Loading...
HomeMy WebLinkAboutPR 14672: INLAND ENVIRONMENTS - DEMOLITION Memo To: Steve Fitzgibbons, City Manager From: Lawrence Baker, Director of Cornmunity Services f Date: Apri18, 2008 Re: P. R. NO. 14672 - AWARDING A CONTRACT TO INLAND ENVIRONMENTS, LTD. FOR ASBESTOS ABATEMENT/DEMOLITION OF FIVE (5) DANGEROUS COMMERCIAL BUILDINGS LOCATED THROUGHOUT THE CITY COMMENT RECOMMENDATION: Staff recommends that the City Council adopt P. R. No. 14672 authorizing the City Manager to execute a contract with Inland Environments. Ltd. in the amount of $29,400.00 for asbestos abatement and demolition of five (5) dangerous commercial buildings located in the City. BACKGROUND: Bids for twelve (12) commercial stmctutes were opened on March 26, 2008. Inland Environments Ltd is the successful bidder for the asbestos abatement/demolition five (51 commercial buildings, as noted in the chart below at a price of $29 400 00 to be completed wrtlun twenty-two (221 davs. Award is based on the lowest and most responstve bid. Arrow Sen-tces, Inc. bid $74,872.00 (13 days); AAR, Inc. bid $53,650.00 (12 days); and Lark Group, Inc. bid $39,400.00 (19 da}=s). The bid tabulation follows: ARROW SVCS HOUSTON AAR, INC. HOUSTON *INLAND ENV. PORT ARTHUR LARK GROUP PORT ARTHUR ADDRESS BID PRICE BID PRICE BID PRICE BID PRICE 639 E. 6 Street $14,972.00 $16,825.00 ~ $7,880.00 $8,500.00 700-720 Mobile Street 16,350.00 9,825.00 7,380.00 11,700.00 2634 Bluebonnet Avenue 21,100.00 7,300.00 6,480.00 8,700.00 1745 Woodworth Blvd 12,150.00 7,750.00 4,880.00 6.000.00 1540 W. 60 Street 10,300.00 1 ];950.00 $2,780.00 4,500.00 TOTALS $74,872.00 $53,650.00 $29,400.00- $39,400.00 *SuccessCul Bidder Eleven other contractors attended the mandatory pre-bid conference, but did not submit a bid. They are POM Inc. of San Antonio, Tai; M & M Contracting of San Antonio, Tom; Eagle Construction of La Porte, TX; Staz Demo & Construction of New Caney, Tom; JNE Enterprises of New Orleans, LA; A & M Environmental of Houston, TX; J. T. B. Services of Houston, TX; AEQ.Inc. of Nederland, TX; and Laxk Group of Warren, Tom; Brock Service, LTD. of Beaumont, Tom; and Coastal Demolition of Beaumont, Tyi. (CONTINUED) P. R.#14672-ASBESTOS/DEMO CONTRACT-INLAND ENV., LTD 04-08-08 PAGE 2 OF Z BUDGET AND REVENUE IMPACT: Acceptance of this recommendation will not require a budget amendment. Funds are available in Account No. 303-1603-591.59-00, Project No. CIP614 (these funds were obtained from the EDC for demolition projects as approved by Res. No. 06-513). STAFF LEVEL IMPACT: Acceptance of this recommendation will have no effect on current staffing level. SUMMARY: Staff recommends that the City CouncIl adopt P. R. No. 14672, thereby authorizing the execution of an asbestos abatement/demolition contract between the City of Port Arthur and Inland Environments, Ltd. in the amount of $29.400.00. DTP P. R. No. 14672 04/08/08 DTP RESOLUTION NO. A RESOLUTION AWARDING A CONTRACT TO INLAND ENVIRONMENTS,-LTD. IN THE AMOUNT OF $29,400.00, AND AUTHORIZING THE EXECUTION OF A CONTRACT FOR THE ASBESTOS ABATEMENT AND DEMOLITION OF FIVE (5) DANGEROUS COMMERCIAL BUILDINGS LOCATED THROUGHOUT THE CITY; TO BE CHARGED TO ACCOUNT NO. 303-1603-591.59-00, PROJECT NO. CIP614 (EDC FUNDS). WHEREAS, the City= Council approved the usage of $250,000.00 of Economic Development Corporation (EDC) funds for demolition projects per Resolution No. 06-513; and WHEREAS, staff indicated that it would report to the City Council when the initial $125,000.00 had been expended; and WHEREAS, by the adoption of this Resolution, EDC monies in excess of $125,000.00 will be used in this fiscal year for demolition puiposes; and WHEREAS, per this Resolution, the City Council is again confirming that they will expend up to ~25Q,000.00 of EDC funds in this fiscal year on demolition activities; and BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT the Citq Council of the City of Port Arthur hereby awards a contract fox the asbestos abatement and demolition of five (5) dangerous commercial buildings located in the City of Port Arthur, to the best and lowest responsible bidder to-w-it Inland Environments. Ltd.; and, THAT the City Manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City of Port Arthur an agreement between the City of Port Arthur and Inland Environments. Ltd. fox the contract price of $29,400.00 (a copy of said contract is attached hereto as Exhibit "A"); and, THAT said contract is a duplicate of the standard form Contract