Loading...
HomeMy WebLinkAboutPR 19511: AWARDING A CONTRACT TO TOTAL SAFETY U.S., INC., ASBESTOS AND LEAD ABATEMENT II- . _ _._.. city of 4 0 • nrt rthur 'r^ Teras INTEROFFICE MEMORANDUM Office of the Department of Code Compliance Demolition Division Date: August 30, 2016 To: Brian McDougal, City Manager , Mayor and City Council From: Darlene Thomas-Pierre, Director of Code Compliance N, Re: P. R. NO. 19511 — AWARDING A CONTRACT TO TO AL SAFETY U. S., INC. OF PORT ARTHUR, TEXAS FOR ASBESTOS AND LEAD ABATEMENT CONSULTING SERVICES COMMENT Nature of the Request: Staff recommends that the City Council adopt P. R. No. 19511 authorizing the City Manager to execute a contract with Total Safety,U. S., Inc. Total Safety has demonstrated in their proposal that they have the professional staff and the ability to provide the City of Port Arthur outstanding abatement consultant services. In addition they are qualified and capable to provide other air monitoring services. Staff Analysis/Considerations: Proposals for asbestos and lead abatement consulting services were opened on June 8,2016. Total Safety,U. S., Inc.submitted the most responsive proposal. Total Safety's overall proposal was the best because they submitted the lowest prices in the labor category,which is our largest expense for this service. They have consistently provided excellent service,both professional and timely. The other firms submitting proposals were: (1)PSI,Houston,TX; (2) ERC, Houston, TX; (3) All Points Environmental, LLC, Beaumont, TX; (4) Professional Environmental Engineers, Inc., Houston, TX; and(5) Southern Global Safety Services, Inc., Alvin, TX. Recommendation: Staff recommends that the City Council adopt P. R.No. 19511 thereby authorizing the execution of an asbestos and lead abatement consulting services agreement between the City of Port Arthur and Total Safety U. S.,Inc. Budget Consideration: Acceptance of this recommendation will not require a budget amendment.Funding is available in Account No. 001-1052-517.54-00. DTP cc: Ron Burton Clifton Williams "Remember we are here to serve the Citizens of Port Arthur" 1 P. R. No. 19511 08/30/16 DTP RESOLUTION NO. A RESOLUTION AWARDING A CONTRACT TO TOTAL SAFETY, U. S., INC. OF PORT ARTHUR, TEXAS, FOR ASBESTOS AND LEAD ABATEMENT CONSULTING SERVICES, TO BE CHARGED TO ACCOUNT NO. 001- 1052-517.54-00 (GENERAL FUND). WHEREAS,the City Council finds it in the best interests of the City of Port Arthur to hire an asbestos and lead abatement consulting service; and WHEREAS,upon review of the proposals, six(6)bidders were responsive,with one being a Port Arthur vendor; and WHEREAS,City staff,having reviewed such proposals,and scoring each using the published evaluation criteria,finds that Total Safety U. S.,Inc.has the highest rating,and recommends a contract with Total Safety U. S. Inc.(evaluation matrix attached as Exhibit"A")for asbestos and lead abatement consulting services.with an option to renew for two additional one-year periods; and WHEREAS, we expect to use the services of Total Safety for commercial demolition utilizing the Ike Round 2.2 Disaster grant; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR, TEXAS: THAT the City Council of the City of Port Arthur hereby awards a contract for asbestos/lead abatement and demolition of the old water treatment plant located at 1401 E. 19th Street in the City of Port Arthur, to the best and lowest responsible bidder to-wit: Total Safety U. S., Inc., as delineated in Exhibit"A"; and, THAT,the City Manager of the City of Port Arthur is hereby authorized to execute a contract between the City of Port Arthur and Total Safety U. S., Inc. of Port Arthur, Texas. 2 P. R. No. 19511 08/30/16 DTP 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 6th day of September,A.D.,2016,at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following vote: AYES: MAYOR: Councilmembers: NOES: MAYOR ATTEST: APPROVED AS TO FORM: Usha06-Joxifil (56) CITY SECRETARY CITY AT S)RNEY APPROVED FOR ADMINISTRATION: L �'L.., /.) 4 I LAuk_ I /I _ CITY MANAGER I I.` CTOR OF C I r► COMP, IANCE APPROVED AS TO AVAILABILITY OF FUNDS: APPROVED FOR PURCHASING: XA4401, /4411,-;d 6,04.44/ DIRECTOR OF FINANCE ' PUR HAS G MANAGER 3 "EXHIBIT A„ 3 ¥ p m _ CC x 2 ® - ° n § R 2- - ». ^ _ «. \ _ n \• %c f7 ? / d • 5 & ...,_. 0 0 0 % / _ 2 / \ / / \ / 2 u o ^. A S \ 0: ? /. \ ] \ : .� - p < e y p 0 0 k 0 \ n \ R. ` / \ / �• ` \ _: \ + 2 c /tii r71 \ § \ • = ' ± N..) ? ƒ 3 \ \ ƒ © © > : / n3 / \ ƒ Z 2 . . P b rD• & - \ C 9 ƒ 2 e / , ) 3 R --7, C b \ / nUrcip k © © trit § . \ c EXHIBIT"B" THE STATE OF TEXAS COUNTY OF JEFFERSON CITY OF PORT ARTHUR CONTRACT FOR ASBESTOS & LEAD ABATEMENT CONSULTING SERVICES AGREEMENT THIS AGREEMENT, entered into by and between the City of Port Arthur, Texas (hereinafter called the "CITY" or the "OWNER") acting herein by its City Manager, duly authorized by Resolution of the City Council of the City of Port Arthur and Total Safety, U. S., Inc. (hereinafter called the "CONSULTANT") acting herein by Troy Thacker, its Chief Financial Officer hereunto duly authorized: WITNESSETH THAT: WHEREAS, the CITY contemplates obtaining certain funds from the United States of America, under its revenue-sharing program, for the implementation of an asbestos and lead abatement consulting service for the City of Port Arthur; and WHEREAS, the CITY desires to engage the CONSULTANT to render certain technical and professional services hereafter described in "Scope of Services": NOW, THEREFORE, the Parties hereto do mutually agree as follows: 1. EMPLOYMENT OF CONSULTANT The City hereby agrees to engage the CONSULTANT and the CONSULTANT hereby agrees to perform the "Scope of Services" hereinafter set forth. 2. SCOPE OF SERVICES Consulting services shall be provided as follows: A. BASIC SERVICES. 1) Description of Work: CONSULTANT will perform the work described below: a) The designing of asbestos and lead abatement projects; b) The inspection for asbestos-containing materials (ACM) and lead paint; EXHIBIT"B" c) The evaluation and selection of appropriate asbestos abatement and lead abatement methods and project layout; d) The preparation of plans, specifications and contract documents; e) The review of environmental controls, abatement procedures for personal protection employed during the project; f) The design of area and clearance monitoring of the project; g) Any inspection, management planning, air monitoring, or project management; h) Consultation regarding compliance with various regulations and standards; i) Recommendations for abatement options; and j) Representation of the City's interest. 2) Compensation: CONSULTANT'S compensation for Basic Services shall be as set forth in Paragraph 5. 3. TIME OF PERFORMANCE CONSULTANT will proceed on individual asbestos abatement projects as he receives notice to proceed from the Director of Code Enforcement. He will complete each project within the amount of days designated by the Director of Code Enforcement, unless delayed by causes outside the control of CONSULTANT, and will proceed with subsequent work only on authorization by OWNER. CONSULTANT shall immediately submit to OWNER in writing evidence of delay satisfactory to the Director of Code Enforcement's reasonable discretion, upon which an extension of time equal to the period of actual delay shall be granted in writing. 4. INFORMATION AND SERVICES TO BE FURNISHED BY CONSULTANT It is agreed that the CITY will furnish, without charge, for the use of the Contract, information, data, reports, records, and maps as are existing, available and necessary for the carrying out of the work of the CONSULTANT as outlined under "Scope of Services." The CITY and its agencies will cooperate with the CONSULTANT in every way possible to facilitate the performance of the work described in this Contract. 2 EXHIBIT"B" COMPENSATION AND METHOD OF PAYMENT. COMPENSATION: CITY will pay CONSULTANT for work performed and services rendered under Paragraph 2 "Scope of Services", (Basic Services and Additional Services) at the following rates: RATE QUOTATION TEXAS DEPARTMENTOF HEALTH LICENSED ASBESTOS CONSULTING SERVICES Labor rates shall represent complete hourly labor rate including taxes, benefits, overhead, profit, etc. Rate provided shall be applicable to hourly rate regardless of minimum charge. These rates are in effect for one year, with OWNER'S option to renew for two (2) additional one-year periods. LABOR CATEGORIES STANDARD OVERTIME RATE RATE Individual Consultant $31.40/hr $40.82/hr Inspector $31.40/hr $40.82/hr Inspector Assistant Included in above rate Included in above rate Air Monitoring Technician $31.40/hr $40.82/hr (includes five (5) PCM samples) MINIMUM CHARGE PER CALL-OUT/SITE VISIT Individual Consultant 1 hour @ $31.40/hr Inspector 1 hour @ $31.40/hr Air Monitoring Technician 1 hour @ $31.40/hr (includes five (5) 24-hour, in-lab PCM samples per work shift) REPORT DEVELOPMENT/PREPARATION (as required) $31.40/hr 3 EXHIBIT"B" ASBESTOS AND LEAD ABATEMENT PROJECT CONTRACT SPECIFICATIONS Includes the following: 1. Project design and development of contract specifications 2. Creation/distribution of required addenda 3. Pre-qualification of abatement contractors 4. Preparation of invitation to bid 5. Pre-bid walk-through conference 6. Notice of intent to award 7. Pre-construction conference 8. Distribution of up to ten (10) bound sets of specifications Price quotes include: 1. Required consultative interviewing 2. Project site investigation 3. Development of drawing 4. Revisions based on Owner's review Small Projects ..