HomeMy WebLinkAboutPR 14021:ICU ENVIRONMENTALMemo TO: From: Date: Re: Steve Fitzgibbons, City Manager Management~ t~ Ode Watson, O/rector of P/ann/n~ and Grants Tuesday, April 17, 2007 P.R. 14021 RECOHMENDATION: I recommend City Council adopt Proposed Resolution 14021 authorizing the award of a bid and contract to ICU Environmental, Health & Safety for Lead Based Paint znspections, Assessments, Cost estimates and Clearance Examinations for the rehabilitation activities as required by Title 24 Code of Federal Regulations Part 35. The Department of Housing and Urban Development awards annual Community Development Block Grant and HOME funds to the City for the primary benefit of Iow and moderate-income persons and families. City is obligated to provide owner-occupied rehabilitation assistance to qualified homeowners. Prior to rehabilitation assistance being provided, Federal Regulations requires Lead Based Paint Inspections be conducted on housing unit(s). The Purchasing Department advertised in the Port Arthur News on March 25, 2007 and April 1, 2007. A request for proposals was sent to 22 contractors. Proposals were received on April 11, 2007 from Spectrum Services Group and Environmental Health & Safety. Based on a thorough analysis, both companies are reputable, well qualified and do have the experience required. A decision has been made based on the following pricing information provided: Spectrum Services Group I_CU Environmental, Health & Safety $1,230 per house $835 per house Given the foregoing information, ICU Environmental, Health & Safety provided the lowest and most responsible cost. BUDGETARY/FiSCAL EFFECT: Rental Rehab Program Income funds, HOME and CDBG Programs will provide funding. STAFFING/EI~IPLOYEE EFFECT: Housing Administration staff will be responsible for administering the contracts. I recommend City Council adopt Proposed Resolution 14021 authorizing the award of a contract to ICU Environmental, Health & Safety for Lead Based Paint Inspections, Assessments, Costs estimates and Clearance Examinations for the rehabilitation activities as required by Title 24 Code of Federal Regulations Part 35. z. PR14021 P. R, 14021 4/17/07 - DW/Housing RESOLUTION NUMBER A RESOLUTION APPROVING THE AWARD OF A CONTRACT TO ICU ENVIRONMENTAL, HEALTH & SAFETY FOR LEAD BASED PAINT INSPECTION SERVICES FOR HOUSING REHABILITATION ACTIVITIES AS REQUIRED IN TITLE 24 CODE OF FEDERAL REGULATIONS PART 35. WHEREAS, the Department of Housing and Urban Development awards annual Community Development Block Grant and HOME funds to the City for the primary benefit of Iow and moderate income persons. The City is obligated to provide owner- occupied rehabilitation and reconstruction assistance to qualified homeowners; and, WHEREAS, prior to providing housing rehabilitation assistance, 'FlUe 24 of the Code of Federal Regulations Part 35 requires a Lead Based Paint inspection be conducted on a housing unit prior to rehabilitation activities; 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 Housing Programs Administrator of the City of Port Arthur, is hereby authorized to approve the award of a contract to ICU Environmental, Health & Safety (a copy of said contract is attached hereto as Exhibit"A"). THAT the City Council approves the award of a bid to ICU Environmental, Health & Safety and authorizes the City Manager to enter into a contract for the Lead Based Paint Inspections pursuant to the Community Development Block Grant and HOME Programs regulations. THAT a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this day of April, A.D., 2007 at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following vote: AYES: MAYOR. COUNCILMEMBERS z.PRI4021 NOES MAYOR C~FY SECRETARY APPROVED FO~]FORM: CITY A'I-r'o~"N E? ~;~) lO APPROVED FOR AVAILABILITY OF FUNDS: DIRECTOR OF FINANCE APPROVED FOR ADMINISTRATION: CITY MANAGER DIRECTOR OF PLANNING & GRANTS MANAGEMENT Agreed to: ICU ENVIRONMENTAL, HEALTH & SAFETY z. PRI4021 Exhibit "A" LEAD INSPECTIONfRISK ASSESSMENT, WORK WRITE UP, CLEARANCE FOR THE CITY OF PORT ARTHUR THIS AGREEMENT, made this __ day of April 2007, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "CITY" and ICU ENVIRONMENTAL, HEALTH & SAFETY (ICU) a CORPORATION herein acting by and through DANIEL R. WARD, VICE PRESIDENT hereinafter called CONTRACTOR WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein, CITY and CONTRACTOR agree as follows: The Department of Housing and Urban Development awards annual Community Development Block Grant and HOME funds to the City for the primary benefit of low and moderate-income persons and fmnilies. The City is obligated to provide owner-occupied rehabilitation assistance to qualified homeowners. Prior to