Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 19825: AAR, INC. ABATEMENT & DEMOLITION OF 6 COMMERCIAL PROPERTIES
City of \\ , ort rthu�'^ Texas INTEROFFICE MEMORANDUM Office of the Department of Code Compliance Demolition Division Date: June 23, 2017 • To: Brian McDougal, City Manager Mayor and City Council _ / . • From: Darlene Thomas-Pierre, Director of Inspections & Code Compliance / Re: P. R. NO. 19825 — AWARDING A CONTRACT TO AAR, INC. FOR ASBESTOS/LEAD ABATEMENT&DEMOLITION OF SIX(6)DANGEROUS COMMERCIAL PROPERTIES LOCATED THROUGHOUT THE CITY COMMENT Nature of the Request: Staff recommends that City Council adopt P. R. No. 19825, authorizing the City Manager to execute a contract with AAR,Inc.in the amount of$150,105.00 for asbestos/lead abatement and demolition of six(6) dangerous commercial properties located at 445 E. Thomas Boulevard, 2349 Procter Street, 3121 Procter Street, 4445-4449 Procter Street, 6427 Procter Street Extension and 7700 Highway 87. Staff Analysis/Considerations: The Texas General Land Office (GLO) has approved the use of Community Development Block Grant Disaster Recovery funding for the demolition and clearance of commercial properties that were damaged as a result of Hurricane Ike and are now uninhabitable. THIS IS THE THIRD OF THE IKE ROUND 2.2 COMMERCIAL DEMOLITION PROJECTS PHASE. Bids for asbestos/lead abatement and demolition of six(6)dangerous commercial properties were opened on June 14, 2017. AAR, Inc. is the lowest responsible bidder for the subject buildings; their bid is $150,105.00,to be completed within thirty-four(34)working days from the date they receive a Notice to Proceed. Bid award is based on the lowest and most responsive bid.RNDI Companies,Inc.bid$415,375.00 (180 days); Grant McKay bid $295,936.12 (59 days); Lark Group, Inc's bid was disqualified Inland Environments, Ltd's bid was disqualified; and The bid tabulation follows. "Remember we are here to serve the Citizens of Port Arthur" (CONTINUED) 1 P. R.#19825 —ASBESTOS/LEAD/DEMO CONTRACT —AAR, INC.—06/14/17 PAGE 2 OF 2 CONTRACTOR 6 COMMERCIAL PROPERTIES *AAR, Inc., Houston, TX $150,105.00 RNDI Companies, Inc., Rockwall, TX $415,375.00 Grant McKay, Houston, TX $295,936.12 Lark Group, Inc., Warren, TX $152,250.00 Disqualified Inland Environments, Ltd., $125,340.00 Kingwood, TX, Disqualified *Successful Bidder The following nine vendors also attended the mandatory pre-bid conference and walk-through,but did not submit bids: (1)ARC Abatement,Inc.,Houston,TX; (2)Abatement Specialists LLC,Houston,TX;(3) Basic Environmental Group,LLC, Houston,TX(4)C &C Demolition, Beaumont,TX; (5)Impact Waste& Recycling, Beaumont, TX; (6)Lindamood Demolition, Irving, TX; (7) R.L. Abatement, Inc., Weslaco,TX; (8) The Signature Group, Houston, TX; and (9) Total Safety, Port Arthur, TX. Recommendation: Staff recommends that City Council adopt P.R.No. 19825,thereby authorizing the execution of a contract for asbestos/lead abatement and demolition between the City of Port Arthur and AAR, Inc. in the amount of $150,105.00. Budget Consideration: This project is funded by the Texas General Land Office; funds allocated by U. S. Dept. of HUD through CDBG(GLO Contract#13-339-000-7653/DRS220148).Acceptance of this recommendation will not require a budget amendment.Funding is available in Account No. 145-1201-532.59-00,Project#I22WP. DTP cc: Ron Burton Mary Essex Clifton Williams STRUCTURES TO BE DEMOLISHED: 445 E. THOMAS BOULEVARD 2349 PROCTER STREET 3121 PROCTER STREET 4445-4449 PROCTER STREET 6427 PROCTER STREET EXTENSION 7700 HIGHWAY 87 "Remember we are here to serve the Citizens of Port Arthur" 2 P. R. No. 19825 06/23/17 DTP RESOLUTION NO. A RESOLUTION AWARDING A CONTRACT TO AAR,INC.IN THE AMOUNT OF $150,105.00, AND AUTHORIZING THE EXECUTION OF A CONTRACT FOR ASBESTOS/LEAD ABATEMENT AND DEMOLITION OF SIX (6) DANGEROUS COMMERCIAL PROPERTIES LOCATED AT 445 E.THOMAS BOULEVARD, 2349 PROCTER STREET, 3121 PROCTER STREET, 4445-4449 PROCTER STREET, 6427 PROCTER STREET EXTENSION AND 7700 HIGHWAY 87, TO BE CHARGED TO ACCOUNT NO. 145-1201-532.59-00, Project# I22WP. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT the City Council of the City of Port Arthur hereby awards a contract for asbestos/lead abatement and demolition of six(6)dangerous commercial properties located at 445 E.Thomas Boulevard,2349 Procter Street,3121 Procter Street,1115-4449 Procter Street,6427 Procter Street Extension,7700 Highway 87,to the best and lowest responsible bidder to-wit: AAR, Inc., as delineated in Exhibit"A"; and, THAT the City Manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City of Port Arthur an agreement between the City of Port Arthur and AAR,Inc.,for the contract price of$150,105.00 (a copy of said contract is attached hereto as Exhibit"B"); and, THAT since AAR, Inc. may be awarded more than one group, the company must successfully and timely complete one group before a new group is started; and, THAT said contract is a duplicate of the standard form Contract previously approved by the City's Legal Department; and, THAT a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ,ADOPTED,AND APPROVED this the 11th day of July,A.D.,2017,at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following vote: 3 P. R. No. 19825 06/23/17 DTP AYES: MAYOR: Councilmembers: NOES: MAYOR ATTEST: APPROVED AS TO FORM: ca.0 CITY SECRETARY CITY ATTORNE APPROVED FOR ADMINISTRATION: .. . . IAi"ddI , 1/, , CITY MANAGER ECTOR 0 SSP C ONS & CODE OMPLIANCE APPROVED AS TO AVAILABILITY OF FUNDS: APPROVED FOR PURCHASING: ef & IA1 DIRECT Y R OF FINANCE PUR tASING MANAGER 4 EXHIBIT "A" IT C oD z 3 = -1Dco --1 O o � a o m °1 A w N s m Or Dz c O � � KC C > mn / nDm m o ,( v -' df D m -1m CA 0 G V Q) a j N A O �- • O G V A A Ca .. T COz .- C R_. . 0. 3 o � ca7' ° mom C. m Z m O CT C) CJ C. 0 2 -0A 'U -0 0 D Z D c) t3• 00 z I.> m . o ° cac ° 0 o cmii m D cm 0 a mUn o � vm7J � � � ND Q7 -4 m x G H( Zo0a y 0 n cc to o �' 3 D co- -o 71 N c) w _ n 3 D co -1"'-'1....:3; m ('' m O m z cn Po o C .` W ' j = m . V AT W[ an O C g 1. f O W- -< to to to to (!o(n (n Li' x 0 A N 7 Z H c» n O (11 N - N - N L.) O X Z O a V CO CT O N ,, s D) -+ (D Cn N D) ,� 0 0 N O Cn CO UI N -n N o 0 0 0 0 N O OOOOOO C)' 0 0 0 0 0 0 0 (-) m 0 m --1 a 3 z m co NN -. ss NDa g a C Co w A A CO { O [7 W s A O > —I cT ^) -<to w (n to to to to F 3 r = 3 A N >v d -0 M O• N CO (3 V A N CT n -I N O CO C7 5- A CT N W V ,.., X V) 1 W_ (/) m rn Cvl TCD000 .vv1 0 a C O O O O O 'co o = D 0 0 0 0 o o 0 o m T cn• O C '0 -I 0 r- O 0 D 70 CD an LT cn cn cn a -‹> D< = -{ —I (n(n(n(n w (n(n cc d Z 7) ccn W CD o 0 —i ? N = O = in so .2-1 3 C N T O W 1 W W - O X IBJ (n (D CO CT A NN W -i = W1D O-co O CD V .< COCT CD cD CD Qf Q) O CO (D CO O V F - O O CO j W O o N No (D O V C m 03 N -1 r C j, _, D * m V o O O A v1 W -< O) ''(- s -. O (p Z N A (A (n M V+(n (n(n W a D .A.. N = C (T CT- W N N - N A 0 -O N o CJ 0 - (T W O X - N O O N O O O 7 CT o 0 v1 0 0 0 0 C) O co co 0 0 0 0 H O 0 0 0 0 0 0 0 0 0 0 0 0 0 U 7 N 74 c Q 7 c O C. ID A -, D _ 0 CO A Q) (J V N H E (0 < (p Z N H w In(n (n (n(n(n F c. D W w o 0 ? G 3 n N- W (D CD V -+ N I X j W O co N (D CO co A co co O co O o - y 0 0 0 0 0 0 0 I- 0000000 a 0 0 0 0 0 0 0 Exhibit B EXHIBIT"B" CITY OF PORT ARTHUR, TEXAS STANDARD FORM OF AGREEMENT THIS AGREEMENT made this 11th day of July in the year 2017, by and between the City of Port Arthur, a legal entity organized and existing in the State of Texas, hereinafter designated as the Owner, and AAR, Inc., hereinafter designated as the Contractor. The Owner and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. THE WORK The Contractor shall complete the Work as specified or indicated under the demolition and asbestos/lead specifications of the Owner's Contract Documents entitled: ASBESTOS/LEAD ABATEMENT/DEMOLITION OF COMMERCIAL BUILDINGS (6) 445 E. Thomas Boulevard 2349 Procter Street 3121 Procter Street 4445-4449 Procter Street 6427 Procter Street Extension 7700 Highway 87 The Work is generally described as follows: Asbestos/Lead Abatement and Demolition ARTICLE 2. TIME OF COMMENCEMENT OF COMPLETION The Work to be performed under this Contract shall be commenced on the date specified by the Owner in the Notice to Proceed and the Work shall be fully completed within thirty-four (34) working days after the date of commencement of the Work. The Owner and the Contractor recognize that time is of the essence of this Agreement and that the Owner will suffer fmancial loss if the Work is not completed within the time specified in this Article 2, herein, plus any extensions thereof allowed by the City. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, the Owner and the Contractor agree that as liquidated damages for delay (but not as a penalty) the Contractor shall pay the Owner the sum of $100.00 for each calendar day that expires after the time specified in this Article 2, herein. ARTICLE 3. CONTRACT PRICE The Owner shall pay the Contractor for the completion of the Work in accordance with the Contract Documents in current funds the Contract Price(s), One hundred fifty thousand, one hundred five dollars and no cents ($150,105.00). ARTICLE 4. THE CONTRACT DOCUMENTS The Contract Documents also consist of: this Agreement, Asbestos or Technical Specifications, Demolition, and all Change Orders and Work Directive Changes which may be issued subsequent to the Effective Date of the Agreement and are not attached hereto. 1 EXHIBIT"B" ARTICLE 5. PAYMENT PROCEDURES Payment will be made in full when all of the work is completed and approved by City staff with provision for damages in accordance with Article 2 of this Agreement. ARTICLE 6. NOTICES Whenever any provision of the Contract Documents requires the giving of written Notice, it shall be deemed to have been validly given 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 or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7. MISCELLANEOUS The contractor shall comply with State law as to licensing on asbestos abatement and disposal. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The Owner and the Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the Owner and the Contractor have caused this Agreement to be executed the day and year first written above. CITY OF PORT ARTHUR: AAR, INC. Signature By: By: Brian McDougal Printed Name/Title City Manager Attest: Attest: Date: Date: *Demolition Specifications are made a part of and attached hereto. *Asbestos or Technical Specifications that have been prepared by Total Safety U. S., Inc. are incorporated by reference. 2 City of E. ' 4 rttt � BID AND CONTRACT DOCUMENTS FOR ASBESTOS ABATEMENT & DEMOLITION OF 6 COMMERCIAL PROPERTIES BID DUE: MAY 24, 2017 ifr t 1111 TXGLO 001 NY op te At) 0 * i * 'y . GLO Contract# 13-339-000-7653 /DRS220148 This project funded by Texas General Land Office for disaster recovery Funds allocated by U. S. Dept. of HUD through CDBG Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 1089 I 444 4th Street I Port Arthur,Texas 77641 I 409.983.8160 I Fax 409.983.8291 Table of Contents I. Invitation to Bid II. Mandatory Pre-Bid Conference III. Bid Info IV. Specifications V. No Bid Form VI. Bid Proposal Page VII. Affidavit Page VIII. Conflict of Interest IX. General Conditions X. Signage Requirement XI. Advertisement for Bids XII. Standard Form of Agreement XIII. Federal Labor Standards Provisions XIV. Contractor's Local Opportunity Plan XV. Statement of Bidder's Qualifications XVI. Contractor Certifications XVII. Policy of Non Discrimination on the Basis Disability XVIII. Contractor's Certification Concerning Labor Standards and Prevailing Wage Requirements XIX. Non Collusion Affidavit of Prime Bidder XX. Bid Bond XXI. Payment Bond XXII. Performance Bond XXIII. Attorney's Review Certification XXIV. Title 29-Labor Section 3 XXV. Certification of Bidder Regarding Section 3 and Segregated Facilities Form Page 2 of 68 DERRICK FREEMAN"PRINCE,MAYOR \\ BRIAN MCDOUGAL RAYMOND SCOTT,JR,MAYOR PRO TEM CITY MANAGER Ener , COUNCIL MEMBERS: City of G'n SHERRI BELLARD,TRMC J TIFFANY HAMILTON CITY SECRETARY MORRIS ALBRIGHT,III c� VAL TIZENO KEITH RICHARD u rt r l h a—_r CITY ATTORNEY WILLIE`BAE"LEWIS,JR. OSMAN SWATI I tas CHARLOTTE MOSES KAPRINA RICHARDSON FRANK MARCH 3,2017 INVITATION TO BID Demolition of 35 Residential Properties DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, May 24, 2017. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, May 24, 2017 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE:P17-049 DELIVERY ADDRESS: Please submit one(1) original and one(1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur,TX Clifton Williams, Acting Purchasing Manager P.O. Box 1089 Port Arthur,TX 77641 cli fton.w illiamsAportarthurtx.gov Page 3 of 68 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Clifton Williams, CPPB Acting Purchasing Manager Page 4 of 68 ental Coit 6640 Signat Houston, Texas 77041 Phone (713) 466 6800 I110011F®®irE■ Fax (713) 466 4234 "Our Business Cleans Up" www.aa ri n c.n et June 13, 2017 Mr. Clifton Williams City of Port Arthur 444 4th Street, 4th Floor Port Arthur, Texas 77640 Phone (409) 983-8161 Re: Asbestos Abatement and Demolition of Commercial Properties (6), Proposal Dear Mr. Williams: AAR Incorporated has already submitted the bid documents for this project on May 31, 2017, please find attached copies of the original bid and new pricing for this project attached including original addendum #4 and 5, please disregard old pricing, original bid bond is in bid already submitted Please contact me if you have any questions or concerns at 713-466-6800, Sincerely, 1 €11e4.41042 A& I Gerardo Alejandro Project Manager Revised bid documents Page 1 of 1 MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Asbestos Abatement&Demolition of 6 Commercial Properties will be held on Tuesday,May 16,2017 at 9:30 a.m. in the 5th Floor Council Chambers located at 444 4th Street, Port Arthur,Texas. The purpose of the Mandatory Pre-Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. Page 5 of 68 mom. TOTAL SAFETY Building HEROES. Protecting HEROES. April 26,2017 City of Port Arthur PO Box 1089 Port Arthur,Texas 77640 Attn: Ms. Darlene-Thomas Pierre Ref: Asbestos/Lead Technical Specifications for Demolition of 6 Properties IKE Round 2.2- Phase 3 445 E.Thomas Blvd., 2349 Procter Street,3121 Procter Street, 4445-4449 Procter Street,6427 Procter Street Extension,&7700 Highway 87 Port Arthur,Texas BY: Daniel R.Ward DSHS Consultant License No. 10-5479 Expires: May 11, 2018 INTRODUCTION AND SCOPE The following technical specifications shall address the proper removal, transportation and disposal of the asbestos-containing materials, lead-based paint and vacant buildings as listed below. The work activities will follow all applicable rules and regulations, including the Texas Department of State Health Services (DSHS), the EPA National Emission Standard for Hazardous Air Pollutants (NESHAP) and the Occupational Safety and Health Administration (OSHA), as applicable. Contractor shall submit the DSHS/EPA required 10 day notification prior to beginning work. All work schedules shall be approved by consultant and City of Port Arthur. Contractor shall supply all water and electricity needed to complete the project. Contractor shall be responsible for collecting and analyzing toxicity characteristic leachate procedure on lead-based paint waste to determine proper disposal.All results shall be submitted to consultant for approval. 445 E.Thomas Blvd. Asbestos This project will include the proper removal, transportation and disposal of approximately 1,850 square feet of asbestos-containing mastic beneath 12"x12" beige linoleum with square pattern, 9"x9" grey floor tile, 12"x12" red floor tile, and 12"x12" white floor tile with grey specs throughout the building; and approximately 1,500 square feet of exterior transite siding prior to demolition. Lead No lead-based paint was found at this address. 365 Highway 365, Port Arthur,TX 77640 409-727-8227 www.totalsafety.com City of Port Arthur April 2017 Demolition This project will also include the proper demolition, transportation and disposal of the vacant building located at 445 E. Thomas Blvd. in Port Arthur, Texas, in accordance with the attached City of Port Arthur demolition specifications and all applicable federal, state and local regulations. Buildings located on adjacent properties shall be left intact and in a safe condition. See additional demolition notes at the end of these specifications. 2349 Procter Street Asbestos See below. Lead See below. Demolition This project will include the proper removal, transportation and disposal of "left-in-place" asbestos containing sheetrock joint compound with texture, roofing material and brown lead-based paint on exterior of the vacant building located at 2349 Procter Street in Port Arthur, Texas in accordance with all applicable federal, state and local regulations. The contractor shall properly transport and dispose the asbestos containing sheetrock joint compound with texture material as "Regulated Asbestos-Containing Material (RACM)" and the roofing material as "Category I non-friable left in place during demolition" material. Materials shall be kept wet at all times and work area shall be demarcated. Workers involved with the removal of asbestos material shall be EPA NESHAP trained and shall wear appropriate PPE at all times. Any abatement activities will follow all applicable rules and regulations, including EPA NESHAP and OSHA regulations. Buildings located on adjacent properties shall be left intact and in a safe condition. See additional demolition notes at the end of these specifications. 3121 Procter Street Asbestos This project will include the proper removal, transportation and disposal of approximately 1,350 square feet of asbestos-containing 9"x9" pink floor tile with white streak pattern and gold linoleum with square pattern (beneath beige linoleum); and approximately 320 linear feet of window glazing prior to demolition. Lead No lead-based paint was found at this address. Demolition This project will also include the proper demolition, transportation and disposal of the vacant building located at 3121 Procter Street in Port Arthur, Texas, in accordance with the attached City of Port Arthur demolition specifications and all applicable federal, state and local regulations. Buildings located on adjacent properties shall be left intact and in a safe condition. See additional demolition notes at the end of these specifications Page 7 of 68 City of Port Arthur April 2017 4445-4449 Procter Street Asbestos This project will include the proper removal, transportation and disposal of approximately 2,416 square feet of asbestos-containing black floor mastic; and approximately 420 square feet of exterior transite siding prior to demolition. Lead This project will also include the proper removal, transportation and disposal of yellow lead-based paint on interior brick wall. Demolition This project will also include the proper demolition, transportation and disposal of the vacant building located at 4445-4449 Procter Street in Port Arthur,Texas, in accordance with the attached City of Port Arthur demolition specifications and all applicable federal, state and local regulations. Buildings located on adjacent properties shall be left intact and in a safe condition. See additional demolition notes at the end of these specifications 6427 Procter Extension Asbestos See below. Lead See below. Demolition This project will include the proper removal, transportation and disposal of "left-in-place" asbestos containing materials/lead-based paint at the vacant building located at 6427 Procter Extension in Port Arthur, Texas in accordance with all applicable federal, state and local regulations. The contractor shall properly transport and dispose the asbestos containing material as "Regulated Asbestos-Containing Material (RACM)". Materials shall be kept wet at all times and work area shall be demarcated. Workers involved with the removal of asbestos material shall be EPA NESHAP trained and shall wear appropriate PPE at all times. Any abatement activities will follow all applicable rules and regulations, including EPA NESHAP and OSHA regulations. Buildings located on adjacent properties shall be left intact and in a safe condition. See additional demolition notes at the end of these specifications. 7700 Highway 87 Asbestos This project will include the proper removal, transportation and disposal of approximately 3,150 square feet of asbestos-containing brown and yellow linoleum and 12"x12" light tan floor tile with grey streak pattern; approximately 480 linear feet of window caulking; approximately 960 linear feet of window glazing; and approximately 20 square feet of exterior transite debris prior to demolition. Lead This project will also include the proper removal, transportation and disposal of yellow lead-based paint and tan lead-based paint on exterior of building. Page 8 of 68 City of Port Arthur April 2017 Demolition This project will also include the proper removal, transportation and disposal of "left-in-place" asbestos containing roofing material at the vacant building located at 7700 Highway 87 in Port Arthur, Texas in accordance with all applicable federal, state and local regulations. The contractor shall properly transport and dispose the asbestos containing material as "Category I non-friable left in place during demolition" material. Material shall be kept wet at all times and work area shall be demarcated. Workers involved with the removal of asbestos material shall be EPA NESHAP trained and shall wear appropriate PPE at all times. Any abatement activities will follow all applicable rules and regulations, including EPA NESHAP and OSHA regulations. Soil will remain undisturbed (leave slab); no ground penetration/excavation, foundation slab or parking lot removal, disturbance of possible underground storage tanks, associated piping, vents,fill ports or monitoring wells will occur at this site. Buildings located on adjacent properties shall be left intact and in a safe condition. See additional demolition notes at the end of these specifications. ASBESTOS REMOVAL GENERAL 1.01 PERSONNEL PROTECTION A. Prior to commencement of work, all workers shall be instructed by the Contractor, and shall be knowledgeable in the appropriate procedures for personnel protection and asbestos removal. B. Contractor acknowledges and agrees that he is solely responsible for enforcing worker protection requirements at least equal to those specified in this Section. C. Contractor shall provide workers with respiratory equipment approved by NIOSH and OSHA for the type of work being performed. Each worker shall be able to show, upon request, dated proof of fit testing performed by qualified personnel for the respirator being used. D. Where respirators with disposable filters are used, provide sufficient filters for replacement as necessary by the workers,or as required by applicable regulations. E. Provide respiratory protection as needed from the time of the first operation involving contact with asbestos-containing materials. Provide respiratory protection until the acceptance of final air test results by Consultant and the completion of containment removal: 1. Provide a minimum of half-face dual cartridge respirators for workers during preparation phases of the work, providing no disturbance of the asbestos- containing material occurs. 2. Provide a minimum of half-face dual cartridge respirators for workers during preparation phases of glove bag-type pipe insulation removal, window/louver unit removal, floor tile and mastic removal,fire door removal,fan-coil unit removal, and exterior caulking/sealant removal, except where these operations are performed in work areas concurrently with abatement activities requiring higher levels of respiratory protection as noted below. Page 9 of 68 City of Port Arthur April 2017 3. Provide a minimum of half-face dual cartridge respirators for workers during all phases of handling and disposal of containerized asbestos-containing waste materials. 4. Provide workers applying spray-applied plastic sheeting with stackable NEPA/ammonia cartridges as applicable. 5. Provide workers using solvents with stackable HEPA/organic vapor cartridges as applicable. 6. Provide a minimum of half-face dual cartridge respirators for workers during all phases of containment removal. F. Contractor shall be solely responsible for scheduling necessary air sampling by an independent testing laboratory for compliance of his respiratory protection with OSHA regulations. Contractor shall pay for all costs associated with such testing. 1. Personnel exposure samples collected by or for the Contractor shall be analyzed in accordance with the OSHA reference method (ORM) as detailed in 29 CFR 1926.1101,Appendix A. 2. Ensure that personnel monitoring strategy employed will result in suitable samples for analysis. 3. Arrange for analysis of personnel monitoring samples such that results of analysis are received no later than forty-eight hours following sample collection. 