HomeMy WebLinkAboutResolution - 2014-R0005 - 11629 NG Painting - 01_09_2014 (3)Resolution No. 2014-R0005
January 9, 2014
Item No. 5.7
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, Contract No. 11629 for the construction
of a two tank coating project, by and between the City of Lubbock and N.G. Painting,
L.P., of Kerrville, 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 J
ATTEST:
Rebe ca Garza, City Secretary
9, 2014
GL/V,YC. RMWRTSON, MAYOR
APPROVED AS TO CONTENT:
/2- /- -
R. Keith Smith, P.E., Director of Public Works
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vw:ccdocs/RES.Contract-N.G. Painting
December 11, 2013
REVISED
PROPOSAL SUBMITTAL FORM
LUMP SUM PRICE PROPOSAL CONTRACT
DATE: 12-2-13
RFP: 14-11629-MA — Two Tank Coating Project
Proposal of
Offeror)
N.G. Painting, L.P.
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
(hereinafter called
Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Two
Tank Coating Project having carefully examined the plans, specifications, instructions to offerors, notice to
offerors and all other related contract documents and the site of the intended work, and being familiar with all of
the conditions surrounding the construction of the intended project including the availability of materials and labor,
hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the
plans, specifications and contract documents, within the time set forth therein and at the price stated below. The
price to cover all expenses incurred in performing the work required under the contract documents.
Two Tank Rehabilitation Project
BID
DESCRIPTION
QTY (+/ -
IU/M
UNIT
TOTAL COST
ITEM
PRICE
South East Water. Reclamation Plant Ground Storage Tank
Mobilization - Including Contractor
1
mobilization, site containment BMPs, signage,
1
LS
1 0, 0 0 0.0 0
1 0, 0 0 0.0 0
preparation, insurance, payment bond,
performance bond and demobilization.
Blasting Exterior- Including the removal of the
existing coating system while conforming to all
local, state, federal regulations, and must
2
conform the technical specifications specified
1
LS
70,000.00
7 0, 0 0 0.0 0
herein. All removal, disposal, required
submittals, and protection systems for the
removal of the lead containing coating system is
subsidiary to this bid item.
Blasting Interior - Including the removal of the
existing coating system while conforming to all
local, state, federal regulations, and must
3
conform the technical specifications specified
1
LS
70,000.00
70,000.00
herein. All removal, disposal, required
submittals, and protection systems for the
removal of the lead containing coating system is
subsidiary to this bid item.
Exterior Coating System - Includes all
4
materials, labor and equipment needed for the
1
LS
20,000.00
2 0, 0 0 0 .0 0
proper application of the coating system
specified herein.
Interior Coating System - Includes all
materials, labor and equipment needed for the
1
LS
10,000.00
1 0, 0 0 0. 0 0
proper application of the coating system
specified herein.
North Water Treatment Plant Backwash Tank
Mobilization - Including Contractor
6 mobilization, site containment BMPs, signage, I LS 3, 0 0 0. 0 0 3, 0 0 0. 0 0
preparation, insurance, payment bond,
performance bond and demobilization.
Blasting Exterior- Including the removal of the
existing coating system while conforming to all
local, state, federal regulations, and must
7 conform the technical specifications specified I LS 1 2 0, 0 0 0. 0 1 2 0, 0 0 0. 0 0
herein. All removal, disposal, required
submittals, and protection systems for the
removal coating system is subsidiary to this bid
item.
Exterior Coating System - Includes all
8 materials, labor and equipment needed for the 1 LS 20,000.00 2 0, 0 0 0.0 0
proper application of the coating system
specified herein.
TOTAL PROJECT AMOUNT 3 2 3, 0 0 0.0 0
i
Offeror's Initials
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to
Proceed" of the Owner and to substantially complete the project within ( 180 ) Consecutive Calendar Days
Completed by Contractor
(180) Written Days Completed by Contractor CONSECUTIVE CALENDAR thereafter as stipulated in the
specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages
the sum of $300 per day for each consecutive calendar day in excess of the time set forth herein above for
completion of this project, all as more frilly set forth in the general conditions of the contract documents.
Additionally, specifically related to the removal and application of coatings inside of the Effluent
Application Tank, Offeror hereby agrees to pay the Owner the sum of $1,000 per day for each consecutive
calendar day in excess of 45 days for operational shutdown of Effluent Application Tank. Calculation of totals
days shall begin on the date accepted by South East Water Reclamation Plant (SEWRP) operations staff upon
written request by the Offeror.
(--3 0 )number of proposed operational shutdown days proposed for the South East Water Reclamation
Plant (SEWRP) Ground. Storage Tank (GST). Not to exceed 60 days.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 29 of the General Instructions to Offerors.
Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any
formality in the proposing.
The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the
scheduled closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he
further agrees to commence work on the date specified in the written notice to proceed, and to substantially
complete the work on which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's
check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract,
obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice
of award of the contract to him.
Offeror's
Initials
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a
Cashier's Check or Certified Check for hu are, fWev ($ ) or a
Proposal Bond in the sum of sixteen thousand one Dollars ($1 6, 1 50. 00 which it is
agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance
certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of
receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be
returned to the undersigned upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all
contract documents made available to him for his inspection in accordance with the Notice to Offerors.
Pursuant to Texas Local Government Code
252.043(g), a competitive sealed proposal that has
been opened may not be changed for the purpose of
correcting an error in the proposal price.
THEREFORE, ANY CORRECTIONS TO THE
(Seal if Offeror is a Corporation)
ATTEST:
Secretary
Offeror acknowledges receipt of the following addenda:
Addenda No. 1 Date
Addenda No. Date
Addenda No. Date
Addenda No. Date
Date: 12-2-13
.,�- 11 Z� -
Autl ed Signatur
Nick Gramat' kis
(Printed or Typed Name)
N.G. Painting, L.P.
Company
1225 Bandera Hwy, Ste. A2
Address
Kerrville
City,
Texas
Kerr
County
78028
State Zip Code
Telephone: 830 _ 257-5940
Fax: 830 79 _— 968
Email:dawnng a i nt i nc (abctc . net
FEDERAL TAX ID or SOCIAL SECURITY No.
74-2539112
INIMBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
Contract is viewable in
file.
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE:
CITY OF LUBBOCK
SPECIFICATIONS FO'
Two Tank Coating Project
RFP # 14-11629-MA
CONTRACT # 11629
PROJECT NUMBER: 91083/8556
Plans & Specifications may be obtained downloaded
www.bidsync.com
201q- R(,6oS--
City Of
u bock
CITY OF LUBBOCK
�L
Page Intentionally Left Blank
t
ADDENDUMS
1
I`
Page Intentionally Left Blank
V,
Lj
City of
bbo k
TEXAS
ADDENDUM 1
RFP 14-11629-MA
Two Tank Coating Project
DATE ISSUED: November 22, 2013
CLOSE DATE & TINIE: December 3, 2013 at 3:00 p.m.
The following items take precedence over specifications for the above named Request for Proposals. Where any item called
for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in
effect.
Please be advised of the following:
1. The attached R
sealed proposaf
must be submitted with
2. 2. A blank line has been added to the Bid Submittal form to allow the contractors to
specify the number of days for the operational shutdown for the South East Water
Reclamation Plant (SEWRP) Ground Storage Tank (GST).
3. "Due to SEWRP regulatory operational constraints the interior blasting and
coating of the Ground Storage Tank must be begin immediately once the contracts
are signed by both parties. Additionally, a predetermined Notice To Proceed date
shall be set for on or before 27 January 2014 which allows a maximum of 45
working days to complete the interior coating system and return the SEWRP
Ground Storage Tank into service."
All requests for additional information or clarification must be submitteti`in writing and directed to'
City of Lubbock
Marta Alvarez,
Director of Purchasing & Contract Management
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to (806)775-2164 or Emailed to tnalvarez(a�,mylubbock.us
THANK YOU, �
V4� Tt��
Director of Purchasing & Contract Management
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Offeror's responsibility to
advise the City of Lubbock Director of Purchasing & Contract Management if any language,lr uirements, etc., or any combinations
thereof, inadvertence restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in
writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid
close date. A review of such notifications will be made.
REVISED
PROPOSAL SUBMITTAL FORM
LUMP SUM PRICE PROPOSAL CONTRACT
DATE:
RFP: 14-11629-MA — Two Tank Coating Project
Proposal of (hereinafter called
Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Two
Tank Coating Proiect having carefully examined the plans, specifications, instructions to offerors; notice to
offerors and all other related contract documents and the site of the intended work, and being familiar with all of
the conditions surrounding the construction of the intended project including the availability of materials and labor,
hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the
plans, specifications and contract documents, within the time set forth therein and at the price stated below. The
nice to cover all exnenses incurred in nerforming the work required under the contract documents_
Two Tank Rehabilitation
Project
Q�
DESCRIPTION
U/M
TOTAL COST
ITEM
PRICE
Soutli�as��f�"aterTtecla
ahon�Plani�.�rouriil�S.fora e��ani���
������� �-��`
_
Mobilization - Including Contractor
mobilization, site containment BMPs, signage,
1
1
LS
preparation, insurance, payment bond,
performance bond and demobilization.
Blasting Exterior- Including the removal of the
existing coating system while conforming to all
local, state, federal regulations, and must
conform the technical specifications specified
2
1
LS
herein. All removal, disposal, required
submittals, and protection systems for the
removal of the lead containing coating system is
subsidiary to this bid item.
Blasting Interior - Including the removal of the
existing coating system while conforming to all
local, state, federal regulations, and must
conform the technical specifications specified
3
1
LS
herein. All removal, disposal, required
submittals, and protection systems for the
removal of the lead containing coating system is
subsidiary to this bid item.
Exterior Coating System - Includes all
materials, labor and equipment needed for the
4
1
LS
proper application of the coating system
specified herein.
Interior Coating System - Includes all
materials, labor and equipment needed for the
5
proper application of the coating system
1
LS
specified herein.
Backwasli�Tank
r�iorth�V'4�ater�Treatment�'lant ;.x -� � � K
I
j
6
Mobilization - Including Contractor
mobilization, site containment BMPs, signage,
preparation, insurance, payment bond,
performance bond and demobilization.
1
LS
Blasting Exterior- Including the removal of the
existing coating system while conforming to all
local, state, federal regulations, and must
conform the technical specifications specified
1
LS
herein. All removal, disposal, required
submittals, and protection systems for the
removal coating system is subsidiary to this bid
item.
Exterior Coating System - Includes all
8
materials, labor and equipment needed for the
1
LS
proper application of the coating system
t.
specified herein.
TOTAL PROJECT AMOUNT
Offeror's Initials
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to
Proceed" of the Owner and to substantially complete the project within ( 180 ) Consecutive Calendar Days
Completed by Contractor
(180) Written Days Completed by Contractor CONSECUTIVE CALENDAR thereafter as stipulated in the
specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages
the sum of $300 ep r day for each consecutive calendar day in excess of the time set forth herein above for
completion of this project, all as more fully set forth in the general conditions of the contract documents.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 29 of the General Instructions to Offerors.
Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any
formality in the proposing.
The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the
scheduled closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he
3
further agrees to commence work on the date specified in the written notice to proceed, and to substantially
complete the work on which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's
check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five
percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract,
obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice
of award of the contract to him.
Offeror's
Initials
i
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a
Cashier's Check or Certified Check for Dollars ($ ) or a
Proposal Bond in the sum of Dollars ($ ), which it is
agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance
certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of
receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be
returned to the undersigned upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all
contract documents made available to him for his inspection in accordance with the Notice to Offerors.
Pursuant to Texas Local Government Code
252.043(g), a competitive sealed proposal that has
been opened may not be changed for the purpose of
correcting an error in the proposal price.
THEREFORE, ANY CORRECTIONS TO THE
(Seal if Offeror is a Corporation)
ATTEST:
Secretary
Offeror acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date:
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
State
Telephone:
Fax:
Zip Code
Email:
FEDERAL TAX ID or SOCIAL SECURITY No.
M/WBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
c
c bbo k
TEXAS
ADDENDUM 2
RFP 14-11629-MA
Two Tank Coating Project
DATE ISSUED: November 26, 2013
CLOSE DATE & TIME: December 3, 2013 at 3:00 p.m.
The following items take precedence over specifications for the above named Request for Proposals. Where any item called
for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in
effect.
Please be advised of the following Q and A's:
Question 5 as listed on Bidsync.com:
Q 1: Are lead results available for the South East Tank Exterior and Interior?
A 1: Please see the attached report for lead levels for the exterior coating system. Only the tank
exterior was tested for lead levels at the time because at the of testing the tank was in
service. All bidders are to assume that the corresponding lead levels found in the report
for the exterior correlate to the coating system on the interior.
Q 2: Is class lA containment required for the Backwash tank that does not have lead?
A 2: Please refer to Section 09900, Subsection 2.4 and 2.5.
Q 3: When is work expected to proceed?
A 3: Refer to Addendum 1.
All requests for additional information or clarification must be submitted`in writing:and'duected fo
City of Lubbock
Marta Alvarez,
Director of Purchasing & Contract Management
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to (806)775-2164 or Emailed to malvarez(@mylubbock.us
THANK YOU,
Marta Alvarez
Director of Purchasing & Contract Management
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the Offeror's responsibility to
advise the City of Lubbock Director of Purchasing & Contract Management if any language, requirements, etc., or any combinations
thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in
writing and must be received by the Director of Purchasing & Contract Management no later than five (5) business days prior to the bid
close date. A review of such notifications will be made.
IS? Ix •
6701 Aberdeen Avenue, Suite 9 Lubboek.Texas, 79424 BOU•3784-1296 806*794•1296 FAX 806.794.1298
200 East Sunt=Hoad, Suite E1 Pasoi Texas79922-68B•588-3413 915.585.3443 FAX 915■595*4944
5002 Basin Street, Suite Al - Midland,Texas 79103 432.68906301 FAX 432-6H9,013
6015 Harris Parkwsy. Suit(110 H. Worth,'Texas 76132 817.201 #5260
E-Mail:- lab®traccanalysis.com
Certifications
WBE HUB NCTRCA DBE NELAP DoD LELAP Kansas Oklahoma ISO17025
Analytical and Quality Control Report
Josh Kristinek Report Date: December 14, 2011
City of Lubbock - Water Engineering
h! 1625 13th Street Work Order: 11121208
Lubbock, TX, 79401
Project Location: SEWRP
Project Name: Canyon Lake Ground Storage Tank
Project Number: SEW"
Enclosed are the Analytical Report and Quality Control Report for the following sample(s) submitted to TraceAnalysis, Inc.
Date
Time
Date
Sample Description
Matrix Taken
Taken
Received
284143 Lead Sample Small
paint chips 2011-12-09
00:00
2011-12-09
284144 Lead Sample Large
paint chips 2011-12-09
00:00
2011-12-09
These results represent only the samples received in the laboratory. The Quality Control Report is generated on a batch
basis. All information contained in this report is for the analytical batch(es) in which your sample(s) were analyzed.
This report consists of a total of 8 pages and shall not be reproduced except in its entirety, without written approval of
TraceAnalysis, Inc.
Dr. Blair Leftwich, Director
Dr. Michael Abel, Project Manager
Report Contents
Case Narrative 3
Analytical Report 4
Sample 284143 (Lead Sample Small) ... ...................... ................... 4
Sample 284144 (Lead Sample Large) . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4
Method Blanks 5
QC Batch 87125 - Method Blank (1) ................ ......................... ... 5
Laboratory Control Spikes 6
QC Batch 87125 - LCS (1) .................. .. . ............................ 6
QC Batch 87125 - MS (1) ................... ... ............................ 6
Calibration Standards 7
QC Batch 87125 - ICV (1).................................................. 7
QC Batch 87125 - CCV (1) ........ ............. ............ ................ 7
Appendix 8
Report Definitions . . . . .. .. . . . . . . . . . . . .. . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . 8
Laboratory Certifications . . ... . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . .. . .. . . . . . . . . 8
Standard Flags ... . . ........ ............ ... ............. ............... 8
Attachments......................................................... 8
Page 2 of 8
Case Narrative
Samples for project Canyon Lake Ground Storage Tank were received by TraceAnalysis, Inc. on 2011-12-09 and assigned to
work order 11121208. Samples for work order 11121208 were received intact at a temperature of 22.3 C.
Samples were analyzed for the following tests using their respective methods.
Prep Prep QC Analysis
Test Method Batch Date Batch Date
Pb, Total S 6010C 73973 2011-12-13 at 10:03 87125 2011-12-13 at 15:37
Results for these samples are reported on a wet weight basis unless data package indicates otherwise.
A matrix spike (MS) and matrix spike duplicate (MSD) sample is chosen at random from each preparation batch. The MS
and MSD will indicate if a site specific matrix problem is occurring, however, it may not pertain to the samples for work order
11121208 since the sample was chosen at random. Therefore, the validity of the analytical data reported has been determined
by the laboratory control sample (LCS) and the method blank (NIB). These quality control measures are performed with
each preparation batch to ensure data integrity.
All other exceptions associated with this report have been footnoted on the appropriate analytical page to assist in general
data comprehension. Please contact the laboratory directly if there are any questions regarding this project.
Page 3 of 8
Report Date: December 14, 2011 Work Order: 11121208 Page Number: 4 of 8
SEWRP Canyon Lake Ground Storage Tank SEWRP
Analytical Report
Sample: 284143 - Lead Sample Small
Laboratory: Lubbock
Analysis: Pb, Total
Analytical Method:
S 6010C
Prep Method: S 3050B
QC Batch: 87125
Date Analyzed:
2011-12-13
Analyzed By: RR
Prep Batch: 73973
Sample Preparation:
2011-12-13
Prepared By: KV
RL
Parameter
Flag Cert Result Units
Dilution RL
Total Lead
1
48.8 mg/Kg
1 1.00
Sample: 284144 - Lead Sample Large
Laboratory: Lubbock
Analysis: Pb, Total
Analytical Method:
S 6010C
Prep Method: S 3050B
QC Batch: 87125
Date Analyzed:
2011-12-13
Analyzed By: RR
Prep Batch: 73973
Sample Preparation:
2011-12-13
Prepared By: KV
RL
Parameter
Flag Cert Result Units
Dilution RL
Total Lead
1
22.6 mg/Kg
1 1.00
Report Date: December 14, 2011
SEWRP
Method Blanks
Method Blank (1)
QC Batch: 87125
Prep Batch: 73973
QC Batch: 87125
Work Order: 11121208
Canyon Lake Ground Storage Tank
Date Analyzed: 2011-12-13
QC Preparation: 2011-12-13
Page Number: 5 of 8
SEWRP
Analyzed By: RR
Prepared By: KV
MDL
Parameter Flag Cert Result Units RL
Total Lead L <0.196 mg/Kg 1
Report Date: December 14, 2011 Work Order: 11121208
SEWR.P Canyon Lake Ground Storage Tank
Laboratory Control Spikes
Laboratory Control Spike (LCS-1)
QC Batch: 87125
Prep Batch: 73973
Date Analyzed: 2011-12-13
QC Preparation: 2011-12-13
Page Number: 6 of 8
SEWRP
Analyzed By: RR
Prepared By: KV
LCS Spike Matrix Rec.
Param F C Result Units Dil. Amount Result Rec. Limit
Total Lead 1 53.2 mg/Kg 1 50.0 <0.196 106 85 - 115
Percent recovery is based on the spike result. RPD is based on the spike and spike duplicate result.
LCSD Spike Matrix Rec. RPD
Param F C Result Units Dil. Amount Result Rec. Limit RPD Limit
Total Lead 1 53.6 mg/Kg 1 50.0 <0.196 107 85 - 115 1 20
Percent recovery is based on the spike result. RPD is based on the spike and spike duplicate result.
Matrix Spike (MS-1) Spiked Sample: 284018
QC Batch: 87125
Prep Batch: 73973
Date Analyzed: 2011-12-13
QC Preparation: 2011-12-13
Analyzed By: RR
Prepared By: KV
MS Spike Matrix Rec.
Param F C Result Units Dil. Amount Result Rec. Limit
Total Lead 1 55.9 mg/Kg 1 50.0 14.2 83 75 - 125
Percent recovery is based on the spike result. RPD is based on the spike and spike duplicate result.
MSD Spike Matrix Rec. RPD
Param F C Result Units Dil. Amount Result Rec. Limit RPD Limit
Total Lead 1 53.5 mg/Kg 1 50.0 14.2 79 75 - 125 4 20
Percent recovery is based on the spike result. RPD is based on the spike and spike duplicate result.
Report Date: December 14, 2011 Work Order: 11121208 Page Number: 7 of 8
SEWRP Canyon Lake Ground Storage Tank SEWRP
Calibration Standards
1
Standard (ICV-1)
QC Batch: 87125 Date Analyzed: 2011-12-13 Analyzed By: RR
ICVs
ICVs
ICVs
Percent
True
Found
Percent
Recovery Date
Param Flag Cert Units Conc.
Conc.
Recovery
Limits Analyzed
Total Lead 1 mg/Kg 1.00
0.977
98
90 - 110 2011-12-13
Standard (CCV-1)
QC Batch: 87125 Date Analyzed: 2011-12-13 Analyzed By: RR
CCVs
CCVs
CCVs
Percent
Mme
Found
Percent
Recovery Date
Param Flag Cert Units Conc.
Conc.
Recovery
Limits Analyzed
Total Lead I mg/Kg 1.00
0.996
100
90 - 110 2011-12-13
L:
Report Date: December 14, 2011
SEWRP
Appendix
Report Definitions
Name
Definition
MDL
Method Detection Limit
MQL
Minimum Quantitation Limit
SDL
Sample Detection Limit
Laboratory Certifications
Work Order: 11121208 Page Number: 8 of 8
Canyon Lake Ground Storage Tank SEWRP
Certifying
Certification
Laboratory
C Authority
Number
Location
- NCTRCA
WFWB384444Y0909
TraceAnalysis
- DBE
VN 20657
TraceAnalysis
- HUB
1752439743100-86536
TraceAnalysis
- WBE
237019
TraceAnalysis
1 NELAP
T104704219-11-5
Lubbock
Standard Flags
F Description
B Analyte detected in the corresponding method blank above the method detection
limit
H Analyzed out of hold time
J Estimated concentration
Jb The analyte is positively identified and the value is approximated between the SDL
and MQL. Sample contains less then ten times the concentration found in the
method blank. The result should be considered non -detect to the SDL.
Je Estimated concentration exceeding calibration range.
Qc Calibration check outside of laboratory limits.
Qr RPD outside of laboratory limits
Qs Spike recovery outside of laboratory limits.
Qsr Surrogate recovery outside of laboratory limits.
U The analyte is not detected above the SDL
Attachments
The scanned attachments will follow this page.
Please note, each attachment may consist of more than one page.
LAB Order ID #
r
Page of
TraceAnalysis Inc.6701 Aberdeen Avenue, Suite 9 5002 Basin Street, Suite Al 200 East Sunset Rd., Suite E BioAquatic Testing
Lubbock, Texas 79424 Midland, Texas 79703 El Paso, Texas 79922 2501 Mayes Rd.. Ste 100
1 Tel (806) 794-1296 Tel (432) 689-6301 Tel (915) 585-3443 CarroiRon, Texas 75006
Fax
(806) 794-1298 Fax (432) 689.6313 Fax (915) 585-4944 Tel (972) 242-7750
email: tab@traceanalysis.com 1 (800) 378-1296 1 (888) 588-3443
Company Name: Phone #:
ANALYSIS
REQUEST
- 3
v� (Si
(Circle
or
Specify
Method
No.)
eeeet, City, Zip) Fax #.-
Address.
W-106 tfi" ti-. L Zx, 714D l - ?`1'S- 3
Z'
E
v
Contact Person:
-
Ogr`t�Vv iG.
U
N
C.
0
2
a_
R
m
v,
Invoice to:
(if different from above)
Co C-4 N v
Lo U
rn
�
o7
a
U
a
O
Q
Project M Project Name:
C urt LrQILG E ?14sV1�- -
o `O
N
U
o
o
Z
N
U
m
Project Location (including state): Sa ler Si n ture:
iGW
o N
o
4�
o
+-
U
m
m N
Q m
m v,
5� Co
o
o o °D
z�
Z
p
~
�
E
v�
c
RIX
PRESERVATIVE
SAMPLING
lY
3
METHOD
t0
X O
\
N
`°
Q
Q N O
N� t�0
Co .E
co
Y
ZE
Q
N .-
a
r
Q
�,
y y U
`,9 .m H
N CO
o N ao
Q.
U) U
z
L
LAB #
FIELD CODE
m
Coo
°,-° o
o
N
2 >° rn a
N
>� om
O
o
(LA�USE
o
v
E
w
-�
U
p
o'=
m
Z
F
w
mXvaoao�0.
F
a a
U U U U
�� HL
U U U
=�U
O o
LL
o
t ONLY;
o¢
>
o
U3¢
U3
x=
z
x
z_
v
O
z
Q
c
r
�Co
l-a
Q
o
l-l- l-wt.9t.9o.am
U
m
Uz
a
x
/n�
/J !iLO
Relinquished by: Company: Date: Time:
Rece ve by: Compan : Date: Time, INST
oss
a L.AB USE
R MARKS:
-61
COW
yh
In a
Relinquished by: Co ny: Dat : T)
Received y. Company: DoteDoteV Time: INST
OC
COk---2r
Heaiis►ke"
Dry Weight Basis Required
Relinquished by: Corn Date: Time:
Receiv Company: Date: Time: INST
t'. H :
TRRP Report Required
OBS�C
°
to0 in-eW t . ry?
goxi
Q Check If Special Reporting
CoR
Limits Are Needed
Submi samples constitutes agreement to Terms and Conditions listed on reverse side of C. O. C.
�. Carrier # C..zua
d 01r%WAI %^nW
� c�,Ysrs
6701 Aberdeen Avenue, Suite 9 LUbbixk, Texas 7N24 800.378v 1296
200 East Sunset Road, Suite E El Paso- Texn7W22 68B•568.3443
5002 Basin Street, Suite Al Midland,Texas 75703
6015 Barris Parkway, Suite 110 Ft. Wordhi Texas A132
E-Mait: labOtraceanalysisxom
806.794.1256 rAX=806.7$4.1298
915+5a5.3443 FAX W-58514944
432■689.6301 FAX 432-589.6313
817*201.5260
Certifications
WBE HUB NCTRCA DBE NELAP DoD LELAP Kansas Oklahoma ISO17025
Analytical and Quality Control Report
Josh Kristinek Report Date: December 14, 2011
City of Lubbock - Water Engineering
1625 13th Street Work Order: 11121208
Lubbock, TX, 79401 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIII1111111111111111111
Project .Location: SEWRP
Project Name: Canyon Lake Ground Storage Tank
Project Number: SEWRP
Enclosed are the Analytical Report and Quality Control Report for the following sample(s) submitted to 'lkaceAnalysis, Inc.
Date
Time
Date
Sample Description
Matrix Taken
Taken
Received
284143 Lead Sample Small
paint chips 2011-12-09
00:00
2011-12-09
284144 Lead Sample Large
paint chips 2011-12-09
00:00
2011-12-09
These results represent only the samples received in the laboratory. The Quality Control Report is generated on a batch
basis. All information contained in this report is for the analytical batch(es) in which your sample(s) were analyzed.
This report consists of a total of 8 pages and shall not be reproduced except in its entirety, without written approval of
TraceAnalysis, Inc.
/#494JJ?1�4/
Dr. Blair Leftwich, Director
Dr. Michael Abel, Project Manager
H
L
Report Contents
Case Narrative 3
Analytical Report 4
Sample 284143 (Lead Sample Small) ................ .......................... . . 4
Sample 284144 (Lead Sample Large) ............................................ 4
Method Blanks 5
QC Batch 87125 - Method Blank (1) ................ .............. .............. 5
Laboratory Control Spikes 6
QC Batch 87125 - LCS (1) .. ... ........................ I ................... 6
QC Batch 87125 - MS (1) ................ I ................................. 6
Calibration Standards 7
QC Batch 87125 - ICV (1) ....................................... I .......... 7
QC Batch 87125 - CCV (1) .. ............................................. .. 7
Appendix 8
Report Definitions . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . .. . . .. . . . . . .. .. . . . 8
Laboratory Certifications . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . 8
Standard Flags ...................................... ................ .. 8
Attachments......................................................... 8
Page 2 of 8
Case Narrative
�J
Samples for project Canyon Lake Ground Storage Tank were received by TraceAnalysis, Inc. on 2011-12-09 and assigned to
work order 11121208. Samples for work order 11121208 were received intact at a temperature of 22.3 C.
Samples were analyzed for the following tests using their respective methods.
Prep Prep QC Analysis
Test Method Batch Date Batch Date
Pb, Total S 6010C 73973 2011-12-13 at 10:03 87125 2011-12-13 at 15:37
Results for these samples are reported on a wet weight basis unless data package indicates otherwise.
A matrix spike (MS) and matrix spike duplicate (MSD) sample is chosen at random from each preparation batch. The MS
and MSD will indicate if a site specific matrix problem is occurring, however, it may not pertain to the samples for work order
11121208 since the sample was chosen at random. Therefore, the validity of the analytical data reported has been determined
by the laboratory control sample (LCS) and the method blank (MB). These quality control measures are performed with
each preparation batch to ensure data integrity.
All other exceptions associated with this report have been footnoted on the appropriate analytical page to assist in general
data comprehension. Please contact the laboratory directly if there are any questions regarding this project.