pre~riously= approved by the City's Legal Department except for the changes shown on the Certificate of Standard Form Contract, a copy of which is attached hereto and is hereby incorporated by reference as Exhibit "B", and said changes are hereby approved; and, P. R. No. 14672 04/08/08 DTP THAT a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED, AND APPROVED this the 22~d day of Aprih A.D., 2008, at a Regulaz Meeting of the Citp Council of the City of Poxt Axthux, Texas by -the following vote: AYES: MAYOR: COUNCILMEMBERS: MAYOR ATTEST: CITY SECRETARY APPROVED FOR ADMINISTRATION: CITY MANAGER APPROVED AS TO AVAILABILITY OF FUNDS: DIRECTOR OF FINANCE APPROVEll AS TO FORM: ~~' ;,ice"' i ~`~`~ ~' CITY ATTORNEY /,.1.~1 DIR~LC OR OF COMMUNI SERVICES 2 EXHIBIT "A" AGREEMENT THIS AGREEMENT made this day of in the yeaz 2008, by and between the City of Port Arthur, a legal entity organized and existing in the State of Texas, hereinafter designated as the Owner, and Inland Environments, Ltd., hereinafter designated as the Contractor. The Owner and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. THE WORK The Contractor shall complete the Work as specified or indicated under the demolition and asbestos specifications of the Owner's Contract Documents entitled: 639 E. 6`h Street (BURNED-Cleanup) 700-720 Mobile Avenue 2634 Bluebonnet Avenue 1745 Woodworth Boulevard 1540 W. 60th Street (BURNED-Cleanup) The Work is generally described as follows: Asbestos Abatement and Demolition ARTICLE 2. TIME OF COMMENCEMENT OF COMPLETION The Work to be performed under this Contract shall be commenced on the date specified by the Owner in the Notice to Proceed and the Work shall be fully completed within twenty-two (22) calendar days after the date of commencement of the Work. The Owner and the Contractor recognize that time is of the essence of this Agreement and that the Owner will suffer fmancial loss if the Work is not completed within the time specified in this Article 2, herein, plus any extensions thereof allowed by the City. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, the Owner and the Contractor agree that as liquidated damages for delay (but not as a penalty) the Contractor shall pay the Owner the sum of $100.00 for each calendaz day that expires after the time specified in this Article 2, herein. ARTICLE 3. CONTRACT PRICE The Owner shall pay the Contractor for the completion of the Work in accordance with the Contract Documents in current funds the Contract Price(s), Twenty-nine thousand, four hundred dollars and no cents ($29,400.00). ARTICLE 4. THE CONTRACT DOCUMENTS The Contract Documents also consist of: this Agreement. Asbestos or Technical Specifications. Demolition, and all Change Orders and Work Directive Changes which may be issued subsequent to the Effective Date of the Agreement and are not attached hereto. EXHIBIT "A" ARTICLE 5. PAYMENT PROCEDURES Payment will be made in full when all of the work is completed and approved by City staff with provision for damages in accordance with Article 2 of this Agreement. ARTICLE 6. NOTICES Whenever any provision of the Contract Documents requires the giving of written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7. MISCELLANEOUS The contractor shall comply with State law as to licensing on asbestos abatement and disposal. No assignment.by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the pazty sought to be bound; and specifically, but without limitation, monies that may become due and monies that aze due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The Owner and the Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other parry hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the Owner and the Contractor have caused this Agreement to be executed the day and year first written above. CITY OF PORT ARTHUR: INLAND ENVIRONMENTS, LTD.: Signature By: Steve Fitzgibbons City Manager By: Attest: Date: Attest: Date: Printed Name/Title *Demolition Specifications are made a part of and attached hereto as Exhibit "A-1" *Abbestos or Technical Specifications that have been prepared by ICU Environmental, Health and Safety are hereby incorporated by reference. EXHIBIT."A-1" DEMOLITION SPECIFICATIONS CITY OF PORT ARTHUR I. TITLE The provisions embraced within these sections and subsections shall constitute; be known as; and will be referred to herein and in any relevant AGREEMENT and CONTRACT as "DEMOLITION SPECIFICATIONS". II. SCOPE The scope and purpose of