Loading...
HomeMy WebLinkAboutContract 39251CITY SECRETARY( CONTRACT NO. r - CO-NA&.'1'RAC'1' Between CITY OF FORT WORTH and Bradley Garrett, dba Garrett Excavation and Demolition For Abatement, Removal, Transportation, and Disposal of Asbestos Containing Material and the Demolition of Three Building and Ancillary Structures at 816 Irma Street,1250 Evans Avenue, and 1264 Evans Avenue Fort Worth, Texas Environmental Management Department September 2009 .1 .1 OFFICIAL RECORD `'CITY SECRETARY FT. WORTH, TX STATE OF TEXAS § COUNTY OF TARRANT § KNOWN ALL BY THESE PRESENTS CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION OF STRUCTURES AT 816 IRMA STREET, 1250 EVANS AVENUE, AND 1264 EVANS AVENUE. DEM 09-10 FS #5 This Contract is entered into by and between the City of Fort Worth, Texas, a home -rule municipality located within Tarrant, Denton, Parker, and Wise Counties, Texas, ("City"), acting through Fernando Costa, its duly authorized assistant city manager, and Bradley Garrett, dba Garrett Excavation and Demolition ("Contractor"). WHEREAS, the City desires to conduct a project for the abatement, removal, transportation, and disposal of asbestos containing material and the demolition three (3) buildings and ancillary structures located at 816 Irma Street, 1250 Evans Avenue, and 1264 Evans Avenue, Fort Worth, Texas; and WHEREAS, the City desires to hire a professional firm knowledgeable and experienced in conducting such demolition and asbestos abatement, removal, transportation and disposal; and WHEREAS, the Contractor has represented that it is knowledgeable and experienced in conducting such a demolition and an asbestos abatement, removal, transportation and disposal project. WITNESSETH: NOW, THEREFORE, in consideration of the mutual promises and benefits of this Contract, the City and the Contractor agree as follows: 1. DEFINITIONS In this contract, the following words and phrases shall be defined as follows; Asbestos shall mean the asbestiform varieties of chrysotile, amosite, crocidolite, tremolite, anthophyllite, and actinolite and all materials containing one percent or more of any of those substances. Asbestos -Containing Material ACM) shall mean materials or products that contain more u than one percent (1.0%) of any kind or combination of asbestos, as determined by Environmental Protection Agency (EPA) recommended methods as listed in Section 40 of the Code of Federal Regulations, (CFR) Part 763, Subpart F and 40 CFR 763 Subpart E, Appendix A. This means any one material component of a structure. Asbestos Removal shall mean any action that dislodges, strips, or otherwise takes away asbestos containing material (ACM). Citv's Representative means the Director of Environmental Management, or the Director's designee. Contract Documents shall mean this document, the Invitation to Bid, all attached exhibits, City -issued pre -bid amendments, and the Contractor's Response to the Invitation to Bid along with all associated documents, which shall be incorporated and made a part of this Contract. Contractor shall mean Bradley Garrett, dba Garrett Excavation and Demolition. Director shall mean the Director of the City of Fort Worth's Environmental Management Department. NESHAP shall mean the United States Environmental Protection Agency National Emissions Standards for Hazardous Air Pollutants, as described in Title 40 CFR Part 61. Notice to Proceed means the letter issued by the City that authorizes Contractor to begin work. It also authorizes future invoices to be paid. Reaulated Asbestos -Containing Material (RACM) shall mean (a) friable asbestos material, (b) Category I non -friable ACM that has become friable, (c) Category I non - friable ACM that will be or has been subjected to sanding, grinding, cutting, or abrading, or (d) Category II non -friable ACM that has a high probability of becoming or has become crumbled, pulverized, or reduced to powder by forces expected to act on the material in the course of demolition or renovation operations. RFP shall mean the City's Request for Proposals for Project DEM 09-10 FS #5, Asbestos Abatement and Demolition of Structures for New Fire Station #5, Fort Worth, Texas. 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 project is sufficiently completed in accordance with the Contract Documents, as modified by any change orders agreed to a CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION —Garrett Excavation and Demolition DEM 09-10 FS #5 Page 2 re 11 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 The scope of work shall include the abatement, removal, transportation, and disposal of the following asbestos containing or asbestos contaminated material ("ACM") of three buildings located at 816 Irma Street, 1250 Evans Avenue, and 1264 Evans Avenue, Fort Worth, Texas, Fort Worth, Texas. A. The scope of work includes demolition of the identified buildings and structures after the removal of the following asbestos -containing or asbestos -contaminated materials utilizing wet methods within full, negative pressure containment equipped with HEPA filtration. All removed materials are to be disposed of as asbestos -containing material. All debris generated from removal is to be disposed of as asbestos -containing waste. A total of 3 buildings will be demolished. ACM will be removed from these structures prior to demolition. Work performed will be as follows: Location ACM for Abatement Square Feet for Demolition 816 Irma Popcorn Ceiling and wall texture - porch -160 SF entry 1250 Evans Texture on walls and ceiling - throughout -900 SF (-510 SF) 12"x 12" floor tile - (-675 SF) Roof Decking - (-980 SF) 1264 Evans Red floor tile / black mastic - kitchen and -1,180 SF hall (-300 SF) Black floor tile mastic associated with tan floor the - beneath carpet in SE bedroom (-200 SF) Window caulk - (100 SF) CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION - Garrett Excavation and Demolition DEM 09-10 FS #5 Page 3 The quantities identified in this contract are estimated by the building owner and/or his designee. The Contractor has had the opportunity, prior to submitting a bid, to examine the buildings and the Contractor is responsible for having verified all quantities. Claims for additional compensation due to variations between conditions actually encountered in the project and as indicated in this contract will not be allowed. Any exception to this provision will only be made at the sole discretion of the City and if the Contractor can clearly show why the variation was not identifiable prior to submitting the bid. In addition, the retaining wall between the building at 1264 Evans Avenue and the sidewalk along Evans Avenue shall be removed and the lot graded at an acceptable slope towards the western portion of the lot. B. Contractor shall furnish all tools, labor, equipment, and permits necessary to fully complete the demolition of the structures identified in the bid documents. C. Prior to commencement of any work under this Contract, 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 City. E. Contractor shall protect the work site as necessary with barriers, lights, safeguards or warnings. F. Contractor shall perform, in a good and professional manner, the services contained in this Contract. G. Project Coordination: (i) Contractor will be responsible for coordinating with the Environmental Management Department, within twelve (12) days after receipt of notice to proceed, the start date of demolition to allow for notification to the Texas Department of State Health Services (DSHS). The City of Fort Worth will prepare and submit the DSHS notification and pay all DSHS notification fees. (ii) Upon receipt of a notice to proceed and prior to demolition, contractor must obtain a wrecking permit to demolish the subject structure from the Development Department, telephone (817) 392-2222. CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION -Garrett Excavation and Demolition DEM 09-10 FS #5 Page 4 Wn (iii) In obtaining the wrecking permit, the contractor will be required to abide by City of Fort Worth ordinance number 17228, also known as the "Tree Preservation Ordinance." Under the preservation ordinance, no tree 6" diameter or greater will be removed and all trees within 50 feet of a structure will be protected as per Tree Ordinance #17228. Removing trees that interferes with construction is permissible while still retaining 25% of existing canopy. It is the City's intent to leave all trees in place and only remove trees that are dead or will jeopardize the health and safety of the workers performing demolition activities. • H. Site Preparation: (i) Prior to any abatement or demolition activities, the contractor will remove all universal waste items including light bulbs, mercury - containing devices, paints, pesticides, etc. These items will be properly packaged and disposed by the contractor. The contractor will provide documentation (waste manifest, bill of lading, etc.) that the waste was properly disposed. (ii) Contractor will disconnect all associated air conditioning units and properly evacuate any remaining refrigerant contained within the units prior to being disconnected. (iii) Utilities have been terminated to the sites. Prior to demolition, the contractor will be responsible for verifying that all utilities (i.e. natural gas, telephone, water, etc.) have been disconnected. Contractor will cut and cap all site utilities at point of connection to the site. I. Site Work: i. All structures will be abated of all ACM and will be demolished removing all slabs/foundations, utility infrastructure and grading of the parcel to properly manage storm water. ii. Prior to the start of abatement and demolition of any structure, each structure shall be inspected to ensure the safety of the crew. iii. Demolition activities will include the demolition of all site structures, and slabs/foundations. Streets, drives, and curbs will remain in y place. All demolition debris will be removed from the site and recycled or disposed in a landfill accepting such waste. All foundations will be removed down to a minimum of 2 feet below CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION -Garrett Excavation and Demolition DEM 09-10 FS #5 Page 5 M we grade. If foundations/piers extend beyond 2 feet below grade, they may be severed at that point and left in place. iv. Contractor shall clean and remove all remaining furniture, household furnishings, building materials, tires, debris, trash, rubbish and any other solid waste from the premises. These materials shall be recycled, reclaimed or disposed at a facility or landfill that is approved to accept such waste. v. 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 is available in the vicinity of the construction area. vi. 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. vii. Upon completion of the demolition work, the Contractor will obtain a final inspection on the wrecking permit from the Building Inspection Division in the Development Department. (call 2222 to verify) viii. Upon completion of the entire project, contractor shall sweep dirt and debris from the haul routes used to ensure any sediment tracked from the site is collected. 3. SCOPE OF CITY SERVICES A. City shall coordinate with facilities, City departments, and any tenants for access to the site. B. City shall prepare and revise all notifications necessary to the Texas Department of State Health Services Health (TDSHS) for the work provided herein. C City shall make payment of all applicable TDSHS fees. D. City shall give timely direction to the Contractor. E. City shall render decisions regarding modifications to the Contract and any other issue. 4. we CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION — Garrett Excavation and Demolition DEM 09-10 FS #5 Page 6 TIME TO START AND TO COMPLETE THE PROJECT Contractor shall begin work upon receipt of the Notice to Proceed issued to Contractor by City and Contractor shall complete all phases of the work within 120 days of receipt of the notice to proceed. 5. COMPENSATION A. In consideration for the work performed by Contractor under this Contract, City shall pay Contractor a sum not to exceed four thousand, six hundred, ninety- six dollars ($4,696.00) for the asbestos abatement and removal portion of the contract work and a sum not to exceed eleven thousand, five hundred, fifteen dollars ($11,515.00) for the demolition portion of the contract work, and a total contract price of sixteen thousand, two hundred, eleven dollars ($16,211.00). B. The cost for the performance of such work shall be in accordance with Section 2.4 of the Contractor's Response. 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. C. 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. D. The City agrees to pay Contractor within thirty (30) days after receipt of correct invoices, except as provided in Section 7 "Indemnification," subsection H. E. Contractor acknowledges that payment will not be rendered by City unless Contractor completes the removal of asbestos as described within the Scope of Work and the work is accepted by the Director. F. 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 amount, 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. CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION — Garrett Excavation and Demolition DEM 09-10 FS #5 Page 7 • G. 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. H. In the event that actual expenditures may result in a total cost in excess of the Not -to -Exceed Amount, Contractor must submit a request for 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 this coverage. The City may elect to have the Contractor submit its entire policy for inspection. A. Commercial General Liability Insurance - $1,000,000 each occurrence; $2,000,000 aggregate. B. Automobile Liability Insurance — Coverage on vehicles involved in the work performed under this Contract: a) $1,000,000 per accident on a combined single limit basis or: $500,000 Bodily injury/person $500,000 Bodily injury/accident $250,000 Property damage b) Uninsured/Underinsured Motorist: $20,000 Bodily Injury each person, $40,000 Bodily Injury each accident; $15,000 Property Damage each accident. The named insured and employees of Provider 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. CrWorker's Compensation — Statutory limits for Worker's Compensation plus Employer's liability at a minimum. $100,000 each accident; CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION - Garrett Excavation and Demolition DEM 09-10 FS #5 Page 8 $500,000 disease - policy limit; and $100,000 disease - each employee. D. Environmental Impairment Liability (EIL) and/or Pollution Liability - $2,000,000 per occurrence. EIL coverage(s) must be included in policies listed in items A and B 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). E. Asbestos Abatement Insurance - $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." The additional insured requirement does not apply to Workers' Compensation policies. 2. Subcontractors shall be covered under the Provider's insurance policies or they shall provide their own insurance coverage; and, in the latter case, documentation of coverage shall be submitted to the Provider prior to the commencement of work and the Provider shall deliver such to the City. 3. Prior to commencing work under this Contract, the Provider shall deliver to • the City of Fort Worth insurance certificate(s) documenting the insurance required and terms and clauses required. 4. 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 Provider or insurance company. 5 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 CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION —Garrett Excavation and Demolition DEM 09-10 FS #5 Page 9 INJ Management. If the rating is below that required, written approval of Risk Management is required. 6. 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. 7. Waiver of rights of recovery (subrogation) in favor of the City of Fort Worth. 8. 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 Provider. 9. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 10. 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. 11. 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 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 days from the date of notice to comply with the additional requirements. Im CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION — Garrett Excavation and Demolition DEM 09-10 FS #5 Page 10 i 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, W9 CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION - Garrett Excavation and Demolition DEM 09-10 FS #5 Page 11 approvals, plans, authorizations, concessions, franchises, and similar items, of all governmental agencies, departments, commissions, boards, 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 CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION -Garrett Excavation and Demolition DEM 09-10 FS #5 Page 12 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, 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 Contract 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 CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION — Garrett Excavation and Demolition DEM 09-10 FS #3 Page 13 .• .w date of the acceptance of the work performed unless the Contractor submits evidence in writing, satisfactory to the City Manager, that: (i) The claim has been settled and a release has been obtained from the claimant involved; or (ii) 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. PREVIALING WAGE RATES The 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 and the Davis —Bacon Act, whichever is higher for building and construction trades, and shall comply with the prevailing wage requirements as specified in the RFP for the project. 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 am CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION —Garrett Excavation and Demolition DEM 09-10 FS #5 Page 14 F. 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. 9. 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 and demolishing structures, and all other work associated with the performance of this contract. 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. 10. 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. 11. 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. CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION - Garrett Excavation and Demolition DEM 09-10 FS #5 Page 15 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. 12. DEFAULT A. Contractor shall not be deemed to be in default because of any failure to perform under this Contract, 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 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) .. CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION -Garrett Excavation and Demolition DEM 09-10 FS #5 Page 16 -. I so 0. 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. 13. 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. 14. 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 the manner and means of providing the work described in this Contract, except as CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION —Garrett Excavation and Demolition DEM 09-10 FS N5 Page 17 outlined in this Contract or as otherwise required by federal, state, county or city law, regulation or rule. 15. 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. 16. 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. 