file for the duration of the project and
for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
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 fimiishers 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 objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though
embodied herein.
33. 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 $200 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 $200 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. TDAE 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 quantities32 note exceed 15% of the estimated quantity.
39. PROTECTION OF ADJOIN NG 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 fiu-nishing 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 firll 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. Owner's Representative shall review said application for partial payment if submitted, and the
progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial
payment showing as completely as practical the total value of the work done by the Contractor up to and including
the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall
be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the
Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained
until final payment, and further, less all previous payments and all further sums that may be retained by Owner
cinder the terms of the contract documents.
Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent
standard retainage until actually incorporated into the project.
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 thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the
issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the
work within the time provided in this contract.
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.
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. 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.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed,
(b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) Damage to another contractor,
(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_
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative,
said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the
Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance
by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver
of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by
Contractor.
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
hereimabove, 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 225 3, 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 Contactor, 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 Contact 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 Contact. 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. HOUSE BILL 2015
House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to
be imposed on a person who contracts for certain services with a governmental entity and who fails to properly
classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly
classify individuals performing work sunder a governmental contract will be penalized $200 for each individual that
has been misclassified (Texas Government Code Section 2155.001).
60. 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 runless 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.
61. HOUSE BILL 1295: DISCLOSURE 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://ci.lubbock.tx.us/departments/purchasing/vendor-information
62. SB 252
SB 252 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. Prohibition on Contracts with Companies Boycotting Israel
Section 2270.002, 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 -tune 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.
CITY OF LUBBOCK WAGE DETERMINATIONS
Page Intentionally Left Blank
EXHIBIT A
City of Lubbock
Building Construction
Prevailing Wage Rates
Craft Hourly Rate
Automatic Fire Sprinkle Fitter, Certified
28.00
Block, Brick, and Stone Mason
23.00
Carpenters -Acoustical Ceiling Installation
16.00
Carpenter -Rough
13.00
Carpenter -All other work
16.50
Caulker/Sealers
12.00
Cement & Concrete Finishers
16.67
Commercial Truck Drivers
10.26
Crane & Heavy Equipment Operator
20.00
Door & Hardware Specialist
16.00
Drywall and Ceiling Tile Installers
16.00
Drywall Finishers & Tapers
12.00
Electrician
21.21
Floor Layers -Carpet and Resilient
18.00
Floor Layers -Specialty
18.00
Floor Layers -Wood
18.00
Glaziers
17.00
Heating, Air Conditioning & Refrigeration Svc. Tech
21.31
HVAC Mechanic Helper
13.62
HVAC Sheet metal Ductwork Installer
19.30
HVAC Sheet metal Ductwork Installer Helper
13.85
Insulation Workers -Mechanical
12.00
Irrigator -Landscape Certified
13.50
Laborer: Common or General
11.65
Laborer: Mason Tender -Brick
17.00
Laborer: Mason Tender-Cement/Concrete
16.92
Laborer: Roof Tear off
11.09
Roofer
17.44
Painters (Brush, Roller & Spray)
12.00
Paper Hanger
13.00
Pipe Fitters & Steamfitters
24.10
Plaster, Stucco, Lather and EIFS Applicator
17.00
Plumber/Medical Gas Installer
22.83
Plumber Helper
14.20
EDIT B
City of Lubbock
Heavy and Highway
Prevailing Wage Rates
Craft
Hourly Rate
Power Equipment Operator -Tower Crane
30.00
Hydraulic Crane Operators 60 tons & above
32.00
Operator Backhoe/Excavator/Truck hoe
20.25
Bobcat/Skid Steer/Skid Loader
15.22
Drill
16.00
Grader Blade
18.00
Loader
18.00
Mechanic
22.85
Paver (Asphalt, Aggregate, & Concrete)
17.00
Roller
15.00
Reinforcing Iron & Rebar Workers
14.33
Sheet Metal Workers, Excludes HVAC Duct Installation
21.38
Structural Iron & Steel Workers/Metal Building Erector
15.00
Asphalt Distributor Operator
16.50
Asphalt Paving Machine Operator/Spreader Box Operator
18.75
Backhoe Operator
18.00
Cement Mason/Concrete Finishers (Paving Structures)
15.00
Crane Operator (Hydraulic)
25.00
Electrician
17.50
Laborer
13.50
Laborer, Common
15.64
Laborer, Utility
13.50
Crane, Lattice Boom 80 Tons or Less
30.00
Loader/Backhoe
18.00
Roller/Other
15.00
Welder Certified/Structural Steel Weld
25.00
EXHIBIT 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
City of Lubbock, TX
ITB 20-14972-TF
50th Street Tank Demolition
Specifications
Project Description
As part of the Water Distribution Master Plan for the City of Lubbock, one of the proposed tanks to be
furnished is located near the intersection of 50th Street and Joliet Avenue where there is currently an existing
1,000,000-gallon tank. The existing tank is to be completely demolished and removed. The tank resides
between existing commercial and residential buildings, all of which in the process of demoing the structure
need to be protected.
