Loading...
HomeMy WebLinkAboutContract 25766 CITY SECRETARY CONTRACT NO. CONTRACT Between CITY OF FORT WORTH and L. A. ENVIRONMENTAL, INC. P RO j iCT: D EM00"'01 CCACIVIi For r FORT WORTH :CONVENTION CANTER f KENNEDY THEATER ASBESTOS CONTAINING MATERIALS RElVIOvAL 1111 N. HOUSTON STREET FORT WORTH,TEXAS t DEPARTMENT OF ENVIRONMENTAL MAN'AGEMENT MARCH, 2000 OFFICIM PE °D MMEN FT. TES + o City of Fort Worth, Texas 4vagor And Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 3/21/00 **C-17935 52KENNEDY 1 of 1 SUBJECT AWARD OF CONTRACT TO L. A. ENVIRONMENTAL, INC. FOR ASBESTOS ABATEMENT OF KENNEDY THEATER AT THE FORT WORTH CONVENTION CENTER RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with L. A. Environmental, Inc. in the amount of $96,239 for asbestos abatement of the Kennedy Theater at the Fort Worth Convention Center. DISCUSSION: As part of the modernization and expansion of the Fort Worth Convention Center, regulated asbestos- containing materials located in the Kennedy Theater must be removed prior to demolition of the structure in order for the City to be in compliance with state and federal regulations for demolition. The overall project is under separate contract from the Transportation and Public Works Department with Austin Commercial, Inc. Proposals were received March 2, 2000, from the following firms: L. A. Environmental Services, Inc. 96,239 CST Environmental, Inc. 107,800 Certified/LVI Environmental, Inc. 116,836 National Abatement, Inc. 131,546 The contract to abate asbestos in the Kennedy Theater is exempt from the provisions of Chapter 252 of the Texas Local Government Code because it is a "procurement necessary to preserve or protect the public health or safety of the municipality's residents". L. A. Environmental, Inc., a certified M/WBE contractor, is in compliance with the City's M/WBE Ordinance by committing to 10% M/WBE participation. The City's goal for this project is 6%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds will be available in the current capital budget, as appropriated, of the Public Events Fund. CB: Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) APPROVEa0 Mike Grpomer 6140 CITY COUNCIL Originating Department Head: t. MAR 21 2000 Bri'an'Boeitier` 8079 (from) C192 539120 020192067001 $96,239.00 Additional Information Contact: CUT iiearetary of t1►e Brian Boerner 8079 chy 61 Fort Worth.Texae CONTRACT FOR ASBESTOS REMOVAL THIS Contract is entered into by and between the City of Fort Worth, Texas, a home- rule municipality located within Tarrant County, Texas, ("City"), acting through Charles Boswell, its duly authorized assistant city manager, and L.A. Environmental, Inc., a Texas corporation, acting through Byron J. Davis its duly authorized senior vice- president ("Contractor"). WHEREAS, the City desires to conduct a project to remove asbestos from the Kennedy Theater in the Fort Worth Convention Center; and WHEREAS, the City desires to hire a professional firm knowledgeable and experienced in conducting such asbestos removal; and WHEREAS, the Contractor has represented that it is staffed with personnel knowledgeable and experienced in conducting such an asbestos removal 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; City's Representative means the Director of Environmental Management, or his designee and Austin Commercial Inc. of Dallas. Contract Documents means the Proposal Documents, Project Drawings, Specifications, and this contract. Deliverable Document means a report, photograph, or an invoice that shows the completion of one of the work tasks and/or subtasks. Notice to Proceed means the letter issued by the City that authorizes Contractor to begin work. It also authorizes future invoices to be paid. Proposal Documents means Part 3 of the Request For Proposal and all ancillary documents required to be submitted with the proposal. Contract for Removal and Disposal of Asbestos Containing Material Page 1 a Ub`')l�MY- Subcontract means a contract between the Contractor for this project and another person or company for any complete task defined in the scope of work. A purchase order is also considered a subcontract. Substantial Completion means the date when the abatement is sufficiently completed in accordance with the Contract Documents, as modified by any change orders agreed to by the parties, so that the City can occupy the project or specified area of the project for the use for which it was intended. 2. SCOPE OF CONTRACTOR'S SERVICES A. Contractor shall furnish all labor, materials and equipment necessary for the removal and disposal of asbestos containing materials from the Kennedy Theater in the Fort Worth Convention Center in downtown Fort Worth. B. Contractor shall perform, in a good and professional manner, the services listed in this agreement and those identified in the City's request for proposal dated February 24, 2000. Contractor shall perform those listed services in the manner in which Contractor responded to City's request for proposal. The Contractor's response is attached hereto as an exhibit and incorporated into this contract as if fully set forth herein. Any conflict between such documents and the main body of this agreement shall be governed by the terms of the main body of this contract. C. The scope of work includes removal and disposal of the following asbestos- containing materials: 1. Approximately 12,475 square feet of black and white 12" by 12" floor tile and associated mastic in the theater's main seating area and various rooms in the theater. All floor tile and associated mastic is to be disposed of as asbestos- containing material. All floor tile and mastic removal is to be completed within a full negative pressure containment and all debris generated from the removal is to be disposed of as asbestos-containing waste. 2. Approximately 875 square feet of beige and white 12" by 12" floor tile and associated mastic in various rooms in the theater. All floor tile and associated mastic is to be disposed of as asbestos-containing material. All floor tile and mastic removal is to be completed within a full negative pressure containment and all debris generated from the removal is to be disposed of as asbestos- containing waste. 3. Approximately 40 square feet of white 12" by 12" floor tile and associated mastic in the C-210 stairwell entrance. . All floor tile and associated mastic is Contract for Removal and Disposal of Asbestos Containing Material Page 2 GdA, VEND CNN P? t►, �iHR ?I?M to be disposed of as asbestos-containing material. All floor tile and mastic removal is to be completed within a full negative pressure containment and all debris generated from the removal is to be disposed of as asbestos- containing waste. 4. Approximately 16,310 square feet of spray-applied ceiling texture in the theater foyer and various rooms of the theater. All spray-applied ceiling texture removal is to be completed within a full negative pressure containment and all debris generated from the removal is to be disposed of as asbestos- containing waste. 5. Approximately 200 square feet of black duct mastic on air conditioning ducts throughout the theater. All mastic on ducts shall be disposed of as asbestos- containing material. All duct mastic removal is to be accomplished by covering the mastic with tape or other material and then cutting the duct installation around the mastic to remove all mastic from the insulation. All debris generated from the removal is to be disposed of as asbestos- containing waste. 6. Approximately 60 thermal system insulation joints and elbows treated with black mastic on piping throughout the theater. All thermal system pipe insulation with black mastic on joints shall be disposed of as asbestos- containing material. All insulation removal is to be completed within negative- pressure glovebag containments. All debris generated from the removal is to be disposed of as asbestos-containing waste. 7. Thermal system insulation on approximately 15 pipe joints in the mechanical rooms of the theater. All thermal system pipe insulation on pipe joints in the mechanical rooms shall be disposed of as asbestos-containing material. All insulation removal is to be completed within negative-pressure glovebag containments. All debris generated from the removal is to be disposed of as asbestos-containing waste. 8. Approximately 20 linear feet of air handler insulation. All air handler insulation in room C-167 shall be disposed of as asbestos-containing material. All insulation removal is to be completed within negative-pressure glovebag containments. All debris generated from the removal is to be disposed of as asbestos-containing waste. 9. A fire curtain, approximately 2,650 square feet, is to be taken down and disposed of as asbestos-containing material. If the curtain is to be cut, torn or in any way reduced in size for disposal, all reduction is to be completed within a negative-pressure containment. Contract for Removal and Disposal of Asbestos Containing Material Page 3 � �ff�1E Q, SPH �5 wrar.'NNl TV, D. Contractor agrees that it has and will maintain during the term of this Agreement, current and appropriate federal, state, and local licenses and permits to perform the services contained in this Agreement. In addition, Contractor agrees to require all of its subcontractors used to perform this Agreement to have and maintain current and appropriate federal, state and local licenses and permits to perform the services in this Agreement. E. Contractor shall maintain a visitors' log at the site where the services are performed under this contract and require all persons visiting the site to sign the log. The log shall provide space for the following information: 1. Name, organization represented, date, time and purpose of visit; and 2. Certificate of release signed and filed with Contractor for those that enter the site have been informed of the hazards of asbestos. F. The Contractor shall maintain a daily job log that shall be maintained by the Project Superintendent. The log shall have daily entries describing the progress and location of the work, any special conditions encountered, records of testing, amount removed, names of workers entering and exiting the containment site and work site and any other pertinent data. A copy of the daily log shall be submitted to City at the completion of all required work. G. All contract documents are hereby incorporated into and made a part of this Contract. H. Contractor agrees to submit the following documents in a loose-leaf binder with identifying tabs to City in duplicate before requesting final acceptance and final payment. Contractor agrees to submit the following documents. Contractor shall list any known exceptions , if any, in the request. 1) Submit the final payment request with final releases and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. 2) Submit an updated final statement, accounting for all change orders, liquidated damages and other charges or credits against the contract. 