HomeMy WebLinkAboutContract 41972CITY SECRETARY, 1 I Ci 1 ').__
CONTRACT NO .. ~'~~~
CONTRACT
Between
CITY OF FORT WORTH
and
AQUA CLEANING AND
ENVIRONMENTAL SERVICES, LLC
For
EMERGENCY RESPONSE SERVICES FOR
ENVIRONMENTAL HAZARDS
Project#:
ENV 11-01: ERS
Transportation & Public Works Department
Environmental Services Division
June 2011
OFFICIAL RECORD
CITY SECRETARY
FT,WORTN, ~
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOWN ALL BY THESE PRESENTS
CONTRACT FOR EMERGENCY RESPONSE SERVICES
FOR
ENVIRONMENTAL HAZARDS
This Contract is entered into by and between the City of Fort Worth, a home-rule
municipality located within Tarrant, Denton, Parker, and Wise Counties, Texas ("City"),
acting through Fernando Costa, its duly authorized Assistant City Manager, and Aqua
Cleaning and Environmental Services, LLC ("Contractor"), acting through Erick D.
McCallum, its duly authorized Managing Member.
in consideration of the mutual promises and benefits of this Contract, the City and the
Contractor agree as follows:
ARTICLE 1.
DEFINITIONS
In this contract, the following words and phrases shall be defined as follows;
Contract Documents means this contract, the Invitation to Bid, attachments,
amendments, and appendices to the Invitation to Bid, the Contractor's response to the
Invitation to Bid , all ancillary documents submitted with the Contractor's response to the
Invitation to Bid, and any contract amendments, change orders, task orders or other
documents related to the substance of this contract.
Hazardous materials means those materials defined as hazardous by the Hazardous
Materials Transportation Act, 49 U.S.C. § 1801 et seq.
Hazardous substance means any substance designated pursuant to 33 U.S.C. § 1321
(b)(21 )(A); any element, compound, mixture, solution , or substance designated
pursuant to 42 U.S.C . § 6921 , the Solid Waste Disposal Act (but not including any
waste the regulation of which under the Solid Waste Disposal Act has been suspended
by Act of Congress ; any toxic pollutant listed under 33 U.S .C. § 1317(a); any hazardous
air pollutant listed under 42 U .S .C. § 7412 , the Clean Air Act; and any imminently
hazardous chemical substance or mixture with respect to which the Administrator has
taken action pursuant to 15 U.S.C. § 2606. The term does not include petroleum,
including crude oil substance under any of the above references , and the term does not
include natural gas , natural gas liquids, liquefied natural gas, or synthetic gas usable for
fuel (or mixtures of natural gas and such synthetic gas).
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC -ENV 11-01 : ERS
Page 1 of 23
Hazardous Waste means any solid waste identified or listed as a hazardous waste by
the administrator of the United States Environmental Protection Agency pursuant to the
federal Solid Waste Disposal Act, as amended by the Resource Conservation and
Recovery Act, 42 U.S.C. §§6901 et seq., as amended.
Notice to Proceed means oral notice by an authorized representative of the TPW
Environmental Services Division that directs the Contractor to mobilize to the work site.
Oil means any kind of oil in any form , including, but not limited to, petroleum, fuel oil,
crude oil , or any fraction thereof which is liquid at standard conditions of temperature
and pressure , sludge , oil refuse, and oil mixed with waste.
Order of Cessation means notice , either oral or written , from the City's Representative
to immediately halt further work under this Contract.
Pollutant means dredged spoil; solid waste; incinerator residue; filter backwash; sewage
(including sewage from boats); garbage; sewage sludge; munitions ; medical wastes;
chemical wastes; biological materials ; toxic materials; radioactive materials; heat,
wrecked or discarded equipment; rock ; sand; cellar dirt; industrial, municipal,
recreational , agricultural and other waste ; and certain characteristics of wastewater
(e .g., pH, temperature, TSS, turbidity , color, BOD, COD , toxicity , or odor).
Respond within One Hour means that within one hour after notification and
authorization for action by City, Contractor shall be at the work site with sufficient
personnel, materials, and equipment necessary to effectuate an adequate response.
The adequacy of the response shall be determ ined in the sole reasonable judgment of
the City .
Responsible Party means the owner or operator of a veh icle , pipeline , or facility from
which there has been a release or a threatened release of toxic or hazardous
substances, materials, or wastes; oil or petroleum substance ; pollutants; or
contaminants .
Subcontract means a contract between the Contractor for this project and another
person or company for any task defined in the scope of work . A purchase order is also
considered a subcontract.
ARTICLE 2 .
SCOPE OF CONTRACTOR 'S SERVICES
Contractor hereby agrees to perform as an independent contractor the serv ices set forth
in the Scope of Work attached hereto as Attachment "A ".
CONTRACT FOR EMERGENCY RESPONSE SERVICES F OR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC -ENV 11-01 : ERS
Page 2 of 23
ARTICLE 3.
COMPENSATION
Section 1.
Fee Schedule.
City and Contractor agree to the unit prices, labor rates, and other costs as specified in
this contract. Contractor shall be compensated in accordance with the Fee Schedule
shown in Attachment "B". Payment shall be considered full compensation for all labor,
materials, supplies , and equipment necessary to complete the services described in
Attachment "A".
The total fee paid by the City shall not exceed a total of twenty four thousand, nine
hundred ninety nine dollars ($24,999.00) and the City will not be liable for any
Contractor fees, costs, or other remuneration in excess of this amount unless the City
has signed and issued a formal duly authorized amendment or modification to this
contract.
Section 2 .
Invoice and Payment.
The Contractor shall provide monthly invoices to the City. All invoices must reflect the
City Task Order number. Invoices shall contain a detailed breakdown to include: labor
including employee name, functional title, date and hours of work performed; internal
supplies and services provided ; and external supplies and services provided.
Payment for services rendered shall be due within thirty (30) days of the uncontested
performance of the particular services so ordered and receipt by City of Contractor's
invoice for payment of same. In the event of a disputed or contested billing, only that
portion so contested may be withheld from payment, and the undisputed portion will be
paid. No interest will accrue on any contested portion of the billing until mutually
resolved. City will exercise reasonableness in contesting any billing or portion thereof.
The Contractor shall also provide the City with quarterly updates showing the total and
itemized costs incurred to the City for each task ordered and the amount remaining in
the contract not-to-exceed amount.
Contractor shall rece ive no additional compensation for work delays or hindrances
except when direct and unavoidable extra costs to the Contractor are caused by the
City 's gross negl igence .
CONTRAC T F OR E ME RG ENCY RE SPONSE SERVICE S FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC -ENV 11-01 : ERS
Page 3 of 23
ARTICLE 4.
TERM
This term of this contract shall be for a period of twelve (12) months beginning from the
date of execution by the City Secretary and may be extended by subsequent agreement
of both parties for three (3) additional twelve month periods for a total of forty-eight (48)
months. The contract prices resultant from this solicitation shall prevail for the full
duration of the initial twelve month term. For subsequent renewals all conditions , terms,
and pricing shall remain the same as stated in the original contract unless otherwise
agreed upon in writing by both parties in a duly authorized contract amendment.
ARTICLE 5.
INDEPENDENT CONTRACTOR
The City agrees to hire Contractor as an independent contractor, and not as an officer,
servant, or employee of the City . Contractor shall have the exclusive right to control the
details of the work performed hereunder, and all persons performing same, and shall be
solely responsible for the acts and omissions of its officers, agents, employees, and
subcontractors . Nothing herewith shall be construed as creating a partnership or joint
venture between the City and Contractor, its officers, agents, employees, and
subcontractors; and the doctrine of respondent superior has no application as between
the City and Contractor.
ARTICLE 6.
INDEMNIFICATION
Section 1.
Definitions .
In this Article, the following words and phrases shall be defined as follows:
Environmental Damages shall mean damages which are incurred as a result of
negligence , an intentional tort, failure to meet the standard of care exercised by
companies providing similar services in the state of Texas, or a violation of
environmental requirements pertaining to work performed under this contract by the
Contractor and/or Subcontractors, and including without limitation:
a. Damages (both direct and indirect damages including consequential and
punitive damages) for personal injury and death, or injury or impairment to
property or natural resources; and
b. Fees incurred for the services of attorneys, consultants, contractors, experts,
laboratories and other reasonable costs required by any federal , state or local
governmental agency or otherwise expended to investigate and remedy the
environmental damages including any consultant's and attorney's fees, costs
CONTRACT FOR EMERGENCY R E SPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC -ENV 11-01 : ERS
Page 4 of 23
and expenses incurred in enforcing this contract or collecting any sums due
hereunder.
Environmental requirements shall mean all applicable to the work performed under this
agreement (or which may become applicable during the term of this agreement)
statutes, regulations, rules, plans, authorizations, concessions, franchises, and similar
items, of all governmental agencies, departments, commissions, boards, bureaus, or
instrumentalities of the United States , states, and political subdivisions thereof and all
applicable judicial, administrative, and regulatory decrees, judgments, and orders
relating to the protection of human health or the environment, including without
limitation:
a. All requirements, including, but not limited to, those pertaining to reporting,
licensing, 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, surfacewater, 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 environment and the
health and safety of employees or the public.
Section 2.
General Indemnification . CONTRACTOR SHALL INDEMNIFY, HOLD HARMLESS,
RELEASE, REIMBURSE, AND DEFEND THE CITY, ITS OFFICERS, AGENTS, AND
EMPLOYEES AGAINST ANY AND ALL CLAIMS, ACTIONS, SUITS, DEMANDS,
PREEDINGS, COSTS, DAMAGES, AND LIABILITIES, INCLUDING ATIORNEYS
FEES AND COSTS OF INVESTIGATION AND LITIGATION ARISING OUT OF OR
RESULTING FROM ANY ACTS OR OMISSIONS OF CONTRACTOR, ITS AGENTS,
EMPLOYEES, SUBCONTRACTORS, VENDORS, AND SUPPLIERS IN THE
EXECUTION OR PERFORMANCE OF THIS CONTRACT.
THIS INDEMNIFICATION INCLUDES BUT IS NOT LIMITED TO THE FOLLOWING :
a. SOLE OR JOINT NEGLIGENCE
b. ANY INTENTIONAL TORT , FRAUD, MALACE , MALFEASANCE, OR CRIME
c. VIOLATION OF A LAW OR REGULATION
d. BREACH OF ANY DUTY TRIGGERING STRICT LIABILITY
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC -ENV 11-01 : ERS
Pages of23
e. THE INFRINGEMENT OF ANY TANGIBLE, INTANGIBLE, OR INTELLECTUAL
PROPERTY INTEREST
f. FAILURE TO PAY A DEBT INCURRED PARTIALLY OR WHOLLY IN
PERFORMANCE OF THIS CONTRACT
g. ANY CLAIM FOR DAMAGE TO A PERSON'S REAL OR PERSONAL
PROPERTY INTEREST, OR PERSONAL INJURY , AND/OR DEATH.
FOR THE PURPOSES OF THIS ARTICLE, DAMAGES SHALL BE CONSTRUED
BROADLY TO INCLUDE CURRENT AND FUTURE DAMAGES , AND DIRECT AND
INDIRECT DAMAGES SUCH AS PUNATIVE, EXEMPLARY, AND CONSEQUENTIAL
DAMAGES.
Section 3.
Environmental Indemnification. CONTRACTOR DOES HEREBY RELEASE,
INDEMNIFY, DEFEND , REIMBURSE, AND HOLD HARMLESS THE CITY, ITS
OFFICERS, AGENTS, AND EMPLOYEES, AGAINST ANY AND ALL
ENVIRONMENTAL DAMAGES AND THE VIOLATION OF ANY AND ALL
ENVIRONMENTAL REQUIREMENTS RESULTING FROM CONTRACTOR'S
OPERATIONS UNDER THIS AGREEMENT WHEN SUCH ENVIRONMENTAL
DAMAGES OR VIOLATION OF ENVIRONMENTAL REQUIREMENTS ARE CAUSED
BY THE ACT OR OMISSION OF CONTRACTOR , ITS OFFICERS, AGENTS ,
EMPLOYEES, OR CONTRACTORS, OR THE JOINT ACT OR OMISSION OF
CONTRACTOR, ITS OFFICERS, AGENTS , EMPLOYEES, OR CONTRACTORS AND
ANY OTHER PERSON OR ENTITY AND WHICH ARE DIRECTLY RELATED TO
EITHER (i) NEGLIGENCE; (ii) INTENTIONAL OR WILLFUL MISCONDUCT ; (iii)
RELATED TO A VIOLATION OF A LAW, REGULATION, OR PERMIT; OR (iv) A
BREACH OF A DUTY OF CARE OR PROFESSIONAL STANDARD.