Scope of Work
1. The successful bidder shall completely demolish and remove an elevated 1,000,000-gallon storage tank.
The entire tank shall be removed including the foundation piers up to 10 feet in depth. Existing surface
features such as the concrete slab, concrete piers, timber, and overflow drainage are also to be removed
(Keyed Note 3, 12, 13 in P-1 drawing). 24-inch Steel Cylinder Reinforced Concrete water line from the
center column of the tank south approximately 65 feet is also to be removed (Keyed Note 7 in P-1
drawing). Fence surrounding the area of the tank, including chain-link, brick, wood, gate, and posts with
concrete are to be removed. A portion of the fence surrounding the temporary antenna will remain.
2. The contractor shall restore all removed surfaces to a condition equal or better than before the work
began and to the satisfaction of the City. The contractor shall compact all disturbed areas to 90%
compaction and will perform a standard proctor compaction test and provide the results. Top soil
material shall be replaced to pre-construction conditions or better. All rubbish, unused materials and
other non-native materials shall be removed from the jobsite.
3. The contractor will be responsible for protecting all existing infrastructure in the area.
4. All debris is property of the contractor and is their responsibility to meet local, state, and federal
regulations for the dismantle and disposal of the tank including all its appendages.
5. The Contractor will be responsible for attending a coordination meeting prior to any mobilization to the
site for the tank demolition. Once a Notice to Proceed is established, the contractor will have 30 days to
complete the demolition of the tank and return the site back to its preexisting condition prior to the tank
removal.
6. Cellular antennas/structures will be removed by others prior to demo, but existing temporary antennas
and cell towers on wheels will have to be protected during the demo.
7. Refer to the attached drawings for the tank dimensions, site layout, and photos of the tank, taken on
September 6th, 2019.
Page Intentionally Left Blank
LOCATION
JOHN TURPIN, P.E.
ASSISTANT CITY ENGINEER
MICHAEL G. KEENUM, P.E., CFM
CITY ENGINEER
179
SPUR 327MILWAUKEE FRANKFORDSLIDE ROADOLIVEGUAVAUNIVERSITYINDIANAQUAKERUPLANDALCOVEINLERQUITSNAAVE PMACKEYEATONWAUSAUQUINCYIOLACHICAGOUTICAMEMPHISELGINAVEUAVE HIVORYZENITHKEELWOODM.L.K. BLVD.FIDDLEWOODZEELANDI-27 AVE A65005800520044003400170033004400490073007900870095001600100250060022003800540070008600114TH ST.
BLUEFIELD ST.
KENT ST.
URSULINE ST.
ERSKINE ST.
4TH ST.
19TH ST.
34TH ST.
50TH ST.
66TH ST.
98TH ST.
82ND ST.
VILLANOVA
NEWCOMB
FURMAN
ADRAIN
PRINCETON
KEMPER
COLGATE
9TH ST.
1ST ST.
14TH ST.
24TH ST.
29TH ST.
39TH ST.
44TH ST.
55TH ST.
61ST ST.
72ND ST.
77TH ST.
88TH ST.
93RD ST.
104TH ST.
109TH ST.
STONEHILL
KEUKA
120TH ST.
(FM 1294) DREW
-
-
-
-
-
-
5000
3800
2100
600
25003400440052005800650073007900 16008700900 1700 3300 410010095002500340044005800650017003300 49001600100MILWAUKEEFRANKFORDSLIDE ROADOLIVEGUAVAUNIVERSITYINDIANAQUAKERUPLANDALCOVEINLERQUITSNAAVE PMACKEYEATONWAUSAUQUINCYIOLACHICAGOUTICAMEMPHISELGINAVEUAVE HAVE AIVORYZENITHKEELWOODM.L.K. BLVD.FIDDLEWOODZEELAND520073007900870095004400114TH ST.