$0.00 Projects with a combined amount of asbestos containing materials equal to or less than one hundred sixty (160) square feet of surface area, two hundred sixty (260) linear feet of pipe length or one (1) cubic yard of material. Subject materials shall be isolated to one specific work area. Large Projects $399.00 Projects with a combined amount of asbestos containing materials equal to or greater than one hundred sixty (160) square feet of surface area, two hundred sixty (260) linear feet of pipe length or one (1) cubic yard of material. ANALYTICAL RELATED FEES/CHARGES ASBESTOS AIR SAMPLES —Phase Contract Microscopy (PCM) 3-day, in-lab $0.00 each 24-hour, in-lab $0.00 each 2-hour, in-lab $0.00 each ASBESTOS AIR SAMPLES —Transmission Electron Microscopy (TEM) 3-day, in-lab $42.90 each 24-hour, in-lab $42.90 each 4 EXHIBIT"B" ASBESTOS BULK MATERIALS SAMPLES —Polarized Light Microscopy (PLM) 3-day, in-lab $10.40 each 24-hour, in-lab $10.40 each LEAD AIR SAMPLES —Flame Atomic Absorption (FAA) 3-day, in-lab $12.40 each 24-hour, in-lab $12.40 each LEAD AIR ANALYSIS—Flame Atomic Absorption (FAA) 24-hour, in-lab $12.40 each 3-day, in-lab $12.40 each LEAD BULK ANALYSIS — Flame Atomic Absorption (FAA) 24-hour, in-lab $10.50 each 3-day, in-lab $10.50 each 5. RECORDS CONSULTANT shall keep accurate records, including time sheets and travel vouchers, of all time and expenses allocated to performance of Contract work. Such records shall be kept in the office of the CONSULTANT for a period of not less than five (5) years and shall be made available to the CITY for inspection and copying upon reasonable request. 6. OWNERSHIP OF DOCUMENTS All documents, including original drawings, estimates, specifications, field notes and data are property of OWNER. CONSULTANT may retain reproducible copies of drawings and other documents. 7. INSURANCE All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by OWNER. The CONSULTANT shall, at his own expense, purchase, maintain and keep in force insurance as denoted in the attached Exhibit "A", and shall specifically maintain professional liability insurance. a) Professional liability insurance of$1,000,000.00. 1) CONSULTANT also agrees to maintain Professional Liability Insurance coverage of $1,000,000.00 minimum per occurrence/claim/policy year aggregate limits against CONSULTANT for damages arising in the course of, or as a result of, work performed under this Contract. 5 EXHIBIT"B" CONSULTANT shall cause CONSULTANT'S insurance company or insurance agent to fill in all information required (including names of insurance agencies, CONSULTANT 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 a valid certificate of insurance, and pertaining to the above listed Item 5; and before commencing any of the work and within the time otherwise specified, CONSULTANT shall file said completed Form with the OWNER. None of the provisions in said Form shall be altered or modified in any respect except as herein expressly authorized. Policies will not be altered, modified or canceled unless at least thirty (30) days prior written notice has been given to the OWNER. CONSULTANT shall also file with the OWNER valid CERTIFICATE(S) 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 OWNER not more than ten (10) days after execution of this Contract. 8. PROFESSIONAL LIABLITY A. CONSULTANT shall be responsible for the use and employment of reasonable skill and care befitting the profession in the designs, drawings, plans, specifications, data, reports and designation of materials and equipment provided by CONSULTANT for the projects covered by this contract. Approval by CITY shall not constitute nor be deemed a release of waiver of the responsibility and liability of CONSULTANT for the accuracy and competency of such designs, drawings, plans, specifications, data, reports and designation of materials and equipment. B. If services include periodic visits to the site to inspect work performed by another contractor, CONSULTANT is responsible to exercising reasonable care and skills befitting the profession to assure that the Contractor performs the work in accordance with Contract documents and to safeguard the CITY against defects and deficiencies in the work; provided, however, CONSULTANT does not guarantee or insure the work completed by the Contractor. During visits to the asbestos abatement site, and on the basis of the CONSULTANT'S on-site observations as an experienced and qualified professional, he will keep the CITY informed of the extent of the progress of the work, and advise the OWNER of material and substantial defects and deficiencies in the work of contractors which are discovered by the CONSULTANT or otherwise brought to the CONSULTANT'S attention in the course of asbestos abatement, and may, on behalf of the CITY exercise whatever rights the CITY may have to disapprove work and materials as failing to conform to the Contract documents. 9. INDEMNIFICATION CONSULTANT shall comply with the requirements of all applicable laws, rules, and regulations in connection with the services of CONSULTANT and shall exonerate, 6 EXHIBIT"B" indemnify and hold harmless the CITY, its officers, agents and all employees from any and all liability, loss or damage arising out of noncompliance with such laws, rules and regulations; without limitation, CONSULTANT shall assume full responsibility of payments of Federal, State and local taxes or contributions imposed or required under the Social Security, Worker's Compensation, and Income Tax Laws with respect to CONSULTANT'S employees. Further, CONSULTANT shall exonerate, indemnify and hold harmless the CITY, its officers, agents and all employees from any and all liability, loss, damages, expenses or claims arising out of negligence of CONSULTANT, its officers, agents, and employees in connection with any of the work performed or to be performed under this Contract by CONSULTANT or as a result of CONSULTANT failure to use and employ reasonable skill and care befitting the profession in accordance with paragraph 9 hereof. Further, CONSULTANT shall exonerate, indemnify and hold homeless the CITY, its officers, agents, and all employees from any and all liability, loss, damages, expenses or claims for infringement of any copyright or patents arising out of the use of any plans, designs, drawings, or specifications furnished by CONSULTANT in the performance of this Contract. 10.ADDRESS OF NOTICE AND COMMUNICATIONS CITY: CONSULTANT: CITY OF PORT ARTHUR TOTAL SAFETY, U. S., INC. P. O. Box 1089 11111 Wilcrest Green Drive, #300 Port Arthur, Texas 77641-1089 Houston, Texas 77042 Attn: Darlene Thomas-Pierre Attn: Troy Thacker Director of Code Compliance Chief Financial Officer All notices and communications under this Contract shall be mailed or delivered to OWNER and CONSULTANT at the above addresses. 11.CAPTIONS Each paragraph of this Contract has been supplied with a caption to serve only as a guide to the contents. The caption does not control the meaning of any Paragraph or in any way determine its interpretation or application. 12.SUCCESSORS AND ASSIGNMENTS The OWNER and the CONSULTANT each binds himself and his successors, executors, administrators, and assigns to the other party of this Contract and to the successors, executors, administrators and assigns of such other party, in respect to all covenants of this Contract. Except as above, neither the OWNER nor the CONSULTANT shall assign, sublet, or transfer his interest in this Contract without the written consent of the other. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of any public body which may be a party hereto. EXHIBIT"B" 13.CIVIL RIGHTS No person shall, on the grounds of race, religion, color, sex or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity of the CITY. The CONSULTANT will carry out its work under this Contract in a manner which will permit full compliance by the CITY with the Statute. 