Section 4.
The obligations of the Contractor under this Article shall include , but not be limited to ,
the burden and expense of defending all claims, suits and administrative proceedings
(with counsel reasonably approved by the 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 j udgments , pena lt ies or oth er sums due aga inst such indemn ified persons .
Upon learning of a cla im , lawsu it , or other li ab ility wh ich Contractor is required
hereunder to indemnify , City shall prov ide Contractor with reasonable timely notice of
same .
CONTRA CT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC -ENV 11 -01 : ERS
Page 6 of 23
All Contractors under this contract agree that they assume joint and several liability for
any claim by the City or for a third party claim against the City for general or
environmental damages caused by any of the Contractors herein.
The obligations of the Contractor under this Article shall survive the expiration or
termination of this Agreement and the discharge of all other obligations owed by the
parties to each other hereunder.
ARTICLE 7.
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. Insurance coverage and limits:
1. Commercial General Liability Insurance
$1,000,000 each occurrence; $2,000,000 aggregate
2 . Professional Liability Insurance
$1,000,000 each occurrence; $1,000,000 aggregate
3. Automobile Liability Insurance
Coverage on vehicles involved in the work performed under this contract:
$1,000,000 per accident on a combined single limit basis or:
$500,000 bodily injury each person; $1,000,000 bodily injury each accident; and
$250,000 property damage
The named insured and employees of Contractor shall be covered under this
policy. The City of Fort Worth shall be named an Additional Insured, as its
interests may appear. Liability for damage occurring while loading, unloading and
transporting materials collected under the Contract shall be included under this
policy .
4 . Worker's Compensation
Coverage A: statutory limits
Coverage B: $100 ,000 each accident
$500,000 disease -policy limit
$100 ,000 disease -each employee
5. Environmental Impairment Liability (Ell) and/or Pollution Liability
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC -ENV 11-01 : ERS
Page 7of23
$4,000,000 per occurrence. Ell coverage(s) must be included in policies listed in
subsections 1 and 2 above ; or, such insurance shall be provided under separate
policy(s). Liability for damage occurring while loading, unloading and transporting
materials collected under the contract shall be included under the Automobile
Liability insurance or other policy(s).
B. Certificates of Insurance evidencing that the Contractor has obtained all required
insurance shall be delivered to the City prior to Contractor proceeding with the
Contract.
1. Applicable policies shall be endorsed to name the City an Additional Insured
thereon , as its interests may appear. The-term City shall include its employees,
officers, officials, agents, and volunteers as respects the Contracted services.
2. Certificate(s) of Insurance shall document that insurance coverage specified
herein are provided under applicable policies documented thereon.
3. Any failure on part of the City to request required insurance documentation shall
not constitute a waiver of the insurance requirements.
4. A minimum of thirty (30) days notice of cancellation or material change in
coverage shall be provided to the City. A ten (10) days notice shall be acceptable
in the event of non-payment of premium. Such terms shall be endorsed onto
Contractor's insurance policies. Notice shall be sent to Department of Risk
Management, City of Fort Worth, 1000 Throckmorton Street, Fort Worth, Texas
76102.
6 . Insurers for all policies must be authorized to do business in the state of Texas or
be otherwise approved by the City; and, such insurers shall be acceptable to the
City in terms of their financial strength and solvency.
7. Deductible limits, or self-insured retentions , affecting insurance required herein
shall be acceptable to the City in its sole discretion ; and, in lieu of traditional
insurance, any alternative coverage maintained through insurance pools or risk
retention groups must be also approved . Dedicated financial resources or Letters
of Credit may also be acceptable to the City .
8 . Applicable pol icies shall each be endorsed with a wa iver of subrogation in favor
of the City as respects t he Contract.
9. The City shall be entitled , upon its request and without incurring expense , to
review the Contractor's insurance policies including endorsements thereto and, at
the City's discretion; the Contractor may be required to provide proof of insurance
premium payments .
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC -ENV 11-01 : ERS
Page 8 of23
10. The Commercial General Liability insurance policy shall have no exclusions by
endorsements unless the City approves such exclusions.
11. The City shall not be responsible for the direct payment of any insurance
premiums required by the contract. It is understood that insurance cost is an
allowable component of Contractor's overhead.
12 . All insurance required above shall be written on an occurrence basis in order to
be approved by the City.
13. Subcontractors to the Contractor shall be required by the Contractor to maintain
the same or reasonably equivalent insurance coverage as required for the
Contractor. When subcontractors maintain insurance coverage, Contractor shall
provide City with documentation thereof on a certificate of insurance.
Notwithstanding anything to the contrary contained herein, in the event a
subcontractor's insurance coverage is canceled or terminated, such cancellation
or termination shall not constitute a breach by Contractor of the contract.
ARTICLE 8.
BONDS
A. Payment and Performance Bonds. Before beginning the work, the Contractor
shall be required to execute to the City of Fort Worth, a payment bond if the
contract is in excess of $25 ,000, and a performance bond if the contract is in
excess of $100,000 . The payment bond is solely for the protection and use of
payment bond beneficiaries who have a direct contractual relationship with the
Contractor or subcontractor to supply labor or material; and in 100% the amount
of the Contract. The performance bond is solely for the protection of the City of
Fort Worth ; in 100% the amount of the Contract; and conditioned on the faithful
performance by Contractor of the work in accordance with the plans,
specifications, and contract documents . Contractor must provide the payment
and performance bonds, in the amounts and on the conditions required, within 14
calendar days after Notice of Award.
B. Requirements for Sureties. The bonds shall be issued by a corporate surety duly
authorized and permitted to do business in the State of Texas that is of sufficient
financial strength and solvency to the satisfaction of the City. The surety must
meet all requirements of Article 7 .19-1 of the Texas Insurance Code . All bonds
furnished hereunder shall meet the requirements of Chapter 2253 of the Texas
Government Code , as amended.
In addition, the surety must (1) hold a certificate of authority from the United
States Secretary of the Treasury to qualify as ·a surety on obligations permitted or
required under federal law; or (2) have obtained reinsurance for any liability in
excess of $100 ,000 from a reinsurer that is authorized and admitted as a
reinsurer in the state of Texas and is the holder of a certificate of authority from
the Untied States Secretary of the Treasury to qualify as a surety on obligations
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC-ENV 11-01 : ERS
Paga 9 of 23
permitted or required under federal law. Satisfactory proof of any such
reinsurance shall be provided to the City upon request. The City , in its sole
discretion, will determine the adequacy of the proof required herein.
No sureties will be accepted by the City that are at the time in default or
delinquent on any bonds or which are interested in any litigation against the City .
Should any surety on the Contract be determined unsatisfactory at any time by
the City, notice will be given to the Contractor to that effect and the Contractor
shall immediately provide a new surety satisfactory to the City.
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC -ENV 11-01 : ERS
Page 10 of 23
r ARTICLE 9.
WARRANTY
Contractor warrants that it understands the actual and potential hazards which are
presented to persons, property and the environment by the type of work to be
performed under this contract.
Contractor further warrants that it will perform all services under this Contract in a safe,
efficient and lawful manner using industry accepted practices, and in full compliance
with all applicable state and federal laws governing its activities and is under no restraint
or order which would prohibit performance of services under this Contract.
ARTICLE 10.
DEFAULT AND TERMINATION
A. Contractor shall not be deemed to be in default because of any failure to perform
in a timely manner under this contract, if the failure arises from acts of God, acts
of the public enemy, fires, epidemics, quarantine restrictions, labor strikes, freight
embargoes, and unusually severe weather, except however that Contractor shall
take all reasonable measures to mitigate any delays and costs . The City in all
circumstances reserves the right to obtain performance of the services
anticipated by this contract from another Contractor at its sole discretion for any
reason and such an act will not be deemed to be a breach by the City.
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. If Contractor fails to begin work herein provided for within the time specified
above, or to complete such work within the time specified above , within the true
meaning of this contract, City shall have the right to take charge of and complete
the work in such a manner as it may deem appropriate. If City exceeds the costs
detailed in the attached documents, City may deliver to Contractor a written
itemized statement of the total excess costs, and Contractor shall reimburse City
for such excess costs without delay.
D. Alternatively , if at any time during the term of this contract the work of Contractor
fails to meet the specifications of the contract documents , City may notify
Contractor of the deficiency in writing. Failure of Contractor to correct such
deficiency and complete the work required under this contract to the satisfaction
of City within ten days after written notification shall result in termination of this
contract. All costs and attorneys fees incurred by City in the enforcement of any
provision of this contract shall be paid by Contractor.
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC-ENV 11-01: ERS
Page 11 of 23
E. City may terminate this Contract with or without cause upon 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 .
The City shall pay for any such work in progress that is completed by Contractor
and accepted by the City.
F. The remedies provided for herein are in addition to any other remedies available
to City elsewhere in this contract.
ARTICLE 11.
LICENSES AND PERMITS
Contractor certifies and warrants that on the day any work is to commence under this
contract and during the duration of the contract it shall have and maintain all of the
current, valid, and appropriate federal, state, and local licenses and permits necessary
for the provision of services under this contract.
Contractor also certifies that if it uses any subcontractor in the performance of this
contract, that such subcontractor shall have and maintain all of the current, valid, and
appropriate federal, state, and local licenses and permits necessary for the provision of
services under this contract.
ARTICLE 12.
OBSERVE AND COMPLY
Contractor shall at all times observe and comply with all federal, state, and local laws and
regulations and with all City ordinances and regulations which in any way affect this
Agreement and the work hereunder, and shall observe and comply with all orders, laws
ordinances and regulations which may exist or may be enacted later by governing bodies
having jurisdiction or authority for such enactment. No plea of misunderstanding or
ignorance thereof shall be considered. Contractor agrees to defend, indemnify and hold
harmless City and all of its officers, agents and employees from and against all claims or
liability arising out of the violation of any such order, law, ordinance, or regulation , whether
it be by itself or its employees.
ARTICLE 13 .
MODIFICATION
No amendment or modification of this Contract shall be binding on the Contractor
or the City unless set out in writing and signed by both parties. No amendment or
modification shall be binding upon the City unless signed by the City Manager or an
Assistant City Manager of the City of Fort Worth. Any changes to the scope of work or
compensation must be in the form of a written, formal, authorized modification of this
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC -ENV 11-01 : ERS
Page 12 of 23
contract that is in accordance with all applicable state and city laws, regulations, and
ordinances.
In no event shall any verbal authorization changing the scope of work or verbal
agreements for additional compensation be binding upon the City. Contractor expressly
agrees a) not to make changes to its legal, financial, or logistical position on any matter
based on any oral representation by an employee, contractor, or agent of the City prior
to obtaining a written modification to this contract; b) that it waives any claim based
upon reliance or estoppel as a result of acting or not acting due to an alleged oral
change to a material term of this contract from the City, its employees, contractors, or
agents; and c) that it waives any claim for compensation for work performed based
upon an alleged oral change to a material term of this contract from the City, its
employees, or agents.
ARTICLE 14.
RIGHT TO AUDIT
City and Contractor agree that, until the expiration of three (3) years after the final
payment under this Contract, the City shall have access to and the right to examine any
directly pertinent books, documents, papers and records of the Contractor involving
transactions relating to this Contract. Contractor further agrees to include in all its
subcontracts hereunder a provision to the effect that the subcontractor agrees that the
City shall, until the expiration of three (3) years after final payment under the
subcontract, have access to papers and records of such subcontractor involving
transactions relating to the subcontract. The term "subcontract" as used herein includes
purchase orders.
ARTICLE 15.
MINORITY AND WOMAN BUSINESS ENTERPRISE
(M/WBE) PARTICIPATION
In accordance with City Ordinance No. 15530, the City has goals for the participation of
minority business enterprises and woman business enterprises ("M/WBE") in City
contracts . Consultant acknowledges the M/WBE goal established for this Agreement
and its commitment to meet that goal. Any misrepresentation of facts (other than a
negligent misrepresentation) and/or the commission of fraud by the Consultant may
result in the termination of this Agreement and debarment from participating in City
contracts for a period of time of not less than three (3) years.
ARTICLE 16 .
NON-DISCRIMINATION
During the performance of this contract, Contractor shall not discriminate in its
employment practices and shall comply with all applicable provisions of Chapter 17,
Article Ill of the Code of the City of Fort Worth.