4. Post the results of personnel exposure monitoring at job-site, upon receipt from laboratory. G. Permit no visitors, except for governmental inspectors having jurisdiction, in the work areas after commencement of asbestos disturbance or removal. Provide authorized visitors with suitable respirators and protective equipment. H. Provide workers with sufficient sets of protective disposable clothing, consisting of full body coveralls, head covers,gloves, and foot covers, of sizes to properly fit individual workers. Provide workers with rubber boots, hard hats, eye protection, hearing protection, and other protective equipment as needed. J. Leave reusable equipment, apparel and protection devices (excluding respirators) in the contaminated equipment room until the end of the asbestos abatement work,at which time such items shall be disposed of as contaminated waste or decontaminated for reuse. K. Provide authorized visitors with suitable protective disposable clothing, respiratory protection (including suitable replacement filters), headgear, eye protection, footwear and other protective equipment of sizes to properly fit visitors whenever they enter the work area. 1.02 SIGN-IN/OUT LOG Page 10 of 68 City of Port Arthur April 2017 A. Contractor shall maintain a sign-in/out log in the immediate vicinity of the clean room of the personnel decontamination units. Maintain sign-in/out logs from the time the first activity is performed until acceptance of the final air test results by the Consultant or Project Manager. Require each individual entering the work areas, including the Contractor's workers, Consultant, Project Manager, and government officials to sign in and out each time upon entering and leaving the work areas. B. Sign-in/out log shall indicate date, printed or typed name, signature, social security number, company or agency represented, and time entering and leaving the work areas. 1.03 ASBESTOS WASTE LOG A. Contractor shall maintain an asbestos waste log to be completed as asbestos-containing waste is removed from the work areas for transport and disposal. B. Asbestos waste log shall indicate date; description of waste included; number, size and type of waste containers, as applicable, removed from work areas; time of day; and signature of recorder. 1.04 TRAINING PROGRAM A. Provide a training program to instruct personnel on proper respirator use, hazards of asbestos exposure and OSHA asbestos regulations in accordance with the requirements of the model accreditation program (MAP) established by the EPA in Appendix C to 40 CFR 763 (E). B. The Contractor shall provide a training program as often as necessary to train all employees to be utilized on the project. No worker shall be utilized on any portion of the Work until training documentation has been reviewed and accepted by the Consultant or Project Manager. 1.05 GENERAL—ALL JOBS A. Do not unreasonably encumber the site with materials or equipment. Confine stockpiling of materials to the areas indicated. If additional storage is necessary obtain and pay for such storage off site. B. Contractor's Asbestos Abatement Supervisors shall remain on the job site and in immediate contact with those under their supervision during all periods of asbestos abatement activity. C. During any period of actual abatement of asbestos, an abatement supervisor shall be stationed within the containment area at least 25% of the time for the purpose of supervising the progress of the abatement work. D. All licensed supervisors are responsible for respirator fit testing, personal protection of the workers,safety,security and control of access at the job site. E. Supervisors shall also require that operations at the asbestos job site cease whenever hazardous or unlawful situations are detected, so as to affect a remedy. Page 11 of 68 City of Port Arthur April 2017 F. Contractor's employees shall be fully clothed at all times (shirt, pants and shoes). Sandals or other open toe shoes shall not be allowed. G. The Owner will specify locations for water and electrical hook up at the time of mobilization. H. Contractor's employees shall be restricted to the immediate work area at all times. I. Contractor's dumpster for disposal of asbestos waste must be kept locked. Location of the dumpster must be coordinated with the Owner. J. Fire Safety. At least one fire extinguisher with a minimum National Fire Protection Association rating of 10BC (dry chemical) shall be placed for every 1,000 square feet, or fraction, of containment area. K. Electrical Safety. Ground-fault circuit interrupter (GFCI) units shall be installed on all electrical circuits used within the regulated and containment areas. L. Air Monitoring. Air monitoring shall include personal samples according to 40 CFR Part 763, Subpart G or 29 CFR §1926.1101, baseline sampling, area sampling, and clearance sampling according to §295.58(i). In a public building, a minimum of three baseline sample (minimum volume of 1250 liters) for analysis by PCM must be collected under normal building conditions prior to the disturbance of ACM as part of any abatement activity. Ambient air samples during the project must also be collected for analysis by PCM. All project activities shall be cleared by using aggressive air sampling. For all projects, samples may be collected and analyzed by NIOSH 7400 protocol, counting rules A, Phase-contrast Microscopy(PCM)as amended. Clearance samples shall be collected at a rate of at least 0.5 less than 16 liters per minute on 0.8 micron MCE filters in conducting cassettes with extension cowls. Minimum sample volume will be 1,250 liters. Clearance will be achieved if no sample is reported greater than 0.01 f/cc by the analysis report from the licensed laboratory. Asbestos Hazard Emergency Response Act(AHERA) protocol will be used in schools. M. Contractor shall also meet the specific safety requirements mentioned in the pre- construction meeting. N. Contractor, transporter and disposal site shall meet the licensing and registration requirements of the Department of State Health Service's,Texas Asbestos Health Protection Rules. 0. A licensed asbestos abatement contractor shall perform all work at night or times when tenants are not present in the work area. P. The contractor shall provide the Owner with a work plan including location of decontamination facilities,work location of negative air machines and other equipment, and a schedule of the work. Q. The contractor is responsible for meeting all federal, state, and local laws and regulation, including but not limited to OSHA, EPA, and DSHS requirements. The contractor is responsible for his own OSHA air monitoring. A third party consultant hired by the Owner will provide on-site and clearance monitoring. Page 12 of 68 City of Port Arthur April 2017 1.06 DOCUMENTS A. The following documents shall be posted in a conspicuous spot at the entrance to the regulated area and must not be covered by any other documents: • The asbestos information poster issued by the DSHS; and • Copies of any violations issued by the federal or state asbestos-regulating authorities within the preceding 12 months from any asbestos project. Documents required to be on-site are as follows: • EPA"Green Book"for O&M work; • 40 CFR Part 61, Subpart M, titles "National Emissions Standards for Hazardous Air Pollutants(NESHAP), November 20, 1990; • 29 CFR 1926.1101, titles, "Occupational Exposure to Asbestos,Tremolite, Anthophyllite, October 11, 1994; • 29 CFR 1910.134, titled, "Occupational Health Standards for A Respiratory Protection Program", October 11, 1994;and • Department of State Health Services, Division of Occupational Health, Texas Asbestos Health Protection Rules,September 22, 1994. B. Tape-Shall be glass fiber or other type capable of sealing joints of adjacent sheets of plastic and for attachment of plastic sheet to finished or unfinished surfaces under both dry and wet conditions. C. Surfactant (wetting agent)- shall consist of a mixture of "Dust-Set Amended Water Base" (Matheson Chemical Corporation), or approved equivalent, and water, mixed to manufacture's specifications. D. Sealant (encapsulant) — Shall be manufactured by reputable, established manufacturer of encapsulant/sealant materials and be approved specifically for use in asbestos contaminated environments. It is the responsibility of the Contractor to determine compatibility of the sealant with the materials and existing conditions. E. Impermeable Containers—Shall be suitable to receive and retain any asbestos-containing or contaminated materials until disposal at an approved site and shall be labeled in accordance with applicable regulations. Containers shall be both air and watertight. Two types of impermeable containers: 1. Metal, rigid plastic or fiber barrels with independent tightly fitting lids, lined with six-mil plastic sheeting or bags. 2. Appropriately labeled six-mil plastic bags sized to fit within the lined barrels. F. Warning Labels and Signs—Shall be as required by the Department of State Health Services and OSHA 29 CFR 1926.1101 and posted in both English and Spanish. G. Solvents— If used for flooring or other mastic removal, shall demonstrate a flash point of at least 140 degrees F., as appropriately determined, and must be approved by the Consultant or Project Manager prior to bringing it on-site. Page 13 of 68 City of Port Arthur April 2017 H. Other Materials — Provide all other materials, such as lumber, nails and hardware, which may be required to construct and dismantle the decontamination systems and the barriers that isolate the work areas. 1.07 TOOLS AND EQUIPMENT A. Provide suitable tools for asbestos-containing material removal. 1. Water sprayers— Utilize airless or other low-pressure sprayers for amended water application. Pressure washers or sprayers may not be used. 2. Airless sprayer — Use airless sprayer of sufficient capacity to apply spray-applied plastic sheeting or encapsulant in accordance with manufacturer's recommendations. 3. Air purifying equipment (for internal recirculation in the work area) —Shall include HEPA filtration systems and insure that no internal air movement system or purification equipment exhausts contaminated air from inside the work area into uncontaminated areas. 4. Scaffolding and ladders—shall be as required to accomplish the specified work and shall meet applicable safety regulations. 5. Temporary lighting—Shall be suitable for use in wet environments. 6. Transportation —As required for loading, temporary storage, transit and unloading of contaminated waste without exposure to persons or property. Use only enclosed dumpsters, trailers or other transports to haul waste containers to prevent loss or damage of containers in route to landfill. 1.08 REMOVAL OF ASBESTOS-CONTAINING MATERIAL AND DEBRIS A. Remove and properly dispose of all asbestos-containing materials indicated to be removed by the Contract Documents in accordance with federal, state, and local laws and regulations or as more stringently specified herein. B. During any period of actual abatement of asbestos, an abatement supervisor shall be stationed within the containment area at least 25% of the time for the purpose of supervising the progress of the abatement work. 1. Maintain a sign in/out log, as specified previously in this section, in the immediate area of the change room to be signed by every person each time upon entering and leaving work areas. 2. Place in work areas at least one fire extinguisher with a minimum NFPA rating of 10BC (dry chemical) for every 1000 square feet, or fraction, of work area for the duration of abatement and subsequent cleaning activities. Place at least one similar fire extinguisher in vicinity of change room. Page 14 of 68 City of Port Arthur April 2017 C. Exterior Preparation. 1. Restrict access to exterior grounds immediately adjacent to work areas by barrier tape or similar means. 2. Place appropriate warning signs, in English and Spanish, on at least every other window/door opening. 3. Thoroughly wet asbestos-containing materials and debris to be removed prior to stripping or tooling to reduce fiber dispersal into the air. Saturate material sufficiently to wet to the substrate without causing excess dripping. Allow time for water to penetrate material thoroughly. Spray material repeatedly during the work process to maintain a continuously wet condition. 4. Remove the saturated asbestos-containing materials and debris in small sections. Do not allow materials to dry out. As removed, place in barrels, double wrap or bag the materials in sealable plastic bags, six-mil minimum thickness, and place in containers for transport, labeled with the appropriate wording. 5. Provide general clean up of work areas concurrent with the removal of all asbestos- containing materials and debris. Do not permit accumulation of debris. 6. After removal of asbestos-containing materials and debris, all surfaces in the work area shall be wet-cleaned to remove residual accumulated material. Continue wet cleaning until all surfaces are free of visible dust, dirt and debris. 1.09 CLEAN UP AND CLEARANCE TESTING A. Provide general clean up of work areas concurrent with the removal activities. Do not permit accumulation of debris on work area. B. Standard of cleaning for Final Clearance: Consider contained work areas and all other decontaminated and cleaned areas clean when: 1. Surfaces are free from dust, dirt, residue, and debris from abatement operations or other activities subordinate to these operations. 2. Consultant has approved level of cleanliness. 3. Air testing performed by Consultant indicates that the air in the contained/enclosed work areas is acceptable, as specified in this section. 1.10 DISPOSAL OF ASBESTOS-CONTAMINATED WASTE A. All asbestos abatement waste shall be transported to and disposed of at approved landfills. B. Asbestos-containing waste and debris shall be transported to the landfill double wrapped, double bagged, or in properly lined barrels. Removed debris, pipe insulation, used cleaning tools, towels, protective suits, used plastic sheeting and spray-applied plastic sheeting shall be treated as asbestos-containing waste materials. Page 15 of 68 City of Port Arthur April 2017 C. Temporary storage of asbestos wastes outside the work areas may be utilized only if the proposed area(s) are lined with at least two layers of six-mil plastic sheeting, individually applied, and appropriate warnings are posted. Submit proposed location and procedures for temporary waste storage to the Owner prior to initiating use. D. Remove sealed and labeled containers of asbestos-containing material and waste and transport them for disposal to the specified landfill as follows. 1. Line dumpster, trailer or other waste transport with at least two layers of six-mil plastic sheeting, individually applied. Plastic sheeting used to line waste transport containers need not be flame retardant. 2. Notify the Consultant or Project Manager prior to removing each trailer or other waste transport from the project site. 3. Asbestos-containing waste material shall be treated, packaged, labeled, transported, and disposed of in accordance with 29 CFR 1926.1101 (OSHA), 40 CFR 61.150(EPA)and 49 CFR 107 et al., (DOT). 4. Asbestos waste transport shall be limited to approved routes for transport of hazardous materials. Ensure that there are no visible emissions to the outside air from site where materials and waste are deposited. 5. Notify the Consultant or Project Manager immediately of any spill or similar incident involving the transport and disposal of asbestos wastes. E. Alternative methods of transporting asbestos-containing debris will be considered by the Consultant. Do not use alternative methods until reviewed and accepted by the Consultant. 1.11 FIELD QUALITY CONTROL A. The Consultant or Project Manager shall conduct area air monitoring prior to, throughout, and following preparation, removal and cleaning operations. 1. All phase contrast microscopy(PCM) area air samples collected by the Consultant or Project Manager will be analyzed in general accordance with the procedures outlined in the National Institute for Occupational Safety and Health (NIOSH) 7400 Method and also will follow guidelines issued by EPA regarding detection limits. Owner and Consultant reserve the right to analyze air samples by transmission electron microscopy(TEM). 2. Background prevalent level air samples, collected on media for analysis by phase contrast microscopy, will be obtained from representative areas immediately prior to the start of the project and will be analyzed. 3. Background prevalent level air samples, collected on media for analysis by transmission electron microscopy, will, when deemed necessary by the Consultant, be obtained from representative areas immediately prior to the start of the project and will be held for future analysis at the discretion of the Consultant. Page 16 of 68 City of Port Arthur April 2017 4. Area air samples will be collected both inside and outside of work areas. The Contractor is cautioned, however,that should interpretations be made, opinions be formed and conclusions be drawn as a result of examining the test results, these interpretations, opinions and conclusions will be those made, formed and drawn solely by the Contractor. 5. All samples must meet specified clearance levels for the area being tested to be considered clean. Results of PCM air sample analysis shall be reported as the 95 percent upper confidence limit(UCL). a. Final clearance air samples will be of at least 1250 liters of air, collected at a flow rate of at least 0.5 to less than 16 liters per minute on 0.8 micron MCE filters in conducting cassettes with extension cowls. B. Contractor shall wet-clean and HEPA-vacuum areas outside the contained work areas in which elevated airborne fiber concentrations are detected. Indicated airborne fiber concentrations above 0.01 f/cc, or ambient prevalent levels, will be considered elevated airborne fiber concentrations. C. Visual observations will be made by the Consultant or Project Manager after final clean-up and de-mobilization to determine the presence of visible dust, dirt, debris and abatement refuse indicative of improper cleaning and decontamination procedures. LEAD-BASED PAINT REMOVAL GENERAL CONDITIONS AND REQUIREMENTS The following list of conditions and requirements are to be understood as being a general guide in the abatement of the building. It must be noted, however, that there are special requirements listed in the specifications, which are in addition to these general requirements for abatement, and that it is the responsibility of the Contractor to comply with all particular requirements. A. The Contractor shall haul off all debris and unsalvageable materials; and no debris or rubble which may pose a threat to public safety will be left on the site overnight. No such debris or material will be placed on a sidewalk or public right-of-way so that it poses a danger to any person. B. The Contractor shall provide all labor, materials, equipment, services, testing, supervision, and incidentals necessary to perform work of lead-based paint abatement under this contract in accordance with the following specifications. After abatement the areas disturbed shall be cleaned in accordance with the procedures outlined below. PARTICULAR WORK REQUIREMENTS The following particular work requirements and conditions: A. Extreme caution shall be taken when working around any fuel storage areas. HAZARDOUS MATERIALS A. Materials defined by the Environmental Protection Agency to be hazardous to the environment or persons, shall be disposed of in accordance with all local, state and federal government regulations Page 17 of 68 City of Port Arthur April 2017 and governing laws. This shall be the responsibility of the Contractor. The Contractor shall furnish written proof of such disposal. The following specifications shall apply: 1. Contractors must be familiar with the contents of this document, included but not limited to the following: • Worker Protection • All types of Lead-Based Paint(LBP)Testing • Measures for control and containment of lead dust and debris • Disposal requirements 2. In addition, the Contractor must be able to substantiate sufficient prior de-leading experience and/or education providing same with the foresight of the prevailing LBP abatement techniques and safety practices contained herein. 3. Contractors should be experienced in building renovation and restoration, guidelines for control and the handling of toxic and hazardous materials and protection of the environment and the health of all occupants and workers, as per applicable EPA, OSHA,and NIOSH regulations. 4. The following methods shall be adhered to during the abatement activities. Any deviation from this list shall require Consultant's prior approval: a) HEPA vacuum visible debris in vicinity of abatement area involving lead paint. b) HEPA vacuum loose lead-based paint on concrete and wash down with a 5% trisodium phosphate solution. c) The Contractor shall perform Toxicity Characteristic Leachate Procedure (TCLP) sampling of the waste stream prior to moving waste containers off site. This activity shall be supervised by the Consultant. Samples shall be analyzed for TCLP by US EPA Method 1311. d) Debris: Collect and properly dispose of lead-contaminated paint chips and debris from the floor and surrounding areas of LBP. B. APPLICABLE REGULATIONS,CODES AND STANDARDS 1. The Contractor shall acknowledge that he is aware of and will maintain strict compliance will all regulations, codes, standards, and ordinances governing the performance of his work. Furthermore, the Contractor shall be responsible for any failure to comply with applicable documents. 2. Applicable documents include but are not limited to the following: a) OSHA 29 CFR 1926.62, Lead Exposure in Construction (Interim Final Rule); b) OSHA 29 CFR 1910.1025, Lead, General Industry; c) OSHA 29 CFR 1910.1200, Hazard Communication; d) OSHA 29 CFR 1910.134, Respiratory Protection; Page 18 of 68 City of Port Arthur April 2017 e) OSHA 29 CFR 1910.145, Specifications for Accident Prevention Signs and Tags; f) OSHA 29 CFR 1926.59, Hazard Communication; g) US HUD, "Lead-Based Paint: Interim Guidelines for Hazard Identification and Abatement in Public and Indian Housing",September 1990; h) Lead-Based paint Hazard Elimination; Interim Rule Title 24, Part 35, 905, 941, 965, and 968 of the Code of Federal Regulations;and i) EPA 40 CFR 261, Resource Conservation and Recovery Act(RCRA.) 3. The most current issue of each document shall apply. Where conflict among requirements or with these specifications exists, the more strict or stringent requirement or interpretation shall apply. 4. The Contractor shall provide at least one copy of any applicable EPA, OSHA, State or City regulation, code,or ordinance at the site available for review. 5. Nothing is intended to relieve the Contractor of any responsibility for compliance with state or local laws, ordinances, codes or regulations governing lead-based abatement. Where state and local requirements are more stringent than the Federal regulations, those state and local requirements must be followed by the Contractor. C. NOTICES AND SUBMITTALS 1. Prior to commencing of the work,the Contractor shall provide to the Owner's Representative: a) Assurance that the results of worker medical examinations for blood lead level tests are below OSHA guidelines. b) Material Safety Data Sheets(MSDSs)for products used or stored at the job site. c) Name of testing laboratory to be used for analytical testing of waste materials generated as a result of this project. d) The starting and completion dates of the abatement work. 2. During performance of the work,the Contractor shall provide to the Owner's Representative: a) Test results from analysis of waste materials generated. b) Results of OSHA compliance air sampling conducted on Contractor's employees. c) Daily Log. D. SIGNAGE 1. At least 24 hours before starting removal or handling of lead-painted components, the Contractor shall establish a regulated work area around the contaminated equipment and shall display a warning sign(s),as appropriate. WARNING Page 19 of 68 City of Port Arthur April 2017 LEAD WORK AREA POISON NO SMOKING OR EATING E. CONTROL OF ACCESS No one may enter or remain in a regulated work area at any time during abatement which involves lead paint, unless that person is: 1. The Contractor and his employees. 2. The Owner's Representative's Representative or a state or local enforcement official or his designee. F. WORKER PROTECTION 1. The Contractor shall insure that his employees are protected in accordance with all applicable federal,state and local standards. 2. Initial biological monitoring is required for interim work activities. 