14.TERMINATION The City reserves the right to terminate this Contract at any time by giving at least thirty (30) days notice in writing to CONSULTANT. If the Contract is terminated by the CITY as provided herein, the CONSULTANT will be paid for the time provided and expenses incurred up to the termination date. 15.The term "Contract Documents" means and includes the following: (a)Agreement (b)Request for Proposal (c) General Information (d)Specifications (e) Proposal SIGNED AND AGREED TO this day of , AD 2016: TOTAL SAFETY, U. S., INC. WITNESSED SIGNED AND AGREED TO this day of , AD 2016: CITY OF PORT ARTHUR BY CITY MANAGER WITNESSED 8 DELORIS"BOBBIE"PRINCE,MAYOR BRIAN MCDOUGAL KAPRINA RICHARDSON FRANK,MAYOR PRO TEM City of �\ CITY MANAGER COUNCIL MEMBERS: Ii SHERRI BELLARD,TRMC RAYMOND SCOTT,JR. CITY SECRETARY TIFFANY HAMILTON n r 1 r t It u r MORRIS ALBRIGHT y�, .as VAL TIZENO KEITH RICHARD CITY ATTORNEY WILLIE"BAE"LEWIS,JR. OSMAN SWATI CHARLOTTE MOSES MAY 18, 2016 REQUEST FOR PROPOSAL ASBESTOS & LEAD ABATEMENT CONSULTANT DEADLINE: Sealed Proposals submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, June 8, 2016. (The clock located in the City Secretary's office will be the official time.) All proposals received will be read aloud at 3:15 p.m. on Wednesday, June 8, 2016 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P16-032 DELIVERY ADDRESS: Please submit one (1)original and one(1) copy of your proposal 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 Request for Proposal or Scope of Work should be directed in writinto: City of Port Arthur, TX Clifton Williams, Acting Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williamsaportarthurtx.gov Purchasing Division/Finance Department 1 Purchasing Manager,Shawna Tubbs,CPPO,CPPB P.O.Box 10891444 4th Street' Port Arthur,Texas 776411 409.983.8160 1Fax 409.983.8291 The enclosed Request for Proposal (RFP) and accompanying General Instructions, Conditions and Specifications are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Proposals must be signed by a person having authority to bind the firm in a contract. Proposals shall be placed in a sealed envelope,with the Vendor's name and address in the upper left-hand corner of the envelope. ALL PROPOSALS 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 RFP submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted RFP submittals will not be accepted. Clifton Williams, CPPB Acting Purchasing Manager Page 2 of 18 AUTOMATIC DISQUALIFICATIONS OF PROPOSAL BIDDER WILL BE DISQUALIFIED IF ANY OF THE FOLLOWING ACTIONS ARE DONE. 1. BIDDER DOES NOT WRITE IN PEN OR TYPED. 2. BIDDER MAKES A CHANGE ON THE BID AND DOES NOT INTIAL BY THE CHANGE. 3. THE BIDDER DOES NOT RETURN THE FOLLOWING FORMS FILLED OUT COMPLETELY. A. BIDDER DOES NOT SUBMIT PRICING SHEET STATING EVERY ITEM THE CITY REQUEST. B. LETTER OF INTEREST-PAGE 10 C. NON-COLLUSION AFFIDAVIT- PAGE 11 (MUST BE NOTARIZED) D. AFFIDAVIT-PAGE 12 (MUST BE NOTARIZED) E. CONFLICT OF INTEREST PAGE 13 (IF THERE IS NO CONFLICT BIDDER MUST WRITE N/A ON LINE 1 AND SIGN AND DATE ON LINE 4). Page 3 of 18 REQUEST FOR PROPOSAL ASBESTOS & LEAD ABATEMENT CONSULTANT (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 4 of 18 City of Port Arthur Request for Proposals Asbestos & Lead Abatement Consultant OBJECTIVE The City is seeking a response to the Request for Proposals (RFP) for an Asbestos & Lead Abatement Consultant. Asbestos consulting services shall be provided on an "as needed" basis without a minimum quality of work specified. The work shall include the provision of"turn-key" asbestos consulting services for the City of Port Arthur, Texas. The City is interested in securing the most qualified firm/personnel to perform the required services. Due to the nature of the requested services and the broad range of safety and health issues involved, the availability of on-staff, supplemental qualifications such as Certified Industrial Hygienist (CIH) and/or Certified Safety Professional (CSP), shall be recognized as advantageous to the City. In similar fashion, the availability of multiple monitoring, etc., to ensure effective response to the City's needs, shall also be recognized as an advantage. Consultant will represent the City interest. PROPOSED PROJECT A. Testing 1. The inspection of the properties for asbestos-containing materials (ACM) and lead; 2. All work shall be performed in strict accordance with Texas Department of Health (TDH) rules and requirements for asbestos related consulting service by personnel approximately licensed by TDH. 3. Services related to National Emission Standards for Hazardous Air Pollutants (NESHAP) compliance should be considered priority issues. 4. The evaluation and selection of appropriate asbestos abatement methods and project layout; 5. The review of environmental controls, abatement procedures for personal protection employed during the project; 6. Consultation regarding compliance with various regulations and standards; 7. The evaluation and selection of appropriate asbestos abatement methods and project layout. 8. Within thirty (30) days following completion of field activities, provide a final report (one original and one copy) which includes the purpose(s), summary of results, conclusion, recommendations, summary of dates in table form, field notes, methodologies, sample data sheets, laboratory reports and/or other appropriate data. B. The Bid Process 1. The designing of asbestos abatement projects which is the creating and writing of specifications and development of drawing for the abatement of asbestos and lead for the demolition projects. The City may require the Consultant to prepare the entire bid package which includes the plans, specifications, and contract documents or quotes. Make revisions at the City's request. 2. The Consultant will be required to attend all Pre-Bid Conferences to explain the specifications and answer questions. Consultant will be required to bring all the bidders to each location to show contractors what is required. 3. Consultant will be responsible for the Pre-qualification of abatement contractors 4. The Consultant will be responsible for recommending the contractor for award. C. Construction 1. The Consultant will be responsible to meet with the contractor and have a pre-construction meeting. Page 5 of 18 2. During the project the Consultant will be responsible for monitoring the contractor while work is being done. Must make sure the area is secure and take air samples. 3. Consultation regarding compliance with various regulations and standards. 4. Recommendations for abatement options. 5. Any inspection, management planning, air monitoring, or project management. 6. Project site investigation. D. Records 1. Consultant shall keep accurate records, including time sheets and travel vouchers, of all time and expenses allocated to performance of Contract work. 2. Records shall be kept in the office of the Consultant for a period of not less than five (5) years and shall be made available to the CITY for inspection and copying upon reasonable request. E. Ownership of Documents 1. All documents, including original drawings, estimates, specifications, field notes and data are property of OWNER. CONSULTANT may retain reproducible copies of drawings and other documents. CONTRACT This is a one year contract with the option to renew for two additional one year periods. Page 6 of 18 The City of Port Arthur requires comprehensive responses to every section within this RFP. Conciseness and clarity of content are emphasized and encouraged. Vague and general proposals will be considered non-responsive and will result in disqualification. To facilitate the review of the responses, Firms shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain Vendors with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Failure to arrange the proposal as requested may result in the disqualification of the proposal. It is requested that proposals be limited to no more than 50 pages, excluding resumes. All pages of the proposal must be numbered and the proposal must contain an organized, paginated table of contents corresponding to the sections and pages of the proposal. PRICE A. Small Projects with a combined amount of asbestos containing materials equal to or less than one hundred sixty (160) square feet of surface area, two hundred sixty (260) linear feet of pipe length or one (1) cubic yard of material. Subject materials shall be isolated to one specific work area. B. Large Projects with a combined amount of asbestos containing materials equal to or greater than one hundred sixty (160) square feet of surface area, two hundred sixty (260) linear feet of pipe length or one (1) cubic yard of material. C. ANALYTICAL RELATED FEES/CHARGES 1. ASBESTOS AIR SAMPLES—Phase Contract Microscopy (PCM) 3-day, in-lab 24-hour, in-lab 2-hour, in-lab 2. ASBESTOS AIR SAMPLES—Transmission Electron Microscopy (TEM) 24-hour, in-lab 3. ASBESTOS BULK MATERIALS SAMPLES—Polarized Light Microscopy (PLM) 3-day, in-lab 24-hour, in-lab 4. LEAD AIR SAMPLES—Flame Atomic Absorption (FAA) 3-day, in-lab 24-hour, in-lab 2-hour, in-lab 5. LEAD AIR ANALYSIS 24-hour, in-lab 6. LEAD BULK ANALYSIS 3-day, in-lab 24-hour, in-lab Page 7 of 18 7. Labor rates shall represent complete hourly labor rate including taxes, benefits, overhead, profit, etc. Labor rates shall represent standard rates, NOT overtime (premium) rates. Rate provided shall be applicable to hourly rate regardless of minimum charge. 8. State the standard hourly rate and overtime hourly rate for the following: 1) Individual Consultant 2) Inspector 3) Inspector Assistant 4) Air Monitoring Technician(include five (5)24-hour, in-lab PCM samples per work shift 9. State the minimum number of hours and minimum hourly charge per call-out/site visit for the following: 1) Asbestos/Lead Consultant 2) Inspector 3) Project Manager 4) Air Monitoring Technician (include five (5) 24-hour, in-lab PCM samples per work shift 10. State the hourly rate for Report Development/Preparation as required. 