Loading...
HomeMy WebLinkAboutContract 35786 CITY SECRETARY CONTRACT NO, CONTR-ACT Between CITY OF FORT WORTH -- and INTERCON ENVIRONMENTAL, INC. For Demolition and Removal of a Structure Known as the Former Mesa Airlines Terminal at the Fort Worth Meacham International Airport Project #: DEM 07-03: MESA -- Aviation Department August 2007 ;�a City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 8/14/2007 DATE: Tuesday, August 14, 2007 LOG NAME: 55MESATERMINAL REFERENCE NO.: **C-22314 SUBJECT: Authorize Execution of Contract with Intercon Environmental, Inc., for Demolition Services of the Former Mesa Airlines Terminal Located at Fort Worth Meacham International Airport RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Intercon Environmental, Inc., in the amount of $33,153.00 for demolition services of the former Mesa Airlines Terminal located at Fort Worth Meacham International Airport. DISCUSSION: Under the recommended contract, Intercon Environmental, Inc., will perform demolition services of the former Mesa Airlines Terminal located at Fort Worth Meacham International Airport. The former terminal is to be demolished in order to increase the available aircraft parking adjacent to the Fort Worth Meacham International Airport main building. The former terminal has been abandoned for the past ten years. A Request for Proposals for the demolition of the former Mesa Airlines Terminal was issued by the Department of Environmental Management on April 11, 2007. Responses were received on May 17, 2007 from the following firms: Company Total Project Cost Intercon Environmental, Inc. $33,153.00 Eagle Construction and Environmental Services, LLP $43,720.00 Lloyd Nabors Demolition $60,000.00 The proposals were evaluated based on a pre-determined combination of qualitative and quantitative (bid point) measures. These measures included but were not limited to the evaluation of such factors as previous work experience, qualifications of personnel, contractor capabilities, cost and subcontractors. City staff is recommending award of this contract to Intercon Environmental, Inc. Intercon Environmental, Inc. is in compliance with the City's M/WBE or DBE Ordinance by committing to 15 percent M/WBE participation. The City's goal on this project is 15 percent. The Environmental Management Department will oversee this demolition project for the Aviation Department. These structures are located in COUNCIL DISTRICT 2. Logname: 55MESATERMINAL Page 1 of 2 t FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current operating budget, as appropriated, of the Municipal Airports Fund. TO Fund/Account/Centers FROM Fund/Account/Centers PE40 539120 0551102 $33,153.00 Submitted for City Manager's Office by- Marc Ott (8476) Originating Department Head: Angie Highland (Acting) (5403) Additional Information Contact: James Burris (5404) Logname: 55MESATERMINAL Page 2 of 2 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Environmental Management Project No. DEM07- 03:M ESA. CONTRACTOR Intercon Onvironmeatall, Inc. By: U +� President Title August 31, 2007 Date STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared Karen Andrews , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of President for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this 31st day of August 20 07 Notary qblic in and for tl State of 'A Angelica Petruzzelll Texas Notary Public,State of Texas \ My Commission Expires: ' `;� `. ..... ° February 28,2008 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A311 Performance Bond SU 103 1555 B KNOW ALL MEN BY THESE PRESENTS: that INTERCON ENVIRONMENTAL INC (Here insert full name and address or legal title of Contractor) 2214 FM 1187,BLDG 6 MANSFIELD,TX 76063 as Principal, hereinafter called Contractor, and, ARCH INSURANCE COMPANY (Here insert full name and address or legal title of Surety) 3 PARKWAY, STE 1500 PHILADELPHIA,PA 19102 as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF FORT WORTH (Here insert full name and address or legal title of Owner) 1000 THROCKMORTON ST FT WORTH,TX 76102 as Obligee, hereinafter called Owner, in the amount Of THIRTY-THREE THOUSAND ONE HUNDRED FIFTY- THREE&00/100 Dollars ($ 33,153.00 )� for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated 19 , entered into a contract with Owner for DEMO 07-03;MESA FORMER MESA AIRLINES TERMINAL in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. AIA DOCUMENT A311 • PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 t, NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or defaults under the contract or contracts of completion extension of time made by the Owner. arranged under this paragraph) sufficient funds to pay the Whenever Contractor shall be, and declared by Owner cost of completion less the balance of the contract price; to be in default under the Contract, the Owner having but not exceeding, including other costs and damages performed Owner's obligations thereunder, the Surety for which the Surety may be liable hereunder, the amount may promptly remedy the default, or shall promptly set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall 1) Complete the Contract in accordance with its terms mean the total amount payable by Owner to Contractor and conditions, or under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. 2) Obtain a bid or bids for completing the Contract in Any suit under this bond must be instituted before accordance with Its terms and conditions, and upon de- the expiration of two (2) years from the date on which termination by Surety of the lowest responsible bidder, final payment under the Contract falls due. or, if the Owner elects, upon determination by the p y Owner and the Surety jointly of the lowest responsible No right of action shall accrue on this bond to or for bidder, arrange for a contract between such bidder and the use of any person or corporation other than the Owner, and make available as Work progresses (even Owner named herein or the heirs, executors, adminis- though there should be a default or a succession of trators or successors of the Owner. Signed and sealed this 4TH day of SEPTEMBER 192007 INTERCON ENVIRONMENTAL INC r (Principal) (seal) GtCL1 do'A {� ILL "e i (Vl/fitness (Title) Karen Andrews, President ARCH INSURANCE COMPANY (Surety) (Seal) (Witness) MARIA A GONZ EZ (T'tl`') TTO Y-IN-FACT AIA DOCUMENT A311 • PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA O FEBRUARY 1970 ED.• THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON, D. C. 20006 2 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A311 Labor and Material Payment Bond SU 103 1555 B THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL MEN BY THESE PRESENTS: that INTERCON ENVIRONMENTAL INC (Here insert full name and address or legal title of Contractor) 2214 FM 1187, BLDG 6 MANSFIELD, TX 76063 as Principal, hereinafter called Principal, and, ARCH INSURANCE COMPANY (Here insert full name and address or legal title of Surety) 3 PARKWAY, STE 1500 PHILADELPHIA,PA 19102 as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF FORT WORTH (Here insert full name and address or legal title of Owner) 1000 THROCKMORTON ST FT WORTH,TX 76102 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of THIRTY-THREE THOUSAND ONE HUNDRED FIFTY-THREE&00/100 (Here insert a sum equal to at least one-half of the contract price) Dollars ($33,153.00 �r for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated 19 , entered into a contract with Owner for DEMO 07-03;MESA FORMER MESA AIRLINES TERMINAL in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. AIA DOCUMENT A311 • PERFORMANCE. BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA O FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE., N.W.,WASHINGTON, D. C. 20006 3 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined,for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect,subject,however,to the fol- lowing conditions: 1. A claimant is defined as one having a direct con- accuracy the amount claimed and the name of the party tract with the Principal or with a Subcontractor of the to whom the materials were furnished, or for whom Principal for labor, material, or both, used or reasonably the work or labor was done or performed. Such notice required for use in the performance of the Contract, shall be served by mailing the same by registered mail labor and material being construed to include that part of or certified mail; postage prepaid, in an envelope ad- water, gas, power, light, heat, oil, gasoline, telephone dressed to the Principal, Owner or Surety, at any place service or rental of equipment directly applicable to the where an office is regularly maintained for the trans- Contract. action of business, or served in any manner in which legal process may be served in the state in which the 2. The above named Principal and Surety hereby aforesaid project is located, save that such service need jointly and severally agree with the Owner that every not be made by a public officer. claimant as herein defined, who has not been paid in b) After the expiration of one (1) year following the full before the expiration of a period of ninety (90) date on which Principal ceased Work on said Contract, days after the date on which the last of such claimant's it being understood, however, that if any limitation em- work or labor was done or performed, or materials were bodied in this bond is prohibited by any law controlling furnished by such claimant, may sue on this bond for the construction hereof such limitation shall be deemed the use of such claimant, prosecute the suit to final to be amended so as to be equal to the minimum period judgment for such sum or sums as may be justly due of limitation permitted by such law. claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses c) Other than in a state court of competent jurisdiction of any such suit, in and for the county or other political subdivision of the state in which the Project, or any part thereof, is 3. No suit or action shall be commenced hereunder situated, or in the United States District Court for the by any claimant: district in which the Project, or any part thereof, is sit- uated, and not elsewhere. a) Unless claimant, other than one having a direct contract with the Principal, shall have given written 4. The amount of this bond shall be reduced by and notice to any two of the following: the Principal, the to the extent of any payment or payments made in good Owner, or the Surety above named, within ninety (90) faith hereunder, inclusive of the payment by Surety of days after such claimant did or performed the last of mechanics' liens which may be filed of record against the work or labor, or furnished the last of the materials said improvement, whether or not claim for the amount for which said claim is made, stating with substantial of such lien be presented under and against this bond. Signed and sealed this 4TH day of SEPTEMBER 192007 INTERCON ENVIRONMENTAL INC r (Principal) ^(Seal) (Witness) Q1t,,, (Title) Karen Andrews, President ARCH INSURANCE COMPANY (Sure(y) (seal) (Witness) MARIA GONZALE r11`) Afto -IN-FACT AIA DOCUMENT A311 - PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BO D - AIA B FEBRUARY 1970 ED.-THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHIN )N, D. C.20006 4 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 13th day of February , 2006 Arch Insurance Company Attested and Certified once O Martin J. Nilsen, Secretary dwnrd M.Titus, ce President STATE OF NEW YORK SS COUNTY OF NEW YORK SS I Peter J. Calleo, a Notary Public, do hereby certify that Edward M. Titus and Martin J. Nilsen personally known to me to be the same persons whose names are respectively as Vice President and Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the tree an voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set for, PETER J.CALLEO, ESQ. Notary Public, Slate of New York Peter J. Cal Notary Pu lic No.02CA6109336 My commissi n expires 5-03-2008 CERTIFICATION Q :lified in New York County Commission Expires May 3,2006 1, Martin J. Nilsen, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and 1 do further certify that the said Edward M. Titus, who executed the Power of Attorney as Vice President, was on the date of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company" IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 4th day of SEPT, 2007 20 Martin J/Nilsen, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Surety 3 Parkway,Suite 1500 Philadelphia,PA 19102 0 C C t►� o CO.IOMT[ d lifufd OOML0013 00 03 03 Page 2 of 2 Printed in U.S.A. - POWER OF ATTORNEY SU 103 1555 B Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri(hereinafter referred to as the"Company") does hereby appoint William A Bailey, Maria A Gonzalez Anne M Barber and Michael J Friedrich of Bridgeview, IL (EACH) its true and lawful Attorneys)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed.- Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit_ This authority does not permit the same obligation to be split into two or more bonds in order to bung each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003. true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOML0013 00 03 03 Page 1 of 2 Printed in U.S.A. (MIVVDD ATE TM CERTIFICATE OF LIABILITY INSURANCE D 08/31 2007� PRODUCER Serial# 100207 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION THE WYATT AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1300 11TH STREET HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. SUITE 306-E HUNTSVILLE,TX 77340 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: ARCH SPECIALTY INSURANCE COMPANY INTERCON ENVIRONMENTAL, INC. INSURER B: MASSACHUSETTS BAY INS.CO. 2214 FM 1187, BLDG.#6 INSURER c: TEXAS MUTUAL INSURANCE COMPANY MANSFIELD, TX 76063 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. WSR -D'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE PODLII Y EXPIRATION ATE(MMIDDIYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY 12 EMP 43513 02 2/3/07 2/3/08 PREMISES Eaooccurence $ 50,000 CLAIMS MADE Fx_1 OCCUR MEDEXP Anyoneperson) $ 5,000 X ASBESTOS/LEAD ABATE PERSONAL&ADV INJURY $ 1,000,000 X POLLUTION LIABILITY GENERAL AGGREGATE $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 1,000,000 X POLICY LOC PRO- JECT AUTOMOBILE LIABILITY ADY-8744779-01 2/6/07 2/6/08 COMBINED SINGLE LIMIT $ 1,000,000 B ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY X $SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ 4,000,000 12 EMX 43740 01 2/3/07 2/3/08 A 7 OCCUR CLAIMS MADE AGGREGATE $ 4,000,000 DEDUCTIBLE $ RETENTION $ $ WORKER'S COMPENSATION AND 0001142280 2/25/07 2/25/08 X I TORY LIMITS OER C EMPLOYERS'LIABILITY EL EACH ACCIDENT $ 1,000,000 ANY PROPRIETORIPARTNERlEXECUTIVE OFFICER/MEMBER EXCLUDED? EL DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under SPECIAL PROVISIONS below EL DISEASE-POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS DEMOLITION AND REMOVAL OF A STRUCTURE KNOWN AS THE FORMER MESA AIRLINES TERMINAL AT THE FORT WORTH MEACHAM INTERNATIONAL AIRPORT. PROJECT#DEM 07-03: MESA THE CITY OF FORT WORTH, ITS OFFICERS,AGENTS, EMPLOYEES,AND REPRESENTATIVES ARE ADDED AS ADDITIONAL INSUREDS AS RESPECTS OPERATIONS AND ACTIVITIES OF, OR ON BEHALF OF THE NAMED INSURED, PERFORMED UNDER CONTRACT WITH THE CITY OF FORT WORTH. ADDITIONAL INSURED REQUIREMENT DOES NOT APPLY TO WORKERS' COMPENSATION POLICIES.A WAIVER OF SUBROGATION IS IN FAVOR OF THE CITY OF FORT WORTH. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN CITY OF FORT WORTH NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL ATTN: DIRECTOR OF ENVIRONMENTAL M GMT IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON TH SURER,ITS AGENTS OR 1000 THROCKMORTON STREET REPRESENT FORT WORTH,TX 76102 AUTHORIZED RE N Ajrye - �-j ACORD 26(2001/08) ©ACORD CORPORATION 1988 STATE OF TEXAS § CITY OF FORT WORTH COUNTY OF TARRANT CONTRACT FOR DEMOLITION OF THE FORMER MESA AIRLINES TERMINAL This Contract is entered into by and between the City of Fort Worth, Texas, a home-rule municipality located within Tarrant County Texas, ("City"), acting through Marc Ott, its duly authorized assistant city manager, and Intercon Environmental, Inc. a Texas corporation, acting through Karen Andrews, its duly authorized president ("Contractor"). WHEREAS, the City desires to demolish a certain identified structure known as the former Mesa Airlines Terminal located at the Fort Worth Meacham International Airport in Fort Worth, Texas; and WHEREAS, the City desires to hire a professional firm knowledgeable and experienced in conducting such demolition; and T WHEREAS, the Contractor has represented that it is knowledgeable and experienced in conducting such demolition project. WITNESSETH: NOW, THEREFORE, in consideration of the mutual promises and benefits of this Contract, the City and the Contractor agree as follows: DEFINITIONS -- In this contract, the following words and phrases shall be defined as follows; City's Representative means the Director of Environmental Management, or the Director's designee. - Contract shall mean this document, and the Contractor's Response to the Request for Proposal known as DEM:07-03:MESA attached as exhibit "A" and all ancillary documents. Contractor shall mean Intercon Environmental, Inc. Director shall mean the Director of the City of Fort Worth's Environmental Management Department. Notice to Proceed means the letter issued by the City that authorizes Contractor to begin work. It also authorizes future invoices to be paid. Subcontract means a contract between the Contractor for this project and another person or company for any task defined in the scope of work. A purchase order is also considered a subcontract. Substantial Completion means the date when the removal is sufficiently completed in accordance with the Contract Documents, as modified by any change orders agreed to by the parties, so that the City can occupy the project or specified area of the project for the use for which it was intended. 2. SCOPE OF CONTRACTOR'S SERVICES A. The scope of work shall include the furnishing of all labor, materials and equipment necessary for the demolition and removal of a structure known as the former Mesa Airlines terminal at the Fort Worth Meacham International Airport located at 4201 North Main Street, Fort Worth, Texas in accordance the Technical Specifications listed in Section 2.0 and the Scope of Work listed in Section 3.4 of the Request for Proposal known as DEM:07-03:MESA attached as exhibit "B" and also a part of the Contractor's response to the Request for Proposal. If there is a conflict or inconsistency with the terms of exhibit "A" and the terms of exhibit "B", then the terms of exhibit "B" shall prevail. B. Contractor shall comply with all applicable laws and regulations including but not limited to those promulgated by the U.S. Environmental Protection Agency (EPA); the Texas Department of State Health Services (TDSHS); the Occupational Health and Safety Administration (OSHA); the Texas Department of Transportation (TXDOT); the Texas Commission on Environmental Quality (TCEQ) and/or any other entity that may have jurisdiction due to the work being performed pursuant to this Contract. C. Prior to commencement of any work under this Contract, the Contractor shall obtain from the City a written notice to proceed. D. Upon completion of the work, Contractor shall obtain a final inspection from the Building Inspection Division in the Department of Development. E. Protect the work site as necessary with barriers, lights, safeguards or warnings. F. Contractor agrees to protect and leave in good condition all sidewalks and curbs. If before any demolition work is commenced, or heavy equipment is moved to the work site, the sidewalks or curbs are crushed, broken, or in Contract for Demolition of Mesa Terminal CRL 08.28.07v3 2 general disrepair, the Contractor agrees to take photographic evidence of the condition prior to moving any heavy equipment to the work site. G. Remove dead trees and dead shrubs from the site. H. Fill any holes in the terrain resulting from any of the above work with clean fill and grade the entire lot, ensuring that low areas are filled to prevent the pooling of water. I. Sweep dirt and debris from the sidewalk and street that accumulate during loading and removal of demolition material or debris. J. Possess or insure that each vehicle contracted for waste hauling _ possesses a valid City of Fort Worth Waste Hauler Permit as issued by the Department of Environmental Management-Division of Solid Waste, telephone: (817) 392-5150. K. Clean and remove all debris, trash, rubbish and any other solid waste from the demolition premises to a state licensed disposal site or to a properly r permitted landfill site at Contractor's expense. 3. SCOPE OF CITY SERVICES A. City shall coordinate with facilities, City departments, and any tenants for access to the site; B. City shall give timely direction to the Contractor; C. City shall prepare and revise notifications required by the Texas Department of State Health Services and pay all required fees; and D. City shall render decisions regarding modifications to the Contract and any other issue. 