17. LIQUIDATED DAMAGES If Contractor fails to commence and complete work under this Contract within the stipulated time, there shall be deducted from any moneys due or owing Contractor, or which may become due, the sum of $ 1,000.00 per day for each day after the date the project was to be completed, until the project is substantially completed. Such sum shall be treated as liquidated damages and not as a penalty, and City may withhold from Contractor's compensation such sums as liquidated damages. The amount of damage to City for delay in completion of the work is difficult to ascertain and the CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION -Garrett Excavation and Demolition DEM 09-10 FS #5 Page 18 •t amount of the liquidated damages per day as stated above is reasonably anticipated pecuniary damages for such delay, and is not a penalty. 18. 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. 19. 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. Notwithstanding the above, Contractor has identified its subcontractors in its bid package, and such identified subcontracts shall not be deemed to violate the prohibition of assignment. If, however, Contractor chooses to substitute another subcontractor, Contractor shall notify the City and such substitution shall require the approval of the City. 20. 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: am CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION —Garrett Excavation and Demolition DEM 09-10 FS #5 Page 19 a 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: Name: Bradley Garrett Address: Garrett Excavation and Demolition 312 Faith Ct. Burleson, TX 76028 Telephone: (817) 426-0082 FAX: (817) 426-2307 21. 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. 22. 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. 23. ENTIRETY This Contract, the Contract documents, the Invitation to Bid, and any other ancillary documents submitted as part of the bid package contain all the terms and conditions agreed to by the City and Contractor. No other Contracts, oral or otherwise, regarding CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION — Garrett Excavation and Demolition DEM 09-10 FS #5 Page 20 ,A .11 the subject matter of this Contract or any part thereof shall have any validity or bind any of the parties hereto. In the event of any actual conflict of the terms or obligations of the parties between this contract and other contract documents, the terms of this contract shall take precedence. 24. MODIFICATION No modification of the Contract shall be binding on Contractor or City unless set out in writing and signed by both parties. CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION - Garrett Excavation and Demolition DEM 09-10 FS #5 Page 21 .. SIGNATURE PAGE FOR 816 IRMA STREET, 1250 EVANS AVENUE, AND 1264 EVANS AVENUE ASBESTOS ABATEMENT AND DEMOLITION CONTRACT This Contract has been executed by the parties in triplicate in Tarrant County, Texas on this date, lcx-��> \'0 2009. City of Fort Worth Garrett Excavation and Demolition I�? "A�4- C-1, nx Fernando Costa, A4st. City Manager BY: Bradley Garrett, President APPROVED AS TO FORM Arthur N. Bashor, Asst. City Attorney ESS: 9440� ('rA)uP, -10-W- ATTEST: CORPORATE SEAL: Marty Hendrix,r�City Secretary CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION — Garrett Excavation and Demolition DEM 09-10 FS #5 Page 22 (kPiCIAL RECORC 11TY SECRETARY :T. WORTH, TX 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 DEM 09-10: Fire Station #5. CONTRACTOR Bradlev Garrett, dba Garrett Excavation and Demolition By: Aak*w 6 kiruev- Title STATE OF TEXAS § 1 COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared known to me to be the person whose name is subscribed to the fore ins�ruTmqnt and� a��c,k�r�owled d to me the executed the same as the act and deed of t � � ��M ��tM for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this`i,41 day of 120(00, Notary Public in and for the State of Texas ro�tR��4 A. COLLMAR My Commbabn Expin3s March 20, 2013 INVITATION TO BID FORT WORTH 4410ir CITY OF FORT WORTH ENVIRONMENTAL MANAGEMENT DEPARTMENT 1000 THROCKMORTON FORT WORTH, TEXAS 76102 PROJECT: DEM 09-10: FS #5 ASBESTOS ABATEMENT AND DEMOLITION OF STRUCTURES FOR NEW FIRE STATION #5 FORT WORTH, TEXAS May 12, 2009 V Garrett Excavation & Demolition Company Name 312 Faith Ct. Address Burleson, TX 76028 City, State, Zip 6/25/2009 Date 2.1.Bid Document Checklist All Bid Documents, including this checklist, must be completed in full and submitted in a sealed envelope, in the requested order, to be considered a responsive submittal. Bid Documents Initial if Included 1. Bid Document Checklist 2. Acknowledgement of Receipt of Addenda 3. Scope of Work 4. Cost 5. Contractor Information and Qualifications 6. Contractor Submittals 7. Subcontractor Information and Qualifications 8. Bonds 9. MinorityMomen Business Enterprise Utilization Requirements 10. Statement of Residency .. 11. Nondiscrimination 12. Prevailing Wage Rates 13. Insurance Certificates 14. Contractor's Responsibilities 15. Contractor's Legal and Compliance History I understand that all of these items will be reviewed, and any items not included may result in my bid being considered non -responsive. Signature Name Bradley J Garrett Title Owner Company Garrett Excavation & Demolition Date 6/25/2009 2-2 w .40 2.2.Acknowledgement of Receipt of Addenda 2.2.1. Check if applicable x The undersigned acknowledges the receipt of the following addenda to the Invitation to Bid, and has attached all addenda following this page. (Add lines if necessary). Addendum Number 1 6/1/2009 (Date received) Addendum Number 2 Addendum Number 3 (Date received) (Date received) 2.2.2. Check if applicable The undersigned acknowledges the receipt of no addenda to the Invitation to Bid. CONTRACTOR: Signature j ' Bradley J Garrett Name Owner Title Garrett Excavation & Demolition Company 6/25/2009 Date 2-3 FORT WORTH 4110ir ENVIRONMENTAL MANAGEMENT ADDENDUM TO: Interested Parties FROM: Roger Grantham, Environmental Program Manager Department of Environmental Management DATE: June 1, 2009 RE: Addendum #1 DEM 09-10: FS #5 As of Thursday, May 28, 2009, the following apply; 1. The retaining wall that exists between 1264 Evans and the City of Fort Worth sidewalk along the Evans Avenue shall be removed and the lot graded at an acceptable slope towards the western portion of the lot. 2. The amount of identified asbestos -containing materials located within 816 Irma has been changed to -160 SF of popcorn ceiling and wall texture located in the porch entry and reflected on the attached replacement Scope of Work. 3. Please substitute the following pages (replacements) within the bid document: 2.3 Scope of Work Bids are being accepted by the City of Fort Worth for the furnishing of all labor, materials and equipment necessary to perform the removal of all asbestos - containing materials (ACM) and the demolition of three structures identified below; 1.1.1. Site Information A total of 3 commercial/residential structures will be demolished. ACM will be removed from these structures prior to demolition. _ I Location ACM for Abatement lirquar ,ii br Demo 816 Irma Popcorn Ceiling and wall texture - porch entry -900 SF (-160 SF) 1250 Evans Texture on walls and ceiling -throughout (-510 SF) -900 SF 12"x 12" floor the - (-675 SF) Roof Decking - (-980 SF) 1264 Evans Red floor tile / black mastic - kitchen and hall (-300 SF) -1,180 SF Black floor tile mastic associated with tan floor the - beneath carpet in SE bedroom (-200 SF) Window caulk- (100 SF) 'Quantities identified in this Bid Package are estimated by the building owner and/or his designee and will utilized for tabulating this bid only in order to determine the best value award; the Contractor is responsible for verifying all quantities with the City prior to initiation of work on a site for establishing the actual agreed upon value of the Contract. 2.3. Scope of Work Bids are being accepted by the City of Fort Worth for the furnishing of all labor, materials and equipment necessary to perform the removal of all asbestos -containing materials (ACM) and the demolition of three structures identified below; 2.3.1. Site Information A total of 3 commercial/residential structures will be demolished. ACM will be removed from these structures prior to demolition. Location ACM for Abatement Square Feet fpr Demolitions 816 Irma Popcorn Ceiling texture — throughout (— 200SF) —900 SF Window Caulking — throughout (— 200SF) 1250 Evans Texture on walls and ceiling —throughout (-510 SF) —900 SF 12"x 12" floor tile — (-675 SF) Roof Decking — (-980 SF) 1264 Evans Texture/Joint compound walls & ceiling - throughout —1,180 SF (-1,000 SF) *Quantities identified in this Bid Package are estimated by the building owner and/or his designee; the Contractor is responsible for verifying all quantities. 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 job commencement. 2-4 2.3.2. Project Coordination Contractor will be responsible for coordinating with the Environmental Management Department, within twelve (12) days after receipt of notice to r proceed, the start date of demolition to allow for notification to the Texas Department of State Health Services (DSHS). The City of Fort Worth will prepare and submit the DSHS notification and pay all DSHS notification fees. Upon receipt of a notice to proceed and prior to demolition, contractor must obtain a wrecking permit to demolish the subject structure from the Development Department, telephone (817) 392-2222. In obtaining the wrecking permit, the contractor will be required to abide by City of Fort Worth ordinance number 17228, also known as the "Tree Preservation Ordinance." Under the preservation ordinance, no tree 6" diameter or greater will be removed and all trees within 50 feet of a structure will be protected as per Tree Ordinance #17228. Removing trees that interferes with construction is permissible while still retaining 25% of existing canopy. A copy of the ordinance has been included as Appendix B. It is the City's intent to leave all trees in place and only remove trees that are dead or will jeopardize the health and safety of the workers performing demolition activities. 2.3.3. Site Preparation Prior to any abatement or demolition activities, the contractor will remove all universal waste items including light bulbs, mercury -containing devices, paints, pesticides, etc. These items will be properly packaged and disposed by the contractor. The contractor will provide documentation (waste manifest, bill of -� lading, etc.) that the waste was properly disposed. Contractor will disconnect all associated air conditioning units and properly evacuate any remaining refrigerant contained within the units prior to being disconnected. Utilities have been terminated to the sites. Prior to demolition, the contractor will be responsible for verifying that all utilities (i.e. natural gas, telephone, water, etc.) have been disconnected. Contractor will cut and cap all site utilities at point of connection to the site. 2.3.4. Site Work All structures will be abated of all ACM and will be demolished removing all slabs/foundations, utility infrastructure and grading of the parcel to properly manage storm water. Prior to the start of abatement and demolition of any structure, each structure - shall be inspected to ensure the safety of the crew. 2-5 Demolition activities will include the demolition of all site structures, and slabstfoundations. Streets, drives, and curbs will remain in place. All demolition debris will be removed from the site and recycled or disposed in a landfill accepting such waste. All foundations will be removed down to a minimum of 2 feet below grade. If foundations/piers extend beyond 2 feet below grade, they .� may be severed at that point and left in place. Contractor shall clean and remove all remaining furniture, household furnishings, building materials, tires, debris, trash, rubbish and any other solid waste from the premises. These materials shall be recycled, reclaimed or disposed at a facility or landfill that is approved to accept such waste. 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 is available in the vicinity of the construction area. 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. Upon completion of the demolition work, the Contractor will obtain a final inspection on the wrecking permit from the Building Inspection Division in the Development Department. (call 2222 to verify) Upon completion of the entire project, contractor shall sweep dirt and debris from the haul routes used to ensure any sediment tracked from the site is collected. 2-6 2.4. Cost The undersigned hereby proposes to furnish the equipment, labor materials, superintendence, and any other items or services necessary to complete the scope of services detailed in this Solicitation. Bids shall be firm priced offers unless otherwise specified. In the event of a discrepancy between unit price and extended price, the unit price shall govern. ASBESTOS ABATEMENT AND REMOVAL SUBTOTAL $ 4,696.00 *Quantities identified in this Bid Package are estimated by the building owner and/or his designee; the Contractor is responsible for verifying all quantities. Contractors submitting Bids shall rely exclusively and solely upon their own estimates, investigation, research, tests, and other data, which are necessary for full and complete ii . upon which the Bid is to be based. It is mutually agreed that the submission of a Bid is prima -facie evidence that the Contractor has made the investigations, examinations, and tests herein required. DEMOLITION SUBTOTAL $ 11,515.00 s "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 job commencement. ABATEMENT & DEMOLITION GRAND TOTAL 1 $ 16, 211. 00 r 2-7 Contractor shall complete all phases of work to achieve substantial completion within 120 calendar days of receipt of notice to proceed per project CONTRACTOR: 4ig"natu4re� Cf Bradlev J Garrett Name Owner Title Garrett Excavation & Demolition Company 6/25/2009 Date 2-8 2.5. Contractor Information and Qualifications Bidder shall submit the following items proving they are duly qualified and capable to fulfill and abide by the requirements listed herein. The documents listed below shall be included in this bid submittal, in the same order as listed, following this page, bound within the response. 2.5.1. Bidder shall provide company information including its company name, address, telephone number(s), email address and FAX number(s) for the local office as well as the headquarters. 2.5.2. Bidder shall attach an up-to-date and concise copy of its current Statement of Qualifications. Licenses and Certifications. Provide copies of necessary company licenses and certifications required to complete project. • Bidder shall provide applicable asbestos -related licenses. 2.5.3. Bidder shall provide necessary company licenses and certifications required to complete the project: • current Texas Sales/Use Tax Certificate • current Certificate of Good Standing (Texas Secretary of States' office) 2.5.4. Bidder shall provide at least four project references similar in scope and size to that of this Solicitation. Each project references shall include the following information: ■ Company's Name • Name and Title of Contact/Project • Email, Phone, and Address of Contact • Contract/Project Value ■ Brief Description of Service Provided 2.5.5. Bidder shall complete a staff matrix including the following information detailing the provider's personnel, their qualifications, and years of experience for staff that will be providing services associated with this Solicitation. ■ Position title and job function as associated with this contract, (President, Vice President, Project Managers, Technical Managers, Field Supervisors, etc.) ■ Name • Tasks to be performed in association with this contract ■ Certifications/Licenses ■ Total Years Experience • Length of employment with your company 2-9 r Excavation k Demolition w .w CONTACT INFORMATION Primary Contact: Secondary Contact: Bradley Garrett April Collmar Owner / Operator Office Manager Garrett Excavation & Demolition Garrett Excavation & Demolition 312 Faith Ct. 312 Faith Ct. Burleson, TX 76028 Burleson, TX 76028 Cell: (817) 999-5246 Cell: (817) 269-7212 Office: (817) 426-0082 Phone: (817) 426-0082 Fax: (817) 426-2307 Fax: (817) 426-2307 Email: Parrett demolitionQsbcPlobal.net Email: Parrett demolitionna.sbcglobal.net r We r _vAIA Document A365 1986 Contractor's Qualification Statement 'Plus form is approved and recommended by the American Institute of Architects (AIA) and The Associatcd General Contractors of America (AOC) for use in evaluating the qualifications of contractors. No endorsement of the submitting party or verification of the information is made by AIA or AGC. The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED TO: ADDRESS: SUBMITTED BY: Bradley J Garrett NAME: Garrett Excavation & Demolition 312 Faith Ct., Burleson, TX 76028 ADDRESS: Office: 817-426-0082 Fax: 817-426-2307 PRINCIPAL OFFICE: Same As Above NAME OF PROJECT (if applicable): Master TYPE OF WORK (file separate forth for each Classification of Work): ❑ General Construction ❑ HVAC ❑ Plumbing ❑ Electrical ® Other (please specify) Demolition / Excavation § 1.ORGANIZATION § 1.1 How many years has your organization been in business as a Contractor? 10 Corporation FM Partnership FM Individual FM Joint Venture Other § 1.2 How many years has your organization been in business under its present business name? 3 § 1.2.1 Under what other or former naines has your organization operated? Brad Garrett § 1.3 If your organization is a corporation, answer the following: N/A § 1.3.1 Date of incorporation: § 1.3.2 State of incorporation: § 1.3.3 President's name: § 1.3.4 Vice-president's name(s) AIA Document A305- —1986. Copyright m 1984.1969, 1979 and 19W by The American Institute of Ardritecta AN rights reserved. WARNING: This AIA! Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA' Document, or I any portion or It, may result in severe civil and criminal pertaNtes, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14-":12 on 05107rM4 under Order No.1000097308_1 which expires on 2/812005, and is not for resale. User Notes: (3241607968) § 1.3.5 Secretary's Marne: § 1.3.6 Treasurer's name: § 1.4 If your organization is a partnership, answer the following: N/A § 1.4.1 Date of organization: § 1.4.2 Type of partnership (if applicable): § 1.4.3 Name(s) of general partner(s) § 1.5 If your organization is individually owned, answer the following: § 1.5.1 Date of organization: 6 / 0 6 § 1.5.2 Name of owner: Bradley J Garrett § 1.6 If the form of your organization is other than those listed above, describe it and name the principals: N/A § 2. LICENSING § 2.1 List jurisdictions and wade categories in which your organization is legally qualified to do business, and indicate registration or license numbers, if applicable. State Of Texas Demolition, site clearing, pad prep, grading, excavation § 2.2 List jurisdictions in which your organizauon's partnership or Dade name is filed. Johnson County § 3. EXPERIENCE § 3.1 List the categories of work that your organization normally performs with its own forces. Demolition & Excavation § 3.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) § 3.2.1 Has your organization ever failed to complete any work awarded to it? No § 3.2.2 Are Were any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No § 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No § 3.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) No AIA Document A305re —1966. Copyright 9 1964,1969,1979 and 1956 by The American Institute of Architects. All rights reserved WARNING: This AIO Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIAe Document. or any portion of It, may result in severe civil and criminal penaples, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software a1 14:57:12 on 05107MU under Order No.1000097366_1 which expires on 2/e/2005, and is not for resale. User Notes: (3241607968) •.