Loading...
HomeMy WebLinkAbout1989-1122651L-3/3689 NO S 9-112 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construct on 71 public works or improvements, as described in the "Bid Invitations', "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9998 Latin American Construction Co $39,600 00 SECTION II That the acceptance and approval of the above competlti—ve—Yffs shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notifi- cation of the award of the bid SECTION III That the City Manager is hereby authorized to execute a necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above compet ve s and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective imme ate y upon its passage and approval PASSED AND APPROVED this 1989 ATTEST APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY PAGE 2 DATE Sept 5, 1989 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9998 - ASBESTOS REMOVAL RECOMMENDATION We recommend this bid be awarded to the lowest bidder meeting specification Latin American Construction Company, in the amount of $39,600 00 SUMMARY This bid is for the removal and disposal of hazardous asbestos insulation material from a portion of the piping and portions of the boilers #1, #2, and #3 at the Municipal Power Plant This insulation is currently preventing necessary repairs to several of the boiler units Once the insulation is disturbed, it must be removed to eliminate hazard to employees and repairs cannot be made without disturbing the insulation Specific areas of concern are the external drum appendages on boiler #1 and #2, the burner on boiler #2 and the top west and the steam separator on unit #3 Abatement to be performed in full containment with wet decon, or combination of glove bagging with mini -containment, double suiting and wet wiping All removal and disposal will be in accordance with E P A , O S.H A , and Texas Department of Health Regulations BACKGROUND generat Tabulation Sheet, P U B Meeting Minutes equipment - Munic ant Maintenance on FISCAL IMPACT 1988/89 Budget Funds for Plant Maintenance, Account #610-080-0251-8339 Current Fund Balance $433,959 49 Respectfully submitted Lloyd Harrell City Manager aM t LZ-- - Name Tom D Shaw Title Assistant Purchasing Agent Approved Tti r J rshalr it Purchasing Agent 015 DOC ----------------- ------g��—gg---------- [�7t�Jn HH HH t H {� W N r N t7tij� MC+JMti n tri n n 0 o m td �d d � z � En � LA 00 N LO o . N 00 r ,v 00 -o C N O p ro --------------------------- n t uV> C 0 7, ncn lD 00 00 N �?. � w D, at LF 0�1 In W W Ln O n (i H H z o rwin o0p0 xl O O l n 0 O p 0 0 z as O 0 op opop z o — — — — pp — — — — — oop0 — — — — — — — — — — — — — — — — — — N 44 N Vl ['] 00 a wkor 'Z o to t7 M to N W N 00 Q7 N� O In O -J In W 0) N 10. $' dP p W O O O O O O O O O O O O CITYof DENTON,TEXAS MUNICIPAL BUILDING i DENTON TEXAS 76207 / TELEPHONE (817) 566 8200 MEMORANDUM TO John Marshall, Purchasing Agent FROM R E Nelson, Executive Director of Utilities DATE August 29, 1989 RE Contract with Latin American Construction Company for Services to Perform Asbestos Removal at the Power Plant -------------------------------------------------------------------------- At the August 23, 1989, Public Utilities Board meeting, the Board approved a contract with Latin American Construction Company for services to perform asbestos removal at the Power Plant for Units 1, 2 & 3 The cost for the project is $39,000, and additional work if/as required will be performed at the following rates Time Charge per Man Hour $ 35 00 Minimum Daily Charge $650 00 Material Cost Plus 10% Disposal Cost