3. Workers will wear full body disposable suits with hoods and booties. A TYVEK or similar type of suit may be worn. Suits will be worn in the work area at all times after the pre-abatement inspection and shall remain in use until the area passes final clearance inspection. Light-weight nylon clothes may be worn under the disposable suit, but these underclothes must be changed before leaving the work area and should be laundered separately. 4. Goggles with side shields will be worn when working with a material that may splash or fragment, or if protective eye wear is specified on the MSDS for that product. 5. Personal hygiene practices by all workers in compliance with applicable regulations shall be enforced by the Contractor: a.) No eating, drinking, or use of tobacco shall be allowed in the work area. The Contractor shall provide a clean space,separated from the work area,for eating and drinking purposes. b.) Disposable clothing, such as TYVEK suits, and other personal protective equipment (PPE) must be donned prior to entering the work area. Disposable suits shall be used once, then shall be properly discarded. c.) All workers must wash upon leaving the work area in a wash facility provided by the Contractor. Wash facility will consist of, at least, running potable water,towels, and a HEPA vacuum. Upon leaving the work area, each worker will wash and dry face and hands, HEPA vacuum clothes, and remove and dispose of the work suit as contaminated waste. Page 20 of 68 City of Port Arthur April 2017 G. CONTROL OF EMISSION AND DUST 1. When handling/abating lead-contaminated building components outdoors, Contractor shall spread a minimum 10 mil polyethylene sheet beneath the work area under the component to be removed. The drop cloth shall extend a minimum of 3 ft.from the wall for every 10 ft. of vertical distance involved in the work. Lateral distance along the wall should match this distance on either side of the work area. 2. Minimize creation of lead-contaminated dust and airborne particles by using methods and procedures that create the least amount of dust. 3. When working with lead-painted surfaces, Contractor shall exercise care to avoid dislodging any flaking paint from the substrate. 4. Plastic drop cloths, contaminated paper towels, and other dust and debris generated during the abatement shall be carefully folded into the plastic sheeting to avoid shaking dust from the surface. Folded plastic sheeting shall be deposited for temporary storage and testing in a disposal bag. H. AIR MONITORING AND INSPECTION 1. The Contractor shall be responsible for compliance air monitoring of his workers, per OSHA regulation and as detailed in the Lead Safety and Health Plan. 2. Personal air samples representative of a full shift including at least one sample for each job classification in each work area either for each shift or for the shift with the highest exposure level shall be collected and analyzed. Air samples should be taken in accordance with NIOSH Method 7082, or equivalent. 3. Worker exposure levels shall be evaluated with respect to the OSHA Action Level (30µg/m3) and the Permissible Exposure Level (50 µg/m3) as 8-hour Time-Weighted Averages. If measured exposure levels exceed the criteria set for respiratory protection and personal protection of workers, the Contractor shall stop work, shall notify the Owner's Representative, shall attempt to correct and control the operation to reduce the elevated contamination dust levels. 4. After Contractor has completed final clean-up, and performed a visual inspection,the Consultant will perform a detailed visual inspection. All surfaces will be examined for the presence of dust or debris, especially flat surfaces. If dust or debris is found, Contractor shall re-clean the entire work area and a repeat of the detailed visual inspection will occur. CLEANING SOLUTIONS 1. Contractor shall provide solution containing at least one ounce of five percent trisodium phosphate per each gallon of water. J. DISPOSAL 1. Disposal bags shall be, as a minimum, individual, 6 mil thick, leak-tight, manufactured polyethylene bags. 2. Polyethylene wrap shall be 6 mil and 10 mil polyethylene sheeting. Page 21 of 68 City of Port Arthur April 2017 3. Disposal drums shall meet US Department of Transportation (DOT) regulations for disposal of respective waste(s)generated. 4. Disposal labels shall identify waste materials (before TCLP testing.) Hazardous wastes shall be identified as such in compliance with RCRA regulations for hazardous materials. K. CLEAN UP OF WORK AREA 1. Clean-up shall be performed by contractor as follows: a. After the abatement work has been completed, remove all debris and dispose of it in designated containers. b. Deposit all lead-contaminated waste, including sealing tape, plastic sheeting, mop heads, sponges, filters, and disposable clothing, etc. in double plastic bags, at least 6 mil thick or single 10 mil thick, and seal the bags. c. After vacuum cleaning, phosphate wash concrete surface in the work area with a solution containing at least 1 ounce of 5 percent trisodium phosphate to each gallon of water. d. After floor washing has dried, HEPA vacuum clean surfaces until no visible residue remains. L. WASTE DISPOSAL 1. The Contractor shall remove daily all lead waste from the work area. 2. The Contractor shall be responsible for removing, controlling, waste materials, all treated as hazardous waste until classification through testing is completed. This includes not only solid wastes but also waste water generated from interim and final clean-up. a. During the actual abatement, the Contractor shall not leave debris in the work area or adjacent property, incinerate debris, dump waste into landfills, or introduce lead- contaminated water into storm or sanitary sewers. 3. For disposal of waste materials, the requirements of the Resource Conservation and Recovery Act (RCRA) as well as applicable state and local solid waste plan requirements shall be complied with. a. Testing of lead-contaminated waste materials per the US EPA's Toxicity Characteristics Leaching Procedure(TCLP)will be conducted. b. If the TCLP results equal or exceed 5.0 mg/I of lead,the waste must be handled as hazardous waste,to be transported to a licensed treatment,storage, and disposal facility(TSDF). c. If the TCLP results are below the regulatory threshold of 5.0 mg/I, the wastes are not considered as being hazardous and can be disposed of as construction debris. d. Results of TCLP testing and analysis will be submitted to the Consultant before disposal of the particular waste stream. e. The following waste materials will be tested to determine whether or not they are hazardous wastes: Page 22 of 68 City of Port Arthur April 2017 1.) Lead paint chips. 2.) Waste water. 3.) Dust from HEPA filters and from damp sweeping. 4.) Plastic sheets, duct tape, or tape used to cover floors and other services during the abatement activities. 5.) Rags, sponges, mops, HEPA filters, respirator cartridges, scrapers, and other materials used for cleanup. 6.) Disposable work clothes and respirator filters. 7.) Any other items contaminated with lead-based paint. f. Non-hazardous solid wastes shall be placed in double (6 mil) or single (10 mil) polyethylene bags that are air tight and puncture resistant. 1.) The Contractor shall contain and properly dispose of all liquid waste, including lead- dust contaminated wash water. 2.) Exteriors of all containers and disposal bags shall be HEPA vacuumed prior to their removal from the work area and shall be wet wiped. Containers and bags should then be moved into the designated storage area. 3.) The Contractor shall carefully place the containers into a truck or dumpster used for disposal. g. Disposal of Hazardous Waste (as determined by analytical testing): The Contractor shall be required to comply with the RCRA regulations. 1.) Lead-contaminated debris shall not be stored in the work area while awaiting testing and removal. A temporary hazardous waste storage area shall be designated and managed for storage, in compliance with all federal, state, and local regulations. 2.) Waste containers used will comply with EPA and DOT regulations for containers used in storing and hauling hazardous wastes. 3.) If the Contractor is not a certified hazardous waste transporter, a subcontract shall be entered into with a certified transporter to move the hazardous wastes. The third party hauler shall be required to follow RCRA regulations, and all manifestation of the transport and disposal of the hazardous wastes shall be completed and submitted to the Owner's Representative. 4.) Copies of transport and disposal manifests shall be submitted to the Owner's representative for distribution to Owner's Project Management team and Environmental Management and Hazardous Waste Program. Page 23 of 68 City of Port Arthur April 2017 M. POST ABATEMENT SUBMITTALS 1. The Contractor shall provide a total of 5 copies of each submittal. The submittals will be provided to the Owner's Representative for distribution to Owner's Project Management team, and Environmental Management and Hazardous Waste Program. Each set of submittals will be bound using three-hole punch paper. 2. The Contractor shall submit to the Owner's Representative copies of all manifests for the transportation and disposal of solid and hazardous wastes generated. 3. The Contractor shall submit to the Owner's Representative copies of all records indicating that the abatement work has been performed in compliance with applicable regulation and these specifications. BUILDING DEMOLITION PART 1-GENERAL GENERAL DESCRIPTION OF THE WORK OF THIS SECTION: Demolition work includes the complete wrecking of structures and the removal and disposal of all demolished materials. All driveways, parking areas, asphalt, concrete, tire bumpers, signs, sign posts, non City-owned sidewalks, dead trees, brush, etc. shall be removed in their entirety. All work shall be conducted to the satisfaction of the Owner and governing authorities. In addition, the project will include the proper removal, transportation and disposal of "left-in-place" asbestos containing materials and lead-based paint materials as described above, if applicable, in accordance with all applicable federal, state and local regulations. The contractor shall properly transport and dispose these materials. Building debris shall be kept wet at all times and work area shall be demarcated. Workers involved with the removal of this asbestos material shall be EPA NESHAP trained and shall wear appropriate PPE at all times. Any abatement activities will follow all applicable rules and regulations, including EPA NESHAP and OSHA regulations. Contractor shall submit the EPA required 10 day notification prior to beginning work. SUBMITTALS: Submit proposed schedule and methods and operations of demolition to the Owner for review prior to the start of work. Include in the schedule the coordination for shut-off, capping and continuation of utility services as required. Include any and all correspondence from as acceptable to the governing authorities. 1.12 JOB CONDITIONS Buildings and other structures to be demolished will be vacated and discontinued in use prior to the start of the work. The Owner assumes no responsibility for the actual condition of structures to be demolished. Conditions existing at the time of inspection for bidding purposes will be maintained by the Owner insofar as practicable. However,variations within the structure may occur by Owner's removal and salvage operations prior to the start of the demolition work. Items of salvable value to the Contractor may be removed from the structure as the work progresses. Salvaged items must be transported from the Project Site as they are removed. Page 24 of 68 City of Port Arthur April 2017 Storage or sale of removed items on the Project Site will not be permitted. Historic artifacts, including time capsules,cornerstones and their contents, commemorative plaques and tablets, antiques,and other articles of historic significance remain the property of the Owner. Notify Owner's Representative if such items are encountered and obtain acceptance regarding method of removal and salvage for Owner. The use of explosives will not be permitted. Do not bring explosives to the Project Site or use any explosives without the written consent of authorities having jurisdiction. Such written consent will not relieve the Contractor of total responsibility for any injury to persons or for any damage to property due to blasting operations. Perform required blasting complying with governing regulations. Conduct demolition operations and the removal of debris to ensure minimum interference with roads, streets,walks,and other adjacent occupied or used facilities. Do not close or obstruct streets, walks, or other occupied or used facilities without permission from authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. Ensure the safe passage of persons around the area of demolition. Conduct operations to prevent injury to adjacent buildings,structures,other facilities, and persons. Erect temporary covered passageways as required by authorities having jurisdiction. Provide interior and exterior shoring, bracing, or support to prevent movement or settlement or collapse of structure to be demolished and adjacent facilities to remain. Promptly repair damages caused to adjacent facilities by demolition operations at no cost to the Owner. Maintain existing utilities indicated to remain, keep in service, and protect against damage during demolition operations. Do not interrupt existing utilities serving occupied or used facilities, except when authorized in writing by authorities having jurisdiction. Provide temporary service during interruptions to existing utilities, as acceptable to the governing authorities. The Contractor will disconnect and seal the utilities serving each structure to be demolished, prior to the start of demolition work, upon written request of the Owner. 3.01 DEMOLITION Use water sprinkling,temporary enclosures, and other suitable methods to limit the amount of dust and dirt rising and scattering in the air to the lowest practicable level. Comply with the governing regulations pertaining to environmental protection. Do not use water in excess when it may create hazardous or objectionable conditions such as ice, flooding and pollution. Page 25 of 68 City of Port Arthur April 2017 Clean adjacent structures and improvements of all dust, dirt and debris caused by demolition operations, as directed by the Consultant or governing authorities. Return adjacent areas to condition existing prior to the start of the work. Demolish buildings completely and remove from the Project Site. Use such methods as required to complete the work within the limitations of governing regulations. Small structures may be removed intact when acceptable to the Consultant and approved by the authorities having jurisdiction. Proceed with demolition in a systematic manner, from the top of the structure to the ground. Complete demolition work above floor before disturbing any of the supporting members on ground level. Demolish concrete and masonry in small sections. Remove structural framing members and lower to ground by means of hoists, derricks, or other suitable methods. DISPOSAL OF DEMOLISHED MATERIALS: Remove from the Project Site all debris, rubbish and other materials resulting from demolition operations. Burning of removed materials from demolished structures will not be permitted on the Project Site. General Demolition Notes 1. Demolish all structures within the property lines including (but not limited to) roof, walls, slab, structural framing, foundation, plants, sidewalks, etc. complete. Use care not to damage adjacent buildings and to confine operations within project limits. Contractor shall remove all debris from site. 2. Demolish and remove below-grade construction and concrete slabs-on-grade. 3. All disturbed areas shall be properly graded after demolition is complete. No ponding shall be allowed to occur. 4. Contractor to take measures to protect trees outside of construction limits. 5. Cut and cap existing gas line.Coordinate work with the gas company. 6. Cut and cap existing sanitary sewer. 7. Contractor shall coordinate shut down of electrical service. 8. Contractor shall protect the storm sewers, contain any runoff and keep adjacent streets and parking lots free of debris,dirt, mud, etc. 9. Structures to remain in place shall be protected from damage during all phases of work. 10. Contractor shall patch and repair all exposed openings or damage due to demolition at no cost to the Owner. 11. Contractor to coordinate the shut-off and capping of utility services as required. 12. Contractor shall be responsible for fencing Work area. Page 26 of 68 City of Port Arthur April 2017 13. Contractor shall field verify the work indicated prior to work. Report discrepancies or concerns immediately to Owner or Owner's representative. 14. Buildings and other structures to be demolished will be vacated and discontinued in use prior to the start of the work. 15. The Owner assumes no responsibility for the actual condition of structures to be demolished. 16. The demolition work specified herein shall be performed in a safe, satisfactory condition, starting with the roof and working down, with the safety and welfare of all people and property being of the highest priority. 17. The Contractor shall haul off all debris and unsalvageable materials; and no debris or rubble which may pose a threat to public safety will be left on the site overnight. No such debris or material will be placed on a sidewalk or public right-of-way so that it poses a danger to any person. 18. Conditions existing at the time of inspection for bidding purposes will be maintained by the Owner insofar as practicable. However, variations within the structure may occur by Owner's removal and salvage operations prior to the start of the demolition work. 19. Storage or sale of removed items on the Project Site will not be permitted. 20. The use of explosives will not be permitted. 21. Conduct demolition operations and the removal of debris to ensure minimum interference with roads,streets,walks, and other adjacent occupied or used facilities. 22. Ensure the safe passage of persons around the area of demolition. Conduct operations to prevent injury to adjacent buildings, structures,other facilities, and persons. 23. Maintain existing utilities indicated to remain, keep in service, and protect against damage during demolition operations. 24. Do not interrupt existing utilities serving occupied or used facilities, except when authorized in writing by authorities having jurisdiction. Provide temporary service during interruptions to existing utilities, as acceptable to the governing authorities. 25. Use water sprinkling, temporary enclosures, and other suitable methods to limit the amount of dust and dirt rising and scattering in the air to the lowest practicable level. 26. Comply with the governing regulations pertaining to environmental protection. 27. Do not use water when it may create hazardous or objectionable conditions such as ice, flooding and pollution. 28. Clean adjacent structures and improvements of all dust, dirt and debris caused by demolition operations, as directed by the Owner or Owner's Representative or governing authorities. Return adjacent areas to condition existing prior to the start of the work. 29. Demolish buildings completely and remove from the Project Site. Use such methods as required to complete the work within the limitations of governing regulations. 30. Small structures may be removed intact when acceptable to the Owner or Owner's Representative and approved by the authorities having jurisdiction. 31. Proceed with demolition in a systematic manner, from the top of the structure to the ground. Complete demolition work above floor before disturbing any of the supporting members on ground level. 32. Demolish concrete and masonry in small sections. Page 27 of 68 City of Port Arthur April 2017 33. Remove structural framing members and lower to ground by means of hoists, derricks, or other suitable methods. 34. Break up and remove concrete slabs-on-grade,grade beams and top of concrete footings. 35. Locate demolition equipment throughout the structure and remove materials so as not to impose excessive loads to walls,floors or framing to remain. 37. Grade the surface to meet adjacent contours and to provide flow to surface drainage structures. 38. Remove from the Project Site all debris, rubbish and other materials resulting from demolition operations. 39. After grading is complete, the site shall be cleaned of all construction debris 2" in diameter and larger. 40. Burning of removed materials from demolished structures will not be permitted on the Project Site. 41. Contractor shall mow all grass with a finish lawnmower prior to completion of project. SCOPE The scope and purpose of these specifications is to establish certain regulations, general requirements, and particular requirements necessary for the demolition, removal and cleanup of the unsafe, vacant buildings located at the subject addresses as required by the Inspections Department of the City of Port Arthur. PERMITS The Contractor/Successful Bidder must obtain from the City of Port Arthur and all other governmental entities, at his own expense, all necessary general and special permits and pay any and all fees for said permits and any other fees, public or private. All Contractors are required to have a Landfill Permit, which includes a minimum escrow account of five hundred dollars ($500). If you opt not to set up an escrow account, you must pay cash or by cashier's check as you dispose. GENERAL CONDITIONS AND REQUIREMENTS The following list of conditions and requirements are to be understood as being a general guide in the demolition of the building. A. It is understood and agreed that the Contractor/Successful Bidder will function and operate as an independent contractor. Any liability incurred by the Contractor/Successful Bidder will accrue only to that party as an independent contractor and not to the City of Port Arthur or its Consultant. B. No work under a City DEMOLITION CONTRACT shall be subcontracted by the Contractor/Successful Bidder without prior,written approval. No subcontractor will be approved unless that subcontractor meets the same insurance requirements specified for and required of the Contractor. C. The demolition work specified herein shall be performed in a safe, satisfactory condition, starting with the roof and working down, with the safety and welfare of all people and property being of the highest priority. D. All materials, debris, and rubble from the demolition of the building specified herein will become the property of the Contractor/Successful Bidder. Salvage can only begin immediately prior to the beginning of demolition. Page 28 of 68 City of Port Arthur April 2017 E. The Contractor/Successful Bidder will be held responsible for repair of broken or damaged water, gas, or any other type of lines, which occur during the course of the demolition work. The Contractor shall repair or replace, if necessary, to the City's satisfaction, any damage to the work site, the adjacent areas, the access areas to the work site and to any elements within these areas that may have suffered damage as a result of the Contractor's or any of the subcontractor's operations. The Contractor shall leave these areas in a satisfactory condition. F. The Contractor/Successful Bidder shall haul off all debris and unsalvageable materials; and no debris or rubble which may pose a threat to public safety will be left on the site overnight. No such debris or material will be placed on a sidewalk or public right-of-way so that it poses a danger to any person. G. All demolition work must be carried out to the satisfaction of the City's Inspections Official. 