HomeMy WebLinkAboutPR 15380: TRIANGLE WASTE SOLUTIONS CONTRACTMEMORANDUM
PUBLIC WORKS DEPARTMENT
TO: Stephen B. Fitrgibbons, City Manager
FROM: Ross E. Blackketter, P.E., Director of Public Works
SUBJECT: P.R. # 15380 Landfill Alternate Dail ~jl~
y Cover
DATE: 20 July 2009
RECOMMENDATION:
It is recommended that the City Council approve Proposed Resolution No. 15380 authorizing the
City Manager to execute the first year of a three (3) year renewable contract with Triangle
Waste Solutions, LP of Port Arthur, Texas to provide Alternate Daily Cover (ADC) for the City
Landfill. The fee will be $1,900 per day. Funds are available in Account No. 403-1274-533.59-
02 in the Public Works-Solid Waste Division FY 2009 Budget.
BACKGROUND:
Texas Commission on Environmental Quality (TCEQ) regulations require that the waste must be
covered by soil at the end of each workday. This soil takes up a considerable amount of
airspace that could be used for waste. The soil cost ranges from $2,500 to $3,500 per day
depending on the amount of waste received.
The TCEQ has authorized the use of ADC material in the place of soil so that landfills can
conserve airspace. Accordingly, the City advertised for a vendor to apply aspray-on type of
material to the waste which hardens preventing odors, vectors, and windblown litter. The ADC
material is biodegradable eliminating the wasted airspace.
One bid was received from Triangle Waste Solutions, LP in the amount of $1,900 per day (see
attached bid tab). This will result in a monetary savings of between $600 and $1,600 per day
that the ADC is used, in addition to the savings in landfill airspace and life. This material can be
used each workday weather permitting, except on the last day of each week when soil must be
used for intermediate cover.
BUDGETARY/FISCAL EFFECT:
Funds are available in the Public Works-Solid Waste Division FY 2007 Budget, Account No. 403-
1274-533.59-02.
EMPLOYEE/STAFF EFFECT:
Acceptance of this recommendation will have no effect on staffing levels at this time.
SUMMARY:
It is recommended that the City Council approve Proposed Resolution No. 15380 authorizing the
City Manager to execute the first year of a three (3) year renewable contract with Triangle
Waste Solutions, LP of Port Arthur, Texas to provide Alternate Daily Cover (ADC) for the City
Landfill. The fee will be $1,900 per day. Funds are available in Account No. 403-1274-533.59-
02 in the Public Works-Solid Waste Division FY 2009 Budget.
REB/mlt
"Remember, we are here to serve the citizens of Port Arthur"
Z:\engineer\Documents\Contracts\ADC\ADC CAM-09.doc
F
~~
x°
Ei a
~~
a ~"
o~
a~
w
O
U
r•~
w
N
W
O
V
a
A
F~
W
H
H
A
z
a
x
E-+
a,
0
0
N
h
w
.~
a
c
Q
A
a~
a
~n
a
...
~a
~.
a
a
w
0
~.
P.R. No. 15380
7/24/09 mlt/klb
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE MAYOR AND CITY MANAGER
TO EXECUTE THE FIRST YEAR OF A THREE YEAR CONTRACT
WITH TRIANGLE WASTE SOLUTIONS, LP OF PORT ARTHUR
TEXAS FOR ALTERNATE DAILY COVER APPLICATION AT A COST
OF $1,900 PER DAY. FUNDS ARE AVAILABLE IN ACCOUNT
NUMBER 403-1274-533.59-02.