3) Submit a final liquidated settlement statement, acceptable to City. 4) Submit a copy of the City's punch-list of itemized work to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance and has been endorsed and dated by City. 5) Submit Release of Liens and Certification that all bills have been paid. A statement from the Contractor to the City stating that all bills for services performed under this contract have been paid and that the City is released from any and all claims and damages. Contract for Removal and Disposal of Asbestos Containing Material Page 4 u,!:ONN Dui®1r mp � L�o 6) Guarantee of Work: Sworn statement that all work is guaranteed against defects in materials and workmanship for 1 year from the date of City's acceptance, except where specified for longer periods. The Guarantee of work shall contain the following: a. Guaranty shall contain: "We hereby guarantee all work performed by us on the above project to be free from defective materials and workmanship for a period of 1 year or such longer period of time as may be called for in the Contract Documents for such portions of the work." All guarantees and warranties shall be obtained in City's name. b. Within the guaranty period, if repairs or changes are requested in connection with guaranteed work which, in the opinion of the City, is rendered necessary as a result of the use of materials, equipment or workmanship which are inferior, defective, or not in accordance with the terms of the contract, the Contractor shall promptly, upon receipt of notice and without expense to the City, place in satisfactory condition in every particular, all such guaranteed work, correct all defects therein and make good all damages to the building, site, equipment or contents thereof. c. If after notice the Contractor fails to proceed promptly to comply with the terms of the guaranty, the City may have the defects corrected and the Contractor and his sureties shall be liable for all expense incurred. d. All special guarantees applicable to define parts of the work stipulated in the project manual or other papers forming part of the contract shall be subject to the terms of this paragraph during the first year of the life of such special guaranty. 7. Submit all additional certificates, warranties, guarantees, bonds, or documents as called for in this contract. I. Contractor certifies that it has and will maintain, during the term of this Agreement, the required insurance listed in Section 5 during the term of this Agreement. J. Contractor agrees that if, during the performance of this contract, a change or modification is needed in the contract, Contractor shall notify City and comply with all requirements set forth in Section 25 "Modification." 3. SCOPE OF CITY SERVICES The City agrees to perform the following services: A. Designate Austin Commercial, Inc. of Dallas as the City's representative to provide day to day management of the project and coordinate with facilities, City departments, and any tenants for access to the site. Contract for Removal and Disposal of Asbestos Containing Material Page 5 CITY ICE G'MEY �11 WAD 1THp r,E to B. Designate a representative to give timely direction to the Contractor and render City decisions regarding modifications to the contract and any other issue not covered in subsection A. 4. TIME TO START AND TO COMPLETE THE PROJECT Contractor agrees to begin work on the project within five days from the date of the Notice to Proceed, and to complete all phases of the work within forty-five days. 5. COMPENSATION A. In consideration for the work performed by Contractor under this contract, City shall pay Contractor a sum not to exceed Ninety-six thousand and two hundred and thirty nine dollars. The City shall not be liable for any of Contractor's costs in excess if the Not-to-Exceed Amount unless the City has signed and issued a formal Modification to the contract. B. Contractor understand and agrees that claims for additional compensation due to variations between conditions actually encountered in the project and as indicated in the Contract Documents will not be allowed unless the Contractor can clearly show to City, as determined in the sole discretion of City, why the variation was not identifiable prior to executing this contract. C. The City agrees to pay Contractor within thirty (30) days after receipt of correct invoices, however, final payment shall be paid within thirty days of Contractor submitting correct invoices and all documents listed in Section 2 "Scope of Contractors Services" subsection H. D. Periodically during the performance of this contract, the Contractors Project Manager shall inform the City's representatives of his/her best estimate of the expenses incurred to that time. In the event that the estimate approximates the "not to exceed" price, Contractor shall prepare to cease its operations unless and until the contract is amended and an authorized representative of the City directs Contractor to perform additional work. E. 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 Contract for Removal and Disposal of Asbestos Containing Material Page 6 rl1!yi r"1 P �L5L410 U compensation is claimed, a written statement thereof shall be presented to the City. F. In the event that actual expenditures may result in a total cost in excess of the Not-to-Exceed Amount, Contractor must submit a Modification to the contract in accordance with Section 25 "Modification". 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 - $1,000,000.00 per occurrence B. Automobile Liability Insurance - $1,000,000.00 per accident This policy shall include pollution coverage; that is, it shall not have the pollution exclusion. Plus, the policy shall cover loading, unloading and transporting materials collected under this contract. C. Worker's Compensation Insurance - Statutory limits, plus employer's liability at a minimum of $1,000,000.00 each accident; $1,000,000.00 disease - policy limit; and $1,000,000.00 disease - each employee. D. Environmental Impairment Liability (EIL) and/or Pollution Liability - $1,000,000.00 per occurrence. Coverage 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 project shall be included under the Automobile Liability insurance or other policy(s). NOTE: BETWEEN A AND D ABOVE, ANY POLLUTION EXPOSURE, INCLUDING ENVIRONMENTAL IMPAIRMENT LIABILITY, ASSOCIATED WITH THE SERVICES AND OPERATIONS PERFORMED UNDER THIS CONTRACT SHALL BE COVERED; IN ADDITION TO SUDDEN AND ACCIDENTAL CONTAMINATION OR POLLUTION LIABILITY FOR GRADUAL EMISSIONS. CLEAN-UP COSTS SHALL BE COVERED. Contract for Removal and Disposal of Asbestos Containing Material Page 7 �s��� 6 E. The following shall pertain to all applicable policies of insurance listed above: 1. Additional Insured Endorsement: 'The City of Fort Worth, its officers, agents, employees, representatives, and volunteers 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." Reasonably equivalent terms may be acceptable at the sole-discretion of the City of Fort Worth. 2. Subcontractors shall be covered under the Contractors insurance policies or they shall provide their own insurance coverage; and, in the latter case, documentation of coverage shall be submitted to the Contractor prior to the commencement of work and the Contractor shall deliver such to the City. 3. Prior to commencing work under the contract, the Contractor 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 agreement shall contain the following clauses: "This insurance shall not be canceled, limited in scope or coverage, or non-renewed until after thirty (30) days prior written notice has been given to the Director of Environmental Management, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102." 5. The insurers for all policies must be approved to do business in the State of Texas and be currently rated in terms of financial strength and solvency to the satisfaction of the Director of Risk Management for the City of Fort Worth. The City's standard is an A. M. Best Key rating ANIL 6. The deductible or self-insured retention (SIR) affecting the coverage required shall be acceptable to the Risk Manager of the City of Fort Worth; and, in lieu of traditional insurance, alternative coverage maintained through insurance pools or risk relations groups must be also approved." Contract for Removal and Disposal of Asbestos Containing Material Page 8 V C,EE V12)Eaff 0 , 7. INDEMNIFICATION A. For purposes of this contract, the following words and phrases shall be defined as follows: 1. Environmental Damages shall mean all claims, judgments, damages, losses, penalties, fines, liabilities (including strict liability), encumbrances, liens, costs, and expenses of investigation and defense of any claim, whether or not such claim is ultimately defeated, and of any good faith settlement or judgment, of whatever kind or nature, contingent or otherwise, matured or unmatured, foreseeable or unforeseeable, including without limitation reasonable attorney's fees and disbursements and consultant's fees, any of which are incurred as a result of handling, collection, transportation, storage, disposal, treatment, recovery, and/or reuse of asbestos containing materials pursuant to this contract, or the existence of a violation of environmental requirements pertaining to, and including without limitation: a. Damages for personal injury and death, or injury to property or natural resources; b. Fees incurred for the services of attorneys, consultants, contractors, experts, laboratories and all other costs in connection with the investigation or remediation of such wastes or violation of environmental requirements including, but not limited to, the preparation of any feasibility studies or reports of the performance of any cleanup, remediation, removal, response, abatement, containment, closure, restoration or monitoring work required by any federal, state or local governmental agency or political subdivision, or otherwise expended in connection with the existence of such wastes or violations of environmental requirements, and including without limitation any attorney's fees, costs and expenses incurred in enforcing this contract or collecting any sums due hereunder; and C. Liability to any third person or governmental agency to indemnify such person or agency for costs expended in connection with this Agreement. 