4. TIME TO START AND TO COMPLETE THE PROJECT Contractor shall coordinate with the Department of Environmental Management within three (3) days of when the Notice to Proceed is issued to Contractor. Contractor shall complete each phase of the project according to the agreed upon schedule, subject to the Department of Environmental Management approval and such approved schedule shall be attached to this Contract as exhibit "C". Contract for Demolition of Mesa Terminal CRL 08.28.07v3 3 5. COMPENSATION A. In consideration for the work performed by Contractor under this Contract, City shall pay Contractor a sum not to exceed $33,153.00. The City shall not be liable for any of Contractor's costs in excess of the Not-to-Exceed Amount unless the City has signed and issued a formal Modification to the Contract. B. Contractor understands and agrees that claims for additional compensation due to variations between conditions actually encountered in the project and as indicated in the Contract Documents will not be allowed unless the Contractor can clearly show to City, as determined in the sole discretion of City, why the variation was not identifiable prior to executing this Contract. C. The City agrees to pay Contractor within thirty (30) days after receipt of correct invoices, except as provided in Section 7 "Indemnification," subsection H. D. Contractor acknowledges that payment will not be rendered by City unless Contractor completes the demolition project described herein and the work is accepted by the Director. E. Periodically during the performance of this Contract, the Contractor's Project Manager shall inform the City's representatives of his/her best estimate of the expenses incurred to that time. In the event that the estimate approximates the "not to exceed" price, Contractor shall prepare to cease its operations unless and until the contract is amended and an authorized representative of the City directs Contractor to perform additional work. F. Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to Contractor was caused by City's failure to provide information, if any, which it is required to do. When extra compensation is claimed, a written statement thereof shall be presented to the City. G. In the event that actual expenditures may result in a total cost in excess of the Not-to-Exceed Amount, Contractor must submit a Modification to the Contract in accordance with Section 24. 6. INSURANCE The Contractor certifies it has, at a minimum, current insurance coverage as detailed below and will maintain it throughout the term of this contract. Prior to commencing work, the Contractor shall deliver to City, certificates documenting Contract for Demolition of Mesa Terminal CRL 08.28.070 4 this coverage. The City may elect to have the Contractor submit its entire policy for inspection. A. WORKERS' COMPENSATION INSURANCE: • Coverage A: statutory limits • Coverage B: $100,000 disease each employee; $500,000 disease policy limit and $100,000 each accident. B. COMMERCIAL GENERAL LIABILITY INSURANCE (CGL): Contractor shall procure and shall maintain during the term of this Contract a Commercial General Liability Insurance Policy at a minimum limit of One Million Dollars ($1,000,000) each occurrence Two Million Dollars ($2,000,000) aggregate. C. AUTOMOBILE INSURANCE: Contractor shall procure and maintain during the term of this Contract Comprehensive Automobile Liability Insurance covering all Vehicles involved with Contractor's operations under this Contract. The minimum limits of liability coverage shall be in the amount of One Million Dollars ($1,000,000) per accident combined single limit, or Five Hundred Thousand Dollars ($500,000) bodily injury - per person and Five Hundred Thousand Dollars ($500,000) bodily injury per accident and Two Hundred Fifty Thousand Dollars ($250,000) property damage during the effective dates of Contract and any renewal period. Additionally, Contractor shall have Uninsured/Underinsured Motorist in the amount of Twenty Thousand Dollars ($20,000) bodily injury per person, Forty Thousand Dollars ($40,000) bodily injury each accident and Fifteen Thousand Dollars ($15,000) property damage each accident. The named insured and employees of Contractor shall be covered under this policy. The City of Fort Worth shall be named an Additional insured on Endorsement TE 9901 or equivalent, as its interests may appear. Liability for damage occurring while loading, unloading and transporting materials collected under the Contract shall be included under this policy. D. ENVIRONMENTAL IMPAIRMENT LIABILITY (EIL) and/or POLLUTION LIABILITY: Contractor shall procure and maintain during the term of this Contract Environmental Impairment Liability (EIL) and/or Pollution Liability in the amount of Two Million Dollars ($2,000,000) per occurrence. EIL coverage(s) must be included in policies listed in terms B and C above; or such insurance shall be provided under separate policy(s). Liability for damage occurring while loading and transporting materials collected under the Contract shall be included under the Automobile Liability insurance or other policy(s). Contract for Demolition of Mesa Terminal CRL 08.28.070 5 " E. ASBESTOS ABATEMENT INSURANCE: Contractor shall procure and maintain during the term of this Contract Asbestos Abatement Insurance - in the amount of Two Million Dollars ($2,000,000) each occurrence with no sunset clause. F. The following shall pertain to all applicable policies of insurance (A. through E.) listed above: 1. Additional Insured Clause: "The City of Fort Worth, its officers, agents, employees, and representatives are added as additional insureds as respects operations and activities of, or on behalf of the named insured, performed under Contract with the City of Fort Worth." Except the additional insured requirement does not apply to Workers' Compensation policies 2. Subcontractors shall be covered under the Contractor's insurance policies or they shall provide their own insurance coverage; and, in the latter case, documentation of coverage shall be submitted to the Contractor prior to the commencement of work and the Contractor shall deliver such to the City. Prior to commencing work under this Contract, the Contractor shall deliver to the City of Fort Worth insurance certificate(s) documenting the insurance required and terms and clauses required. 3. Each insurance policy required by this Contract shall contain the following clauses: "This insurance shall not be canceled, limited in scope or coverage, or non-renewed until after forty-five (45) Days prior written notice has been given to the Director of Environmental Management, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102." Note: Written notice can be by Contractor or insurance company. 4. The insurers for all policies must be licensed/approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of the Risk Manager is required. 5. The deductible or self-insured retention (SIR) affecting the coverage required shall be acceptable to and approved in writing by the Risk Manager of the City of Fort Worth in regards to asset value and stockholders equity. In lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups must be also approved by the City's Risk Manager. Contract for Demolition of Mesa Terminal CRL 08.28.07v3 6 6. Waiver of rights of recovery (subrogation) in favor of the City of Fort Worth. 7. Such insurance policies shall be primary, without right of contribution and not subject to any offset by any other insurance carried by the City or the Contractor. 8. If insurance policies are not written for specified coverage limits, an Umbrellas or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 9. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the contractual agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the contractual agreement and for five (5) years following completion of the service provided under the contractual agreement or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 10. The City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverages and their limits when deemed necessary and prudent by the v City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City of Fort Worth. In the event the City requires the insurance limits to be increased or changes in policy categories or types of coverage, the City shall provide written notice to the contracting party. The contracting party will have ninety (90) days from the date of notice to comply with the additional requirements. 11. The City shall be entitled, upon request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions except where policy -- provisions are established by law or regulations binding upon either of party or the underwriter on any such policies. Contract for Demolition of Mesa Terminal CRL 08.28.07v3 7 7. INDEMNIFICATION A. For purposes of this Contract, the following words and phrases shall be defined as follows: 1. Environmental Damages shall mean all claims, judgments, damages, losses, penalties, fines, liabilities (including strict liability), encumbrances, liens, costs, and expenses of investigation and defense of any claim, whether or not such claim is ultimately defeated, and of any good faith settlement or judgment, of whatever kind or nature, contingent or otherwise, matured or unmatured, foreseeable or unforeseeable, including without limitation reasonable attorney's fees and disbursements and consultant's fees, any of which are incurred as a result of handling, collection, transportation, storage, disposal, treatment, recovery, and/or reuse of asbestos containing materials pursuant to this contract, or the existence of a violation of environmental requirements pertaining to, and including without limitation: a. Damages for personal injury and death, or injury to property or natural resources; b. Fees incurred for the services of attorneys, consultants, contractors, experts, laboratories and all other costs in connection with the investigation or remediation of such wastes or violation of .. environmental requirements including, but not limited to, the preparation of any feasibility studies or reports of the performance of any cleanup, remediation, removal, response, abatement, containment, closure, restoration or monitoring work required by any federal, state or local governmental agency or political subdivision, or otherwise expended in connection with the existence of such wastes or violations of environmental requirements, and including without limitation any attorney's fees, costs and expenses incurred in enforcing this contract or collecting any sums due hereunder; and C. Liability to any third person or governmental agency to indemnify such person or agency for costs expended in connection with this Agreement. 2. Environmental requirements shall mean all applicable present and future statutes, regulations, rules, ordinances, codes, licenses, permits, orders, approvals, plans, authorizations, concessions, franchises, and similar items, of all governmental agencies, departments, commissions, boards, Contract for Demolition of Mesa Terminal CRL 08.28.07v3 8 ` bureaus, or instrumentalities of the United States, states, and political subdivisions thereof and all applicable judicial, administrative, and regulatory decrees, judgments, and orders relating to the protection of human health or the environment, including without limitation: a. All requirements, including, but not limited to, those pertaining to reporting, licensing, permitting, investigation, and remediation of emissions, discharges, releases, or threatened releases of hazardous materials, pollutants, contaminants or hazardous or toxic substances, materials, or wastes whether solid, liquid, or gaseous in nature, into the air, surface water, groundwater, stormwater, or land, or relating to the manufacture, processing, distribution, use, treatment, storage, disposal, transport, or handling of pollutants, contaminants, or hazardous or toxic substances, materials, or wastes, whether solid, liquid, or gaseous in nature; and b. All requirements pertaining to the protection of the health and safety of employees or the public. B. GENERAL INDEMNIFICATION: CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, REIMBURSE, DEFEND, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, EMPLOYEES AND VOLUNTEERS FROM AND AGAINST ANY AND ALL LIABILITY, CLAIMS, SUITS, DEMANDS, OR CAUSES OF ACTIONS WHICH MAY ARISE DUE TO ANY LOSS OR DAMAGE TO PERSONAL PROPERTY, OR PERSONAL INJURY, AND/OR DEATH OCCURRING AS A CONSEQUENCE OF THE PERFORMANCE OF THIS CONTRACT, WHEN SUCH INJURIES, DEATH, OR DAMAGES ARE CAUSED BY THE NEGLIGENCE OF CONTRACTOR, ITS OFFICERS, AGENTS, OR EMPLOYEES, OR THE JOINT NEGLIGENCE OF CONTRACTOR, ITS OFFICERS, AGENTS, OR EMPLOYEES, AND ANY OTHER PERSON OR ENTITY. C. ENVIRONMENTAL INDEMNIFICATION: CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, DEFEND, REIMBURSE, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, EMPLOYEES AND VOLUNTEERS AGAINST ANY AND ALL ENVIRONMENTAL DAMAGES AND THE VIOLATION OF ANY AND ALL ENVIRONMENTAL REQUIREMENTS RESULTING FROM THE HANDLING, COLLECTION, TRANSPORTATION, TESTING, STORAGE, DISPOSAL, TREATMENT, RECOVERY, AND/OR REUSE, BY ANY PERSON, OF ASBESTOS CONTAINING MATERIALS PURSUANT TO THIS CONTRACT WHICH IS REMOVED UNDER THIS CONTRACT, WHEN SAID ENVIRONMENTAL DAMAGES OR THE VIOLATION OF SAID ENVIRONMENTAL REQUIREMENTS WERE THE RESULT OF ANY ACT OR OMISSION OF CONTRACTOR, ITS OFFICERS, Contract for Demolition of Mesa Terminal CRL 08.28.07v3 9 AGENTS, EMPLOYEES, OR SUBCONTRACTORS, OR THE JOINT ACT OR OMISSION OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR SUBCONTRACTORS AND ANY OTHER PERSON OR ENTITY. D. The obligations of the Contractor under this section shall include, but not be limited to, the burden and expense of defending all claims, suits and administrative proceedings (with counsel reasonably approved by City), even if such claims, suits or proceedings are groundless, false, or fraudulent, and - conducting all negotiations of any description, and paying and discharging, when and as the same become due, any and all judgments, penalties or other sums due against such indemnified persons. E. Upon learning of a claim, lawsuit, or other liability that Contractor is required hereunder to indemnify City, City shall provide Contractor with reasonably timely notice of same. F. The obligations of the Contractor under this section shall survive the expiration of this Agreement and the discharge of all other obligations owed by the parties to each other hereunder. G. In all of its contracts with subcontractors for the performance of any work under this Contract, Contractor shall require the subcontractors to indemnify the City in a manner consistent with this section. H. In the event that a written claim for damages against Contractor or any of its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the City Manager, as evidenced by a final inspection, final payment to Contractor shall not be recommended by the City Manager for a period of thirty (30) days after the date of such final inspection, unless the Contractor submits written evidence satisfactory to the City Manager that the claim has been settled and a release has been obtained from the claimant involved. 1. If the claim concerned remains unsettled at the expiration of the said thirty- day (30) period, out of the performance of such work. 2. The City Manager shall not recommend final payment to Contractor if a claim for damages is outstanding for a period of six (6) months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing, satisfactory to the City Manager, that: a. The claim has been settled and a release has been obtained from the claimant involved; or Contract for Demolition of Mesa Terminal CRL 08.28.07v3 10 b. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. 3. If condition (a) above is met at any time within the six (6) month period, the _ City Manager shall recommend that the final payment to Contractor be made. If condition (b) above is met at any time within the six (6) month period, the City Manager may recommend that final payment to Contractor be made. At the expiration of the six (6) month period, the City Manager may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the City Manager. The Contractor may be deemed by the City Manager to be entitled to a semi-final payment for work completed, such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising. 8. WARRANTY Contractor warrants that it understands the currently known hazards and suspected hazards that are present to persons, property and the environment by removing, transporting and disposing of asbestos containing materials. Contractor further warrants that it will perform all services under this Contract in a safe, efficient and lawful manner using industry accepted practices, and in full compliance with all applicable state, local and federal laws governing its activities. Contractor also warrants that it is _. under no restraint or order that would prohibit performance of services under this Contract. 9. LICENSES AND PERMITS A. Contractor certifies that on the day work is to commence under this Contract, and during the duration of the Contract, it shall have and maintain current valid and appropriate federal, state and local licenses and permits necessary for the provision of services under this Contract. B. Contractor agrees to require all of its subcontractors used in performance of this Contract to have and maintain current valid and appropriate federal, state and local licenses and permits necessary for the provision of services under this Contract. Contract for Demolition of Mesa Terminal CRL 08.28.070 1 1 10. TERMINATION A. City may terminate this Contract, with or without cause, by giving ten (10) days written notice to Contractor, provided that such termination shall be without prejudice to any other remedy the City may have. In the event of termination, any work in progress will continue to completion unless specified otherwise in the notice of termination. B. If the City terminates this Contract under subsection A. of this section, City shall pay Contractor for all services performed prior to the termination notice. C. All completed or partially completed original documents prepared under this Contract shall become the property of the City when the Contract is terminated, and may be used by the City in any manner it desires; provided, however, that the Contractor shall not be liable for the use of such documents for any purpose other than as described when requested. 11. DEFAULT A. Contractor shall not be deemed to be in default because of any failure to perform under this Agreement, if the failure arises from causes beyond the control and without the fault or negligence of Contractor. Such causes shall include acts of God, acts of the public enemy, acts of Government, in either its sovereign or contractual capacity, fires, flood, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather. B. If the failure to perform is caused by the failure of a subcontractor of Contractor's to perform, and if such failure was beyond the control of both the Contractor and the subcontractor, without their fault or negligence, Contractor shall not be deemed to be in default unless the subcontracted supplies or services were reasonably obtainable from other sources. C. Alternatively, if at any time during the term of this Contract the work of Contractor fails to meet the specifications of the Contract Documents, City may notify Contractor of the deficiency in writing. Failure of Contractor to correct such deficiency and complete the work required under this Contract to the satisfaction of City within ten (10) days after written notification shall result in termination of this Contract. All costs and attorneys fees incurred by City in the enforcement of any provision of this Contract shall be paid by Contractor. D. In the event either party defaults in the performance of any of its obligations under this Contract, misrepresents to the other a material fact, or fails to notify Contract for Demolition of Mesa Terminal CRL 08.28.07v3 12 the other party of any material fact which would affect the party's performance of its obligations hereunder, the non-defaulting party shall have a right to terminate this Contract upon giving the defaulting party written notice describing the breach or omission in reasonable detail. The defaulting party shall have a fifteen (15) day period commencing upon the date of notice of default in which to affect a cure. If the defaulting party fails to affect a cure within the aforesaid fifteen (15) day period, or if the default cannot be cured, the Contract shall terminate as of the date provided in the notice of default. E. The remedies provided for herein are in addition to any other remedies available to City elsewhere in this Contract. 12. RIGHT TO AUDIT A. City shall, until the expiration of five (5) years after final payment is paid under this Contract, have access to and the right to examine any directly pertinent books, documents, papers and records of Contractor involving transactions related to this Contract. Contractor shall give City access during normal working hours to all necessary Contractor facilities in order to conduct audits in compliance with the provisions of this paragraph. City shall give Contractor reasonable advance notice of intended audits. B. Contractor shall include in all its subcontracts hereunder a provision to the effect that the subcontractor shall give City, until the expiration of five (5) years after final payment is paid under the subcontract, access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract, and further, that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in compliance with the provisions of this paragraph. City shall give subcontractor reasonable advance notice of intended audits. C. The obligations of the Contractor under this section shall survive the expiration of this Contract and the discharge of all other obligations owed by the parties to each other hereunder. 13. INDEPENDENT CONTRACTOR Contractor shall perform work under this Contract as an independent contractor and not as an agent or employee of City. City shall not be considered the employer, co- employer or joint employer of the officers, employees or agents of Contractor. Contractor shall have the sole control, supervision, direction and responsibility over its officers, employees and agents and shall have the sole responsibility for determining Contract for Demolition of Mesa Terminal CRL 08.28.07v3 13 the manner and means of providing the work described in this Contract, except as outlined in this Contract or as otherwise required by federal, state, county or city law, regulation or rule. 14. NON-DISCRIMINATION A. During the performance of this Contract, Contractor agrees not to discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of the non-discrimination clause. B. Contractor also agrees that in all solicitations or advertisements for employees placed by or on behalf of this Contract, that Contractor is an equal opportunity employer. C. Notices, advertisements, and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. 