rehabilitation assistance being provided, federal regulations require that lead based paint inspections be conducted on each housing unit. Specifically, the sellers or lessors of target housing are required to disclose to the purchaser or lessee of the presence of any known lead-based paint and/or lead-based paint hazards; provide available records and reports; provide the purchaser or lessee with a lead hazard information pamphlet; give purchasers a 10-day opportunity to conduct a risk assessment or inspection; and attach specific disclosure and warning language to the sales or leasing contract before the purchaser or lessee is obligated The Contractor agrees to provide lead based paint inspections, risk assessments, work write ups, and lead clearances for various residential structures as delineated in Title 24 of the Code of Federal Regulations Part 35 and as stated in the contract documents for the prices set forth in the proposal attached hereto. The term of this Contract shall be from April 25, 2007 to April 25, 2008. The City can terminate this contract at its convenience. Any terms and conditions stated in original specifications will apply to any extended periods. The City will provide the Contractor with a Notice to Proceed for each residence/unit that requires the aforementioned inspection. The Contractor agrees to complete each initial inspection within thirty (30) days of receiving a Notice to Proceed for each residence/unit. In the event lead is identified, the Contractor will notify the City and will assist in monitoring and overseeing the removal of the lead based paint. The Contractor further agrees that upon the removal of the lead based paint, it will conduct a clearance exam for each residence/unit within sixty (60) days. 9. The Contractor certifies that all work will be performed by a Texas Department of State Health Services licensed risk assessor. 10. During the term of this Contract, the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary to perform the duties outlined in the specifications. 11. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for the price listed in its attached proposal to the City of Port Arthur. 12. The Contractor will commence the work required by the Contract Documents on or before a date to be specified. 13. The term "Contract Documents" means and includes the following: a) Agreement b) Advertisement for Bids c) Addenda d) General Information e) Specification f) Bid/Proposal g) Notice of Award h) Notice to Proceed 14. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 15. 1N WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of, which shall be deemed an original on the date first above written. Signed onthe __ day of 2007. ATTEST CITY OF PORT ARTHUR CITY SECRETARY BY STEVE FITZGIBBONS, CITY MANAGER CITY OF PORT ARTHUR Signed on the day of 2007. ATTEST CONTRACTOR CITY SECRETARY BY DANIEL R. WARD, VICE PRESIDENT ICU ENVIRONMENTAL, HEALTH & SAFETY CITY OF PORT ARTHUR ADVERTISEMENT FOR BIDS HOUSING DEPARTMENT LEAD INSPECTION/RISK ASSESSMENT MARCH 25, 2007 CITY OF POF~r AP~B-IUR, TEXAS REQUEST FOR PROPOSALS NOTICE IS HEREBY GIVEN THAT sealed Pro- posals, addressed to the C~ of Port Arthur, will be received at the Office of the City Secretary, City Hall 444- 4th Street or P.O. Box 1089, Port Ar- thur, Texas 77641 no later than 3:00 P.M., April 11, 2007 and all bids re- ceived will thereafter be opened and read aloud in the City Council Cham- bers, 5th Floor, City Hall, · .Port Arthur, Texas for certain services briefly I desedbed as: i ~.~.~o ~NSPEDT~N/: RISK ASSESSME~ FOR HOUSING DEPARTMENT ProPOsals received after closing time will be ra- turned unopened. ~Copies of the Specifica- itions and other Contract [Documents are on file in ithe Purchasing Office, 1444- 4th Street; Cty ol !Port Arthur, and ai-e oper for public inspection with- out charge. The City of Port Arthur re. sen/es the right to rejec~ any and all proposals and to waive informalities. Joseph Breussard Purchasing Manager APRIL 1,, 2007 ~ITY OF PORT AF~rHUR, TEXAS REQUEST FOR PROPOSALS NOTICE IS HEREBY GIVEN THAT sealed Pro~ posals, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444- 4th Street or P.O. Box 1089, Port Ar- thur, Texas 77641 no later than 3:00 RM., April 11, 2007 and all bids re- ceived will thereafter be opened and read aloud in the City Council Cham- bers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as; LEAD INSPECTION/ RISK ASSESSMENT FOR HOUSING DEPARTMENT Proposals received after closing time will be re- turned unopened. Copies of the Specifica- tions and other Contract Documents are on file in the Purchasing Office, 444- 4th Street, City of Port Arthur, and are open f6r public inspection