Plus 10% Please proceed with the City Council approval process so that the project may begin in a timely fashion Exhibits and minutes from the August 23rd Board meeting are attached Nelson, Executive D ector Department of Utilities kkn Attachments cc Ernie Tullos, Director of Electric Utilities Jim Thune, Superintendent of Electric Production File 6470U 11 September 5, 1989 CITY COUNCIL AGENDA ITEM TO MAYOR AND MEMBERS OF THE CITY COUNCIL FROM Lloyd Harrell, City Manager SUBJ CONSIDER CONTRACT WITH LATIN AMERICAN CONSTRUCTION COMPANY FOR SERVICES TO PERFORM ASBESTOS REMOVAL AT THE POWER PLANT RECOMMENDATION The Public Utilities Board, at their meeting of August 23, 1989, recommended to the City Council approval of attached proposal from Latin American Construction Company to provide contract services for removal of asbestos at the Power Plant SUMMARY/BACKGROUND Much of the insulation contains asbestos State on asbestos use These removal of such material qualified personnel with and regulated procedures procedure is generally vei originally installed in the Power Plant and Federal restrictions have been placed restrictions and regulations also apply to Restrictions generally require licensed, protective clothing, specialized equipment to legally and safely abate asbestos The y costly Numerous abatement projects have already eliminated asbestos problems in the plant Removal was necessary on units 3, 4 and 5 steam turbines to allow overhaul Additional removal is now and will be necessary to perform maintenance on other plant components Areas currently in need of repair that are obstructed by asbestos insulation include units 1 and 2 boilers external piping and units 2-3 burner wall Other areas where loose asbestos presents increased exposure risk to employees include unit 3 flash tank and the old fire eye mount Each of these areas will be addressed by the proposed contract Additional funding in the proposed contract will allow other removal as needed for emergency repair These funds will be allocated on a cost plus basis Latin American Construction will perform the following services under this proposal Construct appropriate containments around the equipment where asbestos removal will take place Remove lagging, asbestos insulation and clean all surfaces Monitor personnel performing removal per applicable regulations Dispose of all removed insulation per applicable regulations Obtain clearance on containment areas prior to dismantling CC Meeting Page 2 FISCAL IMPACT Latin American Construction proposes a firm price of $39,000 to perform this work Additional work if/as required will be performed at the following rates Time Charge Per Man Hour $ 35 00 Minimum Daily Charge 650 00 Material Cost Plus 10% Disposal Cost Plus 10% PROGRAMS, DEPARMENTS OR GROUPS AFFECTED The Electric Production Facility, Units 1, 2 & 3 Boilers, Denton Municipal Utilities Respectfully submitted, Lloyd Harrell, City Manager Prepared/Approved by, 1� son xecut ve Director Department of Utilities Exhibit I Recommendation I1 Spread Sheet III Bids/Specifications VI PUB Minutes of August 23, 1989 6467U 8-10 11 I Excerpt from Minutes of Public Utilities August 23, 1989 40 Board LaForte called for a brief background on the topic Tullos stated that when the plant was built in 1954, asbestos was used as a building material in the installation of turbines 1, 2 and 3 at the Power Plant In 1975, EPA prohibited asbestos use and, in recent years, EPA issued regulations mandating the removal of asbestos In order to comply with EPA regulation, the Utility Department sent