BLUEFIELD ST.
KENT ST.
URSULINE ST.
ERSKINE ST.
4TH ST.
19TH ST.
34TH ST.
50TH ST.
66TH ST.
98TH ST.
82ND ST.
VILLANOVA
NEWCOMB
FURMAN
ADRAIN
PRINCETON
KEMPER
COLGATE
9TH ST.
1ST ST.
14TH ST.
24TH ST.
29TH ST.
39TH ST.
44TH ST.
55TH ST.
61ST ST.
72ND ST.
77TH ST.
88TH ST.
93RD ST.
104TH ST.
109TH ST.
STONEHILL
KEUKA
120TH ST.
(FM 1294) DREW
-
-
-
-
-
-
5000
3800
2100
600
835
835
1729
40
1729
62
82
114
IDALOU
TOTo New Deal1294
1294
27
87
26411264
12642641
289
3020
SLATON
TO
84
289
87
173017962
WOLFFORTH
82
289
VILLAGE
REESE
114
2255179 289
84
2641 179SHALLOWATER
84
1294
25282641
CITY OF LUBBOCK ENGINEERING
VICINITY MAP
W. JARRETT ATKINSON
CITY MANAGER
STEVE MASSENGALE, RANDY CHRISTIAN, LATRELLE JOY
JUAN A. CHADIS, SHELIA PATTERSON-HARRIS, JEFF GRIFFITH,
CITY COUNCIL
DANIEL M. POPE
MAYOR
City of
Lubbock
50TH ST STORAGE TANK DEMO
SEPTEMBER 2019
INDIANA AVE50TH ST
49TH ST
JOLIET AVECVS
APARTMENTS
APARTMENTS
APARTMENTSHOUSE HOUSE BUSINESS
1
2
50TH ST STORAGE TANK DEMO
REVISIONS
LEGEND
TEXAS811 NOTE:
P-1
50
SCALE 1"100'
1000
Lubbock
City of
KEYED NOTES
8
3
10
11
11
49TH ST
INDIANA AVE50TH STJOLIET AVE1 1 MILLION GALLON ELIVATED STORAGE TANK TO BE REMOVED
EXIST. WATER LINE
EXIST. OVERHEAD ELECTRIC
EXIST. CURB AND GUTTER
CITY OF LUBBOCK PROPERTY
5
15
6
SITE PLAN
STORAGE TANK DEMO
50TH ST TO BE PROTECTEDCELLULAR ANTENNA 9 POWER POLE
8 EXISTING 6" AC WATER
4
75
9
9
12 EXISTING CONCRETE SLAB TO BE REMOVED
13 EXISTING CONCRETE PIERS TO BE REMOVED
12
13
2 EXISTING ELETRICAL PAD TO BE REMOVED BY OTHERS
DRAWING #
3-B-1705
4 EXISTING ALTITUDE VALVE & 24" SCRC TO REMAIN
7 EXISTING 24" SCRC WATER TO ME REMOVED
9
14
14 EXISTING ELECTRICAL CABINET TO BE REMOVED
15 EXISTING PORTION OF FENCE AROUND ANTENNA TO REMAIN
5 BRICK AND WOOD FENCE TO BE REMOVED
6 CHAIN LINK FENCE & POST WITH CONCRETE TO BE REMOVED
DATE: 9/12/19
SCALE: 1"=100'
CHECKED BY: JT
DRAWN BY: CT
DESIGNED BY: JK
C.I.P. #92452.9241.30000
J.O. 119073
3 OVERFLOW DRAINAGE TO BE REMOVED
10 GATE TO BE REMOVED
11 CURB AND GUTTER TO BE PROTECTED
SPECIFICATIONS.
ACCORDANCE WITH CITY OF LUBBOCK
6. ALL WORK SHALL BE PERFORMED IN
BEGINNING CONSTRUCTION.
VERIFYING ALL STRUCTURES PRIOR TO
5. CONTRACTOR IS RESPONSIBLE FOR FIELD
CONTRACTOR TO OBTAIN.
SOLE RESPONSIBILITY OF THE
ELEVATED STORAGE TANK WILL BE THE
FOR THE DEMOLITION OF THE EXISTING
4. ANY/ALL NECESSARY PERMITS REQUIRED
REQUIREMENTS.