1. Fail to provide a qualified superintendent, competent workmen or subcontractors, or proper materials, or failure to make prompt payment therefore. H. If the Contract is terminated as provided above or as provided in the Contract, the City will engage another contractor to complete the work. Payment for the completion of such work will come from funds obligated by the City under its contract with the original Contractor. PARTICULAR WORK REQUIREMENTS The following particular work requirements and conditions apply specifically to the building located at the subject addresses in Port Arthur,Texas. A. Before the building is demolished, its utilities shall be safely disconnected. The Contractor shall serve notice to all suppliers of utilities to the building to be demolished and have them disconnect the services and remove all meters and equipment belonging to them. Forty-eight (48) hours' written notice must be given the City for termination of their utilities. All piping and wiring shall be properly terminated. Any costs incurred in the termination of utilities and services shall be borne by the Contractor. B. Demolition and clean-up includes, but is not limited to, the removal of all lumber, doors, windows, wire, sheet metal, appliances, furniture, loose rock, brick, mortar, concrete, and the cleaning and removal of all rubbish, trash or other debris that would inhibit or prevent the mechanical mowing of said lot and premises.The building foundation shall be removed. C. Fill,grade and level with clean fill dirt all depressions in the earth which exist on the lot and all ruts or other depressions created during the demolition work when the average depth of such depressions exceeds three (3)inches. D. The grass at the demolition site shall be mowed to a height not exceeding two(2) inches. E. All sewer lines exposed through demolition work must be cut off within two (2) inches of the surface to the ground or concrete slab and must be plugged with concrete in such a manner as to prevent ground water incursion into the City's sanitary sewer system. F. HAZARDOUS MATERIALS Materials defined by the Environmental Protection Agency to be hazardous to the environment or persons, shall be disposed of in accordance with all local, state and federal government regulations Page 29 of 68 City of Port Arthur April 2017 and governing laws. This shall be the responsibility of the Contractor. The Contractor shall furnish written proof of such disposal. Page 30 of 68 City of Port Arthur April 2017 and governing laws. This shall be the responsibility of the Contractor. The Contractor shall furnish written proof of such disposal. 25 Page 31 of 68 INVITATION TO BID ASBESTOS ABATEMENT & DEMOLITION OF 6 COMMERCIAL PROPERTIES (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 32 of 68 CITY OF PORT ARTHUR,TEXAS BID PROPOSAL PAGE BID FOR: Asbestos Abatement & Demolition of 6 Commercial Properties BID DUE DATE: May 24, 2017 NUMBER OF DAYS ITEM# DESCRIPTION TO COMPLETE COST 1 445 E. THOMAS BOULEVARD /0 $ Z Zc 2 2349 PROCTER STREET 5 _ $ 3 3121 PROCTER STREET 3 $ 4 4445-4449 PROCTER STREET 5 $ 24, , q �� 5 6427 PROCTER STREET EXT. `t $ 1--1 / d D 6 7700 HIGHWAY 87 7 $ o Total 3 `f $ l 5o, to C The total number of days to complete the entire project if contractor is using more than one crew AAR Incorporated 6640 Signat Drive COMPANY NAME STREET ADDRESS ",) t Alta*, N/A SIGNATURE OF BIDDER P.O. BOX Dwain Bankston Houston, Texas 77041 PRINT OR TYPE NAME CITY STATE ZIP Vice President 713) 466-6800 TITLE AREA CODE TELEPHONE NO gerardo@aarinc.net 713) 466-4234 EMAIL FAX NO. Page 33 of 68 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. AAR Incorporated May 17, 2017 Firm Name Date Vice President Authorized Signature Title Dwain Bankston 713-466-6800 Name (please print) Telephone dwain@aarinc.net Email STATE: Texas COUNTY: Harris SUBSCRIBED AND SWORN to before me by the above named Dwain? Bankston on this the 17th day of May , 20 17 ie ow Ili to% 4116 a,�°°\\`�a3.finGF9j�,®d ota Public RETURN TH1 A9'FI 1/14 T DART OF THE BID PROPOSAL• sT XP 1* IRtiS ago Page 34 of 68 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg_, Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. Li Name of vendor who has a business relationship with local governmental entity. Dwain Bankston of AAR Incorporated Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. None Name of Officer J Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? nYes No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? n Yes No Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. None Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(9), excluding gifts described in Section 176.003(a-1). s/i (,yl„ gt,,, 7i/ 05/17/2017 ignature of vendor doing business with the governmental entity Date Hale ibofb8 Form provided by Texas Ethics Commission www.ethics.state.tx.us -Revised 11/30/2015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http:Jiwww.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state.or local governmental entity or an agency of a federal,state.or local governmental entity: (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by.and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income. other than investment income, that exceeds$2.500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local govemmental entity and vendor has been executed: or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,ora family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(8).excluding any gift described by Section 176.003(a-1):or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be tiled with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity:or (2) the date the vendor becomes aware. (A) of an employment or other business relationship with a local government officer,or a family member of the officer.described by Subsection(a): (B) that the vendor has given one or more gifts described by Subsection(a):or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission ww w.ethics state tx us Revised 11!30i2015 Page 36 of 68 CITY OF PORT ARTHUR,TEXAS Cut f ADDENDUM NO. ONE(1) V?: rtkrMay 18,2017 rr SU8l41IT WITH YOUR BID Proposals for: ASBESTOS ABATEMENT& DEMOLITION OF 6 COMMERCIAL PROPERTIES The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all PROPOSERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THEIR SUBMISSION. Addendum as follows: 1. The Demolition of 35 Residential Structures was an error on Page 3. The bid is for the Asbestos Abatement& Demolition of 6 Commercial Properties. End of Addendum If you have any questions,please contact Clifton Williams at clifton.williamsAportarthurtx.gov. /7,t L U "1 -W/TQC Clifton Williams,CPPB Acting Purchasing Manager . • 41/10, 0=-9-4), qh Signature of Proposer Date CITY OF PORT ARTHUR,TEXAS `" '' J` ADDENDUM NO.TWO(2) ur: rch�'- May 18,2017 lrsm SUBMIT WITH YOUR BID Proposals for: ASBESTOS ABATEMENT&DEMOLITION OF 6 COMMERCIAL PROPERTIES The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all PROPOSERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THEIR SUBMISSION. Addendum as follows: L Attached is the following XXIV.Title 29-Labor Section 3 XXV. Certification of Bidder Regarding Section 3 and Segregated Facilities Form 2. Submit the following with your bid XXV. Certification of Bidder Regarding Section 3 and Segregated Facilities Form End of Addendum If you have any questions,please contact Clifton Williams at Clifton.williams(?a portarthurtx.stov. t , Clifton Williams,CPPB Acting Purchasing Manager . 1.......-E.---icit, /171 * /1 ature of Si (J� � Date CITY OF PORT ARTHUR,TEXAS ADDENDUM NO.THREE(3) ,tiort rthur ` , May 23,2017 SUBMIT WITH YOUR BID Proposals for: ASBESTOS ABATEMENT & DEMOLITION OF 6 COMMERCIAL PROPERTIES The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all PROPOSERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THEIR SUBMISSION. Addendum as follows: DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m., Central Standard Time, Wednesday, May 31, 2017. (The clock located in the City Secretary's office will be the official time.) All proposals received will be read aloud at 3:15p.m. on Wednesday, May 31,2017 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. Proposals will be opened in a manner to avoid public disclosure of contents;however, only the names of proposers will be read aloud. End of Addendum If you have any questions,please contact Clifton Williams at clifton.wiliiamsna,portarthurtx.gov. Il r �t�� �!,, Clifton Williams,CPPB Acting Purchasing Manager 5- 25. / 7 Signature o Proposer Date CITY OF PORT ARTHUR,TEXAS ADDENDUM NO. FOUR (4) „r, r,%? May 31,2017 iti SUBMIT WITH YOUR BID Proposals for: ASBESTOS ABATEMENT & DEMOLITION OF 6 COMMERCIAL PROPERTIES The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all PROPOSERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THEIR SUBMISSION. Addendum as follows: DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m., Central Standard Time, Wednesday, June 7, 2017. (The clock located in the City Secretary's office will be the official time.) All proposals received will be read aloud at 3:15p.m. on Wednesday, June 7, 2017 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. Proposals will be opened in a manner to avoid public disclosure of contents; however, only the names of proposers will be read aloud. End of Addendum If you have any questions,please contact Clifton Williams at clifton.williamsf .portarthurtx.eov. L. Clifio Williams,CPPB Acting Purchasing Manager ///7 ignature of Proposer Date CITY OF PORT ARTHUR,TEXAS ADDENDUM NO. FIVE(5) June 5,2017 SUBMIT WITH YOUR BID PAGE 1 of 2 Proposals for: ASBESTOS ABATEMENT & DEMOLITION OF 6 COMMERCIAL PROPERTIES The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all PROPOSERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THEIR SUBMISSION. Addendum as follows: DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m., Central Standard Time, Wednesday, June 14, 2017. (The clock located in the City Secretary's office will be the official time.) All proposals received will be read aloud at 3:15p.m. on Wednesday, June 14, 2017 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. Proposals will be opened in a manner to avoid public disclosure of contents; however, only the names of proposers will be read aloud. 3121 Procter Street Asbestos See below. Demolition This project will include the proper removal, transportation and disposal of"left-in-place" asbestos containing materials at the vacant building located at 3121 Proctor Street in Port Arthur, Texas in accordance with all applicable federal, state and local regulations. The contractor shall properly transport and dispose the asbestos containing flooring material as "Category I Non-Friable Asbestos-Containing Material" and asbestos containing window caulking material as "Category II Non-Friable Asbestos-Containing Material". Materials shall be kept wet at all times and work area shall be demarcated. Workers involved with the removal of asbestos material shall be EPA NESHAP trained and shall wear appropriate PPE at all times. Any abatement activities will follow all applicable rules and regulations, including EPA NESHAP and OSHA regulations. Buildings located on adjacent properties shall be left intact and in a safe condition. See additional demolition notes at the end of these specifications. 4445-4449 Procter Street Asbestos This project will include the proper removal, transportation and disposal of approximately 3,616 square feet of asbestos-containing black floor mastic; approximately 420 square feet of exterior transite siding prior to demolition. CITY OF PORT ARTHUR,TEXAS Pj) ADDENDUMNO.FIVE(5) June 5,2017 SUBMIT WITH YOUR BID PAGE 2 of 2 I) 2349 Procter Street — leave all of the concrete 2) 3141 Procter Street —remove all of the slab including driveway, leave the driveway apron, remove falling tree in rear of property 3) 4445-4449 Procter Street—remove all of the slab, leave all of the asphalt parking area 4) 445 Thomas Blvd. —leave all of the concrete, remove all of the fencing 5) 7700 Hwy 87—leave all concrete including the slab under the garage, remove the c container next to the garage, leave all fencing. End of Addendum If you have any questions, please contact Clifton Williams at cotton.williamsCu`':portarthurtx.uov. l�I/ J.!� Iv Clifton Williams,CPPB Acting Purchasing Manager 410" 4'7 '77 7 Sisnature orProposer Date CITY OF PORT ARTHUR GENERAL CONDITIONS NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. Page 37 of 68 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Demolition, P.O. Box 1089, Port Arthur,Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. Page 38 of 68 INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal fmancial interest, direct or indirect, in this Contract; and,the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. Page 39 of 68 TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. EXPERIENCE & CAPABILITY: Successful bidder may be required to submit the following information to describe the experience and capability factors of the company: 1. Number of years in operation. 2. Largest project currently in effect with a business. 3. Number of employees currently employed, their job titles, and their job descriptions. 4. Equipment currently owned or leased by your company. 5. Be otherwise qualified and eligible to receive an award. 6. Other companies that you contracted with. 7. If a company wants to receive the award for more than one group, the company must show that it has the equipment and employees to handle more than one group. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: Page 40 of 68 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury$500,000 single limit per occurrence or$500,000 each person/$500,000 per occurrence for contracts of$100,000 or less; or Bodily injury$1,000,000 single limit per occurrence or$500,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of$500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and$100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. Page 41 of 68 WAGES & SALARIES:Attention is particularly called to the requirement of not paying less than the prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. Attention is called to the requirement that employees and applicants for employment are not discriminated against because of race, color, religion, sex, age or national origin. PERFORMANCE AND PAYMENT BOND REQUIREMENTS: Per Government Code Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent (100%) of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. Page 42 of 68 SIGNAGE REQUIREMENTS SPECIAL CONDITIONS Public buildings, facilities, and centers constructed with TDRA TxCDBG-DRS assistance shall have permanent signage placed in a prominent visible public area with the wording provided below. The formatting of such signage will be at local discretion to best fit the architectural design of the facility constructed but should be legible from at least three (3) feet distance. Other construction projects, e.g., water transmission lines, sewer collection lines, drainage, roadways, housing rehabilitation, demolition, etc. utilizing TDRA TxCDBG-DRS funding shall have temporary signage erected in a prominent location at the construction project site or along a major thoroughfare within the locality as directed by the owner. Project Sign Wording: "This project is funded by the Texas Department of Rural Affairs of the State of Texas, to provide for disaster recovery and restoration of infrastructure for communities impacted by the 2008 hurricanes. Funds allocated by the United States Department of Housing and Urban Development through the Community Development Block Grant Program." Example of Sign ,k4 .4 01/7 - i...... /<- =OtisW HURRICANE RECOVERY PROJECT c c AJ► Vi rr = IV 2 This project is funded by the Texas Department of ` `_,1 -- '�' ``'` Rural Affairs of the State of Texas to provide for IE X disaster recovery and restoration of infrastructure for communities impacted by the 2008 hurricanes. 04ENT0,4,h „a �aGtil Funds allocated by the United States Department 0 � I � � of Housing and Urban Development through the z. ICommunity Development Block Grant Program. 4 9&4N DE,4��° WWW.TDRA.STATE.TX.US The City of Port Arthur will create the sign for the contractor to use. The contractor must return the sign when the project is over. Page 43 of 68 CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS NOTICE IS HEREBY GIVEN THAT sealed Bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall, 444 461 Street, or P. O. Box 1089, Port Arthur, Texas, 77641, no later than 3:00 p.m. WEDNESDAY, MAY 24, 2017; and all bids received will thereafter be opened and read aloud at 3:15 p.m. in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas, for certain services briefly described as: ASBESTOS ABATEMENT &DEMOLITION OF COMMERCIAL PROPERTIES (6) 1. 445 E.THOMAS BOULEVARD (REMOVE 2 LARGE ASTS/1 SMALL AST) 2. 2349 PROCTER STREET (DO NOT DISTURB SLAB) 3. 3121 PROCTER STREET 4. 4445-4449 PROCTER STREET 5. 6427 PROCTER STREET EXT. 6. 7700 HIGHWAY 87 (DO NOT DISTURB SLAB) A Cashier's Check or Certified Check, payable without recourse to the order of the City of Port Arthur, or a Bid Bond with corporate surety authorized to conduct business in Texas, in an amount no less than 5% of total bid, must accompany the bid as a guarantee that, if awarded the contract, the vendor will perform work and execute the Bonds in the forms provided as outlined in the specifications and instructions to bidders. MANDATORY PRE-BID MEETING IS SCHEDULED FOR 9:30 A.M. ON TUESDAY, MAY 16, 2017 IN THE 5TH FLOOR COUNCIL CHAMBERS OF CITY HALL, 444 4TH STREET, PORT ARTHUR, TEXAS. A MANDATORY SITE TOUR WILL COMMENCE IMMEDIATELY AFTER THE PRE-BID CONFERENCE. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at www.portarthur.net or www.publicpurchase.com. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. Clifton Williams, CPPB Acting Purchasing Manager FIRST PUBLICATION: SUNDAY, MAY 7, 2017 SECOND PUBLICATION: SUNDAY, MAY 14, 2017 GLO Contract# 13-339-000-7653/DRS220148 This project funded by Texas General Land Office for disaster recovery Funds allocated by U. S.Dept. of HUD through CDBG Page 44 of 68 Federal Labor Standards Provisions U.S. Department of Housing And Urban Development The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (i) Minimum Wages. All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage rate and fringe benefits therefore only when the following criteria have been met. (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Page 47 of 68 Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140). (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of an laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. Provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract, in the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Page 48 of 68 Comptroller General shall make such disbursements in the case of direct Davis-Bacon Act contracts. 3. (i) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates or contributions or costs anticipated for bona fide fringe benefits or cash equivalents there of the types described in Section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR (a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017). (ii)(a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(i). This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-0014-1), U. S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149). (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5.5(a)(3)(i) and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. Page 49 of 68 (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph A.3.(ii)(b) of this section. (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph A.3.(i) of this section available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. (4) Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration. Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be Page 50 of 68 permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. the ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as HUD or its designee may be appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the David-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause Page 51 of 68 include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (i) Certification of Eligibility. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded Government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1010, Title 18, U.S.C., "Federal Housing Administration transactions", provides in part "Whoever, for the purpose of ... influencing in any way the action of such Administration... makes, utters or publishes any statement, knowing the same to be false... shall be fined not more than $5,000 or imprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety Standards Act. As used in this paragraph, the terms "laborers" and "mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subparagraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor with the same prime contract, or any other Page 52 of 68 Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 1518) and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act (Public Law 91-54, 83 Stat.96). (3) The Contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. Page 53 of 68 CONTRACTOR'S LOCAL OPPORTUNITY PLAN s. AAR Incorporated agrees to implement the following specific affirmative action steps directed at increasing the utilization of lower income residents and businesses within the (City/County) of Fc,r.-1- Ar-t'haVie.--CcPrso n A. To ascertain from the Grant Recipient's CDBG program official the exact boundaries of the project area and where advantageous, seek the assistance of local officials in preparing and implementing the affirmative action plan. B. To attempt to recruit from within the city the necessary number of lower income residents through: local advertising media, signs placed at the proposed site for the project, and community organizations and public or private institutions operating within and servicing the project area such as Service Employment and Redevelopment (SER), Opportunities Industrialization Center (010), Urban League, Concentrated Employment Program, Hometown Plan, or the U.S. Employment Service. C. To maintain a list of all lower income residents who have applied either on their own or on referral from any source, and to employ such persons, if otherwise eligible and if a vacancy exists. D. To insert this plan in all bid documents and to require all bidders on subcontracts to submit an affirmative action plan including utilization goals and the specific steps planned to accomplish these goals. E. To insure that subcontracts (greater than $10,000), which are typically let on a negotiated rather than a bid basis in areas other than the covered project area, are also let on a negotiated basis, whenever feasible, in a covered project area. F. To formally contact unions, subcontractors, and trade associations to secure their cooperation in this effort. G. To insure that all appropriate project area business concerns are notified of pending sub-contractual opportunities. H. To maintain records, including copies of correspondence, memoranda, etc., which document that all of the above affirmative action steps have been taken. I. To appoint or recruit an executive official of the company or agency as Equal Opportunity Officer to coordinate the implementation of this plan. J. To maintain records concerning the amount and number of contracts, subcontracts, and purchases which contribute to objectives. K. To maintain records of all projected work force needs for all phases of the project by occupation, trade, skill level, and number of positions and to update these projections based on the extent to which hiring meets these Local Opportunity objectives. As officers and representatives of AAR Incorporated , we the undersigned have read and fully agree to this Plan, and become a party to the full implementation of the program and its provisions. 1/96141(1 /5ellitA Signature Dwain Bankston Vice President 05/17/2017 Title Date Page 54 of 68 ,ental col? ofo�, 6640 Signat Houston, Texas 77041 Phone (713) 466 6800 IIC.IIPee*TEI Fax (713) 466 4234 "Our Business Cleans Up" vvww.aarinc.net May 30, 2017 Mr. Clifton Williams City of Port Arthur 444 4th Street, 4th Floor Port Arthur, Texas 77640 Phone (409) 983-8161 Re: Asbestos Abatement and Demolition of Commercial Properties (6), Local Opportunity Plan Dear Mr. Williams: AAR Incorporated will comply with The Provision of Local Training, Employment and Business Opportunities clause (Section 3 provision) for the City of Port Arthur, AAR Incorporated is an Equal Opportunity Employer, AAR will comply with section 3 clause if there is a vacant opportunity for this type of work and will offer training to individuals willing to perform this type of work, TDSH licensed Abatement worker, laborer or operator Sincerely, .