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC -ENV 11-01 : ERS
Page 13 of 23
Contractor agrees not to discriminate against any employee or applicant for
employment because of because of age, race, color, religion, sex, disability, national
origin, sexual orientation, transgender, gender identity or gender expression in any
manner involving employment, including the recruitment of applicants for employment,
advertising, hiring, layoff, recall, termination of employment, promotion, demotion,
transfer, compensation, employment classification, training and selection for training or
any other terms, conditions or privileges of employment.
Contractor agrees to post in conspicuous places, available to employees and applicants
for employment, notices setting forth the provisions of the non-discrimination clause.
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.
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.
ARTICLE 17.
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.
ARTICLE 18 .
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.
ARTICLE 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.
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC -ENV 11-01 : ERS
Page 14 of 23
ARTICLE 20 .
VENUE AND JURISDICTION
If any action, whether real or asserted, at law or in equity, arises on the basis of any
provision of this Agreement, venue for such action shall lie in state courts located in
Tarrant County, Texas or the United States District Court for the Northern District of
Texas -Fort Worth Division. Contractor affirms that it is subject to the jurisdiction of
said Courts.
ARTICLE 21.
NOTICES
Any notices, bills, invoices or reports required by this contract shall be sufficient if sent
by the parties in the United States mail, postage paid, to the address noted below :
If to the City:
If to the Contractor:
Michael A. Gange, Assistant Director
Transportation and Public Works Department
City of Fort Worth
1000 Throckmorton
Fort Worth, Texas 76102-6311
Erick D. McCallum
Aqua Cleaning and Environmental Services
PO Box 171953
Arlington, TX 76003
ARTICLE 22.
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.
If Contractor desires to subcontract any service(s) to be performed under this contract,
Contractor agrees to obtain the City 's written acceptance of such subcontractor(s)
before allowing any subcontractor(s) to perform designated service or services . Failure
of the Contractor to obtain the City's written acceptance of any and all of the
Contractor's subcontractors used in the performance of this agreement shall be grounds
for automatic termination. In addition, Contractor acknowledges that City may, at City 's
own discretion, perform on-site audits of all proposed subcontractors ' facilities in order
to determine acceptability of the Subcontractor(s).
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental SeNices, LLC-ENV 11 -01 : ERS
Page 15 of 23
ARTICLE 23.
NO THIRD-PARTY BENEFICIARIES
This Agreement shall inure only to the benefit of the parties hereto and third persons not
privy hereto shall not, in any form or manner, be considered a third party beneficiary of
this Agreement. Each party hereto shall be solely responsible for the fulfillment of its
own contracts or commitments.
ARTICLE 24.
CONTRACT CONSTRUCTION
The parties acknowledge that each party and, if it so chooses, its counsel have
reviewed and revised this Agreement and that the normal rule of construction to the
effect that any ambiguities are to be resolved against the drafting party must not be
employed in the interpretation of this Agreement or any amendments or exhibits hereto.
The paragraph headings contained herein are for the convenience in reference and are
not intended to define or limit the scope of any provision of this Contract.
ARTICLE 25.
ENTIRETY
This contract, the contract documents and any other documents incorporated by
reference herein are binding upon the parties and 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 . In the event of any conflict between this contract and any
other contract documents, then the terms of this contract shall govern.
ARTICLE 26.
AUTHORITY AND EXECUTION
By signing this contract Contractor warrants that it has had the opportunity 1) to
examine this contract in its entirety, 2) to have its legal counsel examine and explain the
content, terms, requirements, and benefits of this contract if Contractor so chooses, and
3) to negotiate the terms of this contract within the bounds of applicable law.
Having had the opportunity to submit its bid and also to specifically negotiate the terms
of this contract, Contractor agrees to be bound by this contract and expressly agrees to
the terms of this contract, including terms that may vary from those of the Invitation to
Bid or the Contractor's proposal.
The signatory to this contract represents that he or she is legally authorized by the
Contractor to enter into a binding agreement on behalf of the Contractor.
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental SeNices, LLC -ENV 11-01 : ERS
Page 16 of23
The remainder of this page is left intentionally blank
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC -ENV 11-01: ERS
Page 17 of 23
ATTACHMENT A
ADDITIONAL CONDITIONS AND SCOPE OF WORK
SCOPE OF CONTRACTOR'S SERVICES
Contractor shall furnish all labor, materials, and equipment necessary for and have the
responsibility to:
• Respond WITHIN ONE HOUR of being notified by the City to a release or threatened
release of toxic or hazardous substances, materials, or wastes; oil or petroleum
substance; pollutants; or contaminants. WITHIN ONE AND HALF-HOURS of initial
notification provide the necessary personnel, materials, and equipment for an
adequate response . Notification may be made by the City as a phone call or other
reasonable means. The adequacy of the response shall be determined by the City in
its sole reasonable judgment.
• If requested by the City, collect samples and have analytical testing performed to
assist in the characterization and profiling of waste for disposal. All analytical testing
shall be performed at a Laboratory designated by the City .
• Negotiate approval with the City for profiled waste and make arrangements for
disposal if the waste is Class II Non-Hazardous Waste.
• If the waste is either Hazardous or Class I Non-Hazardous Waste, the Provider shall
contact the City to make arrangements for disposal through the hazardous waste
disposal company under separate contract with the City.
• Assist the Fort Worth Fire Department, under Fire Department command direction, in
confined space entry or reactive chemical ordinance until command is passed from
Fire Department to other City staff control.
• Provide on-site remediation of wastes as requested (such as bio-remediation).
• Have the capability to provide transportation of hazardous and non-hazardous solid
and liquid wastes.
• Provide sorbent products to the City on an as-needed basis .
Response Action Report
Following an Order of Cessation or completion of response action , Contractor shall
provide a comprehensive report of the actions taken on behalf of the City of Fort Worth
within five (5) days. The written report shall include a summary of all actions including
final cleanup and the name of the City employee who initially contacted the Contractor
for response . This report shall accompany the invoice submitted for the work.
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC -ENV 11-01 : ERS
Page 18 of 23
Waste Disposal Documentation
Contractor shall further provide City with fully executed copies of Waste Manifests
within 30 calendar days of waste shipments . No payment shall become due and
payable until all pertinent Waste Manifests have been delivered to the City . Contractor
shall provide all paperwork and documentation needed to complete waste shipments.
Contractor certifies that it has and will maintain during the term of this Contract, current
and appropriate federal, state, and local licenses and permits to perform the work
described in the Contract Documents. In addition, Contractor agrees to require any of
its subcontractors used to perform this Contract to have and maintain current and
appropriate federal, state and local licenses and permits to perform this contract; and
SCOPE OF CITY SERVICES
The City agrees to perform the following services:
• Designate a City representative to provide timely direction to the Contractor, render
City decisions and to accompany Contractor to the work site.
• Provide written confirmation of mobilization on the next business day following the
notification. This confirmation will include the Fire Department's incident number for
tracking purposes .
• Coordinate with City facilities, City departments, and any tenants.
• Arrange, coordinate, and take any and all actions reasonably necessary to obtain
and secure ingress and egress to emergency response sites . Contractor herein
agrees that it will attempt entrance to an emergency response site only upon
authorization by the City.
ORDER OF CESSATION
City may issue an Order of Cessation under the following circumstances:
1. Contractor has entered into an agreement with the Responsible Party for
remediation services at the work site . In such event, City shall have no
further responsibility to the Contractor after the agreement with the
Responsible Party has been executed and the City has been provided a copy
of such agreement;
2. The Responsible Party has entered into an agreement with another contractor
to perform remediation services at the work site, and that contractor has
arrived on scene. In such event, Contractor shall cancel its response if in
route or take all appropriate steps to turn control of the remediation over to
the Responsible Party 's contractor.
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC -ENV 11-01 : ERS
Page 19 of 23
3. At any time City determines that the work is being carried out in a hazardous
or unlawful manner. In such event, Contract shall immediately turn control of
in-use containment or sorbent products to the City, and perform appropriate
demobilization activities .
The remainder of this page is left intentionally blank
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMl=NTAL HAZARDS
Aqua Cleaning and Environmental Services, LLC -ENV 11-01 : ERS
Page 20 of 23
ATIACHMENT B
COMPENSATION
Compensation shall be in accordance with the compensation schedule below. The
labor prices therein are per hour are for services provided between the hours of 7:00
AM and 5:00 PM Central Standard Time (or Central Daylight Time , as applicable) and
shall be considered the base compensation rate . Services provided between 5:00 PM
and 7 :00 AM shall be considered after-hours and will be compensated at 1.5 times the
base compensation rate.
LABOR TYPE
Manager Project
Supervisor Health/Safety
Supervisor Site Safety
Site Safety Officer Site Safety
Scientist Chemist
Scientist Biologist
Clerical
PPE Type
Boots Acid Resistant
Gloves Latex
Gloves Leather
Gloves Nitrile
Level "A " Suit Kaooler Responder
Level "B" Suit Kaooler CPF IV
Level "B" Suit Kappler CPF Ill
Level "C " Suit CPF2 -Tape Seam
Level "C " Suit CPF2 -Sewn Seam
Tyvek Suit Coveralls
Materials Type
Absorbent Oil Boom
Abso rbent Oil Pad
Absorbent Verm icul ite
Wi pes 12" X 12 " Roll
Sod ium Hypochlorit e Gallon
Spill Control/Bio Remed iat ion Gallon - 5
Products
Decon Supplies Brush
Decon Supplies Pails
Decon Supplies Pools 4X4
Pump 2" Diaphram
Pump 3" Diaphram
CONTRACT FOR EMERGENCY RESPONSE SERVICES FOR ENVIRONMENTAL HAZARDS
Aqua Cleaning and Environme nta l Services, LLC -ENV 11-01: ERS
PRICE/ HOUR
$135/hr
$65/hr
$60/hr
$60/hr
$80/hr
$80/hr
$17/hr
Price/ Unit
$90/pair
$1 .75/pair
$6.25/pair
$4.00/pair
$940/ea .
$220/ea.
$90/ea.
$80/ea .
$40/ea.
$11/ea.
Price/ Unit
3" x 4 ' $67 per box
15 x 20 $71 per box
16 Lb bag $35 .00
$40 .00
$7/ gallon
B io Bugs
$159.00
$10 .00
$20 .00
$220 .00
$300/ day
$250/ day
Page 21 of 23
Containers Type Price/ Unit
Drum Poly salvage 30 gal w/ lid $65 .00/ea .
Drum Steel salvage 30 gal $70 .00/ea .
Drum 55-gal ORF $45.00/ea .
Drum 55-gal ORM $40 .00/ea .
Roll off 10 Yd" $15 .00 per dav
Roll off 20Yd;j $15 .00 per day
Liner for Roll off $45 .00 ea .
Monitor Equipment Type Price/ Unit
PIO $150/ day
Multiple Gas Detector 4 Gas Meter $100/ day
pH Meter $35/day
Mobile Equipment Type Price/ Unit
Trailer Haz-Mat $700/dav
Vacuum Truck 16 ft . $115/hr
Bobcat Case 1845 $455/day
Backhoe / Loader JCB 2105 $630/day
Material Type Price/ Unit
Compressor Small Air $100/day
Generator 5 'r<W $100/day
The remainder of this page is left intentionally blank
CONTRACT FOR EMERGENC Y RESPONSE SERVI CE S FOR ENVIRONMENTAL HAZARDS
Aqua Clean ing and Environmental Services, LLC -ENV 11-01 : ERS
Page 22of23
SIGNATURE PAGE
IN WITNESS THEREOF, the parties have executed this contract in triplicate in Fort
Worth, Texas, on the dates written below.
CITY OF FORT WORTH
BY ~~~CL
Fernando Costa
Assistant c ~zty1:9ager
Dated: 1.~L!.J ,
APPROVED AS TO FORM
AND LEGALITY:
~Ii-~
Arthur N. Bashor
Assistant City Attorney
CONTRACTOR
Aqua Cleaning and Environmental
Services, LLC
BY:~
Erick D. McCallum
Managing Member
Witness
NO M&C REQUIRED
CORPORA TE SEAL:
OFFICIAL RECORD
CITY SECRETARY
FT, WORTH, TX
CONTRACT FOR EMERGENCY RESPONSE Sl=RVICES FOR ENVIRONMENTAL HAZARDS
Aqua Clean ing and Environmental Services, LLC -ENV 11-01 : ERS
Page 23of23
CERTIFICATE OF INSURANCE
TO: CITY OF FORT WORTH Date: JUNE 15, 2011
NAME OF PROJECT: Emergency Response Services for Enviromental Hazards
PROJECT NUMBER: ENV 11 -01: ERS
CONTRACTOR: Agua Cleaning and Environmental Services, LLC
Please staple your Accord insurance form to this page.
