Loading...
HomeMy WebLinkAboutPR 21252: APPROVING A ONE YEAR AGREEMENT WITH TOTAL SAFETY, U.S., INC. C ,t\' r'f -- - \' - - I4l cam= weinrt rthur Te.xu+ INTEROFFICE MEMORANDUM Development Services Department Code Compliance-Demolition Division Date: February 21, 2020 To: Ronald Burton, City Manager; Pamela Langford, Director of Development Services Mayor and City Council \e--thi...ute___) 1:: \)_)"- From: Darlene Thomas-Pierre, Code Compliance Manager Re: P.R. NO. 21252-APPROVING A ONE-YEAR AGREEMENT WITH TOTAL SAFETY, U.S., INC. FOR ASBESTOS AND LEAD ABATEMENT CONSULTING SERVICES THROUGH THE REGION 5 ESC SOUTHEAST TEXAS COOPERATIVE PURCHASING ORGANIZATION,WITH A PROJECTED BUDGETARY IMPACT OF$45,000.00 COMMENT NATURE OF THE REQUEST: Staff recommends that the City Council adopt P. R. No. 21252 authorizing the City Manager to execute a contract with Total Safety, U. S., Inc.,through the Region 5 ESC Southeast Texas Cooperative Purchasing Organization, with a projected budgetary impact of $45,000.00. Total Safety has the professional staff and the ability to provide the City of Port Arthur outstanding abatement consultant services. BACKGROUND: The City Council approved Resolution 20-019, authorizing the City to enter into an interlocal agreement for cooperative purchasing with Region 5 ESC Southeast Texas Cooperative Purchasing Organization. Total Safety, U. S., Inc. of Port Arthur, Texas, won the contract under their Region 5 contract No. 20190404. Total Safety has consistently provided excellent service, both professional and timely. BUDGET CONSIDERATION: Acceptance of this recommendation will not require a budget amendment. Funds are available in Account 001-1052-517.54-00 (General Fund-Professional Services). STAFF ANALYSIS/CONSIDERATION: Acceptance of this recommendation will have no effect on current staffing level. SUMMARY: Staff recommends that the City Council adopt P. R. No. 21252, thereby authorizing the execution of an asbestos abatement consulting services agreement between the City of Port Arthur and Total Safety, U. S., Inc. through the Region 5 ESC Southeast Texas Cooperative Purchasing Organization,with a projected budgetary impact of$45,000.00. DTP Attachment: Special Price List "Remember we are here to serve the Citizens of Port Arthur" Total Safety U.S., Inc. Environmental Services (excluding Engineering Services) Price List for 2020 Special Price List for the City of Port Arthur Asbestos/Lead Paint/Mold Inspector $35.40/hour (Sample Collection, Field Work) Asbestos/Lead Paint/Mold Consultant $35.40/hour (Specifications, Scope of Work, Project Management, Report Writing) Asbestos/Lead Paint/Mold Air Monitoring Technician $35.40/hour (Owner's On-Site Rep, Air Monitoring) Technical Specifications/Protocol/Final Report $499.00/set (<10,000 sq. ft.) Technical Specifications/Protocol/Final Report $499.00/set (>10,000 sq. ft.) Asbestos Survey Report $475.00/report Lead Paint Survey Report $475.00/report Mold Survey Report $475.00/report Asbestos Air Sample Analysis (PCM) $0/sample Asbestos Air Sample Analysis (TEM) $42.90/sample Lead Air Sample Analysis (FAA) $10.00/sample Mold Air Sample Analysis $45.00/sample Mold Bulk Sample Analysis $45.00/sample Asbestos Bulk Sample Analysis(PLM) $10.00/sample Asbestos Sample Analysis (Point Count) $45.00/sample Lead Bulk Sample Analysis (FAA) $10.00/sample Mileage N/A Per Diem (Lodging) N/A Per Diem(Meal) N/A P. R. 21252 2/21/20 DTP RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A ONE-YEAR AGREEMENT WITH TOTAL SAFETY, U.S., INC. OF PORT ARTHUR, TEXAS, THROUGH THE REGION 5 ESC SOUTHEAST TEXAS COOPERATIVE PURCHASING PROGRAM, CONTRACT NO. 20190404, FOR THE PERFORMANCE OF ASBESTOS AND LEAD ABATEMENT CONSULTING SERVICES, WITH A PROJECTED BUDGETARY IMPACT OF $45,000.00; TO BE CHARGED TO 001-1052-517.54-00, GENERAL FUND - PROFESSIONAL SERVICES WHEREAS, pursuant to Chapter 271, Subchapter D, of the Local Government Code, a city may participate in cooperative purchasing programs established by the State Facilities Commission for the purchase of goods at prices established through purchase contracts of the Commission; and WHEREAS, per Resolution No. 20-019, the City entered into an interlocal agreement for cooperative purchasing with the Region 5 ESC Cooperative Purchasing Organization; and, WHEREAS, asbestos and lead abatement consulting services are necessary for the performance of certain demolition and other activities; and, WHEREAS, the awarding of an