WHEREAS, the City landfill must cover the waste at the end of each working
day; and,
WHEREAS, the use of soil as a cover material uses a considerable amount of
airspace that could be used for waste and costs between $2,500 and 5,000 per day;
and,
WHEREAS, the City advertised in the Port Arthur News on 14 June 2009 and on
21 June 2009 for providing Alternate Daily Cover Material for Landfill; and,
WHEREAS, one (1) bid was received and opened on 01 July 2009 from Triangle
Waste Solutions, LP for a cost of $1,900 per day when requested by the city; now,
therefore;
WHEREAS, the City Council herein approved the first year from 28 July 2009 to
28 July 2010 with two additional one year periods at the discretion of the City; and,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT
ARTHUR:
THAT, the City Manager is hereby authorized to execute the first year of a three
year contract (attached as Exhibit "A") with Triangle Waste Solutions, LP for alternate
P.R. No. 15214
Page #2
daily cover material for a price of $1,900 per day when being requested by the City;
and,
THAT, funding is available in FY2009 Budget Account No. 403-1274-533.59-02
and this award as to projects in the next fiscal year is subject to the availability of
funding in the FY2010 Budget; and,
THAT, Triangle Waste shall sign this Resolution agreeing to the award for the
first year at $1900 per day when requested by the City with two additional one year
periods at the discretion of the City
THAT, a copy of the caption of this Resolution be spread upon the Minutes of
the City Council.
READ, ADOPTED AND APPROVED this the day of A.D. 2009
at a meeting of the City of Port Arthur, Texas by the following vote:
Ayes: Mayor:
Councilmembers:
Noes:
Mayor
Attest:
City Secretary
P.R. No. 15214
Page #3
APPROVED AS TO FORM:
City Attorney
APPROVED FOR ADMINISTRATION:
Steve Fitzgibbons
City Manager
John Comeaux
Assistant City Manager/Operations
APPROVED AS TO AVAILABILITY OF FUNDS:
Rebecca Underhill, CPA
Assistant City Manager/Administration
AGREED TO
TRIANGLE WASTE
EXHIBIT A
EXHIBIT A
CONTRACT FOR ALTERNATE DAILY COVER FOR THE LANDFILL
THIS AGREEMENT, made this 28th day of ]ulv, 2009 by and between the City of Port Arthur, a
municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or
"CITY", and Triangle Waste Solutions, LP a(n) corporation herein acting by and through Tony Broussard
hereinafter called "CONTRACTOR".
WITNESSETH: That for and in consideration of the payment terms, conditions, and agreements set
forth herein, OWNER and CONTRACTOR agree as follows:
1. The term of this Contract shall be from 28 July 2009 to 28 July 2010, renewable for two (2)
additional one (1) year periods at the discretion of the city.
2. During the term of the Contract, the CONTRACTOR will furnish at his own expense all of the
materials, supplies, tools, equipment, labor, and other services necessary in connection
therewith, excepting those supplies specifically not required of CONTRACTOR in the
Specifications.
3. The CONTRACTOR agrees to perform all the work described in the Specifications and
Contract Documents and comply with the terms therein for the prices stated below.
ITEM
Alternate Daily Cover Material for the Landfill $ 1,900 /day as and when requested by the
City.
4. The term "contract Documents" means and included the following:
(A) Agreement
(B) Advertisement for Bids
(C) General Information
(D) Specifications
(E) Bid
(F) Bidder's Information Sheet
(G) Notice to Proceed
5. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,
administrators, successors, and assigns.
6. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by
their duly authorized official, this Agreement in two (2) copies, each of which shall be
deemed an original on the date first written above.
7. Projects will be performed on an as needed basis. Contractor will be given seven (7) to ten
(10) days notice prior to start date of projects.
OWNER CONTRACTOR
BY: BY:
Stephen B. Fitzgibbons
City Manager
Printed Name:
' - :~ - - - -
DELORIS "BOBBLE" PRINCE, MAYOR STEPHEN FITZGIBBONS
ELIZABETH "LIZ" SEGLER, MAYOR PRO-TEM - " CITY MANAGER
COUNCIL MEMBERS: <`i - ~ y - E~egy __ - _ TERRI HANKS
JACK CHATMAN, JR. ~ C;~ ~f Gy - --~ CITY SECRETARY
MORRIS ALBRIGHT, Ili - _ __ _ _ MARK T. SOKOLOW
- MARTIN FLOOD CITY ATTORNEY
JOHN BEARD, JR. _
ROBERT>~ W1LLIAMSON O rt rth u~~-- _ __ _
D. KAY WISE
THOMAS J. HENDERSON TCXQS °-
- ~ -
- - -
NNE 15, 2009 ,:'~-: ~ _ > -
_. - _ _
- .~- . -
- ~ INVITATION TO BID
ALTERNATE DAILY COVER MATERIAL FOR THE LANDFILL .