Your insurance form should list the City of Fort Worth as the additionally insured.
VENDORCOMPLIANCETOSTATELAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to
non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident
bidders (out of state contractors whose corporate offices or principal place of business are outside of the
State or Texas) bid projects for construction , improvements, supplies or services in Texas at an amount
lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be
required too underbid a non-resident bidder in order to obtain a comparable contract in the State in which
the non-resident's principal place of business is located. The appropriate blanks in Section A must be
filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The
failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder.
Resident bidders must check the box in Section B .
A. Non-Resident vendors in _______ (give State), our principal place of business, are
required to be percent lower than resident bidders by State law. A copy of
the Statute is attached.
Non-resident vendors in _______ (give State), our principle place of business, are not
required to underbid resident bidders.
B. Our principle place of business or corporate office(s) are in the State of Texas.
Bidder:
Agua Cleaning and Environmental Services, LLC
P.O. Box 171953
Arlington, TX 76003
By: (Please Print)
s~
Title (Please Print)
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C .A. Labor Code §406.96 (2000), as amended , Contract or certifies that it
provides workers' compensation insurance coverage for all of its employees employed on City
of Fort Worth Department of Transportation and City of Fort Worth Project No. ENV 11-01:
ERS.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
Agua Cleaning and Environmental
Services, LLC
~---,. By : __ ~~---------
Name : tf"v,·c.J"~ ~cC)l--1/1.."'-
Title : Oj;IJ eI
Date: G --i :z ___ ( (
Before me, the undersigned authority , on this day personally appeared tr;,t .i). Mc (4 J/vm , known to me to be the person whose name is subscribed to the
fo regoing instrument, and acknowledged to me that he executed the same as the act and deed
of Agua Cleaning and Environmental Services, LLC for the purposes and consideration
therein expressed and in the capacity therein stated .
Given Under My Hand and Seal of Office this ~ay of :3":t.11':L. , 20.....;.,....:....t _
MRED J DEJESUS
111r Commilllotl bphl
Qeclffllllr 23 . 201 i
BID DOCUMENTS
Submitted to:
CITY OF FORT WORTH
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
ENVIRONMENTAL SERVICES DIVISION
1000 THROCKMORTON
FORT WORTH, TEXAS 76102
FORT WORTH
For:
PROJECT: ENV 11-01 :ERS
ANNUAL CONTRACT FOR
EMERGENCY RESPONSE SERVICES
FOR ENVIRONMENTAL HAZARDS
MUST BE DELIVERED TO PURCHASING DIVISION
BEFORE 1 :30 ON TiiURSDAY, OCTOBER 28, 2010
By:
AQvA C L~t\NIN6, A-ND £NVIR.DNMtNTAL Se:1<.v1 C..ESJ LLC.
Company Name
~ 125 131 LLli /Yl, rc1-1eLL DfZJV~ , STE #1 oo , AbDJso,.../1 T~7 SoD I
Address ., '
10/B.? /rQo,o
Date
2-2
TABLE OF CONTENTS
A) Table of Contents
B) Bid Summary and Signature
C) Technology Description
D) Provider Qualifications and Experience
E) Subcontractor Information and Qualifications
F) Cost
G) Bonds
H) Other Requirements; Insurance Certificates Legal/Compliance Hist.
I) Health and Safety Plans
I
A Division of EHR lmim / Environmental • Hake -Ready • Restoration
AQUA CLEANING AND ENVIRONMENTAL SERVICES, LLC.
ERICK MCCALLUM, OWNER
I am the authorized individual to contractually obligate this
organization, negotiate this agreement and am the contact for clarification.
(
• Oil Sp ill Recovery & Clean-up • Emergency Water Extraction • Pressure Washing & Cleaning • Parking Lot Striping • Graffiti Removal • Sand Blasting
I
I
• Air Duct Clean ing • Pet Odor Removal & Disinfectant • 3M Scotchgard Protection • Carpet Repairs • All Types of Upholstery Cleaned including Haitian Cotton
• Fire & Water Restoration • All Types of Foors & Windows • Building Janitorial
www.cleaningguys.com
817-461-GUYS <4897 l • Cell 817-915-6113 • P.O. Box 171953 • Arlington, Texas 76003-1953
City of Fort Worth Invitation to Bid
2.1 BID SUMMARY
A Scope of Work
Bids are being accepted by the City of Fort Worth for the furnishing of all labor,
materials, and equipment necessary to perform emergency response services for spills,
abandoned wastes, and other environmental hazards as deemed necessary by the City.
Services required may include providing analytical, disposal, consulting, and remediation
services for spill control at all facilities and locations under the control of the City (owned,
non-owned, &/or leased), including structures, ri9hts-of-way, storm sewers, surface
water bodies, and illicit narcotics laboratories. The City will enter into Contract with a
minimum of one Provider for this service. The number of Contracts to be awarded will
depend upon the adequacy of the Proposals submitted, and the City's determination of
the ability of the Providers to provide the necessary services. There will be no
guaranteed minimum work under any contract awarded, however a maximum not-to-
exceed amount of $24,999 will be in place.
Under this Contract, the Provider shall have the following responsibilities:
• Respond WITHIN ONE HOUR of being notified by the City to a release or
threatened release of toxic or hazardous substances, materials, or wastes; oil
or petroleum substance; pollutants; or contaminants. WITHIN ONE AND
HALF-HOURS of initial notification provide the necessary personnel,
materials, and equipment for an adequate response. The adequacy of the
response shall be determined by the City in its sole reasonable judgment.
• If requested by the City, collect samples and have analytical testing
performed to assist in the characterization and profiling of waste for disposal.
All analytical testing shall be performed at a Laboratory designated by the
City.
• Negotiate approval with the City for profiled waste and make arrangements
for disposal if the waste is Class II Non-Hazardous Waste.
• If the waste is either Hazardous or Class I Non-Hazardous Waste, the
Provider shall contact the City to make arrangements for disposal through the
hazardous waste disposal company under separate contract with the City.
• Assist the Fort Worth Fire Department, under Fire Department command
direction, in confined space entry or reactive chemical ordinance until
command is passed from Fire Department to other City staff control.
• Provide on-site remediation of wastes as requested (such as bio-
remediation).
• Have the capability to provide transportation of hazardous and non-
hazardous solid and liquid wastes.
• Provide sorbent products to the City on an as-needed basis; and
At the conclusion of all response actions, provide a comprehensive written report of the
actions taken on behalf of the City of Fort Worth within 72 clock hours. This one-page
(minimum) report shall include a summary of all actions including final cleanup and the
name of the City employee who initially contacted the Provider for response. A detailed
report of the incident and response action shall accompany the invoice submitted for the
work.
DEM 10-12: ERS
October 8, 201 O
2-3
City of Fort Worth Invitation to Bid
B. Acknowledgement of Receipt of Addenda to the 1TB
The undersigned acknowledges receipt of Addenda No. __ thru __ issued for this
Invitation to Bid, and has included all addenda in the bid.
[Insert N/A in blanks if no addenda were issued.]
C. Bid Certification and Signature
The undersigned having carefully examined the specifications, instructions, and
conditions set forth in this Invitation to Bid, including all addenda, issued by the City of
Fort Worth , affirms that he/she understands all requirements of this 1TB, is authorized to
execute this bid and any contract(s) and/or other transactions required by award of this
solicitation, and hereby proposes to provide the waste packaging, transportation, and
disposal services as specified. The undersigned further attests and certifies that:
a) Contractor equipment and personnel are capable of performing each type of
procedure listed in Section 2.5 of this 1TB either with the bidder's resources or
through subcontracts.
b) All bid documents have been submitted in one sealed envelope.
c) Unit prices are provided within the bid documents.
d) This bid summary and the accompanying bid documents are intended to be
complete and will remain valid for ninety (90) days from the date of submittal.
All City contractors are required to comply with Chapter 17, "Human Relation s ," Article
Ill, "Discrimination: Division 3, "Employment Practices,9 of the Code of the City of Fort
Worth, prohibiting discrimination in employment practices. Bidder agrees that bidder, its
employees, officers, agents, contractors or subcontractors, have fully complied with all
provisions of such Ordinance, and that no employee, participant, applicant, contractor or
subcontractor has been discriminated against according to the terms of such Ordinance by
bidder, its employees, officers, agents, contractor or subcontractors herein.
Firm Name: t\6h.JA CLEAN/Ne:, AND £NVJf1..DN/VJENrRL 5£1311
street Address: 4 t 2$ BI ~ 1 t11, ITC #ELL DI<.. I V € :P: ID D
Number Street Name
tlDuiSDN
City
Mailing Address :
(if different)
1?. o. BP>? 171963
Signature of Authorized Representative
El()a Mc .. CALLUIY)
Print Name
DEM 10-12: ERS
October 8, 2010
Date:
Trtle
Suite
150DI
Zip
2-4
; LLC .
City of Fort Worth Invitation to Bid
2.2 TECHNOLOGY DESCRIPTION
This is a critical portion of the Proposal because the feasibility of the methods for
completing the work must be carefully demonstrated . A description of the procedures to
perform emergency response services for spills, abandoned wastes, and other
environmental hazards as deemed necessary by the City, on-site analytical (hazcat),
disposal of Class II Non-Hazardous Wastes , consulting, and remediation services for
spill control shall be submitted with the Proposal documents. Photographs, schematic
drawings and vendors' brochures should be included with the narrative description of
each of the proposed work tasks. A description of the methods that will be used to
conduct each of the following tasks should be included:
• Methods for ensuring that the City has access to the Provider's services 24-
hours per day, seven days a week ;
• Methods for conducting on-site hazcat analysis of wastes;
• Methods for ensuring Provider has 24-hour access to the following
equipment: drum moving equipment, CAT 963 front-end loader or equivalent,
motorized road broom, vacuum truck, 30 or 40 yard roll-off box, 21,000 gallon
frac tank, Bobcat 743 or equivalent, photo-ionization detector (PIO);
• General procedures used to respond to and facilitate the removal of any
chemical spill or any potentially hazardous material or waste;
• Methods of assisting the City in the preparation of waste profiles, manifests,
and land bans to ensure compliant disposal of wastes;
• Methods for deciding when to conduct remediation of waste disposal sites
and how remediation (such as bio-remediation) wiU be done;
• Methods through which transportation of hazardous and non-hazardous solid
and liquid wastes will be provided;
• Methods for providing sorbent products to the City on an as-needed basis (a
list of sorbents and associated costs should be provided in Section 2.7 Cost
Estimate); and
• Any unique capabilities Provider has that could be beneficial to the City's
emergency spill response program.
A Provider must judge for itself the difficulties of the work and all attending
circumstances affecting the cost of doing the work or the time required for its completion,
and obtain all information required to make an intelJigent Proposal. No information given
by the City or any representative of the City other than that contained in the Contract
documents and officially promulgated addenda hereto, shall be binding upon the City .
Providers submitting Proposals shall rely exclusively and solely upon their own
estimates. investigation. research. tests. and other necessary data for full and complete
information upon which the Proposal is to be based . tt is mutually agreed that the
submission of a Proposal is prima-facie evidence that the Provider has made the
investigations, examinations, and tests herein required . Claims for additional
compensation due to variations between conditions actually encountered in the project
and as indicated in the Contract Documents will not be allowed.
INCLUDE A COPY OF THE TECHNOLOGY DESCRIPTION FOLLOWING THIS PAGE
BOUND WITl-llN Tl-IE PROPOSAL PACKAGE.
DEM 10-12: ERS
October 8, 2010
2-5
TECHNOLOGY DESCRITION
-Aqua Cleaning and Environmental Services , LLC. has a 24-Hour/seven days a
week emergency phone number which is , 817-925-6223. There are three main
points of contact, including , the owner, a lead technician , and a biologist.
-Aqua Cleaning and Environmental Services, LLC . Has the capabilities for
handling customers ' hazardous and non-hazardous waste disposal, including
coordinating transportation of waste to permitted TSDF(s). Our personnel are
experts in handling, transporting, and disposing of hazardous, universal and
no-hazardous waste. Through vast knowledge in RCRA, EPA, and DOT
regulations, Aqua's customers are assured their waste is managed properly to
reduce their risk of liability to human health and the environment.