out a request for proposals on the removal of asbestos from turbines 1, 2 and 3 Tullos stated that one minority contractor, Latin American company, had bid one-half the price of all the other bidders Although they had not removed asbestos from Utility Plants before, Tullos felt that the owner, Mike Torres, had adequate experience and education in the asbestos removal field LaForte was concerned about the low bid and felt that the board might be in the situation of having to approve more money once the project was started due to the apparent lack of experience on the part of the contractor with asbestos removal in the utility industry Tullos explained the low bid as strategy by the contractor to gain some market share in this particular field of asbestos removal Concerning the level of experience, a full-time inspector would be present during the project to check the quality of work After no further discussion or questions, LaForte called for a motion to recommend the contract with Latin American Construction Company for services to perform asbestos removal at the power plant Motion was made by Chew Second by Thompson All ayes, no nays, motion carried July 20, 1989 TO FROM SUBJECT Ernie Tullos Director, Electric Utilities Jim Thune Superintendent, Electric Production Asbestos removal at the Power Plant Much of the insulation originally installed in the Power Plant contains asbestos State and federal restrictions have been placed on asbestos use These restrictions and regulations also apply to removal of such material These restrictions generally require licensed, qualified personnel with protective clothing specialized equipment and regulated procedures to legally and safely abate asbestos The procedure is generally very costly Numerous abatement projects have already eliminated asbestos problems in the Plant Removal was necessary on units 3, 4 and 5 steam turbines to allow overhaul Additional removal is now and will be necessary to perform maintenance on other Plant components Areas currently in need of repair that are obstructed by asbestos insulation include units I and 2 boiler external piping, Unit 2-3 burner wall and Units 4 and 5 flash tank piping Other areas where loose asbestos presents increased exposure risk to employees include unit 3 flash tank and the old fire eye mount Each of these areas will be addressed by the proposed contract Additional funding in the proposed contract will allow other removal as needed for emergency repair These funds will be allocated on a cost plus basis This proposal recommends contracting with L A Environmental (Latin American Construction) for asbestos removal per specification 89-01-ASB The recommendation is based on low bid and meeting specification requirements Cost of this contract is estimated not to exceed $50,000 00 Please review and advise if the matter should be forwarded to Council for approval hune JT flc Attachments Spread Sheet Bids Specifications EXHIBIT I Page 2 L A C Teleion Item Is Unit 2 boiler burner Item lb Unit I boiler Item Ic Unit 2 boiler Item Id Unit 3 boiler Total Pricing (cost plus) Time Charge Per Man Hour Minumum Charge Material Disposal Total Est Labor 2 men, 10 hrs $ 2,500 18,300 18 300 500 $39,600 L A C $ 35 00 650 00 Cost plus 10% Cost plus 107 $700 00 $ 1 , 194 29,422 33 936 14 493 $78,995 Teleion $ 24 90 labor 37 90 supery 125 00 plus labor Cost plus 207 33 00/yd3 $753 00 L A Environmental offers a lower price for both firm work and cost plus work L A Environmental removal methods are acceptable and in compliance with state and federal regulations