11. Vendor must state any additional fee such as travel cost, mileage, food, hotel stay, etc. Vendor shall incur no travel or related expenses chargeable to the City without prior approval by an authorized representative of the City. EXPERIENCE The offeror shall provide the following information. 1) Experience evaluating and designing asbestos/lead abatement projects. 2) The number of years in business. 3) Professional affiliations. 4) Recent examples of abatement projects. Consultant(s) assigned by the offeror shall specialize in Asbestos and Lead Consulting. This experience shall be documented in a resume for each staff member of the organization that will be selected to provide asbestos and lead consulting. The offeror shall briefly describe the firm's experience and qualifications to deliver the requested services. The offerors' description shall also describe the proposed staffing level required to perform the services and a list of all key members of the offeror's team (except administrative support staff) and any consultant who will be committed to the project. Indicate the level of effort and function of each member of the project, and the length of each staff member's direct experiences. Prepare organization structure to show how the key members will be involved. Include resumes of these individuals. The resumes should include the following minimum information: 1) Name 2) An explanation of the function they will perform and their title by classification. 3) Their relevant educational background. 4) Their relevant work experience. 5) Their work experience with local, state and federal government clients. Page 8 of 18 6) Any specialized skills, training, and/or credentials that is relevant to the required services; (e.g., degrees, certificates, etc). REFERENCES Include three(3)business references for which similar services have been provided. Include the following: 1) The term (beginning and ending dates) of your contract agreement(s); 2) A brief description of the scope of work; and 3) Contact name,title, address, and telephone number. The offeror(s) hereby authorize(s) and request(s) any person, firm, corporation and/or government entity to furnish any information requested by the City in verification of the references provided and for determining the quality and timeliness of providing the services. SELECTION PROCESS All applications will be screened by an evaluation committee and those applicants selected for a short list may be invited to attend an interview, at the applicants own expense. The City shall not incur any costs for applicant preparation and/or submittal of qualifications. The City will evaluate all responses based on the qualifications, past performance and project approach. The City reserves the right to negotiate the final fee prior to recommending any Firm for a contract. The City's process is as follows: 1. The evaluation committee shall screen and rate all of the responses that are submitted. Evaluation ratings will be on a 100 point scale and shall be based on the following criteria: a. Price 45 pts b. Experience . 40 pts c. References .15 pts 2. City staff shall recommend the most qualified Asbestos & Lead Consulting firm to the City Council and request authority to enter into a contract. 3. When services and fees are agreed upon, the selected firm shall be offered a contract subject to City Council approval. 4. Should negotiations be unsuccessful, the City shall enter into negotiations with the next, highest ranked firm. The process shall continue until an agreement is reached with a qualified firm. 5. This RFP does not commit the City to pay for any direct and/or indirect costs incurred in the preparation and presentation of a response. All finalist(s) shall pay their own costs incurred in preparing for,traveling to and attending interviews. Page 9 of 18 LETTER OF INTEREST RFP—Asbestos & Lead Abatement Consultant Deadline: June 8,2016 The undersigned firm submits the following information (this RFP submittal) in response to the Request for Porposal (as amended by any Addenda), issued by the City of Port Arthur, TX (City) to supply Asbestos & Lead Abatement Consultant Services. Enclosed, and by this reference incorporated herein and made a part of this RFP, are the following: ❖ Completed RFP Letter of Interest Form ❖ Non Collusion Affadavit ❖ Completed Affidavit ❖ Completed Conflict of Interest Form Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject any responses submitted. Firm also understands that all costs and expenses incurred by it in preparing this RFP and participating in this process will be borne solely by the firm, and that the required materials to be submitted will become the property of the City and will not be returned. Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete statements in this RFP. Firm accepts all terms of the RFP submittal process by signing this letter of interest and making the RFP submittal. This RFP shall be governed by and construed in all respects according to the laws of the State of Texas. Firm Name Date Authorized Signature Title Name(please print) Telephone Address Email Page 10 of 18 NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § § STATE OF TEXAS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: Printed Name: Title: Company: Date: SUBSCRIBED and sworn to before me the undersigned authority by the of, on behalf of said bidder. Notary Public in and for the State of Texas My commission expires: Page 11 of 18 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: 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. Firm Name Date Authorized Signature Title Name(please print) Telephone Email STATE: COUNTY: SUBSCRIBED AND SWORN to before me by the above named on this the day of , 20 Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 12 of 18 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491,80th Leg.,Regular Session. This questionnaire is being filed in accordance with Chapter 176,Local Government Code by a person who has a business relationship as defined by Section 176.001 (1-a)with a local governmental entity and the person 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 person becomes aware of facts that require the statement to be filed. See Section 176.006,Local Government Code. A person commits an offense if the person knowingly violates Section 176.006,Local Government Code.An offense under this section is a Class C misdemeanor. 1.Name of person who has a business relationship with local governmental entity. 2. 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 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3.Name of a local government officer with whom filer has employment or business relationship. Name of Officer This section(item 3 including subparts A,B,C,&D)must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1-a),Local Government Code.Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment income,from the filer of the questionnaire? Fl Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director,or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. 4. Signature of person doing business with the governmental entity Date Page 13 of 18 GENERAL INFORMATION: 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 exceptions)/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. 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 Page 14 of 18 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.: Department Name, 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. 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 financial 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 Page 15 of 18 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. 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. 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. Page 16 of 18 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 Contractor 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: 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 Page 17 of 18 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 18 of 18 TOTAL SAFETY Building HEROES. Protecting HEROES. Proposal for Asbestos & Lead Abatement Consultant for the City of Port Arthur Prepared by: Total Safety U .S., Inc. 365 Highway 365 Port Arthur, Texas 77640 365 Highway 365, Port Arthur,TX 77640 1 409-727-8227 www.totalsafety.corn City of Port Arthur RFP-2016 TABLE OF CONTENTS PART 1: PRICING SCHEDULE A. Small Projects 2 B. Large Projects 2 C. Analytical Related Fees/Charges 2 D. Labor Rates, Standard and Overtime Hourly Rates, Minimum Hours Charge, Rate for Report Development/Preparation 3 PART 2: EXPERIENCE A. Experience Evaluating and Designing Asbestos/Lead Abatement Projects 4 B. Number of Years in Business 6 C. Professional Affiliations 6 D. Recent Examples of Abatement Projects 6 E. Resumes 8 PART 3: REFERENCES 15 PART 4: METHODOLOGY/STRATEGY TO ACCOMPLISH SERVICES 16 LETTER OF INTEREST AFFIDAVIT NON-COLLUSION AFFIDAVIT CONFLICT OF INTEREST QUESTIONAIRE EXCEPTION PAGE with initials 1 Total Safety U.S., Inc. City of Port Arthur RFP-2016 PART 1: PRICING SCHEDULE A. Find pricing below for Technical Specifications for small projects defined as a combined amount of asbestos containing materials equal to or less than one hundred sixty (160) square feet of surface area, two hundred sixty (260) linear feet of pipe length or one (1) cubic yard of material. Subject materials shall be isolated to one specific work area. B. Find pricing below for Technical Specifications for large projects defined as a combined amount of asbestos containing materials equal to or greater than one hundred sixty (160) square feet of surface area, two hundred sixty (260) linear feet of pipe length or one (1) cubic yard of material. Technical Specifications Small Projects $0.00 Large Projects $399.00 C. ANALYTICAL RELATED FEES/CHARGES ASBESTOS AIR SAMPLES — Per Sample Analysis Cost METHOD 2-hr 24-hr 3 Day Phase Contract Microscopy(PCM) No Charge No Charge No Charge Transmission Electron Microscopy(TEM) n/a $42.90 $42.90 ASBESTOS BULK SAMPLES — Per Sample Analysis Cost METHOD 2-hr 24-hr 3 Day Polarized Light Microscopy (PLM) n/a $10.40 $10.40 LEAD AIR SAMPLES — Per Sample Analysis Cost METHOD 2-hr 24-hr 3 Day Flame Atomic Absorption (FAA) n/a $12.40 $12.40 LEAD AIR ANALYSIS — Per Sample Analysis Cost METHOD 2-hr 24-hr 3 Day Flame Atomic Absorption (FAA) n/a $12.40 $12.40 2 Total Safety U.S., Inc. City of Port Arthur RFP-2016 LEAD BULK ANALYSIS — Per Sample Cost METHOD 2-hr 24-hr 3 Day Flame Atomic Absorption (FAA) n/a $10.50 $10.50 D. Labor Rates, Standard and Overtime Hourly Rates, Minimum Hours Charge, Rate for Report Development/Preparation Title-Labor Classification Rate Per Hour Standard Hourly Rate & Overtime Rate Individual Consultant $31.40 Inspector $31.40 Inspector Assistant $0.00 Air Monitoring Technician (includes 5 PCM samples) $31.40 Report Development/Preparation $31.40 1. Overtime and weekend rates will be billed at 1.3 times the normal billing rates. 2. A one hour minimum callout charge will be billed per site visit for all labor classifications listed. 3. Labor rates represent complete hourly labor rate including taxes, benefits, overhead,profit, etc. 4. There are no additional charges for travel cost, mileage, food,hotel stay, etc. PART 2: EXPERIENCE Total Safety U.S., Inc. (Total Safety) employs over 16 State-Licensed and/or EPA- Accredited asbestos field technicians in the Port Arthur office. We have qualified technicians available to handle all of the City of Port Arthur's asbestos/lead needs with short notice. In addition, Total Safety is a multi-disciplinary organization possessing the resources necessary to respond to all types of Environmental, Health and Safety project requirements. Total Safety specializes in all aspects of environmental, safety, and occupational health services. Total Safety staff members and associate consultants have formal education or certifications/licensures in the following disciplines: • Licensed, Accredited Asbestos Consultants, Inspectors, Project Managers and Air Monitoring Personnel • Certified Safety Professionals — Board of Certified Safety Professionals • Certified Industrial Hygienists—American Board of Industrial Hygiene • Certified Hazardous Materials Managers — Institute of Hazardous Materials Mgmt. • Licensed Mold Consultants • Occupational Health and Safety • Industrial Hygiene • Environmental Management • Environmental Science • Civil Engineering 3 Total Safety U.S., Inc. City of Port Arthur RFP-2016 • Chemical Engineering • Biology, Zoology and Chemistry A. Experience Evaluating and Designing Asbestos/Lead Abatement Projects Total Safety and their experience staff have provided a full range of asbestos/lead paint consulting services for the past 22 years. Total Safety provides highly qualified lead and licensed asbestos project managers, project designers and technicians for all aspects of a construction or demolition project. The experienced staff is equipped to tackle any project, large or small. Total Safety personnel have extensive experience working in public buildings, as well as structurally unsound buildings, and gives special consideration to safety. The following paragraphs describe the proposed approach Total Safety plans on taking in relation to the asbestos/lead issues the City of Port Arthur faces on a regular basis: Asbestos/Lead Surveys - Asbestos/lead surveys are generally generated from scheduled renovation or demolition projects. Whenever a project manager/coordinator feels a suspect building material will be disturbed during the course of a project, Total Safety is contacted to inspect the suspect materials. We sample the material, conduct a condition assessment of the material, provide third party laboratory analysis, review the laboratory data, and prepare a detailed report documenting our findings. The report also provides appropriate recommendations and abatement alternatives. All Total Safety survey personnel are licensed by the state, as required, and have been properly trained to perform surveys in accordance with appropriate federal, state and local regulations. Project Specifications and Bidding Documents - Based on the results of the asbestos/lead survey, the client may elect to remove all or portions of the asbestos- containing materials (ACM) and/or lead-based paint (LBP) identified during the survey. Any ACM/LBP scheduled for disturbance must be removed prior to renovation or demolition. In these instances, Total Safety will design and prepare the project specifications for the safe abatement of the material by a third party abatement contractor. Based on the results of the survey, Total Safety will determine the appropriate engineering controls and air monitoring procedures to protect workers and building/facility occupants. This design process involves a number of important steps which will facilitate the safe and efficient completion of the project. Some of these steps include: • Preparation of a clear and concise scope of work • Determination of the project schedule and manpower requirements • Selection of the appropriate engineering controls (i.e. plastic barriers, decontamination requirements, negative pressure, removal methods, etc.) • Determination of appropriate respiratory and personal protection requirements • Preparation of an air monitoring strategy including air monitoring sample locations, sample frequency and methods 4 Total Safety U.S., Inc. City of Port Arthur RFP-2016 • Determination of the final visual and air clearance standards Where requested by the client, Total Safety can also prepare and develop the contract and bidding documents for the project. These documents present the contractual requirements upon which the abatement contractors will base their bids. The contract will include items such as the contract amount, the project schedule, insurance and bonding requirements, indemnification provisions, payment schedules and other special requirements of the contractor and client. In most cases a pre-bid walk through will be required. This walk-through allows each contractor to familiarize themselves with the project, review the project specifications and requirements, determine the specific project requirements and ask appropriate questions of both the client and Total Safety. Upon completion of the bidding process, Total Safety can assist the client in selection of the appropriate contractor for the project. Each bid will be reviewed for completeness and compliance with the bidding documents. Abatement Monitoring - Abatement monitoring is one of the most important aspects of an abatement project. Total Safety provides trained and licensed technicians to monitor all aspects of an abatement project. Some of these monitoring activities include: • Administration of a pre-construction meeting • Pre-abatement baseline sampling • Collection of air samples during contractor mobilization • Inspection of the containment before and during the removal process for compliance with the project specification • Observation of and documentation of the contractor's work practices • Be available to interpret the specifications, assist in problem resolution, and advise the client if problems or disputes arise • Sampling inside and outside the containment during containment construction and removal activities • Collection and analyses of final clearance and reoccupation samples after the removal activities are complete • Conduct a final post abatement walk-through and punch-list. Total Safety will be the client's representative on-site at all times. Final Report - Upon completion of the abatement process Total Safety will prepare a final abatement report documenting the project. The report will include the daily field logs, air sample results, contractor submittals and a written narrative describing the abatement activities including any deficiencies or problems encountered. This report will provide the client with permanent documentation of the project. Total Safety personnel has experience in managing projects from $5 MM • 5 Total Safety U.S., Inc. City of Port Arthur RFP-2016 (Pentagon/DOD) to $35MM (FEMA) which required rapid ramping up and deployment of staff, establishing business systems to qualify, train and manage staff and establishing the infrastructure (such as provision of software management systems, offices, and equipment) necessary to ensure timely completion of the projects. Total Safety's professional