15. GOVERNING LAW The City and Contractor agree that the validity and construction of this contract shall be governed by the laws of the State of Texas, except where preempted by federal law. 16. RIGHTS AND REMEDIES NOT WAIVED In no event shall the making by the City of any payment to Contractor constitute or be construed as a waiver by the City of any breach of covenant, or any default which may then exist, on the part of Contractor, and the making of any such payment by the City while any such breach or default exists shall in no way impair or prejudice any right or remedy available to the City with respect to such breach or default. Any waiver by either party of any provision or condition of the contract shall not be construed or decreed to be a waiver of any other provision or condition of this Contract, nor a waiver of a subsequent breach of the same provision or condition, unless such waiver be expressed in writing by the party to be bound. Contract for Demolition of Mesa Terminal CRL 08.28.074 14 17. ASSIGNMENT The City and Contractor bind themselves and any successors and assigns to this contract. Contractor shall not assign, sublet, or transfer its interest in this contract without written consent of the City. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of the City, nor shall it be construed as giving any rights or benefits hereunder to anyone other than the City and Contractor. 18. NOTICE Notices required to be made under this Contract shall be sent to the following persons at the following addresses; provided, however, that each party reserves the right to change its designated person for notice, upon written notice to the other party of such change: If to City: Written notice shall be sent to: Brian Boerner, Director ..� Department of Environmental Management 1000 Throckmorton Fort Worth, Texas 76102 If to Contractor: Karen Andrews, President 2214 FM 1187 Building 6 Mansfield, Texas 76063 (817) 477-9995 - Telephone (817) 477-9996 - Fax - 19. VENUE Should any action, real or asserted, at law or in equity, arise out of the terms and conditions of this Contract, venue for said action shall be in Tarrant County, Texas. Contract for Demolition of Mesa Terminal CRL 08.28.07v3 15 20. SEVERABILITY The provisions of this Contract are severable; and if for any reason any one or more of the provisions contained herein are held to be invalid, illegal or unenforceable in any respect, the invalidity, illegality or unenforceability shall not affect any other provision of this Contract, and this Contract shall remain in effect and be construed as if the invalid, illegal or unenforceable provision had never been contained in the Contract. 21. ENTIRETY This Contract, the Contract documents and any other documents incorporated by reference herein contain all the terms and conditions agreed to by the City and Contractor, and no other Contracts, oral or otherwise, regarding the subject matter of this Contract or any part thereof shall have any validity or bind any of the parties hereto. 22. MODIFICATION No modification of the Contract shall be binding on Contractor or City unless set out in writing and signed by both parties. 23. MINORITY AND WOMEN BUSINESS ENTERPRISES In keeping with the City's Minority/Women Business Enterprise (MWBE) ordinance, Contractor agrees a minimum of fifteen percent (15%) of the total dollar value of this Contract will be paid as compensation to certified MWWBE firms. Monthly reporting is required to the City of Fort Worth — MWWBE Office, 1000 Throckmorton Street, Fort Worth, Texas 76102. Proof of payment for all invoices from MWBE firms will be required. Final payment to the Contractor under this Contract may be withheld pending MWBE Office approval of documentation. Contract for Demolition of Mesa Terminal CRL 08.28.07v3 16 Signature Page for Intercon-Mesa Demolition Contract City of Fort Worth Intercon Environmental, Inc. Marc Ott, St. 61ty Manager BY: Karen Andrews, President APPROVED AS TO FORM WITNESS: r, • �• Assistant ity Attorney ame: lAngelica Petruzzell Title: Executive Vice President ATTEST: CORPORATE SEAL: Marty Hendri City Secretarf Contr cL ut.hnorizatioant w. Contract for Demolition of Mesa Terminal CRL 08.28.07v3 17 X ATTACHMENT A CONTRACTOR'S RESPONSE TO RFP AND ALL ANCILLARY DOCUMENTS Contract for Demolition of Mesa Terminal CRL 08.28.07v3 18 Request for Proposal CITY OF FORT WORTH ENVIRONMENTAL MANAGEMENT DEPARTMENT 1000 THROCKMORTON FORT WORTH, TEXAS 76102 tIORTWORTH 44, PROJECT: DEM 07-03: MESA DEMOLITION OF FORMER MESA AIRLINES TERMINAL MEACHAM INTERNATIONAL AIRPORT 4201 N MAIN STREET FORT WORTH, TEXAS 76106 April 10, 2007 Intercon Environmental, Inc. (Company Name) 2214 FM 1187, Bldg 6 (Address) Mansfield, Texas 76063 (City, State,Zip) 3.0 PROPOSAL DOCUMENTS * ALL PAGES CONTAINED WITHIN SECTION 3.0 PROPOSAL DOCUMENTS MUST BE SUBMITTED IN THE SAME ORDER AS RECEIVED FROM THE CITY AND WITHIN A BOUND PACKAGE * FAILURE TO SUBMIT ALL OF THE FOLLOWING ITEMS IN A SEALED ENVELOPE MAY RESULT IN THE PROPOSAL BEING CONSIDERED NON-RESPONSIVE Initial 3.1.PROPOSAL DOCUMENT CHECKLIST All Proposal Documents, including this Checklist, must be completed in full and submitted in a sealed envelope, in the requested order, to be considered as a responsive submittal. Please initial the upper right-hand corner of each page in this section. Proposal Documents Initial if Included 1. Proposal Document Checklist _ 2. Acknowledgement of Receipt of Addenda 3. Proposal Solicitation 4. Scope of Work 0< 5. Project Schedule — 6. Cost Estimation for Asbestes Removal Demolition 7. Schedule of Payments 8. Bonds 9. M/WBE Utilization Requirements 10. Statement of Residency 11. Nondiscrimination 12. Prevailing Wage Rates _ 13. Insurance Certificates 14. Provider's Qualifications and Capabilities _ 15 Provider's Experience with Similar Projects 16 Provider's Sub-Contractors I�A _ 17. Contractor's Legal and Compliance History 18 Contractor's Licenses&Certificates _ 19. Additional Documents Upon Award of Contract V— I understand that all of these items will be reviewed, and any items not included may result in my Proposal being considered non-responsive. Signature Name Karen Andrews Title President Company Intercon Environmental, Inc . Initial •'� 3.2.ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 3.2.1. Check if applicable x The undersigned acknowledges the receipt of the following addenda to the Request for proposal, and has attached all addenda following this page. (Add lines if necessary). Addendum Number 1 5/11/0 7 (Date received) Addendum Number 2 (Date received) Addendum Number 3 (Date received) 3.2.2. Check if applicable The undersigned acknowledges the receipt of no addenda to the Invitation to Bid. CONTRACTOR: Intercon Environmental, Inc. BY: Karen Andrews Company Name (print Or type name of signatory) 2214 FM 1187, Blda 6 -- Address (Signature) Mansfield, Texas 76063 President City, State,Zip Title(print or type) FORTWORTH ENVIRONMENTAL MANAGEMENT ADDENDUM TO: Interested Parties FROM: Derek Senter Environmental Management Department DATE: May 11, 2007 RE: Addendum#1 Project#: DEM 07-03:MESA Demolition of Former Mesa Airlines Terminal Meacham International Airport 4201 N. Main St., Fort Worth,Texas 76106 The following updates are incorporated into the request for proposal. The following sections have been revised as detailed below. 2.4.3 and 3.4.4.3 All concrete and fill materials may be discarded at the onsite fill area located at Lincoln Ave. and NW 3e St. at the south east comer of the airport. All other construction debris will be hauled off site and disposed at a state licensed disposal site or to a properly permitted landfill site at contractor's expense. 2.4.9 and 3.4.4.9 The exterior of the main terminal building that will be exposed as a result of the demolition of the former Mesa Airlines terminal building and baggage claim area will be restored and finished out in a manner consistent with the construction of the main terminal building. The exterior will be covered with a stucco finish and painted similar to the surrounding stucco finish. The baggage claim area will be covered with a metal flashing material consistent with the surrounding area. Windows and canopies will not be required. The interior will be restored with drywall and finish surface texture and paint similar to that of the surrounding area. As a reminder, follow the instructions located in the proposal package and include a copy of the addenda in the proposal package as stated in the proposal instructions. In addition, in accordance with section 1.3.1, the time period allotted for responding to interpretations of the RFP has expired. 1, Initial L-A w 3.3.PROPOSAL SOLICITATION The undersigned agrees to furnish all equipment, labor, materials, superintendence, and any other items and/or services necessary to perform the demolition of the former Mesa _ Airlines terminal at the Meacham International Airport at 4201 N Main St 76106, Fort Worth, Texas. All demolition activities will be performed in accordance with the Scope of Work in sections 2.0 and 3.4. THE PROPOSAL SHALL BE HELD FIRM FOR A PERIOD OF 90 DAYS. The undersigned agrees that all work will be conducted in compliance with the most recent revisions of applicable federal, state, and local laws, and the regulations established by the EPA, TDSHS, OSHA, TCEQ, DOT, TXDOT, the City of Fort Worth and any other entity that may have jurisdiction over work being performed. The undersigned agrees to start work upon receipt of the Notice to Proceed. All work shall be in accordance to project schedule and contract cost estimations. Intercon Environmental, Inc . BY: Karen Andrews . (Company Name) (print r type name of signatory) 2214 FM 1187, Bldg 6 (Address) (Signature) Mansfield, Texas 76063 President (City, State,Zip) (Tide) �, (Phone) 817-477-9995 (FAX) 817-477-9996 Initial 3.4.SCOPE OF WORK 3.4.1. GENERAL SPECIFICATIONS AND PROJECT SCOPE: 3.4.1.1. The selected contractor shall furnish all equipment, labor, materials, i superintendence, as well as any other items or services necessary to perform the demolition and removal of the former Mesa Airlines terminal at the Meacham International Airport, 4201 N Main St, Fort Worth, Texas. The contractor shall perform the following activities as a part of the scope of services required for the performance of this project. 3.4.1.2. The structure to be demolished has been surveyed to determine the presence of asbestos containing materials. No asbestos containing materials are present in the structure to be demolished. The asbestos survey of the structure is included as appendix B. 3.4.2. PROJECT COORDINATION 3.4.2.1. Contractor will be responsible for coordinating with the Environmental T Management Department within three days after receipt of notice to proceed the start date of demolition to allow for notification to the Texas Department of State Health Services(TDSHS). The notification and associated fees will be provided as detailed in section 2.6. 3.4.2.2. Prior to commencement of any work under this contract, contractor must obtain from the Environmental Management Department a written notice to proceed. Upon receipt of a notice to proceed and prior to demolition, contractor must obtain a wrecking permit to demolish the subject structure from the Department of Development,telephone(817) 392-2222. Prior to the performance of construction activities after the terminal building has been - demolished, contractor must obtain the necessary construction permits from the Department of Development. 3.4.2.3. Contractor agrees to protect and leave in good condition all paved areas. If before any demolition work is commenced or heavy equipment is moved to the work site,the sidewalks or curbs are crushed, broken, or in general disrepair, the contractor agrees to take photographic evidence of the condition prior to moving any heavy equipment to the work site. The work site will be reviewed upon completion of demolition activities to ensure the work area was protected during demolition. Contractor will be held responsible for any damage to adjacent _ buildings and/or roadways/sidewalks/alleys and must make any and all necessary repairs. 3.4.2.4. All utilities servicing the structure to be demolished will be disconnected by the City of Fort Worth prior to contractors mobilization to the site. 3.4.2.5. Contractor will disconnect all associated air conditioning units and the - contractor will relocate these units to an onsite storage area prior to demolition activities. 3.4.2.6. Due to FAA requirements, no equipment may be used on site that will extend to a height exceeding fifty(50)feet above ground surface. Initial 3.4.3. SITE SECURITY 3.4.3.1. The structure to be demolished is located within the secured area of Meacham International Airport. To ensure the security and safety of the construction area the contractor will provide A-frame, orange and white reflective panel barricades (or approved equivalent) surrounding the work site. Amber flashing lights will be affixed to the barricades a minimum of one light every 25 linear feet surrounding the work site the duration of the project. 3.4.3.2. Prior to contractor mobilization, the contractor's superintendent will be issued a key code to access the secured area of the airport and will attend a ,. security briefing with Meacham International Airport operations staff. The superintendent will be solely responsible for granting access to all vehicles and personnel contracted by and employed by the contractor and will ensure that entrants do not interfere with airport operations during the project. 3.4.4. DEMOLITION 3.4.4.1. No later than forty-eight(48) hours before starting demolition,the Contractor will notify Fort Worth Code Compliance of the property address upon which Contractor is demolishing. 3.4.4.2. Demolition activities will include the demolition and removal of the approximately 5,800 square foot terminal building and the approximately 75 foot long covered baggage conveyor connected to the main terminal building. 3.4.4.3. All demolition debris and fill materials will be hauled off site and disposed at a state licensed disposal site or to a properly permitted landfill site at contractor's expense. 3.4.4.4. Contractor will insure that each vehicle contracted for waste hauling possess a valid City of Fort Worth Waste Hauler Permit as issued by the Environmental Management Department-Solid Waste Division, telephone: (817) 392-5150. 3.4.4.5. Demolition activities will be performed in accordance with Federal, State and local visible emission requirements(i.e. no visible emissions will leave the demolition area)Water will be made available in the vicinity of the construction area. 3.4.4.6. The work area will be maintained in a manner that will control all demolition debris from becoming windblown and/or migrating from the work area during and after working hours. 3.4.4.7. The terminal building was constructed atop the surrounding eleven (11) inch thick concrete apron. The terminal building will be removed leaving the apron in tact. As-built drawings show#6 dowels drilled and grouted 8 inches into the existing apron from the buildings foundation structure(see appendix A). The foundation structure will be removed in a manner to minimize the disturbance of the existing concrete apron. 3.4.4.8. The dowels may remain in the existing apron. Contractor will ground/cut remaining dowels a minimum of one half inch below grade and sealed over with �- an epoxy grout to level and seal the disturbed area. Initial �v- v 3.4.4.9. The exterior of the main terminal building that will be exposed as a result of the demolition of the former Mesa Airlines terminal building will be restored and finished out in a manner consistent with the construction of the main terminal building. The exterior will be covered with a stucco finish and painted similar to the surrounding stucco finish. Windows and canopies will not be required. The interior will be restored with drywall and finish surface texture and paint similar to that of the surrounding area. 3.4.4.10. Upon completion of the work,the Contractor will coordinate and obtain a final inspection on the wrecking permit and construction permits from the Building Inspection Division in the Development Department. 3.4.5. COMPLIANCE WITH LAWS: All work must be conducted in compliance with the most recent revisions of applicable federal, state, and local laws, and the regulations established by the EPA, TDSHS, OSHA, TCEQ, DOT, TXDOT, the Texas Railroad - Commission, the City of Fort Worth as well as any other entity that may have jurisdiction over work being performed. 3.4.6. CITY'S TASKS: The City of Fort Worth will provide the following for this project: 3.4.6.1. TDSHS notification preparation and revision; and 3.4.6.2. Payment of TDSHS notification fees. CLAIMS FOR ADDITIONAL COMPENSATION DUE TO VARIATIONS BETWEEN CONDITIONS ACTUALLY ENCOUNTERED IN THE PROJECT AND AS INDICATED IN THE CONTRACT DOCUMENTS WILL NOT BE ALLOWED. THE ONLY EXCEPTION IS IF THE CONTRACTOR CAN CLEARLY SHOW WHY THE VARIATION WAS NOT IDENTIFIABLE PRIOR TO EXECUTING THE CONTRACT. Initial , i 3.6. PROJECT SCHEDULE Contractors shall provide a project schedule that includes all major tasks for asbestos removal and demolition pursuant to the Scope of Work and Specifications. The project schedule shall show all tasks in the left most column and their duration shall be plotted horizontally versus time. A time scale shall be selected so that the complete duration of the project can be shown on paper with a maximum dimension of 11" high by 17" wide. A separate task must be shown for each subcontractor, each separate organization, and each M/WBE if applicable. The name of the Contractor's company, subcontractor, separate organization, M/WBE shall be identified above the duration bar of each task. The estimated dollar cost for each task shall be shown below each duration bar. The completion of each task must be associated with a project deliverable document. Deliverable documents may include a photograph, an asbestos abatement closeout report, demolition closeout report, or invoices that show completion of that task. The project schedule must be submitted with the proposal. Final schedule for all L phases of the project will be determined through negotiation between Proposer and City of Fort Worth. INCLUDE A COPY OF THIS PAGE AS WELL AS A COPY OF THE SCHEDULE FOLLOWING THIS PAGE BOUND WITHIN THE PROPOSAL PACKAGE City of Fort Worth-Demo of Old Mesa Airlines Terminal.mpp ID Task Name Duration Start Finish May 20'07 ;Ma 27 '07 i Jun 3 '07 Jun 10 '07 Jun 17'07 !Jun 24 '07 I F S I S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T W T F S S M T E W 1 :File Notification with Slate 12 days i Fri 5/18/07 Mon 6/4l07 City of Fort Worth Environmental Management Dept - ___ _ __ _ _ ............ $O 00 _ 2 Obtain Permits 2 days Mon 2 51/07 Tue 522/07 Intercon Environmental,lnc. -- li . $400.00 • � 3 Verify Utility Disconnects 4 days! Mon 521/07 Thu 524/07 Dig Tess $50.00 I 4 !Notify City of Fort Worth Code Compliance 1 day Mon 614/07 Mon 6/4/07; Intercon Environmental,) c. - $50.00 5 ;Install Barricades 1 day! Tue 6!5/07 Tue 6/5107' Cowtown Traffic ontoi,lnc. $800.0 i 6 Mobilize to Site 1 day. Wed 6/6/07 Wed 6/6l07: Intercon vironmental,lnc. $1,000.00 7 Relocate A/C Units 1 day Wed 6/6/07 Wed 6A6l07, Intercon Environmental,inc. $1,000.00 8 Disconnect Structure from Main Terminal Bldg. 2 days Wed 616/07 Thu 6gl07 Intercon Envl�al,lnc, $2,000.00 - - -....... — ---------- ---.___-- ........ ---- -`------ 9 3 :Demo Conveyor 1.5 days. Wed 6/G/07 Thu W7/07' - Intercon Environmental,lnc. ---_.._ - .......-- -.---- --- ------ - 0.$100 00 10 ;Haul Off Conveyor Components 1 day Thu 6q/07: Fri 618/07: Intercon :vironmental,lnc. `. --- - - ----- -r--.---. _....-- T --------t :: $600.00 11 ,Demo Mesa Terminal to Slab 2 days Fn 6/8/07! Mon 6/11/07 Intercon Environmental,lnc. --- ----- - --....-- -_.._..._ :-........ ! - $4 700 00 12 Haul Off Demo Debris 3 days: Fri 6!8/07 Tue 6l12/07 Intercon Environmental,lnc. _- $1,500.00 - ----.._ -------- .....__._ ._...-- ------ '-- --� _ 13 Demo Foundation 2 days Mon 6/11/07: Tue 6/12/07 'Intercon Environmental,lnc. $2,500.00 - ) 14 3 Haul Off Concrete Debris 3 days Mon 6/11107 Wed 6/13/07 Intercon Environmental,lnc. - —------ - — '-- ._.......... $2,000.00 15 Haul Off Fill From Under Terminal 4 days Mon 6/11107 Thu 6114/07 Intercon Environmental,lnc. -.,-- .-.... -. -------- ------------ ---- ---...._ .... $4,003 00 16 Cut Off Rebar/Bolt Protrusions 2 days Thu 6/14107! Fri 6/15/07 - Intercon Envl lonmental,lnc. - 17 ,Epoxy Fill Holes in Concrete Apron 2 days Mon 6/18/07, Tue 6/19/07 Inter Environmentai,inc. $1,000.00 18 !Rebuild Opening from Baggage Conveyor 2 days Mon 6/18/07 Tue 6/19/07 i Intercon Environmental,lnc. $1,000.00 19 :Rebuild Exterior of Main Terminal 4 days Mon 6/18l07 Thu 621/07 i - StuccoTexas $6,250.00 20 !Paint Exterior of Main Terminal 2 days Fri 622/07 Mon 625/07; StuccoTexas. $1,000.00. 21 Punch List Walk 1 day Tue 626/07 Tue 626/07' I Intercon Ironmental, ........ .._..__._ ........- --..... .....__. --- - $100.00 22 Correct Punch List Items 1 day Wed 6/27/07 Wed 627/07 I Intercon Envlron 1 $0.00 23 Final Punch Walk 1 day, Fri 622/07 Fri 622/07' Intercon Envlronmental,lnc. $100.00 —'-"- .............- ............................._—.....-- - ----- '---- '--- 24 3 Remove Barricades 1 day Mon 625107 Mon 625107; Cowtown Traffic Contol,lnc. i 0 ..-- .--..