Waste profiles , manifests and labeling are professionally provided through our
computerized waste tracking system . Aqua provides disposal alternatives
through recycling, reuses and treatment resources when possible and practical.
Each waste stream is carefully analyzed to determine the most economical and
environmentally safe means of disposal.
-Aqua will test a company's waste to determine if the waste needs to be
classified as RCRA (Resource Conservation and Recovery Act) hazardous
waste. In accordance with EPA methods, data from the analysis can show
concentrations of 32 toxic contaminants in an extract from a waste sample.
Waste-generating companies will receive the information needed to compare the
concentration of each contaminant in their waste to the EPA regulatory level for
each contaminant.
-Aqua is familiar with the development and implementation of RCRA compliance
plans such as Preparedness and Contingency Plans, Inspection Plans and
Waste Analysis Plans .
-Aqua's personnel have extensive training and more than 18 years experience
ensures that each project will be controlled with the highest quality of safety and
service. Our turnkey operation manages projects through on-site assessment,
product containment and containerization, disposal and/or recycling of hazardous
and non-hazardous waste and final clean-up of any contaminated area .
-Aqua Cleaning and Environmental Services , LLC owns all of its equipment
which includes : Case 1845 skid-steer, JCB 210S back-hoe, motorized sweeper,
16 ft. bobtail box trucks with vacuum and recovery units.
-Our procedures for responding to the removal of any chemical spill, hazardous
material or waste is as follows: Upon receiving notification from the City, we
dispatch a 16ft. Bobtail box truck (Aqua Unit) with the vacuum and recovery
capabilities from either our Fort Worth or Addison location, depending on which
location is closest to the spill in order to respond within one hour of notification .
If needed, the technician of the Aqua unit will call in any additional equipment
required to facilitate with the clean-up; otherwise, clean-up will commence
immediately when Aqua Unit arrives on scene.
-Our fully compliant transportation fleet benefits all our customers ' needs from
point of generation to final disposition of all waste types . Aqua can transport any
type of container from small to bulk containers with liquids , solids or gases . Our
fleet of experienced and technical drivers ensures that loads are fully compatible
and compliant minimizing liability and cost to our customers.
:Aqua Cleaning and Environmental Services , LLC has the unique ability to clean
quickly and thoroughly with patented and proprietary equipment custom built
equipment by parent company Cleaning Guys, LLC . The equipment has the
capability to recover any material whether hazardous or non-hazardous with
powerful units that eject high pressure and high heat water and recover at the
same moment while preventing any run-off and completely eliminating any
residual material from hard surfaces, such as, streets and roadways .
City of Fort Worth Invitati on to Bid
2.3 PROVIDER'S QUALIFICATIONS, EXPERIENCE, AND CAPABILITIES
A Business Qualifications and Experience
Providers must submit an urrto-date, concise statement of qualifications documenting
their experience with the required services .
B. Personnel Qualifications and Experience
Submit a brief resume (one page maximum, 10 pt type minimum) of each staff member
who will provide services associated with this solicitation . Identify key persons by name
and title and describe the primary work. assigned as well as total years of experience and
years employed with the provider.
C. Licenses and Certificates
Provider shall procure all permits and licenses. pay all charges. costs. and fees. and
give all notices necessary and incident for the due and lawful performance of the w ork.
Provider should include copies of appropriate company licenses, certifications, and
registrations from EPA, DOT, TCEQ, etc. and provide copies of individual licenses and
certificates upon request from the City.
D. References
Providers must submit five (5) customer references for previous clients who have
received similar services to those proposed by the provider for this agreement. Each
reference must include the organization name , name of contact person, address,
telephone number and description of services provided . Current City of Fort Worth
personnel may not be used as references. Subcontractors named in this bid and
partners of your firm may not be used as references .
Remainder of this page intentionally left blank
DEM 10-12: ERS
October 8, 201 O
2-6
PROVIDER'S QUALIFICATIONS, EXPERIENCE AND CAPABILITIES
-Aqua is a daughter company of Cleaning Guys and E.I. Environmental . This blend of two parent
companies allows us to provide our clients with exemplary environmental options. Aqua offers a
variety of environmental services ranging from ; on-site clean-up, consulting, training, project
management, profiling, sampling, transportation and remediation services . Between the two
parent companies, there is over 18 years experience of cleaning unique situations within,
surrounding Ft. Worth, including the City of White Settlement, Kennedale, Arlington,
Carrollton/Farmers Branch, Frisco, Plano and McKinney. Business you may be familiar with are
JPS Hospital, Bell Helicopter, Baylor Hospital, Allied Waste, Republic Waste, Waste
Management, Wal-Mart, Sam's Club and Pilgrim 's Pride .
-Personal Qualifications and Experience:
Erick McCallum, Owner
-18 years in Environmental and former Police Officer
-Handles calls, delegates work load, operates all equipment, oversees projects .
Chris Cowman, Owner
-15 years in waste management experience, has provided turnkey options to both public and
private clients.
-Evaluates waste streams, completes waste characterization and disposal options.
Cory Griffith, Lead Techncian
-5 years with Cleaning Guys
-Handles calls, supervisis clean-ups and operates Aqua Units
Laura McBee, Biologist/Chemist
-2 years with Cleaning Guys
-Handles calls, oversees projects and performs testing of materials
Steve Resendez, Manager
-3years with E.I Environmental
-Oversees projects. Responds to clean-ups and training
Carlos Hernandez, Haz-Mat Tech
-2 years with Aqua
-Responds to clean-ups
Brandon Clark, assistant Haz-Mat Tech
-1 year with Cleaning Guys
-Responds to clean-ups
-References :
#1) City of Mansfield, Fire Chief Tim Gardner at 1305 E . Broad St., Mansfield, TX 76063
817-276-4777 . Services provided : spill clean-up
#2) City of White Settlement, Fire Marshall R.J. Schwartz 214 Meadowpark, White
Settlement, TX 76108 817-246-1761. Services provided : spill clean-up, evacuation of fuel from
fuel pumps.
#3) City of Arlington, Environmental Coordinator Melissa Walker Services provided :
spill clean-up, Under Ground Storage tank removals. q7z ~ qdd ·b5 35
#4) Aspect, ECS, lnc.-Coppell , TX 972-743-5797, transportation and disposal
#5) Rineco Chemical Industries , Inc ., 1-800-3 77-4692, transportation and disposal
BAZWOPER
TRAINING CERTIFICATE
Esteban Resendez
This is to certify that the undersigned has succes~/ul(y
co1npleted classroom instruction and practical training
as required by OSHA's Hazardous Waste Operations and
Emergency Response Standard 29 CFR 1910.120.
Date: July, 8 2009
Trainer Name : Lois Blatn ik
Awarded to
Steve Resendez
for attending the 32-hour skills and
knowledge training course
OHSAS
Lead Auditor training
on March 05 -09, 2007,
instructed by Russ Ziebell,
RABQSA Q}v!S Auditor #Q01807 & E1\1..'i Auditor #£05
. ,.
... j .• ~ ,. ~,., .............
,_,, ;
,-<f.~:::4':~.,,. ~ .. --~-.,. .. -----~;··.:--'. ~ . .. ,.
~-'/ .'. ,.. '. __ ,,.~
·:.:t > ...... ~.-~-. ,!
3.2 CEUs
July 12, 2007
EQ Industrial Services Inc.
T his is to certify that
Steve Resendez
Has success full y compktcd an 8 h o ur course of in s truction in
Resource Conversation and Recovery Act (RCRA)
&DOT
Hazardous Waste Management
Reference: 40 CFR 265 .16
& 49 CFR 172 .7 02 , and 704
. ~. ,'
t i ,,t
. •"
J.•·
Louis Blatnik, Safety Manager
(fnstructorfTrainer)
TRAINING CERTIFICATE
Esteban Resendez
T his is to Certify that the above nan1ed has successfully
c ompleted classroom instruction and practical training as
required by OSHA 's Standard 29 CFR 1910.146
Confined Space (Permit-Req11ired)
Authorized Entrant/Supervisor
Instructors Signawre : ___ _ Location: Dallas, Texas
Date : 11·21-08
Carlos Hernandez
of Environmental Industries , LP.
This is to certify that the above named has successfully completed
classroom instruction and practical applications as required by USDOT
49 CFR 172, 390 , 395 and 399, Hours of Service (Log Books)
General Awareness, Function Specific, Safety, and Hazmat Security in
accordance with all apllicable requirements .
January 29 ,2010
ir·.n 11tr .'.':,1g 1rnt 11 n: J),m:
BLR
Dallas Protect I
2010 Century Center Blvd 5#1
Irving, TX 75062
24 Hours of Training in Confined Space Entry/Rescue
Dallas Protect
2010 Century Center Blvd 5#1
Irving, TX 75062
40 Hours of Training in Emergency Response Operations
Involving Hazardous Materials and Spills
40 Hour Hazardous Waste Operations
UNITED STATES OF AMERICA
DEPARTMENT OF TRANSPORTATION
PIPELINE AND HAZARDOUS MATERIALS SAFETY ADMINISTRATION
1 .. --.
: __ .,-:. : ··::::::···. . .
Registrant:
HAZARDOUS MATERIALS
CERTIFICATE OF REGISTRATION
FOR REGISTRATION YEAR(S) 2010-2013
ENVIRONMENTAL INDUSTRIES LP
Attn: CHRIS COWMAN
4125 BILLY MITCHELL DR., #100
ADDISON, TX 75001
This certifies that the registrant is registered with the U.S. Department of Transportation as required by
49 CFRPart 107, Subpart G .
This certificate is issued under the authority of 49 U .S .C. 5108. It is unlawful to alter or falsify this
document.
Reg. No: 071910 550 043SU Issued: 07/19/2010 Expires: 06/30/2013
Record Keeping Requirements for the Registration Program
The following must be maintained at the principal place of business for a period of three years from the
date of issuance of this Certificate of Registration:
(1) A copy of the registration statement filed with PHMSA; and
(2) This Certificate of Registration
Each person subject to the registration requirement must furnish that person's Certificate of Registration
( or a copy) and all other records and information pertaining to the information contained in the registration
statement to an authorized representative or special agent of the U.S. Department of Transportation upon
request.
Each motor carrier (private or for-hire) and each vessel operator subject to the registration requirement
must keep a copy of the current Certificate of Registration or another document bearing the registration
number identified as the "U.S. DOT Hazmat Reg. No ." in each truck and truck tractor or vessel (trailers
and semi-trailers not included) used to transport hazardous materials subject to the registration
requirement. The Certificate of Registration · or document bearing the registration number must be made
available, upon request, to enforcement personnel.
For information, contact the Hazardous Materials Registration Manager, PHH-62, Pipeline and Hazardous
Materials Safety Administration, U .S. Department of Transportation, 1200 New Jersey Avenue, SE,
Washington, DC 20590, telephone (202) 366--4109.
IHW020 TEXAS COMMISSION ON ENVIRONMENTAL QUALITY
Notice of Registration
Industrial and Hazardous Waste
Page:
Date :
1
08/24/10
89036 The Cleaning Guys LLC
Solid Waste Registration Number: 89036 EPA Id: TXR000080051
Company Name: The Cleaning Guys LLC
Site Name: The Cleaning Guys
Site Location: 5255 Teague Rd., Fort Worth, TX 76140-8119
Primary Contact : Mc Callum, Erick
Mailing Address: PO Box 171953
Arlington, TX 76003-1953
Registration Status : Active
Registration Type : Transporter
Transporter Type : For hire
Transport Wst Class : 1 2 3 H
Business Description: Recover and transport .
NAICS Code: 484110 General Freight Trucking, Local
Tax Identification#: 32038204759
Handler Status :
Operator
Name :
Phone :
Address :
Information
The Cleaning Guys LLC
817-925-6223
PO Box 171953
Arlington, TX, 76003-1953
Bil 1 i ng Contact:
B11 ling Address :
Region: 4
County: 220 Tarrant
Land Type: Private
Title: Owner
Site Street Address:
Owner Information
Initial Registration Date: 03/02/2010
Last Amendment Date :
Last Date NOR Computer update:
Phone: 817-925-6223
5255 Teague Rd
Fort Worth, TX 76140-8119
Name: The Cleaning Guys LLC
Phone: 817-925-6223
Address : PO Box 171953
Arlington, TX, 76003-1953
Title: Phone:
As of 04/07/2010 -the next unassigned sequence number for WASTES is 0001 and
the next unassigned sequence number for UNITS is 001.