POLLUTION PREVENTION PLAN
TO COMPLY WITH EPA'S STORM WATER
3. FOLLOW BEST MANAGEMENT PRACTICES
ANY CONSTRUCTION ACTIVITY.
48 HOURS PRIOR TO BEGINNING
2. MANDATORY: CALL FOR LINE LOCATES
JOSH FLUD @ 548-4152.
DIFFERENT FROM THIS PLAN, CALL
1. PRIOR TO ANY CONSTRUCTION
GENERAL NOTES:
ELEVATED STORAGE TANK.
THE DEMOLITION OF THE
MUST BE PROTECTED DURING
TEMPORARY MONOPOLES THAT
CELL TOWER ON WHEELS AND
WILL BE HOST TO MULTIPLE
TEMPORARY CELL LOCATION
SITE NOTES:
PAVING/CONSTRUCTION.
COMMENCING GRADING/
WORKING DAYS PRIOR TO
LATER THAN TWO FULL
UTILITY LOCATES NO
DIALING 811 FOR
CONTACT TEXAS811 BY
CONTRACTOR SHALL
9"35'120'6"17' 10"17' 2"23' 4"
TOP OF PIERS
10 POST VERTICAL TOWER
LADDER & SAFETY CAGE
LADDER & SAFETY CAGE
VENT
TOP OF OVERFLOW
COLUMNS 34" X 17.85 R155'LADDER
50TH ST STORAGE TANK DEMO
REVISIONS
LEGEND
TEXAS811 NOTE:
DETAIL
TANK DEMO
50TH ST STORAGE
P-2
PAVING/CONSTRUCTION.
COMMENCING GRADING/
WORKING DAYS PRIOR TO
LATER THAN TWO FULL
UTILITY LOCATES NO
DIALING 811 FOR
CONTACT TEXAS811 BY
CONTRACTOR SHALL
DRAWING #
3-B-1705
Lubbock
City of
( DEPTH UNKNOWN )
4'X4' CONCRETE PIERS
DATE: 9/12/19
CHECKED BY: JT
DRAWN BY: CT
DESIGNED BY: JK
C.I.P. #92452.9241.30000
J.O. 119073
SPECIFICATIONS.
ACCORDANCE WITH CITY OF LUBBOCK
6. ALL WORK SHALL BE PERFORMED IN
BEGINNING CONSTRUCTION.
VERIFYING ALL STRUCTURES PRIOR TO
5. CONTRACTOR IS RESPONSIBLE FOR FIELD
CONTRACTOR TO OBTAIN.
SOLE RESPONSIBILITY OF THE
ELEVATED STORAGE TANK WILL BE THE
FOR THE DEMOLITION OF THE EXISTING
4. ANY/ALL NECESSARY PERMITS REQUIRED
REQUIREMENTS.
POLLUTION PREVENTION PLAN
TO COMPLY WITH EPA'S STORM WATER
3. FOLLOW BEST MANAGEMENT PRACTICES
ANY CONSTRUCTION ACTIVITY.
48 HOURS PRIOR TO BEGINNING
2. MANDATORY: CALL FOR LINE LOCATES
JOSH FLUD @ 548-4152.
DIFFERENT FROM THIS PLAN, CALL
1. PRIOR TO ANY CONSTRUCTION
GENERAL NOTES:
IN THE SPECIFICATIONS.
DISTURBED AREAS OF DEMOLITION AS REQUIRED
PROVIDING COMPACTION REPORTS ON ALL
THE CONTRACTOR SHALL BE RESPONSIBLE FOR
PRE-EXISITNG CONDITION.
EXISTING SITE RESTORED TO ITS
FROM THE GROUND SURFACE WITH THE
REMOVAL OF THE PIERS UP TO 10' IN DEPTH
CONTRACTOR SHALL BE RESPONSIBLE FOR THE
SITE NOTES:
50TH ST STORAGE TANK DEMO
REVISIONS
LEGEND
P-3
Lubbock
City of
DRAWING #
3-B-1705
PHOTO REFERENCES
STORAGE TANK DEMO
50TH ST SEE P-1 KEYED NOTE #12SEE P-1 KEYED NOTE #13
SEE P-1 KEYED NOTE #14 SEE P-1 KEYED NOTE #2
CELLULAR ANTENNA TO BE PROTECTED
DATE: 9/12/19
CHECKED BY: JT
DRAWN BY: CT
DESIGNED BY: JK
C.I.P. #92452.9241.30000
J.O. 119073