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 PM, Local
Time; Wednesday, July 1, 2009. (The clock located in the City Secretary's office will be the
official time.) All qualifications received will be read aloud at 3:15 PM on July 1, 2009 in the
City Council Chambers, City Hall, 5~' Floor, Port Arthur, TX.
MARK ENVELOPE: DAILY COVER - -
DELIVERY ADDRESS: Please submit two (2) complete copies of your bid to:
_ CITY OF PORT ARTHUR CITY OF PORT ARTHUR
. _ CITY SECRETARY CITY SECRETARY -
P.O. BOX 1089 444 4TH STREET, 4'~ Floor
~_ PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77b40
POINTS 4F CONTACT: "- -_ -' * ~- - --
- ±4. .
Questions concerning the Invitation to Bid should be directed to:
~. __ -
City of Port Arthur, TX ~ ' - = .. -
Shawna Tubbs, Purchasing Manager -~ -
P.O. Box 1089 ~'" -~
Port Arthur, TX 7754I~ - - .
409.983.8160 ~ ••
Shawna(ah~ortarthur.net ~ _ . -
Questions concerning the Scooe of Work should be directed to:
_. ._.
City of Port Arthur, TX '~' • - - - - -
,.
Ross Blackketter, Director of Public;Works * ~ -
P.O. Box 1089 - _ ~ -
Port-Arthur, TX 776.41 - ~- - ~ -
rblackketter(a~~portarthur net _' --- -
_ ~_
" s:; t
_ ' _ a - ~$
- =. - -. Page 1 of 14 - ~ - - - - ~- - _
P.O. BOX 1089 • PORT ARTHUR, TEXAS 77641-.1089 • 409/983-8] ! 5 • FAX 469/983-829I
_ . ~
_ _• ~
_. _ _ _ -
The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS,
CONDITIONS SPECIFICATIONS, are for your oonvetrience in submitting bids for the enclosed
referenced services for the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be
placed in a sealed envelope, with the Vendor's name and address in the upper left-hand comer of
the envelope.
ALL BIDS MUST BE RECEIVED IlV THE CITY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME It is the sole responsibility of the firm to ensure that the sealed
ITB submittal arrives at the above location by specified deadline regardless of delivery method
chosen by the firm. Faxed or electronically transmitted RFO ~~bmittals will not be accepted
Shawna Tubbs
Purchasing Manager
Page 2 of 24
CITY OF PORT ARTHUR
GENERAL INFORMATION•
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor famish the
City of Port Arthur the required information specified in Bid or Proposal Specifications
listed in this Bid Package.
The intent of this IlWTI'ATION TO BID (ITB) is to provide bidders with sufficient infozznation
to prepare SEALED BIDS IN DUPLICATE for furnishing: ALTERNATE DAILY COVER
FOR LANDFILL
Bids must be in a sealed envelope addressed to the City Secretary, City of Port Arthur, P.O. Box
1089, Port Arthur, Texas 77641. Bids shall be received na later than 3:00 P. M. July 1, 2009.
Bids received after the closing time specified will be returned to the bidder unopened and claims
of mail delays will not constitute an exception. Bid proposal MUST BE SIGNED BY BIDDER.
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 fist shall indicate that the bidder has not taken exceptions and the City shall
hold the bidder responsible to perform in strict accordance with the specifications of the
invitation. The City reserves the right to accept any and all or none of the
exception(s~substihitions(s} deemed to be in the best interest of the City of Port Arthur.
Bids cannot be altered or amended a#ter submission deadline. Any interlineations, alteration, or
erasure made before opening time must be initialed by the signer of the bid, guaranteeing
authenticity.
The City reserves the right to:
1. Reject any and ail bids and to make no award if it deems such action to be in
its best interest.
2. Award bids on the lump suns 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.
The award shall be made to the responsible vendor(s) whose bid is determined to be lowest offer,
taking into consideration the relative importance of price, conformance to specifications and
capability and experience of the contractor.
Page 3 of 14
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and
Proposal" shall be equivalent.