agreement to Total Safety U.S., Inc. through their Region 5 Contract No. 20190404, is recommended; now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT,the facts and opinions in the preamble are true and correct. THAT,the price list is attached as Exhibit"A". THAT, the City Manager is hereby authorized and directed to enter into a contract with Total Safety U.S., Inc. of Port Arthur, Texas, through their Region 5 Contract No. 20190404, for asbestos and lead abatement consulting services, in substantially the same form as attached as Exhibit"B". THAT,the annual amount of these services has a projected budgetary impact of$45,000. THAT, a copy of this caption be spread upon the Minutes of the City Council. P. R. 21252 2/21/20 DTP READ, ADOPTED AND APPROVED on this 3rd day of March, A.D., 2020, 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: 41. CITY SECRETARY CI rY ATTORNEY APPROVED FOR ADMINISTRATION: ( 12 ON" tt- clahl /Dr CITY MANAGER DIRECTOR OF DEVELOPINT SERVICES 4 *4 l 1/ �. .61_4111.4x,11, . / . I DE a �s+ PO' MA11, APPROVED AS TO AVAILABILITY OF FUNDS: APPROVED FOR PURCHASING: Cldheiviv, t. INTERIM DIRECTOR OF FINANCE PURCHASING MANAGER EXHIBIT "A" Total Safety U.S., Inc. Environmental Services (excluding Engineering Services) Price List for 2020 Special Price List for the City of Port Arthur Asbestos/Lead Paint/Mold Inspector $35.40/hour (Sample Collection, Field Work) Asbestos/Lead Paint/Mold Consultant $35.40/hour (Specifications, Scope of Work, Project Management, Report Writing) Asbestos/Lead Paint/Mold Air Monitoring Technician $35.40/hour (Owner's On-Site Rep, Air Monitoring,) Technical Specifications/Protocol/Final Report $499.00/set (<10,000 sq. ft.) Technical Specifications/Protocol/Final Report $499.00/set (>10,000 sq. ft.) Asbestos Survey Report $475.00/report Lead Paint Survey Report $475.00/report Mold Survey Report $475.00/report Asbestos Air Sample Analysis (PCM) $0/sample Asbestos Air Sample Analysis(TEM) $42.90/sample Lead Air Sample Analysis (FAA) $10.00/sample Mold Air Sample Analysis $45.00/sample Mold Bulk Sample Analysis $45.00/sample Asbestos Bulk Sample Analysis (PLM) $10.00/sample Asbestos Sample Analysis(Point Count) $45.00/sample Lead Bulk Sample Analysis (FAA) $10.00/sample Mileage N/A Per Diem(Lodging) N/A Per Diem(Meal) N/A EXHIBIT "B" 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 Jeff Sewell, its General Manager, 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. LABOR CATEGORIES STANDARD RATE Asbestos/Lead Paint/Mold Inspector $35.40/hour (Sample Collection/Field Work) Asbestos/Lead Paint/Mold Consultant (Specifications, Scope of $35.40/hour Work, Project Management, Report Writing Asbestos/Lead Paint/Mold Air Monitoring Technician $35.40/hour (Owner's On-Site Rep, Air Monitoring) SPECIFICATIONS Technical Specifications/Protocol/Final Report (<10,000 sq. ft.) $499.00/set Technical Specifications/Protocol/Final Report (>10,000 sq. ft.) $499.00/set REPORTS Asbestos Survey Report $475.00/report Lead Paint Survey Report $475.00/report Mold Survey Report $475.00/report ANALYTICAL RELATED FEES/CHARGES Asbestos Air Sample Analysis (PCM) $0/sample Asbestos Air Sample Analysis (TEM) $42.90/sample Lead Air Sample Analysis (FAA) $10.00/sample Mold Air Sample Analysis $45.00/sample Mold Bulk Sample Analysis $45.00/sample Asbestos Bulk Sample Analysis (PLM) $10.00/sample Asbestos Sample Analysis (Point Count) $45.00/sample Lead Bulk Sample Analysis (FAA) $10.00/sample MISCELLANEOUS Mileage N/A Per Diem (Lodging) N/A Per Diem (Meal) N/A 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 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. 4 EXHIBIT"B" 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. 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. 5 EXHIBIT"B" 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, 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 3151 Briarpark Drive, Suite 500 Port Arthur, Texas 77641-1089 Houston, Texas 77042 Attn: Pamela Langford Attn: Jeff Sewell Director of Development Services General Manager 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 6 EXHIBIT"B" 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. 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)General Information (c) Specifications (d)Proposal (Price List) SIGNED AND AGREED TO this day of , AD 2020: TOTAL SAFETY, U. S., INC. WITNESSED SIGNED AND AGREED TO this day of , AD 2020: CITY OF PORT ARTHUR BY CITY MANAGER WITNESSED