certifications and licenses include: • Licensed Asbestos Consulting Agency - Texas Department of State Health Services • Licensed Lead Firm —Texas Department of State Health Services • Licensed Mold Assessment Firm—Texas Department of State Health Services • Qualified Environmental Professionals — Institute of Professional Environmental Practice B. Number of Years in Business Total Safety has been in business for over 23 years. We provide a full range of quality environmental, health and safety services to a wide variety of public and private sector clients. Formed in 1993, ICU was acquired by Total Safety U.S., Inc. in 2010. As a Total Safety Company, Total Safety now has operations throughout the United States. Total Safety's staff of 75 plus local employees and extensive network of associate consultants are dedicated to providing relevant, accurate and cost-effective business solutions to customers in both domestic and international facilities. C. Professional Affiliations Total Safety is committed to the continuing professional development of staff members in order to maintain a high level of competence and current knowledge in the EHS field. Total Safety is active in a number of professional organizations and has participated in committee work for the American Industrial Hygiene Association, the American National Standards Institute, the Greater Houston Industrial Hygiene Council, the American Chemistry Council, The Air and Waste Management Association, and The American Petroleum Institute. D. Recent Examples of Abatement Projects City of Port Arthur 444 4th Street, Port Arthur, Texas 77641 Asbestos/Lead Paint/Mold Surveys; Abatement Project Design, Air Monitoring, & Clearance Reports • 6 Total Safety U.S., Inc. City of Port Arthur RFP-2016 Port Arthur I.S.D. P.O. Box 1388, Port Arthur, Texas 77640 Asbestos/Lead Paint/Mold Surveys; Abatement Project Design, Air Monitoring, & Clearance Reports City of Beaumont 801 N. Main Street, Beaumont, Texas 77701 Asbestos/Lead Paint/Mold Surveys; Abatement Project Design, Air Monitoring, & Clearance Reports City of Orange P.O. Box 520, Orange, Texas 77630 Asbestos/Lead Paint/Mold Surveys; Abatement Project Design, Air Monitoring, & Clearance Reports City of Port Neches P.O. Box 758, Port Neches, Texas 77651 Asbestos Surveys; Abatement Project Design, Air Monitoring, & Clearance Reports City of Nederland 1903 Atlanta Ave., Nederland, Texas 77627 Asbestos/Lead Paint/Mold Surveys; Abatement Project Design, Air Monitoring, & Clearance Reports City of Dickinson 4403 Hwy 3, Dickinson, Texas 77539 Asbestos Surveys; Abatement Project Design, Air Monitoring, & Clearance Reports Christus St. Elizabeth Hospital 2830 Calder, Beaumont, Texas 77702 Asbestos/Lead Paint/Mold Surveys; Abatement Project Design, Air Monitoring, & Clearance Reports Christus St. Mary Hospital 3600 Gates Boulevard, Port Arthur, Texas 77643 Asbestos/Lead Paint/Mold Survey; Abatement Project Design, Air Monitoring, & Clearance Reports Lamar University P.O. Box 10016, Beaumont, Texas 77710 Asbestos/Lead Paint/Mold Surveys; Abatement Project Design, Air Monitoring, & Clearance Reports 7 Total Safety U.S., Inc. City of Port Arthur RFP-2016 Lamar State College— Orange 410 Front Street, Orange, Texas 77630 Asbestos/Lead Paint/Mold Surveys; Abatement Project Design, Air Monitoring, & Clearance Reports University of Texas Medical Branch at Galveston 301 University Blvd, Galveston, Texas 77555 Asbestos/Lead Paint/Mold Surveys; Abatement Project Design, Air Monitoring, & Clearance Reports Additional local clients include: Beaumont ISD Bridge City ISD Diocese of Beaumont Baptist Hospitals of Southeast Texas Hamshire-Fannett ISD Port Neches-Groves ISD Silsbee ISD Hardin-Jefferson ISD E. RESUMES The following are resumes of proposed Total Safety staff members who would be involved in providing the services requested. Resumes highlight relevant certifications, levels of training, and detailed descriptions of their involvement with projects of similar or identical scopes. Daniel R. Ward — Manager of Asbestos Field Services (State-Licensed Asbestos Consultant) Dan will serve as the lead project manager on all asbestos related projects. Josh Bennett - Lead Risk Assessor/Asbestos Project Manager Josh will serve as the lead project manager on all lead related projects. The remaining individuals will serve as field technicians in one or both disciplines: Charisse Crochet— Lead Asbestos Inspector Christy Smith —Air Monitoring Tech/Inspector Jordan Bennett—Air Monitoring Tech/Inspector Gerald Hebert -Air Monitoring Tech/Inspector Jen Pierre -Air Monitoring Tech/Inspector Andy Lee - Air Monitoring Tech/Inspector 8 Total Safety U.S., Inc. City of Port Arthur RFP-2016 MIS" ■ +. TOTAL SAFETY • Daniel R. Ward State Licensed Asbestos Consultant Dan has over 27 years experience in performing various types of asbestos services in the municipal, medical and academic sectors. During this time, he has conducted numerous asbestos & lead identification surveys for municipalities, universities, hospitals, K-12 schools, churches, high rise office buildings, clinics, and other commercial facilities. He has prepared, evaluated and provided oversight for scope of work and technical specifications for asbestos and lead-related activities in all of the aforementioned facilities. Dan has coordinated, inspected and approved work practices and procedures for abatement contractors; conducted training for a computerized database system specifically designed for an industrial hygiene setting; and consulted on questions associated with sampling methodology and federal guidelines. He has managed and monitored numerous asbestos abatement projects in hospitals, schools, office buildings, and industrial facilities. He has conducted numerous industrial hygiene exposure characterizations and performed compliance monitoring in accordance with Occupational Safety and Health Administration (OSHA) requirements. Dan is a state-licensed Asbestos Individual Consultant. In addition, he has successfully completed the Airborne Asbestos Sampling and Laboratory Analysis NIOSH 582 Training Course. Education BS Environmental Science University of Houston Clear Lake, Texas Licenses Asbestos Individual Consultant-Texas Department of State Health Services Certifications EPA-Accredited Asbestos Project Designer EPA-Accredited Management Planner EPA-Accredited Inspector EPA-Accredited Asbestos Air Monitoring Technician NIOSH 582 Laboratory Analysis Background Clearances University of Texas Medical Branch Texas at Galveston IKE/CIP Multiple Projects Badge ID No. 991194 TWIC Similar Projects • Managed numerous asbestos/lead paint-related projects for the City of Port Arthur, City of Nederland, City of Beaumont, City of Port Neches, City of Baytown, City of Orange • Managed numerous asbestos/lead paint-related projects for the Jefferson County, Hardin County, Chambers County, Orange County • Managed hundreds of asbestos/lead paint-related projects in over 60 buildings on the UTMB campus and various affiliated clinics in the Greater Galveston area. • Managed numerous asbestos-related projects on several floors at Christus St. Elizabeth/Christus St. Mary Hospital in Beaumont, Texas. 9 Total Safety U.S., Inc. • City of Port Arthur RFP-2016 • Managed asbestos-related projects at Memorial Hermann Baptist Hospital in Beaumont, Texas. • Managed numerous asbestos-related projects in several buildings at Lamar University in Beaumont, Texas. • Managed numerous asbestos-related projects in several buildings at Lamar State College-Port Arthur in Port Arthur, Texas. • Managed numerous asbestos-related projects in several buildings at Lamar State College- Orange in Orange, Texas. • 10 Total Safety U.S., Inc. City of Port Arthur RFP-2016 MINIS lima TOTAL SAFETY • Christy Smith Asbestos Project Manager Christy has over 14 years experience working in the asbestos field. She gained advanced skills in surveys and project management work while working in medical and academic facilities. She has conducted numerous asbestos surveys and managed asbestos abatement projects in hospitals and K-12 buildings. She has conducted three year reinspections for numerous area school districts. She has performed compliance monitoring in accordance with Occupational Safety and Health Administration (OSHA) requirements. Christy is a state-licensed Asbestos Project Manager, Inspector, and Air Monitoring Technician. In addition, she has successfully completed the Airborne Asbestos Sampling and Laboratory Analysis NIOSH 582 Training Course. Education High School Diploma Port Neches-Groves High School, Port Neches, Texas Licenses Asbestos Project Manager-Texas Department of State Health Services Asbestos Inspector-Texas Department of State Health Services Asbestos Air Monitoring Technician -Texas Department of State Health Services Certifications EPA-Accredited Asbestos Contractor Supervisor EPA-Accredited Inspector EPA-Accredited Asbestos Air Monitoring Technician NIOSH 582 Laboratory Analysis Background Clearances University of Texas Medical Branch Texas at Galveston IKE/CIP Multiple Projects Badge ID No. 725854 Similar Projects • Managed several asbestos/lead paint-related projects on the UTMB campus in Galveston, Texas. • Managed numerous asbestos-related projects on several floors at Christus St. Elizabeth Hospital in Beaumont, Texas. • Managed numerous asbestos-related projects on several floors at Christus St. Mary Hospital in Port Arthur, Texas. • Managed numerous asbestos-related projects in several buildings at Lamar University in Beaumont, Texas. • Managed numerous asbestos-related projects in several buildings at Lamar State College-Port Arthur in Port Arthur, Texas. • Managed numerous asbestos-related projects in several buildings at Lamar State College- Orange in Orange, Texas. 