€414111442 A A&jtJ Gerardo Alejandro Project Manager Local Opportunity Plan Page 1 of 1 AAR Incorporated PROPOSED CONTRACTS BREAKDOWN Type of Contracts No. of Approx. Total Estimated No. to Estimated $ Contracts Dollar Amount local Business Amount Local Business ernei l- , etc 1 _9,f,)(0 ESTIMATED PROJECT WORKFORCE BREAKDOWN Work Total Estimated No. of Positions No. of Positions No. of Positions Classifications Positions Currently Filled not Filled to fill with L/M Residents Oabine/P.)044115 0 C, 0 o-f rte ,5 2 Z _ V (9a Totals 1`7 i C, C7 Page 55 of 68 AAR INCORPORATED Headquarters www.aarinc.net Central Texas District Office 6640 Signat Road—Houston,Tx 77041 925 U S 183 North—Liberty Hill,Tx 78642 (713)466-6800-Fax(713)466-4234 (512)778-6800 Fax(512)778-6815 Company Overview LEGAL OPERATING NAME: AAR Incorporated HEADQUARTERS: 6640 Signat Road Houston, Texas 77041 BUSINESS No.: 713) 466-6800 FAX No: 713) 466-4234 E-MAIL ADDRESS: mail@aarinc.net CENTRAL TX DISTRICT OFFICE: 925 US 183 North, Suite B Liberty Hill, Texas 78642 BUSINESS Noa 512) 778-6800 FAX No: 512) 778-6815 E-MAIL ADDRESS: bpost@aarinc.net WEBSITE: www.aarinc.net DATE INCORPORATED: May 1, 1987 STATE OF INCORPORATION: Texas TYPE OF BUSINESS: Corporation YEARS IN BUSINESS: 29 years YEARS UNDER NAME: 29 years TAX II) NUMBER: 76-0219081 OFFICERS: Randall Richardson, President Dwain Bankston, Vice President 3018 Deeds Road 22980 Nicholas Sawmill Houston, Texas 77084 30 years Hockley, Texas 77447 23 years NUMBER OF EMPLOYEES CURRENTLY: 100 + WORKED PERFORMED BY OWN FORCES: Asbestos& Lead Abatement, Packaging& Disposal Mold Remediation Demolition PCB Clean-up Infection Control Soil Excavation& Treatment Interior Demolition Water Extraction& Drying LABOR FORCES: Non-Union STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. Name of Bidder: AAR Incorporated Date Organized: May 1, 1987 Address: 6640 Signat Dr Hou, Tx 77041 Date Incorporated May 1, 1987 Number of Years in contracting business under present name 30 years CONTRACTS ON HAND: Contract Amount$ Completion Date See attached Current Projects Type of work performed by your company: Asbestos & Lead Abatement, Demolition, Interior Dein Mold Remediation, Soil Excavation & Treatment, Wate Have you ever failed to complete any work awarded to you? No Extract Have you ever defaulted on a contract? No List the projects most recently completed by your firm (include project of similar importance): Project Amount$ Mo/Yr Completed See attached Project Experience Major equipment available for this contract: See attached Equipment List Attach resume(s) for the principal member(s) of your organization, including the officers as well as the proposed superintendent for the project. Credit available: $ 600,000 Bank reference: Post Oak Bank - See attached The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Port Arthur in verification of the recitals comprising this Statement of Bidder's Qualifications. Executed this 17th17/ day of May , 20 17.// By:(signature) R,,�,,, Title: Vice President (print name) Dwain Bankston Page 56 of 68 / I = W -o o t. R. Po if 23'; v ,o c 'CI sill MI I TO S A, C m e nP a C 00 7 N z o ry 'ti a pp o G) I CO 9 0 G7 m _ CD 0 CU rn-n c OD O a I A 3 m A o' m `t v A = N co 0 N C� �� CO 0 I a X co DO CD CO co c4 o i F e.I =I + N H• :0 } 11, w! 4 O rh i - / C, ac x -s V f AAS, 41 O co 1 �. C 4 n•- S. W ' '�! pf OW Q. .9 co rC " N CD s a' O ' 7 to so CI C3.CO f3) v Ca Q. z oe ro II o 0 5.i 0 Emu O - 0 A W O ; crj .., ..._.. „),. . .. , 0 I mg W 110 Br Oa c P co cCD .. cam, co co IyC 0-> � CD ~D N r+ N rw 00 C .y - NUN '1 _cra j c� CD .0 01 7 ?. E''). CD 3 IDCD a- = s 7A- it C ' e O / 0 CD w C OW W '� to I1 03 Imo] A - O.N I w � CD CD t ' N Ct € 1S .-.. - • s an C/] �+ W - rn m CM }j p rn CO Z C CD X y O CO 177O0 CO GPI N 2 N W O) N m _m N N m E N o n o o m O CT, 'y N a m d 'is - E c U 0 o `o -m m o 0 0) 0 CO m m -w `i) ro m m c E m 3 CO -a o • m a a c v o U -o m'o E m c m a a N CO .-c a- U m E oo` Nm o a C `l m m O) 2 N-O 9 'O c C 0 > 0 0 O m a0) C. O N R F- U m 11 C CD C m Y p '3) T O)CA C E'a O E._.... U m V OC t+ C CC)CD N m 0 0 > m W W > m a V o w m N_C p 03 W C CO a a m N 7 7 N F- rn E N E (p O -o o W 4 m y .O C N m T C C Q C 10 a>C C-VO m Y b C Z Ts'N j C a V Y U co CD E H O-w m N O) N Q-E m C-N 0-0 "r 7 m T� O` O� ~ o �[r m 0-0- L= 7 C m m U-f6 tD 8 rZ N m C1 C'O m QQ N C'O U Q=o E'7 0) 7 } U =m i6 N C O) 1117I!II11!II11 poDCn E _ 3 O o O)m /6 mcC fn U vc o) m C kIlilfdl wo` m._,_� oN p J:C UY7+ .. z:u OC U mcm U ofWamo >w1dF-QU1O e„ y m a 413 m ?dmo • . . . . . . RC1 �U QC3-i2DCZ. a r� W °QCcm, ma) '8 p W I� Z ¢>2L ZO F-aOh U a. F 0 a U Q r W W A 1D .0 O) a -C D) C 7 7 N O N w N r a N C O F C m COCy1) -2 E Oc y N co N � C E =m O o N L m 'O 0 a) co E3a O N 0 O) O U N ° NN L) a 'N Ts � 8 � Ocg - a m Qa � ip' O O 7 CN a 3 E ? OU 5w o E m8 8 o C m ov 0-0-.3 c 0c apm iiNm O _c c 0, , m p, n 1? ii "EN °E E a as3. a) Hi! n > tn o � om Nmco ma N Nfn O ca 75 m O' • mQ O W O)N al N O)O b l GO °-m N 3 WOV OD 0 mE A ! N c O) N c Na cC C m N N C a V 0 Y U N -p O a C O-wco O N7 CNN W �OOcc Q1Q• C OmN YaE -8 ma) Z. ^ c m� oa° TRo2 aN82 c •U. y axN� Loao � oti 3 m" 'ca o ° 307R vcirn 3� )aO'� v3oco ' oD% NO cotpWcQ IaiIL m m m m " c-Oi � ' aoCn"° N,Cw N ° '0 ^rn'' c ca, mO 587-, Im28� ro 28.2- < c•q _agON 1 aNCc� 7 O) 1a0m Nim aN Na a) N .4l °L O .- =*r---O C.0)i C C m .0_2C LOC c wm 7 C C W mZO p mm•V aN mr:7 N.o O oY a° m .-.° o)cv ma aa m a z2a o-o mN:• o=.4- 16mco ° sgcm rn—saoactnQN oe- da0E UW wE0x�i Ommo-= Nm me o 2 .- o > Om9=xo7m )am U _WoCO CD C7a= mD0 me c Z'a)QCC1H Z= mxwww 2° t-¢USO ecxwUnx =Lure zp D-1UU Mm crn Ogc � C Q � zm waEimoca3iV F� aaQQy�O ay•1N •�N 80 z W w 6R2° as Wad z F-m U a a w O O I ~QQ 0 MI i o W LL U L .5 _ m 53- C co 6 Co 0 1O m E = '`m m m N m O a) m O NE O 0J m M LL 0 t Np E E m inCO 0 O ON m N C X m p Cl) Np lC O LL liH N ^ U ° X C O' OCO p CD O to m .00) m H W m6 2 2 C y O O O m 2E80° ° ( E O O CmNU an d CO 0° Z O RO1 U m CO V CO V c s 2 O i m Tmdm ^ m N m 0UN m0R Oa m y c c o cc m 0) m Z c° o ont o Cmo mv >o m m. 6� 2 °p c EQ7� ai cd m E mm a o E CL-CS 0 a ° _o lm O s OUo O 'alN N¢4°-F- C J N m d - Q O O0 'Y a•' maX 'Om m- m6- 2 m o m ovi .m w NO.Wd p ai p c fn a ,° m, o a OCo 0 p a W d Q W 2O mJ a 'a-,J ° O m N ° r O V > o � c om Z aa�UW� m = � 3� � E .R m ° ' mo ..� � o O'5 III Z we O� < < a <N.__ o arc zmm = m°a mn ¢ mm ¢m a Zi 0 . o ccmaErQ5rn0 . .0 0 op >. 0 a � vm �" rc �� ¢.` ? am O WO XL =NZK2, W mvU wm'N < o (mn < ONE Q O <p o a wa 2O m2m¢ 0 (0 o c- o• •- LjJ 0. 0 (4 c aye o � 0 <I H<O 2 O-Q U w 0 � a 5 m 5 O Z > -Li co. Z.c C0 m 0 � Z m m m m m m 0 m m+" 0 o�vr. o0a co z` mac Uc`m o �O-m .o zac U 2888 f0 U w o y> >m O ° m ix O.-. 0 0 0 aa) " ami - m n > m FU a Q (� co 0 a` co IR a` pfAE a U'� c z X 1" o E z *¢ai222 �a,2 zo �, o LL xxx w c0 m` -I W H 0 O Lli E U p CC < d = o_ 8 } U w w LL Y E 3 a 0 E 1 c (0 ro p 0N O �0 N M EO E 01 S t N m W r• O ° O m O romQ U t U 0 Z., a a m mc i ; m Q _ - c° t. 2 U m a ^ n 0 J 2 c U Z5 t 0 ro m no mm a v c m ¢ t m o m c ¢ tsc o ff c N tm. � m Q 2 2 d en = o' o m O� y d U m a to m No .z I- o e. LL-, a Q Li; LL O m - o_ o c y 4 `c o o '4 z c C5 'c c U W !CO ? c 2 E c L9 .Z p c g "I o mm 'o N a to o o m aci m B Lci i' 5 m aq •C 2 0 WO a) w 2 IIQ� a s .0 2 < m E U c WN a y `7'0 o j w aDi Q S Fm Q O 1 U Q O w ° _o o 2 Y U 'o a o o y - y z co m v v ° rri Q ¢ ill a m z m n w m U w Q 3 2 2 L. 0 d cn E U 'o > e z a. U < Z r° ro I- 4` 12 z m Co'3 0 W J W O0 W W p O 2 a p _U W w w 0) w 0 0 wa tg 9 C O z 0 Q § a c ,i; z > " 1' ` E 3 Q a F g o Q " c iosmW c omE . 2 d Ti m trno $ .9yV °' C G]m % p m OG y n c m v y E E ° u 4 71 VI o o Zo v 3cr o . Q a o a m ' oo$ou �mD o cm o U c c v . cO i s E E 9 -C o Uoa f oo0 i 0•>w H921 O._6 a $N rE cm oE z oo QuY ct ° ou o <�c o mg E a I FaxA0•�rm E- .' _" soE u z U -E3w � vF ❑ W rvm qEaW niNF8 .Lv . a is a d x c0 a'E s amh o fn. aE'a _ a oO2z o o o ❑ "v o F-1.5.:.,- g. :.-2 uoE"gu o WcIc o -aac o E ao loo = ffo ❑ cOozv ' 7vo u o -Ie . O , o 20 4m =m = w%a" amv Qoy Nmoo- R. os ' m = oa oA m o£ 4 mE .1-, W;_ r w �'y v O•q=u s U:- c wW i PLT o o a2 mEr3 ^' Q'1 c ti z a r- : 18 ''' y - c FO Q Co g-. ° •'a / macWuo s ° q o oQo qo W o o oE z < W x ' m Q aE way c At c 6 gL cw c8 Yc F » = gc .c. ❑Wandc 2 E c IT y Q..ao Z , o z 'v ' ¢ > � '� o'> W 3 a < F3WYaO y' 0 ... b. W tiat F- C),z, w a ....3 .21 W oQo' Uyoo < uQ 0 EQ ESa pj yc__] Fe: u I2..,C Y z m! t oNvm Pu" ma t m H ApOq N>> N> a 11%,1 g m gyoUo FizWua - aO ' aE• a �mC2Si •d ^ U Q `. z t'= io a � >.2 o d Palo a a. p zo n a` U le i.0 "3> F.'c co Q Z y y y 41 z x V I- Q m W U F 010 Z a¢ . 00. fns ti >; QX'z 0. zz W — 3 w C z D m Ill VA... E... . mr. F a• FF aU U Q cc z O z a . T W a u o a W ? W W IL Y • v c -0_ 0) Es m vy vW m� c m 0 m .a o ‘0 °)‘0 °).2Q '` `m ma . EA _ o — c - mm me �n CT) o + + + ma Em ®. z m F I- o000= F N N C m O 0 0 O CI)7 C C 0 0 0 0 0 0 C> E m y C •E c C_ 'C los 0000 0 m co 0 0 co_O =C. ) 0 'O o E N O r.. a m �+ �. • C m m 0 0 c a 0 c �'� a o J E c @ 0 0 0 0 0 a 0 0 c 2 co Q m a o N co m C m m ?O a Ci m 0.. m.G O m O m O O F-O ej ifi m m 0 m m w �p z 3 NON 1) •f YOdN Eco - E � m0oN O mm m m mIi = a3 os ccm hii c.m O O.V 0) _ co y N 0 _o O 2 112 al ; o O cma Lm II i m a Om m- E mo- a Uo�mO oCO 9 m N 6 d O m 0.C m z 0.Ca 6V m 5 <0O 2Rc.. w7 -8 > •7 C. E O LL 000.0 0y ¢ mm > 0E mm13m 0 mi-E6 EmEo= c8OEEmm z EEr CO 7J . ai � ioma-5 Zpr > O•� Sao o: o gnQro rrm0� om o t -8m mm o cc . K '.o �¢ F m � m� O F D R Zg-m wN m C -'gN > C• O d m mg JOCm` - m . O tm > , oE0 Nz . .,.. 0 r = om NaLL00DOCx0m00O2m OCo 7W UOOgpm ❑00 c 'doFzmcx43I FL ' > m -cQ gj J N m c nl a C W e 0 > c 0 JmN m Q zW 0 0 C N V a-E,071 C w m E> C m zvE E E Oymo . ' wOa� Luau ' :1,-i- 'tom cza mr v sE u-[13o E O-NE'sN . w ? 2dm oo Q .2m a WoQ aj di c a O W U co 3 c E T) O Q N m • C N N O O oo) N co N N d aga. Jcm a _ :O HI m mxO E• Fy.m °O m Qc9oNCm• aCpN N g1 mrnm co ma � � c.,N N � m ' UOmrnm mF aF o` o •,03 O O t` O NQN N c 0 m > �NO.,1:1 Z . 'aorn oa ° ov it f om cQ gom me�p �am ° m 3 3Foim m o e-° ow a¢ m3$m x aUoQco < o y. -o o waw coo c2 c aa Eoot mo��• zPN oFmm T o o a Em o m z a < c< a Ea c x Eo <wQ co - ez - .- mEU m ou7 x- N o !Um ch (° Qa m o wow L08Sa wo C �m 2 a 2 2 2 o m gO N N rr L 3 N z,pw 10 2 7 2 �� Q2 Q °a m e fQ K�ccQ m a o o NNN oyv zuv o m2 ° - m� wm w °¢ awW z _8 oo> o ez U ¢_i 2 w llãllt cc 2 m o nX 6.1i135F=a QN o o am (n UU . . . U noo Loa WU. V w O ..3aof vaE O z w o a yWO - 1 Q Z K Q U PEN o 2-Et. ZL o i m o.E ac •°' 7 o ° ao > o re• X w w =c'nLL a` ncoix con a LL W W W W o m W.> m oo c 2 =o5 o m m yu cr.! o.E 2 m 5 o'0 - . e _o y o om YEm -c . q v en o. o i '4 ` -o' Eg g S3 ^ :e E gv E- o m o �,c E c I m m eq m c 2r " Su ot E § co. 'ft = po mmm mu a omE E uw c mmm r EW- o o v Svc E = $ cE ° c> E ;cE a <vE z a a 'eo m0 oam Oo '0> y y� 0. o 3 Eg - E FN ^ To w u� 3o xo tom :� o- p v c m a zO o m 0. E c -5-e, xo� S 1 o mW U q v d,Vrp ° m `o t9 1 L. x . H io a E >•_ o0YYo , o m>6 C..)-e, q 9 ▪V C esCg C Qo. .g. -5. FQ 0 . v cm« uwa"c Ow 2 ooEo "04 ea Q� m 0� Em 'E Feyy64 Jz0 - omZ u e m . c ov - 02$o cWc o 6 >g a omo m E` mao u u� u c Om mEca f." E 3 -ry cavn- 0. _" - ya� au 5 v o m y O9o V. C ._ E Uoo 9 zo ym ooVm o` v o= rio 0o al E'..1 m h. qh = % ua0 >- E n2E ,-) 3 O�' CC "ea.s . Y c �<.n_ wav =,m - p Fc v r2md.. C2 ` o z.0 u" 0 ` = V w 3 $ fo oz . 0 0 �o 5 o o o Oomo .2: re .❑» a, , g- 0. 02t00ozyC • o c v c o0 0 Q u E c c • oQS (2oEo ='o'uo b c 0Uo - c .` c 0' _ a aicm8d Eo Eduo a o vo . c "qz • m 4 >7,, t cp mo y oe3° 0 1 o= O m m oy o z E m tro iE g o y1oo. Of, ' - ' E ,o S - H m W ro m n o xm x :a 1 ':=S" b VE osm oy m n d EooW rl ,0h 0.-1.71 oos 01 c vi > >Ec., 049 -3 a N v H vc.>?y h G 0 , >' (n 0 m ., < fwcv a.0 a- nuq < n9 a i mm {FSzf, gya° c'« CyE o o «$3 0. 0 E Emo .. qa ., uN.c 4 -" .g mo'- = E a. - t: 7.:";.;.. o e ug N O w > m .g am o. z c Q"," 5 of 5 m m yg cqwcc= g qm > «▪ oIE E g ZcgaE 6OE c Fsq. o¢ eta Q < p' E$n F2 0E0 < m < u E w e .4>, " S v ,4 m5 og m o qu ,L, g,,,,- x 212 o _ _ E,. E - coo _ . . m ma a-s o Um a < eo u rm u0,3 QE >. E q2 .r 000- 8 wk-,c• u auk 3 Wu o coouc ` 0. ''''' -v .92" 0 'E Q T °o E ytc Q c 45e.2' "6' _ Emo x �u owr .o0. yfm a� 0. 2O c. 23 Fg z 2. � m a 23a. P. zoUcOr0. oorz= O � O O j= U 0 c. F cn-3 0 co � o c ' E o a m ( o > as w w,E- o 0 c v o . E m 4 o w o a0 U .2F.- Ea ix 0 2 > `° -O w 0O 0 5 • m N O C O y N ai U v a a, o N m 0 �' C C Z.... E C-° .O lq O a) = C N E c) m a CO aE aEF -- E m w a m.a $ w m 0C a `,L,11 > 9 w o Q° 5 m ° Q2 mow 8Cc Cl)m ° Cl) O wiz p N O wN, g p w N N E w E L w (o w'y Oa LnN sa) mU ( ywnOva N m ¢ Ern as Om C wUL- Eam 2 O ET 2tc 1 d 0 j 43' as a a CNN as Nja•Na aZ ` N NN as z -c � N N_ -12 c'' ND/ Q O ° N 2C0 a a UaO w C J Z O 2 .c E cc>C Z 2C N G ° (A L Q E .C Uw -UO ° O CU Ti OwwOEWW• Q. N N O Q 2 a 0 a ° E O C.0 7,.2 co =N wONit � 0. 2 W -U U , CU O O 0 z aCi)-O i2 < N c ce.2 dU O.a)w 0 o,49, ± 0 Ca) CW-' O 2w (non QmC Ma- CO N jO W07 3 W ° N w G N N aU QNQ� .0 E'6 Z a> z o-a7D O o W >F ! f ° R ¢ m0)O. Ozw m QCam7 m w(nrn p(A ct WC< aUw F°'� c .ccwo -m .+' 6 0 1- C m Wm0O2 '3 WU2 ¢ w .Z a` a W C La w WzE 5' E5 w? p Q=Q2J No<o w$ a2 wm 0 o y O yv N Z C- O(nm m0 O ZO0 z E - j N E °oo. ° o U° oy jQzUw >` z W QmO m aE wa8 o_ W ceo,aE5 a 7-1a>- z c > m 0 XW -U iw 5® QO a).0, z o z00 ()HO OS WQH Ya!- o O S0 0 W •• • • • •W' 1- < W t= 0 0 UL a ? p 0- 1 X 0 W } _ _J w W Y LL m w _ o W N Ca (0 c N W w O 0 c0 C CO ° ° 0 a- 0 a`, E co 5 z 22 2 z ,_ w O a ° a) CC g. Em W ° a w m(9- as w O+) a° w °. O C o) N w Q � O aF E a a c >, 'c a w co > U C W 3 ECa, r C S03 0 mw N ° Dm Q Cwo o) 0_ 0) E m ° .) Q o N 0 a m LL o m > aa a ° E c U.- a °maF p 5 _1 .,a '5° w c- Ern ac 0 0o m w w (Uw co :O 2 c 0 l6C Om D -U 8 L y ° aE > >rDa O >, u_ 2 Lts, m C6• a cc a 3 o N UO a 03 O W w 0 t-;CC) > 0 0 aa coOw 0 w 0 0 O 0C F- W w w E jO 2(Jw c O m a C 0 >, }a= c 'LT!' c ° co U 2 E.E to + 0 - O o o olO o A w mo w O p _astO Ca + C o C I O J C 0 CC m +d C 8 ,0 d 8 aao O j 0 El ¢ -> o 0 CO 2 EE ° E c = a Om n6Li2 R m R o m m ° CO m `- ° U m oo £ an 2m iw o,5 W o 4fui <._O in O9693 U'g ee w f 0 69 H a") 69 U � s 99 a -'O' w� z ° o go16 w zO' OU7. w Co _ o W N 7 Z a m C 4a) w . w 0 .. as > � U ow ¢ d 0c) . . 0 (n aF'om S wwa)` ° mo. a Um (a a Amo. Earn = zN 5 LLNc 3 0-O a C O 2 a S ° z a a) ° f a N ° Y a O 3 E f w O U w O Oy w a5 O N_ E E Q w a) Q Z f./) E Q W N ° Q C w w Q 5 N < J ate) < F W N < .g•a < �. - Q 2 w . w'- wLi. a - cow w•- w•- }o>a2i o a°F g o�F E ,ai o a2i C Cl).° c; a�i N p°i FZ m'° a°i w m a°i a m a°F W aEi >. w • O N , O w a'd `O O a° O` X J N E J O w E W . i0 < a O` Z a OL wo a a 2 0)2 a r(n E a Oct > a <0_2 a -co a 00) a 0v) co a 0 0 � m CIO- in m O MO- mmm C ° m >6m� 0 o m E O a`) 8 C c m N 8 m '" `m mm°c ch ma) 8mm 0 =c 2S.-0 0-'0 0. U O Q c m E m c > o•�m . 2 U m D)0 E N co WoNN e 0- .C c OU O Om Q=UE ¢cc J E m 32y 0 0 0 a Q N - a J c 3 U i~ c fa a N m M N O W'c LL m .N m 0) a c rn 0 a Z o m c C C CO _ m 2,- 00,0E 0>,- 8mcoi m'o m m � Qmr°5 1-..ea 03 y E �`c. 0 CO O C w C N 3 a C >m 2- •C m m"00 m N ‘z8 iOm0 OC0 00 0rmE N Ymd - Om 20 rn d E �m F m z a-fir a E .° Cao Oao 058 m) m gm U ima iac.�O0 OWm 6v m2 ODCQWm = E -mNc O .0 m ` n w m oLO ccm ,-c Q m - . am . ,_ NmC =0o 0 4.UO_0 64 ONU m ? m 00 CO.. m N 00MZ` . E coo uau0. M00°il 0ON 0 oco 3 cowC W"O - 0 0 S o ao . cmCDaN0 FaAN IWc-N dFm•0 m m N mm mO J. V . mVO0N C _) m 8minmZ � m za C zm30 , o ° CCM N g mmXy ¢ c 8t- vzpcca aim ` N U OwEN az C•ca W 0pmy> N 3 mWaxxo ¢2¢-i o 2 Q E Q et UZd ° ON° pm moO 'ao 0- 0 0(0:00 zU•ocza 5)UZ °amE - ; 50Xs 0> 42 00 :E2 a• m n zU m amb <0..J2i� z mox3u00 0 -Cw o oq $ a oW �mmimam - ma zm x U gQQ4om ¢aom �oo z am 0 zV)U 0 W � 0 0 W F- W oco o M1 w 0 o0 0_ W w w Ow w LT_ Y In • om rn ro 815 0 o c m y c 0 0 C •E C 'E O D a Oc a [) m 2 x E c@ c Ca o'o o•o 00) I-05in ° cm g c v� O colo. 8E 8E of 0862 c o m 0 0 c, 0 > m 8 o� o o� v'� v' oar ma' m� c acro E C ma m cc Um 8-°,13 o=)0 $ Em E C m .. m mo , O C 2.3 m O E N O V 01 amam 'O m m N o mN c'n r s0_.U 0-UC z.5--4. .?i 1-O . 0 w-0 C co Na O o 2 i- O oC •o3 c c- w.0m 0c-00O m mh Nc N0 NSE 2.. - K- O 8 mam N Omm pO m > rOoc8 yw o .NV r E y 0Ey NmpE o V o ° O VomY "0am W'mdm a waml vo oc 08 ?.° o-0 oE iaN (nv .E.2 c E O0m0m . 1..„ ,.5O mm N a O = . 0W -mc a= x . Zmm oma _Ex E Cm o Com- a; c c 2 N Cm m °< omC mm RA!! Ew LLcc '6-52 ZEE momwE E > 1d Et) ? zE m -4cZ - N mC c NO CC > >v cNi–p m N" N w LLNQN 5N0m ICmaYO !amm 0 O2 ON 9O 0m Om m mm co-OM 0mO vZm m m > am m oc0T2 xm maE O = a0S0 reo > o xom0 �imam.. sN2a om y0 LLNOFw.. O. 0- 0 zyc _ ) m m.c mm -0ncm -cc 220004m ,czwoacm • rnt CO CO> me 1:243 NE pNE EQ Nm )� E QNm QN N. 0UN U; Nm aE m0 KmEE ym0 UmN0OUm °2 dm °mm-0OamOc rt.- . o, 00-0 C 0 °N °N dc COcO Co,cop COc ¢ c cm *ac O cHeO UCo o',-0 0- 0 5 wmw > mo m0 u,miE Wm0 �m'cc ea x2m)mONmm2mo gm., cv 20. m> Z0 _120 0Zt 0 aZs3 mZt3 Nz -- o- 0 . Yow a_ OmJaa O 0 8 ,3-• a• WW a0 y m W a=3Y>Oa-cm � 0 r arN O &JaN O a0E LL 0 C -O LL ' -: E a ' 1- °30c.)c.)0 ?: 0° - WCO5 owm yW8 _c0= aW4 (i J( W _coI03 mm ' -, maCN mIU < aCmm mm LLCO WCO ' m0) m � we . pmc 0 ._ ¢ mm Nm0 � m-v>'O '-? '6w 0mNWaTam za •om B> waooZ'v wEm UCEt o-oa V'0mao mw >0 0- W >cd o. OU F- > m 2JEm 2jSO. coz °mO ° O2N O 00m0 m0 0 QoNEOVa7 51172. =a. 0O aaoa.CO ¢a= oct- c it Wan g..--ti. was Wamin O O 'N' 2 O CC U Z 0 0 ¢ I– 0 c- N D H !~ 2 > - •- ama 2§ _0 _ - ) - m |=a \\ \\ L. / / ..6 43 }e . ;a @ § o os us }2 = r f /}) 0 k - CU 0 2 (m A#— r§ k 0C 3rL" 2 /] » \ 2 2) 0 8 CL )� k � g�i k/ TO =E oi= a\ w® )% � c \)/ )kki f ;§+ §)\ka a ]{ /§ � t ; 32 ° �!-j % \ 40-- _ f2 k . ow § ! , - » m §fe \k/Q §k7 ) (\ /\\{/ §]m \ / ®}$ e bf� ` = 3r ° w °sf§� t � /zf . \ 2 / e & a |) \ )\) s §$££ � § � k\ \ 0 c= , a 2mr @ EG/° f })f [ 2 yam) _ }§ § ) } ^f3 $ 02 k 723.0" } _ » r$ | co f)£ ) §)k k# a a %.»- _ \ a$ §^f ` § [^� « ]+ ¥ §- t k\) y ) (/k) y � ) E t § 7]7 C 2° 2E , (ff = �, \2{\ | _;� ■ )2yC £ �5 E ® ( § )«//{ k §k2 k \]if < U. < 2k§) < ff\ < /}$ < Z0)0C < 7\) ƒ ISR § ' 0-` z _- ° a) G =e # ° §3p( §¥■ / §¥}t § }¥e 0 /f§ / 2\I2E_ / 2}£ & LU 3 f Co § z § AAR INCORPORATED Headquarters www.aarinc.net Central Texas District Office 6640 Signat Road—Houston,Tx 77041 925 U S 183 North..,Liberty Hill,Tx 78642 713 466-6800 '-Fax 713 466-4234 512 778-6800 — Fax 512 778-6185 EQUIPMENT LIST Trackhoes with Thumbs Dozers 1 Caterpillar 330 2 CAT 1 Daewoo 130 on wheels 1 JCB 214S Bobcat 1 John Deere 310 3 Bobcats with Grapples 2 Kobelco 200 1 Kobelco 250 1 Kobelco 400 Front End Loaders 2 Komatsu 320 2 John Deere 544 1 Case 721 2 CAT 950 Respirators HEPA Vacuum Half Face Mask VEC Loader Full Face Wet Dry Ambient Air Type C Backpack Negative Air Machines Decon Units 2 K - 18 K Portable Decon Trailer Generators Dehumidifiers 5 KW - 75 KW DRI EAZ Phoenix Spot Coolers 1 Ton - 5 Ton ACCESS TO OVER 40 BOBTAIL AND TANDEM TRUCKS. CONTRACTOR CERTIFICATIONS U.S. Department of Housing and Urban Development CERTIFICATION OF BIDDER REGARDING CIVIL RIGHTS LAWS AND REGULATIONS INSTRUCTIONS CERTIFICATION OF BIDDER REGARDING Executive Order 11246 and Federal Laws Requiring Federal Contractor to adopt and abide by equal employment opportunity and affirmative action in their hiring, firing, and promotion practices. This includes practices related to race, color, gender, religion, national origin,disability, and veterans'rights. NAME AND ADDRESS OF BIDDER(include ZIP Code) AAR Incorporated 6640 Stgnat Dri'ye. Houston, Texas 7704.1 CERTIFICATION BY BIDDER Bidder has participated in a previous contract or subcontract subject to Civil Rights Laws and Regulations. Yes ❑ No The undersigned hereby certifies that: tie The Provision of Local Training, Employment, and Business Opportunities clause(Section 3 provision)is included in the Contract. A written Section 3 plan (Local Opportunity Plan)was prepared and submitted as part of the bid proceedings(if bid equals or exceeds$100,000). The Non Segregated Facilities clause(Section 109 provision) is included in the Contract. No segregated facilities will be maintained as required by Title VI of the Civil Rights Act of 1964. jiK The Equal Employment Opportunity clause is included in the Contract(if bid equals or exceeds$10,000). The Affirmative Action for Handicapped Workers clause is included in the contract. Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended? 0 Yes No NAME AND TITLE OF SIGNER (Please type) Dwain Bankston Vice President SIGNATURE �j DATE /tz May 17, 2017 Page 57 of 68 4. IL o ^i H ai V o1-61 t°q o a cl N.4 al '1r o w co . En"..'1 g ; rz ,-,:t cn CP CZ) et) 4 , , Li.. (,) /,_,,_,„ <, „..., c._.) , , J/,srf,,„, \ , ,_ .4. , . , T� �N/ 'V' �j 18 g, ,::,...!__ z IO11 Jt/ 0 �'vi ) V1 W d 5 _ W 0 ful,•1� Iy4 � j� T , O �j ..ct:.... U , \N .1 4 t ) _, ,..v] u. W .a c;\o CI w co C ° ti a Wz z cn o a) : a O CA W • W Q U DJ N I-400 0 44 t3 E3 w V a W03 ,��, A � � w CO w w ;-ox w LoUti � w z �\ 0 ` www H is„------p1:, c4 c4 z 0 , - ri/i,--- g oic--/cci E-1 Po ;.., O r i LT., z wk c ., ,.„ .... ,,.i t,.0 14 Z f w o...4u w H tt ti ® ° Q ao P-4 w o etM ® N M 71- ci E w Z Z 0 o ', I #" 1 O U SECTION 504 CERTIFICATION POLICY OF NONDISCRIMINATION ON THE BASIS OF DISABILITY The AAR Incorporated does not discriminate on the basis of disability in the admission or access to, or treatment or employment in, its federally assisted programs or activities. (Name) AAR Incororated (Address) 6640 Signat Drive Houston, Texas 77041 City State Zip Telephone Number ( 713) 466 _ 6800 Voice ( ) - TDD has been designated to coordinate compliance with the nondiscrimination requirements contained in the Department of Housing and Urban Development's (HUD) regulations implementing Section 504 (24 CFR Part 8. dated June 2, 1988). Page 58 of 68 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM CONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS TO(appropriate recipient) City of Port Arthur DATE 444 4th Street, 4thlr May 17, 2017 PROJECT NUMBER(if any) Port Arthur, Tx 77640 P17-•049 CIO PROJECT NAME City Secretary Demolition 35 Residential Properties t The undersigned,having executed a contract with The City of Port Arthur, Texas for the construction of the above-identified project,acknowledges that: (a) The Labor Standards provisions are included in the aforesaid contract, (b) Correction of any infractions of the aforesaid conditions,including infractions by any of his subcontractors and any lower tier subcontractors, is his responsibility. 2. He certifies that: (a) Neither he nor any firm,partnership or association in which he has substantial interest is designated as an ineligible contractor by the Comptroller General of the United States pursuant to Section 5.6(b)of the Regulations of the Secretary of Labor,Part 5 (29 CFR,Part 5)or pursuant to Section 3(a)of the Davis-Bacon Act,as amended. (b) No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such subcontractor or any firm, corporation,partnership or association in which such subcontractor has a substantial interest is designated as an ineligible contractor pursuant to any of the aforementioned regulatory or statutory provisions. 3. He agrees to obtain and forward to the aforementioned recipient within ten days after the execution of any subcontract,including those executed by his subcontractors and any lower tier subcontractors,a Subcontractor's Certification Concerning Labor Standards and Prevailing Wage Requirements executed by the subcontractors. 4. He certifies that: (a) The legal name and the business address of the undersigned are: AAR Incorporated 6640 Signat Drive Houston, Texas 77041 (b) The undersigned is: (1) A SINGLE PROPRIETORSHIP (3)A CORPORATION ORGANIZED IN THE STATE OF N/A Texas (2) A PARTNERSHIP (4) OTHER ORGANIZATION(Describe) N/A N/A (c) The name,title and address of the owner,partners or officers of the undersigned are: NAME TITLE ADDRESS 6640 Signat Drive Randall Richardson President Hopton, Tx 77041 6640 Signat Drive Dwain Bankston Vice President Houston, Tx 77041 Page 59 of 68 (d) The names and addresses of all other persons having a substantial interest in the undersigned,and the nature of the interest are: NAME ADDRESS NATURE OF INTEREST None (e) The names,addresses and trade classifications of all other building construction contractors in which the undersigned has a substantial interest are: NAME ADDRESS TRADE CLASSIFICATION None AAR Incorporated (Contractor) Date May 17, 2017 By 6✓ P.