these specifications is to establish certain regulations, general requirements, and particular requirements necessary for the demolition, removal and cleanup of the unsafe and/or unsanitary structure(s) as required by the Inspections Department of the City of Port Arthur. III. CONTRACTOR BIDS Contracts for the demolition of structures will be awarded in accordance with the terms and conditions listed in the Community Services Department's BID FORM -FOR DEMOLITION. The completion of the demolition package will be of vital importance to the City. The number of calendar days given on the proposal form will be used to establish the completion date as used in the Contract. In case the work is not completed within the time specified in the Contract, there shall be liquidated damages of one hundred dollazs ($100) per day for each day exceeding the completion date. IV. INSURANCE REQUIREMENTS A. The Contractor shall, upon submission of bid, furriish the City with certificates of insurance, indicating the existence of Statutory Workman's Compensation Insurance, General and Auto Liability, Public Liability, and Property Damage Insurance. Such insurance must be issued by a company authorized to do business in the State of Texas. Such a certificate must contain a provision requiring not less than fifteen (15) days prior notice in writing to the. City of any change or termination of said insurance. All insurance is to remain in force until the job of clearing the premises has been completed and the work has been accepted by the City. B. The Contractor/Successful Bidder must obtain and famish to the City proof of insurance in the following minimum amounts: 1. Statutory Texas Workman's Compensation Insurance; 2. Commercial General Liability: a. General Aggregate $500,000 b. Products-Comp/Ops Aggregate $500;000 c. Personal & Advertising Injury $500,000 d. Each Occurrence $500,000 EXHIBIT °A-I" e. Fire Damage $ 50,000 3. Automobile Liability . a. Bodily Injury (per person) $300,000 b: Bodily Injury (per accident) $500,000 c. Property Damage $100,000 4. Contractor Surety Bond $ 5,000 V. PERMITS The Contractor/Successful Bidder must obtain from the City of Port Arthur and all other governmental entities, at his own expense, all necessary general and special permits and pay any and all fees for said pennits and any other fees, public or private. All Contractors are required to have a Landfill Permit, which includes a minimum escrow account of five hundred dollars ($500). If you opt not to set up an escrow account, you must pay cash or by cashier's check as you dispose. VI. GENERAL CONDITIONS AND REQUIREMENTS The following list of conditions and requirements aze to be understood asbeing a general guide in the demolition of structures. It must be noted, however, that there are special requirements listed below in Section VII of these specifications, which are in addition to these general requirements for demolition, and that it is the responsibility of the Contractor/Successful Bidder to comply with all particulaz requirements. A. It is understood and agreed that the Contractor/Successful Bidder will function and operate as an independent contractor. Any liability incurred by the Contractor/Successful Bidder will accrue only to that party as an independent contractor and not to the City of Port Arthur. B. No work under a City DEMOLITION CONTRACT shall be subcontracted by the Contractor/Successful Bidder without prior; written approval of the Community Services Department. No subcontractor will be approved unless that subcontractor meets the same insurance requirements specified for and required of the Contractor. C. The demolition work specified herein shall be performed in a safe, satisfactory condition, starting with the roof and working down, with the safety and welfaze of all people and property being of the highest priority. D. All materials, debris, and rubble from the demolition of the structure(s) specified herein will become the property of the Contractor/Successful Bidder. Salvage can only begin immediately prior to the beginning of demolition. E. The Contractor/Successful Bidder will be held responsible for repair of broken or damaged water, gas, or any other type of lines, which occur during the course of the demolition work. The Contractor shall repair or replace, if necessazy, to the City's 2 ExxisiT «A-t„ satisfaction, ariy damage to the work site, the adjacent areas, the access areas to the work site and to any elements within