Page 3 of 8
Report Date: December 14, 2011
SEWRP
Analytical Report
Work Order: 11121208 Page Number: 4 of 8
Canyon Lake Ground Storage Tank SEWRP
Sample: 284143 - Lead Sample Small
Laboratory:
Lubbock
Analysis:
Pb, Total
Analytical Method:
S 6010C
Prep Method: S 3050B
QC Batch:
87125
Date Analyzed:
2011-12-13
Analyzed By: RR
Prep Batch:
73973
Sample Preparation:
2011-12-13
Prepared By: KV
RL
Parameter
Flag
Cert Result Units
Dilution RL
y Total Lead
1
48.8 mg/Kg
1 1.00
Sample: 284144 - Lead Sample Large
Laboratory: Lubbock
Analysis: Pb, Total
Analytical Method:
S 6010C
Prep Method: S 3050B
QC Batch: 87125
Date Analyzed:
2011-12-13
Analyzed By: RR
Prep Batch: 73973
Sample Preparation:
2011-12-13
Prepared By: KV
RL
Parameter
Flag Cert Result Units
Dilution RL
Total Lead
1
22.6 mg/Kg
1 1.00
Report Date: December 14, 2011
SEWRP
Method Blanks
Method Blank (1)
QC Batch: 87125
Prep Batch: 73973
QC Batch: 87125
Work Order: 11121208 Page Number: 5 of 8
Canyon Lake Ground Storage Tank SEWRP
Date Analyzed: 2011-12-13 Analyzed By: RR
QC Preparation: 2011-12-13 Prepared By: KV
MDL
Parameter Flag Cert Result Units RL
Total Lead 1 <0.196 mg/Kg 1
Report Date: December 14, 2011 Work Order: 11121208
SEWRP Canyon Lake Ground Storage Tank
Laboratory Control Spikes
Laboratory Control Spike (LCS-1)
QC Batch: 87125
Prep Batch: 73973
Date Analyzed: 2011-12-13
QC Preparation: 2011-12-13
Page Number: 6 of 8
SEWRP
Analyzed By: RR
Prepared By: KV
LCS Spike Matrix Rec.
Param F C Result Units Dil. Amount Result Rec. Limit
Total Lead 1 53.2 mg/Kg 1 50.0 G0.196 106 85 - 115
Percent recovery is based on the spike result. RPD is based on the spike and spike duplicate result.
LCSD Spike Matrix Rec. RPD
Param F C Result Units Dil. Amount Result Rec. Limit RPD Limit
Total Lead 1 53.6 mg/Kg 1 50.0 G0.196 107 85 - 115 1 20
Percent recovery is based on the spike result. RPD is based on the spike and spike duplicate result.
Matrix Spike (MS-1) Spiked Sample: 284018
QC Batch: 87125
Prep Batch: 73973
Date Analyzed: 2011-12-13
QC Preparation: 2011-12-13
Analyzed By: RR
Prepared By: KV
- MS Spike Matrix
Param F C Result Units Dil. Amount Result Rec.
Rec.
Limit
Total Lead 1 55.9 mg/Kg 1 50.0 14.2 83
75 - 125
Percent recovery is based on the spike result. RPD is based on the spike and spike duplicate result.
MSD Spike Matrix Rec.
Param F C Result Units Dil. Amount Result Rec. Limit RPD
RPD
Limit
Total Lead 1 53.5 mg/Kg 1 50.0 14.2 79 75 - 125 4
20
Percent recovery is based on the spike result. RPD is based on the spike and spike duplicate result.
Report Date: December 14, 2011 Work Order: 11121208 Page Number: 7 of 8
SEWRP Canyon Lake Ground Storage Tank SEWRP
Calibration Standards
Standard (ICV-1)
QC Batch: 87125 Date Analyzed: 2011-12-13 Analyzed By: RR
ICVs
ICVs
ICVs
Percent
True
Found
Percent
Recovery Date
Param Flag Cert Units Cone.
Conc.
Recovery
Limits Analyzed
Total Lead I mg/Kg 1.00
0.977
98
90 - 110 2011-12-13
Standard (CCV-1)
QC Batch: 87125 Date Analyzed: 2011-12-13 Analyzed By: RR
CCVs
CCVs
CCVs
Percent
True
Found
Percent
Recovery Date
Param Flag Cert Units Conc.
Conc.
Recovery
Limits Analyzed
Total Lead , mg/Kg 1.00
0.996
100
90 - 110 2011-12-13
Report Date: December 14, 2011 Work Order: 11121208 Page Number: 8 of 8
SEWRP Canyon Lake Ground Storage Tank SEWRP
Appendix
Report Definitions
Name
Definition
MDL
Method Detection Limit
MQL
Minimum Quantitation Limit
SDL
Sample Detection Limit
Laboratory Certifications
Certifying
Certification
Laboratory
C Authority
Number
Location
- NCTRCA
WFWB384444Y0909
TraceAnalysis
- DBE
VN 20657
TraceAnalysis
- HUB
1752439743100-86536
TraceAnalysis
- WBE
237019
TraceAnalysis
1 NELAP
T104704219-11-5
Lubbock
Standard Flags
F Description
B Analyte detected in the corresponding method blank above the method detection
limit
H Analyzed out of hold time
J Estimated concentration
Jb The analyte is positively identified and the value is approximated between the SDL
and MQL. Sample contains less then ten times the concentration found in the
method blank. The result should be considered non -detect to the SDL.
Je Estimated concentration exceeding calibration range.
Qc Calibration check outside of laboratory limits.
Qr RPD outside of laboratory limits
Qs Spike recovery outside of laboratory limits.
Qsr Surrogate recovery outside of laboratory limits.
U The analyte is not detected above the SDL
Attachments
The scanned attachments will follow this page.
Please note, each attachment may consist of more than one page.
LAB Order ID #—Ais o 9
o- _C
Ti aCeAnaly►7i►7 Inc.
6701 Aberdeen Avenue, Suite 9 5002 Basin Street, Suite Al 200 East Sunset Rd., Suite E BioAquatic Testing
Lubbock, Texas 79424
Tel (806) 794-1296
Midland, Texas 79703 El Paso, Texas 79922 2501 Mayes Rd., Ste 100
Tel (432) 689-6301 Tel (915) 585-3443 Carrollton, Texas 75006
email: lab@traceanalysis.com
V y
F1x8� 3794-1298
( )
Fax (432) 689-6313 Fax (915) 585-4944 Tel (972) 242-7750
1 (888) 588-3443
Company Name:
Phone #:
Of L;IWCY
- 33q7
ANALYSIS REQUEST
Addre (street, city, zip)
Fax
(Circle or Specify Method No.)
62r 1,44"' t : 1. 1x
?k40 l
- ?T5- -33A'i'l
Contact Person:
E-mail:
'� �,
00 ✓' kLV
M
Invoice to:ZZc
(If different from above)
X
Project #:
Project Name:
N 'r w v o
E
!A�
44i4r-- v,
a TtAmr-.r
o �° o f a V Z
c
Project Location (including state):
5EW..
Sa ler Si n ture:
F — o N U
N,o �U N� ZW
`� m m is
N c RIX
'o
PRESERVATIVE
METHOD
SAMPLING
o 0 0 to ui
co 0 o Co¢ - o o co ? 0
y
W
oFx-0c`oi¢4 N o� N�coo Co= �ah
CL
E
LAB# FIELD CODE
N W
aoo o cn o `� is E v, o m ao w uj U °1
°' 2
(LAB U.SE
a) o_
z E W o
p" = W
W
o ao r- 3 o m > rn oo m cq O
w v co &I > rn o- cn co o 2 F- 2 � ci
o
l ONLY,
O Q O J
_
U Z uN m W Q
Q f
u� S S S J J J J m N O N LL U
E
�k > u) Q u)
2 2 2 z U z
C
u,
m d oa. N a m
F=
CU7 a. U z
t'- 2
nn
/l %/
Relinquished by: Company: Date:
Time:
Rece v by:
Company Date. Time: INST
`USEt'-
R MARKS:
Tar
cos
°
[:Y
}n a
c-
Relinquished by: Co ny: Dat : Ti
ReceivedAfyx Company: Dltezt Time: INST
oC
COR
°
C Seadspace
Dry weight Basis Required
Relinquished by: Compa Date: Time:
Receiv Company: Date: Time: INST
OBS
° c
- :: �±
TRRP Report Required
❑ Check If Special Reporting
COR
o
.1:ogG4-ReM.W •
Limits Are Needed
SubmilaKrSamples constitutes agreement to Terms and Conditions
listed on
reverse sidp of C 0 C
ivamer a %,,e a x I
nn rr. �u • � r►r.ov —t'--'
City of Lubbock, TX
Purchasing and Contract Management
Contractor Checklist for
RFP 14-11629-MA
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 copy of every item listed.
1. Carefully read and understand the plans and specifications and properly complete the BID
SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by
typewriter. 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. In case of a discrepancy between the Unit Price and the
Extended Total for a Bid item, the Unit Price will be taken." 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. V/ 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. __Z Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
This must include the signature of the agent or broker. Contractor's signature must be original.
4. Clearly mark the bid number, title, due date and time and your company name and address on the
outside of the envelope or container.
5. �� 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.
6. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be
explained in detail and submitted with Bid.
7. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAX ID number or Owner's SOCIAL SECURITYnumber.
8. Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS.
DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
9. _ Complete and submit the FINAL LIST OF SUB -CONTRACTORS.
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.
/V
(Type or Print Company N e)
z
Page Intentionally Left Blank
INDEX
1. NOTICE TO OFFERORS
2. GENERAL INSTRUCTIONS TO OFFERORS
3. TEXAS GOVERNMENT CODE § 2267
4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time)
4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM
4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS
4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
4-4. SAFETY RECORD QUESTIONNAIRE
4-5. SUSPENSION AND DEBARMENT CERTIFICATION
4-6. PROPOSED LIST OF SUB -CONTRACTORS
5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days
after the close date when proposals are due)
5-1. FINAL LIST OF SUB -CONTRACTORS
6. PAYMENT BOND
7. PERFORMANCE BOND
8. CERTIFICATE OF INSURANCE
9. CONTRACT
10. GENERAL CONDITIONS OF THE AGREEMENT
11. DAVIS-BACON WAGE DETERMINATIONS
12. SPECIAL CONDITIONS (IF APPLICABLE)
13. SPECIFICATIONS
Page Intentionally Left Blank
NOTICE TO OFFERORS
Page Intentionally Left Blank
NOTICE TO OFFERORS
RFP 14-11629-MA
Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of
Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City
Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 PM. on December 3, 2013 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:
"Two Tank Coating Project"
After the expiration of the time and date above first written, said sealed proposals will be opened in the
office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole
responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing
and Contract Management for the City of Lubbock, before the expiration of the date above first written.
The Contractor is only required to submit one original copy of every item listed on the Contractor
Checklist in the proposal submittal.
Proposals are due at 3:00 PM on December 3 2013and the City of Lubbock City Council will consider
the proposals on January 8t , 2014 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 proposals and waive any formalities. The
successful proposer 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 proposer will be required to furnish a payment bond in accordance with Chapter
2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price
exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or
better. The bond must be in a form accepted by the City Attorney and must be dated the same as the
Contract Award date.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the
total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all
necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE
OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL
SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION
OF THE PROPOSAL SUBMITTAL.
It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror
regarding all local conditions under which the work is to be done. It shall be understood and agreed that all
such factors have been thoroughly investigated and considered in the preparation of the proposal submitted.
A site visit will following.
i
Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem
wages included in the contract documents on file in the office of the Purchasing and Contract Management
Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each
offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the
requirements contained therein concerning the above wage scale and payment by the contractor of the
prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to
this advertisement, minority and women business enterprises will be afforded equal opportunities to submit
proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex,
disability, or national origin in consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -
proposal meetings and proposal openings are available to all persons regardless of disability. If you require
special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2175 write to
Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK,
.Marta ACvarez
Marta Alvarez
DIRECTOR OF PURCHASING &
CONTRACT MANAGEMENT
GENERAL INSTRUCTIONS TO OFFERORS
Paize Intentionally Left Blank
GENERAL INSTRUCTIONS TO OFFERORS
PROPOSAL DELIVERY, TIME & DATE
The City of Lubbock is seeking written and sealed competitive proposals to furnish Two Tank Coating
Project per the attached specifications and contract documents. Sealed proposals will be received no
later than 3:00 PM, December 3, 2013 at the office listed below. Any proposal received after the date
and hour specified will be rejected and returned unopened to the proposer. Each proposal and
supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-
hand comer: "RFP 14-11629-MA, Two Tank Coating Project" and the proposal opening date and
time. Offerors must also include their company name and address on the outside of the envelope or
container. Proposals must be addressed to:
Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and
Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on
time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use
some sort of delivery service that provides a receipt.
1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by
private courier service. Only written proposals submitted in conformance with the Instruction to
Offerrors will be considered responsive and evaluated or award of a Contract.
1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals
through an addendum.
2 PRE -PROPOSAL MEETING
For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as
needed for the clarification of the Request for Proposals (RFP) documents, a non -mandatory pre -proposal
A site visit will follow.
2.1 All persons attending the meeting will be asked to identify themselves and the prospective
proposer they represent.
2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not
mandatory. The City will not be responsible for providing information discussed at the pre -
proposal meeting to offerors who do not attend the pre -proposal meeting. ADDENDA &
MODIFICATIONS
3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information
available over the Internet at www.bidsync.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 proposer in doubt as to the true meaning of any part of the specifications or other documents
may request an interpretation thereof from the Director of Purchasing and Contract Management.
1
At the request of the proposer, or in the event the Director of Purchasing and Contract
Management deems the interpretation to be substantive, the interpretation will be made by
written addendum issued by the Purchasing and Contract Management. Such addenda issued by
the Purchasing and Contract Management Office will be available over the Internet at
http://www.bidsync.com and will become part of the proposal package having the same binding
effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR
INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation
considered, the request must be submitted in writing and must be received by the City of
Lubbock Purchasing and Contract Management Office no later than seven (7) calendar days
before the proposal 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 explanation or interpretation that is not in writing.
Only information supplied by the City of Lubbock Purchasing and Contract Management Office
in writing or in this RFP should be used in preparing proposal responses. All contacts that a
proposer may have had before or after receipt of this RFP with any individuals, employees, or
representatives of the City and any information that may have been read in any news media or
seen or heard in any communication facility regarding this proposal should be disregarded in
preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with
all requirements before submitting a proposal to ensure that their proposal meets the intent of
these specifications.
4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations
and examinations that are necessary to ascertain conditions and requirements affecting the
requirements of this Request for Proposals. Failure to make such investigations and
examinations shall not relieve the proposer from obligation to comply, in every detail, with all
provisions and requirements of the Request for Proposals.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract
documents, shall be given to the Director of Purchasing and Contract Management and a
clarification obtained before the proposals are received, and if no such notice is received by
the Director of Purchasing and Contract Management prior to the opening of proposals,
then it shall be deemed that the proposer fully understands the work to be included and
�m
has provided sufficient sums in its proposal to complete the work in accordance with these 1
plans and specifications. If proposer does not notify the Director of Purchasing and
Contract Management before offering of any discrepancies or omissions, then it shall be
deemed for all purposes that the plans and specifications are sufficient and adequate for
completion of the project. It is further agreed that any request for clarification must be
submitted no later than seven (7) calendar days prior to the opening of proposals. 3
PROPOSAL PREPARATION COSTS
5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred
in the preparation and submission of a proposal.
5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any
services or equipment.
2
1.
f_.
5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer.
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC
INFORMATION ACT
6.1 If you consider an portion of ourproposal to be privileged or confidential b statute or judicial
Y any Y p� g Y
decision, including trade secrets and commercial or financial information, clearly identify those
portions.
6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors
and keeps the proposals secret during negotiations. All proposals are open for public inspection
after the contract is awarded, but trade secrets and confidential information in the proposals are
not open for inspection. Tex. Loc. Govt. Code 252.049(b)
6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the
Texas Open Records Act.
7 LICENSES PERMITS TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the
proposer is or may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective offerors are strongly encouraged to explore and implement methods for the utilization of
-- local resources, and to outline in their proposal submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The proposer 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 proposal, the proposer certifies and represents to the City the
offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of
value for the receipt of special treatment, advantage, information, recipient's decision, opinion,
recommendation, vote or any other exercise of discretion concerning this proposal.
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 offerors shall be thoroughly familiar with all of the requirements set forth on the contract
1 ; 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 OFFERORS
It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the
project covered by the contract documents be given a reasonable opportunity to examine the documents
t and prepare a proposal without charge. The contract documents may be examined without charge as
noted in the Notice to Offerors.
12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive
proposals. It shall be the offerors responsibility to advise the Director of Purchasing and
Contract Management if anti language, requirements, etc., or any combinations thereof,
inadvertently restricts or limits the requirements stated in this RFP to a single source. Such
notification must be submitted in writing and must be received by the City Purchasing and
Contract Management Office no later than seven (7) calendar days before the proposal closing
date. A review of such notifications will be made.
12.2 NO PROPOSER=,. SHALL- REQUEST ANY INFORMATION VERBALLY. AL
-FOR: ORREQUESTS CLARIFICATIO".
"'CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED- I
WRITING ;NO LATER THAN,-— EVEN" (7) ,CALENDAR ;DAYS PRIOR':TO TH
PROPOSAL CLOSING DATE;AND ADDRESSED'TO : >>
Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
Purchasing and Contract Management Office
1625 1P Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: malvarez@mylubbock.us
Bidsync: www.bidsync.com
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within One
Hundred and Eighty Calendar Days (180) CONSECUTIVE CALENDAR DAYS from the
date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer.
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.
14 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General
Conditions of the contract documents.
15 AFFIDAVITS OF BILLS PAID 40
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.
4
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
fiunish 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 parry involved in the creation or development of the products and
services to be delivered to the City of Lubbock under this Contract. Failure to comply with any
of the obligations contained herein, may result in the City of Lubbock availing itself of any of its
rights under the law and under this Contract including, but not limited to, its right pertaining to
termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in
this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or
limitation to the Contractor's liability which may be specified in this Contract, its appendices, its
schedules, its annexes or any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to a maximum of three 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 s
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 Ilk
reserves the right, after the proposals have been opened and before the contract has been awarded, to
require of a proposer the following information:
(a) The experience record of the proposer showing completed jobs of a similar nature to the one
covered -l;y the intended contract and all work in progress with bond amounts and percentage
completed. r9
(b) A sworn statement of the current financial condition of the proposer.
(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, both known and unknown, cut or damaged by Contractor
during the prosecution of the work contemplated by this contract shall be repaired immediately by
Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's
expense.
22 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger
signals, and shall take such other precautionary measures for the protection of persons, property and the
work as may be necessary. The Contractor will be held responsible for all damage to the work due to
failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion
shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's
responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to
Contractor of City's certificate of acceptance of the project.
23 EXPLOSIVES
23.1 The use of explosives will not be permitted
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
24 CONTRACTOR'S REPRESENTATIVE
The successful proposer shall be required to have a responsible local representative available at all times
while the work is in progress under this contract. The successful proposer shall be required to furnish
the name, address and telephone number where such local representative may be reached during the time
that the work contemplated by this contract is in progress.
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance
as required in the General Conditions of the contract documents, from an underwriter authorized
to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be
furnished to the City and written notice of cancellation or any material change will be provided
ten (10) days in advance of cancellation or change. All policies shall contain an agreement on
the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at
his sole cost and expense through the life of this contract, insurance protection as hereinafter
specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance
shall be carried with an insurance company authorized to transact business in the State of Texas
and shall cover all operations in connection with this contract, whether performed by the
Contractor or a subcontractor, or separate policies shall be provided covering the operation of
each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
26 LABOR AND WORKING HOURS
26.1 Attention of each proposer 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 proposer' 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 proposer's obligations thereunder. The inclusion of
the schedule of general prevailing rate of per diem wages in the contract documents does not
release the Contractor from compliance with any wage law that may be applicable. Construction
work under this contract requiring an inspector will not be performed on Sundays or holidays
unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the
necessary service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The
Contractor is approaching the penalty provisions of the contract and Contractor can show
he has made a diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to
the weekend or holiday he desires to do work and obtain written permission from the Owner's
Representative to do such work. The final decision on whether to allow construction work
requiring an inspector on Sundays or holidays will be made by the Owner's Representative.
26.3 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
1
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the
project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable
without discount, not less often than once each week. The Contractor and each of his subcontractors
shall keep a record showing the name and occupation of each worker employed by the Contractor
or subcontractor in the construction of the public work and the actual per diem wages paid to
each worker. This record shall be open at all reasonable hours to inspection by the officers and {
agents of the City. The Contractor must classify employees according to one of the classifications set
forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the
contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf
this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar
day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his
particular classification as set forth in the schedule of general prevailing rate of per diem wages included _
in these contract documents.
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated proposal price
due to increases or decreases in the cost of materials, labor or other items required for the project will be
rejected and returned to the proposer without being considered.
29 PREPARATION FOR PROPOSAL
29.1 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. bidder shall submit his bid on forms furnished by the City, and all
blank spaces in the changed for the purpose of correcting an error in the bid price.
29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly
authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and
address of each member must be given and the proposal signed by a member of the firm,
association or partnership, or person duly authorized. If the proposal is submitted by a company
or corporation, the company or corporate name and business address must be given, and the
proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or
others to sign proposals must be properly certified and must be in writing and submitted with the uw
proposal. The proposal shall be executed in ink.
29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to
Offerors, and endorsed on the outside of the envelope in the following manner:
29.3.1 Proposer's name NG Painting L.P.
29.3.2 Proposal RFP 14-11629-MA, Two Tank Coating Project
Proposal submittals may be withdrawn and resubmitted at any time before the time set for
opening of the proposals, but no proposal may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that
has been opened may not be changed for the purpose of correcting an error in the proposal
price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE
MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING.
30
31
BOUND COPY OF CONTRACT DOCUMENTS
Proposer understands and agrees that the contract to be executed by proposer shall be bound and include
the following:
(a) Notice to Offerors.
(b) General Instructions to Offerors.
(c) Proposer's Submittal Form.
(d) Statutory Bonds (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
(j) All other documents made available to proposer for his inspection in accordance with the Notice
to Offerors.
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 OFFERORS
The proposer 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 proposer may also be required to give a past
history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The
City of Lubbock may make reasonable investigations deemed necessary and proper to determine the
ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all
information for this purpose that may be requested. The proposer's proposal may be deemed not to meet
specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the
proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the
obligations of the contract and to complete the work described therein. Evaluation of the proposer's
qualifications shall include but not be limited to:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service
required.
(b) The ability of the proposer 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 proposer.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
(f) The experience and qualifications of key project personnel
(g) Past experience with the Owner
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs
with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list
of ALL similar municipal and similar non -municipal current and completed projects for the past five (5)
years for review. This list shall include the names of supervisors and type of equipment used to perform
work on these projects. In addition, the Contractor may be required to provide the name(s) of
supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock
specifications herein.
32 BASIS OF PROPOSALS AND SELECTION CRITERIA
The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas
Legislature and further defined by Texas Government Code Section 2276. The Maximum Point value is
equal to 100 points. The weight factor is 60% for Price, 20% for Contractor Qualifications, 10% for
Safety Record, and 10% for Construction Time. The selection criteria used to evaluate each proposal
includes the following:
32.1 60% PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or,
conversely, eliminated solely because of a high initial cost proposal. The following is the
formula used when determining price as a factor for construction contract proposals. The lowest
proposal price of all the proposals becomes the standard by which all price proposals are
evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and
dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the
maximum point value multiplied by the weight of the price factor for the price score. For
Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor =
Price Score.
32.2 20% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications,
the City uses the "Contractor's Statement of Qualifications" attached within and past experience
with the contractor. The City may also interview the job superintendent at a time to be named
after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows:
(Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns
points based upon the responses the contractor provides in the "Contractor's Statement of
Qualifications" And any past experience with the contractor. The "Contractor's Statement of
Qualifications" is a minimum, and you may provide additional pertinent information relevant to
the project for which you are submitting this proposal.
32.3 10% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively
evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five
points allowable. Each evaluator assigns points based upon the responses you provide in your
"Safety Record Questionnaire" and the Contractors Experience Modification Ratio. The
Contractor must submit this ratio with his bid. Contractors with an Experience Modification
Ratio greater than 1 may be assessed zero pouts for etlus cntenon subject to review o£ safety
records The City may consider any incidence involving worker safety or safety µof Lubbock
residents, be it related or caused by environmental, mechanical, operational, supervision or any
other cause or factor under the contractor's control. Evaluators base their rating primarily upon
how well you document previous offenses with the date of the offense, location where the
offense occurred, type of offense, final disposition of the offense, and any penalty assessed as
well as the Experience Modification Ratio.
10
i
�C
32.4 10% CONSTRUCTION TIlVIE (FORFIVIOSTCRITICAL''IANI },-This criterion is, as with
price, objective and evaluators use the following formula when determmnmg construction time as
a factor for construction contract Dronosals. The coiisixictionhme.for thiscnterion shall ea
'eclamat�onPla_nt (EWR) Gxound Storage= Tanker; (ST) The lowest construction time
proposal of all the proposals becomes the standard by which all the construction time proposals
are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time
and dividing it by the construction time of the proposal being evaluated. That fraction is then
multiplied by the maximum point value multiplied by the weight of the construction time factor
for the construction time score. For example: (Lowest construction time/Current Proposal
construction time) x Maximum Point Value x Weight Factor = Construction Time Score
32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The
committee meets, during which time the Committee Chairperson totals the individual scores. If
the individual scores are similar, the Chairperson averages the scores then ranks offerors
accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates
discussion to determine the reasons for the differences and ensures that all evaluators are fully
knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee
based on committee discussion. Please note that offerors with higher qualifications scores could
be ranked higher than offerors with slightly better price scores.
The estimated budget for the construction phase of this project is 400 000.
Proposals shall be made using the enclosed Proposal Submittal Form.
33 SELECTION
33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most
advantageous to the City of Lubbock considering the relative importance of evaluation factors included in
this RFP.
33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR
OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO
ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS
SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL.
33.3 The City shall select the offeror that offers the best value for the City based on the published selection
criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected
offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or
time modification and any price change associated with the modification. If the City is unable to negotiate
a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that
offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or
all proposals are rejected.
33.4 In determining best value for the City, the City is not restricted to considering price alone, but may
consider any other factor stated in the selection criteria.
33.5 A proposal will be subject to being considered irregular and may be rejected if it shows
(( omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu
of the items specified, if the unit prices are obviously unbalanced (either in excess of or below
( reasonably expected values), or irregularities of any kind "
L
11
34. ANTI -LOBBYING PROVISION
34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE
CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND
REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH
ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON
THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE
COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR
PRESENTATIONS.
34.2 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.
35 PREVAILING WAGE RATES
35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the
worker is employed by the contractor or any subcontractor in the execution of the contract for the
project.
35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not
less than the general prevailing rate of per diem wages for the work of a similar character in the
locality in which the work is performed, and not less than the general prevailing rate of per diem
wages for legal holiday and overtime work. W
35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to
and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the
U. S. Department of Labor web site at the following web address to obtain the rates to be used in
Lubbock County:
h!!p://'w%"v.wdol.gov/dba.aspx
35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the
web site for the type of work defined in the bid specifications.
35.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
to the City of Lubbock $60 for each worker employed for each calendar day or part of the day
that the worker is paid less than the wage rates stipulated in the contract.
12
TEXAS GOVERNMENT CODE 4 2267
SELECTING CONTRACTOR FOR CONSTRUCTION
SERVICES THROUGH COMPETITIVE SEALED PROPOSALS
(a) In selecting a contractor through competitive sealed proposals for construction, rehabilitation, alteration, or
repair services for a facility or for construction of a project to which Section 252.043(d-1) applies, a
governmental entity shall follow the procedures prescribed by this section.
(a-1) In this section "facility" means an improvement to real property.
(b) The governmental entity shall select or designate an engineer or architect to prepare construction documents
for the project. The selected or designated engineer or architect has full responsibility for complying with
Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time
employee of the governmental entity, the governmental entity shall select the engineer or architect on the
basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code.
(c) The governmental entity shall provide or contract for, independently of the contractor, the inspection
services, the testing of construction materials engineering, and the verification testing services necessary for
acceptance of the facility or project by the governmental entity. The governmental entity shall select those
services for which it contracts in accordance with Section 2254.004, Government Code, and shall identify
them in the request for proposals.
(d) The governmental entity shall prepare a request for competitive sealed proposals that includes construction
documents, selection criteria, estimated budget, project scope, schedule, and other information that
contractors may require to respond to the request. The governmental entity shall state in the request for
proposals the selection criteria that will be used in selecting the successful offeror.
(e) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and, if any
are required to be stated, all prices stated in each proposal. Not later than the 45th day after the date of
opening the proposals, the governmental entity shall evaluate and rank each proposal submitted in relation
to the published selection criteria.
(f) The governmental entity shall select the offeror that offers the best value for the governmental entity based
on the published selection criteria and on its ranking evaluation. The governmental entity shall first attempt
to negotiate a contract with the selected offeror. The governmental entity and its engineer or architect may
discuss with the selected offeror options for a scope or time modification and any price change associated
with the modification. If the governmental entity is unable to negotiate a contract with the selected offeror,
the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the
next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected.
(g) In determining best value for the governmental entity, the governmental entity is not restricted to
considering price alone, but may consider any other factor stated in the selection criteria.