Bidders aze 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 an'angemerrt with any employee, official or agen# of the City of Port Arthur.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS.: A
prospective bidder .Host 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. Dave 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.
b. 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 moneys under any contract by
the City with such person until such person has paid all obligations and debts
owed to the City, or has made satisfactory arrangements to pay the same.
Any interpretations, corrections or changes to the ITB and Specifications wdl be made by
addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing
Manager. Addenda will be mailed to all who are known to have received a copy of the ITB.
Offeror's shall acknowledge receipt of all addenda.
BONA FIDE BUSINESS THAT CLAIMS THE CITY OF PORT ARTHUR AS ITS
PRINCIPAL PLACE OF BUSINESS: The official business address (office location and office
personnel) shall be a Port Arthur address, 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.
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.
Page 4 of 14
IIW_ AU invoices shall be mailed directly to the City of Port Arthur, Attn.: Public
Works/Landfiil, 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.
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 ar 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
prolu~bits 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.
CONTRACT: The following will comprise the contract between the City and the successful
bidder:
1. Agreemea~t
2. Advertisement for Bids
3. Addenda
4. Generallnformation
5. Specifications
6. Bid
7. Notice of Award
$. Notice to Proceed
QUANTITIES: Quantities shown aze estimated, based on projected use. It is specifically
understood and agreed that these quantities are approximate and any additional quantities will be
paid for at the quoted price. It is further understood that the contractor shall not have any claim
against the City of Port Arthur for quantities less than the estimated amount.
All bids will remain in effect for three years.
Page 5 of 14
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur,
Texas 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 appazent omission from it of
a detailed descriptor 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 anytime
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
Page b of l 4
up to the termination date. If this contract is terminated due to fault of the Contractor, the
Previous paragraph hereof relative to termination shall apply.
EXPERIENCE & CAPABILITY: Bidder shall include the following information to describe
the experience and capability factors of the company;
1. Number of years in operation.
2. Largest project :urrently in effect with a business.
3. Number of employees currently employed, their job titles, and their job descriptions.
4. Equipment currently owned or leased by your company.
5. Be otherwise qualified and eligible to receive an award.
6. Other companies that you contracted with.
7. If a company wants to receive the award for more than one group, the company must show
that it has the equipment and employees to handle more than one group.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require
the Contractor to fiunish releases or receipts for any ar all persons performing work and
supplying material or service to the Contractor, or any sub-contractors for work under this
contract, if this is deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for ail 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 receivai
from the City of Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the
State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense,
purchase, maintain and keep in force insurance that will protect against injury and/or damages
which may arise out of or result from operations under this contract, whether the operations be
by himself or by any subcontractor or by anyone directly or indirectly employed by any of them,
or by anyone for whose acts any of them may be liable, of the following types and limits
1. 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,
Page 7 of 14
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.
2. 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 Gity of Port Arthur valid CERTIFICATE OF
INSURANCE on like form from or for all Subcontractors and showing the Subcontractor {s) as
the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be
filed with the City of Port Arthur not more than ten {I O) 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 tv
contact the contractor.
Page8of14
Bid Specifications for Application of
Alternate Daily Cover Material at the
City of Port Arthur Landfill
These specifications aze for the application of alternate daily cover {ADC) at the City of Port
Arthur Landfill located 3/. mile west of the Taylor Bayou Bridge on Highway 73. The material is
to be sprayed onto the working face at the end of each weekday to cover garbage and debris.
ADC will be utilized at the discretion of the Landfill Manager between Monday and Friday
depending on operational needs and weather. The City will make every effort to inform the
Contractor of operational needs a week in advance. Cancellations due to weather will be
determined by the Landfill Manager as eazly as possible each weekday. The working face size
will average 150' X 150' daily. All materials, equipment, and personnel are to be provided by
the bidder.
Specifications:
Material
1. Must meet ASTM D6523-00 "Standard Guide for Alternate Daily Cover for Sanitary
Landfills"
2. Must be capable of retarding the spread of fire and be self-extinguishing with zero fuel
content in accordance with ASTM D4982. Test results must be included in bid packet.
3. Must provide control of blowing litter and contain no nutrients for vectors.
4. Must be biodegradable and non-toxic.
5. Must meet all EPA 40CFR 258 requirements
6. Must be capable of being applied in any temperature condition and of withstanding
moderate rainfall.