•: § 3.4 On a separate sheet, list major construciion projects your organization has in progress, giving the name of project, owner, architect, contract amount, percent complete and scheduled completion date. See attachment § 3.4.1 State total worth of work in progress and under contract: $651,921.09 § 3.5 On a separate sheet, list ll)e major projects your organization has completed in the past five years, giving the name of project, owner, architect, contract amount, date of completion and percentage of the cost of the work performed with your own forces. See attachment § 3.5.1 State average annual amounl of construction work performed during the past five years: § 3.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. § 4. REFERENCES § 4.1 Trade References: See attachment § 4.2 Bank References: See attachment § 4.3 Surety: § 4.3.1 Name of bonding company: CNA Surety § 4.3.2 Name and address of agent: Harmon Insurance Agency 250 NW Tarrant Ave., Suite A Burleson, TX 76028 § 5. FINANCING § 5.1 Financial Statement. § 5.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Available upon written request Not Fixed Assets; ,tit r,t*,t t*,r,tt,t,r*t t,t r,rt Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); AIA Document A305"' —1906. Copyright O 1904, 1969, 1979 and 1900 by The American Institute of Architects. All rights reserved. WARMNG: This AIO Document Is protected by U.S. Copyright Low and International Treaties. Unauthorized mproduction or distribution of this Ate Document, or � any portlon of It, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. Tlis document was produced by AIA software at 14:67:12 on 05/07/2004 under Ordar No. 1000097388 1 which expires on 2/8/2005, and is not for resale. User Notes: (3241607968) rGA`M METT WORK IN PROGRESS SCHEDULE Contract Description I Total Contract Price Total Billed To Total Costs To Date i Est Costs To Complete I Estimated Gross Estimated Date Remaining Profit Completion Date City of Denton - Annual Demolition 1 $200,000.00 $46,920.18 $20,052.00 I $59,948.00 $120,000.00 Feb-10 Contract I1 Jed Morash / Sonterra Apartments I $175,000.00 $0.00 $0.00 $90,000.00 $85,000.00 Aug-09 Demolition Basden Steel / Office Addition $24,000.00 $18,845.00 $7,000.00 I $1,000.00 $16,000.00 May-09 Excavating & site work I Charter Builders & BISD / Academy I $96,770.49 $91,931.97 $53,500.00 $900.00 $42,370.49 Jun-09 at Nola Dunn City of Arlington Shady Valley $156,150.60 1 $59,544.00 $46,000.00 $18,000.00 $92,150.60 Jun-09 Abatement & Demo i I Totals $651,921.09 $217,241.15 I $126,552.00 $169,848.00 $355,521.09 BUSINESS & TRADE REFERENCES: B&G Commercial Investments, LP PO Box 337 RM Burleson, TX 76097 Rocky Bransom .. Owner 817-295-2872 Vs Arnold Crushed Stone Circle 1104 Blm Cleburne, TX 76031 Mike Arnold Owner 817-228-8977 - Basden Steel Bruce Basden 817-295-4375 Owner The City of Cleburne Theresa Richardson 817-645-0958 Purchasing Agent Texas Department of Transportation John Martin 817-370-6662 Purchasing Agent Garrett Excavation & Demolition 312 Faith Ct Burleson, TX 76028 817-426-0082 office 817-426-2307 fax 817-999-5246 cell garrett—demolition@sbcglobal.net Mansfield ISD 203 Hilcrest Mansfield, TX 76063 Jeff Brogden ' Contract Manager 817-299-4340 The City of Wichita Falls Peggy Gahagan PO Box 1431 Wichita Falls, TX 76307 940-761-7466 Fort Worth C&D Landfill PO Box 650470 Dallas, TX 75265 817-516-7777 Cain Fence Company 973 Metromedia Place Dallas, TX 75247 972-870-0200 Fincher & Rambo Materials PO Box 602 Burleson, TX 76097 817-483-2800 BANKING REFERENCES James R. Luttrell Banking Center President - Hulen Southwest Bank 3340 Camp Bowie Blvd. Fort Worth TX 76107 Phone: (817) 292-8337 ext. 2840 Fax: (817) 763-9908 W1 I me Garrett Excavation & Demolition 312 Faith Ct Burleson, TX 76028 817-426-0082 office 817-426-2307 fax 817-999-5246 cell garrett—demolition@sbcgloba1.net PROJECTS COMPLETED: B&G Commercial Investments, LP PO Box 337 Burleson, TX 76097 Rocky Bransom Owner 817-295-2872 Renfro Phase I -II Project start date: 4/2006 Project end date: 2/2008 Demolition and removal of gas station, removal of fuel tanks, hoses, underground fuel lines, concrete foundation, parking lot, pump station canopy & trees. Excavate hole for adding fuel / fume solvent additive, backfill, level and grade. Provide final soil test report. Demolition and removal of house, car lot, parking lots, warehouse, and road. Site prep and grading. Value: $67,780.00 Arnold Crushed Stone Circle 1104 Blm Cleburne, TX 76031 Mike Arnold Owner 817-228-8977 CR 1020 House & Sheds demo. Project start date: 12/2007 Project end date: 12/2007 Demolition and removal of house and sheds. Remove concrete beams, footings, porches and walkways. Excavate & remove underground plumbing pipes. Remove stone wall, relocate and stockpile stone. Final clean and dress up site. Value: $7,000.00 Mansfield ISD 203 Hilcrest Mansfield, TX 76063 Jeff Brogden Contract Manager 817-299-4340 Project Start Date: 11/2008 Project End Date: 12/2008 Demolition and disposal of 2 residential structures, foundations and out houses. Removal and disposal of all trash and rubbish. Excavate underground pool and backfill. Final site clean and grade. Value: $24,370.00 The City of Wichita Falls Peggy Gahagan PO Box 1431 Wichita Falls, TX 76307 940-761-7466 Project Start Date: 10/2008 Project End Date: 11/2008 Demolition and disposal of dilapidated residential and commercial structures. Final clean. Value: $15,711.00 Realty Capital Corporation Jimmy Archie Telephone: (817) 488-4200 Demolition and disposal of structures located at 5224, 5228 & 5232 Colleyville Blvd. Removal and disposal of trees. Grading and dirt work. Project start date: 9/2008 Project end date: 12/2008 Value: $61,900.00 Holy Cross Christian Academy 1233 Tarver Rd. Burleson, TX 76028 Telephone: (817) 295-7232 General excavating & pad prep for soccer field and basketball court. Project start date: 7/2008 _ Project end date: 8/2008 Value: $12,750.00 Charter Builders, LTD. / BISD 1336 SW Hillside Dr Burleson, TX 76028 Ben Whitman (817) 447-6050 Demolition of The Academy at Nola Dunn Project start date: 3/2009 Project end date: 5/2009 Value: $96,770.00 Total Abatement Systems, Corp 6142 State Hwy. 276 Royse City, TX 75067 Gary Sharp (972) 771-6919 Demolition of TX A&M Commerce T-Lounge Project start date: 4/2009 Project end date: 5/2009 Value: $17,000 _ City of Garland Rudy Vazquez / Contract Manager 2722 Bobtown Abatement and demolition of structure. Project start date: 2/2009 Project end date: 3/2009 Estimated Value: $15,000.00 B&G Commercial Investments Rocky Bransom 817-295-2872 Demolition of residential structure on Renfro Site clean, grading and hydro -mulch at Scott St Estimated project start date: 2/2009 Estimated project end date: 3/2009 Estimated value: $19,384.00 Garrett Excavation & Demolition 312 Faith Ct Burleson, TX 76028 817-426-0082 office 817-426-2307 fax garrett—demolition@sbcglobal.net Staff Qualifications: OVERVIEW Garrett Excavation and Demolition is an individually owned and operated firm. We are active members of the National Demolition Association. Our company provides the benefit of a stable environment with exceptional control over workflow processes. Garrett Excavation and • Demolition has a strong history of sticcess meeting and exceeding customer needs while maintaining the highest possible standards for safety and quality. We possess strong management skills, exemplary employees, and a clear understanding of the project goals. Employees are provided with demolition safety training beginning with initial sessions to familiarize them with company goals and objectives and job specific duties and continuing throughout their tenure with ongoing safety and quality training. Garrett Excavation and Demolition provides excellent service, superior management and client satisfaction at a reasonable cost. This is done while achieving and maintaining leadership as a provider of demolition services through technical competence and professional integrity. Striving to become our customers' one -stop shop for their demolition needs is our top priority. More than dollars and cents, we are interested in forming enduring partnerships with our clients. STATEMENT OF QUALIFICATIONS Garrett Excavation and Demolition is an individually owned and operated firm that has been serving the demolition and construction industry for over 10 years. Garrett Excavation and Demolition is also an active member of the National Demolition Association. The management and personnel combine to have over 20 years of experience in the demolition and construction industry. Our employees receive up-to-date training on safety procedures and demolition techniques. ma `Fort Worth Alliance Noise Mitigation Project we DEM 09-08: Alliance Key Personnel Key Personnel Bradley Garrett Hunter Shelly Martin Espinosa �E Connie Bowen April Collmar Marjoe Crowell Title / Position Owner / Operator / Site Supervisor / Equipment Operator Job site Foreman / Truck Driver / Equipment Operator Equipment Operator Truck Driver Office / Operations Manager Project Coordinator/ Director of Marketing W&RUNOTA Demolition • Excavation Duties Oversees all employees, monitors project guidelines and deadlines. Operates equipment: excavators, front- end loaders, bulldozers, skid steers, blades, backhoes, track hoes, pad foot rollers, and trucks. Assist Site Supervisor in day to day operations and helps to maintain clean and safe project site. Operates equipment: excavators, front-end loaders, bulldozers, skid steers, blades, backhoes, track hoes, pad foot rollers, and trucks. Trained in First Aid and CPR, has Class A CDL Assist Site Supervisor and Site Foreman in day to day operations and helps to maintain clean and safe project site. Operates equipment: excavators, front-end loaders, bulldozers, skid steers, blades, backhoes, track hoes, and pad foot rollers. Assist Site Supervisor and Site Foreman in day to day operations and helps maintain clean and safe project site. Has Class A CDL. Operates equipment: Trucks. Office Manager, Project Coordinator, and Human Resources Specialist. Her duties include project estimating, payroll, accounts receivable, accounts payable, contract and document preparation, coordinating, record and book keeping. Her duties include project coordination and scheduling, obtaining necessary permits, assists with estimating, marketing and contract and document preparation. Employment Information Owner Employment date 1/2009 Employment date 6/2004 Employment date 1/2009 Employment date 1/2004 Employment date 1/2006 .. 2.6. Contractor Submittals Bidder shall submit the following items included in this bid submittal, in the same order as listed, following this page, bound within the response. 2.6.1. Project Schedule: Contractors shall provide a project schedule that includes all major tasks 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. The project schedule must be submitted with the bid. During the term of the contract the Contractor shall submit monthly project schedules showing planned work and actual work accomplished. 2.6.2. Schedule of Values: Progress Payments will only be made after completion of those tasks and/or subtasks identified on the Project Schedule and Schedule of Payments. Progress Payments will be made during the project no more frequently than once per month. A payment schedule must be submitted with the Bid showing the name of each task and/or subtask, the name of the deliverable document for each task and/or subtask, 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. Upon receipt of final project completion documentation, 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. 2.6.3. Provide a sample invoice and sample project closeout documentation. 2.6.4. Provide an organization chart that details the communication channels between the Contractor and City of Fort Worth personnel for this contract. 2-10 Asbestos Abatement and Demolition of Structures for New Fire Station #S DEM 09-10: FS #S JID (Task Name IDaylStart (Finish 07/20/09 1 07/27/09 1 08/03/09 08/10/09 11 MIT IVVIT IF IM IT IwIT IF IMIT QV4T IF MIT JwIT IF 1.1 Abatement Mobilization 1 7/20/09 7/20/09 - 1 , 0 0 1.2 Abatement 3 7/21/09 7/23/09 I I I 1.3 Abatement Demobilization 1 7/24/09 7/24/09, 0 2.1 Demolition Mobilization 1 7/27/09 7/27/090 _ - d 2.2 Demolition 2.3 Level, Final site clean & Grade 2 1 7/27/09 8/3/09 7/31/0901 8/3/090 y ._. _..��.. 'M-, 0 W ! 2.7 Demolition Demobilization 1 8/3/09 8/3/091 j j Of City of Fort Worth Original Contract Amount: $ Asbestos Abatement and Demolition of Structures for New Fire Station #5 OEM 09-10: FS #5 Payment Application Period Ending CONTRACTOR: r7ARRE!rTf?ECAVATIOW&-DEMOLnnON-, 312-FAITH-COURT,-BURte*%ji%, TX 76023 Prior Completed Completed Unit $ Amount $ Amount Item Description Unit Completion This Period To Date % Price This Period To Date Quantity Contract Total M W 1.0000 Asbestos Abatement LS 0.00 . 0.00 0.00 0.00 4696.00 0.00 0.00 1.00 $4,696.00 2.0000 Demolition / Site Clean / Grading LS 0.00 0.00 0.00 0.00 10715.00 0.00 0.00 1.00 $11,515.00 Payment Application Totals 0.00 0.00 0.00 0.00 $16,211.00 Current Payment Due: $0.00 , CONTRACTOR'S CERYIFICATION I hereby certify that the work for which this application is being submitted has been performed or is scheduled to NOTARY_ CERTIFICAi1_ QNI be performed on or before the period ending date. I further certify that this work is in accordance with contract _ State of: County of: documents. On this day of 20 before me this application is hereby certified. Notary: My Commission expires on: Bradley J Garrett Date 4 � � W r ;NPROE %TA Excavation & Demolition 312 Faith Ct Burleson, TX 76028 TX Vendor ID 13837577330-000 Bill To City of Fort Worth Environmental Management Dept. 1000 Throckmorton Fort Worth, TX 76102 Quantity Item Code 1 Abatement 1 Demolition or 4 Thank you for your consideration. Ship To City of Fort Worth Environmental Management Dept. 1000 Throckmorton Fort Worth, TX 76102 P.O. Number IDEM 09-10: FS #5 SA... Description Asbestos Abatement Demolition / Site Clean / Grading Phone # Fax # E-mail Office 817-426-0082 817-426-2307 gairett_demolition@sbcglobal.net Invoice Date Invoice # 6/11/2009 SAMPLE Terms Ship Project Net 30 6/11/2009 SAMPLE Invoice Price Each Amount 0.00 0.00 0.00 0.00 Total $0.00 Payments/Credits $0.00 Balance Due $0.00 Payments not received by 30 days of Invoice date may be subject to finance charges. .49 Organization Chart 2009 Brad Garrett Owner/Site Contact regarding: Office 817-426-0082 Supervisor Contract changes, Construction / job site related Cell 817-999-5246 issues, Scheduling / Project coordination, Project guidelines and deadlines, Safety and compliance. April Collmar Office / Operations Contact regarding: Office 817-426-0082 Manager Human resources, Payroll, Contract documents Cell 817-269-7212 administration, Accounts receivable, Accounts Payable, Records and Book keeping Hunter Shelly Site Supervisor Contact regarding: Office 817-426-0082 When Owner is not available: Job site related Cell 817-846-1923 issues, project guidelines and deadlines, safety and compliance. "a Ow 2.7.Subcontractors Information and Qualifications Complete the following table listing each subcontractor and their proposed task associated with this contract. Subb,6ntr�actor''�NsMe,. � sed' a - Total Abatement Asbestos atement Systems Corp B&B Waste Transit Waste Haul off If subcontractors are to be utilized, the following information should be submitted for EACH subcontractor. (This section must be completed in addition to the required MWBE documentation in Section 2.9.) 2.7.1. Subcontractor's company name, address, email address, telephone number(s), and FAX number(s) for the local office as well as the headquarters. 2.7.2. Subcontractors current Statements of Qualifications. 2.7.3. Matrix including the following information detailing the subcontractor's personnel, their qualifications, and years of experience. ■ Position title and job function as associated with this contract, (President, Vice President, Project Managers, Technical Managers, Field Supervisors, etc..) ■ Name ■ Tasks to be performed in association with this contract ■ Certifications/Licenses ■ Total Years Experience 2-11 06/ 10/ 2009 14::eU 9 !1 V V1 bt1Y5 IRSw mac wd.1 4, THE A M E R I C A N I N S T I T U T 8 AIA Document A30S 0 F ARCHITECTS Contractor's Qualification Statement 1986 EDITION This form is approved and recommended by The American Institute of Architects (AIA) and the Associated General Contractors of America (AGC) for use in evaluating the qualifications of contractors. No endorsement of the submitting party or verification of the information is made by the A1A or AGC. The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. CITY OF FORT WORTH SUBMITTED TO: DEPARTMENT OF ENVIRONMENTAL MANAGEMENT ADDRESS: 1000 THROCKMORTON STREET FORT WORTH, TEXAS SUBMITTED BY: CTM W. Sharp Corporation Q NAME: Total Abatement Systems Corp Partnership ❑ ADDRESS: 6142 State Hwy 276 Individual ❑ Royse City Texas 75189 Joint Venture ❑ wN w.tsscodertla.com PRINCIPAL OFFICE: Same As Above NAME OF PROJECT (if applicable): TYPE OF WORK (file separate form for each Classification of Work): General Construction kiVAC Plumbing Electrical XX Other: Asbestos Abatemcnt.Damolition-Interior: Sclectivc-Structural-Historical Copyright 1964, 1969, 1979, c 1936 by The Amcrioan tnstllutc of Arehitcots, 1735 Ncw York Avenue, N.W., Washington, D.C. 200006. Reproduction of the material herein or subst"al quotstioe of its prorisions without written petmisslon of the AIA violates the copyright laws of the United States and will be subject to legal proseoudon. AIA DOCUMENT A305 / CONTRACTOR'S OUAUFICATION STATF-W- T / 1986 EDITION / AIA / 1986 THE AMERICAN tNSMUTE of ARC11rMM,1733 NEVV YOKK AVENIJ<. N.W. WASWNGTON, D.C. 20006 A305-1986 1 WARNING: Uniksnsed photocopying violates U.S. Copyright Uwe end Is subject to hgal prolecudon. ow 06/10/2009 14:28 9727716825 TASCO 03/25 1. ORGANIZATION 1.1 How many years has your organization been in business as a contractor? Twenty (20) Years 1.2 How many years has your organization been ih business under its present name? Twenty (20) Years 1.2.1 Under what other or former names has your organization operated? Total Abatement Systems Corp I&TASCO" " TASCO" Demolition 1.3 If your organization is a corporation, answer the following: 1.3.1 Date of incorporation: July 02, 198 8 1.3.2 State of incorporation: Texas 1.3.3 President's Name: Gary W. Sharp 1.3.4 V.P. I Marketing Name: Jack D. Morrow 1.3.5 Secretary's name: Kim M. Carnes 1.3.6 Treasurer's name: Gary W . Sharp 1.4 If your organization is a partnership, answer the following: NIA 1.5 If your organization is individually owrt4 answer the following: NIA AIA DOCUUM A3W / CONTAAMOR'S QU92WATION sTAT1;1r M / IM rs MON / AIA / 1916 THE AMINCAN 1NSTnUT6 OF ARCHrrEaS.1731 NEW YOW AVENUE, N.W., WASIti1` MN, D.0 20006 A3064 986 i WARM04: Unlicensed pboaocopystp violates U.S. coWVbt IM and Is subject to legal prWeautla,. )Of 1V! LVV7 19: La 7/LI /1GL7Z"J I AbUU PAGE 04/25 aw 2. 1.6 If the form of your organization is other than those 1 isted above, describe it and name the principals: N/A LICENSING 2.1 List jurisdictions and trade categories in which your organization is legally qualified to d, business, and indicate registration or license numbers, if applicable. Texas 2.2 List Jurisdictions in which your organization's partnership or trade name is filed. I . City of Dallas 2. State of Texas 3. City of ArHaMon 3. EXPERIENCE 3.1 List the categories of work that your organization normally performs with its own forces. Asbestos Abatement, Selective, Interior, Structural and Historical Demolition. Renovations to include only those items affected as a result of asbestos. 