Page Intentionally Left Blank
i'
PROPOSAL SUBMITTAL FORM
Page Intentionally Left Blank
REVISED
PROPOSAL SUBMITTAL FORM
LUMP SUM PRICE PROPOSAL CONTRACT
DATE: 12-2-13
RFP: 14-11629-MA — Two Tank Coating Project
Proposal of N.G. Painting, L.P. (hereinafter called
Offeror)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the construction of a Two
Tank Coating Project having carefully examined the plans, specifications, instructions to offerors, notice to
offerors and all other related contract documents and the site of the intended work, and being familiar with all of
the conditions surrounding the construction of the intended project including the availability of materials and labor,
hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the
plans, specifications and contract documents, within the time set forth therein and at the price stated below. The
nricn to cover all exnences incurred in nerforminu the work remiired ender the cnntract rinciiments
Two Tank Rehabilitation Project
BID
ITEM
DESCRIPTION
QTY (+/- U/M
)
UNIT
PRICE
TOTAL COST
South East-Water.Reclaniation -Plant Ground Storage Tank
Mobilization - Including Contractor
1
mobilization, site containment BMPs, signage,
1
LS
1 0, 0 0 0.0 0
1 0, 0 0 0. 0 0
preparation, insurance, payment bond,
performance bond and demobilization.
Blasting Exterior- Including the removal of the
existing coating system while conforming to all
local, state, federal regulations, and must
2
conform the technical specifications specified
1
LS
70,000.00
70,000.00
herein. All removal, disposal, required
submittals, and protection systems for the
removal of the lead containing coating system is
subsidiary to this bid item.
Blasting Interior - Including the removal of the
existing coating system while conforming to all
local, state, federal regulations, and must
3
conform the technical specifications specified
1
LS
70,000.00
70,000.00
herein. All removal, disposal, required
submittals, and protection systems for the
removal of the lead containing coating system is
subsidiary to this bid item.
Exterior Coating System - Includes all
4
materials, labor and equipment needed for the
1
LS
20,000.00
20,000.00
proper application of the coating system
specified herein.
Interior Coating System - Includes all
5
materials, labor and equipment needed for the
1
LS
10,000.00
10,000.00
proper application of the coating system
specified herein.
North Water: Treatment Pliht'Backwash Tanik
Mobilization - Including Contractor
6 mobilization, site containment BMPs, signage, I LS 3,000.00 3, 0 0 0.0 0
preparation, insurance, payment bond,
performance bond and demobilization.
Blasting Exterior- Including the removal of the
existing coating system while conforming to all
local, state, federal regulations, and must
7 conform the technical specifications specified 1 LS 120,000.0 1 2 0, 0 0 0 .0 0
herein. All removal, disposal, required
submittals, and protection systems for the
removal coating system is subsidiary to this bid
Exterior Coating System - Includes all
8 materials, labor and equipment needed for the 1 LS 2 0, 0 0 0. 0 0 2 0, 0 0 0.0 0
proper application of the coating system
specified herein.
TOTAL ]PROJECT AMOUNT 3 2 3, 0 0 0.0 0
Offeror's Initials
Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to
Proceed" of the Owner and to substantially complete the project within ( 180 ) Consecutive Calendar Days
Completed by Contractor
(180) Written Days Completed by Contractor CONSECUTWE CALENDAR thereafter as stipulated in the
specifications and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages
the sum of $300 ,Per day for each consecutive calendar day in excess of the time set forth herein above for
completion of this project, all as more fully set forth in the general conditions of the contract documents.
Additionally, specifically related to the removal and application of coatings inside of the Effluent
Application Tank, Offeror hereby agrees to pay the Owner the sum of $1,000 per day for each consecutive
calendar day in excess of 45. days for operational shutdown of Effluent Application Tank. Calculation of totals
days shall begin on the date accepted by South East Water Reclamation Plant (SEWRP) operations staff upon
written request by the Offeror.
( 2 0 )number -of proposed operational shutdown days proposed for the South East Water Reclamation
Plant (SEVW).Ground. Storagp. Tank (GST). Not to exceed 60 days.
Offeror understands and agrees that this proposal submittal shall be completed and submitted in
accordance with instruction number 29 of the General Instructions to Offerors.
Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any
formality in the proposing.
The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the
scheduled closing time for receiving proposals.
The undersigned Offeror hereby declares that he has visited the site of the work and has carefully
examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he
t
further agrees to commence work on the date specified in the written notice to proceed, and to substantially
complete the work on which he has proposed; as provided in the contract documents.
Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's
check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable
surety company, payable without recourse to the order " *he City of Lubbock in an amount not less than five
percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract,
obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice
of award of the contract to him.
Initials
Offeror's
f'
Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a '
Cashier's Check or Certified Check for hated=-ed A or a
Proposal Bond in the sum of sixteen thousand one Dollars ($_1 6 ,1 50. 04 which it is
agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance
certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of
receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be
returned to the undersigned upon demand.
Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all
contract documents made available to him for his inspection in accordance with the Notice to Offerors.
Pursuant to Texas Local Government Code
252.043(g), a competitive sealed proposal that has
been opened may not be changed for the purpose of
correcting an error in the proposal price.
THEREFORE, ANY CORRECTIONS TO THE
(Seal if Offeror is a Corporation)
�
ATTEST:
�
Secretary
Offeror acknowledges receipt of the following addenda:
Addenda No. 1 Date l- as
Addenda No. �_ Date
Addenda No. Date`
Addenda No. Date
Date: 12-2-13
Autl ' ed Signatur
Nick Gramat' kis
(Printed or Typed Name)
N.G. Painting, L.P.
Company
1225 Bandera Hwy, Ste. A2
Address
Kerrville Kerr
City,
Texas
State
Telephone: 8 3 0
Fax: 8 3 0 -
County
78028
Zip Code
257-5940
92-4968
Email:nncrn-n i ni- i nrr h-ctc . net
FEDERAL TAX ID or SOCIAL SECURITY No.
74-2539112
M VVBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
w
SureTec
r
KNOW ALL MEN BY THESE PRESENTS, that we NG Painting, LP as principal, hereinafter called the "Principal,"
and SURETEC INSURANCE COMPANY, 1330 Post Oak Boulevard, Suite 1100, Houston, Tx 77056, 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 (5%) of the Amount Bid by Principal for the payment of which sum well and
1 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 Two Tank Coating Project.
NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as
specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such
Contract, 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.
PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution
of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that
financing has been firmly committed to cover the entire cost of the project.
SIGNED, sealed and dated this 26th day of November, 2013.
NG Painting, LP
(Principal)
TITLE:
SureTec Insurance Company
(Aw a"
BY:
Tnifer Smi , Attorney -in -Fact
I
Suretec Bid Bond Form Rev 1.1.06
POA #: 4221008
SureTec Insurance Company
LL IITED POWER OF ATTORNEY
Know All Alen by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Michael T. Siegeler, Teresa S. Muniz, Jennifer Smith
its true and lawful Attomey-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge
and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the
conditions of contracts and consents of surety for:
Ten Million and 00/100 Dollars ($10,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate
seal of the Company and,duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the
premises. Said appointment shall continue in force until 1213112015 and is made under and by authority of the following
resolutions of the Board of Directors of the SureTec Insurance Company:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20'h of April,
1999.)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 21 st day of March, A.D. 2013.
5\jRA �� SURETEC INSURANCE COMPANY
\� ............. O
rn ! X I \%0 By:
w 5 � z John 14nox Jr: resident
State of Texas ss: t, 1
County of Harris • .. . /
bP1Yl�
On this 21st day of March, A.D. 2013 before me personally came John Knox Jr., to me known, who, being by me duly swom, did depose and say, that he
resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
JACQUELYN MALDONA00
Notary Public
State of Texas
'gym• � My Comm. Exp.5118/2017 Jacq elyu Maldonado, Notary Public
My commission expires May 18, 2017
1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this 4�day ofu . ,, A.D.
na
t . Bre t Beaty, Assistant ecretary
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST.
CONTRACTORS STATEMENT OF QUALIFICATIONS
Individual contractors and joint ventures submitting a bid must complete the following evaluation information for
the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate
evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following
Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection
of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER.
In evaluating a firm's qualifications, the following major factors will be considered:
A. FINANCIAL CAPABILITY:
For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by
the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER.
B. EXPERIENCE:
Do the organization and key personnel have appropriate technical experience on similar projects?
C. SAFETY:
Does the organization stress and support safety as an important function of the work process?
D. QUALITY OF WORK:
(1) Does the organization have a commitment to quality in every facet of their work - the process as
well as the product?
(2) Does the organization have a written quality philosophy and/or principles that exemplifies their
work? If so, submit as Attachment "A".
(3) Has this organization ever received an award or been recognized for doing "quality" work on a
project? If so, give details under Attachment "A".
E. CONFORMANCE TO CONTRACT DOCUMENTS:
(1) Does the organization have a commitment and philosophy to construct projects as designed and as
defined in the Contract Documents?
The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right
to require the submission of additional information.
The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the
lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non-
responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances
and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm.
Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project.
Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate
termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages
to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and
damages.
Complete the following information for your organization:
Contractor's General Information
Business As
Business Address of Principle Office
N.G. Painting, L.P.
1225 Bandera Hwy, Ste. A2
Kerrville. TX 78028
Telephone Numbers 8 3 0— 2 5 7— 5 9 4 0
Main Number
Fax Number 830-792-4968
Web Site Address
Form of Business (Check One) A Corporation I x1 A Partnership An Individual
Date of Incorporation
State of Incorporation
Chief Executive Officer's Name
President's Name
Vice President's Name(s)
Business Address
Average Number of Current Full Time I
20 I Average Estimate of Revenue for 15,000,000
Employees the Current Year
T
Contractor's Organizational Experience
Organization Doing Business As
N.G. Painting, L.P.
Business Address of Regional Office
1225 Bandera Hwy, Ste. A2
Kerrville, TX 78028
Name of Regional Office Manager
Dawn Pults
Telephone Numbers
8 3 0— 2 5 7— 5 9 4 0
Main Number
Fax Number
830-792-4968
Web Site Address
o
List of names that this organization currently, has or anticipates operating under over the history of the organization,
including the names of related companies presently doing business:
Names of Organization
From Date
To Date
N.G. Painting,L..
1987
current
List of companies, firms or organizations that own any part of the organization.
Name of companies, firms or organization
Percent Ownership
n/a
Years experience in projects similar to the proposed project: 26
As a General Contractor
26
As a Joint Venture Partner
Has this or a predecessor organization ever defaulted on a project or failed to complete any
work awarded to it?
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization been released from a bid or proposal in the past ten
ears?
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever been disqualification as a bidder or proposer by any
local, state or federal agency within the last five ears?
No
If yes provide full details in a separate attachment. See attachment No.
Is this organization or your proposed surety currently in any litigation or contemplating
litigation?
No
If yes provide full details in a separate attachment. See attachment No.
Has this or a predecessor organization ever refused to construct or refused to provide materials
defined in the contract documents?
No
If yes provide full details in a separate attachment. See attachment No.
i
Contractor's Proposed Key Personnel
Organization Doing Business As
a•• • • A •
Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart.
Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment
No.
See Attached
Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational
cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to
this description. See attachment No.
Provide information on the key personnel proposed for this project that will provide the following key functions.
Provide information for candidates for each of these positions on the pages for each of these key personnel. Also
provide biographical information for each primary and alternate candidate as an attachment. The biographical
information must include the following as a minimum: technical experience, managerial experience, education and
formal training, work history which describes project experience, including the roles and responsibilities for each
assignment, and primary language. Additional information highlighting experience which makes them the best
candidate for the assignment should also be included.
Role
Primary Candidate
Alternate Candidate
Project Manager
k r m tik
tkis
Project Superintendent
Pete Georgant
nis
Project Safety Officer
George Gramat
kaki s
Quality Control Manager
JGeorge Gramat
kakis
If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how
much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time
that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to
be divided between this project and their other assignments.
Proposed Project Managers
Organization Doing Business As
Name of Individual
N.G. Paintin L.P.
Nick Gramatikakis
Years of Experience as Project Manager
26
Years of Experience with this organization
26
Number of similar projects as Project Manager JA11
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Harris Co MUD 84
50%
12-10-13
SS WSC
50%
12-20-13
Reference Contact
Information(listing names indicates a roval to contacting the
names individuals as a reference
Name
Nick Gramatikakis
Name
Title/Position
President
Title/Position
Organization
Or anization
Telephone
830-257-5 40
Telephone
E-mail
n ' ckA ncrl2a int ing net
E-mail
Project
I Project
Candidate role on
Project
Name of Individual
project Manager
Candidates role
on Project
Years of Experience as Project Manager
Years of Experience with this organization
Number of similar projects as Project Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Name
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role
on Project
Proposed Project Superintendent
Organization Doing Business As
Name of Individual
N.G. Paintin L.P.
Pete Geor antonis
Years of Experience as Project Superintendent
13
Years of Experience with this organization
13
Number of similar projects as Superintendent
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
S S WSC
100%
12-20-13
Reference Contact Information(listing names indicates ap val to contactingthe
names individuals as a reference
Name
Pete Georgantonis
Name
Title/Position
Su erintendent
Title/Position
Organization
N.G. PaintingOrganization
Telephone
830-377-2218
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Name of Individual
Superintendent
Candidate role
on Project
George Georgantonis
Years of Experience as Project Superintendent
16
Years of Experience with this organization
16
Number of similar projects as Superintendent
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Harris County MUD 84
100$
12-10-13
Name
George GeorgantonisName
Title/Position
Superintendent
Title/Position
Organization
N.G. Painting
Organization
Telephone
21 0 — 317 — 2 818
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Superintendent
Candidate role
on Project
10
1
[ ' Proposed Project Safety Officer
Organization Doing Business As N.G. Painting, L.P.
Name of Individual Geor e Gramatikakis
Years of Experience as Project Safety Officer
6
Years of Experience with this organization
6
Number of similar projects as Safety Officer
30
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
SS WSC
50%
12-20-13
Harris Co MUD
50%
12-10-13
Reference Contact
Information(listing names indicates a royal to contacting the
names individuals as a reference
Name
George Gramatikakis
Name
Title/ Position
Safety Manager
Title/ Position
Organization
N.G. Painting, L.P.
Organization
Telephone
8 3 0- 2 5 7— 5 9 4 0
Telephone
E-mail
georqe@nqpainting.net
E-mail
Project
I Project
Candidate role on
Project
Safety Manager
Candidate role
on Project
Name of Individual
Years of Experience as Project Safety Officer
Years of Experience with this organization
Number of similar projects as Safety Officer
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
Name
7Name
Title/ Position
Or anization
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role
on Project
11
1
Proposed Project Quality Control Manager
Organization Doing Business As
Name of Individual
N.G. Paintin L.P.
Geor �eG amatikakis
Years of Experience as Quality Control Manager
6
Years of Experience with this organization
6
Number of similar projects as Quality Manager
30
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
SS WSC
50%
12-20-13
Harris Co MUD 84
50%
12-10-13
Reference Contact
Information(listing names indicates ap al to contacting the
names individuals as a reference
Name
Geor e Gramatikakis
Name
Title/ Position
OC Manager
Title/ Position
Organization
N.G. Painting
Organization
Telephone
8 3 0— 2 5 7— 5 9 4 0
Telephone
E-mail
eor a@n aintin . ne
E-mail
Project
Project
Candidate role on
Project
Name of Individual
QC Manager
Candidate role
on Project
Years of Experience as Quality Control Manager
Years of Experience with this organization
Number of similar projects as Quality Manager
Number of similar projects in other positions
Current Project Assignments
Name of Assignment
Percent of Time Used for
this Project
Estimated Project
Completion Date
11=03111• • R-1111MINNIM11101111
Name
WIN • •
Name
Title/ Position
Title/ Position
Organization
Organization
Telephone
Telephone
E-mail
E-mail
Project
Project
Candidate role on
Project
Candidate role
on Project
12
Contractor's Project Experience and Resources
Organization Doing Business As
' e0 1 W1
Provide a list of major projects that are currently underway, or have been completed within the last ten years on
Attachment A
Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five
ears which specifically illustrate the organizations capability to provide best value to the Owner for this prQiect.
Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the
proposed key personnel.
Provide a description of your organizations approach to completing this project to provide best value for the Owner.
Including a description of your approach in the following areas:
1. Contract administration
2. Management of subcontractor and suppliers
3. Time management
4. Cost control
5. Quality management
6. Project site safety
7. Managing changes to the project
8. Managing equipment
Provide a list of major equipment ro osed for use on this ro'ect. Attach Additional Information if necessa
Equipment Item
Primary Use on Project
Own
BWiill
Lease
See Attached List
IMIMIR. HR. M. 19111MI e Iffillmll emir ..
What work will the organization complete using its own resources?
A11 proposed work
What work does the organization propose to subcontract on thisproject?
None
13
Contractor's Subcontractors and Vendors
Organization Doing Business As N.G. Painting, L.P.
••
Provide a list of subcontractors that will provide more than 10 percent of the work based on contract amounts
Name
Work to be Provided
Est. Percent
of Contract
HUB/MWBE
Firm
No subcontractors
Provide information on the proposed key personnel, project experience and a description of past relationship and
work ex erience for each subcontractor listed above using the Project Information Forms.
Provide a list of major equipment ro osed for use on this project. Attach Additional Information if ary
Vendor Name
Equipment / Material Provided
Furnish
Only
Furnish
and
Install
HUB/M
WBE
Firm
14
r r ,
Attachment A
Current Projects and Project Completed within the last 10 Years
Project Owner
I See Attached
Project Name
General Description of Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
Project Owner I I Project Name
General Description of Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
Project Owner I I Project Name
General Description of Project:
Project Cost
Date Project Completed
Key Project Personnel
Project Manager
Project Superintendent
Safety Officer
Quality Control
Manager
Name
Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference)
Name
Title/ Position
Organization
Telephone
E-mail
Owner
Designer
Construction Manager
15
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Offeror
Must be submitted with Proposal
I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been
reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to,
within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance
certificate to the City meeting all of the requirements defined in this proposal.
r
Contr t ( Original ignat e)
Nick Gramatikakis
Contractor (Print)
CONTRACTOR'S BUSINESS NAME: N.G. Painting, L.P.
(Print or Type)
CONTRACTOR'S FIRM ADDRESS: 1 225 Bandera Hwy, Ste. A2
Kerrville, TX 78028
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please contact the
Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572.
PROPOSAL 14-11629-MA — Two Tank Coating Project
SAFETY RECORD QUESTIONNAIRE
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to
Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and
criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts.
The definition and criteria for determining the safety record of a proposer for this consideration shall be:
The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may
consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by
environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among
other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the proposer for violations of OSHA regulations within the past three (3) years.
b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
offeror and his or her ability to perform the services or goods required by the proposal documents in a safe
environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock.
In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential
contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following
three (3) questions and submit them with their proposals:
QUESTION ONE
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO— \Z_
If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed.
Offeror's Initials
i
QUESTION TWO
1Y
Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or '
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO V
If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and
penalty assessed.
QUESTION THREE
Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted in serious bodily injury or death? /
YES NO
If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its
proposal submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
QUESTION FOUR
Provide your company's Experience Modification Rate and supporting information: la-&6tGh roU
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected.
Signa
President
Title
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or
making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are
suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and
its principals are not suspended or debarred by a Federal agency.
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.
COMPANYNAME: N.G. Painting, L.P.
FEDERAL TAX ID or SOCIAL SECURITY No. 7 4— 2 5 3 91 1 2
Signature of Company Official:
Printed name of company official signing above: (Ni_CX1/1Gramatikakis
Date Signed: 1 2-2-1 3
Pa2e Intentionally Left Blank
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
LIST OF SUB -CONTRACTORS
Company Name Location Services Provided
No subcontractors drill be used
Minority Owned
Yes No
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO
SUBMITTED BY:
N.G. Painting, L.P.
(PRINT NAME OF COMPANY)
PROPOSAL 14-11629-MA — Two Tank Coating Project
V,
Page Intentionally Left Blank
a-1Aa4 Cn77 -&1) t
_
N.G. PAINTING, L.P.
PRIME CONTRACTOR
PROJECT DESCRIPTION
NAME OF TANK, SIZE
p
s
CONTACT & PHONE #
START/END DATES
& SHROUD/LEAD
City of Wharton
10-01-02 to 01-31-03
Hwy. 59 & Wayside 500,000 GL
Jimmy Dunham, P.E.
Elevated Tanks & One Ground
979-690-6555
Storage Tank
No Shroud/ No Lead
f
SAWS
10-02-02 to 03-30-03
0.8 MG Ground Water Storage
Pate Engineers, Inc.
Tank at the Market Station
713462-3178
Yes Shroud/ No Lead
City of Duncanville
11-06-02 to 11-19-02
River Oaks 1.0 MG Elevated
t . ;
Bahram Niknam, P.E.
Storage Tank
469-374-9800
No Shroud/ No Lead
Epcon, Inc.
11-18-02 to 12-13-02
SUB -CONTRACTOR
Edward Flores
Lake Meredith
915-562-4159
No Shroud/ No Lead
City of Boyd
12-09-02 to 02-25-03
30,000 and 200,000 Gallon
Wasteline Engineering
Elevated Storage Tanks Rehab.
817-441-1300
No Shroud/No Lead
City of Seagraves
01-03-03 to 01-15-03
150,000 Gallon Elevated
Parkhill, Smith & Cooper, Inc.
Eagle Tower
806-473-2200
No Shroud/ No Lead
TXDOT- Nueces County
01-17-03 to 03-07-03
Cleaning & Painting Existing
Martin Horst
Structures, Hwy. SH0286
361-808-2261
City of Georgetown
01-21-03 to 5-30-03
2 MG Sequoia Spur Ground
Jimmy Dunham, P.E.
Storage Tank Rehabilitation
979-690-6555
No Shroud/ No Lead
City of Saginaw
01-27-03 to 05-06-03
750,000 Gallon Elevated Storage
Kimley, Horn & Assoc.
Tank Rehabilitation
817-335-6511
Yes Shroud/ Yes Lead
Benbrook Water & Sewer Auth.
02-04-03 to 02-28-03
Hilltop Heights 1.5 MG
i
Carter & Burgess, Inc.
Ground Storage Tank
817-735-6000
Yes Shroud/ Yes Lead
City of Cedar Park
03-03-02 to 04-15-03
100,000 Gallon
'
Davis Engineering, Inc.
Standpipe Rehabilitation
512-257-0888
Yes Shroud/ Yes Lead
Travis County MUD
03-10-03 to 04-25-03
Painting 500,000 Gallon
Murfee Engineering
Elevated Storage Tank
512-327-9204
No Shroud/ No Lead
City of Highland Village
04-08-03 to 05-07-03
Idlewild Court Elevated
BW2 Engineers
Storage Tank
972-864-8200
Yes Shroud/ Yes Lead
N.G. PAINTING, L.P.
PRIME CONTRACTOR
PROJECT DESCRIPTION
NAME OF TANK, SIZE
CONTACT & PHONE #
START/END DATES
& SHROUD/LEAD
City of Spearman
04-28-03 to 05-12-03
Avenue D & 7th Street 500,000
Brandt Engineers
Gallon Ground Storage Tanks
806-353-7233
No Shroud/ No Lead
City of Arlington
05-12-03 to 07-11-03
Golden West 2.5 MG Elevated
Bahram Niknam, P.E.
Storage Tank
469-374-9800
Yes Shroud/ Yes Lead
City of Grand Prarie
05-05-03 to 05-09-03
Repainting of NW 13th Street
Bahram Niknam, P.E.
100,000 Gallon Ground Tank
469-374-9800
No Shroud/ No Lead
City of Tomball
05-19-03 to 06-16-03
Pine Street Water Plant
Jimmy Dunham, P.E.
Ground Storage Tank Rehab.
979-690-6555
No Shroud/ No Lead
City of Vernon
05-15-03 to 10-10-03
Repainting & Renovation South
Brandt Engineers
Elevated Tank & West Elevated
806-353-7233
Tanks, Yes Shroud/ Yes Lead
City of Longview
09-15-03 to 10-03-03
Spring Hill 250,000 Gallon
NRS Consulting Engineers
Elevated Tank Improvements
903-758-2010
No Shroud/ No Lead
Tank Builders, Inc.
11-06-03 to 01-23-04
SUB -CONTRACTOR
Bruce Kromer
1.0 MG Ground Tank, City of
817-510-0160
Irving. Yes Shroud/ No Lead
City of Grapevine
10-15-03 to 01-03-04
Mustang 1.0 MG and Barton
Bahram Niknam, P.E.
0.250 MG Elevated Tanks
469-371-9800
No Shroud/ No Lead
Tank Builders, Inc.
11-04-03 to 12-18-03
SUB -CONTRACTOR
Bruce Kromer
City of Boerne
817-510-0160
Yes Shroud/ Yes Lead
City of Keller
12-02-03 to 03-19-04
Whitley 1.5 MG Elevated &
Bahram Niknam, P.E.
3.0 MG Ground Storage Tanks
469-374-9800
No Shroud/ No Lead
City of Irving
01-12-04 to 03-23-04
Renovation of Perry 2.5 MG
Todd Reck, P.E.
Elevated Water Storage Tank
972-721-2281
No Shroud/ No Lead
City of McKinney
03-05-04 to 04-02-04
Virginia Parkway 1.5 MG Single
Bahram Niknam, P.E.
Pedestal Elevated Tank
469-374-9800
No Shroud/ No Lead
Harris County W.C&I.D. #21
04-21-04 to 05-15-04
Cedar Lane Water Storage Tank
Dunham Engineering
Rehabilitation
979-690-6555
No Shroud/ No Lead
N.G. PAINTING, L.P.
PROJECT DESCRIPTION
CONTACT & PHONE #
City of Hewitt
Duff Consulting Engineers
254-756-5414
City of Pecos
Frank X. Spencer & Assoc.
432-445-3707
Tank Builders, Inc.
Bruce Kromer
817-510-0160
City of Borger
Parkhill, Smith & Cooper, Inc.
806-376-8600
Tank Builders, Inc.
Wayne French
817-510-0160
Tank Builders, Inc.
Bruce Kromer
817-510-0160
Tank Builders, Inc.
Bruce Kromer
817-510-0160
TXDOT-Jefferson County
David Hearnsberger, P.E.
409-898-5723
City of Kerrville
Howard Jackson
830-792-8317
City of North Richland Hills
Richard Albin, P.E.
817-390-I000
Bolivar Peninsula SUD
Dunham Engineering
979-690-6555
City of Stinnett
Brandt Engineers
806-353-7233
City of Spearman
Brandt Engineers
806-353-7233
START/END DATES
04-23-04 to 05-07-04
06-01-04 to 08-05-05
06-10-04 to 07-13-04
07-01-04 to 09-06-04
04-01-04 to 04-20-04
05-05-04 to 05-25-04
07-12-04 to 07-21-04
08-17-04 to 09-15-05
10-01-04 to 11-12-04
10-25-04 to 11-28-04
11-30-04 to 01-21-05
02-01-05 to 03-04-05
02-07-05 to 03-23-05
PRIME CONTRACTOR
NAME OF TANK, SIZE
& SHROUD/LEAD
Repainting Interior of 500,000
Gallon Ground Tank, Plant No. 2
No Shroud/ No Lead
Refurbishment of Two 3.0 MG
Ground Storage Tanks
No Shroud/ No Lead
SUB -CONTRACTOR
City of Corinth 0.5 MG GST
Yes Shroud/ No Lead
Rehabilitation of Three 1.0 MG
Ground Storage Tanks
Yes Shroud/ No Lead
SUB -CONTRACTOR
City of Celina FM 428 1.0 MG
Ground Storage Tank
SUB -CONTRACTOR
City of Ovilla Ground Storage
Tank, No Shroud/ No Lead
SUB -CONTRACTOR
Northeast TX MUD Ground
Storage Tank
Clean & Paint ExistingStructures
Highway IH10
Yes Shroud/ No Lead
Methodist Encampment &
Riverhill Ground Storage Tanks
Yes Shroud/No Lead
2.0 MG Booth Calloway
Ground Storage Tank
No Shroud/ No Lead
High Island Water Plant 1.0 MG
& 0.25 MG Water Storage Tanks
No Shroud/ No Lead
Downtown Elevated & Pump
Station Ground Storage Tanks
Yes Shroud/ Yes Lead
11`n Avenue Elevated Storage
Tank Rehabilitation
Yes Shroud/ Yes Lead
N.G. PAINTING, L.P.
PRIME CONTRACTOR
PROJECT DESCRIPTION
NAME OF TANK, SIZE
CONTACT & PHONE #
START/END DATES
& SHROUD/LEAD
North Green M.U.D.
03-16-05 to 04-15-05
Re -Coating of Water Plant
Van DeWiele Engineering
Facilities
713-782-0042
No Shroud/ No Lead
City of Schulenburg
04-11-05 to 04-25-05
300,000 Gallon Elevated Storage
O'Malley Engineers
Tank Repairs & Painting
979-836-7937
No Shroud/ No Lead
City of Pecos
04-11-05 to 07-29-05
Refurbishment of a 500,000
Frank X. Spencer & Assoc.
Gallon Elevated Storage Tank
432-445-3707
No Shroud/ No Lead
Horizon Regional M.U.D.
04-13-05 to 07-01-05
Ground Storage Tank
Gray Jansing & Assoc.