LICENSED BONDED LATIN AMERICAN CONSTRUCTION CO ASBESTOS ABATEMENT SPECIALIST A MINORM CONTRACTOR MARK TDRRES 6115 DENTON DRIVE SUITE 218 DALLAS TEXAS 7523S (214) 9S6 7903 EXHIBIT '� BID NUMBER BID PROPOSALS Page of # 9 9 9 8 city of Denton Texas 9018 Taxes St 2 Purchasing Department Denton, Texas 18201 1EM DESCRIPTION OUAN PRICE AMOUNT Asbestos Removal Per Attached Specifications a Unit 2 Boiler Burner j $ $ 2,500 b Unit 1 Boiler j $ $18,300 Lc Unit 2 Boiler j $ $18,300 ld Unit 3 Boiler j $ $ 500 Other Designated Areas )a Minimum Call Out/Mobilization Charge 1 $ 650 0l5 _ 'b Time Charge 1 S 35 $ Hour 'c Materials Charge COST + 1 $ 10/ 5 THIS BID WILL BE AWARDED TO A SINGLE CONTRACTOR All abatement to be performed in full containment with wet decon, or combination of glovebagging with mini —containment, double suiting, and wet wiping All removal and disposal of asbestos materials will be in accordence with EPA, OSHA, & Texas Dept of Health regulations TOTALS We Quote the above f o b delivered to Donlon Texas Shipment can be mods Indays from (eoslpt of order Terms neb= unless otherwise Indicated In submitting the above bid the vendor egress that acceptance of any or all bid Items by the City of Denton Texas within a reasonable period of time constltues a contract The completed Bid Proposal must be property priced signed and returned Mall" Ad&on 1)41—z'S 7.y city eta. no /,J`i�/%tea f/. � CJ/_�✓� __ aMee —.L �[, 819 tllMa Toloo MD - mle d N N n � NCtl CD P O 00 m � n toLo , 0000 1 t r C IY Y g I Y 6 Y v i It v m , 1 CD 0 � n O N p w C .. D: cr tNl — 5$ F� 1U'I Op0 N .1` � b N rn n LO N » N G Z I m Q N y y CD PC IV CD rt co CD I o N d � � to 0 vr,e Ip 1 v O rr CD �r it p CD I x NWW 4k p n � c cn w D 00 CD y�1 N F 1 ' ❑ Y�is Y�7(Al t' MY Z lt� rtD % O (np �� ]�r� A. CDCD N ipA 3m 0-4 �oox o. A y a M y rY ti 9 m w 3) call p Ql .» o oil D 1 D 0 $9 M y 0 CCD 20 Z, r CD M G m w 0 z 1 1 ° coG n X �rw G w,l tl{ f i U) 0 " i +9 O CD coo w n , r phi CD CD r 3 co vi m `�° I I CD W 0 DO 'd ^ � M In vmr -i o w CD o io ;o LO M M v Z m l R TIFICATE OF INSURANCE CIGNA Property and Casualty Companies ie Certificate of Insurance neither affirmativel ^r negatively ends extends or alters the coverage limits ter or conditions , he pukcies it certificates 1 - -13 by/na COMPANY CODES u t truly la © CIGNA INSURANCE COMPANY Texas Instruments, Inc APTN Joint F liaran ©CIGNAINS CO OFTEXAS 8330 LBJ Freeway, P 0 Box 655303, MS 8304 ® PACIFIC EMPLOYERS INS CO Dallas, Texas 75265 INSURANCE COMPANY J I ® OF NORTH AMERICA L © CIGNA INS CO OF ILLINOIS i the lodowmg described policy or policies issued by The Company as coded below vid rig insurance only for hazards checked by X below hew been issued to ® CIGNA INS CO OF OHIO Pif'eeE Latin American Contracting 6 Construction Co Inc AMO ❑ (OTHER — SPECIFY) )DHSS 6115 Denton Drive, Ste #218 FOLD °F Dallas, Texas 75235 @wein ary m seeortland with the arms thereof at the following locabonld _ taxes TYPE OF POLICY OME POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY statutory c StaBtarIt Workmen s Compensation & ® © TAC 221538 12-2-88/89 e S 100,000 One Accident and Employers Liability Aggregate Disease i General Liability P,emises-Operations (including In ❑ ❑ S Each Parton eWensal Contracts as defined below) ❑ Accident ❑ ❑ $ Each❑ Occurrence independent Con lracton Completed Operations/Products ❑ ❑ Apppate-Completed Contractual (Specific type as footnotebelow �— $ era — _ _ Options/Produus rrb_W m _) — _ _ _ — _ -- _ — _ — — _ — ❑ Accident uses -Operations (Including— Incidental Contracts as defined ❑ ❑ Each $ ❑ Occurrence befewl r ❑ ❑ a Aggregate -Prom /OPer Independent Contractors $ Aggregate -Protective ❑ ❑ $ Aggregate-ComPleted Completed Operstiom/Products Operations/Products Contractual (Specific type as ❑ It A r ate -Contractual described in footnote below) Automobile Liability Owned Automobiles Hired Automobile j❑�j $Each Parton Eachl{ Accident c ���"""TTT $ / L. Occurrence ed ownAutomobdas — —— _ — — — ❑ Accident 1$ C�{r Hired Automobiles Each � ❑ Occurrence v4 Hued Automobiles 1 _ Non~ed Automobdas I Uuly lexas WC benefits apply. nraetues Footnote Subject to all the policy terms applicable specific contractual of the company that in the event of cancellation of coverage a provided of ratpacls It is the intention Cheats ❑ a conlrat.t the policy or policies by the company ten (10) days written notice pit"11,1purchgas order agreements between the Insured and of such cancellation will be given to you at the address Stated above Block all contracts f\1\ DATE pl aDPlicabig) CONTRACT NO (ir any) NAME OF OTHER PARTY DESCRIPTION (0R JOB) _ .................m .n...r.u.unn nr demolition opera thinning I icidentel Lori ❑act means anV written Ili lasso m prenuaoa ter =..•o•••••••• -�. __..._... _.. h of , on or adlacent to a a Iroad 13) ut dertakmg to indemnify a municipality requi ad by mui ie Pal ordinance except in connect, n with work or the municipality 141 sidetrack agreement or (5) elevator maintenance agreement I `1 ) 1 �l l it � Authoriied Represonulrve A 2. INSUREDS COPY i1�i/1y®IY►7-1EIiiolL'7-1 .I PRODUCFR Weakley and Company P 0 Box 516065 Dallas, Texas 75251-6065 E1.aIL M-1111.f, -A- THIS CERTIFICATE IS ISSUED MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFh, E HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE ILETTERY A Mid -American Indemnity Insurance Compan} COMPANY B aA;URED LETTER COMPANY `. Latin American Construction Company LETTER 6115 Denton Drive COMPANY p Dallas, Texas 75235 LETTER COMPANY LETTER TYPE OF INSURANCE GENERAL LIABILITY COMPRERENSNE FORM IPISSRppMEMES/OKPAnONS E OLl � lB WLEAPSE HAZARD PRDDIICTSICOMPLETED OPERATIONS CONTRACTUAL NDEPENDEW CONTRACTORS OREM FORM PROPERTY DAMAGE PERSONAL INANY Asbeatoa ba me AUTOMOBILE LIABILITY ANY AUTO ALL OWNEO AUTOS (PRM PASS) ILL OWNED AUTOS (�yRpMAN) HIRED AUTOS %tlV NOWUMED AUTOS GARAGE LIABILITY EXCESS LIABILITY UMSRftLA FORM OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS LIABILITY Re PROOF OF IPSURANCS POLICY NUMBER MGL1547 Texas Instruments Attn John F Horan 8330 LBJ Freeway, P 0 Box 655303 Ms8304 Dallas, Texas 75265 POLO EFFECTIVE POLICY EPIPATEN LIABILITY LIMITS IN THOUSANDS R E AGGREGATOWLY DATE (MINOO/YY) DATE AIWOWYY1 ^Y $ $ 12-15-88 12-15-89 PROPERTY DAMAGE $ $ COMBBINEO $1, 000 $ 1,000 PERSONALINJURY I$ 1,000 NEXT "MR POEM $ SDLY RUM PER DaXR $ PROPERTY DAMAGE $ BI L PIT COMBINED $ COMBINED $ $ STATUTORY $ (EACH ACCIDENU $ (DISEASE POLICY LIMIt) $ (DISEASE EACH EMPLUTU SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX PIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 3U DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY L J Dixon & Associates, Inc ® P O Box • Dallas Texas as 75223 214-428-5020 INSURED Mark Torres dDa LATIN AMERICAN CONSTRUCTION CCMPANY 6115 Denton Drive Dallas, Texas 75235 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANY A LETTER COMPANY s LETTER COMPANY C LETTER COMPANY p LETTER COMPANY L., LETTER COMPANIES AFFORDING COVERAGE THIS IS TO CERTIFY THAT 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 CONDI TIONS OF SUCH POLICIES CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY' EFFECTIVE