these areas that may have suffered damage as a result of the Contractor's or any of the subcontractors operations. The Contractor shall leave these areas in a satisfactory condition. F. The Contractor/Successful Bidder shall haul off all debris and unsalvageable materials; and no debris or rubble which may pose a threat to public safety will be left on the site overnight. No such debris or material will be placed on a sidewalk or public right-of--way so that it poses a danger to any person. G. All demolition work must be carried out to the satisfaction of the City's Inspections Official. H. The City (without prejudice to any other right or remedy it may have) has the right to terminate the contract in the event of any default by the Contractor after giving the Contractor seven (7) days written notice. Such notice of termination shall be subsequent to default by the Contractor and after receiving written notice from the City certifying cause for such action. In addition to other events of default or grounds for termination identified in the contract, it shall be considered default by the Contractor whenever he/she shall: 1. Declare bankruptcy, become insolvent, or assign his/her assets for the benefit of his/her creditors. 2. Violate or disregard provisions of the Contract or instruction from the Owner. 3. Fail to prosecute the work according to the agreed Schedule of Completion, including amendments and/or modifications thereof. 4. Fail to provide a qualified superintendent, competent workmen or subcontractors, or proper materials, or failure to make prompt payment therefor. I. If the Contract is terminated as provided above or as provided in the Contract, the City will engage another contractor to complete the work. Payment for the completion of such work will come from funds obligated by the City under its contract with the original Contractor. J. METHOD OF PAYMENT Payment shall be made as provided in Section II of the contract. K. PAYMENT WITHHELD Any part or the whole of any payment may be withheld by the City to the extent deemed necessazy and reasonable should evidence of the following be discovered: 1. Defective work not corrected. 2. Claims filed against the Contractor. 3 EXHIBIT "A-1" 3. Reasonable evidence indicating the probability of filing claims against the Contractor. 4. Failure of the Contractor to make proper payments to subcontractors or for materials or for labor. 5. The contract cannot be completed for the then unpaid balance. 6. Unsatisfactory progress of the work by the Contractor. When the above grounds are removed, the amount withheld because of them shall be paid to the Contractor subject to and within the other terms of this contract. L. CONTRACT PAYMENT RETAINAGE Contract payment retainage shall be as provided in the Contract. VII. PARTICULAR WORK REQUIREMENTS The following particular work requirements and conditions apply specifically to the building(s) or structure(s) which are located at and described as: 639 E. 6`h Street (BURNED-Cleanup) 700-720 Mobile Avenue 2634 Bluebonnet Avenue 1745 Woodworth Boulevard 1540 W. 60`" Street (BURNED-Cleanup) A. Before any building or structure is demolished, its utilities shall be safely disconnected. The Contractor shall serve notice to all suppliers of utilities to the building to be demolished and have them disconnect the services and remove all meters and equipment belonging to them. Forty-eight (48) hours' written notice must be given the City for termination of their utilities. All piping and wiring shall be properly terminated. Any costs incurred in the termination of utilities and services shall be borne by the Contractor. B. Demolition and clean-up includes, but is not limited to, the removal of all lumber, doors, windows, wire, sheet metal, appliances, furniture, loose rock, brick, mortaz, concrete, and the cleaning and removal of all rubbish, trash or other debris that would inhibit or prevent the mechanical mowing of said lot and premises. C. Fill, grade and level with clean fill dirt all depressions in the earth which exist beneath demolished building(s) or structure(s) and all ruts or other depressions created during the demolition work when the average depth of such depressions exceeds three (3) inches. D. Any trees and shrubs- designated by the Community Services Department will be cut down and removed from the premises. EXHIBIT "A-I" E. The grass at the demolition site shall be mowed to a height not exceeding two (2) inches. F. All