32 Claims and Suits. (Zf the answer to any of the questions below is yes, please attach details.) 3.2.1 Has your organization ever failed to complete any work awarded to it? NO 3.2.2 Are there any judgments, claims, arbitration proceedings or suite pending or outstanding against your organization or its officers? NO 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? NO 5.1 Within the last five years, has any officer or principal of your organization ever been an offtaer or principal of another organization when it failed to complete a construction contract? (if the answer is yes, please attach details.) NO AIA DOCUMENT A]DS I WNTRACrOWS QUAUPICATM "ATEM W 1 IM HIMON I AIA 1 1996 TTMAMERIGWINSTTi MOFAR0iffIXTS,1733NEW YORKAVEMJQ,N.W.,WASHINOTON,D.C.200M A305-1986 WARNING: Unllcunsod plwto ft" violates U.S. a0 "ght Iowa anti Is subjaotto kgal proaecvtlon. 06/10/2009 14:28 9727716825 TASCO 05/25 3.4 On a separate sheet, list the major construction projects your organization has in progress giving the name of the project, owner, architect, contract amount, percent complete, and 910 scheduled completion date. 3.4.1 State the total worth of work in progress and under contract: 3.5 On a separate sheet, list the major projects your organization has completed in the past fi, years, giving the name of the project, owner, architect, contract amount, date of complete4 and percentage of the cost of work performed by your own forces. w. 5.1.3 State the average annual amount of construction work performed during the past five years: $ 6,000,000.00 3.6 On a separate sheet, list the construction experience and present commitments of the key Individuals of your organization. 4. REFERENCES 4.1 Trade References: Abacus Environmental -Mr. Mark Melnitchenko•-214-363-Oa MEDCO - Mr. Gary 14olmes-21"20-4282 Abatix — Mr. Que Edwards - 214-538-5642 42 Bank Referonces: Professional Bank 618 Clara Barton, Suite 5 Garland, Texas 75042 Mr. Chris Williams Tel: 972-489-1355 4.3 Surety: 4.3.1 Name of bonding company: Baldwin Insurance & Bonding Agency, Inc .w 5.1.3 Name and address of agent: Mr. Brady Cox 1201 Kas Drive Suite B Richardson, TX 75081 Tel: 469-692-7239 ,ua DOCUMINT A305 I CDNrItA=R'a QUAtAR r1W STAT>t 42M l 19U SDMOH I ALA 1 1916 M MiERICAN INSTITUTE of ARCMTBCM 1733 NEW YM AVENUE, N.W., WASHINOTON, D.C. 200M A305-19 86 WARNING: UnRconssd pWoep"g vWafts U.S. oo"ht Wm and Is subladto Ispa1 prnecullon. 06/10/2009 14:28 9727716825 TASCO rPA* nbico S. FINANCING 5.1 Financial Statement. 5.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, ry receivable, accrued income, deposits, and materials inventory); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, stock, authorized outstanding shares par values, earned Surplus and retained earnings). 5.1.2 Name and address of firm preparing attached financial statement, and the date thereof: 5.1.3 is the attached financial statement for the identical organization named on page one? 5.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). 5.2 Will the organization whose financial statement is attached act as guarantor of the contr, for construction? Yes A,A DOCUMENT A395 1 CON UC[OR1 QUALIfICATMN STATIVAIN[ 1 19M EDMON I A1A1 1916 THE AMICA14 MMUTE of ARCH XWM,1733 NEW YORK AV04M N.W- WAsHNGTON. n c. 2= A3 05-19 86 WARNING: Unlicensed photocopying YEDlatas U.S. coppight le" and is subject to legal prvaecutton. 06/10/2009 14:28 9727716825 6. Signature 07/25 .A 6.1 6.2 Dated at 2.0. 0 pm this 121 day of hLnua 2009. Name of Organization: Total Abatement Systems Corp By. Gary W. Sharp Title: President Mr. Gary W. %m being duly sworn deposes and says that the information provided here is true and sufficiently complete so as not to be misleading. Subscribed and sworn, before me this 12 h day of janym. 2009. i " Cam Notary Public: Kim Cames My Commission Expires: 02-22-2012 KIM CARNES �•�" `' NoUny public. State of Taxes my Cogxnisafon ExOres .Z 1`60ruaty 22, 2012 �hnw U� AIA DOCUMENT AM I C09MCITIR'9 QUAI. W.ATM STAn tWNr 1191e EVnION / AIA 1 1996 THE AMSRICAN rN$TTr= OF ARCHMUCTS.1731 NEV YORK AVEM1E. N.W. WASHIMTON, = 20006 A305-1986 WARNING: Unikensed phohx;WVing rldatea U.S. euppight laws and k sabod to legal prosectMon, bb/ 101 YUb j 14 : Yd `J 1l r tl btilb TASCO PAGE 08/25 Page 1 of 1 -. ,O Window on State Government Susan Combs Tams Comptroller of Public Accounts Taxable Enter Starch Results Franchise Tax Certification of Account Status This Certification Not Sufficient for Filings with Secretary of State Do not include a certificate from this Web site as part of a filing with the Secretary of State for dissolution, merger, withdrawal, or conversion. The Secretary of State will reject a filing that uses the certification from this site. To obtain a certificate that is sufficient for dissolution, merger, or conversion, see Publication 98-336d, BtaWLements to Dissolve, Mgfge or Convert a TAxas.Entity. Certification of Account Status __.,.J L. Officers And Directors Information Entity Information: TOTAL ABATEMENT SYSTEMS, CORP. Status: Registered Agent: Registered Agent Resignation Date: State of Formation: File Number: SOS Registration Date: Taxpayer Number: 6142 STATE HIGHWAY 276 ROYSE CITY, TX 75189-5754 TEMPORARY GOOD STANDING through JuV 1.4, 2009 GARY W SHARP 6142 HIGHWAY 276 ROYSE CITY, TX 75189 TX 0108203900 July 1,1988 17522354764 Texas Online I Statewide Search from the Texas State Library I State Link Policy f Texas Homeland Security Susan Combs, Texas Comptroller . Window on State Government • Contact Us Privacy and Security Polity I Accessibility Policy I Link Policy I Public Information Act I Compact with Texans http://ecpa.epa.state.tx.us/coa/servictJcpa.app.coa.CoaGetTp?Pg=tpid&Search Nm-total4/o___ 61 I'Mno am bb/IU/'lbay 14:18 9727716825 TASCO PAGE 09/25 Pagel of 1 .0 ,*Window on Statc Government Susan Combs Texas Comps att of Public Amantt certification of Franchise Tax Agr ,_Q _WM Status TOTAL ABATEMENT SYSTEMS, CORP. had a recent filing deadline and as of this date, June 10, 2009, the taxable entity's account status has not yet been updated. Account statuses are updated within 60 days after the filing deadline. The account status for this taxable entity will be updated no later than the status date shown on the Certificate of Account Status page. Please try back later. our apologies for any inconvenience this may cause. Texas Online I Statewide Search from the Texas State Library j State Link Policy ( Texas Homeland Security Susan Combs, Texas Comptroller a Window on State Government a Contact Us Privacy and Security Policy I Accessibility Policy I Link Policy I Public Information Act I Compact with Texans http://cepa.cpa.state.tx.us/coa/serviet/cpa.app.coa.CoaLette,r 6/10/2009 Ub/ IU/ Lbbb 14: 'Lti 'J 121 11bd:lb TA5C;U PAGE 10/ 25 �� °�,-0,nn _ TEXAS SALES AND i1SE TAX PERMIT _ This permit is not iranmVrable, and this side must be prominently displayed in yvur place of bus+rwss. 9& YOU MAY NEED TO COLLECr SAi.FS ANDDR VISE TAXFOR OTHER LOCAL TAVN0 AUTHORMES DEPENAINO ON WUR TYPE OF at It you haw any av*Wws r"wOmg sank; UK you may coew 1h• Texas Soo Ccffw" lwls fiord ofice in yaur was or call 14MO- -55S5, td tee. mtlonvAde. The Avetln number Is SiV403-4000. 06/ 10/2009 14: 28 'i I:Z I IIbtJY!3 r-Hk-w- i i 1 411 ACORD' CERTIFICATE OF UABILITY kSbRANCE _ ipd. _ 'yl�df1U118.. iOUCER — AM lt�pelt filiiC (%alf)I THM MTW.ATE )a RMUC AS A UATTER Of' aaFORaoITION ONLY AN7 CONFERS NO RIGHTS UPON THE CERTwcATE IM " .n Sv 2w HOLDER TMS CMTF70,ATE DOB$ NOT AMOo. vffV D OR 4wosoor 6kTIR THE COWPA04APPORDED aY TW M)Ma gsyprw,. _ Jae0 _ IN MWA qC 0MpA: d TOW Abal Mtfd Byobms MSURIER A. M Fenn Mvluat�Autamotaw Inwrants Cumosnv sid Stab) HlpMay M 169URER 6: aoyre Cfb TX 781 so INSURER Q. - �Ic�■ QrSURER V _. VV1iRAM "� peides d Inutnoe 6+kb t>epvv have Been iasuorf to fie irl�nd Gamed ehae br tho popCy Derbt! intiraiao, rtpAgOitasndttg any uf)eMK tIm a Coen of any cortbad or other doa awd" h )e "lo te� )Ais ewslabe mey be tatuEO or mry paAsK ft umam almded byft prAdae d■sefibed heleln is m*jca 10 Al Ow IMM mOUNW09 and Condntne of SUCK pn(Idw. epgre W ertr'b shown may have bliaa roluoed Of pap dwan& insr lu Typo of k.suronaa Panay Numbw Poky lwvc r e 7UW Expifradon I,j,u Dale Opte, Oenenl LItblGty / � - Comroid:� Grnssl U11m1b aim ba) Pa4hf ludo )� Owe �ru 9eals0 Aor" Lk4Aw4vs Per Plorruc d -COMPKWIA00 Po)i jryol LOG r 0.2 4775 E-0htae 6 llli A 611=09 Oepow k rot Any Ault SCOW b+le7 Spar WWI Ad Owned AlAcs aw* )Nun ow ocadon0 x stxteduled Au" Pro"fl y aremp w aacma m " Aut,u Nan•Own d Autos Owe IUebilty kWa Orgy- U Ana 2MY Avw Oder q+en Aum Ontylf;t Aot fAGti Lxollss Uablll)y Qaraa� joax Cllaw Made AW!B� educt to e)enNon 3 WdAWS Ulloeradon and - _ W Lk Eeployals lAbptty IL Finch Aedderd EL DlWM ■ U EnOcyw EL Oleweee- Pok-i Umk other Desctipbon of OperotidnslLocationsNehicaeelElot:luaions Added pY �ndoPswnenV9p4eial Ptrovisione JO$# ANY AND ALL JOBS S 1,000,000 IERTIFlGATE MOLDER komd: IpwpwrUMN - — t'Je �0� 1am" ie eirttsd ealore ole a><pRt6a1 Aaio thett6ot.9es irlshaer adh a,ndoiva w ms+ FOR BIDDING AND INFORMATION ONLY 3a d� wd�rl � b th. u.NAate Adder named b t)y. bh, but ielttd't is do so ad tr pm no abti0a00n or AwbIV of any khd upop the irstaalr. tts Of M"Sontailvae, A rkft RmM _ Adam Leggett bb/1U1'lbby 14:28 9727716825 TASCO PAGE 12/25 ACORD, CERTIFICATE OF LIABILITY INSURANCE oPlon>I 1�415 dmv iCkrt r9 iiMUM q3 A MR OF FORMAMN ONLY AND COUMRf NO RIGHTS UPON THE CEIMPICATE "Idmia Ina a Boadi.nv A "ar HOLOMTHIS CER1McATEDbEB NOrAaA6ND, EKtENO OR 1 Us Drive, spite D ALTER TM 60vERAm AFFORDED BY TI4E PQUCIE9 BELOW. _,11.6 n :x 75061 Pheee: 912-64/-1686 Pats: 972-644-8933 INSURE1t3 AFFOROING COVERAGE NAIC I M1a" I es.wtu Asatige safety xwwuu ty Total abatement Synems CmV. { tec+taR us, Angie xMit h 6141 State Boy 276 �y Rope City !X 75109 f ie mt:aw er �tavat tsea RllppllWt t�11 dtol0lQ i1R ID<1S91YA�llORlOdTitf�Af0A101�61tl�wRwMesaata�ems 'TM - - u.uoww�•�1iuwo,++ram+«�l+�a.+�alaRe+aelaoNr4stRlmtAseiatts�lra�e>.+r.+e+aew wtefrr�,+.j.rw■N rtse:a+eR.°eaamao /�etrtetatla�eitretme<stmtYt xara+nonaf+•o re °t+s+r tryst r�RLfa��ltlMnsa%'atldt W0.�i6111KaU®� N r1W OwR Ao { "now" -pee it X a•+R+oa tplyofrWan't 4DAUSIUM Dom X CPS./ASDostos X7 qwtt F-1 tw stteeaiMaKat rewm aaKeenot �_ f+rc+wtsiertet A X iwrtn k a.tw�avr 1^ etOlrNl+rtN•VfrRltt Now CARO AN IWAM V110" t 10,000 +�tlbtO+tt1MM.V Y+ !e{ARN:IT PNHYffPeA eno+Qnon+m�nt�r'. t^cl+0tns l�tN1q/+�RMSIAt EM16272-07-41- POR�OTIDIt VoL= Zpvoi6273-07-Di arg016a7t-OT-OZ -r S,000,000 Os/01/Of 05102100r1°"�~` /tlMtbB�en°t.s! a 50,000 wl°spgwtwtq ► 5,000 •�+w++ ► 5, 000,00a +•••�°•tc + 5,000,000 r"�•�wM+ r 3,000,000 ewr..�efr+t estueaer fttgtAtet OLY/N°tttptfYdfi te�:+f tt:KfyG+7+ Aal+!ff of t+ee+#e�l1 AtRISth+e�lt+t! CERSIMCATE 19LUR _ Llddieg and 2YJ9=%tL*t% Mly Acm ZS 126iVas} ofti w t 05/01/06 05/01/09 "M+ 00 t " e NltatlMl V /IR f tr,metfeeglte r 1.000.000 Os/01/08 95/01/09 fleotaeftt r 1,000,000 + r 1�0 F M 0-5 N+t ftAs to • ltLtMttgempR ! etreusl.cctrmtaa ctwK•tc•rcu+ttaa f wR�Itw wr+al�w�sa+�+�eotKeectnw+eeY+w+w twf�stsr NNets*tiPleMr°wr�wt�awwnwwra 10 °•gt�n1M wlea+s+R.ww.....�......t.weu�wr�ss+awaetetu tt�ns�{/aeNcewu°�sretai+wfseern ae.r�iw.erwrw =- r _. C ACORD RPORATIOM J59% • ^�.� aJI LJ CORD CERTIFICATE OF LIABILITY INS(1RANCE OP14 .i � OaTE IA�III "'�R — TSLST�i 03/13/09 't8vn Ryan & ASSOC. Inc. T119 CERT)FICATi 18 ISSUED ABA MATTER OF I FORJMATION g18za latat, Suite 650 HOLDER. THIS CEPI IFICA DOES NOT AMEND, EXTEND OR F• KilbOU= AVGnuo AL.MR THE COVERAGE AFFORDED BY Tm_ POLICIES BeLOW, ,,/ WY 32202 4�4-271-3575 Fax : 414--271--0196 INSURERS AFFORDING COVERAGE NIUC a« r INSURE" a 3=10yers Ina of Wausau INSLIW 0; 'PSI,' Staff Leasing Ina I OMMRG P 0 So 1648 Rockwa l TX 75007 I R t I INSURER E; + AGES UVES OF INSURANCE LISTED KILOW HAVE BEEN ICSLIEO TO THE M MED NAMED ABWE FOR TIG POLICY PFAIOO PMATEO. NOTVNrWANDWO UREMEW. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WFSCH THIS CERTFCATE MAY IIF ISSUED OR MATAIN, THE INBVM AFFORDED BY THE POLICIES 09"MEO HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CmaT08 OF SUCH V JES. AGGREGATE UMITB 3"OWN MAY HAVE BEEN REDUCED BY PAM CLAW& C T"T OF INSURANCE GENERAL LIABILITY COMMERCIAL GENERAL UABIUTY = CLAUS MADE OCCUR GENL AGGREGATE LIMIT APPLIES PER: 1 POLICY n it& � LOC AUTOMOBILE VASLITY ANY AUTO ALL OWNED AUTOS S"DULEO AUTOS MAMA= NON4"40 AUf OS 15*1 GAMOR WERUTY ANY AUTO ECHS9NM1lREllA LIAEILrrY OCCUR p CLAIMS MADI: POLICY NUM cvMts �re'IiivODlirY), YitiT I►dw;,wirYi 1 uM►Ys ..� EACH OCCURRENCE MME LSPr0aoae..e�rcel MID EXP (Any am pww) I PQRSOMAL A AOV IWURY OEHERAIAGGR GATE PRODUCTS - COMPQP AGO OOMBINEO SINGLE LIMIT (E.. 'MM, WLVYY�'URY tpw 9001-add�nq WwAGE (P"-00mPIROPWM _ AUTO ONLY - EA ACCIDENT s EA ACC 21 V S ACC. S EACH OCCURRENCE f f �AGGRWATE I i DEDUCTIBLE I i RETENTION S „1CTR- vr0101ER8 COMPENlATIDNAND ITORY UM1T8 I I ER- VVLOyvtvLIAMILm w>; z 0437085009 05/13/09 06/01/09 IQ.L.BACHACCIDSNT 111000000 f ApPFICdW1Mp�pIG1 ��� �V I E.L. DIMAGE - EA EMPLOYEE f 3.000000 IIyo �.�oeu I E.L-DISEASE - POLICY UMIT s 1000000 S�°iGAL (M�ASIONS baw,. OTHER COW ttal Abatement Systems orporationA �tersca tifffia O ISIONII :RTIFICATE HOLDER CANCCl.1 AT1 DN TO,�O SMOULp AW OF TNIE ASOVE pilpuERb ►ouC1Es BE CAMteLLep eEEORE TN! EIIFIRATgN OATS THMOF, iiE 1StU M UWURE Ft WLL DWEAVOR TO MAIL 30 DAYS WI ITTEN Total Abatement Systems NOTICE W TN! C99TVICATE WXM NAM M TO The LEFT, BUT FAILURE TO 00 80 $HALL Corporation WI M ND 09UoATION OIL LIABILITY OF ANY IGNO UPON THE IHSLWER, IT% AGENTS OR 6142 State Highway 276�� Tnea Royce City TX 75189 Ate► pSEWi AA 404 ® ACORD CORPORATION 1988 ;ORD 25 (2001108) 1q;Z9 +Obi lbf 1��9�� ,r .. rr s! 9zrrll16e25 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the po"Ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on thia oediticate does not confer rights to the certificate holder in lieu of such endomement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the Issuing Insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. )RD 25 ("01lot) q A I A a A A I I A Ll i TEXAS DEPARTMENT OF STATE HEALTH SERWCES TOTAL ABATEMENT SYSTEMS CORP is cmf�%d to perform as a Asbestos TtansporEer in the State of Texas within the purview.of Terns Occupations Code, chapter 1954, so long as this license is not suspended or revoked and is renewed according to the rules "adopted by the Texas Board of Health. DAVID LAKEY, M.D. COM MSIONER OF HEALTH License Number: 400031, Expiration Date: 2119/2011 Control Nun riber:.9W5 (Void After Expiradon Date) VOID IF ALTERED NON -TRANSFERABLE y � 1 TEXAS DEPARTMENT CAE STATE HEALTH SERVICES TOTAL ABATEMENT SYSTEMS CORP is certi#7W to perform as a Asbestos Abatement Contractor in the State of Texas within the purview of Texas Occupations Code, chapter 1954, so long as this license is not suspended or revoked and is renewed according to the rules adopted by the Texas Board of Health. Licemw Number: 800109 Control Number: 95440 DAVID LAKEY, M.D. GOAUMSIONER OF HEALTH VOID IF ALTERED NON -TRANSFERABLE Expiration Date: 11/30/2010 (Void After Expiration Date) 06/21/2009 23:47 9727716825 TASCO PAGE 02/02 HIlB UTILIZATION PLAN BID / PRPOOSAL TITLE: ASBESTOS ABATEMENT AND DEMOLITION OF STRUCTURES FOR NEW FIRE STATION # 5 BID PACKAGE NUMBER: DEM 09-10:FIRE STATION NO.5 NMP TYPE OF WORK: WASTE HAULING F RM NAME: B&B WASTE 'TRANSIT INC. 1916 BRIDGESTONE DR. CORIN7'H, TEXAS 76201 CONTACT NAME: AMY DREW CONTACT PHONE: (214) 803-3184 CERTT.F. AGENCY: TBPC CERTIFICATE # 1030523501100 NCTRCA CERTIFICATE # WFWB38777NI009 WBE CERTIFICATE # 255079 ETHNICTTX / GENDER: WF QUOTE32.68 !9% OF ABATii.MENT C &7.,�:CT RESPONDENT TO INITMIZE & DATE HERE: 06/10/2009 14:28 9727716825 TASCO PAGE 21/25 M M M 5fafr Of Zrxas Historically Underutilized Business Certification and Compliance Program The Texas Building & Procurement Commission (TBPC), hereby certifies that B & B WASTE TRANSIT, INC. has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Certification and Compliance Program to be recognized as a HUB. This certificate, printed 30-JUN 2007, supersedes any registration and certificate previously issued by the TQPC's HUB Certification and Compliance Program. It there are any changes regarding the information (La„ business structure, ownership, day -today management, operational control, addresses, phone and tax numbers or authorized signatures) provided in the submission at the business' application for registration/certification as a HUB, you must immediately (within 30 days of such changes) notify the TBPC's HUB program in writing, The Commission reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upon findings of ineligibility. CertificateNID Number: 1030523501100 File/Vendor Number: 33042 Approval Date: 27-JUN-2007 Expiration Date: 27-JUN-2011 Paul A. Gibson HUB Certification & Compliance Manager Texas Building & Procurement Commission (512) 305.9071 Note: In order for State agencies and institutions of higher education (universities) to be credited for utilizing this business as a HUB, they must award payment under the CertificateMl7 Number identified above. Agencies and universities are encouraged to validate HUB certification prior to issuing a notice of award by accessing the Intemet (httpJ/www.tbpc.stato.tx.us) or by contacting the TBPC's HUB Certification and Compliance Program at (888) 863.5881 or (512) 483-5872. L I Women's Business Entaprise National Cound' in 1xim-wiNhip %xill Wbaien's Business Coiihcg %ilihwest -ki for ecertifiagion (WBE) 1-n-, 1wen rim hy. WBEA B & B Waste Tt'ansit, Inc,, F'Pfrat'On Cate: 0413012009 Certificate Number: sic Cadets); Soo NAICS Codes: ,,2,,, L!w WBEC j.! MWBC �WeENC Auhx4ed to/ WHY* Mtr5l. Prps'c!rm. Visc Scullwip-ST t r m m '��!1' :ts_ 1 1 - Styr i �T i �S"G.: r.. �==ti, .. I.:✓ i CS)Y� Y T, CU - 1] r N CD I �+ NC`I'RCA03 s Lo Ila y ' Women -Owned Business Enterprise rise Certification ' p CD Ln -' B & B Waste Transit, Inc ram. has filed with the Agency the a ro riate Affidavit and is hereby certified to provide services in the followin areas. g y PP P y P <�� g l]:r l Noman-Owned Business Enterprise �. 562111;.�.' Ui r , I Sofid Waste Collection; October 2008� ' rn This Certification is valid beginning and superseded any registration or listing . previously issued. This certification must be updated annually by submission of an Annual Update AlTidavit.At any time there is a charge in ownership or control of the fwni, notiiicatton most be made immediately to the North Central Tetras Regional Certification Agency.' Certificate expiration October '20 09 i .,.I Certilication Administrator = i Issued date October .21 08 _X, CERTIFICATION NO. WFWB38777N1009 i rfer�-se.�i.r sr.' l�riZ:S �ts�. ate.. _. v t;t n -�..tc s iv Y_h' �., t r 'i-'� •�.. '��u -- .. �: �'si '� %``' � —:.. �. '^'1'2�4 : .. r .S'.� •c-:na- �, c- .ra.-.`-. �_./'`.0 d+�." ,�^.`,_ Y N r N �n TEXAS DEPARTMENT OF STATE HEALTH SERVICES B & B WASTE TRANSIT INC it rertified to pgfonn as a Asbestos Transporter in the Slate of Texas within the purview of Texas Occupations Code, chapter 1954, so long as this license is not suspended or revoked and is renewed according to the rules adopted by the Texas Board of Health. DAVID LAK.EY, M.D. COMMISSIONER OF HEALTH License Number: 400327 Control Number: 95454 VOID IF ALTERED NON -TRANSFERABLE Expiration Date: 9/29/2010 (Void After Expiration Date) 11 m m m N m m LO N 00 LO N 00 CA b 8 - A �n 06/10/2009 14:28 9727716825 TASCO PAGE 25/25 e.I WIN WIN as ACORDIN CERTIFICATE OF LIABILITY INSURANCE �OA.TE 1MMrObITYYY, 7/�1(zpoe PMMCER Phones !T7•TTD-SiaO rail THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Mcoueary Henry Bowles Troy LLP ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 12700 Park Central Drive MOLDER. THIS CERTIFICAYE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, 11th Floor , Dallas TX 75251-0470 ;INSURERS AFFORDING COVERAGE NAIC0 grnatignal.,Spec� al�.6,8,83• $ & $Waste Transit, Inc. _,. �+suR[nx�Q a �Tadus.