Rehabilitation
915-852-9093
Yes Shroud/ Yes Lead
Tank Builders
05-09-05 to 06-20-05
SUB -CONTRACTOR, Painting
Bruce Kromer
6 Tanks at the Toyota Plant
817-510-0161
No Shroud/ No Lead
Tank Builders, Inc.
05-16-05 to 05-25-05
SUB -CONTRACTOR
Bruce Kromer
Neveda W.S.C. GST
817-510-0160
No Shroud/ No Lead
Milligan W.S.C.
05-26-05 to 06-02-05
Recoating & Repair of a 420,000
Daniel & Brown, Inc.
Gallon Steel GST
972-784-7777
No Shroud/ No Lead
Dallas County Water Control
06-16-05 to 06-25-05
Hilltop Water Tower Painting
& Improvement Dist. No. 6
No Shroud/ No Lead
972-286-4477
City of New Boston
06-20-05 to 07-15-05
Painting & Rehab of
Stokes & Assoc.
300,000 Gallon Elevated Tank
903-657-7558
No Shroud/ No Lead
City of Harker Heights
10-03-05 to 03-17-06
Cedar Oaks, Arrowhead
The Wallace Group, Inc.
& Maintenance Yard Storage
254-554-5959
Tanks & Hydro Tanks
San Antonio Water
10-06-05 to 12-05-05
Leon Creek & Dos Rios
Jeff Pollock, P.E.
Water Recycling Center
210-259-1306
No Shroud/ No Lead
Air Force Village II
11-14-05 to 12-01-05
0.226 MG Ground Storage Tank
Slay Engineering Co.
No. 1 Rehabilitation
210-734-4388
No Shroud/ No Lead
Richey Rd. M.U.D.
12-05-05 to 01-06-06
900,000 Gallon Ground Storage
Van De Wiele Engineering
Tank Rehabilitation
713-782-0042
No Shroud/ No Lead
N.G. PAINTING, L.P.
PRIME CONTRACTOR
PROJECT DESCRIPTION
NAME OF TANK, SIZE
CONTACT & PHONE #
START/END DATES
& SHROUD/LEAD
City of Pantego
12-12-05 to 07-28-06
Rehabilitation of One Elevated &
TRC Engineers
Two Ground Storage Tanks
214-369-9171
No Shroud/ No Lead
City of Waxahachie
01-04-06 to 03-17-06
1.5 MG Northeast Elevated
Birkhoff, Hendricks, Conway
Storage Tank
214-361-7900
No Shroud/ No Lead
City of Midlothian
01-20-06 to 02-25-06
1.0 MG Pedestal Composite
Deltatek Engineering
Elevated Tank Rehabilitation
469-374-9800
No Shroud/ No Lead
City of Houston
02-13-06 to 12-22-07
District 218 1.0 MG & Heights
Pate Engineers
5.8 MG Ground Storage Tanks
713-462-3178
No Shroud/ No Lead
City of Seminole
02-29-06 to 03-06-06
Repaint 500,000 Gallon
West Texas Consultants
Ground Storage Tank
432-523-2181
No Shroud/ No Lead
City of Richmond
04-03-06 to 06-23-06
City Hall 100,000 Gallon
Kelly R. Kaluza & Assoc.
Elevated Storage Tank
281-341-0808
No Shroud/No Lead
City of McAllen
04-24-06 to 06-10-06
Improvements to Cedar Water
Public Utilities
Tower
} 956-972-7000
No Shroud/ No Lead
Tank Builders, Inc.
05-11-06 to 06-16-06
SUB -CONTRACTOR
Wayne French
City of Murphy, Two Ground
817-510-0160
Storage Tanks Repaint
Tank Builders, Inc.
07-03-06 to 08-15-06
SUB -CONTRACTOR
Wayne French
SAWS 3.0 MG Ground Tank
817-510-0160
No Shroud/ No Lead
City of Chickasha, OK
07-17-06 to 08-20-06
SUB -CONTRACTOR
Landmark Structures
Water System Improvements
817-439-8888
No Shroud/ No Lead
s
City of Houston
10-06-06 to 06-26-08
Rehabilitation of Three Ground
Pate Engineers
Storage Tanks at 3 PumpStations
713462-3178
No Shroud/ No Lead
TX Dept. of Criminal Justice
11-27-06 to 01-19-07
Repair of Elevated Storage Tank
Parkhill, Smith & Cooper
at the Stringfellow Unit
806-473-2200
No Shroud/ No Lead
Landmark Structures
12-06-06 to 01-26-07
SUB -CONTRACTOR
Matthew Wiatrek
City of Newbraunfels 750,000
i 817-439-8888
Gallon Ground Elevated Tank
N.G. PAINTING, L.P. PRIME CONTRACTOR
PROJECT DESCRIPTION NAME OF TANK, SIZE
CONTACT & PHONE # START/END DATES & SHROUD/LEAD ;
�1
SAWS
12-11-06 to 05-01-07
Rehab of5.0 MG & 50,000Gallon
Tetra Tech, Inc.
Tanks/ Artesia & WaldenHeights
No Shroud/ No Lead
Tank Builders, Inc.
01-02-07 to 1-24-07
SUB -CONTRACTOR
Wayne French
City of White Deer 100,000 Gallon
Elevated Storage Tank
City of Pampa
04-02-07 to 07-23-07
Rehab of Two 500,000 Gallon,
Parkhill, Smith & Cooper
150,000 Gallon & 50,000 Gallon
806-376-8600
Water Storage Tanks
City of Burleson
04-30-07 to 04-18-07
Industrial 2.0 MG & Mountain
David Smyth
Valley 0.3 MG Ground Tanks
817-447-5410
City of Seminole
05-14-07 to 7-25-07
Re -Coating 300,000 Gallon
West Texas Consultants
Elevated Storage Tank
432-523-2181
Thunderbird Utility District
05-14-07 to 07-09-07
500,000 Gallon Ground Storage
Dunham Engineering
Tank Rehabilitation
979-690-6555
No Shroud/ No Lead
City of McAllen
05-28-07 to 06-11-07
Trade Zone Elevated Tower
Public Utilities
Painting
956-972-7000
No Shroud/ No Lead
City of Benbrook
6-26-07 to 06-10-08
1 MG Ground Tank, 0.5 MG
Kimley-Horn & Assoc.
Elevated & 2 MG Ground Tanks
817-335-6511
Yes Shroud/ Yes Lead
SAWS
10-11-07 to 04-01-08
Rehab Two 5.0 MG Water
Tetra tech, Inc.
Storage Tanks Shields &
210-226-2922
Helotes, Yes Shroud/Yes Lead
Johnson County S.U.D.
11-05-07 to 01-07-08
Water Plant 34 Elevated and
Kimley-Horn & Assoc.
Ground Storage Tank Repaint
817-335-6511
No Shroud/ No Lead
Montgomery County MUD
11-05-07 to 11-20-07
300,000 Gallon Ground Storage
Bleyl & Associates
Tank Rehab.
936-441-7833
No Shroud/ No Lead
Memorial Villages Water
11-14-07 to 06-20-08
SUB -CONTRACT
R&B Group
Piney Point Water Plant
713-862-5800
No Shroud/ No Lead
City of Fort Worth
12-04-07 to 06-30-08
South Holly WTP Clearwell No.
Deltatek Engineering
6 & 7 Repainting & Renovation
469-374-9800
Yes Shroud/ Yes Lead
N.G. PAINTING, L.P. PRIME CONTRACTOR
PROJECT DESCRIPTION NAME OF TANK, SIZE
CONTACT & PHONE # START/END DATES & SHROUD/LEAD
Bexar Met Water
02-20-08 to 08-10-08
1.5 MG Vestal Tank
Tetra Tech
Rehabilitation
210-226-2922
Yes Shroud/ Yes Lead
Quail Valley Utility Dist.
02-27-08 to 03-27-08
Elevated Water Tank Rehab.
Dunham Engineering
No Shroud/ No Lead
979-690-6555
City of Woodville
03-11-08 to 04-07-08
GIB Lewis Prison Unit Elevated
KSA Engineering
Tank Rehabilitation
936-637-6061
No Shroud/ No Lead
City of Pearland
05-25-08 to 06-24-08
Floor Repair of Two
Dunham Engineering
Ground Storage Tanks
979-690-6555
No Shroud/ No Lead
City of Addison
07-14-08 to 7-30-08
Two Ground Storage Tanks
Jerry Davis
Painting
972-661-1693
No Shroud/No Lead
City of Canadian
07-28-08 to 10-02-08
Locust Street 100,000 Gallon
Brandt Engineers
Elevated Tank Rehab
806-353-7233
Yes Shroud/ Yes Lead
City of Sundown
08-11-08 to 09-10-08
200,000 Gallon Ground
Parkhill, Smith & Cooper
Storage Tank Repaint
806-473-2200
No Shroud/ No Lead
Kempner W.S.C.
10-02-08 to 11-16-08
2.0 MG Ground Storage Tank
Dunham Engineering
Rehabilitation
979-690-6555
No Shroud/ No Lead
City of Round Rock
10-29-08 to 02-12-09
Rehab of Southeast Elevated
Hot Inspection Services
& Southeast Ground Tanks
512-244-2523
No Shroud/ No Lead
Nueces County WC&ID
12-01-08 to 01-30-09
1,500,000 Gallon Ground Tank
Urban Engineering
at Mustang Pump Station
361-854-3101
Yes Shroud/ Yes Lead
City of Comanche
01-12-09 to 01-26-09
Painting 1.15 MG Water
Jacob & Martin
Storage Standpipe
817-594-9880
No Shroud/ No Lead
Texas Health & Human Svcs.
02-16-09 to 03-06-09
Luflcin State School 150,000
Kinsman & Associates
Gallon Elevated & 70,OOOGallon
972-644-7876
Ground Storage Tanks
City of Goree
02-25-09 to 03-05-09
50,000 Gallon Elevated Tank
Jacob & Martin
Recoating
325-695-1070
No Shroud/ No Lead
N.G. PAINTING, L.P.
PRIME CONTRACTOR
PROJECT DESCRIPTION
NAME OF TANK, SIZE
CONTACT & PHONE #
START/END DATES
& SHROUD/LEAD
Mayde Creek M.U.D.
03-09-09 to 03-19-09
Rehab of 0.2 MG Ground Tank
Pate Engineers
No. 1 & Hydro Tank No. 1
713-462-3178
No Shroud/ No Lead
City of Fort Stockton
03-20-09 to 05-18-09
3 MG Ground Storage Tank
Parkhill, Smith & Cooper
Reverse Osmosis TreatmentPlant
432-697-1447
Yes Shroud/Yes Lead
City of Benbrook
04-27-09 to 07-14-09
Hilltop Heights 150,000 Gallon
Brown & Gay Engineers
Ground Storage Tank
817-887-6130
No Shroud/ No Lead
SAWS
01-15-09 to 04-20-09
Helotes Ground Storage Tank
Tetra Tech
Yes Shroud/ No Lead
210-226-2922
Hayes CISD
06-08-09 to 07-22-09
Refinish Standpipe at
Martha Smith
Hayes High School
512-268-2141
No Shroud/ No Lead
City of Seguin
07-24-09 to 08-07-09
Kingsbury Street 1.0 MG
TRC Engineers
Elevated Tank
512-454-8716
No Shroud/ No Lead
T.D.C.J.
08-24-09 to I 1-06-09
100,000 Gallon Elevated Tank
Parkhill, Smith & Cooper, Inc.
at Darrington Untit
806-473-2200
No Shroud/ No Lead
City of San Antonio
09-14-09 to 11-06-09
Downtown Bridge
Chesney Morales & Assoc.
Maintenance
210-828-9481
Yes Shroud, No Lead
City of Trinidad
09-01-09 to 09-25-09
Water Tower Renovations
Hayter Engineering
No Shroud/ No Lead
903-785-0303
SAWS
11-30-09 to 08-01-10
2 MG Foster Elevated Storage
Freese & Nichols
Tank Rehabilitation
512-451-7955
Yes Shroud/No Lead
City of Grand Prairie
12-01-09 to 07-09-10
Reg. Compliance Well No. 25 &
Deltatek Engineers
Booster Pump Station Repainting
469-374-9800
Yes Shroud/No Lead
Tank Builders, Inc.
01-11-10 to 02-15-10
SUBCONTRACTOR
Wayne French
Sandridge Century Plant
817-510-0160
Water Tank, Fort Stockton
Tank Builders, Inc.
02-10-10 to 02-26-10
SUBCONTRACTOR
Wayne French
City of Hewitt, Ground
817-510-0160
Storage Tank
N.G. PAINTING, L.P.
PRIME CONTRACTOR
PROJECT DESCRIPTION
NAME OF TANK, SIZE
CONTACT & PHONE #
START/END DATES
& SHROUD/LEAD
City of Fort Worth
02-29-10 to 02-01-11
Alta Mesa 9.2 MG Ground,
Deltatek Engineering
Eastwood 1.5 MG Elevated &
469-374-9800
Como 6.0 MG Ground Tanks
Tank Builders, Inc.
04-12-10 to 04-21-10
SUBCONTRACTOR
Wayne French
Kramer Road Tank Painting,
817-510-0160
Burkburnett Yes Shroud
Tank Builders, Inc.
06-01-10 to 06-22-10
SUBCONTRACTOR
Wayne French
Denton County W.S.D.
817-510-0160
2009 Pump Station
City of Houston
06-01-10 to 10-21-10
Rehabilitation of 5 Ground
Brown & Gay Engineers
Storage Tanks & Cathodic
281-558-8700
Protection Systems
City of Hallsville
07-05-10 to 07-19-10
2010 Tank Painting &
Hayes Engineering
Repairs
903-758-2010
No Shroud/ No Lead
City of Dalhart
08-30-10 to 09-20-10
150,000 Gallon Prison
Brandt Engineers
Elevated Storage Tank
806-353-7233
No Shroud/No Lead
New Braunfels Utilities
10-01-10 to 12-07-10
Klingemann 1.5 MG
Wesley Hamff
Ground Storage Tank Rehab.
830-629-8471
City of Kerrville
12-06-10 to 01-13-11
College Cove 1.0 MG Ground
Dieter Werner, P.E.
Storage Tank Improvements
830-257-8000
City of Shavano Park
12-13-10 to 03 -0 1 -11
Huebner 500,000 Gallon
Manual Longoria, Jr.
Ground Storage Tank
.__ 210-493-3478
Yes Shroud/No Lead
City of Vernon
01-02-11 to 0 1 -21 -11
Ion Exchange Vessel
�X Kimley-Horn & Assoc.
817-335-6511
i City of Cedar Park
01-14-11 to 04-06-11
Rehab & Painting of Dies 1.5 MG
_ ! Davis Engineering
GST #2 & Dies 0.75 MG GST # 1
512-267-5393
Riverplace M.U.D.
02-08-11to 02-15-11
146,870 Gallon Ground
Gray Jansing & Assoc.
Storage Tank Rehab.
512-452-0371
. _ Weston M.U.D.
02-15-11 to 03-30-11
West Water Plant Recoating
Jacobs Engineering
s 832-351-6000
N.G. PAINTING, L.P.
PRIME CONTRACTOR
PROJECT DESCRIPTION
NAME OF TANK, SIZE
CONTACT & PHONE #
START/END DATES
& SHROUD/LEAD
^r
City of Copperas Cove
03-14-11 to 04-22-11
Long Mountain Water Tank
Dunham Engineering
Rehabilitation
979-690-6555
City of Fort Worth
03-18-11 to 11-01-11
Randol Mill 5.0 MG & Como
Bahram Niknam
5.0 MG GST Rehab
469-374-9800
Tyler County WSC
04-05-11 to 04-24-11
Dam B Water Plant 300,000
Bleyl & Associates
Ground Storage Tank Rehab
979-268-1125
Tank Builders, Inc.
04-25-11 to 05-08-11
SUBCONTRACTOR
Wayne French
DFW Airport
817-510-0160
J
City ofDimmit
04-25-1 Ito 05-22-11
Two 5 MG Tank Improvements
Marc Franklin
& Painting
806-376-8600
City of Vega
05-09-11 to 06-17-11
500,000 Gallon Ground Storage
Brandt Engineers
Tank Improvements
806-353-7233
Mackenzie M.W.A
06-12-11 to 01-13-12
Rehab ofTulia, Lockney and R
Brandt Engineers
Rock Creek GST's
806-353-7233
City of Perryton
10-11-10 to 11-30-11
Jefferson Elevated Water
Brandt Engineers
Storage Tank Rehabilitation
F-,
806-353-7233
New Braunfels Utilities
11-02-11 to 01-15-12
Kohlenberg 2.0 MG Stand Pipe
r
Herb Shadrock
Restoration
830-608-8969
City of Falfurrias
12-06-11 to 02-14-12
100,000 Gallon Elevated
Garcia & Wright Engineers
Storage Tank
"
210-349-5253
City of Cedar Park
01-16-12 to 04-16-12
2012 Water Tank Rehab.
Davis Engineering
210,000 Gallon GST &750,000
LJ
512-267-5393
Gallon EST
Ricewood MUD
02-06-12 to 03-10-12
Water Plant No. I Recoating,
1"
Van De Wiele & Vogler
500,000 GST & 25,000 Gallon
713-782-0042
Pressure Tank
City of Abilene
02-16-12 to 05-10-12
Hartford Elevated Storage
I_
Jacob & Martin
Tank Rehabilitation
325-695-1070
a
f
ti
N.G. PAINTING, L.P.
PRIME CONTRACTOR
PROJECT DESCRIPTION
NAME OF TANK, SIZE
CONTACT & PHONE #
START/END DATES
& SHROUD/LEAD
S.S. Water Supply Corp.
04-03-12 to 4-21-12
Highway 97 Plant 50,000
Southwest Engineers
& 100,000 Gallon GST
830-672-7546
City of Spearman
04-23-12 to 05-20-12
Avenue D 500,000 Gallon
Brandt Engineers
Ground Storage Tank
806-353-7233
Lumberton MUD
05-01-12 to 05-10-12
Repair of 500,000 Gallon
Dunham Engineering
EST No. 3
979-690-6555
City of Devers
05-13-12 to 07-07-12
50,000 Gallon Elevated
Carroll & Blackman, Inc.
Storage Tank Rehab
409-833-3363
City of Flower Mound
06-05-12 to 10-10-12
Waketon 1.0 MG Elevated
Kimley-Horn & Assoc.
Storage Tank Rehab
972-770-1300
Benbrook Water Authority
08-07-12 to 11-11-12
1.0 MG Ground GST &
Kimley Horn & Assoc.
0.5 MG EST Rehabilitation
817-335-6511
City of Franklin
10-22-12 to 01-06-13
100,000 Gallon Elevated
Jones & Carter, Inc.
Storage Tank #1 Rehab
979-731-8000
City of Arlington
11-05-12 to 02-24-13
Southeast & Matlock Elevated
Deltatek Engineering
Storage Tanks
469-374-9800
City of Cisco
01-08-13 to 02-28-13
Rehab of Elevated &
Enprotec/Hibbs & Todd
Ground Storage Tanks
325-698-5560
Tyler County WSC
01-21-13 to 02-03-13
Hillister Water Plant
Bleyl & Associates
Ground Storage Tank Rehab.
979-268-1125
City of Thrall
02-04-13 to 02-24-13
Ground Storage Tank
Hejl, Lee & Associates
Rehabilitation
512-642-3292
Montgomery County MUD 18
02-25-13 to 04-06-13
1.0 MG Ground Storage
Bleyl & Associates
Tank Recoating
936-441-7833
City of Fort Worth
02-25-13 to 4-30-13
South Holly WTP Lime
Kleinfelder, Inc.
Silos & Backwash Tank
512-491-4623
N.G. PAINTING, L.P.
PRIME CONTRACTOR
PROJECT DESCRIPTION
NAME OF TANK, SIZE
CONTACT & PHONE #
START/END DATES
& SHROUD/LEAD
Harris Co WCID No. 84
03-18-13 to 04-07-13
SUB -CONTRACTOR
R&B Group, Inc.
240,000 Gallon GST
713-862-5800
& 200,000 Gallon GST Painting
City of Sugar Land
04-08-13 to 05-19-13
1.5 MG First Colony GST
IDS Engineering
Rehabilitation
713-462-3178
City of Luflcin
05-24-13 to 09-15-13
Rehab of Two 2.1 MG
Everett Griffith, Jr & Assoc.
Ground Storage Tanks
936-634-5528
City of Sanford
06-04-13 to 06-16-13
Water Storage Tank Painting
Brandt Engineers
806-353-7233
City of Seagoville
09-14-13 to
Cain Street 500,000 Gallon
Halff Associates
Elevated Storage Tank Rehab
214-572-2272
City of Andrews
10-14-13 to 11-1013
Interior Coating of 1.4 MG
West Texas Consultants
Ground Storage Tank
432-523-2181
S S Water Supply Corp.
11-18-13 to
Whispering Oaks 300,000 Gallon
Southwest Engineers
Elevated Tank Recoating
830-672-7546
City of Lampasas
Spring Street Pumping Station
HDR Engineering
Improvements
512-912-5100
City of Friona
North Ground Storage Tank
Brandt Engineers
Rehabilitation
806-353-7233
Harris County WCID #116
400,000 Gallon North GST and
AEI Engineers
400,000 Gallon South GST Rehab.
2 81-350-7027
City of Tyler
Troup Highway 3.0 MG Standpipe
Wisenbaker, Fix & Assoc.
Cleaning & Painting
903-581-8141
Brazos Regional PUA
1 MG Ground Storage Tank
Childress Engineers
Rehabilitation
817-645-1118
N.G. 'Fainting LP
1225 Bandera Hwy. Ste. A2 Kerrville, TX 78028
P. (830) 257-5940 F. (830) 792-4968
ASSET SCHEDULE EQUIPMENT LIST
3 Graco X-45 X-Treme 45:1 Airless Spray Pumps
1 Graco X-90 X-Treme 90:1 Airless Spray Pumps
1 Graco Plural Component Airless Spray Pump
2 6- Ton Sand Pots
18- Ton Sand Pot
2 32-Ton Sand Hoppers
12 Sky Climber Air Motors
2 Graco 85:1 Bulldog Airless Spray Pumps
30 30x50 Geotarps
5 0 + Eagle Containment Tarps
1 Carbon Monoxide Detector
16000 CFM Concept Design Dehumidifier
16000 CFM Concept Design Dual Component Dehumidifier
110000 CFM Dry -Tech Dehumidifier
2 900 CFM Sullair Air Compressors
1925 CFM Ingersol Rand Air Compressor
11300 CFM Ingersol Rand Air Compressor
2185 CFM Ingersol Rand Air Compressor
1 185 CFM Sullair Air Compresor
11600 CFM Ingersol Rand Air Compressor
1125KW Ingersol Rand Generator
165KW Ingersol Rand Generator
145 KW Ingersol Rand Generator
130 KW Whisper Watt Generator
145000 CFM ARS Dust Collector
140000 CFM ECS Dust Collector
1 Ford Chassis Cab GapVax Vacuum Truck
1 ARS Super 6 Steel Grit Recycling Unit
1 ARS Super 8 Steel Grit Recycling Unit
1 Freightliner Sleeper Cab Semi Truck
152 ft. Flatbed Semi Trailer
152 ft. Drop Deck Semi Trailer _
12001 Ford F-250 1
2 2002 Ford F-250
12006 Ford F-250
12008 Ford F-250
12011 Ford F-250
3 36 Ft Gooseneck Trailers
6 20 Ft. Utility Trailers
2 BobCat Skid Loaders
1 Eagle Decon Trailer
2 Blast Trac RBW Remote Controlled Abrasive Blast Machines
EMPLOYEE LIST
Nick Gramatikakis
President,Owner
Since 1987
Dawn Pults
Office Manager
Since 1999
Erinn Jensen
Secretary
Since 2011
George Georgantonis
Supervisor
Since 1997
Pete Georgantonis
Supervisor
Since 2001
George Batsakis
Supervisor
Since 2005
Georgios Gramatikakis
Supervisor/
Since 2007
Safety Officer
Julio Bueso
Painter/Blaster
Since 2003
Nelson Zavala
Painter/Blaster
Since 2001
Lui Kulihaapai
Painter/Blaster
Since 1998
Sione Lasalosi
Painter/Blaster
Since 2001
Ahokata Schaaf
Painter/Blaster
Since 1998
Armando Velasquez
Painter/Blaster
Since 2008
Johnathan Cruz
Painter/Blaster
Since 2011
German Cordova
Painter/ Blaster
Since 2011
Samisone Tupou
Helper
Since 2007
Danny Uluakiola
Helper
Since 2010
Villiami Mahe
Helper
Since 2012
Page Intentionally Left Blank
PAYMENT BOND
Pa2e Intentionally Left Blank
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000)
�Ct4 C51 q 2'1�0
KNOW ALL MEN BY THESE PRESENTS, that N.G. Painting, L.P. (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 THREE HUNDRED TWENTY-THREE THOUSAND DOLLARS ($323,000) 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 9TH day of
Januarv. 2014. to
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond
a 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 o2014.
Surety
�' Pugfi rA , W
(Company Name)
By: N ck�rr
(Printed Name)
(Si e)
(Title)
T uOU'gned s ety company represents that it is duly qualified to do business in Texas, and hereby
designate1 an agent resident in Lubbock County to whom any requisite notices maybe delivered
and on whome of proc s m be had in matters arising out of such suretyship. r
t
i
Surety
f
Approved as to form: al
City of Lubbo
By:
City Attorney
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
:_ j
PERFORMANCE BOND
Page Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS,
as Principal(s), and
Vil lz'-(tou
called the Principal(s),
(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 THREE HUNDRED TWENTY-THREE THOUSAND DOLLARS ($323,000) 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 9T" day of
January, 2014, to
UJb l my--'�
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,
faithfully perform the work in
be void; otherwise to remain in
PROVIDED, HOVE
Texas Government Code, a
article to the same extent as
OF THIS OBLIGATION IS SUCH, that if the said Principal shall
plans, specifications and contract documents, then this obligation shall
bond is executed pursuant to the provisions of Section 2253.021(a) of the
on this bond shall be determined in accordance with the provisions of said
at length herein.
TF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
2014.
K�L VA A- ah. 3(� 1 --
(CompanyName)
By: Nick C-����r�� ►
(Printed Name)
(Si e)
'-�)C e_5k; CA �Y1 �—
(Title)
The ndersigned sure c mpan 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 hom se pro ss may be had in matters arising out of such suretyship.
urety
i it
Approved as to Form
City of Lu o
By:
City Attorney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
2
POA N: 4221008
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Michael T. Siegeler, Teresa S. Muniz, Jennifer Smith
its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge
and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the
conditions of contracts and consents of surety for:
Ten Million and 00/100 Dollars ($10,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said AttoMey-in-Fact may do in the
premises. Said appointment shall continue in force until 12/31/2015 and is made under and by authority of the following
resolutions of the Board of Directors of the SureTec Insurance Company:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any SeFretary-or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the'signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20'h of April,
1999.)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 21 st day of March, A.D. 2013.
SURETEC INSURANCE COMPANY
eVaA^!Qn
o,.• X �. o
m q •: By: —
w i w Di John N ox Jr resident
State of Texas ss:�:. 5.
County of Harrisa
On this 21 st day of March, A.D. 2013 before me personally came John Knox Jr., to me known, who, being by me duly swam, did deposa and say, that he
resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed [he above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
„xrW JACOUELYNMAO
Notary Public
State of Texas
My Comm. Exp. 5/1812017 JacgGelyn Maldonado, Notary Public
My commission expires May 18, 2017
I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect. I
Given under my hand and the seal of said Company at Houston, Texas this 1rM1 day of e 1 ,, A.D.
. Bre t Beaty, Assistant §ecretary
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 6:00 pm CST.
Page Intentionally Left Blank
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457 TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this
certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with
the provisions of the standard policies used by this comnanv, the further hereinafter described. Exceptions to standard volicv noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
❑ Commercial General Liability
General Aggregate $
❑ Claims Made
Products-Comp/Op AGG $
❑ Occurrence
Personal & Adv. Injury $
❑ Owner's & Contractors Protective
Each Occurrence $
❑
Fire Damage (Any one Fire) $
$
Med Exp (Any one Person)
AUTOMOTIVE LIABILITY
❑ Any Auto
Combined Single Limit $
❑ All Owned Autos
Bodily Injury (Per Person) $
❑ Scheduled Autos
Bodily Injury (Per Accident) $
❑ Hired Autos
Property Damage $
❑ Non -Owned Autos
GARAGE LIABILITY
❑ Any Auto
Auto Only - Each Accident $
❑
Other than Auto Only:
Each Accident $
Aggregate $
❑ BUILDER'S RISK
❑ 100% of the Total Contract Price
$
❑ INSTALLATION FLOATER
$
EXCESS LIABILITY
❑ Umbrella Form
Each Occurrence $
Aggregate $
❑ Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ ❑ Included
Statutory Limits
Partners/Executive ❑ Excluded
Each Accident $
Officers are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less
than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in
less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
(Name of Insurer)
MUST BE SENT TO THE CITY OF LUBBOCK
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 t
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes: �....,
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A LJ
CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT.
THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A
ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY
BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF
THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON
THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S
RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE
OPERATIONS.
I'
$-
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the project, regardless of the identity of their
employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and contractually require each person with whom it
contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(D) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(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;
(E) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
M notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(G) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
Page Intentionally Left Blank
a
[a
CONTRACT
Page Intentionally Left Blank
mm
CONTRACT 11629
I'
STATE OF TEXAS
E COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 9th day of January, 2014 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 N.G. Painting, L.P. of the City of, County of Kerr 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:
__ PROPOSAL 14-11629-MA — Two Tank Coating Project
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents
as defined in the General Condition of Agreement N.G. Painting, L.P.'s proposal dated December 2, 2013 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 proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to
make payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubback, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR:
N.G. Painting, L.P.