2. Environmental requirements shall mean all applicable present and future statutes, regulations, rules, ordinances, codes, licenses, permits, orders, approvals, plans, authorizations, concessions, franchises, and similar items, of all governmental agencies, departments, commissions, boards, Contract for Removal and Disposal of Asbestos Containing Material Page 9 n 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 AND AUSTIN COMMERICIAL, INC., 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 SOLE 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 AND AUSTIN COMMERICIAL, INC., ITS OFFICERS, AGENTS, EMPLOYEES AND VOLUNTEERS AGAINST ANY AND ALL ENVIRONMENTAL DAMAGES AND THE VIOLATION OF ANY AND ALL ENVIRONMENTAL REQUIREMENTS RESULTING FROM THE HANDLING, COLLECTION, TRANSPORTATION, TESTING, STORAGE, DISPOSAL, TREATMENT, RECOVERY, AND/OR REUSE, BY ANY PERSON, OF ASBESTOS CONTAINING MATERIALS PURSUANT TO THIS CONTRACT. WHICH IS REMOVED UNDER THIS CONTRACT, WHEN SAID ENVIRONMENTAL DAMAGES OR THE Contract for Removal and Disposal of Asbestos Containing Material _,, r G Page 10 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 Agreement and the discharge of all other obligations owed by the parties to each other hereunder. G. In all of its contracts with subcontractors for the performance of any work under this contract, Contractor shall require the subcontractors to indemnify the City in a manner consistent with this section. H. In the event that a written claim for damages against Contractor or any of its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the City Manager, as evidenced by a final inspection, final payment to Contractor shall not be recommended by the City Manager for a period of thirty (30) days after the date of such final inspection, unless the Contractor submits written evidence satisfactory to the City Manager that the claim has been settled and a release has been obtained from the claimant involved. 1. If the claim concerned remains unsettled at the expiration of the said thirty- day 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 months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing, satisfactory to the City Manager, that: Contract for Removal and Disposal of Asbestos Containing Material �' Page 11 Dvi':l Elf o b a. The claim has been settled and a release has been obtained from the claimant involved; or b. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. 3. If condition (a) above is met at any time within the six-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-month period, the City Manager may recommend that final payment to Contractor be made. At the expiration of the six-month period, the City Manager may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the City Manager. The Contractor may be deemed by the City Manager to be entitled to a semi-final payment for work completed, such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising 8. WARRANTY Contractor warrants that it understands the currently known hazards and suspected hazards that are present to persons, property and the environment by removing, transporting and disposing of asbestos containing materials. Contractor further warrants that it will perform all services under this Agreement in a safe, efficient and lawful manner using industry accepted practices, and in full compliance with all applicable state, local and federal laws governing its activities. Contractor also warrants that it is under no restraint or order that would prohibit performance of services under this Contract. 9. LICENSES AND PERMITS A. Contractor certifies that on the day work is to commence under this Agreement, and during the duration of the Agreement, it shall have and maintain current valid and appropriate federal, state and local licenses and permits necessary for the provision of services under this contract. B. Contractor agrees to require all of its subcontractors used in performance of this Contract to have and maintain current valid and appropriate federal, state and local licenses and permits necessary for the provision of services under this contract. Contract for Removal and Disposal of Asbestos Containing Material - Page 12 �`�'Fr4rhi;V11 Hccoflb 10. TERMINATION A. City may terminate this Agreement, with or without cause, by giving 30 days written notice to Contractor, provided that such termination shall be without prejudice to any other remedy the City may have. In the event of termination, any work in progress will continue to completion unless specified otherwise in the notice of termination. B. If the City terminates this Agreement 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 Agreement shall become the property of the City when the Agreement is terminated, and may be used by the City in any manner it desires; provided, however, that the Contractor shall not be liable for the use of such documents for any purpose other than as described when requested. 11. DEFAULT A. Contractor shall not be deemed to be in default because of any failure to perform under this Agreement, if the failure arises from causes beyond the control and without the fault or negligence of Contractor. Such causes shall include acts of God, acts of the public enemy, acts of Government, in either its sovereign or contractual capacity, fires, flood, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather. B. If the failure to perform is caused by the failure of a subcontractor of Contractor's to perform, and if such failure was beyond the control of both the Contractor and the subcontractor, without their fault or negligence, Contractor shall not be deemed to be in default unless the subcontracted supplies or services were reasonably obtainable from other sources. C. Alternatively, if at any time during the term of this Agreement the work of Contractor fails to meet the specifications of the agreement documents, City may notify Contractor of the deficiency in writing. Failure of Contractor to correct such deficiency and complete the work required under this agreement to the satisfaction of City within ten days after written notification shall result in termination of this agreement. All costs and attorneys fees incurred by City in the enforcement of any provision of this agreement shall be paid by Contractor. Contract for Removal and Disposal of Asbestos Containing Material Page 13 ! K;��SAL REC OED D. In the event either party defaults in the performance of any of its obligations under this Agreement, 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 Agreement upon giving the defaulting party written notice describing the breach or omission in reasonable detail. The defaulting party shall have a thirty (30) 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 thirty (30) 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 agreement. 12. RIGHT TO AUDIT A. City shall, until the expiration of five (5) years after final payment is paid under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Contractor involving transactions related to this Agreement. 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 Agreement and the discharge of all other obligations owed by the parties to each other hereunder. 13. INDEPENDENT CONTRACTOR Contractor shall perform work under this contract as an independent contractor and not as an agent or employee of City or Austin Commercial Inc. Of Dallas. City and Contract for Removal and Disposal of Asbestos Containing Material Page 14 ! Bti pU��5M MG?� °�GP �li,, i!'�{i4INIEi Ng FIS1 Austin Commercial Inc. of Dallas 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 outlined in this contract or as otherwise required by federal, state, county or city law, regulation or rule. 14. NON-DISCRIMINATION A. During the performance of this contract, Contractor agrees not to discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of the non-discrimination clause. B. Contractor also agrees that in all solicitations or advertisements for employees placed by or on behalf of this contract, that Contractor is an equal opportunity employer. C. Notices, advertisements, and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. 15. GOVERNING LAW The City and Contractor agree that the validity and construction of this contract shall be governed by the laws of the State of Texas, except where preempted by federal law. 16. 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 1,500.00 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 Contract for Removal and Disposal of Asbestos Containing Material Page 15 ffV ICECGMM5�`�? ° ["f Fvo M D1 C"v0 0 . damage to City for delay in completion of the work is difficult to ascertain and the amount of the liquidated damages per day as stated above is reasonably anticipated pecuniary damages for such delay, and is not a penalty. 17. BONDS A. Contractor shall upon entering into a contract with the City shall submit to the City surety in a sum equal to the amount of the contract. Contractor shall submit a Payment Bond in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. Contractor shall submit a performance bond equal to the amount of the contract if the amount of the contract is more than one hundred thousand dollars and such bond shall be conditioned on the faithful performance of the work in accordance with the Contract Documents. Said bond shall solely be for the protection of the City of Fort Worth. B. The form of the bonds shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Article 5160 of the Revised Civil Statutes of Texas, as amended. C. In order for a surety to be acceptable to the City, (1) the name of the surety shall be included on the current U.S. Treasury List of Acceptable Sureties (Circular 870), or (2) the surety must have capital and surplus equal to ten times the amount of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth (1/10) of the total capital and surplus. If reinsurance is required, the company writing the reinsurance must be authorized, accredited or trusteed to do business in Texas. D. 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. 18. MINORITY AND WOMEN BUSINESS ENTERPRISES Contractor has committed to 10% percent for Minority/Women Business Enterprise participation on the contract. Contract for Removal and Disposal of Asbestos Containing Material Page 16 19. 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. 20. 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. 21. NOTICE Notices required to be made under this agreement shall be sent to the following persons at the following addresses; provided, however, that each party reserves the right to change its designated person for notice, upon written notice to the other party of such change: If to City: Written notice shall be sent to: Brian Boerner, Director Department of Environmental Management 1000 Throckmorton Fort Worth, Texas 76102 Questions should be directed to: Name: Michael Gange Contract for Removal and Disposal of Asbestos Containing Material Page 17 FG�CCE',G�Cr)kr)+`D ��oIIFTH; FRA. Department of Environmental Management 1000 Throckmorton Fort Worth, Texas 76102 (817) 871-8504 FAX (817) 871-6359 If to Contractor: Byron J. Davis L.A. Environmental, Inc. 5850 Maple Ave. Dallas, Texas 75235 Telephone: 214-956-7903 Fax: 214-956-9021 22. 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. 23. 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. 