7. Must contain microbes for faster breakdown of all organic waste
8. Must be capable of reducing odors arising from the refuse by containing an odor
controlling element within the mixture and show underwater lab test on emission
(ASTM-9b} of water vapor loss through the alternate daily cover layer of less than 1,000
glm2/day. Test result from UL must be included in bid.
9. Must create a hardened crust over the garbage and debris within two (2) hours.
10. Must contain an earth tone colorant to blend with the surrounding azea and provide an
aesthetic appearance.
Application
1. Contractor must be approved by City of Port Arthur.
2. Contractor will provide employees will all needed licenses (CDL, etc.) for application of
Alternate Daily Cover.
3. Contractor will be required to apply the ADC material when directed by the Landfill
Manager depending on operational needs and weather conditions (usually Monday
through Friday between 4:04PM and S:OOPM).
4. Contractor will be responsible to supply all materials necessary for ADC application
including but not limited to: spray machine, hoses, pumps, hand tools, etc.
5. Contractor will provide approved ADC material.
Page 9 of l4
6. Contractor will provide any necessary water for mixing ADC material as there is no
water source located at the landfill.
7. Contractor must carry all necessary insurance required by the City of Port Arthur. Proof
of insurance must be provided before bid will be accepted and any work begins.
Additional Items
Quote any additional items or exceptions to the above specifications necessary for the
completion of the work.
Page 10 of 14
DATE• July 1.2009
CITY OF PORT ARTHUR
BID PROPOSAL
Bid Proposal For: ALTERNATE DAILY COVER MATERIAL FOR THE LANDFILL
The undersigned ,doing
business in the City/Town of ,submits
herewith, in conformity with the General Instructions, Conditions, and Specifications for the
following Bid:
OUTLINE OF BID DATA:
DESCRIPTION COST
ALTERNATE DA,II.Y COVER MATERIAL
FOR THE LANDFILL $ Per Day
YEAR 1 S
YEAR 2 $
YEAR 3 $_
Number of Trucks Capacity of Trucks cy
Receipt of addenda is acknowledged:
No.. 1 Dated Received
COMPANY NAME
SIGNATURE OF BIDDER
(PRINT OR TYPE NAME)
TITLE
EMAIL
STREET ADDRESS
PO. BOX
CITY STATE ZIP
AREA CODE TELEPHONE NO.
Page 11 of 14
BID OPENING DATE: July 1.20U9
CITY OF PORT ARTHUR
' INSTRUCTIONS TO BIDDER
Bidders are requested to fiunish their complete REMIT TO ADDRESS and
TAX IDENTIFICATION NUMBER as indicated below:
REMIT PAYMENT TO•
COMPANY
ADDRESS
CITY/STATE/ZIP
SEND PURCHASE ORDER TO:
COMPANY
ADDRESS
CITY/STATE/ZIP
TAX IDENTIFICATION NUMBER
Page 12 of 14
AFFIDAVIT
All pages in the offeror's bid proposal containing statements, letters, etc.
shall be signed by a duly authorized officer of the company, whose
signature is binding on the bid proposal.
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. Further, I agree to pay succeeding debts
as they become due during this agreement.
1 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 autstanding 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.
NAME OF OFFEROR:
TITLE
ADDRESS
CITY/STATE/ZIP
TELEPHONE NUMBER
SIGNATURE
STATE
COUNTY
SUBSCRIBED AND SWORN to before me by the above named
on this the
day of , 20
Notary Public
Page 13 of 14
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, 80 Leg., Regular Session.
This questio.-inaire 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 mcets requirements under Section
176.006 (a).
By law this questionnaire must be filed with the records adnunistrator of the local governmental entity not later than the 7t° 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 l 76.00b, 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. a Check this boz if you are filing an update to a previously 81ed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than
7'" business day after the date the originally filed questiomtaire becomes incomplete or inaccurate.)
3. Name of local a government officer wiW whom fifer has employment or business relationship.
Name of Officer
This section (item 3 including subparts A, B, G, 8t 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 l=oan
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?