sewer lines exposed through demolition work must be cut off within two (2) inches of the surface to the ground or concrete slab and must be plugged with concrete in such a manner as to prevent ground water incursion into the City's sanitary sewer system. G. REMOVAL OF STEPS .AND CONCRETE PORCHES UNLESS OTHERWISE NOTED. H. HAZARDOUS MATERIALS Materials defined by the Environmental Protection. Agency to be hazardous to the environment or persons, shall be disposed of in accordance with all local, state and federal government regulations. and governing laws. This shall be the responsibility of the Contractor. The Contractor shall furnish written proof of such disposal. I. BOND REQUIREMENTS If the amount bid on the contract exceeds $25,000, the Contractor will be required to fiunish a Performance Bond and a Labor and Material Payment Bond in the amount of $100% of the Contract on forms furnished by the City. 5 P. R. HI4672 Exhibit"B" (Cite of Port Arthur) (Law Department) (Required Form) (07!08!88) (]0/OSB9) (03/15/90) (p. 2 Revised 09/18/90) CERTIFICATE OF STANDARD FORM CONTRACT FOR LAW DEPARTMENT REVIEW AND CITY COUNCIL AGENDA I certify that the contract (hereinafter called "said contract") affixed to the attached proposed City Council Resolution No. 14672 is an exact duplicate of an applicable standazd form contract (the title of which is shown below) previously approved by the Law Department and adopted as a standard form by City Council Resolution, except for the blanks that have been filled in with all necessary information and except for the changes described below. The title of the applicable standard form contract is: [ ] Federally Funded Construction Contract, Revised 0 ] /05/88, 07/89, 08/89 [ ] Non-Federally Funded Construction Contract, Revised 01/05/88, 07/89, 08/89 [ ] Federal -Professional Services -Engineering Contract, Revised 01/05/88, 05/89, 07/89, 04/91 [ ] Non-Federal -Professional Services -Engineering Contract, Revised 01/05/88, 05/89(§ ] 0), 07/89(§8) [ ] CDBG -Professional Services -Engineering Contract, Revised 01/05/88, 05/89,§ 07/89§ [ ] Federal -Professional Services -Non-Engineering (Consultant) contract, Revised 01/05/88, 05/89(§10), 07/89(§8) [ ] Non-Federal -Professional Services -Non-Engineering (Consultant) Contract Revised 01/05/88, 05/89 (§ ] 0), 07/89(§8) [ ] CDBG -Professional Services -Non-Engineering (Consultant) Contract, Revised 01/05/88, 05/89(§10), 07/89(§8) [XJ Other Standard Form Contract, described as follows: CDBG Asbestos Abatement/Demolition Contract - The changes are as follows: (Put an "X" in the appropriate [ ]). [X] None. [ ] The following described provisions at the indicated page, section, etc, of the standard form have been deleted from said contract: DELETIONS -Section or Section or Page Number Paragraph No. Subparagraph No. Where Deleted and Caption and Caption Provision is Which Contains Which Contains Description of Found On Provision Deleted Provision Deleted Provision Standard Form From Form ~ From Form Deleted 1 P.R. #14672 Exhibit °'B" [ ] The following described provisions at the indicated page, section, etc. of the standard form have been altered, modified, replaced or otherwise changed: ALTERATIONS, MODIFICATIONS, REPLACEMENTS, ETC. Page No. Sub § or § or § No. Sub § No Page, § & caption; Where . & Caption of & Caption sub § & caption, etc. of said contract Provision Standard of Standard Description which contains Found On Form which form which of Provision altered, etc. provision; & Standard Contains Contains in Standard Description of Alteration Form Provision Provision Form etc. [ ] The following provisions have been added to Said Contract: ADDITIONS Page, Section and Caption Subsection and Caption, etc. ofsaid Contract Which Contains the Added Provision and Description Thereof I further certify that said attached proposed City Council Resolution contains the following provision: "That said contract is an exact duplicate of a City Standard Form Contract except for the changes described in [he Certificate of Standard Form Contract, a copy ofwhich is attached hereto as Exhibit "B"and is hereby incorporated by reference, and said changes are hereby approved." I understand that this certificate will be relied on by the Law Department in reviewing and approving (or rejecting) as to form and by the City Council in reviewing and adopting (or rejecting) said Resolution and Contract. Signed this 8'" day of A°ril, 2008. Lawr ce Baker Duec[or of Community Services