24. ENTIRETY This contract, the contract documents and any other documents incorporated by reference herein contain all the terms and conditions agreed to by the City and Contractor, and no other contracts, oral or otherwise, regarding the subject matter of this contract or any part thereof shall have any validity or bind any of the parties hereto. Contract for Removal and Disposal of Asbestos Containing Material Page 18 ''Iry$EC-1111MA U �o I��JLr'l Wa �c'SA10 25. MODIFICATION No modification of the contract shall be binding on Contractor or City unless set out in writing and signed by both parties. This agreement has been executed by the parties in triplicate in Tarrant County, Texas City of Fort Worth L.A. Environmental!, Charles Boswell, Asst. City Manager Byron J Davis, enior Vice-President APPROVED AS TO FORM WITNESS: /Ibn "'- - �kssis ant City Attorney Name: Title: -RWOM6 VV ELl_ AT ST: CORPORATE SEAL: 00-ria Pearson secretary 0, - / ' q 05" Contract Authorization Date �. Contract for Removal and Disposal of Asbestm Cohtaining Material Page 19 @ I�Rr M 5I1��(�7�),/(J tl . `�C_'�U q ti a. a a PAYMENT BOND THE STATE OF TFJCAS BOND NO, SUR35 56541 COUNTY OF TARRA.11T KNOW ALL MEN.BY THESE PRESENTS: That we, L. A. Enviraamentsl, lar., a corporation of Dallas County,Texas,hereinaAer called Principal and (3ric� Qaaztee & Liability Instare Gatl�atry a corporation organized and existing under the laws of the State and fully auth0ri7ed to.transact business in the Srate of Texas, as Surety, arc held and finely bound unto the City of tort Worth, a Knunicipal corporation orgartimd, and existing under the laws or the State of Texas,heteinafter called Owner, and unto all parsons, frras, and corporations who may furnish rnaw- als for, or perform labor upon, the building or improvements hercinsNr ref�-rtsd to in the penal stun of. ninety-six thousand two hundred thirty nine and no/i09 debars 5&2§.ZP.OQ1 lawful money of the United statts,to be paid in Fon Worth,Tarrant County,Texas, for the payment of which sutn well and truly be made,we bind ourselves,our hoirs,vAccutors,administrators and 5ucccsaM jointly and sei-erally, fvmly by thew presenrs- r THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal uttered into a certain contact with the City of Fort`forth,the Owner dated the day of ,2000,a copy of whirl:is hereto attached and made a part henbf,for the rcrn9val ofasbestos at: Fort Worth Convention Center,Kennedy Tht:atcr,111.1 IIouston Street, Fort Worth,Texas 76102 dasigmted as Project Number DED400-0ICCACit4 copy of which contract is hersm attached,refereed to, and mado a part hereof as fully and to the sarne extent as if copied at length herein, such project and construction being hereinafter rcfenvd to as the'NvorW', NOW,THEREFORE, the condition of the obligation it such that,if the Principal shall promptly make payment to all clahrants as defined in Article 5160 of the Revised Civil Statutes of Texas, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall ba null and void.otherwise it shall remain in full force and effect. THIS 134ND,IS MADE&NTO Eti"IkRED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract,a$claimants ire defined in said Article S 160,sad all such claimants shall l a-m a direct right of action under the bond as provided in Article 5160 of the Revised Cit it Statutes. PROV f DED FURTHER,that if any legal action be filed trpon this bond.Venue shall lie in Tarrant County, State of Texas,and that the said.Surrey, for value received,hereby slipulwtes and agrees that no clvnge extension of time,alteration or addition tv the terms of the contract or to the work to be periormcd thereunder or the 5ytv1fit::ttior accomprnying the same shall in any wise affect its obligations on this bund,and it docs hereby waive notica vCany su-b vhangc, extcrosion of time. alteration or addition to the terns of the eonvaet or to the'work or the speeifeoationo. PROVIDED FURTHER, that no final settlement bctwet-n the Olvncr and the Contractor shill abridge the right of any beneficiary hemunder Whose claim shall be unsatisfied. IN wr N.ESSETH WHEREOF, this instrument is executed in i1= counterparts, each one of which shall be deemed an original,this the 28 day of March ,.2000. L.A. Environmental, Inc. Principal AME (Princi al)Se Byro J. is, Sr. Vice President (Printed NameTitle) (SEAL) 5850 Manle Avenue. ADDRESS Dallas, TX 75235 CITYISTATElLIP One Liberty Plaza; New Yank, NY 10006 Awx1can GL>arantee & Liability Innrance an paW (Address) (SureyJ ATTEST: ALI (Surety)Se tart' . $Y= i (Attoz'ti -ir- act) Anne M. Brennan M (Printed Attornty-in-Fact) (SEAL) V4 Mcss as to Surety Now: Dnrc oj$wd Mari+wt beprior to datr ofCoatrew ATTACH CERTIFICATE O.F INSURANCE HERE M -MERICAM-GU ANTES AND-LIABILMY INSURANCE.-GOMP'A Oberty;4aza,f8eh Fkkiri 46W-York. NewiYork `-1DO B — K.,j Mum, sw1 ... ': tE"#_itoPC}wW- C3i�J�T'i"dt�ltfEY -- KfvCV� t,Lt '.tvt€N.SY T#-'1=5 ISR t=i I; T-ha;:tl a 1 1 t3G ►'GUARANTEE-AND ,A 4t.t't'�'INSURANCE COMPANY, a-eor�oratklo i created by-and-=dstirrg_under the of the=State:s9f'Neirir lForic with'its-Executive 43ffiees.k d 4n Sdiau ng,Illinois.does here by ^esti?a atttute_and aPP_or - I1�cTtaeFd Friedrrrft;Mine fill:Brennan,$tap1146ie Sh+4:t1sr,Wittiar►t J:BaNayofi1ridgevietnr,iL IIs true and lawful Alboi j(s)-ilt=Fact*i h powe�rand aiith r here4y-cQSf�F W is*rc,.saai and execute in its.behelf.dunna the period' ber4?rrtn tetithlhe date of issuance-of thepower-.:Any of ntf bonds.usA:rtaicirrgs,recognimices orott�:writtemobligafions in the wF nature thereof t - and !bind AMERICAN GUARANTEE AND LtABlLJTY-04SURANCE COMPANY ttrareby,: '_4H cafe4-0 I&)4n Fact. rurk}ar,t to:fir�ese [esots are hereby._rafifred -olid cosftrrrted: Thrs Pnwcer of Attore�r-ifi made:> wed punt to acid;by the IP It"itt:onty or#w- ssvtir By-f_aat duly-:adopter! by-ttom $o_and of Directors ofthe CPa t er4NcZt fly�I _ been amended or: _ `section 2,Article ill. '. _The president or a vier president in a written instrument attested by a secretary or an assistant secretary ._ . - ^1aY`4 ;appoint;any perst3n At3r3aziey-in Fact w authority to ezea:tE surety bonds on lha#f.of the'... evnlpa�rry -olid other formal ndetwrftir+g=COntracts in—refs .tt►ereto anQ reinsurarrCe agreerl�se is retaUng_zo ndividual po a bonds of a14 funds aro �ttach:tt dwpdrate-seal Any such affac�rs may regi _Ke 1l",e powers granted to arty Amey-trktiact' '- - - Thi,-.Pcwer:af-Attor;�eV is signed and sealed by facsimde.`Dnder acid by the�authority of the friflo nr R utiott ad stat.by the Board of I3xectors of the AMERICAN GUARANTEE AND LtAB#i tTY INSU C!~GQMPAtdY aC a'meeGng dyty called and geld.on the 25th day of March 1992: RE$C)1,VED. .htat the-sigr:adure o :tkte president_or a-trice presacfer►t and the_e�ttes�ting stgrt tune of: secretarq or an-assistant r secretary aril the seal of ft company my be affixed by taasimile"on any PowerAt-Attorney Orated pursuwa to Suri 2 of 2tticl8 III of the Sy--Laws;and ttte, #gnature ofa secretary or art assistant sec;reta ;i-artd the Brea!d the cixrtparitr_-ty be af5xed by '-3r irnile to any,certificate.Di ally such porter. Any=such power or air:cert fieete t>serenf beerin such f cstr la_Sigr3aUx ansa watt ShQ be valid a n"inding ori the company_ Furthermore,-any such pdwier so executed afid seated and *iwi by`c te-so - executed aril sealed shall.wit rttsWa:^t to arty Genii or undectakirag is:which.if is aft it tecf;Cnnttr ue Fo be valid and binding on xhe IN-WIT-NESS,IffiJEF4C .`the-AMERICAN GUARANTEE APJD-LAJ�ILfijL.l 4SURANCI :WMPAW has:caused.these presents to be ex uteri"in_its name and on its bahalf acid its Go(WA;e-ai fo be'ttete0�ti affixed apattasted by.its officers thereunto:dtuly-auttttorized, the 29th day of December 1898.. { WARNING.Tres Power of Attorney is printed on paper-that deters unauthorized copytng or AMERICAM GUARANTEE ANR LIA811.ITY fI�iSUR1�kc �A�Y ss' - start cl;lK315 Z. S-tisariG.Harold Maas D;Lyons c;;NNWor COOK $ecretaq� £xuive Vke Presrde4tt ._. ` On Ns 29thday:o Decei erA :, 1998, be#ore#te subscriber; a Notary Public o�the State and County aforesaid. dut Notary Public co l+,miasioi>etf Viand.q.►ialified, nine-the above`named vice-president and secretaiy'AM:the AMERltdr�b3�-GUARANTEE-AND UAB4Lrr' 'NS!.�Rt�NCE:.Ct JIPAtJaf,'io me:persdna#ly known tQ be the individuals_and.offrcei :described irr and who exeduted`the preceeding rnS3r in'srt#,a they each.aoMowfed-Q the execution-of tate same ar>.d,.being by rite duty styorn, the r seueraliy`and each for himself depcse$and-said that they.respectively-told the-offices in said Corporation as indicated,that:the Seat-affixed to the preceding instrument iS I e.C.;orporate_Seal-of"said.C6i*ation. and that the said Corporate Seat, and tt signature' 'as-such offtcers,. -duly affuced and s ubsa:bed to_ft said instrument pursuant to.ail due corporate authorizaticirr. . 4M1i'JVi;I1tSS WHERE l.tta+ motto set my-hand aN affixed my:Official Seat`[l�ilsy and dear above fir+. - � - +mr.wra:U,w.rllMni :.dCrty,r•;a• - - - x s. = My ERu Coirunission ' es 041121D2 " �_. y OF - This Power of Attorne Ymits the sets of those rattled therein to the bonds and under#atcings sfioalhc lfanted tCwrein, i_ttfey have ria. -auftulty to bind the Ownpany except a the manner aricLtct the.extent girt stated- i the.undersigned, a secretary..0-ft AMIMIGAI GRANTEEAt+l0 UAWLITY INSURANCE.COMPANY do_hereby certify that tie Pa}yt c of Attd-mey liereinabove set-#orth�s':SI�ae"�:rrtcc-aad effect,"and•finther certify that Section 2 of`Arbcle III of the By-Lawns of the Convany and-the ResA4utioa-stf.the it irecttir^s fat lcs2tt in said otarer of Attu rale std#in#orbs: In tostiraony whereof# have' ttereurto si,;bso bad my name and afi*k-x W4of the yaw Coavany ttie: 28 day of Susan 4{,.. Y; u y A;r r - � - •s51 -: - -- ti.t--___�: •„[:-,.Y'- - :: .... @Y L"�. 'mom -�-;..:- - r'� T - -. I�;tTlllLl o:I nj�[uZtjtjU 14;11 40 _?. WYATT AGENCY PACE _. DATE(MMIDDlYY) A-WR—�'N 382/00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO MHTS UPON THE CERTIFICATE THE WYATT AGENCY HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 130011TH STREET ALTER THE C VE SUITE 305-E COMPANIES AFFORDING COVERAGE HUNTSVILLE,TX 77340 COMPANY A CREDIT GENERAL INSURANCE COMPANY INSURED L A ENVIRONMENTAL,INC. COMPANY RELIANCE NATIONAL INSURANCE CO. 5850 MAPLE AVENUE DALLAS,TX 75235 COMPANY C STATE NATIONAL/STATE A COUNTY MUTUAL COMPANY J� D THIS IS TO CERYtFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PORTAIN,YHE INSURANCE AFFORDED B Y THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE DECN RCDVCED BY PAID CLAIMS. CO TYPE OF IN9i1RANCE POLICY NUMBER POLICY EFFECTNE POLICY EXPIRATION LIMITS LTR DATe(14WDW") OATE(MKWD/YY) GENERAL LIABILITY AAB 100-1333-00 5/17199 5117100 0ENERAL AGGREGATE s 2,000,000 A X COMMERCIAL GENERALUABILITY PROOVCTS-COMP/OP AGG i 2,000,000 CLAIMS MADE OCCUR PERSONAL 6 ADV INJURY i 2,000,000 OWNER'S 8.CONTRACTOW6 PROT EACH OCCURRENCE s 21000,000 X ASBESTOS/LEAD LIAR FIRE DAMAGE (Any one fire) s 50 000 MED EXP(Any or*pm o.) s 5,000 AUTOMOBILE LIABILITY REL 000680 12!27/99 1227/00 C ANYAUTo CONBINEDSINGLEUMfT s 1,000,000 ALL OWNED AUTOS I6001LYINJV`9OnRY s X SCHEDULED AUTOS DOW, _ X HIRED AUTOS 60DILT INJURY s X NON-OWNED AUTOS (FW*Wdenp PROPERTY DAMAGE s GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN ALTO ONLY' ~ EACH ACCIDENT i AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE S UMBRELLA FORM AOOREVATE s OTHER THAN UMBRELLA FORM I I WORKER'3COMPENSATION AND NWA 2047936-00 12/4/99 12/4/00 X TORY LIMITS Ea B EMPLOYERS LIABILITY EL EACH ACCIDENT i 1,000,000 TME o*ooR14Tpa INCL EL DISEASE a POLICY LIMB s 1 000 OOQ FrRTW.vEUMfVE 1,000,000 Of-f4fl6ARP- X EXCL EL DISEASE-EA EMEE PLOYi OTHER DC%RIPTION OF OPERATIONSIL THE CITY OF FORT WORTH,ITS OFFICERS,AGENTS,EMPLOYEES,REPRESENTATIVES,AND VOLUNTEERS ARE ADDITIONAL INSURED ON GENERAL LIABILITY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED 69FORG THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL CITY OF FORT WORTH 30 GAYS WRITTEN NOTICE TO THE CRATIPICATE HOLDER NAMED TO THE LEFT. 1000 THROCKMORTON OUT FAILURE TO MAIL SUCH NOTTCE SHALL IM"E NO OBLIOATION OR LUIBIUTY FORT WORTH,TX 76102 OF KIND PON THE COMPANY ITS AOENT R REPRESENTATIVES. AUTHORIZED E TIVE ' r L .A . Environmental q0 An AR 7 r r LAE w UV j w 8. EXCEPTIONS-CONTRACT&SPECIFICATIONS 9. PROPOSAL SUBMITTALS 10. LIST OF SUBCONTRACTORS 11. EXPERIENCE RECORD 12. WAGE RATES 13. VENDOR'S COMPLIANCE TO STATE LAW 14. INSURANCE CERTIFICATES 15. CONTRACTOR'S LICENSES AND CERTIFICATES 16. CONTRACTOR'S LEGAL AND COMPLIANCE HISTORY 17. CLOSEOUT SUBMITTALS I understand that all of these items will be reviewed,and any items not included may result in my proposal being considered non-responsive. Byron J. Davis Name Sr. Vice President Title L.A. Environmental, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 3.2 ACKNOWLEDGEMENT OF RECEIPT OF REQUEST FOR PROPOSAL ADDENDUM(A) 3.2.1 Check if applicable_2M_ The undersigned acknowledges the receipt of the following addendum(a)to the Request for Proposal,and has attached all addenda following this page.