with- out charge. The City of Port Adhur ra- serves the right to reject any and all proposals and to waive informalities. Joseph Braussard Purchasing Manager OSCAR G. ORTIZ, MAYOR DELORIS PRINCE, MAYOR PRO*TEM COUNCIL MEMBERS: WILLIE LEWIS JR. FELIX A. DARKER THOMAS J. HENDERSON MARTIN FLOOD JOHN BEARD, JR, ROBERT E. WILLIAMSON MICHAEL "SHANE" SINEGAL Cityof Texas STEPHEN FITZGIRBONS CITY MANAGER EVANGELINE "VAN" GREEN CITY SECRETARY MARK T. SOKOLOW CITY ATTORNEY March 23, 2007 REQUEST FOR PROPOSAL The enclosed REQUEST FOR PROPOSAL (RFP) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, AND BID SHEETS are for your convenience in bidding the enclosed referenced services for the City of Port Arthur. Sealed Proposals, (two copies) subject to the General Instructions, Conditions and Specifications, as provided will be addressed to the City Secretary of the City of Port Arthur, Texas. Sealed PROPOSALS shall be received no later than 3:00 P.M. April 11, 2007 at the City Secretary Office and all bids received will thereafter be opened a read aloud in City Council Chambers, fifth floor, City Hall, Port Arthur, Texas for the fbllowing: LEAD INSPECTION/RISK ASSESSMENT FOR HOUSING DEPARTMENT PROPOSAL SHALL BE PLACED IN A SEALED ENVELOPE, with the bidder's name and address in the upper left-hand comer of the envelope. FACSIMILE TRANSMITTALS SHALL NOT BE ACCEPTED. BIDS MUST BE signed on the pricing form included for that purpose in this packet and SIGNED BY A PERSON HAVING AUTHORITY TO BIND THE FIRM IN A CONTRACT. MARK ENVELOPE: LEAD INSPECTION Sealed proposals shall be submitted to: CITY OF PORT ARTHUR CITY SECRETARY PO BOX 1089 PORT ARTHUR, TEXAS 77641-1089 CITY OF PORT ARTHUR CITY SECRETARY 444 4TH STREET PORT ARTHUR TX 77640 ALL PROPOSALS MUST BE RECEIVED IN THE CITY SECRETARY OFFICE BE FOR OPENING DATE AND TIME. Page 1 of 10 P.O. BOX 1089 * PORT ARTHUR, TEXAS 77641-1089 · 409/983-8115 · FAX 409/983-8291 Proposals received after the closing time specified will be returned to the bidder unopened. Awards should be made not longer than 90 calendar days after the bid opening date. To obtain results, or if you have any question, please contact Clifton Williams at the City of Port Arthur Purchasing Office at (409) 983~816 l. The City reserves the fight to reject any or all proposals and to waive informalities or defects in proposals or to accept such proposals as it shall deem to be in the best interests of the City of Port Arthur. Sincerely, Purchasing Manager Page 2 of 10 CITY OF PORT ARTHUR GENERAL INFORMATION: NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnishes thc City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. The intent of this REQUEST FOR PROPOSAL (RFP) is to provide bidders with sufficient information to prepare SEALED PROPOSALS IN DUPLICATE for furnishing: LEAD INSPECTION/RISK ASSESSMENT FOR HOUSING DEPARTMENT Proposals 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 no later than 3:00 P. M. April 1 l, 2007. Proposal MUST BE SIGNED BY BIDDER. All proposals meeting the intent of this request for proposal 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 exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. Proposals cannot be altered or amended after submission deadline. Any interlineation, alteration, or erasure made before opening time must be initialed by the signer of the proposal, guaranteeing authenticity. The City reserves the right to: 1. Reject any and all proposals, and to make no award, if it deems such action to be in its best interest. 2. Award proposals on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all proposals and to waive informalities or defects in proposal, or to accept such proposals as it shall deem to be in the best interest of the City. 4. Award proposals to bidders whose principal place of business is in the City of Port Arthur and whose proposals is within 5% of the lowest bid price. The award shall be made to the responsible vendor(s) whose proposal is determined to be lowest evaluated offer, taking into consideration the relative importance of price, conformance to specifications and capability and experience of the contractor. Page 3 of 10 TERMINOLOGY: "Bid vs. "Proposal" --For the purpose of this RFP, the terms "Bid" and "proposal" shall be equivalent. Bidders are cautioned to read the information contained in this RFP 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 Codes Annotated, local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The offerer 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 OFFERERS: A prospective offerer must affirmatively demonstrate offerer's responsibility. A prospective offerer must meet the following requirements: 1. have adequate financial resources, or the ability to obtain such resources as required; 2. be able to comply with the required or proposed delivery schedule; 3. have a satisfactory record of performance; 4. have, a satisfactory record of integrity and ethics; 5. be otherwise qualified and eligible to receive an award. The City of Port Arthur may request representation and other information sufficient to determine offerer's ability to meet these minimum standards listed above. 