Yes . ~ No
B. is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from the filer of
the questionnaire?
Yes ~ No
C. Is the filer of this questionnaire employed by a corporation or other
Yes . n No
D. Describe each em to .l nt or business relationslu with the local oven-ment officer namedvd this section.
4. _
Si tore of rson do' business with the overnmental enti Date
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
Page 14 of 14
DATE: July 1, 2009
CITY OF PORT ARTHUR
BID PROPOSAL
Bid Proposal For: ALTERNATE DAILY COVER MATERIAL FOR THE LANDFILL
The undersigned Triangle Waste Solutions, LP
doing
business in the City/Town of Port Arthur ,submits
herewith, in conformity with the General Instructions, Conditions, and Specifications for the
following Bid:
OUTLINE OF BID DATA:
DESCRIPTION
COST
ALTERNATE DAILY COVER MATERIAL
FOR THE LANDFILL $ 1 , 900.00 ~ Per Day Per Year
YEAR 1 $ 1,900.00 Per Day $478,800.00
YEAR 2 $ 1 , 900.00 Per Day $478, 800.00
YEAR 3 $ 1,900.00 Per Day $478,800.00
2-Landfill Trailers
Number of Trucks Hydro Seeding Capacity of Trucks 1 200/9000 cy
Units
Receipt of addenda is acknowledged:
No. 1 Dated Received
Triangle Waste Solutions, LP 1000 S Business Park Drive
COMP E STREET ADDRESS
/ ~ P . O . Box 1 71 4
SIGNA~JRE OF IDDER PO. BOX
Tony Broussard Port Arthur, TX 77627
(PRINT OR TYPE NAME) CITY STATE ZIP
Vice President
TITLE
tonyb@trianglewaste.com
EMAIL
409-736-3600
AREA CODE TELEPHONE NO.
Page 11 of 14
BID OPENING DATE: July 1, 2009
CITY OF PORT ARTHUR
INSTRUCTIONS TO BIDDER
Bidders are requested to furnish their complete REMIT TO ADDRESS and
TAX IDENTIFICATION NUMBER as indicated below:
REMIT PAYMENT TO:
COMPANY Triangle Waste Solutions, LP
ADDRESS P.O. Box 4253-p
CITY/STATE/ZIP Houston, TX 77210-4253
SEND PURCHASE ORDER TO:
COMPANY Triangle Waste Solutions , LP
ADDRESS P • O . Box 1 71 4
CITY/STATE/ZIP Nederland, TX 7'7627
TAX IDENTIFICATION NUMBER 4 7- 0 9 3 2 3 2 5
Page 12. of 14
AFFIDAVIT
All pages in the offeror's bid proposal containing statements, letters, etc.
shall be signed by a duly authorized officer of the company, whose
signature is binding on the bid proposal.
The undersigned offers and agrees to one of the following:
x I hereby certify that I do not have outstanding debts with the
City of Port Arthur. Further, I agree to pay succeeding debts
as they become due during this agreement.
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.
NAME OF OFFEROR: Triangle Waste - Tony Broussard
TITLE Vice President
ADDRESS 1000 S Business Park Drive
CITY/STATE/ZIP Port Arthur 'PX 77640
TELEPHONE NUMB "~ 0 9- 7 3 - 3 6
SIGNATURE ~~ /
STATE
COUNTY
SUBSCRIB D AND SWORN to before me by the above named
(~ j'1 U.~s'~. on this the
day of ~~, 20 d ~ .
t
Notary P lic
,;'~Y-~;., MEEGAN CRYER
?•°~ °~ Notary Public, State of Texas
My Commission Expires
~~~ ~~'~ May 18, 2011
Page 13 ~~f 14
,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, 80 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).
Bylaw this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7`~ 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.
N/A
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
7`~ business day after the date the originally filed questionnaire becomes incomplete or inaccurate.)
3. Name of local a 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?
Yes ~ No
B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from the filer of
the questionnaire?
Yes ~ No
C. Is the filer of this questionnaire employed by a corporation or other
^ Yes ~ No
D. Describe each em to ment or business relationshi with the local overnment officer named in this section.
4.
Signature of person doing business with the governmental entity Date __
RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL
Page 14 of 14