(Add lines if necessary). Addendum Number 1 3-01-00 (date received) Addendum Number 2 (date received) Addendum Number 3 (date received) 3.2.2 Check if applicable The undersigned acknowledges the receipt of no addenda to the Request for Proposal. CONTRACTOR: L.A.Environmental, Inc. BY: Byron J. Davis Company Name (print or type name of signatory) 5850 Maple Avenue ' Address Sig re) Dallas, TX 75235 Sr. Vice PresideliYt City,State,Zip Title(print or type) Section 3.0 Page 3 3.3 MINORITY and WOMEN BUSINESS ENTERPRISES(M/WBE) It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) firms, Ordinance #11923, in the procurement of professional services. On City Contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the 6%goal. <OR> 2. Good Faith Effort documentation. <OR> 3. Waiver documentation. Please refer to the following SPECIAL INSTRUCTIONS FOR BIDDERS for further information regarding the compliance requirements. The M/WBE business(es) must be certified or in the process of being certified by the North Central Texas Regional Certification Agency (NCTRCA) or by the Texas Department of Transportation (TxDOT), Highway Division. The M/WBE includes the nine (9) counties of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall or doing business in the marketplace during negotiation related to the bid. M/WBE requirements will be a part of the evaluation for this bid. Section 3.0 Page 4 City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $15,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than$15,000,the M/WBE goal is not applicable. �• POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority/Women Business Enterprises (M/WBE) 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 M/WBE firms to a level comparable to the availability of M/WBEs that provide goods and services directly or indirectly to the City. MNVBE PROJECT GOALS The City's MBE/WBE goal on this project is 6 %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$15,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or; 2. Good Faith Effort documentation,or; 3. Waiver documentation. 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. PP 1. M/WBE Utilization Form: received by 5:00 p.m.,five(5) City business days after the bid opening date, exclusive of the bid opening date. y 2. Prime Contractor Waiver Form: received by 5:00 p.m.,five(5) City business days after the bid opening date,exclusive of the bid opening date. VW 3. Good Faith Effort Form: 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 M/WBE ORDINANCE,WILL RESULT IN THE BID BEING i CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. rAny questions, please contact the MfWBE Office at(817) 871-6104. Rev.612198 ATTACHMENT 1A City of Fort Worth Page 1 of 2 Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION L.A. Environffiental, Inc. March 1, 2000 PW ceoMTANYeolvention Center / Kennedy Theater BIC CDEM00-01 :CCACM PROJECT NAME PROJECT NUMBER CITY'S M/WBE PROJECT GOAL: 6Z M/WBE PERCENTAGE ACHIEVED: 10% 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. • The undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE 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 specifications. Company Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. Scope of Work(*) Supplied(*) z,t U o o ~ x° vCL Z ~ Bluebonnet Waste Haul ACM waste to -3530, -----`- 00 landfill Dumnster 1st 9,500.00 152~22 ... _... _-. M u, o 0 M/WBEs must be located in the 9(nine)county marketplace or currently doing business in the marketplace at the time of bid. (') Specify all areas in which MWBE's are to be utilized and/or items to be supplied: Waste dumpster / waste ha&ling (*) A complete listing of items to be supplied is required in order to receive credit toward the M/WBE goal. (")Identify each Tier level. Tier:Means the level of subcontracting below the prime contractor/consultant,i.e.,a direct payment 1st from the prime contractor to a subcontractor is considered 1°tier,a payment by a subcontractor to Its supplier is considered 2nd tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5) CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.612196 Pages 1 and 2 of Attachment 1A must be received by the Managing Department ATTACHMENT 1A Page 2 of 2 Cit of Fort Worth Minority and Women business Enterprise Specifications MBE/WBE UTILIZATION Company Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. Scope of Work(•) Supplied(*) ,z•; oo d o 0.2 The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(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 MBE(s) and/or WBE(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. A4 MBEs and WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD IN (�-I Byron J. Davis Autho zed Sig at re Printed Signature Sr. Vice President Title Contact Name and Title (if different) L.A. Environiliental, Inc. 214-956-7903 Company Name Telephone Number(s) 5850 Maple Ave. 214-956-9021 Address Fax Number Dallas, TX 75235 March 1, 2000 City/State/Zip Code Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5)CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.612/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department ATTACHMENT 16 Cit of Fort Worth Page 1 of 1 Minority and Women Business Enterprise Specifications Prime Contractor Waiver L.A. Environmental, Inc. Fort Worth Convention Center/Kennedy Theater Prime Company Name Project Name March 1, 2000 DEM00-01 :CCACM 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 both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m., five (5) City business days after bid opening, 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 xx 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 xx 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 MBE(s) and/or WBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) and/or WBE (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 MBE(s) and/or WBE(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. A AdA Byron J. Ddvis Auth ized tignature Printed Signature Sr. Vice Fresddent Title Contact Name (if different) L.A Environmental, Inc. 214-956-7903 Company Name Contact Telephone Number (s) 5850 Maple Ave. Dallas, 75235 214-956-9021 Address Fax Number Rev.6/2/98 ATTACHMENT 1C Page 1 of 3 City of Fort Worth Minority and Women Business Enterprise GOOD FAITH EFFORT L.A. Environmental, Inc. March 1, 2000 Prime Company Name Bid Date Ft. Worth Convention Center / Kennedy Theater DEM00-01:CCACM Project Name Project Number If you have failed to secure MIWBE participation and you have subcontracting and/or supplier opportunities or if your MIWBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the MIWBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.five(5) City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier 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 MIWBE or non-M/WBE. (Use additional sheets, if necessary) List of: Subcontracting Opportunities List of: Supplier Opportunities Rev.6/2/98 ATTACHMENT 1C Page 2 of 3 2.) Did you obtain a current list of MIWBE firms from the City's MIWBE Office? The list is considered in compliance, if it is not more than 3 months old from the date of bid opening. Yes Date of Listing 1 I No 3.) Did you solicit bids from MIWBE firms,within the subcontracting and/or supplier areas previously, listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes If yes, attach MIWBE mail listing to include name of firm and address and a dated No copy of letter mailed. 4.) Did you solicit bids from MIWBE 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? Yes If yes, attach list to include name of M/WBE firm, person 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 MIWBE name, date, time, fax number and documentation faxed. NOTE: If a SIC list of MIWBE is ten or less, the bidder must contact the entire list to be in compliance with y questions 3 and 4. If a sic list of MIWBE is more than ten, the bidder must contact at least two-thirds of the list but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M1WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? Yes No 6.) If M/WBE bids were received and rejected,you must: (1) List the MIWBE firms and the reason(s)for rejection (i.e., quotation not commercially reasonable, qualifications,etc.) and (2) Attach affidavit and/or documentation to support the reason(s) listed below(i.e.. letters, memos, bids,telephone calls, meetings,etc.) (Please use additional sheets,if necessary,and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev.6/2/98 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. 