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 a 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 shall show all information as stated above, shall be issued for each purchase order and shall be mailed directly to the City of Port Arthur Housing Department, PO Box 1089, Port Arthur, Texas 77641-1089. PAYMENT will be made upon receipt and acceptance by the City of all completed services and/or item (s) ordered and receipt ora valid invoice, in accordance with the State of Texas Prompt Payment Act, Article 601fV.T.C.S. Successful offerer (s) are required to pay subcontractors within ten (10) days. Page 4 of 10 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 preferable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with alt 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 AFFIDAVIT included as part of this RFP. CONTRACT: The following will comprise the contract between the City and the successful bidder: 1. Information for Bidders 2. Bid Sheet 3. Notice of Awards 4. Specifications 5. Addenda QUANTITIES: Quantities shown are estimated, base on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for the quoted price. It is further understood that the supplier shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. All proposals will remain in effect for ninety (90) days after the proposal opening date. If through any cause the Bidder fail to fulfill in a timely and proper manner, his obligations under this Contract, or fail to perform in accordance with these specifications, the City reserves the right to terminate this Contract by giving written notice to the Bidder of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Page 5 of 10 No person has the authority to verbally alter these specifications. Any interpretations, corrections or changes to this RFQ and Specifications will be made in writing by the Purchasing Division of the City of Port Arthur and sent to each person having a bid package. The vendor must be an authorized dealer for all products offered. Vendor must give the manufacturers name and product description of all items. Inferior products, products which perform at a level lower than the manufacturers original equipment, substandard, or poor quality products will be rejected. SHIPPING INFORMATION: All proposals 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 Contractor shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, to and 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 ora detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of statement. 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 equipment which may be considered most suitable for the service 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. Questions concerning this RFP or additional information should be directed to Beverly Freeman at 409-983-8259. Page 6 of 10 SPECIFICATIONS Request for a Proposal (RFP) For Lead Inspection/Risk Assessment, Work Write Up, Clearance Request is being made for a proposal on lead based paint inspections/risk assessments, work write ups, and lead clearances for various residential structures. ALL WORK PERFORMED MUST BE DONE BY A TEXAS DEPARTMENT OF STATE HEALTH SERVICES LICENSED RISK ASSESSOR. Minimum Inspection Performance Requirements NOTES: Inspection of target property by experienced structural appraiser Measurement of residence: both interior rooms and exterior perimeter CAD Floor plan of residence for use by your department and construction contractors Itemized Work Write Up detailing scope of work - 1 copy will dollar amounts for your department and 1 copy without dollar amounts for contractor bid purposes. Continually updated database of current construction pricing based on insurance standards. Digital photographs of interior and exterior of residence, stored on CD Minimum Lead Based paint Clearance Requirements Visual examination of the exterior of the structure for lead based paint hazards. Interior wipe samples to be taken in accordance with HUD guidelines (floor, window sill and window trough (if trough exists) in each room) and sent to certified lab for testing. Provide sample vials, wipes which meet the ASTM E1792 requirements, labels, gloves, templates, chain of custody forms, packing materials and shipping of samples to a certified lab. Verbal pass/fail report as soon as lab results are received. Written clearance report, including a copy of the lab report. 