11 Total Safety U.S., Inc. City of Port Arthur RFP-2016 NINC)e TOTAL SAFETY • Jordan Ross Bennett Asbestos Project Manager Ross has over 10 years experience in the asbestos field. He conducts asbestos surveys and manages abatement projects on a regular basis. He has managed numerous asbestos projects in hospitals and K-12 schools. He has performed compliance monitoring in accordance with Occupational Safety and Health Administration (OSHA) requirements. Ross is a state-licensed Asbestos Project Manager, Inspector, and Air Monitoring Technician. In addition, he has successfully completed the Airborne Asbestos Sampling and Laboratory Analysis NIOSH 582 Training Course. Education Two years of college courses at Texas A&M in College Station, Texas One year of college courses at Lamar University in Beaumont, Texas Licenses Asbestos Project Manager- Texas Department of State Health Services Asbestos Inspector-Texas Department of State Health Services Asbestos Air Monitoring Technician -Texas Department of State Health Services Certifications EPA-Accredited Asbestos Contractor Supervisor EPA-Accredited Inspector EPA-Accredited Asbestos Air Monitoring Technician NIOSH 582 Laboratory Analysis Background Clearances University of Texas Medical Branch Texas at Galveston IKE/CIP Multiple Projects Badge ID No. 977633 Similar Projects • Managed several asbestos-related projects on the UTMB campus in Galveston, Texas. • Managed asbestos-related projects in several facilities for Beaumont ISD in Beaumont, Texas. • Managed asbestos-related projects at Christus St. Elizabeth Hospital in Beaumont, Texas. • Managed asbestos-related projects in several facilities for Port Arthur ISD in Port Arthur, Texas. • Managed numerous asbestos-related projects in several buildings at Lamar University in Beaumont, Texas. 12 Total Safety U.S., Inc. City of Port Arthur RFP-2016 � N` rTOTAL SAFETY Joshua Bennett Lead Risk Assessor/Asbestos Project Manager Josh has over 13 years experience performing lead paint and asbestos-related activities. He has focused on medical, academic, low income housing, and other commercial-type buildings. Josh has inspected and approved work practices and procedures for abatement contractors. He has provided oversight and monitored numerous asbestos abatement projects in hospitals, schools, office buildings, and industrial facilities. He has performed compliance monitoring in accordance with Occupational Safety and Health Administration (OSHA) requirements. Josh is a state-licensed Lead Risk Assessor, Asbestos Project Manager, Inspector, and Air Monitoring Technician. In addition, he has successfully completed the Airborne Asbestos Sampling and Laboratory Analysis NIOSH 582 Training Course. Education Two years of college courses at Lamar University in Beaumont, Texas Licenses Lead Risk Assessor-Texas Department of State Health Services Asbestos Project Manager-Texas Department of State Health Services Asbestos Inspector-Texas Department of State Health Services Asbestos Air Monitoring Technician -Texas Department of State Health Services Certifications EPA-Accredited Asbestos Contractor Supervisor EPA-Accredited Inspector EPA-Accredited Asbestos Air Monitoring Technician NIOSH 582 Laboratory Analysis Background Clearances University of Texas Medical Branch Texas at Galveston IKE/CIP Multiple Projects Badge ID No. 380552 Similar Projects • Assisted in several asbestos/lead paint-related projects on the UTMB campus and various affiliated clinics in the Greater Galveston area. • Managed several asbestos/lead-related projects at Christus St. Mary Hospital in Port Arthur, Texas. • Managed several asbestos/lead-related projects at Lamar University in Beaumont, Texas. • Managed several asbestos/lead-related projects in several buildings at Lamar State College- Orange in Orange, Texas. • Mahaged several asbestos/lead-related projects at Christus St. Elizabeth Hospital in Beaumont, Texas. • Managed several asbestos/lead-related projects at Lamar State College-Port Arthur in Port Arthur, Texas. 13 Total Safety U.S., Inc. City of Port Arthur RFP-2016 D�MOM TOTAL SAFETY Daniel Penaloza, CIH, CSP EHS Consultant Daniel has 16 years of experience in providing mold assessment and remediation services for academic, medical, commercial and government facilities. He has performed mold assessment, designed remediation scopes of work, provided oversight and managed contractors during the remediation work and during re-construction, and has performed clearance activities for projects. Daniel has conducted industrial hygiene exposure monitoring, workplace exposure assessments, lab hood ventilation evaluations, and other monitoring in accordance with Occupational Safety and Health Administration (OSHA) requirements. Daniel manages industrial hygiene data on behalf of clients with the Medgate database software. He managed the industrial hygiene data flow, quality control, and retention for the 2010 Deepwater horizon oil spill response. Daniel is a state-licensed Mold Assessment Consultant, and holds the Certified Industrial Hygiene credential issued by the American Industrial Hygiene Association (AIHA). Education BS in Biomedical Science, Texas A&M University, College Station, TX Licenses State-Licensed Mold Assessment Consultant-Texas Department of State Health Services State-Licensed Asbestos Consultant-Texas Department of State Health Services Certifications CIH, certified by the AIHA Similar Projects • Managed hundreds of mold and asbestos related remediation projects in commercial settings throughout Texas. • 14 Total Safety U.S., Inc. City of Port Arthur RFP-2016 DUMMI Y TOTAL SAFETY- or s PART 3: REFERENCES University of Texas Medical Branch at Galveston 301 University Blvd Galveston, Texas 77555 Attn: Chuck Anderson, Facilities Director (409) 392-5172 Asbestos/Lead Paint/Mold Surveys; Abatement Project Design, Air Monitoring, & Clearance Reports Total Safety Length of Business Relationship with Client— 19 Years — 1996 to Current Christus St. Elizabeth Hospital 2830 Calder Beaumont, Texas 77702 Attn: James Pearson, Operations Director (409) 899-7050 Asbestos/Lead Paint/Mold Surveys; Abatement Project Design, Air Monitoring, & Clearance Reports Total Safety Length of Business Relationship with Client— 12 Years— 2004 to Current Lamar University P.O. Box 10016 Beaumont, Texas 77710 Attn: Lee Nguyen, Construction Manager (409) 880-8109 Asbestos/Lead Paint/Mold Surveys; Abatement Project Design, Air Monitoring, & Clearance Reports Total Safety Length of Business Relationship with Client— 11 Years — 2005 to Current Lamar State College— Orange 410 Front Street Orange, Texas 77630 Attn: Dr. Michael Shahan, President (409) 882-3314 Asbestos/Lead Paint/Mold Surveys; Abatement Project Design, Air Monitoring, & Clearance Reports Total Safety Length of Business Relationship with Client— 11 Years — 2005 to Current 15 Total Safety U.S., Inc. City of Port Arthur RFP-2016 PART 4: METHODOLOGY/STRATEGY TO ACCOMPLISH SERVICES Asbestos/Lead Surveys - Asbestos/lead surveys are generally generated from scheduled City of Port Arthur renovation or demolition projects. Whenever a project manager/coordinator feels a suspect building material will be disturbed during the course of a project, Total Safety is contacted to inspect the suspect materials. We sample the material, conduct a condition assessment of the material, provide third party laboratory analysis, review the laboratory data, and prepare a detailed report documenting our findings. The report also provides appropriate recommendations and abatement alternatives. All Total Safety survey personnel are licensed by the state, as required, and have been properly trained to perform surveys in accordance with appropriate federal, state and local regulations. Project Specifications and Bidding Documents - Based on the results of the asbestos/lead survey, the City of Port Arthur may elect to remove all or portions of the asbestos-containing materials (ACM) and/or lead-based paint (LBP) identified during the survey. Any ACM/LBP scheduled for disturbance must be removed prior to renovation or demolition. In these instances, Total Safety will design and prepare the project specifications for the safe abatement of the material by a third party abatement contractor. Based on the results of the survey, Total Safety will determine the appropriate engineering controls and air monitoring procedures to protect workers and building/facility occupants. This design process involves a number of important steps which will facilitate the safe and efficient completion of the project. Some of these steps include: • Preparation of a clear and concise Scope of Work • Determination of the project schedule and manpower requirements • Selection of the appropriate engineering controls (i.e. plastic barriers, decontamination requirements, negative pressure, removal methods, etc.) • Determination of appropriate respiratory and personal protection requirements • Preparation of an air monitoring strategy including air monitoring sample locations, sample frequency and methods • Determination of the final visual and air clearance standards Where requested by the City of Port Arthur, Total Safety can also prepare and develop the contract and bidding documents for the project. These documents present the contractual requirements upon which the abatement contractors will base their bids. The contract will include items such as the contract amount, the project schedule, insurance and bonding requirements, indemnification provisions, payment schedules and other special requirements of the contractor and the City of Port Arthur. In most cases a pre-bid walk through will be required. This walk-through allows each contractor to familiarize themselves with the project, review the project specifications and requirements, determine the specific project requirements and ask appropriate questions of both the City of Port Arthur and Total Safety. 