- $200.00 t 25 >3 Demobilize from Site 1 day Mon 625107 Mon 625/07 Intercon Envlronmental,lnc. $1,000.00 Project:City of Fort Worth-Demo of O Task Split Progress Milestone Summary Project summary External Tasks External Milestone ♦ Deadline Date:Wed 5/16/07 ::::::::::::::::::::::: 9 ry 1 ry - Page 1 II City of Fort Worth-Demo of Old Mesa Airlines Terminal.mpp Budget Report as of Wed 5/16/07 ID Task Name Fixed Cost Fixed Cost Accrual Total Cost Baseline Variance Actual Remaining j 19 Rebuild Exterior of Main Terminal $0.00 Prorated $6,250.00 $0.00 $6,250.00 $6,250.00 $0.00 11 Demo Mesa Terminal to Slab $0.00 Prorated $4,700.00 $0.00 $4,700.00 $4,700.00 $0.00 15 Haul Off Fill From Under Terminal $0.00 Prorated $4,003.00 $0.00 $4,003.00 $4,003.00 $0.00 13 Demo Foundation $0.00 Prorated $2,500.00 $0.00 $2,500.00 $2,500.00 $0.00 8 Disconnect Structure from Main Termi $0.00 Prorated $2,000.00 $0.00 $2,000.00 $2,000.00 $0.00 14 Haul Off Concrete Debris $0.00 Prorated $2,000.00 $0.00 $2,000.00 $2,000.00 $0.00 12 Haul Off Demo Debris $0.00 Prorated $1,500.00 $0.00 $1,500.00 $1,500.00 $0.00 6 Mobilize to Site $0.00 Prorated $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 f 7 Relocate A/C Units $0.00 Prorated $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 I 9 Demo Conveyor $0.00 Prorated $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 16 Cut Off Rebar/Bolt Protrusions $0.00 Prorated $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 17 Epoxy Fill Holes in Concrete Apron $0.00 Prorated $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 18 Rebuild Opening from Baggage Conve $0.00 Prorated $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 20 Paint Exterior of Main Terminal $0.00 Prorated $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 25 Demobilize from Site $0.00 Prorated $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 5 Install Barricades $0.00 Prorated $800.00 $0.00 $800.00 $800.00 $0.00 10 Haul Off Conveyor Components $0.00 Prorated $500.00 $0.00 $500.00 $500.00 $0.00 2 Obtain Permits $0.00 Prorated $400.00 $0.00 $400.00 $400.00 $0.00 24 Remove Barricades $0.00 Prorated $200.00 $0.00 $200.00 $200.00 $0.00 21 Punch List Walk $0.00 Prorated $100.00 $0.00 $100.00 $100.00 $0.00 23 Final Punch Walk $0.00 Prorated $100.00 $0.00 $100.00 $100.00 $0.00 3 Verify Utility Disconnects $0.00 Prorated $50.00 $0.00 $50.00 $50.00 $0.00 i 4 Notify City of Fort Worth Code Compli $0.00 Prorated $50.00 $0.00 $50.00 $50.00 $0.00 1 File Notification with State $0.00 Prorated $0.00 $0.00 $0.00 $0.00 $0.00 22 Correct Punch List Items $0.00 Prorated $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $33,153.00 $0.00 $33,153.00 $33,153.00 $0.00 I ' i i J i I Page 1 Initial_ 3.6.COST ESTIMATE FOR DEMOLITION 3.6.1. Proposed Contract Cost. Cost and value is an important element in award of this project. See Section 1.9 of this RFP for proposal evaluation criteria. The cost estimates for each line item shall be for all labor, equipment, materials, disposal, and any and all other costs associated with the performance of that line item under this Contract. •• Project Phase Cast' DEMOLITION $25, 903 . 00 RECONSTRUCTION $ 7,250 . 00 h _ f' p "Ota Each task shown below must appear on the Project Schedule and on the Schedule of Payments. The completion of each task must be associated with a project deliverable document. Deliverable documents may be a report, photograph, or an invoice that shows completion of that task. Requirements for execution and completion shall be negotiated prior to any additional work authorization. No compensation shall be paid to Contractor for the cost of obtaining and maintaining insurance, bonds, licenses, and certifications as required herein, as these are considered subsidiary to other items for which lump sum or unit prices are requested in this Bid. This Proposal Cost Estimation and the accompanying Proposal Documents Bid Documents are intended to be complete and will remain valid for 90 days from the date of submittal. CONTRACTOR SUBMITTING BID: Intercon Environmental, Inc. By: K en Andrews Company Name (pri t or type rigne of signatory) 2214 FM 1187, Bldg 6 ky-kla�- Address (Signature) Mansfield, Texas 76063 President City, State, Zip Title(print or type) 817-477-9995 817-477-9996 Phone FAX Initial 3.7. SCHEDULE OF PAYMENTS Progress Payments will only be made after completion of those tasks and/or subtasks identified on the Project Schedule. Progress Payments will be made during the project no more frequently than once per month. A payment schedule must be submitted with the Proposal showing the name of each task and/or subtask, the name of the Deliverable Document for each task and/or subtask, labor cost, equipment cost, material cost, total task and/or subtask cost, planned payment dates for each task and/or subtask, and the amount that would be remaining in the contract account. t Upon receipt of final project completion documentation (i.e., Asbestos Close-out Report, applicable waste manifests), final project payments will be approved. Final payments will not be approved until project completion documentation has been submitted to and approved by the City of Fort Worth. Ten percent (10%) of total project cost will be held back until receipt of final project completion documentation. INCLUDE A COPY OF THE SCHEDULE OF PAYMENTS FOLLOWING THIS PAGE, BOUND WITHIN THE PROPOSAL PACKAGE •, - 1 1 Ow 71,PTA IN aPemollfion of Former Mesa Reconstrction Initial 3.8. BONDS 3.8.1. Bid Bond Proposals must be accompanied by a proposer's bond in the amount of five percent (5%) of the largest possible total of the cost estimate, to a maximum of $5,000. Alternatively, the City will accept a cashier's check, in said amount, with the City named as payee, to be held in escrow until the successful Contractor signs the project contract. This bond will serve as a guarantee that the successful Contractor will enter into an agreement with the City to perform the project. The bid bond is subject to forfeiture in the event the successful Contractor fails to execute the contract documents within 10 calendar days after the contract has been awarded. 3.8.2. Payment and Performance Bonds Before beginning the work, the Contractor shall be required to execute to the City of Fort Worth, a payment bond if the contract is in excess of $25,000, and a performance bond if the contract is in excess of $100,000. The payment bond is solely for the protection and use of payment bond beneficiaries who have a direct contractual relationship with the Contractor or subcontractor to supply labor or material; and in 100% the amount of the Contract. The performance bond is solely for the protection of the City of Fort Worth; in 100% the amount of the Contract; and conditioned on the faithful performance by Contractor of the work in accordance with the plans, specifications, and contract documents. Contractor must provide the payment and performance bonds, in the amounts and on the conditions required, within 14 calendar days after Notice of Award. 3.8.3. Requirements for Sureties The bonds shall be issued by a corporate surety duly authorized and permitted to do business in the State of Texas, that is of sufficient financial strength and solvency to the satisfaction of the City. The surety must meet all requirements of Article 7.19-1 of the Texas Insurance Code. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. In addition, the surety must (1) hold a certificate of authority from the Untied States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety _ on the Contract be determined unsatisfactory at any time by the City, notice will be given to the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the City. INCLUDE A CASHIER'S CHECK OR BID BOND FOLLOWING THIS PAGE THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond # ZA28395 KNOW ALL MEN BY THESE PRESENTS, that we INTERCON ENVIRONMENTAL INC (Here insert full name and address or legal title of Contractor) TEXAS as Principal, hereinafter called the Principal, and ARCH INSURANCE COMPANY (Here insert full name and address or legal title of surety) 3 Parkway, Suite 1500,Philadelphia,PA 19102 a corporation duly organized under the laws of the State of MISSOURI as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF FORT WORTH (Here insert full name and address or legal title of Owned TEXAS as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE BID AMOUNT Dollars ($TBD ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name,address and description of project) DEMOLITION FORMER MESA AIRLINES TERMINAL NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the;penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another patty to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this LOTH day of MAY 2007 ON ENVIRONMENTAL INC 1,01 (Principal) (seal) (Witness) " Karen Andrews (T e) President ARCH INSURANCE COMPANY u ty i (Sea!) (Witness) O 7_A EZ ( e) Att ey Fact AIA DOCUMENT A310•BID BOND•AIA®•FEBRUARY 1970 ED•THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 1 POWER OF ATTORNEY --e�p Know All Men BY These Presents: 2 That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri(hereinafter referred to as the "Company") does hereby appoint William A Bailey, Maria A Gonzalez, Anne M, Barber and Michael J. Friedrich of Bridgeview, IL (EACH) its true and lawful Attomey(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bnng each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. �- This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President,or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003. and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOML0013 00 03 03 Page 1 of 2 Printed in U.S.A. In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 13th _day of February , 2006 Arch Insurance Company Attested and Certified _- onc* _ i Martin J. Nilsen, Secretary dward M.Titus, ce President STATE OF NEW YORK SS COUNTY OF NEW YORK SS I Peter J. Calleo, a Notary Public, do hereby certify that Edward M. Titus and Martin J. Nilsen personally known to me to be the same persons whose names are respectively as Vice President and Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free an voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. ti PETER J.CALLEO, ESO. r Notary Public,State of New York Peter J Cal Notary Pu lic No.02CA6109336 My commissi n expires 5-03-2008 CERTIFICATION Qv:lified in New York County Commission Expires May 3.2008 1, Martin J. Nilsen, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect _ since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Edward M. Titus, who executed the Power of Attorney as Vice President, was on the date of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed ,my name and affixed the corporate seal of the Arch Insurance Company on this_ day of 20 � �• l Martin J/Nilsen, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein -. and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Surety 3 Parkway,Suite 1500 Philadelphia,PA 19102 r $Jepnce C 4. cos'ourt O�� V4 sew � 6 r� eC lieuerl OOML0013 00 03 03 Page 2 of 2 Printed in U.S.A. to rco n 2214 FM 1187 • Building 6 Mensfleld.Texas 76053 Phone:(817)477-9M - Fax:(817)477-9M 'ENVIRONMENTAL, INC. www.intercon-environmental.com June 15, 2007 Sent via email derek.senter@fortworthciov.org Mr. Derek Senter City of Fort Worth Environmental Management Department 1000 Throckmorton Street Fort Worth, Texas 76102 Telephone: (817) 392-6325 r. RE: MWBE Compliance-Project: DEM07-03:MESA Mr. Senter: As per your letter dated June 13, 2007, Intercon Environmental, Inc. is pleased to provide documentation that meets the 15%subcontractor utilization on the attached the City of Fort Worth's Subcontractor/Suppliers i Utilization Form for the above referenced proposal. If you have any questions or require additional information, please contact me at(817)477-9995. Respectfully, CQAAM. Karen Andrews President Attachment: City of Fort Worth Subcontractors/Suppliers Utilization Form Data/Projects/MESA- DEM 07-03:MESA-City of Fort Worth ATTACHMENT IA Page 1 of 4 T � City of Fort Worth ,. Subcontractors/Suaaliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime Intercon Environmental, Inc. -- PROJECT,NAME. X M/W/DBE NON-M/W/DBE Demolition of Former Mesa Airlines Terminal BID DATE Meacham International Ai ort 5/17/07 City's M/WBE Project Goal: Prim's M/WBE Project Utiliratioa: PROJECT NUMBER is % J DRM 07-03 & MESA Identify all subcontractors/suppliers you will use on this project F,� tr3 IiEi tl9lis �#R #8 t rst t v 11 lil it r�teo ; rt+Cj T EiT hX,".Managing I perl r t ctsr :be e p T lr+�r + -h s�(0 :6►tttfi r►i ,0)tdusive otb d opening da#e,. i fi lei bFi +p rx� pQPA I : Thy tll�f�i ta ate' atrt �(si listed in this �r c r.st�fu Ian =ems ' flrs f tV ;The iotenbonal �ncUt>t lsn ii n act n o ff , r u IimW*Wmfilm'0,416 wf rt 11 r6sult in the M/WBEs listed toward meeting the project goal must be located in the nine(9)county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,Parker,Johnson,Collin,Dallas, Denton,Ellis,Kaufman and Rockwall counties. ff l t►�� iT i Est In fto . ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency(NCTRCA),or the Texas Department of Transportation(TX DOT),highway division. Disadvantaged Business Enterprise(DBE)is synonymous with Minority/Women Business Enterprise(M/WBE). � rlt ') 6ec a�.ai,gperates at jegst W.AIR )ii� � . w"la film,il0idl �-Fix l ei fif =W"R iA Wise lrss from ncsn-l�9/N$ s, n - r ; coiiirussu6ns earntd by the 11dMBE as©Teed.i i Rev.&3M ATTACHMENT IA Pape 2 of 4 Prunes are required to identify ALL rslsuppliers,wgardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/RBE firms fast,use additional sheets if naxsssry. Certification SUBCONTRACTOR/SUPPLIER T ( ) Company Name I M T 'x:r Detail Detail a fA W C X Subcontracting Work Supplies Purchased Dollar Amount AddressT 0 TelephonelFax r B B E E C TT r £ A CBA Services, Inc. 1 X X Hauling $4,972.95 5877 Barnett, Suite A Krum, Texas 76249 940-482-9900 940-482-3457 Rev.5/30103 ATTACHMENT IA Page 3 of 4 Primes are required to identify&L aftontnctorsJa"iers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if neoessary. CertlNcation a (check one) t SUBCONTRACTORISUPPUER T Company Name 1 N T Detail Detail Address a Al W C x Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D ,_ R O E E C T Y. A I Rev.5P3=3 ATTACHMENT IA Pape 4 014 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 4, 972.95 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 0.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ 4,972 .95 e tl aast rat zvitl ud the riot approval of the ,. l nd y a� l eta fie€ l r r h thtt` u i ttal of leju&I for Appravid o a �lacl tf aid xiay_ sulfii�cbarmet'in o�anation of how the recast cb i br i a � "l �cp` phis"riot'subrmttpci,it dN By affixing a signature to this form,the Offeror further agrees to provide,directly to the City upon request,complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books,records and files held by their company. The bidder agrees to allow the transmission of interviews with owners,principals,officers,employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s)on this contract,by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three(3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one(1)year. Karen Andrews Authdrized Signature Printed 84netwe President Thk co~Naawntie(if dimnat) Intercon Environmental, Inc. 817-477-9995 / 817-477-9996 C"W"Naate Tekpbose and/or Fax 2214 FM 1187, Bldg 6 karenointercon-environmental.com Addraa E-mail Addrm -' Mansfield, Texas 76063 6/15/07 Cky Mbiar Jp Date i Rev.5130103 Initial 3.9.MINORITY AND WOMEN BUSINESS ENTERPRISE (MIWBE) UTILIZATION REQUIREMENTS An M/WBE goal of 15% has been established for this project. The Contractor shall make a good faith effort to sub-contract with or purchase supplies from M/WBE firms. The Contractor must meet or exceed the stated goal or submit documentation of a good faith effort for all applicable contracts to permit a determination of compliance with the specifications. 3.9.1. An M/WBE Utilization Plan, hereinafter referred to as the utilization plan, must be submitted with the response to the Request for Proposals. The utilization plan must detail the steps taken to achieve M/WBE participation including but not limited to firms contacted, type of work discussed, criteria for sub-contractor selection, etc. The utilization plan must address each subcontracting opportunity available that may include professional services, waste transport, courier service, outside printing, equipment suppliers, etc. 3.9.2. The utilization plan must also include the point of contact (including name and title) that will be designated as responsible for implementing the utilization plan, reporting on the status of utilization plan, and performing liaison duties to the City as it relates to all M/WBE issues during the contract term. 3.9.3. The Contractor may utilize a joint venture arrangement with an M/WBE firm. In a R joint venture, the Contractor may count the M/WBE portion of the joint venture toward meeting the utilization plan commitment (i.e., proposed goal is 40% and joint venture is 20%then separate M/WBE must be used for the remaining 20% not for the entire 40%). If a joint venture is proposed, the Joint Venture Eligibility Form ` must be completed and submitted. 3.9.4. All M/WBE firms must be currently certified or in the process of being certified by the North Central Texas Regional Certification Agency (NCTRCA), or Texas Department of Transportation (TXDOT), Highway Division and located in the nine county marketplace (Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall). For the purpose of determining contract compliance under the M/WBE ordinance, businesses listed as MBE or WBE within the utilization plan must be certified as such prior to a recommendation for award being made to the City Council. If during the course of work under the contract a change of any of the MBE or WBE firms identified in the original utilization plan is needed then a Change Request must be submitted to the City of Fort Worth — M/WBE Office and the change approved by same. 3.9.5. All subcontracting and supplier opportunities directly attributed to this Contract from MIWBE firms, inclusive of 1st, 2nd, 3rd tiers, etc. sub-contractors and suppliers may be included in the utilization plan commitment. It is the sole responsibility of the Contractor to report and document all M/WBE participation dollars irrespective of tier level. The Contractor will be given credit toward the M/WBE plan when the M/WBE performs a commercially useful function. The successful Contractor will be required to submit executed contractual agreements (i.e., Master Service Agreements) or letters of intent prior to receiving the Contract y" Documents. Initial 3.9.6. M/WBE documentation consists of the Special Instructions To Proposers, the Subcontractor Utilization Form, the Prime Contractor Waiver Form, the Good Faith Effort Form, and the Joint Venture Form. Copies follow this section. a. If Contractor equals or exceeds the project goal, they must submit the Subcontractor Utilization Form or the Joint Venture Form. b. If Contractor does not have subcontracting and/or supplier opportunities, they must submit the Prime Contractor Waiver Form. C. If Contractor has subcontracting and/or supplier opportunities but does not include M/WBE participation in an amount which equals or exceeds the project goal, they must submit the Subcontractor Utilization Form and the Good Faith Effort Form and documentation. d. If Contractor has subcontracting and/or supplier opportunities but does not include any M/WBE participation, they must submit the Subcontractor Utilization Form and the Good Faith Effort Form and documentation. The Good Faith Effort documentation shall demonstrate the Contractor's commitment and honest efforts to utilize M/WBE(s). The burden of preparing and submitting the Good Faith Effort information is on the Contractor and will be evaluated as part of the responsiveness to the proposal. A Contractor who intentionally and/or knowingly misrepresents facts on the documentation submitted will constitute a basis for classification as non-responsive and possible debarment. Complete M/WBE requirements are contained in City of Fort Worth ordinance 15530, Minority and Women Business Enterprises. Questions about MNUBE requirements may be directed to the City's M/WBE Business Office at 817.392.6104. Check the appropriate box/boxes: ❑X The following M/WBE documents are included in this Proposal submittal, following this page, bound within the response: ❑ Subcontractor Utilization Form ❑ Joint Venture Form ❑ Prime Contractor Waiver Form J`V ® Good Faith Effort Form V - CONTRACTOR: Intercon Environmental , Inc. BY: ren Andrews Company Name (p int or type =igna 2214 FM 1187, Bldg 6 Address (Signature) Mansfield, Texas 76063 President City, State,Zip Title(print or type) ATTACHMENT 1C - Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe rime Intercon Environmental, Inc. PROJECT NAME: g MNWDBE NON-MNWDBE Demolition of Former Mesa Airlines Terminal Meacham International Airport BID DATE 05/17/07 City's MfWBE Project Goal: PROJECT NUMBER 15 % DEM07-03: MESA If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunityl for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-MIWBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. (Use additional sheets,if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Stucco Repair Drywall and Plastering Rev.05130/03 ATTACHMENT 1C Page 2 of 3 ,4 2.) Obtain a current(not more than three (3) months old from the bid open date) list of MIWBE subcontractors and/or suppliers from the City's MIWBE Office. X Yes Date of Listing 05 / 03 / 07 No 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) _X No 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? - X Yes (If yes,attach list to include name of M/WBE firm,person contacted,phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? X Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any N/A supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets,if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection N/A Rev.05/30/03 ATTACHMENT 1C Page 3 of 3 w ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MIWBE participation on this project. All minority subcontracting solicited were non-responsive. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any MNVBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the ity's M E Office. _ r Karen Andrews A thorized Signature Printed Signature President Jerrold Andrews. Vice President Title Contact Name and Title(if different) Intercon Environmental, Inc. (817) 477-9995 (817)477-9996 Company Name Phone Number Fax Number 2214 FM 1187, Building 6 ie_rryeintercon-environmental.com Address Email Address Mansfield, Texas 76063 05116f07 City/State/Zip Date Rev.05/30/03 t r;.. NCTRCA nrr Disadvantaged Business 90 Enterprise Certification TUCP s Y E � Intercon Environmental, Inc. a*• � �a�iori {k Disadvantaged Business Enterprise has(fled with the Agency an Affidavit as defined by 49 CFR part 26 and Is hereby certified to'provIlde service(s)in the following areas: 562910; Asbestos Contractor and Removal` Remediation Services; I June 2006 This Certification it valid beginning and superseded any registration or listing previously issued.This certification must be updated annually by submission of an Annual Update Affidavit.At any timer there is a charge In ownership or control of the firm, notification must be made immediately to the North Central Texas Regional Certification Agency or an TUCF certifying entity. June 07 Certificate expiration a Issued date June �20 06 - ertlfication Administrator i W FDB31121 Y0607 ! '� CERTIFICATION NO. lo rt Worth M/WBE SIC Listing Page 1 of 1 CITY OF FORT WORTH +* MINORITY/WOMEN BUSINESS ENTERPRISE City Project Disclaimer-5/3/2007 Pl^advised that the City of Fort Worth does not make any recommendations as to the capability or qualifications of any of these businesses to perform the work required on City com. .a.The City,therefore,will not guarantee,recommend or give warranty or other assurances as to the competency and/or fitness of certified M/WBE firms.At the present time,this list ffiR certified M/WBE firms is being formulated and maintained by the North Central Texas Regional Certification Agency(NCTRCA)solely for the purpose of disseminating information of the iailability of M/WBE businesses for the City.These listings undergo continual revisions.The City of Fort Worth will accept certification of a vendor by the NCTRCA or Texas Department of .:ansportation(highway division)in the marketplace,prior to AWARD of the contract.The marketplace area includes the counties of:Tarrant,Parker,Johnson,Collin,Dallas,Denton,Ellis, Kaufman and Rockwall.Please contact the Minority/Women Business Enterprise Office at(817)392-6104 for any subsequent change(s)and/or questions.If a certified vendor's name does ^not appear on the listing(s),please call the M/WBE Office to verify. pTE:An Offeror will be given credit toward the M/WBE goal only when the M/WBE supplier performs a commercially useful function.A M/WBE supplier is considered to have performed a ymmercially useful function when the M/WBE supplier is a manufacturer or a regular dealer.As defined in City Ordinance 15530,a Regular Dealer is a firm that owns,operates,or maintains a store,a warehouse,or other establishments in which the materials or supplies required for the contract are bought,kept in stock,and are regularly sold retail or wholesale.A Manufacturer is one that manufactures a product by hand or machinery suitable for uses;the process of making wares.It is the responsibility of the Offeror to assure that the M/WBE supplier !ist toward meeting the stated contract goal,also meet the City's requirements for a Manufacturer or Regular Dealer. M/WBE CONTRACTORS SIC LISTING FOR 174200:DRYWALL AND PLASTERING Caddillac Business Group 2.E3 Contract Consultants,Inc. 3.Ed Parker,Inc. velyn Hightower Parker Monte Elliott Anthony Vera 5600 E. Loop 820 S, Suite 104 2813 E. Rosedale 2108 W. Freeway Fort Worth,TX 76119-6555 Fort Worth,TX 76104 Fort Worth,TX 76101 PH: (817)483-7000 PH: (817)991-7919 PH: (817) 332-8481 iFX: (817)483-7034 FX: (817)332-6438 FX: (817)336-5904 cbgentity@netzero.net mre2of3@aol.com; MRElOF3@aol.com athony@edparkerinc.com ^4.Escamilla Construction,Inc. 5.N& S Acoustics 6. New World Industries,Inc. N/sc`n Escamilla Nick Ybarra Angela Jones 5500 E.Loop 820 South,Suite 105 4359 Frazier 6050 E. Lancaster Avenue Fort Worth,TX 76119 Fort Worth,TX 76133 Fort Worth,TX 76112 _PH: (817)330-0302 PH: (817)480-9498 PH: (817)654-3567 FX: (817)330-0304 FX: (817)920-1798 FX: (817)492-0955 lkristina@escamillaconstr.com; nsacoustics@charterinternet.com gajones@NWI-INC.com; a vww.escamillaconstr.com neworld5@yahoo.com ld5@yahoo.com No-De-Lay Drywall &Acoustics 8. Scott Dennett Construction,Inc. 9. TMV,LLC dba Triune Robert DeLeon Scott Dennett Vince Fudzie 220 Thornhill Drive 2808 W. Seventh Street, Suite B 2401 Scott Avenue,Suite 115 Fort Worth,TX 76115 Fort Worth,TX 76107 Fort Worth,TX 76103 PH: (817)921-4393 PH: (817)882-9420 PH: (817)288-6112 1FX: (817)924-0279 FX: (817)882-9424 FX: (888)503-9180 nodelaydrywall@sbcglobal.net janellem@dennettconstruction.com vfudzie@excite.com 10.Vendigm,LLC 11.Woodrose Company,Inc. Anthony Burks Frances Loyd _5725 E.Lancaster Avenue,Suite#208 3531 Alta Mere Fort Worth,TX 76112 Fort Worth,TX 76116 nPH: (817)496-5220 PH: (817)377-4477 17,�"214)722-1290 FX: (817)377-4410 r..,a� -s@vendigm.com info@woodrosecompany.com /www.fortworthgov.org/mwbe siccode/process.asp 5/3/2007 11. D D $� tercon ENVIRONMENTAL, INC. Fax Cover 2214 FM 1187,Building#6 Mansfield,Texas 76063 Phone(817)477-9995•Fax(817)477-9996 www.intercon-envirownental.com To: Caddillac Business Group From: Keith Flowers Fax: 817483-7034 Pages: 1 Phone: 817483-7000 Date: 5/4/2007 Re: Invitation to Bid CC: ✓ Urgent ❑ For Review ❑ Please Reply ❑Please Call to Confirm Receipt • Comments: Intercon Environmental, Inc.is currently accepting bids for plaster and lathe stucco repair work at Meacham Field, Fort Worth,Texas. Area to be repaired consists of approximately 176 square feet. Finish is to match existing finish. Please fax your bids to 817477-9996 attention Keith Flowers referencing Meacham Field D-04-07-013. The information contained in this facsimile message(including all documents accompanying it)is legally privileged and confidential, intended for the use of the individual or entity named above. Any unauthorized use, distribution, copying or disclosure of this communication is prohibited. If you receive this message in error,please immediately notify us by phone and return the original message to us at the above address via US Postal Service. 4 May. 04 2007 03:26PM YOUR LOGO INTERCON-ENVIRONMENTAL INC YOUR FAX NO. 817-842-1710 NO. OTHER FACSIMILE START TIME USAGE TIME MODE PAGES RESULT 01 8174837034 May.04 03:26PM 00148 SND 01 OK TO TURN OFF REPORT, PRESS 'MENU' #04. THEN SELECT OFF BY USING '+' OR FOR FAX ADVANTAGE ASSISTANCE, PLEASE CALL 1-800-+E P-FAX (435-7329). �n ercon ENVIRONMENTAL, INC. Fax Cover 2214 FM 1187,Building#6 Mansfield,Texas 76063 Phone(817)477-9995•Fax(817)477-9996 www.intercon-enviroamentaLcom To: E3 Contract Consultants, Inc. From: Keith Flowers Fax: 817-332-6438 Pages: 1 Phone: 817-991-7919 Date: 5/4/2007 Re: Invitation to Bid CC: ✓ Urgent 0 For Review ❑Please Reply El Please Call to Confirm Receipt • Comments: Intercon Environmental, Inc.is currently accepting bids for plaster and lathe stucco repair work at Meacham Field, Fort Worth,Texas. Area to be repaired consists of approximately 176 square feet. Finish is to match existing finish. Please fax your bids to 817-477-9996 attention Keith Flowers referencing Meacham Field D-04-07-013. = The information contained in this facsimile message(including all documents accompanying it)is legally privileged and confidential, intended for the use of the individual or entity named above. Any unauthorized use, distribution, copying or disclosure of this communication is prohibited. If you receive this message in error,please immediately notify us by phone and return the original message to us at the above address via US Postal Service. May. 04 2007 03:28PM YOUR LOGO : INTERCON-ENVIRONMENTAL INC YOUR FAX NO. : 817-642-1710 NO. OTHER FACSIMILE START TIME USAGE TIME MODE PAGES RESULT 01 8173326438 May.04 03:27PM 00'37 SND 01 OK TO TURN OFF REPORT, PRESS 'MENU' #04. Thad SELECT OFF BY USING '+' OR ' FOR FAX ADVANTAGE ASSISTANCE, PLEASE CALL 1-fDO-HELP-FAX (435-7329). D D t'1tercon ENVIRONMENTAL, INC. Fax Cover 2214 FM 1187,Building#6 Mansfield,Texas 76063 Phone(817)477-9995•Fax(817)477-9996 www.intercon-environmental.com To: Ed Parker, Inc. From: Keith Flowers Fax: 817-336-5904 Pages: 1 Phone: 817-332-8481 Date: 5/4/2007 Re: Invitation to Bid CC: J Urgent ❑ For Review ❑Please Reply ❑ Please Call to Confirm Receipt • Comments: Intercon Environmental, Inc.is currently accepting bids for plaster and lathe stucco repair work at Meacham Field, Fort Worth,Texas. Area to be repaired consists of approximately 176 square feet. Finish is to match existing finish. Please fax your bids to 817-477-9996 attention Keith Flowers referencing Meacham Field D-04-07-013. The information contained in this facsimile message(including all documents accompanying it)is legally privileged and confidential, intended for the use of the individual or entity named above. Any unauthorized use, distribution, copying or disclosure of this communication is prohibited. If you receive this message in error,please immediately notify us by phone and return the original message to us at the above address via US Postal Service. May. 04 2007 03:29PM YOUR LOGO : INTERCON-ENVIRONMENTAL INC YOUR FAX NO. : 817-842-1710 NO. OTHER FACSIMILE START TIME USAGE TIME MODE PAGES RESULT 01 8173365904 May.04 03:28PM 001,40 SND 01 OK TO TURN OFF REPORT, PRESS 'MENU' ##04. Thad SELECT OFF BY USING '+' OR FOR FAX ADVANTAGE ASSISTANCE, PLEASE CALL 1-800-HELP--FAX C435-7329). b . ntercon ENVIRONMENTAL, INC. Fax Cover 2214 FM 1187,Building#6 Mansfield,Texas 76063 Phone(817)477-9995•Fax(817)477-9996 www.intercon-enviroamental.com To: Escamilla Construction, Inc. From: Keith Flowers Fax: 817-330-0304 Pages: 1 Phone: 817-330-0302 Date: 5/4/2007 Re: Invitation to Bid CC: ✓ Urgent ❑ For Review ❑ Please Reply ❑Please Call to Confirm Receipt • Comments: Intercon Environmental, Inc. is currently accepting bids for plaster and lathe stucco repair work at Meacham Field, Fort Worth,Texas. Area to be repaired consists of approximately 176 square feet. Finish is to match existing finish. Please fax your bids to 817-477-9996 attention Keith Flowers referencing Meacham Field D-04-07-013. The information contained in this facsimile message(including all documents accompanying it)is legally privileged and confidential, intended for the use of the individual or entity named above. Any unauthorized use, distribution, copying or disclosure of this communication is prohibited. If you receive this message in error,please immediately notify us by phone and return the original message to us at the above address via US Postal Service. May. 04 2007 03:32PM YOUR LOGO : INTERCON-ENVIRONMENTAL INC YOUR FAX NO. : 817-842-1710 �NO. OTHER FACSIMILE START TIME USAGE TIME MODE PAGES RESULT 01 8173300304 May.04 03:31PM 00140 SND 01 OK TO TURN OFF REPORT, PRESS 'MENU' #04. THEN SELECT OFF BY USING '+' OR '-'. FOR FAX ADVANTAGE ASSISTANCE, PLEASE CALL 1-BOO-HELP-FAX (435-7329). D 9 A*Vn kr�con ENVIRONMENTAL, INC. Fax Cover 2214 FM 1187,Building#6 Mansfield,Texas 76063 Phone(817)477-9995•Fax(817)477-9996 www.intercon-environmental.com To: N&S Acoustics From: Keith Flowers Fax: 817-920-1798 Pages: 1 Phone: 817-480-9498 Date: 5/4/2007 Re: Invitation to Bid CC: ✓ Urgent ❑ For Review ❑ Please Reply ❑ Please Call to Confirm Receipt • Comments: Intercon Environmental, Inc.is currently accepting bids for plaster and lathe stucco repair work at Meacham Field, Fort Worth,Texas. Area to be repaired consists of approximately 176 square feet. Finish is to match existing finish. Please fax your bids to 817-477-9996 attention Keith Flowers referencing Meacham Field D-04-07-013. The information contained in this facsimile message(including all documents accompanying it)is legally privileged and confidential, intended for the use of the individual or entity named above. Any unauthorized use, distribution, copying or disclosure of this communication is prohibited. If you receive this message in error,please immediately notify us by phone and return the original message to us at the above address via US Postal Service. w. May. 04 2007 03:34PM -- YOUR LOGO INTERCON-ENVIRONMENTAL INC YOUR FAX NO. 817-842-1710 NO. OTHER FACSIMILE START TIME USAGE TIME MODE PAGES RESULT 01 8179201798 May.04 03:33PM 00157 SND 01 OK TO TURN OFF REPORT. PRESS 'MENU' #04. THEN SELECT OFF BY USING '+' OR FOR FAX ADVANTAGE ASSISTANCE. PLEASE CALL 1-800-FH.PfAX (435-7329). D n ercon T ENVIRONMENTAL, INC. Fax Cover 2214 FM 1187,Building##6 Mansfield,Texas 76063 Phone(817)477-9995-Fax(817)477-9996 www.intercon-enviroamental.com ` To: New World Industries, Inc. From: Keith Flowers Fax: 817-492-0955 Pages: 1 Phone: 817-654-3567 Date: 5/4/2007 Re: Invitation to Bid CC: J Urgent ❑ For Review ❑ Please Reply ❑ Please Call to Confirm Receipt • Comments: Intercon Environmental, Inc.is currently accepting bids for plaster and lathe stucco repair work at Meacham Field,Fort Worth,Texas. Area to be repaired consists of approximately 176 square feet. Finish is to match existing finish. Please fax your bids to 817-477-9996 attention Keith Flowers referencing Meacham Field D-04-07-013. The information contained in this facsimile message(including all documents accompanying it)is legally privileged and confidential, intended for the use of the individual or entity named above. Any unauthorized use, distribution, copying or disclosure of this communication is prohibited. If you receive this message in error,please immediately notify us by phone and return the original message to us at the above address via US Postal Service. w May. 04 2007 03:36PM YOUR LOGO : INTERCON-ENVIRONMENTAL INC YOUR FAX NO. : 817-842-1710 NO. OTHER FACSIMILE START TIME USAGE TIME MODE PAGES RESULT 01 8174920955 May.04 03:35PM 00'.50 SND 01 OK TO TURN OFF REPORT, PRESS 'MENU' #04. THEN SELECT OFF BY USING '+' OR FOR FAX ADVANTAGE ASSISTANCE, PLEASE CALL 1-800-HELP-FAX (435-7329). mp .. ntercon ENVIRONMENTAL, INC. Fax Cover 2214 FM 1187,Building#6 Mansfield,Texas 76063 Phone(817)477-9995•Fax(817)477-9996 www.intercon-environmental.com To: No-De-Lay Drywall&Acoustics From: Keith Flowers Fax: 817-924-0279 Pages: 1 Phone: 817-921-4393 Date: 5/4/2007 Re: Invitation to Bid CC: ✓ Urgent ❑ For Review ❑Please Reply ❑Please Call to Confirm Receipt e Comments: Intercon Environmental, Inc.is currently accepting bids for plaster and lathe stucco repair work at Meacham Field, Fort Worth,Texas. Area to be repaired consists of approximately 176 square feet. Finish is to match existing finish. Please fax your bids to 817-477-9996 attention Keith Flowers referencing Meacham Field D-04-07-013. The information contained in this facsimile message(including all documents accompanying it)is legally privileged and confidential, intended for the use of the individual or entity named above. Any unauthorized use, distribution, copying or disclosure of this communication is prohibited. If you receive this message in error,please immediately notify us by phone and return the original message to us at the above address via US Postal Service. May. 04 2007 03:38PM jmmbk YOUR LOGO : INTERCON-ENVIRONMENTAL INC YOUR FAX NO. : 817-842-1710 NO. OTHER FACSIMILE START TIME USAGE TIME MODE PAGES RESULT 01 B179240279 May.04 03:37PM 01'.04 SND 01 OK TO TURN OFF REPORT. PRESS 'MENU' ##04. THEN SELECT OFF BY USING '+' OR '-'- FOR FAX ADVANTAGE ASSISTANCE. PLEASE CALL 1-800-HELP-FAX (435--7329). - ME CE D - rconJ. ten ENVIRONMENTAL, INC. Fax Cover 2214 FM 1187,Building#6 Mansfield,Texas 76063 Plione(817)477-9995-Fax(917)477-9996 www.intercon-eaviromnental.com - To: Scott Dennett Construction, Inc. From: Keith Flowers Fax: 817-882-9424 Pages: 1 Phone: 817-882-9420 Date: 5/4/2007 x Re: Invitation to Bid CC: ✓ Urgent ❑ For Review ❑Please Reply ❑Please Call to Confirm Receipt • Comments: Intercon Environmental, Inc.is currently accepting bids for plaster and lathe stucco repair work at Meacham Field, Fort Worth,Texas. Area to be repaired consists of approximately 176 square feet. Finish is to match existing finish. Please fax your bids to 817477-9996 attention Keith Flowers referencing Meacham Field D-04-07-013. The information contained in this facsimile message(including all documents accompanying it)is legally privileged and confidential, intended for the use of the individual or entity named above. Any unauthorized use, distribution, copying or disclosure of this communication is prohibited. If you receive this message in error,please immediately notify us by phone and return the original message to us at the above address via US Postal Service. �3® May. 04 2007 03:39PM .�, YOUR LOGO : INTERCON-ENVIRONMENTAL INC YOUR FAX NO. : 817-642-1710 ® NO. OTHER FACSIMILE START TIME USAGE TIME MODE PAGES RESULT 0T 1 8176829424 May.04 03:38PM 001.42 SND 01 OK TO TURN OFF REPORT, PRESS 'MENU' #104. THEN SELECT OFF BY USING '+' OR FOR FAX ADVANTAGE ASSISTANCE, PLEASE CALL 1-800-HELP-FAX C435-7329). �'�A lo. [�n ercon ENVIRONMENTAL, INC. Fax Cover 2214 FM 1187,Building##6 Mansfield,Texas 76063 Phone(817)477-9995-Fax(817)477-9996 www.intercon-environinental.com To: TMV,LLC dba Triune From: Keith Flowers Fax: 888-503-9180 Pages: 1 Phone: 817-288-0112 Date: 5/4/2007 Re: Invitation to Bid CC: ✓ Urgent ❑ For Review ❑ Please Reply ❑Please Call to Confirm Receipt • Comments: Intercon Environmental, Inc.is currently accepting bids for plaster and lathe stucco repair work at Meacham Field, Fort Worth,Texas. Area to be repaired consists of approximately 176 square feet. Finish is to match existing finish. Please fax your bids to 817-477-9996 attention Keith Flowers referencing Meacham Field D-04-07-013. The information contained in this facsimile message(including all documents accompanying it)is legally privileged and confidential, intended for the use of the individual or entity named above. Any unauthorized use, distribution, copying or disclosure of this communication is prohibited. If you receive this message in error,please immediately notify us by phone and return the original message to us at the above address via US Postal Service. May. 04 2007 03:40PM YOUR LOGO INTERCON-ENVIRONMENTAL INC YOUR FAX NO. 817-842-1710 NO. OTHER FACSIMILE START TIME USAGE TIME MODE PAGES RESULT 01 18885039180 May.04 03:39PM 00'35 SND 01 OK TO TURN OFF REPORT. PRESS 'MENU' #04. THEN SELECT OFF BY USING '+' OR '-'. FOR FAX ADVANTAGE ASSISTANCE, PLEASE CALL 1-800-HELP-FAX C435-7329). mp D tercon T ENVIRONMENTAL, INC.. Fax Cover 2214 FM 1187,Building##6 Mansfield,Texas 76063 Phone(817)477-9995•Fax(817)477-9996 www.intercon-envirorunental.com To: Vendigm, LLC From: Keith Flowers Fax: 214-722-1290 Pages: 1 Phone: 817-496-5220 Date: 5/4/2007 Re: Invitation to Bid CC: J Urgent ❑ For Review ❑ Please Reply ❑ Please Call to Confirm Receipt • Comments: Intercon Environmental, Inc. is currently accepting bids for plaster and lathe stucco repair work at Meacham Field, Fort Worth,Texas. Area to be repaired consists of approximately 176 square feet. Finish is to match existing finish. Please fax your bids to 817477-9996 attention Keith Flowers referencing Meacham Field D-04-07-013. The information contained in this facsimile message(including all documents accompanying it)is legally privileged and confidential, intended for the use of the individual or entity named above. Any unauthorized use, distribution, copying or disclosure of this communication is prohibited. If you receive this message in error,please immediately notify us by phone and return the original message to us at the above address via US Postal Service. t May. 04 2007 03:41PM YOUR LOGO : INTERCON-ENVIRONMENTAL INC YOUR FAX NO. : 817-842-1710 NO. OTHER FACSIMILE START TIME USAGE TIME MODE PAGES RESULT 01 12147221290 May.04 03:40PM 001.39 SND 01 OK TO TURN OFF FORT, PRESS 'MENU' #04. THEN SELECT OFF BY USING '+' OR '-'. FOR FAX ADVANTAGE ASSISTANCE, PLEASE CALL 1-BOO-HELP-FAX C435-7329). - [U-1 AM } V : n ercon ENVIRONMENTAL, INC. Fax Cover 2214 FM 1187,Building#6 Mansfield,Texas 76063 _. Phone(817)477-9995-Fax(817)477-9996 www.intercon-enviromnental.com To: Woodrose Company, Inc. From: Keith Flowers Fax: 94-377-4410 Pages: 1 Phone: 817-377-4477 Date: 5/4/2007 Re: Invitation to Bid CC: ✓ Urgent ❑ For Review ❑Please Reply ❑ Please Call to Confirm Receipt • Comments: Intercon Environmental, Inc.is currently accepting bids for plaster and lathe stucco repair work at Meacham Field, Fort Worth,Texas. Area to be repaired consists of approximately 176 square feet. Finish is to match existing finish. Please fax your bids to 817-477-9996 attention Keith Flowers referencing Meacham Field D-04-07-013. The information contained in this facsimile message(including all documents accompanying it)is legally privileged and confidential, Intended for the use of the individual or entity named above. Any unauthorized use,distribution, copying or disclosure of this communication is prohibited. If you receive this message in error,please immediately notify us by phone and return the original message to us at the above address via US Postal Service. z May. 04 2007 03:43PM YOUR LOGO : INTERCON-ENVIRONMENTAL INC YOUR FAX NO. : 817-842-1710 NO. OTHER FACSIMILE START TIME USAGE TIME MODE PAGES RESULT -- 01 8173774410 May.04 03:42PM 00134 SND 01 OK TO TURN OFF REPORT. PRESS 'MENU' #04. THEN SELECT OFF BY USING '+' OR T FOR FAX ADVANTAGE ASSISTANCE. PLEASE CALL 1-800-HELP-FAX (435-7329). Initial 3.10. TEXAS RESIDENT BIDDER The following information is required by the City of Fort Worth in order to comply with provisions of state law, TEXAS GOVERNMENT CODE § 2252.001, State or Political Subdivision Contracts for Construction, Supplies, Services; Bids by Nonresident. Every bidder shall affirmatively state its principal place of business in its response to a bid invitation. Failure to provide the required information shall result in your bid being declared non-responsive. Bidders' cooperation in this regard will avoid costly time delays in the award of bids by the City of Fort Worth. For this reason, each bidder is encouraged to complete and return in duplicate, with its bid, the Statement of Residency Form, but in any event, the low bidder shall submit this information within five (5) business days after the date of receipt of notification of apparent low bidder status from the Purchasing Division of the Finance Department. Failure to provide all required information within this designated period shall result in the apparent low bidder being considered non-responsive, and the second low bidder being considered for award. TEXAS GOVERNMENT CODE § 2252.001 defines a Texas "resident bidder" as a bidder whose principal place of business* is in the state of Texas, including a contractor whose ultimate parent company or majority owner has its principal place of business in the state of Texas. TEXAS GOVERNMENT CODE § 2252.001 defines a "Nonresident bidder" as a bidder whose parent company or majority owner does not have its principal place of business* in the state of Texas. Bidder's complete company name: Intercon Environmental, Inc. State your business address in the space provided below if you are a Texas Resident bidder: 2214 FM 1187, Bldg 6, Mansfield, Texas 76063 State your business address in the space provided below if you are a Nonresident bidder: *The State Purchasing and General Services Commission defines Principal Place of Business as follows: Principal Place of Business in Texas means, for any type of business entity recognized _.. in the State of Texas, that the business entity:. 