By:,
PRINTE AME:
TITLE:
COMPLETE ADDRESS:
Company N.G. Painting, L.P.
Address 1225 Bandera Hwy, Ste. A2
City, State, Zip Kerrville, Texas 78028
ATTEST:
Corporate Secretary
•&WAM"W100,05"Fli Fln
� M-1 - 0 IR In
►� : JT
ATTEST:
City tecretary
P
Attorney
TO CONTENT:
Water Utilities Engineer
P.E., City Engineer
• •CU
Page Intentionally Left Blank
I
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 N.G. Painting, L.P. 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 Turyin P.E., Chief Water Utilities Engineer, 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
t 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).
Q_,
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. (' j
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. The pipeline must be backfilled, tested, final grading and
seeding performed for substantial completion.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished 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 Li
documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from
Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work
contemplated by these contract documents or the completion of the work contemplated by these contract
documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to
comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no
extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and
place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the
Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees,
such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative (as distinguished from Resident Project Representative(s))has the authority to review all work
included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be
necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine
the amounts and quantities of the several kinds of work which are to be paid for under the contract documents,
and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases,
decide every question which may arise relative to the execution of this contract on the part of said Contractor.
The decision of the Owner's Representative shall be conclusive in the absence of written objection to same
delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's
Representative. In the absence of timely written objection by Contractor, as provided herein, any and all
objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project
Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the
work done under this Agreement, and to see that said material is furnished and said work is done in accordance
with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the
subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The
Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or
inspectors so appointed, when such directions and instructions are consistent with the obligations of this
Agreement and accompanying plans and specifications provided, however, should the Contractor object to any
orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days
make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by
Contractor, as provided herein, any and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be bome 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 man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men 'shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the 1_
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent
required by the contract documents. The Owner or Owner's Representative shall have the right at all times to
observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access
for such observation and testing at any location wherever such work is in preparation or progress. Contractor
shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and
shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's 1 A
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
3?
Owner's Representative has previously accepted the work. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such
other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and
shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents 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 further 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 workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined
by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted
by the Associated General Contractors of America. Where practical, the terms and prices for the -use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
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 seven (7) 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
t_ .
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
CERFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT.
THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A
ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON CONTRIBUTORY
BASIS TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF
THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON
THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S
RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
DOCUMENTS INCLUDING WORKER'S COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE
OPERATIONS.
A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation
required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000
Combined Single Limit in the aggregate and per occurrence to include:
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
Pollution Liability
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, $1,000,000 Combined Single
Limit. This policy shall be submitted prior to contract execution.
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, 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. DELETED
0 _7
E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required)
DELETED
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's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts. and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the 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
10
i_
F
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.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the proposal specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling
of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
11
(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;
(1) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30-point bold type
and text in at least 19-point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-
4000 (►vww tdi.state.mus) 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
12 t__=
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
1, on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and
employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising
out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men
and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance
of this contract and the project which is the subject matter of this contract. When Owner so desires, the
Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been
paid, discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting,in an wa manner or form the indemnity provided b Contractor in paragraph 27 hereof, the
Y Y> h' P Y P g p
-' 13
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 $300 (THREE HUNDRED) PER
DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and
every working day that the Contractor shall be in default after the time stipulated for substantially completing the `
work
14
i
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
-s agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner
as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the proposal; provided,
also, that 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.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which
the Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion
of this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its
work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or
other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God
or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same
setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty
(20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than within twenty (20) calendar days of written submission by
Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay
and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage
shall be paid by Owner to Contractor.
t.�
15
38.
39.
40.
41
42.
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 fumvished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to
be estimates, for the various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project, provided that the
over run or under run of estimated quantities note exceed 15% of the estimated quantity.
PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents
and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property,
related to, arising from or growing out of the performance of this contract.
PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work
by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive
such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses
incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and
according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's
Representative.
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.
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
16
f,.
F i
the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial
payment showing as completely as practical the total value of the work done by the Contractor up to and
including the last day of the preceding month. The determination of the partial payment by the Owner's
Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of
the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
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 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty
or warranties implied by law or otherwise.
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.
17
i_
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. j
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed,
(b) Claims filed or reasonable evidence indicating possible filing of claims,
(c) Damage to another contractor,
(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. J
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 l j
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
anmachine equipment, tools materials or supplies then on the job, but the same together with an materials
Y D'�PP J g Y
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.
18
�r
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
` with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said Contractor,
then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a
newspaper having a general circulation in the County of location of the work, may let the contract for the
completion of the work under substantially the same terms and conditions which are provided in this
contract. In case of any increase in cost to the Owner under the new contract as compared to what would
have been the cost under this contract, such increase shall be charged to the Contractor and the Surety
shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less
than that which would have been the cost to complete the work under this contract, the Contractor or his
Surety shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of
completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or
when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner,
then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and
the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor
and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
19
i°
I
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 CONTRACTOWS REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by 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 q''s
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
f
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
20
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as deemed in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or
other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock
for the goods or services provided under the contract, the City will terminate the contract, without termination
charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the
then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at
any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination.
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly
authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves
the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event
such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full
amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
58. NON -ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise,
including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction.
Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek
judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised
concurrently. To the extent of any conflict between this provision and another provision in, or related to, this
document, this provision shall control.
l._a 21
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 under a governmental contract
will be penalized $200 for each individual that has been misclassified. Governmental entities may want
to include information on this new misclassification penalty in their contracts with entities that are
providing services covered by this new requirement (Texas Government Code Section 2155.001).
22
DAVIS-BACON WAGE DETERMINATIONS
F
14
PaLye Intentionally Left Blank
EXHIBIT
A
General Decision Number: TX130262 05/17/2013 TX262
Superseded General Decision Number: TX20120262
State: Texas
Construction Type: Building
County: Lubbock County in Texas.
BUILDING CONSTRUCTION PROJECTS (does not include
single family
homes or apartments up to and including 4 stories).
Modification Number Publication Date
0 01/04/2013
1 03/29/2013
2 05/17/2013
* BOIL0531-001 01/01/2013
Rates
Fringes
Boilermaker ....................$ 22.71
20.63
----------------------------------------------------------------
BRTX0005-003 06/01/2012
Rates
Fringes
Bricklayer$19.50
173
-- ----------------------------------------
_
CARP0665-002 05/01/2010
Rates
Fringes
{
Carpenter ......................$ 20.18
----------------------------------------------------------------
5.56
[,'
ENGI0178-004 12/01/2009
Rates
Fringes
OPERATOR: Forklift ..............$ 21.20
9.35
----------------------------------------------------------------
IRON0263-017 06/01/2012
Rates
Fringes
Ironworker, reinforcing ........ $ 21.85
----------
5.40
------------
PAIN0053-003 04/01/2008
Rates
Fringes
Painter - Brush, Roller &
Spray ............................$ 15.81
------------------------------------------- ---------------------
4.56
PLUM0404-022 09/24/2012
Rates Fringes
PLUMBER/PIPEFITTER...............$ 22.50 6.25
----------------------------------------------------------------
SHEE0049-007 06/01/2011
Rates Fringes
SHEETMETAL WORKER (HVAC Duct
and Unit Installation) ........... $ 22.18 9.47
----------------------------------------------------------------
SUTX2009-168 06/03/2009
Rates
Fringes
CEMENT MASON/CONCRETE FINISHER ...
$ 18.58
0.00
ELECTRICIAN ......................$
18.09
2.36
IRONWORKER, STRUCTURAL ...........
$ 10.38
0.00
LABORER: Common or General ......
$ 8.86
0.00
LABORER: Mason Tender - Brick...$
11.00
0.00
OPERATOR: Backhoe/Excavator.....
$ 13.81
0.00
OPERATOR: Grader/Blade ..........
$ 12.97
0.00
OPERATOR: Loader (Front End) ....
$ 12.23
0.00
ROOFER ...........................$
12.06
0.00
TILE SETTER ......................$
8.50
0.00
TRUCK DRIVER .....................$
----------------------------------------------------------------
10.15
0.00
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
----------------------------------------------------------------
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
rate is union or non -union.
Union Identifiers
An identifier enclosed in dotted lines beginning with
characters other than "SU" denotes that the union
classification and rate have found to be prevailing for that
classification. Example: PLUM0198-005 07/01/2011. The first
four letters , PLUM, indicate the international union and the
four -digit number, 0198, that follows indicates the local union
number or district council number where applicable , i.e.,
Plumbers Local 0198. The next number, 005 in the example, is
an internal number used in processing the wage determination.
The date, 07/01/2011, following these characters is the
effective date of the most current negotiated rate/collective
bargaining agreement which would be July 1, 2011 in the above
example.
Union prevailing wage rates will be updated to reflect any
changes in the collective bargaining agreements governing the
rates.
0000/9999: weighted union wage rates will be published annually
each January.
Non -Union Identifiers
Classifications listed under an "SU" identifier were derived
from survey data by computing average rates and are not union
rates; however, the data used in computing these rates may
Y include both union and non -union data. Example: SULA2001-007
5/13/2010. SU indicates the rates are not union majority rates,
LA indicates the State of Louisiana; 2004 is the year of the
survey; and 007 is an internal number used in producing the
wage determination. A 1993 or later date, 5/13/2010, indicates
@I the classifications and rates under that identifier were issued
as a General Wage Determination on that date.
Survey wage rates will remain in effect and will not change
until a new survey is conducted.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
_ j
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT C
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
Page Intentionally Left Blank
City Of
ubbock
TWO TANK COATING PROJECT
TECHNICAL SPECIFICATIONS
�....................
GREG JOHN BAIER j
November, 2013
TABLE OF CONTENTS
TWO TANK COATING PROJECT
DIVISION 1— GENERAL REQUIREMENTS
01010
Summary of Work....................................................................4
01019
Contract Considerations..............................................................1
01028
Change Order Procedures...........................................................3
01039
Coordination of Meetings...........................................................3
01140
Work Restrictions....................................................................3
01300
Submittal Procedures.................................................................4
01310
Progress Schedules..................................................................2
01322
Photographic Documentation......................................................2
01400
Quality Requirements................................................................4
01500
Temporary Facilities and Control...................................................3
01630
Substitutions and Product Options.................................................1
01700
Contract Closeout.....................................................................3
DIVISION 9 — PAINTING
09900 Lead Removal..................................................................19
09905 Coating and Painting for Steel Water Storage Tanks .............................14
C. The Tanks will remain in service during the rehabilitation of each individual tank.
Coordination with Plant Staff and the Contractor will be arranged for the coating
application of the interior of the SEW" tank.
1.8 WARRANTY
A. Contractor shall provide a warranty for one (1) year after the date of final acceptance of
the work for all the contractor work performed on the two (2) tanks.
B. On the eleventh month of the subsequent year from the date of final acceptance, Owner's
Representative will schedule an annual Inspection with the presence of the Contractor to
inspect for defect in the work performed. Repaint any work that is considered defective
by the Owner's Representative.
C. Contractor shall remedy any defects in workmanship, and pay for any and all damages
of any nature whatsoever resulting in defects at no cost to the Owner.
1.9 PROPERTY PROTECTION
A. Contractor shall be aware of surrounding residences and commercial businesses or
buildings in the vicinity of the tank. Extreme care should be used in protecting
buildings and vehicles from falling debris, sand, paint, water or any materials that might
cause damage.
B. Contractor shall immediately correct any damage to the property to the satisfaction of
property owner. Payment shall be withheld in the amount of any claims until such time
as the claims are satisfied.
1.10 OWNERS REPRESENTATIVE
A. Owner's Representative shall be John Turpin P.E., Chief Water Utilities Engineer
B. Project Engineer shall be Greg Baier P.E.
C. Project Manager shall be Josh Kristinek.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
i3 Two Tank Coating Project 01010-3 November, 2013
4 }'
SECTION 01019
CONTRACT CONSIDERATIONS
PART 1— GENERAL
1.1 SECTION INCLUDES
A. Schedule of Values
B. Application for Payment
1.2 SCHEDULE OF VALUES
A. Submit a printed schedule on Project Manager approved Contractor's form or
electronic media printout.
B. Submit Schedule of Values in duplicate within five (5) days after receiving the
bid tabulation.
C. Revise schedule to list approved Change Orders, with each Application for
Payment.
1.3 APPLICATIONS FOR PAYMENT
A. Submit two (2) copies of each application on Project Manager approved
Contractor's form or electronic media printout.
B. Content and Format: Utilize Schedule of Values for listing items in Application
for Payment.
C. Payment Period: Monthly, submit application for payment on or about the 10"'
day of each month.
a. Each payment shall be reviewed by the Inspector and Contractor before
payment is submitted to review quantities installed and materials stored on
hand.
D. Include an updated construction progress schedule, materials received, and
manifest.
E. Submit the following along with the application for final payment:
a. The documentation for the completed project.
b. Signed affidavit from a Notary Public that all claims on this job have been
settled and that all bills owed by the Contractor for the project including
materials and labor have been paid.
c. Contractor warranties for this job shall be signed and sealed by a Notary
Public this includes all work performed by sub -contractors.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
Not used
END OF SECTION
Two Tank Coating Project 01019-1 November, 2013
SECTION 01028
CHANGE ORDER PROCEDURES
PART 1— GENERAL
1.1 SECTION INCLUDES
A. Submittals
B. Documentation of change in Contract Sum/Price and Contract Time
C. Change procedures
D. Stipulated price change order
E. Unit price change order
F. Time and material change order
G. Execution of change orders
H. Correlation of Contractor submittals
1.2 RELATED SECTIONS
A. Document — General Contract Conditions
B. Section 01300 — Submittals: Work schedule
C. Section 01700 — Contract Closeout
1.3 SUBMITTALS
A. Submit name of the individual authorized to receive change documents, and be
responsible for informing others in Contractor's employ or Subcontractors of
changes to the Work.
B. Change Order Forms.
1.4 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND
CONTRACT TIME
A. Maintain detailed records of work done on a time and material basis. Provide
full information required for evaluation of proposed changes, and to substantiate
costs of changes in the Work.
B. Document each quotation for a change in a cost or time with sufficient data to
allow evaluation of the quotation.
C. On request, provide additional data to support computations:
a. Quantities of products, labor, and equipment.
b. Taxes, insurance, and bonds.
c. Overhead and profit.
d. Justification for any change in Contract Time.
e. Credit for deletions from Contract, similarly documented.
D. Support each claim for additional costs, and for work done on a time and material
basis, with additional information:
a. Origin and date of claim.
b. Dates and times work was performed, and by whom.
c. Time records and wage rates paid.
Two Tank Coating Project
01028-1
November, 2013
d. Invoices and receipts for products, equipment, and subcontracts, similarly
documented.
1.5 CHANGE PROCEDURES
A. The Project Manager will advise of minor changes in the Work not involving an
adjustment to Contract Sum/Price or Contract Time as authorized by the Contract
by issuing supplemental instructions by letter.
B. The Project Manager may issue a Proposal Request which includes a detailed
description of a proposed change with supplementary or revised Drawings and
specifications, a change in Contract Time for executing the change. The
Contractor will prepare and submit an estimate within seven (7) days.
C. The Contractor may propose a change by submitting a request for change to the
Project Manager, describing the proposed change and its full effect on the Work,
with a statement describing the reason for the change, and the effect on the
Contract Sum/Price and Contract Time with full documentation and a statement
describing the effect on Work by separate or other Contractors.
1.6 CONSTRUCTION CHANGE AUTHORIZATION
A. The Project Manager may issue a document, signed by the Owner, instructing the
Contractor to proceed with a change in the Work, for subsequent inclusion in a
Change Order.
B. The document will describe changes in the Work, and will designate method of
determining any change in Contract Sum/Price or Contract Time.
C. Promptly execute the change in the Work.
1.7 STIPULATED PRICE CHANGE ORDER
A. Based on Proposal Request and Contractor's maximum price quotation or
Contractor's request for a Change Order as approved by the Project Manager.
1.8 UNIT PRICE CHANGE ORDER
A. For pre -determined unit prices and quantities, the Change Order will be executed
on a fixed unit price basis.
B. For unit costs or quantities of units of work which are not pre -determined,
execute Work under a Construction Change Authorization.
C. Changes in Contract Sum/Price or Contract Time will be computed as specified
for Time and Material Change Order.
1.9 TIME AND MATERIAL CHANGE ORDER
A. Submit itemized account and supporting data after completion of change, within
time limits indicated in the Conditions of the Contract.
B. The Project Manager will determine the change allowable in Contract Sum/Price
and Contract Time as provided in the Contract Documents.
C. Maintain detailed records of work done on Time and Material basis.
D. Provide full information required for evaluation of proposed changes, and to
substantiate costs for changes in the Work.
Two Tank Coating Project 01028-2 November, 2013
i
j
1.10 EXECUTION OF CHANGE ORDERS
A. Execution of Change Order: The Project Manager will issue Change Orders for
signatures of parties as provided in the Conditions of the Contract.
1.11 CORRELATION OF CONTRACTOR SUBMITTALS
A. Promptly revise Schedule of Values and Application for Payment forms to record
each authorized Change Order as a separate line item and adjust the Contract
Sum/Price.
B. Promptly revise progress schedules to reflect any change in Contract Time, revise
sub -schedules to adjust time for other items of work affected by the change, and
resubmit.
C. Promptly enter changes in Project Record Documents.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
Not used
END OF SECTION
r,
i Two Tank Coating Project 01028-3
November, 2013
SECTION 01039
COORDINATION AND MEETINGS
PART 1— GENERAL
1.1 RELATED DOCUMENTS
A. Drawings: General Instructions to Bidders, General Conditions of the
Agreement, Special Provisions and Division 1 — General Requirements apply to
Work of this Section.
1.2 SECTION INCLUDES
A.
Coordination
B.
Field engineering
C.
Pre -Bid Meeting
D.
Preconstruction meeting
E.
Progress meetings
F.
Preinstallation meetings
1.3 COORDINATION
A. Coordinate scheduling, submittals, and Work of the various Sections of the
Project to assure efficient and orderly sequence of installation of interdependent
construction elements, with provisions for accommodating items installed later.
B. Coordinate completion and cleanup of Work of separate Sections in preparation
for Substantial Completion.
C. After Owner occupancy of premises, coordinate access to site for correction of
defective Work and Work not in accordance with Contract Documents, to
minimize disruption of Owner's activities.
1.4 PREBID MEETING
A. The pre -bid meeting will be set up through the City of Lubbock purchasing
department and that information will be posted on Bidsync. After the pre -bid
meeting there will be a site visits for any contractor that wishes to view the
tanks.
1.5 PRECONSTRUCTION MEETING
A. The Project Manager will schedule a preconstruction meeting after the City of
Lubbock Council has approved the bid and awarded a Contractor.
B. Procedures and processing of field decisions, submittals, and substitutions,
applications for payments, proposal request, Change Orders and Contract
closeout procedures.
C. Agenda:
a. Notice to Proceed
Two Tank Coating Project 01039-1 November, 2013
1
b. Use of premises by Owner and Contractor.
c. Distribution of executed Contract Documents.
d. Submission of list of Subcontractors, list of products and progress schedule.
e. Designation of personnel representing the parties in Contract and the Project
Manager.
f. Owner's requirements.
g. Construction facilities and controls provided by Owner.
h. Security and housekeeping procedures.
i. Schedules.
j. Procedures for testing.
k. Procedures for maintaining record documents.
D. Inspection and acceptance
E. Record minutes and distribute copies within five (5) days after meeting to
participants and those affected by decisions made.
1.6 PROGRESS MEETINGS
A. Schedule and administer meetings throughout progress of the Work at minimum
monthly intervals.
B. Make arrangements for meetings, prepare agenda with copies for participants,
and preside at meetings.
C. Attendance Required: Job superintendent, major Subcontractors and suppliers,
Project Manager, as appropriate to agenda topics for each meeting.
D. Agenda
a. Review minutes of previous meetings.
b. Review of Work progress.
c. Field observations, problems, and decisions.
d. Identification of problems which impede planned progress.
e. Review of submittals schedule and status of submittals.
f. Review of off -site fabrication and delivery schedules.
g. Maintenance of progress schedule.
h. Corrective measures to regain projected schedules.
i. Planned progress during succeeding work period.
j. Coordination of projected progress.
k. Maintenance of quality and work standards.
1. Effect of proposed changes on progress schedule and coordination.
m. Other business related to Work.
E. Record minutes and distribute copies within five (5) days to Project Manager,
participants, and those affected by decisions made.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
3.1 EXAMINATION
Two Tank Coating Project 01039-2 November, 2013
3.2
A. Verify that existing site conditions and substrate surfaces are acceptable for
subsequent Work. Beginning new Work means acceptance of existing
conditions.
B. Examine and verify specific conditions described in individual specification
sections.
C. Verify that utility services are available, of the correct characteristics, and in the
correct location. Mobile
PREPARATION
A. Clean substrate surfaces prior to applying next material or substance.
B. All application process shall be in accordance to the technical specifications a
will not be allowed to veer from the manufactures specifications.
END OF SECTION
Two Tank Coating Project 01039-3 November, 2013
SECTION 01140
WORK RESTRICTIONS
PART 1— GENERAL
1.1 SECTION INCLUDES
A. Use or premises
B. Special scheduling requirements
C. Working period
D. Utility cutovers and interruptions
E. Occupancy requirements
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General Conditions
and other Division 1 Specification Sections, apply to this Section.
1.3 USE OF PREMISES
A. Use of site: Limit use of premises to work in areas indicated. Do not disturb
portions of site beyond areas in which the Work is indicated.
a. Limits: Confine construction operations within the two site locations. It will
be the sole responsibility of the contractor to protect his/hers own equipment
and materials.
1.4 SPECIAL SCHEDULING REQUIREMENTS
A. Have materials, equipment, and personnel required to perform the work at the
site prior to the commencement of the Work.
B. Permission to interrupt utility service shall be requested in writing a minimum of
fourteen (14) calendar days prior to the desired date of interruption.
1.5 WORKING PERIOD
A. Working Hours: Regular working hours shall be within an eleven (11) hour
period between 7:00 a.m. and 6:00 p.m., Monday through Friday, Saturday work
shall be restricted to those activities that do not require observation by the Owner
and must be granted permission in advanced before construction on the weekend
can take place. The Owner reserves the right, at the Owner's discretion, to
disallow work when it interferes with holiday times and traffic. No work shall be
performed on the following holiday periods or days:
a. New Year's Day
b. Good Friday Holiday
c. Memorial Day Holiday
d. Independence Day Holiday
e. Labor Day Holiday
Two Tank Coating Project: 01140-1 November, 2013
f. Thanksgiving Day Holiday plus the day before and the three days following
Thanksgiving Day.
g. Christmas Week. If Christmas Day falls on Saturday, this will be defined as
the week leading to Christmas Day. If Christmas Day falls on Sunday, this
will be defined as the week following Christmas Day plus the Friday and
Saturday prior to Christmas Day.
B. Work outside regular working hours requires Owner's approval. Make
application twenty-one (21) calendar days prior to such work to allow
arrangements to be made by the Owner for inspecting the work in progress,
giving the specific dates, hours, location, type of work to be performed, contract
number and project title. Based on the justification provided, the Owner may
approve work outside regular hours. During periods of darkness, the different
parts of the work shall be lighted in a manner approved by the Owner and
meeting all OSHA requirements. Lighting shall be such that it does not cause
nuisance conditions.
PART 2 — PRODUCTS
Not used
PART 3 —_EXECUTION
3.1 WORK AREA LIMITS
A. Prior to any construction, the Contractor shall mark the areas that need not be
disturbed under this contract. Isolated areas within the general work area which
are to be saved and protected shall also be marked or fenced. Monuments and
markers shall be protected before construction operations commence. Where
construction operations are to be conducted during darkness, the markers shall be
visible. The Contractor's personnel shall be knowledgeable of the purpose for
marking and/or protecting particular objects.
END OF SECTION
Two Tank Coating Project: 01140-2 November, 2013
SECTION 01300
SUBMITTAL PROCEDURES
PART 1— GENERAL
1.1 SECTION INCLUDES
A.
Submittal procedures
B.
Construction progress schedules
C.
Proposed products list
D.
Shop drawings
E.
Product data
F.
Samples
G.
Manufacturers' instructions
H.
Manufacturers' certificates
I.
Construction photographs and Video
1.2 RELATED SECTIONS
A. Section 01700 — Contract Closeout
B. Section 09900- Lead Removal
C. Section 09800- Coating System for Metal Tanks
1.3 SUBMITTAL PROCEDURES
A. Transmit each submittal with Contractor's standard transmittal letter including
Contractor's name, address, and phone number.
B. Identify Project, Contractor, Subcontractors or Suppliers, pertinent Drawings
sheet and detail number(s), and specification Section number, as appropriate.
C. Schedule submittals to expedite the Project and coordinate submission of related
items.
a. The Owner and Engineer reserve the right to withhold action on a submittal
requiring coordination with other submittals until related submittals are
received.
b. Submittals maybe delivered to the Engineer at the following address:
i. Water Utilities Engineering
PO Box 2000
1625 13`h Street
Lubbock, Texas 79457
D. Allow enough time for submittal review, including time for resubmittals, as
follows. Time for review shall commence on the Owner or Engineer's receipt of
submittal.
a. Allow fifteen (15) days for initial review of each submittal. Allow additional
time if processing must be delayed to permit coordination with subsequent
submittals. The Owner or Engineer will advise the Contractor when a
submittal being processed must be delayed for coordination.
b. If more than five (5) submittals are transmitted for review within any five (5)
day period, the time allowed for review will be increased to twenty-one (21)
days.
Two Tank Coating Project 01300-1 November, 2013
c. Where concurrent review of submittals by the Engineer, Owner, or other
parties is required, allow twenty-one (21) days for initial review of each
submittal.
d. If intermediate submittal is necessary, process it in same manner as initial
submittal.
e. Allow fifteen (15) days for processing each resubmittal. Each resubmittal
will count toward the submittal count in a five (5) day period in paragraph
1.3.D.b above.
f. No extension of the Contract Time will be authorized because of failure to
transmit submittals sufficiently in advance of the Work to permit processing.
E. Identify variations from Contract Documents and Product'or system limitations
which may be detrimental to successful performance of the completed Work.
F. Provide space for Contractor and Engineer review stamps.
G. Revise and resubmit submittals as required, identify all changes made since
previous submittal.
H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to
promptly report any inability to comply with provisions.
I. Use only final submittals with mark indicating action taken by Owner or
Engineer in connection with the construction.
J. Submittals not requested will not be recognized or processed.
1.4 RESUBMITTAL REQUIREMENTS
A. Revise initial submittal as required and resubmit to meet requirements as
specified.
B. Mark as RESUBMITTAL.
C. Re -use original transmittal number and supplement with sequential alphabetical
suffix for each re -submittal.
PART 2 — PRODUCTS
2.1 ACTION SUBMITTALS
A. General: Prepare and submit Action Submittals required by individual
Specification Sections.
a. Number of Copies: Submit three (3) copies of each submittal, unless
otherwise indicated. The three (3) copies will be retained by the Owner's
representative. Any additional copies that the Contractor may need for his
operations will be in addition to the three (3) copies required.
B. Proposed Products List
a. Within fifteen (15) days after date of Notice to Proceed, submit complete list
of major products proposed for use, with name of manufacturer, trade name,
and model or catalog designation, and reference standards.
b. For products specified only by reference standards, give manufacturer, trade
name, model or catalog designation, and reference standards.
C. Product Data: Collect information into a single submittal for each element of
construction and type of product or equipment.
a. Mark each copy to identify applicable products, models, options, and other
data. Supplement manufacturers' standard data to provide information
unique to this Project.
9
Two Tank Coating Project 01300-2 November, 2013
b. Include recommendations for application and use, compliance with specified
standards of trade associations and testing agencies.
c. Include notation of special coordination requirements for interfacing with
adjacent work.
d. After review, distribute in accordance with Article on Procedures above and
provide copies for Record Documents described in Section 01700 — Contract
Closeout.
2.2 INFORMATION SUBMITTALS
A. Manufacturer's Instructions:
a. When specified in individual specification Sections, submit manufacturers'
printed instructions for delivery, storage, assembly, installation, start-up,
adjusting, and finishing, in quantities specified for Product Data.
b. Identify conflicts between manufacturers' instructions and Contract
Documents.
c. Indicate special procedures, conditions requiring special attention and special
environmental criteria required for application or installation.
B. Manufacturer's Certificates
a. When specified in individual specification Sections, submit manufacturers'
certificate to Engineer for review, in quantities specified for Product Data.
b. Indicate material or product conforms to or exceeds specified requirements.
Submit supporting reference date, affidavits, and certifications as
appropriate.
c. Certificates may be recent or previous test results on material or Product, but
must be acceptable to the Engineer.
C. Insurance Certificates and Bonds: Prepare written information indicating current
status of insurance or bonding coverage. Include name of entity covered by
insurance or bond, limits of coverage, amounts of deductibles, if any, and term of
the coverage.
PART 3 — EXECUTION
3.1 CONTRACTOR'S REVIEW
A. Review each submittal and check for compliance with the Contract Documents.
Note corrections and field dimensions. Mark with approval stamp before
submitting to the Owner or Engineer.