1. All inspections/clearances to be performed within forty eight (48) hours of notification. 2. Inspections and clearances te be invoiced separately. 3. Final work write-ups and/or written clearance report within one (1) week of inspection or testing; unless written extension has been submitted and approved. 4. All information gathered, or encountered, in the performance of these duties to be deemed privileged and confidential. Criteria Experience Licensure Ability to meet Time Requirement Ability to start within 5 days of award The contract will one year. Yes No 10+ 0-10 Page 7 of 10 BID OPENING DATE: _April 11,2007 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: ADDRESS ~2~ CITY/STATE/ZIP SEND PURCHASE ORDER TO: ADDRESS a~~l CITY/STATE/ZIP TAX IDENTIFICATION NUMBER Page 8 of 10 AFFIDAVIT A 1 pages m the oIterer's b'd 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 net have outstanding debts with the City of Port Arthur. Further, [ agree to pay succeeding debts as the3,' 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. [ hereby certify that [ 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 agTee to pay succeeding debts as they become due. NAME OF OFFERER :_ fXJl~i¢l TELEPHONE N UMBER SIGNATURB ~ SUBSCRIBED AND SWO~N ~. ~ on this the day of ~rf ] ,209D Notau Public in and for the State of T~ ~!:~i:,¢ D~C, ~, ~o~o j RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 9 of 10 CONFLICT OF INTEREST STATEMENT Please delineate all owners of your company. If you have any contractual business relationship or family relationship with any member of the governing body of the City or if you expect this to occur, please so state: Signature Page 10ofl0 B3/29/2007 [[:04 28124201~2 N,N~ ORLT~,~ [NS ACY PAGE 02/02 ~,~-~. CERTIFICATE OF LIABILITY INSURANCE I ""(""'"'~'~' 03/22,/2007 (281) 242-2333 TH~ C=~HrzCATE I$ ~UED ~ A ~TTBR ~ INFOR~ON ONLY AND C~FE~ NO RIGHT& UPON THE ~I~ATE D~ ~ ~g~ HO~R, THi~ CgRTIF~ATE OOE~ NOT AMiD EXTEH~ OR [20S ~ , TX 774~,~1205 WSU~RSAFFO~/N~E ~CW Wo~and~ ~X 77380- l~e~ e (409) 682-7518 C~TY 0T pORT A~THUR P.O. BOX 1089 (409) 77641- o ACORO OORPO~TION t I)88 Environmental, Health & Safety April 10, 2007 City of Port Arthur P.O. Box 1089 Port Arthur, TX 77641-1089 Re: Lead Firm Certificate To whom it may concern: Attached you ~vill find a copy of our Lead Firm Certificate issued by the Texas Department State Health Services. Please accept this letter as notice that we have submitted our application for renewal to DSHS and are waiting for the arrival of our new certificate. Upon receipt of our Lead Firm Certificate we will forward a copy promptly to your office. If you have any questions or concerns please feel free to give me a call at (409) 727- 8227. Sincerely, Vice President /si 26022 Oak Ridge Drive · The Woodlands, TX 77380 · Phone: 281-363-9939 ° Fax: 281-363-4744 2300 Hwy 365, Suite 370 · Nederland, TX 77627 ° Phone: 40%727-8227 · Fax: 409-729-5075 web site: wwwicusafety, com z © ICU Environmental~ Health and Safety Number of Years in Operation: 14 Years Type of Company: Corporation Principal Officers: Janet Wiiki, CIH, CSP - President 26022 Oak Ridge Drive, The Woodlands, TX 77380 Kathy Harkey - Senior Vice President 26022 Oak Ridge Drive, The Woodlands, TX 77380 Daniel R. Ward - Vice President 2300 Hwy 365, Suite 370, Nederland, TX 77627 Gross Revenue: Year 2005 - $2,100,000.00 Year 2006 - $2,700,000.00 Largest $ Amt of Current Contract: $1,300,000.00 Environmental Chemical Corporation References: Catholic Diocese of Beaumont Attn.: Russell Chimeno, CPA 703 Archie Street Beaumont, Texas 77701 (409) 838-0451 Christus SI:. Elizabeth Hospital Attn.: James Pearson 2830 Calder Beaumont, Texas 77702 (409) 899-7050 Beaumont Housing Authority Atm.: Cleveland Como 4925 Concord Road Beaumont, Texas 77708 (409) 899-5055 Lamar University - Beaumont Attn.: Gerald McCaig P.O. Box 10016 Beaumont, Texas 77710 (409) 880-8108 Catholic Diocese of Beaumont Attn.: Russell Chimeno, CPA 703 Archie Street Beaumont, Texas 77701 (409) 838-0451 Orange Housing Authority Attn.: Charlie Shaver 1342 FM 1078 Orange, Texas 77632 (409) 886-7393 City of Port Arthur Attn.: Lawrence Baker P.O. Box 1089 Port Arthur, Texas 77641 (409) 983-8242 UTMB Galveston Attn.: Chuck Anderson 301 University Blvd. Galveston, Texas 77555-1116 (409) 392-5172 Goose Creek C.1.S.D. Attn.: Pete Tolar 3401 N. Main Street Baytown, Texas 77522 (281) 425-3600 Galena Park I.S.D Attn.: Mark Welbom 1101 Holland Park Galena Park, Texas 77547 (713) 450-9062 Number of Employees Currently Employed: 35 Employees