3.10.1. has at least one permanent office located within the State of Texas, from which business activities other than submitting bids to governmental agencies are conducted and from which the bid is submitted, and 3.10.2. has at least one employee w works in the Texas office Form prepared by: Karen Andrews Name President Title 5/16/07 Date Initial 3.11. NONDISCRIMINATION All City contractors are required to comply with Chapter 17, "Human Relations,"Article III, "Discrimination," Division 3, "Employment Practices," of the Code of the City of Fort Worth, prohibiting discrimination in employment practices. Proposer agrees that Proposer, its employees, officers, agents, contractors or subcontractors, have fully { complied with all provisions of such Ordinance, and that no employee, participant, applicant, contractor or subcontractor has been discriminated against according to the terms of such Ordinance by Proposer, its employees, officers, agents, contractor or subcontractors herein. PROPOSER: Intercon Environmental, Inc. BY: Karen Andrews Company Name (Pri t or type name of signatory) 2214 FM 1187, Bldg 6 Address (Signature) Mansfield, Texas 76063 President City, State,Zip Title(print or type) Initial _ 3.12. PREVAILING WAGE RATES A Contractor selected for this project will be required to comply with TEXAS GOVERNMENT CODE, Chapter 2258, with respect to payment of Prevailing Wage Rates for public works contracts. The current wage scale for members of the Building and Construction trade immediately follows this page. A worker employed on a public work by or on behalf of the City of Fort Worth shall be paid not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. A worker is employed on a public work if the worker is employed by a contractor or subcontractor in the execution of a contract for the public work with the City of Fort Worth. The contractor who is awarded a public work contract, or a subcontractor of the contractor, shall pay not less than the prevailing wage rates to a worker employed by it in the execution of the contract. A contractor or subcontractor who violates this requirement shall pay to the City of Fort Worth, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. This requirement does not prohibit the contractor or subcontractor from paying an employee an amount greater than the prevailing wage rate. The undersigned acknowledges the requirements of Chapter 2258 of the Texas Government Code, and intends to comply with same in the execution of this project. CONTRACTOR: Intercon Environmental, Inc. By: Karen Andrews Company Name (p ** t or type name of signatory) 2214 FM 1187, Bldg 6 Address (Signature) Mansfield. Texas 76063 President City, State,Zip Title(print or type) Initial_ w _ Classifications Hourly Rates Classifications Hourly Rates Air Conditioning Mechanic $1755 Sheetrock Hanger $13.37 Air Conditioning Mechanic Helper $10:74 Sheetrock Hanger Helper $9.48 Acoustic Ceiling Installer $1426 Sprinkler System Installer $17.86 Acoustic Ceiling Installer Helper $1053 Sprinkler System Installer Helper $13.33 Bricklayer/Stone Mason $1929 Steel Worker Structural $16.20 _ Bricklayer/Stone Mason Helper $13 07 Steel Worker Structural Helper $11.71 Carpenter $15.76 Welder $15.88 Carpenter Helper $11.69 Welder Helper $11.25 Concrete Finisher $14:29 Concrete Finisher Helper $10.09 Concrete Form Builder $1216 Concrete Form Builder Helper $8.81 Drywall Taper $13.25 Drywall Taper Helper $9.06 Electrician Journeyman $19.79 Heaver Equipment Operators Hourly Rates Crane,Ciamshell, Backhoe, Electrician Helper $12 96 Derrick, Dragline,Shovel $16.07 Electronic Technician $20.06 Forklift Operator $12.62 Electronic Technician Helper $12.27 Foundation Drill Operator $17.55 Floor Layer(Carpet) $15.17 Front End Loader Operator $13.27 Floor Layer(Resilient) $15.94 Truck Driver $12.66 Floor Layer Helper $11.00 Glazier $14:35 Glazier Helper $1032 Insulator(Pipe) $15 45 Insulator Helper(Pipe) $1012 Laborer Common $9.21 Laborer Skilled $11.59 Lather $1594 Lather Helper $1112 Metal Building Assembler $14.29 Metal Building Assembler Helper $933 Painter $12;86 Painter Helper $8.66 Pipefitter $18.22 Pipefitter Helper $12.90 Plasterer $16.16 Plasterer Helper $998 Reinforcing Steel Setter $13.00 Roofer $15.33 Roofer Helper $1024 Source is Fort Worth Chapter Sheet Metal Worker $15.73 Associated General Contractors(www.Quoin.org) Sheet Metal Worker Helper $10.53 3115/2006 Initial 3.13. INSURANCE CERTIFICATES A successful Contractor will be required by the contract to have insurance coverage as detailed below. Contractor must provide Certificates of Insurance in the amounts and for the coverages required to the Environmental Management Department, Administrative Offices,within 14 calendar days after Notice of Award. (a) Insurance coverage and limits: 1. Commercial General Liability Insurance o $1,000,000 each occurrence o $2,000,000 aggregate 2. Professional Liability Insurance - NOT APPLICABLE. 3. Automobile Liability Insurance— A. Coverage on vehicles involved in the work performed under this - contract: o $1,000,000 per accident on a combined single limit basis or: o $500,000 bodily injury each person; $500,000 bodily injury each accident; and $250,000 property damage B. Uninsured/Underinsured Motorist: o $20,000 bodily injury each person; $40,000 bodily injury each �- accident; and$15,000 property damage each accident The named insured and employees of Contractor shall be covered under this policy. The City of Fort Worth shall be named an Additional insured on Endorsement TE 9901 or equivalent, as its interests may appear. Liability for damage occurring while loading, unloading and transporting materials collected under the Contract shall be included under this policy. 4. Worker's Compensation— o Coverage A: statutory limits o Coverage B: $100,000 each accident $500,000 disease- policy limit $100,000 disease-each employee 5. Environmental Impairment Liability (EIL) and/or Pollution Liability - $2,000,000 per occurrence. EIL coverage(s) must be included in policies listed in subsections 1 and 2 above; or, such insurance shall be provided under separate policy(s). Liability for damage occurring while loading, unloading and transporting materials collected under the contract shall be included under the Automobile Liability insurance or other policy(s). 6. Asbestos Abatement Insurance - $2,000,000 each occurrence with no Sunset Clause. n Initial _ (b) Certificates of insurance evidencing that the Contractor has obtained all required insurance shall be delivered to the City prior to Contractor proceeding with the contract. 1. Applicable policies shall be endorsed to name the City an Additional Insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. 2. Certificate(s) of insurance shall document that insurance coverage specified according to items in section (a) above are provided under applicable policies documented thereon. 3. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements. 4. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the City. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Contractor's insurance policies. Notice shall be sent to Brian Boerner, Director, Department of Environmental Management, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. 5. Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the City; and, such insurers shall be acceptable to the City in terms of their financial strength and solvency. 6. Deductible limits, or self-insured retentions, affecting insurance required herein shall be acceptable to the City in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. 7. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the City as respects the contract. 8. The City shall be entitled, upon its request and without incurring expense, to review the Contractor's insurance policies including endorsements thereto and, at the City's discretion, the Contractor may be required to provide proof of insurance premium payments. 9. The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the City approves such exclusions. 10. The City shall not be responsible for the direct payment of any insurance premiums required by the contract. It is understood that insurance cost is an allowable component of Contractor's overhead. 11. All insurance required in section (a) above, except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the City. a Initial t". 12. Subcontractors to the Contractor shall be required by the Contractor to maintain the same or reasonably equivalent insurance coverage as required for the Contractor. When subcontractors maintain insurance coverage, Contractor shall provide City with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subcontractor's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by Contractor of the contract. INCLUDE A COPY OF THE ABOVE SECTION AS WELL AS A COPY OF YOUR CURRENT INSURANCE CERTIFICATE(S) FOLLOWING THIS PAGE BOUND WITHIN THE PROPOSAL PACKAGE ACORAM CERTIFICATE OF LIABILITY INSURANCE °02/0 2007 PRODUCER Serial# 100147 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION THE WYATT AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1300 11TH STREET ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. SUITE 305-E Y HUNTSVILLE,TX 77340 INSURERS AFFORDING COVERAGE NAIC# INSurtED INSURER A: ARCH SPECIALTY INSURANCE COMPANY INTERCON ENVIRONMENTAL, INC. INSURER B: MASSACHUSETTS BAY INS.CO. 2214 FM 1187, BLDG.#6 INSURER C: TEXAS MUTUAL INSURANCE COMPANY Ml MANSFIELD,TX 76063 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING S-1 ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSRL TYPE OF INSURANCE POLICY NUMBER PpLICY EFFEC�NMTIVE POLICY/YYI DATE/EX�p YY) LIMITS r� GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY 12 EMP 43513 02 2/3/07 2/3/08 PREMII ESfEao.rence $ 50,000 CLAIMS MADE FI OCCUR MED EXP (Anyone person) $ 5,000 X ASBESTOS/LEAD ABATE PERSONAL&ADV INJURY $ 1,000,000 r, X POLLUTION LIABILITY GENERAL AGGREGATE $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 1,000,000 X POLICY PRO- ECT r7 LOC r� AUTOMOBILE LIABILITY ADY-8744779-01 2/6/07 2/6/08 COMBINED SINGLE LIMIT $ 1,000,000 ANY AUTO (Ea acddenl) ALL OWNED AUTOS BODILY INJURY X SCHEDULED AUTOS (Per person) $ r X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per acdderH) $ PROPERTY DAMAGE $ (Per&cadent) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ r� EXCESS/UMBRELLA LIABILITY 2 EMX 43740 01 2/3/07 2/3/08 EACH OCCURRENCE $ 4,000,000 A OCCUR CLAIMS MADE AGGREGATE $ 4,000,000 DEDUCTIBLE $ RETENTION $ $ WORKER'S COMPENSATION AND 0001142280 2/25/07 2/25/08 X ITORY LIMITS DER (� EMPLOYERS'LIABILITY EL EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE .,.. OFFICER/MEMBER EXCLUDED? EL DISEASE-EA EMPLOYEE $ 1,000,000 If yes,desaibe under SPECIAL PROVISIONS below EL DISEASE-POLICY LIMIT $ 1,000,000 OTHER r-q DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS FOR INFORMATION AND BIDDING PURPOSES ONLY CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN FOR INFORMATION AND BIDDING PURPOSES ONLY NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INS ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REP%E0ENTA7VE, ACORD 25(2001/08) c D CORPORATION 1988 Initial �k — 3.14. PROVIDER'S QUALIFICATIONS and CAPABILITIES 3.14.1. Contractor's Qualifications and Capabilities: Briefly describe Contractor's qualifications and capabilities include available equipment and capabilities to respond to emergencies as required. (Maximum 5 pages) Licenses And Certifications: Provide copies of necessary company licenses and certifications required to complete project. 3.14.2. Primary Praject Personal., Provide a resume of primary company personal that will be involved with the project if awarded. The personal should include Company Officer, Operations Manager, and On-site Supervisors. (Maximum 1 page per individual) _ Pmfessional Licenses and Certifications: Provide a copy of required professional licenses and certifications for individuals that will be staffed on the project. 3.14.3. Contact Information: Provide contact information of company personal that will be involved with the project; include Company Officer, Operations Manager, and On-site Supervisors. INCLUDE A 24-HOUR EMERGENCY RESPONSE NUMBER. (On a separate sheet of paper) ALL REQUESETD DOCUEMNTATION SHALL FOLLOW THIS PAGE AND BE BOUND WITIN THE PROPOSAL. s �Lti &PAP to rco n ENVIRONMENTAL, INC. 2214 FM 1187 Building 6 Mansfield Texas 76063 Telephone (817) 477-9995 . Facsimile (817) 477-9996 www.intercon-environmental.com Bidder's Statement of Qualifications Intercon Environmental, Inc. has completed more than $6.6 million dollars in contracts since its inception in December of 2003. Our company possesses contractor licenses for asbestos abatement, lead and lead-based paint abatement, mold remediation and demolition projects. We also have the qualifications to demolish, - rebuild or construct buildings, respond to emergencies and perform general construction improvements. Intercon Environmental, Inc. has completed numerous projects such as floor tile installation, demolition, lead and mold decontamination, wall and ceiling installation and painting projects. Our abilities are only limited by your needs, as we require no minimum contract amount. Intercon's team members, fleet and equipment provide us with excellent capabilities. Our fleet of late-model vehicles, state-of-the-art abatement, demolition, and transportation equipment allows us to get in and out of project sites quickly. Our demolition team is capable of performing multiple "full scale" demolition projects - simultaneously. We have the ability to staff and perform six large abatement projects concurrently. During .,eak abatement season, we have the resources to obtain additional supervisors and laborers from a group that is licensed by the Texas Department of State Health Services to perform up to ten abatement projects Y simultaneously. Our Project Managers are available at all times during every project. Our team members have been in the Dallas/Fort Worth market for over 17 years, specializing in all aspects of the asbestos and lead abatement, mold remediation and demolition industries. Intercon maintains 21 full time employees to handle the needs of our clients and ensure that we can meet or exceed any project's demand. Our telephones are answered 24 hours a day by knowledgeable company representatives with the ability to mobilize personnel and equipment to a project site at a moments notice. Intercon Environmental, Inc. has in-house resources for work normally sub-contracted to other firms. We have found this to be more reliable, efficient and effective in meeting the needs of our clients. By utilizing in-house resources, we have a much greater control on meeting deadlines and maintaining a consistency of high quality work and customer satisfaction. We cover every aspect of the abatement and demolition process. Intercon Environmental, Inc. will never disregard a request for service, even in an emergency. Intercon's team members are averaging less than two hours response time for emergency clean-ups. All projects are completed on time or ahead of schedule. Each project was completed to the owners' total satisfaction. We have never requested a change order for work we contracted to complete. We take pride in every project we �re awarded. Bid Documents/Specific/SOQ-City of Fort Worth DEM:07:03 MESA Statement of Qualifications led Page 2 of 5 tercon ENVIRONMENTAL,INC. COMPANY / PERSONNEL INFORMATION Firm: Intercon Environmental, Inc. Corporate / Main Office: 2214 FM 1187, Building #6, Mansfield, Texas 76063 Telephone: (817) 477-9995, Facsimile: (817) 477-9996 Officer: Karen Andrews, President Email address: karen@intercon-environmental.com Karen Andrews, President Ms. Andrews possesses a Bachelor of Science in Biology with a minor in Chemistry and with her degree began in the environmental field in 1992 encompassing both operational and administrative duties in various disciplines of the environmental industry. Presently she conducts all of Intercon's financial, operational and regulatory responsibilities. She is currently licensed by Texas Department of State Health Services as a Lead Abatement Supervisor and maintains an expertise in all facets of the Asbestos, Lead and Mold Industries utilizing her many years of experience in field operations, lab analysis, and all regulatory documentation required in the environmental industry. Jerrold Andrews, Vice President Mr. Andrews began his Business Management experience in 1984. He transitioned to the Demolition and Environmental Industries in 1991. He has extensive experience and knowledge in all phases of Commercial and Residential Demolition and Construction, General Contracting and Project Management, Asbestos, Lead ONd Mold Abatement, Hazardous Chemical and PCB Disposal. He is interactive with clients and suppliers on a daily basis and maintains a constant oversight of all of Intercon's financial and operational activities. He is licensed by the Texas Department of State Health Services as an Asbestos Abatement Supervisor and a Mold Remediation Supervisor; and by the State of Louisiana as an Asbestos Abatement Supervisor. Fernando Avila, Sales Manager Mr. Avila established his Business Management career in 1984 and went on to successfully pursue a profession in the Environmental Industry in 1986. He is licensed by Texas Department of State Health Services as an Asbestos Abatement Supervisor, handling a multitude of projects including Asbestos Abatement, Mold Remediation, Lead Removal, and Demolition. With his vast knowledge of the abatement and demolition industries, he is able to competitively bid projects and secure opportunities with clients. Bob McFadin, Demolition Sales Manager Mr. McFadin started in the transportation industry in 1972 and progressed to the Environmental and Demolition Industries in 2000. He is licensed by the Texas Department of State Health Services as an Asbestos Abatement Supervisor and is educated in all transportation regulations and procedures and the Demolition and Abatement Industries. With this knowledge he is able to procure both demolition and asbestos projects. Bid Documents/Specific/SOQ-City of Fort Worth DEM:07:03 MESA Statement of Qualifications r01rd--.„� Page 3 of 5 tercon ENVIRONMENTAL,INC. tse Contreras, Project Manager . Contreras began his career as an asbestos abatement worker in 1987 and within two years was promoted to a Texas Department of State Health Services Licensed Asbestos Abatement Supervisor. His ability to manage large crews effectively, expediently and profitably, has enabled him to further his position to Project Manager over Intercon's Supervisors for Asbestos Abatement, Mold Remediation, Lead Removal, and Demolition projects. David Dunham, Demolition Project Manager Mr. Dunham began in 1970 in the transportation industry and in 1998 moved over to the Construction and Demolition industries. His experience as a heavy equipment operator along with his Class A CDL License enables him to manage all facets of Intercon's Demolition Team. Keith Flowers, Demolition Sales In 1978, Mr. Flowers began in construction sales and progressed to various management positions. In 2001 he was certified by the US Army Corp of Engineers in Construction Quality Management. Additionally he was Superintendent of military construction projects for the US Navy and the US Air Force with a major local construction firm. In 2002, Mr. Flowers entered the Environmental Industry as an Operations Manager and Estimator and obtained his Asbestos Abatement Supervisor's license through the Texas Department of State Health Services. tctor Medina, Senior Supervisor Medina began his environmental career in 1987 as an asbestos abatement worker, licensed by the Texas Department of State Health Services, and in 1995 became licensed as an Asbestos Abatement Supervisor directing crews over Asbestos Abatement, Mold Remediation and Lead Removal and Demolition projects. Based on his experience and his proven compliance record, he was promoted to Senior Supervisor to oversee Intercon's Supervisors. Eulogio Torres, Supervisor Mr. Torres has been in the environmental industry since 1984, working as an asbestos abatement worker licensed by the Texas Department of State Health Services and in 2002 advanced to a successful licensed Asbestos Abatement Supervisor over crews performing Asbestos Abatement, Mold Remediation, Lead Removal and Demolition projects. Jose Ramos, Supervisor Mr. Ramos began his career in 1997 as an asbestos abatement worker, licensed by the Texas Department of State Health Services. In 2003 he was promoted to a licensed Asbestos Abatement Supervisor heading over crews performing Asbestos Abatement, Mold Remediation, Lead Removal, and Demolition projects. Ricardo Zavala, Supervisor Mr. Zavala started working in the environmental field in 1998 as an asbestos abatement worker, licensed by tpwVe Texas Department of State Health Services. In 2005 he obtained his license to perform mold remediation and advanced to the position of Asbestos Abatement Supervisor overseeing crews perform Asbestos Abatement and Mold Remediation projects. Bid Documents/Specific/SOQ-City of Fort Worth DEM:07:03 MESA Statement of Qualifications r f. Page 4 of 5 tercon ENVIRONMENTAL,INC. ORGANIZATION CHART �IJ4$4�I1 ��IIII�+"• V 114V 11rtf-.r1[+4441 I h+ll MdA.)ih114j. f rnl"111Y,1 144 .1�1►+YYI{4i'f ;I lid i`ka k14 i �*0 -'I 7ki 41 PROM �iEToL+ilqe f!