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 MIWBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's BE Office. Byron J. Davis A o i ed Sig ture Printed Signature Sr. Vice President Title Contact Name and Title (if different) L.A. Environmental , Inc. 214-956-7903 Company Name Telephone Number(s) 5850 Maple Avenue 214-956-9021 Address Fax Number DA11as, TX 75235 March-,!J, 2000 z City/State/Zip Date Rev.6/2/98 3-03-200 12: 10PM FROM P.2 a1lwfVt�1 3.5 PROPOSAL SUMMARY TO THE CITY OF FORT WORTH: The undersigned hereby proposes to fumish the equipment,labor,materials,superintendence,and any other items or services necessary to perform the removal of asbestos-containing materials as identified in Section 1.1 of this Proposal Package. All removal is to be accomplished as sct forth in the Technical Specifications i r found in Section 4.0 of this Proposal Package. The.cost estimates for each line item below shall be for all labor,equipment,materials.disposal,and any and all other costs associated with the performance of that line item under this Contract are: 13,390 square feet of floor tile and mastic S 21,424.00 16,310 square feet of spray-applied ceiling texture S65i240.00 l� g 200 square-feet.of black duct mastic S 2,00-0.00 75 joints and elbows of thermal system insulation S 1,875.00 201inear feet of air handler insulation 5 400.00 1 ' 2,650 square feet of fire curtain material S 5,300.00 +� TOTAL COST S 96,239.00 The calendar duration for all phases of the project,is forty-five(45)days. The undersigned agrees to start work within five(5)days from the date of the Notice to Proceed. All Proposal Documents have been submitted in one sealed envelope. Addenda to the Request for Proposal have been received. The paragraph titles wherein exceptions have been taken to the City's Specifications are the following: Title Title Title This Proposal Summary and the accompanying Proposal Documents are intended to be complete and will remain valid for sixty(60)days from the date of submittal. CONTRACTOR SUBMITTING PROPOSAL! L.A. Environmental, Inc. By: Byron J. Davis Company 14amc (print or type name ofs ignatgry). 5850 Maple Avenue Rw tM A ass (Si' tore) g Dallas Texas 75235 Sr. vice President City,State,zip Title(print or type) 214-956-7903 214-956.9021 Phone FAX Section 3.0 Page 6 3.6 UNIT COST ESTIMATE Addition material may be encountered during the forty-five(45)day period of abatement. The undersigned hereby proposes the following unit costs for the removal of asbestos-containing materials from the Kennedy Theater not identified within the Scope of Work of this Proposal Package. At least those tasks shown in the following list must be included. The Contractor may wish to include additional tasks as appropriate. Each task shown below must appear on the Project Schedule and on the Schedule of Payments. The completion of each task must be associated with a project deliverable document. Deliverable documents may be a report,photograph,or an invoice that shows completion of that task. Requirements for execution and completion shall be negotiated prior to any additional work authorization. No compensation shall be paid to Contractor for the cost of obtaining and maintaining for the cost of obtaining and maintaining insurance,bonds,licenses,and certifications as required herein,as these are considered subsidiary to other items for which lump sum or unit prices are requested in this proposal. UNIT PRICES including Removal and Disposal(add rows as needed): Material Unit. Price/[Jnit 1. Floor tile and associated mastic Square foot $ 1.60 2. Ceiling texture Square foot $ 4.00 3. Duct mastic Square foot $10.00 4. Pipe insulation joints Each $25.00 5. Air handler insulation Linear foot $20.00 6. Curtain material Square foot $ EMPLOYEE LABOR RATES(add rows as needed): Employee Description. Hourly Rate,; Employee Description Hourly Rate Principal $ N/A Foreman $ 12.00 Project Manager $ Asbestos Worker $ Project Supervisor $ 18,00 Clerical $ UU Equipment Operator $ N/A Worker $ N/A CONTRACTOR SUBMITTING PROPOSAL: L.A. Environmental, Inc. By: Byron J. DAvis Company Name (print or typ7m o gnatory) 5850 Maple Avenue Address (Sign ) Dallas, TX 75235 Sr. Vice PFesident City,State,Zip Title(print or type) 214--956-7903 214-956-9021 Phone FAX _ Section 3.0 Page 7 L.A. ENVIRONMENTAL, INC. STATEMENT OF QUALIFICATIONS February 2000 5850 Maple Ave. Dallas, Texas 75235 (214) 956-7903 Fax (214) 956-9021 LAE I. INTRODUCTION II. CLIENT REFERENCES III. WORK EXPERIENCE A. ASBESTOS / LEAD ABATEMENT SERVICES B. FUEL SYSTEM / BIO-REMEDIATION SERVICES IV. KEY PERSONNEL V. LICENSES / CERTIFICATIONS VI. PROFESSIONAL AFFILIATIONS VII. BANK/ TRADE REFERENCES VIII. EQUIPMENT IX. INSURANCE / BONDING X. WHY LAE? I. INTRODUCTION L.A. Environmental, Inc. (LAE) is an environmental construction firm specializing in hazardous remediation and Fuel System Services. At LAE, we are dedicated to providing our clients with prompt, quality, professional services at a competive price. Our qualified and licensed staff ofEstimators,Project Managers,Supervisors,Technicians,and Safety Officers provide our clients with a broad range of experienced and field trained personnel capable of responding to environmental projects in a diligent and proficient manner. At LAE,we have developed an extensive scope of construction services to comprehensively address trades involved with environmental remediation projects: REMEDIATION SERVICES FUEL SYSTEM SERVICES * Asbestos Abatement * PST Installation /Removal * Lead Abatement * Contaminated Soil Remediation * HazMat Remediation * CNG Fueling Systems * Bio-remediation * Spill Response * Re-Insulation (Piping, etc.) * Equipment Maintenance * Sprayback(Fire-proof, etc.) * HazMat & Bio-remediation * Demolition /Razing * Confined Vessel Entry LAE is a Texas based corporation in Dallas, Texas. LAE was founded in 1983 in response to the growing need for qualified and professional firms offering environmental contracting services. LAE is a Texas and Louisiana licensed contractor for asbestos abatement services and licensed in Oklahoma, Louisiana, and Texas for Underground Storage Tank Remediation and Installation of Compressed Natural Gas Systems. LAE employs experienced licensed personnel. LAE has never been fined by a regulatory agency for non-compliance to regulations or work specifications. LAE's clientele covers a wide variety of industries including service to many Fortune 500 firms. LAE is a recognized industry leader with over nine years experience performing environmental construction services. LAE is committed to completing al projects on schedule while maintaining continued control of quality and safety.Each project undertaken by LAE is manned to maintain the scheduling constraints and needs of our clients. At LAE, we are committed to quality and making sure that each client upon project conclusion is completely satisfied. Our extensive history in environmental remediation services affords our clients the knowledge and experience necessary to comprehensively address their environmental needs. LAE has a continuing education program for all management and field personnel to insure that we provide our clients with the latest innovations and most cost effective techniques. In keeping wit our commitment to maintaining new technology, LAE performs all services with " state-of-the-art" equipment. We appreciate your interest in L.A. Environmental,Inc. and this opportunity to present our firm. The information that follows provides an overview of key personal and capabilities of our firm. We invite your careful review and look forward to developing a lasting professional relationship. Mark A. Torres President "PROVIDING A SECURE ENVIRONMENT" I r II. CLIENT REFERENCES Southwest Airlines Denton Electric Production 8800 Cedar Springs 1701 -A Spencer Road Dallas, Texas 75235 Denton, Texas 76205 Contact: John Zulu Contact: Jim Thane (214) 904-4077 (817) 383-7551 Veterans Administration Dallas Morning News Dallas V.A. Medical Center 508 Young St. 4500 South Lancaster Dallas, Texas 75265 Dallas, Texas 75216 Contact: Mr. Dwight Long Contact: Mr. Larry Stevenson (214) 977-8315 (214) 266-5846 Dallas Area Rapid Transit Lone Star Energy 1401 Elm St. 3550 Medical Center Dallas, Texas 75201 Dallas, Texas 75235 Contact: Ms. K.C. Moore Contact: James Robertson (214) 749-2872 (214) 631-5028 IP Center America Toys "R" Us 10909 Webb Chapel 461 From Road Dallas, Texas 75229 Paramus, NJ 07652 Attn: Ms. Wanda Jones Contact: Mr. Jim Matthews (214)339-3131 (201)599-7825 Dallas Market Center HCB Contractors 2300 Stemmons Fwy. Ste 5G51 606 Young St. Dallas, Texas 75207 Dallas, Texas 75265 Contact: Marty Hamill Contact: Bengt Larson (214) 879-8196 (214) 977-6143 American Airlines T.U. Electric 4300 Amon Carter Blvd. 1506 Commerce St. Fort Worth, Texas Dallas, Texas 75201 Contact: Alice Denny Contact: Richard Carsarez (817) 963-1764 (214) 812-1295 r r r CLIENTS Aetna HUD Amoco Hughes Aviation American Airlines JCPenney American Hotel-Motel Kraft Foods Anheuser-Busch, Inc. Kwik-Wash Associated Air Center Liquid Sugars Avis Car rental (Hayes) Lone Star Gas Bell Helicopter Love Field Airport Campbell Soup LTV Aircraft Products Campbell Taggart LTV Missiles& Electronics Carswell Air Force Base Nabisco Chaparral Steel Nations Bank Chevron Otis Engineering Chrysler Pacific Team Management City Of Dallas Pizza Hut City Of Denton Proctor& Gamble City Of Garland Red Bird Airport City Of Houston Resolution Trust Corp. (RTC) Cloth world Simmons Company Coca-Cola Star Enterprise (Texaco) Convalescent Services, Inc. State Fair Of Texas Dallas Area Rapid Transit State Farm Insurance Dallas Independent School District Stephen F. Austin Univ. Dallas Love Field Airport Supreme Systems, Inc. Dallas Market Center Sweetheart Products Corp. Dallas Naval Air Station Tandy Corporation Denton Electric Production Texas Camco DFW International Airport Texas Instruments CLIENTS (Continued) E-Systems Toys "R" Us Electronic Data Systems (EDS) Trammel Crow, Inc. Enerfm Gas Processing T.U. Electric FDIC U.S. Navy Farmersville Ind. School District University of Texas First Baptist Dallas SW Medical Center Footlocker University Of North Texas Fort Hood Veterans Administration Fort Howard Paper Company Visiting Nurse Association GAF Wynnwood Shopping Center Garland Power& Light Greenville Electric Production Georgia-Pacific Greyhound Financial GE (General Electric) GTE Southwest, Inc. GM (General Motors) III. WORK EXPERIENCE A. ASBESTOS / LEAD ABATEMENT SERVICES The following summaries are selected representative asbestos/lead abatement projects performed by LA; see Section III-B for Fuel Systems Services. DMC/International Apparel Mart 12/92-01/93, Abatement of 35,000 sf 2100 Stemmons Fwy. fireproof, 120,000 floor sf of ceiling Dallas,Texas 75258 texture on time with a 6 week schedule, Contact: Industrial Compliance $1,000,000. Attn: Russ Gout 214-631-0862 Richardson School District 07/93-8/93, asbestos abatement three 400 South Greenville Ave. different schools. Project included re- Richardson, Texas 75081 moval of asbestos in boiler rooms. Attn.: PLM Company $90,000.00. (214)480-0899 Amoco Production Co. 09/9-01/92 Abatement and Demolition 501 Westlock Park Blvd. of entire West Yantis Gas Processing Houston, Texas 77079 Plant, 10 Acre site, Work included Attn: Mr. Mike Weber 19,000 If of piping and 20,000 sq.ft. (713) 556-2000 of vessels abated using Type"C" res- piration . $623,000. Proctor& Gamble MFG. Co. P.O. Box 655118 08/87-6/92 Abatement of 3-3 story Dallas, Texas 75265-5118 boilers, many large tanks, storage Contact: Dan Newman vessels, and over 15,000 feet ACM (214)421-6678, 6648 piping and various other ACM ma- terials. $1,500,000. American Airlines DFW International Airport 3/92 to present. Several projects in- Contact:Enviro\Max cluding fire-proofing,flooring, roofing Attn: Mack Criddle in Terminals 2E and 3E. $100,000. (214)371-1707 GTE Southwest, Inc. 09/91 Abate Floorings, 5/91 abate 1012 Shady Oaks 5,000 sq.ft building including all Denton, Texas thermal insulations, flooring ma- Attn: CURA/Greg Walterscheid terials. Total $25,000. (214) 620-7117 LTV Missiles& Electronics Group 05/91 Abatement of fire-proofing. P.O. Box 650003 in Type"C" of Bldg. M-3. 