- Dwain Bankston Vice President Page 60 of 68 NONCOLLUSION AFFIDAVIT OF PRIME BIDDER State of Texas County of Harris Dwain Bankston , being first duly sworn, deposes and says that: (1) He is rice President of AAR Incorporated , the Bidder that has submitted the attached Bid; (2) He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with another Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix an overhead, profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the city of Port Arthur (Local Public Agency) or any person interested in the proposed Contract; and (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) ,44, /WA, A, Vice President Title Subscribed and sworn to me this 17th day of May, 2017 By: % 4I Ot Public ,00001 >>�i My commission expires 10/30/2019 ,, o�o�A�,Y PUBS=/n,e S., (5,9 OF Z c1'P`. • Oma' XPlRrcS.e'+ `�`� p®-1441O\ 201901`.,a°��' Page 61 of 68 A�oRE'® CERTIFICATE OF LIABILITY INSURANCE °o2i2$/2o1"�rY' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME SHAWN SHAWN WYATT THE WYATT AGENCY PHO(A//CC,No,Ext):936-291-3074 (A/C,No]:936-291-1217 1300 11TH STREET F Ess:ARGO1 C SBCGLOBAL.NET SUITE 305-E INSURER(S)AFFORDING COVERAGE NAIC# HUNTSVILLE,TX 77340 INSURER A: ARCH SPECIALTY NSURANCE COMPANY 21199 INSURED INSURER p: PROGRESSIVE COUNTY MUTUAL INS.CO. 29203 MR, INC. INSURER C: TEXAS MUTUAL INS,CO. 22945 6640 SIGNAT INSURER D: HOUSTON,TX 77041 INSURER E: INSURER F: COVERAGES . CERTIFICATE NUMBER: 100270 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POUCY EFF POLICY EXP • LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYYJ__(MM/DD/YYYY)_. LIMITS A GENERAL LIABILITY 12 EMP 05242 03 3/1/17 3/1/18 EACH OCCURRENCE $ 1,000,000 NTED _ X COMMERCIAL GENERAL LIABILITY PREMISES(EaEoccurrence) $ 50,000_ CLAIMS-MADE X OCCUR MED EXP(Any one person) $ 5,000 X ASBESTOS/LEAD/MOLD ' PERSONAL&ADV INJURY $ 1,000,000 X POLLUTION LIABILITY GENERAL AGGREGATE $ 2,000,000 _ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 -7 POLICY X Tai LOC $ AUTOMOBILE LIABILITY02895486-1 3/1/17 3/1/18 C a acaden)INGLE LIMIT $ 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS _AUTOS .BODILY INJURY(Per accident) $ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) $ . A X UMBRELLA LIAB X OCCUR 12 EMX 05243 03 3/1/17 3/1/18 EACH OCCURRENCE $ 10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 X DED RETENTION$ $ WORKERS COMNSAT cAND EMPLOYERPES'LUAl31UTYION Y/N 0001265328 3/1/17 3/1/18 X, TORY LIMITS SER _ ANY PROPRIETOR/PARTNER/EXECUTIVEE,L,EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? Y N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 A 12 EMP 05242 03 3/1/17 3/1/18 $1,000,000 OCCURRENCE PROFESSIONAL LIABILITY $2,000,000 AGGREGATE CLAIMS MADE FORM DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space Is required) FOR INFORMATION AND BIDDING PURPOSES ONLY CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN FOR INFORMATION AND BIDDING PURPOSES ONLY ACCORDANCE WITH THE POLICY PROVISIONS. AUTHO- . .R£PRESE'NTATIVE 1 I ©19884010 AC-RD C•RPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD AAR INCORPORATED Headquarters www.aarinc.net Central Texas District Office 6640 Signat Road—Houston,Tx 77041 925 U S 183 North—Liberty Hill,Tx 78642 (713) 466-6800—Fax (713) 466-4234 (512) 778-6800—Fax(512) 778-6815 BANK Post Oak Bank 2000 West Loop South Houston, Texas 77027 (713) 439-3921 Bob Phillips / Lisa Scavone lisa.scavone@postoakbank.com ZAX12940 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we the undersigned, AAR INCORPORATED as PRINCIPAL, and AxIs INSURANCE COMPANY , as SURETY are held and firmly bound unto CITY OF PORT ARTHUR hereinafter called the "Owner", in the penal sum Of FIVE PERCENT OF THE BID AMOUNT Dollars, ($ TBD ), lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the Accompanying Bid, dated MAY 24, 2017 , forASBESTOS ABATEMENT & DEMOLITION WORK NOW, THEREFOR, if the Principal shall not withdraw said Bid within the period specified therein after the opening of the same, or, if no period be specified, within thirty (30) days after the said opening, and shall within the period specified therefor, or if no period be specified, within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the Owner in accordance with the Bid as accepted, and give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract; or in the event of the withdrawal of said Bid within the period specified, or the failure to enter into,such Contract and give such bond within the time specified, if the Principal shall pay the Owner the difference between the amount specified in said Bid and the amount for which the local Public Agency may procure the required work or supplies or both, if the latter be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. IN WITNESS THEREOF, the above-bounded parties have executed this instrument under their several seals this 19TH day of MAY 2017 , the name and corporate seal of each corporate party being hereto affixed and these present signed by its undersigned representative, pursuant to authority of its governing body. AAR INCORPORATED (SEAL) 44 ��q Attest:S; By: ,tj (SL) iAA. Dwain Bankston Affix ',Tice' President Corporate Seal Attest: By: Affix Corporate ( � ,� AXIS INSURANE COMPANY -al Attest: , tx, — By: ANNA Countersign-d By *Attorney-in-Fact, State of ILLINOIS • Page 62 of 68 CERTIFICATE AS TO CORPORATE PRINCIPAL , certify that I am the , , Secretary of the Corporation named as Principal in the within bond; that , who signed the said bond on behalf of the Principal was then of said corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to, for and in behalf of said corporation by authority of this governing body. Corporate Seal Title: * Power-of-attorney for person signing for surety company must be attached to bond. Page 63 of 68 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor or Company) (Address) a , hereinafter called Principal, (Corporation / Partnership) and (Name of Surety Company) (Address) hereinafter called Surety, are held and firmly bound unto (Name of Recipient) (Recipient's Address) hereinafter called OWNER, in the penal sum of$ Dollars, $ in lawful money of the United States, for this payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONFIDENTIALITY OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of , a copy of which is hereto attached and made a part hereof for the construction of: (Project Name) NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUB- CONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK whether by SUB- CONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. Page 64 of 68 PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in counter-parts, each on of (Number) which shall be deemed an original, this the day of ATTEST: (Principal) By (s) (Principal Secretary) (SEAL) (Witness as to Principal) (Address) (Address) ATTEST: (Surety) By (Witness as to Surety) (Attorney in Fact) (Address) (Address) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. Page 65 of 68 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor or Company) (Address) a hereinafter called Principal, and (Name of Surety Company (Address) hereinafter called Surety, are held and firmly bound unto (Name of Recipient) (Recipient's Address) hereinafter called OWNER, in the penal sum of$ Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made we bind ourselves, successors, and assigns, jointly and severally, firmly in these presents. THE CONDITION OF THIS OBBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER dated the day of , a copy of which is hereto attached and made a part hereof for the construction of: NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties in all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. Page 66 of 68 PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the day of ATTEST: (Principal) By (s) (Principal Secretary) (SEAL) (Witness as to Principal) (Address) (Address) ATTEST: (Surety) By (Witness as to Surety) (Attorney in Fact) (Address) (Address) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. Page 67 of 68 ATTORNEY'S REVIEW CERTIFICATION I, the undersigned, , the duly authorized and acting legal representative of the , do hereby certify as follows: I have examined the attached contract(s) and surety bonds and am of the opinion that each of the agreements may be duly executed by the proper parties, acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties; and that the agreements shall constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions and provisions thereof. Attorney's signature: Date: Print Attorney's Name: Page 68 of 68 AAR INCORPORATED Headquarters www.aarinc.net Central Texas District Office 6640 Signat Road—Houston,Tx 77041 925 U S 183 North—Liberty Hill Tx 78642 713)466-6800 —Fax 713)466-4234 512)778-6800 — Fax 512)778-6185 Current Projects City of Houston Lead Project LEAD Houston, Texas OWNER: City of Houston-Office of Housing and Urban Development CONTACT: Velva Martinez 832)393-5156 BONDED: No CONTRACT: $250,000 START DA 1'E: April 1997 SCHEDULED COMPLETION: Ongoing University of Texas Medical Branch @ Galveston ASBESTOS ABATEMENT/DEMOLITION/INTERIOR GUT Galveston,Texas OWNER: The University of Texas Medical Branch @ Galveston CONTACT: Paul Graham 409)772-3500 CONSULTANT: Total Safety/ICU Environmental 409) 727-8227 BONDED: Yes CON IRACT: $5 Million START DA l'E: July 2004 SCHEDULED COMPLETION: Ongoing UH-Feritta Center Renovation AssEsros ABATEMENT/DEMOLITION Houston, Texas OWNER: University of Houston-Jeff Mizell 713) 743-5716 CONSULTANT: EFI Global 832) 518-5145 BONDED: No CONTRACT: $2 Million START DA IE: March 2017 SCHEDULED COMPLETION: July 2017 Melrose Building ASBESTOS ABATEMENT Houston, Texas OWNER: Gary Prostertnan 901)747-3946 CONSULTANT: Nova Consulting Group 281)904-5765 BONDED: No CONTRACT: $148,000 START DA 1'E: October 2016 SCHEDULED COMPLETION: October 2017 Inwood Manor Condominiums ASBESTOS ABATEMENT Houston, Texas OWNER: Inwood Manor Condominiums CONTACT: Mark Perterson 713)622-6044 CONSULTANT: JK Incorporated 713)664-1597 BONDED: No CONTRACT: $217,000 START DA 1'E: January 2017 SCHEDULED COMPLETION: December 2017 AAR INCORPORATED Headquarters www.aarinc.net Central Texas District Office 6640 Signat Road—Houston,Tx 77041 925 U S 183 North—Liberty Hill,Tx 78642 (713)466-6800—Fax (713)466-4234 (512) 778-6800—Fax(512) 778-6815 EXPERIENCE - COMPLETED PROJECTS - 1999 - 2017 A partial list of projects completed by AAR INCORPORATED is representative of the work we have performed. A brief description of each project is provided. We would be pleased to supply you with additional information concerning our involvement at your request. University of Texas Medical Branch @ Galveston and Sealy & Smith Foundation Galveston, Texas DESCRIPTION: Removal,transportation and disposal of asbestos containing TSI pipe, sheetrock, duct mastic, floor tile& mastic,transite and pipe fittings in various buildings throughout the UTMB/Sealy complex. Emergency Response following Hurricane Ike. Infection Control, Mold Remediation, Interior demolition and Demolition of multiple floors/buildings throughout UTMB complex. OWNER: University of Texas Systems CONTACT: Paul Graham pagraham@utmb.edu (409) 772-3500 Randy Wev- Sealy& Smith (713) 729-2533 CONTRACT: $5 Million+ CONSULTANT: Total Safety—UTMB dward@totalsafety.com (409) 727-8227 Start: July 2004 Completion: Ongoing Texas A&M - Kyle Field, Reed, Netum Steed & G Rollie White Building College Station, Texas DESCRIPTION: Removal,transportation and disposal of asbestos containing floor tile&mastic,cement panels, pipe insulation, HVAC duct insulation mastic and floor tile&mastic on concrete slab. OWNER: Texas A&M University CONTACT: Paul Hawryluk (979)458-7084 CONTRACT: $750,000 CONSULTANT: Austin Environmental (979) 778-3725 Start: October 2014 Completion: December 2014 Spring Branch Medical Center Houston, Texas DESCRIPTION: Removal,transportation and disposal of-43,500 Square Feet of asbestos containing floor tile and mastic. Demolition of a 298,000 SF 7-story hospital building and foundation. Site graded to drain upon completion of demolition. OWNER: Blackswan Investment Partners CONTACT: Johnny King jkingAblackswanrep.corn (713) 526-9810 CONTRACT: $750,000 CONSULTANT: Loflin Environmental (713) 521-3300 Start: November 2014 Completion: March 2015 SHSU - King Hall Huntsville, Texas DESCRIPTION: Removal,transportation and disposal of asbestos containing—34,464 SF of floor tile & mastic, —33,554 SF of ceiling texture and—4,210 LF of pipe insulation of a school dormitory. Demolition consisted of —36,000 SF 4 story dormitory building and foundation. Site was then graded to drain upon completion of demolition. OWNER: Sam Houston State University CONTACT: Michael Lampson mj1014@shsu.edu (936) 294-3152 CONTRACT: $325,000 CONSULTANT: Austin Environmental (979) 778-2699 Start: May 2012 Completion: August 2012 Harris County - Astrodome 7th & 9th Floors Houston, Texas DESCRIPTION: Removal, transportation and disposal of asbestos containing fireproofing, blockwalls, pipe insulation and sheetrock. OWNER: Harris County CONTACT: Dan Reissig (713) 755-8179 CONTRACT: $1,556,000 CONSULTANT: PSI (713)224-2047 Start: September 2014 Completion: January 2015 Baker Oil Tools - Navigation Houston, Texas DESCRIPTION: Removal, transportation and disposal of asbestos containing floor tile& mastic and sheetrock. Asbestos containing roof mastic removed in place during demolition. Demolition of building and concrete slab over a six month time span. OWNER: Baker Hughes Corporation CONTACT: Robbie Bryant robert.bryan@bakerhughes.com (832) 519-2062 CONTRACT: $414,000 CONSULTANT: Dolphin Environmental (281)240-4646 Start: June 2014 Completion: November 2014 Bush Intercontinental Airport - Central Plant Houston, Texas DESCRIPTION: Removal,transportation and disposal of asbestos containing pipe insulation and floor tile&mastic. Asbestos containing Transite panels removed in place during demolition. Demolition of four chillers, 3 boilers and flues associated piping and concrete slab over a six month time span. OWNER: City of Houston—Airport Systems CONTACT: Garret Wheaton (281) 924-8657 CONTRACT: $358,876 CONSULTANT: Cardno ATC (713) 343-4482 Start: July 2012 Completion: September 2012 HISD - YMCPA & HP Carter Houston, Texas DESCRIPTION: Removal,transportation and disposal of asbestos containing floor tile &mastic, TSI, vapor barrier, ceiling panels and transite panels. OWNER: Houston Independent School District c/o Jamail& Smith CONTACT: Cassie Knoll (713) 842-1565 CONTRACT: $119,000 CONSULTANT: EFI Global Inc (832) 518-5145 Start: August 2014 Completion: September 2014 NASA Rd One / Space Park Drive Houston, Texas DESCRIPTION: Removal,transportation and disposal of asbestos containing materials and demolition of 12 buildings covering 2 city blocks. Demolition of entire multi-story business complex structure and slab over a seven month time span. OWNER: Griffin Partners CONTACT: Wayne Axtell (713) 439-5300 Jenny Corkill jcorkil@griffinpartners.com CONTRACT: 1.3 Million CONSULTANT: EFI (832) 518-5145 River Oaks Medical Center Houston, Texas DESCRIPTION: Removal, transportation and disposal of Asbestos containing materials in conjunction with Mold Remediation. Selective Interior demolition, select building demolition and building façade renovation over a one year time span of a 8 story 160,000 square foot medical facility. OWNER: MPT of Twelve Oaks LP CONTACT: Jim Martina (205)966-9104 CONTRACT: $1.2 Million CONSULTANT: Loflin Environmental (713)521-3300 Houston Chronicle - Downtown, Southwest and Eastport Facilities Houston, Texas DESCRIPTION: Removal,transportation and disposal of sprayed on fireproofing, pipe wrap, duct insulation, floor tile and mastic and the demolition of interior walls. The project is being performed in a 24 hour a day occupied building without shutting down the buildings operations. OWNER: The Houston Chronicle CONTACT: Liz Miller liz.miller@chron.com (713)362-7304 CONTRACT: $5 Million CONSULTANT: Loflin Environmental (713) 521-3300 Memorial Hermann Healthcare Systems - SW Memorial Hospital & POB 1 & 2, Beechnut POB, NW Pavilion, Memorial City Hospital & POB 1 & 2, Fort Bend Hospital & POB, Katy Hospital & POB, Memorial Hermann POB Houston, Texas DESCRIPTION: Asbestos Abatement,transportation, and disposal of fireproofing, floor tile&mastic, thermal system insulation, ceiling tile, sheetrock, sheet flooring and moisture protection. Mold Remediation on sheetrock wall, ceiling tile, duct work and thermal system insulation. Infection control including negative pressure containment,monitoring and clean-up during construction projects. OWNER: Memorial Hermann Healthcare Systems CONTACT: Tomas DeOCampo tomas.deocampo(a,memorialherman.org 713)242-3670 CONTRACT: $1 Million+ CONSULTANT: TGE Resources (713)462-3675 AES Deepwater Power Plant Pasadena, Texas DESCRIPTION: Removal,transportation and disposal of asbestos containing TSI, floor tile and mastic and transite panels including demolition. Demolition of 9 boilers and 7 turbines including all structures of entire Power Plant over a one year time span. OWNER: Dixie Equipment CONTACT: Claude Hendrix CONTRACT: $4 Million CONSULTANT: CAM Environmental (713)475-9003 Texas Department of Transportation - Abatement and Demolition of Right of Way Houston and Tyler District, Texas DESCRIPTION: Removal,transportation and disposal of asbestos containing friable/non-friable TSI pipe, sheetrock, duct mastic, floor tile& mastic, window caulking, ceiling tile/plaster, insulation, roofing and transite prior to demolition. OWNER: Texas Department of Transportation CONTACT: Houston - Funso Ekibolaji (713) 802-5744 Tyler-Ted Pittiner (903) 510-9141 CONTRACT: $ IDIQ CONSULTANT: Houston -All Points Environmental Tyler- Burcham Environmental Alcoa Power Plant Rockdale, Texas DESCRIPTION: Removal, transportation and disposal of asbestos containing materials including demolition. Partial demolition of 3 boilers and turbines including all structures of the Power Plant over a one year time span. OWNER: Alcoa CONTACT: Richard Burns (512) 446-8543 CONTRACT: $2 Million CONSULTANT: HBC/Terracon (713) 690-8989 Land and Natural Resource Building Baton Rouge, LA DESCRIPTION: Removal, transportation and disposal of asbestos containing floor tile&mastic, pipe insulation, window caulking, uint ventilators & acoustical ceiling and PCB balasts & flourescent light tubes on 10 floors and penthouse in a 13 story building prior to demolition over an 8 month time span. OWNER: State of Louisiana CONTACT: Tony Palutta (225) 342-5940 CONTRACT: $1.1 Million SHSU — Colony Apartments Huntsville, Texas DESCRIPTION: Removal, transportation and disposal of asbestos containing sheetrock and flooring throughout apartment complex. Demolition consisted of 8 apartment buildings and foundations. Site was then graded to drain upon completion of demolition. OWNER: Sam Houston State University CONTACT: Debra Kleppelid (936)294-1912 CONTRACT: $274,000 CONSULTANT: Austin Environmental (979) 778-2699 Southeast Texas Regional Airport — Hangar No. 2 Beaumont, Texas DESCRIPTION: Removal, transportation and disposal of lead based paint from Hangar over a four month time span. OWNER: Jefferson County CONTACT: Deborah Clark (409) 835-8456 CONTRACT: $220,000 Port Arthur - City Hall, Police Station, Electrical Permit Building, Crosswalk - City Hall to Annex, Central Fire Station, Civic Center & Multiple Residential Properties - Structurally Unsound Port Arthur, Texas DESCRIPTION: Removal, transportation and disposal of asbestos containing acoustical ceiling tiles, duct insulation, floor tile&mastic, linoleum and sheetrock over a year time span. OWNER: City of Port Arthur CONTACT: Lawrence Baker (409)983-8115 Joseph Broussard (409) 983-8162 CONTRACT: >$150,000 CONSULTANT: ICU Environmental (409) 727-8227 TXDOT - Parcel 17 - 12936 US Highway 59 and Parcel 18 - 12898 US Highway 59 Fannin, Texas DESCRIPTION: Removal, transportation and disposal of asbestos containing window caulking, roof mastic and mastic on metal siding over a month time span prior to demolition. OWNER: Texas Department of Transportation-Corpus Christi District CONTACT: Lou Anna Garcia (361) 808-2246 CONTRACT: $118,000 CONSULTANT: Garner and Associates (281) 491-8844 Baker Hughes - Navigation Houston, Texas DESCRIPTION:Removal, transportation and disposal of 5,200 SF of non-friable asbestos containing roofing material periodically throughout a three month time span in a fully operational industrial facility. OWNER: Baker International Corporation c/o Benchmark Builders CONTACT: Chris Jones (713)921-2500 CONTRACT: $86,700 CONSULTANT: Dolphin Environmental (281)240-4646 Various Residential Properties Houston, Texas DESCRIPTION: Removal of Lead-Baed paint from various residential properties. Scope consists of component removal and replacement. Chemical and mechanical lead paint stripping, as well as general lead decontamination activities. The project involves complete lead decontamination from multiple contiguous and stand alone residential properties. OWNER: City of Houston-Office of Housing&Urban Development CONTACT: Dr. Brenda Reyes (713) 794-9217 CONTRACT: $250,000+ Prairie View Texas A&M - 5 Structures Prairie View, Texas DESCRIPTION: Removal,transportation and disposal of asbestos containing friable/non-friable TSI, ceiling tile, floor tile&mastic and transite prior to demolition. OWNER: The Texas A&M University Systems Gary Kent (979)458-7064 CONTRACT: $1 Million + CONSULTANT: Baer Engineering (512)453-3733 Holly Street Power Plant Austin, Texas DESCRIPTION: Spot abatement, transportation and disposal of asbestos containing pipe insulation throughout an operational Power Plant of a one month time span. OWNER: City of Austin-Austin Energy CONTACT: Linda Arredondo (512) 322-5274 CONTRACT: $78,000 CONSULTANT: ERC (713)290-9444 Parishes - St Elizabeth, Sacred Heart, Our Lady of Guadalupe, St Mary's, Queen of Vietnam, Our Lady of Lourdes, St Pius X, St Catherine's, St Louis and St Joseph, Kelly Convent and High School and Diocesan Pastoral Offices Beaumont, Orange and Port Arthur, Texas DESCRIPTION: Removal, transportation and disposal of asbestos containing acoustical ceiling tiles, duct insulation, floor tile & mastic, linoleum and sheetrock over a year time span. OWNER: Diocese of Beaumont CONTACT: Charley Messina (409) 893-9082 CONTRACT: >200,000 CONSULTANT: ICU Environmental (409) 727-8227 Wickes Former Facility - Richardson Richardson, Texas DESCRIPTION: Abatement, transportation and disposal of asbestos containing floor tile& mastic, texture, fire doors, expansion joint, window caulking, roof sealant and flashing. Demolition of structure after abatement. OWNER: City of Richardson CONTACT: Joe Travers (972) 744-4225 CONTRACT: $92,000 CONSULTANT: MACTEC Engineering&Consulting (469) 828-4100 Prairie View Texas A&M - College of Nursing Houston, Texas DESCRIPTION: Removal, transportation and disposal of asbestos containing floor tile&mastic, pipe insulation and fire proofing from an eleven story building prior to demolition. Demolition consisted of existing eleven story structure, parking lot, site lighting and utilities. OWNER: The Texas A&M University Systems CONTACT: John Hall (979)458-7064 CONTRACT: $735,000 CONSULTANT: PSI (281)491-5500 69th Street Waste Treatment Place, Sludge Drying Facility Houston, Texas DESCRIPTION: Removal, transportation and disposal of lead containing paint from—12 truss lines. Including removal of lead-paint from bolt connections, braces and purlins. OWNER: The City of Houston CONTACT: Zafar Iqbal (713) 837-0090 CONTRACT: $67,000 Westbury- London Square Apartments & KHS Daycare Houston, Texas DESCRIPTION: Removal,transportation and disposal of ACM and demolition of spray-con ceiling, sheetrock compound and vinyl floor tiles over a 4 month time span. OWNER: Houston Independent School District CONTACT: Dennis Johnson (713)676-9256 CONTRACT: $530,000 CONSULTANT: RHJ and Associates (713)440-7674 GloBal Santa Fe - Galveston Key Rig & Rig No. 136 Singapore DESCRIPTION: Removal of interior asbestos contaminated wall panels, flooring, transit insulation, engine exhaust insulation and pipe insulation throughout vessels. OWNER: Global Marine Santa Fe CONTACT: David Perez (281)925-6353 CONTRACT: $230,000 University of Houston Facilities - Main, Downtown, & Clear Lake Campus Houston, Texas DESCRIPTION: Abatement,transportation and disposal of fireproofing, acoustical texture, ceiling tile, floor tile and mastic, TSI and debris cleanup. OWNER: The University of Houston CONTACT: Harry Stenvall (281) 283-2106 CONTRACT: $900,000+ CONSULTANT: McKee Environmental (281)482-3403 GloBal Santa Fe - Adriatic II Golden Meadow, Louisiana - Bollinger Shipyards DESCRIPTION: Removal 1,225 SF of asbestos containing floor tile throughout docked vessel. OWNER: Global Marine Santa Fe CONTACT: David Perez (281) 925-6353 CONTRACT: $17,550 Anson Jones, Burnet, Concord, Dodson & Sanchez Elementary Schools Houston, Texas DESCRIPTION: Removal, transportation and disposal of asbestos containing floor tile& mastic, pipe insulation, window caulking, unit ventilators, acoustical ceiling and roof flashing in various areas of 5 Elementary schools throughout the Houston area. OWNER: Houston Independent School District CONTACT: Dennis Johnson (713) 676-9256 CONTRACT: $700,000 CONSULTANT: Law Engineering& Environmental (713)939-8444 12 Residential Properties - Pearland Pearland, Texas DESCRIPTION: Removal, transportation and disposal of ACM and demolition of floor tile& mastic, sheetrock compound and vinyl flooring. Project included the demolition of residents. OWNER: City of Pearland CONTACT: Chris Kidwell (281) 652-1622 CONTRACT: $74,000 CONSULTANT: Bay Environmental (713) 729-2533 Attucks, Deady & Fondren Middle School Houston, Texas DESCRIPTION: Removal,transportation and disposal of asbestos containing floor tile & mastic, pipe insulation,transite, sheetrock and ceiling tiles in various areas of 3 Middle schools. OWNER: Houston Independent School District CONTACT: Dennis Johnson (713) 676-9256 CONTRACT: $424,500 CONSULTANT: Ground Technologies (281) 597-8866 Henry Middle School Houston, Texas DESCRIPTION: Removal,transportation and disposal of asbestos containing floor tile &mastic, pipe insulation, transite, sheetrock and ceiling tiles in various locations throughout the school. OWNER: Houston Independent School District CONTACT: Dennis Johnson (713) 676-9256 CONTRACT: $75,500 CONSULTANT: Law Engineering& Environmental (713) 939-8444 GloBal Santa Fe - Adriatic V - Phase 1 & 2 Gabon, Africa DESCRIPTION: Removal of interior ACM wallboards, insulation piping on engine exhaust and floor tile. OWNER: Global Marine Santa Fe CONTACT: David Perez (281)925-6353 CONTRACT: $160,000 NASA - El 35 Aircraft Hanger- East Wing Houston, Texas DESCRIPTION: Removal of 4,000 SF of asbestos containing fire proofing on beams & columns, —8,000 SF of floor tile &mastic,—4,100 SF of carpet, 8,000 SF of ceiling tile & grid work, 18,000 SF of dry-walls, 600 LF of pipe insulation and 19,000 SF of batt insulation. OWNER: NASA Johnson Space Center