{T4-am f �1,r,Jlll �'11Y,irkf `'IY�IY{qi 1F�1111Y{{[�1ii1:-111w. ' — .� �1Y�1'Ll,Lti�{7 s4't+lllii'I* I�lf i' ��irJkwlkl 114'L'Tl a]'1 Mai I I I,L �- F�urlr{Irnl 'y�,IT{fi �t41}]{FI F71{�1y15 r«�r' i P11 lr,( AW111T . (��{IaraY IFS 1ti 11 JrLT1111IT I I[d I --Trplp* l f117wl M'law 1"AN h)l 1+'I'{Lrn- !Foul) Umillrr. fl IiJ 0111 kV�: II{laLgyl �;�l�l��rruuul }ilFl{1,11'I'i 1 r Al OP1441.11,rill �kr(RFr+IL+lr *1�opfifllfr. rL1110!IF 3.1 Bid Documents/Specific/SOQ-City of Fort Worth DEM:07:03 MESA Statement of Qualifications {� Page 5 of 5 r tercon ENVIRONMENTAL,INC. Current License and Certifications - Program Name Certification Number Exeires NCTRCA - DBE WFDB23227NO607 06/30/07 SCTRCA- SBE, WBE 20702202 02/28/09 State of Texas - HUB 1522437774500 03/1 1 /08 WBE National Council - WBE 234367 01/31 /08 City of Austin - DBE INT8315158 12/05/09 City of Austin - WBE INT831 5158 12/05/09 City of Beaumont - MBE -- 10/12/08 Texas Department of State Health Services License Number Expires Contractor Asbestos Abatement License 80-0805 02/05/09 Asbestos Transporter License 40-0336 02/05/09 Contractor Lead Abatement License 2110368 09/02/07 Mold Remediation License RC00136 01 /25/08 Texas Residential Construction Commission Builder Number Expires Registered Builder 16680 02/28/08 Louisiana Dept of Environmental Quality License Number Expires Asbestos Removal & Abatement 42608 12/31/07 Asbestos Contractor / Supervisor 8SO1993 04/26/08 HEAVY EouipmENT-OWNED 2005 963C Caterpillar Track Loader,SN# DS020602.............1 2002 Mack Semi Truck Trailer..............................................1 Ripper, SN#9H10263..............................................................1 I13#101 -VIN#1M1AE07Y62W012915, Plate# R8SD26 2001 963C Caterpillar Crawler Loader,SN#BBD02229..........1 2001 Mack Semi Truck Trailer.................................................3 ID#102-VIN# 1 M1AE07Y71 W003915, Plate# R8SD27 330CL Caterpillar Hydraulic Excavator, SN#KDD01109 ID#103-VIN# 1 M1AE07Y71 W003920, Plate#R8SD28 Bucket Thumb,SN#581 361 1 95...............................................1 ID#104-VIN# 1 M1 AE07Y71 W003929, Plate#R8SD29 60"Bucket,2.5 CYD, SN#HHGA003923.................................1 2005 Witzco Challenger 50 Ton Lowboy................................. 1 320CL Caterpillar Hydraulic Excavator,SN#PAB00377...........1 I13#101 -VIN# 1 W8A11 E3455000273, Plate#X03074 2006 Heavy Duty Demolition Grapple,SN#ANA00357............1 42"Bucket,SN#Z1 R03893.......................................................1 2006 30-Yd Ranco Round Bottom End Dump Trailers............2 Bucket Thumb,SN#HGA6512.................................................1 ID#106-VIN# 1 R9ESB5066L008533, Plate#TEMP .� 2006 252E Skid Steer Loaders.................................................2 ID#107-VIN#1 R9ESB5066L008532, Plate#TEMP SN#SCP03224;SN#SCP03235 2007 Clement Scrapstar End Dump Trailers...........................3 2006 T6 Trencher,SN#KSK0265.............................................1 ID#102-VIN#5C2BB37B17M005756, Plate#5516FM 2006 Pallet Forks and Carriage................................................2 ID#103-VIN#5C2BB37BX7M005755, Plate#5517FM SN#6555FP036237;SN#6555FP036247 ID#104-VIN#5C2BB37B87M005754, Plate#5518FM 2006 72"Grapple Bucket, SN#65551G06917...........................1 2006 72"Grapple Buckets w/BO Edge.....................................2 DFC 400 Hydraulic Concrete Crusher,SN#DFC0489............. 1 SN#655560086307,SN#6555GP088065 2007 Stihl 14"Gas Saw/diamond blades................................. 1 72"Skeleton Bucket, SN#SEC66231.......................................1 2006 Rockram 778STR Hydraulic Hammers...........................2 SN#591067:SN#591054 VEMCLES 2004 Chevy Pickup Trucks.............................................6 ID#108-VIN# 1GCJK33D37F139190, Plate#65VYM4 2005 GMC Pickup Truck ................................................ 1 2001 Dodge 3500 Utility Truck.....................................1 /01%latbed Trailer with Winch, Plate#95YJHN...................... 1 ID#106-VIN#3B6MC36661254482, Plate#20LLK4 „hevy 2500 Cargo Van .................................................3 1994 GMC 2,450 Gallon Water Truck..........................1 2007 Chevy Diesel 1-ton Dooley Pickup........................ 1 ID#105-VIN#4VIJBBDE4RR828336, Plate#R8XV18 Bid Docu me nts/Specific/SOQ-City of Fort Worth DEM:07:03 MESA - Jerrold Andrews Vice President of Operations Corporate Health and Safety Officer Licensed Asbestos & Mold Abatement Supervisor Corporate Management — Strategic Planning — Proven Leadership Mr. Andrews is a dynamic executive with outstanding success in managing multi-million dollar budgets. He leads negotiations with clients and suppliers, and has overseen financial and operational results that exceeded corporate goals. Mr. Andrews has achieved 100% compliance with contractual obligations, managed billing and accounting of contracts. He has successfully generated pricing proposals fulfilling a wide array of requests. Mr. Andrews has also negotiated national vendor, supplier, and subcontractor contracts. Throughout his 15 years in the asbestos abatement and demolition industry he has become well respected for his sound judgments and his ability to administer project organization. Mr. Andrews possesses a comprehensive knowledge of the laws and regulatory requirements, ensuring complete compliance with all levels of government regulatory and reporting requirements as they apply to the asbestos abatement and demolition industry. Combined with his twenty-three years in management,he has proven to be superlative in his industry. He manages his employees through training and improved communications. Safety is priority one and non-negotiable. He has organized and conducted full operations training, in particular, + management development, employee development, strategic planning and safety. His hiring philosophy is to hire well-trained support team members and through training,make them better. Mr. Andrews directed the formation of E-based capabilities, including web site and E-sales. He is technically proficient in data base, spreadsheet, presentation and scheduling software. Extensive twenty-five year background in business management, fifteen of which has been in the environmental industry to include asbestos and lead abatement, demolition, PCB removal, re- construction, project management, general contracting and hazardous chemical disposal. Over 2,000 projects completed, totaling more than $40 Million dollars in his fifteen years in the environmental industry. Some of the projects he has acquired and managed are: Fort Worth ISD Price Agreement 5 Years $2 Million+ Richardson ISD Price Agreement 10 Years $3 Million+ Dallas Love Field Airport Contracts and Price Agreement 10 Years $3 Million+ City of Dallas Price Agreement 7 Years $5 Million+ UNT Housing Price Agreement 7 Years $3 Million+ City of Fort Worth Price Agreement 3 Years $1 Million+ TEXAS DEPARTMENT OF STATE HEALTH SERVICES CERTIFICATIONS: Asbestos Abatement Supervisor and Contractor Lead-Based Paint Hazard Identification and Abatement for Contractors and Supervisors License for Mold Assessment and Remediation — OCCUPATION HEALTH AND SAFETY CERTIFICATION Hazardous Waste Operations and Emergency Response Training STATE OF LOUISIANA DEPARTMENT OF ENVIRONMENTAL QUALITY Asbestos Contractor/Supervisor 8 Bob McFadin Sales and Marketing Coordinator Licensed Asbestos Abatement Supervisor Experienced Management - Quality Leadership -Training Expertise Mr. McFadin is an accomplished, seasoned professional with proven success in operations management. His thirty-two years of experience in all aspects of the transportation industry combined with his six years of experience in the environmental and demolition industry makes him a strategic addition to the Intercon Environmental, Inc. team. Mr. McFadin possesses a thorough knowledge of current transportation industry regulations and procedures. Principal among Mr. McFadin's duties are to oversee all functions of the day-to-day fleet, asbestos and demolition operations of Intercon Environmental, Inc. He is also our corporate trainer for fleet operations. Mr. McFadin's other duties include the following: ➢ Driver and Safety Training — ➢ Regulatory Documents Preparation ➢ Logistics Management ➢ Fleet Dispatch — ➢ Maintenance and Inspection Record Keeping Certifications and Training TEXAS DEPARTMENT OF STATE HEALTH SERVICES CERTIFICATIONS: Asbestos Abatement Supervisor and Contractor ➢ Hazardous Material Storage and Disposal ➢ Proper use of 3M and North brand half-face respirators ➢ Proper use of Typhoon, Survive Air, MSA and 3M brand PAPR respirators ➢ Compliance with O.S.H.A. Regulations ➢ D.O.T Compliance Training ➢ Accident Investigation and Reconstruction Training ➢ HAZMAT Training ➢ Licensed National Safety Council DDC-PTD Instructor ➢ Class III Licensed Instructor for Driver Training ➢ Class IV Licensed Supervisory Instructor for Driver Training ➢ Completed CFR 1910.120 Training for the Transport and Handling of Hazardous Materials and Confined Space Entry ➢ Transportation Safety Workshops and Safety Seminars; Multiple Office Administrative Courses 12 David Dunham Demolition Project Manager Experienced Management — Quality Leadership —Training Expertise T Mr. Dunham is an accomplished, experienced professional with proven success in demolition management. His twelve years of experience in all aspects of the transportation industry combined with his eight years of experience in the demolition and construction industry makes him a vital addition to the Intercon Environmental, Inc. team. Mr. Dunham possesses a thorough operating knowledge of all heavy equipment with experience _ in heavy hauling. He is current in every aspect of the transportation industry's regulations and procedures and has experience in first responder for accident and spill investigations. Principal among Mr. Dunham's duties are to oversee daily functions of the demolition division of Intercon Environmental, Inc. Mr. Dunham's other duties include the following: ➢ Demolition Project Management ➢ Demolition Personnel Management ➢ Heavy Equipment Operator; Maintenance & Inspection ➢ CDL Certified with all Endorsements Certifications and Training ➢ D.O.T Compliance Training ➢ Disaster Training ➢ HAZMAT Training ➢ Licensed Instructor for Driver Training ➢ Fleet Dispatch Training ➢ Maintenance and Inspection Recordkeeping ➢ Driver and Safety Training ➢ Completed CFR 1910.120 Training for the Transport and Handling of Hazardous Materials and Confined Space Entry ➢ Transportation Safety Workshops and Safety Seminars Experience City of Fort Worth Harley Service Center Emulsions/Tank Removal City of Mansfield Former Library City of Fort Worth SH 121 Demolition Project Running Brook Apartments Tarrant County Demolition Texas Department of Transportation Demolition 11 led i tercon ENVIRONMENTAL, INC. 4 FM 1167 Building 6 Mansfield, Texas 76061 Telephone (617, 477-9995 . Facsimile (617, 477-9996 www.intercon-environmental.com AFTER HOURS CALLING SYSTEM - Intercon Environmental, Inc. utilizes a multi-line Norstar phone system at the Mansfield office that is answered 8:00 am to 5:00 pm Monday through Friday. Calls placed after regular business hours will be automatically transferred to an on-call Supervisor's mobile phone, which is answered 24 hours a day, 7 days a week. Each team member can also be contacted by their mobile phone (see listing below), which is answered 24 hours a day, 7 days a week. Our contact numbers are as follows: Mansfield Office .....................................................................................817-477-9995 Mansfield Office Fax...............................................................................817-477-9996 Jerrold Andrews, Vice President..............................................................817-287-8899 David Dunham, Demolition Project Manager...........................................817-709-6666 Bob McFadin, Demolition Sales Manager ................................................817-903-371 1 BidDocs/After Hours Phone System Initial ' 3.16. PROVIDER'S EXPERIENCE WITH SIMILAR PROJECTS Brief description of projects with similar size, scope, and difficulties. Include work performed with the City of Fort Worth or other government projects. List of references including date of work, project name, project manager, and contact information including phone number. ALL REQUESETD DOCUEMNTATION SHALL FOLLOW THIS PAGE AND BE BOUND WITIN THE PROPOSAL. PLEASE LIMIT RESPONSE TO THREE PAGES. L' Uktercon ENVIRONMENTAL, INC. 2214 FM 1187 Building 6 Mansfield, Texas 76063 Telephone (817) 477-9995 . Facsimile (817) 477-9996 References & Projects ` 1. Project Name / Location: ROW for Southwest Parkway(SH 121) Completion date: On-Going Client / Owner Information: City of Fort Worth Project Cost: $538,109.76 Contact Information: Roger Grantham; (817) 392-8592 to date Scope of work: Asbestos Abatement / Demolition of structures Project Cost: $1,577,1 1 7.25 located within the Vickery Corridor for ROW ' 2. Project Name / Location: Pendry Building, 304 Belknap Street Completion date: 04/07 Client / Owner Information: Tarrant County Project Cost: $9,800.00 Contact Information: Mr.J.D. Lammons, Facilities Management; (817) 884-3691 JDLammons@tarrantcounty.com Scope of work: Demolition of structure without disturbing adjoining structures 3. Project Name / Location: 1 103 East Arkansas Lane - Karate Studio Completion date: 04/07 Client / Owner Information: City of Arlington Project Cost: $24,990.25 _ Contact Information: Mr. Mike Flint, Maintenance Services Administrator; (817) 478-5702 flintm@ci.arlington.tx.us Scope of work: Demolition of structure 4. Project Name / Location: 3608 Old Settlers Road, Flower Mound Completion date: 03,107 Client / Owner Information: Flower Mound Scholastic Ventures, LP Project Cost: $6,228.60 Contact Information: Mr. Vikas Patel; (214) 789-1955 vikasbpatel@yahoo.com Scope of work: Demolition of structure 5. Project Name / Location: 1 122 Alspaugh Street, Grand Prairie-Residence Completion date: 03/07 Client / Owner Information: Mr. Darrel Feller Project Cost: $7,324.20 Contact Information: (972) 977-4350 Scope of work: Demolition of structure 6. Project Name / Location: 807 West Jefferson, Grand Prairie Completion date: 03/07 Client / Owner Information: Prestige Investors Project Cost: $12,817.90 Contact Information: Mr. Art Torres; (972) 263-0514 - Scope of work: Demolition of structure 7. Project Name / Location: TXDOT Water Tower Completion date: 02/07 Client / Owner Information: Texas Department of Transportation Project Cost: $32,326.00 Contact Information: Larry Gilbert(214) 320-6255 Scope of work: Demolition of Water Tower BidDocs/Denn oProjects fVPDemolition Projects JW- tercon age 2 of 2 ENVIRONMENTAL,INC. 8. Project Name / Location: Our Mother of Mercy Completion date: 02/07 Client / Owner Information: Catholic Diocese of Fort Worth Project Cost: $15,376.00 { Contact Information: Gary Fragosso; (817) 560-2452 gfragosso@fwdioc.org Scope of work: Demolition of a structure 9. Project Name / Location: Running Brook Apartments Completion date: 10/06 Client / Owner Information: Guardian Construction Project Cost: $20,450.00 Contact Information: Mica Fredrick; (214) 340-1819 Scope of work: Partial Demolition of Building No. 16; Units 1021, 1022, 1023, 1024, 1025, 1026, 2021, 2022, 2023, 2024, 2025, 2026 10. Project Name / Location: Former Mansfield Library Completion date: 10/06 Client / Owner Information: City of Mansfield Project Cost: $31,617.30 Contact Information: Bob Ervin; (817) 804-5795 Scope of work: Demolition of the former library; formally a bank 11. Project Name / Location: Annual Price Agreement Completion date: On-Going Client / Owner Information: Tarrant County Project Cost: As-Needed Basis Contact information: Jeanne Green; (817) 884-1177 jgreen@tarrantcounty.com Scope of work: Various Demolition projects 12. Project Name / Location: 7565 Hanger Cut-off Road / Fort Worth Completion date: 08/06 Client / Owner Information: Tarrant County Project Cost: $6,800.00 Contact Information: Jeanne Green; (817) 884-11 77 jgreen@tarrantcounty.com Scope of work: Demolition of Residence 13. Project Name / Location: 924 Evans / Fort Worth Completion date: 03/06 Client / Owner Information: City of Fort Worth Project Cost: $17,900.00 y Contact Information: Roger Grantham; (817) 392-8592 roger.grantham@fortworthgov.org Scope of work: Two-Story Residential demolition BidDocs/DemoProjects I � Initial_ 3.16. PROVIDER'S SUB-CONTRACTOR'S 3.16.1. List of Subcontractors: Complete the following information and submit it with the Proposal to permit the City of Fort Worth to more fully evaluate the submittal's quality prior to awarding the contract. Subcontractor's Subcontractor's Subcontractor's Subcontractor's Proposed Tasks Name Address Telephone No. FAX Number on the ProJect One Stuccotexas, Inc. 6731 Bridge Street (817) 695-9090 (817) 801-9885 stucco repair to exterior of dba Stuccotexas Suite 383 existing terminal Fort Worth, Texas 76112 Crossroads, LP 2809 N. Beach Stree (817) 759-1199 (817) 759=1135 Barricades Barricades Fort Worth, TX 76111 IF NECESSARY, PROVIDE MORE SHEETS TO DESCRIBE ADDITIONAL SUBCONTRACTORS. �r Initial t� 3.16.2. Sub-Contractor Qualifications and Experience: Give a brief description of each sub-contractors qualifications and experience in there particular area of use. (Please limit description to 1 page per sub-contractor) 3.16.3. Certificates and Licenses: Provide copies of all professional certificates and licenses required to perform necessary tasks related to contract. Provide copies after appropriate description. ALL REQUESETD DOCUEMNTATION SHALL FOLLOW THIS PAGE AND BE BOUND WITIN THE PROPOSAL s TUCCO TEXA5 DESIGN — INSTALLATION EIFS * Stucco * One Coat * Stone * Lath&Plaster * Specialty Coatings = Proposal No. 070504 May 4,2007 Mr.Keith Flowers _ Intercon Environmental,Inc. 2214 FM 1187—Building 6 Mansfield,Texas 76063 817.507.9406 Mobile 817.842.1710 Fax _ keithna,intercon-environmental.com Dear Mr.Flowers: I am pleased to introduce my company to you as a Certified, established provider of EIFS, Stucco, Stone, and Specialty coating applications. We are a Minority-Owned Business Enterprise,which strives in our service to our Clients. Qualifications: As a Certified Applicator for the Exterior Insulation Finish Systems and Stucco systems manufactured by Sonowall, Finestone, Tee,Omega,Senergy,Magna Wall Stucco,Dryvit,Cultured Stone,and Omega Decostone(concrete overlay and stain systems). I take pride in my work to be sure my crews provide the highest quality in workmanship. I work directly with the technical representatives of these manufacturers to inspect the work on projects to be sure my work meets their highest standards. This entitles the property owner to a limited warranty from the manufacturer. A copy of the ICBO Evaluation Report will be provided —' to you or to the property owner if requested. Company History: During the past 9.5 years,I have supervised commercial and residential construction projects. I hire and train my crews to perform their work in a manner,which meets the strictest standards for quality construction. To insure your project is completed correctly, I will provide you with a Foreman and crew who specialize in Stucco, Stone,and EIFS applications. My foreman has 20+years experience with Stucco,EIFS applications,Stone,and finishing procedures. I will visit your site daily, arrive without notice,and inspect the work performed to be sure it meets my standards for quality. I am available to work with homeowners and architects during the various phases of the application process. I take pride in my work and enjoy informing others about application procedures and techniques. If you wish to observe my current or previous projects,please advise me and I will provide you with these locations. References are available upon request. I appreciate your interest and look forward to working with you. Best regards, Th&WwwSep"2veda. Thomas Sepulveda,President T One Stuccotexas,Inc. dba stuccotexas 6731 Bridge Street • Suite 383 • Fort Worth, Texas 76112 • Phone 817.695.9090 tom@,stuccotexas.com FROM :STLI000TEXAS FAX NO. :6179019665 May. 17 2007 10:07AM Pi AC01Wre CERTIFICATE OF LIABILITY INSURANCE 1 DA/25/a 00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION '�traid�ey Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE I HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR !+ ' _ 1415 Surd t Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, Fort Worth, TX 76102 817-332-8288 INSURERS AFFORDING COVERAGE NAICII INSURED Stucco TomasINSURER A: SCOttSdale..