02/91 Dallas, Texas 75265 Installation of soundproof batts in Attn: Joe Brown(214)266-7721 Thayer Bldg. 06/92 Thermal pipe abat. WORK EXPERIENCE (Continued) The University of Texas 12/89 - 05/91 Abatement of thermal insu- Southwestern Medical Center lation flooring materials.Disposal of ACM Wastes. 5323 Harry Hines Blvd. Disposal of ACM Wastes. $225,000. Contact: Mr. Steve Benbrook (214) 688-3215 DISD 06/92,Abatement&Replacement of 30,000 3120 N. Haskell sf of ceiling. Included painting, flooring, Dallas, Texas ceiling, and installation of new grid& tile. Contact: George Harris $200,000 (214) 565-6588 Sweetheart Cup(Fort Howard Paper) 01/91,Abatement of four Rito-Spray units 4444 W. Led better Dr. & various thermal insulation including re- Dallas, Texas 75236 insulation. $25,000.00 Attn: Frank Cook (214) 339-3131 Dallas Area Rapid Transit 06/93-present,variety of projects and sizes, 1401 Elm St. In the course of one year. $1,000,000 Dallas, TX. 75201 Attn: Kathleen Nugent (214) 749-2935 Sherman ISD 06/91, Abatement and Sprayback 400 Sunset Blvd. of 30,000 square feet of acoustical Sherman, Texas 75091 ceiling texture. $225,000. Attn: Charles Kennedy (903) 892-9115 Hancock Center 09/90, Abatement of over 5,000 sq.ft of (Vornado, Inc.) acoustical ceiling, 4,100 tile &mastic and Austin, Texas various thermal insulations. $40,000 Attn: Mr. George Spencer (214) 528-9090 Toys "R" Us 07/90, Abatement of 15,000 sq. ft. of file 461 From Rd. mastic in San Antonio prior to building re- Aramus, NJ 07652 novation. Attn: Mr. Jim Matthews (201) 599-7825 City of Dallas 06/86-present,variety of projects and sizes 1500 Marila St. Site include Fair Park,Park Forest Library, Dallas, Texas 75201 LB. Houston City Hall, Municipal Bldg. Attn: Tom Kurtz, Dean Close (214) 670-5202 Haltom Convalescent Center 08/90, Abatement of over 30,000 sq. ft. of 2936 Markum Dr. ACM acoustical ceiling texture in phases Haltom City, Texas 76117 while building remained operational. Naval Air Force Base 9/92,7/93 -Bldg.45 and Mechanical Room Contact: John Graves Lead base paint. (817) 840-2811 Dutch Regal Bakery 3/94 - Lead base paint on plaster walls 5819 Blackwell Dallas, Texas Contact: Steve Halasz (214) 480-0899 Applied Earth Sciences 11/94 - DART - Lead base paint on door 16415 Addison Rd. frame & door. Dallas, TX. 75248 Contact: Greg Miller (214) 380-9555 Flat Iron 9/94-Lead base paint on walls and window 1319 Summit#301 seals, floor file & mastic. Fort Worth, Texas Contact: George Cravens (817) 244-9393 Texas Instruments 1/95 Removal of 7,000 sq. ft. of asbestos P.O. Box 655012 M/S 12 containing thermal pipe insulation in gym- Dallas,Texas nasium&3,000 sq.ft.of floortile and mastic. Contact: Dean Shinault Dallas Morning News 1/95 Asbestos Abatement of floortile and 508 Young St. mastic & thermal insulation from news- Dallas,TX. 75265 paper publishing area,locker& mechanical Contact: Dwight Long rooms. $111,832.50 (214) 977-8315 Temple Emanu-El 1/95 - Removal of asbestos containing 8500 Hillcrest Rd. thermal Pipe insulation in boiler room and Dallas, TX. 75225 mechanical rooms; acoustical ceiling text- Contact: Scott McKenzie removal. (214) 368-3613 Comerica North park Nat'l Bank 1/95 - Asbestos containing fireproofing in 2300 N. Preston Ctr. structural steel beams and deck; Removal Dallas,Texas of asbestos containing ceiling tile, floortile Contact: Connie Star & mastic. (214) 620- 7117 General Motors 12/95-9/96 Removal of ACM roofing, thermal 2525 E. Abrams insulation, & repair of thermal insulation. Arlington, Texas 76010-1390 $200,000.00 Contact: Dan Hughes (817) 652-2376 Southwestern Airlines 03/96-present, removal of thermal insula- 8008 Cedar Springs tion transite panels, acoustical ceiling tex- Dallas, Texas 75235 ture & ACM fireproofing. $600,000 Contact: John Zulu or Paul Dorsey (214) 904-4077 Continental Airways 11/96-1/97 Removal of ACM fireproofing, 8008 Cedar Springs thermal insulation, ceiling texture, transite Dallas, Texas 75235 panels, floortile and mastic.$166,000 Contact: Mike Patterson (972) 239-5999 Kraft General Foods 05/90, 11/90,7/92 Abatement of ACM ther- 2340 Forest Ln. mal insulations. $55,000 Garland, Texas 75046 Contact: Linda Murray (214) 272-7511 Simmons Company 01/90-03/90, Removal of ACM piping, 6424 Warren Dr. boiler, lagging, and ceiling materials. Norcross, Georgia 30093 $80,000 Contact: Mr. Bill Jennings (214) 363-5281 J.C. Penny 02/90-10/90, & 04/91- 10/91 abatement of 800 North park Center various flooring materials. $65,000. Dallas, Texas 75225 Contact: Mr. Bill Jennings (214) 363-5281 Veterans Administration Dallas 08/89-10/89,Removal of ACM insulations 4500 South Lancaster from the Chiller Plant. $190,000. Dallas, TX. Contact: Mr. Larry Stevenson (214) 372-7020 Olin Teague Veterans Hospital 11/88,Abatement of ACM Duct Insulations. Temple, Texas Contact: Young Enterprises, Inc. Contact: Mr. Bill Morrow (214) 423-0722 Enerfm Gas Processing Corp. 09/88, Removal of all ACM from entire Quitman, Texas refinery. Contact: Darrell Wanker (214) 878-2232 U.S. Naval Air Station 05/88-10/88, Removal of ACM piping in- Grand Prairie,Texas sulation,transite siding, and soil excavation. Contact: Young Enterprises, Inc. Mr. Bill Morrow (214) 423-0722 GTE Asbestos Abatement Projects for several 3500 Beltline Rd. GTE Facilities. Irving, Texas (214) 717-2756 r� (END OF ASBESTOS I LEAD PROJECTS) B. FUEL SYSTEMS / BIO-REMEDIATION SERVICES The following summaries are selected representative Fuel System projects performed by LAE. Frank Weaver Pontiac 11/92, Removal of 6 UST's and consulting 1101 N. Valley Mills Dr. services. Removal and disposal of petroleum Waco, Texas 76710 Contaminated soil. Contact: Bill Conine (817) 772-6330 Olin E. Teague Veterans' Center 10/92, Installation of containment diking sy- 1901 South First Street stem .Fuel tank replacement and boiler repair. Temple, Texas Contact: Garret Briggs (817) 771-4950 T.U. Electric 11/92,Fuel tank replacement-3 UST's, using 1506 Commerce Street total containment piping. Dallas, Texas 75021 Contact: Steve Gudbjartsson (214) 698-7449 Lake Air Chevron 10/92,Installation of 1 rotary single post semi- 4801 Basque Hydraulic lift. Waco, Texas 76710 Contact: Jody Sykora (817) 772-9895 Maxim Eng. (SkyChefs) 12/92,Excavation of petroleum contaminated 2342 Fabens soil and backfill clean select fill - cover with Dallas, Texas 75229 concrete. Contact: Keva Ward (817) 595-2241 Osteopathic Health System of Texas 12/9/92,Removal of 20,000 gallon diesel UST 4916 Camp Bowie Blvd., Suite 200 and 8,000 gallon Brine UST. Installation of Fort Worth, Texas 76107 15,000 gallon diesel UST. Removal and dis- Contact: Ken Coffelt posal of 1,000 cubic yards of petroleum con- (817)377-8047 taminated soil. Rhode Construction 11/16/92, Removal and disposal of petroleum P.O. Box 152975 contaminated soil. Arlington, Texas 76015 Contact: Mr. Ken Rigel (214) 329-7900 MCA Auto Sales 12/2/92, Excavation to locate 7 aban- 300 West Division Street doned UST's located (1) 550 gallon Arlington, Texas 76011 Waste oil tank; removal and disposal Contact: Dr. Bassam Darkazalli of tank. General Motors Corp. 12/14/92,Removal and disposal of UST.- 2525 ST;2525 E. Abrams St. Installation of a containment area sur- Arlington, Texas 76010 Rounding fuel dispensers. Contact: S. Shaw (817) 652-2139 Dames & Moore (Carswell AFB) 2/14/93, Removal of(1) 9,000 gallon 5151 Beltline Rd. Ste. 700 UST and 30 aboveground dumpsters, Dallas,Texas 75240 including all piping and 900 cubic yards Contact: Brett Batten field of contaminated soil. (214) 980-4961 City of Farmers Branch 3/93, Upgrade us At Fire Station#2; P.O.Box 819010 including spill containment, new product Farmers Branch, Texas lines, dispensing system, fuel mgmt. Contact: Don Moore system and monitor wells. (214) 247-3131 Haliburton Corporation 5/93,Excavate and Removal of a pest- Bergstrom Air force Base icide rinsate pit, including installation of P.O. Box 819010 a decontamination facility. Farmers Branch, Texas Contact: Don Moore (214) 247-3131 GTE ofthe Southwest,Inc. 5/93,Upgrade five sites including install- P.O.Box 1001 ation of US's&AST's throughout TX. San Angelo, Texas Contact: Ken Keeney (214) 717-2756 United Parcel Service, Inc. 6/93, Installation of two 25,000 gallon 1701 West 18th St. US's and one 8,000 gallon Oil water DFW Airport, Texas separator including associated appur- Contact: Mr. Jon Burgman tenances. (214) 574-5146 Hayes Leasing/Avis Car Rental 93/94, Fuel System Service Calls P.O. Box 569650 throughout the Metroplex(13 sites) Dallas, Texas 75356 Contact: Mr. Robbie Robertson (214) 574-4110 PACCAR Truck Leasing 8/93, Installation of two 6,000 gallon 10620 Stemmons Frwy. North AST's and lube equipment. Southwestern Bell Telephone 8/93,Upgrade three sites; including new P.O.Box 65 5 521 product lines and automatic tank gauging Dallas, Texas system. Contact: Mr. Michael Moreno Hercules Aerospace 10/93, Removal of three US's one Missiles, Ordnance, & Space Group 10,000 gallon and two 1,000 gallon; P.O. Box 548 complete closure with reports. McGregor, Texas 76657 Contact: Mr. John Graves (817) 840 2811 East Texas State University 9/93, Installation of one 10,000 gallon 2600 South Noel US; installation of one AST CNG sy- Commerce, Texas stem with dispensers and cad reader Contact: Mr. Eddie Wheeler system. MCI Telecommunication,Inc. 11/93,Upgrade 10 sites in South Caro- 400 International Pkwy. lina; replace US's add spill contain- Richardson,Texas ment and automatic tank gauge system. Contact: Mr. Richard Yeats (214) 918-3861 City of Dallas 12/93, Upgrade nine tanks; add spill Central Service Center containment,stage II vapor recovery and 1200 Marila cathodic protection. Dallas, Texas Contact: Mr. Frank Breedlove (214) 670-7053 Texas Department of Public Safety 1/94, Removal one 4,000 gallon US 3030 US Hwy. 287 So. & install one 4,000 gallon AST. Corsicana, Texas Contact: Richard Hall (512) 465-2167 Texas Department of Transportation 2/94,Upgrade five sites throughout the Environmental Strategies,Inc. North West Texas area,install spill con- Austin, Texas 78754 tainment, gauge system. Contact: Ms. Theresa Nix (512) 835-8814 Applied Earth Sciences 2/94,Present,Removal of underground 16415 Addison Rd., Ste 700 storage tanks at various sites. For Dallas, Texas 75248-2460 Dallas Area Rapid Transit Contact: Greg Miller (214) 380-9555 Manhattan Construction Removal and Management of 30,000 1700 El Paso St. Cubic yard of Contaminated soil. Ft. Worth, Texas 76102 Contact: Dedra Burns (817) 338-0837 (END OF SECTION) IV. KEY PERSONNEL MARK A. TORRES President EDUCATION University of Texas, El Paso 1972 - 1975 TECO Seminar: Project Management 1979 HEW Seminar: Construction Mgmt. 1980 University of Texas, Arlington; Certification in Asbestos Abatement Techniques& Procedures 1986 Georgia Institute of Technology, Atlanta, GA Mayhem Training-Asbestos Supervisor