04/07/2010
City of Fort Worth Invitation t o Bid
2 .4 SUBCONTRACTOR ANO DISPOSAL FACILITY INFORMATION ANO QUALIFICATIONS
For each subcontractor and TSO facility to be used for services under this contra ct .
provide the information requested in the Table 2.4-1 and 2 .4-2 and include qualifications
and capabilities (as detailed in Section 2 .3 A, B, and C of t he 1TB) pertinent to the
services to be provided under the contract. Include a bri ef description of tasks that will
be performed by the subcontractor/TSO facility.
Table 2.4-1: Subcontractor Information
t"'qo 6 '"-l~L.~ . BuL1< n\~k'..~ TTZA>-6PD2mT1CN
C~C:n.J.5 ri.N.Vl~Nlfl.rm .. ,. Rou...-~.=: T(lAIJSPof..Tf),JOkJ
£\u...AS, ,)L _ -.,.. Z.Jk~,--~-~ .... ·=-U'-1._"1...__ ______________________ ,
I
·------------------------------l
I I
r, __________ J
INCLUDE A COPY OF THE SUBCONTRACTOR QUALIFICATIONS
FOLLOWING THIS PAGE BOUND WITHIN THE BID PACKAGE
Remainder of this page intentionally left blank
DEM 10-12: ER S
Oct o ber 8, 201 O
2-7
City of Fort Worth Invitation to Bid
Table 2.4-2: Proposed Disposal Facilities
List all disposal facilities, including Class II Landfills, grease/g rit trap waste facilities, and other disposal facilities that are proposed
under this Contract. The City plans on using its existing hazardous waste disposal company for Class I Non-Hazardous and
Hazardous Waste.
1 r faciltyName011fner '~t·:-~--··w Lt'l r,j ,·""~{'.f·;··l«.i.;:.,~'.!!'}'··t·,~-.u~r ·!{:f"·*'l . ;c.~_,.J il·· "J:i· ... ···1 .f. ~4 ·•·'.; .Yf ·; I i-.;., w. : • ~ • · ,~·-::',~'f . Ph ne_ N mber _ ,:· l ., Pn ary~ ntac, Pers n _·· 1 · .<' ~ .. :j-~ ~y e of 1spos L . ..--, ·. '-( : PA a.od Sta e ID umbers . -, l\nd,A~dreSl'f .~r,,-,."'· ... •.·,-,,,, ., . .•• .·,t,, 1, .,i.,-.1 , ~-•. ·. .,.1-. ;-,..;~ ,.,,~: .. -__ 0 ,, ., • .,_,,., •• l •• '""'+t·, ~:,.· ... •: t ... , .. , ., -.I· •'·l
SA F E'N K.l£EN 817-38!>--~"'' .JIM CJ.MVNce/ •f V~LS Bt£JJ D1 Ni:, T><Do77(Qo53, I
IM Cltv~i'ION
(< IN e:to C#@AICAL i00-37r4W1c ;l.. -PAT J..J.owt:;LL • i:: v a..s 1x.a .. n:>n.J G. A--u:>qg I D5 7 g 7 D
-·
45£.T" e:Nv1'b.J/hENrn ... JeAW1~ER l-VTZ...
• C ,; t..1 J •. lJ:::£Q T~ DD 55 J 35 3B'0 'ito-5'151-13«8 · LAi PAC-j(_ W'l6 n;
lJS f; tf)L.D6, Lr e/X)-;}'f~.&;oe, KEV/~ t,,.J ,,-,..,..El2._ . ~C-i..tl l...~LL. T~t>Ofei~ t./6 :;?6Lj-O
~·
-· NOTE: If the waste Is either Hazardous or Class I Non-Hazardous Waste, the Provider shall contact the City to make
arrangements for disposal through the hazardous waste disposal company under separate contract with the City.
IF NECESSARY, PROVIDE MORE SHEETS TO DESCRIBE ADDITIONAL SUBCONTRACTORS.
INCLUDE A COPY OF THE TSO QUALIFICATIONS FOLLOWING THIS PAGE BOUND WITHIN THE BID PACKAGE
DEM 10-12: ERS
October 8, 2 0 1 O
2-8
City of Fort Worth Invitation to Bid
2.5 COST
Providers should provide a price estimate for each task of each technology method
proposed for this project. At least those tasks shown in the following list should be
included. The Provider may wish to include additional tasks as appropriate depending on
the complexity of the technology proposed. A cost estimate for each task associated with
a subcontractor should be provided.
NO COMPENSATION SHALL BE PAID to the Provider for the cost of obtaining and
maintaining insurance, bonds, licenses, and certificates as required herein, as these are
considered subsidiary to other items for which lump sum or unit prices are requested in
this Proposal.
COMPLETE THE FOLLOWING TABLES AND ATTACH A LIST OF SORBENT
PRODUCTS AND ASSOCIATED PRICES
SORBENT PRODUCTS MUST INCLUDE AT A MINIMUM THE FOLLOWING :
OIL PADS, OIL BOOMS AND SOCKS, UNIVERSAL PADS, UNIVERSAL BOOMS AND
SOCKS, UNIVERSAL SPILL KITS, AND BIODEGRADABLE SORBENTS
DEM 10-12: ERS
October 8 , 201 O
Remainder of this page intentionally left blank
2-9
Standard Rate Schedule
Labor Standard Rate 8-am to 5pm
Project Manager $135/hr
Overtime Rate After Hours 5 pm to 7 am
$202.5/hr
Aqua Unit and Operator $125/hr $185.50/hr
Additional Technicain $85/hr $127.50/hr
Level D" PPE only
Mobile Equipment
Personnel Truck $50/0ay Flat Fee
Vac Truck $115/hr 143. 75/hr
Rolloff Truck $115/hr 143.75/hr
Tow Behind Vac Unit $115/hr 143.75/hr
Unit Operator $80/hr $100/hr
Flat Fee Fuel Surcharge will apply to all mobile equipment
Containers
85 Gal Overpack (Metal)
55Gal ORM
55 Gal ORF
30Gal ORM
30Gal ORF
15 Gal ORM
15 Gal ORF
5 Gal ORF
Other Equipment
Confined Space
Level "A" PPE
Level "B" PPE
Level "C" PPE
2" Oiaphram Pump
3" Oiaphram Pump
Hose 2" & 3"
Small Air Compressor
5KW Generator
Hand Tools
Equipment Supply Trailer
4 Gas Meter
Chemical Field Classifier
$165/each
$40/each
$45/each
$40/each
$40/each
$35/each
$35/each
$11 .50/each
$450/0ay
Case-by-Case
Case-by-Case
Case-by-Case
$300/0ay
$250/0ay
$50/20ft Section
$100/Day
. $100/Day
$20/0ay
$150/0ay
$100/day
$10/each
DRM-Drum Metal
ORF-Drum Fiber
4 hr minimum
4 hr minimum
4 hr minimum
City of Fort Worth Invitation to Bid
Add additional sheets as necessary. All categories may not be required for completion of this
contract. Be sure to indicate a description of the type of supervisor, technician, etc.
LABOR
Principal
Manager
Supervisor
Supervisor
Supervisor
Site Safety Officer
Certified Industrial Hygienist (CIH)
Scientist
Scientist
Scientist
Scientist
Engineer
Technician
Technician
Technician
Technician
Specialist
Specialist
Clerical
Other
Overtime (indicate days and
hours overtime will be
charged)
Markup
DEM 10-12: ERS
October 8, 2010
TYPE PRICE/HOUR
?Q.oJed .!t135/ h(
t.+~, m I -5A+ef11 .fJ (p5 / h (
I
# &o I ~r s tf 6' .s/ff(;r{
> 1TC SM671(' -$T lJ; o / ltr
Chemist # <;<o / l-ir
Geologist
Hydrologist
Biologist ~ io l J.,, f'
4t·,11 VlY-
2-10
City of Fort Worth
PPE
Booties
Boots
Boots
Overshoes
Gloves
Gloves
Gloves
Gloves
Gloves
Gloves
Gloves
Glove Liners
Level "A" Suit
Level "A" Suit
Level "A" Suit
Level "A" Suit
Level "B" Suit
Level "B" Suit
Level "B" Suit
Level "C" Suit
Level "C" Suit
Splash Suit
Saranex Suit
Tyvek Suit
DEM 10-12: ERS
October 8, 2010
Type
Acid Resistant
LA-Te£ -,
l,~
A11ro,1c
Kappler Responder
Kappler CPF IV
~pr; J//
r,,:,r: :J -Tl:JP€ ~
f PF J--~r::luN SG'A-M
COV62At~L5
Invitation to Bid
Price/ Unit
.:f.f q o I ()1t1 e
..ff/.1S IP1+1R.
.fl i. JS I PAIR.
.ff '-I. OD I PAtll
41 q4-o !EA.
I
$j~O /eA.
#' c; /) / i::A . .
~ 4f 'DO leA ·
4t 4D /£J4..
#II /a+.
2-11
City of Fort Worth
Materials
Absorbent
Absorbent
Absorbent
Absorbent
Absorbent
Absorbent
Absorbent
Wipes
Lime
Sodium Hypochlorite
Spill Control/Bio Remediation
Products
A FFF
AFFF
Decon Supplies
Decon Supplies
Decon Supplies
Decon Supplies
Plastic Sheeting
Pump
Pump
Pump
Plastic Sheeting
Plastic Sheeting
Samplers
Samplers
Samplers
Other
DEM 10-12: ERS
October 8, 2010
Type
Clay
Oil Boom
Oil Pad
Vermiculite
J Z''J. I ~ II ;f .;J/
50 lb. Bag
Gallon
Gallon .s"
Drum
5 gallon pail
Brush
Pails
Pools '( .l {
2 11 D1 APm311Yt
3'' DI A P~IHYl
..
Coliwasa
Invitation to Bid
Price/ Unit
3 h;(. t( I '& 7 -!:' /';£_A
/...0< l,...:>~7;; /il 0 ~
/r;, l. t bA.s ~3J--?"
"b(o ::
:fl '7 I tr a JI on
t3 ,-0 l'J i,.,~;:1
"JS9.~
~ ,.,., /0 ;-
,. 20~
£ 2i~~
,
f ooo I or-i~
-fa.so J D~ '1
2-12
C ity of Fort Worth
Containers
Bucket
Bu cket
Bucket
D rum
Dru m
D ru m
Drum
Drum
D rum
Drum
D ru m
Boxes
Boxes
Ro ll off
Roll off
L /J.}e.,r Yv~ /;JI C.J~
DEM 10-12: ERS
October 8, 2010
Type
DOT I plastic
DOT /Metal
1A1
1H1
Poly salvage 3Dga.l v.>/ t•'D
Steel salvage ~03a1
56 CA~l Di<F
'-..J
~S~al C0vt ...._
10Yd-'
20Yd-'
Inv itati on t o Bid
Price/ Unit
.t 1.2s oo Im
1r 70°0 /EA
4J 4~q0 /m
4P 4 D oo /£11'
#~-~ -/et4DAY
JI' /J, ~ f}e-r /JA,-1
w'l/'.f .;!..II · I!~
2 -13
City of Fort Worth
Monitor Equipment
PIO
PIO
Oxygen Meter
OVA
OVA
Explosimeter
Tritector
Multiple Gas Detector
Detector Tubes
pH Meter
pH Paper
HazCat Anaylsis
DO Meter
Sub-surface Soil Sampler
DEM 10-12: ERS
October 8, 2010
Invitation to Bid
Type Price/ Unit
~ 150 / Dtl't
,.
'-l G.A.S M~ 'ti lOO I DAY .
.