DATE MWOONY) POLICY EXPIRATION DATE IMMAIDMI LIABILITY LIMITS IN THOUSANDS LEACURRENCE AGGREGATE GENERAL LIABILITY COMPREHENSIVE FORM PREMISES/OPERATIONS UNDERGROUND EXPLOSION & COLLAPSE HAZARD PROOUCTS/CDMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY SODILY INJURY $ $ PROPERTY DAMAGE $ $ COMBINED $ $ PERSONAL INJURY $ A AUTOMOBILE LIABILITY ANY Aura ALL OWNED AUTOS (PRIV PASS) ALL OWNED AUTOS (�RNRPTHHAAN) HIRED AUTOS P NON -OWNED AUTOS GARAGE LIABILITY BAP - 426146 08/11/88 OS/11/89 wky INJURY IRA RAEQM $ IMY IRA ACGDEAT $ PROPERTY DAMAGE $ BI A PD COMBINED $ 500 x EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM COMBINED 1 $ $ WORKERS COMPENSATION AND EMPLOYERS LIABILITY STATUTORY $ (EACH ACCIDENT) $ (OISFASE POLICY LIMIT) $ (DISEASE EACH EMPLOYE A A OTHER UM/UIM PIP BAP - 426146 08/11/88 08/11/89 $20/40/15 $2,500 per person DE513HIPTION OF UPEHATIUNS/LUJA I IUNWVtHIGLtWZieI%iIAL IICMS Vehicles 1969 Chev 1 ton Van #24078 1979 Ford 2 1/2 ton Box Truck #0449 aty of Denton 1701 A Spencer Road Denton, Texas 76205 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX PIRATIQfj DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL LU DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES Att Jim ThL}ne S n A CrJ o Ix vo w N C o CD � � a. w O Cyr1 o °' a w � O � y m O a 7 y r, � b� 0 w w w p d � a s 9 KWT O 91 n O O ZS=I S� !it' I "�` 17"41 •+L!, 1 ���'' °a,/ ' o ' .�.!' ramailo na� .•<bmv r a m ova a p t 7 a°O9ma 3m�a ul c H m y m n~ a to n 0 0 so 14 m yyyKy O a O MN r+ I 0J00 f m o 7 o m n p a ti m a W m m s .a+ r m 7 o .+ O m O w O •� w O O 7 00 m r+ 6 C6 0�4 O � '+ M A ,1 w q to n m d A LiLn 0Cp C e n o n CD ca ` a Y a tx 3 W'I 11 0 a IA IA O aft a y T n m z � - imp D �N � m N zo r � w 0 O cc S 0o D Ln �z N N a fD O n C Ci GO N z �. C �^ H C C n rn v� i'*i Vf Clmo -zi rt ... Poo- pv r O Z � � owl Ac -a it VY 04 LATIN AMERICAN CONSTRUCTION CnMPANY 6115 DENTON DRIVE DALLAS TEXAS 75235 (214) 956 7903 • LICENSED A MINORITY CONTRACTOR • COMMEfl1 IAI • BONDED • INDUSi ntAl •INSURED JOBS COMPLETED AND IM PROGRESS Veterans Administration Hospital 1/89 Completed Waco, Texas Removal of asbestos pipe Henry Builders insulation Testing by E 0 S Ed Henry 214/224-8291 Olin Teague Veterans Hospital 11/88 Completed Temple, Texas Removal of asbestos duct Testing by Young Enterprises, Inc insulation T 3 P , Inc Bill Morrow 214/423-0722 Enerfin Gas Processing Corp 9/88 Completed Quitman, Texas Boiler insulation Testing by Darrel Wanker removal E 0 S 214/878-2232 5/88 Completed Carswell Air Force Base Strategic Air Command Center Asbestos removal from pipe TEee0tsng by Fort Worth, Texas and boiler, and reineulation Sgt Pezoulas 817/782-7791 5/88-10/88 Completed U S Naval Air Station Removal of asbestos Young Enterprises, Inc aiding and decontamination Testing b y Grand Prairie, Texas of contaminated soil E O S Bill Morrow 214/423-0722 Completed Mary Kay Cosmetics 4/88 Pipe insulation removal 1330 Regal Row Testing by Dallas, Texas Garrett 6 Frankfe Pourron Associates 214/638-6750 Completed Procter 6_ Gamble 3/88 Hydrolizer Asbestos b 3026 Lamar Dallas, Texas Removal and complete tank ft high Testing TesTes 6 Assoclntrr J B Pendleton containment of 30 - 06M 214/428-5143 and 15 ft diameter Completed Veterans Administration hospital 3/88 Pipe insulation removal Project No 549047 and reineulation Testing by 4500 South Lancaster Garrett 6 Dallas, Texas 75216 Associates Mike Dodd 214/372-7020 Highland Park Presbyteriap Church 2/88 Completed 3821 University Blvd Pipe insulation rei al Dallas, Texas 75205 Testing by Ben