CONTACT: David Hickens (281) 483-3120 CONTRACT: $70,000 Booker T Washington High School Houston, Texas DESCRIPTION:Removal, transportation and disposal of asbestos containing floor tile & mastic, pipe insulation and fire doors in various areas throughout the High school. OWNER: Houston Independent School District CONTACT: Dennis Johnson (713) 676-9256 CONTRACT: $190,000 CONSULTANT: Engineering& Fire Investigations (713) 975-7031 Bammel, Meyer & Oak Creek Elementary Schools Houston, Texas DESCRIPTION: Removal, transportation and disposal of asbestos containing vat floor tiles, floor tile& mastic in various locations throughout the 3 schools over a 3 month time span. OWNER: Spring Independent School District CONTACT: John Bremer (281) 587-3975 CONTRACT: $108,000 CONSULTANT: Garner&Associates (281)491-8844 GloBal Santa Fe - Bauer Lima, Peru DESCRIPTION: Removal of sprayed on insulation in living quarters and storage areas. Removal ACM insulation on engine exhaust. OWNER: Global Marine Santa Fe CONTACT: David Perez (281)925-6353 CONTRACT: $105,000 Prairie View Texas A&M - Student Union Center Prairie View, Texas DESCRIPTION: Abatement, transportation, and disposal of ACM and demolition of 25,957 SF floor tile &mastic, 60 LF pipe insulation, 1,460 duct insulation,—100 pipe fittings, 10,310 duct wrap, 33 light fixtures, 6 door&2 louvers and mastic on exterior throughout the entire facility. OWNER: Texas A&M University Systems CONTACT: Martin Garza (979) 845-1431 CONTRACT: $137,000 CONSULTANT: Raba-Kistner Consultants (512)339-1745 GloBal Santa Fe - Bauer Equatoria Guinea, Africia DESCRIPTION: Removal of asbestos containing interior and exterior doors and frames in various locations aboard the vessel. OWNER: Global Marine Santa Fe CONTACT: David Perez (281)925-6353 CONTRACT: $8,000 Cityview Apartments Houston, Texas DESCRIPTION: Removal,transportation and disposal of asbestos containing sheetrock up to 4 FT on all walls, batt insulation up to 4 FT on exterior walls, floor tile, sheet vinyl and mastic. Demolition of all cabinets, bathtubs, and mirrors as non-acm. Remove and store appliances, sinks and toilets throughout complex due to severe flood damage over a 5 month time span. OWNER: Lincoln Properties CONTACT: David Scates (972) 368-2818 CON TRACT: $281,300 CONSULTANT: Dolphin Environmental (281)240-4646 24 Residential Properties - Pearland Pearland, Texas DESCRIPTION: Removal,transportation and disposal of ACM and demolition of floor tile& mastic, sheetrock compound and vinyl flooring. Project included the demolition of residents. OWNER: City of Pearland CONTACT: Chris Kidwell (281) 652-1622 CONTRACT: $114,000 CONSULTANT: Bay Environmental (713) 729-2533 GloBal Santa Fe - High Island Vii & Adriatic 1 Africa DESCRIPTION: Removal of asbestos containing floor tile throughout floating vessels. OWNER: Global Marine Santa Fe CONTACT: David Perez (281)925-6353 CONTRACT: $43,000 NASA - Building 2 Teague Auditorium Houston, Texas DESCRIPTION: Spot asbestos abatement of 1,200 l xl Floor tile and mastic over a 3 month span. OWNER: NASA Johnson Space Center CONTACT: David Hickens (281)483-3120 CONTRACT: $55,000 Bayou Park Village Apartments Houston, Texas DESCRIPTION: Abatement,transportation and disposal of 96,000 SF of asbestos containing sheetrock in 36 units throughout an apartment complex over a 2 month period. OWNER: Bayou Park Apar tments Incorporated CONTACT: Michael Bright (713) 861-9005 CONTRACT: $178,400 CONSULTANT: Dolphin Environmental (281)240-4646 Anniston Army Depot Anniston, Alabama DESCRIPTION: Removal of lead and cadmium inside a 4 acre building. OWNER: The United States Army CONTACT: Bob Pineweki CONTRACT: $800,000 George W Bush International Airport - Terminal ASB Houston, Texas DESCRIPTION: Removal,transportation and disposal of asbestos containing floor tile&mastic, pipe mastic wrap, vertical transite battens &transite panels,wall texture, lead-based paint, PCB ballasts and disposal of—80 metal elevator doors. OWNER: City of Houston CONTACT: David Joyce- Swinerton& Wallberg (713)986-1465 CONTRACT: $120,000 CONSULTANT: PSI (281)491-5500 Texas State Technical School - Amarillo Campus Amarillo, Texas DESCRIPTION: Demolition of 44 Buildings formerly utilized as an Air Force Base. The approximate footage of the entire area was 452,000 SF. Scope of work involved removal of asbestos containing materials and disposal, complete building demolition including slabs, piers, beams and footing to a depth of 2" and site grading. OWNER: Texas State Technical College System CONTACT: William Dankin (817) 867-3965 CONTRACT: $1.1 Million CONSULTANT: ERC (713)290-9444 Baker Hughes /Western Atlas Facility Houston, Texas DESCRIPTION: Removal,transportation and disposal of miscellaneous asbestos containing materials prior to demolition. Scope of work consisted of complete asbestos renovation and demolition of -.25 Building in a 100 acre Industrial facility and the removal of over 1 million SF of paving and slabs. OWNER: West 8 Investments LP CONTACT: Ana Brasher (713)466-1322 Pamela Culver (713)975-6288 CON TRACT: $2.1 Million CONSULTANT: Dolphin Environmental (281) 240-4646 Campbell Centre I Dallas, Texas DESCRIPTION: Interior demolition and abatement of a 22 story high rise building consisting of ACM fireproofing,TSI, floor coverings and sheetrock mud. Project completed in a 6 month time span. OWNER: Dallas RPE-IV Campbell Centre Associates L.P. CONTACT: Insignia Commercial Investments Group-John Stadler (214) 525-2045 CON TRACT: $3.5 Million CONSULTANT: ATC (972) 556-2204 Tyler Management & Research Center Tyler, Texas DESCRIPTION: Asbestos abatement of floor tile&mastic, sheetrock,thermal system insulation and transite siding. Complete replacement of abated materials and renovations. OWNER: Texas Parks& Wildlife CONTACT: John Swint (512)389-4933 CONTRACT: $160,000 CONSULTANT: LCA Environmental (972)241-6680 The Courts of Wroxton Place Houston, Texas DESCRIPTION: Removal,transportation and disposal of ACM. Demolition,transportation and disposal of an entire Apartment complex and parking canopy. Removal of the foundation from the building and parking canopy as well as the driveways and sidewalks. OWNER: Wroxtons Partners L.P. CONTACT: Robert Bland (713)968-9874 CONTRACT: $79,200 CONSULTANT: TGE Resources (713)462-3675 Diagnostic Center Hospital Houston, Texas DESCRIPTION: Asbestos abatement of fireproofmg from the concrete deck between occupied floors. OWNER: Diagnostic Center Hospital CONTACT: Benjamin Benjamin (713)796-6541 CONTRACT: $59,000 CONSULTANT: Environmental Resource Consultants (713)290-9444 Texas State Technical College - Chlordane Harlingen, Texas DESCRIPTION: Cleanup of Chlordane contaminate soil. This project consists of excavation, characterization,transportation and disposal of Chlordane contaminated soil. OWNER: Texas State Technical College CONTACT: Mike Buck (956)364-4000 CONTRACT: $107,000 CONSULTANT: Environmental Resource Consultants (713)290-9444 Roadrunner Motel / Stadium Bowling Alley Houston, Texas DESCRIPTION: Abatement, transportation and disposal of asbestos containing materials throughout two building totaling in size 141,400 SF. Demolition of structures and foundations. OWNER: Stateside Enterprises/OHM Shanti L.P. CONTACT: Stanley Williams (713) 860-0616 CONTRACT: $434,000 CONSULTANT: ECMS (713)290-9444 TTU - Boiler No. 1 - Central Heating & Cooling Plant No. 1 Lubbock, Texas DESCRIPTION: Abatement, transportation and disposal of asbestos containing thermal system insulation including selective demolition over a 2 month span. OWNER: Texas Tech University CONTACT: Troy Cannon (806)742-2748 CONTRACT: $177,000 CONSULTANT: Law Engineering/EFI (713)975-7031 Westfield High School Houston, Texas DESCRIPTION: Abatement, transportation and disposal of-19,000 SF of AC floor tile over a 1 year period detailing weekend work in various locations throughout the school. OWNER: Spring Independent School District CONTACT: John Bremer (281)587-3975 CON TRACT: $61,500 CONSULTANT: Garner and Associates (281)491-8844 Baker Hughes - CCIP Houston, Texas DESCRIPTION: Industrial Tool facility abated and turned into an Industrial Business Complex. OWNER: Baker Hughes International CONTACT: Cliff Dieterle (281)209-7215 CONTRACT: $4.5 Million CONSULTANT: Dolphin Environmental (281)240-4646 AAR INCORPORATED Headquarters www.aarinc.net Central Texas District Office 6640 Signat Road—Houston,Tx 77041 925 U S 183 North—Liberty Hill,Tx 78642 (713) 466-6800—Fax (713) 466-4234 (512) 778-6800—Fax (512) 778-6815 EXPERIENCE - COMPLETED PROJECTS - DEMOLITION A partial list of projects completed by AAR INCORPORATED is representative of the work we have performed. A brief description of each project is provided. We would be pleased to supply you with additional information concerning our involvement at your request. former Big Tex Grain San Antonio, Texas DESCRIPTION: Asbestos Abatement, Demolition, Excavation and haul off of 18,000 tons of Class 2 Non- Hazardous Soils. OWNER: NRP Group CONTACT: Casy Cornwell (210) 669-2527 CONTRACT: $1,200,000 CONSULTANT:WCM Group (281)446-7070 SHSU—King Hall Huntsville, Texas DESCRIPTION: Removal, transportation and disposal of asbestos containing — 34,464 SF of floor tile & mastic, —33,554 SF of ceiling texture and—4,210 LF of pipe insulation of a school dormitory. Demolition consisted of —36,000 SF 4 story dormitory building and foundation. Site was then graded to drain upon completion of demolition. OWNER: Sam Houston State University CONTACT: Michael Lampson (936)294-3152 CONTRACT: $325,000 CONSULTANT:Austin Environmental (979) 778-2699 Spring Branch Medical Center Houston, Texas DESCRIPTION:Removal, transportation and disposal of—43,500 SF of asbestos containing floor tile & mastic. Demolition of a 298,000 SF 7-story hospital building and foundation. Site graded to drain upon completion of demolition. OWNER: Blackswan Investment Partners CONTACT: Johnny King (713) 526-9810 CONTRACT: $750,000 CONSULTANT:Loflin Environmental (713) 521-3300 NASA Rd One/Space Park Drive Houston, Texas DESCRIPTION:Asbestos Abatement and Demolition of 9ea 2 story office buildings, city hall and a fire station on 6 City blocks. Work includes written SWPPP, Erosion Controls, temporary site fencing, Asbestos Removal, removal of transformers, removal of all on site utilities including asbestos coated HVAC system, complete demolition including foundations completely, removal of all asphalt and concrete site paving, backfill of building foundations to geotechnical specifications and grading the site to grading specification.Work took 6 months to complete OWNER: City of Nassau Bay and Giffin Partners LP CONTACT: Jenny Corkill (281) 333-2012 CONTRACT: 1.6 Million CONSULTANT:EFI (832) 518-5145 UTMB -Gail Borden Building Galveston, Texas DESCRIPTION:Removal, transportation and disposal of asbestos containing friable/non-friable TSI pipe, sheetrock, duct mastic, floor tile & mastic, window caulking, ceiling tile/plaster, insulation, roofing and transite prior to demolition of 7 story facility to below-grade. OWNER: The University of Texas Medical Branch @ Galveston CONTACT: Paul Graham (409) 771-6536 CONTRACT: $500,000 CONSULTANT:Total Safety (409) 727-8227 Rivers Oaks Medical Center Houston, Texas DESCRIPTION:Removal, transportation and disposal of Asbestos containing materials in conjunction with Mold Remediation. Selective Interior demolition, select building demolition and building façade renovation over a one year time span of a 8 story 160,000 square foot medical facility. OWNER: MPT of Twelve Oaks LP CONTACT: Jim Martina (205) 966-9104 CONTRACT: 1.2 Million CONSULTANT:Loflin Environmental (713) 521-3300 Houston Fleet Maintenance and SWAT Facility — 801 Gillette Houston, Texas DESCRIPTION:Asbestos Abatement and Demolition of former Fleet Maintenance Facility at 801 Gillette St, Houston, Texas. Work includes written SWPPP, Erosion Controls, installing temporary site fencing, Utility disconnects and capping, Asbestos Removal, complete demolition including foundations to 3' below grade, handling asbestos containing materials as part of the demolition, Removal of 7 Underground Storage Tanks, disposal of 2500 CY of Class II Non Haz Soils backfill of UST tank hold to site geotechnical specifications, grading the site for positive drainage. Work took 2 months to complete OWNER: City of Houston CONTACT: Gabriel Mussio (832) 393-8079 CONTRACT: $ 587,000 CONSULTANT:EFI Global (832) 518-5145 Houston Community College—Alief Campus Houston, Texas DESCRIPTION:Removal, transportation and disposal of asbestos containing floor tile & mastic and pipe fitting gaskets prior to Interior gut of—60,000 square feet in an operation community college over a three month time span. OWNER: Houston Community College CONTACT: Tribble & Stevens—Justin Harris (713) 554-7024 CONTRACT: $140.00 CONSULTANT:EFI Global (832) 518-5145 Happy Harbor Methodist Home La Porte, Texas DESCRIPTION:Removal, transportation and disposal of asbestos containing —26,000 SF of drywall and —28,000 SF of floor tile & mastic prior to demolition. Demolition of entire facility to below grade over a 1 month time span. OWNER: The Aldersgate Trust/Methodist Retirement Svcs CONTACT: Ron Jennette (281) 363-2600 CONTRACT: $145,000 CONSULTANT:EnviroTest LTD (713) 782-4411 Prairie View Texas A&M -5 Structures Prairie View, Texas DESCRIPTION:Removal, transportation and disposal of asbestos containing friable/non-friable TSI, ceiling tile, floor tile & mastic and transite prior to demolition. OWNER: The Texas A&M University Systems Gary Kent (979)458-7064 CONTRACT: $1 Million + CONSULTANT:Baer Engineering (512)453-3733 Prairie View Texas A&M - College of Nursing Houston, Texas DESCRIPTION:Removal, transportation and disposal of asbestos containing floor tile & mastic, pipe insulation and fire proofing from an eleven story building prior to demolition. Demolition consisted of existing eleven story structure, parking lot, site lighting and utilities. OWNER: The Texas A&M University Systems CONTACT: John Hall (936) 857-2716 CONTRACT: $735,000 CONSULTANT:PSI (281) 491-5500 Baker Hughes Midland/Odessa Facilities DESCRIPTION:Asbestos Abatement and Demolition of 12 buildings at 3 locations. Work includes written SWPPP, Erosion Controls,Asbestos Removal, complete demolition including foundations to 3' below grade, UST and piping removal, removal of all asphalt and concrete site paving, backfill of ramps to geotechnical specifications and grading the sites work took 3 months to complete. OWNER: Baker Hughes CONTACT: Jason Sicuro, Benchmark Houston Builders LP (713) 921-2500 CONTRACT: $278,000 CONSULTANT:Texas Consulting Services (432) 687-5455 University of Texas @ Austin—Woolridge Hall Austin, Texas DESCRIPTION:Asbestos Abatement and Demolition of former Woolridge Hall at University of Texas Austin. Work includes written SWPPP, Erosion Controls, installing temporary site fencing, Utility disconnects and capping, Asbestos Removal, complete demolition including complete foundations, removal of all asphalt and concrete site paving, salvaging 2 heritage oaks fro milling, removal of 13 trees, mulching on site and using mulch for temporary ground cover, backfill of basements to site geotechnical specifications, rough grading the site for positive drainage. Work took 2.5 months to complete OWNER: The University of Texas CONTACT: Brian Dujon (512) 663-5900 CONTRACT: $223,000 CONSULTANT:Lonestar Environmental (512) 931-2513 Baker Elementary School Pampa, Texas DESCRIPTION:Asbestos Abatement and Demolition of former Baker Elementary School. Work includes written SWPPP, Erosion Controls, installing temporary site fencing, Asbestos Removal, complete demolition including foundations to 3' below grade, removal of all asphalt and concrete site paving, backfill of basements and site geotechnical specifications, installing topsoil over entire disturbed site, final grading the site for turf and hydro mulching the site. Work took 3 months to complete OWNER: Pampa Independent School District CONTACT: Betty Meadows (806) 663-5900 CONTRACT: $265,000 CONSULTANT:King Consultants (806) 763-6157 AES Deepwater Power Plant Pasadena, Texas DESCRIPTION:Removal, transportation and disposal of asbestos containing TSI, floor tile and mastic and transite panels including demolition. Demolition of 9 boilers and 7 turbines including all structures of entire Power Plant over a one year time span. OWNER: Dixie Equipment CONTACT: Claude Hendrickson CONTRACT: $ 2.6 Million CONSULTANT:CAM Environmental University of Texas @ Austin - Biomedical Engineering Building Austin, Texas DESCRIPTION:Demolition of four story concrete building on the University of Texas @ Austin campus over a four month time span. OWNER: The University of Texas Systems c/o Vaughn Construction CONTACT: Chris Honeycutt (512) 475-8119 CONTRACT: $256,100 Texas Department of Transportation -Abatement and Demolition of Right of Way Houston and Tyler District, Texas DESCRIPTION:Removal, transportation and disposal of asbestos containing friable/non-friable TSI pipe, sheetrock, duct mastic, floor tile & mastic, window caulking, ceiling tile/plaster, insulation, roofing and transite prior to demolition. OWNER: Texas Department of Transportation CONTACT: Houston - Funso Ekibolaji (713) 802-5744 Tyler-Ted Pittiner (903) 510-9141 CONTRACT: $ IDIQ CONSULTANT:Houston -All Points Environmental Tyler- Burcham Environmental SHSU -Colony Apartments Huntsville, Texas DESCRIPTION: Removal,transportation and disposal of asbestos containing sheetrock and flooring throughout apartment complex. Demolition consisted of 8 apartment buildings and foundations. Site was then graded to drain upon completion of demolition. OWNER: Sam Houston State University CONTACT: Debra Kleppelid (936) 294-1912 CONTRACT: $274,000 CONSULTANT:Austin Environmental (979) 778-2699 UTMB - Unit D &Chiller Plant DESCRIPTION:Removal, transportation and disposal of asbestos containing floor tile & mastic, pipe insulation, sheetrock/joint compound , black duct mastic, window caulking & glazing and ceiling texture from a two story building prior to demolition. Demolition consisted of existing two story structure. OWNER: The University of Texas Medical Branch @ Galveston CONTACT: Don Sexton (409) 772-3500 CONTRACT: $283,000 CONSULTANT:ICU (409) 727-8227 Westbury High - London Square Apartment& KHS Daycare Houston, Texas DESCRIPTION:Removal, transportation and disposal of ACM and demolition of spray-on ceiling, sheetrock compound and vinyl floor tiles over a 4 month time span. OWNER: Houston Independent School District Dennis Johnson (713)676-9256 CONTRACT: $860,000 CONSULTANT: RHJ and Associates (713)440-7674 Regan High School Houston, Texas DESCRIPTION:Removal, transportation and disposal of asbestos containing floor tile & mastic, duct insulation, vapor barrier, window caulking, transite panels and ceiling texture & tile. Abatement completed prior to the demolition of additional structures to original school building over a 4 month time span. OWNER: Houston Independent School District CONTACT: Alus L Dove (713) 676-9256 CONTRACT: $413,000 CONSULTANT: RHJ and Associates (713)440-7674 Sanderson Elementary Houston, Texas DESCRIPTION:Removal, transportation, and disposal of asbestos containing friable/non-friable vinyl floor coverings & associated mastic, transite panels, pipe insulation, window caulk/glazing, compound & black mastic inside unit entilators prior to demolition. OWNER: Houston Independent School District Dennis Johnson (713)676-9256 CONTRACT: $159,000 CONSULTANT:EFI (713)975-7031 Texas State Technical School -Amarillo Campus Amarillo, Texas DESCRIPTION: Demolition of 44 Buildings formerly utilized as an Air Force Base. The approximate footage of the entire area was 452,000 SF. Scope of work involved removal of asbestos containing materials and disposal, complete building demolition including slabs, piers, beams and footing to a depth of 2" and site grading. OWNER: Texas State Technical College System CONTACT: William Dankin (817) 867-3965 CONTRACT: $1.1 Million CONSULTANT: ERC (713) 290-9444 Baker Hughes/Western Atlas Facility Houston, Texas DESCRIPTION:Removal, transportation and disposal of miscellaneous asbestos containing materials prior to demolition. Scope of work consisted of complete asbestos renovation and demolition of—25 Building in a 100 acre Industrial facility and the removal of over 1 million SF of paving and slabs. OWNER: West 8 Investments LP CONTACT: Clayton Curtis (713) 439-8329 Pamela Culver (713) 975-6288 CONTRACT: $ 1.1 Million CONSULTANT:Dolphin Environmental (281) 240-4646 2915 Webberville Road Austin, Texas DESCRIPTION:Demolish structurally unsound building and dispose of as regulated asbestos containing waste. Demolition to include slabs and foundation. OWNER: City of Austin CONTACT: C Wade Mullin (512) 974-7154 CONTRACT: $119,600 24 Residential Properties-City of Pearland Pearland, Texas DESCRIPTION:Removal,transportation and disposal of ACM and demolition of floor tile&mastic,sheetrock compound and vinyl flooring. Project included demolition of properties. OWNER: City of Pearland CONTACT: Chris Kidwell (281) 652-1622 CONTRACT: $114,000 CONSULTANT:Bay Environmental (713) 729-2533 Wickes Former Facility Richardson, Texas DESCRIPTION:Abatement, transportation and disposal of asbestos containing floor tile&mastic,texture,fire doors, expansion joint, window caulking, roof sealant and flashing. Demolition of structure after abatement. OWNER: City of Richardson CONTACT: Joe Travers (972) 744-4225 CONTRACT: $92,000 CONSULTANT:MACTEC Engineering & Consulting (469) 828-4100 13 Structures - City of Houston Houston, Texas DESCRIPTION:Removal,transportation and disposal of 13 one-story structures consisting of wood or metal frames. ACM was removed in place over a 3 month time space. OWNER: The City of Houston CONTACT: Gabriel Mussio (713) 247-3232 CONTRACT: $88,800 CONSULTANT:ATC (281) 240-0154 18 Structures Commercial/ Residential Structures- City of Texas City Texas City, Texas DESCRIPTION: Demolition of structures and slabs throughout the City over a 3 month time span OWNER: The City of Texas City CONTACT: George Filler (409) 643-5940 CONTRACT: $57,000 300 Old Firestation Orange, Texas DESCRIPTION:Removal of all asbestos containing materials from building. Materials include texture ceilings, thermal insulation, floor tile & mastic and window caulking. Demolished the entire building and foundation. OWNER: Port of Orange Navigation District CONTACT: Phyllis Yeats (409) 883-4363 CONTRACT: $41,500 5610 Yale Street-6 Buildings Houston, Texas DESCRIPTION:NESHAP project of 6 unsound buildings demolished in place and disposed as ACM. OWNER: City of Houston CONTACT: Gabriel Mussio (713) 837-7308 CONTRACT: $25,000 CONSULTANT:Cam Environmental (713) 475-9003 Carter Creek Waste Water Treatment Plant College Station, Texas DESCRIPTION:The dismantling / demolition and disposal of four obsolete reinforced concrete structures consisting of two primary clairfiers, one final clairifer and one trickling filter, all with ancillary attachments. OWNER: City of College Station CONTACT: Fred Curovik (979) 764-6338 CONTRACT: $39,000 Port of Houston Elementary Houston, Texas DESCRIPTION:Demolition, transportation and disposal of(1)one story wood frame structure on blocks, (1) two story structure and (1)open sided metal shed. Demolition consisted of existing asphalt driveway and slabs. OWNER: Houston Independent School District CONTACT: Dennis Johnson (713) 676-9256 CONTRACT: $10,000 Russell &Smith Ford - Used Car& Finance Building Houston, Texas DESCRIPTION:Removal, transportation and disposal of asbestos containing floor tile& mastic and transite prior to demolition. Flashing and Parapet walls removed during demolition. Demolition consisted of existing one story structure, slabs and piers. OWNER: Russell & Smith Ford CONTACT: Bill Smith (713) 663-4111 CONTRACT: $23,450 CONSULTANT:TGE Resources (713)462-3675 Eisen Hower High &Conley Elementary Houston, Texas DESCRIPTION:Removal, transportation and disposal of asbestos containing transite prior to demolition. Demolition consisted of existing cooling towers, concrete piers and bottom I beams. OWNER: Aldine Independent School District CONTACT: Emitte Roque (281)449-1011 CONTRACT: $8,200 CONSULTANT:Environomics Tx LLC (281) 484-1011 12 Residential Properties - City of Pearland DESCRIPTION:Removal,transportation and disposal of ACM and demolition of floor tile&mastic,sheetrock compound and vinyl flooring. Project included the demolition of residents. OWNER: City of Pearland CONTACT: Chris Kidwell (281) 652-1622 CONTRACT: $74,000 CONSULTANT:Bay Environmental (713) 729-2533 Prairie View Texas A&M -Student Union Center Prairie View, Texas DESCRIPTION:Abatement, transportation, and disposal of ACM and demolition of—25,957 SF floor tile & mastic, 60 LF pipe insulation, 1,460 duct insulation, —100 pipe fittings, 10,310 duct wrap, 33 light fixtures, 6 door&2 louvers and mastic on exterior throughout the entire facility. OWNER: Texas A&M University Systems CONTACT: Martin Garza (979) 845-1431 CONTRACT: $137,000 CONSULTANT:Raba - Kistner Consultants (512) 339-1745 17500 Highway 30 Roans Prairie, Texas DESCRIPTION:Demolition, transportation and disposal of 2 structures and slabs. OWNER: Tenaska Frontier Partners CONTACT: Bert Boyd (936) 293-8591 CONTRACT: $10,400 River Oaks Apartments Houston, Texas DESCRIPTION:Removal, transportation and disposal of asbestos containing transite prior to demolition. Demolition consisted of existing cooling towers, concrete piers and bottom I beams. OWNER: River Oaks - MPA CONTACT: Rachael Belmijdoub (713) 622-3500 CONTRACT: $6,000 7846 Linda Vista &Woodlyn Houston, Texas DESCRIPTION:Removal,transportation and disposal of ACM. Demolition,transportation and disposal of two residential structures. OWNER: City of Houston CONTACT: Gabriel Mussio (713) 837-7308 CONTRACT: $49,400 CONSULTANT:ERC (713) 229-9444 The Courts of Wroxton Place Houston, Texas DESCRIPTION:Removal, transportation and disposal of ACM. Demolition, transportation and disposal of entire Apartment complex and parking canopy. Removal of the foundation from the Building and parking canopy as well as the driveways and sidewalks. OWNER: Wroxton Partners L.P. CONTACT: Robert Bland (713) 968-9874 CONTRACT: $79,200 CONSULTANT:TGE Resources (713)462-3675 2701 Lyons Avenue Houston, Texas DESCRIPTION:Removal, transportation and disposal of ACM. Demolition, transportation and disposal of a one story structure including slab, piers and grading. OWNER: City of Houston CONTACT: Gabriel Mussio (713) 837-7308 CONTRACT: $18,000 CONSULTANT:Cam Environmental (713)475-9003 Roadrunner Motel/Stadium Bowling Alley Houston, Texas DESCRIPTION:Abatement, transportation and disposal of asbestos containing materials throughout two buildings totaling in size 141,400 SF. Demolition of structures and foundations. OWNER: Stateside Enterprises/OHM Shanti L.P. CONTACT: Stanley Williams (713) 860-0616 CONTRACT: $434,000 CONSULTANT:ECMS (713) 787-0112 Texas Tech University- Boiler No. 1 -Central Heating &Cooling Plant No. 1 Lubbock, Texas DESCRIPTION:Abatement, transportation and disposal of asbestos containing thermal system insulation including selective demolition. OWNER: Texas Tech University CONTACT: Troy Cannon (806) 742-2748 CONTRACT: $177,000 CONSULTANT:Law Engineering / EFI (713) 975-7031 II �1 ' 7 A 19 ! I 4' _r --- -- POWER OF ATTORNEY AXIF59 1 _ Know All Men bb--sg resents: That AXIS Insurance Com �a�n I,a inois property and casualty company pany")does hereby appoint - - I IIII 111111N;1 11 111' 1 I"911 — =_ = _ = - - Il 1111 II1 II III 1 I1 III IJ 11 I!, A.Ballay,Danaa u11� i�h IJI, e�rich Maria A. tc-audnIr of Bridgeview,'PK I! INTI IIII6111.11IN• III 41 41'�1171 III^I" - as its true and lawful Attomey(s)-In-Fact,to make,execute,seal and deliver for and on its behalf as surety,bonds and undertakings,such documents to be valid as though executed by the Company on its own behalf. The Company may revoke this appointment at any time. EXCEPRO N t fF� TTY is granted to-mai N IjN 111111111 — ate bonds or unde a ent or coilectionf a Mae'draft -ctts€� s-redit = __-- II ,11,,i . iI1az4 ti 1 I = T I == IIII IIIiGI _ — lig I�Illalll i. h — -- I tis Power-o Attorney is signed,sealed and cei lifer underand bythe authorityof resolutions a� �Yed b unanimous written consent of the Board Directors offhe Company on July 12,2013: RESOLVED,that any Vice President,Surety,acting singly,shall have the power and authority to appoint and revoke Attorneys-In-Fact to make,execute, seal and4 Iiie--r-for and on behalf of the Company,ass e m ds and undertakings,such documents be .alid as though executed by the Company n its— I m11 1111 I IMI � f�. � l t�to the terms ant n utl b e g I w rage Agreement - — tige r l lil Insurance Compan ii' cL'ill,lu du s! i„1�,' rill III be signed and its r • by a duly elected ane Beds er-hi= llll!I!IIIII11 fav of January .2017. I — -- --- Attested and C-1 ified AXIS Insuran'7Co an J d i :,4' � — _ = PoIq I N it��,IIpI _ __— _ —_ i ''j VIII I III I IHi. III I l VIII III ''..,II.• !NI!I It,' - _ I l'li g 111'.1IIIIIIi111� I 1Ili l' 'bIIIlI1Vlr"dill IIUIItl Printed Name: Andrew M.Weissert • Title: Senior Vice.President - Ihllll — - - MINI, II ' 1111 II __ _ _ _ __ — •— 11 II ,;l ill' l!' IjI �� ly 1, _ — -- e F IIII it 11Ip� III ail I' = — — _ — r l�lllumll Before me personally came Andrew M.Weissert, Senior Vice President of AXIS Insurance Company to me known to be the individual and officer described herein, who acknowledged that they being duly authorized signed,sealed with the corporate seal and delivered the foregoing instrument by the authority and direction of said Company. 411P Inll�lIIiI;`I• 'IIII '�llh��Il ��\\\11Vlll1lll////��_ _ _ — �l' I- Y— E I have hereunto t li—amid iy=icial seal. I} ' C 111114 ii 11 \'vl 111 II (ZE N D,q _ .11'1,, { IIII I'hill 'IIiIIm11i1111 U ul ,II'IIVI�I .:a.orxi;j...............—=---= — ttite(ijLa !,I , .= 1.7 i'4 p, N .r� �: _ --- - Ilk Notary Public F. 1 t. U8L i : •QFP Q I - — > >RES C7 Illi d 11 (IlulUll 1 i IIIIIIIII !; _=__ a ?20.1Q' ��'' �`�- »»c � IIII Il 1 a III 1 III = 0NTY, G \\ II h1 ' N biirIIlI; II,:. kill — - '!l/rlulnill\k I, Richard Zarandona. Vice President, Surety&Assistant Secretary of AXIS Insurance Company,do hereby certify that the attached Power of Attorney dated January 3,d,2017_on behalf of the person(s)as listed above is a true and correct copy and the same has been in full force and effect since the date thereof and is in full farce and effect on the date of this certificate;and I do further certify that the said Andrew M.Weissert,who executed the Power of Attorney,was a duly elected Viee„Psunt,S TS Insurance Company onil,�date e t;on of the attached Pow Ipo i1 11a t.11 e� III 111111 illllli h.l — _ —_ II III, , III I IIII,.'''llI�IIIIDIIIII•" — —== I STI TY WHEREOF,I have hereunto s harrd==mid a tted the corporate seal of AXI W asu� IIIjl 111 ornpany on — this the Mday of ,2017 . — — • ouh 1 U pl!lil,l _ _ _ _ 9IP11 ,I l 11111111111 II I '11111 1 I illii III -- _= _ wed Name: Richard Zarandona IIII I IIIIIII�I I. _ = • _ • Title: Vice President,Surety - F f __,_ ____________.__ — __ ,,,,,,, I ,,,,„ it,' ,II' Iii ill IL ff'I I IIi1 ! • ______- _ _ -______ ___ 111,11. Copeland Act Regulations Title 29 — LABOR PART 3—CONTRACTORS AND Subtitle A — Office of the SUBCONTRACTORS ON PUBLIC Secretaryof Labor BUILDING OR PUBLIC WORK FINANCED IN WHOLE OR IN PART BY LOANS OR GRANTS FROM THE UNITED STATES sec. minimum wage provisions of the Davis-Bacon 3.1 Purpose and scope Act and the various statutes dealing with 3.2 Definitions Federally-assisted construction that contain 3.3 Weekly statement with respect to payment similar minimum wage provisions, Including of wages those provisions which are not subject to 3.4 Submission of weekly statements and the Reorganization Plan No. 14 (e.g., the College preservation and inspection of weekly payroll records. Housing Act of 1950,the Federal Water 3.5 Payroll deductions permissible without Pollution Control Act, and the Housing Act of application to or approval of the Secretary 1959), and in the enforcement of the overtime of Labor. provisions of the Contract Work Hours 3.6 Payroll deductions permissible with the Standards Act whenever they are applicable to approval of the Secretary of Labor. construction work. The part details the 3.7 Applications for the approval of the obligation of contractors and subcontractors Secretary of Labor relative to the weekly submission of statements 3.8 Action by the Secretary of Labor upon regarding the wages paid on work covered applications. 3.9 Prohibited payroll deductions, thereby; sets forth the circumstances and 3.10 Methods of payment of wages. procedures governing the making of payroll 3.11 Regulations part of contract. deductions from the wages of those employed on such work;and delineates the methods of AUTHORITY: The provisions of this Part 3 payment permissible on such work. issued under R.S. 161,sec.2, 48 Stat.§48; Reorg. Plan No. 14 of 1950,64 Stat. 1267,5 U.S.C. Section 3.2 Definitions. Appendix;5 U.S.C.301;40 U.S.C.276c. SOURCE: The provisions of this Part 3 appear As used in the regulations in this part: at 29 F.R.97,Jan.4, 1964,unless otherwise noted. (a) The terms"building"or''work" generally include construction activity as Section 3.1 Purpose and Scope. distinguished from manufacturing, furnishing of materials, or servicing and maintenance work. This part prescribes "anti-kickback" The terms include,without limitation, buildings, regulations under section 2 of the Act of June structures, and Improvements of all types, such 13, 1934, as amended (40 U.S.C. 276c), as bridges,dams, plants, highways, parkways, popularly known as the Copeland Act. This streets, subways,tunnels, sewers, mains, part applies to any contract which is subject to powerlines, pumping stations, railways, Federal wage standards and which is for the airports, terminals, docks, piers,wharves, construction, prosecution, completion,or repair ways, lighthouses, buoys,jetties, breakwaters, of public buildings, public works or buildings or levees, and canals; dredging, shoring, works financed in whole or in scaffolding, drilling, blasting, excavating, part by loans or grants from the United States. clearing, and landscaping. Unless conducted The part is intended to aid in the enforcement in connection with and at the site of such a of the building or work as is described in the foregoing sentence, the manufacture or furnishing of materials, articles, supplies, or equipment(whether or not a Federal or State agency acquires title to such materials, subsidiary or otherwise, and an officer or agent articles, supplies, or equipment during the of such corporation. course of the manufacture or furnishing, or (g) The term "Federal agency" means owns the materials from which they are the United States, the Di strict of Columbia, and manufactured or furnished)is not a"building" all executive departments, independent or"work"within the meaning of the regulations establishments, administrative agencies, and In this part. instrumentality's of the United States and of (b) The terms"construction," the District of Columbia, including corporations, "prosecution," "completion," or"repair" mean all all or substantially all of the stock of which Is types of work done on a particular building or beneficially owned by the U nited States, by the work at the site thereof, including,without District of Columbia, or any of the foregoing limitation, altering, remodeling, painting and departments, establishments, agencies, and decorating, the transporting of materials and instrumentality's. {29 FR 97,Jan.4,1964,as amended at 33 FR 32575.Nov.27, supplies to or from the building or work by the employees of the construction contractor or 1973) construction subcontractor, and the Section 3.3 Weekly statement with manufacturing or furnishing of materials, respect to payment of wages. articles, supplies,or equipment on the site of the building or work, by persons employed at (a) As used in this section, the term the site by the contractor or subcontractor. "employee"shall not apply to persons in (c) The terms"public building" or classifications higher than that of laborer or "public work" include building or work for mechanic and those who are the immediate whose construction, prosecution, completion, supervisors of such employees. or repair, as defined above, a Federal agency (b) Each contractor or subcontractor is a contracting party, regardless of whether engaged in the construction, prosecution, title thereof Is in a Federal agency. completion,or repair of any public building or (d) The term "building or work financed public work, or building or work financed in in whole or in part by loans or grants from the whole or in part by loans or grants from the Unites States" includes building or work for United States, shall furnish each week a whose construction, prosecution, completion, statement with respect to the wages paid each or repair, as defined above, payment or part of Its employees engaged on work covered by payment is made directly or indirectly from 29 CFR Parts 3 and 5 during the preceding funds provided by loans or grants by a Federal weekly payroll period. This statement shall be agency. The term includes building or work for executed by the contractor or subcontractor or which the Federal assistance granted is in the by an authorized officer of employee of the form of loan guarantees or insurance. contractor or subcontractor who supervises the (e) Every person paid by a contractor payment of wages, and shall be on form WH or subcontractor in any manner for his labor in 348, "Statement of Compliance," or on an the construction, prosecution, corn pletion, or identical form on the back of WH 347, "Payroll repair of a public building or public work or (For Contractors Optional Use)"or on any form building or work financed in whole or in part by with identical wording. Sample copies of WH loans or grants from the United States is 347 and WH 348 may be obtained from the "employed"and receiving"wages,"regardless Government contracting or sponsoring agency, of any contractual relationship alleged to exist and copies of these forms may be purchased between him and the real employer. (f) The term "any affiliated person" at the Government Printing Office. includes a spouse, child, parent, or other close (c) The requirements of this section shall not apply to any contract of$2,000 o r relative of the contractor or subcontractor; a partner or officer of the contractor or less. subcontractor; a corporation closely connected (d) Upon a written finding by the head of a Federal agency,the Secretary of Labor with the contractor or subcontractor as parent, may provide reasonable limitations, variations, tolerances, and exemptions from the (a) Any deduction made In compliance requirements of this section subject to such with the requirements of Federal,State, or conditions as the Secretary of Labor may local law, such as Federal or State withholding specify. income taxes and Federal social security (29 F.R.95,Jan.4,1964,as amended at 33 F.R.10186,July taxes. 17,1968} (b) Any deduction of sums previously Section 3.4 Submission of weekly paid to the employee as a bona fide statements and the preservation and prepayment of wages when such prepayment is made without discount or interest. A`bona Inspection of weekly payroll records. fide prepayment of wages"is considered to (a) Each weekly statement required have been made only when cash or its under§3.3 shall be delivered by the contractor equivalent has been advanced to the person or subcontractor,within seven days after the employed in such manner as to give him regular payment date of the payroll period, to a complete freedom of disposition of the representative of a Federal or State agency In advanced funds. charge at the site of the building or work, or if (c) Any deduction of amounts required there is no representative of a Federal or State by court process to be paid to another, unless, agency at the site of the building or work,the the deduction is in favor of the contractor, statement shall be mailed by the contractor or subcontractor or any affiliated person, or when subcontractor,within such time,to a Federal or collusion or collaboration exists. State agency contracting for or financing the (d) Any deduction constituting a building or work. After such examination and contribution on behalf of the person employed check as may be made, such statement, or a to funds established by the employer or copy thereof, shall be kept available, or shall representatives of employees, or both, for the be transmitted together with a report of any purpose of providing either from principal or violation, in accordance with applicable income, or both, medical or hospital care, procedures prescribed by the United States pensions, or annuiti es on retirement, death Department of Labor, benefits, compensation for injuries, illness, (b) Each contractor or subcontractor accidents, sickness, or disability, or for shall preserve his weekly payroll records for a insurance to provide any of the foregoing, or period of three years from date of completion unemployment benefits, vacation pay, savings of the contract. The payroll records shall set accounts, or similar payments for the benefit of out accurately and completely the name and employees, their families and dependents: address of each laborer and mechanic,his Provided, however, That the following correct classification, rate of pay, daily and standards are met: (1)The deduction is not weekly number of hours worked, deductions otherwise prohibited by law; (2) it is either:(i) made, and actual wages paid. Such payroll Voluntarily consented to by the employee in records shall be made available at all times for writing and in advance of the period in which inspection by the contracting officer or his the work is to be done and such consent is not authorized representative,and by authorized a condition either for the obtaining of or for the representatives of the Department of Labor. continuation of employment, or(ii) provided for In a bona fide collective bargaining agreement Section 3.5 Payroll deductions between the contractor or subcontractor and permissible without application to or representatives of its employees; (3)no profit approval of the Secretary of Labor. or other benefit is otherwise obtained,directly or indirectly, by the contractor or subcontractor Deductions made under the circumstances or or any affiliated person in the form of in the situations described in the paragraphs of commission, dividend, or otherwise;and (4) this section may be made without application the deductions shall serve the convenience to and approval of the Secretary of Labor: and interest of the employee. (e) Arty deduction contributing toward the purchase of United States Defense Stamps and Bonds when voluntarily authorized by the such consent is not a condition either for the employee. obtaining of employment or its continuance;or (f) Any deduction requested by the (2)provided for in a bona fide collective employee to enable him to repay loans to or to bargaining agreement between the contr actor purchase shares in credit unions organized or subcontractor and representatives of its and operated in accordance with Federal and employees. State credit union statutes. {38 F.R.9770,May 28.1971.) (g) Any deduction voluntarily authorized by the employee for the making of Section 3.6 Payroll deductions contributions to governmental or quasi- permissible with the approval of the governmental agencies,such as the American Secretary of Labor. Red Cross. (h) Any deduction voluntarily Any contractor or subcontractor may apply to authorized by the employee for the making of the Secretary of Labor for permission to make contributions to Community Chests, United any deduction not permitted under §3.5. The Givers Funds, and similar charitable Secretary may grant permission whenever he organizations. finds that: (i) Any deductions to pay regular union (a) The contractor, subcontractor, or initiation fees and membership dues, not any affiliated person does not make a profit or including fines or speciel assessments: benefit directly or indirectly from the deduction Provided, however, That a collective either In the form of a commission, dividend, or bargaining agreement between the contr actor otherwise; or subcontractor and representatives of its (b) The deduction is not otherwise employees provides for such deductions and prohibited by law; the deductions are not otherwise prohibited by (c) The deduction is either(1) law, voluntarily consented to by the employee in (j) Any deduction not more than for the writing and in advance of the period in which "reasonable cost" of board, lodging, or other the work is to be done and such consent is not facilities meeting the requirements of section a condition either for the obtaining of 3(m)of the Fair Labor Standards Act of 1938, employment or its continuance, or(2)provided as amended, and Part 531 of this title. When for in a bona fide collective bargaining such a deduction is made the additional agreement between the contractor or records required under§516.27(a) of this title subcontractor and representatives of its shall be kept. employees; and (k) Any deduction for the cost of safety (d) The deduction serves the equipment of nominal value purchased by the convenience and interest of the employee. employee as his own property for his personal Section 3.7 Applications for the approval protection in his work, such as safety shoes, safety glasses, safety gloves, and hard hats, if of the Secretary of Labor. such equipment is not required by law to be furnished by the employer, if such deduction is Any application for the making of payroll not violative of the Fair Labor Standards Act or deductions under§3.6 shall comply with the prohibited by other law, if the cost on which the requirements prescribed In the following deduction is based does not exceed the actual paragraphs of this section: cost to the employer where the equipment is (a) The application shall be in writing purchased from him and does not include any and shall be addressed to the Secretary of direct or indirect monetary return to the Labor. employer where the equipment is purchased (b) The application need not identify from a third person, and if the deduction is the contract or contracts under which the work either(1)voluntarily consented to be the in question Is to be performed. Permission will employee in writing and in advance of the be given for deductions on all current and period in which the work is to be done and future contracts of the applicant for a period of 1 year. A renewal of permission to make such Section 3.11 Regulations part of contract. payroll deduction will be granted upon the submission of an application which makes All contracts made with respect to the reference to the original application, recites the construction, prosecution, completion, or repair date of the Secretary of Labor's approval of of any public building or public work or building such deductions, states affirmatively that there or work financed in whole or in part by loans or is continued compliance with the standards set grants from the United States covered by the forth In the provisions of§3.6, and specifies regulations in this part shall expressly bind the any conditions which have changed in regard contractor or subcontractor to comply with to the payroll deductions. such of the regulations in this part as may be (36 F.R.9770,May 28,1971,} applicable. In this regard, see§5.5(a)of this (c) The application shall state subtitle. affirmatively that there is compliance with the standards set forth in the provisions of§3.6. The affirmation shall be accompanied by a full statement of the facts indicating such compliance. (d) The application shalt include a description of the proposed deduction,the purpose to be served thereby, and the classes of laborers or mechanics from whose wages the proposed deduction would be made. (e) The application shall state the name and business of any third person to whom any funds obtained from the proposed deductions are to be transmitted and the affiliation of such person, If any, with the applicant. Section 3.8 Action by the Secretary of Labor upon applications. The Secretary of Labor shall decide whether or not the requested ded uction is permissible under provisions of§3.6; and shall notify the applicant in writing of his decision. Section 3.9 Prohibited payroll deductions. Deductions not elsewhere provided for by this part and which are not found to be permissible under§3.6 are prohibited. Section 3.10 Methods of payment of wages. The payment of wages shall be by cash, negotiable instruments payable on dem and, or the additional forms of compensation for which deductions are permissible under this part. No other methods of payment shall be recognized on work subject to the Copeland Act. CERTIFICATION OF PROPOSED SUBCONTRACTOR REGARDING SECTION 3 AND SEGREGATED FACILITIES Name of Prime Contractor Project Name &Number The undersigned hereby certifies that: (a) Section 3 provisions are included in the Contract, (b) A written Section 3 plan was prepared and submitted as part of the bid proceedings(if bid equals or exceeds $10,000), and (c) No segregated facilities will be maintained Name & Title of Signer(Print or Type) Signature Date CERTIFICATION OF PROPOSED SUBCONTRACTOR REGARDING SECTION 3 AND SEGREGATED FACILITIES AAR Incorporated Demolition of 35 Residential Properties Name of Prime Contractor Project No . P17-049 Project Name &Number The undersigned hereby certifies that: (a) Section 3 provisions are included in the Contract, (b) A written Section 3 plan was prepared and submitted as part of the bid proceedings (if bid equals or exceeds $10,000), and (c) No segregated facilities will be maintained Dwain Bankston, Vice President Name & Title of Signer(Print or Type) 04/1-, JIA 05/22/2017 l4n�'"V�l. Signature Date