•.I7l9. Co, -- _. INSURER B, 6731 Bridge Street, Ste 383 INSURER C: Fort Worth, TX 76112 INSIMER D: J INSURER E: 1 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR IIaR7— E OF INSURANCE POLICY NUMBER TtVE POLICY EXFIItA yIONTy" LIMITS nF.NERAL.LIABILITY _EACH OCCURRFNCt t 1' 0 X COMMERCIAL GENERAL.LIABILITY PREMISES Ea occurence),_._ S 50, 000 w C W MS MADE L I oOCUn MED OW(Any one(»roon) t 5,.Q 0 Q. A r- CLS1261894 9/15/06 9/15/07 PERSONAI-AADVMLIuRY S 1,000,000 OENERAL AGGREGATE t EN'L AGGREGATE LIMIT APPLIES Mn PRODUCTS-COMP/OP AO(3 Is 2, 000, 000 Fi- POLICY MO LOC _... - AUTOMOBILE LIABILITY (Es COMBINED E uM17 ANY AUTO S ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Pa persarl) HIRED AUTOS BODILY INJURY s NON-OWNED AUTOS (Per aDcroelM) _.. „... •.,., .._... PROPERTY DAMAGE (Per aCGilMnl) t GIAAGE LIABILITY AUTOONLY-EA_ACCIOENT $ ..._I ANY AUTO OTHER THAN !..EA ACC t -- AUTOONLY: AGA t EXCFSR UMELLA LIABILITY EACH OCCURnENCE t OCCUR E-1 CLAIMS MADE AGGREGATE t DEDUCTIBLE F RETENTION H- -- --� WORKERS COMPENSATION AND T EMPLOYERS'LIAIRLI1Y ANY PROPRIETOWPARTNEFVEXECUTNE ff.L EACH ACCIDENT $ OFFICEwr,E#6ER EXCLUDEW E.L.DISEASE-EA EMPLOYE. E Wtriboundar ._._... -____ .... . SPECPROVISIONS below E.L.DISEASE-POLICY LIMIT ; OTFIER bESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLCS I EXCLUSIONS ADDED BY ENOOABEMENT/SPECIAL PROVISIONS For information purposes � I CERTIFICATE HOLDER CANCELLATION Stucco Texas SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEI I,ED DEFOnE THE EXPIHAI IUNI 6731 Bridge St. # 383 DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAILIO DAYS WRITTEN Fort Worth, TX 76112 NOTICE TO THE CERTFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SD SHALL IMPOSE NO OBLIGATION OR LIA91LIfY OF ANY KIND UPON T}IE INSURfiR,ITS A3ENT8 f.]Ft will REPAESENTATIVCS. + AUTHORIZED REPRESENTATIVE j,' ACORD2S(2001/08) 0 XORb CLTFIPOR N 1988 FROM :CrossRoads LP FAX NO. :8177591135 May. 17 2007 11:55AM P3/4 CrossRoads, L.P. NNAIL Barricade&Traftk Safety Se, /r/ 2809 North Beach St., Fort Worth,Texas 76111 Voice: (817)759-1199 Fax: (817)759-1135 Statement of Qualification CrossRoads, L.P. has been in existence since July 19,2001. Crosalkoads, L.P. started it's business with one thing in mind,the customer. The owners of the company have found that philosophy to be very successful in the Traffic Safety S$rvice business, and this is evident by a growing number of satisfied customers, being added daily. The benefit they have over other companies is experience. CroasRoads,L.P.'s owners have been in the'traffic Safety Service industry since the early 1980's. This knowledge and experience is evident in our employees as well. With the push for safer work zones,there is a never ending change of specifications and new, safer products in the marketplace. You can be confident that CrosgRoads,L.P. will know and implement these changes as they are introduced to the industry. Their reputation is one of great service and a speedy delivery at a good price. Give them a chance to cum your Nwinem and they will prove their reputation. We appreciate the apportaalo to provide year barricade needy! FROM :CrossRoads LP FAX NO. :8177591135 May. 17 2007 11:55AM P4/4 Fro . I EAVES IWJRW I1.1 :906 296 5922 V17/2007 09:56 #117 P.001 US AUW nk � 7a �tr # Milil>�19t WA RM lkaal Remit l a w ., M, 4 w1*8Pi4Ali oP ROMi alltzo t�O® 000 5000 gi�g `09/31/07 ' I �; I • 1 ' air s I t± IL OII�sAM wewp*5 Wo I - 02000000 Boa I ' 3111, 0-1/10/oi 07AP/0 �Qatnulusar =aooaoo j a1W 4 • t _, mi"VAW-Arm *. 0 I p� I � i tom►+ i i LIILSSdCY �i � I Y.lAN 9 'i I 1 I ' I LW 11QS�RY WO # ` t Otp dA"wme 6709 08/k/o0 �00/its/07 V2,000,000 A ��' �� A���{0?7A�: 00/ox/o• � 00/0�/07 RwTammon 4Ldw t],0o®QOA i Op r r a wVIM PW! bm= ' mwWmOaprkAIIIwIIIiIIi Zram mmo 7w BPIIRAW11d I I ' d1N1a 1Sl9 L+�E.le S 49LL R4D DAYS wourrof •, �'� � aO�loe�odlel �eQ,s���TMe�� ' ta�aebelala ras�rsie+dRoa oa u�Qu.�r or Anv ete�uaoa�Irs rtrl�+s ow jl �8 M1 i Initial 3.17. CONTRACTOR'S LEGAL AND COMPLIANCE HISTORY Contractor's legal and compliance history is a critical component of this Request For _ Proposals. Read this section with care and respond accordingly. Failure of the Contractor to provide all the information requested and to certify the report, will result in the Contractor's submittal being declared non-responsive. Contractor shall attach a written report of legal action brought against Contractor, Contractor's officers, Contractor's employees, AND Contractor's proposed subcontractors relating to the protection of the environment. The terms "legal action" and "relating to the protection of the environment' are defined below. The report shall include all legal action brought within five (5)years of the closing date of this Request for Proposals. The report shall detail the substance, status, and outcome of such legal action. This includes without limitation the names of the agency and/or persons bringing the action, all relevant dates, and all fines,judgments, and/or settlements. Include the following information for each case at a minimum: Style of Cass,.(,X us.Y) Settllerr entinformation.( `appropriate) e Cause Number +�. I+Irries.l: ddresses of':al parties named Court Counsoltist and phone numbers • Date of Disposition Judgment and Order of Judgment "LEGAL ACTION" means: ANY enforcement action by the United States Environmental Protection Agency, the Occupational Safety and Health Administration, any other federal agency, the Texas Commission on Environmental Quality (including its predecessor agency the Texas Natural Resource Conservation Commission), the Texas Department of State Health Services (including its predecessor agency the Texas Department of Health), and any other state agency, commission or department, whether in Texas or elsewhere, when such enforcement action is a result of violations, real or alleged, of any laws, licenses, permits, judicial orders, or administrative orders, relating to the protection of the environment. In this context, enforcement action shall include without limitation, written warnings, notices of violation, consent orders or agreements, compliance orders, administrative hearings, civil litigation and criminal prosecution. Legal action also means any civil litigation brought by any person relating to the protection of the environment. "RELATING TO THE PROTECTION OF THE ENVIRONMENT" means: requirements pertaining to the manufacture, processing, distribution, use, handling, storage, transportation, reporting, records keeping, permitting, licensing, treatment, disposal, emission, discharge, spill, release, or threatened release of hazardous materials, hazardous substances, hazardous wastes, toxic substances, petroleum, industrial waste, solid waste, pollutants or contaminants into or onto the air, surface water, - drinking water, groundwater, storm water, publicly owned treatment works, or land. THE REPORT SHALL BE SIGNED AND CERTIFIED by an authorized representative of the Contractor, using the form on the following page. The top portion of the form is to be completed if a report of legal action is attached. The bottom portion of the form is to be Initial XW completed if Contractor has no legal action to report. Make certain that the appropriate portion of the form is filled out and signed. AN AUTHORIZED REPRESENTATIVE OF THE CONTRACTOR shall mean: (1) if the Contractor is a corporation: the president, secretary, or treasurer, or a vice president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision-making T functions for the corporation; (2) if the Contractor is a partnership, a general partner; and (3) If the Contractor is a sole proprietorship, the sole proprietor. INCLUDE A COPY OF THE REPORT OF LEGAL ACTION FOLLOWING THE CERTIFICATION PAGE AND BOUND WITHIN THE PROPOSAL Initial Certification of Contractor's Legal and Compliance History Complete ONE of the Following Certifications: Certification of Legal Action Report I certify under penalty of law that the attached Legal Action Report detailing Contractor's, Contractor's officers, Contractor's employees, and Contractor's proposed subcontractors legal and compliance history relating to the protection of the environment was prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. CONTRACTOR: (Company Name) BY: (signature) (print or type name of signatory) (title) (date) Certification of NO Legal Action certify under penalty of law that the legal and compliance history of Contractor, Contractor's officers, Contractor's employees, and Contractor's proposed subcontractors was researched under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, I hereby certify that no legal action relating to the protection of the environment was brought against Contractor, Contractor's officers, Contractor's employees, or Contractor's T proposed subcontractors within the preceding five years. To the best of my knowledge and belief, this statement is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. CONTRACTOR: Intercon Environmental, Inc. (Company Name) BY:-1 )�Jkh Karen Andrews (sia_ ature) (print or type name of signatory) President 5/16/07 (title) (date) Initial _ 3.18. CONTRACTOR'S LICENSES&CERTIFICATES Contractor shall procure all permits and licenses, pay all charges, costs, and fees, and give all notices necessary and incident to the due and lawful prosecution of the work, except for _ TDSHS notification and fees as specified in Section 2.4.7 of this Request for proposal. The undersigned acknowledges the requirements of this section, and intends to comply with same in the execution of this project. CONTRACTOR: Intercon Environmental, Inc. BY: Karen Andrews Company Name pint or typ=signatory) 2214 FM 1187, Bldct 6 �tt Address I ( ignature) Mansfield, Texas 76063 President City, State,Zip Tide(print or type) FORT WORTH The City of Fort Worth Department of Development 1000 Throckmorton St Fort Worth,TX 76102-6311 817-392-2222 Fax 817-392-8116 11-10-2006 INTERCON ENVIROMENTAL INC MCFADIN JR BOBBIE PAUL 2214 FM 1187 BLDG 6 MANSFIELD TX 76063 BUILDING BUSINESS REGISTRATION NUMBER: RB004908 Dear Registered Official; The Department of Development has processed your business registration for purchasing and requesting inspections for BUILDING DEMOLITION permits. It is effective until December 31, 2007. Please use the Registration Number above when requesting inspections or transacting business with our department. This number will not be given out over the phone. Movers/Wreckers Note: - Permits and inspections will not be issued when the insurance certificate on file in our office expires. Please notify your insurance agent to forward a certificate immediately when it is renewed. Thank-you, Hilton Robinson Kathey McKelvey Chief Building Inspector Chief Residential Inspector City of Fort Worth City of Fort Worth 817-392-7834 817-392-8793 Department of Development THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET FORT WORTH, TExAS 76102 (817)392-2222 * FAx (817)392-8116 WWW.FortworthGOV.org * Devcustomerservice@FortworthGov.org INVOICE / RECEIPT PERMIT NUMBER: RB004908 PERMIT TYPE: BUILDING REGISTRATION CLERK: VALDEZJ TRANS DATE: 11/10/2006 10:31 AM PINT DATE: 11-10-2006 APPLICANT: MCFADIN JR BOBBIE PAUL 2214 FM 1187 BLDG 6 MANSFIELD TX 76063 _ CURRENT AMOUNT TO PAY: 120.00 Item# Description Account Code Tot Fee Paid Prv. Pmts Cur. Pmts - --------------- ------------ --------- --------- --------- --------- 41 MOVING/WRECKING GG01-461184- 360.00 360.00 240.00 120.00 Copy C Initial _ 3.19.ADDITIONAL DOCUMENTS UPON AWARD OF CONTRACT r If we are a successful Contractor to this proposal, we agree to submit the following documentation, as applicable for our portion of the contract, to the City of Fort Worth upon award of the contract: — Health and Safety Plan — Lock-Out/Tag-Out Plan Procedures — Hazard Communication Program CONTRACTOR: Intercon Environmental, Inc. BY: Karen Andrews Company Name (print or type name of signatory) 1 2214 FM 1187, Bldg 6 Address (Signature) Mansfield, Texas 76063 President City, State,Zip Title(print or type) PLEASE DO NOT ATTACH COPIES OF THESE DOCUMENTS TO YOUR PROPOSAL ATTACHMENT B -- PROJECT SCOPE OF WORK / TECHNICAL SPECIFICATIONS Contract for Demolition Mesa Terminal CRL 08.28.070 SCOPE OF WORK / TECHNICAL SPECIFICATIONS 1.1. GENERAL SPECIFICATIONS AND PROJECT SCOPE 1.1.1. The selected contractor shall furnish all equipment, labor, materials, superintendence, as well as any other items or services necessary to perform the demolition and removal of the former Mesa Airlines terminal at the Meacham International Airport, 4201 N Main St, Fort Worth, Texas. The contractor shall perform the following activities as a part of the scope of services required for the performance of this project. 1.1.2. The structure to be demolished has been surveyed to determine the presence of asbestos containing materials. No asbestos containing materials are present in the structure to be demolished. The asbestos survey of the structure is included as appendix B. 1.2. PROJECT COORDINATION 1.2.1. Contractor will be responsible for coordinating with the Environmental Management Department within three days after receipt of notice to proceed the start date of demolition to allow for notification to the Texas Department of State Health Services (TDSHS). The notification and associated fees will be provided as detailed in section 2.6. 1.2.2. Prior to commencement of any work under this contract, contractor must obtain from the Environmental Management Department a written notice to proceed. Upon receipt of a notice to proceed and prior to demolition, contractor must obtain a wrecking permit to demolish the subject structure from the Department of Development,telephone (817) 392-2222. Prior to the performance of construction activities after the terminal building has been demolished, contractor must obtain the necessary construction permits from the Department of Development. 1.2.3. Contractor agrees to protect and leave in good condition all paved areas. If before any demolition work is commenced or heavy equipment is moved to the work site,the sidewalks or curbs are crushed, broken, or in general disrepair, the contractor agrees to take photographic evidence of the condition prior to moving any heavy equipment to the work site. The work site will be reviewed upon completion of demolition activities to ensure the work area was protected during demolition. Contractor will be held responsible for any damage to adjacent buildings and/or roadways/sidewalks/alleys and must - make any and all necessary repairs. 1.2.4. All utilities servicing the structure to be demolished will be disconnected _ by the City of Fort Worth prior to contractors mobilization to the site. 1.2.5. Contractor will disconnect all associated air conditioning units and the _ contractor will relocate these units to an onsite storage area prior to demolition activities. Contract for Demolition Mesa Terminal CRL 08.28.070 1.2.6. Due to FAA requirements, no equipment may be used on site that will extend to a height exceeding fifty (50)feet above ground surface. 1.3. SITE SECURITY 1.3.1. The structure to be demolished is located within the secured area of Meacham International Airport. To ensure the security and safety of the construction area the contractor will provide A-frame, orange and white - reflective panel barricades (or approved equivalent) surrounding the work site. Amber flashing lights will be affixed to the barricades a minimum of one light every 25 linear feet surrounding the work site the duration of the .. project. 1.3.2. Prior to contractor mobilization, the contractor's superintendent will be issued a key code to access the secured area of the airport and will attend a security briefing with Meacham International Airport operations staff. The superintendent will be solely responsible for granting access to all vehicles and personnel contracted by and employed by the contractor and will ensure that entrants do not interfere with airport operations during the project. 1.4. DEMOLITION 1.4.1. No later than forty-eight(48) hours before starting demolition,the Contractor will notify Fort Worth Code Compliance of the property address upon which Contractor is demolishing. 1.4.2. Demolition activities will include the demolition and removal of the approximately 5,800 square foot terminal building and the approximately 75 foot long covered baggage conveyor connected to the main terminal building. -• 1.4.3. All demolition debris and fill materials will be hauled off site and disposed at a state licensed disposal site or to a properly permitted landfill site at contractor's expense. 1.4.4. Contractor will insure that each vehicle contracted for waste hauling possess a valid City of Fort Worth Waste Hauler Permit as issued by the Environmental Management Department-Solid Waste Division, telephone: (817) 392-5150. 1.4.5. Demolition activities will be performed in accordance with Federal, State and local visible emission requirements (i.e. no visible emissions will leave the demolition area)Water will be made available in the vicinity of the construction area. 1.4.6. The work area will be maintained in a manner that will control all demolition debris from becoming windblown and/or migrating from the work area during and after working hours. 1.4.7. The terminal building was constructed atop the surrounding eleven (11) inch Contract for Demolition Mesa Terminal CRL 08.28.070 thick concrete apron. The terminal building will be removed leaving the apron in tact. As-built drawings show#6 dowels drilled and grouted 8 inches into the existing apron from the buildings foundation structure (see appendix A). The foundation structure will be removed in a manner to minimize the disturbance of the existing concrete apron. 1.4.8. The dowels may remain in the existing apron. Contractor will ground/cut remaining dowels a minimum of one half inch below grade and sealed over with an epoxy grout to level and seal the disturbed area. 1.4.9. The exterior of the main terminal building that will be exposed as a result of the demolition of the former Mesa Airlines terminal building will be restored and finished out in a manner consistent with the construction of the main terminal building. The exterior will be covered with a stucco finish and painted similar to the surrounding stucco finish. Windows and canopies will not be _ required. The interior will be restored with drywall and finish surface texture and paint similar to that of the surrounding area. 1.4.10. Upon completion of the work,the Contractor will coordinate and obtain a final inspection on the wrecking permit and construction permits from the Building Inspection Division in the Development Department. 1.5.COMPLIANCE WITH LAWS: All work must be conducted in compliance with the most recent revisions of applicable federal, state, and local laws, and the - regulations established by the EPA, TDSHS, OSHA, TCEQ, DOT, TXDOT, the Texas Railroad Commission, the City of Fort Worth as well as any other entity that may have jurisdiction over work being performed. 1.6. CITY'S TASKS: The City of Fort Worth will provide the following for this project: 1.6.1. TDSHS notification preparation and revision; and 1.6.2. Payment of TDSHS notification fees. CLAIMS FOR ADDITIONAL COMPENSATION DUE TO VARIATIONS BETWEEN CONDITIONS ACTUALLY ENCOUNTERED IN THE PROJECT AND AS INDICATED IN THE CONTRACT DOCUMENTS WILL NOT BE ALLOWED. THE ONLY EXCEPTION IS IF THE CONTRACTOR CAN CLEARLY SHOW WHY THE VARIATION WAS NOT IDENTIFIABLE PRIOR TO EXECUTING THE CONTRACT. _ Contract for Demolition Mesa Terminal CRL 08.28.070 ATTACHMENT C .. PROJECT SCHEDULE OF ACTIVITIES Contract for Demolition Mesa Terminal CRL 08.28.07v3 ppy; I� City of Fort Worth-Demo of Old Mesa Airlines Tenninal.mpp ID ! j Task Name Duration Start Finish Ma 20'07 i Ma 27'07 Jun 3 '07 Jun 10 '07 9 Jun 17'07 I Jun 24 '07 $ ! F S I S i M T W T F S I S I M T W T F S S M T W T F S S ! M T W T F I 1 :File Notification with State 12 days Fri 5/18/07 Mon 6/4/07; -. - -.------C--of-Fort Worth-Environmental Mana ement De t, _ -'• S S M T 'N T F S S M T W SO OQ ------ ...... ----- — ---- ----------- [ Opp 2 Obtain Permits 2 days j Mon 521l07; Tue 5/22/07 I ;Intercon Environmental,lnc. -- - ------ ------- - --- i $400.00.: - .. 3 :Verify Utility Disconnects 4 days, Mon 521/07 Thu 5124/07 I •, DI Tess - � i p $50.00 Y 4 i Notify Cityof Fort Worth Code Compliance 1 day Mon 6/4/07 Mon 6/4/07 I -.Intercon Environmental,]to. LI $50.00 5 I 'Install Barricades 1 day' Tue 6/5/07; Tue 6/5107 Cowtown Traffic ontal,inc. $800.0111• r� 6 :Mobilize to Site 1 day' Wed 6A6/07' Wed 6/6/07 Intercon 9pvIronmentahinc. $�1,000.00 Y 7 : Relocate A/C Units 1 day! Wed 616/07: Wed 6/6/07! Intercon E{nnvvIronimental,lnc. II i j1��00 00 rr f 8 Disconnect Structure from Main Terminal Bldg. 2 days Wed 6/6/07 Thu 6!1/07` Intercon Envir n�al,lnc I - - ------ --- - r - ' - - $2,000.00--- _ 9 'Demo Conveyor 1.5 days; Wed 616107 Thu 617107 Intercon Envlronmental,lnc. 10 Haul Off Conveyor Components 1 day: Thu 617/07 I Fri 6/8/07 t Y P Y, Intercon --ironmertal Inc_ i S - 50000 11 Demo Mesa Terminal to Slab 2 days' Fri 6!8l07 Mon 6l11107 Intercon Envlronmental,lnc. $4 700 00- 12 Haul Off Demo Debris 3 days Fri 6/8/07. Tue 6/12/07 Intercon Environmental,lnc. ' $1 500 00 .• - 13 Demo Foundation 2 days Mon 6l11/07 Tue 6/12/07; Intercom Enviro—nmental,lnc- $2,500.00• 14 Haul Off Concrete Debris 3 days Mon 6/11107 Wed 6/13/07 Intercon Environmemal,lnc. $2,000.00 15 Haul Off Fill From Under Terminal 4 days Mon 6/11/07 Thu 6/14/07' Intercon Eim;17 memal,Inc. $4,003.00 16 Cut Off Rebar/Bolt Protrusions 2 days Thu 6/14/07°; Fri 6l15/07 - - - Intercon Environmental,inc_ — ---- -- — - $1 ,000.00 17 � ;Epoxy Fill Holes in Concrete Apron 2 days, Mon 6/18l07T Tue 6/19l07 , , ._. - •. r "Inter Envlronmental,lnc. $1,000.00 18 I a�. Rebuild Opening from Baggage Conveyor 2 days! Mon 6/18/07: Tue 6/19f07 j Intercon Envlronmental,lnc. III i { .. •.-. j1,000.00 19 '-x� !Rebuild Exterior of Main Terminal 4 days j Mon 6/18/07, Thu 621107 StuccoTexas 20 Paint Exterior of Main Terminal 2 days. Fri 622/07 Mon 625107' StuccoTexas _ '.j1,00000 21 Punch List Walk 1 dayTue Tue66/07 Intercon ronmental, $100.00 22 i Correct Punch List Items 1 day Wed 627/07' Wed 627/07' Intercon Environ -- - $0.00 Intercon Envlronmertal,lno. +�. 23 � Final Punch Walk 1 day Fn 6/22107 Fri 6/22/07! - . $100.00: 24 ,Remove Barticades -� 1 day Mon 625107. Man 625/07 j - Cowtawn Tragic Contol,lnc.- _ $200.00 25 Demobilize from Site 1 day Mon 625/07 Mon 625/07 I Intercon Eml�ronmertal,lna I j1,000.00 Project:City of Fort Worth-Demo of O Task �:'-:'-"E-':`c`E=::�; Split Progress Milestone Summary ® Project Summary External Tasks - External Milestone Deadline 0 P 9 ry �— 7 Date:Wed 5/16/07 Page 1