~o5 /~tf
2-14
City of Fort Worth
Mobile Equipment
Emergency Response Vehicle
Mileage
Crew Truck
Mileage
Utility Vehicle
Mileage
Trailer
Trailer
Vacuum Truck
Bobcat
Backhoe I Loader
Excavator
Rubber Tire Loader
Tractor
Tractor
Tiller
Motorized street sweeper
DEM 10-12: ERS
October 8, 2010
Invitation to Bid
Type Price/ Unit
J-l-A2-M41"" 4f '1DO I DA y
'
l<Qh. IIJJS / hr
CA6£" 184-5 .fl '-f 5"5 / DA lf
JCB 2lD 5 ft t.o 3o I D4 Y -
2-15
City of Fort Worth
Material
Compressor
Compressor
Pump
Pump
Pump
Pump
Pump
Pump
Pump
Pump
Boat
Boat
Boat
Boat
Broom
Broom
Boom
Boom
Boom
Skimmer
Skimmer
DEM 10-12: ERS
October 8, 2010
Invitation to Bid
Type Price/ Unit
5M4-U . .-A-ti. +1100 /PAL/
2-16
City of Fort Worth
Material
Blower
Blower
Auger
Auger
Generator
Drum de-header
Lights
Light plant
Post hole digger
Pressure washer
Pressure washer
Reactive chemical carrier
Remote drilling apparatus
Fire suit
Non-sparking tool kit
Vacuum
Vacu um
Vacuum
DEM 10-12: ERS
October 8, 2010
Invitation to Bid
Type Price/ Unit
5Kt,0 --IF/OD/ DAV
2-17
City of Fort Worth
Other Equipment or Supplies
DEM 10-12: ERS
October 8, 2010
Type
Invitation to Bid
Price/ Unit
2-18
City of Fort Worth Invitation to Bid
2.6 BONDS
Bids must be accompanied by a bidder's bond in the amount of five percent (5%) of the
largest possible total of the cost estimate . Alternatively, the City will accept a cashier's
check, in said amount, with the City named as payee, to be held in escrow until the
successful contractor signs the project contract . This bond will serve as a guarantee that
the successful contractor will enter into an agreement with the City to perform the
project. The bond is subject to forfeiture in the event the successful contractor fails to
execute the contract documents within 1 O calendar days after the contract has been
awarded.
The bond shall be issued by a corporate surety duly authorized and permitted to do
business in the State of Texas that is of sufficient financial strength and solvency to the
satisfaction of the City. The surety must meet all requirements of Article 7 .19-1 of the
Texas Insurance Code. All bonds furnished hereunder shall meet the requirements of
Chapter 2253 of the Texas Government Code, as amended .
In addition, the surety must (1) hold a certificate of authority from the United States
Secretary of the Treasury to qualify as a surety on obligations permitted or required
under federal law; or (2) have obtained reinsurance for any liability in excess of
$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the State of
Texas and is the holder of a certificate of authority from the Untied States Secretary of
the Treasury to qualify as a surety on obligations permitted or required under federal
law. Satisfactory proof of any such reinsurance shall be provided to the City upon
request. The City, in its sole discretion, will determine the adequacy of the proof required
herein .
No sureties will be accepted by the City that are at the time in default or delinquent on
any bonds or which are interested in any litigation against the City . Should any surety on
the contract be determined unsatisfactory at any time by the City, notice will be given to
the contractor to that effect and the contractor shall immediately provide a new surety
satisfactory to the City.
DEM 10-12: ERS
October 8, 2010
INCLUDE CASHIER'S CHECK OR BIDDER'S BOND
FOLLOWING THIS PAGE WITHIN THE BID PACKAGE
Remainder of this page intentionally left blank
2-19
City of Fort Worth Invitation to Bid
2.7 INSURANCE CERTIFICATES
The successful provider will be required by the contract to have insurance coverage as
detailed below. Prior to commencing work, the provider shall deliver to the City of Fort
Worth certificates documenting this coverage. The City may elect to have the provider
submit its entire policy for inspection.
a) Insurance coverage and limits:
Provider shall provide to the City certificate(s) of insurance documenting policies
of the following coverage at minimum limits that are to be in effect prior to
commencement of work on the contract :
1. Commercial General Liability
o $1,000,000 each occurrence
o $2,000,000 aggregate
Coverage shall include but not be limited to the following:
premises/operations, independent contractors, products/ completed
operations , personal injury, and contractual liability. Insurance shall be
provided on an occurrence basis, and as comprehensive as the current
Insurance Services Office (ISO) policy.
2. Automobile Liability
3 .
o $1,000,000 each accident on a combined single limit basis
Split limits are acceptable if limits are at least:
o $250,000 Bodily Injury per person/
o $500,000 Bodily Injury per accident/
o $100,000 Property Damage
A commercial business auto policy shall provide coverage on "any auto,"
defined as autos owned, hired and non-owned during the course of this
project. The named insured and employees of contractor shall be covered
under this policy. The City of Fort Worth shall be named an Additional
insured on Endorsement TE 9901 or equivalent, as its interests may
appear. Liability for damage occurring while loading, unloading and
transporting materials collected under the contract shall be included
under this policy .
Worker's Compensation
Statutory limits
Employer's liability
o $100,000 each accident/occurrence
o $100,000 Disease -each employee
o $500,000 Disease -policy limit
Workers' Compensation and Employers' liability coverage with limits
consistent with statutory benefits outlined in the Texas Workers'
compensation Act (Art. 8308 - 1.01 et seq . Tex . Rev. Civ. Stat.), and
minimum policy limits for Employers' Liability of $100,000 each
accident/occurrence, $500,000 bodily injury disease policy limit and
$100,000 per disease per employee .
DEM 10-12: ERS
October 8, 2010
2-20
City of Fort Worth
4.
5.
Invitation to Bid
Professional Liability
o $1,000,000 each claim
o $2,000,000 aggregate
Professional Liability Insurance shall be written on a project specific basis .
The retroactive date shall be coincident with or prior to the date of this
contract and the certificate of insurance shall state that the coverage is
claims-made and the retroactive date. The insurance coverage shall be
maintained for the duration of this contract and for five (5) years following
completion of the contract (Tail Coverage). An annual certificate of
insurance shall be submitted to the City for each year foUowing completion
of this contract. This certificate must be submitted to the Transportation and
Public Works Department, Environmental Services Division, Attn:
Environmental Program Manager, External Services Section.
Environmental Impairment Liability and/or Pollution Liability
$2,000,000 per occurrence.
Ell coverage(s) must be included in policies listed in items 1 and 4 above;
or, such insurance shall be provided under a separate policy or policies.
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).
b) Certificates of insurance evidencing that the provider has obtained all required
insurance shall be delivered to the City prior to provider proceeding with the
contract.
1. The certificate of insurance shall document the City of Fort Worth, its'
Officers, Employees and Volunteers as an ·Additional Insured" on all
liability policies. Exception ... the additional insured requirement does not
apply to Workers' Compensation policies
2. The certificate of insurance shalt provide thirty days (30) notice of
3.
4.
5.
DEM 10-12: ERS
October 8, 2010
cancellation or non-renewal.
Example: ''This insurance shall not be canceled, limited in scope or
coverage, cancelled or non-renewed, until after thirty (30) days prior
written notice has been given to the City of Fort Worth.
The certificate shall be signed by an agent authorized to bond coverage on
behalf of the insured, be complete in its entirety, and show complete
insurance carrier names as listed in the current AM. Best Property &
Casualty Guide
All policies shall include a Waiver of Subrogation (Rights of Recovery) in
favor of the City of Fort Worth.
The insurers for all policies must be licensed and/or approved to do
business in the state of Texas. Except for workers' compensation, all
insurers must have a minimum rating of A-: VII in the current A M . Best
Key Rating Guide or have reasonably equivalent financial strength and
2-21
City of Fort Worth Invitation to Bid
solvency to the satisfaction of Risk Management. If the rating is below
that required, written approval of Risk Management is required.
6. If insurance policies are not written for specified coverage limits, an
Umbrella or Excess Liability insurance for any differences is required.
Excess Liability shall follow form of the primary coverage.
7 . Unless otherwise stated, all required insurance shall be written on the
"occurrence basis". If coverage is underwritten on a claims-made basis,
the retroactive date shall be coincident with or prior to the date of the
contractual agreement and the certificate of insurance shall state that the
coverage is claims-made and the retroactive date. The insurance
coverage shall be maintained for the duration of the contractual
agreement and for five (5) years following completion of the service
provided under the contractual agreement or for the warranty period,
whichever is longer. An annual certificate of insurance submitted to the
City shall evidence such insurance coverage. This certificate must be
submitted to the Transportation and Public Works Department.
Environmental Services Division, Attn: Environmental Program Manager,
External Services Section.
8. Policies shall have no exclusions by endorsements, which nullify the
required lines of coverage, nor decrease the limits of said coverages
unless such endorsements are approved in writing by the City. In the
event a contract has been bid or executed and the exclusions are
determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such
coverage, the contract price shall be adjusted by the cost of the premium
for such additional coverage plus 10%.
9. Any self-insured retention (SIR), in excess of $25,000.00, affecting
required insurance coverage shall be acceptable to and approved by the
· Risk Management D ivision of the City of Fort Worth in regards to asset
value and stockholders' equity. In lieu of traditional insurance, alternative
coverage maintained through insurance pools or risk retention groups,
must also be approved by Risk Management.
10. Any deductible in excess of $5,000.00, for any policy that does not
provide coverage on a first-dollar basis, must be acceptable to and
approved by the City's Risk Management Division
11 . The City, at its sole discretion, reserves the right to review the insurance
requirements and to make reasonable adjustments to insurance
coverages and their limits when deemed necessary and prudent by the
City based upon changes in statutory law, court decision or the claims
history of the industry as well as of the contracting party to the City of Fort
Worth. The City shall be required to provide prior notice of ninety (90)
days.
12. The City shall be entitled, upon request and without expense, to receive
copies of policies and endorsements thereto and may make any
DEM 10-12: ERS 2-22
October 8 , 2010
City of Fort Worth Invitation to Bid
reasonable requests for deletion or revision or modifications of particular
policy terms, conditions, limitations, or exclusions necessary to conform
the policy and endorsements to the requirements of this contract.
Deletions, revisions, or modifications shall not be required where policy
provisions are established by law or regulations binding upon either of
party or the underwriter on any such policies.
13 . Any failure on part of the City to request required insurance documentation
shall not constitute a waiver of the insurance requirements.
14. The City shall not be responsible for the direct payment of any insurance
premiums required by the contract. It is understood that insurance cost is
an allowable component of provide(s overhead.
Subcontractors to the provider shall be required by the provider to maintain the same or
reasonably equivalent insurance coverage as required for the provider. When
subcontractors maintain insurance coverage, provider shall provide City with
docum e ntation thereof on a certificate of insurance. Notwithstanding anything to the
contrary contained herein, in the event a subcontracto(s insurance coverage is canceled or
terminated, such cancellation or termination shall not constitute a breach by provider of the
contract.
FOR PURPOSES OF EVALUATING THIS REQUEST FOR BID, PLEASE ATTACH A
COPY OF YOUR CURRENT INSURANCE CERTIFICATE(S) FOLLOWING THIS PAGE
AND BOUND WITHIN THE BID PACKAGE.
D EM 10-12 : ERS
Oct ober 8 , 201 0
Remainder of this page intentionally left blank
2-23
I
I
I
I
!
10/28/2010 07:55 8175330755
l.AJ :::-~----&.~·
mo'iNIIUfll!O ANO MAIi.Ni ADORESS
• ITSI ONI: 47ota·7~WA. A
THE ClfAIIIN8 Bl.IVS PO IOX 1719SS
AIU.1"8TD1 TX 760D3-1915
DO HOY PAY PAIMIUMB st10WM QN THIS PAQE,
IEP.AIIAT5 ITATIMSNT liNCLC*!D II' AMOUNT DUL
SEE VEHICLE SCHEDUL!
BCRDELON ST~IE .F~M
1'113624-7-A MUl1. VO.. AJ
DEC&..ARATIONS PABE
POt.lOY NUMgEA 100 Cloa9-D01 ~
POI.JOY PERICO APA 01 2010 to APA 01 201
AC3ENT
TIM BOAOELON
1 ~ 1 E O!B81E LN STE 121
MANSPIELD, TX7Cl~3340
PHONE ; (817).f87-8728
ITEN 2-IYHIIOL 1 •AlJ. Ulfl'H (IXClff tnm: 100 , 101). Si'HIIOI, 8 , t tONI'l'i 100 4< 101).
ff0401C, n;t,031. Tlltl60A. lUitl Ti040jt, DO NOT UII.,Y TO SYMBOL 8 ~ 9 (1111:r'1'8 100 6
101). ILOOZl, TSOt061. rE0039l. TEOOtOB, '1E9~i611. 6,438. ti:0401C. Tg9960A. tt0409D.