Johnson Gerald Gnrt It 214/5tS-7457 Associates, Inr Traders Oil 12/87 Completed 401 W Biddison Outside Tanks Fort Worth, Texas 76101 Amosite removal Testing by J E Perkins E 0 S 817/923-4641 Sweetheart Products Corporation 11/87 to 4/88 Completed Fort Howard Paper Company Removal of asbestos 4444 West Ledbetter Drive enclosed in steel Testing by Dallas, Texas 75236 liners Maxim Frank Cook Engineering 214/339-3131 Texas A6M 10/87 to Present In Progress Dallas, Texas Removal of ACM Pipe Insulation, ceiling, and Testing by Scott Unclebach 214/892-4696 floor tile Maxim Engineering Procter 6 Gamble 8/87 Completed 3026 Lamar Removal of Amosite Asbestos from field Testing by Dallas, Texas J B Pendleton tanks and removal of Maxim 214/428-5143 A C M from heated Engineering pipes under pressure 7/87 Completed Gulf Life Building, 7,860 sq ft of glued on Lincoln Properties ceiling asbestos to asbestos Testing by 3015 Cedar Springs 75235 insulation and removal of Maxim Dallas, Texas A C M from piping and Enginnering Dennis Campbell 214/521-9975 boilers in mechanical rooms 6 glovebagging 3/87 Completed City of McKinney Removal of Acoustical City Hall calling - 23,000 sq ft Testing by 222 N Tennessee sprayed on Asbestos and Maxim McKinney, Texas Asbestos Pipe Insulation Engineering Kyle Sonnenburg in Boiler Room 214/542-2675 I/87 Completed F C Warehouse 01 Removal of A C M from Con Real Support Group Piping and HVAC Ductwork Testing by 297 N W 25th Street for GSA on the National Maxim Grand Prairie, Texas Archives in Fort Worth, Engineering B Ron Johnson 817/923-9067 Texas Completed Falkenberg Construction 12/86 Demolition for Dallas 1011 Denton Drive 75006 Power 6 Light, L550 Commerce, Testing by Carrollton, Texas Dallas, Texas, of A C M Maxim Bob Falkenberg Removal of Pipe Insulation Engineering B 214/242-6998 1 � 1 S ♦^ • ^ n i. � � L tx a � yy f '� fP � yJn �.'. � w r C Iy4U' fj' I ray<♦ �, Y -F N t 5 f .'A 7 „tf �' j r iil �� +C4 yJ'µ,,t�,"v('�4pr4;P� (. riwti�j"� ikl. 1 s � • t !� r k n r D >Z t f^ D.'�I Yli Kk f Y Ffi d cmC O CT .7 n o f W 7u. 13i 59 iC cn I . t j t 7 O `�l iCPi wL q�f ,i ls�`y, a `Y �I�co r�y CD P + r to S ii f + t k 68 i of s r cn - t= . Er f m -� o CD p O �~ � i mot is � rn O ���yy ram+ r • ♦ s t C �1 CD r,1. 7 N (gyp t rn ra. �y Hr .Y+.10.p s s Ik �..t�"1 'As /•'< MA. Ppq Lat �rf �` ,• y♦' fA ' +.+w, `^ .,tQ CD f C,."," O ; D�`�'�� `i a� G m I i ' v y'vC. +S+ I��"ice CD:+f y L% t r to V.nS✓ r" ii tDi R7 CO{1 CD 9 G"? J." `�Q ; t �CD i� yp�CDrgr tD M Sinn z�Cs'tt, t�% r `7� L�'�NJjf�A'' 1 4 ip per. � � Y�( b" � � r• tr W��, r tar y+.9 i' tt fn�to fb C V +j i/rn 'D `Y�gS�'ri it dl w x ` p i'A ��DD r Y �•� DY� 0 �JO it �rFr vxIcz, f `H p1 "��/ � '"9 m/��,y} ;1tl�C J %I/ ` r q) ♦^��,e+i� + fl �' Y ♦ p W ,Sy A "'Ir1 SH { 1V JY x 1 A r ^! t CD yapy� a ,` ,,� +,.. +1 ' C 6„ `/go `y_A,JiCD wv r 'y^+ , y �"• p t . W.r"TM"'.�,,,f*." ' M t a P• `N�Cl7^',y.�tCtf4f y rtaU _�y ,7 J' s It f lr r f>~��.1'�wyr,tr'tis4 1 + J/ i i ~+)�+Ji ii tQ" t " 1 ^ y , f 1 > nvr iar '1, C' ISi + t ' �` Q. Jr...eir S °y y CD a r t ta-1, 4s.'� ok� Y e' \ * ° CMD CD y A- CCD r 5 it It `IN ,,,�♦' Skl� 1� ri4 s+' 4_Ni .'t c1 f +i _ +Y to itl '+'s; f i Y i e � a +, fi3+ 1 t � �t>a5."'t� � ., .r�4��'Y✓:ry"�r�p S � .� 1 / t'r, 1 ' 4 t r ''I * ly J t•= � e + (ne f, 4 i ��Y� 'M`r �! f^� i �; i 4 ` 'i 1 f , fr k,� Y l 4'C 'vvl=�." rY t Ike 44 �� �3 �� i i 'i ' I ! � t S � i t � � i � t i ] I � � r i t i i �' I 1 t ' � i � 1 { � 1 I � � � f I I I I I �� � E � � j I , i ` � i , r i � € � II �� �� � i � � � 1 4 i Ii � I I � i � - - - � - - - - '=�- 1- --