B. Approval Stamp: Stamp each submittal with a unifonn approval stamp. Include
Project name and location, submittal number, Specification Section title and
number, name of reviewer, date of Contractor's approval, and statement
certifying that the submittal has been reviewed, checked, and approved for
compliance with the Contract Documents.
3.2 OWNER AND ENGINEER'S ACTION
A. General: The Owner or Engineer will not review submittals that do not bear the
Contractor's approval stamp and will return them without action.
B. Action Submittals: The Owner or Engineer will review each submittal, make
marks to indicate corrections or modifications required, and return it. The Owner
Two Tank Coating Project 01300-3 November, 2013
i
or Engineer will stamp each submittal with an action stamp and will mark stamp
appropriately to indicate action taken, as follows:
a. No exception taken
b. Make correction noted
c. Revise and resubmit
d. Rejected
e. The submittal stamp by the Owner or Engineer will also contain the
following:
i. Checking is only for general conformance with the design concept of
the project and general compliance with the information given in the
Contract Documents. Any action shown is subject to the
requirements of the plans and specifications. The Contractor is
responsible for confirming and correlating all quantities and
dimensions; selecting fabrication processes and techniques of
construction; and performing the Work in a satisfactory manner.
C. Informational Submittals: The Owner or Engineer will review each submittal
and will not return it, or will reject and return it if it does not comply with the
requirements.
END OF SECTION
Two Tank Coating Project 01300-4 November, 2013
SECTION 01310
PROGRESS SCHEDULES
PART 1— GENERAL
1.1 SECTION INCLUDES
A.
Format
B.
Content
C.
Revisions to schedules
D.
Submittals
1.2 RELATED SECTIONS
A. Section 01010 — Summary of Work
B. Section 01019 — Contract Considerations
C. Section 01300 — Submittal Process
D. Section 01322 — Photographic Documentation
1.3 FORMAT
A. Sequence of Listings: The chronological order of the start of each item of Work.
B. Scale and Spacing: To provide space for notations and revisions.
C. Sheet Size: Minimum 8 1/2 x 11 inches
D. Submit only if requested by the Engineer or Owner at preconstruction or
partnering conference.
1.4 CONTENT
A. Show complete sequence of construction by activity, with dates for beginning
and completion of each element of construction.
a. Identify each item by specification Section number.
b. Provide sub -schedules to define critical portions of the entire Schedule.
c. Show accumulated percentage of completion of each item, and total
of Work completed, as of the first da
percentage P � Y of each month.
d. Provide separate schedule of submittal dates for shop drawings, product data,
samples, and dates reviewed submittals will be required from the Engineer.
-` Indicate decision date for selection of finishes.
e. Contractor will be required to submit a progress schedules and construction
photos at the monthly progress meeting.
1.5 REVISIONS TO SCHEDULES
A. Contractor shall provide a detail schedule at the monthly progress meeting
including time frame of completion of previous months work, and work for the
next mouth.
B. Indicate progress of each activity to date of submittal, and projected completion
date of each activity.
Two Tank Coating Project 01310-1 November, 2013
C. Identify activities modified since previous submittal, major changes in scope, and
other identifiable changes.
D. Provide narrative report to define problem areas, anticipated delays, and impact
on Schedule. Report corrective action taken, or proposed, and its effect.
1.6 SUBMITTALS
A. Submit initial Schedules within ten (10) days after date established in Notice to
Proceed. After review, resubmit required revised data within ten (10) days.
B. Submit revised Progress Schedules with each Application for Payment.
C. Submit the number of opaque reproductions which the Contractor requires, plus
two (2) copies which will be retained by the Engineer.
1.7 DISTRIBUTION
A. Distribute copies of reviewed Schedules to project site file, Subcontractors,
suppliers, and other concerned parties.
B. Instruct recipients to promptly report, in writing, problems anticipated by
projections indicated in Schedules.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
Not used
END OF SECTION
Two Tank Coating Project 01310-2 November, 2013
ti_
SECTION 01380
PROJECT PHOTOGRAPHS
PART 1— GENERAL
1.1 WORK INCLUDED
A. This section covers the description of the Work to be completed under these Specifications.
B. All project photography shall follow the specifications listed herein.
1.2 DEFINITIONS
A. CD — compact disk; electronic media for storing digital information such as photos;
B. jpeg — a specific photographic file format utilizing file compression with minimal loss of
image quality;
C. Megapixels — defined as one million pixels; used for image density rating;
D. Picture — synonymous with photograph;
E. Pixel — the smallest indivisible color element of a raster image;
F. USB — the Universal Serial Bus is a standard for cable connections and
1.3 QUALITY ASSURANCE
A. The Contractor shall verify image quality through camera's on -screen display after taking
photos.
B. Photos shall not utilize digital zooms.
1.4 SUBMITTALS
A. The following elements of construction shall have a minimum of 10 photos each from
multiple angles:
(1) Pre -construction conditions
(2) Excavation & shoring
(3) Concrete formwork & reinforcement placement
(4) Precast vault installation
(5) Meter setting
(6) Backfilling & compaction (showing method of compaction at each change in material)
B. Submittals are due in conjunction with each pay app cycle; photos may be used to corroborate
materials or progress verification.
C. Photos shall be submitted in digital format on any of the following hard media:
(1) Photo CD
(2) USB Drive
D. Emailed photo submittals will not be accepted.
Two Tank Coating Project 01380-1 November, 2013
E. External hard drives for file transfer will not be accepted.
PART 2 — PRODUCTS
1.5 PHOTOGRAPHS
A. All photography shall be digital.
B. File format for all pictures shall be jpeg.
C. All photos shall be of a size of 2.0 megapixels or greater.
D. Naming Convention
(1) All digital photo files will be re -named according to the following standard:
[ContractNumber]-[Description]
Example: 011035-Precast Concrete Vault Installation of 3rd Section
(a) Station numbering shall appear in the description when applicable.
(b) Camera's date settings must be correct and automatic date information shall not be
tampered with or altered after photos are taken.
PART 3 -- EXECUTION
1.6 RESTRICTIONS
A. In secure areas, permission will be required prior to access.
B. Pictures taken from outside secure areas (through or over fence) will not be allowed.
1.7 PROCEDURES
A. Photos shall be taken during on -going work, unless requested by Engineer.'
B. Number of photos per construction element may change based on complexity of construction
or due to unforeseen circumstances.
1.8 OTHER REQUIREMENTS
A. The Engineer reserves the right to request additional pictures.
B. The City's Senior Inspector may also request additional photos in special circumstances.
END OF SECTION
Two Tank Coating Project 01380-2 November, 2013
SECTION 01400
QUALITY REQUIREMENTS
PART 1— GENERAL
1.1 SUMMARY
A. This Section includes administrative and procedural requirements for quality
assurance and quality control.
B. Testing and inspecting services are required to verify compliance with
requirements specified or indicated. These services do not relieve the Contractor
of responsibility for compliance with the Contract Document requirements.
a. Specific quality control requirements for individual construction activities
are specified in the sections that specify those activities. Requirements in
those Sections may also cover production of standard products.
b. Specified tests, inspections, and related actions do no limit the Contractor's
quality control procedures that facilitate compliance with the Contract
Document requirements.
1.2 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General Conditions
and other Division 1 specification Sections, apply to this section.
B. Divisions 2 through 16 Sections for specific test and inspection requirements.
1.3 DEFINITIONS
A. Quality Assurance Services: Activities, actions, and procedures performed
before and during execution of the Work to guard against defects and
deficiencies and ensure that proposed construction complies with requirements.
B. Quality Control Services: Tests, inspections, procedures, and related actions
during and after execution of the Work to evaluate that completed construction
complies with the project requirements.
1.4 SUBMITTALS
A. Qualification Data: For individuals employed by the Contractor who will
perform testing as required by the various specification Sections, submit at least
fourteen (14) days prior to being used on the project the capabilities and
experience of such individuals and the types of tests that the individual will
perform. For outside testing agency employed by the Contractor, submit at least
fourteen (14) days prior to being used on the project the name, address, and
manager of such testing agency and the types of tests that the agency will
perform. Such testing agency shall be acceptable to the Owner prior to being
used on the project.
B. Reports: Prepare and submit written reports within fourteen (14) days following
the date of the test that include the following:
Two Tank Coating Project 01400-1 November, 2013
C.
E.
F.
a. Date of issue
b. Project title and number.
c. Name, address, and telephone number of testing agency. If the individual is
employed by the Contractor, use Contractor's name, address, and telephone
number.
d. Dates and locations of samples and test
e. Names of individuals making tests
f. Description of the work and test method
g. Identification of material, product, and specification Section.
h. Complete test or inspection data
i. Test results and interpretation of test results
j. Ambient conditions at time of sample taking and testing.
k. Comments and opinion on whether tested Work complied with the Contract
Document requirements and the applicable specification Section.
1. Name and signature of individual performing the test if employee of the
Contractor, or name and signature of testing agency responsible person.
m. For failing tests, recommendations on retesting unless specification Sections
provide procedure for retesting.
Professional Engineer Qualifications: Where a Professional Engineer is required
in the specification Sections, this means a Professional Engineer who is legally
qualified to practice in Texas and who is experienced in providing engineering
services of the kind indicated.
Test Agency Qualifications: An agency with the experience and capability to
conduct testing indicated, as documented by ASTM E 548, and that has the
capability and experience in the types of tests to be performed.
Preconstruction Testing: Testing agency shall perform preconstruction testing
with specified requirements for performance and test methods. The Contractor
shall not perform preconstruction testing except through a third party testing
agency.
Testing Agency Responsibilities: Submit certified written report of each test and
similar Quality Assurance service to the Contractor. Interpret tests and state in
each report whether tested work complies with or deviates from the Contract
Document requirements.
1.5 QUALITY CONTROL
A.
Owner Responsibilities: Where quality control services are indicated as Owner
or Project Manager's responsibility, such services may be performed by the
Owner's forces or by a qualified testing agency to perform these services.
a. The Owner or Project Manager will furnish the Contractor with names,
addresses, and telephone numbers of testing agencies engaged by the Owner.
Contractor Responsibilities: Provide quality control services required in the
various specification Sections.
a. Where third party testing is engaged by the Contractor, notify testing agency
sufficiently in advance of the time and date when work that requires testing
will be performed.
Two Tank Coating Project
01400-2
November, 2013
b. The Contractor shall not engage the same testing agencies as the Owner,
unless Owner agrees in writing to such engagement.
c. Where testing is indicated as the Contractor's responsibility, submit certified
written reports in duplicate of each testing service, whether performed by the
Contractor's personnel or Contractor engaged testing agency. Such reports
shall include failing tests and retests.
d. Testing requested by the Contractor and not required by the Contract
Documents are the Contractor's responsibility.
e. Where the Contractor's personnel are performing tests, provide individuals
with appropriate equipment to perform the tests in accordance with the test
method requirements. Provide alternate equipment where the specified test
method cannot be applied, and where alternative test methods and equipment
must be employed to provide the necessary quality control.
C. Retesting: Regardless of whether original tests were the Contractor's
responsibility, provide quality control services, including retesting, for
construction that revised or replaced work that failed to comply with
requirements established by the Contract Documents.
D. Testing Agency Responsibilities: Cooperate with the Project Manager and
Contractor in performance of duties. Provide qualified personnel and necessary
equipment to perform required tests and inspections.
a. Notify the Project Manager or Contractor promptly of irregularities or
deficiencies observed in the work during performance of its services.
b. Interpret tests and inspections and state in each report whether tested and
inspected work complies with or deviates from the requirements.
c. Submit a certified written report, in triplicate, of each test, inspection, and
similar quality control service through the Contactor.
d. Do not release, revoke, alter, or increase requirements of the Contract
Documents or approve or accept any portion of the Work.
e. Do not perform any duties of the Contractor.
E. Associated Services: Cooperate with agencies performing required tests,
inspections, and similar quality control services, and provide reasonable auxiliary
services as requested. Notify agency sufficiently in advance of operations to
permit assignment of personnel. Provide the following:
a. Access to the Work.
b. Incidental labor and facilities necessary to facilitate tests and inspections.
c. Adequate quantities of representative samples of materials that require
testing and inspecting. Assist agency in obtaining samples.
d. Facilities for storage and field curing of test samples.
e. Additional associated services required of the Contractor for testing access
are listed in the specification Sections.
f. Delivery of samples to testing agencies.
g. Preliminary design mix proposed for use for material mixes that require
control by testing agency.
h. Security and protection for samples and for testing and inspecting equipment
at Project site.
Two Tank Coating Project 01400-3 November, 2013
F. Coordination: Coordinate sequence of activities to accommodate required
quality assurance and quality control services with a minimum of delay and to
avoid necessity of removing and replacing construction to accommodate testing
and inspecting.
a. Schedule times for tests, inspections, obtaining samples, and similar
activities.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
3.1 REPAIR AND PROTECTION
A. General: On completion of testing, inspecting, sample taking, and similar
services, repair damaged construction, and restore substrates and finishes.
a. Provide materials and comply with installation requirements specified in
other Sections of these Specifications. Restore patched areas and extend
restoration into adjoining areas in a manner that eliminates evidence of
patching.
B. Protect construction exposed by or for quality control service activities.
C. Repair and protection are the Contractor's responsibility, regardless of the
assignment of responsibility for quality control services.
END OF SECTION
Two Tank Coating Project 014004 November, 2013
i
SECTION 01500
TEMPORARY FACILITIES AND CONTROLS
PART 1— GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Condition of the Contract for Construction. Supplement
Conditions and Division 1— General Requirements apply to work of this Section.
1.2 SECTION INCLUDES
A. Temporary Utilities: Electricity, lighting, heat, ventilation, telephone service,
water, and sanitary facilities.
B. Temporary Controls: Barriers, enclosures and fencing, protection of the Work,
and water control.
C. Construction Facilities: Access roads, parking, progress cleaning, project
signage, and temporary buildings.
1.3 RELATED SECTIONS
A. Section 01700 — Contract Closeout Requirements: Final Cleaning
1.4 TEMPORARY HEAT
A. Provide and pay for heat devices and heat as required to maintain specified
conditions for construction operations, as applicable.
B. The Contractor will pay cost of energy used. Enclose building prior to activating
temporary heat in accordance with Article 1.14 — Exterior Enclosures, in this
Section, and exercise measures to conserve energy.
1.5 TEMPORARY VENTILATION
A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to
prevent accumulation of dust, fumes, vapors, or gases. All lead abatement
ventilation must conform to the rules and regulation established in Section
09900.
1.6 TELEPHONE SERVICE
A. Provide, maintain, and pay for telephone service to field office or field
superintendent at time of project mobilization.
1.7 TEMPORARY WATER SERVICE
A. Provide, maintain, and pay for suitable quality water service required for
construction operations.
B. Exercise measures to conserve water.
Two Tank Coating Project 01500-1 November, 2013
1.8 TEMPORARY SANITARY FACILITIES
A. Provide and maintain required facilities and enclosures.
B. Permanent building facilities shall not be used during construction operations.
Maintain daily in clean and sanitary condition.
1.9 BARRIERS AND TEMPORARY FENCING
A. Provide protection for plant life designated to remain out sided the area of work.
B. Protect vehicular traffic, stored materials, site, and structures from damage as
needed.
C. The Contractor shall be responsible for ensuring site security and site protection
which includes the storage all materials behind a secured site.
D. Provide signs on all sides of the site refer to Section09900 "Lead Removal"
section 1.4 "Removal and Disposal" subsection H.1 for sign layout and language
that must be included at the Contractor's expense.
E. Mountain Bike & Pedestrian Signage
a. Provide removable warning sign assemblies for bike and running trail
mounted to standard traffic barricades meeting TMUTCD specifications.
b. Post signs at locations as directed by Engineer.
c. Bike and running trails will be closed to the public during work hours on
days when exterior SEWRP Ground Storage Tank blasting and coating
operations are expected to be active.
d. Contractor is responsible for setting barricades and signs at the entrances of
the bike and running trails at the beginning of each work day when blasting
or coating is expected, removing the barricades and signs after work hours so
that the public can continue to use trail outside of work hours and on
weekends.
1.10 WATER CONTROL
A. Grade site to drain. Maintain excavations free of water. Provide, operate, and
maintain pumping equipment.
B. Protect site from puddling or running water. Provide water barriers as required to
protect site from soil erosion during site work.
1.11 EXTERIOR ENCLOSURES
A. Provide temporary insulated weather -tight closure of exterior openings to
accommodate acceptable working conditions and protection for Products, to
allow for temporary heating and maintenance of required ambient temperatures
identified in individual specification Sections, and to prevent entry of
unauthorized persons.
B. Provide access doors with self -closing hardware and locks.
1.12 PROTECTION OF INSTALLED WORK
Two Tank Coating Project 01500-2 November, 2013 i
t
i_
A. Protect installed Work and provide special protection where specified in
individual specification Sections.
B. Provide temporary and removable protection for installed Products. Control
activity in immediate work area to minimize damage.
1.13 SECURITY
A. Provide security and facilities to protect Work from unauthorized entry,
vandalism, or theft.
1.14 PROGRESS CLEANING
A. Maintain areas free of water, materials, debris, and rubbish. Maintain site in a
clean and orderly condition.
B. Remove waste materials, debris, and rubbish from site and dispose of legally at
intervals as required to maintain clean site.
1.15 PROJECT IDENTIFICATION
A. Project sign is required.
B. A project sign shall be placed at the site entrances and exits, construction
prominently, displaying the City of Lubbock logo, project name, contractor
name, dates of beginning and ending of construction, and the term.
C. Contractor shall be responsible for providing a sign at the Contractor's expense.
D. Contractor shall supply necessary tools, equipment, and labor to erect sign at
Contractor's expense.
E. Contractor shall be responsible for removal and proper disposal of sign upon
final completion.
1.16 FIELD OFFICES AND SHEDS
A. Office: Weather -tight, with lighting, electrical outlets, heating, cooling and
ventilating equipment, and equipped with sturdy furniture drawing rack and
drawing display table.
1.17 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS.
A. Remove temporary above grade or buried utilities, equipment, facilities, and
materials as soon as permanent facilities can be utilized.
B. Remove underground installations to a minimum depth of two (2) feet.
C. Clean and repair damage caused by installation or use of temporary work.
D. Restore existing facilities used during construction to original condition. Restore
permanent facilities used during construction to specified condition.
PART 2 — PRODUCTS
Not used
Two Tank Coating Project 01500-3 November, 2013
PART 3 — EXECUTION
Not used
END OF SECTION
Two Tank Coating Project 01500-4 November, 2013
SECTION 01700
CONTRACT CLOSEOUT
PART 1— GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Instructions to Bidders, General Conditions of the Agreement,
Special Provisions and Division 1— General Requirements apply to Work of this
Section.
1.2 SECTION INCLUDES
A. Closeout procedures
B. Final cleaning
C. Adjusting
D. Project record documents
E. Operations and maintenance data
F. Warranties
G. Spare parts and maintenance materials.
1.3 CLOSEOUT PROCEDURES
A. Submit written certification that Contract Documents have been reviewed, Work
has been inspected, and that Work is complete in accordance with Contract
Documents and ready for Engineer's inspection.
a. Should the Engineer consider the work incomplete or defective:
i. The Engineer will promptly notify the Contractor in writing, listing
the incomplete or defective work.
ii. The Contractor shall take immediate steps to remedy the stated
deficiencies and submit a second written certification that the work is
complete.
iii. The Engineer will re -inspect the Work.
B. Provide submittals to the Engineer that are required by governing or other
authorities.
C. Submit final Application for Payment identifying total adjusted Contract Sum,
previous payments, and sum remaining due.
D. Submit a memo stating that all subcontractors, supplies, affidavits, and etc. have
been paid.
1.4 FINAL CLEANING
A. Execute final cleaning prior to final inspection.
B. Remove waste and surplus materials, rubbish, and construction facilities from the
site.
C. Repair, patch, and touch-up marred surfaces to match adjacent finishes.
Two Tank Coating Project 01700-1 November, 2013
1.5 ADJUSTING
A. Adjust operating Products and equipment to ensure smooth and unhindered
operation.
1.6 PROJECT RECORD DOCUMENTS
A. Maintain on site, one set of the following record documents; record actual
revisions to the Work
a. Contract Drawings
b. Specifications
c. Addenda
d. Change Orders and other Modifications to the Contract
e. Reviewed shop drawings, product data, and samples.
B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress.
D. Specifications: Legibly mark and record at each Product section description of
actual Products installed, including the following:
a. Manufacturer's name and product model and number.
b. Product substitutions or alternates utilized.
c. Changes made by Addenda and Modifications.
E. Record Documents and Shop Drawings: Legibly mark each item to record actual
construction including:
a. Appurtenances referenced to permanent surface improvements.
b. Field changes of dimension and detail.
c. Details not on original Contract Drawings.
d. Changes made by Addenda and Modifications.
F. Submit two (2) copies to the Engineer with claim for final Application for
Payment.
1.7 WARRANTIES
A. Contractor shall provide a written warranty guaranteeing his work for one (1)
year prior starting after final completion.
B. Provide duplicate notarized copies.
C. Execute and assemble documents from Subcontractors, suppliers, and
manufacturers.
D. Provide Table of Contents and assemble with metal prong binder in durable
plastic presentation cover.
E. Submit prior to final Application for Payment.
F. For items of Work delayed beyond date of Substantial Completion, provide
updated submittal within ten (10) days after acceptance, listing date of
acceptance as start of warranty period.
Two Tank Coating Project 01700-2 November, 2013 J
1.8 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide products, spare parts, maintenance and extra materials in quantities
specified in individual specification Sections.
B. Deliver to project site and place in location as directed; obtain receipt prior to
final payment.
PART 2 — PRODUCTS
Not used
PART 3 — EXECUTION
Not used
Two Tank Coating Project
END OF SECTION
01700-3
November, 2013
SECTION 09900
REMOVAL AND DISPOSAL OF LEAD PAINT
PART I - GENERAL
1.1
1.2
1.3
SCOPE
A. The Contractor shall be responsible for furnishing all supervision, labor, supplies, safety and
monitoring devices, materials, tools and equipment necessary to handle, remove and contain existing
potentially existing hazardous waste material. Lead -based paint and tank residue shall be the
responsibility of the contractor to remove from the site and exposed of at an approved EPA landfill or
recycling plant.
B. It shall be the responsibility of the contractor to provide and prepare all necessary permits and
notifications required as specified herein.
C. This specification covers the requirements for worker protection, environmental protection and
handling of debris generated when removing lead based painting, and it will be the responsibility of the
Contractor to implement and maintain programs and procedures which comply with all federal , state,
local laws, OSHA, and EPA standards and regulations whether referenced herein or not.
RELATED SECTIONS
A. Section 01010 - Summary of Work
B. Section 01300 —Submittals.
C. Section 09905- Coating and Painting Specification for Rehabilitating Steel Water Tank
REFERENCE SPECIFICATIONS AND STANDARDS
A. Code of Regulations (CFR):
1. AS29 CFR 1910.134
2. 29 CFR 1910.1025
3. 29 CFR 1910.94
4. 29 CFR 1910.145
5. 29. CFR1910.146
6. 29 CFR 1926
7. 29 CFR 1926.33
8. 29 CFR 1926.51
9. 29 CFR 1926.59
10. 29 CFR 1926.62
11. 29 CFR 1926.103
12. 29 CFR 1926.451
13. 29 CFR 1926.501-503
14. 40 CFR, Part 50
15. 40 CFR 60
Respiratory Protection
Lead, General Industry
Ventilation
Specifications for Accident Prevention Signs &Tags
Permit Required Confined Spaces
Safety and Health Regulation for Construction
Access to Employee Exposure and Medical Records
Sanitation
Hazard Communication
Lead
Respiratory Protection
Scaffolding
Fall Protection
National Ambient Air Quality
Standards of Performance for new Stationary Sources
Two Tank Coating Project 09900 - 1 November, 2013
16. 40 CFR 117 Determinations of Reportable Quantities for Hazardous
Substances.
17. 40 CFR 261 Identification and Listing of Hazardous Waste
18. 40 CFR 262 Standards Applicable to Generators of Hazardous Waste
19. 40 CFR 263 Standards Applicable to Transports of Hazardous Waste
20. 40 CFR 264 Standards for Owners and Operators of Hazardous Waste
Treatment, Storage, and Disposal Facilities.
21. 40 CFR 265 Interim Status Standards for Owners and Operators of
Hazardous Waste Treatment, Storage, and Disposal Facilities.
22. 40 CFR 268 Land Disposal Restrictions.
23. 40 CFR 302 Designation Reportable Quantities and Notification.
B. American National Standards Institute (ANSI) Publications:
1. Z88.2.80 Practice for respiratory Protection
C. U.S. Department of Labor, Occupation, safety, and Health Administration (OSHA)
1. Publications 3126 Working with lead in Construction Industry
D. National Institute for Occupational Health and Safety, NIOSH Method 7082- Lead
E. American Society for Testing and Materials, ASTM D3335, - Test Method for low Concentrations for
Lead, Calcium, and Cobalt in paint by Atomic Absorption Spectroscopy.
F. EPA ( Environmental Protection Agency) Publications:
1. SW-846 Test Methods for evaluation Solid Waste- Physical and Chemical
Methods
2. EPA Method 3050 Acid Digestion of Sediments, Sludge's and Soils.
3. EPA Method 6010 Inductively coupled plasma Atomic Emission Spectroscopy.
G. Steel Structures Painting Council.
1. SSPC-Guide 6 Guide for Containing Debris Generated during Paint Removal.
2. SSPC-Guide 7 Guide for the Disposal of Lead -Contaminated Surface Preparation
3. SSPC-Guide 94-18 Industrial Lead Paint Removal Handbook, Volume 2
H. Texas Commission on Environmental Quality(TCEQ)
1. 31 TAC Chapter 101 General Rules
2. 31 TAC Chapter 111 Control of Air Pollution from Visible Emissions and Particulate Mater
3. 31 TAC Chapter 330 Municipal Solid Waste
4. 31 TAC Chapter 335 Industrial Solid Waste and Municipal Hazardous Waste.
1.4 REMOVAL AND DISPOSAL
A. Definitions:
1. Area Monitoring: Sampling of lead concentrations within the lead control area and outside the
lead control area which is representative of the airborne lead concentrations which may reach the
breathing zone of personnel potentially exposed to lead.
2. Lead: means the metallic lead, inorganic lead compounds, and organic lead soaps. According the
TCEQ Standard 31 TAC 111.135 Emissions from water storage tanks which have lead in
concentrations of one percent (1 %) or greater by weight in the coating is consider hazardous
waste.
3. Lead Control Area: An area where lead containing paint removal operations are preformed which
is isolated by physical boundaries to prevent unauthorized entry of personnel, and where lead -in -
Two Tank Coating Project 09900 - 2 November, 2013
air measurements are taken at the boundary for monitoring of compliance with environmental
regulations. Barriers to prevent the spread of lad dust, paint chips, or debris may be located at or
within the boundaries of the lead control area.
4. Lead Permissible Exposure Limit (PEL): The limit is 50 micrograms per cubic meter of air as an
8 hour time weighted average as determined by 29 CFR 1910.1025.
5. Lead Containing Paint: A paint is classified as lead -containing if it contains 600 ppm of lead or
greater. Containment is required if the paint is contains 1.0% or greater lead. UJ
6. Action Level: Employee exposure, without regard to the use of respirators, to an airborne
concentration of lead of 30 micrograms per cubic meter or air averaged over an 9 hour period.
High Efficiency Particulate Air (HEPA) Filter Equipment: HEPA filtered vacuuming equipment
with a UL 586 filter system capable of collection and retaining lead containing paint dust.
8. Personal Monitoring: Sampling of lead concentrations within the breathing zone of an employee
to determine the 8 hour time weighted average concentration in accordance with 29 CFR
1910.1025. The samples shall be representative of the employee's work tasks. The breathing
zone shall be considered an area within 12 inches of the nose or mouth of an employee.
9. E-hour Time Weighted Average (TWA): The 8 hour TWA is the airborne concentration of lead
averaged over an 8 hour workday to which an employee is exposed.
10. Hazardous Waste: Paint debris will be classified as hazardous if, after testing by the Toxicity
Characteristic Leaching Procedure (TCLP) the leachate contains any of the listed metals in
concentrations greater than that listed below:
i. Chromium -5 mg/l
ii. Lead - 5 mg/1
Other elements and characteristics can cause a waste to be hazardous as defined in 40 CFR 261 '
and must be taken into consideration. All TCLP value testing necessary for licensed landfill
disposal shall be provided by the Contractor and results copied to the Project Manager prior to
removing any material from site. Lead levels having a TCLP value between 1.5 and < 5 mg/1 are
classified as Class 1, non -hazardous waste by TCEQ and require special handling and
documentation procedures. Regardless of the TLCP results a TCEQ Form 0152 "Request for
Authorization for Disposal of Special Waste" will be required to be completed before removing
waste from the site. A TCEQ form 0757 " One -Time shipment request for Texas waste code for
shipment of Class 1,2,3 and EPA hazardous waste" can be competed for one time shipments of j
waste. In proceeding with these methods a temporary EPA number and solid waste registration
number is assigned by TCEQ. It will be the responsibility of the Contractor to determine if the 1-
landfills have the proper lining system to dispose of Hazardous waste, and find a proper disposal
site. The contractor must submit a disposal site prior to removing any lead based paint. Costs �...j
for lawfully disposing of any Hazardous Waste resulting from the work performed on this project
will be the responsibility of the Contractor. i
11. Containment and Ventilation Systems: Includes the containment structure, ventilation system,
and dust collection. When self contained vacuum blasters are used this term refers to the
complete vacuum blasting system including debris collection, sealing systems and paint removal
systems.