�ry ruYarl�e_ 1g410 1916 Brid9tstons or. _{1 „_. Corinth TX 16210 II"a" p tangSr lnsuFaA.c¢, Co.•---_„ ' _ ,."'SURf•RQ_. ._.._______.. ....,..._._�._.._. ............... ..«. I ..._.! ....—_..... tNSURERE: COVERAGES THE POLt,IES OF INSORARCE LIS"= BELOW HAVE SEEN ISSUED TO TEX INSURED NAMED ABOVE FOR THE POLICY PERICII iNDLCATED, N07NrTHETANDING ANY REQUIREMENT. TERM OR CONDITION OF MY CONTRACT OR GTVTR DOCUMENT WITH RESPECT TO vH1Ca TRIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED 6Y THE POLICIES DESCRIBED HEREIN IS EUB•1ECT TO ALL :'HR TERMS, EXCLUSIONS ANb CONDITION.9 OF SUCH POLICIES. AGGRECATR ),IMITS SHOWN MAY HAVE BBEN REDUCED RY PAID CLAIMS. IV IN1N�x oou S1 POLICY NUMaER PG11�r EFFECTIVE i POLICY E709RATRTi ; iitlai6ITI0:Yl,-; DATE NUM UMIIS A OMRA1.WAeS.tfr PROP4820405 j 5/6/2008 ;5/6/200.9 IIlACIIOCpJRRENCE b•RENT'Eb'- I 1l 000.,aoq,•, . X_ COMMERCIALGENEA��ALLIADILRY CL -•- AIMSMADE ilOCCUR IPREI:I�" •(Qaxaxu! 1__ „S.I.QQ-r_QQ_O.•.. ..--.- i RER•,,..w.A._La<Aw_ INJURY S0 1.Q.,,.,.Q00—/�...... .`'Ssi IP,Q 11W,1A.,.._.___._.._. I I QENtRK AGGIIE DA_., S 1-r..000,,,OO•Q__, OEWL AGWtOAT_E LIMIT APPLIES PER: e I PRODUCTS• COMPAP AFti 1S � � POLIO• � � iw.rr ! .�Of ? I _ g 4AurDMoaaELIAdLITT °CA7S73810 5/6/2009 5/6/2009 I GDMBINEDsateLIMIT I iX J ANY AUTO ! IEFFmdI+uT I l 000,000 !_ ALL GYMCD AUTOS { I BOOILYRl111Rr • ' • SCNEOVt.GDAvrox .-.. . _ ; 14rt,amll , ! Lam..._.._ ._...-,..._..._........ _..._.... jS_ NIAEG ALIrOS I 1BOORYPuuRr i )i 1 NOWOWNrO AUTO$ i I i IPef Attknnll PROPERTY DAMAGE ; "e G AN AGE IJASHITY , ANY AUTO ! i i ' I�VTOONLY-UACGIOENi • „-_•••- 07H A THAN EAAGG� f....., _ t ....._..-. r.... -....... AUr ONLY; AGfi ' I EXCESSMOREL1AL-I-AMITV I� I ! EACH OCCURRENCE :I ._.-........ , ... .... ' �., _«.. OCCUR I I inAReil MADE ; i AoaREGATE oEDUCTIOLE 1 I RETFNTRIN S i S WORRERf POP PON �9A+.wb ! wcYA tt? I ER 11.. EMPIATERr LIAaILRT i I ' ..,._ E.L. EACH A2R!DENT f ANY PRQPRIETORIPMtTWCRB�iClfTrvE � EXCLUDED? t -----�,._..-_.....__ .. (',f4EdAL PROVt41Atlr, lnlow i II° R I �5/6/2009 @.L.rNSEASE-5AEMPLOYEE! S., IIE.L. DISEASA •POLICY LIMIT :S !'ahedule SquiVment $105.100 C ICentractgrs Equipment ! IHO298808500 5/6/2008 I I iL i OEICRIPTtON OF OPERATIONS I LOCAIIO"S I VONICLE$ / EXCLUFACkS ADM CY ENOdt{EMEffT! aPfCIAt PROVISIONS -ertificate holder is named as an ndditienal inxuted per the bgiow ferm(s) buoinete nutomobile policy of thR Lnaured ,nd provided with a waiver of sobrogatien par the below form(n) on the general IiabilAty and buxinoaa autcatobile ')Olicies of the inxured. but on)y to the extant that thA limitt And forms are required to satisfy the terms Of a #ratan contract Addir.I°nel Inattrwrl Form ICA2040 Edition 01/49 Applirx Co the auxinese Aute Pnllcy -ontinued... CERTIFICATE HOLDER No CC Capit+tl Corporation P.O. BON 142649 Irving TX 15014 No ACORD 25 (2001f08) ow w. CANCELLATION 91101)T,D ANY OP THS ABOVE OSSCAI36D POLICIES BE CANCELLED bttORB THE EXPtRATTON DATE TRRREOE. TTIR ISSUING INSURER WILL ENDEAVOR 70 MAIL IO DAYS MRI'rTEN NO11CS; TO THE CERTIFICATE MOLDER NAMED TO THE LEFT, 6UT FAILURE Tn DO SO IRAL16 IMPOSG NO 01LIGhTION OR LIASILtTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR RSPRBBLNTATIVSS. AvtFWRr1xDREPRESENTATIVE 7 OACORD CORPORATION 1989 2.8.Bonds 2.8.1. Bidder's Bond Proposals must be accompanied by a bidder's bond in the amount of five percent (5%) of the largest possible total of the cost estimate. 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 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. 2.8.2. 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 y 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. 2.8.3. 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 United 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. 2-12 FROM CTUE)JUN 23 2009 8:03/8T. 9:00/No.7S23138808 V 8 CNA 6/23/2009 8:28:50 AM PAGE 3/005 Fax Server T Western Surety Company BID BOND (Percentage) Bond Number: )0744347 KNOW ALL PERSONS BY THESE PRESE NTS, That we Bradley Garrett dba Garrett Excavation & Demolition of 312 Faith r_.t. , Burleson, TX 76025 hereinafter referred to as the Principal, and Western Surety company as Surety, are held and firmly bound unto.City of Fort Werth Env_ronmental Nrenaaement Debt. of 100C Tnroc:{rrorton, Fort Wortt , TX 761c2 hereinafter referred to as the Obligee, in the sum of Fi ve ( 5 %) percent of the greatest amount tlid, for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these present:,.. WHER&S, Principal has submitted or is a )out to submit a proposal to Obligee on a contract for New Fi.ce Station No. 5: Demolition of St_ur_.tur(--s _ NOW, THEREFORE, if the said contract bo awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specked in the bidding or contract documents with surety acceptabla to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect, SIGNED, SEALED AND DATED this 2')th day of June 20ri9 Rradley rarret.t. dha Garrett Excavation � Demolition (Principal) _�44 ;' ` A(Seal) West?rat JetF o . a n v 'CSurety, By egory a Harmon Attornc - 9� r Form F5876 FROM (TUE)JUN 23 Z000 8:03/ST. 8: 00/No. 7S23138e)08 L 10 NEED CNA 6/23/2009 8:28:50 AM PAGE 5/005 Fax Server ANSI Western Surety POWER OF ATTORNEY - CERTIFIED COPY Band No. 70744347 Know .Ul Man By These Presents, that WESTER14 SURETY COMPANY, a corporation duly organized and existing under the lawx of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company"), does by these presents make, constitute and appoint Greuory Owen Harmon its true and lawful attorneys) -in -fact, with fitll power and authority hereby conferred, to execute, acknowledge and deliver for and on it* behalf as Surety, bonds for: Principal: B_adley Garrett dba Garrett Excavation & Demolition Obligee: City of Fort Worth Environmental Management Dept. Amount,_ $500, 000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with the corporate seal of the Company and duly attested by it_a Secretary, hereby ratifying and confirming all that the said attorney (s).in-fact may do wit sin the above stated limitations. Said q pcdnttn2nt is made under and by authority of the following bylaw of Western Surety ZEN Company -ahich remains in full force and effect. "Section 9. All bonds, policies, undarrtalungs, .Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. Th4• President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall gave authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the crrporxtlon. The.. mig'n,1turP. of any Allch affiner and Lh � earporatp. seal may hp. nrintpA by f Imirnile." i All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of September 25 2 00 9 _ but until such time shall be irrevocal le and in full force and effect.. In Wituess Whereof, Western Surety Company has ca%ued these presents to be _igMed by its Senior Vice President, Paul T. Bruf)at, and its cog ;o�sltobeatfixedthis ?5th day of June 2009 : r, eyes WEST R� SURE COMPANY IS (,�„� 7 Lez Paul T. Bruflay%Senior Vice President STD ' CII A ss On this 25th day of June in the year 22�00909 l*fnrPma, a notary pnhlie, personally appeared Paul T. Bruflat, who being to me duly sworn. acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation. f D. KRELL 01111 No ny Pusuc AoSEAL gourlt pAK*TA(Mfi .Jotaty Public - South Dakota ♦or�t,�ti���t,��titi���ti�rr 4 Ny Commission Expires November 30. 2012 10111 I the undersigned officer of Western Surety Cc mpany, a stock corporation of the State of South Dakota, do hereby certify that the attached P 3wer of Attorney is in full force and effect, and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company a- cpt. fnrth in the. Pnwe.r of Attornpy i3 now in fnrre. In testimony whereof, I have hereunto set my h xnd and seal of Western Surety Company this 25 th day of June 20,09 . WE8 911RE COMPANY NEED ZWT.Brufla - n for Vice President 2.9. Minority/Women Business Enterprise (MWBE) Utilization Requirements A MWBE goal of 10% percent has been established for this contract. Contract Assurance - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Contractors shall make a good faith effort to subcontract with or purchase supplies from MWBE firms. Contractors shall meet or exceed the stated goal or submit documentation of good faith effort for all applicable contracts to permit a determination of compliance with the specifications. MWBE documentation consists of the Special Instructions to Bidders, the Subcontractor Utilization Form, the Prime Contractor Waiver Form, the Good Faith Effort Form, and the Joint Venture Form. Copies can be obtained from the City's MWBE Office OR the following City of Fort Worth website: htta://www. fortworthaov.oror/mwbe/default. aspx?id=368&terms=MWBE %20OFF1 CEBsea rohtvpe=1 &fraoment=False 2.9.1. If Contractor equals or exceeds the project goal, they must submit the Subcontractor Utilization Form or the Joint Venture Form. 2.9.2. If Contractor does not have subcontracting and/or supplier opportunities, they must submit the Prime Contractor Waiver Form. 2.9.3. If Contractor has subcontracting and/or supplier opportunities but does not include MWBE 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. 2.9.4. if Contractor has subcontracting and/or supplier opportunities but does not include any MWBE participation, they must submit the Subcontractor Utilization Form and the Good Faith Effort Form and documentation. All MWBE 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. For the purpose of determining contract compliance under the MWBE program, businesses listed as MWBE within the Utilization Plan must be certified as such prior to a recommendation for award being made to the City Council. Contractor shall submit the Subcontractor Utilization Form and/or the Good Faith Effort Form or the Prime Contractor Waiver Form, or the Joint Venture Form ("and documentation") as appropriate. The Environmental Management Department must receive the documentation no later than 5:00 p.m., five City business days after the bid opening date, exclusive of the bid opening date. Contractor shall obtain a receipt from an employee of the Environmental Management Department. Such receipt shall be 2-14 �1 41 evidence that the City received the documentation. The submission of the applicable completed form(s) within the allotted time will be considered when determining the responsiveness of the bid. Failure to comply with the bid specifications, inclusive of the MWBE requirements and documentation, shall render the bid non -responsive. The Good Faith Effort documentation shall demonstrate the Contractor's commitment and honest efforts to utilize MWBE(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 bid/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. Questions about MWBE requirements may be directed to the City's MWBE Business' Office at 817.392.6104. Check the appropriate box/boxes: ® The following MWBE documents are included in this bid submittal, following this page, bound within the response: x Subcontractor Utilization Form Joint Venture Form x Prime Contractor Waiver Form - X Good Faith Effort Form ❑ MWBE documents will be delivered to the Environmental Management Department* no later than 5:00 p.m., five City business days after the bid opening date, exclusive of the bid opening date. Prompt Payment - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Recipient. This clause applies to both MWBE and non-MWBE subcontractors. CONTR CTOR: Signature Bradley J Garrett Name Owner Title Garrett Excavation & Demolition Company 6/25/2009 Date 2-15 .r -. as 1 r NOTE: The Environmental Management Department's Administrative Offices are located in the City Hall Annex, 908 Monroe Street, 7'" Floor, Fort Worth, Texas 76102. The Department's mailing address is 1000 Throckmorton, Fort Worth, Texas 76102. 2-16 FORT WORT City of Fort Worth Disadvantaged Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY IIf the total dollar value of the contract is $25,000 or more, the DBE goal is applicable. If the total dollar value of the contract Is less than $25,000, the DBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Disadvantage Business Enterprises (DBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of DBE firms to a level comparable to the availability of DBEs that provide goods and services directly or indirectly to the City. All requirements and regulations stated in the City's current Disadvantage Business Enterprise Program apply to this bid. DBE PROJECT GOALS The City's DBE goal on this project is 10 % of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's DBE program by either of the following: 1. Meet or exceed the above stated DBE goal, or; 2. Good Faith Effort documentation, or; - 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shdll deliver the DBE documentation in person to the appropriate employee of thb4ranaging d8partmeht arrd obtain d,datehime receipt. Such receipt shall be evidence that the City received the QocUm�hjaVon inM,01i1@,alloGateit�► faxed Copy will not be accepted. 1. Subcontractor Utilization Form, if goal is met or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal: 3. Good Faith Effort Form, if no participation: 4. Prime Contractor Waiver Form: 5. Joint Venture Form, if goal is met or exceeded: received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S DBE PROGRAM, WILL RESULT IN THE BID BEING j CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 1 1 / 11 /05 Fob WORTH PRIME COMPANY NAME: PROJECT NAME: PROJECT NUMBER: CITY OF FORT WORTH Disadvantaged Business Enterprise Garrett Excavation & Demolition ATTACHMENT 1A Page 1 of 3 Schedule of Subcontractors/Suppliers Asbestos Abatement & Demolition of Structures for new Fire Station #5 DEM 09-10: FS #5 ❑ DBE 6 BID DATE:/25/2009 I CrrrS DBE PROJECT GOAL: 10 % I I Prime's DBE GOAL COMMITMENT: 5.15 x Please read the following statements prior to executing this form. Bidders/Offerors must provide information on all prospective subcontractor(s)♦suppliers who submit bidsiquotations in support of this solicitation. 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 bit opening, exclusive of bid opening date, will result in the bid being considered non -responsive to the bid specifications. ,The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including i DBE(s) 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 by the 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 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. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractodconsultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1'r tier, a payment by a subcontractor to its supplier is considered 2nd.tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a DBE and counting those dollars towards meeting the contract committed goal. Prime contractors must also provide the previous year's annual gross receipts of ap subcontracton0suppliers lkftd on the utilization form. This information may be expressed in the dollar ranges provided that column. Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacture nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the prime contractor is responsible to identify the amounts to be used toward the committed DBE goal. If hauling services is utilized, separation of dollars for haul -in and haul out is required. In addition, the prime will be given credit for utilizing a DBE hauling firm as long as the DBE owns and operates a least one fully licensed and operational truck used on the contract The DBE may lease trucks from another DBE firm, including DBE owner - operated and receive full DBE credit The DBE may lease trucks from non -DBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the DBE as outlined in the lease agreement. Note: Be mindful of the 60% rule. Rev. 5-30-03 ATTACHMENT 1A FORT WORTH Page 2of3 CITY OF FORT WORTH SCHEDULE OF SUBCONTRACTORS/SUPPLIERS Check this box ❑ if any subcontractor/supplier is a Sale Source and identify by writing sole source by the subcontractor/supplier name. NAMES AND ADDRESSES OF TYPE OF WORK TO BE PERFORMED Specify CERTIFIED DBE PREVIOUS YEAR'S SUBCONTRACTORS/SUPPLIERS Tier FIRM ANNUAL GROSS RECEIPTS ( check one) Name: 'rotas abatement systems Corp Type of Work: Asbestos Abatement 6142 State Hwy. 276 1st Yes _ No x — less than $500K Address: Royse City, TX 75189 Certified By: x — $500K to $2M Phone: 972-771-6919 NCTRCA Fax: 972-771-6825 $ AMOUNT: 3,863.32 TXDOT — $2M to $5M Email: danny@tascotx.com Other please attach DBE certification — more than $5M Contact Person: r,I n v, �,*or B&B WaRe )transit, Name: Inc. Type of Work: Hauling Services 1916 Bridgestone Dr. Yes % No_ x less than $500K Address: Corinth, TX 76210 2nd Certified By: — $500K to $2M Phone: 214-803-3184 NCTRCA X Fax: 940-497-0600 $ AMOUNT: 832.68 (Haul out only) TXDOT — $ZM to $5M Email: amy. drew�centurytel .net Other please attach DBE certification — more than $5M Contact Person: zvcs.� Name: Type of Work: Yes X No less than $500K Address: — — — Certified By: — $500K to $2M Phone: NCTRCA Fax: $ AMOUNT: TXDOT — $2M to $5M Email: Other please more than $5M Contact Person: mach DBE certification — Name: Type of Work: Yes No_ less than $500K Address: — — Certified By: — $500K to $2M Phone: NCTRCA $2M to $5M Fax: $ AMOUNT: TXDOT — Email: Other please more than $5M Contact Person: attach DBE certification — Rev. 5-30-03 FORTWORTH NAMES AND ADDRESSES OF S U BC ONTRA C TORS/SUPPLIER S Name: Address: Phone: Fax: Email: Contact Person: Name: Address: Phone: Fax: Email: Contact Person: CITY OF FORT WORTH SCHEDULE OF SUBCONTRACTORISUPPLIERS TYPE OF WORK TO BE PERFORMED Type of Work: $ AMOUNT: Type of Work: $ AMOUNT: Specify CERTIFIED DBE Tier FIRM Yes — No_ Certified By: ATTACHMENT 1A Page 3 of 3 PREVIOUS YEAR'S ANNUAL GROSS RECEIPTS ( check or►e) less than $500K NCTRCA — $500K to $2M TXDOT Other pleas — $2M to $6M attach DBE certification more than $5M Yes No less than $500K Certified By: — $500K to $2M NCTRCA TXDOT — $2M to $5M Other please more than $5M attach DBE certficadm — The undersigned bidder agrees to enter into a formal agreement with the DBE firms for work listed in this schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. ALL DBES MUST BE CERTIFIED BY THE CITY OF FORT WORTH PRIOR TO A RECOMMENDATION FOR AWARD TO THE CITY COUNCIL. /"/ - /A� Authorize Signature Printed gnature� Owner Bradley J Garrett / Owner Title Contact Name and Title (if different) Garrett Excavation & Demolition 817-426-0082 817-426-2307 Company Name Phone Number Fax Number 312 Faith Ct. garrett_demolition®sbcglobal.net Address Email Address Burleson, TX 76028 6/25/2009 City/State/Zip Code Date Rev. 5-30-03 .0 ATTACHMENT 1B Page 1 of 1 City of Fort Worth Disadvantage Business Enterprise Specifications Prime Contractor Waiver Garrett Excavation & Demolition Asbestos Abatement & Demolition of Structures for Prime Company Name Project Name new Fire Station #5 6/25/2009 DEM 09-10: FS #5 Bid Opening Date Project Number If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if nth answers are yes. Failure to complete this form in its entirety and be received by the Manaaino Deoartment on or before 6:00 p.m., five (5) City business days after bid oaeninq, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? Yes x No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? Yes x No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including DBE(s) on this contract, the payment therefore and any proposed changes to the original DBE(s) 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 by the 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 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. Bradley J Garrett Authori d Si ature Printed Signature Owner Bradley J Garrett Title Contact Name (if different) Garrett Excavation & Demolition (817) 426-0082 (817) 426-2307 Company Name Phone Number Fax Number 312 Faith Ct. garrett_demolition@sbcglobal.net _ Address Email Address Burleson, TX 76028 6/25/2009 City/State/Zip Date Rev. 5130/03 ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth Disadvantage Business Enterprise GOOD FAITH EFFORT Garrett Excavation & Demolition 6/25/2009 Prime Company Name Bid Date Asbestos Abatement & Demolition of Structures DEM: 09-10: FS #5 Project Name For New Fire Station #5 Project Number If you have failed to secure DBE 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 DBE 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. 