'1'B9924C,
SEE AlT.ACH!O ENDORSEMiNTS
Aoenl: TIM SOFIDELON
i•lliplwne: (117)107-&Y26
PnlilHl'ed N'lll OR ~1 ti
PAGE 01 /05
10/28/2010 07:56 81 75390756 BffiDELON STAT E FtlP.M
nm CLEANING OUYS 165 50&9-001-43
STATZ FAaM INSORANCE COMPANY
BUSINESS AUTONO!!L! POLICY
FLEET SCHEDOLE
INSURED: THE CLEANING GIJ'tS
POLICY O!SCR: 16~-SOS9-D01-4~
EXl'ElIENCE RATE HOD1FIER1 91 irr DATE: Ot/01/2010
VEHICLE il
CESC: 2008 -FO'l\O -E"l.,ATBED {tOOl)
TE.UITOR'i: 110
ll\G; 011
en~ CODE: 000
CLASS: 21•8900000
COMMENTS:
COV!:RAGE
CSL
PIP
CettP
COLL
OIHCSL
TOTAL:
V!HICLI!: t2
1000
1000
Di.SC: li~6 ~ DODGE -FT...ATBED (1002)
TERAl'l'ORY : llO
IaQ! 010
CITY COOE: 000
CLASS: 2148900000
COMMEIWS:
COVERAGE
CSL
PIP
COMP
COI.L
O!MCSL
TOTAL:
OED
1000
1000
COH~ANY ! STATE FARM INSUAANCE CO
E!XP DATE. 04/01/2011
VIN1 l1"?WWJ3R78EA8~8B5
JU,ITI-THEi"T: 8
STATED AMOUNT: NONE
LIMIT
500
2500
ACV
A.CV
500
PREMIOH
517
21
115
20S
146
$1,004.00
VIN: 3B7HC33C4TMl81542
AN'?I-'J'llEFt': B
S~TW AMOONT! NONE
LIMII
500
2500
ACV
2'CV
500
PREMIUM
517
21
57
124
Ht5
!;1865.00
PAGE 0 2/05
10/28/2010 07:56 8175390756
111! CLBANINO GUYS
VJaitCLE #3
OESC: 2004 -GMC -BOK TRlC (fOOJ)
'l'ERRlTOB.Y: 110
!RG: OU
crTY coot: ooo
CLASS1 2148900000
COMMENTS :
COVEIU\Gt
CSL
FIP
C~P
COLL
UIHC~J..
TOTAL:
VESICLE i4
OED
1000
1000
DESC: 2005 -ISUZU -BOX TRK (t004)
1EMITORY: 110
IRG: OU
CITY CODE1 000
CLASS: 2148900000
COHNENTS:
COVERAGE
CS:t
PIP
COMP
COLI..
UIMe5L
TO'l'AL:
VEHICLE JS
DED
1000
1000
OILSC: 1999 -ISUZU -80X TRK (1005)
T:E:M.I'l'ORY I llO
IRG: GU
ClTY CODE• 000
CLASS: 2148900000
COIOQ'.H'rS:
COVERAGE
CSL
PIP
COMP
COLL
OIHCSL
TO't'AJ:.:
DED
1000
1000
2
BORDELON STATE FARM
165 5019-00l-43
VIN: J8DC,B1454700204S
~TI-Till!:M': !
STA'l'EO .IIMOUNT : NONE
LIMIT
.soo
2500
AC'J
l\CV
SOD
PREMIOM
517
21
261
564
146
Sl,509.00
VIN: J1'1.C4916951003492
ANT!-THEF'l': B
STATED AMOUNT: NONE
LIMIT
500
2~00
ACV
'ACV
500
PREMIUM
517
21
261
564
146
$1,509 .00
VIN: JALC4Sl42X7000418
ANTl -'tliEF'l': a
STATED AMOUNT: NON~
LIMIT
500
2500
AC\7
ACV
500
517
21
261
S64
146
$1,509.00
PAGE 03/05
10 /28 /2010 07:56 8 175390 7 55
nIB CLEANING GUYS
VEH.ICLE f6
!lESC1 2002 -ISUZU -BOX TRK (#006)
'l'ERRITOJ.Y; 110
IRG: 014
CITY CODE: 000
CLASS ! 2148900000
COMMENTS:
COVERAGE
------------------CSL
PIP
COMP
COLL
UIMCSIL
TO?Al.:
VEHICLE 17
DESC; -ENOL -AUTO (ilOOl
TERRITORY: 110
NUMBER OF ENPLOYDS: 3
1000
1000
ffllMBER OF EMPLOYEES OPEAATE OWN VEHICL:t: 0
CIASS: G69l000000
COMMENTS!
COVEAAG! 0£0
------------------..........
CSL
TOTAL:
VESICLE tB
DESC: -HIRED CAR -(1101)
'l'EU.I'l'OftY; 110
COST or HIIU: IF ANY BASIS
CLASS: 6691000000
CCHS!?f'l'S:
COVERAGE 0£0
------------------CSL
COMP 250
COLL 250
TOTAL:
3
BCRDELON STA TE FARM
VIN: JALr5Cl3327700206
ANTI•TH!:!'T: B
STJ\.TED AMOUNT: NONE
LIMIT
500
2SOO
ACV
ACV
500
LIM.IT
-----------500
LIMIT
-----------500
ACV
ACV
PREMIOM:
517
21
261
564
146
$1,509.00
PREMIOM -------
24
$24 .00
Pro:HlOM -------
l7
8
8
~33.00
PAEE 04 /05
10/2 8/2010 0 7:56 8175390756 B~DELON STATE FAR M
Tim CLEANING GtJYS 16S 5089-001-43
LIA8ILIT~ COVERAGE
e1
PD .
CSL
OHSI
0Mi'D
tJMCSL
PIP
NBD PAY
WAIVER
TOTAL LIAStt.:t~:
!OfAI, PRYS DAMAG£:
COMBINEO 'l'0'1Al.,
POLICY PREMIUM:
P!\BMIOMS
0
0
3H3
0
0
876
126
0
0
CN!:DI1 FROM OTB~ POLICIES :
TO'l'AL B.11.LANCE DU£:
PH1SICAL DAMAG~ COVERACE
-------------------~----COLL
COMP
SPEC CAUStS
TOWIMG
:RUTA!.
$4, HS. 00
$3,817.00
$1,962.00
$'7,962.00
$2,914.00
$5,0(8.00
4
PIUMIUMS
2593
1224
0
0
0
PA(;E 05 /05
City of Fort Worth Invitation to Bid
2.8 PROVIDER'S LEGAL AND COMPLIANCE HISTORY
Provider's legal and compliance history is a critical component of this Invitation to Bid .
Read this section with care and respond accordingly. Failure of the provider to provide
all the information requested and to certify the report, will result in the provider's
submittal being declared non-responsive.
Provider shall attach a written report of legal action brought against provider, provider's
officers, provider's employees, AND provider's proposed subcontractors relating to the
protection of the environment. The terms "legal action" and "relating to the protection of
the environment· are defined below.
The report shall include all legal action brought within five (5) years of the closing date
of this Invitation to Bid. The report shall detail the substance, status, and outcome of
such legal action. This includes without limitation the names of the agency and/or
persons bringing the action, all relevant dates, and all fines, judgments, and/or
settlements. Include the following information for each case at a minimum:
• Style of Case ( X vs. Y ) • Settlement Information (as appropriate)
• Cause Number • Names I Addresses of all parties named
• Court • Counsel List and phone numbers
• Date of Disposition • Judgment and Order of Judgment
"LEGAL ACTION" means: ANY enforcement action by the United States Environmental
Protection Agency, the Occupational Safety and Health Administration, any other federal
agency, the Texas Commission on Environmental Quality (including its predecessor
agency the Texas Natural Resource Conservation Commission), the Texas Department of
State Health Services (including its predecessor agency the Texas Department of Health),
and any other state agency, commission or department, whether in Texas or elsewhere,
when such enforcement action is a result of violations, real or alleged, of any laws,
licenses, permits, judicial orders, or administrative orders, relating to the protection of the
environment. In this context, enforcement action shall include without limitation, written
warnings, notices of violation, consent orders or agreements, compliance orders,
administrative hearings, civil litigation and criminal prosecution. Legal action also means
any civil litigation brought by any person relating to the protection of the environment.
"RELATING TO THE PROTECTION OF THE ENVIRONMENT" means: requirements
pertaining to the manufacture, processing, distribution, use, handling, storage,
transportation, reporting, records keeping, permitting, licensing, treatment, disposal,
emission, discharge, spill, release, or threatened release of hazardous materials,
hazardous substances, hazardous wastes, toxic substances, petroleum, industrial
waste, solid waste, pollutants or contaminants into or onto the air, surface water,
drinking water, groundwater, storm water, publicly owned treatment works, or land.
THE REPORT SHALL BE SIGNED AND CERTIFIED by an authorized representative of
the provider, using the form on the following page . The top portion of the form is to be
completed if a report of legal action is attached. The bottom portion of the form is to be
completed if provider has no legal action to report. Make certain that the appropriate
portion of the fonn is filled out and signed.
DEM 10-12: ERS
October 8, 201 O
City of Fort Worth Invitation to Bid
AN AUTHORIZED REPRESENTATIVE OF THE PROVIDER shall mean:
(1) if the provider is a corporation : the president, secretary, or treasurer, or a
vice president of the corporation in charge of a principal business function,
or any other person who performs similar policy or decision-making
functions for the corporation;
(2) if the provider is a partnership, a general partner; and
(3) If the provider is a sole proprietorship, the sole proprietor.
INCLUDE A COPY OF THE REPORT OF LEGAL ACTION FOLLOWING THE CERTIFICATION
PAGE AND BOUND WITHIN THE BID
DE M 10-12: ER S
O ct ober 8, 2010
Remainder of this page intentionally left blank
2-25
City of Fort Worth Invitation to Bid
Certification of Provider's Legal and Compliance History
Complete ONE of the Following Certifications:
Certification of Legal Action Report
I certify under penalty of law t hat the attached Legal Action Report detailing provider's,
provider's officers, provider's employees, and provider's proposed subcontractors legal and
compliance history relating to the protection of the environment was prepared under my
direction or supervision in accordance with a system designed to assure that qualified
personnel property gather and evaluate the information submitted. Based on my inquiry of
the person or persons who manage the system, or those persons directly responsible for
gathering the information. the information submitted is, to the best of my knowledge and
belief, true, accurate , and complete. I am aware that there are significant penalties for
submitting false information, including the possibility of fine and imprisonment for knowing
violations.
PROVIDER:
(Company Name)
BY: --,--------------(signature) (type name of signatory)
(title) (date)
Certification of NO Legal Action
I certify under penalty of law that the legal and compliance history of provider, provider's
officers, provider's employees, and provider's proposed subcontractors was researched
under my direction or supervision in accordance with a system designed to assure that
qualified personnel property gather and evaluate the information submitted. Based on my
inquiry of the person or persons who manage the system , or those persons directly
responsible for gathering the information, I hereby certify that no legal action relating to the
protection of the environment was brought against provider, provider's officers, provider's
employees, or provider's proposed subcontractors within the preceding five years . To the
best of my knowledge and belief, this statement is true, accurate, and complete . I am aware
that there are significant penalties for submitting false information, including the possibility of
fine and imprisonment for knowing violations.
PRov1DER: AauA C.LEflt·-H"-'bJ &Jb ENVl'2.D1JMaJ11+L S£J2.V1as,
(Company Name)
BY: ~ h , ===--=-.
(signature)
OWtJE12_
(title)
DEM 10-12: ERS
October 8, 2010
(type name of signatory)
10/a1/a.o, o
(date)
2-26
l·
City of Fort Worth Invitation to Bid
2.9 HEAL TH AND SAFETY PROGRAM MANUALS
Each Provider shou ld submit a copy of the i r Corporate Health and Safety Program
Manual and a copy of the ir proposed Health and Safety Plan for this project. Only one
paper copy of Hea lth and Safety Plans is required. Others may be electron ic format
(CD).
INCLUDE A COPY OF THE PROPOSED HEAL TH & SAFElY PLAN FOR THIS
PROJECT FOLLOWING THIS PAGE, BOUND WITHIN THE PROPOSAL PACKAGE.
INCLUDE A COPY OF THE CORPORA TE HEAL TH & SAFElY PROGRAM MANUAL
BOUND SEPARATELY BUT MAILED WITHIN lliE SAME ENVELOPE.
D EM 10-12 : ERS
O ct obe r 8, 2010
Remainder of this page intentionally left blank
2 -27
HEALTH AND SAFETY
Aqua considers associates their most vital asset. In keeping with this belief, Aqua considers the
personal health , safety and work habits of its associates paramount. The officers and management of
Aqua are dedicated to promoting this message to its associates . To reduce the occurrence of injury
while working in a potentially hazardous environment, Aqua is dedicated to providing its associates with
the best equ ipment avaiblae and continuous safety train ing .
Aqua believes that safety is an ongo ing process and therefore continually, instructs, promotes, and
prepares associates for their pos itions . It is through this learn ing process the Aqua strives to make the
work place a safe environment.