Two Tank Coating Project 09900 - 3 November, 2013 _]
B. DESCRIPTION OF WORK:
1. The work covered by this section included procedures and equipment required to remove the lead
containing paint of protective coatings and to limit occupational and environmental exposure to
lead when lead containing paint is removed. The work includes the disposal of the removed
paint chips, abrasive media and associated waste. Perform work in accordance to with 29
CFR1910.1025 and the requirements specified herein.
C. WASTE DISPOSAL:
Waste materials and debris resulting from paint removal work shall be disposed by the
Contractor. Following all TCEQ and EPA rules and regulations.
D. PROTECTION OF EXTENSION WORK TO REMAIN:
1. Perform paint removal work without damage or contamination of adjacent areas. Where such
work is damaged or contaminated, restore work to original condition or better.
E. RESPIRATORY PROTECTION PROGRAM:
The Contractor shall establish and implement a respiratory protection program as required by
ANSI Z88.2, 29 CFR1910.134, and 29 CFR 1910.1025.
F. MONITORING:
1. The Contractor shall measure and control lead dust outside of initial containment site but within
the project site to less than 30ug/MA3 (micrograins/cubic meter) at all times. In addition, the
controlled work area within the project site shall meet this criterion prior to release for
unrestricted access.
G. SAFETY AND HEALTH COMPLIANCE:
In addition to the detailed requirements of this specification, the Contractors shall comply with
all laws, ordinances, rules, and regulations of federal, state, and local authorities regarding
handling, storing, and transporting, and disposing of lead waste materials.
H. SIGNS:
1. The Contractor shall post the following warning sign in each work area where the lead
permissible exposure limit is exceeded for airborne lead:
WARNING
LEAD WORK AREA
"POISON"
NO SMOKING OR EATING
City of Lubbock, Painting Steel Tanks
(Note: This legend shall be readily visible)
Two Tank Coating Project 09900 - 4 November, 2013
1.5 REQUIRED SUBMITTALS
The Contractors shall submit to the Project Manager the following for prior to commencing any paint
removal work.
A. Removal, Containment, and Ventilation Plan: The Contractor shall provide a written plan for the
methods to be employed for surface preparation, containment, ventilation, and collection of debris. The
system established by the Contractor shall recognize the load bearing capacity and integrity of the
structure to be painted. The ventilation and containment plan shall be designed and sealed by a Texas
licensed professional engineer. At a minimum the submittal shall contain the following information:
a. Calculated flow rates for the system(s) necessary to comply with the standards of SSPC — Guide
6, for Class 1 containment.
b. Equipment cut sheets clearly indicating their adequacy relevant to the Contractor's proposed
containment and ventilation plan.
c. A statement that the system(s) do indeed meet the standards of SSPC Guide 6 for Class 1
containment.
d. Provide a detailed structural analysis for the containment and/or paint removal equipment clearly
illustrating live/dead loads and their effects on the structural integrity of the tanks. Include any
and all temporary supports that will fasten to the structure in the report showing the effects of the
support system.
e. Contractors that are proposing steel surface cleaners that attach to the tank shall be included in the
structure analysis and a report that will either confirm or deny the loading on the tank is
acceptable.
f. Any analysis requiring calculations shall be sealed by a Texas licensed professional engineer.
B. Protection Programs: The Contractor shall submit the testing and evaluation program that will be used
to conform that the work and environment does not violate federal, state, and local regulations. All
protection programs shall be designed and sealed by a Texas licensed professional engineer. At a
minimum the submittal shall conation the following information:
a. Regulated Areas using Area monitor: The Contractor shall submit a plan that will identify all the
areas that will be regulated area.
b. Worker Protection Program: The Contractor shall submit a plan that conforms to 29 CFR 1926.62
for worker protection program.
c. Handling and Site Storage: The Contractor shall submit a plan that will address the handling and
site storage of hazardous waste conforming to 40 CFR 262 and 40 CFR 265. The Contractor will
be responsible for obtaining and EPA identification number as necessary, if paint debris is found
to be hazardous. An EPA identification number may not be necessary if TCEQ form 0757 " One -
Two Tank Coating Project 09900 - 5 November, 2013
Time shipment request for Texas waste code for shipment of Class 1,2,3 and EPA hazardous
waste" is acceptable.
d. Transportation: Written confirmation that the debris will be transported according with the
requirements of 40 CFR 263, including the name, physical address, and license number of the
transporter.
e. Disposal: Written confirmation that the debris will be treated and disposed of in according with
40 CFR 264 and 40 CFR 268. This program shall provided assurance that the debris is handled
properly from production of waste to final disposal. The Contractor shall provided the name,
address, phone number, and license number of the hazardous waste treatment facility and for the
licensed solid waste landfill that will be receiving the waste product for final disposal.
f. Clearance Testing: The contractor shall provide documentation of containments, structures,
equipment, and reusable items during construction and prior to removal from the project site, or if
the proper testing and disposal of the materials, if decantation is not possible or desirable.
g. Reportable Releases: CERCLA release, the Contractor shall submit a plan for reportable release
in accordance with 40 CFR 300 and 302.
h. Air Monitoring: The Contractor shall be responsible for providing a written program for
providing perimeter personal air monitoring, testing, and reporting. All laboratory performing test
on sensors and any other testing shall be submitted at the cost of the Contractor and the test
results will be sent to the Owners Representative upon completion for project compliance.
1.6 QUALITY ASSURANCE
A. General: Quality assurance procedures and practices shall be utilized to monitor all phases of
surface preparation, application and inspection throughout the duration of the project.
Procedures or practices not specifically defined herein may be utilized provided they meet
recognized and accepted professional standards and are approved by the Project Manager with direction
from the Owner's Representative.
B. Surface Preparation: Surface preparation will be based upon comparison with: "Pictorial
Surface Preparation Standards for Painting Steel Structures: SSPC-VIS 1-89 and ASTM
Designation D2200, "Standards Methods of Evaluation Degree of Rusting on Painting Steel
Surfaces" SSPC-VIS 2 and ASTM Designation D610; "Visual Standard for Surfaces of New
Steel Airblast Cleaned with Sand Abrasive".
C. Application: No coating shall be applied when the surrounding air temperature or the
temperature of the surface to be coated or painted is below the minimum surface
temperature for the products specified herein; or in rain, snow, fog or mist; when the
temperature is less than 5°F above the dew point; when the air temperature is expected
to drop below 40°F within six hours after application of coating. Dew point shall be
measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S.
Department of Commerce Weather Bureau Psychrometric Tables. If the above
conditions are prevalent, coating or painting shall be delayed or postponed until
conditions are favorable. The day's coating or painting shall be completed in time to
permit the film sufficient drying time prior to damage by atmospheric conditions.
Two Tank Coating Project 09900 - 6 November, 2013
D. Thickness and Holiday Checking: Thickness of coatings and paint shall be checked with
a non-destructive, magnetic -type thickness gauge. Destructive testing will not be allowed.
The integrity of coated surfaces shall be checked with an approved inspection device. Non-
destructive holiday shall not exceed 67 1/2 volts nor shall destructive holiday detectors exceed
the voltage recommended by the manufacturer of the coating system. For thickness
between 10 and 20 mils (250 microns and 500 microns) a non-sudsing type wetting agent, such
as Kodak Photo -Flow, shall be marked, repaired in accordance with the manufacturer's
printed recommendations and re -tests. No pinholes or other irregularities will be
permitted in the final coating.
E. Inspection Devices: The Contractor shall furnish, until final acceptance of coating and
painting, inspection devices in good working condition for detection of holidays and
measurement of dry film thickness of coating and paint. The Contractor shall also furnish
U.S. Department of Commerce; National Bureau of Standards certified thickness
calibration plates to test accuracy of dry film thickness gauges and certified
instrumentation to test accuracy of holiday detectors. Dry film thickness gauges and
holiday detectors shall be made available for the Owner's Representative or his appointed use at all
times until final acceptance of application. Holiday detection devices shall be operated in the presence
of the Project Engineer.
F. Inspection: Inspection for this project shall consist of `hold point' inspections. The Engineer or his
representative shall inspect the surface prior to abrasive blasting, after abrasive blasting but prior to
application of coating materials, and between subsequent coats of material. Final inspection shall take
place after all coatings are applied, but prior to placing the tank in service. Contractor will insure that
sufficient rigging is in place so that the Project Engineer or his representative shall be able to conduct
the required inspections.
G. Warranty Inspection: Warranty inspection shall be conducted during the eleventh month
following completion of all coating and painting work. All defective work shall be repaired in
accordance with this specification and to the satisfaction of the Project Engineer.
1.7 SAFETY AND HEALTH REQUIREMENTS
A. General: In accordance with requirements set forth by regulatory agencies applicable
to the construction industry and manufacturer's printed instructions and appropriate
technical bulletins and manuals, the Contractor shall provide and require use of personal
protective lifesaving equipment for persons working on or about the project site.
B. Head and Face Protection and Respiratory Devices: Equipment shall include protective
helmets which shall be worn by all persons while in the vicinity of the work.
C. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall
be explosion -proof. Ventilation shall reduce the concentration of air contaminants to the
degree a hazard does not exist. Air circulation and exhausting of solvent vapors shall be
continued until coatings have fully cured.
D. Sound Levels: Whenever the occupational noise exposure exceeds maximum allowable sound
levels, the Contractor shall provide and require the use of approved ear protective devices.
E�
Two Tank Coating Project 09900 - 7 November, 2013 1
E. Illumination: Adequate illumination shall be provided while work is in progress, including
explosion -proof lights and electrical equipment. Conform with all applicable rules and regulations
from OSHA. Whenever required by the Project Engineer, the Contractor shall provide additional
illumination and necessary supports to cover all areas to be inspected. The Project Engineer shall
determine the level of illumination for inspection purposes.
F. Temporary Ladders and Scaffolding: The Contractor shall conform to all Federal, State, and local rules
and safety requirements pertaining to temporary ladders and scaffolding. Erect where requested by the
Project Engineer to facilitate inspection and move by the Contractor to locations requested by the
Project Engineer.
PART 2 - MATERIALS
2.1 ABRASIVE BLASTING
A. Abrasive blasting material of either metallic grits or sands are allowed but must be fracture, no
spherical shot grit will be allowed. Cleaning shall be preformed to the degree specified and in
accordance with the Steel Structures Painting Council Surface Preparation Specification for
cleaning.
B. The selection of abrasive size and type shall be based on the type, grade, and surface conditions of the
steel to be cleaned. The blast cleaning abrasive shall be dry and free from oil, grease, and other harmful
materials that could affect the boding of the coating system.
2.2 ABRASIVE ADDITIVES AND PRE -BLAST APPLICATIONS
A. Use of any of the listed products does not relieve the Contractor from the proper disposal of
waste generated regardless of whether the waste is found to be hazardous or not. It will be the
responsibility of the Contractor to provide a safe and clean construction site at all times.
B. Rust inhibitors may be used provided they are compatible with the primer. The Contractor shall
submit information for any inhibitor that will be used on the project to the Owners
Representative for review and approval. The submittal shall include documentation from the
paint supplier ant the product will not reduce the performance of the coating system specified
herein.
C. The TDJ Group, Inc products Blastox which, when added to abrasive at the appropriate percent
by weight and properly mixed, may render the spent abrasives and paint, of a lead paint coating,
debris non -hazardous.
D. NexTec, Inc. produces PreTox 2000 which, when applied at the appropriate mil thickness to
lead based paint contains prior to removal operations, may render the spent abrasive and paint
debris non -hazardous.
E. Hoffer's Inc, coating division produces Envrio-Prep which, when applied at the appropriate mil
thickness to lead based paint coatings prior to removal operations, may render the spent
abrasives and paint debris non -hazardous.
I Two Tank Coating Project 09900 - 8 November, 2013
2.3 CHEMICAL REMOVAL
A. Existing substrate profile is unknown and may requires additional preparation before
application of the primer. Prior to beginning chemical removal a fifty (50) square foot area
will be used as a test patch. Results will be reviewed jointly by the Owners Representative,
Contractor, Inspector, and Owner to establish required adjustments before proceeding. The
Contractor shall be required to produce the specified level of surface preparation indication in
section 09905- Coating and Paint specifications for Rehabilitating steel water tanks structures
regardless of chemical cleaning results.
2.4 CONTAINMENT SYSTEM/VENTILATION/DUST COLLECTION
A. When paint removal is being performed, on the exterior of the tank, the Contractor shall provide a -
containment system and ventilation system that conforms with SSPC-Guide 6,
publication No. 97-21, as follows: '
a. Abrasive blast cleaning -Class IA.
b. Water blasting/water jetting -Class 1W.
c. Chemical Stripping- Class 1C.Retention
B. Shrouds shall comply with the minimum requirements of TCEQ, Chapter 111 and that of
SSPC-Guide 6 except as modified herein. The shroud shall have overlapping seams to prevent
leakage of particulates, shall be hooded and shall have a shade factor of 95% or a control factor
of 95% of particles, 100 grit or greater. A shade factor is defined as the percent of area
impermeable to particles or sunlight. The stricter requirement at SSPC-Guide 6 or TCEQ shall
be utilized.
C. Containment system(s) shall be designed to be capable of withstanding wind gusts that pertain
to this area, when fully deployed, without damage to the tank or shroud.
D. Impermeable ground covers with joints and seals impermeable will be placed in all areas where
hazardous waste is collected, contained and/or stored.
E. Minimize containment support which attach to the tank and repair any damage done to tank
including cleaning and repainting on the tank interior. All supports attached to the tank shall be
removable. Areas where supports are removed shall be blasted and painted as specified for the
tank; any damage done during the application of the contairunent system will be at the expense
of the contractor for repairs.
F. Design of containment systems must not adversely affect the structured integrity of the tank.
G. A sufficient factor of safety shall be used in the design of all containment systems as they
relate to the effects on the tank and shall account for the highly variable climatological
conditions in the region. Scaffolding, if used, shall conform to 29 CFR 1926.451 including
requirements for cables and platforms.
H. Weather days will not be allowed for episodes of wind that do not produce frequent wind gusts
equal to or greater than that specified for the design requirement of the shrouding system.
Two Tank Coating Project 09900 - 9 November, 2013
I. Provide and pay for a ventilation and dust collection filtration system conforming with the
requirements of 29 CFR 1910 and 1926 -OSHA rules and regulations. The ventilation and dust
collection system shall be sized commensurate with the containment system to produce the
necessary air flow and air changes per hour to comply with stated regulations and performance
criteria sighted herein. Dust collection/ventilation equipment used for the interior of the tank
shall produce a minimum of three (3) air changes per hour. A sufficient enough number of air
changes shall be designed into the system(s) to adequately clean the air allowing good visibility
from anywhere inside the tank. Air horns and dust socks are unacceptable methods of dust
collection for either the exterior or interior of the tank. All air filters used in dust collectors for
use during removal of lead -based paint will use HEPA filters which will be changed or cleaned
daily unless operations require more frequent changing.
Top exterior surfaces with angles from vertical of 20 degrees or more will require a cross draft
of 100 fpm. The area requiring the cross draft is from the point of blasting to a point where the
surface is more than 19 degrees from vertical. Contractor will provide instrumentation to verify
cross draft velocity.
K. Contractor shall take necessary steps (i.e. cover anode hand holes, hatch, vent, etc.) to minimize
contamination of the tank interior during removal of lead -based paint.
2.5 VACUUM ASSISTED MECHANICAL BLAST UNITS
A. Vacuum blasters shall use steel grit or other approved abrasive to produce the profile and tooth
pattern specified for the steel surface to adhere to the proposed coating system. Spherical
shaped shot is unacceptable. The Contractor shall submit blasting material prior to starting
construction for approval by the Owners Representative. The vacuum blasters shall be
equipped with a fully contained blast mouth ratio produce a consistent degree of removal and a
dust free process. The used of vacuum blaster shall not relieve the Contractor of the
requirements of the specifications. Requirements for visible emissions and safeguards to reduce
possible contamination shall be exercised at all times.
PART 3 - EXECUTION
3.1 PAINT REMOVAL
A. All exterior paint material shall be removed by wet abrasive blasting, vacuum blasting or
chemical stripping in an approved emissions control containment system.
B. The interior may be dry abrasive blasted, regardless of lead content, provided visible emissions
are controlled to meet the requirements of TCEQ, Chapter 111. An approved dust collector shall
be in operation at any time blasting is being done and shall continue to run after blasting has
been discontinued until the air has cleared sufficiently to allow non -aided breathing, i.e. fresh
air hood, dusk mask, etc.
C. All paint chips, water, spent blast media, and debris removed from the tank shall be contained
and recovered for lawful disposal.
- Two Tank Coating Project 09900 - 10 November, 2013
a
D. Compressed air used for dry abrasive blasting shall be clean, oil free, and dry. Moisture
separators, oil separators, traps and/or other equipment shall be used as necessary to achieve air
of superior quality
3.2 CRITERIA FOR EXTERIOR CONTAINMENT SYSTEMS
A. The Contractor shall thoroughly examine the structure to be contained to verify its ability to
support the containment system including the wind loads that can be impacted by such a system
on the tank. Containment drawings shall be submitted for Engineer review. Vacuum blasting ri
obviously will preclude some of the following requirements. However, the general intent of the
specifications shall be sustained. rl
B. It shall be the Contractors sole responsibility to operate, position and maintain the containment
system. Containment shall not be lowered until the contained volume, after clean up, has cycled
through five (5) air changes. Vacuum blasters shall not be removed until a sufficient amount of
time has elapsed to clear the hose and the mouth of the machine of paint debris.
C. During the tank surface preparation, materials may accumulate at the tank base. Contractor shall
contain all materials collected at the tank base including any spent media used to remove the
paint. Construction of containment berms are allowed, if necessary. The berms shall be located
as close to the tank base area as possible with no berms being constructed on any paved areas
surrounding the tank. Regardless of whether berms are utilized all containment shrouding
material on or within two (2) feet of the ground will be impermeable. All joints and seams of
ground containment shall also be impermeable.
D. The Contractor shall design a containment system for the work area that is appropriate for the
Class specified relative to the method of removal. The containment shall control environmental
emissions, and control the working environment within the containment according to the criteria
specified.
3.3 DECONTAMINATION AREA
A. The entrance to the shrouded area will also be used as the exit. A decontamination area will be
designated for workers exiting the shrouded area. The decontamination area must adjoin the
shrouded area. I I
B. Workers will be required to remove as much as possible all lead containing dust from outer
clothing in the decontamination area before they are allowed to exit the shrouded area. All the
dust collected in the decontamination area will be properly disposed of along with the rest of the
waste generated on this project. A decontamination trailer with changing area and showers for
all workers entering the regulated area will be provided by the Contractor should the Contractor
deem it necessary.
3.4 CONTROLS OF EMISSIONS
A. Ambient Air Quality for Particulate Matter (40 CFR 50) will not be monitored. Imperial
monitoring of both particulate matter and total suspended particulate (TSP) for lead have
verified that if TSP for lead exceeds the requirements, then particulate matter requirements will
Two Tank Coating Project 09900 - 11 November, 2013 1-1
also be exceeded. This fact shall be used in the analysis of TSP air monitoring as it applies to
this project.
B. Ambient Air -Quality - Visible Emissions:
a. Unacceptable visible emissions shall be cause for project shut down until corrections to
the containment are made. Contractor will not receive additional contract time or
compensation if the project is shut down due to emissions.
b. Project will remain shutdown until reason for emission is determined and corrective
actions are taken.
c. Visible emissions shall be determined in accordance with SSPC-Guide 6 (97), Method A,
General Surveillance and shall not exceed Level 2 Emissions. Level 2 Emissions are
defined as random emissions of a cumulative duration of no more than 5% of the work
day (e.g., 24 minutes in an eight -hour work day). The Owner's Engineer or his
representative shall determine if visible emissions are exceeded and his decision will be
final.
d. A weekly report noting time and date of all visual emissions in excess of Level 2, during
the past week with cause and remedy noted will be provided to Engineer. Repeated visual
emissions violation with the same cause will require adjustment in Contractor operation.
e. Regardless of the method used to control emissions, no discharge from any source
whatsoever, in such concentration and of such duration as are or may tend to be injurious
to or adversely affect human health or welfare, animal life, vegetation, bodies of water or
property are permitted.
C. Ambient Air Quality - Lead Emissions:
a. Emissions of lead shall be assessed by Ambient Air Quality for TSP Lead by the
Contractor.
b. Emissions of lead in excess of 4.3 Fg/m3 for work days where blasting time does not
exceed 10 hours is considered failing. Monitoring for this level shall be accomplished
personal air monitors in accordance with 40 CFR 50. Due to time delay in receiving test
results for TSP monitors, the following procedure will be followed if a failing test is
reported.
1. After Owner receives a failing test report, all lead removal operations will be
halted until an additional report is received.
2. Contractor can begin lead removal operations provided the next report is
passing. If the next report fails, Contractor will make the necessary changes to
containment prior to beginning lead removal operations.
3. Until such time as Contractor receives a passing report, lead removal operation
will proceed with one day of blasting then wait for test results.
4. Failing reports for four (4) consecutive days during lead removal on the tank
will result in a reduction of payment for contaimnent as listed in the schedule of
values of 5 percent for each occurrence.
5. The reduction in payment is a penalty for not performing the work required of
these specifications and does not constitute payment for damages. Any delays in
Two Tank Coating Project 9900 - 12 November, 2013
Contractor's progress due to failing TSP requirements will not be cause for
additional time or compensation.
C. Three days of baseline monitoring shall be taken prior to project lead removal operations
start-up to determine pre-existing conditions. If baseline monitoring has lead
concentrations greater than 2.8 Fg/m3 then the maximum allowable lead is 1.5 Fg/m3
above the baseline level instead of the 4.3 Fg/m3 listed in part b. above.
d. Monitors will be operated during the entire work day when any lead removal operations
(blasting, blow down, clean up, handling of waste debris, etc.) occur. Should test results
on paint debris samples indicate the waste is non -hazardous, monitoring during handling
will not be required.
D. Ambient Air Quality - Area Monitoring to Establish Regulated Areas:
a. The Contractor shall establish a regulated area surrounding activities where lead
exposures could exceed the OSHA Action Level for lead and chromium. This includes the
paint removal area, dust collection equipment, abrasive recycling equipment, and any
locations where potentially hazardous lead -containing debris is handled or transferred to
storage containers.
b. The regulated area shall be demarcated by ropes, tape, walls, or other similar means, and
the contractor shall control access to only those persons properly trained and protected
when lead removal activities are in progress.
C. Contractor shall install personal air monitoring samplers at locations around the
Contractor demarcated regulated area to monitor area emissions for lead. If any of the
results from periodical monitoring around the regulated area are above the action level,
the regulated are will be enlarged and emission control devices modified.
E. Soil Quality:
a. The Contractor shall not contaminate the soil with lead. Samples of the soil shall be
removed and tested for total lead content by the Owner at specific locations determined
by Owner and Engineer. Soil samples shall be taken as described under PD/LEAD
Method SI in reference 1.2.5,c.
b. Laboratory analysis shall be conducted in accordance with EPA Method 3050, Method
6010 or approved equivalent.
c. The Contractor shall return the soil to back ground levels by methods acceptable to the
Owner and/or applicable regulatory authority, if the analysis upon project completion
shows an increase in soil lead levels.
d. Soil samples in the near field will be considered having increased lead levels if the
geometric mean pre -project concentration increases above the post project concentration
when compared by the paired student T-test at the 95 percent confidence level. Engineer
will determine whether increased lead levels exist. Should tests performed by the Owner
indicate areas of elevated lead, Contractor at his own cost, will conduct additional testing
Two Tank Coating Project 09900 -13 November, 2013
through the same firm used by the Owner, to establish the extent and limits of
contamination.
e. A soil sample in the far field will be considered increased if the post -project concentration
is greater than or equal to 100 parts per million (ppm) above the pre -project concentration.
Typically, if TSP air monitoring near the far field soil samples indicates no elevated lead
concentrations, no post project soil sample will be taken near the appropriate air monitor.
Post blast testing is entirely at the discretion of the Engineer.
f. Regardless of the method listed above to review soil samples for elevated concentrations,
if any hazardous materials are spilled directly onto the soil it will require cleaning.
Contractor will have to clean up the spill to the satisfaction of the Owner and will be
required to provide test results documenting soil lead levels are below 400 ppm regardless
of initial concentration.
g. All clean up shall be at Contractor's expense.
F. Water/Sediment Quality:
a. The Contractor shall prohibit the release of hazardous or non -hazardous lead into bodies
of water or storm sewers. Work shall be halted if spills or emissions are observed entering
into bodies of water, or found in areas where storm water run-off could carry the debris
into bodies of water or storm sewers.
b. The Contractor is advised that discharges of lead into the water or in locations where it
could be carried by rain water into storm sewers or bodies of water are strictly prohibited
and shall be considered a violation of the Clean Water Act.
c. The Contractor shall protect all drains. Paint debris shall not be allowed to enter into
drainage or storm sewer systems.
d. The Contractor will be solely responsible for all clean-up costs in the event of a spill.
3.5 CRITERIA FOR CONTROLS OVER WORKER PROTECTION
A. OSHA requirements for the protection of workers shall be in accordance with 29 CFR 1926.62.
B. A written program addressing compliance with each of the items below shall be provided.
Analysis of personnel air monitoring filters shall be performed by an AIHA accredited
laboratory for metals analysis. Blood lead testing shall be conducted by an OSHA approved
laboratory. Note also that the requirements listed below are in addition to other OSHA safety
and health requirements of the project.
a. Action level
Lead 30 Fg/m3
Chromium 250 Fg/m3 (Divalent, Trivalent)
25 Fg/m3 (Hexavalent)
b. Permissible Exposure Limit:
---- Two Tank Coating Project 09900 - 14 November, 2013
rl"!
Lead 50 Fg/m3
Chromium 500 Fg/m3 (Divalent, Trivalent)
50 Fg/m3 (Hexavalent)
c. Protective work clothing and equipment must be provided by Contractor.
d. Housekeeping will include a mandatory daily job site inspection by a contractor employed
competent person. A copy of the job site inspection will be provided to the Owner.
e. Hygiene facilities and practices will include daily showering when leaving the regulated
area and provide handwashing facilities near any eating areas within the regulated area.
f. Employee information and training will note the content of Chromium in the paint to be
removed.
g. Contractor will provide respirators approved by NIOSH for use in atmospheres containing
lead dust to any employee requesting a respirator or at a minimum to all employees
assumed exposed above the PEL (50 Fg/m3). Respirator fit tests and training must meet
requirements of 29 CFR 1910.1025.
h. Employee blood lead levels shall be conducted on all employees prior to participating in
any lead removal operation on this project to establish a baseline blood lead level. At the
completion of lead removal operations or prior to the transfer of an employee from this
project conduct blood lead level checks to establish a post lead removal blood lead level.
Submit baseline blood lead and post lead removal levels to Owner and Engineer for
review.
3.6 SOLID WASTE HANDLING, DISPOSAL AND UN -AUTHORIZED RELEASES
A. The Contractor is responsible for the handling and disposal of all waste on this project.
Any testing required prior to disposal of materials other than spent abrasives and paint debris is
the sole responsibility of the Contractor. A copy of all reports for this testing will be provided
to Owner and Engineer. Contractor, through execution of this contract, is responsible for
implementing the handling and disposal of hazardous waste and/or special waste (as defined by
TCEQ) created on this project.
B. Sampling and testing of debris will be the responsibility of the Contractor. After approximately
4 hours of blasting areas with lead based paints, twelve (12) random samples of blast debris
will be collected. Four samples will be tested and an evaluation of the test results will be used
to establish whether the generated waste is hazardous. Any additional testing, due to change in
methods or other reasons, shall be at the Contractor's expense. r�
a. Representative samples of the debris shall be selected in accordance with the
requirements of SW846, and tested by TCLP in accordance with Appendix IIof 40 CFR
261.
b. In the case of wet methods of preparation, the use of chemical strippers, or containerized
hygiene water, all liquids and sludge shall be tested, including pH to determine
corrosively, if appropriate.
Two Tank Coating Project 09900 - 15 November, 2013 1-1
C. The Contractor is advised that no waste stabilization will be performed on the project site.
Waste stabilization shall be performed by and at a Contractor, Owner and Engineer agreed
upon permitted Storage, Treatment and Disposal (STD) facility.
D. If the tests of the debris in paragraph 3.6.13 of this section show the waste to be hazardous, the
following requirements shall apply. Until tested as described above, all waste generated during
lead removal operations are assumed hazardous.
a. Site Storage and Handling:
1. The contractor shall adhere to the requirements of 40 CFR 262 and 40 CFR 265
for the on -site handling of debris.
2. Special attention shall be given to the time of storage, amount of material stored
at any one time, use of proper containers, personnel training, and the Contractor
shall obtain an EPA identification number as necessary.
3. Paint debris shall not be placed on the unprotected ground and shall be shielded
to prevent dispersion of the debris by wind or rain water.
4. The contractor shall provide preparedness, prevention, and contingency plans
(PPCP) in accordance with 40 CFR 265 Subpart C and Subpart D for the steps to
be taken in the event of an unplanned release or emergency.
5. Any evidence of improper storage shall be cause for immediate shut down of the
project until corrective action is taken.
6. Contractor shall complete EPA form 8700-12, Notification of Regulated Waste
Activity and file with EPA. Copy Engineer with said completed form.