41 1.) Please list each and every subcontracting and/or supplier opportunity (DO NOT LIST NAMES OF FIRMS) which will be used in the completion of this project, regardless of whether it is to be provided by a DBE or non -DBE. On Combined Projects, list each subcontracting and or supplier opportunity through the 2nd tier. (Use additional sheets, If necessary) List of: Subcontractina ODoortunities List of: Supplier Opportunities It Asbestos Abatement 1st Tier Equipment Fuel W. Waste Haul off 2nd Tier 2.) Obtain a current (not more than three (3) months old from the bid open date) list of DBE subcontractors and/or suppliers from the City's MMBE Office. wo Rev. 5130103 X Yes No ATTACHMENT I Page 2 of 3 Date of Listing 06 / 11 / 2009 3.) Did you solicit bids from DBE 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? X Yes If yes, attach DBE mail listing to include name of firm and address and a dated No copy of letter mailed. 4.) Did you solicit bids from DBE 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 DBE firm, ep rson contacted, No phone number and date and time of contact. 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 DBE name, date, time, fax number and documentation faxed. NOTE: If the list of DBEs for a particular subcontracting/supplier opportunity is ten or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of DBEs for a particular subcontracting/supplier opportunity Is ten or more, the bidder must contact at least two-thirds 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 DBEs or information regarding the location of plans and specifications in order to assist the DBEs? X Yes No 6.) Submit documentation if DBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the DBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute Is concerning quotes, the bidder will provide for confidential in -camera access to a 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 :actus Systems Inc 817-626-4791 Nelda Hall Asbestos Abatement Bid Too High Clean Air Remediation 214-324-1080 Sylvester White Asbestos Abatement Bid Too high Empire Environmental 214-327-3653 George Asbestos Abatement Never received bid Nations Environmenta- 972-725-934r Tanya Asbestos Abatement Dil not respond to fax os call North Star Abatement 972-288-0110 G. Lopez Asbestos Abatement Never received bid Response Remediation 972-907-87721 Jesse Hinojosa Asbestos Abatement Not interested in bidding USA Environmental Group 214-752-8424 Receptionist Asbestos Abatement Not able to bid..estimator out of town American Environmental 817-417-4591 Adam Hewitt Asbestos Abatement No bid TEC Environmental 972-524-9966 Brian Smith Asbestos Abatement Bid was too high ADDITIONAL INFORMATION: Intercon Environmental & RNDI advised that they would be bidding the project as prime contractor. Abacus Environment is a consultant. Cuevas Distribution is not an abatement firm. Dtech Services is a consultant. Ponce Contractors on Garrett's "DO NOT CALL" list. Ranken Environmental is a consultant. Rev. 5/30/03 ATTACHMENT I Page 3 of 3 Please provide additional Information you feel will further explain your good and honest efforts to obtain DBE participation on this project. Please see attached list of M/WBE Business' that were contacted for subcontracting opportunities. — Please see attached documentation. 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 DBE(s) listed was/were contacted in good faith. It is understood that any DBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's IVIIWBE Office. Authorized Signature Printed Signature Owner Bradley J Garrett / Owner Title Contact Name and Title (if different) Garrett Excavation & Demolition 817-426-0082 Fax 817-426-2307 Company Name Phone Number Fax Number 312 Faith Ct. Address garrett_demolitionesbcglobal.net Email Address Rev. 5130103 am so AT'11ACHMENT 1C Burleson, Tx 76028 Page 4 of 3 6/25/4009 City/State/Zip Date 9 I I A I ri I r, - 0 woo I 06-11-09;10:43AM; # 1/ 6 Im so so FORTWORTIH Iq June 11, 2009 Garrett Excavation & Demolition 312 Faith Ct. Burleson, TX 76028 Project: Dear April Collmar, Post -It' Fax Note 7671 �oi�//�Q� IPage9D -� Fax Per your request, our office is providing the attached listings to assist you in your efforts to utilize M/WBE sub -contractors and/or suppliers in the following commodities: YOUR IREOUEST: LISTINGS SENT: Asbestos Abatement Asbestos Abatement Engineering, Environmental And Geotechnical Engineering, Environmental and Geotechnical Environmental and Geotechnical Consulting Services Environmental and Geotechnical Consulting Services Erosion Control Serviees/Dcviccs (includes Gabion Work)Erosion Control Services/Devices (includes Gablon Work) The attached listings can be utilized up to three months from the date of this letter, per the City of Fort Worth's Minority/Women Business Enterprise (M/WBE) Ordinance #15530. If additional commodities are needed within this 3-month period, please contact this office and your request will be processed immediately. Thank you for your interest and if the M/WBE Office can be of further assistance feel free to call anytime, 817-392-6104. Sincerely veronica IVA s ye ECONOMIC AND COMMUNITY DEVELOPMENT MTNORI=OMEN BUSINESS ENTERPRISE THE CITY OF FORT WORTH' 808 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 Phone (917) 392-61na 0 r— ia,'T'k -2ft, LA-- MINORITYlWOMEN ( 1NESS ENTERPRISE DISCLAIMER Please be advised that the City of Fort Forth does not make any r — .. ions as to the capability or qualifications of any of these businesses to perform the work required on City contracts. The City, therefore, hill not guarantee, recommend or give warranty or other assurances as to the competency and/or fitness of certified hiMBE firms. At the present time, this list of certified hi/R`BE firms is being formulated and maintained by the North Central Texas Regional Certification Agency (NICTRCA) solely for the purpose of disseminating information of the availability of NVWBE businesses for the City. � These listings undergo continual revisions. The City of Fort Worth will accept ecnification of a vendor by the A'CTRCA or Texas Department of Transportation (higtmay division) in the marketplace, prior to i AWARD of the contract. The marketplace area includes the counties of- Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall. Please contact the Mincrity/Women Business Enterprise Office at (817) 392-6104 for any subsequent chartge(s) and/or questions. If a certified tendoes name does not appear on the listing(sl pkase call the &V%VBE Office to tYrify. o cn NOTE. An Offeror sill be g'iM Credit toward the M/WBE goal only when the M/WBE supplier performs a commercially useful function. A WWBE supplier is considered to have performed a commercially o useful function when the MAVRE supplier is a manufacturer or a regular dcakr. As dclinod in City Ordinance 15330, a Regular Dealer is a firm that owns, opera". 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 w-hoksak. A :Manufacturer is one that manufactures a product by hand or � tnaci ire suitable for uses; the process of rocking wares. It is the responsibility of the Offeror to assure that the MAVBE supplier it list toward meeting the sated contract goal, also meet the City's requirements for a Maimracturer or Regular Dealer. MIWBE Contractors Alphabetical SIC Listing FIRM ADDRESS CITY ST ZIP 00179904 ASBESTOS ABATEMENT ?Clbacus Environment, Inc. 5480 La Sierra Drive \C `- Dallas TX 75231 \/Cactus System incorporated 222 W. Exchange Avenue, Suite 106 Fort Worth TX 76106 vtlean %fir Remediation Environmental P.O. Box 875 Rowlett TX 75030 Services Acuevas Distribution, Ina, ;(Dtech Services ,,,Emplre Environmental Group ,4nlercon Environmentat. Ina b/lt c4iltd 1 Medtronic Solutions USA LLC .,-Nations Environmental Services, Inc. w44orth Star Abatement Corporation )(Ponce Contractors, Inc. NO ! 1 ouslity Air Controllers. Inc. ,oAanken Environmental, LLC .,Response Remediation Services Company ✓RNDI Companies, Inc. hilt Cr-11td v/USA Environmental Group, Inc. 6/ 11 /2 009 3719 N. Main Street lKC� Cba�erYPt��'t't �`�*X)Arringlon Fort Worth 624 Six Flags Drive, Suite 130t(0Yr:*Aa rA� 11420 E. Northwest Highway, Suite 107 D as 2214 FM 1187 Building 6 (W1 it ►f_ bidd nc-S field 503 Castleford Drive Allen P.O. Box 210857 Dallas P.O. Box 222069 610W ►1 QY d1.�t Dallas 6430 Brentwood Stair Drive bo ACT cPA-L li-t:A it Fort Worth 1002 N. Central Expressway, Suite 301 Richardson P.O. Box 118470 r4.#61LCarrollton 1701 North Greenville Avenue. Suite 603 Richardson 500 Turtle Cove, Suite 107(v,(tl l bt. bt9ttrq.& Rockwall 315 Yorktown Stre� at 3 Dallas N PHONE (214) 363-0099 (617) 626-4791 (214)324-1080 TX 76106 (817) 626-7110 TX 76011 (817) 695-6519 TX 75218 (214) 327-3653 TX 76063 (817) 477-9995 TX 75013-3049 (489) 767-9645 TX 75211 TX 75228 TX 76112 TX 75080 TX 76011 TX 75081 TX 75087 TX 75208 i ii�,V � Sn C�n'1 (972)725-9345 (972) 288-0110 (817) 496-3700 (972) 437-2100 t'1t11- (214) 797-9974 (972) 907-8772 (214) 771-3977 (214) 752-8424 FAX (214) 363-3919 (817) 6264726 (214) 324-7572 W 7) 626-7316 (817) 385-0965 (214) 321-5669 (817) 477-9996 (972) 747-7126 (972) 725-9346 (972) 288-0330 (817) 496-3110 (972) 437-6W8 (972) 236-2123� 1,214) 722-055r (214) 771.3988 (214) 752 /8414 (j I N 1 of 1 m 312 Faith Ct. Burleson, TX 76028 817-426-0082 Office 817-426-2307 Fax Barrett_demolitionCsboglobal.net Fax To: USA Environmental Group, Inc Fax: 214-752-8414 Phone: l A11. -�-�sZ� Re: City of Fort Worth: Fire Station #5 and Spinks Airport Abatement From: April Collmar Pages: 3 Date: 6/11 /09 cc: Urgent ❑ For Review ❑ Please Comment ❑ Please Reply ❑ Please Recycle * Comments: To Whom It May Concern: We would like to request a quote from your firm for the abatement portion of the above referenced projects. Please let me know if you are interested in bidding either of these projects. Feel free to contact our office if you require additional information. Thank you, April Collmar A �rofCkS. .+ arreft Excavation _Demolition From: Garrett Excavation & Demolition[garrett_demolition@sbcglobal.net] Sent: Wednesday, June 17, 200911:39 AM To: 'jhinojosa@hyphengroupinc.com' Subject: Fort Worth Spinks Airport & Fire Station Abatement Attachments: RFQ_RRS.pdf Please see the attached request that was faxed to your firm on 6/11. 1 appreciate you taking the time to talk with me today. If you decide that you are interested in bidding either of these projects then I will email the specs over to you. April Collmar y Garrett Excavation & Demolition Office 817-426-0082 Fax 817-426-2307 Email Barrett demo lition@sbcRIobal.net 49 - �� rQQ(� �S eve✓ Yr�C� �V� 312 Faith Ct. Burleson, TX 76028 817-426-0082 Office 817-426-2307 Fax garretLdemolition@sboglobal.net rrFm To: Response Remediation Services From: April Collmar Fax: 214-722-0553 Pages: 3 Phone: Date: 6/11/09 Re: City of Fort Worth: Fire Station #5 and cc: Spinks Airport Abatement Urgent ❑ For Review ❑ Please Comment ❑ Please Reply ❑ Please Recycle • Comments: To Whom It May Concern: We would like to request a quote from your firm for the abatement portion of the above referenced projects. Please let me know if you are interested in bidding either of these projects. Feel free to contact our office if you require additional information. Thank you, April Collmar na�o-se'-gng"erOnc.ce IV-, Mock I��y �u�ll nC� 4x.���re.��1�4414ks M. UPV L v ol Y-L5 —�k VeC INVITATION TO BID _ FORTWORTH CITY OF FORT WORTH ENVIRONMENTAL MANAGEMENT DEPARTMENT 1000 THROCKMORTON FORT WORTH, TEXAS 76102 PROJECT: DEM 09-10: FS #5 ASBESTOS ABATEMENT AND DEMOLITION OF STRUCTURES FOR NEW FIRE STATION #5 FORT WORTH, TEXAS May 12, 2009 Company Name Address C4, State, Zip Date v UDI � � (:�CL-' -Le-� mt--kmua �d�'all���FC��tifx cs 1-0 r�`S e�TNVITATION TO BID FORTWORTH CITY OF FORT WORTH ENVIRONMENTAL MANAGEMENT DEPARTMENT 1000 THROCKMORTON FORT WORTH, TEXAS 76102 PROJECT: D EM 09-09: S P I N KS REMOVAL OF ASBESTOS -CONTAINING MATERIALS AND DEMOLITION OF STRUCTURES AT SPINKS AIRPORT FORT WORTH, TEXAS May 12, 2009 Company Name Address City, State, Zip Date Garrett Excavation Demolition ..ofrom: jesse ohinojosa@hyphengroupinc.com] Sent: Wednesday, June 17, 2009 11:43 AM To: Garrett Excavation & Demolition Subject: Delivered: Fort Worth Spinks Airport & Fire Station Abatement Attachments: details.txt Your message was delivered to the recipient. so .. Garrett Excavation _Demolition `n4rom: jesse Dhinojosa@hyphengroupinc.com] Sent: Wednesday, June 17, 200911:43 AM To: Garrett Excavation & Demolition Subject: Read: Fort Worth Spinks Airport & Fire Station Abatement Attachments: details.txt Your message was read by the recipient. Garrett Excavation Demolition `From: To: Sent: Subject: Your message -.- so Mw so ON Jesse Hinojosa UHinojosa@hyphengroupinc.com] Garrett Excavation & Demolition Wednesday, June 17, 200911:43 AM Read: Fort Worth Spinks Airport & Fire Station Abatement 312 Faith Ct. Burleson, TX 76028 817-426-0082 Office 817-426-2307 Fax garrett__demolition@sbcglobal.net FaX To: Ranken Environmental From: April Collmar Fax: 1-972-236-2123 Pages: 2 Phone: Date: 6/11 /09 Re: City of Fort Worth: Fire Station #5 and cc: Spinks Airport Abatement Urgent ❑ For Review ❑ Please Comment ❑ Please Reply ❑ Please Recycle so • Comments: _ To Whom It May Concern: We would like to request a quote from our firm for the abatement eq q y portion of the above referenced projects. Please let me know if you are interested in bidding either of these projects. Feel free to contact our office if you require additional information. Thank you, April Collmar qq LYE t� Vrn kk �� • oc Garrett Excavation _Demolition `from: reggie@rankenllc.com Sent: Monday, June 22, 2009 11:21 AM To: Garrett Excavation & Demolition Subject: Re: City of Fort Worth Fire Station #5 & Spinks Airport Abatement & Demo Thank you for your consideration. We are an Environmental consulting company and it looks like :-IS" is doing the consulting on this project. I have forwarded this information on to two of the WBE cm—%icai, cos, that we do work with if that helps. Brian P. Smith T.E.C. Environmental, Inc. WBE d HUB Certified Post Office Box 1449 Terrell, Texas 75160 T: 972-524-9966 M: 214-325-2411 F: 972-524-3780 E: bsgrayco@sbcglobal.net And r., ,ondra Bell with H & K Environmental samielb303O@yahoo.com Thanks again, Reggie Neal Vice President RANKEN ENVIRONMENTAL, LLC. P.O.Box118470 Carrollton, Texas 75011 ` E: reapie@rankenlic.com P: 214-797-9973 F: 972-236-2123 -----Original Message ----- From: Garrett Excavation & Demolition [mallto:garrett demolition@sbcglobal.net] Sent: Wednesday, June 17, 2009 03:06 PM To: reggle@rankenllc.com Subject: City of Fort Worth Fire Station #5 & Spinks Airport Abatement & Demo •ofrom: Garrett Excavation & Demolition [mailto:garrett demolitlon@sbcglobal.net] .. Sent: Wednesday, June 17, 2009 2:06 PM To: 'reggie@rankenllc.com' Subject: City of Fort Worth Fire Station #5 & Spinks Airport Abatement & Demo .00 From: Garrett Excavation & Demolition [mailto:garrett demolition@sboglobal.net] Sent: Wednesday, June 17, 2009 2:05 PM moo: 'reggie@rankenllc.com' Subject: City of Fort Worth Fire Station #5 & Spinks Airport Abatement & Demo From: Garrett Excavation & Demolition [mailto:garrett demolition@sboglobal.net] Sent: Wednesday, June 17, 2009 2:02 PM To: 'reggie@rankenlic.com' Subject: City of Fort Worth Fire Station #5 & Spinks Airport Abatement & Demo Reggie, Please find attached the specs and info for the Fire Station & Spinks Airport. I will be sending a few separate email with all the information. Feel free to contact our office if you require additional information. April Collmar Garrett Excavation & Demolition Office 817-426-0082 Fax 817-426-2307 Email aarrett demoiition(@sbcRiobal.net Garrett Excavation _Demolition .rfrom: glopeznstarcorp@aol.com Sent: Monday, June 22, 2009 6:02 PM 'r To: Garrett Excavation & Demolition Subject: Re: Read: Spinks Airport & Fire Station #5 Abatement quote We will be sending a proposal ------Original message ------ _ From: Garrett Excavation & Demolition To: glopeznstarcorp@aol.com Subject: RE: Read: Spinks Airport & Fire Station #5 Abatement quote Sent: Jun 22, 2009 4:09 PM Please let me know if you will providing us with a bid for either of these projects. -----Original Message ----- From: glopeznstarcorp@aol.com [mailto:glopeznstarcorp@aol.com] Sent: Thursday, June 18, 2009 4:57 AM To: Garrett Excavation & Demolition Subject: Read: Spinks Airport & Fire Station #5 Abatement quote Your message was read by the recipient. lvftofent from my Verizon Wireless B1ackBerry M. r we r so 312 Faith Cl. Burleson, TX 76028 817-426-0082 Office 817426-2307 Fax Barrett_demoli#orCsbeglobal.net Fax To: North Star Abatement Corp Fax: 972-288-0330 Phone: Rot City of Fort Worth: Fire Station #5 and Sphtks Airport Abatement From: April Collmar Papas: 2 Datsa 6I11/09 CC. Urgent ❑ For Review ❑ Please Comment ❑ Please Reply O Please Recycle s Comments: To Whom It May Concern: We would like to request a quote from your firm for the abatement portion of the above referenced projects. Please let me know if you are interested in bidding either of these projects. Feel free to contact our office if you require additional information. Thank you, April Collmar (tol J � i?-Y1'1Cc.i�Q�. we ���22i Sel}i C�Y18�Q1� Q-1YrL` \ Garrett Excavation _Demolition "From: Garrett Excavation & Demolition[garrett_demolition@sbcglobal.net] Sent: Wednesday, June 17, 2009 9:47 AM To: 'glopeznstarcorp@aol.com' Subject: Spinks Airport & Fire Station #5 Abatement quote Attachments: 090601_DEM ADD1.pdf; 090608_DEM_addendum.pdf To Whom It May Concern: We faxed over a request for quote on the abatement portion of the above referenced projects on 6/11/09. Please find attached the addendums that have been issued on both projects. Please feel free to contact our office if you require 4 additional information. April Collmar Garrett Excavation & Demolition Office 817-426-0082 Fax 817-426-2307 Email Barrett demolitionPsbcaiobal.net 40 Garrett Excavation _Demolition —From, glopeznstarcorp@aol.com Sent: Thursday, June 18, 2009 4:55 AM To: Garrett Excavation & Demolition Subject: Delivered: Spinks Airport & Fire Station #5 Abatement quote Attachments: details.txt . A Your message was delivered to the recipient. no — GarrettExcavation _Demolition from: glopeznstarcorp@aol.com of Sent: Thursday, June 18, 2009 4:57 AM To: Garrett Excavation & Demolition Subject: Read: Spinks Airport & Fire Station #5 Abatement quote Attachments: detaiis.txt Your message was read by the recipient. r OW 016 .w w 1 Garrett Excavation ..Demolition from: Garrett Excavation& Demolition[garrett_demolition@sbcglobal.net] .o Sent: Monday, June 22, 2009 4:09 PM To: 'glopeznstareorp@aol.com' Subject: RE: Read: Spinks Airport & Fire Station #5 Abatement quote M Please let me know if you will providing us with a bid for either of these projects. -----Original Message ----- From: glopeznstarcorp@aol.com [mailto:glopeznstarcorp@aol.com] Sent: Thursday, Tune 18, 2009 4:57 AM To: Garrett Excavation & Demolition Subject: Read: Spinks Airport & Fire Station #5 Abatement quote Your message was read by the recipient. Garrett Excavation _Demolition From: glopeznstarcorp@aol.com Sent: Monday, June 22, 2009 4:09 PM To: Garrett Excavation & Demolition Subject: Delivered: RE: Read: Spinks Airport & Fire Station #5 Abatement quote Attachments: details.txt Your message was delivered to the recipient. . Garrett Excavation _Demolition - „/om: glopeznstarcorp@aol.com Sent: Monday, June 22, 2009 4:40 PM 'M To: Garrett Excavation & Demolition Subject: Read: RE: Read: Spinks Airport & Fire Station #5 Abatement quote Attachments: details.txt Your message was read by the recipient. 