Refresher 1991 University of Texas Arlington Supervisor Refresher 1992 Haz-Tech OSHA 40 Hour"Hazardous Waste Operations & Emergency Response" 29 CFR 1910.120 1993 GEBCO & Associates/University of North Texas Refresher Contractor/ Supervisor, 7/90 Mayhem Environmental Training Associates/ Shreveport, LA Refresher Contractor/ Supervisor, 7/91 Haz-Tech OSHA Confined Space Safety Regulations, 29 CFR 1910.146 2/93 CERTIFICATIONS Texas Department of Health"Asbestos Contractor License" Texas Department of Health"Asbestos Supervisor" #80-0038 Georgia Institute of Technology, Respiratory Protection For General Industry", Atlanta, GA, 6/89 EPA Certified for Supervision of Asbestos Abatement Projects" University of Texas, Arlington FIELD OF COMPETENCE Asbestos Abatement Contracting, Health& Safety, Project Mgmt., Construction Estimating, General Construction, Interior Renovations. EXPERIENCE * Managed over 1,000 safe and successful asbestos abatement projects. * Over 20yrs experience in various aspects of the Construction and Asbestos Abatement Industry. BYRON J. DAVIS Senior Vice President Field Operations EDUCATION Denver University, Denver, Co. 1978 North Central Texas Laborer's Training Trust Fund OSHA 1926.59 Hazard Communication Standard (4 Hrs) 1989 South Dakota State University/College Of Engineering Supervisor/Contractor course Asbestos Abatement 1989 North Central Texas Laborer's Training Trust Fund Training in principles of Asbestos Abatement 1989 GEBCO & Associates/The University of North Texas Asbestos Contractor/ Supervisor Refresher Course 1990 Texas A&M University System Asbestos Contractor/ Supervisor Refresher Course 1991 GEBCO & Associates Contractor/ Supervisor Refresher 1992 Asbestos Consulting and Training Systems Contractor/ Supervisor Refresher 1993 Scientific Investigation& Instruction Institute ACBM Contractor/ Supervisor NESHAP Trained Person 1994 Scientific Investigation& Instruction Institute 1995 ACBM Contractor/ Supervisor NESHAP Trained Person 1996 CERTIFICATIONS Texas Department of Health" Asbestos Supervisor" Texas Department of Health" #80-2705 Medic First Aid/Basic CPR -First Aid 09/13/91 Haz-Tech OSHA 40 Hour"Hazardous Waste Operations& Emergency Response" Haz-Tech OSHA Confined Space Safety Regulations, 29 CFR 1910.146 Denmon's Hydrogen Sulfide (112S) Safety Training Lead Abatement Training (AZTEC), 3/94 FIELDS OF COMPETENCE Asbestos Abatement Contracting, Project Management, Construction Estimating, Project Supervision. BYRON J. DAVIS Senior Vice President Field Operations EXPERIENCE * Over 18 years experience in the Construction Industry.Current responsibilities include overall coordination of all asbestos abatement projects, estimating, and marketing. * Successfully managed over $6,000,000 of asbestos abatement projects. Considerable ex- perience working in hospitals and with refinery type abatement projects. DWAYNE EALY Vice President of Marketing EDUCATION University of Central Arkansas, Conway, Arkansas 1976 - 1981 Bachelor of Science in Education Major- Physical Education Minor - Health Education GEBCO & Associates 1988 Workers Refresher Course GEBCO & Associates 1989 & 1990 Asbestos Supervisor/Contractor Course University of Texas at Arlington 1991,1992 & 1994 Asbestos Supervisor/Contractor Course META Environmental 1993 Supervisor/Contractor Refresher Course University of Texas at Arlington Asbestos 1994 NESHAP Trained Person Course University of Texas at Arlington 1994 Lead Remediation, Regulations& Techniques Course University of Texas at Arlington 1995 Asbestos NESHAP Trained Person CERTIFICATIONS Texas Department of Health"Asbestos Contractor License" Texas Department of Health License# 80-2281 Medic Fist Aid & Basic CPR Course - 08-30-95 FIELD OF COMPETENCE Asbestos Abatement Contracting Health& Safety, Project Management, Project Supervision and Constructing Estimating. EXPERIENCE * Four years as a High School Teacher and Coach at Arkadelphia High School in Arkadelphia Arkansas. * Over 13yrs experience in the asbestos abatement industry successfully managing over 500 projects. * Over 5yrs specializing in estimating marketing. VICTOR EALY Project Supervisor EDUCATION GEBCO & Associates 1988 Workers Refresher Course GEBCO& Associates 1989& 1990 Asbestos Supervisor/Contractor Course University of Texas at Arlington 1991,1992 & 1994 Asbestos Supervisor/Contractor Refresher META Environmental 1993 Supervisor/ Contractor Refresher Course University of Texas at Arlington Asbestos 1994 NESHAP Trained Person Course University of Texas at Arlington 1994 Lead Remediation, Regulations, & Techniques Course University of Texas at Arlington 1995 Asbestos Supervisor/Contractor Refresher Course University of Texas at Arlington 1996 Asbestos NESHAP Trained Person CERTIFICATIONS Texas Department of Health"Asbestos Supervisor License" Texas Department of Health License# 80-2361 Medic First Aid & Basic CPR Course - 08-30-95 Haz - Tech OSHA Confined Space Entry 29 CFR 1910.146 FIELD OF COMPETENCE Asbestos Abatement Contracting, Health& Safety, Project Supervision, & Conduct Walk-Thru For Estimating. EXPERIENCE * Over 12yrs experience in the asbestos abatement industry successfully running over 500 projects, the jobs range from glove bagging of pipe insulation, thermal insulation, removal of boilers, removal of floortile& mastic, removal of transite panels, siding, removal of all types of ceiling materials. The cost of jobs ranged from thousands of dollars to several hundred thousands of dollars. I also have experience in working in occupied Bldg's such as airports, hospitals, factories, schools, residents, church's, malls, banks, and high rise Bldg's. I represent L.A. Environmental, Inc. In coordination with the technician, owner and any other qualified personnel depending on the problem or situation, I will contact Byron J. Davis Senior Vice President of Field Operations to refer. TONY EVERETT Project Supervisor EDUCATION Asbestos Workers Training 1991 Asbestos Contractor/ Supervisor Training 1995 CERTIFICATIONS Texas Department of Health " Asbestos Workers" Texas Department of Health " Asbestos Supervisor" Texas Department of Health License # 80-3806 OSHA 40 Hour"Hazardous Material Training", CFR 29, 1910.120 OSHA 4 Hour"Vessel Entry Training" Denmon's Hydrogen Sulfide (H2S) Safety Training FIELD OF COMPETENCE Supervision of Asbestos Abatement projects, Coordination of Quality and Safety Control on Asbestos Abatement projects. EXPERIENCE 1/91 to Present - L.A. Environmental, Inc. - Project Superintendent for Asbestos removal projects. DARRELL FERGUSON Project Supervisor EDUCATION Asbestos Workers Training 1991 Asbestos Contractor/ Supervisor Training 1995 CERTIFICATIONS Texas Department of Health" Asbestos Workers" Texas Department of Health" Asbestos Supervisor" Texas Department of Health License # 80-3760 OSHA 40 Hour"Hazardous Material Training", CFR 29, 1910.120 OSHA 4 Hour "Vessel Entry Training" Denmon's Hydrogen Sulfide (H2S) Safety Training FIELD OF COMPETENCE Supervision of Asbestos Abatement projects, Coordination of Quality and Safety Control on Asbestos Abatement projects. EXPERIENCE 1/91 to Present - L.A. Environmental, Inc. - Project Superintendent for Asbestos removal projects. MIGUEL LOPEZ Project Supervisor EDUCATION Asbestos Workers Training 1991 Asbestos Contractor/ Supervisor Training 1998 CERTIFICATIONS Texas Department of Health" Asbestos Workers" Texas Department of Health" Asbestos Supervisor" Texas Department of Health License # 80-4051 OSHA 40 Hour"Hazardous Material Training", CFR 29, 1910.120 OSHA 4 Hour"Vessel Entry Training" Denmon's Hydrogen Sulfide (H2S) Safety Training FIELD OF COMPETENCE Supervision of Asbestos Abatement projects, Coordination of Quality and Safety Control on Asbestos Abatement projects. EXPERIENCE 1/98 to Present - L.A. Environmental, Inc. - Project Superintendent for Asbestos removal projects. ELENA ENGLE Assistant Secretary/Accounting Controller EDUCATION Harlandale Sr. High, San Antonio, Texas 1974 San Antonio College, San Antonio, Texas 1977 Vogue Academy of Cosmetology, San Antonio, Texas 1977 Columbia School of Broadcasting, Dallas, Texas 1987 CERTIFICATIONS Commissioned Notary Public, State of Texas 462-04-9250/5/002 Payroll Mgmt. Automatic Data Processing Center, Dallas, Texas 11/91 Computer Processing/ Office Equipment, Xerox Las Colinas Training Ctr.,10/87 FIELD OF COMPETENCE General and Administrative office mgmt. /organization/operations and procedures of accounts Payable, Accounts Receivable, Payroll, Corporate Accounting Practices Promotion/Marketing/Public Relations Event Coordination Escrow Agent - preparation for residential and commercial real estate closing Legal Assistant EXPERIENCE * Successfully managed business offices for over 11 yrs. * Over 20 yrs combined experience in various aspects of office organization, mgmt. & fundamental accounting principles. LARRY D. STEVENSON, P.E. Project Engineer EDUCATION Texas Tech University B.S., Mechanical Engineering CERTIFICATIONS Professional Engineering Texas State Board of Registration for Professional Engineers, Certification # 70619 FIELD OF COMPETENCE Project Management, Construction Estimating, Coordination and Control of Engineering Programs (Utility plant operation, Utility services, Energy conservation). EXPERIENCE Over 8yrs experience in the Construction Engineering, Supervisor and Coordinator of plant operations and of preparing competive cost estimates for construction and specifications. MARK A. TORRES PRESIDENT/ TREASURER BYRON J. DAVIS SENIOR VICE PRESIDENT DWAYNE L. EALY VICE PRESIDENT OF MARKETING ELENA ENGLE ASSISTANT SECRETARY /ACCOUNTING CONTROLLER LYNN TORR.ES SECRETARY ************************************************************************* VICTOR EALY TONY EVERETT PROJECT SUPERVISOR PROJECT SUPERVISOR LICENSE NO. 80-2361 LICENSE NO. 80-3806 DARRELL FERGUSON MIGUEL LOPEZ PROJECT SUPERVISOR& PURCHASING AGENT PROJECT SUPERVISOR LICENSE NO. 80-3760 LICENSE NO. 80-4051 LARRY STEVENSON, P.E. PROJECT ENGINEER • A complete listing of all LAE licensed technicians and supervisors is provided for each project prior to commencement. Please see selected Resumes of key personnel. V. LICENSE / CERTIFICATIONS LAE is fully licensed and insured to perform Asbestos Abatement and Underground Storage Tank services in the state of Texas and Louisiana.LAE also holds an Oklahoma license for Underground Storage Tank services. All LAE project supervisors and technicians assigned to projects have on file current medicals, training, and state licenses. Please refer to the following pages for copies of LAE's Licenses. TEXAS DEPARTMENT OF HEALTH ASBESTOS ABATEMENT CONTRAC'T'ORS LICENSE TDR# 80-0038 TEXAS DEPARTMENT OF HEALTH LEAD FIRM CERTIFICATION TDH#2110080 STATE OF LOUISIANA ASBESTOS ABATEMENT CONTRACTORS LICENSE #26415 UNDERGROUND STORAGE TANK CONTRACTOR TEXAS WATER COMMISSION #CPR000989 RAILROAD COMMISSION OF TEXAS COMPRESSED NATURAL GAS (CNG) LICENSE #0132 OKLAHOMA CORPORATION COMMISSION FUEL DIVISION LICENSE #F0305 ** LICENSES SHOWING AN EXPIRATION DATE ARE CURRENTLY PENDING