16 Total Safety U.S., Inc. City of Port Arthur RFP-2016 Upon completion of the bidding process, Total Safety can assist the City of Port Arthur in selection of the appropriate contractor for the project. Each bid will be reviewed for completeness and compliance with the bidding documents. Abatement Monitoring - Abatement monitoring is one of the most important aspects of an abatement project. Total Safety provides trained and licensed technicians to monitor all aspects of an abatement project. Some of these monitoring activities include: • Administration of a pre-construction meeting • Pre-abatement baseline sampling • Collection of air samples during contractor mobilization • Inspection of the containment before and during the removal process for compliance with the project specification • Observation of and documentation of the contractor's work practices • Be available to interpret the specifications, assist in problem resolution, and advise the City of Port Arthur if problems or disputes arise • Sampling inside and outside the containment during containment construction and removal activities • Collection and analyses of final clearance and reoccupation samples after the removal activities are complete • Conduct a final post abatement walk-through and punch-list. Total Safety will be the City of Port Arthur's representative on-site at all times. Final Report - Upon completion of the abatement process Total Safety will prepare a final abatement report documenting the project. The report will include the daily field logs, air sample results, contractor submittals and a written narrative describing the abatement activities including any deficiencies or problems encountered. This report will provide the City of Port Arthur with permanent documentation of the project. • 17 Total Safety U.S., Inc. City of Port Arthur RFP-2016 LETTER OF INTEREST RFP—ASBESTOS & LEAD ABATEMENT CONSULTANT Deadline: June 8, 2016 The undersigned firm submits the following information (this RFP submittal) in response to the Request for Proposals (as amended by any Addenda), issued by the City of Port Arthur, TX (City) to supply Asbestos & Lead Abatement Consulting. Enclosed, and by this reference incorporated herein and made a part of this RFP, are the following: Completed RFP Letter of Interest Form • Completed Affidavit • Completed Conflict of Interest Form Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject any responses submitted. Firm also understands that all costs and expenses incurred by it in preparing this RFP and participating in this process will be borne solely by the firm, and that the required materials to be submitted will become the property of the City and will not be returned. Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete statements in this RFP. Firm accepts all terms of the RFP submittal process by signing this letter of interest and making the RFP submittal. This RFP shall be governed by and construed in all respects according to the laws of the State of Texas. Total Safety U.S., Inc. 06/06/16 F. Name Date 111 IVV. �,j,/1�/ � VP Operations - Regional ''"orized Signature Title Jeff Sewell 337.912.2953 Name (Please Print) Telephone jsewell@totalsafety.com Email • Total Safety U.S., Inc. City of Port Arthur RFP-2016 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: 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. -- c 6/ Zo //,2 /eP TZ�C J ��7 �/ S -) Firrir►.ame / Date Jr 17 ,C os,-�k I t/ Pr.e..s Authd �J �l � /6) c d Signature Title 9 7z 5 --7‘ �� Name (please print) Telephone E ail STATE: g-eX- COUNTY: 3C 1 6ASO! 1 SUBSCRIBED AND SWORN to before me by the above named 6e,b_Dea �`�Y1`ti't`� on this the day of ' LA Q, 2016 NatCAROLINE JOHNSON ary ID# 130623064 77 \!!\ My Commission Expires J, April 18,2020 Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL • Total Safety U.S., Inc. NON-COLLUSION AFFIDAVIT • • CITY OF PORT ARTHUR § STATE OF TEXAS By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any olher person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: emu/II Printed Name: lurf >' Title_ a__// G6-e RA-e5(� Company:. 7:19 L Date: qr. (� 2 0/ SUBSCRIBED and sworn to before me the undersigned authority by St,tte. the 6) of,zr6 on behalf of said bidder. 1-01.6(,(e /1 >4 PI"R"N CAROLINE JOHNSON Notary Public i and for the 11.1* Notary 10 +y 130623084 t State of Texas My Commission Expires s,�.� April 18.2020 M G,( 1 g /,Z0 'f�«t� My commission expires: ` I 1 City of Port Arthur RFP-2016 • CONFLICT Oli INTEREST QIYEEiTIONNA C•IUE F1ORM Cl() 1 Tlir+ietulur urufher person doing business vritli lucid guru warn ttll entity 1 '[ilei gicErionrraiir 01.1cm c1i u .c;locde to the:.law by T-1-9..149 I,Rilffltig.,ltegulat:i2ssi011. 'f11ia giro:lain:sirs is 1ielo2 Bled to a.:ent,ianc.with Cllatsicr 176,I.n:a1 01)1r,.i:lnrout eirk by e poi son w)ict h39 nits iiic u relslioesir1f ea flaked b,:ikelli n 171r4t11(I-3)with a'<,ca!go,ie:iiineiltol entity aird tea person n'ezis'raqulrernenn under tieerinn IFC_3UG tap. Ply low 1''ILstitu5UUnnQirvfi,t iter;Mil W111Isu3rs.latls:adil II unalrr,I-liteIueoslgav6rtilrtaulal.niI's}'no,hlit°rItionIlia76Ilir,Ina9C day i r the duuc tike it;rsan bo;:omc4 ilwaTe ct. c:ls Ekll r><:lair4 the st;iterr ent in he(1144. 4P;iNtivn 1'7t.KIrg,l.uciii tiu•;errtrrettt t:n:rr., 4 Nrk:7tUUrr rlliF iS1 U ilV'S.;if iter-PU' w.ri Li.;wir"_Iv s,IItf11t:s:Sect'no;7 i.rmfi,T.oe 1f frrlL-ct•nnlilrli CYAN:, en.An lcrrF`uncle;Alla p scdinn is .: sCC cnistleintn9nr. --•- 1 L ICLItr1D r[JO Ii'AM h1lG A�r�f��r i kt:s ittcr4fai1sdl Its With l+ical oiiv.run entity. •1, `. C w h title[briX if y'nularr filing an uprIate to a p rodeos-Ey mod qvi stlonnah•c. l (:'kg lan,rcquiree that you file no trpdntcd oomplzted coasiior n ilre with.the tlprcupriutu filing untlinrity nil.)dcr ih rt 7r'to inesn dor anorthe dote-the.originally tiled q icstionaairo bcaemlea ioccrnpkte Cf iroiccurutt.) ''t.hauls of a local go1.•er nikwat offIcc r wWt11'Mora firer has employment or business rani'unship, . halm of Offiecr - "I bis teutltltl(heat:>it:oludi:rg ii pants A,13,C,&.1})inu t bo completer]fur erch officer with'whom lite Iiia tray lin lops'tyrPCril or&l;ar biSltuexi rabillon*.ii;pF.s dafin;.A Try gcctiott 17G.001(I-a),Local Goverrnnt rtCode.Maul otidiI1Cu aI F1+>:+et to ills Rat CIO Al rtes.ISsdr;•, h, h IN ht,i•.1 Bevan uIont eltiett na,i rl In rld.,Asctlou ro_civItig o'likclytn resolve raxnl:le.iactem.urthca duo in eesiu ent Watt:,frart1 the fleet of the�{u e's;iCimnni:y? . 1 1 'ea U rk ii, Isola. icr oft the rptas'irauioiroicoairing or likt'Iy b7 rCc-ctrl P1+Irill;Inetltl.9,(relent 2I1ar1 1.1VE3tiltfint in^coniu;from oratthc c:in:erir✓.r trsrn local 4,cpUl:nimel:t af.*:ee.[lamed in this st.;iere:IND the 1-axu.bla irtuocta h nnl rcusi'.bd rr;Sin tl',e 1..v2.1 .0.4ratu,na:ltal entity? Yes ri No L', ir:l l;d Met itr vs,ylta alon119:re on?lrlayed by a corporation or viler busiuss entity with respect to vttlF;It OA'1W:ill t ovutomaat Ui`tk,er serrvb 8s ate p:fl at oril:iCeser,or-holds anew:m c1tlp of 10 percent or=0i'C^ Yes D tti D. tea,•>•ibistaels cu:p1o;inor:t or ai,ttessTOTtl rriThir c,-th the lecaimveert,rrerw ci fico[named in tics section. .1. erg i�' . T 6/6./f, ' -Si•nntr -fl [-son drsi:,,befilne 3lyllb Iit?•goteTnitlantsl entity Deo , __„ • I.,LG11.......ty ....V., "IV. • 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 Contractor 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: 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 Iimit 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 Iimits 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 hi 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 T - - • ; - ' . -e ,, shnuld...contai i na ,t'nvis e 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 CERIlk'ICATB OF INSURANCE on like form i'om or for all Subcontractors and showing the