312 Faith Ct. Burleson, TX 76028 817-426-0082 Office 817-426-2307 Fax garrett—demoliton@sboglobal.net FaX To: Nations Environmental Services From' April Collmar Fax: 972-725-9346 Pages: 3 Phone: Date: 6/11/09 Re: City of Fort Worth: Fire Station #5 and cc: Spinks Airport Abatement Urgent ❑ For Review 0 Please Comment ❑ Please Reply ❑ Please Recycle • Comments: To Whom It May Concern: We would like to request a quote from your firm for the abatement portion of the above referenced projects. Please let me know if you are interested in bidding either of these projects. Feel free to - contact our office if you require additional information. Thank you, April Collmar LXac-aAok- tA al v, vm 4�-vuv.-� Garrett Excavation _Demolition From: Garrett Excavation & Demolition (garrett demolition@sbcglobal.net] .6ent: Wednesday, June 17, 200910:36 AM To: 'empireenvirog@msn.com' Subject: FW: Spinks Airport & Fire Station #5 George, I apologize, I did send this request to you on 6/11. 1 guess this can serve as a reminder! Please let me know ;t you will be bidding either of these projects. Thanks for your time. April Collmar Garrett Excavation & Demolition 817-426-0082 Office 817-426-2307 Fax From: Garrett Excavation & Demolition [mailto:garrett demolition@sboglobal.net] Sent: Wednesday, June 17, 2009 9:39 AM To: 'empireenvirog@msn.com' Subject: Spinks Airport & Fire Station #5 George, I believe that I already sent you this request, but we would like request a quote from your firm for the abatement Ndortion of the above referenced projects. Please let me know if you require additional information. April Collmar .. Garrett Excavation & Demolition Office 817-426-0082 Fax 817-426-2307 Email Barrett demolition@sbcalobal.net anaO-tv -Qmct�_( I Garrett Excavation _Demolition From: Garrett Excavation & Demolition [garrett_demolition@sbcglobal.net] Sent: Monday, June 22, 2009 4:20 PM To: 'empireenvirog@msn.com' .� Subject: FW: Spinks Airport & Fire Station #5 Please let me know if your firm will be bidding this project. From: Garrett Excavation & Demolition [mailto:garrett demolition@sbcglobal.net] Sent: Wednesday, June 17, 2009 10:36 AM To: 'empireenvirog@msn.com' Subject: FW: Spinks Airport & Fire Station #5 George, I apologize, I did send this request to you on 6/11. 1 guess this can serve as a reminder! Please let me know it you will be bidding either of these projects. Thanks for your time. April Collmar Garrett Excavation & Demolition 817-426-0082 Office i 817-426-2307 Fax from: Garrett Excavation & Demolition [mailto:garrett_demolition@sbcglobal.net] Sent: Wednesday, June 17, 2009 9:39 AM To: 'empireenvirog@msn.com' Subject: Spinks Airport & Fire Station #5 George, I believe that I already sent you this request, but we would like request a quote from your firm for the aba tement portion of the above referenced projects. Please let me know if you require additional information. April Collmar Garrett Excavation & Demolition Office 817-426-0082 Fax 817-426-2307 Email garrett demolition@sbcRIobal.net VIA TO EMAIL Attn: April Collmar REFERENCE: Way North C.A.R.E.S. Clean Air Remediation Environmental Services PROPOSAL June 24, 2009 Abatement of Structures located at 816 Irma, 1250 Evans and 1264 Evans SCOPE OF WORK: Removal and disposal of ACM building material as per Part 1 General Section, Asbestos Removal Specifications 1.1.2 Extent of Work from each building mentioned above. Ms. Collmar, We propose to furnish all labor, materials and transportation for the removal and disposal of asbestos containing materials from the above -mentioned areas as per walk through. ASBESTOS REMOVAL COST....................................................10,500.00 The proposed sum includes: A). Project coordination with Owner and/or Owner representative. B). A full time licensed Superintendent will be at the job site for the extent of the entire project. Additionally, CARES foremen and abatement technicians are licensed and experienced and provide the labor portion for successfully completing each project. Q. Air Monitoring to be performed by an independent lab. D). A full week notice to CARES will be required to efficiently expedite mobilization. E). Labor is based on working Monday through Friday, 8 hours per day, for site preparation and removal G). CARES will subcontract the waste hauling and disposal to an independent, certified and licensed firm specializing in waste transporting. The waste will be disposed of in a federal/state-approved landfill H). OWNER OR OWNER REPRESENTATIV IS REPONSIBLE FOR WATER AND ELECTRICAL I). ANY ADDITION WORK, WILL BE CHARGED TO THE OWNERS J). Payment is due within 30 days after completion of project. We appreciate this opportunity and look forward to discussing any questions or clarifications that you may have regarding this proposal. Please do not hesitate to call me at (214) 324-1080. Sincerely, so 'Sylvester White Garrett Excavation _Demolition From: Garrett Excavation & Demolition[garrett_demolition(Qsbcglobal.net] _WdSent: Tuesday, June 23, 2009 5:20 PM To: 'CARES' W Subject: Spinks & Fire Station 5 Just a reminder to send your bids no later than 10 am tomorrow morning in order to be considered. April Colima Garrett Excavation & Demolition Office 817-426-0082 Fax 817-426-2307 Email Barrett demolition Psbcelobal.net .. 312 Faith Cl. Burleson, TX 76028 817-426-0082 Office 817-426-2307 Fax garrett demolition@sbcglobal.not _ FaX To: CARES From: April Collmar Fax: 214-324-7572 Pages: 2 Phone: onto: 6111/09 Re: City of Fort Worth: Fire Station #5 and cc: Spinks Airport Abatement Urgent ❑ For Review ❑ Please Comment ❑ Please Reply ❑ Please Recycle • Comments: To Whom It May Concern: We would like to request a quote from your firm for the abatement portion of the above referenced projects. Please let me know if you are interested in bidding either of these projects. Feel free to contact our office if you require additional information. Thank you, April Collmar burl- evnc.:,le.d Ye.mkYdai. "WkLL,-1q �� Garrett Excavation _Demolition From: Garrett Excavation & Demolition[garrett_demoiition@sbcglobal.net] Sent: Wednesday, June 17, 2009 10:09 AM To: 'CARES' W Subject: Spinks Airport & Fire Station #5 Abatement Just a reminder that we sent a request for quote from your firm on 6/11for the abatement portion of the above referenced projects. Please let me know if you will be bidding either of these projects or if you require additional information. Thanks, April Collmar Garrett Excavation & Demolition i 817-426-0082 Office 817-426-2307 Fax From: CARES[mailto:cares2clean@sbcglobal.net] Sent: Tuesday, June 02, 2009 3:25 PM To: garrett_demolition@sbcglobal.net Subject: Co. Uc '%00ean Air Remediation 8035 E RL Thornton Frwy Ste 518E Dallas, TX 75228 214-324-1080 phone 214-324-7572 fax t Garrett Excavation _Demolition From: CARES [cares2clean@sbcglobal.net] Sent: Wednesday, June 17, 2009 12:24 PM .,fo: Garrett Excavation & Demolition Subject: Re: Spinks Airport & Fire Station #5 Abatement yes I will be sending a bid, out of town now but I will get it to you. Thanks, Sylvester Clean Air Remediation 8035 E RL Thornton Frwy Ste 518E Dallas, TX 75228 214-324-1080 phone 214-324-7572 fax --- On Wed, 6117/09, Garrett Excavation & Demolition <garrett demolition@sbcglobaLnet> �vrole: From: Garrett Excavation & Demolition <garrett_demolition@sbeglobal.net> Subject: Spinks Airport & Fire Station 45 Abatement To: "'CARES"' <cares2clean@sbcglobal.net> Date: Wednesday, June 17, 2009, 10:09 AM Just a reminder that we sent a request for quote from your firm on 6/11for the abatement portion of the :+:aove referenced projects. Please let me know if you will be bidding either of these projects or if you require additional information. Thanks, �. April Collmar Garrett Excavation & Demolition 817-426-0082 Office 817-426-2307 Fax `From: CARES[mailto:cares2clean@sbcglobal.net] Sent: Tuesday, June 02, 2009 3:25 PM To: garrettLdemolition@sbcglobal.net 1 Garrett Excavation _Demolition From: Cactus Systems, Inc. [cactussystems@sbcglobat.net] went: Wednesday, ,tune 24, 2009 11:04 AM To: Garrett Excavation & Demolition Subject: Re: Spinks Airport & Fire Station #5 Abatement Attachments: City of FW Abatement Bids 6-24-09.pdf Attached are our bids for the City of Fort Worth Spinks Airport & Fire Station #5 projects. These prices do not include bonding. Thank you, Courtney Perot Accounts Manager CACTUS SYSTEMS, INC. 2315 N. Main Street, Suite 140, Fort Worth, TX 76164 Phone 817-626-4791 Fax 817-626-4725 Website www.cactussystemsinc.com A general construction contractor specializing in environmental remediation. From: Garrett Excavation & Demolition <garrett demolition@sbcglobal.net> To: "Cactus Systems, Inc." <cactussystems@sbcglobal.net> Sent: Tuesday, June 23, 2009 5:22:47 PM Subject: RE: Spinks Airport & Fire Station #5 Abatement Just a reminder to submit your bids no later than 10 am tomorrow morning in order to be considered. From: Cactus Systems, Inc.[mailto:cactussystems@sbcglobal.net] Sent: Wednesday, June 17, 2009 10:22 AM To: Garrett Excavation & Demolition Subject: Re: Spinks Airport & Fire Station #5 Abatement Yes, we will supply you with a bid. Nelda CACTUS SYSTEMS, INC. 2315 N. Main Street, Suite 140, Fort Worth, TX 76164 Phone 817-626-4791 Fax 817-626-4725 Website www.cactussystemsinc.com A general construction contractor specializing in environmental remediation. 7rom: Garrett Excavation & Demolition <garrets..demolition@sbcglobal.net> qw6: "Cactus Systems, Inc." <cactussystems@sbcglobal.net> Sent: Wednesday, June 17, 2009 10:13:54 AM Subject: FW: Spinks Airport & Fire Station #5 Abatement 4 3itrr�yf 2.4. Cost The undersigned hereby proposes to fumish the equipment, labor materials, superintendence, and any other items or services necessary to complete the scope of services detailed in this 8olicNAlon. Bids shall be firm priced offers unless otherwise specified. In the event of a discrepancy between unit price and extended price, the unit price shall govern. "`Quantities identified In this Bid Package are estimated by the building owner ardor his designee; the Contractor Is responsible for verifying all quantities. Contractors submitting Bids shag rely exclusively and solely upon their own estimates, Investtgation, research, tests, and other data, which are necessary for full and complete Information upon which the Bid Is to be based. it is mutually agreed that the subwlssion of a Bid Is prima -facie evidence that the Contractor has made the Investigdlons, examinations, and tests herein required. "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 dearly show why the variation was not identifiable prior to Job commencement. 2-T Garrett Excavation _Demolition From: Garrett Excavation & Demolition 1.4ent: Tuesday, June 23, 2009 5:23 PM To: 'Cactus Systems, Inc.' Subject: RE: Spinks Airport & Fire Station #5 Abatement Just a reminder to submit your bids no later than 10 am tomorrow morning in order to be considered. From: Cactus Systems, Inc.[mailto:cactussystems@sbcglobal.net] Sent: Wednesday, June 17, 2009 10:22 AM To: Garrett Excavation & Demolition Subject: Re: Spinks Airport & Fire Station #5 Abatement Yes, we will supply you with a bid. Nelda CACTUS SYSTEMS, INC. 2315 N. Main Street, Suite 140, Fort Worth, TX 76164 Phone 817-626-4791 Fax 817-626-4725 Website www.cactussystemsinc.com A general construction contractor specializing in environmental remediation. From: Garrett Excavation & Demolition<garretLdemolition@sbcglobal.net> To: "Cactus Systems, Inc." <cactussystems@sbcglobal.net> Sent: Wednesday, June 17, 2009 10:13:54 AM Subject: FW: Spinks Airport & Fire Station #5 Abatement an Nelda, am I did email this request to you already on 6/11. Anyhow, please let me know if you will be providing us with a hic. Thank you! From: Garrett Excavation & Demolition [maiito:garrett demolition@sbcglobal.net] Sent: Wednesday, June 17, 2009 9:34 AM To: 'Cactus Systems, Inc.' Subject: RE: Spinks Airport & Fire Station #5 Abatement Nelda, I believe that I already sent you this request, but we would like to request a quote from your firm for the Asbestos Abatement portion of the above referenced projects. Please let me know if you require additional 'rnformatiorr, dv#&#h an ks! April Collmar Garrett Excavation _Demolition From: Cactus Systems, Inc. leactussystems@sbcglobal.netj ��l++ent: Wednesday, June 17, 2009 10:22 AM -- �'To: Garrett Excavation & Demolition Subject: Re: Spinks Airport & Fire Station #5 Abatement Yes, we will supply you with a bid. Nelda CACTUS SYSTEMS, INC. 2315 N. Main Street, Suite 140, Fort Worth, TX 76164 Phone 817-626-4791 " Fax 817-626-4725 Website www.cactussystemsinc.com A general construction contractor specializing in environmental remediation. r From: Garrett Excavation & Demolition <garrett demolition@sbcglobal.net> To: "Cactus Systems, Inc." <cactussystems@sbcglobal.net> Sent: Wednesday, June 17, 2009 10:13:54 AM Subject: FW: Spinks Airport & Fire Station #5 Abatement mrolelda, I did email this request to you already on 6/11. Anyhow, please let me know if you will be providing us with a rr!rl Thank you! From: Garrett Excavation & Demolition [mailto:garrett demolition@sbcglobal.net] Sent: Wednesday, June 17, 2009 9:34 AM To: 'Cactus Systems, Inc.' Subject: RE: Spinks Airport & Fire Station #5 Abatement Nelda, I believe that i already sent you this request, but we would like to request a quote from your firm for the ASbe.MS Abatement portion of the above referenced projects. Please let me know if you require additional i(L1Qr1n8ti0t1. Thanks! s April Collmar Garrett Excavation & Demolition 817-426-0082 Office 817-426-2307 Fax "from: Cactus Systems, Inc.[mailto:cactussystems@sbcglobal.net] Sent: Wednesday, June 10, 2009 2:22 PM i Garrett Excavation _Demolition From: Garrett Excavation & Demolition [garrett_demolition@sbcglobal.net] �ent: Wednesday, June 17, 200910:14 AM To: 'Cactus Systems, Inc.' Subject: FW: Spinks Airport & Fire Station #5 Abatement Nelda, I did email this request to you already on 6/11. Anyhow, please let me know if you will be providing us with a I;1u. Thank you! From: Garrett Excavation & Demolition [mailto:garrett_demolition@sboglobal.net] Sent: Wednesday, June 17, 2009 9:34 AM To: 'Cactus Systems, Inc.' r Subject: RE: Spinks Airport & Fire Station #5 Abatement Nelda, ~ I believe that f already sent you this request, but we would like to request a quote from your firm for the Asbestos Abatement portion of the above referenced projects. Please let me know if you require additional �nfarmation. am Thanks! 0pril Collmar rett Excavation & Demolition 817-426-0082 Office 817-426-2307 Fax From: Cactus Systems, Inc. [mailto:cactussystems@sbcglobal.net] Sent: Wednesday, June 10, 2009 2:22 PM To: Garrett Excavation & Demolition Subject: Re: Fort Worth Alliance Abatment & Demo April, They changed the way they want the bid. They want unit prices and they put the quantities in, which are quite a bit over what the individual house quanties added up to. But, I think they want everyone's numbers ba5ec on we the same quantity so they want unit pricing on these forms. That is my understanding. Nelda CACTUS SYSTEMS, INC. 2315 N. Main Street, Suite 140, Fort Worth, TX 76164 Phone 817-626-4791 Fax 817-626-4725 Website www.cactussystemsinc.com A general construction contractor specializing in environmental remediation. From: Garrett Excavation & Demolition <garrett demolition@sboglobal.net> To: "Cactus Systems, Inc." <cactussystems@sboglobal.net> Garrett Excavation _Demolition From: Garrett Excavation & Demolition(garrett_demoiition@sbcgiobal.net] ent: Tuesday, June 23, 2009 5:25 PM o: 'Adam Hewitt' Subject: FW: Fire Station #5 and Fort Worth Spinks Abatement Just a reminder to submit your bids no later than 10 am tomorrow in order to be considered. From: Garrett Excavation & Demolition [mailto:garrett_demolition@sbcglobal.net] Sent: Wednesday, June 17, 2009 10:24 AM To: 'Adam Hewitt' Subject: Fire Station #5 and Fort Worth Spinks Abatement Adam, Please let me know if you going to bid either of these projects. 