7. Contractor shall complete all forms required by TCEQ and file with same. Copy
Engineer with all correspondence including completed forms and permits.
b. Transportation and Disposal of Debris:
1. The contractor shall arrange to have the debris transported from the site in
accordance with the requirements of 40 CFR 263, and disposed of properly in
accordance with 40 CFR 264 and 40 CFR 268.
2.Only licensed transporters and disposal facilities shall be used. Provide a list of
the companies to be used for Owner approval in advance.
3. Signed manifests shall be returned to the Owner to verify that all steps of the
handling and disposal process have been completed properly.
4. Provide name, address, phone number and license number of the final TCEQ
approved solid waste landfill.
E. The Contractor shall thoroughly vacuum, wash, or otherwise decontaminate containments,
structures, equipment, and reusable items throughout the period of construction and prior to
removal from the project site until such time as the waste is classified non -hazardous. Simply
blowing down the potentially contaminated items will not be sufficient. Items include, but are
not limited to, equipment, containment materials, ground covers, scaffolding, and change and
shower facilities. If adequate cleaning is not possible, the materials shall be treated as waste
and tested and disposed of properly at the expense of the Contractor.
F. Reportable Releases:
Two Tank Coating Project 09906 - 16 November, 2013
p
a. CERCLA Release: The Contractor is advised that the discharge of 10 or more pounds of
lead debris into the atmosphere, water, or soil within a 24-hour period is considered a
reportable release in accordance with 40 CFR 300 and 40 CFR 302.
2. In the event of a spill requiring release notice, Contractor will also notify the Owner and
Engineer, and follow the Preparedness, Prevention and Contingency Plan (PPCP).
G. Non -hazardous Waste: All waste from the project classified as non -hazardous and which a
Municipal Solid Waste Landfill will accept shall be disposed of there at the Contractor's
expense. In any case, the Contractor shall dispose of the waste at a TCEQ licensed landfill.
Transportation from tank site to Landfill is at Contractor's expense. Costs for disposal of all
waste products shall be included in the bid item for solid waste disposal.
END OF SECTION
Two Tank Coating Project 09900 - 17 November, 2 13 H
SECTION 09905
COATING AND PAINTING SPECIFICATION FOR
REHABILITATING STEELWATER TANK STRUCTURES
PART 1- GENERAL
1.1 SCOPE
A. The work of this section includes the coating of all specified exterior surfaces of
steel water storage tanks.
1.2 RELATED SECTIONS
A. Section 01010 - Summary of Work.
B. Section 01300 - Submittals.
C. Section 01630 - Substitutions and Product Options.
1.3 REFERENCE SPECIFICATIONS AND STANDARDS
A. Without limiting the general aspects of other requirements of these specifications, all surface
Preparation, coating and painting of exterior surfaces shall conform to the applicable requirements of
the Steel Structures Painting Council and the manufacturer's printed
instructions.
1. ASTM (American Society for Testing and Materials)
ASTM D 520 Standard Specification for Zinc Dust Pigment
ASTM D 4417 Standard Test Methods for Field Measurement of
Surface Profile of Blast Cleaned Steel
ASTM E 337 Standard Practice Test Method for Measuring Humidity
with a Psychrometer
ASTM D2200 Standard Methods of Evaluating Degree of Rusting on
Painted Surfaces
2. ANSI (American National Standards Institute)
ANSI/ASC 29.4 Exhaust Systems Abrasive Blasting Operations —
Ventilation and Safe Practice
ANSI/NSF Standard 61 Drinking Water Components
3. AWWA (American Water Works Association)
AWWA D 102 Coating Steel Water Storage Tanks
4. Consumer Product Safety Act, Part 1303
Two Tank Coating Project 09905 - 1 November, 2013
5. NACE International
NACE Publication TPC2
Coatings and Linings for Immersion Service:
Chapter 1 Safety, Chapter Surface Preparation,
Chapter 3 Curing, and Chapter 4 Inspection
NACE Standard RP0178
Standard Recommended Practice — Fabrication
Details, Surface Finish Requirements and
Proper Design Considerations for Tanks and
Vessels to be Lined for Immersion Service
NACE Standard RP0188
Standard Recommended Practice —
Discontinuity (Holiday) Testing of Protective
Coatings
NACE Standard RP0287
Field Measurement of Surface Profile of
Abrasive Blast -Cleaned Steel Surfaces Using a
Replica Tape
NACE Standard RP0288
Standard Recommended Practice, Inspection of
Linings on Steel and Concrete
6. OSHA (Occupational Safety & Health Administration)
1915.35 Standards — 29 CFR — Painting
7. SSPC (Steel Structures Painting Council)
SSPC-SP2 Hand Tool Cleaning
SSPC-SP3 Power Tool Cleaning
SSPC-PA-1 Shop, Field and Maintenance Painting
SSPC-PA-2 Measurement of Dry Film Thickness with Magnetic
Gages
SSPC-PA-3 Guide to Safety in Paint Application
SSPC-Guide 12 Guide for Illumination of Industrial Painting Project
SSPC-VIS 1-89 Pictorial Surface Preparation Standards for Painting
Steel Surfaces
SSPC Paint Spec 36 Two Component Weatherable Aliphatic Polyurethane
Topcoat, Performance -Based
8. SSPC/NACE Joint Standards
SSPC-SP5/NACE 1 White Metal Blast Cleaning
SSPC-SP6/NACE 3 Commercial Blast Cleaning
SSPC-SP7/NACE 4 Brush -Off Blast Cleaning
SSPC-SP I O/NACE 2 Near -White Metal Blast Cleaning
The Owner's Engineer decision shall be final as the interpretation and/or conflict between any of the
referenced specifications and standards contained herein.
1.4 SUBMITTALS
A.
In
Submit according to Section 01300 - Submittals: Procedures for Submittals.
Submit the following to the Engineer within 14 days of the Notice to Proceed.
Two Tank Coating Project 09905 - 2 November, 2013 i
r�
Manufacturer's color charts. Submittals must be approved prior to application of the coating
system.
C. Requests for substitution shall be approved prior to the award of the bid & shall include manufacturer's
literature for each product giving name, product number, gene type, descriptive information, solids
by volume, recommended dry film thickness and certified lab test reports showing results to equal the
performance criteria of the products specified herein. In addition, a list of five projects shall be
submitted in which each product has been used and rendered satisfactory service by the Owner, and a
written response will be provided by owner for any accepted substitution.
1.5 CONTRACTOR EXPERIENCE
A. The Contractor shall provide a list of similar projects completed in the past three years in order to prove
practical experience and successful history in the application of the specified product to surfaces of
steel water tanks. Upon request, he shall substantiate this requirement by furnishing a list of references
and job completions.
B. The Contractor shall submit with his bid a written statement by the coatings manufacturer staring that
the Contractor is familiar with the materials specified and has workers capable of performing the work
specified herein.
C. The personnel performing the work shall be knowledgeable and have the required experience and skill
to adequately perform the work for this project, in accordance with SSPC-PAI, "Shop, Field and
Maintenance Painting".
1.6 QUALITY ASSURANCE
A. General: Quality assurance procedures and practices shall be utilized to monitor all phases of
surface preparation, application and inspection throughout the duration of the project.
Procedures or practices not specifically defined herein may be utilized provided they meet
recognized and accepted professional standards and are approved by the Engineer.
B. Surface Preparation: Surface preparation will be based upon comparison with: "Pictorial Surface
Preparation Standards for Painting Steel Structures: SSPC-VIS 1-89 and ASTM Designation D2200,
"Standards Methods of Evaluation Degree of Rusting on Painting Steel Surfaces" SSPC-VIS 2 and
ASTM Designation D610; "Visual Standard for Surfaces of New Steel Airblast Cleaned with Sand
Abrasive".
C. Application: No coating shall be applied when the surrounding air temperature or the
temperature of the surface to be coated or painted is below the minimum surface
temperature for the products specified herein; or in rain, snow, fog or mist; when the
temperature is less than 5°F above the dew point; when the air temperature is expected
to drop below 40°F within six hours after application of coating. Dew point shall be
measured by use of an instrument such as a Sling Psychrometer in conjunction with U.S.
Department of Commerce Weather Bureau Psychrometric Tables. If the above
conditions are prevalent, coating or painting shall be delayed or postponed until
conditions are favorable. The day's coating or painting shall be completed in time to
permit the film sufficient drying time prior to damage by atmospheric conditions.
-" Two Tank Coating Project 0 905 - 3 November, 2013
1
D. Thickness and Holiday Checking: Thickness of coatings and paint shall be checked with
a non-destructive, magnetic -type thickness gauge. Destructive testing will not be allowed.
The integrity of coated surfaces shall be checked with an approved inspection device. Non-
destructive holiday shall not exceed 67 1/2 volts nor shall destructive holiday detectors exceed
the voltage recommended by the manufacturer of the coating system. For thickness between 10 and 20
mils (250 microns and 500 microns) a non-sudsing type wetting agent, such as Kodak Photo -Flow, shall
f
be marked, repaired in accordance with the manufacturer's printed recommendations and re -tests. No
pinholes or other irregularities will be permitted in the final coating.
r-1
E. Inspection Devices: The Contractor shall furnish, until final acceptance of coating and painting,
inspection devices in good working condition for detection of holidays and measurement of dry film
thickness of coating and paint. The Contractor shall also furnish U.S. Department of Commerce,
National Bureau of Standards certified thickness calibration plates to test accuracy of dry film
thickness gauges and certified instrumentation to test accuracy of holiday detectors. Dry film thickness
gauges and holiday detectors shall be made available for the Engineer's use at all times until final
acceptance of application. Holiday detection devices shall be operated in the presence of the
Engineer.
F. Inspection: Inspection for this project shall consist of `hold point' inspections. The Engineer or his
representative shall inspect the surface prior to abrasive blasting, after abrasive blasting but prior to
application of coating materials, and between subsequent coats of material. Final inspection shall take
place after all coatings are applied, but prior to placing the tank in service. Contractor will insure that
sufficient rigging is in place so that the Engineer or his representative shall be able to conduct the
required inspections.
G. Warranty Inspection: Warranty inspection shall be conducted during the eleventh month
following completion of all coating and painting work. All defective work shall be repaired in
accordance with this specification and to the satisfaction of the Engineer.
1.7 SAFETY AND HEALTH REQUIREMENTS
A. General: In accordance with requirements set forth by regulatory agencies applicable
to the construction industry and manufacturer's printed instructions and appropriate
technical bulletins and manuals, the Contractor shall provide and require use of personal
protective lifesaving equipment for persons working on or about the project site.
B. Head and Face Protection and Respiratory Devices: Equipment shall include protective
helmets which shall be worn by all persons while in the vicinity of the work.
C. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall
be explosion -proof. Ventilation shall reduce the concentration of air contaminants to the
degree a hazard does not exist. Air circulation and exhausting of solvent vapors shall be
continued until coatings have fully cured.
D. Sound Levels: Whenever the occupational noise exposure exceeds maximum allowable sound
levels, the Contractor shall provide and require the use of approved ear protective devices.
Two Tank Coating Project 09905 - 4 November, 2013 11
E. Illumination: Adequate illumination shall be provided while work is in progress, including
explosion -proof lights and electrical equipment. Conform with all applicable rules and regulations
from OSHA. Whenever required by the Engineer, the Contractor shall provide additional illumination
and necessary supports to cover all areas to be inspected. The Engineer shall determine the level of
L illumination for inspection purposes.
F. Temporary Ladders and Scaffolding: The Contractor shall conform to all Federal, State, and local rules
and safety requirements pertaining to temporary ladders and scaffolding. Erect where requested by the
Engineer to facilitate inspection and move by the Contractor to locations requested by the Engineer.
1.8 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. All materials shall be brought to the jobsite in original sealed containers. They shall not be
used until the Engineer has inspected the contents and obtained data from information on
containers or label. Materials exceeding storage life recommended by the manufacturer shall
be rejected.
B. All coatings and paints shall be stored in enclosed structures to protect them from weather and
excessive heat or cold. Flammable coatings and paints must be stored to conform with City,
County, State and Federal safety codes for flammable coating or paint materials. At all times
coatings and paints shall be protected from freezing.
PART 2 - MATERIALS
2.1 ACCEPTABLE MANUFACTURERS
The coating system shall be manufactured by Tnemec Co., Inc., or approved equal prior to the
award of the bid.
A. Materials specified are those that have been evaluated for the specific service. Products of the
Tnemec Co. are listed to establish a standard of quality. Equivalent materials of other
manufacturers may be substituted on written approval of the Engineer. As part of the proof of
equality, the Engineer will require certified reports from a nationally known, reputable and
independent testing laboratory conducting comparative tests as directed by the Engineer
between the product specified and the requested substitution.
B. Requests for substitution shall be approved prior to the award of the bid & shall include manufacturer's
literature for each product giving name, product number, generic type, descriptive information, solids
by volume, recommended dry film thickness and certified lab test reports showing results to equal the
performance criteria of the products specified herein. In addition, a list of five projects shall be
submitted in which each product has been used and rendered satisfactory service by the owner.
C. The contractor shall coordinate work so as to allow sufficient time for paint to be delivered to
the job site.
D. All materials shall be brought to jobsite in original sealed containers. They shall not be
used until a representative of the Engineer has inspected contents and obtained data from
Two Tank Coating Project 09905 - 5 November, 205
information on containers or label. Materials exceeding storage life recommended by the
manufacturer shall be rejected.
E. All coatings and paints shall be stored in enclosed structures to protect them from
weather and excessive heat or cold. Flammable coatings or paint must be stored to
conform with City, County, State and Federal safety codes for flammable coating or
paint materials. At all tunes coatings and paints shall be protected from freezing.
2.2 GENERAL REQUIREMENTS
A. All materials shall be lead-free as defined by the Consumer Product Safety Act, Part 1303.
B. All zinc dust pigment contained in any zinc -rich material shall meet the requirements of
ASTM D 520 Type III with regard to zinc content and purity.
C. All materials for the interior wetted portion of the tank shall meet the requirements of
ANSI/NSF Standard 61 for potable water contact.
D. All high gloss clear coat products shall incorporate the use of a fugitive dye to aid in the proper
application and coverage of such coats.
E. All catalyzed polyurethane products shall meet the minimum requirements of SSPC Paint
Specification Number 36, Level 3 Performance Level.
F. No products containing MOCHA shall be allowed.
G. All material preparations should meet the manufacture's latest printed instructions, and should
no be mixed beyond the manufacture's recommend pot life.
F. Exterior Tank Coating Systems:
For cold weather applications, Series 44-710 Urethane Accelerator may be added to Series 91-H20 and
Series 1075 at the rate specified on the Series 44-710 product data sheet.
System: Three-Coat,Fluoropolymer System for Extended Color and Gloss Retention:
1. Surface Preparation Prior to Water Blast Cleaning: Weld flux and spatter shall be
removed by power tool cleaning. Sharp projections shall be ground to a smooth contour.
All welds shall be ground to a smooth contour as per NACE Standard RP0178 and
herein. Clean all failed and rusting areas as per SSPC-SP2 to SP3 Hand or Power Tool
Cleaning. Feather all edges smooth.
2. Surface Preparation: SSPC-SP6 Commercial Blast Cleaning. Anchor profile shall be 1.5
to 2.0 mils as per ASTM D 4417, Method C or NACE Standard RP0287.
Coating System: Backwash Tank at the North Water Treatment Plant (Non -Lead)
Two Tank Coating Project 09905 - 6 November, 2013
I st Coat: Tnemec Series 91-H20 Hydro -Zinc applied at 2.5 to 3.5 dry mils. Thin
only with approved thinner, Tnemec 41-2 or 41-3 Thinner.
2nd Coat: Tnemec Series 1075, 44BR-Beige, Endura-Shield applied at 3.0 to 5.0
dry mils. Thin only with approved thinner, Tnemec 41-42 Thinner for
spray, 41-39 for brush or roller. (Two coats may be required if applied
by roller.)
3rd Coat: Tnemec Series 700,15BL-Tank White, HydroFlon applied at 2.0 to 3.0
dry mils. Thin only with approved thinner, Tnemec 41-39 Thinner for
spray, brush, or roller.
Total dry film thickness of the new system shall be a minimum of 8.5 mils per
SSPC-PA 2 dry film inspection standards. References to PA2 which allow for 80% of the
specified dry film thickness shall not be valid for this project.
4. Surface Preparation Prior to Water Blast Cleaning: Weld flux and spatter shall be
removed by power tool cleaning. Sharp projections shall be ground to a smooth contour.
All welds shall be ground to a smooth contour as per NACE Standard RP0178 and
herein. Clean all failed and rusting areas as per SSPC-SP2 to SP3 Hand or Power Tool
Cleaning. Feather all edges smooth.
5. Surface Preparation: SSPC-SP6 Commercial Blast Cleaning. Anchor profile shall be 1.5
to 2.0 mils as per ASTM D 4417, Method C or NACE Standard RP0287, and meet all the
lead abatement requirements.
6. Coating System: SEWRP Tank Outside (Lead)
1st Coat: Tnemec Series 91-H20 Hydro -Zinc applied at 2.5 to 3.5 dry mils. Thin
only with approved thinner, Tnemec 41-2 or 41-3 Thinner.
2nd Coat: Tnemec Series 1075, 44BR Beige, Endura-Shield applied at 3.0 to 5.0
dry mils. Thin only with approved thinner, Tnemec 41-42 Thinner for
spray, 41-39 for brush or roller. (Two coats may be required if applied
by roller.)
3rd Coat: Tnemec Series 700,15BL-Tank White, HydroFlon applied at 2.0 to 3.0
dry mils. Thin only with approved thinner, Tnemec 41-39 Thinner for
spray, brush, or roller.
Total dry film thickness of the new system shall be a minimum of 8.5 mils per
SSPC-PA 2 dry film inspection standards. References to PA2 which allow for 80% of the
specified dry film thickness shall not be valid for this project.
... Two Tank Coating Project 09905 - 7 November, 2013
7. Coating Systme: SEWRP Tank Inside (Lead)
8. Surface Preparation Prior to Abrasive Blast Cleaning: Weld flux and spatter shall be
removed by power tool cleaning. Sharp projections shall be ground to a smooth contour.
All welds shall be ground to a smooth contour as per NACE Standard SP0178,
Designation D.
9. Surface Preparation: SSPC-SP 10 Near -White Metal Blast Cleaning. A minimum
angular profile of 2.0 to 2.5 mils as per ASTM D 4417, Method C or NACE Standard
RP0287 is required.
10. Coating System:
Prime Coat: Tnemec Series 1 Omnithane applied at 2.5 to 3.5 dry mils. Thin only
with approved thinner, Tnemec 41-2 or 41-3 Thinner.
Stripe Coat: Tnemec Series 20 Pota-Pox brushed and scrubbed into weld seams.
Thin only with approved thinner, Tnemec 41-4 Thinner.
Second Coat: Tnemec Series 20-1255 Beige Pota-Pox applied at 4.0 to 6.0 dry mils.
Thin only with approved thinner, Tnemec 41-4 Thinner.
Third Coat: Tnemec Series 20-15BL Tank White Pota-Pox applied at 4.0 to 6.0 dry
mils. Thin only with approved thinner, Tnemec 41-4 Thinner.
Total dry film thickness shall be a minimum of 10.5 mils.
For cold weather applications, use Series FC20 instead of Series 20.
PART 3 -EXECUTION
3.1 GENERAL
A. All surface preparation, coating and painting shall conform to applicable standards of
the Steel Structures Painting Council and the manufacturer's printed instructions. Material
applied to the surface prior to the approval of the Engineer shall be removed and re -applied to the
satisfaction of the Engineer at the expense of the Contractor.
B. All work shall be performed by skilled craftsmen qualified to perform the required work in a
manner comparable with the best standards of practice. Continuity of personnel shall
be coordinated with the Engineer.
C. Coating and painting systems include surface preparation, prime coating and finish coatings. Unless
otherwise approved in writing by the Engineer, prime coating shall be field applied. Where prime
coatings are shop applied, the Contractor shall instruct suppliers to provide the prime coat compatible
with the specified finish coat. Any off -site work which does not conform to this specification, is
Two Tank Coating Project 09905 - 8 November, 201 -
subjected to damage during transportation, construction or installation shall be thoroughly cleaned and
touched -up in the field as directed by the Engineer. The Contractor shall use repair procedures which
insure the complete protection of all adjacent primer. The specified repair method and equipment may
include wire -brushing, hand or power tool cleaning, or dry air blast cleaning. In order to prevent injury
to surrounding painted surfaces, blast cleaning may require use of lower air pressure, smaller nozzle
and/or abrasive blast particles, or shorter blast nozzle distances from surface shielding and masldng. If
damage is too extensive or uneconomical to touch-up, the entire item shall be blasted and then coated or
painted as directed by the Engineer.
D. Dust, dirt, oil, grease or any foreign matter that will affect the adhesion or durability of the
finish must be removed by washing with clean rags dipped in an approved cleaning
solvent and wiped dry with clean rags.
E. The Contractor's coating and painting equipment shall be designed for application of
materials specified and shall be maintained in first class working condition. Compressors
shall have suitable traps and filters to remove water and oils from the air. Contractor's
equipment shall be subject to approval of the Engineer.
F. Application of the first coat shall follow immediately after surface preparation and
cleaning and before rust bloom occurs. Any cleaned areas not receiving first coat within
this period shall be re -cleaned prior to application of first coat.
3.2 SURFACE PREPARATION
A. The latest revision of the following surface preparation specifications of the Steel
Structures Painting Council shall form a part of this specification:
1. Solvent Cleaning (SSPC-SP 1): Removal of oil, grease, soil and other
contaminants by use of solvents, emulsions, cleaning compounds, steam cleaning
or similar materials and methods which involve a solvent or cleaning action.
2. Hand Tool Cleaning_(SSPC-SP2): Removal of loose rust, loose mil scale and
other detrimental foreign matter to a degree specified by hand chipping,
scraping, sanding and wire -brushing
3. Power Tool Cleaning (SSPC-SP3): Removal of loose rust, loose mil scale and
other detrimental foreign matter by power wire -brushing, power impact tools or
power sanders.
4. White Metal Blast Cleaning (SSPC-SP5/NACE No. 1): Air blast cleaning to a
gray -white uniform metallic color until each element of surface area is free of all
visible residues.
Commercial Blast Cleaning (SSPC-SP6 NACE No. 3): Air blast cleaning until
at least two-thirds of each element of surface area is free of all visible residues.
6. Brush -Off Blast Cleaning (SSPC-SP7 NACE No. 4): Air blast cleaning to
remove loose rust, loose mil scale and other detrimental foreign matter to a
degree specified.
Two Tank Coating Project 09905 - 9 November, 2013
7. Near -White Metal Blast Cleaning (SSPC-SP10 NACE No. 2Z Air blast cleaning
until at least 95% of each element of surface area is free of all visible residues.
8. Power Tool Cleaning to Bare Metal (SSPC-SP11): Differs from SSPC-SP3 in
that it requires more thorough cleaning and a surface profile not less than 1 mil.
B. Field blast cleaning for all surfaces shall be by dry method unless otherwise directed. Blast nozzles
shall be venturi-type nozzles with a minimum pressure at the nozzle of 90 psi.
C. Particle size of abrasives used in blast cleaning shall be that which will produce a 1.5 - 2.5 mil
(37.5 microns - 65.0 microns) surface profile or in accordance with recommendations of the
manufacturer of the specified coating or paint system to be applied.
If the profile of the blasted steel exceeds the profile specified above, the Contractor shall be
required to do one or both of the following:
1. Reblast the surface using a finer aggregate in order to produce the required
profile.
2. Apply a thicker prime coat, if possible given the limitations of the products being
applied, in order to adequately cover the blast profile
D. Abrasive used in blast cleaning operations shall be new, washed, graded and free of
contaminants that would interfere with adhesion of coating or paint and shall not be reused
unless specifically approved in writing by the Engineer.
E. During blast cleaning operations, caution shall be exercised to insure that existing coatings or
paint are not exposed to abrasion from blast cleaning. I'll,
F. The Contractor shall keep the area of his work and the surrounding environment in a
clean condition. He shall not permit materials to accumulate as to constitute a
nuisance or hazard to the accomplishment of the work, the operation of the existing
facilities, or nuisance to the surrounding environment. All media must be removed from the blasting
site.
G. Blast cleaned surfaces shall be cleaned prior to application of specified coatings or paint. All surfaces
shall be free of dust, dirt, and other residue resulting from the abrasive blasting operation. No coatings
or paint shall be applied over damp or moist surfaces.
H. All welds shall be neutralized with a suitable chemical compatible with the specified
coating materials.
I. Specific Surface Preparation: Surface preparation for the specific system shall be as
noted in Section 2.1 Paragraph F.
3.03 NON -VISIBLE CONTAMINANTS
Two Tank Coating Project 09905 - 10 November, 2013
�r
A. After sandblasting, three tests shall be performed on the steel surface. These tests are an Iron
Test (Fe 2+), Chloride Test and Sulfate Test. Testing shall be carried out as per SSPC Technology
Guide 15 "Field Methods for Retrieval and Analysis of Soluble Salts on Steel and Other
Nonporous Substrates". The maximum limits for these contaminants shall be:
The maximum level of chlorides is 30 milligrams per square meter or 3
micrograms per square centimeter.
2. The maximum level of sulfates is 100 milligrams per square meter or 10
micrograms per square centimeter.
The maximum level of ferrous ions (Fe2+) is 50 milligrams per square meter or 5
micrograms per square centimeter.
4. Contamination levels above these limits will require washing and retesting in
accordance with Item 2 (below) until the surface is under the allowable limits.
B. If testing shows amounts present in the test solution to be greater than the limits listed herein, the
Contractor shall clean the surface of the entire tank interior with a 5,000 psi water blast with fine
entrained abrasive until the levels in the test solutions are below the maximum acceptable level.
Alternate cleaning methods may be allowed with prior approval of the Engineer.
C. Contractor shall provide a written statement from paint manufacturer stating that the maximum
acceptable levels are not less than those listed herein. Results of the testing shall be provided to
the Owner before any coatings are applied.
D. The following test kits are approved for use on this project:
a. Chlor*Rid Chor*Test Kit
b. KTA SCAT Test Kit
C. Test kits from other vendors shall be submitted to the Engineer for prior
approval before use.
3.4 APPLICATION - GENERAL
A. Coating and paint application shall conform to the requirements of the Steel Structures
Painting Council Paint Application Specification SSPC-PAl, latest revision, for "Shop, Field
and Maintenance Painting".
B. Thinning shall be permitted only as recommended by the manufacturer approved by the
Engineer.
C. Each application of coating or paint shall be applied evenly, free of brush marks, sags,
runs, no evidence of poor workmanship. Care shall be exercised to avoid lapping on
glass or hardware. Coatings and paints shall be sharply cut to lines. Finished surfaces
shall be free of defects or blemishes.
1 Two Tank Coating Project 09905 - 11 November, 2013
I
D. Protective coverings or drop cloths shall be used to protect floors, concrete slabs, fixtures, and
equipment. Care shall be exercised to prevent coatings or paints from being spattered onto
surfaces which are not to be coated or painted. Report surfaces from which materials cannot
be satisfactorily removed to the Engineer.
E. When two coats of coating or paint are specified, where possible, the first coat shall
contain sufficient approved color additive to act as an indicator of coverage or the two
coats must be of contrasting color.
F. Film thicknesses per coat specified in Section 2.1 Paragraph F are minimum
required. If roller application is deemed necessary, the Contractor shall apply additional
coats to achieve the specified thickness.
G. All material shall be applied as specified.
3.5 COATING SYSTEMS APPLICATION
A. After completion of surface preparation as specified for the specific system, materials
shall be applied as noted in Section 2.1 Paragraph F.
3.06 DISINFECTION
A. Disinfection of interior surfaces shall be performed in the presence of the Engineer in accordance
with all the requirements of applicable AWWA Standards and regulatory agencies.
B. Disinfection shall be performed after protective coatings have been applied to the interior
surfaces and allowed to thoroughly cure.
C. Prior to disinfecting, the complete interior shall be washed down with clean water and
thoroughly flushed out.
D. All interior surfaces shall be thoroughly washed with a solution having a minimum chlorine
content of 50 PPM. Chlorine solution accumulated on the bottom shall be drained to waste.
Rinsing with clean water is not required.
3.07 SOLVENT VAPOR REMOVAL
A. All solvent vapors shall be completely removed by suction -type exhaust fans and blowers before
placing tank in operating service.
B. All solvent vapors will be exhausted both during and after coating application as per AWWA D
102 to allow the proper curing of the coating material.
C. Ventilation shall be continued until such time as the coating has reached "full cure" as specified
by the coating manufacturer.
3.6 COLOR SCHEME
I
Two Tank Coating Project 09905 - 12 November, 2013 _ j
A. The Engineer shall select colors for the project. The Contractor shall submit a current chart of
the manufacturer's available colors to the Engineer fourteen (14) days prior to the start of
coating.
3.7 CLEAN UP
A. Upon completion of the work, all staging, scaffolding and containers shall be removed from the
site in a manner approved by the Engineer. Coating or paint spots or oil stains upon adjacent
surfaces shall be removed and the jobsite cleaned. All damage to surfaces resulting from the
work of this section shall be cleaned, repaired, or refinished to the satisfaction of the Engineer
at no cost to the Owner.
END OF SECTION
Two Tank Coating Project 09905 - 13 November, 2013
PAGE INTENTIONALLY LEFT BLANK
n