'shanks, April From: Adam Hewitt [mailto:adam@ae-si.com] lent: Thursday, June 11, 2009 2:26 PM ONaofo: Garrett Excavation & Demolition Subject: Read: Fort Worth Spinks Abatement and Demo Your message 1 Garrett Excavation _Demolition crom: Garrett Excavation & Demolition [garrett demolition@sbcglobal.net] _ent: Wednesday, June 17, 200910:21 AM —`I'o; 'TEC Environmental' •� Subject: RE: City of Fort Worth - Spinks Airport - Asbestos Abatement Bid Thanks for submitting your bid on the Spinks Airport project. I received another bid from your firm for this wojecl on 6/8 that was much cheaper! What happened to your numbers?? Are there any changes to your numbers for the Fire Station? Thanks for your time! April Collmar From: TEC Environmental[mailto:tecenvironmental@sbcglobal.net] Sent: Monday, June 15, 2009 9:08 AM To: tecenvironmental@sbcglobal.net Subject: Fw: City of Fort Worth - Spinks Airport - Asbestos Abatement Bid ,m TEC Environmental, Inc. WBE & HUB Certified Post Office Box 1449 Terrell, Texas 75160 a-v: 972-524-9966 F: 972-524-3780 E: tecenvironmental0sbcalobal.net no --- On Mon, 6/15/09, TEC Environmental<tecenvironrrrc►rilnl(ar)sbcalobal.ne > wrote: From: TEC Environmental <tecenvironmental u,sbct;lobal.net> Subject: City of Fort Worth - Spinks Airport - Asbestos Abatement Bid To: tecenvironniental(crbsbcs;lobal.net Date: Monday, June 15, 2009, 7:04 AM Attached is an asbestos abatement bid for the City of Fort Worth Spinks Airport. Please do not hesitate to contact me if you have any questions or need additional information from our company while preparit3g your bid documents. We appreciate the opportunity to work with you. Sincerely, Raylan Smith Owner TEC Environmental, Inc. WBE & HUB Certified Post Office Box 1449 Terrell, Texas 75160 T: 972-524-9966 F: 972-524-3780 E: tecenvironmental(a)sbcalobal-net Garrett Excavation _Demolition From: Garrett Excavation & Demolition [garrets demolition@sbcglobal.net] Sent: Wednesday, June 17, 2009 10:24 AM To: 'Adam Hewitt' Subject: Fire Station #5 and Fort Worth Spinks Abatement Adam, Please let me know if you going to bid either of these projects. i Thanks, April From: Adam Hewitt [mailto:adam@ae-si.com] Sent: Thursday, June 11, 2009 2:26 PM To: Garrett Excavation & Demolition Subject: Read: Fort Worth Spinks Abatement and Demo Your message I�C�rYI Ok�� I �. T.E.C. env r o n m e n t a Post Office Box :L449 Terrell, Texas 7E 160 Telephone: 972-52 t-9966 Facsimile: 972-52,t-3 780 teoenvironme nta 1@sboglob al.n et )une 8, 2009 T.E.C. Proposal No. 6511-09A ,. Re: Asbestos Abatement 816 Irma Avenue 1264 Evans Avenue 1250 Evans Avenue Greetings: �- T.E.C. Environmental, Inc. ("'T.E.C.') agrees to perform all of the services stipulated below at the price quoted for the completion of this project. There shall be no retainage of funds held for the payment of this project, unless otherwise specified and agreed upon by owner%representative and T.E.C. T.E.C.'s price for the asbestos abatement is quoted as follows and covers only areas specified Below, should quantities be amended price is subject to change upon an addendum to this original proposal: 1250 Evans Avenue, removal of: 675 s.f. 12N12" brown floor file 510 s.f, popcorn ceiling texture & joint compound 81.6 Irma Avenue, removal of: 160 s.f. beige popcorn wall and ceiling 1264 Evans Avenue, removal of: 300 s.f. red floor tile & mastic under pink floor file 200 s.f. black mastic under tank floor tile beneath carpet Proposal Amount: $4,950.00 Proposal Assumptions: (1.) T.E.C. Work Practices: (a.) Follow all Federal, State, and local regulations to be in total compliance during the asbestos removal; (b) Supply Texas State licensed supervisor(s) and Texas State licensed worker(s) far the asbestos abatement project. All workers will use full respirator protection: and disposable clothing, as per OSHA 29 CFR 1910 and 1926 regulations; T.E.C. Envirorimental Service Company Asbestos Abatement Proposal W2009 Page of 3 .. (c.) Build containments around the areas containing asbestos; (d.) Supply the containment with controlled environmental pressures to assure safety; �- (e.) Wet wipe and HEPA vacuum all structures and related surfaces where necessary; (f.) Encapsulate all of the abated surfaces; (g.) Double -bag all of the asbestos contaminated waste and load the bags into a plastic lined waste trailer for manifesting; (h.) Fill out all of the hazardous materials manifests and have a licensee; transporter take the materials to an EPA approved landfill for manifesting; (i.) Pn vide all documentation to your company for recording purposes. This documentation will reflect all final results of the project. (2.) Water & Power / Remobilization: T.E.C. assumes suitable water and power service will be available within all applicable work areas at cost of others (i.e. owner). Should T.E.C. mobilize to the project site on the scheduled start date (or any date within the notification timeline) and water and/or electricity are not available there will be additional remobilization fee of $1,750.0O charged to the property owner representative. Additional charges will apply if T.E.C. must assume responsibility for water and electricity. Should T.E.C. need to remobilize to the above referenced project due to the actions andi'or responsibilities of the owner / representative for reasons other than water and power, Induding, but not limited to limited access to site, other sub --contractor's r' progress and/or lack there of, etc, a fee of $1,754.UO shall also apply. (3.) OSHA Air Monitoring: Unless otherwise specified in writing, T.E.C. does not assume financial responsibility for conducting air monitoring activities on worker personnel. Additional charges will apply if T.E.C. must assume responsibility for OSHA monitoring. Prowosaf Exclusions. (1.) Project area security, project design, and 3rd parry ambient air monitoring activities. (2.) Replacement or repair of any building components, systems, or materials. (3.) DSI�IS Regulatory Notification fees. (4.) Removal or remedial action required for any hazardous materials not included within the i provided specification documents. The above work will be completed in a substantial and workmanlike manner according to industry standard practices. All invoices are due and payable upon receipt, and shall be paid ill full within 15 days thereafter. Any alteration or deviation from the above specifications Involving additional costs of material, equipment, and/or labor will be executed only upon, written orders and will become an additional charge over and above the amount specified herein. Any and all modifications to this proposal shall be in writing. This proposal is subject to T.E.C. Environmental Service Company Asbestos Abatement Proposal ri312009 Pa e2of3 IM our re-evaluation if it is not accepted and a contract executed within thirty (30) days of the -NO, above date. Respectfully submitted for: r . E. C. En l 1, Ins � By: Brian P. Smith Acceptance of Proposal & Award of Contract Upon your acceptance of the above proposal and award of contract, please sign glow and all original contract will be forwarded to you for your review and signature. Accepted by: s Tilde: Date: Contract .wnformationa Company Aame: Contact - Address: Telephone: .., Facsimile: Email: Other: r Addendum to Contract: T.E.C. EnvuanmenW Service Company rr Asbestos Abatement Proposal 6612009 Page rr 2.10. Statement of Residency 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 shall complete and return, with its bid, the Statement of Residency Form. Failure to provide all required information shall result in the bid being considered non -responsive. 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 Bradley J Garrett dba Garrett Excavation & Demolition State your business address in the adjacent space provided if you are a Texas Resident Bidder: 312 Faith Ct . , Burleson, Tx 76028 State your business address in the adjacent space provided if you are a Nonresident Bidder: N/A *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 o 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 o has at least one employee who works in the Texas office Form (Section 2.10) prepared by: /� ,y Name Bradley J Garrett c-� %' a",O Title owner Date 6/25/2009 2.11. 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. Contractor agrees that Contractor, its employees, officers, agents, 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 Contractor, its employees, officers, agents, or subcontractors herein. Bradley J Garrett Name Owner Tice Garrett Excavation & Demolition Company 6/25/2009 Date MW 2-13 2.12. Prevailing Wage Rates and Davis -Bacon Act The 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 and the Davis -Bacon Act, whichever is higher for building and construction trades. Copies of these rates are located below and made a part thereof the same as if it were copied verbatim herein. Contractor(s) agree(s) to forfeit as a penalty to the City ten dollars ($10.00) for each laborer, workman, or mechanic employed, for each calendar day, or portion thereof for such laborer, workman, or mechanic who is paid less that the required rates for any work done under this contract, by it, or by any subcontractor under him/her. The current wage scale for members of the Building and Construction trade immediately follows this section. 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. DAVIS BACON REQUIREMENTS (29 CFR Part 5) 1. Minimum Wages (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject 2-14 to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the 2-15 IM recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. No 2 Withholding. .0 The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally - assisted contract subject to David -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of 2-16 each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 1(b)(2)(B) of the Davis - Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph 5.5(a)(3)(i) above. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under paragraph (3)(i) above and that such information is correct and complete; (2) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. 2-17 (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified 2-18 R in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the' trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 2-19 6. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. "' 8. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. The undersigned acknowledges the requirements of Chapter 2258 of the Texas Government Code and the Davis Bacon Act, and intends to comply with same in the execution of this project. 2-20 CONTR TOR: Signatur� Bradley J Garrett Name Owner Title Garrett Excavation & Demolition Company 6/25/2009 Date 2-21 Davis Bacon Wage Rate General Decision Number: TX070046 05/11/2007 TX46 Superseded General Decision Number: TX20030046 State: Texas Construction Type: Heavy Counties: Johnson, Parker and Tarrant Counties in Texas. Heavy Construction Projects (Including Water and Sewer Lines) Modification Number Publication Date 0 02/09/2007 1 05111 /2007 * PLUM0146-002 05/01/2007 Rates Fringes Plumber/Pipefitter $ 24.56 $6.66 Carpenter $ 10.40 $3.64 Concrete Finisher $ 9.81 Electrician $13.26 Form Setter $ 7.86 Laborers: Common $ 6.37 Utility $ 6.09 Painter $10.89 Pipelayer $ 8.43 Power equipment operators: Backhoe $ 11.89 $3.30 Bulldozer $ 10.76 Crane $ 13.16 $3.30 Front End Loader $ 10.54 Mechanic. $ 10.93 Scraper $ 10.00 Reinforcing Steel Setter $ 10.64 Truck Driver $ 7.34 Welders - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii))• In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. 2-22 City of Fort Worth Building & Construction Trades Prevailinp Waqe Rates For 2008 Classifications Hourly Rates IClassifications Hourly Rates Air Conditioning Mechanic $23.95 ISheetrock Hanger $13.37 Air Conditioning Mechanic Helper $15.00 [Sheetrock Hanger Helper $9.48 (Acoustic Ceiling Installer $16.25 ISprinkler System Installer $20.50 [Acoustic Ceiling Installer Helper $10.53 ISprinkler System Installer Helper $11.00 [Bricklayer/Stone Mason $19.88 [Steel Worker Structural $19.72 [Bricklayer/Stone Mason Helper $10.54 Steel Worker Structural Helper $11.71 Carpenter $19.03 elder $18.82 Carpenter Helper $14.69 (Welder Helper $13.95 [Concrete Finisher $14.95 [Concrete Finisher Helper $10.09 [Concrete Form Builder $15.40 [Concrete Form Builder Helper $8.81 IDrywall Taper $13.00 Drywall Taper Helper $11.70 Electrician Journeyman $23.00 [Heavy Equipment Operators Hourly Rates (Electrician Crane, Clamshell, Backhoe, Derrick, IDraqline. Helper $16.51 Shovel $20.17 (Electronic Technician $23.18 IForklift Operator $13.33 Electronic Technician Helper $13.36 Foundation Drill Operator $17.55 Floor Layer (Carpet) $15.17 Front End Loader Operator $13.16 Floor Layer (Resilient) $20.72 Truck Driver $17.17 Floor Layer Helper $13.72 (Glazier $21.92 IGlazier Helper $15.82 [Insulator (Pipe) $17.95 [Insulator Helper (Pipe) $13.40 [Laborer Common $11.93 [Laborer Skilled $14.98 (Lather $18.60 [Lather Helper $11.12 Metal Building Assembler $14.29 Metal Building Assembler Helper $9.33 [Painter $17.42 [Painter Helper $8.00 [Pipefitter $20.82 [Pipefitter Helper $14.77 [Plasterer $19.93 (Plasterer Helper $14.16 [Reinforcing Steel Setter $12.50 [Roofer $14.00 [Roofer Helper $10.00 ISheet Metal Worker $19.45 Source is Fort Worth Chapter Associated General Contractors (www.Quoin.org) ISheet Metal Worker Helper $14.52 01/30/2008 2-23 • 2.13. 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: Commercial General Liabilitv Insurance o $1,000,000 each occurrence o $2,000,000 aggregate 2. Professional Liabilitv Insurance - NOT APPLICABLE. 3. Automobile Liabilitv Insurance 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; $1,000,000 bodily injury each accident; and $250,000 property damage The named insured and employees of Contractor shall be covered under this policy. The City of Fort Worth shall be named an Additional Insured, 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 Liabilitv (EIL) and/or Pollution Liabilitv $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. (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 2-24 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 2.13(a) 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, Environmental Management Department, City of Fort Worth, 1000 Throckmorton St., 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. 2-25 11. All insurance required in Section 2.13(a) above, except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the City. 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. FOR PURPOSES OF EVALUATING THIS BID, PLEASE ATTACH A COPY OF YOUR CURRENT INSURANCE CERTIFICATE(S) HERE AND BOUND WITHIN THE BID PACKAGE. 2-26 05/18/2009 13:26 8174472464 HARMON INS PAGE 01/01 - p DATE(MM/00MI-fy) AC CERTIFICATE OF LIABILITY INSURANCE s[Ze 2009 7R007ER I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION HARMON INSURANCE AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE A I HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 150 NW Tarrant Ave Suite A ALTER T14E COVERAGE AFFORDED 13Y THE POLICIES BELOW. TX 76029 --,urleson, (817) 447-1544 INSURERS AFFORDIN43 COVERAGE NAIL e INSURED GARRETT EXCAVATION FA DEMOLITION wsuRER & MONTPELIER US INS CO 13RA,DLF,Y J GARRETT I INSURER B: SOUTHERN COUNTY MUTUAL 312 FAITH CT I INSURER 0: ESSEX INSURANCE COWANY f r BURLESON , T X 76028 I INSURER D! TEXAS 14UTUAL � 1817-426-0082 I INSURER E. COVERAGES THE POLICIES OP INSURANCE LISTED BELOW HAVE SEEN 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 WHIOH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 13 SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, MER NOD L POLICY NUMBER LTa )NaRO TYPE OF INSUPANCP POLICY EFFECTIVE 'POLICY EXPIRATION DATE(MMIODIYYYYI DATEIMWODKYYYI LIMITS r GCNERAL LIABILITY EACH OCCURRENCE S 1 „ 000 , 000 X_ COMMERCIAL GENER�AL LIABILITY _--_.I CLAWSMADE TR OCCUR Ai GEN'L AGGREGATE LIMIT APPLIES PER }{ I POLICY 177 JErT n LOC AUTOMODILE LLAEILMY ANYAUTO _ ALL OWNED AUTOS X SCHEDULED AUTOS er -- B X HIRED AUTOS X NON -OWNED AUros MP0042004000001 07/25/09 07/25/09 upiwAuC I V F{c.I ru PREMIBES Me cewanco) ^' S 50. 000- MEO EXP (Arty one peraarl) $ 1,1000 ,000 I PERSONAL R ADV INJURY S 1,00o.000 GENERAL AGGREGATE S 2,000,000 I PRODUCTS - COMPIOP AGG s 2.000.000 l COMBINED SINGLE LIMIT S 1,000, 000 BODILY INJURY (Per perran) S STC77002 07/21/08 07/21/09 f 6o0ILYINJURY s I (Per Redo") GARAGE LIABILITY ANYAUTO EXCESS I UMBRELLA LIABILITY OCCUR CLAIMSMADE _ XM200008 Rom I DEDUCTMI,E RETENTION S WORKER COMPENSATION AND EMPLOYERS LV.61LfTY TI" 0001189793 ANY CArdwom EXRTTRILFXFCUTNF. ❑ orrloeRnaeuoeR ExauoFOT D I (Wndnay In N}f) IIyet clasabo wftl SPE�IAI, PROVISIONS DAlow I OT14FR PROPERTY DAMAGE _ (Per ecel I ) AUTO ONLY • EA ACCIDENT S OTHER THAN EA ACC $ I.._. AUTO ONLY: AGO S I EACH OCCURRENCE t 5,000,000 (AGGREGATE S I 11/04/08 11/04/09 s I = I X TORY Wl,tiIKiU- UTLIMITS I a- 04/30/09 04/30/10 1— L. EACH ACCIDENT S 1,000,000I E.L DISEASE • EA EMPLOYEE S 1,000,000 El, DISEASE - POLICY LIMIT $ 1,000,000 ere I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSP.MENT I SPECW. PROVISIONS CERTIFICATE HOLDER CANCELLATION SNOULO ANY OP TM Ae70VE DPOCRIeED POLM" IIR CANCeLLM OgPORO THE rKMArroN Bid Purpose only 30 DAya wRrrTEN DATE TIIGRIfoP. THE I&suNO trellRER WILL EIOPJ1vOn TO MAR, NOTIen TO TIN: CERTIFICATE MOLDER MAMED TO THE LEFT. RUT PAIWRE TO 00 e0 &HALL oeP09E ND DOLIOATION OR I Tr OF ANY ICI N THE WOURI!IL rM AORNT& ON REFRE&ENTA7 _ AUTHORIZE EPR TIVE •• I ACORD 45 (2009/01) 01988 00 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ,w 2.14. Workers Compensation Insurance Coverage ' A. Definitions: Certificate of coverage ("certificate"). A copy of a certificate of insurance, a - --- certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Texas Labor Code, .. 406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent Contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity, which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the City prior to being awarded the contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the City showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven (7) days after receipt by the Contractor, a new 2-27 .. so .. No certificate of coverage showing extension of coverage, if the coverage period shown on ' the current certificate of coverage ends during the duration of the project. 2-28 M B. The Contractor shall retain all required certificates of coverage for the we duration of the project and for one year thereafter. C. The Contractor shall notify the City in writing by certified mail or personal -• delivery, within ten (10) days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. D. The Contractor shall post on each site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. (see paragraph II) E. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amount and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its r employees providing services on the project, for the duration of the project; (2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the Contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the �. project and for one year thereafter; (6) notify the City in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services 2-29 M" no MIS on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the City that all employees of the-"---=v- Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten (10) days after receipt of notice of breach from the governmental entity. L. Contractor posting required. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' — Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any = additional words or changes: "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Worker's Compensation Commission at 512/440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." r 2-30 1 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code, Section 406.096 Contractor certifies that it provides Workers' Compensation insurance coverage for all of its employees employed on the public project to abate asbestos/demolition in the unit identified in this contract. Garrett Excavation & Demolition Contractor Contra or's Signature Owner Title 6/25/2009 Date STATE OF TEXAS} COUNTY OF TARRANT) BEFORE ME, the undersigned authority, on this day personally appeared Bradley J Garrett , 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 for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE thi��y of 200�. _ Notary Pubic in an for thek,State of Texas My Commission Exp'res ....... ..... My Com...... A. COLLMAR mission Expires March 20, 2o13 2-31 2.15. Contractor's Responsibilities Contractor is responsible for becoming familiar with the character, quality, quantity of work to be performed, materials and equipment required. 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, unless otherwise specified in this Invitation to Bid. All costs associated with preparing a Bid in response to the Solicitation shall be borne by the Bidder. The undersigned acknowledges the requirements of this section, and intends to comply with same in the execution of this project. CONTRACTOR: _ Garrett Excavation & Demolition Signature ! Company Bradley J Garrett 6/25/2,009 _ ...__ ... Name Date - - Owner Title 2-32 a- Im 2.16. Contractor's Legal and Compliance History Contractor's legal and compliance history is a critical component of this Invitation to Bid. 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 Invitation to Bid. 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 Case ( X vs. Y) • Settlement Information (as appropriate) • Cause Number Names / Addresses of all parties named • Court • Counsel List 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 following form. The top portion of the form is to be completed if a report of legal action is attached. The bottom portion 2-33 J M of the form is to be 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 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 OF CONTRACTOR'S LEGAL AND COMPLIANCE HISTORY BOUND WITHIN THE BID 2-34 am - 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: no Signature Company no Name Date Title Certification of NO Legal Action I 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 herebycertify that no legal action relating to the protection of the environment was brought against Contractor, Contractor's officers, Contractor's employees, or Contractor's 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. Q_ONTR OR: Garrett Excavation & Demolition Signature i Company Bradley J Garrett 6/25/2009 Name Date Owner Title 2-35